Air Force Distributed Common Ground System provides actionable, multi-discipline intelligence derived from multiple ISR platforms to Combatant Commands, Compone...

expired opportunity(Expired)
From: Federal Government(Federal)
A4-480-ISRW-DCGS-IT

Basic Details

started - 11 Apr, 2019 (about 5 years ago)

Start Date

11 Apr, 2019 (about 5 years ago)
due - 23 Apr, 2019 (about 5 years ago)

Due Date

23 Apr, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
A4-480-ISRW-DCGS-IT

Identifier

A4-480-ISRW-DCGS-IT
Department of the Air Force

Customer / Agency

DEPT OF DEFENSE (708492)DEPT OF THE AIR FORCE (60413)ACC (74964)AMIC (554)FA4890 HQ ACC AMIC (328)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

We are requesting you provide the following in reference to the PWS:Any information that you are able to do the tasks. Any past performance, within the last 5 years, that you have done the tasks.PERFORMANCE WORK STATEMENT (PWS)for480th Intelligence, Surveillance and Reconnaissance Wing(480 ISRW)Distributed Common Ground System (DCGS)Command, Control, Communications, Computers, and Intelligence (C4I)Information Technology (IT)Missions Systems ServicesDRAFT: 1 April 2019 1.0 INTRODUCTION AND BACKGROUND1.1 The AF DCGS weapon system is the Air Force's primary Intelligence, Surveillance, and Reconnaissance (ISR) Processing, Exploitation, and Dissemination (PED) system. AF DCGS provides actionable, multi-discipline intelligence derived from multiple ISR platforms to Combatant Commands (COCOMs), Component Numbered Air Forces (C-NAF), and national command authorities across the globe 24 hours per day/seven (7) days per week.1.2 Through distributed (reach back and deployed) and collaborative
operations, active duty (AD), Air National Guard, Air Force Reserve Center, joint, and coalition units and personnel work as an integrated combat capability, enabling the Air Force to engage in multiple, simultaneous military operations across the globe.2.0 TASK ORDER OBJECTIVE2.1 This PWS describes the technical tasks along with the information assurance (IA) and information technology (IT) capabilities. 480 ISRW requires support for these various AF ISR missions. Primary locations are at Joint Base Langley-Eustis (JBLE), Virginia, and Beale Air Force Base (AFB), California. All work will be accomplished CONUS.2.2 This is a non-personal services contract. The Government will neither supervise contractor employees nor control the method by which the contractor performs the required tasks. The contractor shall manage its employees and guard against any actions that are of the nature of personal services, or give the perception of personal services. The contractor shall notify the Contracting Officer (CO) immediately if they perceive any actions constitute personal services. These services shall not be used to perform any Inherently Governmental Functions. The services described support the Air Force (AF) Distributed Common Ground System (DCGS) Program.3.0. REFERENCE. U.S. General Services Administration (GSA) One Acquisition Solution for Integrated Services (OASIS) or OASIS Small Business (SB) Indefinite Delivery Indefinite Quantity Contract Pool 1 through Pool 6 as applicable.4.0 TASK REQUIREMENTS4.1. C4I IT MISSIONS SYSTEMS SERVICES.4.1.1. Configuration Management and Engineering Support 10 IS/SCX, JBLE, VA and 548 ISRG, Beale AFB, CA. The contractor shall, in coordination with Government, ensure daily systems integration, support, management, and control of all software, hardware, system, and network configurations associated with the enterprise. The contractor shall:• Provide systems integration management capabilities, planning, and implementation support to the 480 ISR WG and its subordinate active components in accordance with government directives.• Provide support to the Data Center Infrastructure Management (DCIM) process and the Data Center Manager (DCM) in accordance with processes outlined in 480 ISR Wing Supplement to Air Force Instruction (AFI) 17-101, Mission System Data Center Management.• Develop and maintain database documentation to identify, map, account, and record all network and information processing system components, devices, serial numbers, and hardware configurations to the level of data expressed by the local Data Center Manager and in accordance with government directives.• Monitor and ensure system drawings, consisting of the unclassified and classified information technology systems, accurately depict approved configuration.• Distribute, manage, track, and account for all software applications in accordance with licensing and maintenance agreements. (CDRL 001)• Coordinate collaborative activities with 480 ISRW and associated Distributed Ground Station (DGS).• Organize and support all configuration management activities, including but not limited to the following activities: configuration identification, IT equipment management, release management, change control, and configuration audits. Prior to implementation of stated activities, ensure changes are approved and processed to guarantee integrity. (CDRL 002)• Draft, edit, maintain and provide input to configuration management policies for hardware and software; support Government with developing requirements and project scope. (CDRL 003)• Participate in the Configuration Control Board (CCB) and the DCIM Local Data Center Change Advisory Board (LCAB) to include coordinating, scheduling, and facilitating meetings; provide draft agendas and/or meeting minutes for each. (CDRL 004)• Ensure systems are in compliance with established DoD and AF policies and directives.• Participate in operations assessment of existing and future facility requirements relating to impacts on network infrastructure and communications-computer systems.• Attend meetings, on-site conferences, teleconferences and briefings as requested by Government. Provide meeting minutes or reports. (CDRL 005)• Submit a Configuration Management Plan as requested by the Government. (CDRL 006)• Minimum Requirements: Shall be DoD 8570 certified, Information Assurance Technical (IAT) II. Shall have five (5) years' experience in maintaining hardware and software configurations, hardware accountability, software and hardware licensing, and maintenance agreement terminology.4.1.2. C4I Systems Management for 27 IS/SCO, JBLE, VA. The contractor shall, in coordination with the Government, provide operations, maintenance, administration, and technical services for controlling and managing all servers, workstations, peripherals, and associated operating systems and software applications per organizational guidance.4.1.2.1. Systems Server Administration and Support. The contractor shall maintain systems and applications associated with 27 IS/SCO Network and Communication architecture to include: Oracle/Solaris, Red Hat Linux, Trusted Solaris, and associated ISR applications including but not limited to Unified Collections Operations Reporting Network (UNICORN), Trusted Manager (TMAN), SecureView and Oracle ZFS Storage Appliances.In addition the contractor shall:• Provide Tier 2 support based on industry standards to clients for all system problems and anomalies. Resolve trouble tickets submitted via the electronic problem reports system.• Prepare systems (Windows and/or UNIX mission servers) for security accreditation.• Install, configure, and maintain Red Hat Linux and Solaris operating systems, to include Operating System (OS), application software patches, and service packs.• Perform user account, group, and directory maintenance for clients in coordination with 27 IS Network Security Manager and/or 480 ISR Wing Information System Security Officers (ISSO). Manage user and group policies and rights; conduct auditing for same.• Review security, network, and system auditing and remedy identified and/or reported anomalies in accordance with and within timelines defined in applicable regulations, guidelines, instructions and/or as directed by ISSOs or similar IT security entities (CDRL 007)• Draft, prepare and maintain local Standard Operating Procedures (SOP) and maintain system administrator guides. (CDRL 008)• Analyze and resolve problems associated with Windows and/or UNIX server hardware, operating systems, and applications software while adhering to mandated security requirements and guidelines.• Prepare, test, and implement scripts to simplify system tasks for local use.• Perform system backup and recovery utilizing network backup software.• Maintain SecureView server and workstations.• Support 27 IS Network Security Manager and/or 480 ISR Wing ISSO to identify and resolve security related server and application issues.• Attend meetings, on-site conferences, teleconferences and briefings as requested by Government. Provide meeting minutes or reports. (CDRL 005)• Work with military and Government personnel on training for and administration of systems server administration and support.• Minimum Requirements: Shall be DoD 8570 certified, Information Assurance Technical (IAT) II. Shall have five (5) years' experience in administering and managing networked UNIX (Solaris and Red Hat preferred) systems/servers/storage. Shall have three (3) years Microsoft Windows Server 2012 or most current version.4.1.2.2 System Application Administration and Support 27 IS/SCO, JBLE, VA. The contractor shall, in coordination with the Government, maintain servers and applications to support the 480 ISRW ISR mission requirements and collect, archive and present metrics associated with 27 IS/SCO's operations and production activities. In addition, the Contractor shall:• Test, implement, administrate, troubleshoot, upgrade, and maintain operation of the 480 ISRW ISR virtualization software, Microsoft SQL Server, and Microsoft Windows Server operating systems on all networks, to include but not limited to Non-classified Internet Protocol (IP) Router Network (NIPRnet), Secret Internet Protocol Router Network (SIPRnet), and Langley campus-wide Joint Worldwide Intelligence Communications System (JWICS) at both local and remote locations.• Test, implement, administrate, troubleshoot, upgrade and maintain operation of web based applications utilizing Microsoft Internet Information Services (IIS) to include but not limited to UNICORN and Patriot Excalibur (PEX) on all networks at both local and remote locations.• Administrate, troubleshoot, upgrade, and maintain operations of Information Store (iSToRE) servers on two different networks.• Provide support to 480 ISRW integration activities to identify procedural changes and processes that would enhance the overall environment.• Coordinate with all Program Management Offices (PMOs) for ongoing updates and maintenance of the ISR websites.• Draft, edit, maintain and provide input to local SOPs and system administration guides. (CDRL 008)• Create, develop, upgrade, and maintain SharePoint sites utilizing various SharePoint capabilities such as designer, workflow, query, lists, and other functionality as required.• Maintain applications and Virtual Machines (VMs) in a Cloud Computing Services (C2S) Dev/Ops, Amazon Web Services (AWS) or like cloud environment.• Assist with troubleshooting computer systems supporting DCGS-Wide enterprise services and DCGS Operation Center (DOC) Network Management.• Attend meetings, on-site conferences, teleconferences and briefings as requested by Government. Provide meeting minutes or reports. (CDRL 005)• Work with military and Government personnel on training for and administration of system application administration and support.• Minimum Requirements: Shall be DoD 8570 certified, IAT II. Shall have five (5) years of experience administering/maintaining Microsoft Windows Server 2012 or most current version, VMware versions 5.x/6.x or most current version and a minimum of one year experience in at least one of the following: Microsoft SQL Server 2012/2014 or most current version, SharePoint 2012/2014 or most current version site maintainer or Microsoft IIS 7.x/8.x or most current version.4.1.2.3. Client Systems Administration (CSA). The contractor shall, in coordination with the Government, maintain workstations and applications associated with 27 IS/SCO Network and Communication architectures to include Windows Workstations. CSA support shall be provided to facility-wide NIPRnet, SIPRnet, and Langley campus-wide JWICS and NSAnet infrastructures. In addition, the contractor shall:• Provide Tier 1 and Tier 2 support based on industry standards to support clients for all system problems and anomalies. Track, assign, troubleshoot, fix and/or close trouble tickets and new requirements submitted via applicable electronic requirements and problem reports systems.• Prepare member workstations for security accreditation.• Install, configure, test, and maintain Windows operating systems, to include System (OS), and application software patches and service packs on workstations and laptops.• Perform Tier 1 and Tier 2 user account, group, and home directory creation and maintenance for users, workstations, laptops, and member servers, in coordination with 27 IS Network Security Manager and/or 480 ISR Wing ISSO.• Issue new user accounts and certificates on SIPRnet and JWICs as a Trusted Agent (TA). Perform user account troubleshooting to include user Common Access Cards and SIPR Tokens.• Perform printer software configuration and maintenance.• Analyze and resolve problems associated with workstation and member server Hardware, operating systems, applications software, and 27 IS Network Security Manager and/or 480 ISR Wing ISSO identified security related issues while adhering to requirements and guidelines.• Prepare, test, and implement local scripts to simplify system tasks.• Perform local back-up and recovery procedures utilizing and managing media backup storage devices.• Evaluate and recommend improvements to the security configuration of member workstation computer systems by electronic and manual review methods.• Develop SOPs for the installation of new software applications and computer hardware. (CDRL 012)• Attend meetings, on-site conferences, teleconferences and briefings as requested by Government. Provide meeting minutes or reports. (CDRL 005)• Work with military and Government personnel on training for and administration of systems applicable to client systems administration.• Minimum Requirements: Shall be DoD 8570 certified, IAT II. Shall have five (5) years' experience in computer/hardware/software troubleshooting and help desk support. Shall have five (5) years hands-on work experience of relevant Microsoft Windows operating platforms. Shall have three (5) years hands-on work experience with relevant Microsoft Office Suite. Shall have three (5) years' experience in imaging workstations and laptops to the current standard desktop configurations (SDC).4.1.3. Network Infrastructure Management for 27 IS/SCO, JBLE, VA. The contractor shall, in coordination with the Government, provide operations, maintenance, administration, and technical services for controlling and managing all network infrastructure services to include troubleshooting and testing networks, routers, switches, hubs, systems, and other related hardware components. In addition, the contractor shall:• Provide fault isolation and incident resolution support for networks and intelligence analysts (IA) Suites using Government-provided network analysis tools and applications (e.g. SolarWinds, CISCO Works).• Provide technical support in the configuration, optimization, troubleshooting, and software maintenance of IA Suites (firewalls, IDS), routers, switches, servers, workstations, overall network, and long haul communication circuit support.• Provide test and evaluation support for new technology. Prepare reports detailing the results of the test and evaluation including specific recommendations. (CDRL 009)• Provide detailed documentation on all tasked actions that affect the operation of the system environment, to include but not limited to: system trouble calls handled, configuration changes, and new products or solutions. (CDRL 010)• Provide engineer network solutions in an Internet Protocol (IP) and Gigabyte Ethernet (GIG-E) Local Area Network (LAN)/Wide Area Network (WAN) environment.• Design, document, and provide tech-solutions to customers for classified networks. (CDRL 011)• Work with vendors and other military organizations to design possible solutions for classified networks.• Provide timelines and cost estimates for the new installation of local and remote networks to accommodate voice, video, and data.• Configure, troubleshoot, and maintain Voice over Internet Protocol (VoIP) phones and Video Teleconferencing (VTC) equipment. Create Virtual Local Area Networks (VLANs), Configure Quality of Service (QOS), and port-security in a voice network infrastructure. Video traffic shall be separated from other types of data to ensure high quality of service to video customers.• Create network infrastructure to support real-time (RT) and near real-time (NRT) high bandwidth video feeds.• Administer and manage Microsoft Windows Server Dynamic Host Configuration Protocol (DHCP) scopes, General Dynamics Encryption Manager (GEM-X), SolarWinds, Cisco Works, Cisco Access Control Server (ACS) Identity Services Engine (ISE) and similar technologies.• Attend meetings, on-site conferences, teleconferences and briefings as requested by Government. Provide meeting minutes or reports. (CDRL 005)• Work with military and Government personnel on training for and administration of network infrastructure management.• Minimum Requirements: Shall be DoD 8570 certified, IAT II. Shall have five (5) years' experience with configuration and management of Cisco Routers and Switches, Marconi/Ericsson Asynchronous Transfer Mode (ATM) devices, Juniper WAN Accelerators, FASTLANE (FAST Local Area Network Encryption) and Tactical Local Area Network Encryption (TACLANE) devices. Shall have five (5) years' experience administering IP protocol network to include VoIP, VTC, and fiber optic technologies.5.0 Contract Data Requirements Lists (CDRL) and Other Deliverables.5.1 The Contractor shall provide task order deliverable(s) in a format mutually agreed upon by the Government and the Contractor. The ACC AMIC Advisory and Assistance Services Division (AMIC/PKA) does not require copies of listed deliverables. All deliverables will be reviewed for timeliness, accuracy and format. If a deliverable due date falls on a weekend or holiday, the Contractor shall submit the deliverable on the last work day prior to the due date. See Table 1 for CDRL and Deliverable examples. Table 1 - CDRL and DeliverablesData Item Number Data Item Description PWSParagraph Delivery Schedule001 Distribute, manage, track, and account for all software applications in accordance with licensing and maintenance agreements 4.1.1 Monthly002 Ensure configuration changes are approved and processed to guarantee integrity 4.1.1 Within 30 Days003 Provide input to configuration management policies for hardware and software; support Government with developing requirements and project scope 4.1.1 As required and within 10 days of request.004 Provide draft agendas and/or meeting minutes 4.1.1 Two days before meeting and within 5 days of meeting completion005Attend meetings, on-site conferences, teleconferences and briefings as requested by Government. Provide meeting minutes or reports. 4.1.1,4.1.2.1,4.1.2.2,4.1.2.3,4.1.3Within 5 days if requested or upon request006 Submit a Configuration Management Plan 4.1.1 Within 14 days of PoP start and update quarterly.007 Review security, network, and system auditing and remedy identified anomalies. 4.1.2.1 When identified and within 30 days after solution is reached.008 Draft, prepare and maintain local Standard Operating Procedures (SOP) and maintain system administrator guides. 4.1.2.1,4.1.2.2 When an SOP is required and within 10 days of request.009 Prepare reports detailing the results of the test and evaluation 4.1.3 Within 3 working days, if requested010 Provide detailed documentation on all tasked actions 4.1.3 Upon request or by the end of the work week (annotated within appropriate document, format, and/or trouble ticket)011 Design, document, and provide tech-solutions to customers for classified networks 4.1.3 Upon request and by agreed upon completion date of customer012 Schedule and attend PMRs at times mutually agreed upon with the Government. 4.1.2 Semi-annually or as requested by Government013 Organizational Conflict of Interest (OCI) Mitigation Plan 5.1.1 Within 30 calendar days of award014 Hiring Status Report (HSR)/Personnel Roster 5.1.2 1st Friday after award then every Friday until all positions are filled, or as requested by the CO015 Monthly Status Report 5.1.3 First work day after the 10th of each month016 Trip reports shall be submitted at the TO level for all trips for approval by the CO and COR. 5.1.4 within 5 working days of trip return, when tasked017 Quality Control Plan (QCP) 5.1.5 Within 30 calendar days of award5.1.1 Organizational Conflict of Interest (OCI) Mitigation Plan. The Contractor shall provide a plan that describes the processes and procedures they will implement to avoid or mitigate any actual or perceived OCI. The plan shall outline how the Contractor evaluates, mitigates (where necessary), and reevaluates any potential or perceived conflicts between this TO and other work performed by the Contractor or team members. (CDRL 013)5.1.2 Hiring Status Report (HSR)/Personnel Roster. The Contractor shall provide an HSR every Friday, starting with the first Friday after contract award, until all positions are filled, or as requested by the Ordering Contracting Officer (OCO). The HSR shall contain, as a minimum, the name, security clearance and adjudication date, for each new hire. The Contractor shall provide a Hiring Status Report (HSR) until all positions are filled. The last HSR provided shall also contain the number of incumbent offers and acceptances. After TO start the HSR will become the Personnel Roster. (CDRL 014)5.1.2.1 Personnel Roster: The contractor shall maintain a current listing of employees. The list shall include the employee's name and level of security clearance. The list shall be validated and signed by the company Facility Security Officer (FSO) and provided to the Sponsoring Agency's Security Manager. An updated listing shall be provided when an employee's status or information changes. Note: the government may require a contractor's DoD Electronic Data Interchange (EDI) number or social security number for some transactions, i.e., verifying clearances in JPAS, processing visitor requests, etc.5.1.2.2 Notice of Impending Hire. For SCI positions, the Contractor shall deliver an electronic notice of impending hire once the decision is made to select an individual to fill an open position. Notice shall be sent to OCO/CM to be forwarded to the cognizant requirement owner and security office. The notice will have the following attached:- Selectee's qualification summary for review by the COR to ensure compliance with the PWS5.1.2.3 The contractor shall utilize encrypted email or password protected files protect Personally Identifiable Information (PII) in accordance with the Privacy Act Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations.5.1.3 Monthly Status Report. The contractor shall provide status reports for the duration of the effort. The report shall summarize accomplishments during the reporting period. The report shall also include planned versus actual task completion, anticipated activity (including anticipated Contract Data Requirements List (CDRL) deliveries) for the next reporting period, lessons learned, risks, significant accomplishments, training completed, certifications or security clearances expiring, pending or lapsed and mitigation plan, and outstanding issues and recommendations. (CDRL 015)5.1.4 Trip Report. Following official travel, the contractor shall prepare a trip report detailing the purpose of the trip, the individuals contacted, any agreements that were reached during the trip or any other significant issues that were identified during the travel. The contractor shall provide this trip report to the COR within five (5) days after the completion of travel. (CDRL 016)5.1.5 Quality Control Plan (QCP). The Contractor shall develop a Quality Control Plan (QCP) that demonstrates how the Contractor shall maintain an inspection system acceptable to the Government, covering the services for this requirement. The QCP shall demonstrate the Contractor's documented processes and procedures to monitor and control the objectives in the Services Summary, Internal Staffing, Subcontractor relationships (if applicable), Contractor and subcontractor invoicing, and Government issued non-conformances. The QCP shall be submitted to the Ordering Contracting Officer (OCO) for acceptance no later than 30 calendar days after award. Updated versions of the QCP shall be submitted to the OCO for acceptance no later than 10 calendar days of implementation by the Contractor. Below is what it should include as a minimum. (CDRL 017)1. Introduction/Purpose2. Management Structure3. Contractor Key Personnel/Roles & Responsibilities4. Process and Procedures for the Performance Objectives in the Services Summary5. Internal Staffing procedures6. Subcontractor Relationships (if applicable)7. Contractor and Subcontractor invoicing8. Government issued Minor and Major Non-Conformance9. Deliverables10. Summary5.1.7 PROGRAM MANAGEMENT.5.1.7.1. General Requirements. The contractor shall identify a Program Manager. This PM shall be the primary representative responsible for the successful completion of all work awarded under this contract. The PM shall participate in all Program Management Reviews.5.1.7.1.1. The contractor shall provide qualified and fully trained personnel to perform the required services from contract start until completion.5.1.7.2 The contractor shall notify the Contracting Officer (CO) of all direction received from Government personnel they consider to be outside the scope of PWS requirements prior to performing the work.5.1.7.2. Program Management Review (PMR). The contractor shall schedule and attend PMRs at times mutually agreed upon with the Government. The CO, Contracting Officer's Representative (COR), and other Government personnel, as appropriate, shall meet periodically with the contractor to review performance. PMRs shall be held at least semi-annually; however, the Government reserves the right to conduct PMRs more frequently as needed. The Government and the contractor shall develop an agenda in advance of the PMR as directed by the Government, either in-person or electronically, which shall include, at a minimum, status, and feedback on performance standards, overall contract performance, and all other significant events. The contractor shall document the meeting and provide the minutes to the CO and COR. (CDRL 012)6.0 GOVERNMENT FURNISHED PROPERTY / DATA.6.1 Government Furnished Equipment (GFE). The Government shall provide office space, office supplies, computer equipment, computer software, and access to military Local Area Network (LAN) services (unclassified and classified) e-mail and internet access and other standard office equipment necessary to support the Contractor. The contractor may not be the sole user of furnished computer equipment; therefore, coordination with other contractors and administrators may be necessary. The Government will furnish appropriate User Identification and passwords for shared resources. The contractor will be provided access to Government electronics, such as unclassified, collateral, and Sensitive Compartmentalized Information (SCI) e-mail and fax machines, in support of this requirement.6.2 Government Provided Data. The Government will provide access to relevant Government organizations, information and documentation, manuals, texts, briefs, and associated materials as required and available relative to assigned contract responsibilities. Access will be granted to classified networks as needed and in accordance with applicable governing security directives.7.0 DATA. The Government has unlimited rights to all deliverables of this task order to include intellectual property rights.8.0 OTHER DIRECT COSTS (ODC).8.1 Travel. Travel shall be required to travel CONUS only. All travel performed by the contractor during this effort shall comply with FAR 31.205-46 and provisions of the current Joint Travel Regulations (JTR). Wherever possible, contractor shall have identical travel and lodging arrangements as Government travelers. When Government and contractor travel is coincident (same dates, same destinations, same travel objective), Government personnel will obtain rental car and miscellaneous supplies, when arrangements are the same. All travel shall be coordinated and pre-approved by the COR in writing. Costs for travel shall be billed on a strictly cost reimbursable basis IAW the terms and conditions of this contract. Trip reports shall be submitted at the TO level for all trips for approval by the CO and COR. (CDRL 013)9.0 SECURITY. The Contractor and all Contractor personnel shall abide by all AF and local rules, procedures and standards of conduct. A Department of Defense Contract Security Classification Specification (DD Fm 254) is required for access to classified material. The Contractor shall also perform in accordance with the Compliance with National Industrial Security Program Operating Manual (NISPOM--DoD 5220.22M).9.1 Visitor Group Security Agreement (VGSA). The contractor shall enter into a long term VGSA with the host base Information Protection Office if contract performance is on base for 90 days or more. This agreement shall outline how the contractor integrates security requirements for contract operations with the Air Force to ensure effective and economical operation on the installation. The agreement should address:9.1.1 Security support provided by the Air Force to the contractor to include storage containers for classified information/material, use of base destruction facilities, classified reproduction facilities, use of base classified mail services, security badging, base visitor control, investigation of security incidents, base traffic regulations, the use of security forms, and conducting inspections required by DoD 5220.22-R, Industrial Security Regulation, and Air Force Instruction 16-1406, Air Force Industrial Security Program.9.1.2 Security support requiring joint Air Force and contractor coordination includes packaging classified information, mailing and receiving classified materials, implementing emergency procedures for protection of classified information, security checks, and internal security controls for protection of classified material and high value pilferable property.9.1.3 On base, the long term visitor group security agreement may take the place of a Standard Practice Procedure (SPP).9.2 Security Clearances. All personnel performing on this PWS shall be U.S. Citizen and shall have final US Government issued Top Secret/ Sensitive Compartmentalized Information (TS/SCI) security clearance with a current National Agency Check (NAC). The contractor shall follow the security requirements outlined in the contract DD Form 254, Department of Defense (DoD) Security Classification Specifications. The contractor shall be subject to random drug testing. If work identified at the TO level requires access to NSA systems, the contractor may be required to take a Counter Intelligence (CI) polygraph test. The contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD- 12), Office of Management and Budget (OMB) Memorandum M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. The contractor shall comply with Operations Security requirements contained in AFI 10-701 and local supplements to AFI 10-701, to include all current Critical Information (CI) listings.9.2.1 Clearance Requirement. If access to classified information is a requirement at the Contractor's facility, a SF 312 Non-Disclosure Agreement (NDA) initiated by the company's Facility Security Officer (FSO) is required. The Contractor must possess or obtain a facility security clearance at the appropriate classification level for the work prior to performing contract work.9.2.2 Clearance Documentation. Prior to contract start, and as changes occur, the Contractor shall provide the Primary COR a list of all company employees assigned to this task order. The list shall include the employees' Names, Location of Performance and Security Clearance.9. 3 Foreign hostile intelligence organizations are continuing to increase the scope of their collection efforts against all aspects of DoD activities and operations. When developing advanced tools for the defense and intelligence communities, inadvertent or overt disclosure of programs currently being pursued or employed shall be avoided in order to maintain the technological advantage these capabilities provide. The contractor shall not provide any information (discussions, publications, correspondence) about this effort to any other organization, agency, or person without first requesting, in writing, and receiving release authority from Contracting Officer.9.4 Listing Of Employees. The contractor shall maintain a current listing of employees. The list shall include the employee's name, position, and level of security clearance. The list shall be validated and signed by the company FSO and provided to the Sponsoring Agencies Security Manager. An updated listing shall be provided when an employee's status or information changes. The HSR/Personnel Roster may be used to satisfy this requirement.9.5 Notification. The contractor shall notify the Servicing Security Activity (SSA) at each location (s) and the local unit through the Joint Personnel Adjudicative System (JPAS), 30 days prior to contract performance on base. In the remarks section in the JPAS visit request add the contract number and the company FSO name and contact number.9.6 Security Assistant Appointment. The contractor shall appoint a Security Assistant for the on base Visitor Group. The Security Assistant may be a full time position or an additional duty position. The Security Assistant and sponsoring agency's Security Manager shall ensure all contractor personnel are integrated into sponsoring agencies Information Protection Program and receive initial and recurring security education training IAW DOD 5200.01, DOD Information Security Program Manual, and AFI 16-1404, Air Force Information Security Program.9.7 Pass and Identification Items. The contractor shall ensure the pass and identification items required for contract performance are obtained for employees and non-government owned vehicles.9.8 Retrieving Identification Media. The contractor shall retrieve all identification media, including vehicle passes from employees who depart for any reason before the contract expires; e.g. terminated for cause, retirement, etc.9.9 Traffic Laws. The contractor and its employees shall comply with base traffic regulations.9.10 Weapons, Firearms, and Ammunition. Contractor employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or within their contractor-owned vehicle or privately-owned vehicle while on any Government installation.9.11 For Official Use Only (FOUO). The contractor shall comply with DoD 5400.7-R, Chapter 4, DoD Freedom of Information Act (FOIA) Program, requirements. This regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding FOUO material.9.12 Reporting Requirements. Contractor personnel shall report to an appropriate authority any information or circumstances of which they are aware may pose a threat to the security of DoD personnel, contractor personnel, resources, and classified or unclassified defense information. Contractor employees shall be briefed by their immediate supervisor upon initial on-base assignment.9.13 Physical Security. The contractor shall be responsible for safeguarding all government property and controlled forms provided for contractor use. At the end of each work period, all government facilities, equipment, and materials shall be secured.9.14 Controlled/Restricted Areas. The contractor shall implement local base procedures for entry to Air Force controlled/restricted areas where contractor personnel will work. An AF Form 2586, Unescorted Entry Authorization Certificate, must be completed and signed by the sponsoring agencies Security Manager before a Restricted Area Badge will be issued.9.15 Key Control/Access Badge Control. The contractor shall establish and implement methods of making sure all keys/badges issued to the contractor by the Government are not lost or misplaced and are not used by unauthorized persons. The contractor shall not duplicate any keys issued by the government.9.15.1 Lost Keys. The contractor shall immediately report to the Quality Assurance Evaluator (QAE) or Program Manager any occurrences of lost or duplicated keys. In the event keys, other than master keys, are lost or duplicated, the contractor may be required, upon written direction of the contracting officer, to re-key or replace the affected lock or locks without cost to the government. The government may, however, at its option, replace the affected lock or locks or perform re-keying and deduct the cost of such from the monthly payment due the contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the government and the total cost deducted from the monthly payment due the contractor.9.15.2. Prohibited Use. The contractor shall prohibit the use of keys, issued by the government, by any persons other than the contractor's employees and the opening of locked areas by contractor employees to permit entrance of persons other than contractor employees engaged in performance of contract work requirements in those areas.9.16 Lock Combinations. The contractor shall control access to all government provided lock combinations to preclude unauthorized entry. The contractor is not authorized to record lock combinations without written approval by the government Program Manager. Records with written combinations to authorized secure storage containers, secure storage rooms, or certified vaults, shall be marked and safeguarded at the highest classification level as the classified material maintained inside the approved containers.9.17 Automatic Data Processing Equipment (ADPE). Visitor groups are prohibited from establishing their own Information Technology (IT) systems/networks (Local Area Networks (LAN), Wide Area Networks (WAN), Cellular phone/USB Modem as WAN, Wi-Fi as WAN etc.) without the direct permission of governing communications and responsible information systems office. If permission is granted, the Government office approving request is responsible for providing oversight to ensure the system is properly accredited/authorized and all DoD/AF IT requirements are met. Contractor employees who need access to government IT systems are determined to be trustworthy by the completion of a favorable personnel security investigation commensurate with assigned duties and by a designated government official prior to IT access being granted. This is accomplished through the system authorization access request, DD Form 2875, process. The Contractor shall establish and implement procedures to ensure all ADPE, to include laptops and other data processing devices, issued to the Contractor by the Government are not lost or misplaced, are not used by unauthorized persons or are not subject to unauthorized external devices. The Contractor shall immediately report to the OCO or PM any occurrences of lost ADPE within two (2) hours of discovery of occurrence. In the event that ADPE is lost, the Contractor may be required, upon written direction of the CO, to replace the equipment at no additional cost to the Government. The Government may replace the equipment and deduct the cost of such from the monthly payment due the Contractor.9.18 Communications Security (COMSEC). Contractors may require access to COMSEC information. The DD FM 254 will give further instructions on safeguarding and managing COMSEC material.11.0 ADMINISTRATION CONSIDERATIONS.11.1 Performance Schedule. The period of performance for the basic contract will be 6-month base period plus four (4) option years. The Contractor shall perform this task as detailed belowTable 2 - Period of PerformanceBase Period 01 Oct 19 31 Mar 20Option Period 1 01 Apr 20 31 Mar 21Option Period 2 01 Apr 21 31 Mar 22Option Period 3 01 Apr 22 31 Mar 23Option Period 4 01 Apr 23 31 Mar 246-Month Extension 01 Apr 24 30 Sep 2511.2 Place of Performance. The Contractor shall be located on Langley AFB, VA or Beale AFB, CA.11.3 Contractor Identification. Each Contractor employee shall, while on duty, wear in plain view on the upper portion of his outer garment a metal or plastic identification badge to be furnished by the Contractor, containing the company name, employee name, and the section where the employee works. Contractor employees shall clearly identify themselves as "Contractors" at all times, in all communications and representations, including in the workplace, at meetings, in conversations, telecommunications, mail, electronic mail (e-mail), and faxes, whether with Government personnel, other Contractor personnel, or with the public. Contractors with access to the base LAN or with an official Government e-mail address shall include their company name in the signature block and the designation "CTR" in the global address. The Contractor shall notify the Government if the "CTR" designation is not included in the global address.11.4 Alternate Work Location. Alternate work locations shall not be permitted for this task. If primary duty location is not available to the contractor (i.e. office and/or base closed due to inclement weather) then the contractor may not be directed to telecommute or work from an alternate location.11.5 Duty Hours. In general, normal hours of work shall be designated as core hours by the Government between the hours of 7 am to 5 pm (0700-1700). The contractor shall respond to emergencies and recalls (excluding practice telephone recalls). For other than normal duty hours, recurring pager duty is required on a rotating basis with other contractor, military, and Government personnel. The contractor shall telephonically respond to the on-call notification within 15 minutes and shall respond to duty location within 45 minutes. In the event of inclement weather, heightened security concerns, or other unique events, the contractor shall adhere to direction of their area Installation Commander. Deviations from the Government-designated core hours shall be coordinated by the Government COR.11.5.1 Holidays, as determined by Executive Order, shall be observed by the contractor and listed below, however, mission may dictate work on the below holidays. If the holiday falls on a Sunday, it is observed on the following Monday. If it falls on a Saturday, it is observed on the preceding Friday. Government oversight will not be present on these days.New Year's DayDr. Martin Luther King's BirthdayPresidents' DayMemorial DayIndependence DayLabor DayColumbus DayVeterans DayThanksgiving DayChristmas Day11.6 Base Shutdown/Inclement Weather. The Contractor will follow guidance of the installation containing their place of performance to determine reporting schedules whether due to a base closure or inclement weather. The website for guidance regarding status of Langley AFB is http://www.jble.af.mil. [or other local website/radio or TV station]11.7 Kickoff Meeting. Contractor shall attend a kickoff meeting specific to this requirement with the COR and the OCO within thirty (30) days of contract award. The Contractor shall provide concurrence with the date, time and location for the meeting via email notification to the contracting officer and contract manager listed in the contract award notification, and to ACC AMIC/DRQQ Staff, accamicquality@us.af.mil at least three (3) business days prior to the scheduled meeting.11.8 Contractor Inventory. In accordance with Section 8108 of Public Law 112-10 of the Department of Defense and Full-Year Continuing Appropriations Action, 2011.11.8.1 Reporting. The Contractor shall report ALL labor hours required for performance of services provided under this task order via the secure Contractor Manpower Reporting Application (CMRA) data collection site. The Contractor is required to completely fill in all required data fields at: http://www.ecmra.mil. Reporting inputs shall be for the labor executed during the period of performance for each Government fiscal year (FY), which runs 1 October through 30 September. While inputs may be reported anytime during the FY, all data shall be reported not later than 31 October of each calendar year. The Contractor may direct questions to the CMRA help desk. The prime Contractor is responsible to ensure all subcontractor data is reported.11.8.2 Uses and Safeguarding of Information. Information from the secure web site is considered to be proprietary in nature when the contractor number and the Contractor identity are associated with the direct labor hours and direct labor dollars. At no time will any data be released to the public with the Contractor name and contract number associated with the data.11.8.3 User Manual. Data for the AF services requirements must be input at the AF CMRA link. However, user manuals for Government personnel and Contractors are available at the U.S. Army CMRA link at http://www.ecmra.mil.11.8.4 Subcontractor Input in CMRA. Prime Contractors are responsible to ensure all subcontractor data is reported. Contact the AF CMRA helpdesk for further guidance and assistance.12.0 COR DESIGNATION. The OCO will provide the Contractor with a COR Designation Memorandum to inform the Contractor of the designated COR on the contract.12.1 Performance Evaluation. Contractor performance is subject to Government COR surveillance to ensure PWS compliance. The Contractor shall comply with the following:12.1.1 Access. The Contractor shall permit the OCO or authorized representative access to all work areas, records, and data used in the performance of the contracted services. The Contractor shall provide support, and not interfere with the CO, CORs, state, federal, and other designated personnel in the performance of their official duties. Access shall be provided as soon as possible, but not to exceed one (1) workday after the request.12.1.2 Non-conformances. Identify and control non-conformances through root cause analysis, corrective actions, and preventive actions. Focus on eliminating the cause to prevent reoccurrence. Maintain records of non-conformities and actions taken. Correct and provide response to all Government-identified non-conformances IAW time frames specified by the OCO. This contract identifies two types of non-conformances: Minor and Major.12.1.3 Minor Non-conformance. A minor non-conformance is a non-conformance, which by itself does not adversely impact mission, safety of personnel and/or equipment, performance (quality), schedule (delivery), or cost. It normally does not increase risk to the Government. Minor non-conformances are typically low risk and are communicated through notices; first notices are issued for any identified non-conformance, second notices are issued for repeat non-conformances or failing to correct issues within a reasonable amount of time. Upon receipt of a non-conformance notification (first or second notice), the Contractor shall complete applicable sections and return it to the OCO within time constraints directed by the OCO in the notice. A formal corrective action plan is not required for notices.12.1.4 Major Non-conformance. A major non-conformance is a non-conformance that adversely impacts (or has the potential to impact) mission, safety of personnel and/or equipment, performance (quality), schedule (delivery), or cost. This type of nonconformance increases risk to the Government and therefore has a risk assessment rating of moderate or high. An example of increasing risk would be a significant number of recurring non-conformances, which is an indication of inadequate preventive measures/actions and lowers the Government's confidence that the Contractor can provide quality services on time and within costs. The OCO will communicate major non-conformances on a Corrective Action Request (CAR) form with a suspense date for the Contractor's corrective action plan. As a minimum, the Contractor's corrective action plan will address:• Action taken to fix the immediate problem• Root cause analysis of the problem to determine cause• Corrective action on the cause of the problem• Actions taken to prevent recurrence 13.0 ENVIRONMENTAL SAFETY AND HEALTH.13.1 Environmental Requirements. The Contractor shall comply with all applicable federal, state and local environmental statutes, instructions, manuals, handbooks, regulations, guidance, policy letters and rules (including all changes and amendments), and all Presidential Executive Orders in effect on the date of issuance of this contract. The Contractor shall comply with the highest degree of environmental protection where any disagreements exist. For OCONUS work, the Contractor shall also comply with all applicable host nation statutes and agreements. In addition, the Contractor shall comply with the following publications: the DoD Overseas Environmental Baseline Guidance Document (OEBGD) or the Final Governing Standards (FGS), if adopted for a particular location.13.2 Safety and Health Requirements. The Contractor shall comply with all applicable Occupational Safety and Health Administration (OSHA) and Air Force Occupational Safety and Health (AFOSH) standards, technical orders, regulations and referenced publications both within and outside of the United States. The Contractor shall comply with the highest degree of safety protection where any disagreements exist.14.0 HUMAN RESOURCE MANAGEMENT.14.1 Personnel Qualifications. Provide qualified personnel at contract start that meet or exceed the stated Knowledge, Skills, and Abilities (KSA) qualification requirements in the contract, or as stated in the proposal when considered as an evaluation factor relevant to an award decision and incorporated into the resulting contract award. The Contractor shall not remove any personnel performing under this contract without coordination with the OCO and COR.14.2 Personnel Maintenance. Maintain minimal personnel turnover throughout the life of the contract. Ensure continuation of services during personnel absences due to sickness, leave, and voluntary or involuntary termination from employment such that impact to the Government is minimal. Once a Contractor knows that an employee is leaving and will no longer support a task, the Contractor shall provide written documentation to the OCO and COR within three (3) business days of the employee advising the Contractor of his/her intent to leave. This written notification shall include the date and time the position will be vacant, the reason the employee will no longer work on the task, anticipated replacement date, and what management corrective action will be taken to ensure task mission completion. Position vacancies shall not exceed 14 calendar days unless approved in writing or otherwise directed in advance by the OCO. Optional positions must be filled as soon as possible or no later than 21 calendar days after issuing a modification to exercise optional position.14.3 Replacement/Substitution. Prior to replacing/substituting personnel performing on this contract, the Contractor shall provide a sufficiently detailed qualification summary, or name-redacted resume of proposed personnel for Government coordination. This paragraph shall also apply when, at or prior to the start of contract performance, the Contractor provides any personnel for work who were not part of, or who replace any, personnel submitted and evaluated as part of a contract proposal.14.4 Removal of Personnel at Government Request. The Government may request removal (permanent or temporary) of personnel on this contract for security, safety or health reasons, upon discovery of fraudulent resume documentation, or when Contractor personnel behave in an unprofessional manner that would be considered unacceptable by a reasonable person. The Contractor shall provide a sufficiently detailed qualification summary/resume of proposed personnel for Government coordination prior to replacing/substituting personnel under these circumstances.14.5. DoD 8570.01M "Information Assurance Training, Certification and Workforce Management," identifies categories and specialties within the IT workforce. Contractors supporting these tasks within this contract are required to hold and maintain DoD 8570 IA Level II. 3.1.2, 3.1.3 and 3.1.4 IT security professionals shall maintain the Government-defined 8570 certification requirements to perform their duties under this contract. Attachment A: Services SummaryTable 3 - Services SummaryThe Services Summary (SS) provides information on contract requirements and the expected level of contractor performance to be successful. These thresholds are critical to mission success. Procedures as set forth in the applicable Inspection of Services Clause in the contract shall be used to remedy all deficiencies. The Government retains the right to inspect any item included in the contract.Performance Objective PWS Paragraph Performance ThresholdAttend and/or coordinate, schedule and facilitate meetings, conferences, and briefings, to include but not limited to CCBs, weekly Operations Synchs, SPO teleconferences, etc. 4.1.1,4.1.2.1,4.1.2.2,4.1.2.3,4.1.3 Performance is acceptable when:a) draft agenda and read-aheads are provided three (3) working days prior to each meeting, andb) meeting minutes are provided three (3) working days after the meeting occurs.Coordinate with supported groups to identify, account, and record all network and information processing system components, devices, hardware, and software configuration. 4.1.1 Performance is acceptable when records are input into database within 14 working days of successful install completion.Track expiration date of licenses and maintenance agreements. Coordinate supported groups to identify, track and determine if licenses are still required. 4.1.1 Performance is acceptable when: a) software licensing and maintenance agreements are current in database within 14 working days of need, andb) no licenses expire due to contractor error.Identify discrepancies, unauthorized, inappropriate, and improper connections and hardware and software additions. 4.1.2.1,4.1.2.2,4.1.2.3,4.1.3 Performance is acceptable when notifications are made within the same working day as discovery.Identify communication, computer, and telecommunications equipment; develop and maintain a database document displaying network, system locations, and serial numbers; and conduct semi-annual reviews and update as system/equipment is changed. 4.1.1 Performance is acceptable when changes are updated within 14 working days of occurrence. Biannual reviews are conducted in synch with local base ADPE mandatory inspectionMonitor systems configuration drawings for accuracy and updates.4.1.1 Performance is acceptable when system configuration drawings are reviewed biannually and updated to correct all discrepancies within 21 working days of each review.Provide qualified personnel at contract start and when a position is vacated.14.1, 14.2Performance is acceptable when:a) qualified personnel are on the job at contract start unless previously negotiated by the OCO,b) vacancies are filled with qualified personnel within 14 calendar days of vacancy, unless approved in writing or otherwise directed in advance by the CO,ANDc) there is no mission impact due to position vacancies or unqualified personnel.Develop and submit all required deliverables. 5.0 Performance is acceptable when deliverables are timely with critical information accurate.Note: The government reserves the right to inspect or test services that have been tendered for acceptance. The government may require performance of any nonconforming services at no increase in contract price. If performance will not correct the performance issue or is not possible, the government may seek an equitable price reduction or contractual processes will begin to terminate the contract. Past performance history will be reported in Contractor Performance Assessment Reporting System (CPARS) to reflect satisfactory or unsatisfactory performance. Attachment B: Applicable Publications and Instructions (not all inclusive)Table 4 - Attachment BPUBLICATION/INSTRUCTION TITLEACCI 14-201V1 DISTRIBUTED COMMON GROUND SYSTEM (DCGS) - INTELLIGENCE TRAININGACCI 14-201V2 DISTRIBUTED COMMON GROUND SYSTEM (DCGS) - CREWMEMBER STANDARDIZATION/EVALUATION PROGRAMACCI 14-201V3 AF DISTRIBUTED COMMON GROUND SYSTEM (AF DCGS) OPERATIONS PROCEDURESAF MPTO 00-33A-1001 METHODS AND PROCEDURES -- GENERAL COMMUNICATIONS ACTIVITIES MANAGEMENT PROCEDURES AND PRACTICE REQUIREMENTSAFI 10-701 OPERATIONS SECURITY (OPSEC)AFI 14-202 VOL 1, AFISRA SUP- INTELLIGENCE TRAININGAFI 14-202, VOL 2, AFISRA SUP, 480 ISRW SUP INTELLIGENCE STANDARDIZATION/EVALUATION PROGRAMAFI 14-202, VOL 3 GENERAL INTELLIGENCE RULESAFI 16-1404 INFORMATION SECURITY PROGRAMAFI 17-101 MISSION SYSTEM DATA CENTER MANAGEMENTAFI 17-101, 480 ISRW SUP MISSION SYSTEM DATA CENTER MANAGEMENTAFI 31-101 INTEGRATED DEFENSE (FOUO)AFI 33-108 COMPATIBILITY, INTEROPERABILITY, & INTEGRATION OF COMMAND, CONTROL, COMMUNICATIONS, AND COMPUTER (C4) SYSTEMSAFI 33-115 AIR FORCE NETWORK INFORMATION TECHNOLOGY (IT) SERVICE MANAGEMENTAFI 33-150 MANAGEMENT OF CYBERSPACE SUPPORT ACTIVITIESAFI 33-322 RECORDS MANAGEMENT PROGRAMAFI 33-332 AIR FORCE PRIVACY AND CIVIL LIBERTIES PROGRAMAFI 6-1406 INDUSTRIAL SECURITY PROGRAM MANAGEMENTAFMAN 16-1405 PERSONNEL SECURITY PROGRAMAFMAN 17-1203 INFORMATION TECHNOLOGY (IT) ASSET MANAGEMENT (ITAM)AFMAN 33-285 DISCOVERY AND DISSEMINATION OR RETRIEVAL OF INFORMATION WITHIN THE INTELLIGENCE COMMUNITY.AFMAN17-1302-O COMMUNICATIONS SECURITY (COMSEC) OPERATIONSDJSIG DODIIS JOINT SECURITY IMPLEMENTATION GUIDEDOD 5400.7-R_AFMAN 33-302 DOD FREEDOM OF INFORMATION ACT PROGRAMDOD 8570.01-M INFORMATION ASSURANCE WORKFORCE IMPROVEMENT PROGRAM (INCORPORATING CHG 4, 10 NOV 2015)DODD 8140.01 CYBER WORKFORCE MANAGEMENT (INCORPORATING CHG 1, 31 JUL 2017)DODD 8500.1 INFORMATION ASSURANCE (IA)DODD 8500.2 INFORMATION ASSURANCE (IA)IMPLEMENTATIONDODM 5105.21 SENSITIVE COMPARTMENTED INFORMATION ADMINISTRATION SECURITY MANUALICD 502 INTEGRATED DEFENSE OF THE INTELLIGENCE COMMUNITY INFORMATION ENVIRONMENTICD 503 INFORMATION TECHNOLOGY SYSTEMS SECURITY RISK MANAGEMENT, CERTIFICATION AND ACCREDITATIONICD 501 DISCOVERY AND DISSEMINATION OR RETRIEVAL OF INFORMATION WITHIN THE INTELLIGENCE COMMUNITYICS 500-27 COLLECTION AND SHARING OF AUDIT DATAJTR JOINT TRAVEL REGULATIONOSHA OCCUPATIONAL SAFETY AND HEALTH ACTTECHNICAL ORDER 00-20-14 AF METROLOGY AND CALIBRATIONTECHNICAL ORDER 00-35D-54 USAF MATERIAL DEFICIENCY REPORTING  Attachment C:Table 5 - LEVEL OF EFFORT (ANNUAL)PWSTASK PWS PARAGRAPH NAME Hours perYear # of FTEs/location4.1.1 Configuration Management and Engineering Support 9,600 3- Langley AFB2- Beale AFB4.1.2.1Systems Server Administration and Support 3,840 2- Langley AFB4.1.2.2 System Application Administration and Support 1,920 1-Langley AFB4.1.2.3 Client Systems Administration Support 1,920 1- Langley AFB4.1.4 Network Infrastructure Management 1,920 1- Langley AFBTotal 19,200 10 

A4 480 ISRW Langley AFB, Virginia, and Beale AFB California Langley AFB, Virginia 23665 United StatesLocation

Place Of Performance : A4 480 ISRW Langley AFB, Virginia, and Beale AFB California

Country : United States

Classification

541 -- Professional, Scientific, and Technical Services/541330 -- Engineering Services
naicsCode 541330Engineering Services
pscCode 70