Académique Documents
Professionnel Documents
Culture Documents
1.0 Background.
ARCIC is tasked to support the New Generation Warfare (NGW) Future Study Plans
and Events. The NGW Study Plans will develop and execute seminars and other
analytical events facilitating the study of future new generation warfare concepts using
futuristic global scenarios and multiple potential crises that cross a wide range of
military operations exploring concepts for Army, Service and Joint Communities across
multiple and varied geographical locations around the world. NGW Study Plans will
examine NGW through researching and preparing white papers and/or briefings to be
presented to the Chief of Staff of the Army, Service, Joint Communities, and Combatant
Commanders. Areas of study will include but is not limited to the SOUTHCOM,
USPACOM, CENTCOM, EUCOM, AFRICOM and NORTHCOM Areas of
Responsibilities (AOR) for implications to Army future force development, with emphasis
on how Opposing Hostile forces and their proxies employed disruptive technologies in
the conduct of New Generation Warfare. The contractor will examine the full range of
Doctrine, Organization, Training, Materiel, Leader Development and Education,
Personnel, and Facilities (DOTMLPF) implications in order to develop holistic analysis
that informs force design, force structure and investment decisions regarding future
force development and the allocation of limited resources to balance force structure,
readiness, and modernization. The contractor will examine historical warfare tactics,
techniques, and procedures, apply analysis to determine futuristic applications of
enhanced warfare methods to achieve similar strategic objectives, isolate alternative
futures application of fire power, identify corresponding Army capability gaps, design,
analyze, assess, and propose solutions to form the basis of Army concepts. The
contractor will provide input to Army Warfighting Challenges (AWFC), Learning
Demands, and the Army Campaign of Learning, and will design and participate in
exercises, experiments, and other events to isolate and frame issues vital to future force
development, and develop proposed solutions to complex operational problems. The
end state deliverables will include a set of observations, conclusions, and
recommendations, to the Chief of Staff, Army (CSA), Service, Joint Communities, and
Combatant Commanders.
The contractor will focus on the past as the baseline from which to make analytical,
physiological, cultural, political and psychological presumptions, identify events, and
identify cause and effect at the historical critical points of events. Once a baseline is
formed, the contractor team will transition those facts and outcomes applying them to
today's evolved events, tactics, techniques, methods, thoughts, cultural norms, and
psychological conduct to identify signals, characteristics, and the impact on events
today to predict possible indicators of events as they take shape in today's operating
environment. Further, using projected norms, adaptations, and developments in
physiological, cultural, and psychological developments over time, it will enable the
1
team to project conditions into 2025 2050 by identifying signals, characteristics,
events, social reactions, evolving cultural and psychological events, and
reactions/actions. This information will assist in identifying similar changes and conflicts
as they develop. Identifying those signals and indicators of unfavorable or aggressive
adversary events will allow the Government to develop countermeasures to address
them as they change and propose viable courses of action that will affect the thoughts,
deeds, and actions of the opposing force and subject populations to control, minimize,
manage, or at least delay undesired outcomes, while strategic countermeasures are
employed to influence favorable outcomes in accordance with US and NATO interest.
Therefore, it is of critical importance that as much firsthand knowledge of both the
cultural, psychological, physiological and political conditions are available to
successfully understand and identify both the indicators and the catalyst of events.
Additionally, it is extremely important to establish the ability to accurately understand the
mind sets of both the occupying force and the occupied population. The ability to
capture as much information as possible from the executing leadership is critical in
accounting for accurate objective outcomes, as well as the "state of mind" of the
adversary and the affected population to include resistive measures, thoughts, and
outcomes. This will enable the Government to accurately project conclusions and
presumptions in today's operating environment as well as the 2025 2050 operating
environment.
2.0 Scope.
The Government requires resources to implement NGW Studies and Events while
working the implementation of DOTMLPF recommendations into the various
development processes, such as the Joint Capabilities Integration and Development
System (JCIDS), Program Objective Memorandum (POM) Development, Total Army
Analysis, Doctrine and Training Development. These studies and events will examine
high threat Theaters of Operations under the SOUTHCOM, USPACOM, CENTCOM,
EUCOM, AFRICOM and NORTHCOM AOR for implications to Army future force
development, with emphasis on how threat forces and their proxies employ disruptive
technologies in the conduct of New Generation Warfare. A team of highly qualified
individuals is needed to maintain the momentum of these efforts and provide continuity
on future efforts. Studies and events shall be scalable to accommodate various size
requirements, briefings, and reports.
2.1.1 SOUTHCOM will include but not limited to the following countries: Cuba, Haiti,
Paraguay, Honduras, Nicaragua, Panama, Colombia, Curacao and Venezuela.
2.1.2 USPACOM will include but not limited to the following countries: North Korea,
South Korea, China, Thailand, Singapore, Philippines, and Japan.
2.1.3 CENTCOM will include but not limited to the following countries: Iraq, Afghanistan,
Pakistan, Yemen, Saudi Arabia, Egypt, Syria, and Iran.
2
2.1.4 EUCOM will include but not limited to the following countries: Russia, Ukraine,
Kosovo, and Turkey.
2.1.5 AFRICOM will include but not limited to the following countries: Burkina Faso,
Central African Republic (CAR), Nigeria, Somalia, Chad, Mali, Malawi, Liberia, Sierra
Leone, Uganda, Zimbabwe, and Libya.
2.1.6 NORTHCOM will include but not limited to the following countries: Mexico, United
States and Canada.
3.1 NGW Study Director Advisory Support. The Contractor shall provide Subject
Matter Expertise Support necessary to successfully execute technical and advisory
support to the NGW Study Director to include interpreting skills when traveling to the
assigned AOR. The advisory support shall be scalable to accommodate the
requirements and complexity of the assigned area. The Contractor shall perform:
I. NGW Technical Support. Advise the Director, NGW Study Group, by providing
monthly briefings on the assigned AOR, the use and implementation of New
Generation Warfare, to include emerging assigned AOR technologies and
capabilities and assigned AOR development of tactical, operational, and strategic
tactics, techniques, and procedures. Data shall be supported with prior first-hand
knowledge and experience gathered from the assigned AOR, to include assigned
Region-country trip reports, and interviews with their national and international
partners.
II. Outreach Support. Advise the Director, NGW Study Group, and the NGW travel
team on best practices for travel within the assigned AOR. Provide
recommendations and points of contact for engagements with key operational
and strategic leaders in the assigned AOR, and coordinate meetings with
strategic coalition partners.
III. NGW Final Report Editing Support. Review and provide assistance to the
NGW Study Group final report and compare/contrast its findings and
recommendations. Provide a written summary of critical differences and
contradictions between the interim and final reports.
3.2 NGW Study Director Integration Advisory Support: The integration advisory
support shall be scalable (small, medium, large) to accommodate the requirements and
complexity of the assigned area.
3
3.2.1. The contractor shall synthesize complex variables based on research of several
components of a problem through the lenses of - Threat, Mission, History/Lessons
learned and Technology.
3.2.2 The contractor shall integrate material with abilities to immolate equally
comfortable writing, thinking, and analyzing at the strategic, operational, and tactical
levels.
3.2.3. The contractor shall provide expert capability to rapidly distilling essential
elements of information for any environment and clearly, accurately, and compellingly
communicate that information to senior leaders through use of the written word.
3.2.5. Contractor shall provide input to the initial planning for gathering information
related to any of the specific areas of concern already addressed within this PWS to
include related technologies and capabilities, operational, and strategic tactics,
techniques, and procedures.
3.2.7. The contractor shall document findings, and provide analysis and
recommendations in a report producing a future study plan that identifies detailed
assessment of historical data collected, includes operational content, identifies
objectives, and identifies discrete learning demands supporting outcomes of each
conclusion. Highlights discrete issues to be examined within and across the Warfighting
Functions.
3.2.8. Contractor shall integrate current and Future Force warfighting concepts and
capabilities and recommend modifications to analytic plans in order to keep them
aligned with Armys needs.
3.2.9. Contractor shall submit deliverables to designated officials for review and final
approval.
3.2.10. The contractor future study plan shall address: Understanding of Army
concepts and capabilities, integrate partners, integrate conclusions and facts within
ARCIC and CoEs, prepare and plan with community of practice for planning events for
each area to analyze past, current, and future campaign objectives leading to an
analytic plan. The contractor future study plan shall include geographical, terrain,
population, cultural, and social economic effects on end states and assess how past
4
events impact follow-on events in current and future operational environments. Plan
shall address how campaign objectives and associated study questions compare with
actual outcomes. Plan integrates analysis plan with overarching analysis objectives.
Contractor shall provide emerging insights into the final future study plan report in order
to transition initial research, comparative analysis to operational and organizational
developers.
3.2.11. The contractor shall communicate in verbal and written form using the Army
writing style, in accordance with AR 25-50.
3.2.12. The contractor shall apply techniques and skills so as to develop time
constrained products quickly, complying with short suspenses.
3.3.1. A small event will consist of 1-2 SMEs with the appropriate expertise within the
assigned AOR. The SMEs shall provide advisory integration support to the NGW Study
Director. A small event will include one country within an AOR to be studied in order to
advise the Director on specific questions and concerns that the director has.
3.4.1 A medium event will consist of 3-4 SMEs with the appropriate expertise within the
assigned AOR. The SMEs shall provide advisory integration support to the NGW Study
Director. A medium event will include two to four countries within an AOR to be studied
in order to advise the Director on the effects of neighboring countries to the specific
area of concern being addressed.
3.5.1 A large event will consist of 5-10 SMEs with the appropriate expertise within the
assigned AOR. The SMEs shall provide advisory integration support to the NGW Study
5
Director. A large event will include multiple countries within an AOR to be studied in
order to advise the Director on the effects of nearby countries to the specific area of
concern being addressed.
3.6.1 Senior Leaders Symposium (SLS). This one-day event is usually conducted in the
Hampton Roads Region for the ARCIC Director. The government shall provide topic and
coordinate with the contractor to ensure the appropriate level SME is in attendance for
discussion. The contractor shall coordinate the event location and provide event
management for 25-50 participants. (Small Event)
3.7.1 Senior Leaders Symposium (SLS). This one-day event is usually conducted in the
Hampton Roads Region for the ARCIC Director. The government shall provide topic and
coordinate with the contractor to ensure the appropriate level SME is in attendance for
discussion. The contractor shall coordinate the event location and provide event
management for 51-100 participants. (Medium Event)
3.8.1 Senior Leaders Symposium (SLS). This two-day event is usually conducted in the
Hampton Roads Region for the ARCIC Director. The government shall provide topic
and coordinate with the contractor to ensure the appropriate level SME is in attendance
for discussion. The contractor shall coordinate the event location and provide
administrative and planning support, as well as provide event management for 101-250
participants across one to two work groups/ work cells. (Large Event)
3.9.1 Subject Matter Experts. The contractor shall provide Subject Matter Experts (High
Level Hires) for specific projects, reports, studies that inform the TRADOC leadership
on issues associated with New Generation Warfare of a specific AOR.
3.10.1 Directed Study and/or Data Mining. This task will include directed study
questions and research (Data Mining) to address specific leadership questions,
directives, and concerns. These directives vary based on the environment and cannot
be clearly identified until the need arises. When the need does arise, a deliverable
pertaining to a specific topic will be specified. The contractor shall provide Subject
Matter Experts (High Level Hires) for specific projects, reports, studies that inform the
TRADOC leadership on issues associated with New Generation Warfare of a specific
AOR.
6
3.2.13.9NGW Knowledge Management Support - Optional
3.11.1 Knowledge Management Support. The contractor shall provide shall provide
Knowledge Management Support in order to document and catalog all research,
briefings and studies related to New Generation Warfare. Support will include, but not
limited to, creation and maintenance of a dedicated SharePoint site for all New
Generation Warfare products. All personnel assigned to this task must be compliant with
DoD 8570 regulation in regards to network security requirements.
[ADD INFORMATION]
5. Information Security.
5.2. Privacy Act Information: Contractor shall comply with requirements of DoD
Directive (DODD) 5400.11 regarding control of privacy act information. Specifically, the
Contractor shall ensure that any personally identifiable information (such as but not
limited to individuals names and associated personal contact information or social
7
security numbers) is restricted to access required for execution of this TO and is not
disclosed or stored on any unsecure systems.
5.3. Sensitive Information: Work on this contract may require Contractor personnel to
have access to sensitive, privileged, or Privacy Act information. Personnel shall adhere
to the Privacy Act, (5 U.S.C. 552a) and applicable Agency rules and regulations.
Contractor personnel shall not divulge or release privacy data or information developed
or obtained in the performance of this contract award, until made public or specifically
authorized by the Government. The Contractor shall not use, disclose, or reproduce a
third party companys proprietary data, other than as authorized and required in the
performance of this award. The Contractor shall notify the COR within 24 hours,
identifying personnel that no longer require access to Government Information Systems
(IS).
5.5. Government Issued Common Access Card (CAC). The common access card
(CAC) is the DOD personal identity verification credential. In order to receive a CAC,
every employee must be investigated as part of the HSPD-12 process. The type of
investigation used in compliance with HSPD-12 adjudications is the National Agency
Check with Inquiries, or NACI. The NACI serves as the minimum type of investigation
required to be issued a CAC. It consists of several elements, including database and
local agency checks as well as written inquiries. The NACI examines the last five years
of an applicant's life, but no further back than the applicant's 18th birthday. The
Contractor shall be responsible for notifying the Government when an employee departs
so the card can be inactivated. The security manager and or trusted agent shall be
responsible for retrieving the CAC from a departing contractor.
5.6. TARP Training: All Department of Army civilians, military and contractors will
undergo threat-awareness training at least annually. Threat-awareness training will be
presented at the unclassified level to ensure reaching the widest possible audience.
When requested, classified training may be provided to DA personnel possessing the
appropriate clearance.
8
Federal Bureau of Investigation, or the Defense Security Service. Threat awareness
training will be conducted only by CI special agents.
Army contractors hired by units with a CI mission; local national investigators hired by
OCONUS units with a CI mission; commands without organic CI assets will coordinate
with the supporting CI office to arrange for the conduct of training; Commands with
organic CI elements may coordinate with supporting CI offices in order to acquire
training materials which are recent and relevant
5.7. Release of Information: The Contractor shall not release any news (including
photographs and films, public announcements, or denial or confirmation of same) or
ARCIC-related information on any subject matter within this TO or any phase of any
program herein to the media or any other unauthorized users without the prior approval
of the COR.
5.8. Joint Personnel Adjudication System (JPAS): The Installation Security Office will
submit all background investigations on Contractor personnel requiring CAC and/or
network access. Contractors shall submit information into JPAS for each Contractor
employee providing support under this TO. In the event the Contractor does not have
access to JPAS, the Contractor shall submit a Visit Authorization Letter (VAL) to the
Organization's Security Manager for all Contractor personnel. A written VAL will only be
authorized when electronic means are not available.
5.9. Release of Information: The Contractor shall not release any news (including
photographs and films, public announcements, or denial or confirmation of same) or
ARCIC-related information on any subject matter within this TO or any phase of any
program herein to the media or any other unauthorized users without the prior approval
of the COR.
5.10 Joint Personnel Adjudication System (JPAS): The Installation Security Office will
submit all background investigations on Contractor personnel requiring CAC and/or
network access. Contractors shall submit information into JPAS for each Contractor
employee providing support under this TO. In the event the Contractor does not have
access to JPAS, the Contractor shall submit a Visit Authorization Letter (VAL) to the
Organization's Security Manager for all Contractor personnel. A written VAL will only be
authorized when electronic means are not available.
5.11. Secret Internet Protocol Router Network (SIPRNET), Non-Secure Internet Protocol
Router Network (NIPRNET), Secure Telephone Equipment (STE), and Secure Video
Teleconference (SVTC) access is required for performance of this TO. The contractor
shall not access, download or further disseminate any special access data (i.e.
intelligence, NATO, COMSEC, etc.) outside the execution of the defined TO
requirements and without the guidance and written permission of the Contracting
Officer. In the event that any special access is required, the Contracting Officer must
modify the requirements for the DD Form 254. All classified documents will be returned
to the Government upon completion of the TO.
9
5.12. For Contracts That Require Handling or Access to Classified Information. The
contractor shall comply with FAR 52.204-2, Security Requirements. This clause involves
access to information classified "Confidential," "Secret," or "Top Secret" and requires
contractors to comply with (1) the Security Agreement (DD Form 441), including the
National Industrial Security Program Operating Manual DoD 5220.22-M), and (2) any
revisions to DoD 5220.22-M, notice of which has been furnished to the contractor.
5.14. Access and General Protection/Security Policy and Procedures. The contractor
and all associated subcontractors' employees shall comply with applicable installation,
facility, and area commander installation and facility access and local security policies
and procedures (provided by the Government representative). The contractor shall also
provide all information required for background checks to meet installation access
requirements to be accomplished by the installation Provost Marshal Office, Director of
Emergency Services, or Security Office. The contractor workforce must 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) at any individual facility or
installation change, the Government may require changes in contractor security matters
or processes.
10
6.1 Anti-terrorism (AT) Awareness: All Contractor employees, to include Subcontractor
employees, requiring access to Army installations, facilities, and controlled access areas
shall complete AT Level I awareness training within 30 calendar days of TO award. The
Contractor shall submit certificates of completion for each affected Contractor employee
and Subcontractor employee to the COR within 2 workdays of completion of training by
all employees and Subcontractor personnel who begin performance following phase-in.
AT Level I awareness training is available at https://jkodirect.jten.mil and is required
annually thereafter.
6.2 IA Certification: The Contractor shall ensure that personnel accessing IS have the
proper and current IA certification to perform IA functions IAW DoD 8570.01-M, IA
Workforce Improvement Program. The Contractor shall meet the applicable IA
certification requirements, including:
DoD-approved IA workforce certifications appropriate for each category and
level as listed in the current version of DoD 8570.01-M; and
Appropriate operating system certification for IA technical positions as required
by DoD 8570.01-M.
6.3 Upon request by the Government, the Contractor shall provide documentation
supporting the IA certification status of personnel performing IA functions.
6.4 Contractor personnel who do not have proper and current certifications shall be denied
access to DoD IS for the purpose of performing IA functions.
6.5. For Information Assurance (IA)/Information Technology (IT) Training. All contractor
employees and associated subcontractor employees must complete the DoD IA
awareness training before issuance of network access and annually thereafter. All
contractor employees working IA/IT functions must comply with DoD and Army training
requirements in DoDD 8570.01, DoD 8570.01-M, and AR 25-2 within six months of
employment.
6.6. Army Training Certification Tracking System (ATCTS) registration for contractor
employees who require access to government information systems. All contractor
employees with access to a government info system must be registered in the ATCTS
(Army Training Certification Tracking System) at commencement of services, and must
successfully complete the DOD Information Assurance Awareness prior to access to the
IS and then annually thereafter.
6.7 iWATCH: The Contractor and all associated Subcontractors shall brief all
employees on the local iWATCH program (training standards provided by the requiring
activity AT 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 COR. This training shall be completed within 30 calendar days of TO award and
within 30 calendar days of new employees commencing performance.
11
6.8 OPSEC: Contractors shall adhere to TRADOC OPSEC Plan. New Contractor
employees shall complete Level I OPSEC Training within 30 calendar days of their
working on a TO. All Contractors shall complete annual OPSEC Awareness training
(IAW AR 530-1).
6.9. Threat Awareness and Reporting Program (TARP) Training. IAW AR 381-12
Contractors with security clearances will receive threat awareness and education
training annually.
Services provided under this contract are delivered to the United States Government
who retains authority on what information is released to Foreign Persons. All training or
services to coalition partner militaries or contractors for instructional support and training
is directed under, and shall be in accordance with International Traffic in Arms
Regulations - 22 CFR 126.4 (a). All activities relative to coalition partner nations or
contractors must be locally approved by the U.S. Military or GS representative. This
includes formal or informal instruction of foreign persons within the U.S. or abroad
including information publications through various media, training aids, orientation
briefs, training exercises, and military advice. The contractor shall comply with all US
laws, policies, and regulations applicable to the exchange of information with foreign
nationals/foreign countries, including the ITAR, the Export Administration Regulation
(EAR), and policies of the TRADOC foreign disclosure office, in accomplishing the
requirements of this Work Statement.
The Government anticipates various trips of 5-7 days in length to the assigned AOR and
within the Continental United States. All travel will be approved in advance by the
Contracting Officer Representative and reimbursed in accordance with the Joint Travel
Regulation and FAR 31.205-46.
This contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Firm
Fixed Priced task orders. .
The place of performance for this contract will vary depending on the specific task order.
Locations will include but not limited to any TRADOC location, various service War
Colleges, Joint Forces Command Suffolk Complex, Norfolk Naval Station including
surrounding bases, National Capital Region, and ARCIC, located on Ft. Eustis, VA.
12
The period of performance for this contract will be base (12 months) plus 4 option years.
12.1 The New Generation Warfare (NGW) Future Study Plan and Events contractor
shall consist of Regional Subject Matter experts that are extremely proficient in
International Studies or International Law with specific technical expertise providing
previous DoD advisory experience to CSA, SecARMY, Chairman Joint Chiefs of Staff,
SECDEF and other Senior Military Leaders. Contractor shall have previous experience
in the participation of DoD studies of NWG; expertise on emerging country specific
technologies, capabilities, and country development of tactical, operational, and
strategic tactics, techniques, and procedures. Experience as author of publications,
briefings, wargame development or participation on NWG events. Contractor must
possess personnel with expertise on all areas of concern, prior travel experience to
localities throughout assigned AOR and the Anti-Terrorist Operation Zone in the
requested area of concern as listed in section 3.1.
12.2 The contractor shall have in depth knowledge of the history of Army institutional
reform from 1970 - Present.
12.3 The contractor shall have unique depth and breadth of institutional and
operational experience.
12.4 The contractor shall have operational assignments, several years experience in
Army and Joint capability development, with service in a 4 star headquarters.
12.5 The contractor shall demonstrate knowledge at the Brigade Command level
being a graduate of the Army War College and JPME II qualified officer.
Demonstrate advanced research and critical thinking skills at the level of the Army
Concept Framework (Army Capstone, Operating, Functional and Operational &
Organizational Concepts).
12.6 The contract shall perform extensive writing skills and demonstrate experience
articulating complex issues and topics in writing.
13
Contractor and Subcontractor personnel performing work under this contract may
receive, have access to, or participate in the development of proprietary or source
selection information (e.g., cost or pricing information, budget information or analyses,
specifications or work statements, etc.) or perform evaluation services which may create
a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR
Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it
becomes aware that such access or participation may result in any actual or potential
OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any
such OCI. The Contractors mitigation plan will be determined to be acceptable solely
at the discretion of the Contracting Officer and in the event the Contracting Officer
unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated,
the Contracting Officer may affect other remedies as he or she deems necessary,
including prohibiting the Contractor from participation in subsequent contracted
requirements which may be affected by the OCI.
All Contractor personnel (to include Subcontractors, teaming partners, and consultants)
personally and substantially involved in the performance of this TO shall execute and
submit a Non-Disclosure Agreement for Contractor Employees Form (See Attachment
C). Execution of this Non-Disclosure Agreement by Contractor Employees (to include
supervisors) is required prior to the commencement of any work on this contract and
whenever replacement Contractor personnel are proposed. Any information obtained or
provided in the performance of this contract shall only to be used in the performance of
this contract. Additionally, the Contractor (and any Subcontractors, consultants or
teaming partners) shall complete and sign Attachment D, Sensitive Data Non-Disclosure
Agreement.
The contractor will report ALL contractor labor hours (including subcontractor labor
hours) required for performance of services provided under this task order for FWD
FSP/UQ support via a secure data collection site. The contractor is required to
completely fill in all required data fields using the following web address:
http://www.ecmra.mil, and then click on Department of the Army CMRA or the icon of
the DoD organization that is receiving or benefitting from the contracted services.
16.0 Deliverables
14
16.2. The Government will have the responsibility to review all deliverables, including
the validity of the data contained within and the overall quality of the output, and to
provide written notification of acceptance or rejection of all deliverables within 15
workdays. The Government has the responsibility and the right to reject or require
correction to any output that does not meet the requirements of the PWS. All
notifications of rejection will be accompanied with an explanation of the specific
deficiencies causing the rejection. The Contractor shall respond by correcting the
deliverable deficiencies before re-submission within the specific tasks specified time. If
no corrections, additions, or rewrites are required, the submission shall become the final
document. The Government will be the final authority with regard to final acceptance
and approval of this document.
16.3. Notice Regarding Late Delivery: The Contractor shall notify the COR as soon as it
becomes apparent to the Contractor that a scheduled delivery will be late. The
Contractor shall include in the notification the rationale for late delivery, the expected
date for the delivery and the projected impact of the late delivery. The Contracting
Officer will review the new schedule and provide guidance to the Contractor via a
contract modification, if warranted. Such notification in no way limits the Government's
right to any and all rights and remedies up to and including termination.
16.4. Basis of Inspection and Acceptance: The deliverables will be inspected for
content, completeness, accuracy, and conformance to TO requirements by the
Government. Inspection will include validation of information as specified in the TO.
The basis for inspection and acceptance shall be Contractor compliance with the
requirements as set forth in the TO award, the Contractors response and other terms
and conditions of the TO including the Government QASP. Any products and services
rejected shall be corrected IAW the applicable clauses.
16.5. Reports, documents, and narrative type deliverables will be accepted when all
discrepancies, errors, or other deficiencies identified by the Government have been
corrected.
16.6. The Contractor shall use best commercial practice for formatting deliverables.
16.8. If the Government finds that a deliverable contains spelling errors, grammatical
errors, improper format, or otherwise does not conform to the requirements stated, the
document may be immediately rejected without further review and returned to the
Contractor for correction and re-submission.
15
Alternate Contracting
NGW Advisory Monthly during Briefing (PDF Officers Representative
Update study slides) (ACOR) Director, NGW
Study Group
Travel Advisory Monthly during Briefing (slides not ACOR Director, NGW
Update study required) Study Group
NGW Editing 2x per study Written summary ACOR Director, NGW
Support requested (Word) Study Group
Future Study Quarterly during Written summary ACOR Director, NGW
Plan study (Word) Study Group
1 per study Written summary ACOR/ Director, NGW
Final Study
requested (Word) Study Group
Integration
Advisory Various Specified ACOR/ Director, NGW
As requested
Support Small within Task Order Study Group
(1-2 SMEs)
Integration
Advisory
Various Specified ACOR/ Director, NGW
Support As requested
within Task Order Study Group
Medium
(3-4 SMEs)
Integration
Advisory Various Specified ACOR/ Director, NGW
As requested
Support Large within Task Order Study Group
(5+ SMEs)
Senior Leaders
Various Specified ACOR/ Director, NGW
Symposium - As requested
within Task Order Study Group
Small
Senior Leaders
Various Specified ACOR/ Director, NGW
Symposium - As requested
within Task Order Study Group
Medium
Senior Leaders
Various Specified ACOR/ Director, NGW
Symposium - As requested
within Task Order Study Group
Large
NGW Subject Various Specified ACOR/ Director, NGW
As requested
Matter Expert within Task Order Study Group
Directed Study
Various Specified ACOR/ Director, NGW
and/or Data As requested
within Task Order Study Group
Mining
Knowledge
ACOR/ Director, NGW
Management As requested SharePoint
Study Group
Support
16
ATTACHMENT A
Analyst, Senior
Provides policy and guidance recommendation to government senior level staff, based
on thorough analysis that utilizes accepted theory, principles and methods. Operates in
multinational, interagency, joint, and service unique environments. Applies operational
background and experience gained from military service and leadership roles, as well
as operational proficiency in analytic theory and principles, during joint and combined
operations at tactical, operational and strategic levels of warfare to solve current and/or
future mission needs or to correct problem areas. Develops operational ideas in
specialty area, and develops effective implementation schemes. Plans, develops,
coordinates, and direct several small complex projects. Leads working groups,
analytical activities, education and other forums as required to accomplish required end
results of specific tasks.
Experience: Must have a M.S. degree and be a graduate of a service War College. Must
have 15+ years of experience in analytical analysis of country
Analyst, Intermediate
Provides policy and guidance recommendation to government senior level staff, based
on thorough analysis that utilizes accepted theory, principles and methods. Operates in
multinational, interagency, joint, and service unique environments. Applies operational
background and experience gained from military service and leadership roles, as well
as operational proficiency in analytic theory and principles, during joint and combined
operations at tactical, operational and strategic levels of warfare to solve current and/or
future mission needs or to correct problem areas. Develops operational ideas in
specialty area, and develops effective implementation schemes. Plans, develops,
coordinates, and direct several small complex projects. Leads working groups,
analytical activities, education and other forums as required to accomplish required end
results of specific tasks.
Experience: Must have a bachelors degree in the task related discipline and have a
minimum of 3 years of task related job experience. Three additional years of task
related experience (a total of six years) may be used in lieu of a bachelors degree from
an accredited college or university
17
Document Specialist
Gathers, analyzes and composes technical information. Conducts research and
ensures the use of proper technical terminology. Translates technical information into
clear, readable documents to be used by technical and non-technical personnel.
Experience: Must have associates degree in business or other related field with 2 years
of experience or a min of 6 years of specific work experience. Military experience is a
plus.
18
under consultative direction toward predetermined long-range goals and objectives.
Assignments are often self-initiated. Determines and pursues courses of action
necessary to obtain desired results. Develops advanced technological ideas and guides
their development into a final product. Expertise is in a particular area of Information
Technology (e.g., Information Systems Architecture, Telecommunications Systems
Design, Architecture, Implementation, Information Systems Integration, Software
Development Methodologies, Security Engineering, Communications and Network
Systems Management), or a specific functional area (e.g., finance, logistics, and
operations research).
Experience: Must have a Masters Degree, be a graduate of a service War College and
be an expert in the Area of Concern for a specific topic related to that task which
includes the trends of the military, economy and politics. Must have 10+ years of
experience.
19
Contributes to the completion of specific programs and projects. Expertise is in a
particular area of Information Technology (e.g., Information Systems Architecture,
Telecommunications Systems Design, Architecture, Implementation, Information
Systems Integration, Software Development Methodologies, Security Engineering,
Communications and Network Systems Management), or a specific functional area
(e.g., finance, logistics, and operations research).
Experience: Must have a Bachelors Degree and be an expert in the Area of Concern
for a specific topic related to that task which includes the trends of the military, economy
and politics. Must have 5+ years of experience. Military experience is preferred.
20
Attachment B
Performance Requirement Summary (PRS)
21
Performance Method of Acceptable
Requirement (with Measurement Quality Level Performance
PWS reference) (AQL) Incentive/Disincentive
Adherence to Timeliness: Contractor compliance to
Schedule 97% Inspection Contractor the timeliness and quality
of Deliverable/ meets performance standards will
(Milestones, Products for use delivery be tallied for CPAR reporting
suspense dates, by ARCIC, requirements periods and the results of
periods of TRADOC and excluding the data will be used to
performance, the Joint Government substantiate objective
and/or deliverable Community. caused ratings of contractor
submission dates) Random delays performance.
inspection of
internal work Quality: As appropriate, document
Contractor past-performance report
delivery of card, paying particular
products attention to performance
and/or that exceeded the standard.
services
meets all When performance is below
contract standard for a given time
requirements. period, require the
contractor to re-perform the
Problems service at no additional cost
that are to the government.
encountered Document past-performance
are minor report card, paying
and resolved particular attention to
in a performance that failed to
satisfactory meet the standard.
manner.
22
Attachment C
Non-Disclosure Agreement for Contractor Employees
2. It is the United States Governments intent to strictly protect and manage access to,
and to prevent unauthorized disclosure of the Governments information. This includes
preventing disclosure of sensitive and non-public related information to anyone not
working on the Contract.
4. I certify that I shall not use Protected Information other than in performance of my
assignment under the Contract, and that I shall only disclose Protected Information to
either (INSERT COMPANY NAME) employees working on this Contract, Government
employees, or other personnel authorized by FWD Chief or the Contracting Officers
Representative.
8. I will not disclose or use any sensitive and non-public information or any Protected
Information in any manner inconsistent with the laws, regulations, or policies of the
23
United States Government or any agency thereof, including 18 U.S.C. 1905,
Disclosure of Confidential Information, and 41 U.S.C. 2101-2107 (also referred to as
the Procurement Integrity Act).
10. I further understand that the penalty for unauthorized disclosure or use of Protected
Information may result in disciplinary actions, including dismissal from my employer.
_______________________
Employee Name (Printed)
_______________________
Employee Signature
_______________________
Date
_______________________
Employer/Supervisor Name (Printed)
_______________________
Employer/Supervisor Signature
_______________________
Date
24
Attachment D
SENSITIVE DATA/INFORMATION NON-DISCLOSURE AGREEMENT
Department of the Army, U.S. Army, Training and Doctrine Command (TRADOC)
Army Capabilities Integration Center (ARCIC), FUTURE WARFARE DIVISION
(FWD)
3. (INSERT NAME OF CONTRACTOR) has been advised that any breach of this
Agreement may result in the termination of its access to sensitive data, which, if such
termination effectively negates (INSERT NAME OF CONTRACTOR) ability to perform
assigned duties, may lead to the termination of this Contract and/or other relationships
with the Departments or Agencies that granted it access. (INSERT NAME OF
CONTRACTOR) is aware that unauthorized release or mishandling of sensitive
data/information may be grounds for adverse action against (INSERT NAME OF
25
CONTRACTOR). Unauthorized disclosure and/or misuse of Privacy Act
data/information or other sensitive data/information may constitute a violation of United
States civil and criminal law.
(a) Signed Agreements. The Contractor agrees to sign an agreement to this effect with
carriers, and other private or public entities providing proprietary data for performance
under this Contract. As part of this Agreement, the Contractor shall inform all parties of
its agreement to allow certain Government-designated contractors access to
data/information. One copy of each signed agreement shall be forwarded to the
Contracting Officer.
(b) Government Designated Contractors. The Contractor agrees to allow the below
listed Government-designated support contractors, possessing appropriate proprietary
agreements and retained by the Government to advise the Government on cost,
schedule and technical matters pertaining to this contract, access to any unlimited rights
data acquired under the terms and conditions of this contract and to sign reciprocal
nondisclosure agreements with them. One copy of each signed agreement shall be
forwarded to the Contracting Officer.
26
All Government-designated contractors stated herein or added at a future date shall
also enter into nondisclosure agreements with all parties providing proprietary
information to the Contractor.
(c) Remedy for Breach. The Contractor acknowledges that any breach or violation of the
Agreement may constitute a material and substantial breach of the terms, conditions
and provisions of the Contract and that the Government may, in addition to any other
remedy available, terminate this contract for default in accordance with the provisions of
FAR 52.249-8 Default (Fixed-Price Supply and Service). Nothing in this Agreement or
Contract shall be construed to mean that the Government shall be liable to the owners
of proprietary information in any way for the unauthorized release or use of proprietary
information by this Contractor or its subcontractors.
______________________________ _____________________________
SIGNATURE SIGNATURE
_______________________________ _____________________________
DATE DATE
______________________________ _____________________________
TITLE/POSITION: TITLE/POSITION:
27
CLIN Structure
28
0039 NORTHCOM Future Study Plan
0040 NORTHCOM Final Study
0041 NORTHCOM Directed Study and/or Data Mining
0042 NORTHCOM Travel
0043 Integration Advisory Support - Small Event (1-2 SMEs)
0044 Integration Advisory Support - Medium Event (3-4
SMEs)
0045 Integration Advisory Support - Large Event (5+ SMEs)
0046 Senior Leaders Symposium - Small
0047 Senior Leaders Symposium - Medium
0048 Senior Leaders Symposium - Large
0049 NGW Subject Matter Expert - Senior
0050 NGW Subject Matter Expert - Intermediate
0051 NGW Subject Matter Expert - Junior
0053 Knowledge Management Support
29