Sei sulla pagina 1di 163

1.

THIS CONTRACT IS A RATED ORDER RATING P AGE OF P AGES


SOLICITATION, OFFER AND AWARD UNDER DP AS (15 CFR 700) 1 165
2. CONTRACT NO. 3. SOLICITATION NO. 4. TYP E OF SOLICITATION 5. DATE ISSUED 6. REQUISITION/P URCHASE NO.
[ ] SEALED BID (IFB)
H9223919R0002 13 Mar 2019
[ X ] NEGOTIATED (RFP )
7. ISSUED BY CODE H92239 8. ADDRESS OFFER TO (If other than Item 7) CODE
HQ US ARMY SPECIAL OPERATIONS CMD, DCSC
ATTN: AOCO (CONTRACTING)
BLDG E-2929
DESERT STORM DRIVE TEL:
See Item 7 TEL:
FORT BRAGG NC 28310
FAX: 910-432-9345 FAX:
NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".

SOLICITATION
9. Sealed offers in original and 6 copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if
handcarried, in the depository located in USASOC HQ, Fort Bragg, NC until 12:00 PM local time 12 Apr 2019
(Hour) (Date)
CAUT ION - LAT E Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and
conditions contained in this solicitation.
10. FOR INFORMATION A. NAME B. TELEP HONE (Include area code) (NO COLLECT CALLS) C. E-MAIL ADDRESS
CALL: GAIL WILLIAMS 910-432-8598 gail.williams@socom.mil

11. T ABLE OF CONT ENT S


(X) SEC. DESCRIPT ION PAGE(S) (X) SEC. DESCRIPT ION PAGE(S)
PART I - THE SCHEDULE PART II - CO NTRACT CLAUSES
X A SOLICIT AT ION/ CONT RACT FORM 1 X I CONT RACT CLAUSES 138 - 150
X B SUPPLIES OR SERVICES AND PRICES/ COST S 2 - 65 PART III - LIST O F DO CUMENTS, EXHIBITS AND O THER ATTACHMENTS
X C DESCRIPT ION/ SPECS./ WORK ST AT EMENT 66 - 125 J LIST OF AT T ACHMENT S
D PACKAGING AND MARKING PART IV - REPRESENTATIO NS AND INSTRUCTIO NS
X E INSPECT ION AND ACCEPT ANCE 126 - 128 REPRESENT AT IONS, CERT IFICAT IONS AND
X K 151
X F DELIVERIES OR PERFORMANCE 129 - 136 OT HER ST AT EMENT S OF OFFERORS
X G CONT RACT ADMINIST RAT ION DAT A 137 X L INST RS., CONDS., AND NOT ICES T O OFFERORS 152 - 160
H SPECIAL CONT RACT REQUIREMENT S X M EVALUAT ION FACT ORS FOR AWARD 161 - 165
OFFER (Must be fully completed by offeror)
NOT E: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period.
12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a different period
is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite
each item, delivered at the designated point(s), within the time specified in the schedule.
13. DISCOUNT FOR PROMPT PAYMENT
(See Section I, Clause No. 52.232-8)
14. ACKNOWLEDGMENT OF AMENDMENT S AMENDMENT NO. DAT E AMENDMENT NO. DAT E
(T he offeror acknowledges receipt of amendments
to the SOLICIT AT ION for offerors and related
documents numbered and dated):
15A. NAME CODE FACILIT Y 16. NAME AND T IT LE OF PERSON AUT HORIZED T O
AND
SIGN OFFER (T ype or print)
ADDRESS
OF
OFFEROR

15B. T ELEPHONE NO (Include area code) 15C. CHECK IF REMITTANCE ADDRESS 17. SIGNAT URE 18. OFFER DAT E
IS DIFFERENT FROM ABOVE - ENTER
SUCH ADDRESS IN SCHEDULE.
AWARD (To be completed by Government)
19. ACCEP TED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND AP P ROP RIATION

22. AUTHORITY FOR USING OTHER THAN FULL AND OP EN COMP ETITION: 23. SUBMIT INVOICES T O ADDRESS SHOWN IN IT EM
10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( ) (4 copies unless otherwise specified)
24. ADMINISTERED BY (If other than Item 7) CODE 25. P AYMENT WILL BE MADE BY CODE

26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE

TEL: EMAIL: (Signature of Contracting Officer)


IMPORT ANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.
Previous Edition is Unusable 33-134 STANDARD FORM 33 (REV. 9-97)
Prescribed by GSA
FAR (48 CFR) 53.214(c)
Section B - Supplies or Services and Prices

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0001 1 Months
Phase-In
FFP
The Contractor shall provide a 30-day phase-in period with key personnel in order
to prepare to execute and assume full responsibility for training support as required
by the contract in accordance with the Performance Work Statement, paragraph
1.6.25.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002
ARSOF Training - Full-Time Support
FFP
Base Ordering Period: The Contractor shall provide all labor and supervision
necessary to complete each task order placed against this Indefinite
Delivery/Indefinite Quantity contract in accordance with the terms and conditions
stated herein, and within each resulting Statement of Objectives. This is an IDIQ
contract with fixed price task orders, and the Government has established a
guaranteed minimum of one (1) task order to provide the annual full-time support
during the base period.

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0002AA 11 Months
Training Management Office Supervisor
FFP
The Contractor shall provide a Training Management Office (TMO) Supervisor to
perform all required functions as stated within the Performance Work Statement,
para. 5.2.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AB 11 Months
Pineland Area Managers (North & South)
FFP
The Contractor shall provide a Pineland Area Manager for each area (North and
South) to perform all required functions as stated within the Performance Work
Statement, para. 1.6.20.4.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0002AC 11 Months
Pineland Lane Managers
FFP
The Contractor shall provide Pineland Lane Managers, for each of the twelve (12)
lanes, to perform all required functions as stated within the Performance Work
Statement, para. 1.6.20.5.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AD 11 Months
Exercise Support Cell Manager
FFP
The Contractor shall provide an Exercise Support Cell Manager to perform all
required functions as stated within the Performance Work Statement, para.
1.6.20.3.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0002AE 11 Months
Exercise Support Cell Team - CMK
FFP
The Contractor shall provide an Exercise Support Cell Team to support Camp
Mackall and perform all required functions as stated within the Performance Work
Statement, para. 1.6.20.3.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AF 11 Months
Exercise Support Cell Team - Range 37
FFP
The Contractor shall provide an Exercise Support Cell Team to support Range 37
and perform all required functions as stated within the Performance Work
Statement, para. 1.6.20.3.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0002AG 11 Months
Logistics Specialist
FFP
The Contractor shall provide a Logistics Specialist to perform all required
functions as stated within the Performance Work Statement, para. 1.6.21.6.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AH 11 Months
Weapons Specialist - Range 37
FFP
The Contractor shall provide a Weapons Specialist to support Range 37 and
perform all required functions as stated within the Performance Work Statement,
para. 1.6.21.5.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003
ARSOF Training - Course Support
FFP
Base Ordering Period: The Contractor shall provide all labor and supervision
necessary to complete each task order placed against this Indefinite
Delivery/Indefinite Quantity contract in accordance with the terms and conditions
stated herein, and within each resulting Statement of Objectives. Hourly rates,
where shown, are established on the contract to provide a basis for for pricing
future fixed-price task orders. Days, where shown, are 12-hour workdays.

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0003AA 1,722 Days
Guerilla Chiefs
FFP
The Contractor shall provide Guerrilla Chiefs (G-Chief) as an unconventional
warfare (UW) training and senior role-player, as specified within the Performance
Work Statement, para. 1.6.15.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003AB 405,436 Hours
Role Players - OPFOR/Guerilla/HN
FFP
The Contractor shall provide opposing force (OPFOR), guerilla, and host nation
(HN) role players as specified within the Performance Work Statement, para.
1.6.16.7.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0003AC 74,106 Hours
Role Players - Cultural
FFP
The Contractor shall provide Cultural role players as specified within the
Performance Work Statement, para. 5.4.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003AD 432 Hours
Role Players - Ambassador
FFP
The Contractor shall provide Ambassador role players as specified within the
Performance Work Statement, para. 1.6.16.3.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0003AE 276 Days
Log Runners/Drivers
FFP
The Contractor shall provide Log Runners/Drivers as specified within the
Performance Work Statement, para. 1.6.16.2.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0003AF 408 Days
Point Sitters
FFP
The Contractor shall provide Point Sitters as specified within the Performance
Work Statement.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003AG 540 Days
Outstation Communication Support
FFP
The Contractor shall provide Outstation Communication Support as specified
within the Performance Work Statement, para. 1.6.16.1.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0003AH 6,944 Hours
Site Managers
FFP
The Contractor shall provide Site Managers as specified within the Performance
Work Statement, para. 1.6.20.2.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003AJ 4,326 Days
Observer Controllers
FFP
The Contractor shall provide Observer Controllers as specified within the
Performance Work Statement, para. 1.6.16.4.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0003AK Hours
Role Player - CAT I, L-III Language
FFP
The Contractor shall provide Category I role players with a 3 level in the target
language proficiency, as specified within the Performance Work Statement, para.
5.5.1.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003AL Hours
Role Player - CAT I-A, L-II Language
FFP
The Contractor shall provide Category I-A role players with a 2 level in the target
language proficiency, as specified within the Performance Work Statement, para.
5.5.2.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0003AM Hours
Role Player - CAT II, L-III Language
FFP
The Contractor shall provide Category II role players with a 3 level in the target
language proficiency, as specified within the Performance Work Statement, para.
5.5.3.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003AN Hours
Role Player - CAT III, L-IV / V Language
FFP
The Contractor shall provide Category III role players with a 4 or 5 level in the
target language proficiency, as specified within the Performance Work Statement,
para. 5.5.4.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0004 1 Each
Training Facilities
FFP
RESERVED - DO NOT QUOTE - reference PWS, Section 4.3.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0005 Each
Over and Above
FFP
Additional work determined to be within scope of the overall ARSOF Training
Support effort and the 1st SWTG.
FOB: Destination

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0006 1 Each
Contractor Manpower Reporting
FFP
Base Ordering Period: The contractor shall report ALL contractor labor hours
(including subcontractor labor hours) required for performance of services
provided under this contract for the United States Army Special Operations
Command via a secure data collection site. The Contractor is required to
completely fill in all required data fields using the following web address:
http://www.ecmra.mil/.
Reporting inputs will be for the labor executed during the period of performance
during each Government fiscal year (FY), which runs 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 2019.
Contractors may direct questions to the help desk at: http://www.ecmra.mil/.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002
ARSOF Training - Full-Time Support
FFP
First Ordering Period: The Contractor shall provide all labor and supervision
necessary to complete each task order placed against this Indefinite
Delivery/Indefinite Quantity contract in accordance with the terms and conditions
stated herein, and within each resulting Statement of Objectives. This is an IDIQ
contract with fixed price task orders.

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1002AA 12 Months
Training Management Office Supervisor
FFP
The Contractor shall provide a Training Management Office (TMO) Supervisor to
perform all required functions as stated within the Performance Work Statement,
para. 5.2.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AB 12 Months
Pineland Area Managers (North & South)
FFP
The Contractor shall provide a Pineland Area Manager for each area (North and
South) to perform all required functions as stated within the Performance Work
Statement, para. 1.6.20.4.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1002AC 12 Months
Pineland Lane Managers
FFP
The Contractor shall provide Pineland Lane Managers, for each of the twelve (12)
lanes, to perform all required functions as stated within the Performance Work
Statement, para. 1.6.20.5.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AD 12 Months
Exercise Support Cell Manager
FFP
The Contractor shall provide an Exercise Support Cell Manager to perform all
required functions as stated within the Performance Work Statement, para.
1.6.20.3.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1002AE 12 Months
Exercise Support Cell Team - CMK
FFP
The Contractor shall provide an Exercise Support Cell Team to support Camp
Mackall and perform all required functions as stated within the Performance Work
Statement, para. 1.6.20.3.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AF 12 Months
Exercise Support Cell Team - Range 37
FFP
The Contractor shall provide an Exercise Support Cell Team to support Range 37
and perform all required functions as stated within the Performance Work
Statement, para. 1.6.20.3.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1002AG 12 Months
Logistics Specialist
FFP
The Contractor shall provide a Logistics Specialist to perform all required
functions as stated within the Performance Work Statement, para. 1.6.21.6.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AH 12 Months
Weapons Specialist - Range 37
FFP
The Contractor shall provide a Weapons Specialist to support Range 37 and
perform all required functions as stated within the Performance Work Statement,
para. 1.6.21.5.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1003
ARSOF Training - Course Support
FFP
First Ordering Period: The Contractor shall provide all labor and supervision
necessary to complete each task order placed against this Indefinite
Delivery/Indefinite Quantity contract in accordance with the terms and conditions
stated herein, and within each resulting Statement of Objectives. Hourly rates,
where shown, are established on the contract to provide a basis for for pricing
future fixed-price task orders. Days, where shown, are 12-hour workdays.

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1003AA 1,722 Days
Guerrilla Chiefs
FFP
The Contractor shall provide Guerrilla Chiefs (G-Chief) as an unconventional
warfare (UW) training and senior role-player, as specified within the Performance
Work Statement, para. 1.6.15.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1003AB 405,436 Hours
Role Player - OPFOR/Guerilla/HN
FFP
The Contractor shall provide opposing force (OPFOR), guerilla, and host nation
(HN) role players as specified within the Performance Work Statement, para.
1.6.16.7.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1003AC 74,106 Hours
Role Player - Cultural
FFP
The Contractor shall provide Cultural role players as specified within the
Performance Work Statement, para. 5.4.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1003AD 432 Hours
Role Player - Ambassador
FFP
The Contractor shall provide Ambassador role players as specified within the
Performance Work Statement, para. 1.6.16.3.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1003AE 276 Days
Log Runners / Drivers
FFP
The Contractor shall provide Log Runners/Drivers as specified within the
Performance Work Statement, para. 1.6.16.2.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1003AF 408 Days
Point Sitters
FFP
The Contractor shall provide Point Sitters as specified within the Performance
Work Statement.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1003AG 540 Days
Outstation Communication Support
FFP
The Contractor shall provide Outstation Communication Support as specified
within the Performance Work Statement, para. 1.6.16.1.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1003AH 6,944 Hours
Site Managers
FFP
The Contractor shall provide Site Managers as specified within the Performance
Work Statement, para. 1.6.20.2.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1003AJ 4,326 Days
Observer Controllers
FFP
The Contractor shall provide Observer Controllers as specified within the
Performance Work Statement, para. 1.6.16.4.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1003AK Hours
Role Player - CAT I, L-III Language
FFP
The Contractor shall provide Category I role players with a 3 level in the target
language proficiency, as specified within the Performance Work Statement, para.
5.5.1.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1003AL
Role Player - CAT I-A, L-II Language
FFP
The Contractor shall provide Category I-A role players with a 2 level in the target
language proficiency, as specified within the Performance Work Statement, para.
5.5.2.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1003AM
Role Player - CAT II, L-III Language
FFP
The Contractor shall provide Category II role players with a 3 level in the target
language proficiency, as specified within the Performance Work Statement, para.
5.5.3.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1003AN
Role Player - CAT III, L-IV / V Language
FFP
The Contractor shall provide Category III role players with a 4 or 5 level in the
target language proficiency, as specified within the Performance Work Statement,
para. 5.5.4.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1004 1 Each
Training Facilities
FFP
RESERVED - DO NOT QUOTE - reference PWS, Section 4.3.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1005 Each
Over and Above
FFP
Additional work determined to be within scope of the overall ARSOF Training
Support effort and the 1st SWTG.
FOB: Destination

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1006 1 Each
Contractor Manpower Reporting
FFP
First Ordering Period: The contractor shall report ALL contractor labor hours
(including subcontractor labor hours) required for performance of services
provided under this contract for the United States Army Special Operations
Command via a secure data collection site. The Contractor is required to
completely fill in all required data fields using the following web address:
http://www.ecmra.mil/.
Reporting inputs will be for the labor executed during the period of performance
during each Government fiscal year (FY), which runs 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 at: http://www.ecmra.mil/.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002
ARSOF Training - Full Time Support
FFP
Second Ordering Period: The Contractor shall provide all labor and supervision
necessary to complete each task order placed against this Indefinite
Delivery/Indefinite Quantity contract in accordance with the terms and conditions
stated herein, and within each resulting Statement of Objectives.

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2002AA 12 Months
Training Management Office Supervisor
FFP
The Contractor shall provide a Training Management Office (TMO) Supervisor to
perform all required functions as stated within the Performance Work Statement,
para. 5.2.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AB 12 Months
Pineland Area Managers (North and South)
FFP
The Contractor shall provide a Pineland Area Manager for each area (North and
South) to perform all required functions as stated within the Performance Work
Statement, para. 1.6.20.4.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2002AC 12 Months
Pineland Lane Managers
FFP
The Contractor shall provide Pineland Lane Managers, for each of the twelve (12)
lanes, to perform all required functions as stated within the Performance Work
Statement, para. 1.6.20.5.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AD 12 Months
Exercise Support Cell Manager
FFP
The Contractor shall provide an Exercise Support Cell Manager to perform all
required functions as stated within the Performance Work Statement, para.
1.6.20.3.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2002AE 12 Months
Exercise Support Cell Team - CMK
FFP
The Contractor shall provide an Exercise Support Cell Team to support Camp
Mackall and perform all required functions as stated within the Performance Work
Statement, para. 1.6.20.3.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AF 12 Months
Exercise Support Cell Team - Range 37
FFP
The Contractor shall provide an Exercise Support Cell Team to support Range 37
and perform all required functions as stated within the Performance Work
Statement, para. 1.6.20.3.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2002AG 12 Months
Logistics Specialist
FFP
The Contractor shall provide a Logistics Specialist to perform all required
functions as stated within the Performance Work Statement, para. 1.6.21.6.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AH 12 Months
Weapons Supervisor - Range 37
FFP
The Contractor shall provide a Weapons Specialist to support Range 37 and
perform all required functions as stated within the Performance Work Statement,
para. 1.6.21.5.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2003
ARSOF Training - Course Support
FFP
Second Ordering Period: The Contractor shall provide all labor and supervision
necessary to complete each task order placed against this Indefinite
Delivery/Indefinite Quantity contract in accordance with the terms and conditions
stated herein, and within each resulting Statement of Objectives. Hourly rates,
where shown, are established on the contract to provide a basis for for pricing
future fixed-price task orders. Days, where shown, are 12-hour workdays.

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2003AA 1,722 Days
Guerilla Chiefs
FFP
The Contractor shall provide Guerrilla Chiefs (G-Chief) as an unconventional
warfare (UW) training and senior role-player, as specified within the Performance
Work Statement, para. 1.6.15.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2003AB 405,436 Hours
Role Players - OPFOR/Guerilla/HN
FFP
The Contractor shall provide opposing force (OPFOR), guerilla, and host nation
(HN) role players as specified within the Performance Work Statement, para.
1.6.16.7.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2003AC 74,106 Hours
Role Players - Cultural
FFP
The Contractor shall provide Cultural role players as specified within the
Performance Work Statement, para. 5.4.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2003AD 432 Hours
Role Players - Ambassador
FFP
The Contractor shall provide Ambassador role players as specified within the
Performance Work Statement, para. 1.6.16.3.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2003AE 276 Days
Log Runners/Drivers
FFP
The Contractor shall provide Log Runners/Drivers as specified within the
Performance Work Statement, para. 1.6.16.2.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2003AF 408 Days
Point Sitters
FFP
The Contractor shall provide Point Sitters as specified within the Performance
Work Statement.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2003AG 540 Days
Outstation Communication Support
FFP
The Contractor shall provide Outstation Communication Support as specified
within the Performance Work Statement, para. 1.6.16.1.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2003AH 6,944 Hours
Site Managers
FFP
The Contractor shall provide Site Managers as specified within the Performance
Work Statement, para. 1.6.20.2.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2003AJ 4,326 Days
Observer Controllers
FFP
The Contractor shall provide Observer Controllers as specified within the
Performance Work Statement, para. 1.6.16.4.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2003AK Hours
Role Player - CAT I, L-III Language
FFP
The Contractor shall provide Category I role players with a 3 level in the target
language proficiency, as specified within the Performance Work Statement, para.
5.5.1.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2003AL Hours
Role Player - CAT I-A, L-II Language
FFP
The Contractor shall provide Category I-A role players with a 2 level in the target
language proficiency, as specified within the Performance Work Statement, para.
5.5.2.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2003AM Hours
Role Player - CAT II, L-III Language
FFP
The Contractor shall provide Category II role players with a 3 level in the target
language proficiency, as specified within the Performance Work Statement, para.
5.5.3.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2003AN Hours
Role Player - CAT III, L-IV / V Language
FFP
The Contractor shall provide Category III role players with a 4 or 5 level in the
target language proficiency, as specified within the Performance Work Statement,
para. 5.5.4.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2004 1 Each
Training Facilities
FFP
RESERVED - reference PWS, 4.3.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2005 Each
Over and Above
FFP
Additional work determined to be within scope of the overall ARSOF Training
Support effort and the 1st SWTG.
FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2006 1 Each
Contractor Manpower Reporting
FFP
Ordering Period 2: The contractor shall report ALL contractor labor hours
(including subcontractor labor hours) required for performance of services
provided under this contract for the United States Army Special Operations
Command via a secure data collection site. The Contractor is required to
completely fill in all required data fields using the following web address:
http://www.ecmra.mil/.
Reporting inputs will be for the labor executed during the period of performance
during each Government fiscal year (FY), which runs 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 2021.
Contractors may direct questions to the help desk at: http://www.ecmra.mil/.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3002
ARSOF Training Support Services
FFP
Ordering Period 3: The Contractor shall provide all parts, labor, tools, equipment,
materials, range, supervision, and storage necessary to complete each task order
placed against this Indefinite Delivery/Indefinite Quantity Contract in accordance
with the terms and conditions of the contract, each specific Statement of Work,
specifications, and drawings. This is an IDIQ contract with fixed price task orders.

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


3002AA 12 Months
Training Management Office Supervisor
FFP
The Contractor shall provide a Training Management Office (TMO) Supervisor to
perform all required functions as stated within the Performance Work Statement,
para. 5.2.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3002AB 12 Months
Pineland Area Managers (North & South)
FFP
The Contractor shall provide a Pineland Area Manager for each area (North and
South) to perform all required functions as stated within the Performance Work
Statement, para. 1.6.20.4.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


3002AC 12 Months
Pineland Lane Managers
FFP
The Contractor shall provide Pineland Lane Managers, for each of the twelve (12)
lanes, to perform all required functions as stated within the Performance Work
Statement, para. 1.6.20.5.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3002AD 12 Months
Exercise Support Cell Manager
FFP
The Contractor shall provide an Exercise Support Cell Manager to perform all
required functions as stated within the Performance Work Statement, para.
1.6.20.3.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


3002AE 12 Months
Exercise Support Cell Team - CMK
FFP
The Contractor shall provide an Exercise Support Cell Team to support Camp
Mackall and perform all required functions as stated within the Performance Work
Statement, para. 1.6.20.3.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3002AF 12 Months
Exercise Support Cell Team - Range 37
FFP
The Contractor shall provide an Exercise Support Cell Team to support Range 37
and perform all required functions as stated within the Performance Work
Statement, para. 1.6.20.3.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


3002AG 12 Months
Logistics Specialist
FFP
The Contractor shall provide a Logistics Specialist to perform all required
functions as stated within the Performance Work Statement, para. 1.6.21.6.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3002AH 12 Months
Weapons Specialist - Range 37
FFP
The Contractor shall provide a Weapons Specialist to support Range 37 and
perform all required functions as stated within the Performance Work Statement,
para. 1.6.21.5.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


3003
ARSOF Training - Course Support
FFP
Third Ordering Period: The Contractor shall provide all labor and supervision
necessary to complete each task order placed against this Indefinite
Delivery/Indefinite Quantity contract in accordance with the terms and conditions
stated herein, and within each resulting Statement of Objectives. Hourly rates,
where shown, are established on the contract to provide a basis for for pricing
future fixed-price task orders. Days, where shown, are 12-hour workdays.

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3003AA 1,722 Days
Guerrilla Chiefs
FFP
The Contractor shall provide Guerrilla Chiefs (G-Chief) as an unconventional
warfare (UW) training scenario developer and senior role-player, as specified
within the Performance Work Statement, para. 1.6.15.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


3003AB 405,436 Hours
Role Player - OPFOR/Guerilla/HN
FFP
The Contractor shall provide opposing force (OPFOR), guerilla, and host nation
(HN) role players as specified within the Performance Work Statement, para.
1.6.16.7.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3003AC 74,106 Hours
Role Player - Cultural
FFP
The Contractor shall provide Cultural role players as specified within the
Performance Work Statement, para. 5.4.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


3003AD 432 Hours
Role Player - Ambassador
FFP
The Contractor shall provide Ambassador role players as specified within the
Performance Work Statement, para. 1.6.16.3.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3003AE 276 Days
Log Runners / Drivers
FFP
The Contractor shall provide Log Runners/Drivers as specified within the
Performance Work Statement, para. 1.6.16.2.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


3003AF 408 Days
Point Sitters
FFP
The Contractor shall provide Point Sitters as specified within the Performance
Work Statement.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3003AG 540 Days
Outstation Communication Support
FFP
The Contractor shall provide Outstation Communication Support as specified
within the Performance Work Statement, para. 1.6.16.1.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


3003AH 6,944 Hours
Site Managers
FFP
The Contractor shall provide Site Managers as specified within the Performance
Work Statement, para. 1.6.20.2.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


3003AJ 4,326 Days
Observer Controllers
FFP
The Contractor shall provide Observer Controllers as specified within the
Performance Work Statement, para. 1.6.16.4.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3003AK Hours
Role Player - CAT I, L-III Language
FFP
The Contractor shall provide Category I role players with a 3 level in the target
language proficiency, as specified within the Performance Work Statement, para.
5.5.1.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


3003AL Hours
Role Player - CAT I-A, L-II Language
FFP
The Contractor shall provide Category I-A role players with a 2 level in the target
language proficiency, as specified within the Performance Work Statement, para.
5.5.2.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3003AM Hours
Role Player - CAT II, L-III Language
FFP
The Contractor shall provide Category II role players with a 3 level in the target
language proficiency, as specified within the Performance Work Statement, para.
5.5.3.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


3003AN Hours
Role Player - CAT III, L-IV / V Language
FFP
The Contractor shall provide Category III role players with a 4 or 5 level in the
target language proficiency, as specified within the Performance Work Statement,
para. 5.5.4.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3004 1 Each
Training Facilities
FFP
RESERVED - DO NOT QUOTE - reference PWS, Section 4.3.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


3005 Each
Over and Above
FFP
Additional work determined to be within scope of the overall ARSOF Training
Support effort and the 1st SWTG.
FOB: Destination

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
3006 1 Each
Contractor Manpower Reporting
FFP
Ordering Period 3: The contractor shall report ALL contractor labor hours
(including subcontractor labor hours) required for performance of services
provided under this contract for the United States Army Special Operations
Command via a secure data collection site. The Contractor is required to
completely fill in all required data fields using the following web address:
http://www.ecmra.mil/.
Reporting inputs will be for the labor executed during the period of performance
during each Government fiscal year (FY), which runs 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 2022.
Contractors may direct questions to the help desk at: http://www.ecmra.mil/.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


4002
ARSOF Training Support Services
FFP
Fourth Ordering Period: The Contractor shall provide all parts, labor, tools,
equipment, materials, range, supervision, and storage necessary to complete each
task order placed against this Indefinite Delivery/Indefinite Quantity Contract in
accordance with the terms and conditions of the contract, each specific Statement
of Work, specifications, and drawings. This is an IDIQ contract with fixed price
task orders.

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4002AA 12 Months
Training Management Office Supervisor
FFP
The Contractor shall provide a Training Management Office (TMO) Supervisor to
perform all required functions as stated within the Performance Work Statement,
para. 5.2.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


4002AB 12 Months
Pineland Area Managers (North & South)
FFP
The Contractor shall provide a Pineland Area Manager for each area (North and
South) to perform all required functions as stated within the Performance Work
Statement, para. 1.6.20.4.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4002AC 12 Months
Pineland Lane Managers
FFP
The Contractor shall provide Pineland Lane Managers, for each of the twelve (12)
lanes, to perform all required functions as stated within the Performance Work
Statement, para. 1.6.20.5.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


4002AD 12 Months
Exercise Support Cell Manager
FFP
The Contractor shall provide an Exercise Support Cell Manager to perform all
required functions as stated within the Performance Work Statement, para.
1.6.20.3.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4002AE 12 Months
Exercise Support Cell Team - CMK
FFP
The Contractor shall provide an Exercise Support Cell Team to support Camp
Mackall and perform all required functions as stated within the Performance Work
Statement, para. 1.6.20.3.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


4002AF 12 Months
Exercise Support Cell Team - Range 37
FFP
The Contractor shall provide an Exercise Support Cell Team to support Range 37
and perform all required functions as stated within the Performance Work
Statement, para. 1.6.20.3.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4002AG 12 Months
Logistics Specialist
FFP
The Contractor shall provide a Logistics Specialist to perform all required
functions as stated within the Performance Work Statement, para. 1.6.21.6.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


4002AH 12 Months
Weapons Specialist - Range 37
FFP
The Contractor shall provide a Weapons Specialist to support Range 37 and
perform all required functions as stated within the Performance Work Statement,
para. 1.6.21.5.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4003
ARSOF Training - Course Support
FFP
Fourth Ordering Period: The Contractor shall provide all labor and supervision
necessary to complete each task order placed against this Indefinite
Delivery/Indefinite Quantity contract in accordance with the terms and conditions
stated herein, and within each resulting Statement of Objectives. Hourly rates,
where shown, are established on the contract to provide a basis for for pricing
future fixed-price task orders. Days, where shown, are 12-hour workdays.

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


4003AA 1,722 Days
Guerilla Chiefs
FFP
The Contractor shall provide Guerrilla Chiefs (G-Chief) as an unconventional
warfare (UW) training and senior role-player, as specified within the Performance
Work Statement, para. 1.6.15.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4003AB 405,436 Hours
Role Players - OPFOR/Guerilla/HN
FFP
The Contractor shall provide opposing force (OPFOR), guerilla, and host nation
(HN) role players as specified within the Performance Work Statement, para.
1.6.16.7.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


4003AC 74,106 Hours
Role Players - Cultural
FFP
The Contractor shall provide Cultural role players as specified within the
Performance Work Statement, para. 5.4.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4003AD 432 Hours
Role Players - Ambassador
FFP
The Contractor shall provide Ambassador role players as specified within the
Performance Work Statement, para. 1.6.16.3.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


4003AE 276 Days
Log Runners/Drivers
FFP
The Contractor shall provide Log Runners/Drivers as specified within the
Performance Work Statement, para. 1.6.16.2.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4003AF 408 Days
Point Sitters
FFP
The Contractor shall provide Point Sitters as specified within the Performance
Work Statement.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


4003AG 540 Days
Outstation Communication Support
FFP
The Contractor shall provide Outstation Communication Support as specified
within the Performance Work Statement, para. 1.6.16.1.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4003AH 6,944 Hours
Site Managers
FFP
The Contractor shall provide Site Managers as specified within the Performance
Work Statement, para. 1.6.20.2.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


4003AJ 4,326 Days
Observer Controllers
FFP
The Contractor shall provide Observer Controllers as specified within the
Performance Work Statement, para. 1.6.16.4.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4003AK Hours
Role Player - CAT I, L-III Language
FFP
The Contractor shall provide Category I role players with a 3 level in the target
language proficiency, as specified within the Performance Work Statement, para.
5.5.1.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


4003AL Hours
Role Player - CAT I-A, L-II Language
FFP
The Contractor shall provide Category I-A role players with a 2 level in the target
language proficiency, as specified within the Performance Work Statement, para.
5.5.2.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4003AM Hours
Role Player - CAT II, L-III Language
FFP
The Contractor shall provide Category II role players with a 3 level in the target
language proficiency, as specified within the Performance Work Statement, para.
5.5.3.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


4003AN Hours
Role Player - CAT III, L-IV / V Language
FFP
The Contractor shall provide Category III role players with a 4 or 5 level in the
target language proficiency, as specified within the Performance Work Statement,
para. 5.5.4.
FOB: Destination
PSC CD: U099

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4004 1 Each
Training Facilities
FFP
RESERVED - DO NOT QUOTE - reference PWS, Section 4.3.
FOB: Destination
PSC CD: U099

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


4005 Each
Over and Above
FFP
Additional work determined to be within scope of the overall ARSOF Training
Support effort and the 1st SWTG.
FOB: Destination

NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
4006 1 Each
Contractor Manpower Reporting
FFP
Ordering Period 4: The contractor shall report ALL contractor labor hours
(including subcontractor labor hours) required for performance of services
provided under this contract for the United States Army Special Operations
Command via a secure data collection site. The Contractor is required to
completely fill in all required data fields using the following web address:
http://www.ecmra.mil/.
Reporting inputs will be for the labor executed during the period of performance
during each Government fiscal year (FY), which runs 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 2023.
Contractors may direct questions to the help desk at: http://www.ecmra.mil/.
FOB: Destination
PSC CD: U099

NET AMT
Section C - Descriptions and Specifications

PERFORMANCE WORK STATEMENT


ARMY SPECIAL OPERATIONS FORCES TRAINING SUPPORT SERVICES
UNITED STATES ARMY JOHN F. KENNEDY SPECIAL WARFARE CENTER AND SCHOOL

Part I

General Information

1. GENERAL: This is a non-personal services contract to provide training support and role players to conduct
training exercises. 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. The Contractor, in turn, shall be accountable to the Government for
Contractor or subcontractor personnel.

1.1. Description of Services/Introduction: The Contractor shall provide all personnel, equipment, supplies, facilities,
transportation, tools, materials, supervision, and other items and non-personal services necessary to perform role
player support as defined in this Performance Work Statement (PWS), except for those items specified as
government furnished property and services. The Contractor shall perform in accordance with (IAW) the terms and
conditions of the contract and consistently with the established standards in this PWS and contract.

1.2. Background: This contract was initiated in 2002, following the loss of active duty role player support to the
Special Forces Qualification Course (SFQC) and the lack of manpower required to increase the throughput of the
course. The original contract provided a combination of role player, base station communications, logistics, and
observer/controller direct support to training exercises conducted by the 1st Battalion. The contract was renewed in
2008, and the contract model was transferred from U.S. Army Special Operations Command (USASOC) -
Contracting to be executed by the Program Executive Office for Simulations, Training, and Instrumentation (PEO
STRI) through the Warfighter Focus contract. This contract was put into place to allow other organizations to
contract "over and above" the base contract and to minimize administrative costs. Subsequently, nine other contracts
were added to the original base contract in an effort to consolidate training support within one umbrella contract. In
2009, the contract was greatly expanded to include opposing forces (OPFOR) and Guerilla role players due to the
loss of the availability of other ARSOF organizations to support training. In 2012, additional previously separate
contracts were consolidated from multiple enduring requirements in order to increase contracting efficiencies
wherever possible. This contract includes previously authorized but separate contract requirements to include: SFQC
Training Support, Military Occupational Specialty (MOS) Support, 18A Cultural Adaptive Response Training
(CART), 18A Advanced Special Operations (ASO), Military Information Support Operations (MISO) Training
Support, Civil Affairs (CA) Training Support, and Range 37 and Camp Mackall Support. The purpose of the Army
Special Operations Forces (ARSOF) Training Support contract is to provide role player and direct support to field
and situational training exercises in all ARSOF courses.

1.3. Objectives: ARSOF Training Support provides exercise management, role player, subject matter expertise and
training support for assessment, selection, and training conducted by 1st Special Warfare Training Group (SWTG)
(Airborne). Training support is for field and situational training exercises and provides the depth and realism
necessary to portray an adaptable training environment that focuses on achieving a desired outcome. This approach
to training builds initiative, adaptability, and self-confidence of the students.

1.3.1. Provide in-role instruction during training events by subject matter experts. Subject matter expert role players
must have operational experience coupled with years of instructor experience before they are capable of effectively
teaching in role. This type of role play instruction allows for a free-play exercise that is reactive to the performance
of the student and allows them a guided experiential learning event to unfold so that each exercise becomes a unique
learning environment specifically suited to the performance and capabilities of the student.

1.3.2. Provide basic role player support to training events. Professional role player support is critical to human
terrain assessment and training events. These events require role players that understand the scenario, are capable of
reacting to a wide variety of responses from candidates or students, and can then adjust appropriately depending on
the desired outcome of the learning event. Role players must understand how to engage students at the appropriate
level of intensity and then adjust responses based on the performance of the student. Experienced role players
understand the intent, mechanics, and flow of each exercise. This knowledge allows for instructors to be fully
engaged in the instruction rather than dedicating hours to directing backside support resulting in dozens of
supervisory hours saved during the execution of each exercise.

1.3.3. Provide Observer/Controller subject matter experts to augment instructors during training.

1.3.4. Provide support elements for Range 37 and Camp Mackall. The Exercise Support Cell provides direct support
to training through numerous activities, i.e. general maintenance and repairs, building of training aids, basic
industrial skills to include carpentry, wood working, metal working, etc.

1.3.5. Provide management for all contracted personnel for exercise role player support as well as support elements.
Contracted managers are crucial to the successful support of this contract due to the complexity of multiple
simultaneous events and support activities. Manager must be flexible and adapt to changing requirements as the
Program of Instruction is adapted to the contemporary operational environment.

1.4. Scope: This contract supports the United States Army John F. Kennedy Special Warfare Center and School
(USAJFKSWCS) requires training support for SF, CA, MISO Qualification Courses, and other ARSOF courses.

1.5. Period of Performance: The period of performance shall consist of a 30-day Phase-in period, an 11-month Base
period, and four (4) additional ordering periods. See Technical Exhibit 8 for a list of Course Enclosures to identify
tentative exercise schedules.

1.6. General Information.

1.6.1. Quality Control: Quality Control is the responsibility of the Contractor, as the Contractor is responsible for
the delivery of quality services/supplies to the Government (see FAR 52.246-1 Contractor Inspection
Requirements). The Contractor shall establish and maintain a comprehensive and detailed Quality Control Plan
(QCP) to ensure the requirements of the contract are provided as specified. One copy of the Contractor's QCP shall
be provided to the Group COR, not later than ten (10) working days following notification of award. The plan shall
include, at a minimum:

1.6.1.1.2. An inspection system covering all the performance evaluation attributes and must specify the areas to be
inspected on both a scheduled or unscheduled basis, how often inspections will be accomplished, and the title of the
individual(s) who will perform the inspection.

1.6.1.1.3. The methods for identifying and preventing defects in the quality of service performed before the level of
performance becomes unacceptable.

1.6.1.1.4. On-site records of all inspections conducted by the Contractor and necessary corrective action taken.
These records shall be made available to the Government at any time they are requested during the term of the
contract.

1.6.2. Quality Control Program: The Government is committed to a highly interactive relationship between quality
control by the Contractor and quality assurance by the government recipient of services. This relationship shall be
achieved through an effective Prevention Based Quality Control Program dedicated to ensuring the best possible
products and services to end users. The Contractor shall provide their final written Quality Control Plan (QCP) no
later than (NLT) ten (10) working days following notification of award and within five (5) days of any proposed
changes.

1.6.2.1. The Contractor’s quality program shall demonstrate its prevention-based outlook by meeting the objectives
stated in the PWS throughout all areas of performance. The QCP shall be developed to specify the Contractor’s
responsibility for management and quality control actions to meet the terms of the contract. The QCP as a minimum
shall address continuous process improvement; procedures for scheduling, conducting and documentation of
inspection; discrepancy identification and correction; corrective action procedures to include procedures for
addressing Government discovered non-conformances; procedures for root cause analysis to identify the root cause
and root cause corrective action to prevent re-occurrence of discrepancies; procedures for trend analysis; procedures
for collecting and addressing customer feedback/complaints.

1.6.2.2. The Contractor shall provide, all reports generated as a result of the Contractor’s quality control efforts. This
shall include any summary information used to track quality control, including any charts/graphs.

1.6.2.3. The Contractor’s QCP shall be incorporated into and become part of this contract after the plan has been
accepted by the Contracting Officer (KO). Proposed changes made after KO acceptance shall be submitted in
writing through the COR to the KO for review and acceptance prior to implementing any revision. The Contractor’s
QCP shall be maintained throughout the life of the contract and shall include the Contractor’s procedures to
routinely evaluate the effectiveness of the plan to ensure the Contractor is meeting the performance standards and
requirements of the contract.

1.6.3. Contractor Discrepancy Report (CDR): When the Contractor's performance is unsatisfactory, a CDR will be
issued. The Contractor shall reply in writing within five (5) work days from the date of receipt of the CDR, giving
the reasons for the unsatisfactory performance, corrective action taken, and procedures to preclude recurrence.

1.6.4. Quality Assurance: The Government will evaluate the Contractor's performance and performance quality
under this contract based on the Inspection of the Services Clause(s). The Government will record all surveillance
observations. When an observation indicates unacceptable performance or performance quality, the COR will
request the Contractor's representative to initial the observation. Contractor personnel shall be subject to impromptu
and scheduled physical inspections throughout the term of the contract.

1.6.4.1 The Government reserves the right to request that action be taken if a contractor-employee is determined to
be a potential threat to the health, safety, security, general well-being, or operational mission of the installation and
its population. If any of the aforementioned conditions occur, the Government will notify the Contractor, and request
the contractor-employee be immediately removed from the contract until the issue can be resolved and corrective
action is taken.

1.6.5. Property Management: The Contractor shall follow regulations for Property Management and accountability
in accordance with (IAW) FAR clause 52.245-1 Government Property.

1.6.6. Recognized Federal Holidays: The Contractor is normally not required to perform services on recognized
federal holidays. However, the requirement is subject to mission execution requirements. The Contractor shall
work on the days the Government is scheduled to work.

1.6.6.1. When an unforeseen installation closure occurs on a regularly scheduled day of work, the Contractor will
have reschedule the work so it is performed subject to mission execution requirements

1.6.7. Hours of Operation: The Contractor shall be responsible for all contractor-personnel provisions necessary
throughout the exercise with the understanding that the “training day” will vary in length. Due to these variations,
contracted exercise support should be contracted on a daily basis in order to minimize costs. Most training days will
exceed a normal eight-hour workday and should be considered to be 12 hours in duration. Training days are
calculated at 12 hours per day to allow ample flexibility in the schedule and to allow time to conduct administrative
tasks such as issue and turn in of equipment, accountability, and after action reviews (AARs). The Contractor shall
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 to successful performance under this contract.
No overtime or compensatory time is authorized. Contractor personnel shall not exceed a 40 hour work week;
flexible work schedule may be considered.

1.6.7.1. Because some of the training must be conducted during hours of limited visibility, some duty days may be
split with work performance during the hours of daylight and night time hours. The length of the training day is
dependent on the specifics of the training scenario and other unforeseeable contingencies. These requirements
necessitate a considerable degree of flexibility on the part of the Contractor with regard to employee workload
scheduling. Duty hours will include weekends and federal holidays during the exercise. Meal times and length shall
also vary depending upon role player and student interaction.

1.6.8. Place of Performance: All training will take place in central North Carolina, in and around Camp Mackall and
Fort Bragg with the exception of infiltration of students during select exercises. During infiltration, students may be
required to travel through states surrounding North Carolina; including South Carolina, Tennessee, West Virginia,
and Virginia; in order to simulate long infiltration routes and corridors. During this portion of the exercise,
Government and contracted personnel will supervise and control safe movement of the students until they arrive in
their designated exercise area of operations. Although personnel will be required to travel long distances during
these exercises there will be no travel expenses authorized and transportation will be provided by the Government.

1.6.9. Security Requirements: Security Requirements: The Contractor must have a valid Facility Clearance Level at
the SECRET level upon contract award. Personnel shall have a SECRET clearance at the start of the contract period
of performance IAW the DD254, and must maintain the level of security required for the duration of the contract.
The security requirements are in accordance with the attached DD254. Contractor personnel shall comply with all
applicable security and safety regulations, guidance, and procedures, including local, referenced in this PWS and in
effect at the work sites. All personnel must meet requirements IAW DODD 8570.

1.6.10. Physical Security: The Contractor shall be responsible for safeguarding all Government property provided
for contractor use. At the close of each work period, the Contractor shall secure Government equipment and
classified material or classified Information Technology/ Information Management items in accordance with
existing U.S. Army, USASOC, and USAJFKSWCS security procedures.

1.6.11. 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: All
references to keys include key cards. 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 KO and COR.

1.6.11.1. The Contractor shall sign for any keys provided by the Government and establish and implement methods
of ensuring Government keys are not lost or used by unauthorized persons. No Government issued keys shall be
duplicated. The Contractor shall immediately report the occurrence of any lost or duplicated keys to the COR. The
Contractor may be held financially responsible for issues regarding misuse of Government-furnished keys under the
“Disputes” clause of the contract.

1.6.12. General Requirements.

1.6.12.1. Contractor personnel performing work under this contract shall be able to read, write, speak, and
understand the English language to effectively carry out all contract requirements. They shall have a command of
both the written and spoken English language to properly clearly, and effectively communicate in person or via
electronic devices (telephone or Email) with co-workers, customers, and the general public.

1.6.12.2. Contractor personnel performing work under this contract shall be U.S. citizens unless the provisions of
Army Regulation 25-2, Information Assurance have been fully completed and approval has been granted by the
Government for the non-U.S. citizen to perform the required support.

1.6.12.3. The Contractor shall be responsible for ensuring all personnel performing work under this contract possess
and maintain current Information Assurance Technician Level I professional certification during the execution of
this contract.

1.6.12.4. Access and General Protection/Security Policy and Procedures: All contractor personnel performing work
under this contract shall comply with applicable installation, facility and area commander installation/facility access,
local security policies and security procedures provided by the Security Manager Government representative.
Contractor personnel shall provide all information required for background checks to meet installation access
requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services or
Security Office. Contractor personnel shall comply with all personal identity verification requirements as directed
by Department of Defense (DoD), HQ Department of Army or local policies. In addition to the changes otherwise
authorized by this contract, should the Force Protection Condition at any individual facility or installation change,
the Government may require changes in Contractor and subcontractor security matters or processes.

1.6.12.5. Anti-Terrorism (AT) Level I Training: All contractor employees, to include subcontractor employees,
requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness
training within 30 calendar days after contract start date or effective date of incorporation of this requirement into
the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected
contractor employee and subcontractor employee, to the COR or to the contracting officer. AT level I awareness
training is available at the following website: https://atlevel1.dtic.mil/at.

1.6.12.6. iWATCH Training: The Contractor and all associated sub-contractors shall brief all employees on the
local iWATCH program (training standards provided by the requiring activity Anti-Terrorism Officer). This local
developed training will be used to inform employees of the types of behavior to watch for and instruct employees to
report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award
and within 15 calendar days of new employees commencing performance with the results reported to the COR NLT
30 calendar days after contract award.

1.6.12.7. Access to Government Information Systems: All contractor employees with access to a government
information system must be registered in the Army Training Certification Tracking System at commencement of
services, and must successfully complete the DOD Information Assurance Awareness prior to access to the
information system and then annually thereafter.

1.6.12.8. OPSEC Standing Operating Procedure/Plan: The Contractor shall develop an OPSEC Standing Operating
Procedure (SOP)/ Plan within 90 calendar days of contract award, to be reviewed and approved by the responsible
Government OPSEC officer, per AR 530-1, Operations Security. This SOP/ Plan will include the government's
critical information, why it needs to be protected, where it is located, who is responsible for it, and how to protect it.
In addition, the contractor shall identify an individual who will be an OPSEC Coordinator. The contractor will
ensure this individual becomes OPSEC Level II certified per AR 530-1.

1.6.12.8.1. OPSEC Training: Per AR 530-1, Operations Security, new Contractor employees must complete Level I
OPSEC training within ten (10) calendar days of their reporting for duty. All contractor employees must complete
annual OPSEC awareness training.

1.6.12.9. Information Assurance (IA)/ Information Technology (IT) training: All Contractor employees and
associated subcontractor employees must complete the DoD IA awareness training before issuance of network
access and annually thereafter. All Contractor employees working IA/IT functions must comply with DoD, Army,
USSOCOM and USASOC training requirements in DODD 8570.01, DoD 8570.01-M, AR 25-2 and published
USSOCOM and USASOC requirements within 180 calendar days of employment.

1.6.12.9.1. IA/IT certification: Per DoD 8570.01-M, DFARS 252.239.7001 and AR 25-2, the Contractor employees
supporting IA/IT functions shall be appropriately certified upon contract award. The baseline certification as
stipulated in DoD 8570.01-M must be completed upon contract award.

1.6.12.10. Classified Information: Contractor shall comply with FAR 52.204-2, Security Requirements. This clause
involves access to information classified “Confidential,” “Secret,” or “Top Secret” and requires contractors to
comply with— (1) The Security Agreement (DD Form 441), including the National Industrial Security Program
Operating Manual (DoD 5220.22-M); any revisions to DOD 5220.22-M, notice of which has been furnished to the
Contractor.

1.6.12.11. Driver and Operator Licensing and Certification. In accordance with AR 600-55, The Army Driver and
Operator Standardization Program, DOD contractor employees assigned to operate Government-owned or
Government-leased equipment in the performance of their contract will be in compliance with the licensing
requirements of the State and local motor vehicle laws and certified, by the contractor and at the contractor’s
expense, as being fully qualified to operate the equipment which they are assigned. They will not be issued an OF
346 or DA Form 5984–E. The prime contractor must document all operator qualifications and provide this
documentation (commercial drivers’ license (CDL) if required for operating equipment) to the COR and
administrative contracting officer prior to the contract employee engaging in equipment operation. Contract
employees must also complete the Army’s Accident Avoidance Course or a similar course produced by the
contractor and approved by the local Government administrative contracting office. The COR and administrative
contracting officer will retain this documentation. The COR/ACOR may be required to provide sponsorship for
AKO accounts for the purpose of online training and certification.

1.6.13. Contractor Personnel Security.

1.6.13.1. All assigned Contractors must sign a letter of non-disclosure and have a minimum of a Special Agreement
Check FBI FP (SAC). All assigned personnel must be able to comprehend English in both written and verbal form.
All tasks shall be conducted in full compliance with Department of Defense, U.S. Army, and Fort Bragg Installation
security regulations.

1.6.13.2. All Contracted personnel working on the installation will be screened by Government designated personnel
as a standard practice in accordance with U.S. Army Memorandum, dated 19 DEC 2011. “The Procedures and
Guidance for Contract Role-Players Counterintelligence Focused Security Review Program” (FOUO), or more
current guidance when published. The Government will review each role player’s background and determine if the
role player shall be given access to the installation.

1.6.13.3. The Contractor shall collect and maintain an identification information page for each contracted employee:

• Last Name, First Name, Middle Name


• Social Security Number
• Address
• Telephone and Cell Phone Numbers
• Email Addresses
• Date and Place of Birth
• Driver’s license or passport number
• Resident Alien Number (if applicable)
• Current and valid work permit
• Certification of E-Verify clearance
• Recent photograph (within 6 months)
• Name and contact information for two references
• Results of any contractor conducted background checks
• Proposed start date and proposed length of employment

1.6.13.4. All Contractor personnel must have proof of United States (U.S.) citizenship or eligibility to work in the
U.S., if not a U.S. citizen.

1.6.13.5. The Contractor shall pre-screen applicants using the E-verify Program (http://www.dhs.gov/E-Verify)
website to meet the established employment eligibility requirements. The Contractor shall ensure that all applicants
have two (2) valid forms of government issued identification. The Contractor shall certify that all contracted
personnel passed the E-Verify screen and that the Contractor possesses the results.

1.6.13.6. Signed authorization from all contractor personnel giving the U.S. military and law enforcement personnel
permission to conduct further background and security checks.

1.6.13.7. Contractor-conducted security review including, at a minimum, the following basic areas for ALL
personnel supporting this contract:

• Pending criminal or civil charges


• Felony arrest record
• Alcohol related arrest within the last five (5) years
• Any involvement in hate crimes
• Involvement in any group or organization that espouses extra-legal violence as a legitimate means
to achieve an end or the overthrow of the U.S. Government - dual or multiple citizenships
• Illegal use, possession, or distribution of narcotics or other controlled substances

1.6.13.8. The Contractor shall provide an EXCEL spreadsheet roll-up document that includes all Contractor
personnel. The spreadsheet shall be provided to the COR NLT than 30 days after contract award and shall be
updated and provided to the COR during the first week of each quarter. The EXCEL spreadsheet shall include:

• Last name, First name, Middle name


• Additional alias names or spellings
• Social Security Number
• Address
• Date of Birth
• Place of Birth
• Driver’s License State and Number
• Passport Number
• Resident Alien Number

Once information is received, each Contractor employee will be subject to a National Intelligence Agency Check
(NIAC) or other security screenings. If requested, contractor personnel shall submit to additional background checks
and/ or counter-intelligence (CI) background screening to be administered by authorized Army Criminal
Investigation Division (CID), US Army INSCOM/ 902d MI Group, Federal Bureau of Investigation, or State law
enforcement officials.

1.6.13.9. The Contractor shall comply with all applicable Installation operational security and counter intelligence/
force protection regulations, to include submission of all employees’ names and Social Security numbers or Green
Card/ other authorization numbers to Military Police and/ or CID authorities as required.

1.6.13.10. Additional Security Requirements. For all classified exercises, clearances for all personnel will be passed
via the Joint Personnel Adjudication System (JPAS) to USAJFKSWCS. To pass the request via JPSAS, the FSO
will need the following information:

• SMO Code: W1E0AA


• Reason for Visit: (contract number, TBD at award)
• POC: COR
• POC Phone: 910-432-5194
• Dates of Visit: Listed in Enclosures

1.6.14. Security of Classified Items, Systems and Information.

1.6.14.1. The Contractor shall obtain and maintain a Secret Facility Clearance (FCL) upon the start of the contract
performance.

1.6.14.2. Program Manager, Site Managers, Pineland North/South Area Managers, Pineland Lane Managers,
COMMO personnel, G-Chiefs, Language CAT II/ III, Exercise Support Cell personnel, and Training Management
Office personnel shall have access to Government classified material required for performance of this contract and
may be required to have a SOFNetU account. Individuals requiring access to SOFNetU will be designated by the
COR/ACOR. As such, these contractor personnel providing support under this contract shall possess a current and
valid security clearance at the SECRET level.

1.6.14.3. Classified material required by the Contractor for performance of tasks iterated throughout this PWS shall
be stored in appropriate classified containers provided by the Government for that purpose. Project sensitive waste
shall be disposed of in lockable bins provided by the Government for that purpose. Use of Government-furnished
network access shall adhere all applicable OPSEC and current security policies.
1.6.14.4. The Government will be immediately notified if any security incident or any indication of a potential
unauthorized disclosure or compromise of classified or sensitive unclassified information.

1.6.14.5. The Contractor shall control all documents, references, and other written material provided by
USAJFKSWCS on a strict need-to-know basis. All such documents, references and other such material shall be
returned to USAJFKSWCS personnel at the end of the exercises. No copies shall be made of any portion of this
material without the express written consent of the COR. Any documents generated during this contract whether in
electronic format or as written material shall be returned to the Government at the completion of each exercise. No
archive copies of any material shall be retained by the Contractor without the express written consent of the COR
and approval of the KO.

1.6.14.6. National Crime Information Center (NCIC) and terrorist threat data base screening required. All contractor
employees, including subcontractor employees, who are not in possession of a current Common Access Card (CAC)
will be vetted by the local security office to determine fitness and eligibility for access IAW DTM 09-012,
paragraph 2.b(4) to include but not limited to an NCIC and Terrorist Database screening. The Vendor will ensure
that the government has sufficient biographical information to conduct said screening including, but not limited to
the person's name, date of birth, and social security number.

1.6.14.7. Before CAC issuance, the Contractor employee requires, at a minimum, a favorably adjudicated National
Agency Check with Inquiries (NAC-I) or an equivalent or higher investigation in accordance with Army Directive
2014-05. The Contractor employee will be issued a CAC only if duties involve one of the following: (1) Both
physical access to a DoD facility and access, via logon, to DoD networks on-site or remotely; (2) Remote access, via
logon, to a DoD network using DoD-approved remote access procedures; or (3) Physical access to multiple DoD
facilities or multiple non-DoD federally controlled facilities on behalf of the DoD on a recurring basis for a period of
6 months or more. At the discretion of the sponsoring activity, an initial CAC may be issued based on a favorable
review of the FBI fingerprint check and a successfully scheduled NAC-I at the Office of Personnel Management.

1.6.14.8. The Contractor shall comply with DoDI 5200.46, dated 9 Sep 14, DoD Investigative and Adjudicative
Guidance for Issuing the Common Access Card (CAC). When eligibility is denied, revoked, contract completion, or
contractor fails to maintain the DODI Basic Adjudication Standards or Supplemental Adjudication Standards listed
within, CACs will be recovered by the Contractor and will immediately be rendered inoperable and returned to the
COR or the local Real-time Automated Personnel Identification System (RAPIDS) site and the turn-in receipt
forwarded to the COR. In addition, agencies' physical and logical access systems will be immediately updated to
eliminate the use of a CAC for access. The Contractor shall report departed employees and the dates their CAC were
returned to the COR or RAPIDS site as of the last day of the month on a monthly basis IAW SOFARS Clause
5652.242-9002. The report will include the names and circumstances of those departed employees whose CAC was
not retrieved. Negative reports are required.

1.6.14.9. Contract personnel shall be escorted in areas where they may be exposed to classified and/or sensitive
materials. All contractor employees, including subcontractor employees who are not in possession of the appropriate
security clearance, will be escorted in areas where they may be exposed to classified and/or sensitive materials. The
Contractor shall coordinate with the COR and/or the facility security office for access when required. (Use when
security clearances are not required, i.e. facility repair or construction)

1.6.14.10. The Contractor shall be responsible for ensuring security documentation is completed by applicants. The
Contractor shall facilitate the security screening process for CRPs (U.S./non-U.S. citizens who do not require a
security clearance and/ or access to classified information) by ensuring the applicants complete the required security
documentation (Privacy Act Advisement, SF 85P, Fingerprint Cards, OFI Form 86C Special Agency Check (SAC),
Intelligence Security Questionnaire, and a National Intelligence Agency Spreadsheet). The Contractor is responsible
for translation services required for non-English speaking/ writing applicants for assistance in completing the
security screening packets. A blank security CI-screening packet will be provided to the Contractor by the
Contracting Office upon request. For Linguist support, the Contractor must acquire a Personnel Security
Investigation Center of Excellence (PSI-CoE) Personnel Security Investigation Portal (PSIP) account to submit the
required background investigations. An initial list of applicants must be provided to the COR later than 7 business
days after the initial contract award to start the CI-focused security screening process.
1.6.15. Special Qualifications.

Guerilla-Chief (G-Chief) Qualifications. The contract personnel performing the G-Chief functions shall be ex-
Special Forces Non-Commissioned Officer (NCOs) of Sergeant First Class or higher, Warrant or Commissioned
Officers who are subject matter experts on all aspects of unconventional warfare (UW). Personnel performing G-
Chief duties require a SECRET clearance.

1.6.16. Other Qualifications:

1.6.16.1. Outstation Communications Support Qualifications. The Contractor shall be able to communicate using
Special Forces communications techniques IAW applicable field manuals, SMTP 18E30, SAVSERSUP6 and the
USAJFKSWCS Base Station SOP. The Contractor shall be able to operate and participate in communications nets
using long, medium, and short-range high frequency (HF) communications, automated link establishment (ALE),
Special Mission Radio System (SMRS), satellite communications (SATCOM), single channel ground to air radio
system (SINGARS) (very high frequency [VHF]), and emerging radio systems as fielded and employed in SFQC.
The Contractor shall be able to communicate with the Joint Base Station (JBS) series, AN/ TSC-135 using all
aspects of computer-automated functions of the JBS and the SOF Deployable Node (SDN) series of base station
equipment suites. Former military personnel with an MOS of 18E, 31C, 98H, 72E, 74C, as well as civilian
experience through equipment manufacture companies, may have the basic knowledge to communicate with the
required systems, but will still require additional training to meet qualifications and operational requirements.

1.6.16.2. Re-Supply (Log Runner) Personnel Qualifications. The Contractor shall be able to locate several base
camps in daylight and darkness within a compressed period of time. The Contractor shall transport, issue, and
receive ammunition and supplies. The Contractor shall be trained in transportation and handling of hazardous
materials to include ammunition, pyrotechnic materials, batteries, and compressed gas (propane), and compressed
oxygen. The Contractor shall lift repetitive loads of up to 70 pounds (two-man lift) or 45 pounds (one-man lift) in
loading, unloading and short carrying operations. The Contractor shall possess a valid driver’s license, liability
insurance, and be able to drive Army Motor Vehicles to include General Services Administration (GSA) 15-
passenger van, 1/2 and 3/4 ton two-wheel and four-wheel drive trucks and cargo vans and their civilian equivalents
on and off-road under all weather conditions. Security clearance is not required for personnel performing exercise
re-supply support.

1.6.16.3. Ambassador Qualifications. The contract personnel performing the Ambassador functions shall be a former
United States Ambassador, Deputy Ambassador, Chief of Mission, Deputy Chief of Mission, Charge d’Affaires,
senior level Foreign Service Officer, or senior level Career Diplomat who are subject matter experts on all aspects of
the State Department mission in foreign countries. Personnel performing Ambassador role player duties require a
SECRET clearance.

1.6.16.4. Observer/Controllers (O/C) Qualifications. The contract personnel performing the Observer/Controller
functions in support of the Special Forces Qualification Course shall be ex-Special Forces Non-Commissioned
Officer (NCOs) of Sergeant First Class or higher, Warrant or Commissioned Officers who are subject matter experts
on all aspects of unconventional warfare (UW). The contract personnel performing the Observer/Controller
functions in support of the Civil Affairs Qualification Course shall be ex-Civil Affairs Non-Commissioned Officer
(NCOs) of Sergeant First Class or higher, or Commissioned Officers who are subject matter experts on all aspects of
Civil Affairs (CA). The contract personnel performing the Observer/Controller or functions in support of the Civil
Affairs Qualification Course shall be ex-Civil Affairs Non-Commissioned Officer (NCOs) of Sergeant First Class or
higher, or Commissioned Officers who are subject matter experts on all aspects of Civil Affairs (CA). Personnel
performing Observer/Controller duties require a SECRET clearance.

1.6.16.4.1. Observer/Controller (Special Forces) with additional Advanced Special Operations Techniques (ASOT)
Level III Qualifications. The contract personnel performing the Observer/Controller with ASOT Level III functions
in support of the Special Forces Qualification Course shall be ex-Special Forces Non-Commissioned Officer
(NCOs) of Sergeant First Class or higher, Warrant or Commissioned Officers who are subject matter experts on all
aspects of unconventional warfare (UW) that have successfully completed Advanced Special Operations Techniques
Managers Course (ASOTMC) with at least four (4) years of experience as an ASOT Level III in the operational
force and/or as an instructor USAJFKSWCS WOI, 18F, or ASOT course.
1.6.16.5. Interpreter Qualifications. The contract personnel performing the role of Interpreter role player must be
fluent in both English and one other target language and be able to accurately interpret short passages or phrases at a
time in a consecutive sequence. The interpreter must be able to successfully interpret conversations on a broad range
of subject matter, including some specialized subject matter, at a normal rate of speech and with a high degree of
accuracy. The Interpreter may experience difficulty with slang or advanced grammatical structures, but can convey
the meaning of the discourse accurately. Errors in grammar may occur, but do not affect the meaning of the
message. This level of proficiency is at the Alta Language Testing Services Interpretation Performance Level 10 or
higher or the U.S. State Department Office of Language Services Interpreting Aptitude Test qualification at the
Liaison Interpreter level.

1.6.16.6. Site Manager or Role Player Supervisor Qualifications. The qualifications for this role is equivalent to
those listed at paragraph 1.6.16.7.

1.6.16.7. Opposition Force, Guerrilla, and Host Nation/Partner Nation Role Player Qualifications.

1.6.16.7.1. Contract Opposition Force (OPFOR), Guerrilla, and Host Nation/ Partner Nation (HN/PN) role players
shall be capable of traveling up to two kilometers cross-country with a 30-pound rucksack or daypack. No security
clearance required.

1.6.16.7.2. The Contractor may be required to simulate combat in a training environment that may require the use of
blank ammunition, simunitions, paint ball, and pyrotechnics. OPFOR, Guerrilla, and HN/ PN role players will be
required to simulate combat.

1.6.16.7.3. At times, the role players may be required to “die in place” or to be captured after a simulated firefight
and will be searched in accordance with SOPs for POW search teams. This search requires students to clear the role
player of weapons and/ or explosive devices and to conduct a thorough pat down search that includes vigorous
search of all areas of the body. OPFOR role players will be subjected to searches on a regular basis. Clarification:
Vigorous search is NOT to be interpreted or understood as cavity search. See AR 190-8 & STP 19-31B1-SM.

1.6.17. General Personnel Qualifications.

1.6.17.1. The contract personnel shall be citizens of the U.S. or legally documented aliens without adverse
background information. No current or pending legal action that will hinder their ability to perform their duties.

1.6.17.2. Contract personnel shall be able to perform in an austere field environment during all weather conditions,
day and night, during field duties.

1.6.17.3. Personnel may be required to communicate by FM, HF, and/ or Motorola type radio IAW Army
communications procedures and medical evacuation procedures. They also may be required to send, receive, and
record FM and HF communications traffic.

1.6.17.4. While assigned transportation tasks and responsibilities, personnel shall possess a valid driver’s license,
personal automobile insurance as required under North Carolina law, and sufficient business insurance to cover the
contractor for duties under this contract, to include occupying or driving Army Motor Vehicles such as a GSA 15-
passenger van, 1/2 and 3/4 ton two-wheel and four-wheel drive trucks, as well as cargo vans and their civilian
equivalents on and off-road under all weather conditions. Any and all necessary licenses must be obtained in order
to drive above-said vehicles prior to the execution of transportation duties under the contract.

1.6.17.5. Contract personnel shall be able to navigate on roads and cross-country using military or civilian maps,
road signs, landmarks and/ or directions provided by the Cadre or members of the Chain of Command.

1.6.17.6. The Contractor shall ensure that all personnel are of good health and cleared by a medical physician
(physical examination) to participate in this exercise.
1.6.18. Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award
conference convened by the contracting activity or contract administration office in accordance with Federal
Acquisition Regulation (FAR) Subpart 42.5.

1.6.19. Contracting Officer Representative (COR): The COR will be identified by separate letter of appointment.
The COR monitors all technical aspects of the contract and assists in contract administration, and provides a
Monthly Report to summarize contract performance to the KO. The COR is authorized to perform the following
functions: Ensures that the Contractor performs the technical requirements of the contract; performs inspections
necessary in connection with contract performance; maintains written and oral communications with the Contractor
concerning technical aspects of the contract; issues written interpretations of technical requirements, including
government drawings, designs, specifications; monitors Contractor's performance and notifies the KO of any
deficiencies; coordinates availability of government furnished property, and provides 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 contract.

1.6.20. Key Personnel: Key personnel shall not be added to or removed from the contract without express
acknowledgement of the COR. Any changes to the working status of these key personnel shall be transmitted (in
writing) to the KO/COR within ten (10) work days of the proposed change. If, for any reason, any of the key
personnel becomes, or is expected to become, unavailable for work under this contract for a continuous period
exceeding 30 work days the Contractor shall promptly replace personnel with personnel who possess qualifications
equal to or better than that of the original employee. The Contractor shall ensure all key personnel terminated or
released from employment under this contract are replaced within ten (10) work days of the termination.

1.6.20.1. The following are considered key personnel by the Government: The Contractor shall provide a Program
Manager (PM) who shall be responsible for the performance of the work under this contract. The name of this
person, and an Alternate PM (APM), who shall act for the Contractor when the PM is absent, shall be designated in
writing to the KO at the post award conference. The PM or APM shall have full authority to act for the Contractor
on all contract matters relating to daily operation of this contract. The PM or APM shall be available between the
hours of 7:30 AM to 4:30 PM, Monday through Friday, except federal holidays or when the government facility is
closed for administrative reasons.

1.6.20.2. Site Management: The Contractor shall provide one (1) Site Manager and the requested number of Role
Player Supervisors. Site Manager and designated contract Role Player Supervisors will exercise command and
control over ALL contract personnel. Site Manager will also attend daily OPCEN coordination meetings throughout
dates listed for this exercise. Site Manager's will coordinate upcoming exercises and will also attend coordination
meetings as required. The Contractor shall provide on-site management to adequately supervise ALL contractor
personnel. The Contractor shall provide site management and the requested number of role players based on exercise
requirements and attached enclosures. Site Manager will normally not serve in a role player capacity except in the
case of the CULEX Robin Sage where the Guerrilla Chief (G-Chief) role player will execute Site Manager's duties
for each of the base camp training sites. The Site Manager is required to have a SECRET clearance.

1.6.20.3. Exercise Support Cell (ESC): The Contractor shall provide an Exercise Support Cell Manager that will
supervise the Camp Mackall ESC Team, the Camp Mackall Logistics Specialist, the Range 37 ESC Team, and the
Range 37 Weapons Specialist. The ESC Manager will attend coordination meetings and provide support as priorities
are established by COR and the Project Manager.

1.6.20.4. Pineland Area Manager (North and South). The Contractor shall provide one (1) Area Manager for the
North Pineland exercise area and the South Pineland exercise area for Robin Sage. The North and South Pineland
Area Managers will supervise Pineland Lane Managers within their assigned region.
1.6.20.5. Pineland Lane Managers. The Contractor shall provide one (1) Pineland Lane Manager for each Robin
Sage training lane. Pineland Lane Manager shall provide support for the cadre team that is assigned to their
particular Robin Sage training lane.
1.6.21. Qualifications for all Key Personnel:

1.6.21.1. Program Manager (PM) Qualifications: The PM shall meet or exceed the following minimum
qualifications: Shall have a Special Forces background as a Command Sergeant Major or higher with a minimum
total of 15 years of military/professional experience in program management related positions including at least five
(5) years of experience as a program manager managing a contractor workforce in support of a USASOC contract of
comparable size, scope, and complexity. Must possess at least five (5) years of experience in exercise planning and
logistical support within Special Forces, preferably to the USAJFKSWCS. Must have been a Program Manager
within the last two years.
Education: A Bachelor’s degree in Business Management or higher degree from an accredited university or
college, or at least 15 years of Special Forces experience.
Program Management Responsibilities: PM shall be able to plan, direct, organize, control, and coordinate
technical efforts, contractor manpower and team activities. Includes areas of administration, program control, and
technical supervision of personnel involved in support of contract requirements. PM shall also be able to effectively
interface with the Government’s COR and Contracting Officer’s Technical Representative (COTR) while serving as
the main point of contact for the contract to the Government with full decision-making authority. The PM shall be
available to the Government during normal business hours and will be available during all other times as required.
The APM shall meet or exceed the same qualifications as the PM. Both must possess an active SECRET clearance.

1.6.21.2. Site Manager Qualifications. The contract personnel performing the Site Manager functions in support of
the Special Forces Qualification Course shall be ex-Special Forces Non-Commissioned Officer (NCOs) of Sergeant
First Class or higher, Warrant or Commissioned Officers who are subject matter experts on all aspects of
unconventional warfare (UW). The contract personnel performing the Site Manager functions in support of the
Civil Affairs Qualification Course shall be ex-Civil Affairs Non-Commissioned Officer (NCOs) of Sergeant First
Class or higher, or Commissioned Officers who are subject matter experts on all aspects of Civil Affairs (CA). The
contract personnel performing the Site Manager functions in support of the Civil Affairs Qualification Course shall
be ex-Civil Affairs Non-Commissioned Officer (NCOs) of Sergeant First Class or higher, or Commissioned Officers
who are subject matter experts on all aspects of Civil Affairs (CA). Personnel performing Site Manager duties
require a SECRET clearance.
1.6.21.3. Pineland Area Manager (N&S) Qualifications. The contract personnel performing the Pineland
North/South Area Manager functions in support of the Special Forces Qualification Course shall be ex-Special
Forces Non-Commissioned Officer (NCOs) of Master Sergeant or higher, Warrant or Commissioned Officers who
are subject matter experts on all aspects of unconventional warfare (UW).
1.6.21.4. Pineland Lane Manager Qualifications. The contract personnel performing the Pineland Lane Manager
functions in support of the Special Forces Qualification Course shall be ex-Special Forces Non-Commissioned
Officer (NCOs) of Sergeant First Class or higher, Warrant or Commissioned Officers who are subject matter experts
on all aspects of unconventional warfare (UW).

1.6.21.5. Weapons Specialist Qualifications. The contract personnel performing the Weapons Specialist functions
shall be a former 18B Special Forces Weapons Sergeant, 91F (formerly 45B) Small Arms Repairer, equitable
Military Occupational Specialty (MOS), or equitable civilian certification such as Advanced Gunsmith certification
who are subject matter experts on all aspects for small arms maintenance and repair. Personnel performing
Weapons Specialist duties require a SECRET clearance.

1.6.21.6. Logistics Specialist Qualifications. The contract personnel performing the Logistics Specialist functions
shall be a former 92A Automated Logistical Specialist, 92Y Unit Supply Specialist, equitable Military Occupational
Specialty (MOS), or equitable civilian experience and/or certification who are subject matter experts on all aspects
for warehouse logistical operations. Personnel performing Logistics Specialist duties require a SECRET clearance.

1.6.21.7. Exercise Support Cell Manager Qualifications. The contract personnel performing the Exercise Support
Cell Manager functions shall be certified in Construction Management and/or possess at least two (2) years’
experience in construction project management, or equitable experience and/or certification such as successful
construction trade business ownership or management who are subject matter experts on all aspects for construction
and facility maintenance operations. Personnel performing Exercise Support Cell Manager duties require a
SECRET clearance.

1.6.22. Contractor Personnel:

1.6.22.1. Identification of Contractor Personnel: All contractor personnel attending meetings, answering
government telephones, and working in other situations where their status as a Contractor 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.

1.6.22.2. All Contractor key personnel performing work under this contract shall obtain a Department of Defense
(DoD) Common Access Card (CAC). The CAC shall be worn at all times, when performing work under this
contract, to include attending government meetings and conferences.

1.6.22.3. Contractor personnel shall be required to obtain a CAC at least ten (10) work days prior to start of base
contract period or prior to performance under this contract, whichever comes first.

1.6.22.4. The Contractor shall develop, maintain, and provide to the COR an updated roster which shall include
names and positions of all Contractor personnel as well as indicating which employees were issued CAC or other
forms of government identification cards. The Contractor shall submit initial roster to the COR within ten (10)
calendar days after commencement of base period of performance.

1.6.22.5. The Contractor shall immediately report any lost CAC or government issued identification cards to the
COR and Military and/or DoD police agencies. The Contractor shall immediately collect the CAC and other
government issued forms of identification upon termination of employee, or at the end of the contract performance
period. The CAC and other government issued forms of identification shall be returned to the COR within one (1)
hour of employee termination, or at the end of contract performance period, whichever comes first.

1.6.22.6. Contractor Personnel Appearance and Performance: It is essential that all contractor personnel meet the
highest standards of professionalism and personal integrity. The Contractor shall ensure their personnel do not
perform work under the influence of alcohol, illegal prescribed drugs or any other incapacitating agents. Contractor
personnel shall be neatly groomed and dressed in business casual attire to present a professional appearance at all
times.

1.6.23. Data Rights: The government has unlimited rights to all documents/material produced under this contract to
the extent permitted by the data rights clauses. The parties mutually acknowledge their understanding that this is the
government’s intent. All documents and materials, to include the source codes of any software, produced under this
task order shall be government owned and are the property of the government with all rights and privileges of
ownership/copyright belonging exclusively to the government. These documents and materials may not be used or
sold by the contractor without written permission from the contracting officer. All materials supplied to the
government shall be the sole property of the government and may not be used for any other purpose. This right does
not abrogate any other government rights.

1.6.24. Organizational Conflict of Interest: Organizational Conflict of Interest: The provisions of FAR Subpart 9.5,
Organizational and Consultant Conflicts of Interest, concerning organizational conflicts of interest govern this
contract. The Contractor shall notify the Contracting Officer 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 Contracting
Officer to avoid or mitigate any such OCI. The Contractor’s mitigation plan will be determined to be acceptable
solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines
that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer 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.

1.6.24.1. Non-Disclosure Agreements. The Contractor shall obtain from each employee who has access to
proprietary information under this contract, a written agreement which shall in substance provide that such
employee shall not, during his/her employment by the Contractor or thereafter, disclose to others or use for their
benefit, proprietary information received in connection with the work under this contract. The Contractor will
educate its employees regarding the restrictions imposed by FAR 9.505-4, so that they will not use or disclose
proprietary information or data generated or acquired in the performance of this contract, except as provided herein.

1.6.24.2. Training. The Contractor shall effectively educate its employees, through formal training, company policy,
information directives and procedures, in an awareness of the legal provisions of FAR Subpart 9.5 and its underlying
policy and principles, so that each employee will know and understand the provisions of that Subpart and the
absolute necessity of safeguarding information from anyone other than the Contractor's employees who have a need
to know, and the U.S. Government.

1.6.24.3. Representations and Disclosures.

1.6.24.3.1. The Contractor represents that it has disclosed to the KO, prior to award of this contract, all facts relevant
to the existence or potential existence of organizational conflict of interest as that term is used in FAR Subpart 9.5.

1.6.24.3.2. The Contractor represents that if it discovers an organizational conflict of interest or potential conflict of
interest after award of this contract, a prompt and full disclosure shall be made in writing to the KO. This disclosure
shall include a description of the action the Contractor has taken or proposes to take in order to avoid or mitigate
such conflict.

1.6.24.4. Remedies and Waiver.

1.6.24.4.1. For breach of any of the above restrictions or for non-disclosure or misrepresentation of any relevant
facts required to be disclosed concerning this contract, the Government may terminate this contract for default,
disqualify the contractor for subsequent related contractual efforts, and pursue such other remedies as may be
permitted by law or this contract. If, however, in compliance with section 1.6.24., the Contractor discovers and
promptly reports an organizational conflict of interest (or the potential thereof) subsequent to contract award, the KO
may terminate this contract for convenience, if such termination is deemed to be in the best interest of the
Government.

1.6.24.4.2. The parties recognize that this clause has potential effects, which will survive the performance of this
contract, and that it is impossible to foresee each circumstance to which it might be applied in the future.
Accordingly, the Contractor may at any time seek a waiver from the cognizant KO by submitting a full written
description of the requested waiver and the reasons in support thereof (FAR 9.503).

1.6.25. Phase-In/Phase-Out Periods:

1.6.25.1. Phase-In: To minimize any decreases in productivity and to prevent possible negative impact on additional
services, the Contractor shall have all key personnel onboard, during the 30-day phase-in period. During the phase-
in period, the Contractor shall become familiar with performance requirements, in order to commence full
performance of services on the start of the base period of performance. The Contractor shall obtain their CAC or
other form of government identifications, any specific government training, conducting inventory and transfer of
GFP/GFE/GFM during the phase-in period.

1.6.25.2. Phase-Out: Prior to the completion of this contract, an observation period shall occur, at which time team
management personnel of the incoming Contractor may observe operations. This will allow for orderly turnover of
facilities, equipment, and records and will help to ensure continuity of services. The outgoing Contractor is
ultimately responsible for performing full services IAW the contract, during the phase-out period, and shall not defer
any requirements for the purpose of avoiding responsibility or of transferring, such responsibility to the succeeding
Contractor. The outgoing Contractor shall fully cooperate with the succeeding Contractor and the Government, so
as not to interfere with their work or duties.

1.6.25.2.1. To minimize any decreases in productivity and to prevent possible negative impacts on additional
services, the outgoing Contractor shall have all personnel on board during the phase-out period. The outgoing
Contractor shall be prepared to transition the work load to the newly selected Contractor during the thirty (30) day
phase-out period, which will occur at the end of the period of performance of the contractual effort.
1.6.25.2.2. Phase-Out Plan. The incoming Contractor shall develop a phase-out plan to affect a smooth and orderly
transfer of contract responsibility to a successor. The plan shall fully describe the Contractor’s approach to the
following issues, at a minimum: Inventories and turn-over of government property; removal of Contractor property;
reconciliation of all property accounts; turn-in of excess property; data and information transfer; clean-up of
Contractor work areas; and security debriefings in accordance with AR 380-5 for incumbent personnel holding
security clearances; and any other actions required to ensure continuity of operations. The Contractor shall provide
the plan to the COR thirty (30) days before the phase-out period commences.
PART 2
DEFINITIONS & ACRONYMS

2. DEFINITIONS, ACRONYMS GLOSSARY:

2.1. DEFINITIONS:

2.1. AFTER ACTION REVIEW. A training event conducted after completion of training events or sub-phases to
enhance learning, to maintain gained competency, improve competency and avoid mistakes. When conducted by
and for cadre it is designed to sustain and improve operational effectiveness.

2.1.2. CADRE TEAM. This is an active Army noncommissioned officer, warrant officer, and/ or commissioned
officer charged with the duties of training deployable ARSOF soldiers. The Cadre Team accomplishes this by
training, mentoring, and evaluating trainees on all subjects relating to operations. The Cadre Team is the on-the-
ground representative of the command and is responsible for all actions within his area of operations during the
FTX.

2.1.3. COMMUNICATIONS EXERCISE. Exercise designed to test the student’s technical mastery for set up and
use of communications equipment and associated antennas.

2.1.4. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the
Government. The term used in this contract refers to the prime.

2.1.5. CONTRACTING OFFICER (KO). A person with authority to enter into, administer, and/or terminate
contracts, and to make related determinations and findings on behalf of the Government. Note: The only individual
who can legally bind the Government.

2.1.6. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed
by the contracting officer to administer the contract. 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 contract, 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.

2.1.7. CONTRACTOR PERSONNEL. Contractor and subcontractor employees performing working under this
contract.

2.1.8. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the
Performance Work Statement (PWS).

2.1.9. DELIVERABLE. Anything that can be physically delivered, but may include non-physical things, such as
meeting minutes or reports.

2.1.10. DILEMMA. A predetermined situation that role-players and cadre can use to elicit training responses from
trainees. Confronted with the dilemma, the trainee(s) is(are) forced to perform tasks that allow cadre to evaluate
his(their) performance of critical tasks, subtasks, terminal or enabling training objectives.

2.1.11. DEMOBILIZATION. All actions associated with preparing equipment for movement back to Camp
Mackall, NC and turning in cleared facilities, ranges and other equipment signed for from the installation where
training is taking place.
2.1.12. ENABLING LEARNING OBJECTIVE. Stated as a task, condition and standard, each ELO is a sub-task or
learning step in a TLO.

2.1.13. END OF EXERCISE. The moment at which the Exercise Directorate Headquarters plans to end a training
exercise or actually declares the end of the exercise.
2.1.14. FACILITY CLEARANCE. A facility clearance (FCL) is an administrative determination that, from a
national security standpoint, a facility is eligible for access to classified information at the same or lower
classification category as the clearance being granted. The FCL may be granted at the Confidential, Secret, or Top
Secret level. The FCL includes the execution of a Department of Defense Security Agreement (DD Form 441).
Under the terms of the agreement, the Government agrees to issue the FCL and inform the Contractor as to the
security classification of information to which the Contractor will have access. The Contractor, in turn, agrees to
abide by the security requirements set forth in the National Industrial Security Program Operating Manual,
commonly referred to as the NISPOM.

2.1.15. FIELD TRAINING EXERCISE. Exercise testing both individual and collective skills.

2.1.16. GOVERNMENT-FURNISHED PROPERTY (GFP) OR GOVERNMENT PROPERTY (GP). Property in


the possession of or directly acquired by the Government and subsequently made available to the Contractor.

2.1.17. GRADING AND EVALUATION CRITERIA. A document published periodically by 1st SWTG(A) which
describes conditions for trainees to graduate, recycle, retest, retrain or be relieved.

2.1.18. KEY PERSONNEL. Contractor employees who are critical for achieving PWS objectives. Key personnel
shall meet position qualification and experience requirements indicated in the PWS. When key personnel
qualifications are used as an evaluation factor in “Best Value” procurement, the Contracting Officer is the only one
authorized to concur with key personnel replacement after award of the contract. When proposed key personnel
resumes are used as an evaluation factor in best value procurement, a letter of commitment may be required from the
individual whose resume is provided.

2.1.19. LOCAL TRAVEL: Any travel that is required to perform services IAW the PWS that is within a 50-mile
radius of the place of performance.

2.1.20. MOBILIZATION. All actions associated with integrating the contract workers into the exercise to include
Site Set Up, Train Up, Rehearsals and other administrative requirements established by the Company Cadre.

2.1.21. PERFORMANCE PREQUIREMENT SUMMARY (PRS). A listing of the service outputs under the
contract that are to be evaluated by the COR on a regular basis, the surveillance methods to be used for these
outputs, and the performance requirement of the listed outputs.

2.1.22. PHYSICAL SECURITY. Actions that prevent the loss or damage of government property.

2.1.23. POI FILE NUMBER. A designation of a document that relates it to a POI.

2.1.24. PRACTICAL EXERCISE. A structured opportunity for practical application of mission related skills.

2.1.25. PROGRAM OF INSTRUCTION. This document establishes the key training objectives for every phase of
training.

2.1.26. PROPERTY ADMINISTRATOR (PA). The authorized representative of the Contracting Officer appointed
in accordance with agency procedures, responsible for administering the contract requirements and obligations
relating to government property in the possession of a Contractor.

2.1.27. PROPERTY MANAGEMENT SYSTEM. System established by the Contractor that is used to manage
GFP/GFE in its possession to control, use, preserve, protect, repair, and maintain.

2.1.28. QUALITY ASSURANCE. A planned and systematic pattern of all actions necessary to provide confidence
that adequate technical requirements are established; products and services conform to established technical
requirements; and satisfactory performance is achieved. For the purposes of this document, quality assurance refers
to actions by the Government.
2.1.29. QUALITY ASSURANCE SURVEILLAND PLAN (QASP). The Government’s organized written
document specifying the surveillance methodology to be used for surveillance of Contractor performance.

2.1.30. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end
product or service shall meet contract requirements.

2.1.31. SCENARIO PLAN. A collection of events and circumstances that cadre may use to elicit training responses
during the training exercise.

2.1.32. SUBCONTRACTOR. One that enters into a contract with a prime Contractor. The Government does not
have privity of contract with the subcontractor.

2.1.33. TERMINAL LEARNING OBJECTIVE. Stated as a task, condition and standard, achievement of each TLO
by a trainee contributes to his ability to perform the critical tasks that pertain to his specialty.

2.1.34. UNITED STATES ARMY SPECIAL OPERATIONS COMMAND. The next higher headquarters over
USAJFKSWCS.

2.1.35. WORK DAY. The length of time during a day in which the Contractor provides services, in accordance with
the contract. Also referred to as Business Day.

2.1.36. WORK WEEK. Monday through Friday, unless otherwise specified.


2.2. ACRONYMS:

AAR After Action Review


AFARS Army Federal Acquisition Regulation Supplement
ALE Automated Link Establishment
AR Army Regulation
ARSOF Army Special Operations Forces
ASO Advanced Special Operations
CA Civil Affairs
CAC Common Access Card
CART Cultural Adaptive Response Training
CDR Contract Discrepancy Report
CFR Code of Federal Regulations
CI Counter-Intelligence
CID Criminal Investigation Division
CONUS Continental United States (excludes Alaska and Hawaii)
COR Contracting Officer Representative
CT Cadre Team
CTE Comprehensive Training Environment
COMEX Communications Exercise
CULEX Culminating Exercise
DA Department of the Army
DD250 Department of Defense Form 250 (Receiving Report)
DD254 Department of Defense Form 254
DD1466 Building Pass
DFARS Defense Federal Acquisition Regulation Supplement
DOD Department of Defense
ELO Enabling Learning Objective
ENDEX End of Exercise
FAR Federal Acquisition Regulation
FCL Facility Clearance
FM/HF Frequency Modulation/High Frequency
FSO Facility Security Officer
FTX Field Training Exercise
G-Chief Guerilla Chief
G&E Grading and Evaluation Criteria
GFE Government Furnished Equipment
HF High Frequency
HIPAA Health Insurance Portability and Accountability Act of 1996
HN/PN Host Nation or Partner Nation
IA Information Assurance
IAW In accordance with
IT Information Technology
JBS Joint Base Station
JPAS Joint Personnel Adjudication System
KO Contracting Officer
MRE Mission Rehearsal Exercise
MISO Military Information Support Operations
MOS Military Occupational Specialty
MRE Mission Rehearsal Exercise
NAC-I National Agency Check with Inquiries
NCIC National Crime Information Center
NCO Non-Commissioned Officer
NCOIC Non-Commissioned Officer in Charge
NIAC National Intelligence Agency Check
NIPSOM National Industrial Security Contract Operating Manual
NLT No Later Than
OCI Organizational Conflict of Interest
OCONUS Outside Continental United States (includes Alaska and Hawaii)
ODA Operational Detachment Alpha
ODC Other Direct Costs
OPCEN Operations Center
PE Practical Exercise
PFN POI File Number
PLEX Plans and Exercise Cell
PIPO Phase-In/Phase- Out
PMS Property Management System
POC Point of Contact
POI Program of Instruction
PRS Performance Requirements Summary
PSI-CoE PSIP Personnel Security Investigation Center of Excellence (PSI-CoE) Personnel Security
Investigation Portal (PSIP)
PWS Performance Work Statement
QA Quality Assurance
QAP Quality Assurance Program
QASP Quality Assurance Surveillance Plan
QC Quality Control
QCP Quality Control Plan
SAC Special Agency Check
SATCOM Satellite Communications
SDN SOF Deployable Node
SERE Survival, Evasion, Resistance, and Escape
SF Special Forces
SFQC Special Forces Qualification Course
SINGARS Single Channel Ground to Air Radio System
SMRS Special Mission Radio System
STARTEX Start of exercise
SUT Small Unit Tactics
TE Technical Exhibit
TLO Terminal Learning Objective
TMO Training Management Office
TOC Tactical Operations Center
USAJFKSWCS United States Army John F. Kennedy Special Warfare Center and School
USASOC United States Army Special Operations Command
UW Unconventional Warfare
VHF Very High Frequency
PART 3
GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES

3. GOVERNMENT FURNISHED ITEMS AND SERVICES:

3.1. Facilities: The Government will provide the PM with office space with a SOFNet computer and telephone at
Fort Bragg. The APM shall occupy the same PM office space while performing duties during the absences of the
PM. The Government will provide office space with SOFNetU computer and telephone at Camp Mackall for the
Exercise Support Cell Manager and two additional SOFNetU computers and telephones for the Exercise Support
Cell. The Government will provide office space with SOFNetU computer and telephone for the Logistics Specialist
at Camp Mackall. The Government will provide office space and two SOFNetU computers and telephones for the
Exercise Support Cell at Range 37 on Fort Bragg. The Government will provide office space with a SOFNetU
computer and telephone for the Weapons Specialist at Range 37 on Fort Bragg.

3.2. Utilities: The Contractor shall instruct all employees in utilities conservation practices. The Contractor shall be
responsible for operating under conditions that preclude the waste of utilities, which include turning off the water
faucets or valves after using the required amount to accomplish cleaning vehicles and equipment.

3.3. Materials: The Government will furnish all material required for contract performance not specifically
identified to be contractor-provided in Part 4. For example, all forms, reports, administrative supplies, grading and
evaluation data sheets.

3.4. Equipment. The Government will provide exercise communications equipment, handheld radios, computers
with loaded software, and required transportation for administrative and logistical tasks required in this PWS. The
Government will provide, as determined by the Government, specialized personal protective equipment (PPE) such
as USASOC approved body armor for range operations that is required to support safe and efficient operations IAW
published DoD and other Governmental policies, procedures, regulations and technical references. Accountability
will be maintained using the Government's applicable regulations and policies, and all such items will remain
Government property. PPE such as eye protection will be provided by the contractor.

3.4.1. The contractor shall sign a temporary hand receipt for all equipment provided by the Government.

3.5. Scenario Products: The Government will provide initial roles to be portrayed. If required, additional roles will
be coordinated and implemented into exercise. Copies of all required scenario products such as the Pineland Area
Study, Area Study Brief, and exercise supporting documents. i.e. Pineland Area Map to include designated lane
boundaries. Oversight and guidance for Site Managers and role players. Necessary maintenance and supplies for
site improvement/ preparation. The Government will communicate exercise requirements no less than 30 days in
advance of scheduled events with the Site Manager and Program Manager to provide execution dates, role players
required, and work schedule. Unforeseen changes and modifications to exercise support will be communicated as
soon as possible.

3.6 Emergency Medical Treatment: 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 contract. Emergency medical care is available to the contractor
employees by the Government provided medical coverage provided for cadre and students participating in the
training event. 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. If the invoice is not paid, cost
may be set-off by the Contracting Officer against future payments to the contractor.

3.7 Individual Contractor Training: Government-furnished training. The Government will train contract personnel
on procedural skills and provide scenario updates relevant to the training exercises that this PWS or the mandatory
publications do not cover. Training will include a general scenario briefing, training development, and exercise
coordination, POI refresher training and FTX operational area familiarization. Specifically, the Government will
train the Contractor on the conduct of each exercise, the scenario, and role-playing as it pertains to the scenario.
However, the contractor shall ensure that personnel remain current on all technical and doctrinal areas relevant to
their purpose.

3.7.1 “Shadow” training: In order for the contractor to maintain a pool of acceptable personnel to meet changes in
requirements, the Government will allow limited numbers of contractor employees to accompany already trained
employees in the conduct of their duties for a limited numbers of days. The contractor shall propose personnel, by
function, to be trained and the period in which they will be trained. The contractor shall bear the cost of all
“shadow” training.

3.7.2: Certifications and Licenses: Government will provide training for appropriate certification and licenses for
Government owned vehicles when deemed necessary and required that GOVs be driven by contracted personnel.

3.8. The following equipment will be provided for ROBIN SAGE UW CULEX Outstation Communications Support
when required by the Government for an estimated number of two (2) outstation communications suites and will
include backup equipment:

• PSC-5 (DAMA mode)


• PRC-137 (HF radio)
• KY-99 (COMSEC device)
• KL-43 (COMSEC device)
• CYZ-10 (COMSEC device)
• PRC-119 (FM radio)
• PRC-1523 (FM radio)
• PRC-148 (MBITR FM radio)
• OE-254 (antenna)
• SORAK kit (antenna)
• KYK-13 (COMSEC device)
• Laptop Computers (various models)

3.9. The following equipment may, as required and determined by cadre, be provided for Guerrilla (G) Chiefs, Site
Managers; Observer/ Controllers; OPFOR/ Guerrilla Role Players; and Exercise Re-Supply Support. This equipment
will be issued only when determined a requirement by the Government for the conduct of safe and efficient
operations:

• Motorola MX-5000 or similar models (up to 64 radio sets)


• ASIPS RT-1593 (FM radio)
• Small arms weapons
• Blank ammunition

3.10. The following equipment may be provided for Role Players when a common uniform is required by the
Government for the scenario. This uniform will only be provided when role players are directed by the Government
to be in a specific role. At all other times, role players will arrive with contractor provided clothing that is suitable
for the role.

• Military style uniform

3.11. Government provided exercise products and support:

3.11.1. Initial roles to be portrayed, if required, additional roles will be coordinated and implemented into exercise.
A copy of the Pineland Area Study and Area Study Brief will be provided.

3.11.2. Adaptive Thinking Leadership (ATL) Simulation Scenarios.

3.11.3. Oversight and guidance for Site Manager, Supervisors, Cultural Role-Players; and Civilian Role Players
responsibilities.
3.11.4. Climate control tents, cots, and on-site electrical power, water, refrigeration, hand washing and latrine
facilities. Government will ensure hand washing and latrine facilities are serviced prior to and during exercise.
Additionally, Government will ensure one latrine facility is moved within 50 meters of sleeping area.

3.11.5. Necessary maintenance and supplies for site improvement/ preparation.

3.11.6. No less than 30 days in advance of scheduled events above, coordinate with contactor to provide actual
execution dates of exercises, number of required role players, and man hours required.
PART 4
CONTRACTOR FURNISHED ITEMS AND SERVICES

4. CONTRACTOR FURNISHED ITEMS AND SERVICES:

4.1. General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work
under this contract that are not listed under Part 3 of this PWS.

4.2. Uniforms & Equipment: The Contractor shall provide all uniforms and equipment shall be maintained by
contractors. By exception, Government may provide specific clothing or uniform to portray a specific temporary
role. In this case the Government shall issue that clothing/ uniform for a specified period of time then launder and
maintain for future use. The contractor shall provide rations and water for ALL CONTRACTED PERSONNEL.

4.3. Training Facilities: The Government intends to provide the land and villages required to execute training
support. However, if this approach is not executed, the Contractor may be required to provide training
facilities as follows: Provide four (4) village sites/ locations with 8 to 10 stick built structures on a sufficient tract
of land that can be used to replicate a variety of cultural locations. These facilities will be used as an alternate target/
training facility that will provide variety and challenge students in numerous cultural situations, scenarios, and
assessments. A surrounding road network is required on the track of land to facilitate convoy movement procedures
for students to utilize in route to specified targets. The village sites/ locations and track of land should be within a
15-mile radius of Camp Mackall. This site may or may not be utilized simultaneously or consecutively and is
required to be available from start to finish of each exercise. In some cases there may be a need to run separate
exercises simultaneously. Number of students and scenarios will determine the usage. Usage timeline and frequency
will be coordinated between Course Manager and Site Manager/ Exercise Coordinator.
Clarification: If required, the Government intends to negotiate this effort separately. Do not price in
Schedule B.
PART 5
SPECIFIC TASKS

5. Specific Tasks:

5.1. Basic Services. The Contractor shall provide services for 1st SWTG exercises. The Contractor shall provide
sufficient personnel to provide the man hours required in accordance with the projected requirements. The phases of
training are often conducted simultaneously and therefore may not allow for support by the same personnel.

5.1.1. The Contractor shall provide the flexibility to support minor changes in the class schedule due to inclement
weather delays or resource availability.

5.1.2. The Contractor shall provide all labor, supervision, and transportation to the worksite, as necessary to support
all training and Field Training Exercises (FTX).

5.1.3. The Contractor shall provide all clothing and equipment that is required for personal comfort and safety.

5.1.4. In consideration of sensitive training exercises, the Contractor shall not employ persons for work if such
employee is identified to the Contractor by the Government as a potential threat to the health, safety, and the general
well-being of other affiliated Government and Contractor personnel or the success of the training exercise.

5.1.5. The Contractor shall provide adequately trained and experienced personnel, and utilize best practices to
prepare and develop training materials and plans to support training objectives. The contractor will converse with
leadership from the 1st Special Warfare Training Group (SWTG) (Airborne) for planning and coordination meetings.
During these meetings, the Contractor will receive guidance and feedback, while providing guidance on execution
considerations. The Contractor will support training conducted by 1st (SWTG) for Special Forces (SF), Civil Affairs
(CA), Military Information Support Operations (MISO) Qualification Courses, and other Army Special Operations
Forces (ARSOF) courses. The Government will provide specific schedules and support requirements to the
Contractor no less than thirty (30) days prior to the required start date.

5.1.6. Provide requirements IAW information specified. If the Contractor cannot meet specified requirements;
contractor shall inform Government and provide recommended substitutes and/ or courses of action as soon as
feasible.

5.1.7. Ensure all personnel meet minimum requirements.

5.1.8. Brief (using Government provided data) all personnel on the concept and responsibilities of their position, and
provide an overview of the scenario prior to arrival.

5.1.9. Ensure role players are physically capable to perform tasks under field conditions. The contractor must ensure
that the personal health situation of role players, i.e. pregnancy, injuries, etc. are not put at risk and that the
personnel provided must be able perform their prescribed missions. Contract personnel must be of general good
health and must be cleared by a medical physician (physical examination) to participate in this exercise. A sports
physical that is conducted by the contractors family care physician is acceptable. The contractor shall pay for the
physical examination.

5.1.10. Be responsible for role player conduct during the exercise period.

5.1.11. Ensure all personnel utilized on this contract comply with all site specific safety regulations. The contractor
shall comply with all Federal, State and Local safety regulations. The contractor shall ensure that all assigned
personnel understand applicable weapons safety policies and directives. Personnel who knowingly violate safety
policies or directives shall be dismissed. If a mishap involving services under this contract results in an injury, the
contractor shall promptly report the incident to the Site Manager and Government representative.
5.1.12. Assist in site improvement/ preparation; provide cultural expertise and knowledge to enhance realism of
Government owned area/ facilities. Improvements/ preparations will be conducted IAW Government’s directed
priority of work

5.1.13. Selected personnel conduct one hour AAR at the conclusion of each major event and/ or exercise to be
coordinated with course managers at which time they highlight acceptable or unacceptable student actions. The
AAR consists of the Site Manager’s introduction and mediation with selected role players introducing themselves
and providing feedback on specific issues that they noticed/ observed during the exercise.

5.1.14. Refine specifics/ complexities of roles based on guidance presented at planning meetings, Commander’s
Intent, coordination and interface with cadre, time allocated for role, and contractor’s subject matter expertise.

5.1.15. Define and provide input to the role player’s bio from base material provided by the Government.

5.1.16. The Contractor shall provide by a name/ by position list of role players and site management personnel that
will support exercise NLT two weeks prior to exercise start date. Additionally, this list will verify role players are
physically capable to perform tasks under field conditions and possess elementary knowledge of the English
language. Upon Government receipt of this document, no modifications will be made by the contractor to the
personnel to support this exercise unless cleared through the Government first.

5.1.17. The Contractor shall ensure personnel who do not have a Common Access Card (CAC) possess a Fort Bragg
visitor pass to ensure they are in compliance with installation policies and regulations. Contract role players who do
not require a security clearance will be required to be CI screened IAW Army policy as mentioned (see 6.9.2). The
vendor is required to provide a list of CRPs NLT two weeks prior to the exercise start date (IAW requirements list
enclosures and schedules).

5.1.18. Prior to the Contractor employee’s employment under this contract or being authorized access to the military
installation/ Government facility, the contractor company is responsible for the screening of those contractor
employees. If the contractor obtains derogatory information concerning the contractor employee, the contractor
employee will not be allowed to work under this contract. The contractor is responsible to assume all costs involved
in this screening. The screening checks will include:

5.1.18.1. An Immigration and Customs Enforcement (ICE) check to verify the citizenship or alien status of the
contractor employee(s) assigned to this contract.

5.1.18.2. A Local Law Enforcement Check conducted in the employee’s county of residence and county of
employment. These checks will cover the past four (4) years.

5.2. Comprehensive Training Environment (CTE) / Training Management Office (TMO). The CTE/TMO is a cell
that supports all phases of training and all courses. Portions are primarily for "Pineland" and Robin Sage support but
those personnel will support other courses as well. The CTE is the dynamic application of human and physical
infrastructure, language, culture, and scenario-based training, unmatched in depth and substance, integrated into all
phases and aspects of the qualification course. The CTE architecture is designed to build a well-educated and
professionally trained force with the intuitive abilities to work through and with indigenous host nation or partner
nation forces. The purpose is to improve training by providing a realistic environment that accurately reflects current
operational realities and enables adaptive application of lessons learned through scenario-based training. Training
support provides the depth and realism necessary to portray an adaptable training environment that focuses on
achieving a desired outcome. This approach to training builds initiative, adaptability, and self-confidence of the
students.

5.2.1. The Contractor shall provide support to ARSOF training for 1st Special Warfare Training Group (Airborne) at
Camp Mackall, Range 37, Fort Bragg, and throughout central North Carolina.
5.2.2. The TMO will serve as a primary training staff element of the 1st SWTG (A) that will consist of a Field
Team, and a Support Element. The TMO will manage the Comprehensive Training Environment (CTE) for all
ARSOF training conducted by 1st SWTG (A).
5.2.3. Objectives: Provide training support to include program management, planning, assist with dilemma
development, supply actions, logistics management, maintenance, and repair support as defined in this PWS. The
Contractor shall establish, develop and maintain areas within “Pineland” (throughout central NC).
5.2.4. Personnel requirement.
5.2.4.1. TMO Management. Contractor shall provide one (1) full time equivalent TMO Supervisor. The TMO
Supervisor will be responsible for all personnel that support the CTE in the TMO. The TMO Supervisor will be
responsible for synchronizing training support as requested by lower units and assisting military personnel in
developing future training plans.
5.2.4.2. Field Team. The Contractor shall not exceed manpower support of: two (2) "Pineland" Supervisors (one for
the North and one for the South), and twelve (12) Pineland Area of Operations (AO) Managers (six for the North
and six for the south). Field Team responsibilities are to synchronize role player use, and train cadre and contractors
(Site Managers and role players) the Pineland scenario.
5.2.4.3. Support Element. The Contractor shall provide 1st SWTG (A) with the Range 37 and Camp Mackall
support in order to improve supply management, repair and maintenance of the range on an as needed basis to
improve the customer’s operational needs for testing and training.
5.2.4.3.1. The Contractor shall provide the 1st SWTG (A) with the full range of logistical services to support the
Range 37 and Camp Mackall training facilities to include such activities as unit supply management for the TMO,
repair and maintenance management of existing facilities, grounds and ancillary equipment (i.e. targets, shoot-
houses, lighting, enclosures, fences, gates and alarms). The anticipated logistical support requirements and resulting
objectives may change over the life of this project; which will result in the need to modify task orders to incorporate
all in-scope changes.
5.2.4.3.2. The Contractor shall not exceed manpower support of: one (1) full time Support Element Manager at
Camp Mackall; one (1) full time Warehouse Manager at Camp Mackall; one (1) full time Weapons Specialist at
Range 37; fourteen (14) multi-skilled support cell members including local supervision at Camp Mackall, NC; and
ten (10) multi-skilled support cell members including local supervision at Range 37 on Ft. Bragg for preparation,
maintenance and repair of training infrastructure. The Support Element will issue, receive, and maintain
accountability and serviceability of equipment and props for training support. The Support Element shall provide
weapons maintenance and repair support. 5.2.4.3.3. The Support Element will design, prepare, and maintain training
infrastructure and objectives in support of the CTE at Ft. Bragg, Camp Mackall, and Range 37. Training objectives
(structures, buildings, villages, etc.) will be regionally aligned and realistic examples of the Current Operational
Environment.
5.2.5. General Maintenance and Repair. The Contractor shall provide the services listed below for training
infrastructure (objectives, structures, buildings, villages, etc.) at Camp Mackall, Range 37, and Fort Bragg, North
Carolina.
5.2.5.1. The Contractor shall perform all actions with the best commercial practices and following all related OSHA
and DoD/U.S. Army regulations.
5.2.5.2. The Contractor shall erect and deconstruct temporary deployable objectives (pre-constructed) as required to
support training in remote areas.
5.2.5.3. The Contractor shall provide general carpentry, painting, lawn maintenance, masonry, electrical, and
plumbing support.
5.2.5.4.The Contractor shall provide basic preparation for building basic target structures consisting of both wood
and mild steel, repairing target apparatuses, and performing minor repairs to basic target structures.
5.2.5.5. The Contractor shall perform daily and periodic minor maintenance of training facilities and associated
property within the purview of the contractor's skill level.
5.2.5.6. The Contractor shall perform daily and periodic maintenance of all equipment, tools and facilities provided
by the government in support of this effort.
5.2.5.7. The Contractor shall identify all requirements for additional support required to maintain the training
facilities and associated property and will assist the government in monitoring.
5.2.5.8. The Contractor shall identify all requirements for fuels, oils, paints, hardware, building supplies, and other
materials required to accomplish all work and will assist the government in monitoring.
5.2.5.9. The Contractor shall assist the government in monitoring existing facilities, targets, grounds, lighting,
enclosures, fences, gates, alarms and ancillary equipment for maintenance in accordance with commercial standards.
5.2.5.10. The Contractor shall provide maintenance support for the various training structures and apparatus at the
customer’s location and will assist the government in monitoring.
5.2.6. Weapons and Range Support Activities.
5.2.6.1. The Contractor shall perform all actions under this section in accordance with OEM requirements as
outlined in original manufacturer’s specifications.
5.2.6.2. The Contractor shall maintain standard/ non-standard weapons and ammunition.
5.2.6.3. The Contractor shall maintain proficiency in the operation and maintenance of all equipment, tools and
accessories necessary to support a wide range of small arms to include automatic, semi-automatic & single fire
pistols, rifles and shotguns.
5.2.6.4. The Contractor shall perform detailed assembly and disassembly of foreign and domestic small arms
weapons.
5.2.6.5. The Contractor shall perform small arms inspection, maintenance and minor repairs as required.
5.2.6.6. The Contractor shall perform other support type functions such as ammo inventory and residue turn-in,
publication and catalogue, tool and capital equipment maintenance, calibration control weapons cleaning, and
organizational level weapons maintenance.
5.2.7. Unit Supply Activities. The Contractor shall conduct research, initiate purchase requests for government
approval, issue, receipt, track, and manage all materials, components and parts necessary in support of the full range
of equipment and vehicles assigned. Unit Supply Activities will be executed IAW AR710-1, AR710-2 and AR735-
5.
5.2.7.1. The Contractor shall provide unit supply management support for all testing, training, and maintenance
functional areas.
5.2.7.2. The Contractor shall assist Government with conducting research, purchase requests, issuance, receipt,
tracking, and managing of all materials, components and parts necessary in support of the full range of equipment
and vehicles assigned.
5.2.7.3. The Contractor shall assist Government with maintaining all records, logs, reports, forms and financial
forecasts associated with the logistical support.
5.2.7.4. The Contractor shall assist Government with maintaining all facilities, office equipment, administrative
supplies and files associated with this effort.

5.3. General Personnel Duties

5.3.1. The Contractor shall observe student activities and provide oral and written feedback to the military cadre in
accordance with Standard Operating Procedures (SOPs).

5.3.2. The Contractor shall control the movements and activities of students in order to maintain safe and positive
control at all times in accordance with SOPs.

5.3.3. The Contractor shall conduct training in a field environment, both day and night, and throughout the year
during all seasons despite inclement weather.

5.3.4. The Contractor shall conduct training in a field environment for periods varying from a few hours to several
days (up to 14 days) without access to dining, shower, bathing, laundry or sleeping facilities. The Contractor shall
conduct training using continuous support. Shift changes shall be conducted in a manner that does not disrupt
training.
5.3.5. Contract personnel may be required to fly in Government-owned or contracted aircraft in support of exercise
activities.

5.3.6. The Contractor may be required to handle ammunition and pyrotechnics and be capable of employing small
arms and pyrotechnics.

5.3.7. Contractor shall conduct AARs with the Cadre when required.

5.3.8. Relationship to Cadre. Cadre members are the Government representatives that provide the Contractor with
key information about the trainees’ accomplishment of critical tasks, subtasks, enabling learning objectives (ELOs)
and terminal learning objectives (TLOs). Depending on the situation and trainee performance, the Cadre Team may
determine that any portion of the training be repeated, emphasized, lengthened, shortened, or omitted. The
Contractor, in turn, observes the trainees in some circumstances in which the Cadre Team is absent. If these are
significant to the training, the Contractor shall report them to the Cadre Team and recommend appropriate role-
playing responses.

5.3.9. Contract employees shall sign a Non-Disclosure Statement for all training and tactics, techniques, and
procedures (TTPs) that they are exposed to.

5.3.10. Contract personnel shall be familiar with the exercise scenario and be responsible for learning and applying
specific scenario information that will be provided by the Government. The Contractor shall back-brief the Cadre on
proposed role-playing details, and shall adjust role-playing details in accordance with Cadre decisions.

5.3.11. Key contract personnel shall attend a briefing prior to the execution of training, and an after action review at
the conclusion of training during each class cycle; daily in/ out briefings may be required by cadre to facilitate
training. Key contracted personnel are: Management, Supervisors, and/ or team/ shift leaders that are involved in
each exercise or as designated by the contractor to ensure quality support.

5.3.12. All contract personnel shall perform their duties in accordance with the 1st Special Warfare Training Group
(A) Student Treatment SOP (which prohibits hazing and harassment) and the Student Grading and Evaluation
Criteria.

5.3.13. The Contractor shall not divulge information to the students beyond what is outlined in the scenario or that
which would unfairly assist the student(s) to arrive at solutions or overcome challenges.

5.3.14. The Contractor shall comply with all Federal, State, Local, and safety regulations. The Contractor shall
ensure that all assigned personnel understand applicable weapons safety policies and directives. Personnel who
knowingly violate safety policies or directives shall be dismissed. If a mishap involving services under this contract
results in an injury, the Contractor shall promptly report the incident to the Site Manager and Government
representative.

5.3.15. Contract personnel shall wear clothing suitable to the role and environment in which they are required to
operate.

5.3.16. Contract personnel shall possess a day pack, assault pack or rucksack and containers to store water for self-
sustainment while conducting operations.

5.3.17. The Contractor may be required to man an assigned station or target area and/ or move along designated
routes with or without direct Cadre support.

5.3.18. The Contractor shall act out assigned roles as enemy persons or civilian non-combatants in accordance with
assigned scenarios and Cadre guidance. At times, role players may be required to perform numerous roles or other
roles in support of the exercise depending on exercise requirements (i.e. an OPFOR role player may be required to
play the role of a civilian on the battlefield (COB) or a Guerrilla role player).
5.3.19. Contract personnel shall simulate guerrilla or combat activity by exhibiting behaviors appropriate to the
target and by firing blanks.

5.3.20. Contract personnel shall perform rudimentary light infantry tactics at the direction of the student chain of
command and the Cadre Team.

5.3.21. Supervision of military role-players. When military students or military role players are present during role-
playing, the Contractor may be required to act in a position of authority within scenario and direct actions or provide
oversight as dictated by role, position, or scenario; however the actual chain of supervision of all military students
and role players does not include the contractor.

5.3.22. Contract personnel shall not identify themselves as agency employees or representatives to outside agencies
or persons. Contract personnel shall identify themselves as contractors in support of Government activities.

5.4. Language/ Cultural Qualifications: The Contractor shall furnish language/ cultural role players in accordance
with the language categories below and the qualifications and requirements of those categories. The Contractor shall
take into consideration cultural differences and sensitivities of mixing certain nationalities at the same training site.
No security clearance required unless otherwise noted.

5.4.1. Language Role players shall be able to write and speak in clear and concise grammar and pronunciation in the
required foreign language and in English.

5.4.2. The Contractor shall be fluent in English and at least one other of the following languages: Arabic, Chinese-
Mandarin, Korean, Russian, Persian-Farsi/ Dari, Pashto, Turkish, Thai, Polish, Tagalog, Indonesian-Bahasa, French,
Spanish, Urdu, Czech, or Hungarian. Additional languages may be added based on the needs of the Government,
changes to POI, or availability of language qualified role players that reside in the local region.

5.4.3. The Contractor must be familiar with and able to conduct oneself in accordance with the local culture and
customs of their native heritage.

5.4.4. Languages for each exercise will be determined at least 30 days in advance. Determination of the type of
language role player that is provided will be made with consideration of availability and capability of the contractor
to provide without undue cost increase. Languages for each exercise will be coordinated based on student languages
of the class and availability of language qualified role players from the local region.

5.4.5. All efforts will be made to provide language qualified role players from the local region in order to minimize
travel costs.

5.4.6. At times, a portion of the role players will be used as interpreter role players during conduct of the exercise.

5.5. Language capability and security requirements: The Contractor shall screen all Language/ Cultural Role Players
for the skills listed below. The screener shall ensure that the role player applicant possesses the proficiency levels
specified in the appropriate category. After screening, the contractor shall submit contractor qualifications, in
writing to the COR prior to the training exercise.

5.5.1. Category I (CAT I). Category I role players must have a 3 level speaking in the target language proficiency as
measured by examination procedures that are equivalent to the Defense Language Proficiency Test DLPT) taken
within the immediate 12 months preceding hiring. No security clearance required.

5.5.2. Category I-A (CAT 1-A). Category I-A role players must have a 2 level in the target language proficiency as
measured by examination procedures that are equivalent to the DLPT taken within the immediate 12 months
preceding hiring. No security clearance required.

5.5.3. Category II (CAT II). Category II role players must have a 3 level in the target language proficiency as
measured by examination procedures that are equivalent to the DLPT (this equates to an ALTA score of 9 or higher)
taken within the immediate 12 months preceding hiring. CAT II role players must be U.S. citizens and in possession
of a SECRET security clearance granted by cognizant authority.

5.5.4. Category III (CAT III). Category III role players must have a 4 or 5 level in the target language proficiency as
measured by examination procedures that are equivalent to the DLPT taken within the immediate 12 months
preceding hiring. CAT III role players must be U.S. citizens and in possession of a SECRET security clearance
granted by cognizant authority.

Clarification: There are no current requirements for CAT II or CAT III role players. The qualifications of the CAT
II and CAT III role players are provided for possible future use if a change to the POI or inclusion of other classified
training requires the addition of this labor category.

5.7. Guerrilla Chief Duties.

5.7.1. The Contractor shall perform the Guerrilla Chief (G-Chief) functions in accordance with the Pineland
Scenario and Atlantican country studies, as an unconventional warfare (UW) senior role-player. At the beginning of
each exercise, cadre will present a general G-Chief briefing, in which they present the scenario and any updates to
the G-Chiefs and role-players. The Cadre assigned to each G-Chief then briefs the contractor on their part of the
scenario. The Contractor shall adhere to scenarios IAW the Cadre written Scenario Plan to the extent allowable by
the terms in this contract.

5.7.2. During the exercise, the Contractor shall portray the head of a guerrilla faction and as head of a group of
irregular soldiers. The group operates independently toward a common objective, usually to change the status quo
within a particular region or country through the use of unconventional TTPs and overt military action. The G-Chief
usually has a political agenda, which may or may not be openly displayed. In all aspects the purpose of the role-
playing is to allow the Cadre to observe the trainees in performance of the maximum number of training objectives.
When a team falters, the cadre may adjust the situation to maximize the team’s ability to recover. The Contractor’s
overall function is to support this training strategy.

5.7.3. The Contractor shall attend the Cadre Team briefing before every exercise.

5.7.4. The Contractor shall back-brief the Cadre on proposed role-playing details, and shall adjust role-playing
details in accordance with Cadre decisions.

5.7.5. The Contractor shall, during Guerrilla Reception on the first day of the exercise, brief the Guerrilla NCOIC on
his/ her responsibilities, assemble the group of guerrilla role-players, verify personal equipment, gather guerrilla in
processing data and submit it to the cadre. The Contractor shall correct database errors or omissions within 48 hours
of in processing, and shall correct errors found during the in briefing to the Guerrilla NCOIC upon notification.

5.7.6. For Robin Sage, the Contractor shall, after Guerrilla Reception, assemble the group and transport them to
Camp Mackall using Government-furnished transportation.

5.7.7. Upon arrival at Camp Mackall, the Cadre will present a final briefing to the Contractor that presents and
updates the scenario. Based on the approved and updated scenario, and given a group of guerrilla role-players, each
G-Chief will identify detailed roles for each player. Identifications of roles shall take advantage of each guerrilla
role-player’s physical and mental characteristics.

5.7.8. Prior to student arrival at the exercise training sites the Contractor shall, give historic personality profiles,
train role-players on the details of each profiled personality. After training, role-players shall be able to answer the
following questions accurately:

• Who are you?


• Where do you live?
• What is your situation?
• Why are you with this guerrilla band?
• What are your most pressing needs?
• What are your most pressing fears?
• What resources or skills do you bring to the movement?
• What is your attitude toward your Government?
• What is your attitude toward this movement? What will change it?
• What is your attitude toward this Guerrilla Chief? What will change it?
• What is your attitude toward these Americans? What will change it?
• What is your attitude toward this operation? What will change it?
• What are the key traits of the person you are portraying?
• What are key reactions you are to portray and the situations that provoke them?

5.7.9. The Contractor shall conduct the exercise and all tasks in consonance with the scenario, the Cadre Team
briefing, the dilemmas, the Graduation and Evaluation Criteria, Student Handouts, and the Pineland Scenario. The
Contractor shall update the plan in coordination with the Cadre Team during exercise play. When a Cadre notifies
the contractor that role playing is not in consonance with the scenario, the contractor shall adjust the role-playing
accordingly.

5.7.10. During the exercise, the Contractor shall lead the guerrilla group (on foot) to guerrilla base camps, establish
up to three camps per exercise IAW UW doctrine, and occupy the camps. The guerrilla group shall arrive at required
times and places IAW the scenario. Minor corrections in navigation or time schedule are permitted with consent of
Cadre.

5.7.11. The Contractor shall conduct reviews to critique and adjust role-playing. Reviews shall occur as needed to
identify to role-players the desired outcomes of their role-playing, the strengths and deficiencies in their role-
playing, and the desired changes in their role-playing. Corrections and changes shall enhance the probability that
trainees achieve their training objectives.

5.7.12. The Contractor shall represent the guerrilla group in all key interactions with trainees.

5.7.13. The Contractor shall provide for the health, welfare and safety of the guerrilla role-player
Group. The Contractor shall enforce food, water, rest, and sanitation discipline for the group, provide for attention
for sick or injured group members, assign tasks so as not to threaten the welfare of the group or its members, assess
risk for each training event, and conduct group activities in concert with the assessment. The contractor shall comply
with constraints of the overall exercise risk assessment. The Contractor shall report health, welfare and safety
problems to the NCOIC and Cadre Team upon discovering them.

5.7.14. The Contractor shall perform administrative functions concerning the guerrilla role-player group and its
assets. The Contractor shall maintain accountability for group and personal equipment, report the status of sensitive
items and maintain personnel rosters for role-players. The Contractor shall report immediately the absence or injury
of a role-player or the loss of any sensitive item of equipment.

5.7.15. At the conclusion of the exercise and in conjunction with the transition phase of the training, if required, the
Contractor shall transport the guerrilla group to Camp Mackall using Government-furnished transportation. The
Contractor shall supervise the turn-in of uniforms, equipment, and sensitive items and inform the guerrilla role-
players as to procedures for group cleanup and return to civilian attire.

5.7.16. When trainees are present during role-playing, the Contractor acts (as part of the role) as if he were in control
of the Guerrilla band. Contractor may be required to walk patrols with students and role players and provide
observation and control measure to ensure the safe conduct of training.

5.7.17. Relationship to Cadre. The Cadre Teams are the Government representatives that provide the Contractor
with key information about the trainees’ accomplishment of critical tasks, subtasks, ELOs and TLOs, and how these
affect role-playing. Depending on the situation and trainee performance, the Cadre Team may determine that any
portion of the training be repeated, emphasized, lengthened, shortened, or omitted. Where this determination affects
role-playing, the Cadre informs the Contractor on the desired role-playing activities, and the Contractor shall adjust
the role-playing accordingly. The Contractor, in turn, observes the trainees in some circumstances in which the
Cadre Team is absent. If these are significant to the training, the Contractor shall report them to the Cadre Team and
recommend appropriate role-playing responses.

5.7.18. Training Development. In performing the training development function, the Contractor/ G-Chief shall assist
cadre in professional development of trainees through the development and execution of the exercise scenario.

5.7.19. By End of Exercise (ENDEX), the Contractor shall recommend feasible changes to the exercise scenario
based on lessons learned, characteristics of the area of operations, and other factors. Recommendations will be
suitable to the learning objective of each sub-phase, and will increase the probability of trainee exposure to training
challenges and trainee achievement of learning objectives.

5.7.20. Throughout the exercise, the Contractor shall recommend selected events from the Cadre Team Scenario
Plan or dilemmas from the list of dilemmas to react to trainee behaviors, problems and opportunities for the purpose
of achieving training objectives with the greatest number of trainees. The contractor shall then advise guerrilla role-
players (as necessary) and execute the plans selected by the Cadre Team through role-playing.

5.7.21. During and between exercises, the Contractor shall record observations pertinent to scenario development
and role-playing in future training iterations. The Contractor shall provide comments in AAR format to the Cadre
Team at or before ENDEX. Comments should meet the criteria of being suitable to achieve or improve the
achievement of published training objectives, and feasible within current resources and technology.

5.7.22. Before, during, and after the CULEX, the Contractor shall assist in maintaining the historical and fictional
personality profiles for all guerrillas assigned or attached to the applicable area of operations. As a minimum, files in
the possession of the Contractor shall remain complete. File maintenance shall include changes, additions and
deletions proposed during AARs and accepted by the course director.

5.7.23. Before, during, and after the CULEX, the Contractor shall maintain working files for each personality
profile. The Contractor shall keep Government material intact, and shall add observations, updates and changes
incurred during exercises.

5.7.24. The Contractor shall maintain exercise target folders by updating information generated by Cadre and
perpetuating this information throughout an exercise. Upon termination of an exercise, the Contractor shall return
updated target folders to the Cadre Team. The contractor may add updates to target folders up to one week after
ENDEX.

5.7.25. During AARs, the Contractor shall recommend additions, deletions or changes to profiles based on lessons
learned and suggestions from role-players. The contractor shall post approved or accepted proposals to working
files.

5.7.26. The Contractor is prohibited from any deviation from the scenario without express permission of the Cadre
Team.

5.7.27. The Contractor shall not divulge information to the trainees that is not authorized or that unfairly helps the
team arrive at solutions or overcome difficulties.

5.8. Re-Supply (Log Runner) Support Duties.

5.8.1. During the exercise, and given a vehicle, schedule, standard road map and military road map, the Contractor
shall supply (pick up, load, deliver, and off-load) equipment, water, and food to multiple locations within a set
period of time. Pickup and delivery shall occur within one-half hour of the schedule.

5.8.2. The Contractor shall be required to move personnel into and out of the training areas during the supply
movements.

5.8.3. The Contractor shall navigate to and from locations unassisted.


5.8.4. At each training site, the Contractor shall replace empty 5-gallon water cans with full ones. The Contractor
shall refill empty water cans before returning to training site.

5.8.5. Contractor employees shall tag and charge depleted batteries evacuated from the training site in the
Government battery charging facility. When batteries are charged, the Contractor shall return them to their point of
origin with the next delivery.

5.8.6. The Contractor shall travel unassisted using a Government-furnished vehicle to locate training sites within
specific time windows.

5.8.7. Before Start of each exercise (STARTEX) and after the end of each exercise (ENDEX), the Contractor shall
assist Government personnel with set-up and take-down of field training facilities, base station, safe houses, and
other training sites. Set-up and take down shall include light equipment pick up, delivery, loading and off-loading.

5.8.8. Projected Exercise Hours. Exercise re-supply occurs mostly during daylight hours, but the Contractor must
provide on-call support 24 hours per day.

5.8.10. Exercise and Pineland Area Management. A lane refers to a designated area of operations for each unit to
train within. Pineland consists of twelve (12) lanes and is located throughout central North Carolina. North Pineland
consists of six (6) lanes and South Pineland consists of six (6) lanes.

5.8.10.1. Site Management. The Contractor shall provide one (1) Site Manager and the requested number of Role
Player Supervisors based on exercise requirements specified in the attached enclosures. Site management shall
assist in presenting Pineland Area Study Brief, and role player train-up along with conducting area familiarization
IAW information provided in Coordinating Instructions. The Site Manager and Role Player Supervisors shall
exercise command and control over ALL contract personnel. The Site Manager shall also attend daily OPCEN
coordination meetings throughout the dates listed for this exercise. There is no requirement for site management to
be physically present 24-hours a day in OPCEN; rather, only the necessity to attend coordination meetings and stay
in contact with that organization. Additionally, the Site Manager and Role Player Supervisors shall not serve in a
role player capacity.

5.8.10.1.1. Site Management Coordinating Instructions.

5.8.10.1.1. The Contractor shall brief (using Government provided data) all personnel on the concept and
responsibilities of their position, and provide an overview of the Pineland Area Study Brief prior to arrival.

5.8.10.1.2. The Contractor shall ensure role players are physically capable to perform tasks under field conditions.
The Contractor must ensure that the personal health situation of role players, i.e. pregnancy, injuries, etc. are not put
at risk, but the personnel provided must be able perform their prescribed missions.

5.8.10.1.3. The Contractor shall be responsible for role player conduct during the exercise period.

5.8.10.1.4. The Contractor shall assist in site improvement/ preparation; assist with new role player roles and
scenario development, provide cultural expertise and knowledge to enhance realism of government owned area/
facilities. Improvements/ preparations will be conducted IAW Government’s directed priority of work.

5.8.10.1.5. The Contractor shall provide management representation at daily coordination meetings, attend planning
coordination meetings in preparation for the exercise, and attend AAR at the completion of exercise.

5.8.10.1.6. The Contractor shall provide by name/ by position start roster of all personnel supporting each exercise
NLT 24 hours after start of each exercise.

5.8.10.1.7. The Contractor shall provide by name/ by position ending roster of all personnel supporting each exercise
to include any changes made during the conduct of the exercise NLT 24 hours after completion of each exercise.
5.8.10.1.8. The Government and Site Manager will conduct area/ scenario familiarization of exercise events for all
role players.

5.8.10.1.9. The Government and Contractor shall conduct a joint preparation, train-up and validation of ALL role
players. This role player preparation training will be accomplished prior to actual execution of roles with students.
Hours have been allocated as train up/ set up on attached enclosure requirements to accomplish this task.

5.8.10.1.10 The Contractor shall inform all role players that exercise is conducted under field conditions – Billeting
is under field conditions.

5.8.10.1.11. Contractor shall provide representation at all In Progress Reviews (IPR) to finalize actual requirements/
scenarios and to discuss overall exercise execution.

5.8.11. Area Manager Duties.

5.8.11.1. The contractor shall perform the duties as an assistant to the Cadre of that specific lane. Area manager
shall function in both a garrison and field environment in accordance with the Cadre Team Sergeant’s roles and
responsibilities and ROBIN SAGE/ Pineland Scenario and Atlantican country studies. The area manager functions
an unconventional warfare (UW) training scenario developer and will assist the cadre in developing scenarios with
scripts and Desired Student Response (Objective) in accordance with the Program of Instruction/Doctrine. The Area
Manager shall provide operational and support continuity for his cadre lane during cadre change-over. He will also
take a large role in the area development for that specific lane. Beyond requesting and maintaining land use
agreements the area manager will assist the cadre in all aspects of area and scenario development. The area manager
shall assist the cadre in the training of the students in both an active and support role. The area manager shall also
act as the manager for all of the contracted role players working for that lane. This shall include the G-Chief,
OPFOR, and Guerrilla Force.

5.8.11.2. During the culmination exercise (CULEX), the contractor shall in-process contracted role players along
with G-Chief and assure they are prepared for their roles. Area manager is responsible for supervising Contracted
role players as required. Ensure the Contracted role players and IUWs deployment into sector and the establishment
of the Guerrilla, Cadre and OPFOR camps and any others as required. For the first two days, the area manager will
report the status of all personnel in that training lane to the Field Team Leadership. This task may be delegated to
the G-Chief. Establish and operate an OPCEN in the cadre camp in order to battle track all current and future
operations. Responsible for coordinating for auxiliary transportation, facilities and any adjunct role players within
the scenario. Area Manager shall supervise OPFOR on current operations and brief them in preparation of all future
operations. He shall also assist the Cadre in the supervision of any military personnel within the cadre camp in their
assigned tasks. This includes all cadre camp administrative requirements, the issue and accountability of
ammunition and pyrotechnics and the issue, tum in and accountability of weapons and any other sensitive items.
Area manager may act as a relay of cadre instructions and any specific coordination with the G Chief.

5.8.11.3. The contractor shall attend all Cadre Team briefings before every operation.

5.8.11.4. The contractor shall back-brief the Cadre on proposed role-playing details, and shall adjust role-playing
details in accordance with Cadre decisions.

5.8.11.5. The contractor shall, during Guerrilla and OPFOR reception on the first day of the UW FTX, assist the G-
Chief in assembling e the group of guerrilla and OPFOR role-players, verify personal equipment, gather in
processing data and submit it to the cadre. The contractor shall, after Guerrilla Reception, assemble the group for
transport to Camp Mackall using Government-furnished transportation.

5.8.11.6. When not conducting the CULEX, area managers shall assist the cadre in post operations activities
including the After Actions Report / Post Instructional Conference, maintenance of weapons, ISOFAC cleaning, etc.
Area Manager will have the primary role of managing land use agreements within their sector of training. This will
include acquiring and maintaining Cadre Camps, G-Bases, targets and any training areas, property, or businesses
where students conduct training, movement or meeting. If boots touch the ground a land use agreement is required.
Area Manager is responsible for the following tasks:
- Notify land owners of upcoming class requirements and dates.
- Notify role players of upcoming class requirements and dates.
- Notify G Chief of upcoming class requirements, dates and cadre intent.
- Develop and finalize contracted role player roster and notify contracted role players of work schedule.

5.8.11.7. Area Manager shall develop and maintain all continuity products including but limited to the following:
Area Manager Book, G Chief Book, Adjunct Role Player Book, and Land Use Agreement Book.

5.8.11.8. Area Manager shall assist the cadre with all product development including but not limited to: Scenario
Brief to the Command Team, TV Guide (Training schedule), Transportation requests (Army), Air support requests,
Weapons requests, and Supply requests.

5.8.11.9. Area Manager shall assist cadre with training in the classroom, field and the Robin Sage Exercise. At all
times the area manager will act as a safety officer and may halt training any time an unsafe act is observed. He will
maintain rapport with civilian supporters in Sector via regular communications and visits. Prior to conduct of the
CULEX, area manager will go in sector and make the following coordination: Land use, Building/structure use,
Local role players, Local transportation (Civilians), Local supplies Airport facilities (if utilized) and Government
shops and agencies (City, county, state and federal) Law Enforcement.

5.8.11.10. The contractor shall provide for the health, welfare and safety of the contracted role players. The
contractor shall enforce food, water, rest, and sanitation discipline for the OPFOR, provide for attention for sick or
injured group members, assign tasks so as not to threaten the welfare of the group or its members, assess risk for
each training event, and conduct group activities in concert with the assessment. The contractor shall comply with
constraints of the overall exercise risk assessment. The contractor shall report health, welfare and safety problems to
the Cadre upon discovering them.

5.8.11.11. The contractor shall perform administrative functions concerning the contracted role players and its
assets. The contractor shall maintain accountability for group and personal equipment, report the status of sensitive
items and maintain personnel rosters for role-players. The contractor shall report immediately the absence or injury
of a role-player or the loss of any sensitive item of equipment.

5.8.11.12. Relationship to Cadre. The Cadre Teams are the Government representatives that provide the contractor
with key information about the trainees’ accomplishment of critical tasks, subtasks, ELOs and TLOs, and how these
affect role-playing. Depending on the situation and trainee performance, the Cadre Team may determine that any
portion of the training be repeated, emphasized, lengthened, shortened, or omitted. Where this determination affects
role-playing, the Cadre informs the contractor on the desired role-playing activities, and the contractor shall adjust
the role-playing accordingly. The Contractor, in turn, observes the trainees in some circumstances in which the
Cadre Team is absent. If these are significant to the training, the contractor shall report them to the Cadre Team and
recommend appropriate role-playing responses.

5.8.11.13. Training Development. In performing the training development function, the Contractor shall assist cadre
in professional development of trainees through the exercise.

5.8.11.14. The Contractor is prohibited from any deviation from the scenario without express permission of the
Cadre Team.

5.8.11.15. The contractor shall not divulge information to the trainees that is not authorized or that unfairly helps the
team arrive at solutions or overcome difficulties.

5.9. Observer/Controller (OC) Special Forces (SF) Duties.

5.9.1. The Contractor shall be able to move up to 20-km cross-country with a rucksack carrying between 45-55
lbs. Contract personnel shall be able to move 12-miles with a 45 lb. rucksack in 3-hours.

5.9.2. The Contractor shall control the movements and activities of students in order to maintain safe and positive
control at all times IAW SUT SOPs.
5.9.3. The Contractor shall walk patrols day and night varying in distances from a few hundred meters to several
kilometers (6-16 km).

5.9.4. The Contractor shall provide training assistance to Government instructors during both static range and live
fire exercises. The Contractor shall assist in squad and platoon exercises to include movement to contact, hasty and
deliberate ambush, and raid.

5.9.5. The Contractor shall serve as assistant instructors. The Contractor shall provide training assistance to
Government instructors teaching the POI during instruction in: General Subjects, Land Navigation, Weapons
Marksmanship, Mounted and Dismounted Patrolling Exercises (FTX of squad/platoon raids, ambushes, movement
to contact, patrol base activities), and Military Operations in Urban Terrain (MOUT).

5.9.6. The Contractor shall call in both ground and aerial MEDEVAC for seriously injured soldiers using the
standard military 9-line MEDEVAC request procedures.

5.9.7. The Contractor shall provide small group instruction training assistance in a classroom or field environment.

5.9.8. The Contractor shall conduct infiltration in support of field training exercises on both fixed wing and rotary
wing aircraft.

5.9.9. The Contractor shall handle ammunition and pyrotechnics and be capable of employing small arms and
pyrotechnics.

5.9.10. Contract employees will attend a briefing prior to the execution of training and an AAR at the conclusion of
training during each class cycle; daily in/out briefings may be required by cadre to facilitate training.

5.9.11. OC Uniform and Equipment Requirements. Government shall not provide or pay for OC uniforms or
equipment. All uniforms and equipment shall be maintained by contractors.

5.9.12. OCs participating in training shall adhere to grooming standards in accordance with AR 670-1.

5.9.13. OCs participating in training shall wear U.S. Army MultiCam with nametags IAW AR 670-1 with company
name tape in place of the "U.S. Army" tab over the left breast pocket and the last name over the right breast pocket.
Contractor shall wear MultiCam cap or authorized unit cap and tan authorized military boots.

5.9.14. OCs shall possess a military issue type Large Alice rucksack capable of holding 45 lbs. of food, water and
equipment necessary for self-sustainment up to 5 days without re-supply and a military style LBV with canteens.

5.9.15. OC Clothing and Equipment Required


• Boots x1
• MultiCam or latest Government issued field uniform Shirt x2
• MultiCam or latest Government issued field uniform Pants x2
• Name Tapes x2
• Sleeping Mat x1
• Sleeping Bag x1
• Poncho x1
• Poncho Liner x1
• Gortex Jacket x1
• Gortex Pants x1
• Poly-pro Tops x2
• Poly-pro Bottoms x2
• LBV x1
• Pistol Belt x1
• Canteen x2
• Canteen Cover x2
• Canteen Cup x2
• Ammo Pouch x2
• 1st Aid Kit x1
• Compass x1
• Buttpack x1
• Flashlight x1
• Gloves x1
• Pack x1
• Rucksack Frame x1
• WP Bag x2
• Tent x1
• Expendables including but not limited to: batteries, flashlight bulbs, tape, and 550 cord

5.10. Contractor Manpower Reporting: The Contractor will 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 is required to completely fill in all required data fields
using the following web address: http://www.ecmra.mil, and then click on “Department of the Army CMRA” or the
icon of the DoD organization that is receiving or benefitting from the contracted services.

Reporting inputs will 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 of each calendar year, beginning with 2019. Contractors may direct questions
to the help desk by clicking on “Send an email” which is located under the Help Resources ribbon on the right side
of the login page of the applicable Service/Component’s CMR website at http://www.ecmra.mil. The required data
fields include:

(1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative;


(2) Contract number, including task and delivery order number;
(3) Beginning and ending dates covered by reporting period;
(4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data;
(5) Estimated direct labor hours (including sub-contractors);
(6) Estimated direct labor dollars paid this reporting period (including sub- contractors);
(7) Total payments (including sub-contractors);
(8) Predominant Product Service Code (PSC)/Federal Service Code (FSC) reflecting services provided by
contractor (and separate predominant PSC/FSC for each sub-contractor if different);
(9) Estimated data collection cost;
(10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity
(the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of
reporting this information);
(11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United
States and nearest city, country, when in an overseas location, using standardized nomenclature provided
on website);
(12) Presence of deployment or contingency contract language; and
(13) Number of contractor, and sub-contractor employees deployed in theater this reporting period (by country).

As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with
this reporting requirement.
PART 6
APPLICABLE PUBLICATIONS

6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS):

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

1. Applicable range regulations, and DoDI 1322.28 (RMT CAT 1-3), SOCOM applicable regulations.

2. AR 530-1 Operational Security, National Industrial Security Program Operating Manual (DoD 5220.22-M) and
any revisions to DoD 5220.22-M.

3. FAR 52.204-2, Security Requirements for access to classified information.

4. AR 190-8 & STP 19-31B1-SM

5. SMTP 18E30, SAVSERSUP6 and the USAJFKSWCS Base Station SOP

6. Occupational Safety and Health Act of 1970 as implemented in Executive Order 12196 Title 29, Code of
Federal Regulation 1960 (https://www.osha.gov/law-regs.html)

7. Department of Defense Instructions 6055.1, 6055.04, and 6055.07

8. AR 385-10, The Army Safety Program

9. USASOC Regulation 385-1, USASOC Safety Program

10. USASOC Regulation 40-1, Prevention of Exertional Heat Illness

11. USASOC Regulation 40-8, Occupational and Environmental Risk Management for Shoot Houses and Indoor
Firing Ranges

12. AR 11-35, Occupational and Environmental Health Risk Management

13. AR 190-16, Physical Security

14. AR 190-51, Security of Unclassified Army Property (Sensitive and Non-sensitive)

15. USASOC Regulation 190-13, Physical Security Program (USASOC)

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

17. USASOC 380-5, Information Security Program

18. AR 200-1, Environmental Protection and Enhancement

19. Fort Bragg Regulation 200-1, Fort Bragg Environmental Program

20. Fort Bragg Regulation 200-2, Installation Hazardous Waste Management Plan

21. Fort Bragg Regulation 200-3, Installation Spill Contingency Plan, The Spill Prevention, Control, and
Countermeasures Plan and the Facility Response Plan

22. Fort Bragg ECO/ECA Environmental Compliance Guide


23. 1st SWTG (A) Environmental SOP

24. Fort Bragg Regulation 350-6, Fort Bragg Range Regulation

25. AR 350-2, Operational Environment and Opposing Force Program

26. AR 350-38, Policies and Management for Training Aids, Devices, Simulators, and Simulations

27. AR 670-1, Wear and Appearance of Army Uniforms and Insignia (Appearance Observer/Controller)

28. AR 735-5, Property Accountability Policies

29. AR 740-1, Storage and Supply Activity Operations

30. AR 740-26, Physical Inventory Control

31. IAW DODD 8570

32. DoD 8570.01-M

33. DODD 8570.01, DoD 8570.01-M, AR 25-2 and published USSOCOM and USASOC requirements

34. U.S. Army Memorandum, dated 19 DEC 2011. “The Procedures and Guidance for Contract Role-Players
Counterintelligence Focused Security Review Program” (FOUO), or more current guidance when published

35. DoD 5220.22-M, National Industrial Security Contract Operating Manual (NISPOM)

36. DoDI 5200.46, dated 9 Sep 14, DoD Investigative and Adjudicative Guidance for Issuing the Common Access
Card (CAC)

37. Applicable field manuals, SMTP 18E30, SAVSERSUP6 and the USAJFKSWCS Base Station SOP
PART 7
TECHNICAL EXHIBIT & ENT LISTING

7. Technical Exhibit & Attachment List:

7.1. Technical Exhibits:

Technical Exhibit 1 Performance Requirements Summary


Technical Exhibit 2 Deliverables Schedule
Technical Exhibit 3 Wage Determinations
Technical Exhibit 4 Tentative Training Schedule
Technical Exhibit 5 DoD Contract Security Classification Specification (DD 254)
Technical Exhibit 6 Past Performance Questionnaire
Technical Exhibit 7 Estimated Workload Data
Technical Exhibit 8 Course Enclosures

• Enclosure 1 - Army Special Operations Forces Assessment and Selection


• Enclosure 2 - 18A Military Occupational Specialty Training, Practical Exercises, and Field Training
Exercises
• Enclosure 3 - Small Unit Tactics
• Enclosure 4 - 18B and 18C Military Occupational Specialty Exercise
• Enclosure 5 - Robin Sage Mission Rehearsal Exercise and Culmination Exercise
• Enclosure 6 - Civil Affairs Sluss-Tiller Culminating Exercise Phases 1, 2, & 3
• Enclosure 7 - Psychological Operations Advanced Individual Training
• Enclosure 8 - Psychological Operations Inter-Agency Planning Exercise
• Enclosure 9 - Psychological Operations Culminating Exercise
• Enclosure 10 - Survival Evasion Resistance and Escape Urban Evasion Lane
• Enclosure 11 - Civil Affairs SPC Advanced Individual Training Module H Engagements, Module I STX,
and Module J Exercises
TECHNICAL EXHIBIT 1
PERFORMANCE REQUIREMENTS SUMMARY (PRS)

The contractor service requirements are summarized into performance objectives that relate directly to mission
essential items. The performance threshold briefly describes the minimum acceptable levels of service required for
each requirement. If the Government is responsible for any discrepancies, these will not be counted as deficiencies
on the part of the contractor but shall be kept on file as part of the official audit trail. These thresholds are critical to
mission success.

All Contractor performance will be reported in the CPARS system; however, Contractor’s compliance to the
following performance thresholds will be used for CPARs reporting periods and the results of the data will be used
to substantiate increase and decreases to the objective ratings of contractor performance. Failure to meet this metric
will result in a less than Satisfactory CPARs report.

In accordance with FAR 52.246-4, any deviation from the stated standard, without supporting comments
(justification), for certain objectives as delineated below may result in various monthly remedies in which the
deviation is made, and all successive months for which the deviation is not corrected to standard or otherwise
resolved.

Performance Objective Performance Performance Formal Method Incentive/Disincentive


Standard Threshold of Monthly
Acceptable Surveillance
Quality Level
(AQL)
PRS # 1 As detailed in the Zero Random Visual Performance reported
The Contractor shall PWS, paragraph Deviation surveillance. in CPARS as less than
provide role player and 1.3. from the Satisfactory
training support for Standard Review of
assessment, selection, and Service must be ARSOF training
training conducted by 1st provided 100% calendar.
(SWTG). of Government
tasked and Review of
scheduled course. participating unit's
AAR.
PRS # 2 As detailed in the Zero Random Visual Performance reported
The Contractor shall PWS, paragraph Deviation surveillance. in CPARS as less than
provide support elements 1.3.4. from the Satisfactory
for Range 37 and Camp Standard
Mackall.
PRS #3 As detailed in the 5% deviation Random Visual Performance reported
The Contractor must PWS, paragraphs permitted surveillance. in CPARS as less than
perform all tasks as defined 5.1. through 5.10. Satisfactory
in PWS, Part 5, Specific
Tasks. Provide at least
95% acceptable
services during
the month, unless
otherwise stated
herein.
PRS # 4 As detailed in the Zero Visual Performance reported
The Contractor shall use PWS, paragraph Deviation surveillance. in CPARS as less than
JPAS to verify ALL visitors' 1.6.13.10. from the Satisfactory
security clearance prior to Standard
issuing visitors the Services must be
appropriate facility badge. provided for
100% of contract
personnel.
PRS #5 As detailed in the Zero Visual Performance reported
The Contractor shall PWS, paragraph Deviation surveillance. in CPARS as less than
control all documents, 1.6.14.5. from the Satisfactory
references, and other Standard
written material provided
by USAJFKSWCS on a
strict need-to-know basis.
All such documents,
references and other such
material shall be returned to
USAJFKSWCS personnel
at the end of the exercises.
PRS #6 As detailed in the Zero Visual Performance reported
The Contractor shall PWS, paragraph Deviation surveillance. in CPARS as less than
acquire a PSI-CoE PSIP 1.6.14.10. from the Satisfactory
account to submit the Standard
required background
investigations.
TECHNICAL EXHIBIT 2
DELIVERABLES SCHEDULE

Deliverable Frequency # of Copies Medium/Format Submit To PWS Paragraph


Quality Control Provide no later than ten (10) working One electronic Delivered by KO/COR 1.6.1.
Plan (QCP) days following notification of award and copy. unclassified
within five (5) days of any proposed email.
changes to the Contract Officer's
Representative (COR) and/or Contract
Officer (KO).
Identification The spreadsheet shall be provided to the One electronic Delivered by COR 1.6.13.3.
Information Page COR NLT than 30 days after contract copy. unclassified
award and shall be updated and provided email.
to the COR during the first week of each
quarter.
Contractor NLT 30 days after contract award. One electronic Delivered by COR 1.6.13.8.
Personnel copy. unclassified email
EXCEL/Word
spreadsheet roll-up
document
Common Access Submit initial roster to the COR within One electronic Delivered by COR 1.6.22.4.
Card Roster ten (10) calendar days after copy. unclassified
commencement of base period of email.
performance.
Key Personnel Within ten (10) work days of the One electronic Delivered by KO/COR 1.6.20.
Changes proposed change copy. unclassified email

Key Personnel Replaced within ten (10) work days of One electronic Delivered by 1.6.20.
Replacement the termination. copy. unclassified email

Phase-Out Plan Provide the plan to the COR thirty (30) One electronic Delivered by KO/COR 1.6.25.
days before the phase-out period copy. unclassified
commences. email.

iWATCH Training Provide no later than 30 days after COR 1.6.12.6.


contract award.

OPSEC Standing Provide within 90 calendar days of 1.6.12.8.


Operating contract award.
Procedure/Plan

Contractor No later than October of each calendar Completely fill Use web address: Department of 5.10.
Manpower year. in all required http://www.ecmra the Army
Reporting data on the .mil CMRA.
required web
page.
By name/position Provide NLT 24 hours after start of each One electronic Delivered by COR 5.8.10.1.6.
list of role players exercise. copy. unclassified email ACOR
and site Course
management Manager
personnel
TECHNICAL EXHIBIT 3
WAGE DETERMINATION

The following Department of Labor (DOL) Wage Determinations are associated with the required performance
locations. Wage Determinations can be retrieved from the following URL: http://www.wdol.gov/sca.aspx

Location Wage Determination Revision Date of Revision

Fort Bragg, NC 2015-4377 8 12/26/2018

TECHNICAL EXHIBIT 4
TENTATIVE TRAINING SCHEDULE
(attached separately)

TECHNICAL EXHIBIT 5
DoD CONTRACT SECURITY CLASSIFICATION SPECIFICATION
(DD 254)
(attached separately)

TECHNICAL EXHIBIT 6
PAST PERFORMANCE QUESTIONNAIRE
(attached separately)
TECHNICAL EXHIBIT 7
ESTIMATED WORKLOAD DATA

This technical exhibit lists the estimated workload data based on historical figures, i.e., the hours previously
performed under the PWS by labor category. Be advised that the historical data being provided is inclusive of all
requirements as outlined in the PWS, which is subject to increases and decreases in workload, and SHOULD NOT
be considered as absolute in terms of present or future requirements. This data is included for informational
purposes only. OFFERORS ARE CAUTIONED TO USE AT THEIR OWN RISK.

ESTIMATED
LABOR CATEGORY QUANTITY/HOURS
FULL-TIME SUPPORT
Training Management Office Supervisor 1 1,880
Pineland Area Managers 2 3,760
Pineland Lane Managers 12 22,560
Exercise Support Cell Manager 1 1,880
Exercise Support Cell Team – Camp Mackall 14 26,320
Exercise Support Cell Team – Range 37 10 18,800
Logistics Specialist 1 1,880
Weapons Specialist – Range 37 1 1,880
COURSE SUPPORT
Guerilla Chiefs 20,664
Role Players – OPFOR/Guerilla/HN 405,436
Role Players - Cultural 74,106
Role Players - Ambassador 432
Log Runners / Drivers 3,312
Point Sitters 4,896
Outstation Communication Support 6,480
Site Managers 6,944
Observer / Controllers 51,912
Role Players – CAT 1, III Language RESERVED
Role Players – CAT 1-A, II Language RESERVED
Role Players – CAT 1I, III Language RESERVED
Role Players – CAT 1II, IV & V Language RESERVED
Interpreters RESERVED
TECHNICAL EXHIBIT 8
COURSE ENCLOSURES

ENCLOSURE 1:
Army Special Operations Forces (ARSOF) Assessment and Selection

1. Civil Affairs Assessment and Selection (CAAS): The Contractor shall provide a total of 17
personnel: 16 each Cultural/ Civilian Role Players, 1 Site Manager (Civil Affairs)/ Scenario
Developer, will provide Operations Center (OPCEN) representation for coordination. Exercise is
two (2) calendar days (Day 1 for 12 hours, and Day 2 for 6 hours) and will be conducted nine (9)
times per year.

Tentative Schedule
Event Start End
CAAS 09-19 23 Sep 19 24 Sep 19
CAAS 01-20 28 Oct 19 29 Oct 19
CAAS 02-20 2 Dec 19 3 Dec 19
CAAS 03-20 3 Feb 20 4 Feb 20
CAAS 04-20 24 Feb 20 25 Feb 20
CAAS 05-20 23 Mar 20 24 Mar 20
CAAS 06-20 20 Apr 20 21 Apr 20
CAAS 07-20 18 May 20 19 May 20
CAAS 08-20 22 Jun 20 23 Jun 20

2. Psychological Operations Assessment and Selection (POAS): The Contractor shall provide
exercise a total of 11 personnel: 10 Interpreters role players and 1 Site Manager who will provide
OPCEN representation for coordination. Exercise is two (2) calendar days (Day 1 for 6 hours, and
Day 2 for 12 hours) and will be conducted eight (8) times per year.

Tentative Schedule
Event Start End
POAS 08-19 23 Sep 19 24 Sep 19
POAS 01-20 2 Dec 19 3 Dec 19
POAS 02-20 3 Feb 20 4 Feb 20
POAS 03-20 24 Feb 20 25 Feb 20
POAS 04-20 23 Mar 20 24 Mar 20
POAS 05-20 20 Apr 20 21 Apr 20
POAS 06-20 18 May 20 19 May 20
POAS 07-20 22 Jun 20 23 Jun 20

3. Special Forces Assessment and Selection (SFAS): The Officer Scenario Engagement. The
Contractor shall provide a total of eight (8) Cultural Role Player personnel and a Site Manager:
English speaking, non-standard appearance (clothing, grooming standards, demeanor, etc.), and
experience in dilemma based scenarios and high pressure tactics. One should be designated as
exercise lead for OPCEN representation for coordination. Exercise is one (1) calendar day per
class (12 hours) and will be conducted eight (8) times per year.

Tentative Schedule
Event Start End
SFAS 08-19 2 Sep 19 2 Sep 19
SFAS 01-20 7 Oct 19 7 Oct 19
SFAS 02-20 28 Oct 19 28 Oct 19
SFAS 03-20 13 Jan 20 13 Jan 20
SFAS 04-20 2 Mar 20 2 Mar 20
SFAS 05-20 30 Mar 20 30 Mar 20
SFAS 06-20 27 Apr 20 27 Apr 20
SFAS 07-20 1 Jun 20 1 Jun 20

4. SFAS STAR Exam (land navigation): Observer/ Controller (Point Sitter). The contractor shall
provide a total of 17 personnel: English speaking, non-standard appearance (clothing, grooming
standards, demeanor, etc.), and experience in land navigation techniques. One (1) should be
designated as exercise lead for OPCEN representation for coordination. The Contractor shall
support changes in the schedule due to inclement weather delays, resource availability, and
command directives. This training is conducted in a field environment located in and around
Camp MacKall and Fort Bragg, North Carolina. The Contractor shall support training for
consecutive or non-consecutive days as required. Rotating shifts will not be acceptable in as it
would negatively impact training. The Contractor will have be able to flex to conduct STAR 3 a
maximum of two (2) times per year. Exercise is three-four calendar days in accordance with the
below table. Eight (8) exercises.

SFAS OBSERVER/CONTROLLER (POINT SITTER) SUPPORT


No. of ESTIMATED
EX. DAY EVENTS Hours
Locations MAN-HOURS
10 STAR 1 12 17 204

11 STAR 2 24 17 408
STAR 3 (2 x times per
12 24 17 408
year)
13 STAR 2/3 14 17 238
Estimated Total Man-Hours per SFAS Class for 842 with
Observer/ Controller (Point Sitter) STAR 3 1,250
Estimated Total Man-Hours Annually
7,552
(8 courses)
ENCLOSURE 2
18A Military Occupational Specialty (MOS) Training,
Practical Exercises (PEs), and Field Training Exercises (FTXs)

1. Estimated requirement: The Contractor shall provide support for six (6) 18A MOS classes per
year. The Contractor shall support changes in the schedule due to inclement weather delays,
resource availability, and command directives. This training is conducted in a field environment
located in and around Camp Mackall, Fort Bragg, and central North Carolina. The Contractor
shall support training for consecutive or non-consecutive days as required. Rotating shifts will not
be acceptable in as it would negatively impact training.

2. Class/ Exercise Period of Performance: Dates are provided for planning purposes but are subject
to change for various reasons. Support will occur during the window provided but will be limited
to the contracted time period for each task. Exercises may be adjusted to compensate for holidays
and other unforeseen events.

3. Personnel requirement: The Contractor shall provide support for four (4) separate exercises:

A. 18A FID FTX support is 5 Observer/Controllers (Special Forces), (roles played will be 3
Customs Officers; 2 members of the Country Team, the Chief of Station and Management
Section Chief), 3 G-Chief role players, 6 HN/ PN role players for 1 day Pre-Deployment Site
Survey (PDSS); 3 G-Chief role players and 42 HN/ PN role players for 8 days (exercise
commando force), 2 SFOC for 1 day, 1 OPFOR role player for 1 day, 12 OPFOR role players
(mid-eastern appearance) for 4 days; 1 Site Manager (Special Forces) for 9 days; each 12
hours a day.

B. 18A UW FTX support is PTO FTX:; 7 SFOC for 8 days (intel source/auxiliary leader); 4 G-
Chiefs for 8 days (one G-Chief must be female); 2 Guerilla role players for 3 days; 2 log
runners for 8 days; 1 Site Manager (Special Forces) for 10 days; each 12 hours a day.

C. 18A CART FTX support is 11 COB role players for 2 days; 1 Site Manager (Special Forces)
for 2 days; each for 12 hours a day.

D. 18A Operational Preparation of the environment FTX2 SFOCs for 2 days; 1


Observer/Controller (Special Forces) must be ASOTLVL 3 to function as U.S. Military
Liaison, 2 Guerrilla (playing auxiliary members) role players (medical/EMT background
preferred) for 1 day; 1 Site Manager (Special Forces) for 6 days; each for 12 hours a day.

Tentative Schedule
Event Start End
18A MOS SFQC 318
UW PTO FTX 01 JUL 19 03 JUL 19
18A MOS SFQC 319
CART Exercise
FID PDSS 18 JUL 19 18 JUL 19
FID FTX 25 JUL 19 01 AUG 19
OPE FTX 20 AUG 19 21 AUG 19
UW FTX 12 SEP 19 19 SEP 19
18A MOS SFQC 320
CART Exercise 28 AUG 19 29 AUG 19
FID FTX PDSS 13 SE9 19 13 SEP 19
FID FTX 19 SEP 19 26 SEP 19
OPE PE 16 OCT 19 17 OCT 19
UW FTX 31 OCT 19 07 NOV 19
18A MOS SFQC 321
CART Exercise 24 OCT 19 25 OCT 19
FID FTX PDSS 07 NOV 19 07 NOV 19
FID FTX 15 NOV 19 22 NOV 19
OPE PE 11 DEC 19 12 DEC 19
UW FTX 09 JAN 20 16 JAN 20
18A MOS SFQC 322
CART Exercise 23 JAN 20 24 JAN 20
FID FTX PDSS 07 FEB 20 07 FEB 20
FID FTX 13 FEB 20 20 FEB 20
OPE PE 10 MAR 20 11 MAR 20
UW FTX 02 APR 20 09 APR 20
18A MOS SFQC 323
CART Exercise 18 MAR 20 19 MAR 20
FID FTX PDSS 03 APR 20 03 APR 20
FID FTX 09 APR 20 16 APR 20
OPE PE 05 MAY 20 06 MAY 20
UW FTX 29 MAY 20 05 JUN 20
18A MOS SFQC 324
CART Exercise 20 MAY 20 21 MAY 20
FID FTX PDSS 05 JUN 20 05 JUN 20
FID FTX 11 JUN 20 18 JUN 20
ENCLOSURE 3
Small Unit Tactics (SUT)

1. Estimated requirement: The Contractor shall provide support for six (6) SUT classes per year.
The Contractor shall support changes in the schedule due to inclement weather delays, resource
availability, and command directives. This training is conducted in a field environment located in
and around Camp Mackall and Fort Bragg, North Carolina. The Contractor shall support training
for consecutive or non-consecutive days as required.

2. Contracted role players must provide uniforms and equipment required for extended field
operations. OPFOR will be expected to wear the Woodland BDU pattern combat uniform while
performing role play duties. OPFOR must have some type of load bearing equipment, or vest;
OPFOR are required to carry ammunition in magazines, a Government provided radio, and a
minimum of two quarts of water during all missions.

3. Personnel requirement: The Contractor shall provide support for the class that will cover multiple
events and three separate exercises.

A. The Contractor will provide 15 Observer/ Controllers (OC) (Special Forces) for 40 days per
class; 32 OPFOR role players for 24 days per class; and 1 Site Manager for 26 days per class,
12 hours a day.

B. Class/ Exercise Period of Performance. Dates are provided for planning purposes but are
subject to change for various reasons. Support will occur during the window provided but
will be limited to the contracted time period for each task. Exercises may be adjusted to
compensate for holidays and other unforeseen events.
Tentative Schedule
Event Start End
SUT Class 05-19 15 Jul 19 30 Aug 19
SUT Class 06-19 16 Sep 19 01 Nov 20
SUT Class 01-20 25 Nov 19 24 Jan 20
SUT Class 02-20 10 Feb 20 27 Mar 20
SUT Class 03-20 30 Mar 20 15 May 20
SUT Class 04-20 01 Jun 20 17 Jul 20
ENCLOSURE 4
18B and 18C Military Occupational Specialty (MOS) Exercises (FTXs)

1. Estimated requirement: The Contractor shall provide support for six (6) 18B and 18C MOS
classes per year. The Contractor shall support changes in the schedule due to inclement weather
delays, resource availability, and command directives. This training is conducted in a field
environment located in and around Camp Mackall and Fort Bragg, North Carolina. The
Contractor shall support training for consecutive or non-consecutive days as required. Rotating
shifts will not be acceptable in as it would negatively impact training.

2. Class/ Exercise Period of Performance: Support will occur during the window provided but will
be limited to the contracted time period for each task. Exercises may be adjusted to compensate
for holidays and other unforeseen events.

3. Personnel requirement: The Contractor shall provide support for two separate exercises.

A. 18B FID FTX support is 12 OPFOR for 4 days; and 1 Site Manager (Special Forces) for 6
days, 12 hours a day.
B. 18C FID FTX support is 12 OPFOR for 4 days; and 1 Site Manager (Special Forces) for 6
days, 12 hours a day.
Tentative Schedule
Event Start End
18B
FTX Class 312 25 Jul 19 30 Jul 19
FTX Class 313 26 Sep 19 01 Oct 19
FTX Class 314 22 Nov 19 27 Nov 19
FTX Class 315 06 Feb 20 11 Feb 20
FTX Class 316 16 Apr 20 21 Apr 20
FTX Class 317 11 Jun 20 16 Jun 20
18C
FTX Class 312 14 Jul 19 26 Jul 19
FTX Class 313 16 Sep 19 27 Sep 19
FTX Class 314 18 Nov 19 29 Nov 19
FTX Class 315 27 Jan 20 07 Feb 20
FTX Class 316 13 Apr 20 24 Apr 20
FTX Class 317 08 Jun 20 19 Jun 20
ENCLOSURE 5
Robin Sage Mission Rehearsal Exercise (MRE) and Culmination Exercise (CULEX)

1. Estimated requirement: The Contractor shall provide support for six (6) Robin Sage
MRE/CULEX per year. The Contractor shall support changes in the schedule due to inclement
weather delays, resource availability, and command directives. This training is conducted in a
field environment located in and around Camp Mackall and throughout central North Carolina.
Contractor shall support training for consecutive or non-consecutive days as required. Rotating
shifts will not be acceptable in as it would negatively impact training.

2. Class/ Exercise Period of Performance: Dates are provided for planning purposes but are subject
to change for various reasons. Support will occur during the window provided but will be limited
to the contracted time period for each task. Exercises may be adjusted to compensate for holidays
and other unforeseen events.

3. Personnel requirement: The contractor shall provide support for each exercise. 250 Guerilla role
players for 14 days; 60 OPFOR for 14 days; 12 G-Chiefs for 19 days; 2 Re-Supply (Log Runner)
Drivers for 15 days; and 6 Outstation Communicators for 15 days, 12 hours a day.
Clarification: The requirement for G-Chief and the requirement for Pineland Area Manager
(Enclosure 10, paragraph 8/A/2) are two different and distinct labor categories.

Tentative Schedule
Event Start End
RS CULEX Class 04-19
MRE 01 Jul 2019 04 Jul 2019
CULEX 05 July 2019 19 July 2019
RS CULEX Class 05-19
MRE 22 August 2019 24 August 2019
CULEX 30 August 2019 13 September 2019
RS CULEX Class 01-20
MRE 24 October 2019 26 October 2019
CULEX 01 November 2019 15 November 2019
RS CULEX Class 02-20
MRE 16 January 2020 18 January 2020
CULEX 24 January 2020 07 February 2020
RS CULEX Class 03-20
MRE 05 March 2020 07 March 2020
CULEX 13 March 2020 27 March 2020
RS CULEX Class 04-20
MRE 07 May 2020 09 May 2020
CULEX 15 May 2020 29 May 2020
ENCLOSURE 6
Civil Affairs (CA) Sluss-Tiller Culminating Exercise (CULEX) Phases 1, 2, & 3

1. Exercise Length for Sluss Tiller CA CULEX Phase 1: 1 DAY

The Contractor shall provide support for three (3) SLUSS TILLER CULEXs Engagement Training Phase
1’s per year: The Contractor shall provide a total of 17 Personnel on that day. The personnel breakdown
is 16 each Cultural/ Civilian Role Players, AND 1 each Role Player Supervisor/Site Manager (Civil
Affairs). Phase 1 exercise will consist of ONE (6 hour) day. Report location will either be TBD or the
Civil Affairs Training Facility. Dates below are approximate and may vary by as much as a week.

2. Exercise Length for Sluss Tiller CA CULEX Phase 2: 1 DAY

The Contractor shall provide support for three (3) SLUSS TILLER CULEXs Engagement Training Phase
2’s per year: The Contractor shall provide a total of 17 Personnel on that day. The personnel breakdown
is 16 each Cultural/ Civilian Role Players, AND 1 each Role Player Supervisor/Site Manager (Civil
Affairs). Phase 2 exercise will consist of ONE (6 hour) day. Report location will either be TBD or the
Civil Affairs Training Facility. Dates below are approximate and may vary by as much as a week.

3. Exercise Length for Sluss Tiller CA CULEX Phase 3: 11 DAYS

The Contractor shall provide support for three (3) SLUSS TILLER CULEXs per year: The contractor
shall provide a total of 85 Personnel. The personnel breakdown is 78 each Cultural/ Civilian Role
Players, 2 each Local National Journalists, 4 each Role Players Supervisors and 1 Site Manager/ Scenario
Developer (Civil Affairs), who will provide Operations Center (OPCEN) representation for coordination.
Exercise will consist of Day 1 (6 hours) train up/ set up. Day 2-10 will be consecutive (12 hour) days and
Day 11 (6 hours). Scenarios may run 18-24 hours. The Contractor must provide supervision for role
players on a 24 hour basis. Report location is FOB Freedom, Camp Mackall, NC.

Tentative Schedule
Event Start End
CAQ CP 003-18/CL03-19
Ambassador Engagement 11 July 2019 11 Jul 2019
SLUSS TILLER 15 July 2019 25 July 2019
CAQ CP 001-19/CL 01-20
CA KLE PH 1 12 September 2019 12 September 2019
CA KLE PH 2 19 September 2019 19 September 2019
Ambassador Engagement 24 October 2019 24 October 2019
SLUSS TILLER 28 October 2019 7 November 2019
CAQ CP 002-19/CL02-20
CA KLE PH 1 09 January 2020 09 January 2020
CA KLE PH 2 16 January 2020 16 January 2020
Ambassador Engagement 12 March 2020 12 March 2020
SLUSS TILLER 16 March 2020 26 March 2020
CAQ CP 003-19/CL03-20
CA KLE PH 1 30 April 2020 30 April 2020
CA KLE PH 2 07 May 2020 07 May 2020
ENCLOSURE 7
Psychological Operations (PO) Advanced Individual Training (AIT)

1. FOR AN ALPHA COMPANY, MISO AIT FTX a total of 17 Personnel will be required: 15 each
Cultural Role Players, 1 each Role Players Supervisors, and 1 each Site Manager, who will
provide Operations Center (OPCEN) representation for coordination. Exercise will consist of one
half day (6 hours) train up/set up and five (5) consecutive (12 hour) calendar days. Contractor
must provide supervision for role players.

2. The AIT CULEX shall have access to contractor provided village.

3. The Contractor will be responsible for transporting role players to all sites utilized during the
CULEX.

4. This exercise will be conducted three (3) times per year.

Tentative Schedule
Exercise Dates
AIT CULEX 11 Aug 19 – 16 Aug 19
AIT CULEX 08 Dec – 13 Dec 19
AIT CULEX 19 Apr 20 – 24 Apr 20
ENCLOSURE 8
Psychological Operations (PSYOPS) Inter Agency Planning Exercise (IAPX)

1. Exercise Length: 6 DAYS

2. The Contractor shall provide support for three (3) IAPX exercises per year. The Contractor will
provide a total of 15 Personnel: 11 civilian Role Players, 2 Ambassadors, 1 Role Player
Supervisor (Psychological Operations), and 1 Site Manager (Psychological Operations), who will
provide Operations Center (OPCEN) representation for coordination. Exercise will consist of one
half day (6 hours) train up and five consecutive (12 hour) calendar days of IAPX. This exercise
is conducted three (3) times a year.

3. The role players will meet separately and/ or in groups as needed during the 12 hour
workday. The Contractor shall provide transportation for all role players to and from the
quartering location if needed. Roles/ Duties that the Government requires for role players will be
provided 45 days in advance. Two role player will act in the capacity of a J39 to brief the students
for the kick off of the exercise. This is for one 12 hour day separate from the six consecutive days
of the exercise. Two (2) role players for Day 6 of the exercise has the requirement to have been a
previously seated ambassador.

Tentative Schedule
UNIT Exercise PROJ DATES # RPs # DAYS
MISO IAPX 28 Jul 19 – 02 Aug 19 12 6
MISO IAPX 22 Nov 19 – 27 Nov 19 12 6
MISO IAPX 02 Apr 20 – 07 Apr 20 12 6
ENCLOSURE 9
Psychological Operations (PSYOPS) CULEX

1. Exercise Length: 8 DAYS

2. The Contractor shall provide support for three (3) Black Knight exercises per year. The
Contractor will provide a total of 39 Personnel: 31 Cultural Role Players, 1 J39, 4 G-Chief, 2 each
Role Player Supervisors, and one Site Manager, who will provide Operations Center (OPCEN)
representation for coordination. Exercise will consist of one half day (6 hours) train up and four
consecutive (12 hour) calendar days of Black Knight/ CULEX.

3. Ensure personnel selected are IAW listed ethnic group provided to Site manager. Personnel
selected to fill positions must be able to communicate in their native tongue when in role and in
English with Government (Cadre) representatives. Roles that the Government requires will be
provided 45 days in advance.

4. Locations will include but not limited to: Contractor provided Village, Freedom Village, Offsite
Locations, and surrounding areas at Camp Mackall.

5. The Contractor shall provide host nation security force role players with matching uniforms to be
trained by students in MISO activities. In addition, the Contractor shall provide dated
(functional) computer equipment and a print capability (ex. dot matrix) for two (2) separate
locations.

Tentative Dates

DATES # RPs DAYS


UNIT Exercise
PSYOPS CULEX 02 Oct 19 – 07 Oct 19 35 8
PSYOPS CULEX 13 Feb 20 – 18 Feb 20 35 8
PSYOPS CULEX 05 Jun 20 – 10 Jun 20 35 8
ENCLOSURE 10
SERE Urban Evasion Lane (UEL)

1. Exercise Length: 8 Hours

2. The Contractor shall provide support for up to seventeen (17) exercises per year. The Contractor
will provide a total of 21 Personnel: 20 civilian Role Players and 1 Role Player Supervisor.
Exercise will consist of one day (8 hours) execution of the SERE Urban Evasion Lane (UEL).

3. The role players will meet separately and/or in groups as needed during the 8 hour workday. The
contractor shall provide transportation for all role players to and from the quartering location if
needed.

a. Locations will include but not limited to: Contractor provided Village, Freedom Village,
Offsite Locations, and surrounding areas at Camp Mackall.

b. Ensure personnel selected are IAW listed ethnic group provided to Role Player Supervisor.
Personnel selected to fill positions MUST be able to communicate in their native tongue
when in role and in English with Government (Cadre) representatives. Roles that the
Government requires will be provided 45 days in advance.

Tentative Schedule
UNIT Exercise PROJ DATES # RPs # DAYS
SERE UEL 19 Jul 19 21 1
SERE UEL 2 Aug 19 21 1
SERE UEL 16 Aug 19 21 1
SERE UEL 13 Sep 19 21 1
SERE UEL 27 Sep 19 21 1
SERE UEL 11 Oct 19 21 1
SERE UEL 15 Nov 19 21 1
SERE UEL 13 Dec 19 21 1
SERE UEL 7 Feb 20 21 1
SERE UEL 21 Feb 20 21 1
SERE UEL 6 Mar 20 21 1
SERE UEL 10 Apr 20 21 1
SERE UEL 24 Apr 20 21 1
SERE UEL 8 May 20 21 1
SERE UEL 29 May 20 21 1
SERE UEL 12 Jun 20 21 1
ENCLOSURE 11
Civil Affairs (CA) AIT Module H ENGAGEMENTS, MOD I STX, and MOD J Exercises (FTX)

1. Exercise Length for CA SPC (AIT) Module H: Engagements, Negotiations, and Assessments: 3
DAYS

2. The Contractor shall provide support for three (3) Engagements, Negotiations, and Assessments
per year: The Contractor shall provide a total of 9 Personnel on those days. The personnel
breakdown is 8 each Civilian Role Players, and 1 each Role Player Supervisor/Site Manager. The
Engagements, Negotiations, and Assessments exercise is 3 consecutive calendar days for 7 hours
each day from 1120-1820 each day. Roles and duties require being familiar with customs and
behaviors of NGOs, Local Leaders, Educators, Police and Medical Personnel. Specific Roles
may be added or subtracted. The training will occur at Bldg D-3026 Merrill Street, Fort Bragg,
NC 28310. Role Player attire will be clean ‘roughs’ – generic, no logos. Shirts: collared short,
long sleeve shirt, sweater, or jacket, Pants: jeans or khakis, Shoes: running or hiking shoes or
boots.
a. Exercise Length for CA SPC (AIT) Module I: Situational Training Exercise (STX): 2
DAYS

3. The Contractor shall provide support for three (3) Situational Training Exercises per year: The
contractor shall provide a total of 9 Personnel on those days. The personnel breakdown is 8 each
Civilian Role Players, and 1 each Role Player Supervisor/Site Manager. The Situational
Training Exercise is 2 consecutive calendar days for 12 hours a day from 0700-1900 each day.
Roles and duties require being familiar with customs and behaviors of NGOs, Local Leaders,
Educators, Police and Medical Personnel. Specific Roles may be added or subtracted. The
training will occur at NTA V Bus Strip and War Complex, Fort Bragg, 28310 but may change
depending on availability. Role Player attire will be clean ‘roughs’ – generic, no logos. Shirts:
collared short, long sleeve shirt, sweater, or jacket, Pants: jeans or khakis, Shoes: running or
hiking shoes or boots.
a. Exercise Length for CA SPC (AIT) Module J: Field Training Exercise (FTX): 3 DAYS

4. The Contractor shall provide support for three (3) Field Training Exercises (FTX) per year: The
Contractor shall provide a total of 16 Personnel on those days. The personnel breakdown is 15
each Civilian Role Players, and 1 each Role Player Supervisor/Site Manager. The Field Training
Exercise is 3 consecutive calendar days for 12 hours a day from 0600-1800 each day. Roles and
duties require being familiar with customs and behaviors of Opposition Forces, NGOs, Local
Leaders, Educators, Police, Contractors, Water Facilities Employee, Warehouse Personnel,
Medical Personnel, and Opposition Forces. Specific Roles may be added or subtracted.
Contractor will provide a total of 6 small arms weapons AK47 or other variation, with
approximately 2520 blanks, and an appropriate number of associated magazines for 6 personnel
who will perform opposition forces duties as part of their role. The training location will be FOB
Freedom/Village, Camp Mackall, NC. Role Player attire will be clean ‘roughs’ – generic, no
logos. Shirts: collared short, long sleeve shirt, sweater, or jacket, Pants: jeans or khakis, Shoes:
running or hiking shoes or boots.

Tentative Schedule
Event Start End
CA AIT CL 003-19
Engage/Negotiate/Assess 22 July 2019 24 July 2019
STX 1 August 2019 2 August 2019
FTX 5 August 2019 7 August 2019
CA AIT CL 001-20
Engage/Negotiate/Assess 18 November 2019 20 November 2020
STX 3 December 2019 4 December 2019
FTX 7 December 2019 9 December 2019
CA AIT CL 001-20
Engage/Negotiate/Assess 23 March 2020 25 March 2020
STX 2 April 2020 3 April 2020
FTX 6 April 2020 8 April 2020
Section E - Inspection and Acceptance

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY


0001 Destination Government Destination Government
0002 N/A N/A N/A N/A
0002AA Destination Government Destination Government
0002AB Destination Government Destination Government
0002AC Destination Government Destination Government
0002AD Destination Government Destination Government
0002AE Destination Government Destination Government
0002AF Destination Government Destination Government
0002AG Destination Government Destination Government
0002AH Destination Government Destination Government
0003 N/A N/A N/A N/A
0003AA Destination Government Destination Government
0003AB Destination Government Destination Government
0003AC Destination Government Destination Government
0003AD Destination Government Destination Government
0003AE Destination Government Destination Government
0003AF Destination Government Destination Government
0003AG Destination Government Destination Government
0003AH Destination Government Destination Government
0003AJ Destination Government Destination Government
0003AK Destination Government Destination Government
0003AL Destination Government Destination Government
0003AM Destination Government Destination Government
0003AN Destination Government Destination Government
0004 Destination Government Destination Government
0005 N/A N/A N/A Government
0006 Destination Government Destination Government
1002 N/A N/A N/A N/A
1002AA Destination Government Destination Government
1002AB Destination Government Destination Government
1002AC Destination Government Destination Government
1002AD Destination Government Destination Government
1002AE Destination Government Destination Government
1002AF Destination Government Destination Government
1002AG Destination Government Destination Government
1002AH Destination Government Destination Government
1003 N/A N/A N/A N/A
1003AA Destination Government Destination Government
1003AB Destination Government Destination Government
1003AC Destination Government Destination Government
1003AD Destination Government Destination Government
1003AE Destination Government Destination Government
1003AF Destination Government Destination Government
1003AG Destination Government Destination Government
1003AH Destination Government Destination Government
1003AJ Destination Government Destination Government
1003AK Destination Government Destination Government
1003AL Destination Government Destination Government
1003AM Destination Government Destination Government
1003AN Destination Government Destination Government
1004 Destination Government Destination Government
1005 N/A N/A N/A Government
1006 Destination Government Destination Government
2002 N/A N/A N/A N/A
2002AA Destination Government Destination Government
2002AB Destination Government Destination Government
2002AC Destination Government Destination Government
2002AD Destination Government Destination Government
2002AE Destination Government Destination Government
2002AF Destination Government Destination Government
2002AG Destination Government Destination Government
2002AH Destination Government Destination Government
2003 N/A N/A N/A N/A
2003AA Destination Government Destination Government
2003AB Destination Government Destination Government
2003AC Destination Government Destination Government
2003AD Destination Government Destination Government
2003AE Destination Government Destination Government
2003AF Destination Government Destination Government
2003AG Destination Government Destination Government
2003AH Destination Government Destination Government
2003AJ Destination Government Destination Government
2003AK Destination Government Destination Government
2003AL Destination Government Destination Government
2003AM Destination Government Destination Government
2003AN Destination Government Destination Government
2004 Destination Government Destination Government
2005 N/A N/A N/A Government
2006 Destination Government Destination Government
3002 N/A N/A N/A N/A
3002AA Destination Government Destination Government
3002AB Destination Government Destination Government
3002AC Destination Government Destination Government
3002AD Destination Government Destination Government
3002AE Destination Government Destination Government
3002AF Destination Government Destination Government
3002AG Destination Government Destination Government
3002AH Destination Government Destination Government
3003 N/A N/A N/A N/A
3003AA Destination Government Destination Government
3003AB Destination Government Destination Government
3003AC Destination Government Destination Government
3003AD Destination Government Destination Government
3003AE Destination Government Destination Government
3003AF Destination Government Destination Government
3003AG Destination Government Destination Government
3003AH Destination Government Destination Government
3003AJ Destination Government Destination Government
3003AK Destination Government Destination Government
3003AL Destination Government Destination Government
3003AM Destination Government Destination Government
3003AN Destination Government Destination Government
3004 Destination Government Destination Government
3005 N/A N/A N/A Government
3006 Destination Government Destination Government
4002 N/A N/A N/A N/A
4002AA Destination Government Destination Government
4002AB Destination Government Destination Government
4002AC Destination Government Destination Government
4002AD Destination Government Destination Government
4002AE Destination Government Destination Government
4002AF Destination Government Destination Government
4002AG Destination Government Destination Government
4002AH Destination Government Destination Government
4003 N/A N/A N/A N/A
4003AA Destination Government Destination Government
4003AB Destination Government Destination Government
4003AC Destination Government Destination Government
4003AD Destination Government Destination Government
4003AE Destination Government Destination Government
4003AF Destination Government Destination Government
4003AG Destination Government Destination Government
4003AH Destination Government Destination Government
4003AJ Destination Government Destination Government
4003AK Destination Government Destination Government
4003AL Destination Government Destination Government
4003AM Destination Government Destination Government
4003AN Destination Government Destination Government
4004 Destination Government Destination Government
4005 N/A N/A N/A Government
4006 Destination Government Destination Government
Section F - Deliveries or Performance

DELIVERY INFORMATION

CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC /


CAGE

0001 POP 01-JUN-2019 TO N/A N/A


30-JUN-2019 FOB: Destination

0002 N/A N/A N/A N/A

0002AA POP 01-JUL-2019 TO N/A N/A


31-MAY-2020 FOB: Destination

0002AB POP 01-JUL-2019 TO N/A N/A


31-MAY-2020 FOB: Destination

0002AC POP 01-JUL-2019 TO N/A N/A


31-MAY-2020 FOB: Destination

0002AD POP 01-JUL-2019 TO N/A N/A


31-MAY-2020 FOB: Destination

0002AE POP 01-JUL-2019 TO N/A N/A


31-MAY-2020 FOB: Destination

0002AF POP 01-JUL-2019 TO N/A N/A


31-MAY-2020 FOB: Destination

0002AG POP 01-JUL-2019 TO N/A N/A


31-MAY-2020 FOB: Destination

0002AH POP 01-JUL-2019 TO N/A N/A


31-MAY-2020 FOB: Destination

0003 N/A N/A N/A N/A

0003AA POP 01-JUL-2019 TO N/A N/A


31-MAY-2020 FOB: Destination

0003AB POP 01-JUL-2019 TO N/A N/A


31-MAY-2020 FOB: Destination

0003AC POP 01-JUL-2019 TO N/A N/A


31-MAY-2020 FOB: Destination

0003AD POP 01-JUL-2019 TO N/A N/A


31-MAY-2020 FOB: Destination

0003AE POP 01-JUL-2019 TO N/A N/A


31-MAY-2020 FOB: Destination

0003AF POP 01-JUL-2019 TO N/A N/A


31-MAY-2020 FOB: Destination
0003AG POP 01-JUL-2019 TO N/A N/A
31-MAY-2020 FOB: Destination

0003AH POP 01-JUL-2019 TO N/A N/A


31-MAY-2020 FOB: Destination

0003AJ POP 01-JUL-2019 TO N/A N/A


31-MAY-2020 FOB: Destination

0003AK POP 01-JUL-2019 TO N/A N/A


31-MAY-2020 FOB: Destination

0003AL POP 01-JUL-2019 TO N/A N/A


31-MAY-2020 FOB: Destination

0003AM POP 01-JUL-2019 TO N/A N/A


31-MAY-2020 FOB: Destination

0003AN POP 01-JUL-2019 TO N/A N/A


31-MAY-2020 FOB: Destination

0004 POP 01-JUL-2019 TO N/A N/A


31-MAY-2020 FOB: Destination

0005 POP 01-JUL-2019 TO N/A N/A


31-MAR-2020 FOB: Destination

0006 POP 01-JUL-2019 TO N/A N/A


31-MAY-2020 FOB: Destination

1002 N/A N/A N/A N/A

1002AA POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination

1002AB POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination

1002AC POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination

1002AD POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination

1002AE POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination

1002AF POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination

1002AG POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination

1002AH POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination
1003 N/A N/A N/A N/A

1003AA POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination

1003AB POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination

1003AC POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination

1003AD POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination

1003AE POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination

1003AF POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination

1003AG POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination

1003AH POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination

1003AJ POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination

1003AK POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination

1003AL POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination

1003AM POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination

1003AN POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination

1004 POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination

1005 POP 01-JUN-2020 TO N/A N/A


31-MAR-2021 FOB: Destination

1006 POP 01-JUN-2020 TO N/A N/A


31-MAY-2021 FOB: Destination

2002 N/A N/A N/A N/A

2002AA POP 01-JUN-2021 TO N/A N/A


31-MAY-2022 FOB: Destination
2002AB POP 01-JUN-2021 TO N/A N/A
31-MAY-2022 FOB: Destination

2002AC POP 01-JUN-2021 TO N/A N/A


31-MAY-2022 FOB: Destination

2002AD POP 01-JUN-2021 TO N/A N/A


31-MAY-2022 FOB: Destination

2002AE POP 01-JUN-2021 TO N/A N/A


31-MAY-2022 FOB: Destination

2002AF POP 01-JUN-2021 TO N/A N/A


31-MAY-2022 FOB: Destination

2002AG POP 01-JUN-2021 TO N/A N/A


31-MAY-2022 FOB: Destination

2002AH POP 01-JUN-2021 TO N/A N/A


31-MAY-2022 FOB: Destination

2003 N/A N/A N/A N/A

2003AA POP 01-JUN-2021 TO N/A N/A


31-MAY-2022 FOB: Destination

2003AB POP 01-JUN-2021 TO N/A N/A


31-MAY-2022 FOB: Destination

2003AC POP 01-JUN-2021 TO N/A N/A


31-MAY-2022 FOB: Destination

2003AD POP 01-JUN-2021 TO N/A N/A


31-MAY-2022 FOB: Destination

2003AE POP 01-JUN-2021 TO N/A N/A


31-MAY-2022 FOB: Destination

2003AF POP 01-JUN-2021 TO N/A N/A


31-MAY-2022 FOB: Destination

2003AG POP 01-JUN-2021 TO N/A N/A


31-MAY-2022 FOB: Destination

2003AH POP 01-JUN-2021 TO N/A N/A


31-MAY-2022 FOB: Destination

2003AJ POP 01-JUN-2021 TO N/A N/A


31-MAY-2022 FOB: Destination

2003AK POP 01-JUN-2021 TO N/A N/A


31-MAY-2022 FOB: Destination

2003AL POP 01-JUN-2021 TO N/A N/A


31-MAY-2022 FOB: Destination
2003AM POP 01-JUN-2021 TO N/A N/A
31-MAY-2022 FOB: Destination

2003AN POP 01-JUN-2021 TO N/A N/A


31-MAY-2022 FOB: Destination

2004 POP 01-JUN-2021 TO N/A N/A


31-MAY-2022 FOB: Destination

2005 POP 01-JUN-2021 TO N/A N/A


31-MAR-2022 FOB: Destination

2006 POP 01-JUN-2021 TO N/A N/A


31-MAY-2022 FOB: Destination

3002 N/A N/A N/A N/A

3002AA POP 01-JUN-2022 TO N/A N/A


31-MAY-2023 FOB: Destination

3002AB POP 01-JUN-2022 TO N/A N/A


31-MAY-2023 FOB: Destination

3002AC POP 01-JUN-2022 TO N/A N/A


31-MAY-2023 FOB: Destination

3002AD POP 01-JUN-2022 TO N/A N/A


31-MAY-2023 FOB: Destination

3002AE POP 01-JUN-2022 TO N/A N/A


31-MAY-2023 FOB: Destination

3002AF POP 01-JUN-2022 TO N/A N/A


31-MAY-2023 FOB: Destination

3002AG POP 01-JUN-2022 TO N/A N/A


31-MAY-2023 FOB: Destination

3002AH POP 01-JUN-2022 TO N/A N/A


31-MAY-2023 FOB: Destination

3003 N/A N/A N/A N/A

3003AA POP 11-JUN-2022 TO N/A N/A


31-MAY-2023 FOB: Destination

3003AB POP 01-JUN-2022 TO N/A N/A


31-MAY-2023 FOB: Destination

3003AC POP 01-JUN-2022 TO N/A N/A


31-MAY-2023 FOB: Destination

3003AD POP 01-JUN-2022 TO N/A N/A


31-MAY-2023 FOB: Destination
3003AE POP 01-JUN-2022 TO N/A N/A
31-MAY-2023 FOB: Destination

3003AF POP 01-JUN-2022 TO N/A N/A


31-MAY-2023 FOB: Destination

3003AG POP 01-JUN-2022 TO N/A N/A


31-MAY-2023 FOB: Destination

3003AH POP 01-JUN-2022 TO N/A N/A


31-MAY-2023 FOB: Destination

3003AJ POP 01-JUN-2022 TO N/A N/A


31-MAY-2023 FOB: Destination

3003AK POP 01-JUN-2022 TO N/A N/A


31-MAY-2023 FOB: Destination

3003AL POP 01-JUN-2022 TO N/A N/A


31-MAY-2023 FOB: Destination

3003AM POP 01-JUN-2022 TO N/A N/A


31-MAY-2023 FOB: Destination

3003AN POP 01-JUN-2022 TO N/A N/A


31-MAY-2023 FOB: Destination

3004 POP 01-JUN-2022 TO N/A N/A


31-MAY-2023 FOB: Destination

3005 POP 01-JUN-2022 TO N/A N/A


31-MAR-2023 FOB: Destination

3006 POP 01-JUN-2022 TO N/A N/A


31-MAY-2023 FOB: Destination

4002 N/A N/A N/A N/A

4002AA POP 01-JUN-2023 TO N/A N/A


31-MAY-2024 FOB: Destination

4002AB POP 01-JUN-2023 TO N/A N/A


31-MAY-2024 FOB: Destination

4002AC POP 01-JUN-2023 TO N/A N/A


31-MAY-2024 FOB: Destination

4002AD POP 01-JUN-2023 TO N/A N/A


31-MAY-2024 FOB: Destination

4002AE POP 01-JUN-2023 TO N/A N/A


01-MAY-2024 FOB: Destination

4002AF POP 01-JUN-2023 TO N/A N/A


31-MAY-2024 FOB: Destination
4002AG POP 01-JUN-2023 TO N/A N/A
31-MAY-2024 FOB: Destination

4002AH POP 01-JUN-2023 TO N/A N/A


31-MAY-2024 FOB: Destination

4003 N/A N/A N/A N/A

4003AA POP 01-JUN-2023 TO N/A N/A


31-MAY-2024 FOB: Destination

4003AB POP 01-JUN-2023 TO N/A N/A


31-MAY-2024 FOB: Destination

4003AC POP 01-JUN-2023 TO N/A N/A


31-MAY-2024 FOB: Destination

4003AD POP 01-JUN-2023 TO N/A N/A


31-MAY-2024 FOB: Destination

4003AE POP 01-JUN-2023 TO N/A N/A


31-MAY-2024 FOB: Destination

4003AF POP 01-JUN-2023 TO N/A N/A


31-MAY-2024 FOB: Destination

4003AG POP 01-JUN-2023 TO N/A N/A


31-MAY-2024 FOB: Destination

4003AH POP 01-JUN-2023 TO N/A N/A


31-MAY-2024 FOB: Destination

4003AJ POP 01-JUN-2023 TO N/A N/A


31-MAY-2024 FOB: Destination

4003AK POP 01-JUN-2023 TO N/A N/A


31-MAY-2024 FOB: Destination

4003AL POP 01-JUN-2023 TO N/A N/A


31-MAY-2024 FOB: Destination

4003AM POP 01-JUN-2023 TO N/A N/A


31-MAY-2024 FOB: Destination

4003AN POP 01-JUN-2023 TO N/A N/A


31-MAY-2024 FOB: Destination

4004 POP 01-JUN-2023 TO N/A N/A


31-MAY-2024 FOB: Destination

4005 POP 01-JUN-2023 TO N/A N/A


31-MAR-2024 FOB: Destination

4006 POP 01-JUN-2023 TO N/A N/A


31-MAY-2024 FOB: Destination
Section G - Contract Administration Data

ORDERING PROCEDURES:

Firm Fixed Price (FFP) task orders will be issued against this IDIQ contract. For course support CLINS, the
Government will provide the contractor a statement of objectives a minimum of 30-days prior to each training
exercise that will result in a fixed price task order for that support. A record of task orders will be maintained to
ensure the contract ceiling of $200,000,000, which includes any over and above CLIN amounts added, is not
exceeded.

AUTHORIZED CONTRACTING OFFICER:

The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in
writing and signed by a warranted Contracting Officer, or is pursuant to specific authority otherwise included as part
of this contract/purchase order/task order. Except as specified herein, no order, statement, or conduct of Government
personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel
during the performance of this contract/purchase order/task order shall constitute a change under the Changes. In the
event the Contractor effects any change at the direction of any person other than a warranted Contracting Officer,
the change will be considered to have been made without authority and no adjustment will be made in the
contract/purchase order/task order price to cover any increase in cost incurred as a result thereof.

The address and telephone numbers of the Contracting Officers are:

Procuring Contracting Officer Administrative Contracting Officer


Gail C. Williams Carrie Nelson
HQ USASOC HQ USASOC
Bldg E-2929 Desert Storm Dr. Bldg E-2929 Desert Storm Dr.
Ft. Bragg, NC Ft. Bragg, NC
☎: 910-432-8598 ☎: 910-432-7857
Fax: 910-432-9345 Fax: 910-432-9345
Email: gail.williams@socom.mil Email: carrie.nelson@socom.mil
Section I - Contract Clauses

CLAUSES INCORPORATED BY REFERENCE

52.202-1 Definitions NOV 2013


52.203-3 Gratuities APR 1984
52.203-5 Covenant Against Contingent Fees MAY 2014
52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006
52.203-7 Anti-Kickback Procedures MAY 2014
52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or MAY 2014
Improper Activity
52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 2014
52.203-12 Limitation On Payments To Influence Certain Federal OCT 2010
Transactions
52.203-13 Contractor Code of Business Ethics and Conduct OCT 2015
52.203-17 Contractor Employee Whistleblower Rights and Requirement APR 2014
To Inform Employees of Whistleblower Rights
52.204-2 Security Requirements AUG 1996
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber MAY 2011
Content Paper
52.204-7 System for Award Management OCT 2018
52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011
52.204-10 Reporting Executive Compensation and First-Tier OCT 2016
Subcontract Awards
52.209-6 Protecting the Government's Interest When Subcontracting OCT 2015
With Contractors Debarred, Suspended, or Proposed for
Debarment
52.210-1 Market Research APR 2011
52.215-1 Instructions to Offerors--Competitive Acquisition JAN 2017
52.215-1 Alt I Instructions to Offerors--Competitive Acquisition (Jan 2017) -OCT 1997
Alternate I
52.215-2 Alt I Audit and Records--Negotiation (Oct 2010) Alternate I MAR 2009
52.215-8 Order of Precedence--Uniform Contract Format OCT 1997
52.219-8 Utilization of Small Business Concerns NOV 2016
52.222-3 Convict Labor JUN 2003
52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2018
52.222-21 Prohibition Of Segregated Facilities APR 2015
52.222-26 Equal Opportunity SEP 2016
52.222-35 Equal Opportunity for Veterans OCT 2015
52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014
52.222-37 Employment Reports on Veterans FEB 2016
52.222-41 Service Contract Labor Standards AUG 2018
52.222-43 Fair Labor Standards Act And Service Contract Labor AUG 2018
Standards - Price Adjustment (Multiple Year And Option
Contracts)
52.222-50 Combating Trafficking in Persons MAR 2015
52.222-55 Minimum Wages Under Executive Order 13658 DEC 2015
52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011
52.223-6 Drug-Free Workplace MAY 2001
52.223-18 Encouraging Contractor Policies To Ban Text Messaging AUG 2011
While Driving
52.232-33 Payment by Electronic Funds Transfer--System for Award JUL 2013
Management
52.243-1 Changes--Fixed Price AUG 1987
252.201-7000 Contracting Officer's Representative DEC 1991
252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense- DEC 2008
Contract-Related Felonies
252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013
252.203-7003 Agency Office of the Inspector General DEC 2012
252.203-7004 Display of Hotline Posters OCT 2016
252.204-7003 Control Of Government Personnel Work Product APR 1992
252.204-7005 Oral Attestation of Security Responsibilities NOV 2001
252.204-7012 Safeguarding Covered Defense Information and Cyber OCT 2016
Incident Reporting
252.204-7015 Notice of Authorized Disclosure of Information for Litigation MAY 2016
Support
252.205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991
252.209-7004 Subcontracting With Firms That Are Owned or Controlled By OCT 2015
The Government of a Country that is a State Sponsor of
Terrorism
252.223-7004 Drug Free Work Force SEP 1988
252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or SEP 2014
Hazardous Materials
252.225-7048 Export-Controlled Items JUN 2013
252.226-7001 Utilization of Indian Organizations and Indian-Owned SEP 2004
Economic Enterprises, and Native Hawaiian Small Business
Concerns
252.232-7003 Electronic Submission of Payment Requests and Receiving JUN 2012
Reports
252.232-7010 Levies on Contract Payments DEC 2006
252.237-7010 Prohibition on Interrogation of Detainees by Contractor JUN 2013
Personnel
252.243-7001 Pricing Of Contract Modifications DEC 1991
252.243-7002 Requests for Equitable Adjustment DEC 2012
252.247-7023 Transportation of Supplies by Sea APR 2014

CLAUSES INCORPORATED BY FULL TEXT

52.216-1 TYPE OF CONTRACT (APR 1984)

The Government contemplates award of a single award, Indefinite Delivery/Indefinite Quantity contract resulting
from this solicitation.

(End of provision)

52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in
the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the
Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance
hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the
Contractor within any time prior to contract expiration.

(End of clause)
52.219-27 NOTICE OF SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE
(NOV 2011)

(a) Definition. Service-disabled veteran-owned small business concern--

(1) Means a small business concern--

(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any
publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled
veterans; and

(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans
or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver
of such veteran.

(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-
connected, as defined in 38 U.S.C. 101(16).

(b) Applicability. This clause applies only to--

(1) Contracts that have been set aside or reserved for service-disabled veteran-owned small business concerns;

(2) Part or parts of a multiple-award contract that have been set aside for service-disabled veteran-owned small
business concerns; and

(3) Orders set aside for service-disabled veteran-owned small business concerns under multiple-award contracts as
described in
8.405-5 and 16.505(b)(2)(i)(F).

(c) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers
received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered.

(2) Any award resulting from this solicitation will be made to a service-disabled veteran-owned small business
concern.

(d) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the
contract, in the case of a contract for--

(1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent
for employees of the concern or employees of other service-disabled veteran-owned small business concerns;

(2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of
manufacturing, excluding the cost of materials, will be performed by the concern or other service-disabled veteran-
owned small business concerns;

(3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be
spent on the concern's employees or the employees of other service-disabled veteran-owned small business
concerns; or

(4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for
personnel will be spent on the concern's employees or the employees of other service-disabled veteran-owned small
business concerns.

(e) A joint venture may be considered a service-disabled veteran owned small business concern if--
(1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes
the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a
small business concern under the North American Industry Classification Systems (NAICS) code assigned to the
procurement;

(2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the
procurement; and

(3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal
Acquisition Regulation.

(4) The joint venture meets the requirements of 13 CFR 125.15(b)

(f) Any service-disabled veteran-owned small business concern (nonmanufacturer) must meet the requirements in
19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.

(End of Clause)

52.219-27 NOTICE OF SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE


(DEVIATION 2019-O0003)

(a) Definitions. As used in this clause—


“Service-disabled veteran-owned small business concern”—
(1) Means a small business concern—
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any
publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled
veterans; and
(ii) The management and daily business operations of which are controlled by one or more service-disabled
veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent
caregiver of such veteran.
(2) “Service-disabled veteran” means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-
connected, as defined in 38 U.S.C. 101(16).
“Similarly situated entity” means a first-tier subcontractor, including an independent contractor, that has the same
small business program status as that which qualified the prime contractor for the award and that is considered small
for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of
a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-
aside or sole source award under the HUBZone Program.
(b) Applicability. This clause applies only to—
(1) Contracts that have been set aside or reserved for service-disabled veteran-owned small business concerns;
(2) Part or parts of a multiple-award contract that have been set aside for service-disabled veteran-owned small
business concerns; and
(3) Orders set aside for service-disabled veteran-owned small business concerns under multiple-award contracts as
described in 8.405-5 and 16.505(b)(2)(i)(F).
(c) General.
(1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from
concerns that are not service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation will be made to a service-disabled veteran-owned small business
concern.
(d) Independent contractors. An independent contractor shall be considered a subcontractor.
(e) Agreement. By submission of an offer and execution of a contract, a service-disabled veteran-owned small
business concern agrees that in the performance of the contract, in the case of a contract for—
(1) Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for
contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated
entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded;
(2) Supplies (other than acquisition from a nonmanufacturer of the supplies), it will not pay more than 50 percent of
the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that
are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward
the 50 percent subcontract amount that cannot be exceeded;
(3) General construction, it will not pay more than 85 percent of the amount paid by the Government for contract
performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that
a similarly situated entity further subcontracts will count toward the 85 percent subcontract amount that cannot be
exceeded; or
(4) Construction by special trade contractors, it will not pay more than 75 percent of the amount paid by the
Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly
situated entities. Any work that a similarly situated entity further subcontracts will count toward the 75 percent
subcontract amount that cannot be exceeded.
(f) Joint venture. A joint venture may be considered a service-disabled veteran owned small business concern if—
(1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes
the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a
small business concern under the North American Industry Classification Systems (NAICS) code assigned to the
procurement;
(2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the
procurement; and
(3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal
Acquisition Regulation.
(4) The joint venture meets the requirements of 13 CFR 125.15(b).
(g) Nonmanufacturer.
(1) Unless SBA has waived the requirements of paragraphs (g)(1)(i) through (iii) of this clause in accordance with
13 CFR 121.1204, a service-disabled veteran-owned small business concern that provides an end item it did not
manufacture, process, or produce, shall—
(i) Provide an end item that a small business has manufactured, processed, or produced in the United States or its
outlying areas;
(ii) Be primarily engaged in the retail or wholesale trade and normally sell the type of item being supplied; and
(iii) Take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent
with industry practice; for example, providing storage, transportation, or delivery.
(2) Paragraph (g)(1) of this clause does not apply to construction or service contracts.

(End of clause)

52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JULY 2013)

(a) Definitions. As used in this clause--

Long-term contract means a contract of more than five years in duration, including options. However, the term does
not include contracts that exceed five years in duration because the period of performance has been extended for a
cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other
appropriate authority.

Small business concern means a concern, including its affiliates, that is independently owned and operated, not
dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business
under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is ``not
dominant in its field of operation'' when it does not exercise a controlling or major influence on a national basis in a
kind of business activity in which a number of business concerns are primarily engaged. In determining whether
dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of
employees, financial resources, competitive status or position, ownership or control of materials, processes, patents,
license agreements, facilities, sales territory, and nature of business activity.
(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor
shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause,
upon the occurrence of any of the following:

(1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to
include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.

(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification
of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the
contract.

(3) For long-term contracts--

(i) Within 60 to 120 days prior to the end of the fifth year of the contract; and

(ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter.

(c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this
rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to
this contract. The small business size standard corresponding to this NAICS code can be found at
http://www.sba.gov/content/table-small-business-size-standards.

(d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a
contract other than a construction or service contract, is 500 employees.

(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by
paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications
section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they
reflect the Contractor's current status. The
Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this
clause that the data have been validated or updated, and provide the date of the validation or update.

(f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the
Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.

(g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in
SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following
rerepresentation and submit it to the contracting office, along with the contract number and the date on which the
rerepresentation was completed:

The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code - assigned to
contract number .

(End of clause)

52.222-17 NONDISPLACEMENT OF QUALIFIED WORKERS (MAY 2014)

(a) Service employee, as used in this clause, means any person engaged in the performance of a service contract
other than any person employed in a bona fide executive, administrative, or professional capacity, as those terms are
defined in 29 CFR part 541. The term ``service employee'' includes all such persons regardless of any contractual
relationship that may be alleged to exist between a contractor or subcontractor and such persons.

(b) The Contractor and its subcontractors shall, except as otherwise provided herein, in good faith offer those service
employees employed under the predecessor contract whose employment will be terminated as a result of award of
this contract or the expiration of the contract under which the service employees were hired, a right of first refusal of
employment under this contract in positions for which the service employees are qualified.

(1) The Contractor and its subcontractors shall determine the number of service employees necessary for efficient
performance of this contract and may elect to employ fewer employees than the predecessor Contractor employed in
connection with performance of the work.

(2) Except as provided in paragraph (c) of this clause, there shall be no employment opening under this contract, and
the Contractor and any subcontractors shall not offer employment under this contract, to any person prior to having
complied fully with this obligation.

(i) The successor Contractor and its subcontractors shall make a bona fide express offer of employment to each
service employee as provided herein and shall state the time within which the service employee must accept such
offer, but in no case shall the period within which the service employee must accept the offer of employment be less
than 10 days.

(ii) The successor Contractor and its subcontractors shall decide any question concerning a service employee's
qualifications based upon the individual's education and employment history, with particular emphasis on the
employee's experience on the predecessor contract, and the Contractor may utilize employment screening
processes only when such processes are provided for by the contracting agency, are conditions of the service
contract, and are consistent with Executive Order 13495.

(iii) Where the successor Contractor does not initially offer employment to all the predecessor contract service
employees, the obligation to offer employment shall continue for 90 days after the successor contractor's first date of
performance on the contract.

(iv) An offer of employment will be presumed to be bona fide even if it is not for a position similar to the one the
employee previously held, but is one for which the employee is qualified, and even if it is subject to different
employment terms and conditions, including changes to pay or benefits. (See 29 CFR 9.12 for a detailed description
of a bonafide offer of employment).

(c)(1) Notwithstanding the obligation under paragraph (b) of this clause, the successor Contractor and any
subcontractors (i) may employ under this contract any service employee who has worked for the contractor or
subcontractor for at least three months immediately preceding the commencement of this contract and who
would otherwise face lay-off or discharge, (ii) are not required to offer a right of first refusal to any service
employee(s) of the predecessor contractor who are not service employees within the meaning of the Service
Contract Labor Standards statute, 41 U.S.C. 6701(3), and (iii) are not required to offer a right of first refusal to any
service employee(s) of the predecessor contractor whom the Contractor or any of its subcontractors reasonably
believes, based on the particular service employee's past performance, has failed to perform suitably on the job (see
29 CFR 9.12(c)(4) for additional information). The successor Contractor bears the responsibility of demonstrating
the appropriateness of claiming any of these exceptions.

(2) In addition, any Contractor or subcontractor that has been certified by the U.S. Small Business Administration as
a HUBZone small business concern must ensure that it complies with the statutory and regulatory requirements of
the HUBZone Program (e.g., it must ensure that at least 35 percent of all of its employees reside within a
HUBZone). The HUBZone small business Contractor or subcontractor must consider whether it can meet the
requirements of this clause and Executive Order 13495 while also ensuring it meets the HUBZone Program's
requirements.

(3) Nothing in this clause shall be construed to permit a Contractor or subcontractor to fail to comply with any
provision of any other Executive order or law. For example, the requirements of the HUBZone Program (see FAR
subpart 19.13), Executive Order 11246 (Equal Employment Opportunity), and the Vietnam Era Veterans'
Readjustment Assistance Act of 1974 may conflict, in certain circumstances, with the requirements of Executive
Order 13495. All applicable laws and Executive orders must be satisfied in tandem with, and if necessary prior to,
the requirements of Executive Order 13495, 29 CFR part 9, and this clause.
(d)(1) The Contractor shall, not less than 30 days before completion of the Contractor's performance of services on
the contract, furnish the Contracting Officer with a certified list of the names of all service employees working under
this contract and its subcontracts at the time the list is submitted. The list shall also contain anniversary dates of
employment of each service employee under this contract and its predecessor contracts with either the current or
predecessor contractors or their subcontractors. Where changes to the workforce are made after the
submission of the certified list described in this paragraph, the Contractor shall, in accordance with paragraph (e) of
this clause, not less than 10 days before completion of the services on this contract, furnish the Contracting Officer
with an updated certified list of the names of all service employees employed within the last month of contract
performance. The updated list shall also contain anniversary dates of employment, and, where applicable, dates of
separation of each service employee under the contract and its predecessor contracts with either the current or
predecessor Contractors or their subcontractors.

(2) Immediately upon receipt of the certified service employee list but not before contract award, the contracting
officer shall provide the certified service employee list to the successor contractor, and, if requested, to employees of
the predecessor contractor or subcontractors or their authorized representatives.

(3) The Contracting Officer will direct the predecessor Contractor to provide written notice (Appendix B to 29 CFR
chapter 9) to service employees of their possible right to an offer of employment with the successor contractor.
Where a significant portion of the predecessor Contractor's workforce is not fluent in English, the notice shall be
provided in English and the language(s) with which service employees are more familiar. The written notice
shall be—

(i) Posted in a conspicuous place at the worksite; or (ii) Delivered to the service employees individually. If such
delivery is via email, the notification must result in an electronic delivery receipt or some other reliable confirmation
that the intended recipient received the notice.

(e)(1) If required in accordance with 52.222-41(n), the predecessor Contractor shall, not less than 10 days before
completion of this contract, furnish the Contracting Officer a certified list of the names of all service employees
working under this contract and its subcontracts during the last month of contract performance. The list shall also
contain anniversary dates of employment of each service employee under this contract and its predecessor contracts
either with the current or predecessor Contractors or their subcontractors. If there are no changes to the
workforce before the predecessor contract is completed, then the predecessor Contractor is not required to submit a
revised list 10 days prior to completion of performance and the requirements of 52.222-41(n) are met. When there
are changes to the workforce after submission of the 30-day list, the predecessor Contractor shall submit a revised
certified list not less than 10 days prior to performance completion.

(2) Immediately upon receipt of the certified service employee list but not before contract award, the contracting
officer shall provide the certified service employee list to the successor contractor, and, if requested, to employees of
the predecessor contractor or subcontractors or their authorized representatives.

(f) The Contractor and subcontractor shall maintain the following records (regardless of format, e.g., paper or
electronic) of its compliance with this clause for not less than a period of three years from the date the records were
created.

(1) Copies of any written offers of employment or a contemporaneous written record of any oral offers of
employment, including the date, location, and attendance roster of any service employee meeting(s) at which the
offers were extended, a summary of each meeting, a copy of any written notice that may have been
distributed, and the names of the service employees from the predecessor contract to whom an offer was made.

(2) A copy of any record that forms the basis for any exemption claimed under this part.

(3) A copy of the service employee list provided to or received from the contracting agency.

(4) An entry on the pay records of the amount of any retroactive payment of wages or compensation under the
supervision of the Administrator of the Wage and Hour Division to each service employee, the period covered by
such payment, and the date of payment, and a copy of any receipt form provided by or authorized by
the Wage and Hour Division. The Contractor shall also deliver a copy of the receipt to the service employee and file
the original, as evidence of payment by the Contractor and receipt by the service employee, with the Administrator
or an authorized representative within 10 days after payment is made.

(g) Disputes concerning the requirements of this clause shall not be subject to the general disputes clause (52.233-1)
of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set
forth in 29 CFR part 9. Disputes within the meaning of this clause include disputes between or among any of the
following: The Contractor, the contracting agency, the U.S. Department of Labor, and the service employees
under the contract or its predecessor contract. The Contracting Officer will refer any service employee who wishes
to file a complaint, or ask questions concerning this contract clause, to the: Branch of Government Contracts
Enforcement, Wage and Hour Division, U.S. Department of Labor, 200 Constitution Avenue NW., Washington,
DC 20210. Contact email: displaced@dol.gov.

(h) The Contractor shall cooperate in any review or investigation by the Department of Labor into possible
violations of the provisions of this clause and shall make such records requested by such official(s) available for
inspection, copying, or transcription upon request.

(i) If it is determined, pursuant to regulations issued by the Secretary of Labor (Secretary), that the Contractor or its
subcontractors are not in compliance with the requirements of this clause or any regulation or order of the Secretary,
appropriate sanctions may be imposed and remedies invoked against the Contractor
or its subcontractors, as provided in Executive Order 13495, the regulations, and relevant orders of the Secretary, or
as otherwise provided by law.

(j) The Contractor shall take such action with respect to any such subcontract as may be directed by the Secretary of
Labor as a means of enforcing such provisions, including the imposition of sanctions for noncompliance. However,
if the Contractor, as a result of such direction, becomes involved in litigation with a subcontractor, or is threatened
with such involvement, the Contractor may request that the United States, through the
Secretary, enter into such litigation to protect the interests of the United States.

(k) The Contracting Officer will withhold, or cause to be withheld, from the prime Contractor under this or any other
Government contract with the same prime Contractor, such sums as an authorized official of the Department of
Labor requests, upon a determination by the Administrator, the Administrative Law Judge, or the Administrative
Review Board, that there has been a failure to comply with the terms of this clause and that wages lost as a result
of the violations are due to service employees or that other monetary relief is appropriate. If the Contracting Officer
or the Administrator, upon final order of the Secretary, finds that the Contractor has failed to provide a list of the
names of service employees working under the contract, the Contracting Officer may, in his or her discretion, or
upon request by the Administrator, take such action as may be necessary to cause the suspension of the
payment of contract funds until such time as the list is provided to the Contracting Officer.

(l) Subcontracts. In every subcontract over the simplified acquisition threshold entered into in order to perform
services under this contract, the Contractor shall include a provision that
ensures—

(1) That each subcontractor will honor the requirements of paragraphs (b) through (c) of this clause with respect to
the service employees of a predecessor subcontractor or subcontractors working under this contract, as well as of a
predecessor Contractor and its subcontractors;

(2) That the subcontractor will provide the Contractor with the information about the service employees of the
subcontractor needed by the Contractor to comply with paragraphs (d) and (e) of this clause; and

(3) The recordkeeping requirements of paragraph (f) of this clause.


52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014)

In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29
CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and
states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the
provisions of 5 U.S.C. 5341 or 5332.

THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION


Employee Class Monetary Wage-Fringe Benefits

Employees expected to be employed under this contract range from instructors to general role players. Typical
equivalent government civilian employees range from GS09 – GS13.

(End of clause)

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in
full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may
be accessed electronically at this/these address(es): www.farsite.hill.af.mil

(End of clause)

5652.204-9004 Foreign Persons (2006) Section K

In accordance with restrictions required by Executive Order 12470, the Arms Export Control Act (Title 22, USC)
(Sec 275), the International Traffic in Arms Regulation (ITAR), or DoD Directive 5230.25, Withholding of
Unclassified Technical Data from Public Disclosure, no foreign persons will be permitted to work on a contract
without notifying the Contracting Officer. Provide the following information for all foreign persons who will be
working on the contract (or “X” here if there are no such individuals: ____):

1) Full Name:
2) Date of Birth:
3) Place of Birth:
4) Nationality:
5) Social Security Number:
6) Visa Status:
7) Current Address:
8) If a Subcontractor, Subcontractor Name and Address:
9) Biographic data and/or resume:

(End of clause)

5652.215-9015 Evaluation of Offers - Full Quantity (2003)

Award of the contract(s) resulting from this solicitation will be made for the full quantities stated in the schedule.
Offers that do not contain prices for all items or for quantities less than those specified in the schedule will be
rejected.

(End of provision)
5652.228.9000 REQUIRED INSURANCE (2003) Section G

The kinds and minimum amounts of insurance required in accordance with 52.228-5 "Insurance-Work on a
Government Installation" are as follows:

TYPE AMOUNT
Automobile Bodily Injury Liability $200,000 per person/ $500,000 per occurrence
Property Damage Liability $20,000 per occurrence
Workers Compensation &
As required by federal and State Statutes
Occupational Disease
Employer's Liability $100,000

(End of clause)

5652.233-9000 Independent Review of Agency Protests (2013) Section I


All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest
decision shall be made through the Contracting Officer to the HCD/FCO. If the HCD/FCO is the Contracting
Officer, submit the request in accordance with FAR 33.103(d)(4) to: Chief, SOF AT&L-KM or SOF AT&L-KX as
appropriate, 7701 Tampa Point Blvd., MacDill AFB, FL 33621, Fax (813) 826-7504.

(End of provision)

5652.237-9001 Key Personnel Requirements (2003) Section I

(a) Certain experienced professional and/or technical personnel are essential for successful accomplishment of the
work to be performed under this contract. Such personnel are defined as "Key Personnel" and are those persons
whose resumes were submitted for evaluation of the proposal. The contractor agrees that such personnel shall not be
removed from the contract work or replaced without compliance with the following:

1) If one or more of the key personnel, for any reason, becomes or is expected to become unavailable for
work under this contract for a continuous period exceeding 30 work days, or is expected to devote substantially less
effort to the work than indicated in the proposal or initially anticipated, the contractor shall, subject to the
concurrence of the Contracting Officer or an authorized representative, promptly replace personnel with personnel
of equal ability and qualifications.

2) All requests for approval of substitutions hereunder must be in writing and provide a detailed
explanation of the circumstances necessitating the proposed substitutions. The request must contain a resume for the
proposed substitute, and any other information requested by the Contracting Officer. The Contracting Officer shall
promptly notify the contractor of approval or disapproval in writing.

(b) If the Contracting Officer determines that suitable and timely replacement of Key Personnel who have been
reassigned, terminated or have otherwise become unavailable for the contract work is not reasonably forthcoming or
that the resultant reduction of productive effort would be so substantial as to impair successful completion of the
contract, the Contracting Officer may terminate the contract for default or for the convenience of the Government, as
appropriate, or make an equitable adjustment to the contract to compensate the Government for any resultant delay,
loss or damage.

(c) The following positions are identified as Key Personnel:


- Program Manager
- Site Manager
- Exercise Support Cell Manager
- Pineland Area Managers
- Pineland Lane Managers

5652.242-9002 Accounting for Common Access Cards (CACs) for Contractor Personnel Departing HQ
USSOCOM (2014) (February 2014)

(a) In the event a contractor employee separates without advance notice (either quits or is terminated), the contractor
shall immediately notify the Trusted Agent (TA) who will ensure CAC permissions are revoked the same day. In
various instances a contractor employee may not be on task (working) due to furloughs, suspensions pending the
outcome of an investigation, or the contract reaches the end of the period of performance (POP) and renewal is
anticipated but not yet complete. During these occurrences, the TA or a representative from the contractor (TA’s
choice) will collect and retain the CACs of the affected contractor personnel residing in the local area however;
CAC permissions will not be revoked in the Trusted Associate Sponsorship System (TASS). Collecting CACs
however, may not be feasible for contractor personnel located in remote locations. When contractor personnel return
to work under the contract, they will retrieve their CAC from the responsible party who collected it.

(b) The contractor shall include a monthly report listing contractor employees who departed during the previous
month and the date their CACs were turned in using the format listed below.

Employee Contract TO Company HQ TA Termination Date CAC Remarks


Name Number Number Name USSCOM Name Date returned to
Office RAPIDS Site
Symbol

(End of clause)
Section K - Representations, Certifications and Other Statements of Offerors

CLAUSES INCORPORATED BY REFERENCE

52.204-8 Annual Representations and Certifications OCT 2018


Section L - Instructions, Conditions and Notices to Bidders

CLAUSES INCORPORATED BY FULL TEXT

5652.209-9002 Use of Contractor Support/Advisory Personnel for Review of Proposals (2013) Section L
(Revised August 2015)

The offeror’s attention is directed to the fact that contractor personnel may review and provide support during
proposal evaluations. When appropriate, the following contractor personnel may have access to offeror’s proposals
and may be utilized to objectively review a proposal in a particular functional area and provide comments and
recommendations to the Government’s decision makers. They may not establish final assessments of risk, rate or
rank offerors’ proposals. All advisors shall comply with procurement Integrity Laws and shall sign Non-Disclosure
and Rules of Conduct/Conflict of Interest statements. The Government shall take into consideration requirements
for avoiding conflicts of interest and ensure advisors comply with safeguarding source selection and proprietary
data. Submission of proposal in response to the solicitation constitutes approval to release the proposal to
Government Support Contractors.

List applicable vendors involved in the source selection:

SOFtact Solutions, LLC

5652.215-9001 Notice of Pre-proposal Conference (2001) Section L

(a) A pre-proposal conference will be conducted at the following address on Wednesday, March 27,
2019 at 1:30 PM EST for the purpose of answering questions regarding this solicitation:

HQ USASOC
Bldg E-2929 Desert Storm Dr.
Fort Bragg, NC 28310

(b) Submit via email the names of all attendees, not to exceed two (2) per company, to both Mrs. Carrie
Nelson, carrie.nelson@socom.mil, and Mrs. Gail Williams, gail.williams@socom.mil, no later than March
22, 2019 by 5:00 PM EST. This information must be provided in advance in order to ensure access to the
conference site and adequate seating for the conference attendees.

(c) Offerors are requested to submit questions to the point of contacts noted above no later than March 20,
2019 by 12:00 PM EST. Information provided at this conference shall not qualify the terms and conditions
of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless
the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the
acknowledgment and receipt of solicitation amendments shall apply.

(d) A record of the conference shall be made and furnished to all prospective offerors. The record should
include minutes of the meeting, including questions (on a non-attribution basis) and answers.
1. General Instructions to Offerors

1) Submit signed and dated proposals at or before the exact time specified in this solicitation. Failure to
provide all required documents or information may exclude the Offerors from further consideration. Only
signed proposals submitted in accordance with the instructions herein will be accepted.

1.1. This is an all-electronic solicitation release. No hard copies will be mailed. These proposal instructions are
designed to provide general guidance for preparing responses as well as providing specific instructions on
response organization, format, content and evaluation under Federal Acquisition Regulation (FAR) Part 15.
Offerors should include all documents and information requested submitted in accordance with the instructions
herein. Noncompliance with the RFP requirements may hamper the Government's ability to properly evaluate
the proposal and may result in elimination of the proposal from further consideration for task order award.
Offerors are cautioned to follow the instructions carefully and are encouraged to present their best technical
proposals and prices in their initial proposal submission, as the Government reserves the right to make an award
based on initial responses received without discussions. However, the Government reserves the right to hold
them.

1.2. Offerors should submit a proposal that is self-sufficient and responds directly to the requirements of the RFP.
The proposal should be clear, concise, and include adequate detail for effective evaluation. The proposal should
not simply rephrase or restate the Government's requirements, but rather provide clear and convincing rationale
to address how the Offeror intends to meet the requirements of the RFP. The proposal should contain sufficient
information to enable the Government to fully evaluate and determine the Offeror’s capability to comply with
the requirements identified in the RFP. If an Offeror believes that the requirements in these instructions contain
an error, an ambiguity, omission, or are otherwise deemed unsound, the Offeror shall immediately notify the
KO in writing with supporting rationale. The Offeror is reminded that the Government reserves the right to
award this effort based on the initial proposal, as received, without discussion.

1.3. The Offeror shall provide its proposal with a cover sheet that contains the company’s legal name, Cage Code,
and DUNS, address and telephone number, name and title of the person authorized to sign and negotiate the
contract and obligate the company contractually, offer validation period of one hundred and eighty (180) days,
RFP tracking number H92239-19-R-0002, the original date of proposal, and acknowledgement of any
amendments, if applicable. The original date shall be located in the upper right hand corner of the cover sheet.

1.4. The submission of the documentation specified below will constitute the offeror's acceptance of the terms and
conditions of the RFP, concurrence with the Performance Work Statement, and contract type.

1.5. Post-award Notices and Debriefings. Post-award notices and debriefings will be conducted in accordance with
FAR 15.506. The KO will notify unsuccessful Offeror in accordance with FAR 15.503(b)(1). Upon such
notification, unsuccessful Offeror may request and receive a debriefing in accordance with FAR 15.506(b)(1).
Offerors desiring a debriefing must make their request in accordance with the requirements of FAR 15.506 as
applicable.

1.6. It is the Government’s intention to award without discussions. Offerors are encouraged to present their best
technical proposal and price in their initial proposal submission. However, in accordance with FAR Part 15.306,
should discussions become necessary, the Government reserves the right to conduct them. Should this occur, a
competitive range will be determined and Offerors notified. The competitive range may be limited for purposes
of efficiency in accordance with FAR Part 15.306 (c)(2).

1.7. Proposals shall not contain classified information.

2. Proposal Organization and Format:

The proposal shall consist of four (4) volumes. The volumes are: Volume I – Qualifying Criteria &
OCI Mitigation (if applicable), Volume II – Technical Capability, Volume III - Past Performance, and Volume IV -
Price. No emailed proposals will be accepted. Proposals should be submitted to the following address:
VIA EXPRESS CARRIER OR WALK-IN:
U.S. Army Special Operations Command
ATTN: AOCO-DCSC (Mrs. Carrie Nelson)
H92239-19-R-0002
E-2929 Desert Storm Road
Fort Bragg, NC 28310-5000

2.1. Offerors are required to meet all RFP requirements, such as terms and conditions and technical requirements.
Failure to meet a requirement will result in a proposal being ineligible for award.

2.1.1. Proposals shall be organized into physically separated volumes. Format of the volumes (and any resulting
responses to Evaluations Notices (ENs) shall be as follows:

i. A page shall be an 8 ½ X 11” sheet of paper. Text size shall be no smaller than what is equivalent to
Microsoft Word, Times New Roman, 10 point, uncompressed font. When both sides of a sheet display
printed material, it shall be counted as two pages. Letter size and spacing requirements for illustrations and
tables can be at the discretion of the offeror but must be easily readable. Margins shall be at least 1 inch on
the top and bottom and 3/4 inch on the side. The Contractor shall number each page in order to eliminate
any confusion.

ii. Pages shall be single-sided, one and one-half spaced, with a minimum of one (1) inch margins on all sides.
A cover sheet should be bound in each CD, clearly marked as to volume number, title, “original” or copy
number, solicitation identification, and the offeror's name.

iii. Each volume shall contain a glossary of all abbreviations and acronyms used with an explanation for each.

iv. Page Limit does not include executive summary, tables of contents, glossary of abbreviations and
acronyms, indices, title pages, cross-reference indices, and section dividers/tables if they are inserted solely
to provide ease to the reader in locating parts/sections of the proposal. They will be counted if they contain
any other information, i.e., diagrams, extraneous data, etc. Pages marked “This page intentionally left
blank” will not be counted. In the event an Offeror creates an ambiguity in their numbering of pages, the
Government may exercise its own discretion in counting pages. If the page limits are exceeded, the pages in
excess of the limit shall be removed and will not be considered for evaluations.

v. Page Limit Includes: All appendices, charts, graphs, diagrams, tables, photographs, drawings, etc., unless
specifically excluded in the proposal instructions.

vi. Pages shall be dated and numbered sequentially by volume. Elaborate format, color representations are not
desirable. Any pages that are changed (as the result of negotiations) should be of a different color (as
specified by the Contracting Officer) and have changed information clearly marked by a vertical line in the
right margin of the page and/or circling if changing data in a chart. The offeror shall indicate the new date
on revised pages.

vii. Legible tables, charts, graphs and figures shall be used when necessary to depict organizations, systems and
layout, implementation schedules, plans, etc. These displays shall be uncomplicated, legible, and shall not
exceed 11 by 17 inches in size. For tables, charts, graphs, and figures, the text shall be no smaller than
equivalent to Microsoft Word 8 point, Times New Roman. These pages shall count as one (1) page each
and may only be used for large tables, charts, graphs, diagrams, and schematics; not for pages of text.

viii. Electronic copies must also be provided on CD-ROMs/DVDs, read-only memory. For the protected
version, the Government will accept a PDF. For the unprotected version, Microsoft Office 2010,
presentation and spreadsheet products are acceptable. Changes, as a result of negotiations, will be
conformed on CD-ROMs/DVDs and have changed information clearly marked by highlighting the changed
information.
H9223919R0002

Page 153 of 163

Table 2.1.2. The follow-on paragraphs provide the specific information required for each volume.

NO. OF DIGITAL Maximum


VOLUME TITLE NO. HARD Format COPIES (CD Page Limit
COPIES ROM)

I Qualifying Criteria & Original MS Word 2010 or 6 electronic copies


OCI Mitigation (if earlier
applicable)
OCI Mitigation Plan
(if applicable):
1-Adobe PDF None
(protected)
1-MS Word 2010
or earlier
(unprotected)

II Technical Capability Original 1-Adobe-PDF 6 electronic copies


(protected)
Technical - 25
1-MS Word 2010
or earlier
(unprotected)
III Past Performance Original MS Word 2010 or 6 electronic copies 20 + SF 294/295 +
earlier Consent Letters+
Explanation, if required

IV Price Original Price Submission: 1- 2 electronic copies, None


Adobe PDF- (One Protected and
(protected) One Unprotected)

1-MS Excel 2010 or


earlier; if narrative is
included MS Word
2010 or earlier; and
Bid Schedule
(unprotected
(w/ formulas intact)

2.2. Proposal Content:

2.2.1. VOLUME 1 – QUALIFYING CRITERIA. Provide documentation, as required below, in order for the
Government to determine if appropriate information is provided for the offeror to pass the requirements.

2.2.1.1. Contract Forms and Certifications. Include the following data in Qualifying Criteria (Volume 1) in the
format indicated. Designate on the volume cover which proposal package contains the original, executed copy of the
RFP and which contains copies.
H9223919R0002

Page 154 of 163

a. Section 1 – Proposal cover letter or proposal cover page (include names, office phone and facsimile
numbers, if applicable, cell phone numbers, and e-mail addresses for proposal POCs of who is authorized
to bind the company).
b. Section 2 – All Section K, Representations, Certifications and Disclosures

2.2.1.2. Facility Clearance. The prime offeror must have a Secret Facility Clearance as accredited by the Defense
Security Service (DSS). The prime offeror shall indicate whether or not they currently have a clearance and at what
Level. If the prime offeror does not have a current Facility Clearance, the prime offeror must provide explicit
assurances of their ability to obtain a Secret Facility Clearance as accredited by the Defense Security Service (DSS)
prior to the start of the phase-in period, along with a good-faith estimate of the date the prime offeror expects to
receive the Facility Clearance and supporting facts of their good-faith estimate.

2.2.1.3. SDVOSB Registration/SBA All-Small Program Mentor-Protégé Program /Joint Venture Agreement.
The Prime Offeror must be a Service-Connected Disabled Veteran Owned Small Business (SDVOSB) under NAICS
611519 and submit evidence of this registration in this volume. The final decision regarding any offeror’s SDVOSB
status shall reside with the Small Business Administration (SBA). If using the SBA All-Small Mentor-Protégé
Program, all Joint Ventures must provide a signed copy of their agreement from the SBA in this volume with their
proposal submission.

2.2.1.4. Proposed Subcontractors/Teaming Partners. Each offeror shall include company details of their
proposed subcontractors/teaming partners, to include but not limited to, Name, Address, CAGE Code; and Socio-
Economic Status. Additionally, offerors are required to include a narrative of each subcontractor's/teaming partner’s
roles and responsibilities and proposed percentage of work performance IAW FAR 52.219-14. If none are being
proposed, please annotate that as well.

2.2.1.5. OCI Mitigation Plan (if applicable). Offerors shall submit a Mitigation Plan, if required, to satisfy the
requirements of FAR 9.5 “Organizational and Consultant Conflicts of Interest”. Potential OCI conflicts that may
exist include Unequal Access to Information, Biased Ground Rules, and Impaired Objectivity. The Mitigation Plan
shall include a description of the actual or potential OCI, a description of the action that the offeror has taken or
proposes to take to avoid, mitigate, or neutralize the conflict, and any other relevant information that would assist
the Contracting Officer in determining whether the Mitigation Plan is in fact acceptable or unacceptable.

The Contracting Officer will review any mitigation plans submitted in response to this RFP before the proposal is
evaluated or considered for award. The Contracting Officer will determine whether there is an OCI issue based on
the information submitted and if the mitigation plan resolved any OCI concerns. If the Contracting Officer
determines that there is an OCI issue and that it cannot be mitigated, the Contracting Officer will inform the Offeror
that the proposal will not be evaluated or considered for award. The Contracting Officer and offeror must resolve
any OCI issues prior to the evaluation and consideration for award.

If any offeror has questions with regards to your affirmative responsibility to identify OCI concerns and/or mitigate
each issue, each potential offeror is encouraged to ask questions and seek clarifications before proposal due dates.
The Government will be prevented from awarding a task order to any offeror who has an actual OCI issue that
cannot be mitigated to the satisfaction of the Ordering Contracting Officer.

2.2.2. VOLUME II - TECHNICAL CAPABILITY VOLUME.

2.2.2.1. General. Volume II must be clearly marked “Volume II – Technical Capability, H92239-19-R-0002”,
and must include the offeror’s Technical Approach submission. The Technical Capability Volume shall be clear,
concise, and include sufficient detail for effective evaluation and for substantiating the validity of stated claims.
Legibility, clarity and coherence are very important. The Technical volume will be evaluated against the evaluation
factors defined in Section M, Evaluation Factors for Award. The proposal should not simply rephrase or restate the
Government's requirement. The volume shall provide convincing rationale to address how the offeror intends to
meet the Government’s requirements. Statements such as “the offeror understands, can, or will comply with the
PWS” (including referenced publications, technical data, etc.); statements paraphrasing the PWS or parts thereof
(including applicable publications, technical data, etc.); and phrases such as “standard procedures will be employed”
H9223919R0002

Page 155 of 163

or “well known techniques will be used,” etc., will be considered unacceptable and negatively impact the offeror’s
rating under the corresponding evaluation factor. Offerors shall assume that the Government has no prior knowledge
of their facilities and experience, and will base its evaluation on the information presented in the offeror's proposal.

2.2.2.2. The Technical Capability Volume shall, at a minimum, be prepared in a form consistent with the
Performance Work Statement (PWS) and the evaluation criteria for award set forth in this solicitation. The section
shall be prepared in an orderly format and in sufficient detail to enable the Government to make a thorough
evaluation of the contractor’s technical competence and ability to comply with the contract task requirements
specified in the PWS. The offeror shall address as specifically as possible the actual methodology you would use for
accomplishing the PWS tasks. The Technical volume shall be organized according to the following general outline:

- TAB A – TABLE OF CONTENTS


- TAB B – GLOSSARY OF ABBREBIATIONS AND ACRONYMS
- TAB C – LIST OF TABLE AND DRAWINGS AND/OR CROSS REFERENCE MATRIX (IF
APPLICABLE)
- TAB D – EXECUTIVE SUMMARY (This section is limited to five (5) pages, but is not included in
the page limit. It should contain a concise summary of the offeror’s proposed approach to the ARSOF
Training Support effort. The Executive Summary shall include a declaration statement that
acknowledges and accepts, without exceptions, all Performance Work Statement (PWS) requirements
and describe the significant attributes the offeror’s proposal and introduces the contractor’s team.)
- TAB E – TECHNICAL CAPABILITY FACTOR
E1 - Subfactor 1 – Program Management/Staffing
E2 - Subfactor 2 – Technical Understanding
E3 – Subfactor 3 – Corporate Competencies

2.2.2.3. Content. The proposal shall include, at a minimum, the following information:

TAB E- Factor 1: Technical Capability Volume – The technical capability volume shall include, at a minimum, the
following information:

TAB E1 – Program Management/Staffing. The offeror shall provide a detailed approach that clearly demonstrates its
capability to provide program management and adequate staffing as required by the PWS to efficiently and
effectively manage ARSOF Training Support. The offerors approach should include, at a minimum, the following
information.

i. An organizational chart with a detailed explanation of its organizational structure, including key
positions/titles, and what authority/autonomy the individuals possess; what parts of the organization are
responsible for managing and accomplishing what work (identify each organizational element, i.e.,
Division/Branch/Team); where decision making authority lies within the organization; and identify specific
work the prime, subcontractors or teaming partners are performing.

ii. Propose a team complement/labor mix in order to meet the required qualifications, knowledge, skills,
security clearances, training and education levels for each labor category (including key personnel) IAW
the PWS. Contractors shall include a breakout chart by labor category, Service Contract Act (SCA)
Directory of Occupations skill identifier (if applicable); number of hours/FTE's proposed each task of the
PWS, and any cross-utilization;

iii. Address the proposed phase-in operations and the proposed staffing methodology and capability to perform
the program requirements from the first day of performance.

iv. Discuss the procedures that will be used to establish and recruit a qualified workforce (IAW FAR 52.222-
17- Non-displacement of Qualified Workers) sufficient to satisfy the requirements of the PWS, over the
entire period of performance.

v. Discuss how to accommodate fluctuating workloads and schedules, minimize turnover, and retain qualified
H9223919R0002

Page 156 of 163

personnel required to successfully perform the contract.

TAB E2 – Technical Understanding.

i. A detailed approach to providing subject matter expert role players that have operational experience
coupled with years of instructor experience that are capable of effectively teaching in-role instruction, and
understand how to engage students at the appropriate level of intensity and then adjust responses based on
the performance of the student.

ii. A detailed approach to supporting a Training Management Office (TMO) to serve as a primary training
staff element of the 1st SWTG that will consist of a Field Team and a Support Element. The TMO will
manage the Comprehensive Training Environment (CTE) for all ARSOF training conducted by 1st SWTG,
and provide training support to include program management, planning, assisting with dilemma
development, supply actions, logistics management, maintenance, and repair support as defined in the
PWS.

TAB E3 – Corporate Competencies. The offeror (to include any key subcontractors/teaming partners) shall
demonstrate recent corporate competencies and technical ability in planning, staffing and conducting multiple
training courses simultaneously, as detailed within the PWS. The Government defines “recent” as contracts that
have been performed during the past three years from the date of issuance of this RFP. The Government defines
relevancy as contracts that are most similar to the magnitude, size and scope of this overall effort.

2.2.3. VOLUME III: PAST PERFORMANCE.

2.2.3.1. Contents. The offeror shall submit a Past Performance Proposal (Volume 3) containing the following:

- TAB A - TABLE OF CONTENTS **Excluded from page limit for Volume 3


- TAB B - SUMMARY PAGE- Describing the role of the offeror and each subcontractor, teaming
partner, and/or joint venture partner that the offeror is required to provide Past Performance
Information Sheets
- TAB 3-PAST PERFORMANCE INFORMATION SHEETS
- TAB 4 - CONSENT LETTERS - Consent Letters executed by each subcontractor, teaming partner,
and/or joint venture partner, authorizing release of adverse past performance information so the offeror
can respond to such information. **Excluded from page limit for Volume)

2.2.3.2. Past Performance Information Sheets. Submit information on contracts considered most recent and
relevant in demonstrating the ability to perform the proposed effort. The offeror shall submit a maximum of five (5)
and a minimum of three (3) Performance Information Sheets identifying active or completed contracts, either
Government or commercial, for each prime, and a maximum of five (5) and a minimum of one (1) Past Performance
Information Sheet for each major subcontractor, teaming partner, and/or joint venture (”major” is defined as those
subcontractors, teaming partners, or joint ventures who are projected to perform 25% or more of the total contract
effort). Performance Information Sheets for each contract is limited to five (5) pages (does not include, SF 294,
Subcontracting Report for Individual Contracts, and 295, Summary Subcontract Report, or audit data, if required).
Offerors are cautioned that the Government will use the information provided by each offeror in this volume and
information obtained from other sources for the overall evaluation of past and present performance. The
Government requests the offeror provide references including current POCs for each contract identified. Contact
information for each POC and reference shall include both a phone number and email address.

2.2.3.3. Offerors shall submit information on contracts that are considered relevant in demonstrating the ability to
perform the proposed overall effort in the information sheets. Information sheets shall include specific information
for each effort regarding experience IAW the following areas outlined below. NOTE: If the experience in the
following areas was not required under the referenced contract, the offeror shall also indicate that it was not
applicable or relevant on the Information Sheet. Offerors should clearly show:

a. Contractor management experience,


H9223919R0002

Page 157 of 163

b. Key management personnel expertise,


c. Management of subcontractors
d. Performance in recruiting, hiring, training, and retaining personnel in similar environments; including
access to highly specialized skill sets and Subject Matter Experts (SME).
e. Provide a brief narrative for each contract or subcontract listed. Explain the nature of the work involved
and the extent the work involved was/is similar to the ARSOF Training effort in terms of operation,
contract scope, schedule, and risk.

2.2.3.4. Offerors are required to complete and send questionnaires with a cover letter and Technical Exhibit 6, to all
POCs for those contracts identified in the submitted information sheets (same limitations for number of
questionnaires as information sheets apply per 2.2.3.2 above). Preferred POCs are, in order of descending
preference, program manager, Procuring Contracting Officer, technical or engineering lead, and Administrative
Contracting Officer. POCs could also include end users, Government agency and/or commercial customers, and
contracting officer representative (COR). For tracking purposes, the Offeror shall include a listing of all POC's,
dates, and email addresses to which the questionnaires were sent.

2.2.3.5. Recent and Relevant Contracts. Recency is defined as an action within the past three (3) years.
Relevancy will be determined based on contract references reflecting past and present performance over the past
three (3) years which is relevant to the following:

2.2.3.5.1. For the prime offerors, relevancy is defined as contracts that are most similar to this overall effort. Some
of the factors in determining relevancy include: the diversity of required expertise, scope of PWS, magnitude,
project complexity, security classification requirements, business management and control processes, contract
type(s), number of employees required, special operations support, other DoD support, and some major functional
areas as depicted in the PWS, etc.

2.2.3.5.2. For proposed subcontractors/teaming partners, relevancy is defined by that which reflects experience in
the area of expertise the subcontractor is projected to actually perform ARSOF Training Support, (i.e. specific areas
in the PWS).

2.2.3.5.3. When making the relevancy determination the definitions contained within Table below will be utilized.

RELEVANCY CRITERIA TABLE


Very Relevant Present/past performance effort involved essentially the same scope and magnitude of effort
and complexities this solicitation requires.
Relevant Present/past performance effort involved similar scope and magnitude of effort and
complexities this solicitation requires.
Somewhat Present/past performance effort involved some of the scope and magnitude of effort and
Relevant complexities this solicitation requires.
Not Relevant Present/past performance effort involved little or none of the scope and magnitude of effort
and complexities this solicitation requires.

2.2.4. VOLUME IV – PRICE.

2.2.4.1. General. The price submission should be clearly marked “Volume IV, Price Submission, H92239-19-R-
0002.”

2.2.4.2. Format. The Price Volume should include the following:

- TAB A – PRICING SCHEDULE


- TAB B – BASIS OF PRICE

2.2.4.3. Price Volume Content – The Price proposal shall include, at a minimum, the following information:
H9223919R0002

Page 158 of 163

2.2.4.3.1. TAB A –Price Schedule. The pricing schedule in Section 1 of the RFP shall be submitted fully
completed, including pricing on all Contract Line Item Numbers (CLINs) identified. For each CLIN, the Offeror
shall indicate the CLIN unit price and the resulting CLIN amount. The Offeror shall include other than cost and
pricing data. All formulas, lookup tables, and links should be intact, and no links should exist to files not included
with the proposal. Spreadsheets shall not contain hidden worksheets. The Offeror shall include totals for the base
period (to include phase-in), each option, and overall total.

a) Phase-In: CLIN 0001. The 30-day phase-in period shall be separately priced for key personnel. NOTE: If
the reporting of phase-in period is not separately priced, insert “NSP” in the blank shown.

b) ARSOF Training Support: The Offeror shall separately price each CLIN. For the purpose of price
evaluation, the Offeror shall include a Pricing Matrix in contractor-own format, by contract period that
details the labor calculation of its proposed monthly fixed prices for ARSOF Support.

c) Contract Manpower Reporting: Each offeror should separately price all CLINs for Contract Manpower
Reporting. If the reporting of Manpower Equivalents is not separately priced, insert “NSP” in the blank
shown.

d) The Offeror shall add up the CLINs for each period of performance and provide a total price for all CLINSs
at the bottom of the Pricing Schedule.

2.2.4.3.2. TAB B – Basis of Price.

a) Discuss the basis of price in terms of staffing proposed for the PWS (to include applicable task/service
areas, rate determination methodology, productive work year, and number of Full Time Equivalents
(FTEs)) for each performance period. A justification for these labor categories shall be provided.

b) The Government is concerned with the quality and stability of the work force to be employed on this
contract. Compensation that is unrealistically low or not in reasonable relationship to the various job
categories, since it may impair the Contractor's ability to attract and retain competent highly skilled service
employees, may be viewed as evidence of failure to comprehend the complexity of the contract
requirements.

i. Offerors shall submit its proposed compensation plan setting forth salaries and fringe benefits
proposed for the employees who will work under the contract. Supporting information shall
include data, such as recognized national and regional compensation surveys and studies of
professional, public and private organizations, used in establishing the total compensation
structure. Failure to comply with these provisions may constitute sufficient cause to justify
rejection of a proposal.

2.2.4.3.3. The Government will award on an “all or none” basis.


H9223919R0002

Page 159 of 163

Section M - Evaluation Factors for Award

(a) Basis for Award: This is a competitive, best value trade-off selection that will be conducted in accordance with
(IAW) with FAR 15 and as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS) and
the Special Operations Federal Acquisition Regulation Supplement (SOFARS). The procedures in Federal
Acquisition Regulation (FAR) Part 15-Contracting by Negotiation, apply to this acquisition. Therefore, evaluations
will be conducted in accordance with FAR Part 15 and supplements thereto. It is the Government’s intent is to
award without discussions. To arrive at a selection decision, the Contracting Officer will perform an integrated
assessment using the evaluation factors described in this solicitation. The SSA will integrate the source selection
team's (SST) input, and then assess each offeror's proposal in accordance with the evaluation factors in Section M.
This may result in an award being made to the higher rated, potentially higher priced offeror(s) where the decision is
consistent with the evaluation factors. The Government will award a contract resulting from this solicitation to the
responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price
and other factors considered.

1. The Government will evaluate all proposals received against the Qualifying Criteria, Technical Capabilities, Past
Performance and Price. All qualifying criteria are evaluated on a pass or fail basis. A color/adjectival rating
technique will be used to evaluate the Technical Capabilities, and Past Performance will receive an overall
confidence level rating. The Price Factor will not be given a color rating or scored. The Technical Capabilities
(Factor 1) and Past Performance (Factor 2) are significantly more important than and Price (Factor 3). All the
subfactors within the Technical Capabilities Factor are of equal importance. Offerors are advised that the
Government will not select a proposal for award on the basis of a superior capability without consideration of the
price proposed. The following factors shall be used to evaluate proposals:

Qualifying Criteria Pass/Fail

Factor 1-Technical Capability Rollup Color/Risk for Award Evaluation, as


depicted in Table 1

Subfactor EI-1-Program Management/Staffing Color/Risk


Subfactor EI-2-Technical Understanding Color/Risk
Subfactor EI-3-Corporate Competencies Color/Risk
Factor 2-Past Performance Confidence Rating, as depicted in Table 2

Factor 3-Price/Schedule Total Overall Evaluated Price (All Years and FAR
52.217-8)

1.1. Qualifying Criteria. Information submitted for the qualification criteria will be evaluated to determine if
the Offeror met the definitions described in section M of the solicitation in order to “pass”. If the offeror
fails any of the qualifying criteria, they will “fail” to qualify (i.e. be determined ineligible for award). This
will be a deficiency. Qualifying criteria includes: 1) Fully executed proposal/contract forms, 2) Facility
clearance, 3) Socio-economic eligibility.

1.1.1. Fully Executed Quote/Contract Forms. The offeror indicated that it is eligible for a Government contract
based on the offeror’s responses to the representations, certifications, all contract forms, and other
statements required by the RFP.

1.1.2. Facility Clearance. The prime offeror must have a Secret Facility Clearance as accredited by the Defense
Security Service (DSS). The prime offeror shall indicate whether or not they currently have a clearance and
at what Level. If the prime offeror does not have a current Facility Clearance, the prime offeror must
provide explicit assurances of their ability to obtain a Secret Facility Clearance as accredited by the
Defense Security Service (DSS) prior to the start of the phase-in period, along with a good-faith estimate of
H9223919R0002

Page 160 of 163

the date the prime offeror expects to receive the Facility Clearance and supporting facts of their good-faith
estimate.

1.1.3. SDVOSB Registration/SBA All-Small Mentor-Protégé Program/Joint Venture Agreement.


The Prime Offeror must be registered as a Service Disabled Veteran Owned Small Business under NAICS
code 611519 within the System for Award Management website. The final decision regarding any offeror’s
SDVOSB status shall reside with the SBA. If using the SBA All-Small Mentor-Protégé Program, all Joint
Ventures must provide a signed copy of their agreement from the SBA in this volume with their proposal
submission.

1.2. FACTOR 1: TECHNICAL CAPABILITY. Under the Technical Capability Factor, the Government will
evaluate the offeror’s overall approach to support ARSOF Training Support effort, program
management/staffing, including teaming arrangements, technical understanding, corporate competencies and
supportability of the overall proposed technical solution as outlined in section M of the solicitation.
Evaluation of this factor shall focus on the strengths, deficiencies, and weaknesses of the offeror’s proposal.
Evaluation of risk associated with the offeror’s proposal for this factor is inherent in the evaluation. As part of
the best value analysis, the Government will favorably consider proposed innovations and efficiencies that
will enhance contract performance and are a benefit to the Government. The Government will roll up
subfactor ratings into an overall rating for this Factor. Subfactors are of equal importance. Note that if an
offeror’s proposal demonstrates a material failure to meet a Government requirement, it is a deficiency in the
offeror’s proposal. Offerors are reminded that the burden of providing sufficient data rests with the offerors.

1.2.1. Subfactor 1: Program Management/Staffing. The approach will be evaluated to determine if the
offeror’s successfully demonstrated its ability to staff, implement, and efficiently manage ARSOF Training
Support. The Government will evaluate the proposed approach to assess the Offeror’s understanding of the
requirement to provide sufficient personnel (to included key and all other personnel) with the proper roles,
autonomy, lines of authority, and responsibilities and have the required knowledge, skills, and
qualifications to fulfill the requirements of the PWS to include the ability/capability of the personnel to
support the designated position and the ability to designate personnel for assignment to the specific
functional areas. The offeror’s capability to support phase-in operations shall also clearly demonstrate the
proposed staffing methodology and capability to perform the program requirements from the first day of
performance and throughout the duration of the contract. The approach will also be evaluated to determine
the Offeror’s ability to recruit and retain a workforce sufficient to satisfy the requirements stated in the RFP
and associated enclosures and reduce performance risk.

1.2.2. Subfactor 2: Technical Understanding. The offeror’s technical understanding will be evaluated based on
the soundness of the approach, the feasibility of the approach, and the comprehensiveness of the document.
The Government will evaluate the extent to which the offer demonstrates an understanding of each of the
main task areas requirements of the main task areas of the PWS (Section 5), and conveys the
methodologies, techniques, and a detailed technical approach for the core ARSOF missions covered in the
PWS, such as providing subject matter expert role players that have operational experience coupled with
years of instructor experience that are capable of effectively teaching in-role instruction and understand
how to engage students at the appropriate level of intensity and then adjust responses based on the
performance of the student. The evaluation will assess the offeror’s plan to support a Training
Management Office (TMO) to serve as a primary training staff element of the 1st SWTG that will consist
of a Field Team and a Support Element. The TMO will manage the Comprehensive Training Environment
(CTE) for all ARSOF training conducted by 1st SWTG, and provide training support to include program
management, planning, assisting with dilemma development, supply actions, logistics management,
maintenance, and repair support as defined in the PWS.

1.2.3. Subfactor 3: Corporate Competencies. The Government will evaluate each offeror's (to include any
proposed teaming partners) corporate competencies on the basis of its depth and its relevance to the work
that will be required under the prospective contract.
H9223919R0002

Page 161 of 163

Table 1. Combined Technical (Color) and Risk Ratings


Color Rating Description
Proposal meets requirements and indicates an exceptional approach and
Blue Outstanding understanding of the requirements. Strengths far outweigh any weaknesses.
Risk of unsuccessful performance is very low.
Proposal meets requirements and indicates a thorough approach and
Purple Good understanding of the requirements. Proposal contains strengths which
outweigh any weaknesses. Risk of unsuccessful performance is low.
Proposal meets requirements and indicates an adequate approach and
Green Acceptable understanding of the requirements. Strengths and weaknesses are offsetting
or will have little or no impact on contract performance. Risk of unsuccessful
performance is no worse than moderate.
Proposal does not clearly meet requirements and has not demonstrated an
Yellow Marginal adequate approach and understanding of the requirements. The proposal has
one or more weaknesses which are not offset by strengths. Risk of
unsuccessful performance is high.
Proposal does not meet requirements and contains one or more deficiencies.
Red Unacceptable Proposal is unawardable.

1.3. FACTOR 2: PAST PERFORMANCE.

1.3.1. The Past Performance evaluation considers the offeror's demonstrated record of performance in providing
services and products that meets the users' need in past performance. Past Performance evaluation shall
focus on the recency and relevancy as defined in the Section L, Instructions to Offerors, regarding how well
the contractor performed or is performing the same or similar type of work under other contracts.

1.3.2. The Government will conduct an in-depth review and evaluation of all performance data obtained to
determine how closely the work performed under those efforts relates to the current requirement. The
performance evaluation will be based on the data gathered by information sheets, questionnaires, and
interviews, submitted SF 294/295s, and the Contractor Performance Assessment Reporting System reports
as available through the Past Performance Retrieval System and/or FAPIIS. The Government is not limited
to these resources.

1.3.3. The Government will evaluate the present and past performance of the efforts (that meet the recency and
relevancy criteria in Section L) in order to determine the Government's overall level of confidence in the
offeror's ability to successfully perform the required effort. The following steps outline the evaluation
process for the Past Performance Factor:

i. Step 1: Review the past performance volume and information sheets and ensure they meet the
required recency timeframe (3 years). Those that meet the required timeframe will have an
Evaluator’s interview sheet started on them. Those efforts that do not meet the recency
requirements or determined to be not relevant will not be evaluated further.

ii. Step 2: A member of the Past Performance Evaluation team will enter PPIRs system and pull, by
offeror cage code, those CPARs reports that fall within the recency timeframe. If a significant
amount of recent and relevant data is available between the information sheets and CPARs then
the team will not evaluate all available CPARs on each offeror, but rather just the more relevant
efforts. The team will ensure consistency of evaluation of each offeror and attempt to evaluate
three to five efforts per offeror, if possible.

iii. Step 3: Conduct interviews on recent and relevant efforts as determined in Step 2 for which
information sheets have not already been received utilizing the past performance questionnaire. If
any information obtained in steps 1 – 3 results a lower than satisfactory rating on the interview
sheets then the team will prepare an evaluation notice for that offeror and provide the offeror an
H9223919R0002

Page 162 of 163

opportunity to respond if required. The following performance ratings will be utilized by the team
on the interview worksheets:

Table 2. Performance Ratings


Exceptional/Blue Performance meets contractual requirements and exceeds many to the Government’s
benefit. The contractual performance of the element or sub-element being assessed was
accomplished with few minor problems for which corrective actions taken by the
contractor was highly effective.
Very Good/Purple Performance meets contractual requirements and exceeds some to the Government’s
benefit. The contractual performance of the element or sub-element being assessed was
accomplished with some minor problems for which corrective actions taken by the
contractor was effective.
Satisfactory/Green Performance meets contractual requirements. The contractual performance of the element
or sub-element contains some minor problems for which corrective actions taken by the
contractor appear or were satisfactory.
Unsatisfactory/Red Performance does not meet most contractual requirements and recovery is not likely in a
timely manner. The contractual performance of the element or sub-element contains a
serious problem(s) for which the contractor’s corrective actions appear or were
ineffective.

iv. Once all data has been gathered and for each effort evaluated the team has assigned a relevancy
and performance rating, an overall confidence rating will be assigned for Factor 2. The confidence
ratings that will be utilized by the team are as follows:

Table 3. Performance Confidence Assessments


Rating Description
Substantial Confidence Based on the offeror’s recent/relevant performance record, the Government has a
high expectation that the Offeror will successfully perform the required effort.
Satisfactory Confidence Based on the offeror’s recent/relevant performance record, the Government has a
reasonable expectation that the Offeror will successfully perform the required effort.
Limited Confidence Based on the offeror’s recent/relevant performance record, the Government has a
low expectation that the offeror will successfully perform the required effort.

No Confidence Based on the offeror’s recent/relevant performance record, the Government has no
expectation that the offeror will be able to successfully perform the required effort.
Unknown Confidence No recent/relevant performance record is available or the offeror’s performance
(Neutral) record is so sparse that no meaningful confidence assessment rating can be
reasonably assigned.

1.4. FACTOR 3: PRICE. Price will be evaluated in order to determine that it is fair and reasonable IAW FAR
15.404, to include ensuring the price is not unrealistically low or unreasonably high without valid explanation. Price
proposal evaluations will consider the basic price and all ordering period prices, to include the potential for a six-
month extension IAW FAR 52.217-8, for a total overall Factor price. Price will not receive a color rating or score.
Upon completion of calculating the total evaluated price (TEP), the evaluators will assess and document the TEP as
well as the proposals completeness, reasonableness, and balance.

1.4.1. Reasonableness: Reasonableness will be determined by comparing the Offeror’s total price proposed to the
total price proposed by the other Offerors. Comparisons will focus on the price of base period and all ordering
periods combined. Additionally, total proposed prices may be compared to the Independent Government Estimate
(IGE) to determine the reasonableness of price. A price is reasonable if, in its nature and amount, it does not exceed
that which would be incurred by a prudent person in the conduct of competitive business.
H9223919R0002

Page 163 of 163

1.4.2. Balance: The Government may determine that a proposal is unacceptable if the option prices are significantly
unbalanced, as defined under FAR 15.404-1(g).

1.4.3. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror
within the time for acceptance specified in the offer, shall result in a binding contract without further action by either
party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether
or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

Potrebbero piacerti anche