PERFORMANCE WORK STATEMENT

RUNWAY CONTINUOUS FRICTION MEASURING INSPECTION

JOINT BASE CHARLESTON

Prepared by: 628 CES , South Carolina April 2021

1. PURPOSE The purpose of this requirement is to provide the 628th Civil Engineer Squadron (CES) contractor services for inspecting aircraft runways using Continuous Friction Measuring Equipment (CFME), as listed in FAA AC 150/520-12-6 change 8, on Joint Base Charleston (JB-CHS), SC.

1.1. Background As a joint civil-military airport, Joint Base Charleston shares its two runways with Charleston International Airport for commercial airline aircraft operations on the south side of the airfield and general aviation aircraft operations on the east side. There are two concrete runways: the main (15/33) measuring 9,001 x 150 ft. and runway (3/21) measuring 7,000 x 150 ft.

Additionally, the geographically separated North Auxiliary Field (NAF), located approximately 92 miles North-West of JB-CHS is included in the scope of this PWS. North Auxiliary Airfield contains two asphalt paved runways: the main runway (6/24) measuring 12,000 x 150 ft. and runway (5/23) measuring 3,000 x 90 ft.

1.2. Scope of Work All work shall be performed in accordance with (IAW) this Performance Work Statement and shall conform to the terms, standards, and conditions outlined in the Tri-Service Pavements Working Group Manual (TSPWG M): Determining the Need for Runway Rubber Removal, June 6, 2019 (or most recent changes).

Specific items include, but are not limited to: • Test Scheduling • Calibration Records • Scheduled Testing Event Coordination • Response Time • Inspection and Friction Testing • Retesting • Final Report

2. PERFORMANCE OBJECTIVE 2.1. Test Scheduling The Contractor shall submit an annual schedule for testing within 30 days of the contract start date. The schedule shall reflect a minimum of four quarterly testing dates with alternate dates to be used if needed. If testing is indicated in both locations (JBC-AB and NAF) all tests shall be scheduled to be completed on the same date. If two separate dates are needed, they must be within a two week period.

2.2. Calibration Records A current CFME calibration certificate must be sent or presented to the COR prior to each test and dated within thirty days of the testing date. Calibration must be within tolerances set by the manufacturer for the specific piece of equipment used. No tests will be completed without current calibration records being presented to the COR. If the CFME used has changed or will change, the contractor must inform the COR at least 7 days prior to any testing event and deliver manufacturer information to the COR.

2.3. Scheduled Testing Event Coordination The contractor shall contact the COR by e-mail or phone three weeks prior to any scheduled testing event in order to coordinate an agreed upon work schedule between the Contractor and the COR. Prior coordination is essential since the number of test required may be adjusted based on landing frequency. The COR will inform the Contractor prior to each scheduled testing the number of runways that require testing.

2.4. Response Time If contacted by the COR via e-mail/phone the contractor shall respond within 72 hours. A minimum of 72 hours’ notice is required to cancel or reschedule a testing event by both the Government and the Contractor at no additional cost.

2.5. Inspection and Friction Testing A test will include use of the CFME at both 40 mph and 60 mph in each direction on each numbered runway. 40 mph testing will be conducted 10 feet (3 m) to the right of the runway centerline. 60 mph tests will be conducted 20 feet (6 m) to the right of the runway center line. A testing event is defined as completion when all necessary tests are performed within 14 days, written reports are submitted within 7 days, and test results are received and accepted by the COR. The Contractor will be accompanied by the COR or government representative during all testing events.

2.6. Retesting A specified runway or all runways shall be retested if test results cannot be explained or are not consistent with a visual inspection. Any significant anomalies noted at testing shall be visually inspected and retested at that time if necessary. Retesting shall occur if any CFME equipment deficiencies are experienced at the time of testing. Retesting shall be performed immediately or within 14 business days of the original scheduled date.

2.7. Final Reports 2.7.1. Prior to the contract start date, the Contractor shall provide a sample format of a test report for acceptance by the government. The accepted format will be the standard format used throughout the life of the contract. Any changes to the format shall be reviewed and accepted by the government prior to implementation. 2.7.2. The reports shall include recommendations whether rubber removal is necessary, interpretation of results; to include Mu values, any anomalies noted accompanied by their cause for each numbered runway tested, along with test data results in bar and graph format. The report shall include a copy of the certificate of calibration (section 2.1). Runways not tested shall be indicated in the report as “Not Tested” and the reason specified. 2.7.3. The contractor shall submit a final report of each tests finding’s by e-mail within seven (7) calendar days after the completion of work. 2.7.4. Review and acceptance/rejection will be accomplished within 5 business days. Unapproved reports shall be re-submitted for approval within two (2) business days of return to the contractor from the COR. 2.7.5. Upon notification of accepted reports, the Contractor may then invoice. No invoices will be accepted prior to notification of accepted reports.

2.8. Mobilization Pricing The contractor shall provide separate mobilization pricing that is incidental to the performance of the runway friction testing services. Mobilization pricing shall include transportation, lodging, meals, and incidental expenses associated with travel to and from the places of performance identified under section 5.2. of the PWS. Only one (1) mobilization charge will be authorized per testing event.

3. SERVICE SUMMARY The service summary includes Performance Objectives that describe the desired end result or outcome the Contractor shall achieve. The performance thresholds state the minimum acceptable level of performance in terms of quality, timeliness, and quantity in realistic achievable standards. These thresholds are critical to mission success. The PWS paragraphs reference the details of the performance objective in the PWS.

PERFORMANCE PERFORMANCE PERFORMANCE OBJECTIVE STANDARD THRESHOLD Scheduled Testing Event Coordination Coordinate the work Notify COR of upcoming schedule that is agreed upon 3 weeks prior to scheduled scheduled testing between the Contractor and test date the COR Section 2.3 Response Time Respond to COR calls/e- mails within the specified Provide notice of cancel of Within 72 hours time rescheduled test

Section 2.4 Inspection and Friction All runways tested All tests are completed Testing completed with no within 14 days of scheduled Provide CFME runway discrepancies within testing day friction testing at 40 mph scheduled due date(s). and 60 mph

Section 2.5 Safety and Security Complete Flightline Driver’s No more than 1 minor Stay in compliance with all training; Unescorted in violation per month Safety and Security controlled area’s; Report on No more than 0 major regulations suspicious behavior violations per year (in (OPSEC) accordance with AFI 13- Section 6 213) Required Deliverables Turned-in within specified All deliverables will be Provide complete, accurate, time listed under section 7 of accurate and submitted on- and timely Deliverables the PWS time 91% of the time.

Section 7

GOVERNMENT FURNISHED PROPERTY AND SERVICES The government shall provide basic utilities to include electricity and water as well as a radio for use contacting the control tower during runway operations. There is no other government furnished property or services in this contract; materials, equipment, vehicles, labor, and supplies necessary for the successful performance of this contract shall be provided by the contractor.

4. GENERAL REQUIREMENTS This section describes the general requirements for this effort. The following sub-sections provide details of various considerations on this effort.

4.1. Place of Performance Work shall be performed at the following locations; Joint Base Charleston – Air Base Charleston, SC 29404

North Auxiliary Airfield North, SC 29112 North Auxiliary Airfield is located 92 miles northwest of Joint Base Charleston - Air Base.

4.2. Hours of Operation. The contractor shall establish a work schedule through the COR. This may include day/nighttime testing during flight hours. Work schedules may be established during days/times of normal runway closure.

4.3. Non-Personal Services The Government will neither supervise Contractor employees nor control the method by which the Contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual Contractor employees. The Contractor shall be responsible in managing its employees to guard against any actions that it perceives as personal services. If the Contractor perceives that an action is a personal service, they shall notify the Contracting Officers (CO) immediately. The work performed shall not include any policy/decision making or management of any nature, i.e., inherently Governmental functions. All decisions relative to programs supported by the Contractor shall be the sole responsibility of the Government.

4.4. Contract Management The Contractor’s management shall maintain continuity between the support operations at the 628 Contracting Squadron, 628 Civil Engineer Squadron and the Contractor's corporate offices by providing a contact list of all key members (management and employees) that will be responsible in the performance of this contract.

4.5. Contractor Personnel, Disciplines, and Specialties The Contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision and other items and services, unless specified in this contract as Government Furnished Property (GFP). The contractor shall accomplish the assigned work by employing and utilizing qualified personnel with appropriate combinations of education, certifications (in accordance with TSPWG 8-2), licenses, training, clearances, valid driver license, insurance and experience that is required for this requirement. The contractor employee’s shall be fluent in the English language and have the ability to read, write and interact tactfully with a wide range of military and civilian installation personnel using professional and effective communication skills. The contractor shall not employ persons for work on this contract, if such employees are identified to the contractor by the CO, as a potential threat to health safety, security, general wellbeing, or operational mission of the installation and its population.

4.6. Contractor Employee Identification/Conduct/Removal The Contractor and its employees shall not, in any way represent that it is an agent of the government, or obligate or attempt to obligate the government in any way. The contractor’s employees shall observe and comply with all applicable departmental and agency regulations, policies and procedures (e.g., Health Protection Condition, fire, safety, sanitation, environmental protection and security). The Government may, at its sole discretion, direct the contractor to remove any contractor employee from the base for misconduct or security reasons. Such removal does not relieve the contractor of the responsibility to provide sufficient qualified personnel for adequate and timely service. The Contracting Officer will provide the contractor with an immediate written rationale for removal of the employee.

4.7. Business License Tax - North Charleston, South Carolina. The vendor should be advised, that the City of North Charleston, South Carolina imposes a business license tax on all commercial entities doing business in North Charleston. The city interprets this to include contractors performing work for the government within the limits of North Charleston. Joint Base Charleston - Airbase is included within the City of North Charleston, South Carolina. The cost of the license is based on the dollar amount of work performed. Actual rates for this business license tax may be obtained by calling the City of North Charleston, South Carolina at Area Code (843) 740-2632.

5. SPECIAL REQUIREMENTS

For special requirements on the following items contractor shall comply with the Joint Base Charleston Contractor & Vendor Security Requirements Handout published 1 January 2021 (Appendix A).

• Contractor Consent to Background Checks.

• Contractor Registration of Vehicles on Joint Base Charleston

• Flight line Driver Training

• Operations Security (OPSEC)

• Safeguarding Classified or Unclassified Information.

• Contractors Working in Controlled or Restricted Areas.

• Contractors Responsibilities while Working within Controlled or Restricted Areas.

• Access to Government Facilities with Controlled or Restricted Areas for Replacement

Contractors.

6. DELIVERABLES The Contractor shall provide the following deliverables as referenced throughout the PWS.

Description Frequency Provide To

Provide annually within 30 Annual Testing Schedule days of the contract start COR & CO/CS date Section 2.1

Provided prior to each Certificate of Calibration testing event and dated COR & CO/CS within 30 days of testing Section 2.2 event

Final Report Provided within 7 calendar COR & CO/CS days of completion of work Section 2.7

Contractor’s Contact List of All Key Members *Prior to performance start CO/CS, COR date, update as needed Section 5.5

Provide within 30 days of Licenses/Certification the contract start date, COR & CO/CS update as needed Section 5.5

JB CHS Contract Security Worksheet for Base Access (Rev #7/15 November Annually or 14 days prior to 2020)and copy of Driver’s COR performance of work license/Real ID

Section 6 *Provide at Pre-Performance Conference if one is scheduled or prior to contract start date APPENDICES 6.1. Work Load Estimate

Runway Number Length of Runway Test Frequency (Annually)* JBC – AB 15/33 9,001 x 150 ft. 4 JBC – AB 3/21 7,000 x 150 ft. 4 NAF 6/24 12,000 x 150 ft. 4 NAF 5/23 3,000 x 90 ft. 4 * Test Frequency may increase as high as 6 or as low as 2 per year depending on mission, operation landing frequencies and runway maintenance requirements.