PERFORMANCE WORK STATEMENT (PWS) 48TH CHEMICAL BRIGADE BLDG 14010 AND BLDG 14024 CONFERENCE ROOM VTC INSTALLS
Part 1 General Information 1. GENERAL: The 48th Chemical Brigade is requesting a complete renovation of its main conference room in Building 14010 at Fort Hood, Texas. 48th Chemical Brigade is the only Active Component Chemical Brigade within Forces Command footprint stationed within III Corps. They also are requesting a complete renovation of the 2d Chemical Battalion’s main conference room in Building 14024. 1.1 Description of Services/Introduction: The Contractor shall install in both conference rooms a VTC system capable of conducting both SIPR and NIPR VTC’s on dual displays; an unclassified DSN phone conferencing capability, DCO/DCS audio conferencing capability, view/display capability of a NIPR computer, view/display capability of a SIPR computer, with all functions controlled through an AMX coded touch panel. 1.2 Background: CISCO and NETCOM have announced End of Life for the MXP family of Tandberg VTC CODEC’s as of 30 September 2017. This means that they must be upgraded. 1.3 Objectives: 48th Chemical Brigade requires a contractor to install in both conference rooms a VTC system capable of conducting both SIPR and NIPR VTC’s on dual displays; an unclassified DSN phone conferencing capability, DCO/DCS audio conferencing capability, view/display capability of a NIPR computer, view/display capability of a SIPR computer, with all functions controlled through an AMX (or comparable) touch control system. 1.4 Scope: Contractor shall provide all labor, supervision, supplies, materiel, transportation, and equipment necessary to conduct the installation and training of two conference rooms consisting of a VTC system capable of conducting both SIPR and NIPR VTC’s on dual displays; an unclassified DSN phone conferencing capability, DCO/DCS audio conferencing capability, view/display capability of a NIPR computer, view/display capability of a SIPR computer, with all functions controlled through an AMX (or comparable) touch control system. 1.5 Period of Performance: The period of performance shall be no more than 120 days from time of award. 1.6 General Information: 1.6.1 Quality Control: The contractor shall be responsible for the quality of products and services provided under the terms of this contract, to include those provided by subcontractors. To ensure that the requirements of this contract are met, the contractor shall implement an effective, economical Quality Control (QC) Program. 1.6.1.1 Acceptable Quality Level (AQL). The contractor shall maintain schedules, track actions, and draft documents to provide assistance in the preparation of draft correspondence, hard copy and slideshow presentations and briefings, and other documents related to program management, data management of live-fire systems and facilities development, operation, test planning, sustainment management and program office policy. The contractor shall review documents for conformance to previous records of doctrine and concepts relative to training development and delivery.
1.6.1.2 Quality Control Program: The contractor shall develop a proactive QC Program for measuring and attaining quality performance under this contract. The contractor's QC Program shall explain the manner in which the contractor will ensure all contract requirements are being accomplished in accordance with the specifications of this contract and industry standards. A sustaining focus throughout the QC Program shall be the attainment of continuous quality improvement. The Program shall emphasize deficiency prevention over deficiency detection and shall incorporate the principles of International Standards Organization 9001 (Services Sector). The contractor's QC Program, and any services performed, will be accepted by the Contracting Officer or the COR only when in full compliance with Federal Acquisition Regulation (FAR) 52.246-4 Inspection of Services – Fixed Price. 1.6.1.3 Quality Control Plan (QCP): The contractor shall maintain a QCP that describes the QC Program. The successful offeror shall submit a finalized QCP thirty (30) days after award of the contract to the Government for approval. The Government will have ten (10) working days to review/accept the QCP. Throughout contract performance, the contractor shall submit any changes in the QCP to the Contracting Officer or the Contracting Officer’s authorized representative for approval a minimum of five (5) working days prior to implementation. The Plan shall address, at a minimum, the following elements: 1.6.1.4 Inspector Qualifications: The QCP shall include the names of firms or individuals tasked to perform inspections and the extent of their authority. Their functional role shall be depicted in an organization chart. 1.6.1.5 Inspection Program: Included shall be a QC Inspection Program covering all general and specific task areas included in the contract scope of work. It shall specify tasks or areas to be inspected on both a scheduled or unscheduled basis, the manner in which inspections are to be conducted, the titles of the individuals who will perform the inspections, and the percentage of the work which will be inspected on a recurring basis. In developing this inspection program, the contractor shall identify the key activities and associated characteristics in each process that has a significant influence on specific services and provide for methods for evaluation of the selected characteristics. 1.6.1.6 Deficiency Identification: The QC Program shall include a method of identifying deficiencies in the quality of services performed, before the level of performance becomes unacceptable as defined in the PRS. This shall contain processes for corrective action without dependence upon Government direction. 1.6.1.7 Deficiency Correction: The program shall contain process control and process performance measurement procedures that include how the Contractor will effect preventive corrective actions, as opposed to reliance on Government or customer identification of deficiencies prior to resolving the problem. 1.6.1.8 Documentation and Enforcement: The QCP shall include a method of documenting and enforcing quality control operations of both prime contractor and subcontractor work, including inspection and testing. The contractor shall maintain a file of all inspections or tests conducted by the contractor, to include any corrective actions taken. This file shall be subject to review by the Contracting Officer. 1.6.1.9 Trend Analyses: The QCP shall include a method of performing trend analyses and assessments through the use of metrics. 1.6.1.10 Surveillance Methods: The QCP shall contain specific surveillance techniques for all contract services. The surveillance methods shall be comprehensive and adaptable to the reporting system of the plan. 1.6.2 Customer Complaint Program: The Customer Complaint Program shall include a customer comments and complaint program and processing system. The program shall identify and correct valid customer complaints and provide feedback to the Government and customers on corrective action taken. The term customer includes customers internal and external to the organizations identified by this contract. 1.6.3 Recognized Holidays: contractor will not be required to render services on the following holidays. New Year’s Day Labor Day 2
Martin Luther King Jr.’s Birthday President’s Day Memorial Day Independence Day
Columbus Day Veteran’s Day Thanksgiving Day Christmas Day
When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday. This list of holidays relates to Government duty days, and is not intended to supplement or otherwise alter the provisions of the Wage Determination regarding paid holidays. 1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of normal business hours for supplies and/or service is 8:00am to 4:30pm, unless otherwise note Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.4.1 The Installation Commander closes the post during the normal business day or delays opening the post to a later time than normal due to unforeseen events, i.e. inclement weather. The contractor shall follow Contracting Officer's guidance for early release or delayed opening. However, the contractor may utilize their own system of time off (i.e. compensatory time, time off awards, vacation time, personal time, or leave without pay) IAW company policy. 1.6.4.1.1 Advanced Post Closure: Post is closed by the Commander prior to the start of the normal business day. 1.6.4.1.2 Condition Green: Normal conditions. No restrictions on driving or on installation operations. 1.6.4.1.3 Condition Amber: Caution. Roads may be icy in spots. Exercise caution while driving. Installation operations and training continue as scheduled. 1.6.4.1.4 Condition Red: Roads are icy. Driving is hazardous and is limited to mission essential traffic only. Installation activity is limited to mission essential training and operations (i.e., national defense, health, safety, law and order.) 1.6.4.1.5 Condition Black: Severe reduction of traffic flow; no vehicular movement except emergency vehicles. The post is closed to all motor vehicular traffic except emergency vehicles such as Military Police vehicles, ambulances, engineer vehicles, fire fighting vehicles, utility vehicles, and subsistence trucks 1.6.4.1 Emergency, Contingency, or Service Call Work Requirements: The Contractor shall provide all personnel, supplies and services necessary to respond to an emergency, contingency, or service call work requirement. The KO or designated representative will initiate emergency, contingency, or service call work requests when a system installed or required to be maintained by the Contractor (identified within a Task Order) is not functioning properly or otherwise requires service or support. The Contractor shall respond to emergency, contingency, or service call work requests within the timelines specified in PWS Paragraph 5.10.1. 1.6.5 Place of Performance: The work to be performed under this contract will be performed primarily at FT Hood, TX. Under unique circumstances, task orders may be completed on other III Corps installations as specifically approved by the Contracting Officer (KO). 1.6.5.1 Installation Information: Information about Fort Hood can be found at the Fort Hood home page. The Internet website address is: http://www.hood.army.mil/. 1.6.6 Type of Contract: contract should be a firm fixed price contract. 1.6.7 Security Requirements:
3
Basic Requirements. Contractor personnel or any representative of the Contractor entering Fort Hood, Texas, shall abide by all security regulations and shall be subject to security checks. The Contractor shall maintain security vigilance and awareness over all aspects of work covered under this contract. The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by 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. 1.6.7.1 Physical Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use at FT Hood, TX. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.7.1.2 SECRET Facility Clearance. The Contract holder shall possess a facility clearance at the classification level of SECRET prior to award of contract. The Contractor shall follow the Facility Clearance procedures outlined in the DD Form 254. 1.6.7.2 The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor’s employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 1.6.7.3 Identification Badges: Contractor personnel and Contractor representatives, while on duty, shall wear Contractor provided identification (ID) badges. The badge shall display at a minimum: company name, employee name, employee photo, contract title, contract number, and contract expiration date. The badges shall be worn outside of clothing in the chest area. 1.6.7.4 Personnel Security Clearances: All Contractor personnel performing services under this contract shall possess a minimum-security clearance level of SECRET, granted in accordance with AR 380-67, paragraph 3-400. All Contractor personnel shall comply with procedures outlined in DD Form 254. Contractor personnel and Contractor representatives who have not received security clearances shall not be granted access to classified information nor allowed to perform classified work. The Contractor shall comply with FAR 52.204-2, Security Requirements. This clause involves access to information classified “(Con)fidential,” “(Sec)ret,” or “Top (Sec)ret” and requires contractors to comply with— (1) The Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DoD 5220.22-M); any revisions to DOD 5220.22-M, notice of which has been furnished to the contractor. 1.6.7.5 Installation Access: The Contractor shall be responsible for assuring all Contractor personnel authorized to perform work under this contract obtain installation access, as required by Fort Hood Regulation 190-5. Government furnished identification shall be returned to the Government when the employee no longer performs work for the Contractor under this contract. 1.6.7.6 Search and Seizure: Contractor personnel and property shall be subject to search and seizure upon entering the confines of Fort Hood, while on Fort Hood, and upon leaving the confines of Fort Hood in accordance with AR 190-13. 1.6.7.7 Vehicle Registration: Vehicles entering Fort Hood, Texas shall have a valid state license and shall be registered with the Vehicle Registration Section of the Provost Marshall Office. Vehicles shall be registered prior to the commencement of contract work. State license and registration shall be maintained current during the time the vehicle is in use on this installation. Contractor personnel shall return registration decals to the Vehicle Registration Section of the Provost Marshall Office within twenty-four (24) hours after termination or completion of work under this contract, when state license is no longer valid, or upon sale of the vehicle. Contractor personnel shall return visitor passes to the Vehicle Registration Section of the Provost Marshall Office immediately upon conclusion of the conduct of business authorized on the installation.
4
1.6.7.7.1 Vehicle Operation: Contractor personnel operating motor vehicles on the installation shall have a valid state operator’s license for the category of vehicle being operated and shall comply with FH Reg. 190-5, Fort Hood Traffic Code, regarding motor vehicle use on the installation. 1.6.7.7.2 Contractor Vehicle Identification: Contractor owned or privately owned vehicles used in the performance of services under this contract on this installation shall be marked as commercial contractor vehicles with the Contractor’s company name in three inch (3”) block letters or a company logo of a color that contrasts with its background on both sides of the vehicle. Contractor’s operating multiple contractors owned vehicles on the installation may be required to place identifying numbers on the front and rear bumpers of the vehicles. 1.6.7.8. Access to Government Information Systems: All Contractor employees with access to a government information system must be registered in the ATCTS (Army Training Certification Tracking System) prior to performance of contract services, and must successfully complete the DOD Information Assurance Awareness prior to access to the information systems and then annually thereafter. Contractor and all associated subcontractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). 1.6.7.8.1 Information Assurance (IA)/Information Technology (IT) Training: All Contractor employees and associated subcontractor employees must complete the DoD IA/Cyber 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. The contractor is responsible for ensuring all employees possess and maintain current Information Assurance Technician (IAT) Level I professional certification during the execution of this contract. 1.6.7.9 Common Access Cards (CAC): All Contractor employees requiring computer access will be required to obtain a CAC through the Trusted Associate Sponsorship System (TASS). All Contractor employees requiring a CAC must have at least a National Agency Check with Inquiry (NACI) investigation submitted through the Office of Personnel Management. This is a requirement for all Contractors to receive a CAC through the TASS and to have access to the Department of the Army Local Area Network (LAN). Industrial/Company background investigations are unacceptable to receive a CAC or to have access to the LAN. All contractors requiring IAT Level 1 access must have a current Single Scope Background Investigation (SSBI). The contractor employee will be issued a CAC only if duties involve one of the following: (1) Both physical access to a DoD facility and access, via logon, to DoD networks on-site or remotely; (2) Remote access, via logon, to a DoD network using DoDapproved remote access procedures; or (3) Physical access to multiple DoD facilities or multiple non-DoD federally controlled facilities on behalf of the DoD on a recurring basis for a period of 6 months or more. At the discretion of the sponsoring activity, an initial CAC may be issued based on a favorable review of the FBI fingerprint check and a successfully scheduled NACI at the Office of Personnel Management. For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations 1.6.7.10 Antiterrorism Training: All Contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable and annually thereafter. The Contractor shall submit certificates of completion for each affected Contractor employee and subcontractor employee, to the Contracting Officer, within 30 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: https://atlevel1.dtic.mil/at. 1.6.7.10.1 OCONUS Bound Antiterrorism Training: This standard language required US based contractor employees and associated sub-contractor employees to make available and to receive government provided area of 5
responsibility (AOR) specific AT awareness training as directed by AR 525-13. Specific AOR training content is directed by the combatant commander with the unit ATO being the local point of contact 1.6.7.11 iWATCH Training: The Contractor and all associated subcontractors shall brief all employees on the local iWATCH program (OPSEC training standards provided by the requiring activity ATO in accordance with AR 530-1, chapter 4). This local developed OPSEC Level I training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the Contracting Officer. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the Contracting Officer Not Later Than 30 calendar days after contract award. 1.6.7.12 OPSEC Standing Operating Procedure/Plan: The contractor shall develop an OPSEC Standing Operating Procedure (SOP)/Plan within 90 calendar days of contract award, to be reviewed and approved by the responsible Government OPSEC officer, per AR 530-1, Operations Security. This SOP/Plan will include the government's critical information, why it needs to be protected, where it is located, who is responsible for it, and how to protect it. In addition, the contractor shall identify an individual who will be an OPSEC Coordinator. The contractor will ensure this individual becomes OPSEC Level II certified per AR 530-1. Per AR 530-1, Operations Security, new contractor employees must complete Level I OPSEC training within 30 calendar days of their reporting for duty. All contractor employees must complete annual OPSEC awareness training. 1.6.7.12.1 Threat Awareness and Reporting Program (TARP) Program Training: For all contractors with security clearances. Per AR 381-12 Threat Awareness and Reporting Program (TARP), contractor employees must receive annual TARP training by a CI agent or other trainer as specified in 2-4b of AR 381-12. 1.6.7.13 Fire Protection: The Contractor shall comply with AR 420-1, Fire Protection, and FH 420-1, Fire Regulation for fire protection and fire prevention. 1.6.7.13.1 Smoking: The Contractor shall comply with AR 600-63, Controlling Smoking, which establishes uniform policies governing smoking within Department of the Army facilities. 1.6.7.14 Accident Reporting: The Contractor shall maintain an accurate record of all accidents and damage to Government property, supplies, and equipment. The Contractor shall report accidents in accordance with the requirements indicated in AR 385-40, Accident Reporting and Records. 1.6.7.15 Safety: The Contractor shall safeguard and maintain all Government property as well as provide for the safety and wellbeing of personnel employed in the performance of this contract. The Contractor shall comply with the provisions of AR 385-10, Army Safety Program to include the National Fire Protection Association (NFPA) 70E, Electrical Safety in the Workplace. The Contractor shall develop and implement a safety program for employees performing work under this contract. The Contractor shall submit the safety plan to the KO after award and prior to performance. Revisions shall be submitted ten (10) calendar days prior to effective date of change. The Contractor shall comply with the Occupational Safety and Health Act (OSHA). Contractor personnel shall wear safety items required by OSHA during the performance of tasks requiring protective equipment and clothing. 1.6.7.16 Physical Requirements and Work Environment: The work to be performed may require prolonged standing, bending, stooping and working in cramped spaces. Contractor personnel may also be required to lift and carry heavy objects. Exposure to weather is common. The Contractor shall be responsible for ensuring that their employees are familiar with and follow normal safety precautions to reduce the risk of injuries. 1.6.8 Disclosure of Information: Performance under this contract may require the Contractor to access data and information proprietary to a Government agency, another Government Contractor, or of such nature that its dissemination or use other than as specified in this PWS would be adverse to the interests of the Government or others. Neither the Contractor, nor Contractor personnel shall divulge or release data or information developed or obtained under the performance of this contract, except to Government-authorized personnel or upon written approval of the KO. The Contractor shall not use, disclose, or reproduce proprietary data, which bears a restrictive legend, other than as specified in this contract. 6
1.6.8.1 Disclosure of Information regarding Operations: Disclosure of Information regarding Operations and services of the activity to persons not entitled to receive it, or failure to safeguard any classified information that may come to the Contractor (or any persons under the Contractor’s control) in connection with work under this contract, may subject the Contractor, Contractor's agent, or employees to criminal liability under Title 18, Sections 793 and 798 of the United States Code (U.S.C.). Neither the Contractor nor the Contractor's employees shall disclose or cause to be disseminated, any information concerning the operations of the activity, which could result in, or increase the likelihood of, the possibility of a breach of the activities’ security or interrupt the continuity of its operation. 1.6.9.1 Required Skill Sets and Certifications: The Contractor shall be required to maintain the following required skill sets and certifications. These skill sets and certifications are required based on previous work done here at FT Hood and the new contractor will be required to support these capabilities in their support task orders and ensure a superior level of work competency.
CISCO Certifications: CISCO Partner (Company) CISCO Select Certified Partner (Company) CISCO Express Video Specialization (Company) CISCO Certified Entry Networking Technician (CCENT) CISCO Advanced Video System Engineer Representative CISCO Express Video Engineer Representative CISCO Small and Medium Business Engineer Representative
Freeport Certified MD-VNS Installer (Secure VTC) Harmon AMX Certified Programmer Harmon AMX Certified Designer Harmon AMX Certified Expert (ACE-P) Harmon AMX Enova Certified Installer Harmon AMX Remote Management System (RMS) Certified
1.6.10. Contractor Inquiries: The Contractor shall direct to the KO all inquiries, comments, or complaints arising from matters observed, experienced, or learned as a result of, or in connection with the performance of this contract. The resolution of which may require the dissemination of official information. Inquiries received by the Contractor for work performed under this contract shall be referred to the Government for evaluation under the Freedom of Information Act of 1975, Public Law 93-502, 5 U.S.C. Section 552. The determination of whether records will be released will remain with the Government. The Contractor shall be responsible for search and submission of records upon request by the Government. 1.6.10.1 Contractor Information Release: The Contractor shall not release any information (including photographs, files, public announcements, statements, denials, electronic mail, software, or confirmations) on any part of the subject matter of this contract or any phase of any program hereunder without the prior written approval of the KO. The Contractor shall not release information regarding individuals without prior authority of the KO. All documentation-showing individuals’ names or other personal information will be controlled and protected. The provisions of the Privacy Act of 1974, Public Law 93-579, 5 U.S.C., Section 552a, shall apply. 1.6.11 Personnel: The Contractor shall provide a work force possessing the skills, knowledge, and training to satisfactorily perform the services required by this contract. Personnel performing work under this contract shall remain employees of the Contractor and will not be considered employees of the Government. The Contractor shall not employ any person who is an employee of the United States Government or the Department of Defense, either military or civilian, if such employment would create a conflict of interest or be contrary to the policies contained in Department of Defense (DOD) Joint Ethics Regulation (JER), DOD 5500.7-R.
7
1.6.11.1 Personnel Removal: The KO may require the Contractor to remove from the job site, any employee working under this contract for reason of misconduct, security, or found to be under the influence of alcohol, drugs, or other incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the KO that such action is necessary in the interest of the Government. In accordance with Department of Defense (DOD) Joint Ethics Regulation (JER), DOD 5500.7-R and 18 U.S.C. 1382 (1972), the installation commander has the authority to bar individuals from the installation. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this performance work statement (PWS). 1.6.12 Identification of Contractor Personnel: The Contractor shall provide a list to the KO within five (5) workdays after contract award of all Contractor employees projected to perform services under this contract. The list shall state each employee’s name, job title, job position, security clearance or security clearance status and primary area of work. The Contractor shall notify the KO in writing, of any employee additions, deletions or changes not later than five (5) workdays prior to the effective date of change. 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. Those contractors working in Bldg. 1001 will be required to obtain and wear identification badges issued by the Phantom Command S2. 1.6.15 Government Rights: The Government has unlimited rights to all documents/material produced under this contract and/or all task orders issued against this contract. All documents and materials, to include the source codes of any software produced under this contract, shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. This right does not abrogate any other Government rights under the applicable Data Rights clause(s). The contractor shall agree that any data furnished by the Government to the contractor shall be used only for performance under this PWS and all copies of such data shall be returned to the Government upon completion of this effort. 1.7 Quality Control. The Contractor shall establish and implement a thorough Quality Control (QC) Plan that identifies potential and actual problem areas in executing requirements of the contract as specified and results in corrective action throughout the life of the contract. The QC Plan shall be submitted to the Contracting Officer (KO) for approval ten (10) working days prior to the start of contract performance and shall be updated thereafter to maintain an effective and efficient quality control program. Control measures and features defining QC activities must be specified and metrics developed to ensure adequate program monitoring. The Government has the right to inspect all services called for by this contract, to the extent practicable at all times and places during the term of the contract. The Government shall perform these inspections in a manner that will not unduly delay the work. Any changes to the QC Plan shall be submitted to the KO a minimum of five (5) working days prior to implementation. Written acceptance or non-acceptance of proposed changes will be provided to the Contractor by the KO. The QC Plan shall: Be structured to assure independent inspections of the Contractor’s work performance. Have direct accountability to the Contractor’s top management. Address overall project management and administration. Be a comprehensive program to plan and deliver quality services to the Government. Cover all services described in this contract, prioritize services, and concentrate on the most important services. Describe a method acceptable to the Government of identifying deficiencies in the quality of services performed under this Contract before the level of performance becomes unacceptable and address processes for corrective actions without dependence upon Government direction. Establish an inspection system covering all services required by this contract. This shall specify areas to be inspected on either a scheduled or unscheduled basis and the title of the individual who will do the inspection. 8
Contain specific quality control techniques for contract services identified in the Performance Requirements Summary (PRS) and Inspection of Services Clause. The quality control methods shall be comprehensive and adaptable to the reporting systems of the QCP. Include a customer complaint feedback system for correction of validated complaints and to inform the customer of corrections. The QC Plan shall describe how users or other interested parties may identify problem areas or issues to the Contractor. The customer complaint program shall be compatible with the reporting and communications systems of the QC Plan. Require documentation of all Contractor quality control inspections and corrective actions be maintained by the Contractor throughout the term of this contract. Inspection documents shall be made available to the KO or designated representative within two (2) working days upon request. Describe methods of direct and indirect communications with the Government regarding performance of the contract. Informal communications shall be addressed. 1.7.1 Quality Assurance. The Government will evaluate the Contractor’s performance under this contract in accordance with a Quality Assurance Surveillance Plan (QASP) that is tailored specifically to this contract. The QASP will be used to evaluate Contractor actions while implementing the PWS. It is designed to provide an effective surveillance method to monitor Contractor performance for each objective listed on the PRS. This plan is for the Government’s use and is not provided to the Contractor for any purpose. The Contractor, and not the Government, is responsible for management and quality control actions to meet the terms of the contract. The role of the Government is quality assurance to ensure contract standards are achieved. The standards of performance of services performed under this contract are listed in the PRS located in Technical Exhibit (TE) 1. 1.7.3 Performance Evaluation Meetings: The Contractor's Project Manager or Alternate shall meet with the KO or the designated representative, as deemed necessary by the KO to address performance issues or other contractual concerns. The Government will prepare and distribute a signed report of each meeting to attendees within a reasonable time (usually within five (5) workdays). If the Contractor takes exception to the contents of the meeting report, the Contractor shall annotate the area(s) of non-concurrence, and submit a written explanation of the non-concurrence to the KO not later than five (5) workdays after receipt of the report. 1.7.3.1 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.
9
PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: COMMON ACCESS CARD(CAC). A common access card (CAC) is a Unites States Department of Defense (DoD) smart card for multifactor authentication. CACs are issued as standard identification for active-duty military personnel, reserve personnel, civilian employees, non-DoD government employees, state employees of the National Guard and eligible contractor personnel. In addition to its use as an ID card, a CAC is required for access to government buildings and computer networks. CONTRACT ADMINISTRATOR: This is official Government representative delegated authority by the Contracting Officer to administer a contract. This individual, normally working in an appropriate contracting or procurement career field, advises on all contractual matters. CONTRACT DISCREPANCY: A failure of the Contractor to perform in accordance with contract requirements and specifications. A contract discrepancy may result from a failure of the Contractor to provide, or provide on time, the required contract products, or services; or it may result because delivered products or services do not meet specific contract standards. CONTRACT DISCREPANCY REPORT (CDR): A report used to document unsatisfactory Contractor performance. The CDR requires the Contractor to explain, in writing, why performance is unsatisfactory; how performance shall be returned to satisfactory levels; and how recurrence of the problem shall be prevented in the future. 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. CONTRACTING OFFICER (KO): A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the Government. The term includes certain authorized representatives of the contracting officer acting within the limits of their authority as delegated by the Contracting Officer. Note: The only individual who can legally bind the government. 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. DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. FABRICATION. The action or process of manufacturing or inventing something of use supporting a customer requirement. GOVERNMENT FURNISHED EQUIPMENT (GFE). Equipment, components or material purchased with government funds, regardless of the type of transaction and turned over to the Contractor for use. All GFE will be the property of the Government until the equipment has reached the end of its useful service life and a Board of Survey is completed removing the equipment from the Government hand receipt holder.
10
GOVERNMENT FURNISHED PROPERTY (GFP). Government Furnished as defined in each individual contract. Property consists of Government-Furnished Facilities (GFF), Government-Furnished Equipment (GFE), Government-furnished supplies and materiel, Government-Furnished Utilities and Government-Furnished Services provided to the Contractor for exclusive use in performance of the Contract. The Contractor shall not use Government Furnished Property for any purpose other than execution of work under the Contract. The Government will make the Government Furnished Property available to the Contractor, on a one-time basis or as defined in the individual contract. Refusal to accept some or all of the Government Furnished Property offered by the Government shall not relieve the Contractor from Contract performance. The Government Furnished Property provided may or may not be sufficient to meet the requirements of the Contract. INVOICE, RECEIPT, ACCEPTANCE, AND PROPERTY TRANSFER (iRAPT). DoD electronic invoicing program. 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. PERFORMANCE REQUIREMENTS SUMMARY (PRS). Identifies the key service outputs of the contract that will be evaluated by the Government to assure contract performance standards are met by the Contractor. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. SYSTEM: A group of interacting or interdependent components and equipment operating together to perform a common function. As an example a piping system would include all piping, hangers, valves, pumps, controlling components, and fittings necessary to ensure proper operation in the achievement of its overall function. TACTICAL. Tactical is the employment and ordered arrangement of forces in relation to each other. Through tactics, commanders use combat power to accomplish missions. Within regards to this PWS, this term relates to units operating outside of their standard garrison area and deploying to, and training in, field locations either CONUS or OCONUS. UPGRADE. To raise a system and/or equipment to higher standard, in particular, to improve performance and/or efficiency by adding or replacing components. VIDEO CONFERENCE SUPPORT: For the purposes of this PWS, means a video conferencing technician capable of providing on-site set-up, troubleshooting and minor repairs of a VTC system to ensure an immediate, fully operational system. VIDEO TELECONFERENCE (VTC) SYSTEMS: A set of interactive telecommunication technologies which allow two or more locations to interact via two-way video and audio transmissions simultaneously. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract.
11
WORK WEEK. Monday through Friday, unless specified otherwise.
2.2. ACRONYMS: ACOR ADPE AFARS AR C2 C4 CAD CCC CCR CCTV CFR CONUS COR COTR COTS CP CPX DA DAC DBS DD250 DD254 DFARS DMDC DOD ECU EOC FAR FH GFE GFP GFEBS HIPAA IA IAW IP IDIQ JER JNTC JTR KO LAN LPTA LDAP LSD MCU MSC MFD NA NEC
Alternate Contracting Officer's Representative Automated Data Processing Equipment Army Federal Acquisition Regulation Supplement Army Regulation Command and Control Command, Control, Computers and Communications Computer Aided Design Corps Command Center Command Conference Room Closed Circuit Television Code of Federal Regulations Continental United States (excludes Alaska and Hawaii) Contracting Officer Representative Contracting Officer's Technical Representative Commercial-Off-the-Shelf Command Post Command Post Exercise Department of the Army DA Civilian Digital Broadcast System 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 Environmental Control Unit Emergency Operations Centers Federal Acquisition Regulation Fort Hood Government Furnished Equipment Government Furnished Property General Fund Enterprise Business System Health Insurance Portability and Accountability Act of 1996 Information Assurance In Accordance With Internet Protocol Indefinite delivery/indefinite quantity Joint Ethics Regulation Joint Network Transport Capability Joint Travel Regulation Contracting Officer Local Area Network Lowest Price Technically Acceptable Lightweight Directory Access Protocol Large Screen Display Multipoint Conference Unit Major Subordinate Command Multi-Function Device Not Applicable Network Enterprise Center 12
NLT M&S OCO OCI OCONUS ODC PAM PDS PIPO PM POC POP PRS PWS QA QAP QASP QC QCP ROM SEP SSBI TAC TOC TDY TE TO TORF HF/UHF UPS VoIP WAN WAWF
No Later Than Maintenance and Support Overseas Contingency Operations Organizational Conflict of Interest Outside Continental United States (includes Alaska and Hawaii) Other Direct Costs Pamphlet Protected Distribution System Phase In/Phase Out Program Manager Point of Contact Period of Performance Performance Requirements Summary Performance Work Statement Quality Assurance Quality Assurance Program Quality Assurance Surveillance Plan Quality Control Quality Control Program Rough Order of Magnitude Signal Entry Panel Single Scope Background Investigation Tactical Command Post Tactical Operations Center Temporary Duty Technical Exhibit Task Order Task Order Request Form High Frequency/Ultra High Frequency Uninterruptible Power Supply Voice over IP Wide Area Network Wide Area Workflow
13
PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services: The Government will not provide any services for use. 3.2. Facilities: The Government will not provide an on-post facility for use. 3.3. Utilities: The Contractor shall not use property provided by the Government for any purpose other than in the performance of this contract. 3.4. Equipment: The Government will not provide any equipment on-post for use. 3.5 Materials: N/A
14
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 Part 5 of this PWS. 4.2 Facility: The Contractor is not required to maintain a facility located near FT Hood 4.2.1. Secret Facility Clearance: The contract holder shall possess and maintain a DD 254 SECRET facility clearance from the Defense Security Service. 4.3. Materials: The Contractor shall furnish materials, supplies, and equipment necessary to meet the requirements under this PWS. 4.4. Vehicles and Equipment: The contractor must furnish any and all transportation, to be owned and insured by the contractor, for personnel, tools, and equipment to and from the contractor’s facility and the job site. T
15
PART 5 SPECIFIC TASKS Part 5 – Specific Tasks. 5.1 General Information: The Contractor shall install in both conference rooms (Bldg 14010 and bldg. 14024) a VTC system capable of conducting both SIPR and NIPR VTC’s on dual displays; an unclassified DSN phone conferencing capability, DCO/DCS audio conferencing capability, view/display capability of a NIPR computer, view/display capability of a SIPR computer, with all functions controlled through an AMX coded touch panel. 5.2 Scope of Work:
A. Conduct site survey to prepare estimate. B. Provide a complete Bid proposal that will include:
I.
II. III. IV. V.
Full Proof Of Concept Drawings to include i. Room view drawings ii. Wiring Diagrams iii. Elevation designs A complete List of equipment (BOM) with itemized pricing Clarification that NONE of the existing equipment will be re-used Clarification that full As Built Drawings and un-locked, unprotected and un-compiled code will be provided to the government once the project is signed off on. Pricing with and without options
16
C. Project plan to include Program Organization and Milestones (POAM), dependency, decision points and events. D. Disassembly of current conference room. E. Removal and disposal of old conference room equipment. End items that are serial numbered may be retained by the customer, at the customer’s discretion, for reutilization or for disposal through DRMO. Procure equipment and hardware. F. Install and/or mounting of all equipment. G. Run all cables and terminate. H. Removal of all trash and packing material at work site. I. Program/configure devices and systems J. Conduct System Operational Verification Test (SOVT), demonstrate full functionality to be approved by the contracting officer and the customer or their designated representative. K. Conduct user training.
5.3 Deliverables: The Contractor shall furnish the Government a copy of the technical data (maintenance, repair, standard operation procedures, etc.), computer hardware list (parts list to include quantity, manufacturer, model and/or part number), software data and drawings related to all upgrades, design, configuration, integration, fabrication and installation of any VTC systems.
A. B. C. D. E.
F. G. H. I. J. K. L.
Specifically: ONLY commercial and professional grade equipment will be acceptable. All inputs should go to a central matrix switch. All outputs should come from a central matrix switch. All inputs can be routed to all output devices. All functions controlled through a touch panel. There is to be no need for the user to have a remote to use the room. The control system in conjunction with the matrix switch will prevent security spillages. Contractor will NOT re-use any existing equipment. All existing equipment will be taken out of the rooms and either turned in or disposed of depending on the client’s wishes. All audio will run through an approved Digital Sound Processor (Biamp TesiraFORTE DAN TI or comparable) for echo canceling and line leveling. Dante enabled digital signal processors will be utilized to receive, process, and distribute audio signals. The DSP will have an integrated telephone line for audio teleconference. Audio Video Teleconferencing will be fully integrated into the new VTC system and will be operated via the Touch Control system. All PCs are assumed to be GFE. All cable will be in concealed or in duct work. Speakers will be ceiling mounted, ceiling recessed. Only Dante enabled ceiling mounted microphone arrays will be technically acceptable (Shure MXA910 or comparable) An Audio/Video bridge for Software CODEC (such as DCS) will be provided and integrated into the functions of the new system. In the 2nd Battalion conference room there will be two (2) 10” Touch panels. One (1) each at the head of the conference table and operators desk.
17
M. In the 48th Chemical Brigade command conference room, the operators desk touch panel will be replaced with a 21” touch panel and graphics processor and the table touch panel with a 15” touch panel. N. All equipment will be housed within AV specific Credenzas with built in racks (Middle Atlantic C5 series 3-bay credenza or better) O. All conference chairs will be High Black Leather Swivel type (GO-931H-BK-GG) or better P. PC functionality will be done on the PC not from the control Q. Single keyboard & mouse that can be extended to the conference table for desk. R. The vendor will provide the work to ensure electrical plugs are placed directly behind all the equipment as necessary. S. Customer will provide escort for all contracts on work site, Building 14010 Battalion Avenue, Fort Hood, TX 76544. T. Contractor is responsible to gain post access. U. Customer will coordinate for the contractor to obtain access to loading docks and other special locations. V. All work is to done to DoD and industry standards. (See Item 7, Compliance Requirements). W. FINALYZED As-Built drawings to include full wiring diagrams and a serialized parts list will be provided. X. All un-locked, unprotected and un-compiled code for control panel and systems. Y. Training documentation. Z. All supplemental material and items of installed systems. AA. To include Remotes, mounting brackets, documentation, vendor software, cables, etc. BB. A 1-year warranty on all labor to include: a. Unlimited Phone & Email Support. A centralized phone number and email address will be provided to all client points of contact. Initial phone response time will be within 1-2 hrs. b. Next Day On Site Support. A technician will be dispatched for on-site support within 24hrs when required by the client. c. Software upgrades for all appliances and in-warranty repair/replacement with manufacturers and support for out of warranty repair/replacement at preferred prices (quoted as needed T&M. d. Bi-annual Maintenance Visits. A certified technician will schedule visits (at the client’s convenience) to perform full proactive maintenance (testing, upkeep, firmware updates, etc.), conduct additional training and address user concerns twice a year.
5.4 Compliance Requirements: Contractor will assure that design and implementation meet the relevant standards from these reference documents:
a. NSTISSAM Tempest 2-95 Red Black Installation Guidance b. NSTISSI 7003 Protective Distribution Guidance c. Technical Guide for Installation Information Infrastructure Architecture (TG-I3A), March 2008. d. UFC 3-580-01 Telecommunications Building Cabling Systems Planning and Design, June 2007 e. Technical Guide for the Integration of Secret Internet Protocol Router Network (SIPRNET) Version 4.0 May 2007
18
f. Grounding and Bonding Guidance Version 2.0 May 2005 g. FORSCOM Regulation 385-1 Forces Command Safety Program, September 2006 h. FORSCOM Memorandum 25-2 Information Assurance, May 2005 i. Army Regulation 380-5 Information Security September 2000 j. Army Regulation 500–3 Continuity of Operations Program Policy and Planning, 18 April 2008 k. Army Regulation 380-40 Policy for Safeguarding and Controlling Communications Security (COMSEC), 31 July 2000 l. DoD Instruction 8510.01 DoD Information Assurance Certification and Accreditation Process (DIACAP),November 2007 m. DoD Instruction 4630.8 Procedures for Interoperability and Supportability of Information Technology (IT) and National Security Systems (NSS), June 2004 n. SSC-C ENG-POL-0001-1.0 SSC-C Engineering Processes Improvement Policy, December 2003 5.7 Contractor Manpower Reporting (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer’s Technical Representative (COTR) or also known 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 sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor’s system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website.
19
Part 6 Applicable Regulations and Manuals. 6.1 Documents applicable to services to be performed under this PWS are listed below. Supplements, amendments, or revisions to documents may be issued during the term of the contract, and shall be in full force and effective immediately upon receipt by the Contractor or posting to the website. The Contractor shall adhere to the requirements in these supplements, amendments, or revisions during the life of the contract pending negotiation. The Contractor shall post and update publications, as applicable, as change notices are provided by the Government. Upon completion of this contract, the Contractor shall return to the Government all publications provided to the Contractor by the Government. Applicable documents can be accessed electronically at this address: http://www.apd.army.mil/. Army Regulation 25-1, Army Knowledge Management and Information Technology, 6/25/2013 Army Regulation 25-2, Information Assurance, 10/24/2007 Army Regulation 380-5, Department of the Army Information Security Program, 9/29/2000 Army Regulation 380-40 Policy for Safeguarding and Controlling Communications Security Army Regulation 500–3 Continuity of Operations Program Policy and Planning, 18 April 2008 (COMSEC), 31 July 2000 AR 715-9, Contractors Accompanying the Force CNSSI No.7003, Protected Distribution Systems (PDS), September 2015 DoD Instruction 4630.8 Procedures for Interoperability and Supportability of Information Technology (IT) and National Security Systems (NSS), June 2004 DoD 5500.7-R, Joint Ethics Regulation, 08/1993 DoD Instruction 8510.01 DoD Information Assurance Certification and Accreditation Process (DIACAP), November 2007 FORSCOM Regulation 385-1 Forces Command Safety Program, September 2006 FORSCOM Memorandum 25-2 Information Assurance, May 2005 Grounding and Bonding Guidance Version 2.0 May 2005 NSTISSAM Tempest 2-95 Red Black Installation Guidance NSTISSI 7003 Protective Distribution Guidance, May 2007 SSC-C ENG-POL-0001-1.0 SSC-C Engineering Processes Improvement Policy, December 2003 Technical Guide for Installation Information Infrastructure Architecture (TG-I3A), March 2008 Technical Guide for the Integration of Secret Internet Protocol Router Network (SIPRNET) Version 4.0 UFC 3-580-01 Telecommunications Building Cabling Systems Planning and Design, June 2007
20
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 - Contract Equipment Acceptance Form
21
TECHNICAL EXHIBIT 1 PERFORMANCE REQUIREMENTS SUMMARY (PRS) The PRS provides the following information:
Performance Objective: Defines what specific results or outcomes that will satisfy the overall requirement. Performance Standard: What level of performance is required to meet the Performance Objective Performance Threshold: The amount of deviation from 100% compliance that is acceptable
PERFORMANCE OBJECTIVE (PWS Paragraph)
PERFORMANCE STANDARD
PERFORMANCE THRESHOLD The Contractor provides necessary and required training 96% of the time.
C.5.2 Conduct user training.
Conduct user training.
C.5.4 Technical Work/Support
All inputs should go to a central matrix switch. All outputs should come from a central matrix switch. All inputs can be routed to all output devices. All functions controlled through a touch panel. There is to be no need for the user to have a remote to use the room.
96% of all inputs and outputs are routed through the central matrix switcher.
5.3 Deliverables
The Contractor shall furnish the Government a copy of the technical data (maintenance, repair, standard operation procedures, etc.), computer hardware list (parts list to include quantity, manufacturer, model and/or part number), software data and drawings related to all upgrades, design, configuration, integration, fabrication and installation of any VTC systems. Contractor will assure that design and implementation meet the relevant standards from these reference documents:
The Contractor provides 96% of the required documentation.
5.6 Compliance Requirements
The Contractor is in compliance with 96% of the required regulatory guidance..
Note: Government surveillance of contractor performance is not limited to the Performance Objectives as outlined in this PRS. The government reserves the right to conduct compliance surveillance of any contractual requirement of this acquisition.
22
TECHNICAL EXHIBIT ACCEPTANCE FORM The materials and / or product / project that accompany this documentation meet or exceed all standards described and / or contained within the contract / task order. Signatures on this Document Certifies that:
There are no Prohibited Materials present in the constructions and finishes of this deliverable product. The items/services furnished per the procurement document have been manufactured, tested, and inspected in accordance with requirements of applicable specifications and the results of such tests and inspections meet the requirements thereof. Required inspections and tests have been performed. All necessary training has been completed. All material used in items furnished meet the applicable specifications requirements specified by the procurement document. TO # _____ Acceptance Check List (Please initial appropriate column) Category Contract Requirements Physical Installation Cables/Wires AMX Tablets/Controllers
VTC Equipment Service/Repair JOC/TOC/EOC
JOC/TOC/EOC Services Cleanup
Training
Description All requirements, as listed in the contract, have been met and validated Installation build and construction meets all expectations set forth in the contract. All cables and wires are properly ducted and neatly configured. All AMX devices are configured as required by the contract and unit personnel are comfortable with the software layout. Both NIPR and SIPR calls (if required) have been successfully made to a distant station. Video presentation and quality has been validated acceptable through all required sources, VTC /PC, etc... Audio presentation and quality has been validated acceptable through all required sources, VTC/PC/ Microphones, etc... All equipment was PMCS’d IAW proper TM, parts ordered and installed as required. All SIPR/NIPR stations operational Video presentation and quality has been validated acceptable through all required sources, VTC /PC, etc... Audio presentation and quality has been validated acceptable through all required sources, VTC/PC/ Microphones, etc... All services required by the contract and provided by the contractor met the standards/requirements of the contract. All trash/debris accumulated throughout the contract work was gathered up/removed by the contractor and the unit area was brought back to its original level of cleanliness. All training requested and contracted for has been provided. 23
YES
NO
NA
See Notes
Documentation
All documentation requested and contracted for has been provided.
I hereby certify that this document is accurate to the best of our knowledge.
CONTRACTOR SITE LEAD/PROJECT MANAGER
DATE
The undersigned acknowledges receipt of above noted product/service and that said product/service is in compliance with all contractual agreements.
UNIT REPRESENTITVE
DATE
The undersigned acknowledges validates the noted product/service was accepted by the unit representative and that said product/service is in compliance with all contractual agreements.
CONTRACTOR OF RECORD
NOTES
24
DATE