Search Contract Opportunities

Training Aids, Devices, Simulators and Simulations (TADSS) for the Training Support Center (TSC) Fort Hood   3

ID: W91151-21-R-0003 • Type: Solicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Jan. 25, 2021, 5:38 p.m. EST

PERFORMANCE WORK STATEMENT (PWS)

TRAINING AIDS, DEVICES, SIMULATORS AND SIMULATIONS (TADSS), TRAINING SUPPORT SERVICES FOR THE TRAINING SUPPORT CENTER (TSC), FORT HOOD, TX

25 January 2021

PART 1

GENERAL INFORMATION

  1. GENERALINFORMATION: This is non-personnel services to provide Training Support Services at Fort Hood, TX: 126 counties Area of Responsibility-AOR, Texas National Guard, and Installation Management Command (IMCOM). 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. BACKGROUND: Army regulation 350-52 defines responsibilities and prescribes policies of Army Training Support System (TSS) programs on Army installations to ensure that TSS resources are allocated properly to support the Army's training strategies. IMCOM's Common Levels of Support (CLS) 905 identifies the training support requirement to the installation. The TADSS support services contract fulfills that Army and Installation requirement to provide this training support.
    2. OBJECTIVES: The primary objective of the TO is to provide TADSS support services which includes operating warehouses: prioritizing daily work orders; issuing, tracking, receiving and shipping TSC's Property; providing technical assistance to using organizations; design and fabrication of TADSS; performing operational and organization maintenance and repairs on TSC property and developing and maintaining statistical and financial reports.
    3. SCOPE OF WORK: Fort Hood requires contracted services to provide all personnel, supplies, transportation, tools, materials, supervision, and non-personal services necessary to perform TADSS training support services located at Fort Hood, TX: which includes but not limited to the following: Warehouse operations, technical support to users, operator/instructor training and device fabrication. TADSS support services shall be provided to TSC account holders and authorized users: On Post-Active Duty Military and Staff Agencies - approximately 211; Off Post-Reserve, ROTC, Community and University - approximately 85; and Temporary Accounts- (Infrequent Use- Average 17) The number of TSC account holders and authorized users may fluctuate throughout the term of the TO. The Contractor shall perform to the standards in this TO and in this performance work statement.
    4. PERIOD OF PERFORMANCE: The period of performance shall be for one (1) Base Year of 12 months and four (4) 12-month option years, 30 days Phase-In and 30 day Phase-Out. (Dates are subject to change). The Period of Performance reads as follows:
      Phase-In 1 April 2021- 30 April 2021
      Base Year 1 May 2021-30 April 2022
      Option Year I 1 May 2022-30 April 2023
      Option Year II 1 May 2023-30 April 2024
      Option Year III 1 May 2024-30 April 2025
      Option Year IV 1 May 2025-30 April 2026
      Phase-Out 1 May 2026-1 June 2026
    5. GENERAL INFORMATION
      1. QUALITY CONTROL: The Contractor shall develop and maintain an effective quality control plan (QCP) to ensure services are performed in accordance with this PWS. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The Contractor's QCP is the means by which the Contractor assures themselves that their work complies with the requirements of the TO. The QCP shall be submitted to the COR for approval 30 working days after performance start date and shall be updated thereafter to maintain an effective and efficient quality control program. After acceptance of the QCP, the contractor shall receive the COR's acceptance in writing of any proposed changes to the QC system.
      2. QUALITY ASSURANCE: The Government will evaluate the Contractor's performance under this contract in accordance with a Quality Assurance Surveillance Plan (QASP) that is tailored specifically to this TO. The QASP will be used to evaluate Contractor actions while implementing the PWS. The QASP is designed to provide an effective surveillance method to monitor Contractor performance for each objective listed on the Performance Requirements Summary (PRS).
      3. HOLIDAYS: The following federal holidays are observed by the Government: 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
        When one of the above Federal holidays falls on a Sunday the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday the preceding Friday is observed as a holiday. This list of holidays relates to Government duty days and is not intended to supplement or otherwise alter the provisions of the Wage Determination regarding paid holidays.
      4. HOURS OF OPERATION: The Contractor shall be responsible for conducting business, between the hours of 7:30 AM to 4:30 PM 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 (FFP) 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. Flexed work schedules may be required in the performance of services on this contract. If Government personnel are furloughed, the Contractor shall contact the Contracting Officer or the COR to receive specific instructions relating to support services operations. It is the Government's decision as to whether the contract price/cost will be affected as a result of Government shutdown and/or furloughed Government employees. In the event Government shutdown: (Weather/Safety/Pandemic/Epidemic Response) and/or furloughed Government employee's absence impact contract price/cost, a negotiated settlement will be reached as deemed appropriate by the Contracting Officer.
      5. PLACE OF PERFORMANCE: The work to be performed under this contract will be performed at buildings 22041 and 19031, Fort hood, Texas.
      6. TYPE OF CONTRACT: The Government will award a Fixed Firm Price (FFP).
      7. SECURITY REQUIREMENTS: Contractor personnel performing work under this contract does not require a security clearance but will be subjected to a National Agency Check with Local Agency Check and Credit Check (NACLC) at the time of the proposal submission. The security requirements are in accordance with DD254. All Contractor employees requiring computer access shall obtain a CAC through the Trusted Associate Sponsorship System (TASS) in accordance with Army Regulation (AR) 600- 8-14 and AR 190-13. All Contractor employees requiring a CAC must have at least a National Agency Check trustworthy investigation submitted through the Office of Personnel Management. This is a requirement for all Contractors to receive a CAC through the TASS and to have access to any Department of the Army Local Area Network (LAN). Contractors assigned to this TO who require access to Government installations in performance of their duties shall have an owning relationship established in the Joint Personnel Adjudication System (JPAS) to the Government installation for which they are executing the TO. The Security Office where the Contractor(s) is assigned shall perform the JPAS requirement. Visit Requests shall be cleared by the Security Office of the Government installation where the Contractor is assigned. For Contractors who do not require access, a Visit Authorization Letter (VAL) shall be submitted to the Security Office of the Government installation where the Contractor is visiting. All Contractor employees requiring access to Army installations, facilities, and controlled access areas shall complete AT Level I awareness training within ninety (90) calendar days after TO start date or effective date of incorporation of this requirement into the TO, whichever is applicable. All Contractor employee shall complete the DoD Information Assurance (IA) awareness training (Cyber Security) within thirty (30) days, before issuance of network access and annually thereafter. All Contractor employees with access to a Government information system (IS) shall be registered in the ATCTS (Army Training Certification Tracking System) at commencement of services. Per AR 530-1, Operations Security, new Contractor employees shall complete Level I OPSEC training within thirty (30) calendar days of their reporting for duty. All Contractor employees shall complete annual OPSEC awareness training.
        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 day, Government facilities, equipment, and materials shall be secured.
        2. KEY CONTROL: The Contractor shall establish and implement methods of making sure all keys issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the QCP. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the COR. In the event, keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the COR, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be paid by the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost will be paid by the Contractor. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor's employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the COR. The Contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The Contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. These procedures shall be included in the Contractor's QCP.
        3. SPECIAL QUALIFICATIONS: The Contractor is responsible for ensuring employees possess and maintain current Information Assurance Technician (IAT) Level I professional certification during the execution of this TO.
      8. POST AWARD CONFERENCE/PERIODIC PROGRESS MEETINGS: The Contractor shall attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The KO, COR, and other Government personnel, as appropriate, may meet periodically with the Contractor to review the Contractor's performance. At these meetings the KO will apprise the Contractor of how the government views the Contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the Government.
      9. CONTRACTING OFFICER REPRESENTATIVE (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the KO and Contractor of any deficiencies; coordinate availability of Government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order.
      10. KEY PERSONNEL: The following personnel are considered key personnel by the Government: Program Manager, Alternate Program Manager, Quality Control Manager and Information Assurance Technician (IAT) Level I. The Contractor shall provide a Program Manager who shall be responsible for the performance of the work. The Contractor shall submit the name of this person and an alternate who shall act for the Program Manager when the manager is absent, this individual shall be designated in writing to the KO. The Program Manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 7:30AM to 4:30PM, Monday thru Friday except Federal holidays or when the Government facility is closed for administrative reasons. Qualifications for all key personnel are listed below:
      11. The Contractor shall provide a full-time (on-site) dedicated Program Manager (PM) that has the corporate decision-making authority to effectively and rapidly respond to TO requirements. The letter listing the PM shall outline the scope of authority of the PM, also for contingencies after normal operating hours the PM or APM shall respond within two hours.
      12. The Contractor shall designate in writing an (on site) Alternate Project Manager (APM). The APM shall be present during normal operating hours and available when the PM is absent. The APM shall possess extensive experience in the Training Aids, Devices, Simulators and Simulations (TADSS) area.
      13. The Contractor shall provide a Quality Control Manager (QCM) who shall be responsible for creating, implementing, updating and ensuring compliance with an approved Quality Control Plan (QCP) within thirty (30) day of the start of the TO. The QCM shall demonstrate a thorough knowledge of the ISO 9001, Quality Management System Standard.
      14. The Contractor shall provide Information Assurance Technician (IAT) Level I with professional certification. The IAT Level I will be responsible for administration of all computers, computer systems and associated equipment required to perform services on this TO i.e. the Local Area Network (LAN). The IAT Level I will be responsible for performing basic computer upgrades and troubleshooting services. The IAT Level I must demonstrate four years progressive experience in computer and associated equipment operation, possess the knowledge and skills to understand Local Area Network (LAN) technology and qualified to administer a LAN.
      15. IDENTIFICATION OF CONTRACTOR EMPLOYEES: All Contract personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as Contractor products or that contractor participation is appropriately disclosed. Contractor personnel shall wear Contractor provided identification (ID) badges while on duty. The badges shall be visible outside of clothing on the upper body area.
      16. CONTRACTOR TRAVEL: Contractor will be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified on this TO. All travel requires Government approval/authorization and notification to the COR. Any off-site travel necessary to complete the tasks outlined in the PWS shall be coordinated with and approved by the COR prior to commencement and execution IAW the FAR.
      17. OTHER DIRECT COSTS: This ODC is provided for equipment and supplies used in the performance of this contract. This category includes travel (outlined in 1.5.16), reproduction, and shipping expenses associated with training activities. In order to be reimbursed, all receipts and documents supporting the purchases are required to be submitted with the invoice. The Contractor is required to prove any reimbursable items are fair and reasonably priced, to the satisfaction of the contracting officer, in order to be reimbursed. ODC is reimbursed excluding profit or fee.
      18. Deleted.
      19. REPORTS: Routine written products may be required and are the property of the Government and shall be submitted to the COR at the established time and date. Deliverable versions of the report and briefings are expected to contain complete and substantial technical content that can be applied to Government program processes by Government personnel, not merely format outlines containing trivial information. In the case of project briefings/presentations/lesson plans, the OSCOR will review all Contractor-developed deliverables and work-product. Each review will consist of a subject-matter editorial and content review for completeness and writing quality. The Contractor shall make changes, additions, and revisions requested by the Government and include these in subsequent deliverable work-product versions. The Government will review all reports and provide comments within fourteen (14) calendar days unless otherwise indicated. The Contractor shall incorporate Government comments and provide revised reports within thirty (30) calendar days after receiving Government comments unless otherwise indicated. If the Contractor deems that the Government-proposed time-frame for major work is not feasible, then the Contractor shall propose an alternative time-frame or solution alternative. The OSCOR must agree, in writing, to change the Government-proposed time-frame for major work.
      20. PAYMENT: The Contractor shall bill the Government on a monthly basis. A copy of the invoice and DD250 shall be sent electronically to the OS-COR and the COR not later than the 18th of each month. The Contractor shall, upon receipt of a Wide Area Workflow (WAWF) approved DD250, submit the invoice, DD 250; and other pertinent modification documents to the DFAS Office listed in this contract.
      21. ORGANIZATIONAL CONFLICT OF INTEREST: Contractor personnel performing work under this TO may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the COR immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the COR to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the COR and in the event the COR unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the COR may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI.
      22. PHASE IN /PHASE OUT PERIOD: To minimize any decreases in productivity and to prevent possible negative impacts on additional services, the Contractor shall have personnel on board, during the thirty (30) day phase-in/phase-out periods. During the phase in period, the Contractor shall become familiar with performance requirements in order to commence full performance of services on the TO start date. Contractor shall submit a Phase-In-Plan within five (5) working days of contract award and phase out thirty (30) days prior to the contract expiration. The Contractor shall be responsible for full performance during the phase-out period.
        PART 2
        DEFINITIONS & ACRONYMS
  2. DEFINITIONS AND ACRONYMS:
    2.1. DEFINITIONS
    2.1.1. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the Government. The term used in this TO refers to the prime.
    2.1.2. CONTRACTING OFFICER (KO). A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the Government. Note: The only individual who can legally bind the Government.
    2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the KO to administer the TO. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the TO, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract.
    2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement.
    2.1.5 DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports.
    2.1.6. SUPPLIES AND MATERIEL. Supplies and Materiel that are consumed in use, such as paint, fuel, cleaning and preserving materials, etc., or that lose their identity, such as spare parts, etc. Also called consumable supplies and materiel.
    2.1.7. FIELD MAINTENANCE. Maintenance that is routine, regular and scheduled or periodic (e.g. servicing, cleaning, inspection, minor repairs and replacement). -10/-20 Standards. Maintenance which is the responsibility of and performed by a using organization on its assigned equipment. Its phases normally consist of inspecting, servicing, lubricating, adjusting, and the replacing of parts, minor assemblies, and subassemblies. Unit maintenance tasks performed by the operator, crew, and/or unit maintenance personnel to detect and correct faults.
    2.1.8. GOVERNMENT-FURNISHED PROPERTY (GFP). Means property in the possession of or directly acquired by the Government and subsequently made available to the Contractor.
    2.1.9. GOVERNMENT PROPERTY. All property owned by or leased to the Government or acquired by the Government under the terms of the contract. It includes both Government-furnished property and contractor-acquired property as defined in this section.
    2.1.10. HAZARDOUS MATERIALS. For the purpose of this PWS, are defined as any other material designated by a Government technical representative as potentially hazardous and requiring safety controls. Hazardous material as defined in the latest version of the Federal Standard No. 313 is also applicable pursuant to Federal Acquisition Regulation (FAR) 23.301 Definition.
    2.1.11. INSTALLATION PROPERTY. For the purposes of this PWS, means property of high value (including equipment, machine tools, test equipment, furniture, vehicles, and accessory and auxiliary items) used in fabricating supplies or used for any administrative purpose in the performance of services.
    2.1.12. KEY PERSONNEL. Contractor personnel who are evaluated in a source selection process and who may be required to be used in the performance of a TO by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal.
    2.1.13. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property.
    2.1.14. PROPERTY. For the purposes of this PWS, means all property, both real and Installation. It includes facilities, material, special tooling and agency-peculiar property.
    2.1.15. PROPERTY ADMINISTRATOR (PA). A property administrator may be designated, by letter of appointment from the KO, to administer the contract requirements and obligations relative to GFP. The Contractor will be provided a copy of the property administrator appointment letter.
    2.1.16. QUALITY ASSURANCE. The Government's procedures to verify that services being performed by the Contractor are performed according to acceptable standards.
    2.1.17. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance.
    2.1.18. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements.
    2.1.19. REAL PROPERTY. Means land and rights in land, ground improvements, utility distribution systems, and buildings and other structures. It does not include foundations or personal property.
    2.1.20. REPAIR. To restore an item to a serviceable condition through correction of a specific failure or unserviceable condition and performing such action to make the equipment operable.
    2.1.21. SPECIAL TOOLING. For the purpose of the PWS, means jigs, dies, fixtures, molds, patterns, taps, gauges, other equipment and fabrication aids, all components of these items, and replacement of these items which are of such a specialized nature that without substantial modification or alteration their use is limited to the development or production of particular supplies or parts thereof or to the performance of particular services. It does not include material, facilities, general or special machine tools or similar capital items.
    2.1.22. TRAINING AIDS, DEVICES, SIMULATORS AND SIMULATIONS (TADSS). As used in this PWS, means Government property issued to TSC customers for their direct use. It includes expendable supplies and materiel; installation property; and special tooling, as defined in this section.
    2.1.23. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract.
    2.1.24. WORK WEEK. Monday through Friday, unless specified otherwise.
    2.1.25 ACRONYMS:
    ACOR Alternate Contracting Officer's Representative
    AFARS Army Federal Acquisition Regulation Supplement
    AR Army Regulation
    CCE Contracting Center of Excellence
    CFR Code of Federal Regulations
    CONUS Continental United States (excludes Alaska and Hawaii)
    COR Contracting Officer Representative
    COTR Contracting Officer's Technical Representative
    COTS Commercial-Off-the-Shelf
    DA Department of the Army
    DD250 Department of Defense Form 250 (Receiving Report)
    DD254 Department of Defense Contract Security Requirement List
    DFARS Defense Federal Acquisition Regulation Supplement
    DMDC Defense Manpower Data Center
    DOD Department of Defense
    FAR Federal Acquisition Regulation
    GFP Government Furnished Property
    GP Government Property
    KO Contracting Officer
    OCI Organizational Conflict of Interest
    OCONUS Outside Continental United States
    ODC Other Direct Costs
    PA Property Administrator
    PIPO Phase-In/Phase-Out
    POC Point of Contact
    PRS Performance Requirements Summary
    PWS Performance Work Statement
    QA Quality Assurance
    QAP Quality Assurance Program
    QASP Quality Assurance Surveillance Plan
    QC Quality Control
    QCP Quality Control Plan
    TE Technical Exhibit
    PART 3
    GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES
    3. GOVERNMENT FURNISHED ITEMS AND SERVICES:
    3.1. Services: The Government will provide preventive maintenance and repair of Government owned facilities. The Government will maintain the facilities IAW FH Reg. 420-27. Unless otherwise required maintenance will be provided IAW Government prescribed maintenance schedules. The Contractor shall notify the COR in writing when facility repairs or maintenance are required.
      1. The Government will provide telephone, facsimile, and website services exclusively for the conduct of official business in the performance of this TO. The Government will not be responsible for charges for unofficial business long distance telephone calls made or accepted by Contractor personnel. The installation, maintenance, repair, and removal of Government furnished communications and associated instruments will be the responsibility of the Government. Telephone service will be subject to the standard monitoring requirements of the Government telephone network. The two types of property used in the performance of this TO are GFP and TADSS as defined in Section 2 Definitions. The Contractor shall notify the COR whenever property becomes unserviceable or uneconomically repairable. The Government will provide disposition instructions for turn in.
      2. The Government will provide one day per week office custodial services to include vacuuming, sweep floors, clean water fountains, sinks, commodes and urinals, and mop and buff floors once monthly in TSC buildings 22041and 19031.
      3. The Government will provide refuse collection for the TSC facilities. The Government will provide containers for disposal of recycled materials.
      4. The Government will provide all equipment, supplies, material and other items and services necessary for copying of official reports, documents and correspondence generated in the performance of this PWS. The Contractor may purchase or charge these items under the ODC CLIN ONLY with specific approval by the Government.
      5. The Government will provide maintenance and repair due to fair wear and tear of all Government owned copiers and/or reproduction machines. The Contractor shall not purchase nor charge these items under the ODC CLIN unless specifically approved by the Government.
      6. The Government will provide Insect and Rodent control for Government owned buildings occupied by Government employees. Insect and Rodent control for Government owned facilities occupied solely by the Contractor will be the responsibility of the Contractor.
      7. Medical services for Contractor personnel are the responsibility of the Contractor. However, the Government will provide; on an emergency basis, medical services for job related injuries while an employee is performing under this TO. Emergency medical care is available to the Contractor employees at Carl R. Darnall Army Medical Center. Such emergency medical care will be limited to those services necessary to prevent undue suffering or loss of life and will be provided only during the period of emergency. In such circumstances, action shall be taken to transfer employees of the Contractor to a civilian health care provider as soon as the emergency period ends. The Contractor shall reimburse the Government for emergency medical services provided upon receipt of an invoice issued by medical representative offices, Fort Hood, Texas, at the established Army rate. If the invoice is not paid, cost may be set-off by the KO against future payments to the Contractor.
      8. The Government will provide security and police protection services by the Fort Hood Provost Marshal's Office. The emergency telephone number is 287-2176 or 911.
      9. FACILITIES: The Government will provide the Fort Hood Training Support Center(building 22041) and the Call For Fire Trainer (CFFT-building 19031); these facilities will have the necessary workspace for the Contractor staff to provide the support outlined in the PWS to include desk space, telephones, computers, and other items necessary to maintain an office environment.
      10. UTILITIES: All of the utilities currently in use in the facilities provided in conjunction with this contract will be provided by the Government through the existing connections at no expense to the Contractor. Use of these utilities by the Contractor shall be subject to the provisions of FH Reg. 420-9 Energy Conservation Program.
      11. EQUIPMENT: The Government will provide all equipment needed to execute the support services outlined in this PWS. (SEE TECHNICAL EXHIBIT 3 GFP)
      12. MATERIALS: The Government will provide all materials needed to execute the support services outlined in this PWS.
        PART 4
        CONTRACTOR FURNISHED ITEMS AND SERVICES
        4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES:
        4.1. GENERAL: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this TO that are not listed under Section 3 of this PWS.
        4.1.2. The Contractor shall inventory and record issues and turn-ins of property. The Contractor shall not extend the issue of property beyond thirty days (30 days) without a written justification from the user and approval from the COR. The Contractor shall recall property from account holders to meet higher priority requirements as requested by the COR. The Contractor shall inspect and test (except main gun components for M1Tanks and Bradley Fighting Vehicles) all property for operational condition upon turn- in. The Contractor shall inspect and test for cleanliness, damage, accountability of component parts, serviceability and the need for Maintenance or Repair. The Contractor shall coordinate removal and disposal of obsolete and unusable Property and related documents with the Army Training Support Center (ATSC) and notify the COR.
        4.1.3. EQUIPMENT: The Contractor shall provide vehicles for on and off road operation as required in this PWS. All Contractor vehicles shall be clearly marked as required in this PWS. The Contractor shall be responsible for providing personnel, supplies, and equipment for outside maintenance of Government- provided, Contractor-occupied facilities and TSC areas. The Contractor shall maintain all Government furnished facilities, equipment, supplies, and material in a safe, organized, and clean condition. The Contractor shall acquire only those items needed to perform tasks under this PWS. Items purchased at the direction of the Government will become Government property. The Contractor shall perform logistics functions for DPTMS TSC to include hand receipt tasks, responsibility for Class II, III, IV, VII and IX, expendable, non-expendable, and durable property on hand at the full performance start date and subsequent receipts which affect hand receipt records. Responsibility shall be accomplished IAW FAR Part45, AR 710-2, AR 735-5, DA Pamphlet 710-2-1 and DA Pamphlet 710-2-2. The Contractor shall be responsible for inventory management of the warehouses IAW AR 710-2, Supply Policy Below the National Level; DA PAM 710-2-1, Using Unit Supply System (Manual Procedures); DA PAM 710-2-2, Supply Support Activity Supply System: Manual Procedures; AR 725-50, Requisition, Receipt, and Issue System; AR 735-5 Policies and Procedures for Property Accountability, and AR 25-400-2 The Army Records Information Management System (ARIMS).
        PART 5 SPECIFIC TASKS
        5. SPECIFIC TASKS:
        5.1. BASIC SERVICES. The Contractor shall provide all personnel, supplies, transportation, tools, materials, supervision and non-personal services necessary to perform TADSS support services for the TSC located at Fort Hood, Texas as defined in this Performance Work Statement. TADSS support services include operating warehouses: prioritizing daily work orders; issuing, tracking, receiving and shipping TSC's Property; providing technical assistance to using organizations; design and fabrication of TADSS; performing operational and organization maintenance and repairs on TSC property and developing and maintaining statistical and financial reports. To minimize any decreases in productivity and to prevent possible negative impacts on additional services, the Contractor shall have personnel on board, during the thirty (30) day phase-in/phase-out periods. During the phase in period, the Contractor shall become familiar with performance requirements in order to commence full performance of services on the TO start date. Contractor shall submit a Phase-In-Plan within five (5) working days of contract award and phase out thirty (30) days prior to the contract expiration. The Contractor shall be responsible for full performance during the phase-out period.
        5.2. SCOPE: TADSS training support services: Warehouse operations, technical support to users, operator/instructor training and device fabrication. TADSS support services will be provided to TSC account holders and authorized users: On Post - Active Duty Military and Staff Agencies - approximately 211; Off Post - Reserve, ROTC, Community and University - approximately 85; and Temporary Accounts - (Infrequent Use- Average 17) The number of TSC account holders and authorized users may be changed throughout the term of the contract by the Contracting Officer Representative (COR), hereinafter identified as the COR. The Contractor shall be responsible for all phases of work order completion (i.e. work order receipt; issuing; turn-in; allocation to appropriate personnel; tracking and finalizing work orders). Environmental control: The Contractor manages all waste materials generated under this contract IAW applicable Federal, State, Local, or Installation laws, ordinances, regulations, court
        orders, or other types of rulings.
        5.3. TADSS TRAINING SUPPORT SERVICES
        5.3.1. PROPERTY ACCOUNTABILITY AND INVENTORIES: The Contractor shall provide personnel, management and all other logistical functions (not already provided by the Government in Section 3) necessary to provide TADSS support services.
        5.3.1.1. The Contractor shall establish; maintain accountability; and sustain all Government property. A joint physical inventory of GFP and TADSS equipment will be conducted by the Government Supply Personnel, PBO, the property administrator PA and the Contractor prior to the beginning of the contract period.
        5.3.1.2. The Contractor shall establish and maintain an inventory tracking system. The system shall be capable of tracking the status for all TSC property.
        5.3.1.3. The Contractor shall conduct inventories IAW DA PAM 710-2-1 and AR 735-5 or when required by the COR.
        5.3.1.4. The Contractor shall be responsible for inventory management of the warehouses IAW AR 710-2, Supply Policy Below the National Level; DA PAM 710-2-1, Using Unit Supply System (Manual Procedures); DA PAM 710-2-2, Supply Support Activity Supply System: Manual Procedures; AR 725-50, Requisition, Receipt, and Issue System; AR 735-5 Policies and Procedures for Property Accountability, and AR 25-400- 2 The Army Records Information Management System (ARIMS).
        5.3.1.5. The Contractor shall maintain the Current Warranty List (SEE TECHNICAL EXHIBIT 4 WARRANTY LIST) after inventory verification of quantities of TSC property under warranty. The Contractor shall provide the COR a copy of the list quarterly for review beginning 30 days after TO start date.
        5.3.1.6. The Contractor shall submit a description of the Property Control (Management) System that will be implemented in the performance of this TO & DFARS 252.245-7003, Contractor Property Management System Administration and FAR 52.245-1, Government Property and Army Regulation 735 5, Property Accountability. The Property Control System shall be submitted to the COR for review and acceptance within thirty (30) days of contract start. The COR will notify the Contractor of acceptance or required modifications to the document submitted.
        5.3.1.7. The Contractor shall be responsible for TSC property that is lost or damaged while under the Contractor's control.
        5.3.1.8. The Contractor shall report lost or damaged property to the COR within four (4) hours of discovery, followed by a written statement of loss or damage within 24 hours. The Contractor shall conduct an investigation to determine the reason for the loss, damaged or destroyed equipment and provide findings to the COR within 72 hours.
        5.3.1.8. The Contractor shall submit monthly Government Lost, Damaged and/or Destroyed (GLD/D) report not later than the fifth (5th) of the month.
        5.3.1.9. The Contractor shall inspect and test (except main gun components for M1 and Bradley) all property for operational condition upon Turn-in. The Contractor shall inspect and test for cleanliness, damage, accountability of component parts, serviceability and the need for Maintenance or Repair. Operational maintenance and or repairs shall be performed within five (5) workdays of turn-in. TS-MATS will be used when maintenance is required, scanners may be used.
        5.3.1.10. Monthly Status Report (MSR). The Contractor shall submit MSRs detailing the status for each task to the COR. The monthly status report is due NLT the 5th of the month after the first full month of the TO performance. Subsequent reports shall be attached to the monthly invoice and submitted NLT the 5th of each month until all PWS task are completed.
        5.4. WAREHOUSE OPERATION. The Contractor shall operate out of the warehouses located in building 22041 provided by the Government. Accountability for GFP and TADSS Property will be attained by as well as signed over to the Contractor; however, the Government retains responsibility as the Primary Hand Receipt Holder (PHRH) for all TADSS Property. In addition to the PHRH, the Installation Property Book Office (IPBO) will maintain a GFP listing as a fiduciary hand receipt for reporting purposes.
        5.4.1. The Contractor shall provide an annual GFP report as required in Section 3 of this PWS. TADSS property shall be accounted for by using the Global Combat Support System-Army (GCSS-Army) and the Training Support-Materiel Army wide Tracking System (TS-MATS) as directed.
        5.4.2. The Contractor shall be required to be licensed for and utilize Materials Handling Equipment (MHE) equipment for upload and download of freight from transport vehicles; in and around the warehouse for storage and maintenance of property and to assist customers as required.
        5.4.3. The Contractor shall provide a Weekly TADSS Usage Report to the COR. The report shall include but is not limited to usage statistics (in the field, motor pools, TADSS facilities or ranges); quantities of property issued by category and work order priority. The report shall be provided NLT COB Thursdays'.
        5.4.4. The Contractor shall establish and maintain a Monthly Sensitive, Explosive, and Hazardous Material Report. The Report will include a list of property inventoried, location and quantity. The Contractor shall provide the report to the COR by the fifth (5th) workday of each month.
        5.5. TECHNICAL ASSISTANCE SUPPORT. The Contractor shall provide technical assistance during field exercises which may last up to 24 hours or longer in duration; technical assistance shall be provided verbally or in written form as required on work orders.
        5.5.1. The Contractor shall provide technical assistance involving the development of requirements, design, fabrication or evaluation of TSC support products, systems and services. Technical assistance support shall be provided at the designated sites requested by customers, i.e., command post, training area, etc.
        5.5.2. The Contractor shall provide technicians to provide training on a variety of TADSS Equipment, Engagement Skills Trainer (EST), Observed Fire Trainer (OFT) and Multi Integrated Laser Engagement System (MILES) and other additional training enablers. The Contractor shall maintain logs (excel or word file) detailing the type of training provided, dates and times of training for each military unit. The Contractor shall provide copies of the training logs as requested by the COR.
        5.5.3. INFORMATION ASSURANCE TECHNICIAN: The Contractor shall provide Information Assurance Technician (IAT) Level I with professional certification.
        5.5.3.1. The Contractor shall provide computer and automated database administration support for ALL computer systems located in the buildings under TSC areas of responsibility.
        5.5.3.2. The Contractor shall provide the personnel necessary to ensure Information Assurance policies are established for all TSC systems connected to LAN or a stand- alone system LAN.
        5.5.3.3. The Contractor shall ensure connectivity to LAN is maintained by all systems and peripherals; ensure all servers and databases are maintained, repaired, upgraded, secure and ensure that only NEC approved software, digital and print media are used in the performance of services on this TO.
        5.5.4. FABRICATION OF TRAINING AIDS AND DEVICES. The Contractor shall provide personnel necessary to design, fabricate, modify, install and maintain TSC Training aids and Devices (i.e. howitzer tools, atropine injector, cocking devices, silhouettes and dummy blasting caps, bridges, fences, booths, human-form manikins, engineer stakes, range fans, consoles, unit crest, unit patch and sandwich boards).
        5.5.4.1. The Contractor shall develop drawings and blueprints which may include electrical circuits, electromechanical, pneumatic, hydraulic or laser-and-radio-controlled items for functional or nonfunctional two and three-dimensional TSC aids and devices.
        5.5.4.2. The Contractor shall fabricate (to include painting) TSC training aids and devices from a variety of materials (i.e. rubber, plastic, concrete, glass, paper, fiberglass, wood, Plexiglas/Lexan and metal).
        5.5.4.3. The Contractor shall maintain all files to include files of all drawings, blueprints and associated documents used or developed for the fabrication of TSC training aids and devices, IAW ARs 25-1 and 25-400-2. Additional examples of TSC fabricated Training Aids and Devices is as follows:
        5.5.4.3.1 Mockups - scaled or cutaway models and may be capable of disassembly or simulated operations.
        5.5.4.3.2. Models replicas which have the characteristics and proportional dimensions of actual operational equipment. Some models may be required to be working models.
        5.5.4.3.3. Terrain Models - replicas of land and/or sea with superficial characteristics and proportional dimensions.
        5.5.4.3.4. Field Markers/Signs - in various sizes from 4x9 inches to 12x24 inches. Markers may be square or pointed, painted with camouflage colors or standard field colors by decalcomania or stencil and with tactical unit symbols.
        5.5.4.3.5. Exhibits and Displays - exhibits and displays range from table-top displays to elaborate exhibits such as unit crests and/or unit insignias'. They may be required to be static, animated, or automated.
        5.5.5. SYSTEM FOR AWARD MAMANAGEMENT (SAM):
        5.5.5.1 Contractor Manpower Reporting. The Contractor shall report ALL Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Department of the Army via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: https://sam.gov/SAM/, then select Entity Registrations , and then select Service Contract Reporting (SCR) . Reporting inputs shall be for the labor executed during the period of performance during each Government FY, which runs from October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2020. Contractors may direct questions to the help desk by clicking on Send an email which is located under the Help Resources Ribbon on the bottom of the login page of the applicable SCR website at https://sam.gov/SAM/. As part of the submission, the Contractor shall also provide the estimated total cost (if any) incurred to comply with reporting requirement.
        5.6. Deliverables:

Deliverable

Frequency

# of Copies

Medium/Format

Submit To

AT Level I Training

paragraph 1.5.7.

Within ninety (90) calendar days after TO start date and as required by DoD

One original and one digital copy

MS Word paper and Digital copy

TSC COR

DoD Information Assurance (IA) awareness training (Cyber Security)

paragraph 1.5.7.

Within thirty (30) calendar days after TO start date and as required by DoD

One original and one digital copy

MS Word paper and Digital copy

TSC COR

Level I OPSEC training

paragraph 1.5.7.

Within thirty (30) calendar days after TO start date and as required by DoD

One original and one digital copy

MS Word paper and Digital copy

TSC COR

ATCTS (Army Training Certification Tracking System)

paragraph 1.5.7.

Must register at commencement of services.

N/A

N/A

TSC COR

Payment

paragraph 1.5.20.

Monthly

One original and one digital copy

Approved DD 250, WAWF Invoices

TSC COR

Quality Control Plan

paragraph 1.5.1.

Within thirty (30) calendar days after TO start date

One original and one digital copy

MS Word paper and Digital copy

TSC COR

Phase-In/Out-Plan

PWS paragraph 1.5.22.

phase-in (within 5 days of start date) phase-out (30 days prior to closing date) plan.

One original and one digital copy

MS Word paper and Digital copy

TSC COR

GLD/D Report

paragraph 5.3.1.8.

Monthly

One original and one digital copy

MS Word paper and Digital copy

TSC COR

Monthly Status Report (MRS)

paragraph 5.3.10.

Monthly

One original and one digital copy

MS Word paper and Digital copy

TSC COR

GFP Report

paragraph 5.4.1.

Annually

One original and one digital copy

MS Word paper and Digital copy

TSC COR

TADSS usage

PWS paragraph 5.4.3.

Weekly

One original and one digital copy

MS Word paper and Digital copy

TSC COR

Sensitive, Explosive and Hazardous Material report

PWS paragraph 5.4.4.

Monthly

One original and one digital copy

MS Word paper and Digital copy

TSC COR

PART 6

APPLICABLE PUBLICATIONS

6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS)

6.1. The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures.

6.1.1. ISO 9001 Quality Management System Standard

6.1.2. AR 25-1, Army Knowledge Management and Information Technology

6.1.3. AR 25-2, Information Assurance

6.1.4. AR 25-51 Official Mail and Distribution Management

6.1.5. AR 25-400-2 Army Records Information Management System

6.1.6. AR 190-5 Motor Vehicle Traffic Supervision

6.1.7. AR 190-13 The Army Physical Security Program

6.1.8. AR 200-1 Environmental Protection and Enhancement

6.1.9. AR 350-38, Training Device Policies and Management

6.1.10. AR 380-5 Department of the Army Information Security Program

6.1.11. AR 385-10, Army Safety Program

6.1.12. AR 420-90 Fire and Emergency Services

6.1.13. AR 600-63 Army Health Promotion

6.1.14. AR 600-8-14 Identification Cards for Members of the Uniformed Services, Their Eligible Family Members, and Other Eligible Personnel

6.1.15. AR 700-68 Storage and Handling of Liquefied and Gaseous Compressed Gases and Their Full and Empty Cylinders

6.1.16. AR 530-1 Operation Security

6.1.17 AR 710-2, Supply Policy Below the National Level

6.1.18. AR 725-50, Requisition, Receipt, and Issue System

6.1.19. AR 735-5, Policies and Procedures For Property Accountability

6.1.20. AR 750-1 Army Material Maintenance Policy

6.1.21. AR Pam 710-2-2, Supply Support Activity Supply System: Manual Procedures

6.1.22. DA Form 2062, Hand Receipt/Annex Number

6.1.23. DA Form 5988 Equipment Inspection and Maintenance Worksheet

6.1.24. DA Form 3161 Request for Issue or Turn-in

6.1.25. DA PAM 385-4 Army Accident Investigation and Reporting

6.1.26. DA PAM 700-32 Packaging of Army Materiel

6.1.27. DA PAM 710-2-1, Using Unit Supply System (Manual Procedures)

6.1.28. DD Form 254, Defense Contract Security Classification Specification

6.1.29. DoD 5500.07-R, Joint Ethics Regulations

6.1.30. FH Reg 190-5 Fort Hood Traffic Code

6.1.31. FH Reg 200-1 Environment Protection and Enhancement

6.1.32. FH Reg 210 2, Building Transactions and Usage Maintenance of Installed Property

6.1.33. FH Reg 420-1 Fire Regulations

6.1.34. FH Reg 420-6 Recycle Program

6.1.35. FH Reg 420-9, Energy Conservation Program

6.1.36. FH Reg 420-27 Care, Maintenance, Alterations of Facilities

6.1.37. FAR Federal Acquisition Regulations

6.1.38. DFARS 252.239.7001, Information Assurance Contractor Training and Certification

6.1.39. DoD 8570.01, Information Assurance (IA) Training, Certification, and Workforce Management

6.1.40. DoD 8570.01-M, Information Assurance Workforce Improvement Program

6.2. Location of Publications and Forms.

The Contractor shall utilize the Internet to view and print electronic versions of required publications and Forms. Fort Hood publications can be accessed at https://armypubs.army.mil/ProductMaps/PubForm/DAForm.aspx or https://www.dla.mil/

Part 7

NonComformance Reporting

7.1 . Non-Conformance Reports (NCR). Non-conformance occurs when a Contractor fails to meet Contract terms, conditions and/or specifications. All government discovered contractor non-conformances shall be documented at the time of discovery. Documentation will, at a minimum, include the contract and order number, reference to the specific contract requirement, the specific deficiency to the requirement, where it was discovered, the date and time it was discovered, focal point for the contractor who was notified and suspense date for contractor response. Types of nonconformance (Defined in FAR 46.101):

Minor nonconformance means a nonconformance that is not likely to materially reduce the usability of the supplies or services for their intended purpose, or is a departure from established standards having little bearing on the effective use or operation of the supplies or services.

Major nonconformance means a nonconformance, other than critical, that is likely to result in failure of the supplies or services, or to materially reduce the usability of the supplies or services for their intended purpose.

Critical nonconformance means a nonconformance that is likely to result in hazardous or unsafe conditions for individuals using, maintaining, or depending upon the supplies or services; or is likely to prevent performance of a vital agency mission. Vital agency mission means the mission of the requiring activity/supported unit(s) that the contract supports (ACC definition). See ACC-AI for additional information on definitions of types/levels of nonconformance.

7.2. L1-Minor

May be issued by a functional specialist (QA, PA, etc). May be issued by a COR if KO specifically authorizes and COR is trained. Contracting Officer must review and approve if functional specialist or COR issues; KO's review verifies the nonconformance traces to contract requirements, Contract requirements have been interpreted correctly. They agree the nonconformance is minor.

7.3. L2-Major

Issued by the Contracting Officer. Must be reviewed by one level above the KO (Can be a Team Lead).

7.4. L3-Critical

Issued by the Contracting Officer. Must be reviewed by one level above the KO. Coordinated with the Senior Contracting Official (SCO) through Customer Field Support (418th CSB) (SCO concurs / non-concurs with issuance). Commanders Critical Information Report (CCIR) to 418th BDE. If delegated contract, both SCOs must coordinate and agree."

Appendix A Contract Performance Requirements Summary (PRS)

Note: Government surveillance of contractor performance is not limited to the Performance Objectives as outlined in this PRS. The government reserves the right to conduct compliance surveillance of any contractual requirement of this acquisition.

Performance Objective

(PWS Paragraph No.)

Performance Standard

Performance Threshold

(Maximum Allowable error rate)

Method of Surveillance

1.5.7. AT Level I awareness training

All Contractor employees requiring access to Army installations, facilities, and controlled access areas shall complete AT Level I awareness training within ninety (90) calendar days after TO start date.

Zero deviation from standard

Include but are not limited to:

100% Inspection

1.5.7. DoD Information Assurance (IA) awareness training (Cyber Security)

All Contractor employee shall complete the DoD Information Assurance (IA) awareness training (Cyber Security) within thirty (30) days, before issuance of network access and annually thereafter.

Zero deviation from standard

Include but are not limited to:

100% Inspection

1.5.7. Level I OPSEC training

Contractor employees shall complete Level I OPSEC training within thirty (30) calendar days of their reporting for duty. All Contractor employees shall complete annual OPSEC awareness training.

Zero deviation from standard

Include but are not limited to:

100% Inspection

1.5.7. Security Requirements

Contractor personnel performing work under this contract does not require a security clearance but will be subjected to a National Agency Check with Local Agency Check and Credit Check (NACLC) at the time of the proposal submission.

Zero deviation from standard

Include but are not limited to:

100% Inspection

5.2. Environmental Control. Environmental Protection.

The Contractor manages all waste materials generated under this contract IAW applicable Federal, State, Local, or Installation laws, ordinances, regulations, court orders, or other types of rulings.

Zero Deviation from standards.

Include but are not limited to:

100% Inspection

5.5.4.3. File maintenance

The Contractor shall maintain all files to include files of all drawings, blueprints and associated documents used or developed for the fabrication of TSC training aids and devices.

No more than 5 file errors per inspection.

No unauthorized releases of files or information.

Include but are not limited to:

100% Inspection

5.3.1.2. Inventory Tracking System

The Contractor shall establish and maintain an inventory tracking system. The system shall be capable of tracking the status for all TSC property.

No more than 2 errors or deficiencies per inspection.

Include but are not limited to:

100% inspection

5.3.1.3. Conduct Inventories.

The Contractor conducts inventories IAW DA PAM 710-2-1 and AR 735-5 or when required by the Installation Property Book Officer or Contracting Officer.

No more than 2 errors or deficiencies per inspection.

Include but are not limited to:

100% Inspection

5.1. Operational/ Organization Maintenance, and/or Repair

The Contractor shall provide personnel to performing operational and organization maintenance and repairs on TSC property.

No more than 2 errors or deficiencies per inspection.

Include but are not limited to:

100% Inspection

5.5. Technical assistance support.

The Contractor shall provide technical assistance.

No more than 2 customer complaints or deficiencies per inspection.

Include but are not limited to:

100% Inspection

5.5.2. Training.

The Contractor shall provide technicians to conduct training on a variety of TADSS Equipment.

No more than 2 customer complaints or deficiencies per inspection.

Include but are not limited to:

100% Inspection

Customer Feedback

5.5.4. Fabrication of training aids and devices.

The Contractor shall provide personnel necessary to design, fabricate, modify, install and maintain TSC Training aids and Devices

No more than 2 customer complaints or deficiencies per inspection.

Include but are not limited to:

Periodic Sampling

Customer Feedback

5.5.3. Information Assurance.

The Contractor shall provide Information Assurance Technician (IAT) Level I with professional certification.

No more than 2 customer complaints or deficiencies per inspection

Include but are not limited to:

100% inspection

Periodic Sampling

1.5.22. Phase-in/out plan.

Contractor shall have personnel on board, during the thirty (30) day phase in/phase out periods.

Zero deviation from standard

Include but are not limited to:

100% inspection

Posted: Jan. 22, 2021, 3:54 p.m. EST
Posted: Jan. 7, 2021, 5:10 p.m. EST
Posted: Jan. 4, 2021, 5:40 p.m. EST
Posted: Dec. 22, 2020, 2:20 p.m. EST

Overview

Response Deadline
Jan. 29, 2021, 4:00 p.m. EST Past Due
Posted
Dec. 22, 2020, 2:20 p.m. EST (updated: Jan. 25, 2021, 5:38 p.m. EST)
Set Aside
8(a) (8A)
Place of Performance
Fort Hood, TX 76544 United States
Source

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Signs of Shaping
76% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 12/22/20 MICC Fort Hood issued Solicitation W91151-21-R-0003 for Training Aids, Devices, Simulators and Simulations (TADSS) for the Training Support Center (TSC) Fort Hood due 1/29/21. The opportunity was issued with a 8(a) (8A) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC R706.
Primary Contact
Name
Kendrick Nance   Profile
Phone
(254) 287-6495

Documents

Posted documents for Solicitation W91151-21-R-0003

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation W91151-21-R-0003

Contract Awards

Prime contracts awarded through Solicitation W91151-21-R-0003

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W91151-21-R-0003

Similar Active Opportunities

Open contract opportunities similar to Solicitation W91151-21-R-0003

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > 418TH CSB
FPDS Organization Code
2100-W91151
Source Organization Code
500036836
Last Updated
Feb. 13, 2021
Last Updated By
kendrick.r.nance.civ@mail.mil
Archive Date
Feb. 13, 2021