Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
SOURCES SOUGHT

69 -- ITIL training f or 24 students

Notice Date
3/14/2018
 
Notice Type
Sources Sought
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Gordon, 419 B St., Bldg 29718, 3rd Floor, Fort Gordon, Georgia, 30905-5719, United States
 
ZIP Code
30905-5719
 
Solicitation Number
0011104060-0001
 
Archive Date
3/31/2018
 
Point of Contact
Marc Thompson, Phone: 7067919208
 
E-Mail Address
marc.a.thompson32.civ@mail.mil
(marc.a.thompson32.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement Network Management Division Instructor Contract HEADQUARTERS U.S. ARMY CYBER CENTER OF EXCELLENCE (CyberCoE) FORT GORDON, GA 30905-5000 Part 1 General Information 1. General: This is a non-personnel services contract to provide Signal Technician instruction and development. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Signal Technician Training and Support instruction and development as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: This Performance Work Statement (PWS) outlines the requirements for contract instruction training and support services within Signal Leader Development College for 17A Cyber Operations Officers, Information Systems Technician (255A) Warrant Officer Basic Course (WOBC), 255A Warrant Officer Advanced Course (WOAC), Network Management Technician (255N) WOBC, 255N WOAC, Basic Officer Leaders Course (BOLC), Information Systems Operation Course (FA26A), Information Systems Management Course (FA26B) and Signal Captain's Career Course. These instructor services shall augment the above named courses. That is, the instructor services provided IAW this acquisition shall enable the listed courses to meet the demands of training the student load. 1.3 Objectives: The United States Army Cyber Center of Excellence requires contractor support for Signal Technician Training and Support courseware development and instruction for the Network Management Division at the Leader Network Operations College, Signal School, Fort Gordon, GA. 1.4 Scope: Instructor/Writer personnel shall support the Signal Leader Development College in revision and develop new curriculum by providing a planning timeline, conducting research and development. In addition the contractor shall provide technical analysis and administration; develop course material and syllabus; software package/images used to perform labs or practical exams; conduct classroom and lab instruction, and maintenance; develop and grade homework assignments, tests, and labs; provide blended training solutions, labs, assessment or self-study products; and providing all subject texts and textbooks for the requisite course; develop and employ advanced distributed learning, as directed by the COR and outlined in the QASP. These services shall include "front-end" (preparation for class start) and "back-end" (closeout upon completion of class) duties. 1.5 Period of Performance: The period of performance shall be for one (1) Base Year of 12 months. The Period of Performance reads as follows: Base Year (12 months) 1.6 General Information 1.6.1 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.2 Federal Government Holidays: The contractor is not expected to work on the Federal holidays listed below: New Years Day 1st day of January Martin Luther King Jr.'s Birthday 3rd Monday of January Presidents Day 3rd Monday of February Memorial Day last Monday of May Independence Day 4th day of July Labor Day 1st Monday of September Columbus Day 2nd Monday of October Veterans Day 11th day of November Thanksgiving Day 4th Thursday of November Christmas Day 25th day of December 1.6.3 Hours of Operation: The contractor is responsible for conducting business, between the hours of 0800 and 1700 Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. However, these operating hours and days may vary based on the requirements of the government. Contract personnel work schedules may be "flexed" to meet manpower requirements while still adhering to the standard five day work week. The contractor is expected to work on training holidays and building access will be provided, as required. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.4 Place of Performance: The work to be performed under this contract will be performed at government facilities within Ft Gordon, GA. 1.6.5 Type of Contract: The government will award a Firm Fixed Price (FFP) contract. 1.6.6 Security Requirements: Contractor employees performing on this contract/task order must be a U.S. citizen. At work performance start date, contractor employees to include subcontractors, performing on this contract shall have a SECRET security clearance and shall maintain the required security clearance throughout the life of the contract. The contractor is responsible for acquiring the clearances. The contractor shall ensure that all assigned personnel understand applicable security policies and directives found in DOD 5220.22-M, National Industry Security Program Operating Manual (NISPOM); AR 380-5, Information Security Program; and all other applicable policies and regulations. The contractor shall ensure that classified data is controlled, protected, and safeguarded in accordance with AR 380-5 and current Army and DOD policy. Information classified up to SECRET shall be accessed and stored in government spaces only. The contractor shall agree that any data furnished by the government to the contractor shall be used only for performance under this PWS, and all copies of such data shall be returned to the government upon completion of this effort. Contractor employees performing on this contract/task order must be a U.S. citizen. At work performance start date, contractor employees to include subcontractors, performing on this contract shall have a SECRET security clearance and shall maintain the required security clearance throughout the life of the contract. The contractor is responsible for acquiring the clearances. The contractor shall ensure that all assigned personnel understand applicable security policies and directives found in DOD 5220.22-M, National Industry Security Program Operating Manual (NISPOM); AR 380-5, Information Security Program; and all other applicable policies and regulations. The contractor shall ensure that classified data is controlled, protected, and safeguarded in accordance with AR 380-5 and current Army and DOD policy. Information classified up to SECRET shall be accessed and stored in government spaces only. The contractor shall agree that any data furnished by the government to the contractor shall be used only for performance under this PWS, and all copies of such data shall be returned to the government upon completion of this effort. The contractor Facility Security Officer (FSO) will ensure there is a procedure for all terminated employees to out process the installation. The contractor shall agree that any data furnished by the government to the contractor shall be used only for performance under this PWS, and all copies of such data shall be returned to the government upon completion of this effort. Compliance with DD Form 254, Department of Defense Contract Security Classification Specification, is required. 1.6.6.1 Handling/Access to Classified Information: The 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), and (2) any revisions to DoD 5220.22-M. Any adverse action preventing a contractor from retaining access to classified material must be brought to the attention of the COR and contractor Facility Security Officer (FSO) immediately. 1.6.6.2 SIPRNET access required to perform this contract: The COR will identify contract employees that are required to have SIPRNET access. The contractor is not authorized to access, download or further disseminate any classified information from SIPRNET which is outside the scope of the defined contract requirements unless specifically authorized in writing by the Government ger and the KO. The contractor must complete and forward to the KO, a SIPRNET Access Request Form for approval by the Requiring Activity SIPRNET Information Assurance Manager (IAM) prior to receiving access. NOTE: A NATO Awareness brief and acknowledgement is required for all personnel prior to access to the SIPRNET. Since the SIPRNET contains NATO information, a NATO Awareness briefing informing personnel how to protect NATO information is mandatory for everyone who requires access to the SIPRNET. A written acknowledgment shall be maintained by the COR. 1.6.6.3 Cyber security (formerly Information Assurance (IA)/Information Technology (IT)) Training: All contractor employees and associated subcontractors must complete the DoD Cyber Awareness Challenge Training (https://ia.signal.army.mil/DoDIAA) before issuance of network access and annually thereafter. Certificates of successful completion, for both initial awareness training and annual refresher training shall be provided to the COR via the Army Training and Certification Tracking System (ATCTS). All contractor employees will successfully complete all required IA training as specified in AR 25-2 and as directed by the Government. All contractor employees working IA/IT functions must comply with DoD and Army training requirements in DoDD 8570.01, DoD 8570.01-M, DoDD 8140.01, and AR 25-2. 1.6.6.4 Contractor employees, to include subcontractors, requiring access to information systems to fulfill their duties must possess the required favorable security investigation. Contractor employees that require access to the Fort Gordon network shall have a minimum of a National Agency Check with Inquiries (NACI) investigation initiated and favorable review before issuance of network access. The IASO/IANO from the activity that the contractor employee is assigned to, will submit an electronic DD 2875, System Authorization Access Request (SAAR) to Security & Intelligence Division for verification that the contractor employee meets the requirements of AR 25-2 for accessing the Fort Gordon network. (Ref AR 25-2) 1.6.6.5 Cyber security (formerly Information Assurance (IA)/Information Technology (IT)) Certification: Per DoD 8570.01-M, / DoD 8140 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 / DoD 8140 must be completed upon contract award. 1.6.6.6 Anti-Terrorism (AT) Level I Training: All contractor employees, including subcontractors, assigned to this contract shall receive an initial Antiterrorism Level I Brief by a certified ATO Level II Officer within 30 days of reporting for duty. (Monthly briefings will be offered by the Garrison Antiterrorism Officer.) Annual refresher Antiterrorism Level I Training shall be completed on-line at https://atlevel1.dtic.mil/at/ or they may attend the monthly training offered by the Garrison ATO. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the COR and unit/activity security manager. (Ref Department of the Army, US Army Contracting Agency, SFCA-CO, 5 Sep 07, subject: Incorporation of Measures into the Contracting Process and AR 525-13, Antiterrorism). Note: Contractor personnel shall receive an AOR briefing when traveling OCONUS on TDY. Briefing must be provided by a certified ATO Level II Officer within 7 working days prior to TDY departure outside the 50 United States, its territories, and possessions. This is separate from the normal annual AT Level I training requirement. (Ref AR 525-13) 1.6.6.7 iWATCH: All contractor employees, including subcontractors, assigned to this contract shall receive a brief on the local iWATCH program (provided in conjunction with the AT Level I Training). This 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 days of reporting to duty and annual refresher training with the results reported to the COR. 1.6.6.8 Operation Security (OPSEC) Training: All contractor employees, including subcontractors, assigned to this contract shall complete Level I OPSEC training within 30 days of reporting for duty and then annually thereafter. Initial Level 1 OPSEC training will be conducted monthly by the Garrison OPSEC Officer or a Level II certified OPSEC Officer. Annual refresher training shall be completed on-line at http://cdsetrain.dtic.mil/opsec/index/htm. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the COR and unit/activity security manager. (Ref AR 530-1, Operations Security). The contractor shall adhere to local OPSEC policies and procedures of the government requiring activity. When in a TDY status in support of this work effort, the contractor shall also adhere to any OPSEC policies and procedures in effect at TDY locations. 1.6.6.9 Threat Awareness and Reporting Program (TARP) Training: All contractor employees, including subcontractors, assigned to this contract shall complete TARP training within 30 days of reporting for duty and then annually thereafter. TARP training will be conducted monthly by the 902nd MI Group. The COR will ensure contractors are notified of available training. Completion of training shall be reported to the COR and the unit/activity security manager. (Ref AR 381-12). 1.6.6.10 Installation Access: All contractor employees, including subcontractors, shall comply with applicable installation and facility access security policies and procedures at all work and TDY locations. All contractors and subcontractors will be issued a Common Access Card (CAC) or an Installation Pass issued through the Automated Installation entry (AIE) Security System to access the installation. The Fort Gordon military installation is a limited access post. Unscheduled gate closures by the military police may occur at any time. In accordance with Army Regulation 525-13, paragraph 5-19, all prospective contractors will undergo a verification process by the installation Provost Marshal Office, Director of Emergency Services to determine the trustworthiness and suitability prior to being granted access to federal property. This will be accomplished using the National Crime Information Center (NCIC) Interstate Identification Index (III). This is the minimum baseline background check for entrance onto Army Installations for non-CAC holders to include entrance of visitors (Ref AR 190-13, paragraph 8-2). All personnel entering or exiting the installation may experience a delay due to vehicle inspections, registration checks, verification of seat belt use, etc. All vehicles and personnel are subject to search and seizure. The search and seizure provisions shall apply to contractor personnel while within Fort Gordon's area of jurisdiction. Contractor personnel shall comply with all entry control requirements and security policies/procedures in effect. Security procedures may change without notice. 1.6.6.11 Identification of Contractor Employees: In accordance with FAR 37.114 contractor employees shall identify themselves as a contractor at all times while on the job, e.g., in the workplace, when attending meetings, in email, when answering government telephones, or when making phone calls. 1.6.6.12 ID Badges: The contractor shall provide each contractor employee an identification (ID) badge on contract start date or on employment start date. The ID badge shall be made of nonmetallic material, be easily readable, and shall contain the following minimum information: Employee's Name, Contract Company Name and Employee's Photograph. Contract employees shall wear proper identification at Government workplaces at all times. 1.6.6.13 Display of ID Badges: Contractor employees shall wear the ID badge at all times when performing work under this contract to include attending government meetings and conferences. Unless otherwise specified in the contract, each contract employee shall wear the ID badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit such placement. 1.6.6.14 Answering Telephones: Contractor employees shall identify themselves as a contract employee when answering and making calls on government telephones. 1.6.6.15 Utilizing Electronic Mail: 1. When contractor employees send e-mail messages to government personnel while performing on this contract, the contractor employee's e-mail address shall include the company name together with the person's name (ex: John Smith, Contractor, ABC Company). 2. When contractor employees require access to a government computer, the contractor employee shall be required to obtain a Common Access Card. To do so, the contractor employee shall request a CAC Card through the COR. NOTE: The government issued CAC is the property of the U.S. Government and shall be returned to the COR upon expiration of the contract, replacement or termination of the contract employee. (CAC card must be turned in to the COR on contractor employee's last day of employment.) Unauthorized possession of the CAC can be prosecuted criminally under section 701, title 18, United States Code. 3. All contractor employees shall conduct official communication using Government-owned or provided e-mail, networks, websites, systems, and devices. The use of commercial ISP e-mail accounts or personal e-mail accounts to conduct official communication is prohibited. Remote access / telework technology may be leveraged to ensure compliance with these requirements. 4. Contractor employees are prohibited from using Army-assigned, AKO, and other official e-mail addresses for unofficial business affiliations. Personnel shall not provide official e-mail addresses to businesses, affiliated organizations, or online retailers; unless those entities are known by personnel to be legitimately engaging in official business. 1.6.6.16 Eligibility Verification for Employment: E-Verify is an Internet-based system that compares information from an employee's Form I-9, Employment Eligibility Verification, to data from U.S. Department of Homeland Security and Social Security Administration records to confirm employment eligibility. The U.S. Department of Homeland Security is working to stop unauthorized employment. By using E-Verify to determine the employment eligibility of their employees, companies become part of the solution in addressing this problem. All U.S. employers must complete and retain a Form I-9 for each individual they hire for employment in the United States. This includes citizens and noncitizens. On the form, the employer must examine the employment eligibility and identity document(s) an employee presents to determine whether the document(s) reasonably appear to be genuine and relate to the individual and record the document information on the Form I-9. The list of acceptable documents can be found on the last page of the form. E-Verify is mandatory for employers with federal contracts or subcontracts that contain the Federal Acquisition Regulation E-Verify clause. 1.6.6.17 Physical Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.6.18 Key Control: The Contractor shall establish and implement methods of making sure all keys/key cards 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 Quality Control Plan. 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 Contracting Officer. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor's employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 1.6.6.19 Lock Combinations: The Contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The Contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. These procedures shall be included in the Contractor's Quality Control Plan. 1.6.7 Special Qualifications: 1.6.7.1 The contractor is responsible for the overall management and oversight of this contract. It is the contractor's responsibility to staff and deploy qualified contractor personnel to meet all of the PWS requirements. The Government anticipates the requirements within this PWS will require the following labor categories: Network Security Instructor/Writer, CISSP Instructor/ Writer, Project Management/ITIL Instructor/Writer, 255A Cyber Specialist (MS Server) Instructor/Writer, 255N (Cisco) Instructor/Writer, 25B48 Instructor/Writer (Voice over Internet Protocol (VoIP), Test Center Administrator, and System Administrator.. This information is provided to the vendor as a workload estimate only. Required certifications and/or training certificates shall be presented to the COR upon hire. Certification requirements that change during the life of the contract must be approved by the COR. 1.6.7.2 All personnel shall possess a National Agency Check with Local Agency and Credit Check (NACLC) for appropriate level security clearance. Must maintain the required security clearance throughout the life of the contract. 1.6.7.4 (Cisco) Instruction and Training Development: The contractor shall: a) Be certified in the Faculty Development Program (FDP-1), the Instructor Training Course (ITC) or equivalent, and Support Cadre Training Course. FDP-1 and ITC certification must be no older than 5 years at time of contract award. If/when the FDP-1 or ITC exceeds 5 years of age during the period of performance, the contractor shall bear the cost of attendance at the courses (ref: 6.10 for guidance and cost). b) Possess advanced presentation speaking skills. c) Be computer literate (have a working knowledge of Word, PowerPoint, Spreadsheets, etc.). d) Perform all duties and tasks in accordance with SIGCEN/TRADOC regulations such as USASC&FG REG 350-5 (Ft Gordon Academic Practices) http://www.gordon.army.mil/doim/Documents/Pams%20&%20Regs/ and TRADOC Regulation 350-70 http://www.tradoc.army.mil/tpubs/regndx.htm. e) Have successfully completed Instructor training courses for CCNA Routing and Switching Introduction to Networks (ITN), Routing and Switching Essentials, Scaling Networks and Connecting Networks plus Cisco Network Academy Orientation course within the last eighteen months. f) Have been accredited to instruct CCNA Routing and Switching through a Cisco Networking Academy Instructor Training Center (ITC). g) Possess a CCNA Certification or higher Cisco networking certification less than two years old. Have six months experience instructing Cisco Networking Academy CCNA Exploration and/or CCNA Routing and Switch course materials. 1.6.7.5 The contractor shall replace, within five (5) business days, any contract personnel found to be unqualified or otherwise determined unsuitable by the government. This five day timeframe also includes any contract instructors who submit their resignation under the current contract. The government will exercise the right, if deemed necessary, to select an appropriate method (pre test, hands on practical exercise, etc.) to determine if the contractor is qualified/suitable to perform the requirements stated within this PWS. 1.6.8 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 Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.9 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.10 Key Personnel: The follow personnel are considered key personnel by the government: Program Manager. The contractor shall provide a program manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 0800 and 1700, Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. Qualifications for all key personnel are listed below: 1.6.10.1 The Program Manager shall: a) Possess at least ten years management experience or equivalent on similar government contracts b) Possess and maintain a Project+ certification or equivalent. c) Possess and maintain a Secret security clearance 1.6.11. Supervision of Contractor Employees: The Government will not exercise any supervision or control over Contractor or subcontractor employees while performing work under the contract. Such employees shall be accountable solely to the Contractor, not the Government. The Contractor, in turn, shall be accountable to the Government for Contractor or subcontractor employees. 1.6.14 Contractor Travel There is no required travel for this contract 1.6.15 Other Direct Costs The contractor shall be required to provide industry standard certification vouchers as required by the Government. All purchases shall be approved, in writing by the COR prior to purchasing items. The contractor shall purchase the required vouchers and submit invoices for reimbursement, citing the appropriate CLIN.. 1.6.16 Data Rights The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract 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. 1.6.17 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the 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. 1.6.18 PHASE IN /PHASE OUT PERIOD Not required for this contract effort.   PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1. CONTRACT ADMINISTRATOR. The official Government representative delegated authority by the Contracting Officer to administer a contract. This individual is normally a member of the appropriate Contracting/Procurement career field and advises on all technical contractual matters. 2.1.2. 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. 2.1.3. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.4. 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. 2.1.5. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.6. DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.7. GOVERNMENT-FURNISHED PROPERTY (GFP) OR GOVERNMENT PROPERTY (GP). Property in the position of, or directly acquired by, the Government and subsequently made available to the Contractor. 2.1.8. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.9. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.10. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are acceptable in accordance with established standards and requirements of this contract. 2.1.11. QUALITY ASSURANCE SPECIALIST. An official Government representative concerned with matters pertaining to the contract administration process and quality assurance/quality control. Acts as technical advisor to the Contracting Officer in these areas. 2.1.12. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.13. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.14. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.15. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.16. WORK WEEK. Monday through Friday, except for Federal holidays unless specified otherwise. 2.2. ACRONYMS: ACOR Alternate Contracting Officer's Representative AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation CCE Contracting Center of Excellence CFR Code of Federal Regulations CMR Contract Manpower Reporting CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTR Contracting Officer's Technical Representative COTS Commercial-Off-the-Shelf DA Department of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DMDC Defense Manpower Data Center DOD Department of Defense FAR Federal Acquisition Regulation HIPAA Health Insurance Portability and Accountability Act of 1996 KO Contracting Officer OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TE Technical Exhibit   PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Government-Furnished Resources: All Government-furnished property will be provided in accordance with FAR 52.245-1, and FAR 52.245-9, and may include: office/work space, office supplies, telephone service, computer access, and storage space. Government property shall be used ONLY in performance of this contract and its deliverables. The contractor shall account for all property provided by the Government, and shall be responsible for the security and condition of said property. Serialized items shall be annotated at the time of issue, with a signature of acknowledgement by the individual contractors. All GFP is the property of the US Government and shall not be transferred to any individual, or agency, public or private without the express written approval of the Contracting Officer. 3.2 Facilities: The Government will provide the necessary workspace for the contractor staff to provide the support outlined in the PWS to include desk space, telephones, computers, and other items necessary to maintain an office environment located within Ft Gordon, GA. 3.3 Utilities: The Government will provide electricity, water, phone service, and network services (NIPRNET, SIPRNET, DSN), to building (number). The Contractor shall instruct 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. 3.4 Equipment: The Government will provide contractor personnel computer equipment, other data collection equipment/software, telephones, and monitors. The contractor shall have access to printers, plotters, copy machines, scanners and fax machines. The contractor shall be responsible for any loss or destruction of or damage to items of Government property that are removed from the installation premises by the contractor - with or without Government approval. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2 Secret Facility Clearance: The contractor shall possess and maintain a SECRET facility clearance from the Defense Security Service. The Contractor's employees, performing work in support of this contract shall have been granted a SECRET security clearance from the Defense Industrial Security Clearance Office. The DD 254 is provided as Attachment. 4.3 Training / Certification: The Contractor shall provide on day one proof of required training and/or certifications described in Part 1. 4.4 Contract Management: The contractor shall provide all management, administration, security, quality control, and all else required to ensure successful completion of all deliverables. 4.5 Personnel: The contractor shall furnish adequate supervision, including a PM and the labor necessary to perform all services in an orderly, timely, and efficient manner. The PM shall have the authority to act on behalf of the contractor. The contractor shall utilize qualified and experienced employees capable of achieving the goals established in the contract. All personnel will maintain current qualifications and clearances and obtain any and all training required to meet mission requirements. Contractor personnel are employees of the contractor and under its administrative control and supervision. The contractor through its personnel shall perform tasks herein. 4.6 Contractor shall select, supervise, and exercise control and direction over his employees under this contract. The Government will not exercise any supervision or control over the contractor employees in its performance of contractual services under this contract. The contractor shall ensure that no prohibited personal services are performed under this contract.   PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1. Basic Services. The contractor shall provide services for Program Management and LNOCSig BN instruction and course development. 5.1.1 All contract personnel shall: a) Work as part of a team which will include military, contractor, and/or civilian instructors b) Coordinate all efforts with operations and course/branch manager c) Utilize services of existing third party government or commercial organizations associated with LNOCto deliver or assist with delivery of training requirements as determined by the COR d) Work with other schools, institutions, or agencies - Government, DoD, USA, Industry, Academia, or Foreign Government - to identify and implement new information applicable to specific courses (or lessons), as determined by the COR 5.1.2 Conduct 255A Cyber Specialist (MS Server) Instruction and Training Development: The contract instructor/writer shall rotate between teams performing instruction and classroom preparation. The contract instructor/writer shall be required to follow lesson plans and training schedules developed to support the current Program of Instruction (POI). a) Conduct development/upgrading of lesson plans, instruct classes, and evaluate student performances using TRADOC-approved Instructional methodology to include 350-2 (Staff and Faculty Development Training), 350-5 (Ft Gordon Academic Practices), 350-22 (Test Control Policies and Procedures). Policies may be included in the Cyber Leader College Standard Operating Procedures (SOP). Instructor/writers shall collaborate with government personnel to establish acceptable instructor practices and student evaluation criteria. b) May work as part of a team which will include military and/or civilian instructors c) Assist students in the development of presentation skills to include developing lesson plans, preparing training materials, and practicing presentations d) Ensure classroom presentation equipment and classroom furniture is in operable condition e) Ensure established classroom security requirements and procedures are followed IAW the unit Standard Operating Procedures (SOP) f) Maintain student records and statistics g) Apply the current program of instruction (POI). The contract instructor shall be required to provide support with curriculum development when POI or lesson plans changes become necessary due to changing technology, requirements or critical tasks. h) Review and update classroom training materials such as student handouts, lesson plans, slides, and practical exercises, as required. The Branch Chief shall approve any recommended updates to training material prior to implementation. The Branch Chief will provide lessons/training plan formats. i) Conduct testing for subjects taught, to include grading of exams, evaluation of results, and recording of exam results and the conduct of after action reviews (AARs) with students. Exams may be performance-based and/or criterion-based. Exams are controlled, sensitive materials. Contract instructor/writers shall be required to develop updated exams associated with updated curriculum. j) Make recommendations to the Branch Chief concerning academic actions when warranted by student classroom performance k) Be required to stand, bend and stoop for long periods of time, while delivering and assisting students with training materials 5.1.3 Conduct 255N (Cisco) Instruction and Training Development: The contractor shall provide personnel to instruct courses within Leader Network Operations College to include the 255N/255A Warrant Officer Basic Courses (WOBC), 255N/255A Warrant Officer Advanced Courses (WOAC), FA53, FA24, BOLC and SCCC Courses. The contract instructor shall rotate between teams performing instruction and classroom preparation. The contract instructor shall be required to follow lesson plans and training schedules developed to support the current Program of Instruction (POI). a) Perform classroom instruction and maintain instructor certification (in accordance with Army and Leader Network Operation College (LNOC) courses instructor certification & evaluation criteria) to instruct various Leader Network Operation College courses and evaluate student performances using TRADOC-approved Instructional methodology to include 350-2 (Staff and Faculty Development Training), 350-5 (Ft Gordon Academic Practices), 350-22 (Test Control Policies and Procedures). Policies may be included in the Staff and Faculty Development Branch SOP. b) The contractor shall serve as assistant or primary instructors with a combined team of US Military, US government civilian, and defense contractor for related LNOC courses conducted in-residence at LNOC facilities or at other locations as designated by the COR. c) Collaborate with current government personnel to establish acceptable instructor practices and student evaluation criteria. d) Present approved instruction and apply the current program of instruction (POI) in each of the required courses as required. e) Stay current with required industry certifications and provide a copy of certifications to the COR. f) Maintain classroom presentation equipment and classroom furniture as prescribed in TRADOC Pamphlet 350-70-4, FG policies, and/or local SOP. All equipment issues will be reported to the COR or TPOC as soon as identified. g) Maintain established classroom security requirements and procedures as prescribed in TRADOC Pamphlet 350-70-4, FG policies, and/or local SOP. All issues will be reported to the COR or TPOC as soon as identified. h) Maintain a consistent and above average instructor evaluation (see QASP) i) Maintain and report student attendance, records and statistics to the COR IAW U.S. Army Signal Center and Fort Gordon Regulation 350-5 j) Install and/or operate classroom control software on classroom IT equipment k) Stand, bend and stoop for long periods of time, while delivering and assisting students with training materials l) Conduct training indoors and outdoors, as determined by the COR m) Provide students with evaluation sheets, administer and enforce test control standards, and conduct testing in subjects taught, to include grading of exams, evaluation of results, recording of exam result, and administer student critiques for courses. If the contract instructor is involved with a curriculum development effort, part of that effort shall be to develop new tests associated with the new curriculum. The tests shall be performance-based and/or criterion-based and are controlled and sensitive materials. n) Maintain and report student attendance, records, and statistics as prescribed in TRADOC Pamphlet 350-70-4, FG policies, and/or local SOP. Evaluate students and report academic concerns to the COR when warranted by classroom performance, e.g. academic test failure, excessive absences, and etc. o) Audit and edit all developed courseware for accuracy, completeness, flow, balance, and clarity of understanding, as determined by the COR. From the results of the students' critiques, review and modify all lessons, material, labs, and instruction to ensure it imparts the maximum amount of value in the minimum amount of time. p) Develop, research, provide and maintain new and existing IA courseware. All material shall be stored on government provided shared servers or government provided storage cabinets. The contractor shall provide supervision, planning timelines for development, revision, administration or instruction of various LNOC related courseware and material within the government specified timeframe. At a minimum the timeline(s) shall include: time to task schedules, milestones to completion, progress reports, limitations or constraints (CDRL #A001). q) Review the current POI and Lesson Plans (LP) as required (CDRL #A002) together with other pertinent documents, e.g. student handouts, slides, practical exercises, in order to revise, create, or update the documentation and curriculum to reflect current or emerging course needs. This is dependent on changes with technology and training requirements to meet mission requirements and/or critical tasks. Any update or addition to training material shall be recommended to the COR and approved by the COR prior to implementation. The COR will provide formats for lessons/training plans. r) Revise, update, or develop and implement new courseware and materials used in all LNOC related training, IAW TRADOC Regulation 350-70, as determined by the COR. This is dependent upon the changes in technology, a change in training requirements, and update of critical tasks. Examples of courseware and materials are briefings, handouts, study guides, evaluations and progress checks, exercises, instructor-training materials and lesson plans. The COR will provide formats for lessons/training plans. (CDRL A003) s) All training products (hard or digital) provided will be reviewed and approved by the COR, in coordination with the Leader Network Operations College Training Development (TD). The COR will review and provide corrections, if necessary. The contractor shall make all changes and return the documents to the COR for final review as determined by the COR. t) Ensure all course material and programs developed per this contract will become the property of the United States Army and shall not be released to third party organizations without written consent from government authority. u) Collect, maintain, and analyze student and customer feedback on LNOCcourses, instructors, material, and/or curriculum. Student feedback shall provide information on instructor capabilities, curriculum relevance, and course updates, which address at a minimum: components recommend for sustainment, removal and/or addition to improve capability and functionality. The contractor shall collect, maintain, analyze, and modify critique question and format, as determined by the COR. v) Conduct testing in subjects taught, to include grading of exams, evaluation of results, and recording of exam results and the conduct of after action reviews (AARs) with students. Tests may be performance-based and/or criterion-based and are controlled and sensitive materials. These tests are developed and available for the current curriculum. In some cases, instructor/writers shall be required to update classroom curriculum. If the contract instructor is involved with a curriculum development effort, part of that effort shall be to develop new tests associated with the new curriculum. 5.2 Any training provided by the Government to contractor personnel, with the exception of mandatory security training listed in this PWS is subject to reimbursement from the contractor for the full burdened cost of training. 5.2.1 Below is a reimbursement tuition rate chart per student that should be used when determining the government cost for government training of Federal but Non-DOD personnel and Non-Federal Personnel. The Non-Federal Personnel is the category contractors will be associated with. Course Name Federal But Non-DOD Non-Federal (Contractors) Payment Form Army Basic Instructor Course (ABIC) $1,998.00 $2,922.00 Check made payable to Department of the Treasury Small Group Instruction (SGI) $1,015.00 $1,478.00 Check made payable to Department of the Treasury Army Training and Education Development (ATED) $1,928.00 $2,848.00 Check made payable to Department of the Treasury Systems Approach to Training (SAT) $1,928.00 $2,848.00 Check made payable to Department of the Treasury Training Development Capability (TDC) (replaced ASAT) $1,927.00 $2,203.00 Check made payable to Department of the Treasury Support Cadre Training Course (SCTC) $309.00 $489.00 Check made payable to Department of the Treasury Faculty Development Program (FDP) Phase I $1,015.00 $1,478.00 Check made payable to Department of the Treasury 5.3. Program Manager: The Program Manager (PM) is the key point of contact for this effort. The PM shall supervise, coordinate work schedules, resolve minor concerns/issues and complete the administrative tasks associated with this PWS. The PM shall be familiar with all duties and qualifications stated in the PWS under all sections. The Program Manager shall: a) Provide analysis of project requirements and accurate cost estimates b) Provide project coordination and process improvements thru the QCP c) Provide and gather required information to assist with coordination support efforts d) Be proficient in conflict resolution e) Possess the skill sets to supervise contractor employees f) Be able to communicate orally and written with COR 5.3.1 The contractor shall replace, within five (5) business days, any contract personnel found to be unqualified or otherwise determined unsuitable by the government. This five day timeframe also includes any contract instructors who submit their resignation under the current contract. The government will exercise the right, if deemed necessary, to select an appropriate method (pretest, hands on practical exercise, etc.) to determine if the contractor is qualified/suitable to perform the requirements stated in the PWS. 5.4. Deliverables: ITEM DATA NUMBER DUE DATE Courseware Development Timeline(s) CDRL A001 As Required Lesson Plan/Training Material and Updates CDRL A002 As Required Monthly Progress Report CDRL A003 NLT 15th of every month; included with WAWF monthly invoice In-Progress Reviews CDRL A004 As Required Meeting/ Conference Reports CDRL A005 As Required 5.4.1 Courseware Development Timeline(s) (CDRL A001). The contract shall provide courseware timeline(s) as determined by the COR. The Courseware Development Timeline(s) shall include, at a minimum: a) Time to task schedules b) Milestones to completion c) Progress reports d) Limitations or constraints 5.4.2 Lesson Plan/Training Material and Updates (CDRL A002): The contractor shall update the curriculum, as determined by the Government: a) Soft copy of completed course materials to include: references used in accordance with formats defined by the Government. The following are examples (but not all inclusive) of required course materials: lesson plans, syllabi, lecture presentations, scenarios, instructor notes and slides, student guides, instructor guides, evaluations, progress checks, handouts, exercise materials, training guides, student critique forms, schedules, trend analysis, tailored training packets, and classification markings. The contractor shall provide soft copies of the material as required by the government. b) Hard copies of complete, current, and accurate course materials to include references used with 5.4.2 (a) above shall be maintained in a government provided storage area for review by the contractor and the government. All hard copy course material shall be marked with the appropriate classification. The contractor shall ensure that all updates for hard copy reference material are current before the commencement of a class. The contractor shall provide hard copies of the material as required by the government. 5.4.3 Monthly Progress Reports (CDRL A003): The contractor shall provide a monthly Contractor's Progress, Status, and Management Report attached to the monthly WAWF invoice containing the following: a) Brief description of the requirements b) Brief summary of accomplishments during the reporting period c) Significant events regarding the Contract d) Progress on deliverable products e) Current or anticipated problems f) Summary of activity planned for the next reporting period 5.4.4 In-Progress Reviews (CDRL A004:. The contractor shall participate in IPRs; the frequency and scope of which shall be determined at the Post Award Meeting chaired by the Contracting Officer's Representative (COR). 5.4.5 Meeting/ Conference Reports (CDRL A005: The contractor shall provide an individual EXSUM of all meetings and conferences directed by the COR NLT five (5) days after event. Reports shall be submitted by each individual participant. Reports shall include, but shall not be limited to: a) Date and place of event b) Purpose of event c) List of attendees d) List of key personnel contacted e) Facts and discussion of event f) Recommendations resulting from event 5.5. CONTRACTOR MANAGEMENT REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: a) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR). b) Contract number, including task and delivery order number c) Beginning and ending dates covered by reporting period d) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data e) Estimated direct labor hours (including sub-Contractors) f) Estimated direct labor dollars paid this reporting period (including sub-Contractors) g) Total payments (including sub-Contractors) h) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different) i) Estimated data collection cost j) 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) k) 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) l) Presence of deployment or contingency contract language m) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. 5.6 Contractor Verification System (CVS)/Trusted Agent Sponsorship System: Contractor User Guide see http://www.uscg.mil/hq/cg-85/CVS/Training/Contractor%20User%20Guide.htm Additional Program Information see http://www.uscg.mil/hq/cg-85/CVS/CVS.htm a) Contractor must obtain a Common Access Card (CAC) for those employees whose functions require access to systems or facilities controlled by the Common Access Card. b) Contractor Representative will notify government CVS Trusted Agent (TA) of new employee CAC requirements. Company representative must provide all personnel data required to process CVS application with the TA, including security investigation requirements. c) Contractor employee will obtain CAC at DEERS/RAPIDS terminal when the application is approved. d) Contractor employee will inform Corporate Facility Security Officer e) (FSO)/Security Manager of approval/denial of CAC application, and will return CAC to Corporate FSO upon departure or dismissal. Contractor is responsible for implementation and follow-up. f) Failure, inability, or delay in obtaining the CAC does not relieve the contractor from performing under the terms of the contract. 5.7 Invoicing/ WAWF: 5.7.1 Wide Area Workflow (WAWF) - Invoicing Receipt, Acceptance, and Property Transfer (iRAPT) shall be implemented in accordance with DFAR 252.232-7003 Electronic Submission of Payment Requests. Manual invoices will not be accepted. 5.7.2 Format. All invoices shall be submitted in WAWF as a 2-in-1 invoice with all applicable monthly documentation attached. Monthly documentation includes Monthly Progress Reports (MPR), In- Progress Reviews (IPR), Trip Reports, and other reports where applicable as stated in the PWS. Monthly documentation may not be submitted via email. Invoices submitted as anything other than a 2-in-1 and/or without attached monthly documentation will be rejected. 5.7.3 Payment for Travel. If the contractor is requesting payment for travel during the month of the submitted invoice, the Trip Report, per CDRL #A002, along with supporting documentation must accompany that invoice in order to receive payment for travel. Supporting documentation includes lodging, gas, airline, rental car, parking receipts, etc. If the electronic file containing supporting documentation is too large to be attached, please make arrangements with the COR to submit those documents via email.Routing. Invoices shall be routed to the COR as "inspector" as well as the "acceptor". When preparing an invoice, the "inspector" fields shall be completed with the DODAAC "W89GE" and the "acceptor" fields shall be completed with the DODAAC "W589GE". 5.7.4 Also, email notification of invoice submission shall be sent to the COR. This email shall be initiated through the WAWF system by clicking on the "send more email notifications" link. This link is found at the bottom of the "submitted successfully" page after the invoice is submitted into the system. Email notifications, other than those initiated through WAWF, will not meet proper routing requirements and will not be accepted. If email notifications are not properly sent to appropriate individuals through WAWF, the invoice will be rejected. 5.7.5 A contract employee with the authority to bind the company contractually shall certify all invoices. Invoices shall be submitted no later than (NLT) ten days after the end of each month (30-day period), depending on the contract award date. Failure to submit invoices in a timely manner is a direct violation of this contract agreement. The Government will have the right to exercise a penalty cost, due to the contractor being out of compliance of this contract agreement. 5.7.6 All invoices submitted at the end of the period of performance (each year) shall state "final invoice" and be clearly marked as base period. This annotation should be accomplished in Wide Area Workflow Invoice 2-in-1 section, under Tab Misc. Info, and in the area of Initiator Information Comments. 5.8 Insurance Requirements: Required Insurance under FAR 52.228-5 Insurance - Work on a Government Installation a) General Liability: $500,000 per occurrence limit on the comprehensive form of policy b) Workman's Compensation: IAW State Requirements. Employer's liability coverage in the minimum amount of $100,000. c) Automobile Liability: On the comprehensive form of policy, minimum of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage for all automobiles and trucks used in connection with the performance of the contract.   PART 6 APPLICABLE PUBLICATIONS 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS) 6.1. The Contractor (to include subcontractors) must abide by all applicable regulations, publications, manuals, and local policies and procedures. Applicable documentation may include, but not limited to the following: • FM 7.0, Training the Force; http://www.army.mil/usapa/doctrine/Active_FM.html • FM 4-93.9 Tactic, techniques, and procedures for Army Automation Support • AR 350-1, Army Training; http://www.apd.army.mil/series_range_pubs.asp?range=350 • AR 25-2, Information Assurance • AR 380-5, Department of the Army Information Security Program • AR 530-1, Operations Security • AR 380-53, dated April 1998 - Information Systems Security Monitoring • CJCSI 6510.01E, dated August 2007 - Information Assurance (IA) And Computer Network Defense (CND) • CJCSM 6510.01A, dated June 2009 - Information Assurance (IA) And Computer Network Defense (CND) - Volume I (Incident Handling Program) • DOD Directive 5105.21, Vol 1,2,3, dated Oct 2012 - Department of Defense Manual Sensitive Compartmented Information (SCI) Administrative Security Manual • DOD Manual 5220.22-M, National Industrial Security Program Operating Manual (NISPOM) • DOD 5200.01, Vol 1,2,3,4, DOD Information Security Program • DOD 5200.2-R, Personnel Security Program • DODD 8530-1, dated January 2001 - Computer Network Defense (CND) Directive • DODI 8530-2, dated March 2001 - Support To Computer Network Defense (CND) • DOD 8530.1-M, dated December 2003 - CND Service Provider Certification and Accreditation Process Program Manual. • DODI 8500.2, dated February 2003 - Information Assurance (IA) Implementation • DODD 8570.01-M, dated May 2008 - Information Assurance Workforce Improvement Program • TRADOC Pamphlet 350-70-12, dated 29 March 2004 - Distributed Learning - Managing Courseware Production and Implementation • TRADOC Pamphlet 525-7-8, dated 22 February 2010 - The United States Army's Cyberspace Operations Concept Capability Plan 2016-2028. • USASC&FG 350-2 (Staff and Faculty Development Training), • USASC&FG 350-5 (Ft Gordon Academic Practices) • USASC&FG 350-22 (Test Control Policies and Procedures). • IA Training Best Business Practices, dated30 Nov 2009 - https://atc.us.army.mil/iastar/regulations.php • Other applicable DOD, Joint, Army, TRADOC, and USASC&FG regulations, policies, SOPs, and guidance located at the DISA's IA one-stop-shop: http://iase.disa.mil/policy-guidance/index.html. • AR 735-5, Policies and Procedures for Property Accountability • AR 710-2, Supply Policy Below the National Level • DA PAM 710-2-1, Using Unit Supply System (Manual
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/44d548055c62b0775b403127269f9013)
 
Place of Performance
Address: W589GE COE, W0U5 USA SIGNAL SCHOOL, 506 CHAMBERLAIN AVE BLDG 29808, Fort Gordon, Georgia, 30905, United States
Zip Code: 30905
 
Record
SN04853829-W 20180316/180314231035-44d548055c62b0775b403127269f9013 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.