DRAFT

STATEMENT OF WORK (SOW)

For

(CONUS) (AMC)

17 FEB 2017

COMMAND POST CONSOLE SYSTEM MAINTENANCE-SUSTAINMENT WARRANTY

At

436th Air Base Dover AFB, DE 628th Air Base Wing AFB, SC Fairchild AFB, WA 319th Air Base Wing Grand Forks AFB, ND 62nd Wing Joint Base McChord AFB, WA Joint Base McGuire-Dix-Lakehurst, NJ Little Rock AFB, AR 927th Air Refueling Wing MacDill AFB, FL McConnell AFB, KS 43rd Airlift Wing Pope AFB, NC Scott AFB, IL Travis AFB, CA

(DRAFT) Page 1 DRAFT

Table of Contents 1.0 SCOPE OF WORK 1.1 STANDARDS 2.0 SPECIFIC TASKS FOR ALL LOCATIONS 2.1 PROJECT MANAGEMENT 2.2 FURNISH EQUIPMENT 2.3 BASELINE INSTALLATION 2.4 DOVER AFB, DE UNIQUE REQUIREMENTS 2.5 CHARLESTON AFB, SC UNIQUE REQUIREMENTS 2.6 FAIRCHILD AFB, WA UNIQUE REQUIREMENTS 2.7 GRAND FORKS AFB, ND UNIQUE REQUIREMENTS 2.8 JOINT BASE MCCHORD AFB, WA UNIQUE REQUIREMENTS 2.9 JOINT BASE MCGUIRE-DIX-LAKEHURST, NJ UNIQUE REQUIREMENTS 2.10 LITTLE ROCK AFB, AR UNIQUE REQUIREMENTS 2.11 MACDILL AFB, FL UNIQUE REQUIREMENTS 2.12 MCCONNELL AFB, KS UNIQUE REQUIREMENTS 2.13 POPE AFB, NC UNIQUE REQUIREMENTS 2.14 SCOTT AFB, IL UNIQUE REQUIREMENTS 2.15 TRAVIS AFB, CA UNIQUE REQUIREMENTS 2.16 SHIPMENT 2.17 REMOVAL AND DISPOSAL 2.18 RESTORATION 2.19 CUT-OVER 2.20 CONSOLE SYSTEM INSTALLATION 2.21 SYSTEM TESTING 2.22 TRAINING 2.23 WARRANTY 3.0 DELIVERABLES 3.1. DOCUMENTS 3.2. AS-BUILTS

(DRAFT) Page 2 DRAFT

3.3. ACCEPTANCE 4.0 GENERAL INFORMATION 4.1. SITE INFORMATION 4.2. MATERIALS AND EQUIPMENT 4.3. ENVIRONMENTAL 4.4. SAFETY 4.5. QUALITY 4.6. PERSONNEL 4.7. ELECTRICAL EQUIPMENT 4.8. LAWS AND STANDARDS 4.9 NON-DISCLOSURE 4.10 SECURITY REQUIREMENTS 4.11 GOVERNMENT–FURNISHED PROPERTY 4.12 ACCIDENT REPORT PROCEDURES 5. MAINTENANCE AND SUPPORT 5.1. WARRANTY SUPPORT 5.2. CATASTROPHIC FAILURES 5.3. MAJOR FAILURES 5.4. MINOR FAILURES 6. TESTING AND ACCEPTANCE 6.1. TESTING REQUIREMENTS 6.2. ACCEPTANCE 7. GOVERNMENT FURNISHED RESOURCES 7.1. FACILITIES, SUPPLIES, AND SERVICE 7.2. INFORMATION SOURCES 7.3. DOCUMENTATION 8. ADMINISTRATIVE CONSOLIDATIONS 8.1. POC INFO 8.2. PLACE OF PERFORMANCE 8.3. HOURS OF WORK 8.4. PERIOD OF PERFORMAMCE

(DRAFT) Page 3 DRAFT

8.5. SECURITY AND PRIVACY 9. STANDARDS AND REFERENCES 10. APPENDICES 10.1 NON –DISCLOSURE AGREEMENT 10.2 OVERVIEW 10.3 Command Post POC 10.4 SOW ABBREVIATIONS 10.5 SOW POC

1.0 SCOPE OF WORK

(DRAFT) Page 4 DRAFT

Air Mobility Command (AMC) has an initiative to maintain and sustain UNIFY (Siemens) Command Post Console systems at the Air Mobility Command Center (AMCC) locations in CONUS:

628th Air Base Wing Joint Base Charleston AFB, SC 436th Air Base Wing Dover AFB, DE 92nd Air Base Wing Fairchild AFB, WA 319th Air Base Wing Grand Forks AFB, ND Joint Base McChord AFB, WA 87th Air Base Wing Joint Base McGuire-Dix-Lakehurst, NJ 19th Airlift Wing Little Rock AFB, AR 927th Air Refueling Wing MacDill AFB, FL 22nd Air Refueling Wing McConnell AFB, KS 43rd Airlift Wing Pope AFB, NC 375th Air Mobility Wing Scott AFB, IL 60th Air Mobility Wing Travis AFB, CA

All systems must be Joint Interoperability Test Command (JITC) certified and have Multilevel Precedence and Preemption (MLPP) capability (IAW DoD Instruction 8100.3).

1.1 STANDARDS

OSHA CFR 29 Part 1910-268 (2016) Telecommunications Electronics Industry Alliance Cabinets, Racks, Panels, and Associated Equipment EIA-310-D NFPA 70 (2017) National Electric Code NESC (2017) National Electrical Safety Code ANSI/TIA/EIA-568-C-1 (2016) Commercial Building Telecommunications Cabling Standards ANSI/TIA/EIA-607-A (2002) J-STD-607-A Commercial Building Grounding (Earthing) and Bonding Requirements for Telecommunications

Additional commercial manuals may be required and shall be the responsibility of the contractor to identify in the Installation Plan provided with the proposal. The contractor shall obtain applicable manuals as required. In the case of conflicts among standards, the most stringent standard shall apply.

2.0 SPECIFIC TASKS FOR ALL LOCATIONS

2.1 PROJECT MANAGEMENT. The contractor shall plan and manage daily operations and activities associated with this requirement to ensure the necessary processes and activities are completed. The contractor shall employ effective management tools and methods to assure control of schedule and performance. The contractor shall conduct, support and participate in program management and technical reviews, meetings, and conferences to ensure effective and efficient contract execution.

(DRAFT) Page 5 DRAFT

2.1.1 Within two business days of contract award, the contractor shall initiate work by meeting with key Government representatives either in person or through telecommunications to review all planned efforts in support of this requirement. The contractor shall support and respond to site personnel discussions and questions on any information regarding this maintenance-sustainment warranty.

2.1.2 The contractor shall provide the name of the point of contact (POC) responsible for overseeing the project to the COR within five business days of award. The contractor POC shall contact the Contracting Officer’s Representative (COR) within five business days of award and shall be the single point of contact from award to site acceptance.

2.1.7 The contractor shall not accomplish work outside the scope of this contract nor deviate from technical orders, manufacturer recommendations, Air Force Instructions or National Consensus Standards at the Government facility, nor shall the contractor utilize in other work, any supplies or materials acquired under this contract.

2.1.8 The contractor shall provide a Project Support Agreement (PSA) to identify all allied support required by the Government to support the maintenance- sustainment, installation, configuration, and operational testing of the system at each location. Allied support consists of items such as fiber/copper connections, equipment rack space, power requirements for equipment, hotlines required, and any other support required by the contractor to complete the maintenance- sustainment of the system. The PSA will be coordinated and signed by contractor and unit POC prior to final maintenance-sustainment requirement installation schedule being established. A separate PSA is required for each individual location due to unique conditions at each location. All items will be completed prior to the beginning of any maintenance-sustainment installation. Any open items will be resolved prior to team travel or installation date.

2.2 FURNISH EQUIPMENT TO SPECIFICATIONS FOR ALL LOCATIONS: The requirements for each location vary; however, at all locations the contractor shall meet or exceed industry and Air Force specifications with the appropriate pass through licenses. The contractor shall be responsible for the provisioning of a completely functional command post console system with required programming, hardware, software, Right- To-Use (RTU) licenses, ancillary equipment, parts and material for all identified requirements. The table below details the major components of the requirements at all places of performance.

(DRAFT) Page 6 DRAFT

Base Charleston Grand Forks JB-McChord JB McGuire Little Rock MacDill

PRI ALT PRI ALT PRI ALT PRI ALT PRI ALT PRI ALT Building 169 607 516 11 1758 3390 314 160 54 90 Number Consoles 11 8 7 5 11 19 3 11 10 10 8

Recorder 48 24 Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Conference V7 Yes Yes N/A Yes N/A Yes N/A Yes N/A Yes Yes Server Dispatch Win 2008 Win 2008 Yes N/A Yes N/A Yes N/A Yes N/A Yes Yes Server Survivable Remote Host Shelf N/A Option N/A Option N/A Option N/A Option N/A N/A Shelf Radio Nets 20 N/A 2 10 5 Unify (Siemens) Console Version V6 V6 V6 V6 V6 V6 (Update to Version 6) Consoles V3 Win 7 V3 Win 7 V3 Win 7 V3 Win 7 V3 Win 7 V3 Win 7 V3 Win 7 V3 Win 7 V3 Win 7 V3 Win 7 V3 Win 7 V3 Win 7

Base Fairchild McConnell Pope Scott Travis Dover

PRI ALT PRI ALT PRI ALT PRI ALT PRI ALT PRI ALT MACC Building 2140 2050 978 900 309 470 1534 31 977 203 714 Number 116 Consoles 10 8 9 3 15 9 4 0 26 17 9 9 4 Recorder 16 16 Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes 24 Conference 8 CH 23 CH Yes N/A Yes N/A Yes N/A Yes N/A 46 CH V6 N/A N/A Server Dispatch Win 2008 Win 2008 Yes N/A Yes N/A Yes N/A Yes N/A Win 2008 N/A Win 2008 Server Survivable Remote Host Option N/A Option N/A Option N/A Option N/A Option Host V6 Tethered Shelf Shelf Radio Nets 12 10 4 11 14 5 Unify (Siemens) Console Version V6 V6 V6 V6 V6 V6 (Update to Version 6) Consoles V3 Win 7 V3 Win 7 V3 Win 7 V3 Win 7 V3 Win 7 V3 Win 7 V3 Win 7 V3 Win 7 V3 Win 7 V3 Win 7 V3 Win 7 V3 Win 7 V3 Win 7

2.3 BASELINE SUSTAINMENT REQUIREMENTS FOR ALL LOCATIONS: The contractor shall maintain and sustain host equipment with reliability to ensure best possible operation capability. The contractor shall connect the system to the Defense Switched Network (DSN) with Primary Rate Interface (PRI) trunk group(s) from the Command Center to the host base switch. The contractor shall also provide programming information needed by local base host voice switch to provision for the required number of PRI lines between the new system and base switch. All required hardware to make these connections shall be provided by the contractor.

2.3.1 The contractor shall maintain and sustain JITC-certified communications consoles with touch screen, voice recording, radio interfaces and conferencing capability in support of unit requirements.

(DRAFT) Page 7 DRAFT

2.3.2 Inside Plant (Cabling): The contractor shall provide all required labor; interface equipment (major and minor hardware) and cabling to support the connection/extension from the building demarc to the primary and alternate command post equipment, to include any intra-building wiring/cabling to support connectivity of consoles, radios, recorders, etc. Fiber and/or copper connections between buildings shall be provided by the Government; however, any and all connection devices shall be provided by the vendor.

2.3.3 Voice Recording System: The contractor shall maintain and sustain a voice recording system to support documentation and recall of all voice communications (telephone and radio) for all locations. The contractor shall configure the system to record all radio and voice communications as identified by the site POC.

2.3.4 Conference System: The contractor shall maintain and sustain the installation or integration of a conference capability for this system. The contractor shall maintain and su the capability for a minimum of 23 conferencing parties.

2.3.5 Radio Integration: The contractor shall provide maintenance and sustainment for the integration of existing radio equipment into new/upgraded touch screen systems at all console positions. Use existing or host base systems to reduce life cycle support (i.e. existing radio system).

2.3.6 The contractor shall maintain and sustain the Uninterruptible Power Supplies (UPS) and power systems that ensure continuous and full system operability. All UPS shall be rated at a runtime of four hours. Individual electrical circuit(s) will be provided by the Government.

2.3.7 The contractor shall configure all hotlines identified by the site POC at each location to support Command Post (CP) and/or Air Mobility Command Center operations. This is a programming requirement of the system maintained and sustained to ensure the user has direct communications needed to support mission requirements.

2.3.8 Console System: The contractor shall maintain and sustain the UNIFY (Siemens) HiPath 4000 Dispatch, Command and Control Communications System console systems with the latest available JITC version upgrade.

2.4 ADDITIONAL REQUIREMENTS FOR JOINT BASE CHARLESTON AFB, SC. The contractor shall main and sustain a command post system at Joint Base Charleston AFB, SC. System will consist of a primary location and an alternate location.

2.4.3 Base Access: The contractor shall abide by the local host base rules and first request a gate pass, then acquire it prior to arrival for official work. The contractor shall ensure that the proper equipment needed to perform has been cleared through the host base authorities to be allowed on the installation. The

(DRAFT) Page 8 DRAFT

contractor shall contact the Security Forces Squadron to receive assistance to acquire base access.

2.5 ADDITIONAL REQUIREMENTS FOR GRAND FORKS AFB, ND: The contractor shall maintain and sustain a command post system at Grand Forks AFB, ND. System will consist of a primary location and an alternate location.

2.5.3 Base Access: The contractor shall abide by the local host base rules and first request a gate pass, then acquire it prior to arrival for official work. The contractor shall ensure that the proper equipment needed to perform has been cleared through the host base authorities to be allowed on the installation. The contractor shall contact the Security Forces Squadron to receive assistance to acquire base access.

2.6 ADDITIONAL REQUIREMENTS FOR JOINT BASE MCCHORD AFB, WA. The contractor shall maintain and sustain a command post system at Joint Base McChord AFB, WA. System will consist of a primary location and an alternate location.

2.6.3 Base Access: The contractor shall abide by the local host base rules and first request a gate pass, then acquire it prior to arrival for official work. The contractor shall ensure that the proper equipment needed to perform has been cleared through the host base authorities to be allowed on the installation. The contractor shall contact the Security Forces Squadron to receive assistance to acquire base access.

2.7 ADDITIONAL REQUIREMENTS FOR JOINT BASE MCGUIRE-DIX- LAKEHURST, NJ. The contractor shall maintain and sustain a command post system at Joint Base McGuire-Dix-Lakehurst, NJ. System will consist of a primary location and an alternate location.

2.7.3 Base Access: The contractor shall abide by the local host base rules and first request a gate pass, then acquire it prior to arrival for official work. The contractor shall ensure that the proper equipment needed to perform has been cleared through the host base authorities to be allowed on the installation. The contractor shall contact the Security Forces Squadron to receive assistance to acquire base access.

2.8 ADDITIONAL REQUIREMENTS FOR LITTLE ROCK AFB, AR. The contractor shall maintain and sustain a command post system at Little Rock AFB, AR. System will consist of a primary location and an alternate location.

(DRAFT) Page 9 DRAFT

2.8.3 Base Access: The contractor shall abide by the local host base rules and first request a gate pass, then acquire it prior to arrival for official work. The contractor shall ensure that the proper equipment needed to perform has been cleared through the host base authorities to be allowed on the installation. The contractor shall contact the Security Forces Squadron to receive assistance to acquire base access.

2.9 ADDITIONAL REQUIREMENTS FOR MACDILL AFB, FL. The contractor shall maintain and sustain a command post system at MacDill AFB, FL. System will consist of a primary location and an alternate location.

2.9.3 Base Access: The contractor shall abide by the local host base rules and first request a gate pass, then acquire it prior to arrival for official work. The contractor shall ensure that the proper equipment needed to perform has been cleared through the host base authorities to be allowed on the installation. The contractor shall contact the Security Forces Squadron to receive assistance to acquire base access.

2.10 ADDITIONAL REQUIREMENTS FOR MCCONNELL AFB, KS. The contractor shall maintain and sustain a command post system at McConnell AFB, KS. System will consist of a primary location and an alternate location.

2.10.3 Base Access: The contractor shall abide by the local host base rules and first request a gate pass, then acquire it prior to arrival for official work. The contractor shall ensure that the proper equipment needed to perform has been cleared through the host base authorities to be allowed on the installation. The contractor shall contact the Security Forces Squadron to receive assistance to acquire base access.

2.11 ADDITIONAL REQUIREMENTS FOR POPE AFB, NC. The contractor shall maintain and sustain a command post system at Pope AFB, NC. System will consist of a primary location and an alternate location.

2.11.3 Base Access: The contractor shall abide by the local host installation rules and first request a gate pass, then acquire it prior to arrival for official work. The contractor shall ensure that the proper equipment needed to perform has been cleared through the host installation authorities to be allowed on the installation. The contractor shall contact the Ft. Bragg Provost Marshal’s Office (PMO) to receive assistance to acquire base access.

2.12 ADDITIONAL REQUIREMENTS FOR SCOTT AFB, IL. The contractor shall maintain and sustain a command post system at Scott AFB, IL. System will consist of a primary location and an alternate location.

(DRAFT) Page 10 DRAFT

2.12.3 Base Access: The contractor shall abide by the local host base rules and first request a gate pass, then acquire it prior to arrival for official work. The contractor shall ensure that the proper equipment needed to perform has been cleared through the host base authorities to be allowed on the installation. The contractor shall contact the Security Forces Squadron to receive assistance to acquire base access.

2.13 ADDITIONAL REQUIREMENTS FOR TRAVIS AFB, CA. The contractor shall maintain and sustain a command post system at Travis AFB, CA. System will consist of a primary location and an alternate location.

2.13.3 Base Access: The contractor shall abide by the local host base rules and first request a gate pass, then acquire it prior to arrival for official work. The contractor shall ensure that the proper equipment needed to perform has been cleared through the host base authorities to be allowed on the installation. The contractor shall contact the Security Forces Squadron to receive assistance to acquire base access.

2.14 SHIPMENT OF EQUIPMENT FOR ALL LOCATIONS: The contractor may use base storage for the execution of this contract if available; however, the contractor is responsible for the staging and deployment of the material and equipment. No equipment shall be shipped to the base without Government authorization. The contractor must obtain authorization and a shipment address from the COR. Contractor must coordinate all installation and shipment of equipment with the local unit at each location.

2.15 REMOVAL AND DISPOSAL OF EQUIPMENT FOR ALL LOCATIONS: The contractor shall be responsible for removal and disposal of Government equipment and/or material the contractor replaces as part of this effort and the contractor shall comply with all applicable Defense Reutilization and Marketing Service (DRMO), Air Force, and other applicable industry rules and regulations. Equipment removal and/or disposal shall be coordinated with the COR or an official at the host base communications squadron designated by the COR. A POC list detailing contact information of the COR and COR designated officials will be furnished after contract award.

2.16 RESTORATION FOR ALL LOCATIONS: The contractor shall ensure that all facilities are restored and returned to their original condition. Any damage or changes to existing facilities shall be repaired and shall include documentation of any alterations to the premises [Property Restoration Documentation (CDRL A004)]. When required, the Property Restoration Documentation shall be submitted to the COR for review three business days prior to the restoration. The contractor shall restore any roads, grounds, and buildings disturbed during this project to a state equivalent to the conditions existing prior to installation of project. The contractor shall follow base grounds restoration policy and all applicable regulations for detailed grounds restoration requirements.

(DRAFT) Page 11 DRAFT

2.18.1 The contractor shall maintain and sustain console equipment on existing furniture and mounted (touch screens desk top or swivel mounted) based on user requirements.

2.18.2 The contractor shall maintain and sustain all the required hardware and software to maintain and sustain all of the voice and radio components required for full voice and radio integration into the console system.

2.18.3 The contractor shall ensure the maintenance and sustainment includes the integration of all existing UHF, VHF, and LMR radio networks. The contractor will maintain and sustain the program dedicated hotlines as required by each organization location as identified in each PSA, which will be coordinated between the contractor and each unit. The console system shall work independently from the base Defense Communications Office (DCO) with the exception of connectivity (trunks, etc.). Contractor will integrate the radio networks (radio interfaces/nets) identified by each location into the consoles at the primary and alternate locations.

2.18.4 The contractor shall maintain and sustain the existing conference system at all locations to support both the primary and alternate locations.

2.18.5 The contractor shall maintain and sustain the voice recording system at all locations.

2.18.6 The contractor shall ensure that personnel performing maintenance and sustainment are U.S. citizens and have no criminal record. If access is denied, the contractor shall provide appropriately cleared personnel for access.

2.19 SYSTEM TESTING FOR ALL LOCATIONS: The Contractor shall identify and provide approved industry and OEM procedures that outline, sequence, and indicate qualifications for system acceptance, i.e. 24-hour burn-in, etc. The test procedures shall be provided to the Government (unit POC) for review and approval prior to the beginning of any testing. These test procedures will be used in the final testing and results provided as the final test results (CDRL A005). The testing shall ensure the system is fully functional and meets the intended use per this SOW.

2.19.1 The contractor shall notify the COR as to the dates and times of the entire testing process in advance of the testing. Equipment testing shall be per industry and OEM installation testing standards.

2.19.2 The contractor shall furnish Final Test Results on a contractor-provided test completion form to the COR for review seven business days prior to site acceptance. The contractor shall ensure that the final test results indicate that the system passed and the system is fully operational. Any test failure will result in contractor fixing the issue and retesting. All tests must be acceptable and signed as complete by unit POC and contractor.

(DRAFT) Page 12 DRAFT

2.21 WARRANTY FOR ALL LOCATIONS: The contractor shall provide warranty documentation (CDRL A009) to the COR prior to site acceptance and shall begin upon site acceptance (not test acceptance) and initiated with the signing of the Site Acceptance Form (CDRL A008) from each site.

2.21.1 The contractor’s warranty shall cover services for workmanship deficiencies and equipment provided as described and in accordance with the contract. The contractor’s warranty period shall span a period of ONE (1) year regardless of the OEM standard warranty from the date of initiation. The contractor shall provide a full/unlimited commercial one‐year warranty for all contractor provided hardware, software, materials, and workmanship. The warranty shall include emergency technical assistance as required including 24/7 remote dial‐in and on‐site responses as appropriate for system failures. Warranty shall cover at a minimum the UNIFY (Siemens) HiPath Server and Dispatch Manager to minimize risk. On-site spares will be provided to minimize the risk of replaceable items.

2.21.1.1 OPTION FOR ADDITIONAL 1 YEAR WARRANTY: The contractor shall provide as an option an additional 1-year warranty (2-year total) for each location.

2.21.2 The contractor shall provide written procedures and required information (CDRL A009) for warranty services prior to completion of the Site Acceptance Form (CDRL A008). This information shall include written confirmation of the warranty period, phone numbers and contact information. It shall detail procedures for technical support, troubleshooting assistance, and replacement of faulty equipment.

2.21.3 The contractor shall provide the OEM's recommended critical spare parts for equipment and systems provided under this effort.

3.0 DELIVERABLES FOR ALL LOCATIONS: All deliverables shall meet the requirements set forth in contractual documentation.

3.1 DOCUMENTS. The contractor shall provide deliverables via electronic as well as printed means to the COR. The contractor shall deliver all products and reports in the current version of MS Word, MS Project, Power Point, MS Excel, or MS ACCESS. All deliverables shall be identified by 1) CDRL number, 2) SOW task number, and 3) deliverable title. All deliverables are listed as follows:

CDRL/TITLE A007: As-Built Documentation (Para 3.2) A009: Warranty and Procedures (Para 2.21 and 2.21.2) A010: Project Support Agreement (Para 2.1.8)

3.2 CONFIGURATION MANAGEMENT FOR ALL LOCATIONS - AS-BUILT DOCUMENTATION. (CDRL A007). The contractor shall provide As-Built

(DRAFT) Page 13 DRAFT

documentation which shall also include Configuration Management Information. The As- Built documentation shall be provided to COR in common format. As-Built documentation includes drawings and diagrams of the console identifying specific cards in a chassis/shelf. It shall also include power drawings and specifications, as well as floor plans and engineering specifications generated in support of the installation of the system. Equipment listings with serial/model numbers and manufacturer specifications shall also be included in the As-Built documentation.

3.3 ACCEPTANCE: Site acceptance shall be considered after the test acceptance of the system and the system is in operation for a period of seven days without a major failure (25% of system capability). The contractor shall submit a DD250 form Material Inspection and Receiving Report as the Site Acceptance Form. The DD250 will only be signed by a Government representative after the 7 day period for site acceptance. Only the COR will authorize site acceptance of the installation.

3.3.1 The Site Acceptance Form (CDRL A008) shall be submitted as an attachment to the final invoice via WAWF with a shipment number ending with a “Z.” If the site acceptance form is not attached, the invoice shall be rejected.

4.0 GENERAL INFORMATION FOR ALL LOCATIONS

4.1 SITE INFORMATION: The requirement covers the following places of performance:

- Air Mobility Control Center (AMCC) at Joint Base Charleston AFB, SC - Air Mobility Control Center (AMCC) at Dover AFB, DE - Air Mobility Control Center (AMCC) at Fairchild AFB, WA - Air Mobility Control Center (AMCC) at Grand Forks AFB, ND - Air Mobility Control Center (AMCC) at Little Rock AFB, AR - Air Mobility Control Center (AMCC) at MacDill AFB, FL - Air Mobility Control Center (AMCC) at Joint Base McChord AFB, WA - Air Mobility Control Center (AMCC) at McConnell AFB, KS - Air Mobility Control Center (AMCC) at Joint Base McGuire-Dix-Lakehurst, NJ - Air Mobility Control Center (AMCC) at Pope AFB, NC - Air Mobility Control Center (AMCC) at Scott AFB, IL - Air Mobility Control Center (AMCC) at Travis AFB, CA

4.2 MATERIALS AND EQUIPMENT. The contractor shall provide all the specialized tools and equipment to accomplish installation, training and testing.

4.2.1 DISPOSITION. The contractor shall dispose of any and all expended and broken items properly IAW host base disposal procedures.

4.2.2 CONTRACTOR CLEAN-UP. The contractor shall, at all times, keep work areas free from accumulations of waste material and rubbish. Upon completion of the job, the contractor shall leave the work and premises in a clean, neat, and orderly condition.

(DRAFT) Page 14 DRAFT

4.3 ENVIRONMENTAL CONTROLS AND PROTECTION FOR ALL LOCATIONS:

4.3.1 The contractor shall comply with all applicable federal, state, and local laws, regulations, and requirements regarding environmental protection.

4.3.2 The contractor shall ensure policies and procedures are established to protect the health and safety of employees and the community. In addition, minimize/eliminate the risk of environmental pollution.

4.3.3 The contractor shall comply with all local safety and fire requirements, including the Air Force Occupational Safety and Health (AFOSH) Standards.

4.3.4 The contractor shall ensure that the purchase, use, handling, storage, and disposal of all toxic, hazardous and special materials and wastes are in accordance with federal, state and local environmental protection regulations.

4.3.5 If the contractor spills or releases any substance listed in 40 CFR 302 into the environment, the contractor shall immediately report the incident to the field representative, base fire department, and base civil engineering. The contractor shall be liable for containment and environmental cleanup of the spill or release of such substance per Operational Plan (OPLAN) 32-7, Oil and Hazardous Substance Spill prevention and Response Plan.

4.4 SAFETY FOR ALL LOCATIONS. The contractor shall take appropriate measures to protect personnel, property, and materials from mishaps. The contractor shall ensure that no personnel presenting potential threats to the health, safety, security, general wellbeing, or operational mission of the installation and its population shall be employed by the Contractor during the execution of this contract. Compliance with AFI 91-202, Air Force Mishap Prevention Program, and all applicable safety-related requirements identified is mandatory.

4.5 QUALITY FOR ALL LOCATIONS. The contractor shall maintain quality control IAW with this SOW, commercial standards, manufacture’s recommendations, procedures, technical data, and local, state, and federal guidelines.

4.6 PERSONNEL FOR ALL LOCATIONS: 4.6.1 PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE COMMANDER(S). In the event the contractor is unable to perform his/her daily operations due to peacetime emergency and/or wartime contingency disturbance, neither the Government nor the contractor will take action for non- compliance with contract requirements.

4.6.2 QUALIFIED PERSONNEL. All personnel performing work under this contract shall be fully trained (can be local company representatives) to accomplish all tasks associated with this SOW.

(DRAFT) Page 15 DRAFT

4.6.3 CONDUCT OF CONTRACT PERSONNEL FOR ALL LOCATIONS. The contractor shall ensure that personnel performing the installations are U.S. citizens and have no criminal record. If access is denied, the contractor shall provide appropriately cleared personnel for access. If the Contracting Officer finds it to be in the best interest of the Government he/she may at any time during the performance of this contract, order the contractors to remove any contractor personnel from further performance under this contract for unethical conduct, security reasons, and/or for violation of installation regulations.

4.6.3.1 In the event that it becomes necessary to replace any contractor personnel for any of the above reasons the contractor shall bear all costs associated with such removal, including costs for the replacement of any personnel so removed. These costs will not be chargeable to the Government.

4.6.3.2 RIGHT OF THE GOVERNMENT TO PERFORM FUNCTIONS WITH ITS OWN PERSONNEL FOR ALL LOCATIONS. The Government reserves the right to perform or supplement performance of contract functions with Government personnel during periods of disaster, war, emergencies, police action, acts of God, labor strike, bankruptcy, default, or period of non- performance by the contractor’s employees.

4.7 ELECTRICAL EQUIPMENT FOR ALL LOCATIONS. All electrical equipment installation, replacement and/or repair shall be IAW guidance contained in the NFPA 70, National Electrical Code, and Current Edition.

4.8 LAWS AND STANDARDS COMPLIANCE WITH LOCAL, STATE AND FEDERAL LAWS FOR ALL LOCATIONS:

4.8.1 The contractor and the contractor’s employees are subject to, and shall abide by and comply with, all relevant statutes, ordinances, laws and regulations of the (including Executive Orders of the President) and any state (or other public authority now or hereafter in force).

4.8.2 The contractor agrees to observe and comply with all applicable federal requirements regarding Social Security, Worker’s Compensation, Unemployment Insurance and any other matter concerning employment applicable to the performance of this contract or rules, regulations, directions and orders not inconsistent herewith as may from time to time be issued by the Government.

4.8.3 The unilateral act of any Governmental body against any employee of the contractor for the violation of a Local, State or Federal law or regulation (to specifically include persons barred by any appropriate military commander or Government authority) shall not excuse the contractor from full compliance with the terms and conditions of this contract.

(DRAFT) Page 16 DRAFT

4.8.4 STANDARDS: The contractor shall adhere to all applicable installation and standards below. Where conflicts exist between any standards listed, the most stringent standard shall apply. The list below provides a quick reference. The Government will provide copies upon request.

o OSHA Occupational Safety and Health Administration (OSHA) o OSHA CFR 29 Part 1910-268 Electronics Industry Alliance - (1988) Telecommunications Cabinets, Racks, Panels, and Associated Equipment EIA-310-D o ANSI/TIA/EIA-568-C-1 – Building Cabling Standards o ANSI/TIA/EIA-607-A – Building Grounding Standards o EPA Environmental Protection Agency (EPA) o FAA Regulation and Certification o DODD 5220.22 DOD Industrial Security Program Directives o DODI 8100.3 Department of Defense (DoD) Voice Networks o AFI 10‐207 Command Posts o FAA Handbook OA P 8200.1 United States Standard Flight Inspection Manual o 31‐10‐2 Fanning and Forming Conductors for Ground C‐E Equipment o 31‐10‐6 Cable Racks, Troughs and Their Supports o 31‐10‐7 Terminating and soldering Electrical Connections o 31‐10‐9 Marking Site Layouts o 31‐10‐10 Anchoring Devices for Ground C‐E Equipment o 31‐10‐11 Cross‐connections and Strapping of Fixed Ground C‐E Components o 31‐10‐12 Metal Ducts and Conduits o 31‐10‐13 Cabling for Fixed Ground C‐E Equipment o 31‐10‐24 Grounding, Bonding, and Shielding o 31‐1‐141 Basic Electronics Technology o 31‐10‐34 Standard Installation Practices ‐ Fiber Optic Communication Cables And Connectors o AFI 32‐1065 Grounding Bonding and Shielding for Electronic Equipment and Facilities o MIL‐STD‐188‐124B Grounding Bonding and Shielding o MIL‐HDBK‐1857 Grounding, Bonding and Shielding Design Practices o MIL‐HDBK‐454A General Guidelines for Electronics Equipment o Building Industry Consulting Service International, Inc. (BICSI) o NFPA 70 National Fire Protection Association (NFPA) o EIA‐310 Racks, Panels and Associated Equipment o NEMA TC 2 Electrical Polyvinyl Chloride (PVC) Tubing and Conduit

4.9 NON-DISCLOSURE - RELEASE OF INFORMATION FOR ALL LOCATIONS. In performance of this contract, the contractor may obtain access to sensitive, nonpublic information.

(DRAFT) Page 17 DRAFT

4.9.1 The contractor agrees (a) to use and protect such information from unauthorized disclosure in accordance with the FAR; (b) to use and disclose such information only for the purpose of performing this contract and to not use or disclose such information for any personal or commercial purpose; (c) to obtain permission of the Government COR before disclosing/discussing such information with a third party; (d) to return, upon Government request, any non- public, sensitive information no longer required for contractor performance; and (e) to advise the Government COR of any unauthorized release of such information. Upon request, the contractor shall have its employees assigned to this contract execute a non-disclosure agreement for delivery to the Government. The Government will require contractor personnel to sign a non-disclosure statement to protect non-public information of the Government (reference Appendix 10.1).

4.9.2 The contractor shall not hold any discussions or release any information relating to this contract to anyone not having a direct interest in performance of this contract, without written consent of the Contracting Officer or designated representative of the contracting officer.

4.9.3 This restriction applies to all news releases of information to the public, industry or Government agencies, except as follows: Information for actual or potential subcontractors or other individuals necessary for the contractor’s performance of this contract.

4.9.4 The contractor shall not issue advertisements about projects performed under this task without Government review and approval. For the purposes of this paragraph, advertisement is considered to be contractor-funded promotional brochures, posters, tradeshow handouts, world-wide-web pages, magazines, or any other similar type promotions.

4.10 SECURITY REQUIREMENTS FOR ALL LOCATIONS: At this time, this SOW does not require access to classified information. As such, a security clearance is not required for this effort; the base shall provide escorts as required.

4.10.1 All network topologies in the Air Force are considered both sensitive and proprietary.

4.10.2 The contractor shall ensure that those employees requiring access to the Air Bases have the proper identification credentials prior to entering the Air Bases. The contractor shall ensure company identification badges are worn at all times that identify the individual, company name, and clearly indicate the wearer is a contractor.

4.10.3 Base, Restricted and Controlled Area Access. All contracted personnel shall comply with the base security policies for access to the base installation. The Contractor shall coordinate with the site POC to obtain and return temporary badges and vehicle registrations. The contractor shall comply with AFFARS

(DRAFT) Page 18 DRAFT

5352.242-9000 Contractor Access to Air Force Installations that shall take precedence over this paragraph.

4.10.4 When applicable, the contractor shall coordinate with the site POC for access and security badges for access to restricted and/or controlled areas. Contractor personnel shall wear these badges at all times while in the secure areas.

4.10.5 BASE ACCESS AND DELAYS FOR ALL LOCATIONS: Delays associated with working on an active military installation are at the Contractor's risk. Delays are identified as holidays, military family days, scheduled military exercises, physical training, etc.

4.10.6 Routine work efforts shall be performed during normal installation operating hours 0730 – 1630. Cutover and any other service actions that affect the schedule shall be reviewed and pre-approved by the POC at each unit.

4.11 GOVERNMENT–FURNISHED WORK AREA FOR ALL LOCATIONS: The Government will make available to the contractor a workspace (approx. 8’x8’), desk and telephone for local calls. Base storage may also be available however, must be coordinated and confirmed for each location.

4.12 ACCIDENT REPORT PROCEDURES FOR ALL LOCATIONS. In the event of an accident on Government property, or involving Government personnel or property, the contractor shall submit a report within 72 hours to the local unit POC and contracting officer in letter form that shall include the following: (1) the time and date of occurrence, (2) the place of occurrence, (3) a list of personnel directly involved, (4) a narrative or description of the accident to include chronological order of the accident and circumstances.

5.0 Maintenance and Support

5.1 Warranty Support: The Contractor shall provide a two (2) year warranty for all Contractor provided hardware, software, equipment, and installation services provided under this SOW. The warranty period does not begin until the Government’s acceptance (see below for specifics on acceptance definition). The warranty shall consist of emergency technical assistance as required, including 24/7 remote “dial-in” or remote VPN access previously coordinated with appropriate local Government representatives and on-site responses, as appropriate, for system failures (described below) and replacement free of charge of failed equipment down to the lowest replaceable unit. The remainder of this Section further describes the scope of the Contractor’s responsibilities with respect to deficiencies with the hardware and software and services provided by the Contractor:

5.2 Catastrophic Failures: A catastrophic failure means loss of the ability to initiate or answer calls on 25 percent or more of the circuits.

(DRAFT) Page 19 DRAFT

5.2.1 If a catastrophic failure occurs, the Contractor shall perform a service call, if contractor deems necessary or if the Government Contracting Officer requires that the contractor perform a service call. The contractor’s personnel shall use all commercially reasonable efforts to begin diagnosis and repair efforts within two (2) hours of the contractor’s receipt of the notification of the failure and immediately commence efforts to diagnose and repair the problem. The contractor shall continue to work on the problem until full system capabilities are restored.

5.3 Major Failures: A major failure means the loss of supervision, conference ability, or ability to initiate or answer calls on 10 percent or more of the circuits.

5.3.1 If a major failure occurs, the contractor shall perform a service call, if contractor deems necessary or if the Government Contracting Officer requires that the contractor perform a service call. The contractor’s personnel shall use all commercially reasonable efforts to begin diagnosis and repair efforts within three (3) hours of the contractor’s receipt of the notification during the contractor’s normal business hours. In the event of a notification during contractor’s non-business hours, the contractor’s personnel shall use all commercially reasonable efforts to begin to repair the problem at the beginning of the contractor’s next business day during the contractor’s normal business hours. The contractor shall use commercially reasonable efforts to restore the service within forty-eight (48) business hours of the contractor’s initial notification.

5.4 Minor Failures: A minor failure means any abnormal hardware or software error that degrades service to less than the desired performance, but which does not constitute a major or catastrophic failure.

5.4.1 If a minor failure occurs and the customer notifies the contractor of such minor failure, the contractor shall begin repair efforts as soon as commercially reasonable. The contractor shall use commercially reasonable efforts to repair minor failures within three (3) business days after the contractor’s receipt of notification of the minor failure.

6.0 TESTING AND ACCEPTANCE:

6.1 Testing Requirements:

• The contractor shall perform all testing as specified in the contractor provided and Government approved (which approval shall not be unreasonably withheld or delayed) test plan to verify that the system meets the minimum feature requirements specified therein. The contractor has the responsibility to test the installation prior to cutover. The Government may witness all testing. The contractor shall document these test results. The contractor shall provide copies of the test results to the Government upon the Government’s request. All

(DRAFT) Page 20 DRAFT

hardware and software procured under this SOW shall be tested as set forth in the test plan described above.

6.2 Acceptance:

• Upon the contractor’s successful completion of testing in accordance with Section 5.1, above, the contractor shall cutover the installation. Upon successful cutover and acceptance of all testing, the Government will provide acceptance. At that time, the Government will finalize all applicable acceptance documentation required to close out the project.

7.0 Government Furnished Resources.

7.1 Facilities, supplies and Service. The contractor’s proposal shall identify any Government-furnished resources or other base support required to implement the project.

7.2 Information Sources. The contractor’s proposal shall identify all Government information sources utilized in building the installation proposal. Any information required by the contractor, but not made available, shall be requested from the Contracting Specialist.

7.3 Documentation. The contractor’s proposal shall identify all documentation obtained from the base or AF sources used in developing the installation proposal. Any documentation required that has not been provided should be requested from the COTR.

8.0 Administrative Considerations.

8.1 Government/Customer POC information will be provided upon award.

8.2 Place of Performance: Place of Performance is as follows: Command Post – Alternate Command Post and AFMAO Buildings at Dover AFB, DE

8.3 Hours of Work. The contractor shall perform all work during normal working hours (typically 0730 to 1630), Monday through Friday.

8.4 Period of Performance:

Start: Date of Award Completion: 120 days after award of contract excluding warranty which continues for 2 years after acceptance

8.5 Security and Privacy: There are no security requirements for contractors performing this effort. However, escorts are required, as work will be accomplished in a secured facility. Additionally, installation team members

(DRAFT) Page 21 DRAFT

will be required to provide their full name, social security account number, date of birth and driver’s license number from the state of issue. Additionally, contracted personnel shall, at all times, have in their possession a photo identification issued by their organization(s). Personnel information is required for background checks due to the anti-terrorism/force protection initiatives currently in place at this federal location.

9.0 Standards and References.

All installation work shall conform to the noted standards provided in paragraph 1.1 of this SOW.

In the event of a conflict between the documents referenced in this SOW and the contents of this SOW, the contents of this SOW shall be considered superseding. In case of conflicts between the documents listed in the SOW, the most stringent requirement/standard applies. The contractor may request the Government Contracting Officer (CO) make the final determination as to which reference takes precedence.

What about CRMA requirements? Do they apply? If so, insert CMRA wording.

10.0 APPENDICES APPENDIX 10.1 – Non-Disclosure Agreement (DRAFT) Page 22 DRAFT

NON-DISCLOSURE AGREEMENT FOR CONTRACTOR EMPLOYEES SUPPORTING AMC CONTRACTS

NOTE: This Non-Disclosure Agreement is an agreement designed for use by contractor (including subcontractor) employees assigned to work on AMC contracts. Its use is designed to protect non-public Government information from disclosure and prevent violations of federal statutes/regulations. The restrictions contained in this agreement also serve contractors by promoting compliant behavior that keeps contractors eligible to compete for Government contracts. In addition to the potential impact on future business opportunities, failure to abide by this agreement could result in administrative, civil or criminal penalties specified by statute or regulation.

"Non-public information," as used herein, includes trade secrets, confidential or proprietary business information (as defined for Government employees in 18 USC 1905); advance procurement information (future requirements, acquisition strategies, statements of work, budget/program/planning data, etc.); source selection information (proposal rankings, source selection plans, contractor bid or proposal information); information protected by the Privacy Act (social security numbers, home addresses, etc.); sensitive information protected from release under the Freedom of Information Act (pre-decisional deliberations, litigation materials, privileged material, etc.); and information that has not been released to the general public and has not been authorized for such release (as defined for Government employees in 5 CFR 2635.703).

1. I, ______currently an employee of ______, hereby agree to the terms and conditions set forth below:

2. I understand that I will have access to confidential business information (as defined by 18 USC 1905), contractor bid or proposal information (as defined by FAR 3.104-3), and/or source selection sensitive information (as defined by FAR 3.104-3) either for contract performance or as a result of working in a AMC facility or of working near AMC personnel, contractors, visitors, etc. I fully understand that such information is sensitive and must be protected in accordance with 41 U.S. Code Section 423 and 18 U.S. Code Section 1905 and FAR Part 3. I also certify that I do not have any real or apparent conflicts of interest with respect to the information disclosed. If any potential conflicts of interest, real or otherwise, do present themselves, then I shall immediately disclose the pertinent information that may be a potential conflict to an agency ethics official who shall review the circumstances.

3. In the course of performing under contract/order # ______or some other contract or subcontract for the AMC I agree to: a) Use only for Government purpose any and all confidential business information, contractor bid or proposal information, and/or source selection sensitive information to which I am given access. I agree not to disclose "nonpublic information" by any means (in whole or in part, alone or in combination with other information, directly or indirectly or derivatively) to any person

(DRAFT) Page 23 DRAFT

except to a U.S. Government official with a need to know or to a non-Government person (including, for example, a person in my company, affiliated companies, subcontractors, etc.) who has a need to know related to the immediate contract/order, has executed a valid form of this non-disclosure agreement, and receives prior clearance by the contracting officer. All distribution of the documents will be controlled with the concurrence of the contracting officer. b) Not use such information for any non-Governmental purposes, including, for example, the preparation of bids or proposals, or the development or execution of other business or commercial ventures. c) Store the information in such a manner as to prevent inadvertent disclosure or releases to individuals who has not been authorized access to it. 4. I understand that I must never make an unauthorized disclosure or use of confidential business information, contractor bid or proposal information, and/or source selection sensitive information unless:

a) The information has otherwise been made available without restriction to the Government, to a competing contractor, or to the public; b) The contracting officer determines that such information is not subject to protection from release.

5. I agree that I shall not seek access to "non-public information" beyond what is required for the performance of the services I am contracted to perform. I agree that when I seek access to such information or attend meetings or communicate with other parties about such information, I will identify myself as a contractor. Should I become aware of any improper or unintentional release or disclosure of "non-public information," I will immediately report it to the contracting officer in writing. I agree that I will return all forms (including copies or reproduction of original documents) of any "non-public information" provided to me by the Government for use in performing my duties to the control of the Government when my duties no longer require this information. By signing below, I certify that I have read and understand the terms of this Non- Disclosure Agreement and voluntarily agree to be bound by its terms.

______Signature of Employee/ Date

______Printed Employee Name

______Signature of Company Official/ Date

______Printed Company Official Name

(DRAFT) Page 24 DRAFT

10.2 Overview (Proposed Wing CP combined with AMS/AMCC)

(DRAFT) Page 25 DRAFT

APPENDIX 10.3 Command Post POC for the UNIFY (Siemens) Equipment

- 437th Air Base Wing - Air Mobility Control Center (AMCC) Joint Base Charleston AFB, SC . SAMPSELL, DENITA L SMSgt USAF AMC 628 ABW/CP [email protected] – DSN 643-8400 - 319th Air Base Wing - Air Mobility Control Center (AMCC) Grand Forks AFB, ND . RIES, JASON M MSgt USAF AMC 319 ABW/CP [email protected] – DSN 747-6711 . – (707-747-5304/6724) - - 62nd Airlift Wing - Air Mobility Control Center (AMCC) Joint Base McChord AFB, WA . PARRET, KEVIN L GS-11 USAF AMC 62 AW/XPO [email protected] – DSN 382-2983 (253-691-9086) . FOLEY, JARED S Maj USAF AMC 62 AW/CP [email protected] – DSN 382-5257 - 305th Air Base Wing - Air Mobility Control Center (AMCC) Joint Base McGuire-Dix-Lakehurst, NJ . – (609-754-4933) – . BURRELL, VINCENT L CMSgt USAF AMC 87 ABW/CP [email protected] – DSN 650-4933 . KENYON, JOSHUA J Maj USAF AMC 87 ABW/CP [email protected] – DSN 650-3198 . WILLIAMS, KEVIN S Lt Col USAF AMC 305 OSS/DO [email protected] – DSN 650-2335 / (757-846-5097) - 19th Airlift Wing - Air Mobility Control Center (AMCC) Little Rock AFB, AR . LOCKWOOD, DANYIELL S MSgt USAF AMC 19 AW/CP [email protected] - DSN 731-1900 . THORNTON, RYAN K Maj USAF AMC 19 AW/CP [email protected] – DSN 731-1900 - 6th Air Mobility Wing/927th Air Refueling Wing – Command Post (CP) MacDill AFB, FL . DREVALAS, JARROD A CMSgt USAF AFRC 927 ARW/CP [email protected] - DSN 968-1524 – (813-828-4361) . FERGUSON, MATTHEW E SMSgt USAF AMC 6 AMW/CP [email protected] - DSN 968-3410 - (813-828- 4361) . FRITZ, TIMOTHY J Maj USAF AMC 6 AMW/CP [email protected] – DSN 968-5723 - 22nd Air Refueling Wing - Air Mobility Control Center (AMCC) McConnell AFB, KS . MORRIS, JOHN S II MSgt USAF AMC 22 ARW/CP [email protected] – DSN 743-3251

(DRAFT) Page 26 DRAFT

. WOOTEN, BRADLEY S SMSgt USAF AMC 22 ARW/CP [email protected] – DSN 743-3670 - 43rd Airlift Wing - Air Mobility Control Center (AMCC) Pope AFB, NC . Mr. Earl Ray Russ – (910-394-9853) - RUSS, EARL R JR GS- 13 USAF AMC 43 AG/CP [email protected] DSN 424-9324 . OLSON, PAUL K MSgt USAF AMC 43 AG/CP [email protected] – DSN 424-9306 . CANNON, ASHLEY B Capt USAF AMC 43 AG/CP [email protected] – DSN 424-9000 - 375th Air Mobility Wing - Air Mobility Control Center (AMCC) Scott AFB, IL . THOMPSON, DAVID A Maj USAF AMC 375 AMW/CP [email protected] – DSN 576-2615 . BERNDT, DARIN L TSgt USAF AMC 375 AMW/CP [email protected] – DSN 576-5891 . PERRY, MARK D MSgt USAF AMC 375 AMW/CP [email protected] – DSN 576-6417 . – (618-229-3494) - - 60th Air Mobility Wing - Air Mobility Control Center (AMCC) Travis AFB, CA . HART, KEVIN T CMSgt USAF AMC 60 AMW/CP [email protected] - 707-424-2302 . HOPKINS, JAMIE L MSgt USAF AMC 60 AMW/CP [email protected] – DSN 837-4925 . VEATCH, IAN A Maj USAF AMC 60 AMW/CP [email protected] – DSN 837- . Maj Matthew Etlinger – (707-424-5517) - ETLINGER, MATTHEW G Maj USAF AMC 312 AS/DOP – DSN 837- 5354

(DRAFT) Page 27 DRAFT

APPENDIX 10.4 SOW Abbreviations

AMC -- Air Mobility Command AMCC – Air Mobility Command Center AOC -- Air Operations Center ATOC -- Air Transportation Operations center CDRL -- Contract Data Requirements List COR -- Contracting Officers Representative CP -- Command Post DOD -- Department of Defense DSN -- Data Source Name EPD -- Electronic Phone Directory GFE -- Government Furnished Equipment IAW -- In accordance with JITC -- Joint Interoperability Test Command LCD -- Liquid Crystal Display LMR -- Land Mobile Radio MFT -- Multi-Functional Team MLPP -- Multi-level Precedence and Preemption MAC -- Moves Adds Changes MOC -- Maintenance Operations Center OEM -- Original Equipment Manufacturer PRI -- Primary Rate Interface PC -- Personal Computer POC -- Point of Contact PPO -- Provisioning Project Owner PSA- Project Support Agreement PTT -- Push-To-Talk RTU -- Right-To-Use SA -- System Administrator SIP -- System Installation Plan SS -- Service Summary UHF -- Ultra-High Frequency UPS -- Uninterrupted Power Supply USAFE – United States Air Forces in Europe VHF -- Very High Frequency WAWF -- Wide Area Workflow

(DRAFT) Page 28 DRAFT

APPENDIX 10.5 POINTS OF CONTACT

IC3X1

STEELE, JOEL T CMSgt USAF AMC A3/A3CF [email protected] 779-3245 NIEVES, NEFTALI SMSgt USAF AMC A3/A3CF [email protected] 779-3245 BENSON, TRISHA D MSgt USAF AMC A3/A3CF [email protected] 779-3245 ADAMS, NICOLA E SSgt USAF AMC A3/A3CF [email protected] 779-3245

—UNIFY Contractor POC; Scott Washburn (phone: (972) 756-4311) (email: [email protected])

Camille Hammer Service Sales Account Manager Tel: +1 (972) 756-4078 email: [email protected] Hammer, Camille [email protected]

Karen Beach (Clark) Service Sales Account Manager Tel: +1 (972) 756-4019 email: [email protected] Clark, Karen [email protected]

– HQ AMC/A6OI POC;

THOMPSON, GEORGE A SMSgt USAF AMC A6/A6OI [email protected] DSN: 779-5306 Comm: 618-229-5306

(DRAFT) Page 29 DRAFT

POLK, RAY L. CTR USAF AMC AMC/A6OI [email protected] DSN: 779-1128 Comm: 618-229-1128

(DRAFT) Page 30