Performance Work Statement (PWS)
Vehicle Emergency Equipment: Purchase, Installation, Part Replacements and Removal of Vehicle Police Lights, Siren and Other Emergency Equipment For U.S. Army Criminal Investigation Division Headquarters
- General:
1.1 Hours of Operation: The contractor is responsible for conducting work between the hours of 0800-1700 Monday thru Friday except Federal holidays. Work will be conducted at the contractor’s location. Equipment installment, to include testing shall be completed not more than 2 days after a vehicle is delivered to the contractor. Recognized Holidays are:
New Year’s Day Labor Day
Martin Luther King Jr.’s Birthday Columbus Day
President’s Day Veteran’s Day
Memorial Day Thanksgiving Day
Independence Day Christmas Day
Juneteenth
1.2 Period of Performance:
Base Year: 3 May 2025 – 2 May 2026
Option Year 1: 3 May 2026 - 2 May 2027
Option Year 2: 3 May 2027 – 2 May 2028
1.3 Quality Control: 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 is the means by which he assures himself that his work complies with the requirement of the contract.
1.4 Quality Assurance: The government shall evaluate the contractor’s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must 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 minimum acceptable defect rate(s).
1.5 Place of performance: The contractor shall be located and able to perform work within a 15 mile radius of Ft. Belvoir, VA. Vehicles must remain at the contractor location for the duration of all work.
-
- Security and Reporting:
1.6.1 Operations and Information Security (OPSEC):
1.6.1.1 This is an unclassified contract, however, the contractor must adhere to all security requirements for sharing, storage and destruction of controlled unclassified information (CUI). All provided or generated information as a result of this contract shall be managed in accordance with DoDI 5200.48, Controlled Unclassified Information (CUI), effective date 6 March 2020 (available on the worldwide web). The contractor shall safeguard, mark, properly store, handle, and destroy contract information in accordance with regulations and the requirements of the PWS. Any breaches or compromise of contractor information or facilities concerning this contract or requiring unit information shall immediately be reported to the requiring unit security officer, the Contracting Officer Representative (COR) and the Contracting Officer (KO).
1.6.1.2 The contractor shall not post on the internet, nor use for advertising, any requiring unit or contract information, without prior written approval of the requiring unit security officer and COR.
1.6.1.3 The contractor shall immediately report to the requiring unit security officer, any breach or suspected compromise of company data systems containing requiring unit or contract information.
1.6.2 Physical Security:
1.6.2.1 The contractor shall store vehicles inside a locked facility when kept overnight, unless other arrangements have been made with the requiring unit.
1.6.2.2 The Government will inspect/inventory vehicles/certain components prior to drop-off and upon pick-up of vehicles.
1.6.2.3 The contractor will notify the requiring unit’s identified POC when vehicles are ready for pick-up. The Government will promptly pick-up vehicles upon contractor notification that work is complete.
1.6.2.4 The contractor shall immediately report to the requiring unit security officer, COR and KO the following:
1.6.2.4.1 All breaches of security at the contractor work site or to requiring unit vehicles.
1.6.2.4.2 All suspicious, suspected or actual criminal activity in or around work facilities where requiring unit vehicles are stored/parked awaiting work or pick-up.
1.6.3 Antiterrorism/iWATCH/Threat and Awareness Reporting Program. The contractor shall report all suspected or confirmed terrorist activity and all suspicious activity occurring in or around the contractor work facility to include criminal, suspected espionage/surveillance, or potential insider threats.
-
- Special Qualifications: Contractor personnel must be certified in the wiring of electronics for any equipment that would need to be added to the emergency vehicles. They shall have the ability to trouble shoot and if possible fix non-functioning equipment. The contractor is responsible for ensuring all employees installing, replacing or removing equipment as part of this contract possess and maintain current certifications.
-
- Contract Manager or other primary Point of Contact (POC). The Contractor shall provide a Contract Manager who shall be responsible for the performance of the provided service or work. The name of this person and an alternate(s) who shall act for the Contractor when the Contract Manager is absent and shall be designated in writing to the Contracting officer at least 5 days prior to contract performance. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract.
2.0 Background: Department of Defense and Army policy provides for specific vehicle equipment in support of various law enforcement functions.
3.0 Contractor Tasks and Responsibilities:
3.1 The contractor shall provide all labor, material, equipment, resources, options, and research associated with performing contract tasks and requirements related to the installation, testing, repair, replacement parts and removal of the equipment including perusing/acquiring any warrantied items.
3.2 The contractor shall provide the Government a binder with prices, pictures and specifications of all required equipment and related products.
3.3 The contractor shall provide equal product replacements or substitutions for warranty items only as approved by the Contracting Officer Representative (COR) and/or the Contracting Officer (KO).
3.4 The contractor shall be responsible for repair of any damage caused to the vehicle during installation, testing and or removal of equipment.
3.5 The contractor shall be responsible for any damage to vehicles while under contractor control or on contractor premises/facilities.
3.6. Vehicles shall not be parked/stored in areas open to the public. Vehicles must be garaged when at the contractor facility overnight.
3.7 The contractor shall return all communications equipment back to the unit after removal is complete.
4.0 Design and Delivery Requirements: The contractor shall use undercover equipment, inconspicuously installed as follows:
4.1 Install emergency lights, sirens and other equipment. To prevent damage to the vehicles, maximum use of automotive grade adhesive mounting that holds lights securely in place shall be used in lieu of drilling. Drilling of holes in the vehicles must be kept to a minimum.
4.1.1 Install and mount the following below on 20 SUVs for the base year. Install and mount the following below on 15 SUVs for option period 1. Install and mount the following below on 15 for option period 2.
4.1.1.1 SAE Class I Rated LED Red/Blue:
a. Grill (Wig-wag) x4 per vehicle
b. Light-bar (Interior Top Windshield) (Glare Guard) X1 per vehicle
c. Light-bar (Interior Top Rear Window) x1 per vehicle
d. Light-bar (Interior Rear Right/Left Side Cargo Windows) x2 per vehicle
4.1.1.2 SAE Class I Rated Clear LED/Wig-wag/Strobe Insert:
a. Head Lights (High bean wig-wag) x2 per vehicle
b. Tail Lights (Reverse light wig-wag) x2 per vehicle
c. Under Mirror (180 degree strobe) x2 per vehicle
4.1.1.3 SAE Class I Corner Surface Mounted Red/Blue LED
a. Fog Lights (180 degree strobe) x2 per vehicle
b. Wheel Panel (Front/Rear/Left/Right 180 degree) x4 per vehicle
c. Running Boards (Left and Right Corner LEDs) x4 per vehicle
4.1.1.4 SAE Class A Rated Siren/PA
a. 100 watt Speaker, siren, and PA system with an integrated handheld microphone control head. The handheld shall be mounted on the dash or arm rest as prescribed by task order. Remote multi-function siren and PA system mounted in the trunk/rear cargo area, x1 per vehicle (Program: 1-Back lights only, 2-front lights only, 3-All lights, 4-Siren). X 1 per vehicle.
b. 100 watt Speaker, siren, and PA system with a flush mounted console control head handheld PA microphone. (Program: 1-Back lights only, 2-front lights only, 3-All lights, 4-Siren). X1 per vehicle.
4.1.2 Install 7 Panel Law Enforcement Tint on 10 SUVs for the base year, then reduces to 8 SUVs for option year one and maintains at 8 SUVs for option year two.
4.1.3 Install all mounts, brackets, accessories, wires, cables/cable harness for all installed equipment.
4.1.4 All equipment shall be as undercover/inconspicuous as possible.
4.2 Remove emergency, lights and siren equipment from 20 vehicles during the base year, and then 15 vehicles during each option period.
4.3 Remove communications equipment to include radios, repeaters and wiring components from 6 vehicles from the base period and 3 vehicles during each option period.
4.4 Repair emergency equipment based on contract dollar amounts.
4.5 All equipment shall be tested by designated government personnel prior to acceptance.
4.6 Provide owner’s manual and other –instruction documents/CDs related to the operation, maintenance requirements, or features for all of the equipment installed on each vehicle.
4.7 Provide owner’s manual and other –instruction documents/CDs related to the operation, maintenance requirements, or features for all of the equipment installed on each vehicle.
4.8 Removal of installed equipment: When required, the contractor shall remove all equipment installed under sections 4.1, 4.2, and 4.3 of this PWS and return the vehicle back to its pre-modification state.
4.9 Periodic maintenance (Cost Reimbursement – No Fee CLIN): From time to time the vehicles’ emergency equipment may require repair or maintenance that is the result of the Government’s use (as opposed to warranty malfunctions and repairs). The repairs shall be made in accordance with this PWS.
5.0 Equipment Purchase, Installation, Part Replacement, and Removal of Lights, Sirens, Communications Equipment and other Emergency Equipment.
5.1 Equipment Purchase.
5.1.1 The contractor shall purchase all required equipment to meet the installation, part replacement, testing and removal requirements. Acceptable equipment brands for new installations and part replacement are Society of Automotive Engineers (SAE) rated Federal Signal, Whelen, Star Signal and Sound Off Signal.
5.2 Installation and Removal. The contractor shall install all aftermarket equipment on new and or existing vehicles. The contractor shall contact the COR for all vehicle modifications needed to install or remove equipment from the vehicles prior to making any modifications to the vehicles. All removed equipment is the property of the U.S Government. Disposition of the lights and siren equipment will be determined after removal. Communications equipment that is removed shall be returned to the unit.
5.3 Replacements (Cost Reimbursement – No Fee CLIN). The contractor shall provide the COR an estimate in writing prior to making any alterations to the vehicles. All replacement parts must conform to the requirements listed in paragraph 4. Any deviations or substitutes to items listed in this PWS must be approved by the COR prior to purchase for vehicle installation.
6.0 Operations Security:
6.1 The contractor shall not release to any third party or post on the internet or social media any requiring unit information, or contract specifications, design, procurement quantities or any other PWS or related data, without the written authorization of the requiring unit.
6.2 The documents generated under this contract are Unclassified, For Official Use Only Information and Law Enforcement Sensitive and shall be handled as Controlled Unclassified Information (CUI). All Controlled Unclassified Information (CUI) provided or generated as a result of this requirement shall be managed in accordance with DoD Manual 5200.01, Volume 4, DoD Information Security Program: Controlled Unclassified Information (CUI) dated February 24, 2012, available on the internet. Contractors must ensure employees and subcontractors are aware of the special handling instructions detailed below:
6.2.1 Dissemination: Contractors may disseminate "For Official Use Only" information to their employees and subcontractors who have a need to know in connection with performance of required work or administrative contract responsibilities.
6.2.2 Storage: During working hours, "Controlled Unclassified Information" shall be placed in an out-of-sight location if the work area is accessible to persons who do not have a need for the information. During non-working hours, the information shall be stored to preclude unauthorized access. Filing such material with other unclassified records in unlocked files or desks, is adequate when internal building security is provided during nonworking hours. When such internal security control is not exercised, locked buildings or rooms will provide adequate after-hours protection or the material can be stored in locked receptacles such as file cabinets, desks, or bookcases.
6.2.3 Disposition: When no longer needed, CUI//LEI information must be shredded.
6.2.4 Unauthorized Disclosure: Unauthorized disclosure of " Controlled Unclassified Information " does not constitute a security violation but the requiring unit's security officer and or Contracting Officer's Representative (COR) shall be informed of any unauthorized disclosure. The unauthorized disclosure of CUI//LEI information protected by the Privacy Act may result in criminal sanctions and disciplinary action against those responsible.
6.3 Reporting: The contractor shall immediately report, to the unit security officer and or the contracting officer representative (COR), via telephone or email, breaches or compromise of contract or requiring unit information, and any type of suspicious or criminal activity associated with any aspect of the company contract processing or performance of work.
7.0 Points of contact (POC):
7.1 The contracting Government Point of Contact (POC) is the Army Contracting Command Contracting Officer, Mr. Bradley Borek at Bradley.r.borek.civ@army.mil or Contract Specialist Polia Quiles at polia.m.quiles.civ@army.mil
7.2 The secondary and technical Government POC is SGT Kevin Ramos at 908-340-5004 or kevin.ramos20.mil@army.mil
7.3 The Government Security Officer POC is Ms. Meghann Mirabile at) (571) 456-7752 or meghann.d.mirabile.civ@army.mil
The mailing address is USA Protective Services Battalion (CID), Security Manager, 9501 Farrell Rd Bldg. 808, Fort Belvoir, VA 22060.
8.0 Enterprise-wide Contractor Manpower Reporting Application (eCMRA) Reporting
The contractor shall ensure ALL contractor labor hours including subcontractor, at all levels/tiers, labor hours required for the performance of services provided under this contract are reported via a secure data collection site.
The contractor and all subcontractors, at all levels/tiers, providing direct labor under this contract shall report complete and accurate data for the labor executed during the period of performance during each Government fiscal year (FY), which runs from October 1 to September 30. The Contractor shall input the data into the appropriate eCMRA reporting tool, which can be accessed via a secure web site at http://www.ecmra.mil/. There are four separate eCMRA tools: Army, Air Force, Navy and All Other Defense Components. The appropriate eCMRA reporting tool to use is determined by the requiring activity being supported (e.g., if DISA awards a contract for an Air Force requiring activity, the contractor shall load the required reporting data in the “Department of Air Force CMRA” tool). While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. The contractor shall completely fill in all required data fields. The contractor shall enter initial data into the appropriate eCMRA tool to establish the basic contract record no later than 15 working days after receipt of contract award or contract modification incorporating this clause. The contractor shall notify the COR when the basic contract record has been established in the appropriate eCMRA tool. eCMRA User Manuals and Frequently Asked Questions (FAQs) are available aContractors may direct technical questions to the eCMRA help desk at usaf.pentagon.saf- aq.mbx.cmra-help-desk-dod@mail.mil.