PERFORMANCE WORK STATEMENT FOR NAVAL SPECIAL WARFARE COMMAND DIVERS LIFE SUPPORT SYSTEM (DLSS) SERVICE CONTRACT

1. Background. This contract is for non-personal services for routine and non-routine depot level maintenance and repair of Divers Life Support System (DLSS), diving support equipment, and hyperbaric chamber facilities primarily located at Naval Base Coronado and Coastal Campus (Imperial Beach, California). The Government does not possess the equipment or the facilities to perform certain types of required maintenance and repairs to the equipment.

2. Objectives. To perform depot level maintenance and repairs to DLSS equipment, associated diving support equipment, and hyperbaric chamber facilities.

3. Scope. The contractor shall provide fully qualified and accredited technicians to conduct routine and non- routine maintenance and repair of DLSS and other diving support equipment. Routine maintenance shall be provided on scheduled monthly, semi-annual, and annual basis, on various amounts of equipment, as defined at the Task Order level. 3.1. Routine Maintenance 3.1.1. Service – The contractor shall perform Planned Maintenance Schedule (PMS) to equipment outlined in paragraph 4.1 strictly in accordance with the latest NAVSEAINST 4790.8 series and applicable Maintenance Requirement Card (MRC) instructions and procedures. 3.1.2. Supplies – Associated supplies include tools, parts, materials, and test equipment as defined in NAVSEAINST 4790.8C, Chapter 2, paragraph 2-4.5(k) for PMS Maintenance (see note below). Only approved parts, materials, and miscellaneous item (see paragraph 2-4.5(k)(2).(e)) substitutes from the supply system, technical manuals, or MIL-SPEC which will meet or exceed the requirements may be used. 3.1.3. All tools, parts, and test equipment shall be provided by the contractor. Ownership of all tools and test equipment shall remain with the contractor, except for the repair parts and consumable items expended during the performance of maintenance.

3.2. Non-Routine Maintenance – Unscheduled/unidentified maintenance of equipment outside of PWS 3.1. The tasks may include (but are not limited to) non-calendar periodicity codes “R” and “U”.

3.3. Supplies - The contractor shall use brand new OEM only parts needed to complete all maintenance or repair using the most economic means to ensure equipment is repaired with the least amount of down time. Reconditioned or refurbished components or parts may be used if contractor is able to demonstrate that use of such component or part is customary commercial practice, and is approved in advance by the Government point of contact identified at the Task Order level. Procurement of replacement parts/components shall be approved by the COR.

4. Requirements. 4.1. The contractor shall perform the following services as needed, service locations will be identified at the Task Order level and could be either at the contractor’s facility or Government facilities: transport, inspect, calibrate, test, service, clean, fabricate, assemble, maintain, repair, overhaul, inventory, and/or paint the equipment or components of the equipment to include but not limited to the following: 4.1.1. Gauges 4.1.2. Test equipment 4.1.3. Torque devices 4.1.4. Electrical/ electronic test equipment 4.1.5. Atmospheric gaseous analyzer and scales 4.1.6. Valves 4.1.7. Piping 4.1.8. Hand loaders 4.1.9. Reducers 4.1.10. Regulators

1

4.1.11. Hoses 4.1.12. Pumps 4.1.13. Manifold 4.1.14. Compressor 4.1.15. Separators 4.1.16. Filters 4.1.17. Tubes 4.1.18. Tanks 4.1.19. Engines 4.1.20. Cylinders 4.1.21. Flasks 4.1.22. Support and Frame work 4.1.23. Tool, maintenance fixtures, test equipment 4.1.24. Portable and Non Portable booster 4.1.25. Portable and Non Portable high and low air compressors 4.1.26. Breacher Torch Kit 4.1.27. Special Operations Charging Assembly (SOCA) 4.1.28. High and Low Pressure air and oxygen delivery components 4.1.29. Air purification system 4.1.30. Hyperbaric chamber system 4.1.31. Transportable Recompression Chamber System 4.1.32. Scuba Bottles 4.1.33. Atlantis life vest bottles 4.1.34. Oxygen bottles 4.1.35. Torque devices 4.1.36. Other diving support related equipment identified at the Task Order level

4.2. Required Turn-Around Time: Unless specified otherwise in the task order, 7-10 business days from receipt of task order turn around for routine maintenance/repairs, 3-5 business days from receipt of task order turn around for non-routine maintenance/repairs. 4.3. DLSS equipment may require testing and service outside the normal periodicity due to questions of mechanical integrity and high levels of usage. These efforts will be identified on a case by case basis at the Task Order level. 4.4. The contractor shall follow the Navy’s 3M system computer based SKED program for routine maintenance and overhaul throughout the year. The contractor shall follow the Navy Planned Maintenance System using the required Maintenance Index Pages (MIP) and MRC’s for DLSS and support equipment maintenance, as applicable. 4.5. Throughout performance under this contract, the contractor shall maintain system cleanliness through use of Foreign Material Exclusion (FME) caps, covers or other means to prevent FME from entering the system, equipment and facilities. 4.6. The contractor shall be able to pick up and deliver equipment (as specified at the Task Order level) to the military facility referenced in paragraph 13 (or otherwise negotiated at the Task Order level), and may be required to perform certain maintenance and repairs on permanently installed or non-portable items identified in paragraph 4.1 at the military facility, such as the dive chamber or gauges on fixed assets that are not easily transportable or are cost prohibitive to transport.

5. Documentation. 5.1. Documentation of work performed shall be provided by the contractor to the Government point of contact identified at the Task Order level and shall include, but not limited to: 5.1.1. USN Diving System Re-Entry Control Forms, as applicable, and Objective Quality Evidence (OQE) of parts, materials, and processes used upon completion of work performed. 5.1.2. For unscheduled repairs or service for items that are not pre-priced at the Basic Contract, the contractor shall deliver a detailed price quote/work request for maintenance/repairs within 3 business days of receipt of request, exceptions to this will be handled on a case by case basis. The Government point of contact will review the quote and approve the work by signature on the work

2

request and forward to the Contracting Officer for execution. No services shall be rendered by the contractor without a properly approved Task Order award or other Contracting Officer direction. 5.2. Monthly Status Report. The contractor shall document the efforts performed in each Task Order in a detailed monthly status report (MSR), and submit to the COR, with a courtesy copy to the Government points of contact(s) identified on Task Orders being performed during the reporting period on or before the 10th of each month. The report format may be at the contractor’s discretion, but the report may be modified at the Government’s request. The monthly status report shall include: a summary of work accomplished and any issues encountered. 5.3. Final Task Order Report. The contractor shall provide a final report to the COR, with a courtesy copy to the Government POC(s) identified on Task Orders being performed within 2 weeks from the conclusion of a Task Order. The report shall summarize all MSRs addressing at a minimum: complete summary of work completed and activities accomplished during the performance period, significant issues, problems and recommendations to improve the process in the future.

6. Government Furnished Property: None

7. Security Consideration. 7.1 Contractor must be able to obtain personnel and vehicle access to military installations. Contractor is responsible for coordinating all necessary access through the local Military Pass and Decal Office.

8. Travel. 8.1. Transportation between the contractor’s facility and the Government facilities listed in paragraph 13 is considered local travel and will not be reimbursed by the Government.

9. Special Requirements. 9.1. Personnel Qualifications. The contractor shall provide personnel who possess the experience, training, and certification required to perform work under this contract. 9.1.1. Experience. 9.1.1.1. The contractor shall provide sufficient personnel with working knowledge in the design, fabrication, and installation on repairing and maintaining US Navy air and oxygen DLSS and equipment, to include but not limited to, DLSS, diver support equipment and hyperbaric chambers. 9.1.2. Certifications 9.1.2.1. NAVSEA Certified Precision Oxygen Cleaning Instructor (onsite), a minimum of one (1) employee. 9.1.2.2. Trained and certified on cleaning, operation, maintenance and repair of various oxygen booster pumps (including Hydraulics International), a minimum of one (1) employee. 9.1.2.3. Haskell technician qualification, a minimum of one (1) employee. 9.1.2.4. D.O.T. designated operator, a minimum of one (1) employee. 9.1.2.5. A minimum of one (1) BAUER technician that has completed technician course for retail service and is qualified in and working at an authorized retail service center. 9.1.2.6. RIX compressor for retail service technician qualification, a minimum of one (1) employee.

9.2. Facility Requirement. The contractor shall possess the following facility qualifications prior to contract award and during any performance under this contract: 9.2.1. The contractor shall have a location within 100 miles of the command (Naval Base Coronado) to facilitate drop off and pick up of equipment on a daily basis at the contractor’s facility by Government personnel. 9.2.2. Hazmat and air quality control board requirements compliance in accordance with the Federal, State and Local jurisdiction in which they are located. 9.2.3. Space free from exposure to dust, debris and other environmental conditions which would adversely impact the cleanliness of DLSS. 9.2.4. Certifications/Approvals/Accreditations. The contractor shall have the following facility certifications/approvals/accreditations: 9.2.4.1. NAVSEA approved Oxygen Instrument Calibration Room

3

9.2.4.2. Calibration services accreditation IAW OPNAVINST 3960.16 9.2.4.3. ISO/IEC 17025:2005 9.2.4.4. ANSI Z540.3 or ISO 9001:2015 or in-place Quality Management System that meets the intent of the standard 9.2.4.5. NAVSEA approved Oxygen Cleaning Facility (Class B) IAW MIL-STD-1330D CH1 9.2.4.6. D.O.T. approved cylinder requalification facility with Grade B water for conducting hydrostatic testing of oxygen cylinders 9.2.4.7. NAVSEA approved Oxygen Cleaning Process IAW MIL-STD-1330D CH 1 for component, cylinder and piping/hose cleaning 9.2.4.8. Certifications and permits required to handle Freon for gauge cleaning affluent sampling as applicable at Federal, State and Local level. 9.2.4.9. Haskell and Hydraulics International qualified service center

10. References. The contractor shall comply with the following standards and directives when performing the maintenance listed herein. In case of a conflict between the references listed below, the work shall be stopped and further guidance from the COR shall be received before continuing. The contractor shall have versions of the following references: 10.1. Bauer Compressor Technical Documentation 10.2. Bauer Filtration System Technical Documentation 10.3. DOD MIL-STD-1330D Standard Practice for Precision Cleaning and Testing of Shipboard Oxygen, Helium, Helium –Oxygen, Nitrogen, and Hydrogen Systems 10.4. DOD MIL-STD-1622B Standard Practice Cleaning of Shipboard Compressed Air Systems 10.5. NAVFAC MO-406 Hyperbaric Facilities Maintenance Manual 10.6. NAVSEAINST SS521-AA-MAN 010 U.S. Navy Diving and Manned Hyperbaric System Safety Manual. 10.7. NAVSEA Topside Tech Notes 10.8. OPNAVINST 4790.8B Ships Maintenance and Material Management (3M) Manual. 10.9. RIX Compressor Technical Documentation 10.10. U.S. Navy diving manual Chapter 4-3.1 10.11. NAVFAC TM-CHENG/05-010-SCA Policy for Inspection and Testing of Shore-Based Hyperbaric Gas Storage Vessels and Associated Relief Valves 10. 12 NAVSEA U.S. Navy General Specification for the Design, Construction and Repair of Diving and Hyperbaric Equipment

11. Contractor Manpower Reporting. 11.1.1. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Naval Special Warfare Command via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. 11.1.2. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at: http://www.ecmra.mil/.

12. Inspection and Test Records. 12.1.1. Inspection and test records shall, as a minimum, indicate the nature of the observations, number of observations made, and the number and type of deficiencies found. Data included in inspection and test records shall be complete and accurate, and shall be used for trend analysis and to assess corrective action and effectiveness. Inspection and test records shall be made available within three business days upon request by the Government.

12.2. Quality Management System Requirements. 12.2.1. The contractor shall provide and maintain a quality management system that, as a minimum, meets the intent of the standard of ISO 9001-2015 Quality Management Systems and supplemental NAVSEA requirements imposed by this contract. The quality management system procedures, planning, and all other documentation and data that comprise the quality management system shall be made available to the Government for review upon request of the COR or Contracting Officer.

4

Existing quality documents that meet the requirements of this contract may continue to be used. The Government may perform any necessary inspections, verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementing procedures. The contractor shall require of subcontractors a quality management system achieving control of the quality of the services and/or supplies provided. The Government reserves the right to disapprove the quality management system or portions thereof when it fails to meet the contractual requirements.

12.3. Use of the Contractor’s Inspection Equipment. 12.3.1. The contractor's gauges and measuring and testing devices shall be made available for use by the Government when required to determine conformance with contract requirements. If conditions warrant, the contractor's personnel shall be made available for operation of such devices and for verification of their accuracy and condition.

12.4. Technical Instructions. Performance of the work may be subject to written technical instructions signed by the Government point of contact identified at the Task Order level and include specific guidelines to the contractor which assist in the interpretation of drawings, specifications or technical portions of work description. 12.4.1. Technical instructions must be within the general scope of work stated in the contract and may not be used to: 12.4.1.1. assign additional work under the contract; 12.4.1.2. direct a change as defined in the "CHANGES" clause of this contract; 12.4.1.3. increase or decrease the contract price or estimated contract amount, as applicable, the level of effort, or the time required for contract performance; or 12.4.1.4. change any of the terms, conditions or specifications of the contract. 12.4.2. If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the contract or is inconsistent with this requirement, the contractor shall notify the Contracting Officer in writing within five (5) business days after the receipt of any such instruction. The contractor shall not proceed with the work affected by the technical instruction unless and until the contractor is notified by the Contracting Officer that the technical instruction is within the scope of this contract. 12.4.3. Nothing in the foregoing paragraph shall be construed to excuse the contractor from performing that portion of the contractual work statement which is not affected by the disputed technical instruction.

12.5. Contract Discrepancy Report (CDR). In the event of unsatisfactory contractor performance, the Contracting Officer will issue a CDR that will explain the circumstances and findings concerning the incomplete or unsatisfactory service. The contractor shall acknowledge receipt of the CDR and respond in writing as to how he/she shall correct the unacceptable performance and avoid a recurrence. The Government will review the contractor's corrective action response to determine acceptability and will use any completed CDR as part of an overall evaluation of Contractor performance when determining present or future contractual actions.

12.6. Other 12.6.1. The contractor may be required to perform repair or maintenance on warrantied equipment. The contractor shall accept all responsibility/costs for damages as a result of services performed on warrantied equipment. 12.6.2. Government personnel may perform announced and unannounced spot checks for cleanliness and procedural compliance throughout the duration of the contract period.

13. Place of Performance. 13.1. Locations for performance may include (but are not limited to): 13.2. Naval Base Coronado, CA and/or Coastal Campus (Imperial Beach, CA) Naval Special Warfare Group 1, Silver Strand Training Complex-South (SSTC-S), and the contractor’s facilities.

14. Period of Performance. The period of performance is a five year ordering period.

5