Directorate of Human Resources Service Culture Initiative Forging New Leader Program (SCI-FNL) Part 1 General Information 1. GENERAL: This is a non-personal services contract to provide the Directorate of Human Resources (DHR) and the United States Army Garrison (USAG) workforce with quality leadership development training courses. Contractor will provide ten (10) one day 8 hour blocks of instruction every 3rd Thursday, beginning on 15 February 2018 and ending on 18 October 2018. The month of February 2018 is the only month where two classes will take place—15 Feb 2018 and 22 Feb 2018. The contractor needs to provide instruction Organization, Time and Task management, Personal Productivity, How to De-junk and Destress, Assertive Communication and five leadership classes, focusing on decision making, coaching creative thinking, empowerment and leading in difficult situations. The instructors are not require to possess a clearance of any kind, but must possess a valid form of ID to enter the government installation. 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, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform on the ten aforementioned classes 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: Fort Polk has a long history of providing leadership opportunities for its civilian workforce. In continuing with this endeavor the Installation Management Command (IMCOM) commander has instituted the Service Culture Initiative Campaign (OPORD 17-061). The SCI campaign focuses on customer service. In order to provide good customer service your employees need to be well training and happy. To ensure Fort Polk provides the best customer service possible the command has decided to initiate the Forging New Leader program. This is a ten month long program designed to provide applicants instruction on a myriad of classes. 1.3 Objectives: Provide ten (10) challenging classes, each class will support the next culminating in an end of course exam, each class will have a pop quiz, each class will rank order the candidates challenging them to interact in all aspect of the course. 1.4 Scope: The trainers need to be committed to providing a “client-driven” program which begins with understanding our business and training goals. The contractor needs provide a custom tailoring call with us to become familiar with our organization and our desired training outcomes, each trainer needs to integrates this knowledge into the exercises, activities and delivery of the content to provide us a targeted training program which achieves our training goals. The trainers should be skilled in delivering traditional, interactive and experiential learning. By guiding, supporting and integrating exercises and activities into the program, learning needs to takes place in a highly participatory manner. This interactive/participatory delivery style helps people learn faster, alters their perspective and readily transfer and sustain the skills, techniques and strategies learned in the program to their daily job responsibilities. 1.5 Period of Performance: The period of performance shall be for one (1) Base Period of ten monthly classes and two (2) 10-month option years. The Period of Performance reads as follows: Base Year (10 Month Feb – Oct 2018) Option Year I (Jan – Oct 2019)
Option Year II (Jan – Oct 2020) 1.6 General Information 1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services is performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor’s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. Each instructor through the contract lead will provide a closer report on how the class went and a list of things that can be improved upon. The instructor need to provide the student with a brief survey after each course to capture issues and improvements. These survey will be left with the course facilitator on Fort Polk. Instructor will also need to provide a rank order report listing the best student as number 25 and the lowest employee at 1. This report needs to be complete not more than 14 days after the completion of the assigned course. After acceptance of the quality control plan the contractor shall receive the contracting officer’s acceptance in writing of any proposed change to his QC system. 1.6.2 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). 1.6.3 Recognized Holidays: There is no scheduled classes on Holidays and the contractor is not required to perform service on any holidays. 1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 0800-1630 on the third Thursday of each month (For the calendar year 2018: 15 Feb, 22 Feb, 15 Mar, 19 Apr, 17 May, 21 Jun, 19 Jul, 16 Aug, 20 Sep, 18 Oct 2018) except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5 Place of Performance: The work to be performed under this contract will be performed at Fort Polk Louisiana 71459, Building 660. 1.6.6 Type of Contract: The government will award a service contract. 1.6.6.1 Physical Security: The contractor shall be responsible for safeguarding all Government equipment, information and property provided for contractor use. At the close of each work period, Government facilities, equipment, and materials shall be secured. 1.6.6.1.1 Installation Physical Security 1.6.6.1.1.1. Contractor's must provide an access roster to Directorate of Emergency Services (DES), Physical Security Office of all employees 15 work days prior to contract start date and monthly or when any personnel change occurs for access to Fort Polk. An access roster shall also be furnished to the Security and Intelligence Division (S&ID), DPTMS quarterly or upon request. Access rosters must be forwarded by the COR to the visitors control center using a specific format electronically from a government computer. All personnel employed under this contract shall adhere to all Fort Polk access control policies which include, weapons registration, transportation of weapons on the installation, access control policies, use of installation passes and ID cards and the operation of motor vehicles.
1.6.6.1.1.2. A check of records through the National Crime Information Center (NCIC) Interstate Identification Index (III) is the Army minimum baseline background check for entrance onto Army installations for non-CAC holders to include entrance of visitors. Contractors shall identity proof all employees using e-verify and ensure that no illegal immigrants are employed under the umbrella of this contract. 1.6.6.1.1.3. The contractor (to include subcontractors) shall provide employees with company identification (ID) cards prior to their commencement of work. ID Badges shall be worn at all times during which the employee is performing work under this contract. The ID format is subject to approval by the government. IDs shall be laminated and include the company's name, ID number, issue and expiration dates, employee name, job title and color photograph. Each contractor employees (to include subcontractors) shall wear the ID in a conspicuous place on front of exterior clothing, above the waist, when performing under the Performance of Work Statement (PWS) unless otherwise specified herein or approved by the government or when safety or health reasons prohibit. The Contractor (to include subcontractors) shall be responsible for collection of ID Badges upon completion of the contract or termination of employee. A listing of issued identification cards shall be furnished to the Contracting Officer prior to the contract performance date and updated as needed to reflect Contractor and Subcontractor personnel changes. 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. When prime Contractor or subcontractor personnel send e-mail messages as a part of contract performance (or otherwise relating to contract matters), each sender shall include his/her name (both first and last names), E-mail address and the name of the individual's employer. 1.6.6.1.1.4. Physical Security Plan. The contractor shall address the physical security aspects associated with contract performance in government furnished facilities. The plan shall describe how the security plan shall prevent unauthorized access, vandalism, pilferage, larceny, sabotage, and arson directed toward contractor controlled facilities and shall be provided to the COR and KO for review within 30 days after contract performance period begins. A list of installation buildings for which the contractor shall be responsible shall be included in the plan. The contractor shall maintain an active security checklist for each facility under the contractor's control. The plan shall comply with the provisions of AR 190-11, AR 19013, AR 190-51, DoD 5100.76(D), 5220.22(D) and the Fort Polk, Installation Physical Security Plan. This security plan will be reviewed annually by the DES to ensure regulatory requirements. 1.6.6.1.1.5. Information Systems Security Plan. The information systems security plan shall establish security procedures for all computer systems and communications utilized in the performance of this PWS. The plan shall conform to AR 25-1, AR 25-2, and AR 380-6 and submitted to COR and KO within 30 days after contract performance period begins. 1.6.6.1.1.5.1. The contractor shall ensure that its employees, performing under this contract that has access to government information systems receive annual Information Technology security training. 1.6.6.1.1.5.2. The contractor shall immediately notify the COR when an employee terminates employment that has access to government information systems or data. The contractor shall ensure all common access cards issued to employees are returned to the government upon termination of employment and released employee names are to be stricken from rosters maintained by DES & S&ID immediately upon release. 1.6.6.1.1.6. Key Control Plan. The contractor's key control plan shall provide for government access, 24 hours a day, seven days a week, to all government-furnished facilities. The plan shall comply with AR 19013 and AR 190-5. 1.6.6.1.2 Installation Anti Terrorism /Force Protection (AT/FP)
1.6.6.1.2.1. Pursuant to DoD Instruction 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a federally controlled installation, facility and/or federally controlled information systems shall complete AT Level I awareness training on an annual basis and receive a certificate of completion. The training is accessible from any computer, and is available at http://jko.jten.mil/, see “Special Instructions” below. The contractor is responsible for ensuring that all employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of certificates of completion to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a federally-controlled installation or information system. 1.6.6.1.2.2.1 Special Instructions: a. Use a search engine such as GOOGLE , and search for “Joint Knowledge Online” or “JKO” to begin the process. The browser address should look like http://jko.jten.mil . Once at the website follow the below instructions: Clicks: b. Select “No DoD CAC” c. Then choose “ I am a US mil, government civil servant, or contract employee” d. Click on “I've been directed to take required training on JKO” e. Click on “Courses” f. Select “I do not have a .MIL, .GOV, or .NDU.EDU address or I am a Multi-National g. Fill out the contact sheet and email to sponsor (This is the COR) h. Sponsor will email to the JKO help desk. (This is the COR)
Student”
Approval Process a. Help desk sends non-CAC user an email with User ID b. Help desk will send a separate email with an electronic token to register a new password (token is good for 24 hours) c. New User follows the instructions in the email and enters a new password d. User will need to enroll in Course # JS-US007-14 (User has up to 30 days to complete the course) 1.6.6.1.2.2. In the event that the automated system at http://jko.jten.mil/ not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness instructor qualification must be coordinated with the installation Antiterrorism Officer or (installation security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. 1.6.6.1.2.3. Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. 1.6.6.1.2.4. Access and General Protection/Security Policy and Procedures. Contractor and all associated subcontractor employees shall comply with applicable installation, facility, and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the Installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.
1.6.6.1.2.5. iWATCH Training. The contractor and all associated subcontractors shall brief all employees on the local iWATCH Program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed with 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 30 calendar days after contract award. 1.6.6.1.2.6. Contractor Employees Who Require Access to Government Information Systems. All contractor employees with access to a government information system must be registered in the Army Training Certification Tracking System (ATCTS) at the commencement of services, and must successfully complete the DOD Information Assurance Awareness Training prior to access to the information systems and then annually thereafter. 1.6.6.1.2.7. The contractor shall develop an OPSEC Standing Operating Procedure (SOP) or Plan within 30 calendar days of contract award, to be reviewed and approved by the responsible Government OPSEC Officer per AR 530-1, Operations Security. This SOP/Plan shall include the Government's critical information, why it needs to be protected, where it is located, who is responsible for it, and how to protect it. In addition, the contractor shall identify an individual who shall be an OPSEC Coordinator. The contractor shall ensure this individual becomes OPSEC Level II certified per AR 530-1. 1.6.6.1.2.8. Installation OPSEC. 1.6.6.1.2.8.1. In accordance with AR 530-1, Operations Security (OPSEC), dated 19 April 2007, and DoDM 5205.02-M, DoD Operations Security (OPSEC) Program Manual, dated 03 November 2008, contract personnel shall receive initial OPSEC Level I training which consists of initial and continual awareness training. Within the first 30 days of arrival on Fort Polk contract personnel shall receive initial OPSEC training either by on-line training through the Fort Polk SharePoint OPSEC site on the intranet, or the Defense Security Services website at: http://cdsetrain.dtic.mil/opsec/index.htm 1.6.6.1.2.8.2. The contractor shall ensure all applicable employees have completed OPSEC initial training and annual refresher training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within 30 days of arrival on post. 1.6.6.1.2.8.3. Operations Security (OPSEC) Awareness Training attendance and compliance may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. 1.6.6.1.2.9. All contractor employees and associated subcontractor employees must complete the DOD IA Awareness Training before issuance of network access and annually thereafter. All contractor employees working IA/IT functions must comply with DOD and Army training requirements in DODD 8570.01, DOD 8570.01-M, and AR 25-2 within six months of employment. 1.6.6.1.2.10. Per DOD 8570.01-M, DFARS 252.239.7001, and AR 25-2, the contractor employees supporting IA/IT functions shall be appropriately certified upon contract award. The baseline certification as stipulated in DOD 8570.01-M must be completed upon contract award. 1.6.6.1.3 Homeland Security Presidential Directive 12 (HSPD 12) Requirements 1.6.6.1.3.1 Requirements apply to any contract where contractor employees will access multiple installations or require access to the government information systems. 1.6.6.1.3.1.1 All personnel hired under this contract who do not require a security clearance must have a favorable National Agency Check with Inquiries (NACI). The Contracting Officer Representative (COR) will ensure new hires complete a NACI through the Personnel Security Investigation Portal (PSIP) by
initiating a request through S&ID no later than 15 days from the date of hire and completing the investigation (submission to OPM) within 30 days. Personnel who require a security clearance must be processed by their company Facility Security Officer (FSO) or company Security Manager. 1.6.6.1.3.2. Instructions for completing the NACI process will be sent to the Project/Program Manager, Security Manager and the COR once the contract has been awarded and one of the above personnel notifies S&ID for the initiation. The contractor shall schedule fingerprinting appointments with S&ID. Personnel requiring a CAC who do not receive a favorable NACI will not be allowed to perform services under this contract. 1.6.6.1.3.3. All employees requiring a common access card (CAC) for physical access to multiple installations or access to the government information systems will be granted a CAC after the successful submission of the NACI through PSIP and a favorable fingerprint review by S&ID. An unfavorable NACI adjudication will result in loss or denial of computer access, physical access or employment. 1.6.6.1.3.4 Sponsoring organizations, activities whose personnel do not need access to multiple installations or access to the government information systems will submit a completed access control roster to the Visitor Control Center (VCC). They may receive a MOBILISA visitor card for the terms of their contract (until contract end date, not to exceed 3 years) when sponsored on an access roster. If not sponsored they will only receive a pass for up to 7 days. 1.6.6.1.3.5 MOBILISA card expirations may be updated to reflect a new contract period by submitting an updated access control roster to the VCC. 1.6.6.1.3.6 Access rosters may only be submitted via e-mail to the VCC by a .mil, .gov, .AAFES, address by the COR or security activity, all others will be returned without action. 1.6.7 Installation Access Control 1.6.7.1 Access Control: Procedures for commercial vehicle access to Fort Polk are subject to change without prior notice. Current access information may be obtained by calling Physical Security (531-7756) / Visitor Control Center (531-0380). 1.6.7.1.1. Contractor and Contractor Employee Vehicle Identification: Contractor-owned/operated vehicles used in the performance of services under this contract and on Joint Readiness Training Center and Fort Polk, LA shall be legibly and conspicuously marked with the Contractor's name, address and telephone number. Markings shall be placed on both sides of the vehicle. Vehicles operated by the Contractor and by contractor employees shall be registered on post through the Provost Marshall Office if required by the installation. COR must be notified thirty (30) calendar days prior to any new/rented/leased vehicle is brought on the installation. 1.6.7.1.2. Vehicle Operation on the Installation: DOD contract employees assigned to operate either Government owned or leased equipment, or Contractor owned or leased equipment in performance of their contract shall be certified, by the contractor and at the contractor’s expense, as being fully qualified to operate the vehicles/equipment to which they are assigned. The prime contractor shall document all operators’ qualifications. This documentation shall be provided to the COR three (3) business days prior to any contract employee engages in any mode of equipment operation. Updated documentation shall be provided to COR as certifications are renewed or employees are newly certified. Motor vehicle operators shall comply with Louisiana State Law and Fort Polk rules and regulations regarding motor vehicle use and shall be trained and licensed for the various categories of vehicles used in support of this contract. 1.6.7.1.3. Private/Contractor Owned or Leased Vehicles. Operators shall have a valid State driver’s license or appropriate commercial license. A Louisiana State Commercial Driver's License (CDL) is required for operation of all vehicles rated at 2 ½ tons or any vehicle hauling hazardous materials regardless of size. All motorcycles riders will comply with DODI 6055.4, AR 385-10, the Army’s Safety Program and personal protective equipment for riding motorcycles/ATV on the installation
1.6.7.2 Security Searches/Checks: Contractor and Contractor employees are subject to security searches/checks. Persons found in possession of firearms, ammunition, explosives, pyrotechnic devices, knives, other lethal weapons, or removing Government equipment, supplies, and/or food will be prosecuted and/or barred from the installation. 1.6.7.3 Compliance with Regulations: The Contractor and Contractor employees shall comply with all applicable Fort Polk regulations promulgated by the Commanding General, Fort Polk, LA, as well as all applicable Federal and State safety laws and security regulations. Applicable Post regulations including, but not limited to, fire, safety, sanitation, security, and firearms or other lethal weapons, will be made available to the Contractor upon request. 1.6.7.4 Instructions for Access: The following information is provided to assist in creating an access roster for personnel requiring access to Fort Polk. 1.6.7.4.1 All unescorted visitors to Fort Polk must be vetted at the Visitors Center, located adjacent to the main gate on Louisiana Avenue (building 5903). Personnel requiring unescorted access will present a state issued Real ID Act compliant driver’s license (check status of your state at: https://www.dhs.gov/real-idenforcement-brief ). Visitors who do not have a Real ID act compliant driver’s license may use alternate forms of ID to proof their identity. Contact the Fort Polk Visitor’s Center at (337) 531-7907 to obtain a listing of authorized alternate forms of identity. Each visitor with acceptable screening results will be issued an access control credential for unescorted access to the installation. Personnel with unfavorable screening results may be denied unescorted access to Fort Polk. Law enforcement data obtained during the vetting process will not be released by personnel at the Visitors Center. A waiver process has been established for personnel who are denied unescorted access. Generally, waivers will be processed within five days of completion. 1.6.7.4.2 Escorted visitors who are accompanied by Department of Defense-affiliated personnel (activeduty Soldiers, civilian common access card holders, retiree ID card holders, DoD dependent ID card holders, and civilian contractor CAC holders) will not require vetting for access and will only need to produce a valid ID card; these visitors must be in the immediate vehicle of the escorting card holder. DoD affiliated personnel will be responsible for their escorted visitors on the installation. Personnel who are enrolled and vetted through the Rapid Gate program or possess an installation issued ID/Pass do not have escorting privileges. 1.6.7.4.3 The Fort Polk Visitors Center is open 24 hours a day, seven days per week. For additional information concerning access control please contact the Visitors Center at (337) 531-0380/4978/7186. 1.6.7.4.3.1. Access Rosters: Personnel whose contract is less than 180 calendar days in duration will receive a personnel pass valid until the expiration of the contract or business venture date. Access Rosters are required to be submitted to the VCC for all contractor personnel through the COR. An example of an Access Roster can be provided by the VCC or COR upon request. Roster template shall be provided through the vehicle registration/visitors center. The roster is self-explanatory, but at a minimum shall contain the individual’s name, SSN, date of birth, contract number, duration of visit, and point of contact for access. 1.6.7.4.3.2. Access Rosters MUST be submitted for the contractor by the COR or the designated Government Point of Contact. Any roster submitted by a commercial ISP (example @yahoo.com, @gmail.com, etc) will not be accepted and must be verified through the Physical Security Office (337) 531-7756. Changes to the access roster must be provided to the COR within three (3) work days. 1.6.7 Security Requirements: Contractor personnel performing work under this contract must meet the entrance requirements by the Directorate of Emergency Services and are not required to hold any security clearance level. Contractors will be escorted by DHR personnel at all times during the duration of the course. 1.6.8 Special Qualifications: (Not Applicable)
1.6.9 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. 1.6.10 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.
1.6.11 Key Personnel: The follow personnel are considered key personnel by the government: 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 a.m. to 4:30p.m.], Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. Qualifications for all key personnel are listed below: 1.6.12 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. All contracted personnel will wear a name badge listing their First and Last name and organization affiliated with. 1.6.13 Contractor Travel (Not applicable) 1.6.14 Other Direct Costs (If applicable) 1.6.15 Data Rights: All material provided by the contractor for the purpose of teaching one of the ten classes being contracted is the sole property of the contractor. The government as limited rights for distribution. 1.6.16 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 effect 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. 1.6.17 PHASE IN /PHASE OUT PERIOD (Not Applicable) 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. 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. Monday through Friday, unless specified otherwise.
2.2. ACRONYMS ACOR AFARS AR CCE CFR CONUS COR COTR COTS DA DD250 DD254 DFARS DMDC DOD FAR FNL HIPAA
Alternate Contracting Officer's Representative Army Federal Acquisition Regulation Supplement Army Regulation Contracting Center of Excellence Code of Federal Regulations Continental United States (excludes Alaska and Hawaii) Contracting Officer Representative Contracting Officer's Technical Representative Commercial-Off-the-Shelf Department of the Army Department of Defense Form 250 (Receiving Report) Department of Defense Contract Security Requirement List Defense Federal Acquisition Regulation Supplement Defense Manpower Data Center Department of Defense Federal Acquisition Regulation Forging New Leader Program Health Insurance Portability and Accountability Act of 1996
KO OCI OCONUS ODC PIPO POC PRS PWS QA QAP QASP QC QCP TE
Contracting Officer Organizational Conflict of Interest Outside Continental United States (includes Alaska and Hawaii) Other Direct Costs Phase In/Phase Out Point of Contact Performance Requirements Summary Performance Work Statement Quality Assurance Quality Assurance Program Quality Assurance Surveillance Plan Quality Control Quality Control Program Technical Exhibit
PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services: The Government will provide one person to serve a class monitor to ensure all classroom needs are met 3.2 Facilities: The Government will provide one class room located in building 660. The classroom will include desks, chairs, whiteboard, overhead projector, computer and lectern. Setup and cleaning of the classroom will be the sole responsibility of the government. 3.3 Utilities: The Government will provide all utility needs and will ensure that all are instructed employees in utilities conservation practices. The government 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 all equipment needs to include a computer for visual needs and a copiers for reproduction of training material. 3.5 Materials: The Government will provide all classroom material such as butcher paper, markers, copy paper, pens.
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 (Not applicable): 4.3. Materials: The Contractor shall provide course applicable work books, that incorporate all material taught and all exercises performed during the eight (8) hour block of instruction. The contractor will also provide a standard after course critique for each of the ten (10) blocks of instruction. 4.4. Equipment (Not applicable).
PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1. Basic Services. The contractor shall provide services in the form of ten individual eight (8) hour blocks of instruction. Each class must have a test to measure the student’s level of knowledge retainment. Each test must also be part of a Pre and Post main exam. 5.2. Task Heading. Class on “How to Get More Organized” with learning objectives: How to start your day, writing goals, how to accomplish more, control of paperwork, overcoming office distractions, dealing with the unexpected, becoming more detailed oriented and managing deadlines, use of new technology, discovering strengths and weaknesses, how to apply a more effective work style. 5.3 Task Heading. Class on “Time and Task management” with learning objectives: scheduling tasks to priorities, how to develop a time and task management system, identify time robbers and eliminate procrastination and disorganization, develop planning and scheduling tools, how to use technology to maximize efficiency and effectiveness, How to recognize positive and negative stressors then control them. 5.4 Task Heading. Class on “Personal Productivity” with learning objectives: How to recognize the need for their own unique motivation to increase productivity levels, How to determine what is most important in terms of responsibility and accountability, and effectively prioritize and plan the activities and focus, Create and execute plans with specific time frames and other deliverable characteristics, Manage time and manage projects with energy, follow-through, and use of a variety of time-management techniques, How to work resourcefully with other people and maximize available resources that can get the work done, How to establish a long-term perspective on ongoing development and skill building that can impact lifelong exceptional productivity. 5.5 Task Heading. Class on “How to de-Stress your Life” with learning objectives: List symptoms of chronic stress, define current stress levels, How to communicate concisely and effectively to create stressfree conversation with others, Recognize how positive self-talk can be used to overcome stress, Discover how to use conflict-resolution strategies to work through any challenging situation, Identify ways to adjust diet and exercise to improve overall health, Discuss employ relaxation techniques to stay calm and serene, Identify the eight steps of letting go of non-essentials. 5.6 Task Heading. Class on “Assertive Communication” with learning objectives: Define the types of communication and identify the most effective one for career success, Build assertive communication skills by focusing on confident verbal and nonverbal behavior, Recognize situations that require assertiveness and the strategies to respond accordingly, Identify additional professional situations where assertiveness will promote your career. 5.7 Task Heading. Class on “Making your Leadership Commitment” with learning objectives: Discuss how to apply a leadership style that exactly matches your team, discuss how to take action and direct others with leadership confidence, recognize the obstacles that can shape your leadership choices, explain leadership goal setting. 5.8 Task Heading. Class on “Creating a Coaching and Performance Culture” with learning objectives: Discuss your performance management practices, review evaluation and coaching skills essential to performance management, identify and address the real cause of performance failures. 5.9 Task Heading. Class on “Managing Multiple Projects and Objectives” with learning objectives: Describe methods to take control of a busy and fluctuating workday, outline techniques to get organized and stay on top of multiple projects, list tactics to make sure real “top Priorities” don’t get lost in the
shuffle, identify ways to overcome common barriers to personal productivity, discuss approaches to maintain a high level of personal motivation when the pressure is on. 5.10 Task Heading. Class on “Leadership Framework” with learning objectives: Discuss the traits of an effective supervisor and leader, develop the core competencies needed for successful leadership, identify communication tools that get the best results you want and discover how to motivate and inspire with your communication. 5.11 Task Heading. Class on “Building exceptional Teams” with learning objectives: Recognize when and how to delegate as a leader, Discover how to capitalize on your team members’ talents, describe how to move others to greater accomplishments, define ways to match your motivation to your goals and objectives.
5.3. CONTRACTOR MANAGEMENT REPORTING (CMR) (Only applies to Army Customers): 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 Officer’s Technical Representative (COTR) or also know as the Contracting Officer’s 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 sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and subContractor 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.
PART 6 APPLICABLE PUBLICATIONS 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS) Not Applicable