Sunteți pe pagina 1din 29

PERFORMANCE WORK STATEMENT (PWS)

Fuel Flow Meter Maintenance and Calibration


as of 01 August 2015

Part 1
General Information

1. GENERAL: This is a non-personal services contract to provide fuel flow


meter maintenance and calibration services to all types of fuel flow meters within
Afghanistan. The Government will 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
fuel meter calibration and maintenance services 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: The purpose of this document is to establish a contract


providing fuel flow meter calibration and maintenance services for all types of fuel
flow meters in use within the country of Afghanistan. Requested period of
performance is for one year with two nine-month options. All Forward Operation
Bases (FOBs) in Afghanistan that receive fuel must have their fuel flow meters
maintained and calibrated annually to guarantee accurate measurements of fuel
downloaded. Without calibration, meters can become inaccurate through
continued use, and downloaded quantities will not be accurately verified. There
have already been disputes over download quantities. Without properly
calibrated fuel flow meters, the Government cannot properly validate download
quantities.

1.3. Objectives: Contractors shall occupy a worksite at Bagram to conduct


maintenance and calibrate fuel flow meters. FOBs needing maintenance and
calibration of their fuel flow meters will ship the meters to BAF, to be received by
the Contractor for preventive maintenance and/or corrective maintenance and
calibration.

1.4. Scope: The Contractor shall perform calibration and maintenance on fuel
flow meters used at fixed fuel facilities, at semi-fixed fuel facilities, and on tactical
fuel systems within the country of Afghanistan based on a schedule outlined by
the US Army that will require calibration and maintenance on at least seven fuel
flow meters per week or at least 30 fuel flow meters per month.

1
1.4.1. The Contractor shall be required to calibrate meters on behalf of Defense
Logistics Agency-Energy (DLA-E). DLA-E shall supply the Contractor with a list
of all fuel flow meters that DLA-E will have the Contractor perform maintenance
and calibration. This will include Temperature Volume Compensating (TVC)
meters. The Contractor shall annotate which meters are eligible for DLA-E
funding on all reports.

1.4.2. The Contractor shall perform preventive and/or corrective maintenance


and calibrate fuel flow meters at Bagram Airfield. Meter assemblies will be
staged at the Contractors identified facilities for preventive and/or corrective
maintenance and calibration. The Contractors identified facilities will be
provided by the Government. Facilities provided include land, space and an
enclosed structure in which to perform the requirements outlined in this
Performance Work Statement.

1.4.3. Fuel flow meter calibration shall be in compliance with all applicable
American Petroleum Institute (API) standards, National Institute of Science and
Technology (NIST) standards, and manufacturers technical instructions.
Specific fuel flow meter technical manuals and standards shall be utilized for
calibration procedures and required accuracy levels. The Contractor shall be
responsible for acquiring and maintaining commercial technical manuals and
standards. The Government will be responsible for providing all military service
manuals and other related government references.

1.4.4. Fuel flow meter calibration is required during initial installation, after
corrective maintenance has been performed, after a flow meter is removed for
maintenance to a fuel facility system, whenever a flow meters accuracy is
reasonably suspect, or prior to a meter reaching 12 months without routine
calibration.

1.4.5. There are approximately 292 fuel flow meters throughout Afghanistan to
be covered by this contract. The number of fuel flow meters will decrease
depending on the timing of the decrease in number of fuel points. The
Contractor shall be required to maintain the capability to complete maintenance
and calibration on at least 7 fuel flow meters per week or at least 30 fuel flow
meters per month.

1.4.6. All calibration systems and equipment utilized to calibrate fuel flow meters
must meet API and NIST standards and must be calibrated in accordance with
these standards.

1.4.7. Maintenance of fuel flow meters shall be conducted as per the


manufacturer and Armys technical standards and manuals. All preventive
maintenance and general cleaning shall be conducted at the same time as
calibration servicing. Corrective maintenance shall be conducted when

2
requested by the Government or as required to calibrate the meter assembly
during calibration servicing.

1.4.8. The Contractor shall deactivate all TVC meters prior to calibrating fuel flow
meters. The Contractor shall ensure that the TVC mechanical apparatus inside
the gearbox is disengaged, so that it does not affect or manipulate fuel flow
meter calibration or accuracy.

1.4.9. The Contractor shall ensure that all fuel flow meters and TVC meters are
sealed to prevent tampering or manipulation of calibration. The TVC meters will
be sealed in the deactivation position unless the Contractor is directed by the
Contracting Officer Representative (COR) to leave engaged. The Contractor
shall document and notify the COR if any seals of received fuel flow meters are
broken or appear to be tampered with.

1.4.10. Any corrective maintenance above 60% of the economical value of the
fuel flow meter shall be deemed unfeasible to repair. Economical value shall be
based on the cost of the same or a similar replacement fuel flow meter at current
U.S. commercial market value. The Contractor shall provide a cost assessment
to the COR for a determination by the Government to repair or replace any fuel
flow meter meeting these criteria.

1.4.11. The Contractor shall be required to provide all personnel, equipment,


tools, materials, fuel, and supervision required to perform maintenance and
calibration of fuel flow meters. The Contractor shall be liable for all applicable
work permits, tools, parts, and workforce to accomplish the task. The Contractor
shall maintain a stock of parts needed to repair the meters at the Government
provided facility at Bagram Airfield in Afghanistan and may bill the Government to
recover the cost of repair parts.

1.4.12. The U.S. Government reserves the right to conduct a pre-award survey.

1.4.13. The Contractor shall be required to calibrate fixed fuel meters at various
fuel sites in theater. The Contractor shall use military transportation, lodging, and
billeting when traveling to fixed fuel meter sites. In the event military
transportation, lodging, and billeting are not available, the Contractor shall
contact the COR prior to making any logistical plans. Any in-country transit to
sites for servicing fixed meters will be Government supplied and not subject to
billing.

1.5. The Period of Performance will be for a one year base and two 9-month
option periods, and will begin within 30 days after contract award.

1.6. Additional Information

3
1.6.1. The Contractor shall establish a Quality Control Plan (QCP). The QCP
shall cover at a minimum how the Contractor intends to meet the requirements of
all performance objectives, monitor and proactively manage contract
requirements, and the means by which the Government is notified of
performance related incidents that are likely to affect quality or schedule. A copy
of the QCP is required to be delivered to the COR within 15 days of contract
award. After acceptance of the QCP, the Contractor shall receive the Contracting
Officers acceptance in writing of any proposed change to his quality control
system.

1.6.2. The Government will evaluate the Contractors performance under this
contract and in accordance with the Quality Assurance Surveillance Plan
(QASP). The QASP 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).

1.6.3. The Contractor shall be required to perform service on holidays.

1.6.4. The Contractor shall be responsible for conducting business between the
hours of 8:00 AM and 8:00 PM, Sunday through Saturday, except when the
Government facility is closed due to local or national emergencies, administrative
closings, or similar Government directed facility closings. The Contractor shall at
all times maintain an adequate workforce to ensure 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.
Failure to provide reliable personnel is at the Contractors risk.

1.6.4.1. On a daily basis, the Contractor shall manage and supervise the
activities of all contracted personnel, as well as subcontractors, used in
performance of this effort, to include task management, time card and leave
approval.

1.6.4.2. To minimize any decreases in productivity and to prevent possible


negative impacts on additional services, the Contractor shall have personnel
employed during the entire length of the contract period. The Government will
expect the Contractor to be able to perform continually at the required level at all
times, even when personnel are replaced or are on R&R.

1.6.5. The work to be performed under this contract will be performed at


Government provided facilities at Bagram Airfield within the country of
Afghanistan. Facilities provided include land, space and an enclosed structure in
which to perform calibration requirements outlined in this PWS.

4
1.6.5.1 The Contractor shall utilize Government provided life support where
available. Support includes postal services for US personnel, access to the
installations across the CJOA-A, for which the primary mode of transportation will
be by military air assets. The Government will also provide access to the
Contractor to billeting, DFAC, laundry, MWR, and Military Exchange facilities.
The Government will also provide government furnished meals at the DFAC,
transportation for the Contractor to carry out the performance of this contract,
and access to fuel is authorized.

1.6.6. The Contractor shall be responsible for safeguarding information of a


confidential or sensitive nature in accordance with Army standards. Failure to
safeguard any classified information which may involve the Contractor or the
Contractors personnel may subject the Contractor and/or the Contractors
personnel to criminal liability under Title 18, section 793 and 7908 of the United
States Code. Provisions of the Privacy Act apply to all records and reports
maintained by the Contractor. All programs and materials developed at
Government expense during the course of this contract are the property of the
Government. Contracted personnel are not required to obtain SECRET
clearances; however, they will adhere to the installation security requirements
that apply to all tenants of the areas in which they will inhabit.

1.6.6.1. The Contractor shall not release to anyone outside the Contractors
organization any unclassified information, regardless of medium (e.g., film, tape,
document, etc.), pertaining to any part of this contract or any program related to
this contract, unless: (1) the Contracting Officer has given prior written approval,
or (2) the information is otherwise in the public domain before the date of release.
Request for approval shall identify the specific information to be released, the
medium to be used, and the purpose for the release. The Contractor shall
submit its request to the Contracting Officer at least 45 days prior to the
proposed date for the release. The Contractor agrees to include a similar
requirement in each subcontract under this contract. Subcontractors shall submit
to the Contracting Officer, through the prime contractor, requests for
authorization to release information.

1.6.6.2. 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 or Contractor personnel
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.

5
1.6.6.3. All records, work products, presentations, papers, and/or memoranda, in
whatever form and/or medium, produced or used in the performance of this
contract are the property of, and subject to the exclusive control of the
Government. All contracted employees will include a signature block that clearly
identifies themselves as a contracted employee on all emails that originate or are
transmitted on government servers. All briefs and work products prepared by a
contracted employee will include a title slide which clearly and unambiguously
identifies the brief as having been prepared or delivered by a contracted
employee. If the personal appearance of a contracted employee is required, the
contracted employee will clearly and unambiguously identify themselves as a
contracted employee supporting 1 TSC. The Contractor will not disclose
information from these records to third parties. However, this obligation will not
prevent the disclosure of information to officials and employees of the other
departments and agencies of the United States Government acting in the
performance of their official duties. Upon completion of the contract, the
Contractor shall turn over all records in its custody and will not retain copies of
any records in either written or electronic format. If a subpoena or court order is
received for the production of any records related to the performance of this
contract, the subpoena or court order will refer the COR to the cognizant Staff
Judge Advocate.

1.6.6.4. 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 he/she
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 Contractors mitigation plan will be determined to
be acceptable solely at the discretion of the Contracting Officer. In the event the
Contracting Officer unilaterally determines that any such OCI cannot be
satisfactorily avoided or mitigated, the Contracting Officer may effect other
remedies as he or she deems necessary, to include prohibiting the Contractor
from participation in subsequent contracted requirements which may be affected
by the OCI.

1.6.7. In accordance with DoD guidance, all U.S. contractor personnel deploying
in support of forward-deployed troops are required to process through a CONUS
Replacement Center (CRC) located at various military installations in the U.S.
The Government Contracting Officer will provide a Letter of Authorization (LOA)
to Contractor personnel validating, at a minimum, their contractual employment,
GS equivalency (GS12) and authority to process for deployment at the CRC.
The Contractor shall coordinate directly with the CRC to schedule attendance for
Contractor personnel. Contractors shall ensure all deploying Contractor

6
personnel, prior to entering Afghanistan, have been issued Individual Body Armor
(IBA), protective helmet, gas mask, and any other personal protective equipment
(PPE) required by the CRC at the time of deployment.

Note: Coalition Contractor personnel, if utilized, are not required to process


through a CRC, but are required to process into theater through the processing
center in Kuwait. They shall be issued body armor and protective helmets at that
location prior to entering Afghanistan. The Contractor shall not be authorized
use of any weapons.

1.6.8. The Contractor shall be responsible for the mobilization of all its
personnel. Mobilization includes travel to the CRC from an individuals home of
record prior to deployment and travel from the CRC to the Contractors in-country
program office at a location to be designated by the military. Mobilization
includes all efforts to recruit and vet personnel. The Contractor shall be
responsible for ensuring their personnel have all necessary equipment to perform
required duties including but not limited to computer and cell phones.
Mobilization expenses shall include all mobilization travel expenses for
individuals; charges for hotels, transportation, baggage, meals, per diem, etc.
The Contractor shall provide a final mobilization plan to the Administrative
Contracting Officer or COR within 14 days after official notification of contract
award.

1.6.8.1. Within 30 days of award, the Contractor shall have 100% of their
required equipment, supplies, and workforce available and have that workforce
present to begin operations at each site. The Contractor shall immediately
interface with the COR.

1.6.9 The Government reserves the right not to exercise any option period
beyond the base period of the contract. In the event that an option period is not
exercised for continued performance by the contractor, a 30 calendar day period
shall be allowed for phase-out actions. The incumbent contractor shall permit
any successor contract to observe and become familiar with operations under the
contract as appropriate. The incumbent contractor shall not defer needed work
for the purpose of transferring responsibility to the successor contractor. The
incumbent contractor shall fully cooperate with the successor and the
Government so as not to interfere with the execution of task requirements under
this contract. During the final 30 days of the last exercised option period, a
similar phase-out action shall occur.

1.6.10. The Defense Base Act (DBA) workers compensation insurance is


required for all U.S. citizens, Other Country Nationals (OCNs) and Local
Nationals (LNs) and all subcontractors hired on overseas government contracts.

1.6.11. Contracted personnel shall identify themselves as contractors while


performing their tasks in the Government workplace. The Contractors personnel

7
shall display their identification badge in a prominent location that is easily visible
and shows the company name and the name of the employee. Contractors shall
ensure that presence does not construe the appearance as a Government
employee.

1.6.11.1. All contract personnel attending meetings, answering Government


telephones, and working in other situations where their contractor status is not
obvious to third parties are required to identify themselves as such to avoid
creating an impression in the minds of members of the public that they are
Government officials. They must also ensure that all documents or reports
produced by contractors are suitably marked as contractor products or that
contractor participation is appropriately disclosed. Contractor personnel must
wear appropriate identification badges in the performance of this service.

1.6.11.2. The Contractor shall provide adequate documentation for each


employee so that appropriate installation access badges can be issued. All
Contractor personnel shall pass applicable security requirements before
performing work on this contract. The required documents are necessary, as
applicable:

National ID for Afghanistan citizens


Passport (for EXPATS/Third Country Nationals)
Name (to include any nicknames)
Fathers Name
Mothers Maiden Name
Address (Residence)
Phone Number

1.6.11.3. The Contractors Program Manager shall be responsible for ensuring


that all identified badges issued to contracted personnel are returned
immediately following the completion of the contract, relocation or termination of
an employee, and/or upon request of the Contracting Officer or the COR.

1.6.12. 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.

1.6.12.1. The Contractor shall establish and implement key control methods to
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. 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 Contracting Officer.

8
NOTE: All references to keys include key cards.

1.6.12.2. 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, will 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 will 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 will be replaced by the Government and the total cost deducted
from the monthly payment due the Contractor.

1.6.12.3. The Contractor shall prohibit the use of Government issued keys/key
cards by any persons other than the Contractors 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.

1.6.12.4. 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 Contractors QCP.

1.6.13. The Contractor shall brief its personnel regarding the potential danger,
stress, physical hardships and field living conditions. The Contractor shall
require all its personnel to acknowledge in writing that they understand the
danger, stress, physical hardships and field living conditions that are possible if
the employee deploys in support of military operations. The Contractor shall
ensure that all deployable Contractor personnel are medically and physically fit to
endure the rigors of deployment in support of a military operation. The
Contractor shall designate and provide contact information for a point of contact
and back up for all its plans and operations; and, if necessary, establish an
operations center to plan and control the Contractor deployment process and
resolve operational issues with the deployed force. As required by the
operational situation, the Government may at its discretion, relocate Contractor
personnel (who are citizens of the United States, aliens in residence in the United
States or third country nationals, not residents of the host nation) to a safe area
or evacuate them from the theater of operations.

1.6.13.1. The Contractor shall adhere to all THREATCON reporting procedures.


The Contractor shall have accessible, at all times, the appropriate protective gear
for the THREATCON level.

9
1.6.14. The Contractor shall make a good faith effort to maintain a drug-free
workplace. Additionally, the Contractor shall establish a program that provides
for testing for the use of illegal drugs by Contrator personnel in sensitive
positions. The extent of and criteria for such testing shall be determined by the
Contractor based on considerations that include the nature of the work being
performed under the contract, the employee's duties, the efficient use of
Contractor resources, and the risks to health, safety, or national security that
could result from the failure of a Contractor employee to adequately discharge
his or her position. The Contractor shall also publish a statement notifying its
personnel that the unlawful manufacture, distribution, dispensing, possession, or
use of a controlled substance is prohibited in the Contractors workplace. The
Contractor shall determine the specific appropriate personnel actions, up to and
including termination, that shall be taken against employees for violations of such
prohibition.

1.6.15. The Contractor shall ensure proper cleaning of facilities, all interior and
exterior storage areas, parking lots, buildings and fence lines. These areas shall
be clean, free of trash, debris, and other obstacles that create a safety, fire or
health hazard.

1.6.16. The Contractor shall be responsible for ensuring all employees possess
and maintain current industry professional certifications during the execution of
this contract. Technicians shall possess certifications from the American Society
for Quality (Calibration Technician Certification (CCT)) or an equal certification
from an accredited source. The company shall have the ISO/IEC (International
Organization for Standardisation/International Electrotechnical Commission)
17025:2005 current certificate or the ANSI/NCSL Z540-1-1994,Calibration
Laboratories and Measuring and Test EquipmentGeneral
Requirements current certificate in the field of calibration from an accreditation
organization (e.g. American Association for Laboratory Accreditation). The
Scope of Accreditation should include fuel metering equipment.

1.6.17. 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, COR, and
other Government personnel, as appropriate, may meet periodically with the
Contractor to review the Contractor's performance. At these meetings the COR
will apprise the Contractor of how the Government views the Contractor's
performance and the Contractor shall apprise the Government of problems, if
any, being experienced. Appropriate action will be taken to resolve outstanding
issues. These meetings shall be at no additional cost to the Government.

1.6.18. 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

10
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.

1.6.18.1. All deliverables under this PWS are subject to review and acceptance
by 1 TSC. Final inspection and acceptance of all work performed, reports, and
other deliverables shall be performed at the place of delivery. The Contractor
shall ensure all deliverables are made available to the COR.

1.6.19. The follow personnel are considered key personnel by the Government:
Contract Manager and Site Supervisor. Only one contract manager and one site
supervisor is required to support BAF. The Contractor shall provide a contract
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 8:00 AM and 8:00 PM, Sunday
through Saturday, except for when the Government facility is closed due to local
national emergencies, administrative closings, or similar Government directed
facility closings.

1.6.20. The Contractor shall be required to travel OCONUS during the


performance of this contract. The Contractor shall be required to travel to
Bagram Airfield within the country of Afghanistan and operate out of this location
in support of this PWS.

1.6.21. The Contractor shall be responsible to notify the Government through the
Contracting Officer of any requirements to perform their duty that is outside this
approved PWS. The cost of performing these requirements shall be submitted to
the Contracting Officer in written form by the Contractor. The Contractor shall
obtain written authorization from the Contracting Officer before initiating the
fulfillment of the additional requirement.

1.6.22. The Contractor shall establish and comply with its approved Safety and
Health Plan. The Safety and Health plan shall be submitted to the Government
for approval within 30 days of contract award. The Contractor shall be
responsible for the safety of employees during all Contractor operations

11
conducted in accordance with this PWS and the Occupational Safety and Health
Administration (OSHA) safety regulations and guidance as it applies to the
Theater of Operations.

12
Part 2
Definitions & Acronyms

2. DEFINITIONS AND ACRONYMS:

2.1. DEFINITIONS:

2.1.1. CONTRACTOR. A supplier or vendor awarded a contract to provide


specific supplies or service to the government. The term used in this contract
refers to the prime.

2.1.2. 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.

2.1.3. 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.

2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard
of performance associated with the Performance Work Statement.

2.1.5. DELIVERABLE. Anything that can be physically delivered, but may


include non-manufactured things such as meeting minutes or reports.

2.1.6. 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.

2.1.7. PHYSICAL SECURITY. Actions that prevent the loss or damage of


Government property.

2.1.8. QUALITY ASSURANCE. The Government procedures to verify that


services being performed by the Contractor are performed according to
acceptable standards.

13
2.1.9. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized
written document specifying the surveillance methodology to be used for
surveillance of contractor performance.

2.1.10. QUALITY CONTROL. All necessary measures taken by the Contractor


to assure that the quality of an end product or service shall meet contract
requirements.

2.1.11. SUBCONTRACTOR. One that enters into a contract with a prime


Contractor. The Government does not have privity of contract with the
subcontractor.

2.1.12. WORK DAY. The number of hours per day the Contractor provides
services in accordance with the contract.

2.1.12. WORK WEEK. Sunday through Saturday, unless specified otherwise.

14
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
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 AK and HI)
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

15
Part 3
Government Furnished Property, Equipment, and Services

3. GOVERNMENT FURNISHED ITEMS AND SERVICES:

3.1. Services: The Government will provide support through the Regional
Support Group for adequate lodging and meals at Bagram Airfield where
services are performed. Contractor and Contractor personnel shall live in
accordance with FM 3-100.21, Contractors on the Battlefield (COB) policies and
procedures.

3.2. Facilities: The Government will provide access to the following at


Government expense: billeting, laundry, DFAC, AAFES and MWR facilities, Sick
Call and Emergent Care. The Government will provide a facility for the
Contractor to occupy to conduct maintenance and calibration of fuel flow meters.

3.3. Utilities: The Government will furnish water. 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 Contractor and Contractor personnel shall sign for and
maintain their TA-50 items upon processing through the CRC. Contractor and
Contractor personnel shall retain accountability of these items at all times.

Part 4
Contractor Furnished Items and Responsibilities

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
Part 3 of this PWS.

4.2. Work Schedule: All positions are required to work normal theater working
hours (see section 1.6.4.) The Contractor will operate extended hours as
required. The Contractor must notify the COR at least 24 hours in advance of
working the extended hours.

4.3. Materials: The Contractor shall provide all materials and supplies
necessary for the performance of services.

4.4. Equipment: The Contractor shall provide all equipment necessary for the
performance of services.

16
4.5. Personnel: The Contractors Program Manager shall not make personnel
changes without notifying the COR and providing a copy of the resumes of
replacement personnel. The Government will review the resumes in an
expeditious manner, ensuring the hiring process for replacement personnel
supports the needs of the customer and does not impact the schedule. If the
COR determines that an employee falsified their resume or does not meet the
minimum qualifications in this PWS, the Contractor Program Manager will ensure
security and access badges are returned to the COR immediately upon the
employees termination.

4.6. Confidentiality: Unless otherwise specified, all financial, statistical,


personnel and/or technical data which is furnished, produced or otherwise
available to the Contractor during the performance of this contract is considered
confidential business information and is not useable for purposes other than
performance of work under this contract, nor is releasable by the Contractor
without prior written consent of the Commander of 1 TSC or his/her designee(s).

4.7. The Contractor shall provide the capability to perform the variety of tasks
defined in this PWS. The Contractor shall be required to provide flexible,
responsive, and measurable support to the 1 TSC mission. It shall be the
Contractors responsibility to provide and maintain a trained workforce capable of
providing the services specified in this PWS. All related training, continuing
education, certification courses and other similar events are the financial
responsibility of the Contractor. The Contractor shall manage and maintain
schedule requirements of work priorities, short notice suspenses, original
constraints, and other potential impacts to scheduled requirements.

4.8. Absences/Replacement Personnel: The Contractor shall support temporary


absences (R&R) with on hand personnel, as applicable. The Government
expects the Contractor to be able to perform continually at the required level at
all times, even when personnel are replaced or are on R&R.

4.9. Employee Conduct: The Contractor shall be responsible for the conduct of
its employees. The Government will be responsible for employee safety and
security. If the COR requests removal, or removal and replacement, of any
employee for safety or security reasons, the Contractor shall remove that
employee from the contract, and if requested, replace him/her at no expense to
the Government.

4.10. Employee Qualifications: Prior to assigning personnel to work under the


contract, the Contractor shall submit a certification that each person meets the
mandatory industry qualification standards as listed in this PWS and passes a
Contractor funded background check. The Contractor shall screen and monitor
each employee and potential employee to identify those who may pose a
potential threat to the health, safety, security, general well-being, or operational

17
mission of the installation and its population. The Contactor shall notify the
Contracting Officer of any reason or condition that identifies an employee or
potential employee as a potential threat to the health, safety, security, general
well-being, or operational mission of the installation and its population. The
Contractor shall not employ individuals identified by the Contractor or the
Contracting Officer as a potential threat to the health, safety, security, general
well-being, or operational mission of the installation and its population in the
performance of this PWS. This requirement shall also apply to all approved
subcontractor employees.

4.11. The Contractor shall submit, in writing, the names of key personnel to the
Contracting Officer and COR prior to their performing work under the contract.

4.12. Ethics Training: Prior to commencing contract performance, the


Contractor shall require contracted employees who will have access to non-
public Government information, and other contractors proprietary information, to
complete ethics training. Ethics training will cover FAR 3.104 (Procurement
Integrity), FAR Subpart 9.5 (Organizational Conflicts of Interests), instruct
Contractor employees on identifying proprietary information and the
nondisclosure statement requirements of FAR 9.505-4 (b) and proper use of
Government resources and non-disclosure of Government information. Prior to
commencing contract performance, the Contractor will furnish the Contracting
Officer with evidence that the contracted employees having access to non-public
Government proprietary information have received training. This evidence will
include a signed statement by each contracted employee whereby the employee
agrees that he or she will not discuss, divulge or disclose any such information or
data to any person or entity except those persons within the Contractors
organization directly concerned with the performance of the contract.

18
Part 5
Specific Tasks

5. Specific Tasks:

5.1. For fuel flow meters with unknown calibration dates, the Government will
prioritize and schedule calibrations. Once all fuel flow meters have been
calibrated and/or have known calibration dates, the Contractor shall schedule
recurring calibrations in order to keep all fuel flow meters current. The Contractor
shall notify the COR as to the schedule of calibration by providing a listing of
calibration dates.

5.1.1. When an unscheduled calibration is required by the Government (due to


initial installation, meter maintenance, removal for maintenance, or when the
meters accuracy is questionable), the calibration and maintenance service must
be performed by the Contractor within 10 days of receipt of the fuel flow meters
at the BAF facility.

5.1.2. For fuel flow meter calibrations, the Contractor shall calibrate and conduct
preventative maintenance on the fuel flow meters at the BAF facility and have the
fuel flow meters returned within 10 days from the time the fuel flow meters are
received. The Contractor shall contact the COR to schedule return of the fuel
flow meters.

5.1.2.1. All fuel flow meters that are deemed unrepeatable shall be turned into
the COR for appropriate disposal.

5.1.3. After calibration, the Contractor shall attach a weather-proof sticker or tag
on the fuel flow meter where it can be easily read and not interfere with
operation. The preferred location for the sticker/tag is on the register assembly.
All information must be in English.

5.1.3.1. The sticker/tag shall have the following data:

Date of Calibration
Next Calibration Due
Company Name and Contact Information

5.1.3.2. The Contractor shall also provide a Certificate of Calibration with each
fuel flow meter that will accompany the fuel flow meter upon return.

5.1.3.3. The Contractor shall provide a six-month warranty on all corrective


maintenance performed on fuel flow meters. Warranty shall include parts,
workmanship, and labor required to repair fuel flow meters.

19
5.1.4. The Contractor shall calibrate and conduct preventive maintenance on
fixed fuel meters as scheduled. The Contractor shall use military means of travel
to where the fixed fuel meters are located. The Contractor shall use military
means to transport necessary equipment to where the fixed fuel meters are
located. The COR will assist the Contractor in procuring military travel.

5.1.5. The Contractor shall abide by the following parts procurement process.

5.1.5.1. The Contractor shall not add any costs, additional fees, mark ups,
company derived inflation costs, or any other factor that changes the items
actual retail cost. For price comparison purposes, and if there is a dispute
between the Government and the Contractor, the Contracting Officer will
determine if a source is appropriate. The requirement for premium freight costs
for mission essential equipment must be validated in advance by the COR.

5.1.5.2. The Contractor shall seek fair and reasonable prices using the following
method(s) to attain the lowest possible cost per supply item:

Competition
Market research
Comparison of proposed price with prices found reasonable on previous
purchases
Current price lists, catalogs or advertisements
Comparison with similar items in a related industry
Cost comparison with vendors pricing from the local installation area
Another reasonable basis that can be quantified

5.1.5.3. The Contractor shall use appropriate industry sources for obtaining
information to compare prices on unpublished non-priced items. For the
purposes of this PWS, industry sources are considered appropriate when the
items meet all of the following conditions:

Are exact or similar (i.e. must have the same performance charateristics to
the items and services being purchased)
Are the actual market retail price on the day of inquiry
Are the predominate reason for which the business operates

5.1.5.4. The Contractor shall consider freight and/or delivery fees when
evaluating prices. When requesting quotes, the Contractor shall select suppliers
who provide quality products at fair and reasonable prices and consistently
deliver items on time.

5.1.5.5. The Contractor shall strive to deliver Parts Requests Orders to the COR
within 10 days from date of origination.

20
5.1.5.6. The Contractor shall submit three estimates to the COR prior to
purchasing parts. The COR will validate that the parts being purchased are as a
fair and reasonable price with no additional markups.

5.1.5.7. All fuel flow meters requiring high value parts (at least $1000.00) shall
be identified and vetter by the COR prior to purchase of the parts to ensure the
cost does not exceed the 60% economical value of the fuel flow meter.

5.1.6. The Contractor shall provide a weekly activity report and a monthly status
report to the COR and Contracting Officer showing the calibration and
maintenance information of each fuel flow meter by serial number and
manufacturer. The Contractor shall identify DLA-E meters on each report.

5.1.7. Following contract award, the Contractor shall have 30 days, unless
otherwise indicated, to submit a Contract Compliance Plan (CCP) to the
Contracting Officer and COR for review and acceptance. The CCP shall include,
at a minimum, the following information:

Plan for compliance with all contract performance requirements


Government furnished facility location(s) at BAF
Proving system(s) to be utilized for flow meter calibration at BAF
Example of monthly status report
Example of calibration certification

5.2. Performance Requirements Definitions

5.2.1. Performance requirements are described and established as performance


objectives, measures, and standards as listed below.

5.2.2. Performance Objective to establish accountability for the maintenance


and calibration and proper inventory procedures for fuel flow meters throughout
the CJOA-A.

5.2.3. Performance Measures the Government will measure:

Daily and monthly throughput for maintenance and calibration


Compliance with industry standards
Accuracy and timeliness of maintenance, calibration and reporting

5.2.4. Not every performance objective in this contract has a related


performance measure or standard. However, every performance objective is a
contractual requirement. For those performance objectives that do not specify a
measure of standard, the measures and standards are in accordance with
standard commercial practices.

21
5.2.5. The Contractor shall report performance measures to the COR on a daily
basis by email in the format prescribed by the COR.

5.2.6. There is a 30-day initial period where the Contractor shall report on
performance measures, but standards are waived. This period is to allow the
Contractor to reach a steady state of operations, enabling the Contractor time to
meet performance standards. The COR will review the Contractors performance
measures and provide feedback to allow the Contractor the opportunity to correct
any unsatisfactory practices.

5.2.7. Place of Performance

5.2.7.1. Place of performance is at the Government provided facility on Bagram


Airfield in Afghanistan. The Contractor shall be required to travel in support of
this requirement to OCONUS location.

5.2.7.2. The AOR is defined as Afghanistan.

5.2.7.3. The Contractor shall travel in accordance with the Joint Travel
Regulation and Government per diem rates (Reference:
http://www.dtic.mil/perdiem). Contracted personnel are responsible for their
travel and lodging accommodations. The Contractor shall be responsible for
ensuring all contracted personnel posses required documents for their access to
Government facilities or for entry to and working in foreign countries (e.g. birth
certificate, passport, visa, and/or any other required documents).

5.3. Contractor Management Reporting

5.3.1. 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:


(1) Contracting Office, Contracting Officer, Contracting Officers Technical
Representative (COTR) (also know as the Contracting Officers Representative
(COR))
(2) Contract number, including task and delivery order number
(3) Beginning and ending dates covered by reporting period
(4) Contractor's name, address, phone number, e-mail address, identity of
Contractor employee entering data
(5) Estimated direct labor hours (including subcontractors)
(6) Estimated direct labor dollars paid this reporting period (including
subcontractors)

22
(7) Total payments (including subcontractors)
(8) Predominant Federal Service Code (FSC) reflecting services provided by
Contractor (and separate predominant FSC for each subcontractor 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
(13) Number of Contractor and subcontractor employees deployed in theater this
reporting period (by country).

5.3.2. 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 Contractors 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.

5.4. Synchronized Pre-deployment Operational Tracker (SPOT)

5.4.1. The Synchronized Pre-deployment and Operational Tracker (SPOT) has


been designated as the Joint Enterprise contractor management and
accountability system to provide a central source of contingency contractor
information in accordance with DoD Instruction 3020.41, Contractor Personnel
Authorized to Accompany the U.S. Armed Forces, dated 3 Oct 05.

5.4.2 The Contractor shall be required to maintain a by name accountability


within SPOT while Government representatives utilize SPOT for oversight of the
deployed contractors.

5.4.3. The following link is used for Contractor to register its employees in
SPOT:
https://spot.altess.army.mil

5.4.3.1. SPOT will issue a system generated Letter of Authorization (LOA) that
will be signed electronically by the Contracting Officer

5.4.4. For additional information regarding SPOT, the link is:


http://www.defenselink.mil/bta/products/spot.html

23
24
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 to include but not limited to:

C-LB45-A Fuel Meter Manual Version 1.4


Army Regulation 710-2
Army Field Manual 1-67-1
MIL-STD-3004
US Army Technical Bulletin 43-180, Calibration and Repair Requirements
for the Maintenance of Army Material DTD Jan 2005

6.2. Specific flow meter technical manuals and standards shall be utilized for
calibration procedures and required accuracy levels. The Contractor shall be
responsible for acquiring and maintaining commercial technical manuals and
standards.

25
Part 7
Attachment/Technical Exhibit Listing

7. Attachment/Technical Exhibit List:

7.1. Attachment 1/Technical Exhibit 1 Performance Requirements Summary

7.2. Attachment 2/Technical Exhibit 2 Deliverables Schedule

26
TECHNICAL EXHIBIT 1

Performance Requirements Summary


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. These thresholds are critical to mission success.

Performance Performance Frequency Method of Compliance


Requirement Standard of Surveillanc
Measurem e
ent

Reference Calibrate and 14 meters Customer 100%


Paragraph 1.4 Repair Meters per week feedback, compliance
inspections
and
contractor
reporting
Reference Replace Meters When Customer 98%
Paragraph 1.4.8 maintenan feedback, compliance
ce is above inspections
60% of the and
value of contractor
the flow reporting
meter
Reference Conduct Within 10 Customer 98%
Paragraph 5.1.1 unscheduled days of the feedback, compliance
calibrations request inspections
and
contractor
reporting
Reference Identify Upon each Customer 95%
Paragraph 5.1.3-6 calibrated completion feedback, compliance
meters. Identify of inspections
DLA-E meters. calibration and
and contractor
service reporting

27
TECHNICAL EXHIBIT 2
DELIVERABLES SCHEDULE
Deliverable Frequency # of Copies Medium/Format Submit To
Weekly Activity Weekly by 1 electronic MS Word or COR,
Report (WAR) 1700hrs local copy to each Excel Contracting
showing all time on designated Spreadsheet Officer and 1
current, Monday recipient, by TSC Fuels
pending and following the 1700hrs time Officer
complete reporting period on Monday
calibration and every week, following the
maintenance within 30 days reporting
per flow meter of contract period, every
by serial award. week, within 60
number and days of contract
manufacturer.( award.
Para 5.1.8)
Monthly status Monthly by the 1 electronic MS Word or COR,
report showing 5th day of every copy to each Excel Contracting
all calibration month, within designated Spreadsheet Officer and 1
and 60 days of recipient, by the TSC Fuels
maintenance contract award. 5th of every Officer.
per flow meter month, within
by serial 30 days of
number and contract award.
manufacturer
for the reporting
month. And
meters with
known
calibration
dates to reach
expiration
within 60 days
of report. (Para
5.1.8)
Quality Control One Time 1 electronic MS Word COR,
Plan within 30 Requirement. copy to each Contracting
days of contract Reviewed designated Officer .
award. (Para annually prior recipient within
1.6.1) to contract 30 days of
renewal. contract award.

28
Deliverable Frequency # of Copies Medium/Format Submit To
Contract One Time 1 electronic MS Word COR,
Compliance Requirement. copy to each Contracting
Plan within 30 Reviewed designated Officer .
days of contract annually prior recipient within
award. to contract 30 days of
renewal. contract award.
Safety and One Time 1 electronic MS Word COR,
Health Plan Requirement. copy to each Contracting
within 30 days Reviewed designated Officer .
of contract annually prior recipient within
award. (Para to contract 30 days of
1.6.18) renewal. contract award.
Contractor Yearly before 1 electronic Per clause U. S.
Manpower 31 October copy to website 52.237-4511 of Government
Reporting listed in clause Attachment
0003

Monthly Monthly - 1 electronic Per clause Contracting


Contractor Current as of copy to 952.225-0005 Officer
Census the 25th of Contracting of Attachment
Reporting each month. Officer 0003
Must be
submitted by
the first day of
the following
month

Notification of With proposal 1 electronic Per clause Contracting


Subcontracting copy to 952.225-0014 Officer
Requirements Contracting of Attachment
Officer 0003

Subcontracting Before approval 1 electronic Per clause Contracting


Requirements of copy to 952.225-0015 Officer
subcontractor Contracting of Attachment
agreement Officer 0003

29

S-ar putea să vă placă și