PERFORMANCE WORK STATEMENT (PWS)
Validation Exercise
3rd Security Force Assistance Brigade
Revised on 15 June 2022
Part 1
General Information
1. GENERAL: This is a non-personnel services contract to provide specialized role player, subject matter
expert support to the 3rd Security Force Assistance Brigade (SFAB) during the conduct of a Validation
Exercise (VALEX). The 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 is responsible to the Government.
1.1 Description of Services. The contractor shall provide all personnel, equipment, supplies, transportation,
tools, materials, supervision, and other items and non-personal services necessary to perform specialized
role player, subject matter expert support as defined in this Performance Work Statement (PWS). The
contractor shall perform to the standards in this contract.
1.2 Background. A requirement exists within the Security Force Assistance Brigades (SFABs) to provide
unit level pre-deployment validation exercise (VALEX) training prior to combatant command utilization.
The 3rd SFAB shall conduct a VALEX iteration during the period 08-18 August 22 to prepare its advisor
teams for deployment to the Central Command (CENTCOM) area of operations (AO). Because of the
specificity of the deployment site, this iteration shall simulate the attributes of the CENTCOM AO as
closely as possible. The objective of this VALEX iteration is focused on executing individual and
collective tasks, supporting tasks, and advanced skills while immersed in a simulated CENTCOM AO to
provide the combatant command with fully qualified units.
One of the skillsets currently not fully tested until arrival in theater is the ability to effectively engage with
U.S. embassy personnel to include General Officers, Senior Defense Officials/Defense Attaches
(SDO/DATT), and Regional Security Officers (RSO) as well as senior echelon FSF personnel. To bridge
this mission-critical gap and bring the required and qualified instruction to 3rd SFAB Advisors immediately,
this specialty must be contracted. There is insufficient time in the 3rd SFAB training cycle for a trial-anderror
learning period. The contracted company must arrive at the training location fully prepared to provide
up-to-date tactics, techniques, and procedures, with the full confidence of the 3rd SFAB Exercise Control
Group (ECG) on the first day of training. Therefore, within its technical approach proposal to meeting the
requirements outlined in this PWS, the contractor shall clearly demonstrate a proven ability to successfully
resource and manage SFAB pre-deployment training.
1.3 Training Objectives:
1.3.1. Stretch and stress mission command systems
1.3.2. Rehearse geographic disparity between teams and command elements
1.3.3. Simulate, incorporate, synchronize, and exercise supporting role players and equipment during all
appropriate phases of operations to effectively replicate the typical mission profile currently being executed
overseas in the CENTCOM AO by 3rd SFAB. Simulate the environments encountered by 3rd SFAB
personnel during operations in the CENTCOM AO
1.4 Scope. The contractor shall provide 3rd SFAB with an Academic Professional, Interagency Instructors,
Prolonged Field Care Support Package, a Foreign Security Force role-player support package, and
Department of State role-player support package to provide critical Subject Matter Expert (SME) training
support.
1.4.1. The contractor shall provide a prolonged field care package consisting of six personnel where four
personnel shall replicate a wounded individual in need of prolonged field care for six consecutive hours and
two personnel shall serve as instructors and provide timely and constructive feedback to the 3rd SFAB
Advisors ability to provide prolonged field care and provide timely and professional feedback throughout
the six-hour prolonged field care exercise.
1.4.2. The contractor shall provide Interagency Instructors to deliver a two-day POI from 27-28 July 22
focused on U.S. embassy operations, the Joint Interagency Intergovernmental Multinational (JIIM) training
model, Foreign Area Officer operations, and interagency and strategic communications. The contractor
shall support the application of adult learning theories, methods, and strategies, such as the Knowles
principles of adult learning theory.
1.4.3. The contractor shall provide a program manager, contract manager, exercise controller, and script
writer to engage, sync, and assist in execution of the exercise.
1.5. Period of Performance: The comprehensive period of performance is 08-17 August 22. 27-28 July 22
includes academic classes from 0800-1700. Role Player University occurs 08 August 22 from 0900-1700 at
the respective training locations of Fort Hood, Camp Bullis, and Camp Swift. During execution (09-17
August 22) synchronization meetings for role players occur 0800-0830. Scenario engagements are
scheduled generally from 0900 to 1800 with meal breaks. There will be scenarios that shall require
contracted role players participation from 1200-2100 or 1500-2400. No work period shall exceed 9 hours.
Individual periods of performance for specific personnel positions defined in Part 5.
1.5.1. Meetings and Conferences. The Contractor shall attend, participate in and furnish input to scheduled
and unscheduled meetings prior to the start of the training event as required by the unit. The contractor can
plan meetings will on-site meetings.
Meetings: TBD.
1.6. Place of Performance: VALEX events shall occur at Fort Hood, TX, Camp Bullis, TX, and Camp
Swift, TX. In Fort Hood, TX the academic portion of training occurs 27-28 July 22. In Camp Bullis, TX the
Role Player University occurs 08 August 22 and Exercise Execution occurs 09-15 August 22. In Camp
Swift, TX the Role Player University occurs 08 August 22 and Exercise Execution occurs 09-15 August 22.
In Fort Hood, TX the Role Player University occurs 08 August 22 and Exercise Execution occurs 09-15
August 22.
1.7. Quality Assurance: The government will evaluate the contractor’s performance under this contract in
accordance with the Quality Assurance Surveillance Plan.
1.8. Contractor Personnel Roster. The contractor shall develop, maintain, and provide to the COR an
updated roster which shall include names, phone numbers during the event, and positions of all contractor
personnel. The Contractor shall submit this roster to the COR no later than 5 days following contract
award. Any changes to personnel after this date must be approved by the COR.
1.9. Recognized Holidays: The period of performance does not encompass any recognized federal holidays.
1.10. Hours of Operation: The contractor shall be responsible for conducting business between the hours of
0800 to 1800 during the entire period of 08-15 August 22 except when the Government facility is closed
due to local or national emergencies, administrative closings, or similar Government directed facility
closings. The Contractor shall at all times maintain an adequate workforce for the uninterrupted
performance of all tasks defined within this PWS when the Government facility is not closed for the above
reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the
workforce are essential.
1.11. Type of Contract: The government will award a Firm-Fixed-Price contract to the offeror whose offer
clearly demonstrates the best value to the government. An award determination shall be made based on the
offeror’s technical ability, past performance during the execution of contracts of similar size and scope, and
price.
1.12. Personnel and Physical Security Requirements. The overall classification for this effort is
UNCLASSIFIED.
1.12.1. No contractor personnel require a security clearance.
1.12.2. The Contractor Organization shall ensure all assigned Contractors sign a Non-Disclosure Statement
(SF312). All tasks shall be conducted in full compliance with Department of Defense, US Army, and
Military Installation security regulations.
1.12.3. The Contractor Organization shall ensure all Contracted personnel providing role player support
shall be screened by Government designated personnel as a standard practice in accordance with U.S Army
Memorandum dated 19DEC11. “The Procedures and Guidance for Contract Role-Players
Counterintelligence Focused Security Review Program”, or more current guidance when published.
1.12.4. The Contractor Organization shall ensure all Contractor personnel provide proof of US citizenship
or eligibility to work in the United States if not a US citizen. The Vendor shall pre-screen Candidates using
the E-verify Program (http://www.dhs.gov/E-Verify) website to meet the established employment
eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government
issued identification prior to ensure the correct information is entered into the E-verify system.
1.12.5. The Contractor Organization shall ensure conduct a security review of all contractor personnel
including at a minimum the following basic areas:
• Pending criminal or civil charges
• Felony arrest record
• Alcohol related arrest within the last five years
• Any involvement in hate crimes
• Involvement in any group or organization that promotes extra-legal violence as a legitimate means to
achieve an end or the overthrow of the U.S. Government
• Illegal use, possession, or distribution of narcotics or other controlled substances
1.12.6. The Contractor Organization shall ensure a signed authorization form shall be provided by all
Contractor personnel giving the US military and law enforcement personnel permission to conduct further
background and security checks.
1.12.7. Contractor personnel shall be subject to a National Intelligence Agency Check (NIAC) and/or other
security screenings. If requested, Contractor personnel shall submit to additional background checks and/or
counter-intelligence (CI) background screening to be administered by authorized Army Criminal
Investigation Division (CID), US Army INSCOM/902d MI Group, Federal Bureau of Investigation (FBI),
or State law enforcement officials.
1.12.8. The Contractor Organization shall comply with all applicable US Army operational security,
counter-intelligence, and force protection regulations, to include submission of all employees’ names and
Social Security Numbers or employment authorization numbers to Military Police and/or CID authorities as
required.
1.12.9. Access and General Protection/Security Policy and Procedures. Contractor and all associated subcontractor’s
employees shall comply with applicable installation, facility and area commander
installation/facility access, and local security policies and procedures (provided by government
representative). Fort Hood visitor’s passes are available at T.J. Mills Blvd, Building 69012, Fort Hood
Visitor Center, adjacent to the Fort Hood Main Gate. The contractor shall also provide all information
required for background checks to meet installation access requirements to be accomplished by installation
Provost Marshall Office, Director of Emergency Services, or Security Office. Contractor workforce shall
comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy.
In addition to the changes otherwise authorized by the changes clause of this contract, should the Force
Protection Condition (FPCON) and Health Protection Condition (HPCON) at any individual facility or
installation change, the Government will require changes in contractor security matters or processes. Role
players shall abide to all Fort Hood and Department of Defense (DOD) COVID-19 policies and mitigation
measures. As of this writing, the most recent guidance is found at:
https://home.army.mil/hood/index.php/fort-hood-covid-19-information
1.12.10 Local iWATCH Program. The contractor and all associated sub-contractors shall brief all
employees on the local iWATCH program (training standards provided by the requiring activity antiterrorism
officer). This locally developed training shall be used to inform employees of the types of
behavior to watch for and instruct employees to report suspicious activity to the POC or applicable
authorities. This training shall be completed prior to beginning performance.
1.12.11. Information System Access. N/A
1.12.12. Operations Security (OPSEC) Awareness Training. No OPSEC Awareness Training is required,
as contractors shall not have access to documents classified higher than CUI/Unclassified throughout the
duration of this exercise.
1.12.13. Information Assurance (IA) Awareness Training. No IA Awareness Training is required, as
contracts shall not have access to any governmental issued information technology systems throughout the
duration of this exercise.
1.12.14. Common Access Cards (CAC). Contractors are not required to access or handle unclassified
Department of Defense (DOD) information systems. Contractor shall not receive Common Access Cards
(CAC) for the performance of this requirement.
1.12.15. Trusted Associated Sponsorship System (TASS). Not Applicable
1.13. Special Qualifications. The contractor shall provide qualified personnel that meet the required skills
and qualifications as set forth in Part 5 of this PWS. The contractor shall submit resumes for the Academic
Professional, Interagency Instructors, RSO and SDO/DATT Role Players, Medical Instructor, FSF COs,
and FSF OPSOs as part of its technical submission.
1.14. Post Award Conference and Periodic Progress Meetings. The Contractor shall agree to attend any
post award conferences convened by the contracting activity or contract administration office in accordance
with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers
Representative (COR), and other Government personnel, as appropriate, will 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 shall apprise the
Government of problems, if any, being experienced. Appropriate action will be taken to resolve
outstanding issues. These meetings shall be at no additional cost to the government.
1.15. Contracting Officer Representative. The COR will be identified by separate letter. The COR
monitors all technical aspects of the contract and assists in contract administration. The COR is authorized
to perform the following functions: assure that the Contractor performs the technical requirements of the
contract; perform inspections necessary in connection with contract performance; maintain written and oral
communications with the Contractor concerning technical aspects of the contract; issue written
interpretations of technical requirements, including Government drawings, designs, specifications; monitor
Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; and
provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is
sent to the Contractor, states the responsibilities and limitations of the COR. The COR is not authorized to
change any of the terms and conditions of the resulting order.
1.16. Key Personnel. The Program Manger (PM) Contract Manager (CM), Exercise Controller (EC), and
Partner Force Commanders 2 General Officers are considered key personnel by the government. Key
Personnel names shall not be included.
1.161. Program Manager (PM): The contractor shall provide a program manager who will be responsible
for the performance of the work. The name of this person and the alternate (contract manager) who shall act
on behalf of the contractor. The PM shall have full authority to act for the contractor on all matters relating
to the daily operation of this contract. The PM shall be available between 0800 – 1700 during the entire
period of the performance contract.
Must have obtained the rank of Lieutenant Colonel or above
Must have held the position as a Lead, Branch Chief, or higher in the Joint Staff J7, Exercise
Division or equivalent managing Combatant Command (COCOM) Training Exercises for two or
more years
Preferred to have 10 years of experience in a special operations unit (SF, Ranger, SEAL, SMU)
Preferred that the individual be PMP Certified with a minimum of 5 years’ experience in leading
government contracting
Preferred that they have held a position of battalion leadership or higher
1.16.2. Contract Manager. The contractor shall provide a contract manager (CM) who shall be responsible
for the performance of the work when the PM is not available. 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 CM shall have full authority to act for the contractor on all contract matters relating to daily
operation of this contract. The CM shall be available during the entire period of performance of the
contract.
• Must possess a bachelors degree or higher in a management or security-related discipline
• It is preferred that they have provided administrative oversight of not less than five SFAB pre-deployment
collective training exercises in the previous 12 months
• Must have served in a special operations unit (SF, Ranger, SEAL, SMU) within the U.S. military and
possess direct experience conducting military operations focused on advising and assisting of partner nation
forces
• Possess a minimum of five years’ experience supporting training exercises for the U.S. military
• Possess a minimum of three years’ experience serving within an interagency environment, preferably
within U.S. embassy or IC environments
• Possess a minimum of three years’ experience working with foreign military units or foreign intelligence
community personnel
1.1.6.3. Exercise Controller. The contractor shall provide an exercise controller who shall be responsible
for all contractor personnel and technical systems during the execution of the VALEX. The exercise
controller shall have full authority to act on the contractor’s behalf during the daily operation of this
contractor. The exercise controller must be onsite one day prior (07 August 2022) to the arrival of
contractor personnel and remain onsite during the exercise (thru 17 August 2022). Qualifications for the
exercise controller are listed below:
• Must possess a masters’ degree or higher in a management or security-related discipline
• It is preferred that they have provided supervision of the daily activities of contractor personnel during the
conduct of not less than five SFAB pre-deployment collective training exercises in the previous 12 months
• Possess a minimum of three years’ experience working with foreign military units or foreign intelligence
community personnel
• Possess a minimum of five years’ experience managing programs involving battalion-sized elements in a
military or civilian capacity
1.17. Identification of Contractor Personnel. All contractor personnel attending meetings, answering
Government telephones, and working in other situations where their contractor status is not obvious to third
parties are required to identify themselves as such to avoid creating an impression in the minds of members
of the public that they are Government officials. The contractor shall also ensure that all documents or
reports produced by contractors are suitably marked as contractor products or that contractor participation
is appropriately disclosed.
1.18. Contractor Travel. The contractor is responsible for all travel costs associated with the performance of
this contract.
1.19. Data Rights. The Government has unlimited rights to all documents/material produced under this
contract. All documents and materials, to include the source codes of any software, produced under this
contract shall be Government owned and are the property of the Government with all rights and privileges
of ownership/copyright belonging exclusively to the Government. These documents and materials shall not
be used or sold. All materials supplied to the Government will be the sole property of the Government and
shall not be used for any other purpose. This right does not abrogate any other Government rights.
PART 2
DEFINITIONS & ACRONYMS
2. DEFINITIONS AND ACRONYMS:
2.1. DEFINITIONS:
2.1.1. ARABIAN PENINSULA. An area within Western Asia that includes the countries of Kuwait, Oman,
Qatar, Saudi Arabia, the United Arab Emirates (UAE), and Yemen.
2.1.2. CENTCOM. The unified armed forces command responsible for oversight of U.S. military
operations in the Middle East.
2.1.3. 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.
2.1.4. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate
contracts, and make related determinations and findings on behalf of the government. Note: The only
individual who can legally bind the government.
2.1.5. 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.
2.1.6. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated
with the Performance Work Statement.
2.1.7. DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured
things such as meeting minutes or reports.
2.1.8. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that
may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When
key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does
not have a firm commitment from the persons that are listed in the proposal.
2.1.9. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property.
2.1.10. QUALITY ASSURANCE. The government procedures to verify that services being performed by
the Contractor are performed according to acceptable standards.
2.1.11. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized written document
specifying the surveillance methodology to be used for surveillance of contractor performance.
2.1.12. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of
an end product or service shall meet contract requirements.
2.1.13. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government
does not have privity of contract with the subcontractor.
2.1.14. WORKDAY. The number of hours per day the Contractor provides services in accordance with the
contract.
2.1.15. WORK WEEK. Monday through Friday, unless specified otherwise.
2.2. ACRONYMS:
AR Army Regulation
COs Commanding Officers
COR Contracting Officer Representative
DA Department of the Army
DOD Department of Defense
ECG Exercise Control Group
FAR Federal Acquisition Regulation
FSF Foreign Security Force
JIIM Joint Interagency Intergovernmental Multinational
KO Contracting Officer
ODC Other Direct Costs
OPSOs Operations Officers
POC Point of Contact
PRS Performance Requirements Summary
PWS Performance Work Statement
QA Quality Assurance
QAP Quality Assurance Program
QASP Quality Assurance Surveillance Plan
QC Quality Control
QCP Quality Control Program
SME Subject Matter Expert
TE Technical Exhibit
PART 3
GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES
3. GOVERNMENT FURNISHED ITEMS AND SERVICES:
3.1. Services: N/A.
3.2 Facilities: Facilities. The facilities provided during the exercise are military training areas with
hardstand buildings designed for training small unit tactics and do not provide basic life support. Portable
latrines provided on site.
3.3. Utilities. The Government will provide portable latrines as needed in vicinity of the facility to the
Contractor for their use in performing tasks outlined in this PWS.
3.4 Equipment: N/A.
3.5 Materials: N/A.
PART 4
CONTRACTOR FURNISHED ITEMS AND SERVICES
4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES:
4.1 General: The contractor shall furnish all supplies, equipment, and services required to perform work
under this contract that are not listed under Section 3 of this PWS.
4.2 Personnel: The contractor shall provide an exercise support package consisting of subject matter expert
role players. Role Players require uniforms appropriate for FSF or Linguist roles (pants/bottom shall be
camouflage pattern, shirt/ top black). Role Players require eye protection, helmet, and gloves in case of
emergency circumstances that employ military transportation assets.
4.3 Materials. The contractor shall provide Department of State and Interagency Class Curricula, Class
Schedules, Reports, Handouts, MDMP Process, evaluation criteria.
4.4 The contractor shall provide Advisor Team Hot Washes. FSF Role Players shall provide VALEX
Observer Controllers with immediate feedback on Advisor Team performance following engagements
when feasible.
4.5 Complete Advisor Performance Evaluation. To be completed on 12 August 22 (initial evaluation) and
15 August 22(final evaluation).
4.6 Completed AAR comments at end of VALEX (15 August 22). AAR comments shall cover performance
of training audience and 3rd SFAB’s execution of the validation exercise.
4.7 Contractor Personnel Roster. The contractor shall provide an Excel spreadsheet with personnel
information data listed below NLT 5 days following contract award. The spreadsheet shall include the
following: Last Name, First Name, Middle Name; Gender; Age; Telephone and Cell Phone Numbers;
Email addresses for personnel that shall be present at Camp Bullis, Camp Swift, and Fort Hood.
4.8 Medical Equipment Supply List: Contractor shall provide TCCC IFAC Skills Kit – All Combatant
Quantity 4, TCCC IFAK Skills Kit – All Combatant Resupply Kit Quantity 6, Medic Trauma Pack
(CCRK) – Coyote Quantity 2, Warrior Aid and Litter Kit (WALK) – Coyote Quantity 2, Medic / Trauma
Sheet Bag (CCRK – Coyote Quantity 2, Litter Stands 22 in. Quantity 2, Adjustable IV Pole 4, SAM Pelvic
Sling Quantity 2, NAR BP/ Stethoscope Combo Kit Quantity 2, Adjustable PEEP Valve, 5-20mg H2O
19mm Quantity 4.
4.9. Contractor shall provide a screen shot of SPRS assessing contractor implementation of NIST SP 800-
171 to ensure cybersecurity compliance to facilitate safe communications between the contractor
organization and government.
PART 5
SPECIFIC TASKS
5. Specific Tasks:
5.1. Basic Services. The contractor shall provide services for creating an immersive training experience
simulating the operational environment encountered by SFAB Advisors while deployed. This shall require
the contractor to provide subject matter experts with specialized skills and experience with backgrounds in
accordance with timelines below. The contractor shall support the application of adult learning theories,
methods, and strategies, such as the Knowles principles of adult learning theory.
5.2. Task One. Provide an Academic Professional to a class of approximately 40 personnel at a class ratio
of no less than 1 instructor to 40 students, to deliver a series of region-specific lectures and discussions
focused on providing SFAB Advisors with a greater understanding of the historical, economic, and political
events that have shaped the current operating environment found within the Arabian Peninsula. The
contractor and Academic Professional shall conduct coordination with the 3rd SFAB prior to the VALEX to
develop a curriculum capable of meeting training objectives. This task will be performed at Fort Hood, TX.
5.2.1. Minimum Qualifications (Academic Professional).
Holder of a doctoral degree in a field related to the Middle East is strongly preferred
Served as a professor of Middle Eastern studies at a U.S. college or university is strongly preferred
Participated as a Fellow or Panel Expert on at least three occasions in fellowships or area studies
focused on the strategic or policy concerns within the Arabian Peninsula is strongly preferred
It is preferred that the individual has written at least one book dealing with the Gulf States.
It is preferred that the individual has given Congressional Testimony at least once.
It is preferred that the individual has published no less than 20 Articles and Journal Publications.
Specific Training Dates
27-28 July 22 - Academic Classes
5.3. Task Two. Provide Interagency Instructor Support to a class of approximately 40 personnel at a ratio of
1 instructor per 20 students. The Interagency Instructors shall be responsible for delivering a series of
lectures and discussions focused on increasing the knowledge level of SFAB Advisors regarding U.S.
embassy operations and the interagency environment. The Interagency Instructor team shall provide the
experience of two types of interagency personnel: Regional Security Officer (RSO) and Senior Defense
Official/Defense Attaché (SDO/DATT).
5.3.1. Minimum Qualifications (RSO).
10 years’ service within the Department of State (DoS) Diplomatic Security Service (DSS) is
strongly preferred
Prior service in at least two U.S. embassy postings is strongly preferred
Possess operational experience within one or more country within the CENTCOM AO, preferably
the Arabian Peninsula is strongly preferred
5.3.2. Minimum Qualifications (SDO/DATT).
10 years’ service as a Foreign Area Officer is strongly preferred
Prior service in at least two U.S. embassy postings is strongly preferred
Possess operational experience within one or more country within the CENTCOM AO, preferably
the Arabian Peninsula is strongly preferred
Specific Training Dates
27-28 July 22 - Academic Classes
5.4. Task Three. Provide RSO and SDO/DATT Role Player Support at three separate locations. The RSO
and SDO/DATT Role Players shall conduct engagements with SFAB Advisors to simulate the interactions
with key U.S. embassy country team members SFAB Advisors shall encounter while deployed. Role
Players shall have intimate knowledge of the roles and responsibilities of the position they shall be
simulating as well as operational experience within the Arabian Peninsula to provide a relevant and realistic
training experience.
5.4.1. Minimum Qualifications (RSO).
10 years’ service within the DoS DSS is strongly preferred.
Service as a RSO in at least two U.S. embassy postings, one of which must have been in a country
within the CENTCOM AO, preferably the Arabian Peninsula is strongly preferred.
5.4.2. Minimum Qualifications (SDO/DATT).
10 years’ service as a Foreign Area Officer is strongly preferred.
Service as a SDO/DATT in at least two U.S. embassy postings, one of which must have been in a
country within the CENTCOM AO, preferably the Arabian Peninsula is strongly preferred.
Specific Training Dates
08 August 22 Role Player University
09-15 August 22- Execution
5.5 Task Four. Provide Foreign Security Force (FSF) Role Players in the Roles of Commanders.
Corps Commander (1 x RP), Division Commander (1x RP), Brigade Commander (3 x RP), Battalion
Commander (9 x RP) The intent of this VALEX is to simulate engagements with FSF Commanders at all
echelons requiring contractor personnel with command experience as well as knowledge of Foreign
Internal Defense, Unconventional Warfare, Civil Military Operations, and Security Force Assistance. The
FSF Commander Role Player shall attend the Combined Arms Rehearsal at Fort Hood, TX on 17 August
22.
5.5.1. (FSF Commanders) Corps Commander (Major General) (1 x Role Player)
Must have achieved the rank of Major General or Higher in the United States Army
Must have served as the Commander or Deputy Commanding General of U.S. Army Central
Command
Preferred to have Commanded a U.S. Amry National Training Center
5.5.2. Provide Foreign Security Forces (FSF) Division Commander (Brigadier General) (1 x Role Player)
Must have achieved the rank of Brigadier General or higher in the United States Army
Must have served as a Division Commander
Experience having served as an advisor and roles dealing with Security Cooperation is strongly
preferred.
5.5.3. Provide Security Forces (FSF) Role Player Brigade Commanders (Colonel) (3 X Role players)
Must have served as a Brigade Commander
Preferred to have 3 years’ operational experience within the CENTCOM AO, preferably the
Arabian Peninsula is strongly preferred
Preferred to have 3 years of experience conducting FID, UW, or Security Cooperation operations
is strongly preferred.
Command and General Staff College or U.S. service War College graduate is strongly preferred.
5.5.4. Provide Security Forces (FSF) Role Player Battalion Commanders (Lieutenant Colonel) (9 X Role
players)
Must have served as a Battalion Commander
Preferred to have 3 years’ operational experience within the CENTCOM AO, preferably the
Arabian Peninsula is strongly preferred
Preferred to have 3 years of experience conducting FID, UW, or Security Cooperation operations
is strongly preferred.
Command and General Staff College or U.S. service War College graduate is strongly preferred.
Specific Training Dates
08 August 22 - Role Player University
09-17 August 22 – Execution
5.5.2. Minimum Qualifications (FSF Operations Officers and Staff Officers).
Corps Headquarters Staff: (6 x Role Players, 1 for each of the positions below) Provide Foreign Security
Force (FSF) Role Players, Operations Officers (S3), Intelligence Officers (S2), Logistics Officers (S4),
Signal Officers (S6), Fire Support Officers (FSO), and Engineer Officers for 1x Corps Headquarters to be
partnered with the BDE Advisor Team, 1x Division Headquarters to be partnered with the Battalion
Advisor Team, 3x Brigade Headquarters to be partnered with the Company Advisor Teams, and 9x
Battalion Headquarters to be partnered with the Maneuver Advisor Teams (Total of 14x FSF Staffs). FSF
Role Players shall simulate the engagements with foreign military leaders SFAB Advisors shall encounter
while deployed. The intent of this VALEX is to simulate engagements with FSF Staff Officers at all
echelons requiring contractor personnel with command experience as well as knowledge of Foreign
Internal Defense, Unconventional Warfare, Civil Military Operations, and Security Force Assistance.
5.5.2. Minimum Qualifications (FSF Operations Officers and Staff Officers) Corps Headquarters Staff:
(6 x Role Players, 1 for each of the positions below)
5.5.2.1. S3 Operations Officer (1 x Role Player)
Must have been a Colonel
Must have served in a Corps Level Staff Operations Position
Preferred to have served in the CENTCOM Region (Gulf States and or Arabian Peninsula)
5.5.2.2. S2 Intelligence Officer (1 x Role Player)
Must have been a Colonel
Must have served in a Corps Level Staff Operations Position
Preferred to have served in the CENTCOM Region (Gulf States and or Arabian Peninsula)
5.5.2.3. S4 Logistics Officer (1 x Role Player)
Must have been a Colonel
Must have served in a Corps Level Staff Operations Position
Preferred to have served in the CENTCOM Region (Gulf States and or Arabian Peninsula)
5.5.2.4. S6 Signal Officer (1 x Role Player)
Must have been a Colonel
Must have served in a Corps Level Staff Operations Position
Preferred to have served in the CENTCOM Region (Gulf States and or Arabian Peninsula)
5.5.2.5. Fire Support Officer (FSO) (1 x Role Player)
Must have been a Colonel
Must have served in a Corps Level Staff Operations Position
Preferred to have served in the CENTCOM Region (Gulf States and or Arabian Peninsula)
5.5.2.6. Engineer Officer (FSO) (1 x Role Player)
Must have been a Colonel
Must have served in a Corps Level Staff Operations Position
Preferred to have served in the CENTCOM Region (Gulf States and or Arabian Peninsula)
5.5.3. Minimum Qualifications (FSF Operations Officers and Staff Officers) Division Headquarters Staff:
(6 x Role Players, 1 for each of the positions below)
5.5.3.1. S3 Operations Officer (1 x Role Player)
Must have been a Lieutenant Colonel
Must have served in a Division Level Staff Operations Position
Preferred to have served in the CENTCOM Region (Gulf States and or Arabian Peninsula)
5.5.3.2. S2 Intelligence Officer (1 x Role Player)
Must have been a Lieutenant Colonel
Must have served in a Division Level Staff Operations Position
Preferred to have served in the CENTCOM Region (Gulf States and or Arabian Peninsula)
5.5.3.3. S4 Logistics Officer (1 x Role Player)
Must have been a Lieutenant Colonel
Must have served in a Division Level Staff Operations Position
Preferred to have served in the CENTCOM Region (Gulf States and or Arabian Peninsula)
5.5.3.4. S6 Signal Officer (1 x Role Player)
Must have been a Lieutenant Colonel
Must have served in a Division Level Staff Operations Position
Preferred to have served in the CENTCOM Region (Gulf States and or Arabian Peninsula)
5.5.3.5. Fire Support Officer (FSO) (1 x Role Player)
Must have been a Lieutenant Colonel
Must have served in a Division Level Staff Operations Position
Preferred to have served in the CENTCOM Region (Gulf States and or Arabian Peninsula)
5.5.3.6. Engineer Officer (FSO) (1 x Role Player)
Must have been a Lieutenant Colonel
Must have served in a Division Level Staff Operations Position
Preferred to have served in the CENTCOM Region (Gulf States and or Arabian Peninsula)
5.5.4. Minimum Qualifications (FSF Operations Officers and Staff Officers) Brigade Headquarters Staff
x 3: (18 x Role Players )
5.5.4.1. S3 Operations Officer (3 x Role Player)
Must have been a Lieutenant Colonel
Must have served in a Staff Level Staff Operations Position
Preferred to have served in the CENTCOM Region (Gulf States and or Arabian Peninsula)
5.5.4.2. S2 Intelligence Officer (3 x Role Player)
Must have been a Major
Must have served in a Staff Level Staff Operations Position
Preferred to have served in the CENTCOM Region (Gulf States and or Arabian Peninsula)
5.5.4.3. S4 Logistics Officer (3 x Role Player)
Must have been a Major
Must have served in a Staff Level Staff Operations Position
Preferred to have served in the CENTCOM Region (Gulf States and or Arabian Peninsula)
5.5.4.4. S6 Signal Officer (3 x Role Player)
Must have been a Major
Must have served in a Staff Level Staff Operations Position
Preferred to have served in the CENTCOM Region (Gulf States and or Arabian Peninsula)
5.5.4.5. Fire Support Officer (FSO) (3 x Role Player)
Must have been a Major
Must have served in a Staff Level Staff Operations Position
Preferred to have served in the CENTCOM Region (Gulf States and or Arabian Peninsula)
5.5.4.6. Engineer Officer (FSO) (3 x Role Player)
Must have been a Major
Must have served in a Staff Level Staff Operations Position
Preferred to have served in the CENTCOM Region (Gulf States and or Arabian Peninsula)
5.5.5. Minimum Qualifications (FSF Operations Officers and Staff Officers) Battalion Headquarters
Staff: (54 x Role Players)
5.5.5.1. S3 Operations Officer (9 x Role Player)
Former experience as a former U.S. Army 18 Series or SOF officer Major (or below), warrant
officer (CW2 or above), or senior non-commissioned officer (MSG or above) with 3 years’
documented experience as an operations officer at the company level or higher
Possess 3 years’ operational experience within the CENTCOM AO, preferably the Arabian
Peninsula is strongly preferred.
Minimum of 3 years’ experience conducting FID, UW, or Security Cooperation operations is
strongly preferred.
5.5.5.2. S2 Intelligence Officer (9 x Role Player)
Former experience as a former U.S. Army 18 Series or SOF officer Major (or below), warrant
officer (CW2 or above), or senior non-commissioned officer (MSG or above) with 3 years’
documented experience as an operations officer at the company level or higher
Possess 3 years’ operational experience within the CENTCOM AO, preferably the Arabian
Peninsula is strongly preferred.
Minimum of 3 years’ experience conducting FID, UW, or Security Cooperation operations is
strongly preferred.
5.5.5.3. S4 Logistics Officer (9 x Role Player)
Former experience as a former U.S. Army 18 Series or SOF officer Major (or below), warrant
officer (CW2 or above), or senior non-commissioned officer (MSG or above) with 3 years’
documented experience as an operations officer at the company level or higher
Possess 3 years’ operational experience within the CENTCOM AO, preferably the Arabian
Peninsula is strongly preferred.
Minimum of 3 years’ experience conducting FID, UW, or Security Cooperation operations is
strongly preferred.
5.5.5.4. S6 Signal Officer (9 x Role Player)
Former experience as a former U.S. Army 18 Series or SOF officer Major (or below), warrant
officer (CW2 or above), or senior non-commissioned officer (MSG or above) with 3 years’
documented experience as an operations officer at the company level or higher
Possess 3 years’ operational experience within the CENTCOM AO, preferably the Arabian
Peninsula is strongly preferred.
Minimum of 3 years’ experience conducting FID, UW, or Security Cooperation operations is
strongly preferred.
5.5.5.5. Fire Support Officer (FSO) (9 x Role Player)
Former experience as a former U.S. Army 18 Series or SOF officer Major (or below), warrant
officer (CW2 or above), or senior non-commissioned officer (MSG or above) with 3 years’
documented experience as an operations officer at the company level or higher
Possess 3 years’ operational experience within the CENTCOM AO, preferably the Arabian
Peninsula is strongly preferred.
Minimum of 3 years’ experience conducting FID, UW, or Security Cooperation operations is
strongly preferred.
5.5.5.6. Engineer Officer (FSO) (9 x Role Player)
Former experience as a former U.S. Army 18 Series or SOF officer Major (or below), warrant
officer (CW2 or above), or senior non-commissioned officer (MSG or above) with 3 years’
documented experience as an operations officer at the company level or higher
Possess 3 years’ operational experience within the CENTCOM AO, preferably the Arabian
Peninsula is strongly preferred.
Minimum of 3 years’ experience conducting FID, UW, or Security Cooperation operations is
strongly preferred.
Specific Training Dates
08 August 2022 Role Player University
09-15 August 22 – Execution
5.6. Task Five. Provide Prolonged Field Care (PFC) package consisting of 6x personnel that shall travel
between Fort Hood, TX, Camp Bullis, TX, and Camp Swift, TX. The intent of this is to replicate a
wounded Advisor in need extended care for up to 6 hours in order to train the team on tasks and
responsibilities associated with providing effective extended care to a wounded Team Members. The
contractors shall also provide feedback throughout the 6 hour iteration targeted primarily at the Team
Medical Advisor as well as provide an overall assessment of the Advisor Team’s medical capabilities at the
conclusion of the 6 hour iteration. This will be extremely valuable because limited personnel and homestation
and resource restrictions make training this critical task unfeasible without contractor support.
(Provide 2 x instructors and 4 x casualty role players)
5.6.1. Minimum Qualifications (Prolonged Field Care Specialist).
Special Forces Medic experience is strongly preferred.
An instructor at a recognized USAJFKSWCS or USSOCOM Prolonged Field Care course
strongly preferred.
Experience as an instructor must have been in the past 3years of relevance strongly preferred.
Specific Training Dates
08 August 22 – Scenario Familiarization / Rehearsals at Fort Hood, TX
09-15 August 22 - Medical Advisor Execution Dates
5.7. Task Six. Provide Scenario Development: Contractor shall assist in creating and executing realistic
training scenarios that encompasses the diverse tasks expected of an Advisor while executing SFA
operations. The Tactical scenario sets the foundation on which Advisors are trained and validated prior to
mission execution. Scenario development will incorporate available real-world data to simulate a realistic
SFA mission. Scenario products, at a minimum, will include script and scenario inject writing. The script
writer will work with CM, EM, and unit for the completion of all finished products that are utilized in the
VALEX. Script Writer will execute 40 hours of work with described working group.
5.7.1. Minimum Qualifications for Scenario Development/ Script Writer:
Must have a bachelor’s degree in History or related field of study
Must have masters degree in International Relations or related field of study
Must have served in the military, intelligence community, or Department of state
Must have experience as a technical writer, analytical work, and foreign analytical work
Must be considered an educator and expert in adult learning concepts
Specific Training Dates
Dates to be determined – 18 July – 22 July 2022