1. GENERAL TASK DESCRIPTION. The Contractor shall
assist actions supporting the development, fielding and sustainment
of strategic command and control systems as applicable to Joint
Staff, United States Strategic Command and ACC requirements.
These systems include, but are not limited to the following: Minimum
Essential Emergency Communications Network (MEECN) Low/Very Low
Frequency Systems; Ground Wave Emergency Network (GWEN); Miniature
Receive Terminal (MRT); Modified Miniature Receive Terminal (MMRT);
Survivable Low Frequency Communications System (SLFCS); Aircraft
Alerting Communications EMP (AACE); Mobile Consolidated Command
Center (MCCC); Global High Frequency (HF) Radio System, Scope
Control (HF) system, Scope Signal III (HF), and Scope Command
(HF).
2. REFERENCE. Air Combat Command Program Management
Squadron Statement of Work (ACC PMS SOW), paragraph 6.14.1, Directorate
of Communications and Information, for the HQ ACC Contracted Advisory
and Assistance Services (CAAS) Contract.
3. APPLICABLE STATEMENT OF WORK PARAGRAPHS. This
Task Order (TO) invokes the provisions of paragraphs 1.4, 3.15,
and 6.14.1 of the ACC PMS SOW for the HQ ACC CAAS Contract.
4. SPECIFIC TASK DESCRIPTION. The Contractor shall
provide the functional support required to fulfill this task order
as described herein as Subtasks one (1) through eight (8).
4.1 Deliverable/Format. The Contractor shall deliver
all technical reports in formats approved by HQ ACC/SCCC. Products
generated under this task order shall be delivered in electronic
format unless hard copy is specifically requested by the Quality
Assurance Evaluator (QAE). Electronic format will be consistent
with the office automation product standard in use within ACC.
Currently, this standard is Microsoft Office Professional 97;
other versions may be used if agreed upon by the QAE and the Contract
Project Manager. HQ ACC CONS and HQ ACC PMS do not require copies
of listed CDRLs under this Task Order (TO).
|
|
|
Report of Meeting | A001 | Draft due 7 working days after meeting. Final due 3 working days after receipt of government comments |
Trip Report | A001 | Due to QAE 7 working days after return |
Status Report | A014 | Per paragraph 4.3 below |
Technical Report | A017 | Due as agreed between QAE and Contractor |
4.2 Schedule. The Contractor shall perform this task from the date of the fully executed TO through 30 September 2000.
4.3 Subtask 1 - Project Management.
The Contractor shall establish an efficient management structure
to ensure effective administration of the ACC/SCCC Task Order.
This management structure is one that uses the fewest number
of personnel to establish controls for costs and performance,
monitor costs and performance, and identify and rectify any variables
that could potentially increase costs or hinder performance.
Effective administration will ensure all completed deliverables
are in the agreed format and content and are provided within the
agreed time. The Contractor shall appoint a Program Manager to
administer all project activities and serve as the principle point
of contact for all matters pertaining to project administration.
The Program Manager shall resolve issues that cannot be resolved
locally.
Status Report. The Contractor shall deliver to the QAE
one (1) status report within 45 days after receipt of the TO and
on the 15th of each month thereafter IAW CDRL A014, with the exception
of para. 10.2.3. Each status report will cover the prior calendar
month activities and be organized by subtask.
4.4 Subtask 2 - Technical Analysis.
The Contractor shall perform detailed analysis of MEECN and strategic
command and control systems planning documents, specifications,
and quality performance measures to ensure that the operational
user requirements and perspectives are considered in balance with
the technical requirements and systems performance. The results
of the detailed technical analysis will be documented IAW CDRL
A017.
4.5 Subtask 3 - Integrated Logistic Support (ILS) Program
Analysis.
The Contractor shall provide analysis of ILS Programs by applying
life cycle cost and ILS Program knowledge to assess the supportability
and suitability of proposed systems. The results of analysis
will be documented in a technical report IAW CDRL A017.
4.6 Subtask 4 - Document Review, Update, and Generation Support.
The Contractor shall review, update, and generate documents that
support C2 systems . These documents may include requirement
documentation, action plans, operational concept documents, implementation
plans, operating procedures, and logistics support plans.
4.7 Subtask 5 - Quick Reaction Technical Support.
The Contractor shall provide a limited level of quick reaction
technical support to review support plans and documents and test
and evaluation documentation. This task will include preparation
support for program meetings and technical interchange meetings.
Preparation for meeting may include data gathering, data analysis,
and data evaluation to develop background papers, staff studies,
or presentation materials that are intended to instruct, recommend
a strategy, persuade an audience, or report program progress.
The Contractor shall provide support to meet short suspense requirements
for informal information papers, point papers, background papers
or meeting support in CONUS or at overseas locations. Contractor
personnel will maintain passports for this purpose. Advance notice
of overseas travel requirements must allow sufficient visa paperwork
processing time for travel to countries that require visa approval
for entry.
4.8 Subtask 6 - MEECN Support.
The Contractor shall provide MEECN systems expertise to monitor
and track MEECN management issues and shall participate in integrated
weapons systems management meetings, logistic reviews, integration
and implementation meetings and technical interchange meetings.
The Contractor shall submit Meeting Minutes/Trip Reports IAW
CDRL A001.
4.9 Subtask 7 - Scope Command Planning, Implementation and
Logistics Support.
The Contractor shall monitor and track scheduling, installation
and sustainment matters with ACC Scope Command stations; participate
in program reviews which include, logistic support reviews, integration
and implementation meetings, technical interchange meetings, product
improvement working groups, and test plan working groups. The
Contractor shall monitor the removal and re-utilization of Scope
Signal III and Scope Control equipment; coordinate with O&M
units, AMC and SM-ALC; monitor logistics support; review deficiency
reports; assess impacts to USSTRATCOM and ACC; coordinate with
AMC, AFCA, and O&M units to implement HF Rightsizing via Scope
Command. The Contractor shall submit Meeting Minutes/Trip Reports
IAW CDRL A001.
4.10 Subtask 8 - Global HF System Support.
The Contractor shall provide Global HF systems expertise to monitor
and track system management issues; participate in Global HF management
issues, logistics reviews, integration and implementation meetings
and technical interchange meetings; provide expertise as Global
HF Stations transition from Scope Signal III and Scope Control
operations to Scope Command operations; coordinate with AMC,
AFCA, and AFMC in developing automatic link establishment
(ALE) procedures for the Global HF system; provide expertise
and assist with consolidation of Global HF missions, collocation
of equipment and deactivation of Global HF stations. Actions
will include the necessary research and coordination with appropriate
using/supporting agencies/offices. The Contractor shall submit
Meeting Minutes/Trip Reports IAW CDRL A001.
5. GOVERNMENT INPUTS/EQUIPMENT. The Government will furnish or make available to the Contractor any documentation deemed necessary to accomplish this task. Tis inculdes equipment specifications, interface control drawings, technical manuals, and other documentation that the Contractor shall request in writing at least 30 days before the critical need date. The Government shall provide workstations or office space, reproduction equipment, hardware and software necessary to support the Contractor. Also, the Government shall provide
E-mail/Internet access and the Contractor shall provide a National
Agency Check (NAC) to be given such access.
6. DATA. The Government has unlimited rights to
all deliverables of this Task Order. Specific contract efforts
and accomplishments under this Task Order shall be included in
the applicable Contract Data Requirements List (CDRL) items as
listed above.
7. TRAVEL. Anticipated travel under this TO shall
be identified by the contractor's price proposal in response to
this TO. All travel must be coordinated and approved by the QAE.
Unless otherwise indicated, all travel will originate and end
at Langley AFB, VA. The approximate number of trips is as follows:
|
||
Boston, MA | ||
Washington D.C. | ||
Richardson, TX | ||
McClellan AFB, CA/Hill AFB, UT | ||
Omaha, NE | ||
San Diego, CA | ||
Colorado Springs, CO | ||
Ft Monmouth, NJ | ||
Lajes Field, Azores |
8. SECURITY INSTRUCTIONS. The provisions of ACC
PMS SOW paragraph 3.21 shall apply. Access to classified information
up to and including TOP SECRET is required to perform this task.
DD Form 254 applies to this task.
9. DUTY INFORMATION. In accordance with paragraphs 3.18 of the ACC PMS SOW, the principle place of performance will be Langley AFB, VA. Travel to CONUS and/or overseas locations will be required in performance of this Task Order. Duty hours will be in accordance with paragraph 3.19 of the CAAS contract.