PERFORMANCE WORK STATEMENT (PWS)
Close Air Support (CAS) – Dry/ISR Training Support Services
1. Background:
(U) Army Unit require Dry Close Air/ISR Training Support Services. The purpose of this training is to exercise tactical control of CAS through airspace management and deconfliction, sensor employment (to include postures, personnel tracking and reconnaissance) along with terminal attack guidance under realistic conditions that replicate the scale, diversity and complexity of the operational environments encountered during current overseas combat operations. This shall be a best value, firm fixed price-economic price adjustment contract, set aside for Service Disabled Veteran Owned Small Businesses. This Statement of Work (SOW) describes the work necessary to effectively support the stated training objectives and satisfy the commander's intent for training.
2. Specific Tasks and Objectives:
1. (U) Provide realistic tactical scenarios that closely replicate the characteristics of the environments encountered by Special Operations Forces (SOF) during ongoing combat operations overseas.
2. (U) Provide scenarios and problems that are realistic and effectively exercise individual adaptability and leadership capability under extreme stress.
3. (U) Incorporate Intelligence, Surveillance, and Reconnaissance (ISR) platforms that provide situational awareness to the Ground Force Commanders throughout training.
4. (U) Training focus for Army Unit JTACs and JFOs shall be currency, proficiency and evaluations.
5. (U) Incorporate fixed wing platforms that simulate current military air fleet. The CAS training conducted shall be comprised of Type I, II, and III controls both day and night.
6. (U) Provide comprehensive CAS/ISR support plan to describe how the contractor shall be able to support the full range of 75th Ranger Regiment training, to include CASEX, TFT, VALEX, MLAT, FSCX and LFX events.
3. Mission Support:
1. (U) Mission support. This shall consist of the contractor operated aircraft providing DRY CAS/ISR support training and all associated labor, equipment, technical support, materials and travel required.
2. (U) Ground Liaison Officer Augmentation (GLO). The Government may require labor to support a Ground Liaison Officer (LNO) to assist with planning, scheduling, mission support and other technical services as required for each Block of training. LNO technical support shall be purchased per training event as required. This position is considered Key Personnel; resume shall be submitted in support of contractor’s proposal IAW section 8.
4. Specific Training Requirements:
1. (U) During each Block of training, contractor shall provide DRY CAS during day and night operations in accordance with Joint Publication 3-09.3, Close Air Support, and JFIRE.
2. (U) Contractor shall provide face-to-face briefing of CAS training missions. The Technical Director shall provide all required mission planning factors, simulated aircraft/munitions data and airspace information prior to flight execution. Contractor may be required to participate in planning, tabletop exercises, chalk talks and other informal presentations during each Block of training. These presentations and meetings shall not interfere with required crew day / crew rest restrictions.
3. (U) The Government shall provide all mission planning materials such as charts, imagery, Gridded Reference Graphic (GRG) and other mission planning aids. Contractor may participate in the production of these materials as required/desired by the TD.
4. (U) Contractor shall provide face-to-face debriefing of CAS training missions at the completion of each event or at a time determined by the TD within each Block of training. Contractor shall provide UNCLASSIFIED recorded audio and video of missions as an instructional aide. Debrief shall be in accordance with current standards as executed by DOD Service specific aviation units and weapon schools. Debrief times/locations shall not interfere with required crew day / crew rest restrictions.
5. (U) Contractor shall provide line-of-sight (LOS) and satellite beyond line-of-sight (BLOS) voice communication in accordance with Joint CAS publications as a threshold.
6. (U) Contractor shall provide LOS transmission of full motion video (FMV) captured from an electro-optical / infrared (EO/IR) sensor used to support CAS training. FMV shall be compatible with Remote Operated Video Enhanced Receiver (ROVER) / video downlink (VDL) capability equipment using VORTEX encryption.
5. Operation of Aircraft:
1. (U) Operational control and maintenance of the aircraft is the sole responsibility of the contractor.
2. (U) The contractor shall at all times manage and operate the aircraft in accordance with Federal Aviation Regulations and under its own operational directives and SOPs.
3. (U) The contractor’s Pilot in Command (PIC) has final authority to determine whether an aircraft is airworthy and whether to launch or terminate a mission based on inclement weather or other hazards.
4. (U) At contract award, contractor shall submit an SOP identifying crew rest, weather minimums and other operational procedures.
5. (U) Flights, which are cancelled / terminated for scheduling convenience of the Government, shall not be counted against contractor's quality performance.
6. (U) Aircraft flight time shall be calculated based on takeoff time to landing time plus .2 hours. Flight time shall include all required transit to/from operating areas as well as mission support time for CAS.
7. (U) All aircraft, airframe, engine and avionics systems must be maintained in accordance with manufacturers’ specifications. Contractor shall maintain required Original Equipment Manufacturer (OEM) and Federal Aviation Administration (FAA) technical documentation at contractor's home base of operations.
8. (U) The aircraft shall carry a valid FAA Airworthiness Certificate or Experimental Certificate. The aircraft shall be operated and maintained in accordance with FAA Directives. All pilots and maintenance technicians shall be FAA certified.
9. (U) All aircraft shall be operated in accordance with applicable Government aeronautical regulations, including U.S. Army (USA), U.S. Navy (USN), United States Air Force (USAF), United States Marine Corps (USMC) and local military flying directives when operating from Host Facilities.
10. (U) The contractor shall comply with DoD requirements for operation of civil aircraft in support of military operations. DD Form 2400-Civil Aircraft Certificate of Insurance; DD Form 2401-Civil Aircraft Landing Permit; and DD Form 2402-Civil Aircraft Hold Harmless shall be submitted at contract award and shall govern operation of contractor aircraft at each training location.
11. (U) At contract award and throughout the period of performance contractor shall maintain aircraft liability insurance of at least $1 million.
12. (U) Aircraft approved under this contract are considered transient military aircraft and not subject to landing fees at DoD controlled airfields.
13. (U) At contract award, an Aircraft-Incident Response Plan and list of survival equipment on each type of aircraft shall be provided to the Contract Office Representative (COR), designated Safety Officer (SO) and Contracting Officer (CO). Updates shall be provided as aircraft equipment is modified.
14. (U) Contractor’s Program Manager shall report all aircraft accidents and incidents immediately to the CO, SO, and COR, and if on a military installation, the Commanding Officer's designated representative in accordance with Host Facility directives.
15. (U) The Government shall provide a copy of Host Facility Mishap/Incident procedures on site while operating at each training location.
16. (U) The contractor shall ensure that the local base fire department receives an indoctrination of the contractor’s type aircraft supporting the operation and any special procedures required.
17. (U) The contractor agrees (a) to report promptly and in reasonable detail to the CO all pertinent facts reasonably available concerning each accident or incident which occurs during and as a result of the performance of work or services and to cooperate fully with Host Facility.
18. (U) The previous paragraph shall not preclude the Government or the contractor from conducting independent investigations. Additionally, the FAA and National Transportation Safety Board may investigate aircraft accidents/incidents as required under their directives and authority.
6. Equipment Requirements:
1. (U) Aircraft must comply with the following requirements:
2. (U) Must be a twin engine aircraft with 6 hours continuous flight time without landing. Operations take place in and around mountainous terrain in the United States and require the safety of a twin engine aircraft.
3. (U) Be equipped with communications and navigation capability as required by the FAA.
4. (U) Must be equipped with at least three radios
a. (U) One Very High Frequency (VHF) radio capable of communicating on standard CONUS Air Traffic Control frequencies.
b. (U) Two SATCOM / Ultra High Frequency (UHF) / VHF radios to support CAS training missions.
c. (U) Contractor shall supply appropriate radios and antennae to support US government / DOD pattern encrypted and unencrypted LOS and BLOS voice communications utilized by the 75th Ranger Regiment and other US SOF entities.
5. (U) Must be capable of day and night operations in instrument conditions. Operations in known icing conditions are not required.
6. (U) Contractor aircraft must be equipped with a forward-looking infrared (FLIR) system capable of providing daytime color, low light TV, and infrared (IR) imaging. The FLIR system must be capable of providing an infrared pointer visible to ground personnel wearing night vision devices and Laser Spot Tracker (LST). System must be capable of providing navigation/target data in either geo coordinate (LAT/LONG) and Military Grid Reference System (MGRS) format.
7. (U) Contractor aircraft must be capable of providing FMV via LOS to ground elements using ROVER / VDL compatible data links.
8. (U) If required by the Government, the contractor aircraft must be capable of temporarily installing additional data link systems or other equipment to support CAS training missions not listed in the SOW.
7. Personnel:
1. (U) Government personnel shall:
2. (U) Provide a Technical Director (TD) designated by Army Unit’s Fire Support Element (RFSE) to manage scheduling, routine communication and to provide training requirements prior to each Block of training.
3. (U) Provide primary/alternate Contract Officers Representative (CORs). For the purpose of this contract, the overall COR shall reside within RFSE.
4. (U) TD shall maintain close liaison with the contractor’s Program Manager.
5. (U) TD shall provide contractor flight crews with comprehensive schedule and mission information prior to each Block of training. This shall include all mission particulars in the initial scheduling process provided by the unit receiving services in addition to imagery, charts, mission planning materials, communications plans and coordination of Government furnished communication equipment.
6. (U) TD shall provide contractor with mission information as it pertains to flight within restricted airspace and training ranges. Information shall include times, mission numbers (if applicable) and any required range guides, charts and navigation data.
8. Contractor Specific Requirements/Provided Personnel:
1. (U) The contractor must have documented recent (within the last 18 months) and in depth documented past performance supporting the full range of 75th Ranger Regiment training events, to include CASEX, TFT, VALEX, MLAT, FSCX and LFX events. Additional recent past performance supporting other US SOF entity training events is highly desired.
2. (U) Contractor must provide a detailed plan to support these events as part of their proposal.
3. (U) The contractor shall provide qualified, medically, and psychologically fit personnel consistent with the intended mission, duration and projected area of operation. All personnel must be fluent in English and be US Citizens.
4. (U) Appoint a Program Manager (PM) acting as a single point of contact for all contract, scheduling and operational coordination with the COR, CO and TD. The contractor PM shall serve as or designate a point of contact (company dispatcher, duty officer) for rapid response after duty hours accessible to the government COR, CO, TM. PM must have in-depth, recent, and documented experience (within the last 18 months) planning and supporting all mission sets the 75th Ranger Regiment conducts. The PM must also meet the standards of either a contract Pilot In Command, Sensor Operator, or Ground Liason. This position is considered Key Personnel; resume shall be submitted in support of contractor’s proposal.
5. (U) Provide appropriately qualified personnel to provide CCAS support.
6. (U) Pilot In Command (PIC) minimum standards:
a. (U) FAA Commercial Pilot License required.
b. (U) Current FAA Class II medical rating required.
c. (U) FAA Instrument Rating required
d. (U) 1000 flight hours and 5 years of US military flight experience in tactical, fixed-wing jet aircraft flown by the USN, USMC, or USAF, which perform the CAS mission, is required.
e. (U) Recent experience (within the last 18 months) supporting all types of 75th Ranger Regiment training events, to include CASEX, TFT, VALEX, MLAT, FSCX and LFX events is highly desired.
7. (U) Sensor Operator minimum standards:
a. (U) 1000 flight hours and 5 years of US military flight experience in tactical, fixed-wing jet aircraft flown by the USN, USMC, or USAF OR 5 years JTAC experience required.
b. (U) Prior experience supporting SOF in overseas contingency operations is required.
c. (U) Experience simulating multiple airborne assets simultaniously, to include theater ISR assets, CAS / Strike aircraft, RW CAS / Medevac / Resupply assets, is required.
d. (U) Forward Air Controller (Airborne) (FAC-A) or JTAC-I/E experience is highly desired.
e. (U) Recent experience (within the last 18 months) supporting all types of 75th Ranger Regiment training events, to include CASEX, TFT, VALEX, MLAT, FSCX and LFX events is highly desired.
8. (U) Ground Liason minimum standards:
a. (U) 5 years minimum experience of demonstrated experience/knowledge in CAF-SOF CAS planning and execution and expertise with flight operations of all relevant CAS, ISR, and RW assets is required. Prior SOF FSO / JTAC experience is desired.
b. (U) Recent experience (within the last 18 months) supporting all types of 75th Ranger Regiment training events, to include CASEX, TFT, VALEX, MLAT, FSCX and LFX events is highly desired.
9. (U) Maintenance Technician minimum standards:
a. (U) Shall possess specialized technical expertise required to support the contractor’s Fleet and shall be FAA A&P licensed.
b. (U) Shall be trained to accomplish tasks such as aircraft towing, refueling / defueling, maintenance, and aircraft deicing, armament equipment servicing, munitions loading / unloading etc.
c. (U) Recent experience (within the last 18 months) installing, modifying, and maintaining aircraft mission systems (FLIR, FMV, Radios, communications equipment, antennas, and other GFE provided systems) in austere, field onditions, is required.
d. (U) Recent experience (within the last 18 months) supporting all types of 75th Ranger Regiment training events, to include CASEX, TFT, VALEX, MLAT, FSCX and LFX events is highly desired.
e. (U) Where required, these individuals shall be Government-certified before performing such operations on military airfield and possess appropriate licenses, if required. The Government shall coordinate certification with assistance from the contractor where required.
10. (U) Pilot / Sensor Operator / GLO shall be knowledgeable of and demonstrate proficiency with procedures, concepts and definitions as presented in JP 3-09.3, Close Air Support, and JFIRE. The Government shall ensure that the most current version is provided in both electronic and hard copy format at contract award.
11. (U) Pilot / Sensor Operator / GLO must have a current security clearance at the SECRET level.
12. (U) Pilot Currency. Within 30 days of contract award, the contractor shall submit a copy of their SOP, to include basic operational procedures, as well as Pilot qualifications and currency requirements to the COR. The COR, with TD concurrence, is the approving authority for contractor’s SOP.
13. (U) All contractor personnel who require access to classified material shall have an appropriate security clearance. All contractor aircrew and any other personnel who, in the conduct of their normal work would be aboard the aircraft shall have a SECRET security clearance.
14. (U) All contractor personnel shall comply with Host Facility policy and regulations. Contractor employees shall be readily identifiable as contract employees and shall display company-issued badges while performing services under this contract. All contractor personnel shall be U.S. citizens. Contractor shall enforce appropriate behavior, conduct and dress standards for personnel.
15. (U) Key Personnel / Required Resumes must be provided with the contractors proposal:
a. One PM
b. Two Pilots (PICs)
c. Two Sensor Operators
d. One Ground Liason Officer
e. One MX Technician
9. Deliverables:
The Contractor shall:
1. (U) Provide up to six hundred (600) hours of DRY CAS/ISR Support as part of up to 24 week long training events per year:
a. (U) Provide manned aircraft(s) similar to O-2 Skymaster or DA-42 Twinstar high performance aircraft.
2. (U) Carry over un used flight hours to remaining events in the FY.
a. Hours shall be converted to support additional vendor costs (travel, aircraft ferry, fuel, other direct costs (ODC’s), etc…) incurred, as required.
3. (U) Provide flexibility to adjust support times, locations, and flight hours within 10 days from the start of an event.
4. (U) If weather prohibits aircraft operation, the contractor may be required to simulate TACAIR communication, CAS training and call for fire support to JTACs from designated location to be determined by the BN FSE.
5. (U) Provide all equipment necessary to meet the requirements of this statement of work and provide coverage as required by the Army Unit - including transportation, lodging and meals for all contracted personnel.
6. (U) Ensure PM or GLO contacts the Army Unit POC listed below upon award of contract to coordinate training.
a. The Army Unit POC shall coordinate training upon award date.
7. (U) The contractor shall provide at a minimum a pilot, sensor operator, fuel and maintenance technician per aircraft and any other personnel or equipment necessary to provide coverage IAW this SOW.
8. (U) Provide an average of four (4) and up to six (6) hours of continuous coverage for each flight event.
9. (U) Provide simulated Close Air Support (CAS) by traditional 9-line CAS, keyhole based CAS, Close Combat Attack (5-line), Artillery/Mortar, Naval Surface Fire Support, Rotary Wing CFF and Emergency CAS.
10. (U) When required provide:
a. (U) Laser Spot Tracker.
b. (U) High Definition Full Motion Video broadcast via Vortex including Type 1 encryption via L3 Vortex FMV.
c. (U) HD encoder similar to Makito HD Encoder.
d. (U) 8-switch port in Aircraft for LAN connectivity.
e. (U) JIANT mIRC capability.
f. (U) Two BLOS voice communication radios
11. (U) Provide an After Action Review (AAR) in writing to the RFSE and supported BN. AAR must include the number of hours flown and number of terminal controls conducted
12. (U) Provide a monthly status report (MSR) in writing to the RFSE by the 10th of the month, summarizing operations supported during the previous month, hours remaining on the contract, and any difficulties encountered supporting operations.
13. (U) Meet with RFSE representative semi-annually in person to conduct a performance review.
14. (U) Stage the contracted aircraft from a civilian airfield IVO training locations.
FOR MORE INFORMATION PLEASE SEE ATTACHED PWS (ATTACHEMENT 1)