22
1 PERFORMANCE WORK STATEMENT (PWS) Transportation Equipment 26 June 2014 DRAFT

PWS Trans MHE

Embed Size (px)

Citation preview

Page 1: PWS Trans MHE

1

PERFORMANCE WORK STATEMENT (PWS)

Transportation Equipment

26 June 2014

DRAFT

Page 2: PWS Trans MHE

2

TABLE OF CONTENTS

SECTION NO. AND TITLE PAGE NO.

I. General

1.1 Description of Services/Introduction 4

1.2 Scope 4

1.3 Objective 4

1.4 Period of Performance 4

1.5 General Information 4

II. Security

2.1 Security Requirements 6

III. Government Furnished Property, Equipment, and Services

3.1 General 8

IV. Contractor Furnished Items and Responsibilities

4.1 Services 8

4.2 Contractor Supplied Vehicles 8

4.3 Serious Incident Report (SIR) 9

V. Specific Tasks

5.1 Inspection 9

5.2 Deficiencies

5.3 Remedies 9

5.4 Planning 9

5.5 Licenses/Passes 9

5.6 Contractor Manpower Reporting (CMR) 9

5.7 Defense Base Act (DBA) Proof of Insurance 10

5.8 Synchronized Pre-Deployment Operational Tracker (SPOT) 11

VI. Applicable Publications

6.0 Publications 11

VII. Technical Exhibit List 11

7.1 Technical Exhibit 1 (Performance Requirements Summary) 12

7.2 Technical Exhibit 2 (Deliverables Schedule) 13

Page 3: PWS Trans MHE

3

VIII. Performance Requirements

8.1 Attachment 1 Transportation Equipment 14

8.2 Attachment 2 Material Handling Equipment (MHE) 18

IX. DEFINITIONS & ACRONYMS

9.1 Definitions 21

9.2 Acronyms 22

Page 4: PWS Trans MHE

4

I. GENERAL

This is a non-personal services contract to provide Transportation and Material Handling Equipment (MHE)

Services with certified driver/operators as needed at specified locations within Jordan. The United States (U.S.)

Government will not exercise any supervision or control over the contract service providers performing the

services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn shall

be responsible to the United States Government.

1.1 Description of Services/Introduction

The U.S. Army requires line haul, heavy lift, passenger (PAX) transportation, and MHE services throughout

Jordan. The Contractor shall provide all personnel, management, tools, supplies, equipment, materials,

supervision and other non-personal services necessary to perform line haul & heavy lift transportation, MHE

services, passenger/personnel transportation services and provide operators as defined in this Performance

Work Statement (PWS) to various locations in the Kingdom of Jordan, in particular to U.S. Government

locations including Aerial Port of Embarkation (APOE) and Aerial Port of Debarkation (APOD). This PWS

and subsequent contract may be modified, to include all services mentioned in this contract, to surrounding

Middle East countries. The contractor shall perform to the standards in this contract. The Contractor’s

performance shall be observed by the U.S. Government Contracting Officer or Contracting Officer’s

Representative (COR). Contractors shall provide transportation equipment and operators within twenty-four

(24) hours of receiving a request from the U.S. Government.

1.2 Scope

The Contractor shall provide all transportation equipment services, administrative personnel, certified driver-

operators (as needed to be determined at the time the order is placed), tools, fuel, scheduled maintenance, tie

down equipment, personnel protective equipment (PPE), materials, supervision, and other supplies and services

as defined in this performance work statement (PWS) in designated locations throughout Jordan. Trained,

qualified and properly licensed operators will be able to operate vehicles and other items as directed to

accomplish the mission. The contractor will properly secure loads per army standards and quickly and safely

transport loads as directed. The contractor shall recover disabled equipment and their loads and repair / replace

disabled equipment per the intent of the contract. The contractor shall ensuring all equipment is in proper and

safe working condition and all contractor equipment operators are licensed and trained on equipment being

operated. The contractor shall perform to the standards of this contract. The estimated quantity of work with the

specific type of transportation equipment is provided as attachment one (1) and MHE is provided as attachment

two (2) in this PWS.

1.3 Objective

Support the Theater Transportation Mission by providing line haul, heavy lift, Material Handling Equipment

(MHE) and bus assets to fulfill ARCENT transportation requirements.

1.4 Period of Performance

The period of performance shall be for a one (1) base period of twelve (12) months with four (4) twelve (12)

month option periods.

1.5 General Information

1.5.1 Quality Control (QC)

The Contractor shall develop and maintain an effective quality control program to ensure services are performed

in accordance with this PWS. The Contractor shall develop and implement procedures to identify, prevent, and

ensure non-recurrence of defective services. The Contractor’s quality control program (QCP) shall be the means

by which work complies with the requirement of the contract. As a minimum, the contractor shall develop

quality control procedures that address the areas identified in Technical Exhibit 1, “Performance Requirements

Page 5: PWS Trans MHE

5

Summary.” After acceptance of the quality control plan, the contractor shall receive the contracting officer’s

acceptance in writing of any proposed change to its QC system. Quality control plan is to be delivered after

award but prior to beginning of performance period.

1.5.2 Quality Control Reports

The Contractor shall submit a monthly Quality Control Report for each functional area identified in the contract.

The report shall be submitted to the Contracting Officer Representative (COR) and Contracting Officer not later

than the last day of the month for review as part of the Contractor's quality control program.

1.5.3 Quality Assurance

The Government shall evaluate the contractor’s performance under this contract in accordance with the Quality

Assurance Surveillance Plan and FAR 46 as it applies. This plan is primarily focused on what the Government

will do to ensure that the contractor has performed in accordance with the performance standards. It defines

how the performance standards will be applied, the frequency of surveillance, and the variance of acceptable

performance for continuation of services and award (s).

1.5.4 Locally Recognized and National Holidays: Not Applicable

1.5.5 Hours of Operation

The Contractor shall be required to be available to perform services described in this PWS twenty four (24)

hours per day, seven (7) days per week, three hundred and sixty five (365) days per year. The Contractor may

be required to perform work on a continuous shift basis. Contractor’s employees must be treated and paid in

accordance with local labor laws. The contractor will keep a record of the personnel on contract and the amount

of time they have worked. This record will be made available to the COR, Acquisition Contract Officer (ACO),

or Procurement Contract Officer (PCO) at any time of request to ensure safety and accountability. The

contractor must adequately maintain a safe workforce that complies with local safety policies and CFR 29 Part

1925 at all times. The contractor shall, at all times, maintain an adequate workforce for the uninterrupted

performance of all tasks defined within this PWS. When hiring personnel, the Contractor shall keep in mind that

the stability and continuity of the workforce are essential.

1.5.6 Place of Performance

The work to be performed under this contract shall be performed at locations within Jordan, APOE/APOD and

where there is U.S. Government presence.

1.5.7 Type of Contract

The government anticipates award of a Firm Fixed Price Requirements Contract per (FAR 16.503). Individual

task orders will determine maximum quantities of vehicles and duration of lease at any given time.

Vehicles/systems will be ordered for different time periods of not less than a per day rate. The contractor must

abide by all local labor laws.

1.5.7.1 Post Award Conference/Periodic Progress Meetings

The contractor agrees to attend any post award conference convened by the contracting activity or contract

administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The Contracting Officer

and COR, as appropriate, may meet periodically with the contractor to review the contractor’s performance. At

these meetings the contracting officer will apprise the Contractor of how the government views the Contractor's

performance and the Contractor will apprise the Government of problems, if any, being experienced.

Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to

the Government.

1.5.7.2 Performance Evaluation Meetings

The Contractor manager shall be required to meet at least weekly with the COR and/or the Contracting Officer

Page 6: PWS Trans MHE

6

during the first month of the contract. Meetings will be held as often as necessary thereafter as determined by

the COR or contracting officer. However, upon Contractor request, a meeting will be held whenever a contract

discrepancy report is issued. The written minutes of these meetings shall be signed by the Contract Manager,

contracting officer and the COR. Should the Contractor not concur with the minutes, the Contractor shall state

any areas of non-concurrence in writing to the Contracting Officer with a copy to the COR within ten (10)

calendar days of receipt of the signed minutes.

1.5.7.3 Project Manager

The Contractor shall provide a project manager (PM) who shall be responsible for the performance of the work.

The name of this person and an alternate who shall act for the Contractor when the manager is absent shall be

designated in writing to the Contracting Officer. The PM or alternate shall have full authority to act for the

contractor on all contract matters relating to daily operation of this contract. The PM shall be able to read, speak

and write in English fluently. Fluency level is defined as a California High School Graduate, level 9-12

requirements.

1.5.7.4 Contracting Officer Representative

CORs will be identified at time of contract award and any time there is a change or addition of CORs. COR

duties will be appointed in accordance with DFARS Subpart PGI 201.602-2.

1.5.7.5 Invoices

The contractor shall submit all receiving reports and invoices through Wide Area Workflow monthly by the

calendar month unless otherwise directed by the PCO or ACO.

1.5.7.6 Prohibitions

Contractor personnel are prohibited from carrying firearms or other types of weapons. Photographs of military

operations, to include contractor convoys under Army contract, personnel, bases and camps are strictly

prohibited. Violations of these prohibitions may result in arrest, equipment confiscation, and/or employee

removal from performance without prejudice.

1.5.7.7 Insurance

The contractor shall carry insurance to cover the cost for replacement or repair of equipment lost, stolen or

damaged through accidents (due to driver fault), criminal acts and natural acts (commonly called acts of God

per FAR). This includes insurance for all employees in the event of injury or death during the performance of

this service. The Government is not liable for claims generating from any of the above. Additional standards are

covered in FAR Section 52.247-21 (a) through (d).

II. SECURITY

2.1 Security Requirements

Contractors must meet security requirements and comply with local policies for accessing military installations.

All contractor personnel requiring entry to U.S. Government locations shall request and obtain prior approval

through the Jordanian Armed Forces (JAF). The contractor shall conform to local entry requirements for

successful performance of all tasks defined within this PWS.

2.1.1 Physical Security

The contractor shall be responsible for safeguarding, and accountability of all government equipment,

information and property if provided for contractors use. The contractor shall at no additional cost to the U.S.

Government, ensure that all Government property in possession or custody of the contractor is at all times

properly secured and safeguarded. The Contractor shall implement security measure designed to safeguard and

protect U.S. Government cargo and property against unauthorized access, acts of theft, misuse, damage, and

Page 7: PWS Trans MHE

7

harm. The contractor will be held accountable for compensating the U.S. Government for any equipment lost,

stolen or damaged.

2.1.2 Badging

When on site, the Contractor shall adhere to all installation policies and procedures. If required, the contractor

will be escorted into the facilities by Government personnel and issued a badge. The Contractor shall prohibit

the use of the government issued badges by any persons other than the contractor’s employees. The Contractor

shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than

contractor employees engaged in the performance of assigned work in those areas, or personnel authorized

entrance by the Contracting Officer. The contract will be responsible for covering any and all costs associated

with the issue of badges and base access. The contractor shall develop procedures covering badge control that

shall be included in the Quality Control Plan (QCP). Such procedures shall include turn-in of any issued badges

by personnel who no longer require access to the installation. The Contractor shall immediately report any

occurrences of lost badge to the Contracting Officer.

2.1.3 Vehicle Identification

A comprehensive list of vehicles that may be required during the duration of this contract (PWS) shall be

submitted immediately upon award to the COR in order to obtain access clearance. The list shall identify

vehicle type, license plate, and owner/company name in a reasonable amount, not more than double the amount

of vehicles necessary to successfully accomplish the mission. Personally Operated Vehicles (POV’s) shall not

be authorized entry unless identified as official vehicles critical to the success of the mission. When submission

of a new vehicle is necessary, it should always be in substitution of an already cleared one. Only substitutions

are accepted in order to maintain a reasonable amount of cleared vehicles that are authorized entry.

2.1.4 Prohibitions Contractor personnel are prohibited from carrying firearms or other types of weapons without the express

written consent of the combatant commander and contracting officer. Photographs of military operations, to

include contractor convoys under Army contract, personnel, bases and camps are strictly prohibited. Violations

of these prohibitions may result in arrest, equipment confiscation, and/or employee removal from performance

without prejudice.

2.1.5 Operational Security (OPSEC)

Operations security (OPSEC) denies adversaries information about friendly intentions and capabilities, which

they need to make competent decisions. Without prior knowledge of friendly actions, adversary leaders cannot

act effectively to prevent friendly mission accomplishment. The contractor, as an adjunct of the force, must

therefore identify and protect information an adversary could use to defeat U.S. forces, if that adversary

possessed it in a timely manner. The contractor shall identify and train an individual on their staff to serve as

their OPSEC officer, and shall work with the PCO to ensure proper identification and protection of OPSEC

information. When required, OPSEC planning will be provided by the government.

2.1.6 Environmental/Hazardous Material (HAZMAT)

Contractor personnel working on this contract are required to adhere to portions of DODI 4715.5, as well as

other DOD environmental guidance such as DODI 4715.4, DODI 4715.8, EO 12088, or DODD 4715.1E. In the

absence of any negotiated standards or guidance, the contractor shall adhere to all applicable host country laws

and regulations. In the further absence of host country law or regulation, the contractor shall follow United

States Army Environmental Protection and Enhancement regulations as made applicable to the contract by the

PCO. The contractor shall indemnify and hold the U.S. Army harmless for any fines and penalties that are

received or issued as a result of contractors failure to comply with environmental laws, regulations or orders

unless such fines or penalties are incurred as a result of specific instructions by the PCO, after the contractor has

informed the PCO of the potential violation. The U.S. Government shall have the right to offset any such

monies due. Note that the contractor is responsible for compliance by all invitees, guests, assigns,

Page 8: PWS Trans MHE

8

subcontractors, and their employees. If the contractor fails to comply with cleanup in compliance with the

references noted in Paragraph 2.1.6.1., may be found financially responsible for the cleanup. If the PCO

determines that the Contractor does not clean up after any POL spills they make, in conjunction with this effort,

the PCO may then determine that the contractor is financially responsible for needed cleanup which could

potentially lead to the U.S. Government hiring a third-party contractor to perform any necessary cleanup at the

expense of the contractor in this contract.

2.1.6.1 Contaminated soil resulting from HAZMAT spills (POL, solvents, battery acids, fuels, paints, hydraulic

fluids, etc.) shall be cleaned up by the Contractor creating the contamination, to a level found satisfactory by the

COR. The clean up shall include verification to the COR that the source of the contributing contamination has

been repaired (i.e. fixing the source of contamination).

III. GOVERNMENT FURNISHED PROPERTY, EQUIPMENT AND SERVICES

3.1 GENERAL

The U.S. Government will not provide any facilities, equipment, materials and/or services during the

performance of this contract; however, if any are required in the future, they may be listed and incorporated into

a modification of the contract.

IV. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES

4.1 SERVICES

The U.S. Government will provide escorts when required by the U.S. Government (i.e. protection of sensitive

items).

4.1.1 Permits and Licenses

All contractor personnel operating transportation equipment shall have valid operator qualifications in

accordance with local Jordanian law. The contractor shall provide a report prior to work performance listing

personnel names, types of license, and expiration date.

4.1.2 PPE

Contractor shall provide all personnel protective equipment (PPE) to equipment operators. PPE items, when

needed, including but are not limited to safety steel toe shoes, coveralls or equivalent, safety goggles, eye

protection, hearing protection, hard hats, and gloves in order to comply with local equipment operation policies.

Required PPE shall be determined IAW OSHA, local, and appropriate military service policies.

4.1.3 Deficiencies

The Contractor shall be responsible to inspect transportation equipment and diagnose defects that require repair.

The Contractor shall perform preventative maintenance services, when needed, to include but are not limited to

checking fluid levels of transmissions, batteries, cooling systems, weight-capacity inspections, and engine oil.

The Contractor shall check tires for wear and for pressure and shall replace wiper blades, fuses, sealed beam

lights, and light bulbs. The Contractor shall change oil and filters, and lubricate and grease vehicles as required.

The Contractor shall make records of scheduled maintenance available for Government inspection when

requested.

4.1.4 Fuel

The Contractor shall supply all fuel to operate transportation equipment. Fuel will be supplied by the contractor

for 1 day MHE usage requirements, to include delivery with a full tank. Fuel will be supplied by the U.S.

Government for MHE that resides more than 24 hours on U.S. Government installations that have available

Page 9: PWS Trans MHE

9

fuel, otherwise the contractor is responsible to supply the fuel.

4.1.5 Daily Safety Inspections

The Contractor shall ensure that safety and maintenance checks are performed daily. The Contractor and

transportation equipment operators shall be responsible for operating equipment in a safe and appropriate

manner in order to minimize the risk of injury, property damage or loss of life. All Contractor personnel

operating heavy equipment shall have valid operator qualifications in accordance with local Jordanian law. The

Contractor shall provide a report prior to work performance listing personnel names, types of license, insurance

and expiration date.

4.1.6 Hazardous Material

The Contractor shall be responsible for any hazardous material while operating transportation equipment (i.e.,

oil, fuel, fluids). In the event of contamination to the existing soil the Contractor shall remediate the

contaminated site within (24) hours or as directed by the Contracting Officer, local HN or U.S. Government

personnel.

4.2 Contractor Supplied Vehicles The Contractor shall provide serviceable inland transportation equipment, MHE and operators according to the

specified list below and as described in Attachment 1 and 2. All MHE shall be load tested and certified in

accordance with army regulation. Equipment must be tested no less than every six months.

4.3 Serious Incident Report (SIR) Serious Incidents will be determined, published and updated by the U.S. Government. The contractor will

provide incident information immediately upon knowledge of incident event to the ACO and COR. Any

accidents involving civilians will be immediately report to the COR/ACO.

V. SPECIFIC TASKS

The Contractor shall perform the specific tasks mentioned herein throughout Jordan in a manner consistent with

best commercial practices.

5.1 Inspection Prior to acceptance by the Government, all work, equipment, and locations will be inspected. The Contractor

shall be available to correct deficiencies within 24 hours after issue has been reported.

5.2 Deficiencies

The U.S. Government will provide the Contractor with a deficiencies list upon the completion of any

inspection. If any vehicles becomes inoperable and cannot be repaired within 4 hrs to the satisfaction of the

U.S. Government, the Contractor shall immediately provide a replacement vehicle. The U.S. Government will

re-inspect upon the correction of deficiencies. The U.S. Government will not be held liable for payment of non-

operational vehicles.

5.3 Remedies The contractor will re-perform any work it has not completed which is attributed to the contractor’s actions, at

no additional cost to the Government. If tasks cannot be repeated due to circumstances then deductions will be

assessed. The contractor must have all equipment ready / available for tasking or in use on approved missions

every day, or be within the allotted time frame for repair / replacement of that equipment or that equipment will

not be paid for that day. The daily rate is the contractor’s price of renting that equipment and operator for one

day. The deduction will be subtracted from the contractor’s invoice and recorded against past performance.

DoDI 3020.37 is utilized in this contract and incorporated by reference.

Page 10: PWS Trans MHE

10

5.4 Planning

The Contractor shall perform adequate advanced planning to ensure an efficient and economical operation. The

Contractor shall include all aspects of the assigned tasks to ensure the Contractor provides the required

manpower, equipment and resources to perform the Transportation requirement.

5.5 Licenses/Passes

All vehicles/equipment/drivers shall have all required licenses, fees, and permits to allow for its legal operation

in Jordan, including all ports, airports, base camps and Forward Operating Bases (FOB’s). The contractor shall

also ensure all operators/vehicles have required passes, including but not limited to: proper civil identification

cards, passports, licenses, visas, fees and permits to allow them to legally operate in Jordan.

5.6 Contractor Manpower Reporting (CMR)

5.6.1 The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a

secure Army data collection site where the contractor shall report ALL Contractor manpower (including

subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the

information in the format using the following web address https://Contractormanpower.army.pentagon.mil.

The required information includes:

(1) Contracting Officer (KO), Contracting Officer’s Representative (COR); (2) Contract number, including task

and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name,

address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor

hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-

Contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC)

reflecting services provided by the contractor (and separate predominant FSC for each sub-Contractor if different);

(9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for

the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC

for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the

work (specified by zip code in the United States and nearest city, country, when in an overseas location, using

standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language;

and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by

country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply

with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months

ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year or

as stated in the delivery schedule of the contract.

5.7 Defense Base Act (DBA) Proof of Insurance

5.7.1 The Contractor shall provide a policy of Defense Base Act Workers’ Compensation to the Contracting

Officer. Performance may not start until the notice of a policy from their Agent or Broker has been received by the

Contracting Officer. The DBA requirement also applies to all subcontractors performing under this PWS. If a

subcontractor is performing work under this PWS, the contractor shall provide evidence of subcontractor's DBA

insurance to the Contracting Officer. Upon award, the Contractor shall comply with the DBA policy found at

(www.defensebaseact.com) and comply with the website for acquiring the DBA insurance.

5.7.2 If the expiration date of the policy is before the performance ends, then prior to expiration, the Contractor

shall provide a new policy or renewal of existing policy to cover the performance to the ending date of

performance.

5.7.3 The Contractor shall keep posted in a conspicuous place in and about its place of business either a

Page 11: PWS Trans MHE

11

typewritten or printed notice on forms LS-241 (Notice to Employees) or LS-242 (Notice to Employees for Self-

Insured Employers). Such notice shall also contain the name and address of the employer representative to

whom notice of injury is given, and the carrier, if any, with whom the employer has secured payment of

compensation and the date of the expiration of the policy. Posted notice shall be written in the language of the

employees. Additional information is available at http://www.dol.gov/dlhwc/lsdba.htm.

5.8 Synchronized Pre-Deployment Operational Tracker (SPOT)

5.8.1 The Contractor shall ensure all the employees of the Contractor and all Subcontractors are registered in the

Synchronized Pre-Deployment and Operational Tracker (SPOT) program. The contractor shall ensure

registration of all their employees and all sub-contractors in the Synchronized Pre-deployment and Operational

Tracker (SPOT) program. Contractor shall input the necessary information into SPOT within 5 days after

contract award. The contractor shall ensure all updates (to add or delete personnel) occur within 48 hours of the

notification of change. The reporting will be done manually or at the designated website available at

https://spot.altess.army.mil as directed by the KO. The required information includes: (1) CAGE Code for

Vendor/Company that employee works for; (2) Name of Vendor/Company that employee works for; (3) First

Name of Employee; (4) Last Name or Surname of Employee; (5) Middle Initial; (6) Gender of Employee (Male

or Female); (7) Date of Birth of Employee (mm/dd/yyyy); (8) City in which the Employee was born (Nearest

City); (9) Country in which the Employee was born; (10) Foreign Identification Number; (11) Social Security

Number (If US Citizen); (12) Passport Number of Employee – Optional; (13) Passport Expiration Date of

Employee – Optional (mm/dd/yyyy); (14) List Country that issued the Passport – Optional; (15) Primary Email

Address of Employee or Company; (16) Is Employee Armed - (Optional); (17) State the name of the contracting

effort the employee will be working on (example: Victory Base Housing Construction); (18) Employee start date

on contract (mm/dd/yyyy); (19) Employee estimated end date on contract (mm/dd/yyyy); (20) Employee actual

arrival date at location for contract (mm/dd/yyyy); (21) Country that the employee will be working; (22) City

closest to where the employee is working; (23) Employee's Job Title; (24) Contract Number; (25) Associated

Task Order Number (If Applicable); (26) Primary Supporting Organization (Eg. 410th).

VI. APPLICABLE PUBLICATIONS

6.0 Publications applicable to this PWS are listed below: Federal Joint Ethics Regulation (JER) 5500.7-R is

available at www.dod.mil/dodgc/defense_ethics/ethics_regulation/

Overseas Environmental Baseline Guidance is available at www.dtic.mil/

USARCENT Electrical Safety Policy at www.arcent.army.mil

Federal Acquisition Regulations are available at www.arnet.gov/far/

AR 385-10, Army Safety Program at www.apd.army.mil/pdffiles/p385_10.pdf

AR 200-1, Environmental Protection & Enhancement at https://safety.army.mil.

VII. TECHNICAL EXHIBIT LIST:

7.1 Technical Exhibit 1 – Performance Requirements Summary

7.2 Technical Exhibit 2 – Deliverables Schedule

Page 12: PWS Trans MHE

12

TECHNICAL EXIBIT 1

PERFORMANCE REQUIREMENTS SUMMARY

The contractor service requirements are summarized into performance objectives that relate directly to mission

essential items. The performance threshold briefly describes the minimum acceptable levels of service required

for each requirement. These thresholds are critical to mission success.

PERFORMANCE

OBJECTIVE

STANDARD ACCEPTABLE

QUALITY

LEVEL

METHOD OF

SURVEILLANCE FREQUENCY

OF

INSPECTION Para. 4.1.1 All contract employees

have valid operator

qualifications

100 %

Compliance

100% Inspection Weekly

Para. 4.1.2 All contract employees

have required PPE

100 %

Compliance

Periodic Surveillance Weekly

Para. 4.1.3 The contractor conducts

routine maintenance and

quality inspections.

100 %

Compliance

Periodic Surveillance Monthly

Para. 4.1.4 All vehicles arrive on site

with a full tank of fuel

100 %

Compliance

100% Inspection Weekly

Para. 4.1.5 The contractor practices

proper safety control

measures

100 %

Compliance

Periodic Surveillance Weekly

Para. 4.1.6 The contractor properly

manages any and all

HAZMAT in accordance to

DODI regulations

100 %

Compliance

Periodic

Surveillance/upon

Spillage Incident

Monthly

Para. 4.3 The contractor shall report

any and all serious

incidents within 24 hours

100 %

Compliance

Upon Incident Upon Incident

Para. 5.1 The contract shall correct

any deficiencies within 24

hours

100 %

Compliance

Upon Incident Upon Incident

Para. 4.1.5 The contractor shall

replace any inoperable

vehicle within 5 hours

100 %

Compliance

Upon Incident Upon Incident

Page 13: PWS Trans MHE

13

TECHNICAL EXHIBIT 2

DELIVERABLES SCHEDULE

DELIVERABLE FREQUENCY # OF

COPIES MEDIUM/FORMAT

SUBMIT

TO

Contractor’s

Quality Control

Plan

No later than 10 days after

notice of award

1 MS WORD

COR

Contractor Quality

Control Report

Monthly 1 MS WORD

COR Defense Base

Act

Start of PoP (Annual) 1 Electronic

COR

Synchronized Pre-

deployment and

Operational

Tracker (SPOT)

No later than 10 days after

contract award or option

exercise, and twice a month

(1st and 15th) of every month as

new employees are added

1 https://iel.kc.army.mil/spotregistration COR

Contractor

Manpower

Reporting

Every 31

October

1 https://cmra.army.mil

COR

Page 14: PWS Trans MHE

14

VIII. Performance Requirements

8.1 Transportation Equipment ATTACHMENT 1

Transportation Equipment

Product/Service Description

If selected, contractor shall provide all personnel, equipment, and other items and non-personnel services

necessary to perform transportation support as defined below. Contractor must provide transportation

equipment and operators within 24 hours of receiving a request from the U.S. Government. The Contractor’s

Program/Contract Manager must be fluent in both written and spoken English. All transportation equipment

services will include certified driver-operators, cargo-weight certifications, fuel, tie down materials,

scheduled/nonscheduled maintenance records, and repair parts necessary to conduct operations.

# DESCRIPTION SPECIFICATIONS Estimate Pricing

1 40' Flatbed Truck and Trailer

4X2 tractors, with a

minimum 34 ton trailer

capacity, capable of

transporting two twenty foot

containers at once and

military vehicles. Trailers

shall have chain down points

for securing containers and

military vehicles. The

contractor shall provide

twelve (12) 7500 pound load

rated or higher cargo straps

and twelve (12) (1/2”) chains

(Grade 80 or higher) and

binders to secure palletized

cargo per flatbed trailer;

eight (8) twist locks to secure

two 20 foot containers and/or

one forty foot container per

flatbed trailer.

With Driver

1 Day:

1 Week (7 day):

1 Month (30 Day):

Estimated max daily

usage: 20 trucks

2 20' Cargo Truck (Baggage Truck)

Trucks consist of a flatbed

truck system with an

enclosed weather-tight 20’

container or a container/box

trailer to provide the

movement of personnel bags.

The containers must have

working doors that are

capable of being locked

during transit.

With Driver

1 Day:

1 Week (7 day):

1 Month (30 Day):

Estimated max daily

usage: 5 Trucks

Page 15: PWS Trans MHE

15

3 Mail Truck

Truck includes tractor, trailer

and driver (who must be a

U.S. citizen, and hold a

Secret security clearance),

unless otherwise specified.

With Driver

1 Day:

1 Week (7 day):

1 Month (30 Day):

Estimated max daily

usage : 5 truck

4 70 Ton Heavy Equipment

Transporter (HET)

All HET’s will have ramps

for vehicle and equipment

self- loading. HETs shall

have a minimum 70 ton

trailer capacity. At least one

operational winch and

associate equipment to

conduct winching operations

of up to 70 tons of non-self

propelled rolling weight.

HET tractors and trailers

must be capable of safely

self loading and transporting

disabled or damaged military

vehicles/equipment. HETs

Each HET must have twelve

5/8” grade 80 chains and

hatchet type binders to

secure up to two vehicles at

corners.

With Driver

1 Day:

1 Week (7 day):

1 Month (30 Day):

Estimated max daily

usage : 10 trucks

5 80 Ton HET w/winch

All HET’s will have ramps

for vehicle and equipment

self- loading. HETs shall

have a minimum 80 ton

trailer capacity. At least one

operational winch and

associate equipment to

conduct winching operations

of up to 80 tons of non-self

propelled rolling weight.

HET tractors and trailers

must be capable of safely

self loading and transporting

disabled or damaged military

vehicles/equipment.

With Driver

1 Day:

1 Week (7 day):

1 Month (30 Day):

Estimated max daily

usage : 5 truck

Page 16: PWS Trans MHE

16

6 25 PAX Bus

Buses shall have working air

conditioning/heater and

curtains. Buses can be leased

with a qualified driver, or

without driver, as required.

With and without

Driver

1 Day:

1 Week (7 day):

1 Month (30 Day):

Estimated max daily

usage : 10 Trucks

7 45 PAX Bus

Buses shall have working air

conditioning/heater and

curtains. Buses will be leased

with a licensed, qualified

driver and will have baggage

compartments.

With Driver

1 Day:

1 Week (7 day):

1 Month (30 Day):

Estimated max daily

usage : 15 Trucks

8 5K Water Trucks Tankers

5,000 gallons capacity. Self

load-unload capabilities.

With Driver

1 Day:

1 Week (7 day):

1 Month (30 Day):

Estimated max daily

usage : 5 Trucks

9 10K Water Trucks Tankers

10,000 gallons capacity. Self

load-unload capabilities.

With Driver

1 Day:

1 Week (7 day):

1 Month (30 Day):

Estimated max daily

usage: 5 Trucks

Page 17: PWS Trans MHE

17

10 Sensitive Items Cargo Truck

Truck systems with an

enclosed cargo container.

Truck should have a satellite

tracking system and driver

should be certified to handle

sensitive cargo. Also, it

should have a cargo net that

attaches to the floor, ceiling

and both walls inside the

doors to prevent cargo falling

out due to shifting while en-

route. The containers must

have working doors that are

capable of being locked

during transit.

With Driver

1 Day:

1 Week (7 day):

1 Month (30 Day):

Estimated max daily

usage: 5 Trucks

11 Reefer Trailer

Refrigerated Trailer unit for

storage of frozen food and

other perishable Items.

Without Driver only

Estimated max daily

usage: 5 Trucks

Page 18: PWS Trans MHE

18

8.2 ATTACHMENT 2 ATTACHMENT 2

Material Handling Equipment

Product/Service Description

The contractor shall provide all personnel, equipment, and other items and non-personnel services necessary to

perform MHE support as defined below. Contractor must provide equipment and operators within 24 hours of

receiving a request from the U.S. Government. The Contractor’s Program/Contract Manager must be fluent in

both written and spoken English. All equipment services will include certified driver-operators, cargo-weight

certifications, tie down materials, scheduled/nonscheduled maintenance records, and repair parts necessary to

conduct operations.

Fuel will be supplied by the contractor for 1 day MHE usage requirements, to include deliver with a full tank.

Fuel will be supplied by the U.S. Government for MHE that resides more than 24 hrs on U.S. Government

installations that have available fuel, otherwise the contractor is responsible to supply the fuel.

DESCRIPTION SPECIFICATIONS Estimate Pricing

Bobcat Track Loader

Model: T180 or equivalent 1 Day:

1 Week (7 day):

1 Month (30 Day):

Estimated max daily

usage: 5 Vehicles

Backhoe w/ Front Loader

Model: 420F or equivalent 1 Day:

1 Week (7 day):

1 Month (30 Day):

Estimated max daily

usage: 5 Vehicles

Crane

Model: Grove RT 530E2 or

equivalent

1 Day:

1 Week (7 day):

1 Month (30 Day):

Estimated max daily

usage: 5 Vehicles

Page 19: PWS Trans MHE

19

Rough Terrain Container

Handler (RTCH)

Model: Kalmar RT-240 or

equivalent

1 Day:

1 Week (7 day):

1 Month (30 Day):

Estimated max daily

usage: 5 Vehicles

Rough Terrain Forklift (4K)

Model: any type 1 Day:

1 Week (7 day):

1 Month (30 Day):

Estimated max daily

usage: 5 Vehicles

Rough Terrain Forklift (10K)

Model: any type 1 Day:

1 Week (7 day):

1 Month (30 Day):

Estimated max daily

usage: 10 Vehicles

Rough Terrain Forklift (15K)

Model: any type 1 Day:

1 Week (7 day):

1 Month (30 Day):

Estimated max daily

usage: 5 Vehicles

Variable Reach Forklift (10K)

Model: any type 1 Day:

1 Week (7 day):

1 Month (30 Day):

Estimated max daily

usage: 5 Vehicles

Page 20: PWS Trans MHE

20

The following guidance applies to Attachment 1 and 2:

Estimate: Please provide estimate pricing for 1 day, 1 week, and 1 month, with a driver and without a driver as

indicated in attachments 1 & 2. Drivers are expected to work up to 10 hours per day and relived with a new

driver as mission may dictate.

Locations: General delivery locations will be throughout Jordan, with an emphasis between the cities of

Amman and the Port of Aqaba.

NOTE: Should there become a requirement for additional transportation resources not listed in the Table, the

transportation equipment shall be added to the list and a modification shall be made to the contract to reflect this

change.

TRK Crane Container Handler

(40K)

Model: any type 1 Day:

1 Week (7 day):

1 Month (30 Day):

Estimated max daily

usage: 5 Vehicles

Page 21: PWS Trans MHE

21

IX. DEFINITIONS & ACRONYMS

9.1 DEFINITIONS

ACCEPTABLE QUALITY LEVEL (AQL). The maximum percent of defects (or the maximum number of

defects per hundred units) that may occur before the Government will affect the price computation system in

accordance with the Performance Requirements Summary and the inspection of services clause. When the

method of surveillance is other than random sampling, the AQL is defined as the number of defects or

maximum percentage of defects in the lot that may occur before the Government will affect the price

computation system in accordance with the PRS and the inspection of services clause.

CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the

Government. The term used in this contract refers to the prime.

CONTRACTING OFFICER (KO). A person with authority to enter into, administer, and or terminate

contracts, and make related determinations and findings on behalf of the U.S. Government. Note: The only

individual who can legally bind the U.S. Government.

CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed

by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the

scope of authority and limitations. This individual has authority to provide technical direction to the contractor

as long as that direction is within the scope of the contract, does not constitute a change, and has no funding

implications. This individual does NOT have authority to change the terms and conditions of the contract.

DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the

Performance Work Statement (PWS).

DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as

meeting minutes or reports.

HAZARDOUS AND/OR DANGEROUS MATERIAL. A substance or material that has been determined by the

Secretary of Transportation to be capable of posing an unreasonable risk to health, safety and property when

transported in commerce and that has been so designated. The term includes hazardous substances, hazardous

wastes, marine pollutants, elevated temperature materials, materials designated as hazardous under the

provisions of the Code of Federal Regulations (CFR) Title 49, Parts 172.101 and 172.102, and materials that

meet the defining criteria for hazard class and divisions in CFR Title 49, Part 173.

LAND TRANSPORT. Modes of land transport include trucks, busses and trains.

LASHING. Ropes, wires, chains, steel straps, or other special devices used to secure cargo.

PHYSICAL SECURITY. Actions that prevent the loss or damage of U.S. Government property.

QUALITY ASSURANCE. The U.S. Government procedures to verify that services being performed by the

contractor are performed according to acceptable standards.

QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized written document specifying the

surveillance methodology to be used for surveillance of contractor performance. This document contains

specific methods that the Government will use to perform surveillance of the Contractor’s performance.

QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end

Page 22: PWS Trans MHE

22

product or service shall meet contract requirements.

QUALITY CONTROL PLAN. The QC Plan is the Contractor’s plan to ensure that the required services are

performed to standard.

SUBCONTRACTOR. One that enters into a contract with a prime contractor. The U.S. Government will not

directly contact, nor make binding agreements with the subcontractor.

WORK DAY. The number of hours per day the contractor provides services in accordance with the contract.

WORK WEEK: Monday through Sunday

9.2 ACRONYMS

ACSA Acquisition Cross Service Agreement

AR Army Regulation

AKO Army Knowledge Online

CF-J CENTCOM Forward Jordan

CFR Code of Federal Regulations

CLIN Contract Line Item Number

CONUS Continental United States (excludes Alaska and Hawaii)

COR Contracting Officer Representative

COTS Commercial Off-The-Shelf

CMR Contract Manpower Reporting

DA Department of the Army

DBA Defense Base Act (Worker’s Compensation)

DD250 Department of Defense Form 250 (Receiving Report)

DD254 Department of Defense Contract Security Requirement List

DFARS Defense Federal Acquisition Regulation Supplement

DOD Department of Defense

FAR Federal Acquisition Regulation

FSC Federal Supply Code

HAZMAT Hazardous Material

JAF Jordanian Armed Forces

KASOTC King Abdullah Special Operations Training Center

KO Contracting Officer

OCI Organizational Conflict of Interest

POC Point of Contact

PRS Performance Requirements Summary

PWS Performance Work Statement

QA Quality Assurance

QASP Quality Assurance Surveillance Plan

QC Quality Control

QCP Quality Control Program

SOCCENT Special Operations Command Central

SOCFOR Jordan Special Operations Command Forward - Jordan

SPOT Synchronized Pre-deployment Operational Tracker

TE Technical Exhibit

UIC Unit Identification Code

WAWF Wide Area Work Flow