performance work statement [template] - AWS

... exercises; training and doctrine development, and supplemental/supporting
...... 5.12 PRIMARY TASK AREA 11: Science and Technology (S&T) SUPPORT.

Part of the document


ATTACHMENT 2


PERFORMANCE WORK STATEMENT (PWS)

FCoE Training Mission Support Contract (TMS)
Fort Sill, OK

12 April 17












Part 1

General Information


1. General: This is a non-personnel services contract to provide support
to the Fires Center of Excellence (FCoE) in its mission to develop and
produce training strategies, doctrine, concepts, instruction and products
for the current and future force]. The Government shall not exercise any
supervision or control over the contract service providers performing the
services herein. Such contract service providers shall be accountable
solely to the Contractor who, in turn is responsible to the Government.

1.1 Description of Services/Introduction: The contractor shall provide
all personnel, equipment, supplies, facilities, transportation, tools,
materials, supervision, other items and non-personal services necessary to
perform Fires Center of Excellence (FCoE) training and support services, as
defined in this PWS, except for those items specified as government
furnished property and services or TO specific authorized costs.
The contractor shall perform to the standards in this contract.

1.2 Background: The United States Army Fires Center of Excellence
(USAFCoE) at Fort Sill, Oklahoma mission is to provide the U.S. Army
Training and Doctrine Command (TRADOC) with long-range training strategies,
concepts, doctrine, training development, instruction and products and
support products for current and future forces. FCoE's function in this
area is to serve as the user representative in the development of training
methodologies and products, concepts, doctrine, organizational and materiel
requirements for each functional area. The FCoE accomplishes this mission
through the full spectrum of training services; exploitation of existing
and emerging technologies and requirements (example: incorporating training
for Terminal High Altitude Area Defense (THAAD) system and the forthcoming,
Integrated Air and Missile Defense Battle Command System (IBCS)), models
and simulations; studies and analyses; experiments; exercises; training and
doctrine development, and supplemental/supporting tasks.

1.3 Objectives: The Indefinite Delivery Indefinite Quantity (IDIQ),
Multiple Award Task Order Contract (MATOC) will acquire services, for the
FCoE in support of its mission. The objective of the FCoE Training Mission
Support (TMS) is to provide contracted services to support the FCoE in its
mission to develop and produce training strategies, doctrine, concepts,
instruction and products for the current and future force. The contract
will be structured for maximum flexibility in providing for an expedited
ordering process in order to satisfy the needs of customers throughout the
Army and Department of Defense (DoD). Specific regulations, directives,
standard operating procedures (SOPs), etc. will be identified at the Task
Order (TO) level.

1.4 Scope: TMS establishes contract support for developing concepts,
doctrine, training, organizational, experimentation, demonstrations,
studies and analysis, models and simulations, test and evaluation, science
and technology, material requirements, operational environment and emerging
technologies for the Field Artillery (FA) and Air Defense Artillery (ADA)
(examples include but not limited to: incorporating training for Terminal
High Altitude Area Defense (THAAD), and the forthcoming Integrated Air and
Missile Defense Battle Command System (IBCS)in support of the FCoE
requirement. Specific regulations, directives, standard operating
procedures (SOPs), will be identified at the TO level. Service support
includes the following primary task areas: Concepts and Capabilities,
Training Development, Doctrine Development, Organizational Development,
Instructor and Training requirements, Test and Evaluation, Information
Technology, Experimentation and Wargaming, Studies and Analysis, Models and
Simulations, Science and Technology, Materiel Requirements, and Operational
Environment Support. Services will be provided to locations within the
continental (CONUS) and outside CONUS (OCONUS).

1.5 Ordering Period: The ordering period will be a five (5) year ordering
period. Performance under task orders or associated options may extend
beyond the ordering period.

1.6 General Information

1.6.1 Quality Control: Quality Control: Quality Control (QC) is the
responsibility of the contractor. The contractor is responsible for the
quality of services/supplies delivered to the Government (see FAR 52.246-4,
Inspection of Services - Fixed- Price) under the terms and conditions of
this contract and all task orders to this contract. The contractor shall
develop and maintain an effective Quality Control Plan (QCP) that is
acceptable to the Government. The plan shall ensure all services/products
required by this contract and associated task orders are delivered in
accordance with all the requirements contained therein. The Contractors'
QCP shall contain a systematic approach to monitor operations ensuring
acceptable services/products are provided to the Government. The QCP shall
address the following, at a minimum:

a. Continuous process improvement
b. Procedures for scheduling inspection
c. Conducting and documentation of inspection
d. Discrepancy identification and correction
e. Corrective action procedures to include procedures for addressing
Government discovered non-conformances
f. Procedures for root cause analysis to identify the root cause and root
cause corrective action to prevent reoccurrence of discrepancies
g. Procedures for trend analysis
h. Procedures for collecting and addressing customer feedback/complaints.

The QCP shall be delivered to the Government within thirty (30) working
days of contract award and the Government will have ten (10) working days
to review and accept or send the plan back for revision. In the event
revisions are required, the Contractor shall make the appropriate revisions
and return the revised QCP to the Government within five (5) business days
of receipt of notification to revise. Once the KO accepts the QCP, any
future proposed revisions must be submitted to the KO for approval.

1.6.2 Quality Assurance (QA): The government shall evaluate the
contractor's performance under this contract in accordance with the Quality
Assurance Surveillance Plan (QASP). This plan is primarily focused on what
the Government must do to ensure that the contractor has performed in
accordance with the performance standards of this contract and issued task
orders. It defines how the performance standards will be applied, the
frequency of surveillance, and the minimum acceptable defect rate(s) which
will be identified at the task order levels.


1.6.3 Recognized Holidays:

New Year's Day Labor Day
Martin Luther King Jr.'s Birthday Columbus Day
President's Day Veteran's Day
Memorial Day Thanksgiving Day
Independence Day Christmas Day

1.6.4 Hours of Operation: The contractor is responsible for conducting
business, between the hours of Monday thru Friday except Federal holidays
or when the Government facility is closed due to local or national
emergencies, administrative closings, or similar Government directed
facility closings. For other than firm fixed price contracts, the
contractor will not be reimbursed when the government facility is closed
for the above reasons. The Contractor must at all times maintain an
adequate workforce for the uninterrupted performance of all tasks defined
within this PWS when the Government facility is not closed for the above
reasons. When hiring personnel, the Contractor shall keep in mind that the
stability and continuity of the workforce are essential.

1.6.5 Place of Performance: The work is to be performed primarily at Fort
Sill with Temporary Duty (TDY) to various other Continental United States
(CONUS) and Outside the Continental United States (OCONUS) sites. TOs
requiring work performance at other locations will be specified in detail
in each individual TO.

1.6.6 Type of Contract: The Government intent is to award a Multiple-
Award Indefinite Delivery Indefinite Quantity (MAIDIQ) Firm-Fixed-Priced
contract with Cost Reimbursable (CR) CLINs for Travel and Other Direct
Costs (ODC's).

1.6.7 Security Requirements: Contractor personnel performing work under
this contract must have a Secret or Top Secret security clearance at time
of the proposal submission, and must maintain the level of security
required for the life of the contract and issued task orders. The security
requirements are in accordance with the attached DD254. Some Task Order
level requirements may be at a Top Secret Level and this information will
be stated in the individual task order levels.

1.6.7.1 Physical Security: The contractor shall be responsible for
safeguarding all Government equipment, information, and property provided
for contractor use. At the close of each work period, Government
facilities, equipment, and materials shall be secured. The contractor
shall ensure that all assigned personnel understand applicable Security
policies and directives. Personnel who knowingly violate security policies
or directives are subject to immediate removal from any work relating to
this contract.

All contractor personnel assigned to this contract/task order shall be US
citizens and may be required to possess and maintain an active SECRET
security clearance prior to commencement of duties. The contractor shall
ensure that classified data is handled in accordance with appropriate Army
and DOD security regulations. Information classified up to SECRET will be
accessed and stored in Government spaces only. The co