Performance Work Statement (PWS)

For

CONUS and OCONUS (AMC)

COMMAND POST CONSOLE SYSTEM

MAINTENANCE – SUSTAINMENT - WARRANTY

06 August 2018

At CONUS sites:

 628th Air Base AFB, SC  436th Air Base Wing Dover AFB, DE  Fairchild AFB, WA  Joint Base Lewis-McChord AFB, WA  Little Rock AFB, AR  6th Air Mobility Wing MacDill AFB, FL  McConnell AFB, KS  Joint Base McGuire-Dix-Lakehurst, NJ  43rd Airlift Wing , NC  Scott AFB, IL  Travis AFB, CA

And OCONUS sites:  735th AMS (AMCC) Joint Base Pearl Harbor-Hickam  313th EOSS (AMCC) , Germany  725th AMS (AMCC) Naval Air Station Rota, Spain

Page 1

Table of Contents 1.0 BACKGROUND / OBJECTIVE / SCOPE ...... 3 2.0 SPECIFIC TASKS FOR ALL LOCATIONS...... 3 2.1 PROJECT MANAGEMENT...... 3 2.2 EQUIPMENT...... 4 2.3 MAINTENANCE AND SUSTAINMENT...... 5 2.4 WARRANTY AND SUPPORT...... 7 3.0 SERVICES SUMMARY...... 8 4.0 DELIVERABLES FOR ALL LOCATIONS...... 9 5.0 GOVERNMENT BASE ACCESS ...... 9 5.1 CONUS BASES...... 9 5.2 OCONUS BASES...... 9 5.3 SAFETY FOR ALL LOCATIONS…………………………………………………….... 10 5.4 ENVIRONMENTAL CONTROLS AND PROTECTION FOR ALL LOCATIONS...... 10 5.5 PERSONNEL FOR ALL LOCATIONS...... 11 5.6 LAWS AND STANDARDS COMPLIANCE FOR ALL LOCATIONS...... 11 5.7 CONTRACTOR MANPOWER REPORTING…………………………………………..11 6.0 STANDARDS…………………………………………………………...…………………. 12 6.1 FEDERAL GOVERNMENT / DEPARTMENT OF DEFENSE STANDARDS………. 12 6.2 STANDARD INSTALLATION PRACTICES & TECHNICAL ORDERS……………. 12 6.3 MILITARY STANDARDS……………………………………………………………… 12 6.4 COMMERCIAL STANDARDS AND MANUALS……………………………...……... 12 7.0 SECURITY...... 12 7.1 NON-DISCLOSURE - RELEASE OF INFORMATION FOR ALL LOCATIONS...... 13 8.0 GOVERNMENT–FURNISHED WORK AREA FOR ALL LOCATIONS...... 13 8.1 ACCIDENT REPORT PROCEDURES FOR ALL LOCATIONS...... 14 9.0. ADMINISTRATIVE CONSIDERATIONS...... 14 9.1 PERIOD OF PERFORMANCE…………………………….…………………………… 14 9.2 PERFORMANCE LOCATIONS…………………………………………………………14 APPENDIX 1 - Non-Disclosure Agreement...... 17 APPENDIX 2 – Configuration Overview...... 19 APPENDIX 3 - PWS ABBREVIATIONS...... 20

Page 2

1.0 BACKGROUND / OBJECTIVE / SCOPE: HQ Air Mobility Command (AMC) A6 requires 24/7 sustainment of modern Unified Capable (UC) Command Post Console (CPC) Systems that enhance the command, control, communications, and computer systems (C4S) at Air Mobility Control Center (AMCC) Command Posts through enhanced digital recording capabilities and integration with radios and Voice over Internet Protocol (VoIP) switches at the following locations: 11 CONUS Locations

 628th Air Base Wing Joint Base Charleston AFB, SC  436th Air Base Wing Dover AFB, DE  92nd Air Refueling Wing Fairchild AFB, WA  62nd Airlift Wing Joint Base Lewis-McChord AFB, WA  19th Airlift Wing Little Rock AFB, AR  6th Air Mobility Wing MacDill AFB, FL  22nd Air Refueling Wing McConnell AFB, KS  87th Air Base Wing Joint Base McGuire-Dix-Lakehurst, NJ  43rd Airlift Wing Pope Field, NC  375th Air Mobility Wing Scott AFB, IL  60th Air Mobility Wing Travis AFB, CA

3 OCONUS Locations  735th AMS (AMCC) Joint Base Pearl Harbor-Hickam  313rd EOSS (AMCC) Ramstein Air Base, Germany  725th AMS (AMCC) Naval Air Station Rota, Spain

All systems must be Joint Interoperability Test Command (JITC) certified, be granted Department of Defense Information Network (DoDIN) Authorized Product List (APL) approval, have Authority to Operate on the installation network enclave, and have Multilevel Precedence and Preemption (MLPP) capability (IAW DoD Instruction 8100.3). The contractor shall maintain JITC certification and DoDIN APL approval for the system’s lifecycle.

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.

2.1.1 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.

Page 3

2.1.2 The contractor shall provide the name of the point of contact (POC) to the Contracting Representative (COR) who will be responsible for overseeing the project and who will be the single POC from award to site acceptance.

2.2 EQUIPMENT. The requirements for each location vary; however, at all locations the contractor shall furnish equipment to specifications to meet industry and Air Force specifications with the appropriate pass through licenses at all 11 CONUS and 3 OCONUS locations. 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. Tables 1, 2, and 3 below detail the major components of the requirements at all places of performance.

2.2.1 TABLE 1 (CONUS BASES, PT 1)

CONUS Fairchild McConnell Pope Scott Travis Dover Base PRI ALT MOC PRI ALT PRI ALT PRI ALT PRI ALT PRI ALT MORTUARY AFFAIRS OFFICE Building # 2140 2060 2050 1 48 900 309 470 1930 31 977 203 714 116 # of 7 7 4 7 3 15 0 4 0 26 0 18 9 6 Consoles Recorder Yes Yes Tethered Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Conference Yes Yes Tethered Yes Yes Yes N/A Yes N/A Yes N/A Tethered Tethered Yes Server Dispatch Yes Yes Tethered Yes Yes Yes N/A Yes N/A Yes/ N/A Yes Yes Yes Server Survivable Host Shelf Tethered Host Shelf Host Option Host Option Host Option Host Tethered Shelf Remote Shelf # of Radio 6 6 N/A 3 3 10 5 4 2 17 9 5 1 Nets HiPath V6 V6 V6 V6 V6 V6 N/A V6 N/A V6 N/A V6 V6 V6 Version Console OS Win Win Win 7 Win Win Win Win 7 Win Win 7 Win Win 7 Win 7 Win 7 Win 7 7 7 7 7 7 7 7

2.2.2 TABLE 2 (CONUS BASES, PT 2)

CONUS Charleston JB Lewis-McChord JB Dix-McGuire Little Rock MacDill Base Lakehurst PRI ALT PRI ALT PRI ALT PRI ALT PRI ALT

Building # 169 709 1172 11 Bldg 1758 3390 314 160 54 90 100 # of 11 8 11 N/A 19 3 10 5 10 8 Consoles Recorder Yes Yes Yes N/A Yes Yes Yes Yes Yes Yes

Page 4

Conference Yes Yes Yes N/A Yes N/A Yes N/A Yes Yes Server Dispatch Yes Yes Yes N/A Yes N/A Yes N/A Yes Yes Server Survivable Host Shelf Host N/A Host Shelf Host Shelf Host Shelf Remote Shelf # of Radio 6 2 8 5 5 5 3 3 4 4 Nets HiPath V6 V6 V6 V6 V6 V6 V6 V6 V6 V6 Version Console OS Win 7 Win 7 Win 7 Win 7 Win 7 Win 7 Win 7 Win 7 Win 7 Win 7

2.2.3 TABLE 3 (OCONUS BASES)

CONUS Rota, Spain Ramstein, Germany JB Pearl Harbor-Hickam Base PRI ALT PRI ALT PRI ALT

Building # 2 1994 3334 2326 4069 2040 # of 8 4 11 6 10 3 Consoles Recorder Yes Yes Yes Yes Yes Tethered Conference Yes Yes Yes N/A Yes Tethered Server Dispatch Yes Yes Yes N/A Yes Tethered Server Survivable Host Shelf Host Shelf Host Shelf Remote Shelf # of Radio 6 3 6 3 8 6 Nets HiPath V6 V6 V6 N/A V6 V6 Version Console OS Win 7 Win 7 Win 7 Win 7 Win 7 Win 7

2.3 MAINTENANCE AND SUSTAINMENT. The contractor shall maintain and sustain host equipment with reliability to ensure operational capability at the 11 CONUS and 3 OCONUS locations. The communications system must be operational and catastrophic, major, and minor failures must be addressed within the performance threshold in Section 3-Services Summary below. The contractor will provide a single POC who can be reached via the Help Desk application. The POC provided will act as the focal point through which all users can initiate and/or open a trouble ticket in the event of a minor, major, or catastrophic failure. The contractor shall ensure that the command post console system maintains a secure connection to the Defense Information Switched Network (DISN) with Primary Rate Interface (PRI) trunk group(s) from the Control Center to the host base switch. The contractor shall provide programming information needed by the local base host voice switch in order to provision for the required number of PRI lines between the system and base switch. The contractor is responsible for travel to and from each installation as part of the performance of this contract to support maintenance and sustainment activities of the inside cabling, consoles,

Page 5

voice recording, conferencing capability, radio interfaces, hotlines, and peripherals in support of unit requirements at each location.

2.3.1 Inside Plant (Cabling): The contractor shall maintain and sustain all Unify interface equipment (major and minor hardware) and Unify specific 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, 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.

2.3.2. Console System: The contractor shall maintain and sustain the all Unify console systems with touch screen, voice recording, radio interfaces, and conferencing capability and apply necessary patches to sustain operations.

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, to include the ability to retrieve recordings as identified by the government site POC.

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

2.3.5 Radio Interface: The contractor shall maintain and sustain the integration of radio interfaces into the Unify System, including UHF/VHF radio technology such as the AN/PRC-117G Multiband radio.

2.3.6 Hotlines: The contractor shall maintain and sustain all hotlines connected to the Unify System. After initial programming, the systems shall allow local government site administrators the ability to program hotlines according to local mission requirements.

2.3.7 Peripherals and Miscellaneous Parts: The contractor shall maintain and sustain all peripherals and miscellaneous parts not listed as major components, (For example; handsets, headsets, speakers, microphones, Voice Over Internet Protocol (VoIP) phones, hardware, media converters, and multiplexers as needed for system operations).

2.3.8 End of Life (ELO) Parts: Parts that are end of life shall be supported by the contractor and replaced through the Government Purchase Card (GPC) on a time and materials basis. ELOs include the currently installed JITC-certified communications consoles with touch screen; inside plant (cabling) in instances that the cable, connectors, or connection devices are abused, damaged by internal or external conditions, change or movement of the cable, connectors, or devices by personnel other than contractor technicians; Command and Control

Page 6

Communication console systems; and any movement, additions or changes to the Voice Recording System.

2.4 WARRANTY AND SUPPORT.

2.4.1. Warranty Support: The warranty shall consist of 24/7 emergency technical assistance for all hardware, software, and equipment, and include replacement free of charge of failed equipment down to the lowest replaceable unit for all 11 CONUS and 3 OCONUS locations. Command Post personnel are responsible to coordinate efforts with contractor and the telephone carrier as well as other related providers. The contractor shall perform corrective maintenance to restore all outages and failures as described below.

2.4.2. Catastrophic Failures: A catastrophic failure means loss of the ability to initiate or answer calls on 25 percent or more of the circuits. If a catastrophic failure occurs, the contractor shall perform a service call, if contractor deems necessary. The contractor’s personnel shall begin diagnosis and repair efforts within two (2) hours of the contractor’s receipt of the notification of the failure. The contractor shall continue to work on the problem until full system capabilities are restored or until it reaches status of Major or Minor Failure and should be handled as defined in paragraphs 2.4.3 and 2.4.4 below. In the event of a notification during contractor’s non-business hours, the contractor’s personnel shall begin to repair the problem at the beginning of the contractor’s next business day during the contractor’s normal business hours.

2.4.3. 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. If a major failure occurs, the contractor shall perform a service call if the contractor deems it necessary. The contractor’s personnel shall 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 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 restore the service within forty-eight (48) business hours of the contractor’s initial notification.

2.4.4. 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. If a minor failure occurs and the customer notifies the contractor of such minor failure, the contractor shall begin repair efforts. In the event of a notification during contractor’s non-business hours, the contractor’s personnel shall 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 to repair minor failures within three (3) business days after the contractor’s receipt of notification of the minor failure.

Page 7

3.0 SERVICES SUMMARY.

Performance Objectives PWS Para. Performance Threshold Diagnose and repair 2.4.2 All catastrophic failures catastrophic failure. repaired within two (2) hours of contractor’s receipt of notification of failure 95% of the time, per month. In the event of a notification during contractor’s non- business hours, the contractor’s personnel shall begin to repair the problem at the beginning of the contractor’s next business day during the contractor’s normal business hours. Diagnose and repair major 2.4.3 All major failures repaired failure. within forty-eight (48) business hours of contractor’s receipt of notification of failure 95% of the time, per month. In the event of a notification during contractor’s non- business hours, the contractor’s personnel shall begin to repair the problem at the beginning of the contractor’s next business day during the contractor’s normal business hours. Diagnose and repair minor 2.4.4 All minor failures repaired failure. within three (3) business days of contractor’s receipt of notification of failure 95% of the time, per month. In the event of a notification during contractor’s non- business hours, the contractor’s personnel shall begin to repair the problem at the beginning of the contractor’s next business day during the contractor’s normal business hours.

Page 8

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

CDRL Number Deliverable Title PWS Para A001 Technical Report: 2.4.2 Catastrophic Failures A002 Technical Report: 2.4.3 Major Failures A003 Technical Report: 2.4.4 Minor Failures

5.0 GOVERNMENT BASE ACCESS

5.1 CONUS BASES. The contractor shall maintain and sustain the command post systems in the primary and alternate facilities at all CONUS locations. The contractor shall ensure that personnel performing the maintenance are US citizens that have no criminal record. If access is denied, the contractor shall provide appropriately cleared personnel for access

5.1.1. ALL CONUS BASES: The contractor shall abide by the local host base rules. The contractor shall first request a gate pass, then acquire that pass 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 host base’s Security Forces Squadron to receive assistance to acquire base access.

5.2 OCONUS BASES. The contractor shall maintain and sustain a command post systems in the primary and alternate facilities at all OCONUS locations. The contractor shall ensure that personnel performing the maintenance are US citizens that have no criminal record. If access is denied, the contractor shall provide appropriately cleared personnel for access. 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. In order to communicate with Government representatives, the contractor shall ensure that at least one member of the maintenance team, or the contractor personnel if only one is available, on-site can speak fluent English.

5.2.1. JOINT BASE PEARL HARBOR-HICKAM, HI: The contractor shall abide by the local host base rules. The contractor shall first request a gate pass, then acquire that pass prior to arrival for official work. The contractor shall contact the host base’s Security Forces Squadron to receive assistance to acquire base access.

Page 9

5.2.2. RAMSTEIN AB, GERMANY: The contractor must consult the DoD Foreign Clearance Guide, and request country clearance as required for entry into Germany to perform work. Additionally, the contractor will contact the Office of Defense Cooperation (ODC), U.S. Embassy-Berlin, Germany, directly with questions concerning country clearance. The contractor shall abide by the local host base rules. The contractor shall first request a gate pass, then acquire that pass prior to arrival for official work. The contractor shall contact the host base’s Security Forces Squadron to receive assistance to acquire base access.

5.2.3. NAVAL AIR STATION, ROTA SPAIN: The contractor must consult the DoD Foreign Clearance Guide, and request country clearance as required for entry into Spain to perform work. In addition to country clearance paperwork, contractor must contact the ODC, U.S. Embassy-Madrid, Spain, directly with questions concerning country clearance, and provide certificate of insurance coverage of the Civil Liability, referred to under Article 5 of Annex 6 to the agreement between the Kingdom of Spain and the . The contractor shall abide by the local host base rules, request a gate pass, then acquire that pass prior to arrival for official work. The contractor shall contact the host base’s Security Forces Squadron to receive assistance to acquire base access.

5.3 SAFETY FOR ALL LOCATIONS. The contractor shall take appropriate measures to protect personnel, property, and materials from mishaps. The contractor shall not employ personnel presenting potential threats to the health, safety, security, general wellbeing, or operational mission of the installation and its population 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.

5.4 ENVIRONMENTAL CONTROLS AND PROTECTION FOR ALL LOCATIONS.

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

5.4.2. 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.

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

5.4.4. 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.

5.4.5. 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

Page 10

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.

5.5 PERSONNEL FOR ALL LOCATIONS.

5.5.1. 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 PWS. In the event that it becomes necessary to replace any contractor personnel, 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

5.5.2. CONDUCT OF CONTRACT PERSONNEL FOR ALL LOCATIONS. If the Government 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, direct 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.

5.6 LAWS AND STANDARDS COMPLIANCE FOR ALL LOCATIONS.

5.6.1. 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 United States (including Executive Orders of the President) and any state (or other public authority now or hereafter in force).

5.6.2. 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.

5.6.3. 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.

5.7 CONTRACTOR MANPOWER REPORTING. The Contractor shall report all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Air Force 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/. 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

Page 11

October 31 of each calendar year, beginning with 2018. Contractors may direct questions to the help desk at: http://www.ecmra.mil/

6.0 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.

6.1 FEDERAL GOVERNMENT / DEPARTMENT OF DEFENSE STANDARDS - Occupational Safety and Health Administration (OSHA) CFR 29 Part 1910-268 – Telecommunications - EPA Rules, Regulations, and Legislation - DODD 5220.22-M – Industrial Security Program - DODI 8100.3 – Department of Defense (DoD) Voice Networks - DODI 8510.01 – Risk Management Framework (RMF) for DoD Info Technology (IT) - DODM 4160.21 – Defense Material Disposition: Disposal Guidance and Procedures.

6.2 STANDARD INSTALLATION PRACTICES & TECHNICAL ORDERS - EIA/ECA-310-E - Telecommunications Cabinets, Racks, Panels, and Associated Equip. - ANSI/TIA/EIA-568-D-1 – Telecommunications Cabling Standard - ANSI/TIA/EIA-607-C – Telecommunications Bonding and Grounding Standards - 31‐10‐6 – Cable Racks, Troughs and Their Supports - 31‐10‐7 – Terminating and soldering Electrical Connections - 31‐10‐9 – Marking Site Layouts - 31‐10‐10 – Anchoring Devices for Ground Comm‐Electronic Equipment - 31‐10‐11 – Cross‐connections and Strapping of Fixed Ground C‐E Components - 31‐10‐12 – Metal Ducts and Conduits - 31‐10‐13 – Cabling for Fixed Ground C‐E Equipment - 31‐10‐24 – Comm Systems Grounding, Bonding, and Shielding - 31‐10‐34 – Fiber Optic Communication Cables And Connectors - 31‐1‐141 Series – Basic Electronics Technology

6.3 MILITARY STANDARDS - AFMAN 10‐207 – Command Posts - AFI 32‐1065 – Grounding Bonding and Shielding for Electronic Equip. and Facilities - MIL‐STD‐188‐124B – Grounding Bonding and Shielding - MIL‐HDBK‐1857 – Grounding, Bonding and Shielding Design Practices - MIL‐HDBK‐454A – General Guidelines for Electronics Equipment

6.4 COMMERCIAL STANDARDS AND MANUALS - NFPA 70 National Fire Protection Association (NFPA) - NEMA TC 2 – Electrical Polyvinyl Chloride (PVC) Tubing and Conduit

7.0 SECURITY. At this time, this PWS 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. All network topologies in the Air Force are considered both sensitive and proprietary. The

Page 12

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. When applicable, the contractor shall coordinate with the government 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. 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. 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 to ensure no mission impact is affected.

7.1 NON-DISCLOSURE - RELEASE OF INFORMATION FOR ALL LOCATIONS. In performance of this contract, the contractor may obtain access to sensitive, nonpublic information. 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 1. 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 Government Contracting Officer or designated representative of the Contracting Officer. 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. 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.

All contractor personnel will be required to sign a non-disclosure (NDA). The contractor shall maintain the non-disclosure agreements and have these agreements for Government review during the life of the contract. At the end of the contract, the contractor shall turnover to the Government its personnel non-disclosure agreement.

8.0 GOVERNMENT–FURNISHED WORK AREA FOR ALL LOCATIONS. The Government will make available to the contractor a workspace (approx. 8’x8’), if needed for maintenance activities, including desk and telephone for local calls as required to support site repairs, base storage may also be available however, must be coordinated and confirmed for each location.

Page 13

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.

8.1 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 Government 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.

9.0. ADMINISTRATIVE CONSIDERATIONS.

10.1 Period of Performance: 1-year (12 month) base period contract.

Page 14

APPENDICES

APPENDIX 1 - Non-Disclosure Agreement.

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

Page 15

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 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

Page 16

APPENDIX 2 – Configuration Overview. (Proposed Wing CP combined with AMS/AMCC)

Page 17

APPENDIX 3 - PWS ABBREVIATIONS.

AMC -- Air Mobility Command AMCC – Air Mobility Control Center CDRL -- Contract Data Requirements List COR -- Contracting Officers Representative CP -- Command Post CPC – Command Post Console DOD -- Department of Defense IAW -- In accordance with JITC -- Joint Interoperability Test Command MLPP -- Multi-level Precedence and Preemption MOC -- Maintenance Operations Center PRI -- Primary Rate Interface POC -- Point of Contact RTU -- Right-To-Use UHF -- Ultra-High Frequency USAFE – United States Air Forces in Europe VHF -- Very High Frequency

Page 18