PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

PERFORMANCE WORK STATEMENT

FOR

GUARDIAN ANGEL

RESCUE INSTRUCTIONAL AND TRAINING SERVICES

OPR: DAVIS MONTHAN AFB, TUSCON

i

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

TABLE OF CONTENTS

SECTION 1 DESCRIPTION OF SERVICES SCOPE OF WORK 1.1 Background ...... 1 1.2 Mission ...... 1 1.3 Contract Scope ...... 1 1.4 Places of Performance ...... 1 PROGRAM MANAGEMENT 1.5 Government Program and Contract Management ...... 1 1.6 Personnel Management...... 2 1.7 Meeting Support ...... 3 1.8 Reporting Requirements ...... 4 1.9 Associate Contractor Agreements ...... 4 1.10 Information Management ...... 4 1.11 Environmental, Safety and Occupational Health ...... 5 1.12 Weapons, Firearms, and Ammunition ...... 6 1.13 Traffic Laws ...... 6 1.14 Access to Installation during Force Protection Conditions ...... 6 TRAINING REQUIREMENTS 1.15 General / Advanced Planning Details ...... 6 1.16 Instructional Support and Logistics ...... 8 1.17 Fixed / Rotary Aircraft Requirements and Operational Availability ...... 8 1.18 5-Level Course Training Phase Requirements ...... 8 1.19 7 Level Couse Training Phase Requirements ...... 14 SECURITY 1.20 Security and Installation Requirements ...... 16 1.21 Personnel Security ...... 17 1.22 Information and System Security ...... 17

SECTION 2 SERVICE SUMMARY SERVICES SUMMARY (SS) NARRATIVE 2.1 Purpose ...... 19 2.2 Components ...... 19 2.3 Quality Assurance Surveillance Plan (QASP) ...... 19 2.4 Right to Surveil ...... 19 2.5 Major Non- conformance ...... 19 2.6 Minor Non-Conformance ...... 19 Services Summary Table ...... 20 MEASUREMENT, ANALYSIS, AND IMPROVEMENT (MA&I) 2.7 Quality Assurance ...... 20 2.8 Evaluations ...... 20

i

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

SECTION 3 GOVERNMENT/CONTRACTOR-FURNISHED PROPERTY AND SERVICE GOVERNMENT FURNISHED PROPERTY AND SERVICES 3.1 General ...... 22 3.2 Government Furnished Property ...... 22 3.3 Government Furnished Facilities ...... 22 3.4 Government Furnished Equipment ...... 22 3.5 Government Furnished Materials ...... 23 3.6 Government Furnished Services ...... 23 3.7 Contractor Furnished Property and Services ...... 23

SECTION 4 GENERAL INFORMATION TRANSITION 4.1 Functional Responsibility ...... 29 4.2 Phase-In Plan ...... 29 4.3 Phase-Out Plan ...... 29 4.4 Phase-in/Phase-out Responsibilities ...... 29 4.5 Schedule ...... 29 4.6 Access to Facilities ...... 29 HOURS OF OPERATION 4.7 Normal Hours of operation ...... 30 4.8 Federal Holidays ...... 30 4.9 Employee Travel ...... 30 4.10 Overtime ...... 31 4.11 Contract Man-Year Equivalent (CME) Reporting ...... 31 4.12 Additions, Relocation and Closures ...... 31

APPENDIX A – Definitions, Abbreviations, and Acronyms ...... 32 APPENDIX B – Plans and Reports (CDRLS) ...... 39 APPENDIX C – Key Personnel / Qualifications ...... 41 APPENDIX D – Publications and Forms ...... 46 APPENDIX E – Government-Furnished Equipment and Materials ...... 49 APPENDIX F – Contractor Proposal Strength Incorporations ...... 50

ii

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

SECTION 1 DESCRIPTION OF SERVICES

SCOPE OF WORK.

1.1. Background. The 68th Rescue (68 RQS) is the Air Force’s Guardian Angel Formal Training Unit (FTU). Guardian Angel is comprised of Combat Rescue Officers (CRO), Pararescuemen (PJ), and Survival, Evasion, Resistance, and Escape (SERE) specialists. Guardian Angel (GA) provides support to Geographic Combatant Commanders’ (GCC) Personnel Recovery (PR), Combat Search & Rescue (CSAR), Global Precision Strike and Special Operations Command (USSOCOM) Special Operations requirements. Guardian Angel also provides direct support to the President of the United States, Secretary of Defense, and National Aeronautics and Space Administration (NASA) manned spaceflight missions. Specialized education and training is required to develop qualified PJ/CROs to ensure mission success.

1.2. Mission. The mission of the 68 RQS is to provide combat leaders, highly trained recovery specialists, and military free fall jumpmasters for the United States, its friends, and allies.

1.3. Contract Scope. Except as specified in Section 3, Government Furnished Property and Services, the Contractor shall provide personnel, aircraft, boats, vehicles, equipment, tools, materials, supervision, and any other items and services required to successfully perform PJ 5-level and 7-level upgrade services as outlined in Section 1 and to meet the tasks, standards, and conditions requirements of the Career Field Education and Training Plan (CFETP). The primary objectives of this contract are: 1) Maximize operational effectiveness and combat capability, and, 2) Preserve Air Force personnel and material resources.

1.3.1. Budget. The Government has budgeted for all CLINS to be exercised for this acquisition. This budget includes the base year, all four option years, and phase-in. Due to budget constraints levied by the Government, this requirement can undergo negotiations to modify the efforts to meet the Government’s budget objective anytime during contract performance.

1.3.2. De-scope. The Government may reduce or eliminate support functions under this contract as organic capabilities of the 68 RQS change. These changes may include, but are not limited to, reducing the requirement for student billeting as Government facilities become available, reducing the requirement for parachute drying tower, and/or reducing the requirement for parachute riggers. These changes will be accomplished via bi-lateral contract modification if they become necessary.

1.4. Places of Performance. The Contractor shall provide site locations and environments suitable for training execution to include classroom support. See para 1.18 and 1.19 for the specific location requirements.

PROGRAM MANAGEMENT.

1.5. Government Program and Contract Management. The ACC Training Support Squadron (ACC TRSS) and ACC Acquisition Management and Integration Center (ACC AMIC) provide program and contract management execution, respectively. The ACC TRSS/ACQ is the designated Functional Services Manager. ACC/A3J is the designated Functional Area Manager and Services Designated Official as defined in AFI 63-138, Acquisition of Services and sets the requirements. The Contracting Officer Representative(s) is primarily responsible for all contractual technical issues and is located at Headquarters (ACC TRSS), , VA and Davis-Monthan Air Force Base, AZ. The

1

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

COR(s) and Contracting Officer (CO) are the primary interface to the Contractor. The CO is the only individual with the express authority to obligate the Government and negotiate contract changes. The assigned CORs, with Subject Matter Experts (SMEs), are responsible for surveilling the Contractor using the criteria outlined in PWS Section 2 and the Government Quality Assurance Surveillance Plan (QASP).

1.5.1. Government Flight Representative and Government Ground Representative. AFICA/KC (Operating Location – ACC) is the Government Flight Representative (GFR) and Government Ground Representative (GGR) approving authority responsible for designating GFR(s) and GGR(s), as nominated by the 563rd Rescue (563 RQG). GFRs and GGRs maintain surveillance of flight and ground operations and perform duties prescribed by AFI 10-220, Contractor’s Flight and Ground Operations. GFRs and GGRs must be Defense Contract Management Agency (DCMA) trained to surveil the Contractor using the criteria outlined in the PWS and AFI 10-220, Contractor’s Flight and Ground Operating Procedures. The GFR/GGRs will be attached to the 563 RQG/OGV, with dual responsibilities to the Government program management office and 68 RQS.

1.5.2. Contractor Site Manager. The Contractor shall provide a Site Manager with full authority to act on behalf of the company relating to the daily execution of this contract. This individual serves as the focal point and single interface between the Government and Contractor personnel for all communication and actions required to integrate the execution of the various scheduling, instructional, and logistical support required under this contract. The name of this person, and an alternate or alternates, who shall act for the Contractor when the Site Manager is absent, shall be designated in writing to the Contracting Officer within 30 days after contract award.

1.5.3. Contractor Logistics Manager. The Contractor shall provide a Logistics Manager responsible for managing transportation requirements, billeting facilities, vehicles, and other Contractor-furnished supplies and services to support student training. The Logistics Manager may be designated as the alternate Site Manager.

1.5.4. Availability. The Contractor shall be responsive to Government requests and meet required contractual timelines. The Site Manager or designated representative shall be available to respond to Government requests within two (2) hours of contact. After normal duty hours, the Site Manager or designated representative shall be available within six (6) hours of contact.

1.6. Personnel Management.

1.6.1. Management Plan. Contractor shall develop a Management Plan that, at a minimum, outlines the position title, job descriptions, qualifications, certifications, and training requirements for all positions as applicable (reference Appendix C); the organizational structure and lines of authority, responsibilities, and communication; manning levels; work process flow; work scheduling methods; training approach and frequency; integration with the Contractor’s Quality Management System (QMS); and any other key management processes that impact program operations. Clearly designate key personnel in the Plan. Designated key personnel shall be in place at contract performance start. The Plan shall be provided to the Government as part of the proposal and a stand-alone version provided no later than (NLT) 15 days after Phase In start in accordance with Appendix B (CDRL B001).

1.6.1.1. Changes. In the event of needed changes, the Plan shall be submitted to the CO and COR for review and approval prior to change implementation. For any changes in key personnel, provide a qualifications package NLT seven (7) days after the needed change or vacancy is identified to the Government for CO and COR review and approval.

2

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

1.6.2. Training. The Contractor will develop, deliver, and implement a Training and Certification Plan (CDRL B002) that will ensure Contractor instructors and other personnel meet the standards outlined in this PWS. This plan shall be submitted concurrent with the offeror's proposal. The Contractor shall submit a stand-alone version of this plan to the COR for approval, NLT 15 calendar days after contract phase in begins. As required, the Contractor will make appropriate modifications and obtain acceptance of the revised plan from the COR within 15 calendar days of receipt. Upon acceptance of the plan, the Contractor will deliver a copy of the plan to each local COR under this contract within five (5) calendar days. The plan will include as a minimum, the instructor qualification requirements for each phase of training or major specialty area supported.

1.6.3. Contractor Employee Restrictions and Identification. Contractor personnel shall present a neat and professional appearance. All employees shall be able to read, write, speak, and understand English. The Contractor shall not employ any person for work on this contract if the employee is identified by the Contractor or CO as a potential threat to the health, safety, security, general wellbeing or operational event of the installation and its population. When on a Government installation, Contractor employees shall wear a company badge identifying them as contractors. All Contractor 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 Contractor employees. Contractor employees shall also ensure all documents or reports produced are suitably marked as Contractor products or that Contractor participation is appropriately disclosed.

1.6.4. Conflict of Interest. The Contractor shall not employ any individual who is an employee of the United States Government if the employment of that individual would create a conflict of interest, nor shall the Contractor employ any person who is an employee of the AF, either military or civilian, unless such person seeks and receives approval of the employment in accordance with DODD 5500-7, Standards of Conduct. In addition, the Contractor shall not employ any person who is an employee of the AF if the employment would be contrary to the policies contained in AFI 64-106, Air Force Industrial Labor Relations Activities.

1.6.5. Terminations. Report any employee terminations to the CO within 24 hours of occurrence. The CO may request the Contractor remove any employee performing work on the contract when retention endangers life, property, national security, and the integrity and standards of the program. The CO may also request the Contractor remove any employee from performance of duties who does not meet the minimum education and experience qualifications established in the Contractor’s Management Plan and Appendix C.

1.7. Meeting Support. The Contractor shall participate in scheduled and ad hoc meetings, discussions (in person and remotely) in support of program execution, as directed by the Government. The Contractor shall be prepared to provide deliverables and/or discuss Contractor activities that have, or may have, an effect upon program execution. At a minimum, the Contractor shall provide support for the following meetings:

MEETING TYPE DESCRIPTION FREQUENCY Pre-Phase Planning Discuss draft schedule, syllabus, 60 calendar days prior to Phase lessons plans, logistics plans, start instructor and Contractor support qualifications (i.e. resumes), and Government cadre/Contractor

3

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

synchronization. Reference paragraph 1.15. Lesson Plan / Syllabus Review of final Lesson Plan and 46 calendar days prior to Phase Review Syllabus for implementation start Course Curriculum Review feedback from classes to At the half-way point of the Reviews be used for course updates. class and within 14 calendar Reference paragraph 1.18.12. days of class completion Logistics Planning Review of final Logistics Plan 46 calendar days prior to Phase start Program Management Review Contractor performance Quarterly, or as needed Review to assess health and status of the program

1.8. Reporting Requirements. (CDRLs, etc.). See Appendix B for the required deliverables. All deliverables shall be accurate, complete, and submitted on time. 1.8.1. Contractor’s Monthly Progress and Status Report. The Status Report documents the status of Contractor effort towards achieving contract objectives. It identifies accomplishments to date and difficulties encountered, and compare the status achieved to planned goals and the resources expended. It is used by the Government to monitor and evaluate Contractor performance. See CDRL B009. 1.9. Associate Contractors Agreements (ACA). The Contractor shall negotiate with associate Contractors to develop appropriate Associate Contractor Agreements (ACAs) towards the integrated support, cooperation, exchange, and sharing of information essential to successful performance of the individual efforts. Submit completed ACA(s) to the CO NLT 30 days after award. These agreements shall not restrict the Government’s rights established pursuant to this or any other contract. The Contractor shall not duplicate contracted functions intended by the Air Force to be provided by an associate Contractor pursuant to the terms of their contract. The agreements shall include the basis for sharing information, data, technical knowledge, expertise, and/or resources essential to the integration of the contract, which shall ensure the greatest degree of cooperation for the development of the program to meet the terms of the contract. 1.10. Information Management.

1.10.1. Maintenance, Access, and Control. Maintain deliverables such as files, reports, files, operating instructions, operating procedures, and other media IAW AFI 33-322. Government-owned records shall be segregated from the company-owned records. Establish a workable file system IAW Air Force Records Information Management System Records Disposition Schedule (AFRIMSRDS). Records shall be disposed of IAW AFI 33-364, Records Disposition Procedures and Responsibilities and AF Records Disposition Schedule. Segment and control access security and safety of records according to record sensitivity IAW AFI 33-322. Identify and establish procedures to protect or remove all vital records in the event of a disaster, natural or otherwise. All Contractor-generated deliverables generated in performance of this contract shall remain in place and accessible to the Government throughout the duration of the contract, in the event of a termination, and at contract completion. The Government has unlimited rights to use, duplicate, or disclose the data in support of program operations. All deliverables shall be current, accurate, and available electronically for Government review at all times. The Contractor shall obtain CO approval prior to using and marking any proprietary data in performance of this contract.

1.10.2. Publications, Technical Orders (TO) and Supplements. All publications, instructions

4

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022 and documents applicable to this program are listed in Appendix D for compliance. Any reference to a publication is meant to include the basic and all its ACC supplements (including base supplements) and amendments unless otherwise specified in this document. Supplements or amendments to documents listed in Appendix D may be issued during the life of this contract. The Government will make available all documents listed in Appendix D throughout the life of the contract. Develop a process to review publication changes to ensure currency and adherence.

1.10.2.1. Change Implementation. In the event of changes to documents in Appendix D, notify the CO if the changes will result in contract price changes. The Contractor shall provide a change proposal to the CO NLT 30 calendar days after the document’s change publication date. For price increases, obtain approval from the CO prior to implementing the required changes. Failure to submit a proposal increase within 30 calendar days entitles the Government to hold the Contractor to perform IAW such change at no increase to contract price.

1.10.3. For Official Use Only (FOUO). Create and maintain For Official Use Only (FOUO) material IAW DoD 5400-7, R, DoD Freedom of Information Act Program, Chapter 4; AFI 33- 129, paragraphs 7.4, 8.2.3, 16 and 17; and AFI 33-201 Volume 2. When documents containing FOUO material are authorized for destruction, shred the records so that the pieces cannot be reconstructed. Degauss or overwrite magnetic tapes or other magnetic medium.

1.11. Environmental, Safety & Occupational Health. 1.11.1. Environmental Protection and Safety Plan. Develop, implement, maintain, and submit the Plan to the Government for review and approval IAW CDRL B003 NLT 30 days after contract award. The Contractor shall be knowledgeable and comply with all applicable federal, state, and local environmental statues, instructions, manuals, handbooks, and regulations. The Contractor shall comply with Occupational Safety and Health Act (OSHA) (Public Law 91-596) required to protect Government resources, personnel, and the general public. The Contractor shall be financially responsible for any fines, penalties, or judgements imposed by federal, state, or local agency or court for environmental law violations, or other damages resulting from, but not limited to, use, treatment, storage, discharge, or spill/release due to Contractor performance. 1.11.1.1. Spill Prevention and Control. Immediately report all release(s) of hazardous materials, wastes, Petroleum, Oil, and Lubricants (POL) products, and other materials IAW the host base or airfield/airport plans and directives. 1.11.1.2. Mishap Notification. Notify the COR, 68 RQS/CC, and host Wing Safety Office of all mishaps involving on-duty Contractor personnel, AF assets, or AF operations, which result in injury, illness, or damage. Additionally, notify the CO and COR of all mishaps IAW CDRL B003 and B010. Establish internal mishap notification procedures and brief personnel. 1.11.1.3. Mishap Reporting. Provide a copy of all mishap reports to the COR, CO, Contractor PM IAW CDRL B003 and B010. Injuries to Contractor personnel will be reported IAW OSHA procedures. Maintain records of occupational injuries, illnesses, and other related activities as required by Federal, State and local regulations. Maintain copies of all mishap reports for one year. 1.11.1.4. Mishap Investigation. The host Wing Safety Office is responsible for investigating mishaps involving Government personnel, AF assets, or AF operations that result in injury, illness, or damage. The Contractor shall assist Government personnel in any Government mishap investigation until released by the mishap investigation authority. The Contractor shall not release mishap information outside official Government channels.

5

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

1.11.1.5. Emergency/Disaster/Severe Weather Response. Establish specific emergency action procedures to respond to disaster control and severe weather, aligned with the host base response plans in accordance with CDRL B004. Contractor procedures (checklists) shall be coordinated through the COR. Contractor employees shall fully understand and be prepared to implement specific disaster control duties and responsibilities pertaining to aircraft/support equipment movement, aircraft/equipment protection and personnel evacuation. 1.12. Weapons, Firearms, and Ammunition. Eligible Contractor personnel may possess and transport firearms and/or ammunition required for performance of contract duties on DoD installations IAW Davis-Monthan AFB policy directives. DoD retired, active duty, reserve or guard personnel who possess a valid non-Contractor CAC identification are eligible, and others may be approved on a case- by-case basis by the host base’s Security Forces. The Contractor shall provide a list to the COR of all personnel required to possess and transport firearms and/or ammunition at least 60 days prior to class start.

1.13. Traffic Laws. Contractor employees shall comply with all base traffic regulations.

1.14. Access to Installation during Force Protection Conditions (FPCONs). Gaining accessing the installation shall be done IAW the requirements outlined in the local Antiterrorism/Integrated Defense Plan(s). Contractors will also be assigned a mission essential designation IAW requirements contained in Antiterrorism/Integrated Defense Plan(s). The installation commander or unit commander requesting contract support will assign the mission essential designation.

TRAINING REQUIREMENTS.

1.15. General.

1.15.1. Advance Planning Details

1.15.1.1. 5-Level and 7-Level Instructor Qualifications and Vetting. The Contractor shall provide resumes to the local COR that include certifications and qualifications detailed in Appendix C for all key personnel, instructors, and instruction support personnel NLT 60 calendar days prior to the first training class supported under this contract. Contractor personnel shall not perform instruction or instructional support efforts without Government approval. Contractor may submit a list of returning, previously approved employees for subsequent courses in lieu of resumes 60 days prior to the course start, with resumes attached for any new personnel.

1.15.1.2. 5-Level and 7-Level Schedule. The Government will provide the Contractor an annual schedule as part of the contract year Task Order that includes all 5- and 7-level classes and projected student numbers NLT 90 days prior to the required first class start date. The Government will also provide specific phase schedules for each individual 5- and 7-level class during the Pre-Phase Planning meeting.

1.15.1.3. Estimated Workload. The estimated course load is three (3) 5-level classes and two (2) 7- level classes per calendar year. The basic 5-level course will consist of twelve (12) students. However, Contractor shall be able to accommodate up to twenty-four (24) students per 5-level class. The basic 7- level course will consist of twelve (12) students. The Government may request a maximum of four (4) 5-level classes and a maximum of three (3) 7-level classes each calendar year. Five and 7-level courses may overlap. Each 5-level class shall run a minimum of 48 calendar days and up to a maximum of 90 calendar days as depicted in Table 1a. Each 7-level class shall run a minimum of 10 calendar days and

6

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022 up to a maximum of 19 calendar days as depicted in Table 1b. The Government reserves the right to adjust the phase timing and sequence within the established training schedule to meet prioritized training objectives.

Table 1a. 5-Level Upgrade Training Course. Phase Phase Title Minimum Training Maximum Training Days Days In-Processing (Lodging Only) 3 4 1 Emergency Medical Operations 8 14 2 Fixed Wing Insertion and Parachute 5 Note 1 10 Note 1 Operations 3 Maritime and Dive Recovery 1 4 4 Combat Marksmanship 2 6 5 Small Unit Tactics 3 6 6 Technical Rescue 3 8 7 Rotary Wing Operations (Static) 1 1 8 Rotary Wing Operations (Airborne) 3 Note 1 6 Note 1 9 Survival, Evasion, Resist, Escape 2 3 10 Mounted Operations 2 5 Course Review 0 Note 2 3 Note 2 Out-processing (Lodging Only) 1 Note 3 3 Note 3 Total Days of Instruction 33 67 Note 4

Min/Max Calendar Days 48 90 Note 4

Notes: 1. Contractor shall plan for and schedule one (1) weather day during all flying operations. Table numbers include one (1) weather day in Phase 2 and 8. Training on weekends may be required to complete these phases. 2. Course Review days shall be scheduled during each cycle to allow instructors, students and other Government personnel to complete end of phase critiques. This feedback may occur concurrent with the last day of phase schedule. 3. Out-processing shall have time allocated for instructors, students and other Government personnel to complete end of course critiques. 4. Maximum Total Days of Instruction limited by maximum number of calendar days permitted. The Contractor shall have the flexibility to conduct RITS efforts within the 90-day window, with prior Government approval

Table 1b. 7-Level Upgrade Training Course. Phase Phase Title Minimum Training Maximum Training Days Note 1 Days Note 1 Preparation Phase (AZ) 2 3 1 Land Full Mission Profiles 5 9 Preparation Phase (CA) 1 3 2 Maritime Full Mission Profiles 2 4 Total # of Days of training required 10 19

Note: 1. Does not include travel time.

1.15.1.4. 5-Level Course Syllabus and Phase Lesson Plans. The Contractor shall use the

7

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

Government-provided training phase outline and course materials to provide an updated syllabus and lesson plan for each instructional phase taught by contract instructors in accordance with CDRL B005. These products will meet the requirements of the CFETP task, conditions, and standards (TCS) and be delivered NLT 60 calendar days prior to training start. The Government will provide required changes NLT ten (10) business days after receipt of the syllabus and lesson plans. The Contractor shall have an approved syllabus and lesson plan in place NLT five (5) business days prior to phase start.

1.15.1.4.1. There is no syllabus and/or lesson plan preparation by the Contractor for the 7-Level Course. All training /instruction is conducted by the Government.

1.15.1.5. 5-Level and 7-Level Course Logistics Plan. The Contractor shall develop a logistics plan IAW CDRL B006 for each class that includes the requirements for each phase. The plan shall be provided to the Government for review and approval NLT 60 calendar days prior to training start. The Government will provide required changes NLT ten (10) business days after receipt of the plan. The Contractor shall incorporate required changes and resubmit the plan for Government approval prior to starting training.

1.16. Instructional Support and Logistics. See Section 3, Contractor-furnished Equipment and Services.

1.17. Fixed/Rotary Wing Aircraft Requirements and Operational Availability.

1.17.1. Fixed Wing Aircraft Requirements. The Contractor shall provide a fixed wing aircraft capable of accomplishing a minimum of 80% of scheduled training events per phase IAW paragraph 3.7.1.1; with the objective of accomplishing 100% of the events. The aircraft shall meet the requirements of DODI 4500.53, DoD Commercial Air Transportation Quality and Safety Review Program and Enclosure 6. See Section 3.7.1.1.1. for specific aircraft requirements. For a given 5-level phase (not class or course or year), the rate shall be calculated as follows:

Where: Ss = Student Jumpers, total Sn = Non-student Jumpers, total Js = Jumps Scheduled Ja = Jumps Accomplished Jw = Jumps waived by Government, total

Accomplishment Rate = ((Ss * Ja) + (Sn * Ja) + Jw)) / ((Ss * Js) + (Sn * Ja)) * 100

1.17.2. Rotary Wing Aircraft Requirements. The Contractor shall provide rotary wing aircraft capable of accomplishing a minimum of 80% of scheduled training events IAW paragraphs 3.7.1.2.; with the objective of accomplishing 100% of events. The rotary wing aircraft shall be on the Air Mobility Command (AMC) Commercial Aircraft Review Board (CARB) list. The aircraft operations shall be compliant with 14 CFR Part 135, 14 CFR Part 135 Special Authorization: Night Vision Goggles (NVG) Operations, and Part 133D. See Section 3.7.1.2.1. for specific aircraft requirements. For a given 5-level Rotary Wing (Airborne) phase or 7-level FMP phase (not class or course or year) the rate shall be calculated as follows:

Where: Hs = # hours AIE, scheduled Ha = # hours AIE, accomplished Hw = # hours waived by Government

Accomplishment Rate = ((Ha + Hw) / Hs) * 100

1.18. 5-Level Course Training Phase Requirements. All 5-level training shall occur within approximately 170 statute miles of Davis-Monthan Air Force Base.

8

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

1.18.1. In-processing. The Government will provide a student roster NLT 30 calendar days prior to the course start date. The Contractor shall receive students at the lodging facility throughout the duration of the arrival day. See CFE para 3.7.8.

1.18.2. Emergency Medical Operations.

1.18.2.1 General Instructions. During this phase of training, the Contractor shall provide advanced medical instruction in both the classroom and field environment within 50 statute miles of Davis- Monthan Air Force Base IAW CFETP Atch 1, Section 7, Emergency Medical Operations. The Contractor shall provide a Medical Director that is present during the entire phase. The Medical Director shall be the primary point of contact to the local COR in order to implement immediate changes to the phase curriculum as dictated by safety, student progression, and unforeseen circumstances. The contractor will be responsible for the proper disposal of all medical waste and/or other waste products generated during this phase.

1.18.2.2. Specific Instructions. The phase will start with academic (classroom) based training. The academic portion will be a minimum of two (2) days and a maximum of three (3) days. The academic portion of this phase shall include hands-on stations/training opportunities (when appropriate) to solidify learning concepts. Academics shall be conducted in Contractor furnished facilities (see CFE para 3.7.5.) and include combat-related anatomy and physiology based on the most current USAF Pararescue Medical Operations Handbook. The Contractor shall also provide 5-level Emergency Medical Operations Handbook to the students IAW CDRL B008. These handbooks will be given to students at the start of the phase and shall include intended phase material covered, phase schedule, medical protocols, and any supporting information/lessons which enable students to follow visual/didactic presentations. The Contractor shall provide this handbook to the Government 60 calendar days prior to phase start.

1.18.2.2.1. During the field portion of this phase (student hands-on training), the Contractor shall provide enough instructors to satisfy a 1:3 Minimum Instructor Ratio (MIR) based upon class size (does not include Government provided instructors). This portion of the phase will be a minimum five (5) and a maximum of eight (8) days. It shall include numerous situational medical exercises using Government-furnished simulated manikins for trauma lane training, and advanced Tactical Combat Casualty Care repetitions. Any situational medical exercises (SITMEDEX) shall not exceed a 1:2 patient to student ratio (patients are Government furnished). Any mass casualty medical exercises shall utilize a minimum of 2:1 patient-to-student ratio (patients are Government furnished). Government will provide direction on types of injuries, moulage, manikin’s disposition etc.

1.18.2.2.2. The Contractor shall also provide up to three (3) days of live tissue training (LTT) during the field portion of this phase. The training during this phase shall start with basic instruction and increase in complexity IAW the CFETP task, conditions, and standards. Days 1 and 2 of LTT training shall utilize table-top methods to cover the invasive procedures dictated by the Pararescue CFETP, the USAF Pararescue Medical Operations Handbook, and Initial Phase meeting direction. The Contractor shall provide enough LTT models to satisfy a 1:3 model-to-student ratio (i.e., 12 students require 4 models) on these days. The contractor will provide sufficient models to maintain this ratio throughout the training. Day 3 shall consist of a minimum of four (4) mass casualty scenarios using LTT, each scenario capable of supporting six (6) students. The Contractor shall provide enough LTT models to satisfy a 1:2 model-to-student ratio (i.e., 12 students require 6 models) on these days. The use of human cadavers may substitute or augment up to two days of LTT upon prior approval of the local COR during phase planning.

9

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

1.18.2.3. Amplifying Phase Guidance. The LTT instruction shall be taught IAW DFARS 252.235- 7002, the latest edition of the Air Force protocols, and USAF Pararescue Medical Operations Handbook. The Contractor shall only use providers from the approved ACC LTT list, identified in Appendix E, para E3.0. The Contractor shall provide an on-site veterinarian who is licensed in the United States and who is experienced in the handling, care and anesthesia of the species used in the training. The Contractor shall provide appropriate support staff to assist the veterinarian, as needed, in anesthesia and care of the animals. The Contractor shall also provide a briefing on the responsible and humane use of animals and the mechanisms to report animal welfare concerns; such briefing should be provided to trainees prior to commencement of any animal procedures. The Contractor shall notify the Government of the date(s) and location(s) of proposed training prior to training event and provide immediate notification of any potential animal welfare concerns related to training events. Training dates and locations shall be identified NLT 60 calendar days prior to Phase start.

1.18.2.4. Government Provided Equipment. Throughout the duration of this phase, the Government will provide students with all required medical training equipment and resupply in-conjunction with the requirements stipulated by the phase lesson plan. See GFE list in Appendix E, para E2.0.

1.18.3. Fixed Wing Insertion and Parachute Operations.

1.18.3.1. General Instructions. The Contractor shall provide Fixed Wing Insertion and Parachute Operations training utilizing rear ramp exit equipped aircraft IAW CFETP Atch 1, Section 3.3, Perform Parachute Jumps. Fixed Wing Insertion and Parachute Operations will include both land and water jumps. This phase may require weekend support (weather days/unforeseen jump cancellations) and shall adhere to a 12-hour execution-to-rest cycle for all military personnel. Instructors and students shall follow standard aircrew duty day requirements outlined in the AFI 11- 202v3_AFGM 2017-01, Flying Operations, General Flight Rules.

1.18.3.2. Specific Instructions. The Contractor shall facilitate a minimum of five (5) days of jump operations, which includes: one (1) day of water and one (1) day of classroom academics. Plan for no less than one (1) weather day during this training phase. Plan for 35 hours of FW tach hours in support of 5-level training events. Normal jump operations (day or night) consist of three (3) to five (5) student jumps per student per day, with a minimum of one (1) jump and a maximum of six (6) jumps per student per day. Each class averages between 20 and 30 jumps per student. All jump operations shall occur within a 25 nautical mile radius of the jumper take-off location. The Contractor shall allow non- student Government proficiency/ training jumps on a space available basis within the planned aircraft blade time. Proficiency and training jumps shall not exceed six (6) jumps per non-student daily.

1.18.3.2.1. During land parachute operations, the Contractor shall provide fixed wing aircraft with aircrew; one (1) lead parachute instructor and additional instructors to meet the proper MIR based upon class size. The MIR shall facilitate two (2) instructors per stick of six (6) to eight (8) jumpers. The lead parachute instructor can operate in this capacity if needed. The Contractor shall also provide one (1) Drop Zone (DZ) Controller, two (2) White Cell Coordinators, two (2) Live Role Players, two (2) Air Operations Support personnel, and two (2) Medical Instructors for a minimum of one (1) day. These personnel shall facilitate situational medical exercises at the direction of Government personnel on site. Government will provide injuries, moulage, manikins, etc. The lead instructor shall provide oversight and subject matter expertise during training. The Contractor shall instruct canopy control principles, multiple variations of jump exit techniques, High Altitude High Opening/High Altitude Low Opening techniques, free fall relative work, and jumper military canopy formations (stacking). Upon Government request, the Contractor shall perform lead and high jumper duties for the students during canopy flight. The Contractor shall video record all phases of the jump operation from exit of the aircraft to student landing on the DZ, to include air-to-air and ground-to-air filming. The Contractor

10

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022 shall be capable of utilizing and instructing digital jump calculator technology (i.e., Android Tactical Assault Kit (ATAK)) during this phase of training.

1.18.3.2.1.1. White Cell Coordinators’ primary role is to interface with the lead Government phase instructor to support personnel requirements for phase execution. These contract personnel shall take direction from lead Government phase instructor to ensure all necessary equipment and role players are in place prior to, during, and following each respective evolution.

1.18.3.2.1.1.2. Live Role Players primary role is to interface with the lead Government phase instructor in order to provide realistic and safe role players for each scenario. Live Role Players shall act as both friendly and enemy forces during the phase.

1.18.3.2.1.1.3. Air Operations Support Personnel shall provide transportation of personnel and equipment to and from DZs, training location(s), and/or parachute packing facilities. They will take direction from the lead Government phase instructors.

1.18.3.2.1.1.4. Medical Instructors shall interface with the lead Government phase instructor to support medical training requirements for situational medical exercises during phase execution.

1.18.3.2.1.1.5. DZ Controller shall interface with the lead Government phase instructor and the Contractor’s lead parachute instructor to ensure that the descents of all parachutists are monitored from the ground; to suspend parachuting where necessary if weather conditions become unsuitable; to ensure that the DZ is clear of unauthorized vehicles, aircraft, etc.; and, to maintain communication with the drop aircraft and other aviation activities on and/or adjacent to the DZ. The DZ Controller will ultimately have the authority to “clear” and “abort” any Government parachute drops throughout the duration of training.

1.18.3.2.2. The Contractor shall utilize Government-provided parachutes during all jump operations (see GFE list in Appendix E). The current Government utilized parachute system is the RA-1 Military Freefall Advanced Ram Air Parachute System (MFF ARAPS), hereafter referred to as the RA-1. The Contractor shall also utilize the following Government-provided jump specific equipment: helmets, night vision devices, night vision mounts, altimeters, and jump rucksacks. Contractor personnel shall adhere to joint operational regulations (AFI 11-410, Personnel Parachute Operations, AFMAN 11-420, Static Line Parachuting Techniques and Training, AFMAN 11-411, Special Forces Military Free-fall Operations, TC 18-11, Special Forces Military Free-fall and Double-bag Static Line Operations), with respect to clothing and equipment configuration during parachute operations.

1.18.3.3. Amplifying Phase Guidance. The Contractor shall inform the Government of any required parachute and/or DZ Controller training (on FTU specific parachute systems/equipment) for contract personnel NLT 60 calendar days prior to Phase start. The Government will train Contractor personnel on the required parachute system and/or DZC duties prior to the class start and will inform the Contractor NLT 46 calendar days prior to the Phase start. The Government will provide the syllabus of instruction (SOI) for the required iterative student training upgrades prior to phase lesson plan development. These syllabi include, but are not limited to, the Night Vision Goggle parachute upgrade, Double-Bag Static Line transition, Bottom-Open Container transition, and RA-1 parachute transition. Prior to jump operations the Government shall execute all jump insertion briefs, Jump Master Parachute Inspections (JMPIs), and verify/confirm all jump master calculations. The Contractor shall be prepared to provide debriefs to the students following each jump training day to include video feedback.

1.18.3.4. Phase Scheduling and Contractor Provided Facilities/Equipment. See Section 3.7. The Contractor shall provide a minimum of one (1) qualified parachute rigger per three (3) jumpers. The contracted riggers shall pack no less than 33 parachutes per day. Parachute repack numbers will be

11

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022 dependent on the class size, student progression, and Government instructors present. The Government will provide current and qualified Aircrew Flight Equipment (AFE) personnel to inspect parachute pack jobs.

1.18.3.4.1. During the water jump day of this phase, the Contractor shall coordinate with local authorities to secure the Government selected water DZ and notify the Government of approval to execute NLT 50 calendar days prior to Phase training start. The Contractor’s fixed wing aircraft shall on-load students within a 15 nautical mile radius of the intended water DZ. Currently the preferred location for this phase is Lake Roosevelt, AZ with the potential to move to Lake Pleasant, AZ throughout the duration of the contract. The nearest aircraft runway to the Lake Roosevelt, AZ DZ is Grapevine Landing Zone. The Contractor shall provide the following during water jump operations: fixed wing aircraft with aircrew; one (1) DZ Controller, two (2) Air Operations Support personnel, and at least one (1) boat (and boat driver) per six (6) students during water para-drop operation. See para 1.18.3.2.1. for expanded description of these positions.

1.18.4. Maritime and Dive Recovery.

1.18.4.1. General Instructions. All instruction is provided by the Government and the Contractor shall only provide logistics support for this phase. The Contractor shall provide student lodging for this phase of training, where lodging facilities are no more than 25 statute miles away from training locations. The Contractor shall secure dive training locations through local authorities and notify the Government of approval to execute NLT 50 calendar days prior to Phase start. Suitable dive training locations include: a swimming pool with a minimum depth of 15 feet and a freshwater lake with a minimum depth of 33 feet. There will be a minimum of one (1) travel/gear clean-up day during this phase.

1.18.4.2. Contractor-Provided Personnel and Equipment. The Contractor shall provide one (1) boat and boat driver per 12 students. See para 3.7.2. for boat-specific requirements.

1.18.5. Combat Marksmanship.

1.18.5.1. General Instructions. The Contractor shall provide one (1) Combat Marksmanship Instructor to assist Government instructors instruct live fire training. All instructors shall use a Government-provided course of fire IAW CFETP Atch 1, Section 5.2, Combat Marksmanship. The Contractor shall provide their own ammunition and weapons for demonstration/integration and not use Government weapons/ammunition. The Contractor shall also coordinate and schedule any live fire ranges NLT 60 calendar days prior to class start. The Contractor shall provide Range Safety Officers IAW AFI 36-2654, Combat Arms Program, to meet a student ratio of 1:4. The Range Safety Officers shall augment Government instructors in executing safety duties. Contractor personnel shall have signed a hold-harmless agreement prior to entering the range. The Contractor shall provide the hold- harmless agreements to the on-site Government instructor. The Government will provide student ammunition/simunition, pyrotechnics, range safety briefs and medical plans for this phase per Section 3. The Government will transport student ammunition/simunition and weapons to and from training site and the weapons storage location. The Contractor shall not transport Government weapons or ammunition. For weapons and ammunition storage, reference paragraph 3.7.4.

1.18.5.2. Specific Instructions. During the classroom phase of training, the Contractor Combat Marksmanship Instructor shall provide students with insight and knowledge on combat marksmanship. During field operations (range shooting), the Contractor shall instruct subjects that include (but are not limited to): education on live fire training and malfunction drills with the Glock 19, M4, flashbangs, smoke grenades, day/night shooting principles, and the characteristics of the munitions utilized by

12

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

Government personnel. The standard approach to training shall start with basic level instruction and increase in complexity based on student capability. This will ultimately ensure student retention and safety considerations are upheld during all phases of training. The Combat Marksmanship Instructor shall provide student debriefs during and after shooting iterations.

1.18.6. Small Unit Tactics (SMUT).

1.18.6.1. General Instructions. This phase of training will usually be scheduled to occur immediately following Combat Marksmanship. The Contractor shall only provide logistics support for this phase. All instruction is provided by the Government. The Contractor shall also provide two (2) White Cell Coordinators, three (3) Live Role Players, and three (3) Medical Instructors for a minimum of one (1) day during this phase. See para 1.18.3.2.1. for expanded description of these positions. These personnel shall facilitate situational medical exercises at the direction of Government personnel on site. Government will provide injuries, moulage, manikins, etc. This phase of training shall occur at Davis- Monthan Air Force Base.

1.18.7. Technical Rescue.

1.18.7.1. General Instruction. The Contractor shall provide technical rescue instruction IAW CFETP Atch 1, Section 6, Technical Rescue and Recovery Operations. This phase of instruction shall focus on high/low angle ropes rescue in a mountainous environment. Training shall be conducted at Mount Lemmon, Arizona or at equivalent training environments within 50 statute miles of Davis-Monthan Air Force Base. All instruction shall occur in the field environment, weather permitting. If weather prohibits field training, the Contractor shall provide alternative indoor means (i.e., indoor climbing gym) to execute the required training phase schedule. Primary and alternate training locations shall be included with the Phase Lesson Plan NLT 60 calendar days prior to phase start. The Contractor shall provide enough instructors to satisfy a 1:6 MIR for a minimum of three (3) days during this phase. The Contractor shall also provide two (2) White Cell Coordinators, two (2) Live Role Players, and two (2) Medical Instructors for a minimum of two (2) days during this phase. See para 1.18.3.2.1. for expanded description of these positions. These personnel shall facilitate situational medical exercises at the direction of Government personnel on site. Government will provide injuries, moulage, manikins, etc. The Government will provide all required student and phase training gear per GFE list in Appendix E. The Contractor shall provide all contract personnel specific gear, as required.

1.18.8. Rotary Wing Operations (Static).

1.18.8.1. General Instruction. Primary instruction is provided by the Government. All instruction will occur within 50 statute miles of Davis-Monthan Air Force Base. The Government will provide training site location NLT 46 calendar days prior to Phase start. Contractor rotary wing aircraft may be requested for static display during this phase if coordinated during the pre-phase planning.

1.18.9. Rotary Wing Operations (Airborne)

1.18.9.1. General Instruction. The Contractor shall facilitate Rotary Wing Operations IAW CFETP Atch 1, Section 3.2, Perform Alternate Insertion and Extraction (AIE). The Contractor will not be required to provide instruction during this phase of training. Training shall occur within approximately 170 statute miles of Davis-Monthan Air Force Base. The Contractor shall provide the following for this phase of training: a minimum of one (1) Rotary Wing helicopter that is capable of executing the entire training phase; two (2) qualified Rotary Wing pilots and one (1) Flight Engineer per aircraft; two (2) Air Operations Support personnel (ground party); one (1) safety boat; and, one (1) boat driver. See para 1.18.3.2.1. for expanded description of the Air Operations Support position.

13

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

1.18.9.1.1. The Contractor shall schedule land and water Helicopter Landing Zone locations and submit them to the Government NLT 60 calendar days prior to phase start. All Rotary Wing airborne operations shall not exceed a 12-hour duty day. Instructors and students shall follow standard aircrew duty day requirements outlined in AFI 11-202v3_AFGM 2017-01, Flying Operations, General Flight Rules. Plan for 22 tach hours in support of 5-level training events.

1.18.10. Survival, Evasion, Resist, Escape (SERE).

1.18.10.1. General Instructions. The Contractor shall only provide logistics support for this phase. All instruction is provided by the Government. The Contractor shall facilitate SERE training IAW CFETP Atch 1, Section 5.1, Individual Combat Skills. The Contractor shall provide one (1) White Cell Coordinator and two (2) Live Role Players during this Phase. See para 1.18.3.2.1. for expanded description of these positions. Training shall occur at Mt. Lemmon, Arizona or equivalent location(s) within approximately 50 statute miles of Davis-Monthan Air Force Base. The Contractor shall do site surveys and schedule the designated training location via required state/local authorities. The Government will submit all SERE training locations to the Contractor for scheduling purposes NLT 60 calendar days prior to Phase start.

1.18.10.2. Government-Provided Facilities/Equipment. The Government will provide a classroom for instruction at Davis-Monthan Air Force Base for the first half-day of the Phase. The Government will also provide any required all-terrain vehicles for training safety during the field operations of the phase. Contractor personnel shall be passengers (as required) in the all-terrain vehicles.

1.18.11. Mounted Operations.

1.18.11.1. General Instructions. The Contractor shall provide lodging support only for Mounted Operations. Training shall occur at Davis-Monthan Air Force Base and Reddington Pass, AZ or equivalent training locations within approximately 50 statute miles of Davis-Monthan. The Government will provide the training site NLT 46 calendar days prior to Phase start. The Government will provide all required training and vehicles during this phase per Appendix E, as well as training vehicle transportation to/from designated training areas.

1.18.12. Course Feedback Procedures. The Contractor shall provide their formal course feedback to the Government at the half-way point and upon completion of each class. Feedback shall consist of written and tangible class improvements, capturing any contract personnel after action points and/or recommendations for improvement. The feedback shall be provided via electronic means (i.e., MS Word document) and utilize the Issue, Discussion, and Recommendation (IDR) format provided by the Government. The Government will acknowledge receipt of feedback and implement changes as required. The Government will handle all formal student feedbacks throughout the duration of the course and provide applicable student feedback to the Contractor NLT 14 calendar days following class completion. The Contractor is not required to collect student feedback. The Government will execute course after action reports NLT 14 calendar days following class completion. The Contractor’s Site Manager shall attend the Course Curriculum Review at Davis-Monthan Air Force Base.

1.18.13. Out-processing. The Contractor shall provide lodging through the class graduation day. The Contractor shall provide a representative at the lodging facility for student out-processing. Out- processing shall consist of students checking out of rooms and turning in required lodging keys.

1.19. 7-Level Course Training Phase Requirements. The Contractor will only support two portions of the 7-level course: Land Full Mission Profiles and Maritime Full Mission Profiles. All other

14

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022 portions of the 7-level course are conducted/supported by the Government.

1.19.1. Preparation Phase (Davis-Monthan Air Force Base). All participating Contractor personnel for the Land Full Mission Profile phase shall attend the Preparation Phase. The Contractor shall provide the following for this phase of training: a minimum of two (2) Rotary Wing helicopters with two (2) qualified Rotary Wing pilots and one (1) Flight Engineer per aircraft; one (1) Tactical Scenario Coordinator, two (2) White Cell Coordinators, two (2) Air Bosses, ten (10) Live Role Players, and four (4) Medical Instructors. The Preparation Phase is the initial opportunity for Contractor and Government personnel to synchronize efforts for the upcoming Land Full Mission Profile Phase. Preparation Phase participation via VTC may be approved by the local COR on a case-by-case basis.

1.19.2. Land Full Mission Profiles.

1.19.2.1. General Instructions. The Land Full Mission Profiles will occur within 170 statute miles of Davis Monthan, AFB. The Government will provide Land Full Mission Profile training locations to the Contractor NLT 120 days prior to the phase start. All Rotary Wing airborne operations shall not exceed a 12-hour duty day. Instructors and students will follow standard aircrew duty day requirements outlined in the AFI 11-202v3_AFGM 2017-01, Flying Operations, General Flight Rules. Plan for 12 tach hours per helicopter (24 hours total) per class in support of 7-level training events. The Contractor, when applicable, shall provide debrief points to students based on the personnel’s role in the phase. The Government will design and direct the Phase, as well as all subsequent Land Full Mission Profiles. The Government is responsible for student instruction.

1.19.2.2. Specific Instructions. The Tactical Scenario Coordinator’s primary role is to synchronize efforts with the lead Government phase instructor. The secondary role of the Tactical Scenario Coordinator is to lead, manage, and organize all Contractor personnel throughout this phase of the operation. All direction for Phase execution will be taken from the lead Government phase instructor. The Tactical Scenario Coordinator shall have a way of communicating with all contract personnel throughout Land Full Mission Profile execution via Contractor provided communication device (radio) See para 3.7.6 for specific requirements. The Government will provide all communication equipment for students and Government personnel per the GFE list in Appendix E.

1.19.2.2.1. The White Cell Coordinators’ primary role is to interface with the Tactical Scenario Coordinator and lead Government phase instructor to support personnel requirements for Land Full Mission Profile phase execution. These contract personnel shall take direction from the Tactical Scenario Coordinator and lead Government phase instructor to ensure all necessary equipment and role players are in place prior to, during, and following each respective evolution.

1.19.2.2.2. The Live Role Players primary role is to interface with the Tactical Scenario Coordinator and lead Government phase instructor in order to provide realistic and safe role players for each scenario. Live role players shall act as both friendly and enemy forces during the Land Full Mission Profile Phase. The Contractor shall provide appropriate eye protection, ear protection, hand protection (gloves), costume wear, and footwear for all opposition forces.

1.19.2.2.3. The Government will provide simulated weapons, live weapons with simulated conversion kits, simulated munitions, and pyrotechnics for the phase of training per GFE list at Appendix E. The Government will ensure all contract personnel are trained on Government-provided equipment prior to Land Full Mission Profile start. The Contractor shall abide by AFI 36-2654, Combat Arms Program, throughout the phase of this operation and sign Government provided hold-harmless agreements prior to Phase start. The Live Role Players shall provide appropriate student debrief points to the Tactical Scenario Coordinator following completion of each Land Full Mission Profile.

15

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

1.19.2.2.4. The Air Bosses’ primary role is to interface with the Tactical Scenario Coordinator and lead Government phase instructor in order to simulate required scenario aircraft, lead/simulate air-to-ground radio communications for the scenario, and provide appropriate scenario injects per the Government provided phase lesson plan. The Air Bosses shall be intimately familiar with each scenario and capable of effectively communicating with the students and/or any live aircraft during the scenario. The contracted Air Boss personnel shall drive the flow of the Government-directed Land Full Mission Profile scenario from start to completion. The Contractor shall provide the Air Bosses with appropriate eye protection, ear protection, hand protection (gloves), and headsets (i.e., Peltors) capable of interfacing with Government-provided radios (currently PRC-152/117s) per para 3.7.6. The Government will provide radios (PRC-152/117s), push-to-talks, antennas, frequencies, and scenario scripts prior to Phase start per GFE list in Appendix E. The Air Bosses shall provide appropriate student debrief points to the Tactical Scenario Coordinator and students following completion of each Land Full Mission Profile.

1.19.2.2.5. The Tactical Scenario Coordinator shall provide any required feedback and debrief points to the lead Government phase director NLT 14 calendar days following Land Full Mission Profile phase completion. Debrief points should focus on Contractor employee/Government instructor integration, equipment and communication deficiencies, and any overall difficulties with facilitating effective scenario support. This report may be made verbally or in writing.

1.19.3. Preparation Phase (Maritime Full Mission Profiles). The Preparation Phase is the initial opportunity for contract and Government personnel to synchronize efforts for the upcoming Maritime Full Mission Profiles phase. All participating Contractor personnel for the Water Full Mission Profile phase shall attend the Preparation Phase at the Government-identified location (currently occurs at Naval Air Station North Island, Coronado, California with the potential to move to Vandenberg Air Force Base, CA). Preparation Phase participation via VTC may be approved by the local COR on a case-by-case basis. The Contractor shall schedule and reserve all required hangar and ramp space for the requested Rotary Wing aircraft prior to Maritime Full Mission Profile phase start. Reference paragraph 1.7 for additional details.

1.19.4. Maritime Full Mission Profiles (Saltwater Environment).

1.19.4.1. General Instructions. The Contractor shall provide the following for this phase of training: a minimum of two (2) Rotary Wing helicopters with two (2) qualified Rotary Wing pilots and one (1) Flight Engineer per aircraft; and, one (1) Tactical Scenario Coordinator. The Maritime Full Mission Profiles currently occur at Naval Air Station North Island, Coronado, CA with the potential to move to Vandenberg Air Force Base, CA throughout the duration of this contract. The Contractor shall support the Full Mission Profiles with the above listed requirements at the Government specified locations. The Government will provide Maritime Full Mission Profile training locations to the Contractor NLT 120 days prior to the phase start. All Rotary Wing airborne operations shall not exceed a 12-hour duty day. Instructors and students will follow standard aircrew duty day requirements outlined in the AFI 11- 202v3_AFGM 2017-01, Flying Operations, General Flight Rules. Plan for 4 tach hours per helicopter (8 hours total) per class in support of 7-level maritime training events.

1.19.4.2. Government-Provided Items. The Government will provide all required training frequencies, aircrew/student safety briefings, student and instructor equipment, as well as medical personnel throughout the duration of this phase. The Government will also provide water Helicopter Landing Zone locations to the Contractor NLT 60 calendar days prior to Phase start.

16

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

SECURITY.

1.20. Security and Installation Requirements. 1.20.1. General. The Contractor shall comply with applicable provisions of DoD 5220.22-M, National Industrial Security Program Operating Manual, DoD 5200.2, Personnel Security Program, AFI 31-501, Personnel Security Program Management. 1.20.2. Security Manager. The Contractor shall appoint a Security Manager. The Security Manager shall provide employees with training required by DoD 5200.01, Information Security Program, and AFI 16-1404, Air Force Information Security Program. The Contractor shall also provide initial and follow- on training to Contractor personnel who work in Air Force controlled/restricted areas. Air Force restricted areas and controlled areas are explained in AFI 31-101, Integrated Defense. This may be a collateral duty.

1.20.2.1. Security support requiring joint Air Force and Contractor coordination includes internal security controls for protection of high-value pilferable property.

1.21. Personnel Security.

1.21.1. Pass and Identification Items. The Contractor shall ensure the pass and identification items required for contract performance are obtained from Security Forces for employees and non-Government- owned vehicles that require access to Davis Monthan AFB in performance of contract duties. For on-base locations, security support provided to the Contractor includes: base visitor control, investigation of security incidents, and base traffic regulations. The Contractor shall retrieve all identification media, including vehicle passes from employees who depart for any reason before the contract expires; e.g. terminations, retirement, etc.

1.21.2. Employee Listing. Upon contract award, the Contractor shall provide a listing of key Contractor employees that will perform services in support of this contract to the COR. The list shall include the employee’s first and last name, date of birth, driver’s license number and state of issue. The Contractor shall submit an updated listing to COR when an employee's status or information changes within 24 hours of occurrence.

1.21.3. Favorable Background Check. Site manager and logistics manager shall successfully complete a favorable background check before operating Government-furnished unclassified automated information systems (e-mail, Internet, etc.). These investigations will be conducted by the Government at no cost to the contractor.

1.22. Information and System Security.

1.22.1. Operations Security (OPSEC). Comply with AFI 10-701, Operations Security, local plans and publications as applicable.

1.22.2. Privacy Act. Comply with AFI 33-332, Air Force Privacy and Civil Liberties Program, when collecting and maintaining information protected by the Privacy Act of 1974, Title 5, U.S.C., Section 552a. Remove or destroy official records only IAW Air Force Records Information Management System, (AFRIMS) located on the internet via the AF Portal.

17

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

SECTION 2 SERVICES SUMMARY

SERVICE SUMMARY (SS) NARRATIVE. This SS identifies critical success factors for the contract. The SS items are listed in Table 2. 2.1. Purpose. The SS lists performance objectives for the required services the Government will surveil. The absence of any contract requirement from the SS shall not detract from its enforceability nor limit the rights or remedies of the Government under any other provision of the contract, including the clauses entitled “Inspection of Services” and “Default.”

2.2. Components. The SS states the performance objective (required service), and threshold (performance standard, accept and reject points (if applicable) in either a qualitative or quantitative fashion) for each critical success factor.

2.3. Quality Assurance Surveillance Plan (QASP). The SS will be used as the baseline to develop a Government QASP. The QASP will identify the audit methods and procedures the Government will use to evaluate the Contractor's performance.

2.4. Right to Surveil. The Government reserves the right to surveil all services and requirements called for in this PWS to determine whether the Contractor is meeting performance objectives and goals.

2.5. Major Non-Conformance.

2.5.1. A non-conformance that adversely impacts (or has the potential to) mission, safety of personnel and/or equipment, environment, performance (quality), schedule (delivery), and/or cost. The CO will communicate major non-conformances to the Contractor using a Corrective Action Request (CAR) form with a suspense date for the Contractor’s corrective action plan.

2.5.1.1 As a minimum, the Contractor’s action plan will address: (1) Action taken to fix the problem (correction) (2) Root cause analysis of the problem (3) Corrective action on the cause of the problem (4) Actions taken to prevent recurrence to include the follow-up plan (how and when) (5) Action(s) required by the Contractor’s Quality Plan (6) All supporting evidence to support actions taken such as updated manuals, instructions, procedures, etc. Embed supporting evidence in this section to maintain a single point document unless size is restrictive of security policies prevent embedding. In these cases, provide location of the documents.

2.6. Minor Non-Conformance.

2.6.2. A minor non-conformance is a non-conformance, which by itself does not adversely impact mission, safety of personnel and/or equipment, performance (quality), schedule (delivery), or cost. Minor non-conformances are communicated through Notices; First Notices are issued for any identified minor nonconformance, Second Notices are issued for repeat minor non-conformances or failing to correct minor non-conformances within a reasonable amount of time. A formal corrective action plan is not required for Notices.

18

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

Table 2 – Services Summary PWS Performance Objective Performance Threshold Paragraph (1) Contractor maintains qualified Paragraph a. Performance is acceptable when the Contractor workforce 1.15; 1.18; maintains sufficient qualified personnel to meet 1.19 and mission requirements during the surveillance period. Appendix C b. A defect occurs whenever a training Phase must be rescheduled due to non-availability of qualified Contractor instructor or other required support personnel.

(2) Instructs students on TCS of Paragraph a. Performance is acceptable when all students meet each required CFETP line item(s) 1.18 the TCS CFETP line item requirements as and as outlined by the Government- certified by 68th RQS instructors approved Lesson Plan b. Contractor Instructor(s) complete Phase training with no more than one (1) defect per Phase, and c. No repeat defects. (3) Contractor provides suitable and Paragraph a. Performance is acceptable when aircraft reliable aircraft for required Phases 1.17 and availability permits accomplishment of 80% of 3.7.1. scheduled training events FW Phase and 80% of scheduled blade hours per RW Phase, and, b. Aircraft meets PWS specifications and allows for 100% execution of training Phase requirements (4) Contractor-provided logistics Paragraph a. Performance is acceptable when lodging are support meets requirements 1.15; 1.18; available for the entire duration of the training 1.19, and and meets 100% of PWS requirements, and, 3.7.5.; 3.7.8. b. Parachute drying and packing facilities meet PWS requirements throughout the duration of the required Training Phases, and, c. Contractor-provided transportation (vehicles and boats) allows for 100% execution of training Phase requirements, and, d. Contractor-provided medical training models meet 100% of PWS Training Phase requirements (5) Contractor provides accurate and Paragraph a. Performance is acceptable when all deliverables timely plans and deliverables 1.15; 1.18 and required by the PWS are delivered on time, and, 1.19. b. Deliverables are accurate as determined by the Government and all discrepancies are resolved prior to Training Phase start

2.7. Measurement, Analysis, and Improvement (MA&I)

2.7.1. Quality Assurance. According to the Inspection of Services clauses, the Government will evaluate the Contractor’s performance under this contract. The Government will use compliance and management audits to verify and validate Contractor performance to the PWS. The primary compliance audit surveillance tool is the COR and GFR/GGR audit. The Government may decrease or increase the scope and frequency of contract performance evaluations based on the Contractor’s past performance, risk assessment, and level of confidence provided by contract performance.

2.8. Evaluations. Government audits will be performed on a periodic basis. At contract start the Government will schedule/perform audits. If Contractor performance to specified requirements is

19

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022 exceptional and provides sound confidence and a “low” risk level, then Government contract evaluations may be reduced in scope and frequency. If Contractor performance of specified requirements significantly reduces confidence and raises risk to the “high” level, then the Government may initiate a more in-depth systems audit on the contract requirement that is in violation of specified requirements.

20

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

SECTION 3 GOVERNMENT/CONTRACTOR-PROVIDED PROPERTY AND SERVICES

GOVERNMENT-FURNISHED PROPERTY (GFP) AND SERVICES. 3.1. General. This section of the PWS details what the Government shall provide to the Contractor to accomplish the requirements of this PWS and the Contractor furnished equipment required to perform under this PWS. The Contractor shall provide any other facilities, equipment, or services that the Contractor determines necessary to accomplish this contract effort. The Government will provide facilities and equipment IAW Appendix E, to include any required batteries for any/all electronic equipment listed. 3.2. Government Furnished Property (GFP). There is no GFP provided under the contract. If GFP is provided in the future, GFP shall be managed IAW FAR Part 45 and Part 52-245-1. 3.3. Government-Furnished Facilities. The Government will provide facilities for the performance of this contract as listed in this section. However, the exact location and amount of space will not be determined until after contract award. The Government retains the authority to modify or realign facilities and space provided to the Contractor based on current AF guidelines for space utilization, mission, and personnel requirements. Government facilities have been inspected for compliance with OSHA and the Government will correct identified and subsequently identified hazards IAW host base safety and health priorities. No hazards have been identified. Should a hazard be subsequently identified, the Government will correct OSHA hazards IAW host base safety and health priorities. A higher priority for correction will not be assigned to the facilities merely because of this contracting initiative. The fact that no such conditions have been identified does not warrant or guarantee that no possible hazard exists, or that work-around procedures will not be necessary or that the facilities as furnished will be adequate to meet the responsibilities of the Contractor. Compliance with OSHA and other applicable laws and regulations for the protection of employees is exclusively the obligation of the Contractor. The Government will assume no liability or responsibility for the Contractor's compliance or noncompliance with such requirements, except for the aforementioned requirement to make corrections. The Contractor shall not make any Contractor-funded alterations/modifications to Government facilities. The Contractor shall return facilities to the Government in the same condition as received, fair wear and tear, and approved modifications excepted. The Government will provide the following: 3.3.1. A classroom for instruction at Davis-Monthan Air Force Base for In-processing, Mounted Operations Phase, 7-Level Preparation Phase, the first half-day of the SERE Phase. 3.3.2. Hangar space at Marana Regional Airport. 3.3.3. Parachute drying towers at San Diego/Camp Pendleton, when space is available. 3.3.4. Shooting range/Mounted Operations in Urban Terrain (MOUT) site at Davis-Monthan Air Force Base during Marksmanship phase, when space is available. 3.3.5. Site manager or logistics manager will be provided one (1) work station with government computer and access to unclassified network in the 68 RQS. 3.4. Government-Furnished Equipment. The Government shall provide the Contractor use of the equipment listed in Appendix E, para E1.0 during the Fixed Wing Insertion and Parachute Operations. This equipment will be issued to the Contractor as required to perform duties during the Phase and

21

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022 returned to the Government at the end of the Phase. The equipment /supplies listed in Appendix E, para E2.0 will be provided by the Governemnt to the students during the appropriate training phases. This listing is for the Contractor’s information only, and does not indicate that any of this equipment or supplies are for use by the Contractor. If Contractor personnel require similar equipment/supplies to perform the required tasks in these phases, it is the Contractor’s responsibility to furnish them. 3.5. Government Furnished Materials. The Government will furnish all Department of the Air Force, Department of Defense, local forms, operating memoranda, regulations, instructions, and technical orders/data required (reference Appendix D). Some, or all, publications, forms, memoranda and technical data will be made available in electronic format only. Those publications, forms, memoranda, and technical data that are not available in electronic format will be provided to or made available to, the Contractor at contract start. Government-furnished forms will be used when applicable, unless otherwise authorized by the CO. The service provider shall establish requirements through the local Government/base electronic distribution center. The Government will provide all currently existing syllabi, course materials, lesson plans, student handbooks, etc. during Phase In. Materials will be delivered in the existing condition and format. 3.6. Government Furnished Services. The Government will furnish services below only for those contract activities that occur on a DoD installation. No other Government services shall be expected or inferred unless specifically detailed below. 3.6.1. Utilities. The Government will furnish existing utilities to include electricity, water, sewer, heating, ventilation, air conditioning, and a source of compressed air. 3.6.2. Telephone Services. The Government (host base) will provide official telephone service in accordance with AFI 33-111, Telephone Systems Management, Attachment 4, Para. A4.5, on an as needed/ justified basis and subject to Government approval. 3.6.3. Refuse Collection. The Government will provide established refuse collection service at pre- established pickup locations IAW host base policy. 3.6.4. Base Civil Engineer Services (BCE). The host BCE is responsible for real property maintenance. The host BCE is responsible for real property maintenance, including: weight testing of hoists, fire prevention, fire protection, and inspection/maintenance of Government furnished fire extinguishers and systems, explosive ordnance disposal, and certification of barrier arresting systems. The Contractor, through the facility manager, shall make requests for routine maintenance. 3.6.5. National Agency Checks. The Government shall submit any required National Agency Check with Inquiries (NACI) at no additional cost to the Contractor. 3.7. Government Furnished Services. The Government will furnish services below at all training locations. No other Government services shall be expected or inferred unless specifically detailed below. 3.7.1. Emergency Medical Service. The Government will provide emergency medical treatment and emergency patient transportation service for Contractor employees. The Contractor shall reimburse the Government for the cost of medical treatment and patient transportation service at the current inpatient or outpatient treatment rates, as appropriate. 3.8. Contractor Furnished Equipment, Property and Services 3.8.1. Aircraft.

22

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

3.8.1.1. Fixed-wing aircraft. The Contractor shall provide fixed wing aircraft and qualified flight crews capable of accomplishing at least 80% of scheduled training events with the objective of accomplishing 100% of the events in the Fixed Wing Insertion and Parachute Operations Phase. The aircraft shall meet the requirements of DODI 4500.53, DoD Commercial Air Transportation Quality and Safety Review Program and Enclosure 6 thereto. The Contractor is responsible for all aircraft maintenance, fueling, re- positioning, and other items required to provide support for the phase. 3.8.1.1.1. The aircraft shall meet all the following requirements: a. Side mounted troop seats/side-facing seats (military style canvas/nylon seats with extended length seats) for sixteen (16) combat-equipped parachutists per lift. Maintenance provided on site for aircraft b. Parachute jump lights (red/green) in cargo compartment for jumpmaster/aircrew coordination c. Cargo compartment capable of accommodating sixteen (16) parachutists and portable oxygen console d. Intercom communications between aircrew and jumpmaster e. Configured for over the ramp static line operations. Aircraft must have static line cable and retrieval system. Static line cables must be permanently installed; temporary installations are not acceptable. The aircraft shall be static-line parachute drop capable. The aircraft shall also be capable of dropping eight (8) static line parachutists per 20 second pass (i.e., static lines shall not be retrieved by aircraft personnel until all jumpers have exited the aircraft) f. Capable of air drop operations up to 17,500 feet via ramp g. Ramp with a non-skid surface for jumper’s exits h. Oxygen system (portable or permanent) for the aircrew i. Able to conduct multi-lift day/night parachute operations

3.8.1.1.2. The aircrew shall meet the following requirements: a. Minimum FAA crew requirements, qualification and currency requirements and maintain at least a current U.S. commercial pilot’s license with multi-engine rating with appropriate certification(s) in the Contractor-furnished aircraft. b. Licensed to fly the required aircraft in the surrounding areas to include Arizona, Utah, Colorado, California, New Mexico, and Nevada. c. The Pilot In Command (PIC) must have performed airborne operations at least once during the previous six (6) months or have received instruction and a currency signoff from certified flight instructor (CFI), Government instructor pilot, or company check pilot. It is desired for the PIC to have 100 hours as PIC of like-type aircraft within 12 months of scheduled phase start. d. The second pilot in command (SIC) must have 25 hours as a SIC within 12 months of operations. The SIC must have performed airborne operations at least once during the previous six months or have received instruction and currency signoff in the same manner as the PIC. e. Both pilots must have a cumulative of 200 drops of airborne personnel from ramp and/or side door exit aircraft. f. Both pilots shall be knowledgeable in current military static line and freefall parachuting tactics and procedures related to aircrew and jumpmaster interface/coordination IAW AF 11-410, Personnel Parachute Operations and ATP 3-18.11, Special Forces Military Freefall Operations. g. Qualified to conduct multi-lift day/night parachute operations

3.8.1.2. Rotary-wing aircraft. The Contractor shall provide rotary wing aircraft and flight crews capable of accomplishing 80% of scheduled blade events with the objective of accomplishing 100% of the events in the Rotary Wing Operations (Airborne) Phase. The rotary wing aircraft shall be on the Air Mobility Command (AMC) Commercial Aircraft Review Board (CARB) list. The aircraft operations

23

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022 shall be compliant with 14 CFR Part 135, 14 CFR Part 135 Special Authorization: Night Vision Goggles (NVG) Operations, and Part 133D. The Contractor is responsible for all aircraft maintenance, fueling, re- positioning, and other items required to provide support for the phase. 3.8.1.2.1. The aircraft shall meet the following requirements:

a. Equipped with a functioning 75-foot mechanical hoist capable of supporting 600 pounds b. Equipped with an equipment ring or extendable bar external to the aircraft. This ring/bar shall be capable of supporting a 60-foot fast rope and two (2) suspended military personnel c. Equipped with six (6) passenger rated connection points (D-Rings) d. Equipped with two (2) collocated and passenger-rated equipment rings for a rope ladder e. Equipped with a functional intercom system (ICS) with a minimum of two (2) communication cables in the cabin. All cables and connectors shall be interoperable with military equipment (Peltors) f. Maintains two (2) functional and closeable side-doors allowing cabin entry/exit g. Is capable of carrying five (5) students and one (1) instructor (planning weight 320 lbs each) h. Aircraft are capable of night operations i. The cabin and cockpit are Night Vision Goggle (NVG) compatible j. Contractor will provide crew NVG’s k. The aircraft and pilots shall be capable of supporting alternate insertion and extraction (AIE) methods (reference CFETP Atch 1, Line Item 3.2 Perform Alternate Insertion and Extraction Duties) during day, night, land, and water operations. l. Five level operating parameters: Helicopters will be able to fly fully loaded over terrain elevations of 4,000 ft MSL and land/takeoff from terrain elevations of up to 3,000 ft MSL m. For 7-level training: The Contractor shall provide a minimum of two (2) Rotary Wing helicopters that are capable of executing the entire training phase. n. Seven level operating parameters: Helicopters will be able to fly fully loaded over terrain elevations of 8,000 ft MSL and land/takeoff from terrain elevations of up to 6,500 ft MSL

3.8.1.2.2. The aircrew shall meet the following requirements: a. Consist of two (2) pilots and one (1) flight engineer per aircraft that meet FAA qualification and currency requirements, and maintain at least a current U.S. commercial pilot’s license/flight engineer rating with appropriate certification(s) in the Contractor-furnished aircraft. b. Both pilots must be qualified and proficient in day/night and land/water AIE operations and procedures. It is desired for each pilot to have at least 200 hours of NVG flight time. c. The Pilot in Command (PIC) shall have a minimum of 200 hours as PIC in aircraft type and must have performed the required airborne operations or have received instruction and a currency signoff and deemed safe to conduct the operation from certified flight instructor (CFI), Government instructor pilot, or company check pilot prior to execution of the task. Have a minimum of 1,000 RW hours. d. Flight Engineer will have a minimum of ten (10) years’ experience flying as a Government trained and qualified Flight Engineer (DoD/DoS) e. Flight Engineer will have experience to perform scanning/safety of flight duties, calling approaches/hovers, conducting hoist operations, and performing all other required AIE operations.

3.8.2. Boats. The vessels shall be capable of supporting up to 16 personnel, their associated equipment, and be equipped for day and night water operations. The vessel shall allow for safe Government personnel entry/exit from the water and shall be capable of supporting DZ personnel and equipment.

24

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

Boats that fit this model include most commercial pontoon type craft. The vessels, as well as the boat personnel, are required to retrieve both jumpers and parachute equipment safely from the DZ. Government personnel will be passengers on the Contractor provided vessels. Both Contractor and Government personnel shall wear personal flotation devices while in the boats. 3.8.2.1. Boat drivers will have a minimum of five (5) years driving motorized maritime vessels greater than 15 feet in length, during the day and night and be certified through an approved and/or sanctioned course within the past five (5) years. Certification must be transferable to Arizona and California. 3.8.3. Other Transportation. The Contractor shall provide transportation for Government personnel and equipment to get jumpers from the DZ back to the staging facility during the Fixed Wing Insertion and Parachute Operations Phase. This is the only phase where contractors are responsible for transporting Government personnel. 3.8.3.1. During Fixed Wing Insertion and Parachute Operations Phase, the Contractor shall provide vehicle(s) capable of transporting jumpers to and from required aircraft loading areas, DZs, and gear staging areas. The vehicle shall be capable of transporting no less than eight (8) jumpers wearing full combat equipment/parachutes. 3.8.3.2. The Contractor shall also provide a vehicle capable of transporting no less than 32 and no more than 100 wet parachute systems from the water DZ to the designated drying facility. The drying facility location is defined in paragraphs 3.3.3 and 3.7.5.3.1. 3.8.3.3. Except as authorized by the Government, the Contractor shall provide all transportation required for Contractor personnel. 3.8.4. Weapons, Ammunition and Explosives Storage. The Contractor shall provide secure storage for and control access to 8 - 24 students’ firearms and Government- or Contractor-provided instructional weapons IAW DoD Directive 5100.76M Cat II. Types of firearms requiring storage are listed in Appendix E, para E2.0. Storage facilities shall be marked IAW Hazardous Materials Marking requirements set forth in AFMAN 91-201, Explosive Safety Standards. Weapons, ammunition and explosives shall be stored and secured in separate containers. The containers may be stored and secured in the same facility/room. Government personnel will have sole access to the storage unit housing military weapons and munitions. Contractor weapons and ammunition shall not be stored with military weapons and munitions. The storage location shall be within 15 statute miles of any phase training location that requires weapons use (i.e., Combat Marksmanship and Small Unit Tactics). 3.8.5. Facilities – Classrooms, Parachute Tower, Gym, etc. All Contractor-provided facilities shall be included in the Logistics Plan and approved by the Government prior to use by Government personnel. 3.8.5.1. Workout Facilities. The Contractor shall provide gym access suitable for at least 24 students throughout the duration of the class. The gym shall have at least three (3) squat racks with pull up bars, adjustable safety mechanisms for barbell lifting, a lifting platform, and/or a rubberized lifting area. There shall be a sufficient number of barbells, round and metal bumper plates, dumbbells, kettle bells, bands of varying resistance, adjustable benches, boxes for jumping on top of, rowers, bikes, and treadmills for 24 students. The gym must be accessible Monday-Sunday from 5 am to 10 pm. The gym shall be located no more than 12 statute miles from the lodging facility. There is no requirement for a mobile gym. 3.8.5.2. Emergency Medical Operations Classroom. The Contractor shall coordinate/provide a climate-controlled classroom facility capable of handling 33 personnel throughout the duration of the

25

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022 academic portion of this phase. This classroom facility shall have a minimum of two (2) projectors/projector screens (or two (2) equivalent electronic visual aids). 3.8.5.3. Fixed Wing Insertion and Parachute Operations Classroom/Parachute Packing. The Contractor shall provide an enclosed and climate-controlled facility capable of facilitating both parachute packing and storage, as well as student instruction. The facility shall be within five (5) nautical miles of the intended phase DZ. The facility must be a minimum of 2,500 sq. ft, and possess a 40’ x 40’ packing mat that includes a minimum of six (6) hanging pro-pack parachute hooks. The facility will also be capable of facilitating student video debrief and instruction (i.e., have TVs, projectors, other electronic visual aids, whiteboards, etc.) for up to 24 students at a time. If multiple buildings are proposed to meet this requirement, they must be in close proximity to one another, i.e. on the same parcel of land. 3.8.5.3.1. Parachute Drying Tower/Facility. The Contractor shall provide a drying tower facility capable of rinsing, hanging, and drying 100 parachute systems. A parachute system is defined as both the main and reserve canopies for Static Line and Free Fall parachutes. The facility shall be Contractor- provided and Government-operated. The facility shall be accessible 24/7 by Government/contract personnel and capable of maintaining a climate control temperature range within 110-140 degree Fahrenheit with humidity levels not exceeding 60%. The facility shall be free from oils and other contaminants detrimental to canopy material. The drying tower shall have a height capable of suspending the canopies and suspension lines completely from the ground. The tower shall also contain a hydraulic lift or pulley system with locking mechanism in order to suspend the canopies and suspension lines from the ground until drying is deemed complete by Government personnel. The tower will be approximately 60 feet tall and have a 50 feet x 50 feet floor area. Additionally, a washing station shall be made available with three (3) separate tanks in order to appropriately wash parachute systems and air items. The tanks shall be a minimum of 6 feet long x 4 feet high x 4 feet wide and capable of holding clean running water. The drying tower facility location, schematics, and lay-out shall be provided to the Government NLT 60 calendar days prior to the first parachute operations Phase under this contract. Revisions will be submitted as required. 3.8.5.4. Combat Marksmanship Training Classroom/Range. The Contractor shall coordinate and schedule live fire ranges (pre-approved by Government upon submission of the syllabus) for the Combat Marksmanship Phase. These ranges shall have a live fire shooting line capable of supporting a minimum of 14 shooters, a minimum distance of 50 meters between the target line and firing line, and they shall meet proper surface danger zone requirements per CATM regulation provided in section 1. The Contractor shall provide targets, target stands, steel targets, props, and barricades sufficient enough to support 14 shooters during training. Additionally, the Contractor shall provide a classroom with visual aids (i.e., print outs, whiteboards, etc.) suitable for instructing marksmanship for 14 shooters. For SMUT Phase, the Contractor shall provide no less than 20 silhouette targets and target stands per student that depict both civilian and enemy personnel on the shooting range. 3.8.5.5. Dive Training Location. The Contractor shall secure dive training locations through local authorities and notify the Government of approval to execute NLT 50 calendar days prior to Phase start. Suitable dive training locations will include a swimming pool with a minimum depth of 15 feet and a freshwater lake with a minimum depth of 33 feet. The government can make recommendations to the Contractor with regards to facilities with which we have existing use agreements. 3.8.5.6. Technical Rescue Facility. Normally, the Technical Rescue Phase is accomplished in the field. The Contractor shall provide alternative indoor means (i.e., indoor climbing gym) to execute the required training phase schedule if weather precludes field operations. The Contractor shall also provide all

26

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022 contract personnel climbing gear and associated Phase equipment as required, regardless of training location. 3.8.6. Radio/Communications and Other Personal Equipment (7-level training only). The Contractor will provide radios or other communications devices for the Tactical Scenario Coordinator to communicate with all contract personnel throughout Land Full Mission Profile execution. The Contractor will furnish sufficient number for all contactor support personnel. The radios/communication devices will meet Contractor specifications. The Contractor shall provide appropriate eye protection, ear protection, hand protection (gloves), costume wear, and footwear for all opposition forces. The Contractor shall replace their opposition forces’ protective and costume wear throughout the duration of the phase. Appropriate costume/safety requirements will be provided by the Government during the planning for the phase. The Contractor shall provide the Air Bosses with appropriate eye protection, ear protection, hand protection (gloves), and headsets (i.e., Peltors) capable of interfacing with Government-provided radios (currently PRC-152/117s). 3.8.7. Lodging. 5-Level Student Lodging. The Contractor shall provide secure lodging facilities for the 5-Level students. Lodging shall be available from student arrival day through graduation/out processing. Lodging facilities shall accommodate sleeping, hygiene, study space (i.e., desk), eating, and individual student equipment storage requirements. Upon student arrival, the Contractor shall provide clean linen (i.e., towels and bed sheets). Each respective student room shall include: a bed, dresser, nightstand, lamp, bedspread, blanket, linen, an appropriate number of pillows (4-queen/full). All windows in bedrooms shall have blackout curtains with either shades, sheers or blinds. All windows shall also be equipped with effective locking mechanisms from inside the room. All entrance doors to rooms shall have interior security locks, either deadbolt or double locking locks. Mattresses and equipment shall be clean and in good repair. It is desired to have one safe per bedroom. Lodging is not required for 7-Level students. The Contractor shall not deviate from primary lodging facility without prior Government approval.

3.8.7.1. Each hygiene facility (bathroom) shall have a bath towel, hand towel, and washcloth per occupant. Rooms shall not house more than two (2) students. Hygiene facilities (bathrooms) shall support a maximum of two (2) students.

3.8.7.2. The lodging facility shall provide access to washers/dryers capable of supporting a maximum of 24 students. The lodging facility shall also be able to accommodate student team meetings and allow for a communal meal area. Facilities shall have potable water, utilities, heating, cooling, and Wi-Fi internet access. These facilities shall be located within 15 statute miles of the primary training location. It is desired for the primary training location to be Davis-Monthan AFB. 3.8.7.2.1. Additional lodging facilities shall be provided within 25 statute miles of all dive training locations. If students are required to stay overnight at a location separate from the primary lodging facility, temporary lodging shall be approved by the Government prior to student use. This temporary lodging shall meet, within reason, the standards of paragraph 3.7.8, 5-Level Student Lodging.

27

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

SECTION 4 GENERAL INFORMATION

TRANSITION.

4.1. Functional Responsibility. The Contractor shall assume responsibility for all executable functions, identified in this PWS IAW the approved Transition Phase-In/Phase-Out Plan.

4.2. Phase-in Plan. The Contractor shall develop a Phase-In/Phase-Out-Plan. The Phase-In portion of this plan shall detail how the Contractor shall meet Phase-In requirements including discussions of workload estimates, priority allocations of personnel and resources, scheduled completion dates of key events (i.e. milestone charts), and plans for mitigating risk factors. The initial cadre of instructors shall be certified by the Government, if required, IAW the Contractor's approved training and certification plan, prior to the beginning of their training responsibilities. The incoming Contractor shall interface with Government personnel in a manner that minimizes disruption of training activities during the phase-in period. Alternate plans addressing the need to train and certify new contractors if the incumbents are not retained, are also required. This plan shall be submitted with the proposal and as a stand-alone document at the beginning of the Phase-In period.

4.3. Phase-Out Plan. The Contractor shall submit a Phase-Out Plan for contract completion tasks when directed by the CO. The requirements for the plan will be detailed in CO tasking letter. Incumbent personnel shall remain on site and perform all duties during transition out at the end of period of performance. The plan shall address the following items: Identification of all tasks required for complete contract transition, schedule that identifies the recommended sequencing and duration of these transition tasks to include a joint inventory of all assets involving Government and follow-on Contractor personnel, transfer of publications and TO accounts to the follow-on Contractor, providing current copies of all required system and site specific plans to the Government.

4.4. Phase-in/Phase-out Responsibilities. The new Contractor shall receive from the incumbent Contractor, during this phase-in period, a complete orientation of all functions described in this PWS. The initial cadre of instructors shall be certified IAW the Contractor's approved training and certification plan, prior to the beginning of their training responsibilities. The incoming Contractor shall interface with Government personnel in a manner that minimizes disruption of training activities during the phase-in period. The incumbent contractors shall also provide all continuity books, which upon request shall be made available to the Government. The incumbent Contractor and the new Contractor shall jointly inventory all equipment and facilities. The Government will become involved only if problems occur or discrepancies arise.

4.4.1. The incoming Contractor shall participate in any 5- or 7- level pre-phase or other planning meetings that occur during the transition period. The Contractor shall use this opportunity to gather information and make any required reservations, lease agreements, or other long-lead time logistics arrangements necessary to be prepared to fully support the first class in the base year of the contract.

4.5. Schedule. The phase-in (transition) shall be the 90 calendar days preceding performance start date.

4.6. Access to Facilities. The Contractor shall be allowed access to Government facilities subsequent to transition start date. Access shall not interfere with the work efforts of current Contractor or Government personnel. The COR will arrange access to ensure interference does not occur. The Contractor shall be able to familiarize supervisors, key personnel, and staff with existing equipment, reporting, work scheduling and procedures.

28

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

4.7. HOURS OF OPERATION.

4.7.1. Normal Hours of Operation. The normal duty day is 0700 hours to 1630 hours Monday through Friday, exclusive of Federal legal holidays (paragraph 4.8). Operating hours may be adjusted (i.e., shifted) by the COR when necessary to support operational and/or training requirements.

4.8. Federal Holidays. The following Federal legal holidays are observed under this contract:

New Year's Day 1 January

Martin Luther King's Birthday Third Monday in January

President's Day Third Monday in February

Memorial Day Last Monday in May

Independence Day 4 July

Labor Day First Monday in September

Columbus Day Second Monday in October

Veterans Day 11 November

Thanksgiving Day Fourth Thursday in November

Christmas Day 25 December

Note: If any of the above Federal legal holidays fall on a Saturday then it shall be observed on the preceding Friday. Likewise, if any of the above Federal legal holidays fall on a Sunday then it shall be observed on the following Monday. Air Force goal days, productivity days, quality days, or any other “military day off” program shall not apply to the Contractor. Therefore, on these days the Contractors should either be at work or on leave, compensatory time, etc. In cases where Contractors will not be able to access their normal work locations during these events and will not take leave or other time off, they will notify the Contractor’s Site Manager. The Contractor’s Site Manager will coordinate with local COR to make a determination if work can be accomplished at alternate locations in lieu of taking leave.

4.9. Employee Travel. In the event the Government directs the Contractor to travel outside of training phase travel requirements (i.e., Government-provided training, misc. meeting, etc.), the Contractor will be reimbursed under a separate “Cost Reimbursable Travel” contract line item. The Site Manager will submit the initial travel request (to include dates of travel, reason for travel, and a detailed cost estimate) through the Contractor PM to the COR at least two weeks prior to requested travel. The COR will review and coordinate with other required Government agencies as required. Following approval, the COR will forward the travel cost estimate back to the Contractor Program Manager. The travel funds will cover personal travel costs (i.e. airfare), lodging and per diem in accordance with FAR Part 31.205 on a cost reimbursable basis. The Government will review and approve the Contractor’s proposed travel worksheet template for use in calculating travel expense estimates prior to the first travel request.

29

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

4.9.1. Per Diem: Allowance includes lodging, meals, and incidental expenses (M&IE) per Joint Travel Regulations (JTRs). The maximum Per Diem rate is derived by adding the applicable M&IE rate to the daily lodging cost. When calculating travel expenses, lodging and M&IE shall not exceed the applicable maximum Per Diem rate prescribed for the locality concerned. In calculating costs for each day of travel, applicable M&IE rates are authorized at a flat 75% on the day of departure and the day of return.

4.9.2. Travel Completion: Once travel is concluded, the Contractor will invoice as soon as possible or NLT the month following the completed travel. The invoice shall reflect only actual expenses and G&A. Profit is not allowed on travel costs. A copy of the reimbursable travel receipts shall be attached to the invoice submitted through Wide Area Workflow (WAWF). Invoices will only be accepted for travel that has been completed and receipts have been provided. Partial payment will not be considered. All travel expenses shall be reimbursed IAW Section H of the contract.

4.10. Overtime. The Contractor is responsible for fulfilling the requirements of the contract/PWS. In this regard, the Contractor is responsible for paying all overtime as may be incurred due to performing any required task/function, unless otherwise approved in advanced by the CO.

4.11. Contract Man-Year Equivalent (CME) Reporting. The Contractor shall report all Contractor labor hours (including subcontractor labor hours) required for performance via a secure data collection site. The Contractor is required to completely fill in all required data fields at http://www.ecmra.mil.

4.12. Additions, Relocations and Closures. During the performance period of this contract, changes in policy and/or funding may require the addition, relocation or base closure. All costs associated with the requirement shall be negotiated separately.

30

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

APPENDIX A DEFINITIONS, ABBREVIATIONS AND ACRONYMS

A1.0. Definitions.

AIRCRAFT OPERATIONS. Includes all aircraft flight operations.

CLASS. A class is defined as a complete iteration of all training phases for a set number of students.

CONTINGENCY. Unanticipated or unforeseen occurrence.

CONTRACT ADMINISTRATOR. A qualified contracting individual appointed by the Contracting Officer to administer a particular contract. Also referred to as a Contract Manager.

CONTRACTING OFFICER (CO). An individual specifically appointed by the Secretary of the Air Force, or his or her designee, with the authority to enter into, administer, or terminate contracts and execute related determinations and findings within the limits of the authority delegated. Only a contracting officer has the authority to contractually bind the Government on behalf of the Air Force.

CONTRACTING OFFICER’S REPRESENTATIVE (COR). A functionally qualified person who performs quality assurance functions for a contracted service.

CONTRACTOR FURNISHED EQUIPMENT (CFE). Equipment provided by the Contractor to supplement Government furnished equipment. Use and maintenance of CFE is solely at the expense of the Contractor. The Contractor shall remove CFE from Government facilities at the end of the contract.

CONTRACTOR PROCEDURES (CP). Contractor-designed operating instructions to implement and delineate procedures to fulfill the requirements of the Performance Work Statement (PWS).

COURSE. A course is defined as all the past, current, and future classes. Courses are divided into “5- level” and “7-level” specific training.

EQUIPMENT ITEM. Item authorized in an allowance standard for organizational use.

FACILITY MANAGER. A designated Contractor employee who is responsible for initiating trouble calls and requesting facility problem corrections and improvements.

FISCAL YEAR (FY). The US Government's accounting period of 12 months beginning 1 October and ending 30 September.

FLIGHT OPERATIONS. Aircraft operations where intent for flight exists. High speed taxi is also considered a flight operations activity.

FULL MISSION PROFILES. Full mission profiles are simulated missions (both combat and civilian based) that are executed by students in order to prepare for the real world. These missions are executed cradle-to-grave, from receipt of a mission, mission planning, mission execution, return-to-base, reconstitution of equipment/personnel, and debriefing.

GOVERNMENT FURNISHED EQUIPMENT (GFE). Equipment Authorization Inventory Data/Document (EAID), non-EAID, and Government leased equipment in the possession of, or acquired by, the Government and subsequently delivered or otherwise made available to the Contractor. FAR Part 45.101 “Equipment” means a tangible item that is functionally complete for its intended purpose, durable,

31

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022 nonexpendable, and needed for the performance of a contract. Equipment is not intended for sale, and does not ordinarily lose its identity or become a component part of another article when put into use. Equipment does not include material, real property, special test equipment or special tooling.

GOVERNMENT FURNISHED FACILITIES (GFF). Real property in the possession of, or acquired by the Government, and subsequently delivered or otherwise made available to the Contractor. GFF includes equipment attached to, and made part of, buildings and structures, but is not limited to, land, buildings, structures, utility systems, etc.

GOVERNMENT FURNISHED PROPERTY (GFP). FAR Part 45.10, “Government-furnished property” means property in the possession of, or directly acquired by, the Government and subsequently furnished to the Contractor for performance of a contract. Government-furnished property includes, but is not limited to, spares and property furnished for repair, maintenance, overhaul, or modification. Government-furnished property also includes Contractor-acquired property if the Contractor-acquired property is a deliverable under a cost contract when accepted by the Government for continued use under the contract.

INTERFACE. A common boundary between two organizations or activities.

ITEM UNIQUE IDENTIFICATION (IUID). Designed to distinguish one object from another, allowing the DoD to track identical items individually throughout their lifecycles. It allows the DoD to have information such as what an item is, how/ when it was acquired, the initial value, current custody and how the item is marked.

MAINTENANCE. Action taken to retain equipment in a serviceable condition or to restore it to a serviceable condition. It includes inspections, testing, modifications, servicing, repair, rebuilding, reclamation and preventive.

MODIFICATION. A change in original design of equipment or aircraft to improve performance or add capability.

OPERATING INSTRUCTIONS (OI). Specific instructions for accomplishing related tasks, which pertain solely to the mission organization and are not otherwise stated in standard publications.

PERFORMANCE WORK STATEMENT (PWS). A document that accurately describes essential and technical requirements for items, materials, or services, including the standards used to determine whether requirements have been met.

PERFORMANCE INDICATOR. An output of a work process that can be measured and indicates performance.

PERSONNEL PROTECTIVE EQUIPMENT (PPE). Equipment required to do a job or task in a safe manner (i.e. gloves, helmet, safety glasses, etc.).

PHASE. A phase is defined as the entire training block for a specific core skill. An example of a phase would the “Dive Phase”.

PRODUCT QUALITY DEFICIENCY REPORT (PQDR). A report used to identify, report, and resolve deficiencies on hardware, software, mission critical computer systems, vehicles, clothing, and textiles.

PROGRAM MANAGER. An individual designated by the Contractor to act as single corporate-level point of contact with the Government for all matters pertaining to performance of this contract.

32

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

PRIMARY TRAINING LOCATION. The location where students will spend a preponderance of their time (measured in hours) training.

QUALITY ASSURANCE (QA). A planned and systematic pattern of all actions necessary to provide confidence that adequate technical requirements are established; products and services conform to established technical requirements; and satisfactory performance is achieved. For purposes of this PWS, QA refers to actions by the Government.

QUALITY ASSURANCE SURVEILLANCE PLAN. An organized written document specifying the audit methodology to be used for auditing of Contractor performance. The QASP is for Government use only.

QUALITY CONTROL (QC). Those actions taken by a Contractor to control the production of outputs to ensure they conform to the contract requirements or services so that they meet the requirements of the contract.

QUALITY MAINTENANCE (QM). Those actions taken by a Contractor to control the production of services so that they meet the requirements of the PWS. Note: References in Government publications to quality support (QS) or quality control (QC) shall be interpreted as meaning QM for purposes of this contract.

RANDOM SAMPLING. A sampling method in which each service output in a lot has an equal chance of being selected for a quality assurance audit.

RECURRING DISCREPANCY. A recurring discrepancy is one that occurs on the second, third, or fourth sortie or attempted sortie after corrective action has been taken and the system or sub-system indicates the same malfunction when operated.

REPAIR. The restoration or replacement of parts or components of material as necessitated by wear and tear, damage, failure of parts or the like in order to maintain the specific item or material in efficient operating condition.

REPEAT DISCREPANCY. A repeat discrepancy occurs on the next sortie or attempted sortie after corrective action has been taken and the system or sub-system indicates the same malfunction when operated.

SAFETY EQUIPMENT. Equipment to prevent injury while performing specific tasks.

SAMPLE. A sample consists of one or more service outputs drawn from a lot for a quality assurance audit.

SAMPLING GUIDE. The part of the QASP that contains all the information needed to perform audits of the service output(s) by the random sampling method of auditing.

SATISFACTORY MISSION. Mission in which all Contractor operated and maintained equipment operates properly to produce required mission results. Required results must be within the capability of the system as prescribed by Government directives or manufacturers’ manuals incorporated by reference into this PWS.

SERVICE LIFE. The point at which, by periodic or isochronal cycles, an engineering authority has determined an aerospace vehicle has reached its operational limit and needs to be disposed of or extended through historical data and Aircraft Structural Integrity Program (ASIP) modeling predictions.

33

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

SERVICES SUMMARY. Listing of the service outputs and the performance requirements of the listed outputs that will be evaluated by COR personnel on a regular basis.

SERVICEABLE. Meets the designed requirement and or performance.

SITUATIONAL MEDICAL EXERCISE. This is a simulated exercise utilizing live patients, live training models, or manikin based training models. These exercises will be more in depth than simply discussing medical procedures and consequentially drive hands on medical treatment by students. These exercises are typically done in varying environments which cause students to consider combat-based procedures (wearing body armor, holding weapons, pulling security while treating a patient, etc.). Government will provide injuries, moulage, manikins, etc.

SPARES. Serviceable assets that are available for future use, and in the logistics pipeline. The term spare carries the assumption that there are already enough assets in the Air Force inventory to satisfy end item or quantity per aircraft requirements.

STANDARD. A known value against which a measure of comparison for quantity or quality is performed.

STUDENT. Any 5- or 7-level personnel enrolled in the course.

SUBJECT MATTER EXPERT. A personnel with appropriate experience and credentials representing a mastering of the specific subject referenced.

SUPPORT AGREEMENT. A written document which describes facilities, material, or services provided by the host to another organization.

TECHNICAL ORDER (TO). A publication that gives specific technical direction and guidance required to perform a task.

THRESHOLD. Minimum capability required to satisfy requirement owner's need. If a threshold is not achieved, it is considered unacceptable.

TIME COMPLIANCE TECHNICAL ORDER (TCTO). Authorized method of directing and providing instructions for modifying equipment, and performing or initially establishing one-time inspections.

TRAINING EVENT. A training event is defined as the scheduled event as well as the line items intended to be accomplished. I.e., for parachute operations, a training event would be the three separate Fixed Wing sorties that drop 8 jumpers for HALO Canopy Control Skills training.

A2.0. Abbreviations and Acronyms.

2.1. Introduction. Some of the following abbreviations and acronyms may have been used in this PWS.

2.2. Abbreviation and Acronym Table.

AC Aircraft Commander ACA Associate Contractor Agreement ACC AETC Air Education and Training Command AF Air Force AFCOMSEC Air Force Communications Security AFE Aircrew Flight Equipment

34

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

AFEMS Air Force Equipment Management System AFFAR Air Force Federal Acquisition Regulation AFI Air Force Instruction AFJMAN Air Force Joint Manual AFK Air Force Munitions Account AFMAN Air Force Manual AFPAM Air Force Pamphlet AFPD Air Force Policy Directive AFOSH Air Force Occupational, Safety, and Health AFOSHSTD AFOSH Standard AFRC Air Force Reserve Command AFRIMS Air Force Records Information Management System AFSSI Air Force Systems Security Instruction AFSAS Air Force Safety Automated System AFTO Air Force Technical Order AGL Above Ground Level AIB Accident Investigation Board AIE Alternate Insertion and Extraction AMC Air Mobility Command AMIC Acquisition Management and Integration Center ATAK Android Tactical Assault Kit ATO Air Tasking Orders C&A Certification and Accreditation CA/CRL Custodian Authorization/Custody Receipt Listing CAF Combat Air Forces CAR Corrective Action Request CARB Commercial Aircraft Review Board CBT Computer Based Training CC Commander CDRL Contract Data Requirements List CFE Contractor Furnished Equipment CFETP Career Field Education Training Plan CFR Code of Federal Regulation CFT Contract Field Team CLIN Contract Line Item Number CME Contract Man Year CMRA Contractor Manpower Reporting Application CND Cannot/Could Not Duplicate CO Contracting Officer COCO Contractor-Owned, Contractor-Operated CONUS Contiguous United States COR Contracting Officer’s Representative COTS Commercial Off-The-Shelf CPET Contract Performance Evaluation Team CQB Close Quarters Combat CR Cost Reimbursable CRO Combat Rescue Officer CSAR Combat Search and Rescue DCMA Defense Contract Management Agency DD Form Department of Defense Form DLO Desired Learning Objectives DoD Department of Defense DoDI DoD Instruction DoDM DoD Manual

35

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

DoS Department of State DZ Drop Zone DZC Drop Zone Controller EPP Environment Protection Plan ESOH Environmental Safety and Occupational Health FAA Federal Aviation Administration FAR Federal Acquisition Regulation FCF Functional Check Flight FFP Firm Fixed Price FLIP Flight Information Publication FMC Fully Mission Capable FMP Full Mission Profile FOP Flight Operations Plan FOIA Freedom of Information Act FOUO For Official Use Only FSO Facility Security Officer FTU Formal Training Unit FY Fiscal Year GA Guardian Angel GFE Government Furnished Equipment GFP Government Furnished Property GFR Government Flight Representative GGR Government Ground Representative GOP Ground Operations Plan GOV Government Owned Vehicle GP General Purpose HAF Headquarters, US Air Force HAZMAT Hazardous Materials HLZ Helicopter Landing Zone IAW In Accordance With JMPI Jump Master Inspection JPAS Joint Personnel Adjudicative System JTAC Join Terminal Attack Controller LMR Land Mobile Radio LOA Letter of Authorization LTT Live Tissue Training MAJCOM Major Command MASO Munitions Accountable System Officer MC Mission Capable MFF Military Free Fall MIR Minimum Instruction Ratio MSL Mean Sea Level MWR Morale, Welfare, and Recreation NLT No Later Than NMC Non-Mission Capable NOTAM Notice to Airmen NVG Night Vision Goggles OGV Standards and Evaluation, Group OI Operating Instruction OPLAN Operational Plan OPR Office of Primary Responsibility ORM Operational Risk Management OSHA Occupational Safety and Health Administration PIC Pilot In Command

36

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

PJ Pararescuemen PM Program Manager POL Petroleum, Oil, and Lubricants POV Privately Owned Vehicle PPE Personal Protective Equipment PR Personnel Recovery PWS Performance Work Statement QA Quality Assurance QASP Quality Assurance Surveillance Plan QC Quality Control QMS Quality Management System RA-1 Ram-air Intruder Parachute System; Military Freefall Advanced Ram Air Parachute System RAPIDS Real-Time Automated Personnel Identification System RAMZ/B Rigger Alternate Method Zodiac/Boat ROE Rules Of Engagement RQS Rescue Squadron RSO Range Safety Officer SERE Survival, Evasion, Resist, Escape SIB Safety Investigation Board SITMEDEX Situational Medical Exercise SME Subject Matter Expert SMU Special Mission Unit SMUT Small Unit Tactics SOF Special Operations Forces SOP Standard Operating Procedure SS Service Summary SSA Servicing Security Activity TCCC Tactical Combat Casualty Care TCS Task, Condition, Standard TDY Temporary Duty TMDE Test, Measurement, and Diagnostic Equipment TO Technical Order TRSS Training Support Squadron TTP Tactics, Techniques, and Procedures USSOCOM United States Special Operations Command VTC Video Teleconferencing

37

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

APPENDIX B -- PLANS AND REPORTS

Data Item Number Title PWS Reference Description

CDRL B001

Para 1.6.1. Management Plan DID Management PWS, Management Plan Plan.pdf CDRL B001.docx

CDRL B002

Training and Certification Plan None PWS, Para 1.6.2. Training and Certification Plan CDRL B002.docx

CDRL B003

Environmental Protection and PWS, Para 1.11.1. Safety Plan DID Environmental Environmental Health and Safety Plan.pdf Protection and Safety Plan CDRL B003.docx

CDRL B004

Emergency/Disaster/Severe None PWS, Para 1.11.1.5. Weather Response Plan Emergency Disaster Severe Weather Plan CDRL B004.docx

CDRL B005

5-Level Course Syllabus and None PWS, Para 1.15.1.4. Phase Lesson Plans 5-level Course Syllabus and Phase Lesson Plan CDRL B005_CAO 2 Jul.docx

CDRL B006

5-Level and 7-Level Course None PWS, Para 1.15.1.5. Logistics Plan 5-level and 7-Level Course Logistics Plan CDRL B006_CAO 2 Jul.docx

CDRL B007

Transition Phase-In Plan None PWS, Para 4.1. Transition Phase-In Plan CDRL B007.docx

38

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

Data Item Number Title PWS Reference Description

CDRL B008

5 level Emergency Medical PWS, Para 1.18.2. Operations Handbook DID Student Guide.pdf CDRL B008 5-level Emergency Medical Operations Handbook.docx

CDRL B009

Contractor’s Monthly Progress PWS, Par 1.8.1. and Status Report DID Status Contractor's Report.pdf Monthly Progress and Status Report CDRL B009.docx

CDRL B010 PWS, Para 1.11.1.2. and Accident/Incident Report DID Accident 1.11.1.3. Accident _Report Report.pdf CDRL B010.pdf

The Government has unlimited rights to use, duplicate, or disclose the data delivered in support of program operations.

39

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

APPENDIX C KEY PERSONNEL / QUALIFICATIONS (Additional/Other Information Column to be completed by Offeror)

Key Work Experience Certifications Training Other Information Provided by the Offeror Position/Title

Site Manager Required: Minimum of ten (10) years’ N/A experience managing multi-disciplinary teams within one or more of the functional areas: Work production and scheduling; finance and costing; and crisis action planning and response. Minimum of five (5) years’ experience since 2001, working with and/or training USSOCOM Forces Logistics Required: Experience with DoD transportation Certification in Surface, Air, Manager systems, cargo shipping and receiving, and and Sea Freight Movement; aircraft cargo loading/unloading and tie down Certificate of Training in restraint procedures. Experience planning, and Traffic Management; scheduling ground and sea transportation HAZMAT and 1387-2 requirements Certification Medical Required: Minimum of ten (10) years’ Required: M.D., D.O. P.A. Director experience since 2001, working with and/or training USSOCOM Forces OR experience working in a level one trauma center as a M.D., D.O., or P.A. Veterinarian Required: Minimum of ten (10) years’ Required: Possesses a Doctor experience working with military personnel in of Veterinary medical Degree. LTT. Is a current/ licensed veterinarian in the United States Veterinarian Required: Five years’ experience as support N/A Assistant staff in a licensed Veterinarian’s office/practice trained to assist the Veterinarian in anesthesia and care of the animals.

40

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

Key Work Experience Certifications Training Other Information Provided by the Offeror Position/Title

Medical Required: Minimum ten (10) years’ of Special Required: NREMT-P (or Instructors Operations Forces combat medical experience or Advanced Tactical Practitioner minimum of 10 years practicing National certified) & TCCC with current Registry Emergency Medical Technician- Continuation Training hours Paramedic (NREMT-P). Of the 10 years as NREMT-P, 5 of those years must be working with or instructing military personnel. Desired: Deployed in support of OEF, OIF, HOA, OFS, or other named combat operations since 2001 Combat Minimum of ten (10) years’ of experience since N/A Marksmanship 2001, working with and/or training USSOCOM Instructor Forces and previously having held a national level shooting title OR experience as either: Team Leader or higher position in an Assault Element, or Operator Training Course (OTC) Instructor for USSOCOM SMUs. Range Safety Has operational familiarity/training with respect Is capable of receiving Range Officer (RSO) to operating live fire shooting ranges in the last Safety Officer training by ten (10) years. Has knowledge of the safety Government personnel. associated with firing pistol and rifles in a controlled environment. Technical Minimum of ten (10) years as a primary Possess a current American Rescue instructor for Rope Rescue. Has worked with Mountain Guide/ International Instructor and/or taught SOF/Pararescue since 2012. Federation of Mountain Guides certification Lead Minimum of ten (10) years’ experience Current MFF Jumpmasters Parachuting performing Static Line (SL) and Military (JM) OR a current Advanced Instructor Freefall (MFF) parachute operations. Has Freefall Instructor (AFFI) performed duties a SMU Closed Course possessing a current USPA “D" Director and/or a USSOCOM Course rating in accordance with Director/Lead Instructor for one of the following United States Parachute courses: Military Free-Fall Parachute Course Association (USPA) and (MFFPC), Military Free Fall Advanced Tactical Federal Aviation Infiltration Course (MFFATIC), Military Free Administration (FAA) Fall Jumpmaster Course (MFFJMC) or Military standards and regulations as Free Fall Instructor Course (MFFIC) since 2010. well as AFI 11-410 paragraph Minimum of 500 verifiable Military Freefall 8.7. Maintains (or obtains jumps on RA-1 parachute system used by USAF prior to first class) a current and USASOC. Minimum of 500 verifiable RA-1 Parachute qualification

41

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

Key Work Experience Certifications Training Other Information Provided by the Offeror Position/Title

Canopy Control jumps within the last three (3) in accordance with TC 18-11 years. Minimum of five (5) years experience and Table F-1 and Table F-3. abilities in advanced military parachuting Maintains a current High tactics, techniques and procedures with Altitude Parachutist mandated requirement to conduct ground, Physiological System (HAPS) airframe and airborne parachute training, certification with minimum one operations and evaluations. (1) year remaining from expiration date. Also has a current FAA Class 2 medical certificate with minimum one (1) year remaining from expiration date.

Parachute Minimum of ten (10) years’ experience as a Current MFF Jumpmasters Instructors freefall qualified parachutists with a minimum (JM) or a current/qualified of five (5) years instructing military freefall Advanced Freefall Instructor parachute operations. Must have instructed at an (AFFI) possessing a current accredited military freefall school house or with USPA “D" rating in a non-military/civilian canopy control course accordance with United States since 2010 and left in good-standing. Must have Parachute Association (USPA) worked at an accredited military freefall school and Federal Aviation house or with a civilian canopy control course Administration (FAA) since 2010. Must have a minimum of two (2) standards and regulations. If a years’ experience and abilities in advanced MFF Jumpmaster, must have military parachuting tactics, techniques, and been so for at least five (5) procedures with preferred experience instructing years and have a minimum of United States Air Force Special Operations 100 verifiable military freefall Jumpers. Has a minimum of two years of jumps. Holds a current USPA training with and teaching the jumpmaster “D” License in accordance function of ATAK (or equivalent digital with AFI 11-410 paragraph 8.7. interface system). Minimum 200 verifiable Current High Altitude Canopy Control jumps per year for last three (3) Parachutist Physiological years. System (HAPS) certification or equivalent with minimum one year remaining from expiration date. Current FAA Class 2 medical certificate with minimum one year remaining from expiration date. Able to maintain a current RA-1

42

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

Key Work Experience Certifications Training Other Information Provided by the Offeror Position/Title

parachute qualification in accordance with TC 18-11 Table F-1 and Table F-3.

Parachute Has successfully inspected, packed, and FAA Certified Senior or Riggers assembled Military Free Fall (MFF) and Double Master Rigger. Back rated and Static Line (DBSL) parachutes, APS parachute chest rated. The rigger must be systems, Tandem systems, RA-1 BOC system, capable of passing drug testing. and/or RA-1 Instructor Raider system within the Must meet all specifications for last five (5) years. Contractor riggers IAW with AFI 11-301v5 and FM 53-3

Drop Zone Minimum of five (5) years of experience as a N/A Controller qualified JTAC, Tactical Air Control Party (TACP), or 5-Level Combat Controller (CCT). Desired: Deployed in support of OEF, OIF, HOA, OFS, or other named contingencies within the past 20 years. Air Ops Support N/A Possess a current driving Personnel license acceptable in the state of Arizona. Has no previous criminal records related to motor vehicles to include extensive parking/speeding fines and/or DUI/DWI related incidences. Tactical Minimum of ten (10) years of SOF experience. Scenario Deployed in support of OEF, OIF, HOA, OFS, Coordinator or other named contingencies within the past 20 years. Minimum of ten (10) years’ experience N/A managing multi-disciplinary teams within one or more of the functional areas: Work production and scheduling; finance and costing; and crisis action planning and response.

43

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

Key Work Experience Certifications Training Other Information Provided by the Offeror Position/Title

White Cell Minimum of five (5) years’ experience Coordinators supporting military training scenarios in a managerial and/or supervisory capacity directing N/A role players.

Air Boss Minimum of five (5) years of experience as a (JTAC/CCT) qualified JTAC or 5-Level Combat Controller (CCT). Deployed in support of OEF, OIF, N/A HOA, OFS, or other named contingencies within the past 20 years. Live Role Minimum of five (5) years’ experience Players supporting SOF and/or infantry scenarios as a live role player. Must have familiarity handling N/A standard military issued weapons (M4/M9)

44

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

APPENDIX D PUBLICATIONS AND FORMS

D1.0 General. Publications and forms applicable to this Performance Work Statement (PWS) are listed in the tables below and are mandatory. The Contractor shall comply with publications and forms to the extent specified in the PWS.

D1.1 Document Availability. Publications and forms not available in electronic format (e.g. internet) will be provided in hardcopy format by the Government upon request, but no earlier than contract start.

D1.2 Document Changes. The Contractor shall be responsible for all updates, supplements, and amendments to publications and forms through the life of this contract. The dates shown in the below tables are the most current as of this writing; however, the Contractor shall comply with the latest editions of documents when published. The Contractor shall:

D1.2.1 Implement document changes that result in decrease or no change to contract price. For changes which result in a decrease in contract price, notify the Contracting Officer (CO) in writing of change and provide a proposal for contract price reduction within 30 days of receipt of such change.

D1.2.2 Notify the CO in writing of document changes that result in contract price increase. Submit a proposal for contract price increase to the CO within 30 days of receipt of such change. Do not implement changes resulting in price increase prior to obtaining CO approval. Failure to submit a price proposal increase within 30 days of change receipt entitles the Government to Contractor performance in accordance with (IAW) such change at no increase to contract price.

D2.0. Publications and Forms.

Identifier Title or Description Section/Chapter/Paragraph CFETP 1T2XX Pararescue Specialty Entire Publication CFETP 13DXA Combat Rescue Officer Entire Publication AFTTP 3-3 Guardian Angel Combat Fundamentals Guardian Angel Entire Publication 7th Edition Pararescue Medical Operations Handbook Entire Handbook 2nd Edition Technical Rescue Rigger Guide Entire Guide U.S. Navy Diving Manual Revision 7 Chapter 7 AFI 10-220 Contractor’s Flight and Ground Operations AFI 10-3501 Air Force Diving Program Entire Publication

45

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

AFI 10-3502V1 Pararescue and Combat Rescue Officer Training 5.2.4.15/5.2.4.16/5.2.4.2.17./5.2.4.2.18/5.2.4. 2.19./5.2.4.21. AFI 10-701 Operations Security, Local Plans and Publications Entire Publication AFI 11-202V3_AFGM 2017- Flying Operations, General Flight Rules Chapter 2 01 AFI 11-301V1 Aircrew Flight Equipment 3.19 AFI 11-301V5 Management and Configuration Requirements for Aircrew 4.3.1.10 /4.3.1.12/Chapter 5 Flight Equipment AFI 11-410 Personnel Parachute Operations/ ACC SUPP included Entire Publication AFMAN 11-411 Special Forces Military Free-Fall Operations Entire Manual AFMAN 11-420 Static Line Parachuting Techniques and Tactics Entire Manual AFJ 13-210 Joint Inspection, Records, Malfunction Investigations, 3-2/3-3 and Activity Reporting AFI 13-217 2.3/2.4/Table 2.3./Table Drop Zone and Landing Zone Operations 2.4/2.9/2.10/2.11.3.1./2.11.4/2.17/2.17.2.2/2.1 7.3.1./2.18./2.19/2.21. TC 18-11 Special Forces Military Free-Fall and Double-bag Static Line Entire Publication Operations AFI 16-1202CL1 Pararescue Operators Briefing Checklist Entire Checklist AFI 16-1204 Pararescue Medical Material Control 1.7.14 AFI 16-1404 Air Force Information Security Program Entire Publication AFI 31-101 Integrated Defense Entire Publication AFI 31-105 Personnel Security Program Management Entire Publication AFI 31-106 Industrial Security Program Management Entire Publication AFI 32-7001 Environmental Management AFI 33-111 Telephone Systems Management AFI 33-322 Records Management Program AFI 33-332 Air Force Privacy and Civil Liberties Program Entire Publication AFI 33-364 Records Disposition Procedures and Responsibilities and AF Entire Publication Records Disposition Schedule AFI 36-2654 Combat Arms Program & CCMCK (governs SIMs) Entire Publication AFI 63-138 Acquisition of Services Chap 2 AFI 64-106 Contractor Labor Relations Activities Entire Publication AFI 90-802 Operational Risk Management Chap 8

46

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

AFPD 90-8 Environmental, Safety & Occupational Health Management & Risk Management AFMAN 91-201 Explosive Safety Standards Entire Publication AFMAN 91-224 Ground Safety Investigations and Reports AFI 91-202 USAF Mishap Prevention Program AFI 91-203 AF Consolidated Occupational Safety Instructions AFI-91-204 Safety Investigation and Reports Chap 2 AFI 91-207 USAF Traffic Safety Program AFI 91-225 Aviation Safety Programs Chap 3 DoD 5100.76M CAT II DoD Security Criteria DoD Security of AA&E DoD 5200.1 Information Security Program DoD 5200.2 Personnel Security Program DoD 5220.2-R Industrial Security Regulation DoD 5220.22-M National Industrial Security Program Operating Manual DoD 5400-7,R, DoD Freedom of Information Act Program DoD 5500-7 Standards of Conduct Entire Directive DoDI 1010.16 Technical Procedures for the Military Personnel Drug Abuse Paragraph E1.11 Testing Program (MPDATP) DoDI 4500.53 DoD Commercial Air Transportation Quality and Safety Entire DoD Instruction Review Program DoDI 6055.05 Occupational & Environment Health T.O. (Technical Order) 14D1- Field MX Manual RA-1 (ARAPS) WP0001 / Pg. 5 2-471-11 T.O. (Technical Order) 14D1- Cleaning Parachute System Salt Water/Contaminates 1-2 T.O. (Technical Order) 14D1- Field MX Manual MC-6 WP0001 / Pg. 5 2-472-2 T.O. (Technical Order) 13C7- Airdrop of Supplies and Equipment: Rigging Loads for Special Chapter 2/Chapter 5 51-21 Operations 14 CFR PART 133 14 CFR PART 133 D 14 CFR PART 135

47

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

APPENDIX E GOVERNMENT FURNISHED EQUIPMENT & MATERIAL

E1.0. Government Furnished Equipment for Contractor use during Fixed Wing, Rotary Wing, and Parachute Operations Phase. The Government shall provide equipment in attached excel sheet. (RITS PWS GFE list 22 Aug 18)

RITS PWS GFE list 22 Aug 18.xlsx

E2.0. Government furnished equipment and supplies for Student use. The equipment /supplies listed in below will be provided by the Government to the students during the appropriate training phases. This listing is for the Contractor’s information only, and does not indicate that any of this equipment or supplies are for use by the Contractor. Except as listed in para E1.0, if Contractor personnel require similar equipment/supplies to perform the required tasks in these phases, it is the Contractor’s responsibility to furnish them.

RITS PWS Student Equipment and Supplies 22 Aug 18.xlsx

E3.0. Live Tissue Training Approved Sources

MFR Approved Vendor Listing 15 Jun 18.pdf

48

PWS 19 Oct 18 Solicitation No. FA4890-18-R-5022

APPENDIX F CONTRACTOR PROPOSAL STRENGTHS

F1.0. In accordance with Guardian Angel Rescue Instructional and Training Services Request for Proposal, Section H – X Incorporation of Proposal, the Government reserves the right to incorporate into this contract portions of the successful offeror’s proposal submitted in response to the solicitation. The Performance Work Statement (PWS) and the terms and conditions of this contract take precedence over any ambiguity in the Contractor's proposal. Nothing contained in the successful offeror’s technical proposal shall constitute a waiver to any other requirements of the contract.

F2.0. This Appendix is reserved to incorporate items as proposed by the winning offeror for inclusion in the Guardian Angel Rescue Instructional and Training Services contract. This appendix contains features provided in the successful offeror's proposal that were evaluated as “strengths” and are incorporated into the PWS for accomplishment of the Guardian Angel Rescue Instructional and Training Services contract. This appendix will be considered proprietary and not releasable under the Freedom of Information Act.

F3.0. Contractor Proposal Strengths:

Incorporate within Strength Proposal Paragraph Proposal Language PWS/Appendices (Short Title) (From Offerors Proposal) (Exact Technical Proposal Language) Paragraph:

49