pws trans mhe
TRANSCRIPT
1
PERFORMANCE WORK STATEMENT (PWS)
Transportation Equipment
26 June 2014
DRAFT
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
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
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
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
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
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,
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
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.
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
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
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
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
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
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
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
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
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
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
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
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
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