Home / Essays / Technical Exercise Solution

Technical Exercise Solution

Acquisition and Requirements Division

ITEM:    DESCRITPTION OF MATERIALS AND SERVICES TO BE PURCHASED
QUANTITY
UNIT    ESTIMATE    TOTAL

OPTIONAL FORM 36 – CONTINUATION SHEET

ITEM NO    SUPPLIES/SERVICES    ESTIMATED QUANTITY    UNIT    UNIT PRICE    AMOUNT
0001            Hours
Period of performance  Base Year
LH
Technical Support Manager, period of Performance 01 October 2004 to 30 Sep2005. In accordance with Task 1 of the PWS
PURCHASE REQUEST NUMBER: W90A9L-3274-3000-000

TOT ESTIMATED PRICE
CEILING PRICE

FOB:  Destination

ITEM NO    SUPPLIES/SERVICES    ESTIMATED QUANTITY    UNIT    UNIT PRICE    AMOUNT
0002            Hours
Period of Performance Base Year
LH
Junior System Analyst, The period of performance 01 October 2004 – 30 September 2005 with base year. Associated with Task 2 of the PWS.
PURCHASE REQUEST NUMBER: W90A9L-3274-3000-000

TOT ESTIMATED PRICE
CEILING PRICE

FOB:  Destination

ITEM NO    SUPPLIES/SERVICES    ESTIMATED QUANTITY    UNIT    UNIT PRICE    AMOUNT
0003            Hours
Period of performance Base Year
LH
Production Support Specialist.  The period of performance 01 October  2004 – 30 September 2005. Associated with Task 3 of the PWS.

PURCHASE REQUEST NUMBER: W90A9L-3274-3000-000

TOT ESTIMATED PRICE
CEILING PRICE

FOB:  Destination

ITEM NO    SUPPLIES/SERVICES    ESTIMATED QUANTITY    UNIT    UNIT PRICE    AMOUNT
1001            Hours
OPTION    Period of performance – Option year 1
LH
Technical Support Manager period of Performance 01 October 2005 to 30 Sep 2006. In accordance with Task 1 of the PWS.

TOT ESTIMATED PRICE
CEILING PRICE

FOB:  Destination

ITEM NO    SUPPLIES/SERVICES    ESTIMATED QUANTITY    UNIT    UNIT PRICE    AMOUNT
1002            Hours
OPTION    Period of Performance Option Year 1
LH
System Analyst, Junior.  The period of performance 01 October 2005 – 30 September 2006. Task 2 of the PWS.

TOT ESTIMATED PRICE
CEILING PRICE

FOB:  Destination

ITEM NO    SUPPLIES/SERVICES    ESTIMATED QUANTITY    UNIT    UNIT PRICE    AMOUNT
1003            Hours
OPTION    Period of performance – Option Year 1
LH
Production Support Specialist – The period of performance 01 October 2005 to 30 September 2006. Task 3 of the PWS.

TOT ESTIMATED PRICE
CEILING PRICE

FOB:  Destination

ITEM NO    SUPPLIES/SERVICES    ESTIMATED QUANTITY    UNIT    UNIT PRICE    AMOUNT
2001            Hours
OPTION    Period of performance – Option year 2
LH
Technical Support Manager period of Performance 01 October 2006 to 30 September 2007.  Task 1 of the PWS

TOT ESTIMATED PRICE
CEILING PRICE

FOB:  Destination

ITEM NO    SUPPLIES/SERVICES    ESTIMATED QUANTITY    UNIT    UNIT PRICE    AMOUNT
2002            Hours
OPTION    Period of Performance, Option Year 2
LH
System Analyst, Junior.  The period of performance 01 October 2006 – 30 September 2007. Task 2 of the PWS.

TOT ESTIMATED PRICE
CEILING PRICE

FOB:  Destination

ITEM NO    SUPPLIES/SERVICES    ESTIMATED QUANTITY    UNIT    UNIT PRICE    AMOUNT
2004            Hours
OPTION    Period of performance – Option Year 2
LH
Production Support Specialist. The period of performance 01 October 2006 – 30 September 2007. Task 3 of the PWS

TOT ESTIMATED PRICE
CEILING PRICE

FOB:  Destination

ITEM NO    SUPPLIES/SERVICES    ESTIMATED QUANTITY    UNIT    UNIT PRICE    AMOUNT
3001            Hours
OPTION    Period of performance – Option Year 3
LH
Technical Support Manager period of Performance 01 October 2007 to 30 September 2008.  Task 1 of the PWS

TOT ESTIMATED PRICE
CEILING PRICE

FOB:  Destination

ITEM NO    SUPPLIES/SERVICES    ESTIMATED QUANTITY    UNIT    UNIT PRICE    AMOUNT
3002            Hours
OPTION    Period of Performance Option Year 3
LH
System Analyst, Junior.  The period of performance 01 October 2007 – 30 September 2008. Task 2 of the PWS.

TOT ESTIMATED PRICE
CEILING PRICE

FOB:  Destination

ITEM NO    SUPPLIES/SERVICES    ESTIMATED QUANTITY    UNIT    UNIT PRICE    AMOUNT
3003            Hours
OPTION    Period of performance Option Year 3
LH
Production Support Specialist.  The period of performance 01 October 2007 – 30 September 2008. Task 3 of the PWS

TOT ESTIMATED PRICE
CEILING PRICE

FOB:  Destination

STATEMENT OF WORK

PERFORMANCE WORK STATEMENT (PWS)

FOR

Technical Support Services

Acquisition Requirements Division,
Information Technology Agency

September 2004

1.  General Information

1.1  Introduction/Background

The Information Technology Agency (ITA) provides Information Technology (IT) services to customers throughout the National Capital Region (NCR).  The Acquisitions and Requirement Division (ITA-AR) exercises primary staff supervision overall contracting and acquisition functions for Information Technology Agency  (ITA).  These functions include:  acquisition strategic planning, contract management (hardware, software, services, maintenance and facilities contracts), ITA contracting and acquisition policy and procedures; IMPAC cards policy and execution; outsourcing, contract consolidation/assessment; and special acquisitions. e.g., Blanket Purchase Agreements, Indefinite Delivery contracts; and projects with special program emphasis.  The Acquisition Requirements Division is the primary interface between ITA and the contracting service providers, principal acquisition advocate for the Agency and is the single point of contact for the ITA IMPAC Credit Card Program.

1.2 Objective

The objective of this Performance Work Statement (PWS) is to establish technical support services for the Acquisition Requirements Division, Information Technology Agency (ITA-AR).     This is a non-personal services contract; personnel performing work under this contract are not employees of the Government.

1.3 Scope of Work

The contractor shall provide services for production support, database management and administration, system analysis, system implementation, user training, user support, project management, and metrics, standard/adhoc reporting.  The Contractor shall support a customer base of approximately 1288 persons with a credit card and contract volume of 1800 requirements per year.  Anticipated labor categories include the following:

Task    Estimated Hours    Estimated FTEs
Technical Support Manager
Period of Performance
01 October 2004 – 30 September 2005     2000    1
System Analyst, Junior
Period of Performance
1 October 2004 – 30 September 2005    2000    1
Production Support Specialist
01 October 2004 – 30 September 2005    2000    1
Total Estimated FTE    6000    3

1.4 Period of Performance.  The period of performance shall be for one (1) Base Year and Three 3 option years.  The Period of Performance will be as follows:

Base Year            1 October 2004 through 30 September 2005
Option Year I        1 October 2005 through 30 September 2006
Option Year II        1 October 2006 through 30 September 2007
Option Year III              1 October 2007 through 30 September 2008

The Government reserves the right to extend the term of this contract at the prices set forth in Section B in accordance with the terms and conditions contained in clause 52.217-9 entitled, “Option to Extend the Term of the Contact”.

1.5  Quality Assurance Plan:  The government shall evaluate the contractor’s performance under this contract in accordance with the quality Assurance Surveillance Plan.

1.5.1 Quality Control:  In accordance with the requirements of FAR 46.105, Contractor Responsibilities, the Contractor shall establish a Quality Control Plan to ensure that services and products provided to ITA meet or exceed the quality requirements Performance Work Statement (PWS).  The QC Plan is the means by which the Contractor assures himself that his work complies with the requirements of the contract.  This QCP recognizes that the contractor, not the government, is responsible for management and quality control actions required to meet the term of the contract.  The QC Plan shall be submitted within 30 days of contract award.  The file or record system must document all corrective action taken and must be made available to the Government at any time during the term of this contract.  The KO will notify the Contractor of acceptance or required modification within 30 days after initial submission.  The contractor shall make appropriate modifications and obtain acceptance of the plan by the KO within 15 days of notification.

1.5.2 Government Remedies:  The contracting officer shall follow FAR 52.212-4, “Contract Terms and Conditions-Commercial Items” or 52.246-4, “Inspection of Services-Fixed Price” for contractor’s failure to perform satisfactory services or failure to correct non-conforming services.

1.5.3 Recognized Holidays:  Federal Law (5 U.S.C. 6103) establishes the following public holidays for Federal employees: New Years Day, Birthday of Martin Luther King Jr., Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day.

1.5.4   Post Award Conference/Periodic Progress Meetings:  The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor’s performance.  At these meetings the contracting officer will apprise the contractor of how the government views the contractor’s performance and the contractor will apprise the Government of problems, if any, being experienced.  The contractor will also notify the contracting officer (in writing) of any work being performed, if any, that the contractor considers over and above the requirements of the contract.  Appropriate action shall be taken to resolve outstanding issues.
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; coordinate availability of government furnished property, 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, especially with regard to changes in cost or price, estimates or changes in delivery dates.  The COR is not authorized to change any of the terms and conditions of the resulting order.

1.5.6 Contract Manager:  The contractor shall provide a contract manager who shall be responsible for the performance of the work.  The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer.  The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract.

1.5.7   Identification of Contractor Employees: All contract 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.  They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed.  Contractor’s personnel will be required to obtain and wear badges in the performance of this service.

Part 2
DEFINITIONS and ACRONYMS

COR – Contracting Officer’s Representative:  A JDIT-ITA government employee (military or civilian) who is assigned the responsibility of administrating a contract on a day-to-day basic.

HQDA – Headquarters Department of Army:  Government agency that provides and sustains the information technology products and services to the Centagon community.

DOD – Department Of Defense:  A group of organization within the government, which is responsible national defense and security.

KO  – Contracting Officer:  A government official authorized to enter into or administer procurement contract and make related determination and findings.

QC – Quality Control:  Those actions taken by a contractor in conformance with their approved inspection system (as required by the Inspection Clause) to control the production of goods or services so that they will meet the requirement of the PBSOW.

QASP – Quality Assurance Surveillance Plan:  It is designed to provide an effective surveillance method of monitoring contractor performance for each listed objective on the Service Delivery Summary (SDS) in the maintenance contract.

KWS – Knowledge Worker System:  KWS provides an on-line model of all the processes assigned to an organization.  It delivers task-specific information to the person performing the work, on an as-needed basis.  KWS links all task assignments, files related to the task, information when the task is due, relevant automated tools, and filters all these resources back to the person actually executing the work.

ISO 9001:  International Organization for Standardization family of international quality management standards and guidelines has earned a global reputation as the basis for establishing quality management systems.

AR – Acquisition and Requirement:  The Acquisition and Requirement Division (ITA) exercises primary staff supervision over all contracting and acquisition functions for ITA.

USAITA – United States Army Information Technology Agency: Government agency that provides and sustains the information technology products and services to the Centagon Community.

Part 3
Government Furnished Property, Equipment, and Services

3.1    General:  The government will provide office space, furnishings, telephone service, storage space, desktop, software, access, test equipment, and tools necessary to perform required functions of this PWS.  The contractor shall not use property provided by the Government for any purpose other than what is contained in this PWS.

3.2  Equipment:  The Government will provide:

Computer Systems (Monitor, CPU, Mouse, Keyboard)
Peripherals (Printers, Scanners)
Software

3.3  Services: NA

3.4  Facilities:  The Government will furnish the necessary workspace for the contractor staff to provide the support outlined in this PWS to include desk space, telephones, computers and other items necessary to maintain an office environment.

Part 4
Contractor Furnished Items and Services

4.1 General:  Except for those items specifically stated to be government furnished in Section C-3, the contractor shall furnish everything required to perform this PWS.

4.2 Secret Facility Clearance:  N/A

Part 5
Specific Tasks

5.1 Task 1  – Technical Support Manager

5.1.1 The Contractor shall serve as the Project Manager for the transition and implementation of the new Requirement system.

5.1.2 The Contractor shall coordinate with designated government personnel on the conversion of the Knowledge Worker System (KWS) to the new requirements tracking system and monitoring both KWS and new system during the pilot and fielding phases.

5.1.3 The Contractor shall coordinate with designated government personnel and conduct briefings and presentations to management level and Director of ITA of the new system.

5.1.4 The Contractor shall present demonstrations and pilot program to service center personnel and directors.

5.1.5 The Contractor shall develop and implement the fielding plans for the new requirements tracking system.

5.1.6 The Contractor shall develop the following Management Plans:

?    Project Management Plan
?    Risk Management Plan
?    Quality Management Plan
?    Test and Acceptance Management Plan
?    Transition Management Plan

5.1.7 The contractor shall conduct monthly IPRs to various management levels of ITA to discuss:
?    Milestone schedule and project variances
?    Project risk and risk management strategy
?    Status of deliverables
?    Potential scope issues
?    Issues impacting success
?    Fielding and training

5.1.8 The Contractor shall serve as technical coordinator to oversee all technology needs or requirements within the division. Provide user support and assistance to the new system users.  Coordinate all technology troubleshooting and enhancements. Perform key coordination with other division technology assets, CARE, eDarts, and Warehouse operations. Develop technology driven process changes for the Division and Service Centers.

5.1.9 The Contractor shall develop Performance Work Statements (PWS), Quality Assurance
Surveillance Plan (QASP), Independent Government Cost Estimate (IGCE), and prepare the Department of Defense Contract Security Classification Specification Form (DD254).

5.1.10 The Contractor shall prepare acquisition requirements documentation packages, which shall include IGCE, PWS, QASP, DD254, and designated Contracting Officer Representative or Point of Contact letter.

5.1.11 The Contractor shall perform business process evaluations on current systems and applications in an effort to improve business processes.  Contractor shall provide evaluation report to government personnel for review.

?    Meet with appropriate government staff quarterly to review current acquisition processes.
?    Make appropriate changes to flow charts using iGraphics software.
?    Develop and update flowchart procedures.
?    Ensure the acquisition processes are compliant with ISO 9001

5.1.12 The Contractor shall prepare acquisition requirements documentation. The Contractor shall develop and convert Statements of Work to Performance Work Statements and develop QASP’s for surveillance of contracts.

5.1.13 The Contractor shall describe innovations to streamline business practices, to reduce costs, and improve customer service, in accordance with ITA’s implementation of IT Service Management (ITSM).

5.1.14 The Contractor shall review monthly metrics reports and brief various ITA management staff levels on metrics, which will be conducted monthly.

Date    Management
5th of the Month    Reviews Metric Report
8th of the Month    Brief AR Staff
15th of the Month    Brief  Director NISO
20th of the Month    Brief  ITA Director

5.1.15   Contractor shall note deficiencies and prepare a corrections plan of action within 10 days after initial briefing date.

5.2 Task 2  – System Analyst, Junior

5.2.1 The Contractor shall provide Acquisition /system support to a team of Acquisition professionals.  This requires expert knowledge in preparing Simplified Acquisition procedures, in the use of Microsoft Office Word Processing, Excel Spreadsheet, Access database, and graphic presentation software programs used in an office automation environment.

5.2.2    The Contractor shall develop Performance Work Statements (PWS), Quality Assurance
Surveillance Plan (QASP), Independent Government Cost Estimate (IGCE), and prepare the Department of Defense Contract Security Classification Specification Form (DD254).

5.2.3 The Contractor shall prepare acquisition requirements documentation package, which shall include IGCE, PWS, QASP, DD254, and designated Contracting Officer Representative or Point of Contact letter.
5.2.4 The Contractor shall provide monthly status reports, database support, troubleshoot database problems and issues.
5.2.5 The Contractor shall provide adhoc reports from the database on acquisition status to the government team leaders.
5.2.6 The Contractor shall update and provide daily status on expiring contracts list.
5.2.7 The Contractor shall monitor suspense dates and identify to the AR Division Chief, all acquisition contracts due to expire within one hundred twenty (120) days of their expiration date or option periods and perform the same for credit card purchases in excel spreadsheet presentations and graphs.
5.2.8 The Contractor shall serve as System Administrator for the Knowledge Worker System (KWS) and support the Technical Support Manager on the new requirement system in fielding and implementation of the new Requirements system.   Also as serve as system administrator to the new requirements system.
5.2.9 The Contractor shall update the Business Process Review charts (As is and To be) and disseminate to AR Division Chief and Team Leaders. The Contractor shall make all corrections and modifications after review from AR Division Chief and Team Leaders.
5.3 Task 3 – Production Support Specialist

5.3.1 The contractor shall receive, screen, input and scan requirements documents from the service centers into the KWS system.  The Contractor shall assign requirement to the buyer and notify customer of log number.  This requirement requires expert knowledge in the use of the Microsoft Office Suite such as Word processing, Excel spreadsheet, Access database, and graphic presentation software programs and KWS system.

5.3.2 The Contractor shall develop and disseminate monthly acquisition metrics to Team Leaders and the AR Director. The Contractor shall prepare and maintain the monthly metrics analysis on the processing time frames of credit card purchases and contract awards.

5.3.3 The Contractor shall provide data analysis by identifying trends and possible errors in Knowledge Worker System (KWS) database which tracks all Acquisition contracts and credit card purchase items by comparing contract documents and credit card buys to database entry.

5.3.4 The Contractor shall manage and support the Knowledge Worker System (KWS) database, which currently tracks all Acquisition contracts and credit card purchase items.
5.3.5 The Contractor shall convert database information into presentation documents such as graphs, spreadsheets, and technical reports.

5.3.6 The Contractor shall receive the pre-validation budget report from the PSO on a monthly basis.  The Contractor shall disseminate this report to AR personnel and collect information and prepare pre-validation response report to Government management within ten days (15) from receipt.  The Contractor shall provide a report to AR Director and PSO on the findings.

5.3.7 The Contractor shall receive, compile and verify data for adhoc reports, prepare briefing materials, and perform data entry.

5.3.8 The Contractor shall extract purchase request requirements from the KWS and disseminate to Acquisition team members.

5.3.9 The Contractor shall prepare a monthly requirement status report to identifying requirements workload.  This report shall be rolled up into an annual report that is presented to the Director of ITA.

Technical Exhibit 1
Performance Requirements Summary

The contractor service requirements are summarized into performance objectives that relate directly to mission essential items.  The performance threshold briefly describes the minimum acceptable levels of service required for each requirement.  These thresholds are critical to mission success.

Performance Objective    Standard    Performance Threshold    Method of Surveillance
PRS#1.  Prepare Metrics.  The Contractor shall prepare and disseminate monthly acquisition metrics to Team Leaders and the AR Director. The Contractor shall prepare the monthly metrics analysis on the processing time frames of credit card purchases and contract awards.
5.3.2    100% of the time the Contractor shall prepare and disseminate monthly acquisition metrics to Team Leaders and the AR Director. The Contractor shall prepare the monthly metrics analysis on the processing time frames of credit card purchases and contract awards.     No more than three allowable deficiencies.    Periodic evaluation (Quarterly)
PRS# 2.  Support KWS System.  The Contractor shall manage and support the Knowledge Worker System (KWS) database, which tracks all Acquisition contracts and credit card purchase items.
5.3.4    100% of the time, the contractor shall manage and support the Knowledge Worker System (KWS) database, which tracks all Acquisition contracts and credit card purchase items.      No more than two allowable deficiencies.
Periodic evaluation
(Monthly)

PRS# 3.  Monitor Suspense Dates.  The Contractor shall monitor suspense dates and identify to the AR Division on all acquisition contract orders due to expire within one hundred and twenty days of their expiration date or option periods and perform the same for credit card purchases.
5.2.7    100% of the time, The Contractor shall monitor suspense dates and identify to the AR Division on all acquisition contract orders due to expire within one hundred and twenty days of their expiration date or option periods and perform the same for credit card purchases.    No more than six allowable deficiencies.    Periodic evaluation
(Quarterly)

PRS# 4 Prepare Acquisition Requirements Packages.  The Contractor shall prepare acquisition requirements documentation packages, which shall include IGCE, PWS, QASP, DD254, and designated Contracting Officer Representative or Point of Contact letter.
5.2.3, 5.1.10    90% of the time, the contractor shall prepare acquisition requirements documentation package     No more than six allowable deficiencies    Periodic evaluation
(Quarterly)

Type of Surveillance to select from:

Periodic Inspection:  The government quality assurance (QA) person(s) will receive monthly reports from the contractor as stated in this PWS.

Performance Standard:  Performance of services is acceptable if all of the required reports have been submitted on time without any defects.

Procedures:  When reports are received, the QA personnel will ensure all the required data is correct.  If the QA personnel discover an error in the report he/she will notify the contractor to correct the problem.  If the problem cannot be settled at this level, the Contracting Officer will be notified and asked for a final decision in writing.

Phase-In Period:  The government will not perform any monitoring.

Technical Exhibit 2
Deliverables Schedule

Deliverable    Frequency    # of Copies    Medium/Format    Submit to
Fielding Plan
5.1.5    Due 10 days following decision on new Requirement System    4    Electronic copy on the shared drive and hard copy    AR Director, Team Leaders
Management Plans:  Project Management Plan, Risk Management Plan, Quality Management Plan, Test and Acceptance Management Plan, Transition Management Plan
5.1.6    Due NLT 60 days following contract initiation    4    Electronic and hard copy    AR Director and Team Leaders
Monthly IPR
5.1.7    Due NLT the 15th day of each month following     4    Electronic and hard copy    AR Director, Team Leaders, ITA staff
Business Process Evaluation Report
5.1.11    Due quarterly following contract initiation    4    Electronic copy to shared drive and hard copy    AR Director and Team Leaders
Monthly Status
Report 5.2.4    Prepare NTL 3rd day of the month    4    Electronic    AR Director and Team Leaders

Adhoc Reporting
5.2.5    Prepare as required based on operational requirement    4    Electronic and hard copy    AR Director and Team Leaders
Expiring Contracts Daily Status Report
5.2.6    Update required NLT noon daily    1 electronic copy performed on the shared document drive    Electronic    AR Director and Team Leaders
Monitor Suspense dates
5.2.7    Perform at the beginning of each month to assess the upcoming suspense dates    4    Electronic    AR Director and Team Leaders

Business Process Review charts of “As is” and “To be” Processes

5.2.9    Due NLT 120 days after project initiation    4    Electronic and hard copy for presentation/briefing    Director of ITA, Team Leaders   and Service Centers
Monthly acquisition metrics.
5.3.2    Prepare NLT 5th day of the month    4    Electronic     AR Director, Team Leaders, and Director of ITA
Pre-Validation Response Report
5.3.6    Perform at the initiation of the report by DFAS    12    Hard copy    AR Director, Team Leaders, and Team Members
Monthly Requirement Status Report
5.3.9    Due NLT 5 working days following the beginning of the month    4    Electronic copy on the shared drive and hard copy    AR Director and Team Leaders

Quality Assurance Surveillance Plan
(QASP)

For

Acquisition Requirements Support Services

NOTE:  THIS QASP IS PROVIDED AS AN ATTACHMENT TO THE SOLICITATION FOR INFORMATIONAL PURPOSES ONLY.  IT WILL NOT BECOME PART OF THIS CONTRACT.

QUALITY ASSURANCE SURVEILLANCE PLAN
FOR
ACQUISITION REQUIREMENTS SUPPORT SERVICES

1. OVERVIEW

1.1 Purpose:  This Quality Assurance Surveillance Plan (QASP) has been developed to evaluate contractor actions while implementing this PWS.  It is designed to provide an effective surveillance method of monitoring contractor performance for each listed objective on the Performance Requirement Summary (PRS) in the support contract.

1.2  The QASP provides a systematic method to evaluate the services the contractor is required to furnish.

1.3  The QASP is based on the premise the government desires to maintain a quality standard in operating and maintaining chiller systems; a service contract to provide the service is the best means of achieving that objective.

1.4  The contractor, and not the government, is responsible for management and quality control actions to meet the terms of the contract.  The role of the government is quality assurance to ensure contract standards are achieved.

1.5  In this contract the quality control program is the driver for product quality.  The contractor is required to develop a comprehensive program of inspections and monitoring actions.  The first major step to ensuring a “self-correcting” contract is to ensure that the quality control program approved at the beginning of the contract provides the measures needed to lead the contractor to success.

1.6  Once the quality control program is approved, careful application of the process and standards presented in the remainder of this document shall ensure a robust quality assurance program.

2.  SURVEILLANCE APPROACH

2.1.  Purpose.  This section details the method to be used in verifying contractor compliance with the contract requirements. The key elements of this process are the contractor’s quality control program and government identified high risk and critical operational requirements.  In this contract the QAE is the COR.

2.1.1 Although the PRS contains only those items considered most important for mission accomplishment, the government retains the right to inspect all requirements of the contract.  QAE personnel may choose to periodically inspect requirements not listed on the PRS.  Non-conformance with any contract requirement, whether specifically addressed in the PRS or not, is a “defect”.  The preferred course of action upon discovery of unacceptable service is to require the contractor to re-perform at no additional cost to the government.  If the contractor’s re-performance does not meet the thresholds in the PRS or the quality stipulated in any other part of the contract, QAE personnel would notify the contracting officer immediately.

2.2 Surveillance Approach.  The intent of the surveillance approach is to gain confidence in the contractor’s way of doing business and then adjusting the level of oversight to a point that maintains that confidence. With this intent, the surveillance approach may not be one that stays the same throughout the duration of the contract.  All government evaluators should be prepared to periodically update the surveillance approach as required.

2.3 Surveillance Folders.  A surveillance folder must be developed and maintained to accomplish contract quality assurance for a performance requirement.  The folder is typically contained in a hardcopy, but may be maintained in a computer database provided that there is adequate back up of the data to preclude accidental loss.  The surveillance folder must contain the following sections, but may contain any other sections or information that the QAE finds useful.

2.3.1   Section 1.  Quality Assurance Surveillance Plan.

2.3.2   Section 2.  Contractor’s Quality Control Plan.

2.3.3  Section 3.  Activity Log.  DA Form 5476-R (Surveillance Activity Checklist), conversations or meetings with the contractor, notes and comments.

2.3.4  Section 4.  Contract.

2.3.5 Section 6. Records.  A section used for filing all documentation associated with contract quality assurance, e.g. discrepancy reports (both active and resolved), DA5477-R-Customer Complaint forms, correspondence, receiving report inputs, letters of interpretation from CO, etc.

3.  DOCUMENTATION REQUIREMENTS.

3.1 General.  Documentation is required to record, evaluate, and report contractor’s performance.  This documentation provides the Contracting Officer (CO) with contractor status as it applies to the performance criteria.

3.2 Performance Meetings.  Performance meetings may be held or as requested by the contracting officer, QAE personnel, or the contractor.  QAE personnel are required to attend these meetings.  Minutes will be taken by the QAE and will be sent to all parties present at meeting within twenty-four hours.
3.4  DA Form 5476-R (Surveillance Activity Checklist). You will use this checklist for those required services, which cannot be feasibly surveyed using random sampling techniques. Such requirements include those, which occur infrequently or are not important enough to monitor on a regular basis. The following items are normally listed on the DA Form 5476-R: the required service, the PWS paragraph number, method of surveillance, and compliance entries such as dates or noteworthy actions.
4.  Surveillance Documentation.
4.1 DA Form 5476-R.  QAE personnel must document surveillance accomplished on a DA Form 5476-R.  Documenting surveillance is of major importance.  The contracting officer cannot properly administer the contract without documentation of actual surveillance.  All documentation resulting from surveillance becomes a permanent part of the contract file.  QAE personnel must provide all surveillance documentation to the contracting officer no later than 5 working days following the month in which the actual surveillance took place for inclusion in the official contract file.  All surveillance documentation must be reviewed, signed and dated by the QAE prior to submission to the contracting officer.

4.2 Monthly Report.  On a monthly basis, the QAE’s are required to provide a DA form 5476-R to the CO detailing the results of critical requirement verifications.  The QAE’s may employ a by exception reporting technique in that only those items that are above or below satisfactory must be reported; all else is assumed to be satisfactory.

5.  Unacceptable Performance.

If the number of complaints/defects exceeds the performance threshold for any item in the PRS, personnel will determine the possible cause of this unacceptable performance.  Government-caused complaints/defects shall not be counted against the contractor.  The same  applies to any other requirement of the contract when Government-caused complaints/defects are the cause of unacceptable contractor performance. If the contractor’s performance is judged unacceptable on the PRS items or any other requirement of the contract by QAE personnel, QAE personnel will inform the contractor’s on-site representative, and request his or her signature and date of surveillance on documentation acknowledging notification.  If the on-site contractor representative refuses to sign, QAE personnel shall annotate on the documentation the date and time of notification and name of representative and his/her refusal to acknowledge.  If the contractor disputes the results of surveillance, QAE personnel must refer the contractor to the contracting officer for resolution.

6.  Revisions.    Revisions to this QASP are the joint responsibility of the functional area and the contracting office.  However as a result of partnering with the contractor, surveillance checklists may be revised jointly by QAE personnel and contractor personnel. The contracting officer and the QAE Program Coordinator must approve the revisions in writing before being used by QAE personnel.

Performance Requirements Summary
The contractor service requirements are summarized into performance objectives that relate directly to mission essential items.  The performance threshold briefly describes the minimum acceptable levels of service required for each requirement.  These thresholds are critical to mission success.

Performance Objective
(The Service required—usually a shall statement)    Standard    Performance Threshold (This is the maximum error rate.  It could possibly be “Zero deviation from standard”)
Method of Surveillance
PRS#1.  Prepare Metrics.  The Contractor shall prepare and disseminate monthly acquisition metrics to Team Leaders and the AR Director and prepare and maintain the monthly metrics analysis on suspense dates on credit card purchases and contracts.      5.3.2    100% of the time the Contractor shall disseminate monthly acquisition metrics to Team Leaders and the AR Director and prepare and maintain the monthly metrics analysis on suspense dates on credit card purchases and contracts.    No more than six allowable deficiencies.    Periodic evaluation (Quarterly)
PRS# 2.  Support KWS System.  The Contractor shall manage and support the Knowledge Worker System (KWS) database, which tracks all Acquisition contracts and credit card purchase items.
5.3.4    100% of the time, the contractor shall manage and support the Knowledge Worker System (KWS) database, tracks all Acquisition contracts and credit card purchase items.      No more than two allowable deficiencies.
Periodic evaluation
(Monthly)

PRS# 3.  Monitor Suspense Dates.  The Contractor shall monitor suspense dates and identify to the AR Division on all acquisition contracts orders due to expire with the coming ninety (90) days of their expiration date or option periods and credit card purchases.
5.2.7    100% of the time, the contractor shall monitor contracts and credit card purchases suspense dates.    No more than six allowable deficiencies.    Periodic evaluation
(Quarterly)

PRS# 4 Acquisition Requirements Package. The Contractor shall prepare acquisition requirements documentation packages, which shall include IGCE, PWS, QASP, DD254, and designated Contracting Officer Representative or Point of Contact letter.
5.2.3, 5.1.10    90% of the time, the contractor shall prepare credit card folders    No more than six allowable deficiencies    Periodic evaluation
(Quarterly)

Types of Surveillance to select from:
Random Sampling:  Appropriate for frequently recurring tasks.  Evaluate randomly selected samples of the lot to determine the acceptability of the entire lot.
Random Inspection Guide, Method of surveillance, Lot size, Sample size, Performance requirement, Sampling procedure, Inspection procedure
100 Percent Inspection:  Appropriate for tasks that occur infrequently.  Inspect and evaluate performance each time task is performed
Periodic Surveillance:  Evaluation of samples selected on other than 100% or statistically random basis. (52.346-4)  i.e. monthly, quarterly, semi-annually etc.
Customer Complaint:  Complaints must be validated.

SECURITY FORM 254
DEPARTMENT OF DEFENSE

CONTRACT SECURITY CLASSIFICATION SPECIFICATION

(The requirements of the DoD Industrial Security Manual apply
to all security aspects of this effort.)                                                           1. CLEARANCE AND SAFEGUARDING
a. FACILITY CLEARANCE REQUIRED
SECRET
b. LEVEL OF SAFEGUARDING REQUIRED
N/A
2. THIS SPECIFICATION IS FOR:  (x and complete as applicable)    3. THIS SPECIFICATION IS: (x and complete as applicable)
1
Requisition # W90A9L32743000
1
a. ORIGINAL (Complete date in all cases)    DATE (YYMMDD)
030915

0
b. SUBCONTRACT NUMBER

0
b. REVISED (Supersedes all previous specs)
Revision No.

DATE (YYMMDD)

0
c. SOLICITATION OR OTHER NUMBER

DUE DATE (YYMMDD)

0
c. FINAL (Complete Item 5 in all cases)    DATE (YYMMDD)
4. THIS IS A FOLLOW-ON CONTRACT?    0 YES     1  NO.  If Yes, complete the following:
Classified material received or generated                (Preceding Contract Number) is transferred to this follow-on contract.
5. IS THIS A FINAL DD FORM 254?            0 YES     1  NO.  If Yes, complete the following:

In response to the contractor’s request dated                                                    , retention of the identified classified material is authorized for the period of
6. CONTRACTOR (Include Commercial and Government Entity (CAGE) Code)
a.    NAME, ADDRESS, AND ZIP CODE
BETTY DOE
110 NOWHERE, AVE.
SUNCITY, NOWHERE, 22331     b. CAGE CODE

c.   COGNIZANT SECURITY OFFICE (Name, Address, and Zip Code)
Defense Security Service
Annandale, VA Field Office
7010 Little River Turnpike, Suite 310
Annandale, VA 22003-0308

7. SUBCONTRACTOR
a.    NAME, ADDRESS, AND ZIP CODE
b. CAGE CODE    c. COGNIZANT SECURITY OFFICE (Name, Address, and Zip code)
8. ACTUAL PERFORMANCE
a.     LOCATION
United States Army Information Technology Agency, Acquisition Requirements, 1777 North Kent St. Rosslyn, VA 22209    b.  CAGE CODE
NA    b.    COGNIZANT SECURITY OFFICE (Name, Address, and Zip Code)
NA
9. GENERAL IDENTIFICATION OF THIS PROCUREMENT:

Provide services for production support, database management and administration, system
10. THIS CONTRACT WILL REQUIRE ACCESS TO:    YES    NO    11. IN PERFORMING THIS CONTRACT, THE CONTRACTOR WILL:    YES    NO
a.  COMMUNICATIONS SECURITY (COMSEC) INFORMATION    0
1
a. HAVE ACCESS TO CLASSIFIED INFORMATION ONLY AT ANOTHER CONTRACTOR’S
FACILITY OR A GOVERNMENT ACTIVITY    1
0b. RESTRICTED DATA    0
1
b. RECEIVE CLASSIFIED DOCUMENTS ONLY    0
1c. CRITICAL NUCLEAR WEAPON DESIGN INFORMATION    0
1
c. RECEIVE AND GENERATE CLASSIFIED MATERIAL    0
1d. FORMERLY RESTRICTED DATA    0
1
d. FABRICATE, MODIFY, OR STORE CLASSIFIED HARDWARE    0
1e. INTELLIGENCE INFORMATION:    0
1
e. PERFORM SERVICES ONLY    1
0    (1) Sensitive Compartmented information (SCI)    0
1
f.  HAVE ACCESS TO U.S. CLASSIFIED INFORMATION OUTSIDE THE U.S.,
PUERTO RICO, U.S. POSSESSIONS AND TRUST TERRITORIES    0
1    (2) Non-SCI    0
1
g. BE AUTHORIZED TO USE THE SERVICES OF DEFENSE TECHNICAL INFORMATION
CENTER (DTIC) OR OTHER SECONDARY DISTRIBUTION CENTER    0
1f. SPECIAL ACCESS INFORMATION    0
1
h. REQUIRE A COMSEC ACCOUNT    0
1g. NATO INFORMATION    0
1
i. HAVE TEMPEST REQUIREMENTS    0
1h. FOREIGN GOVERNMENT INFORMATION    0
1
j. HAVE OPERATIONS SECURITY (OPSEC) REQUIREMENTS    0
1i. LIMITED DISSEMINATION INFORMATION    0
1
k. BE AUTHORIZED TO USE THE DEFENSE COURIER SERVICE    0
1j. FOR OFFICIAL USE ONLY INFORMATION    1
0
OTHER (Specify) See block 13 remarks.    0
1k. OTHER (Specify)    0
1

DD FORM 254 Front

12. PUBLIC RELEASE. Any information (classified or unclassified) pertaining to this contract shall not be released for public dissemination except as provided by the NISPOM
or unless it has been approved for public release by appropriate U.S. Government authority.  Proposed public releases shall be submitted for approval prior to release
0  Direct   1 Through (Specify)    to the Directorate for Freedom of Information and Security Review, Office of the Assistant Secretary of Defense (Public Affairs)* for review.*In
the case of non-DoD User Agencies, requests for disclosure shall be submitted to that agency).
“The public release of classified information is not authorized.”

13. SECURITY GUIDANCE. The security classification guidance needed for this classified effort is identified below.  If any difficulty is encountered in applying this guidance or if any other
contributing factor indicates a need for changes in this guidance, the contractor is authorized and encouraged to provide recommended changes; to challenge the guidance or the classification
assigned to any information or material furnished or generated under this contract; and to submit any questions for interpretation of this guidance to the official identified below.  Pending final
decision, the information involved shall be handled and protected at the highest level of classification assigned or recommended.  (Fill in as appropriate for the classified effort.  Attach, or
forward under separate correspondence, any documents/guides/extracts referenced herein.  Add additional pages as needed to provide complete guidance.)

The NISPOM, DoD 5220.22-M, January 1995 and its supplements apply to this contract.

10j FOUO:  FOUO information provided under this contract shall be safeguarded as specified in the attachment  “FOR OFFICIAL USE ONLY (FOUO) and
DoD R 5700.7 (see attached instructions).

11a HAVE ACCESS TO CLASSIFIED INFORMATION ONLY AT ANOTHER CONTRACTOR’S FACILITY OR A GOVERNMENT ACTIVITY:  Contractor
performance is restricted to the U.S. Army IT Agency, Acquisition Requirements, 1777 North Kent Street, Rosslyn, VA 22209 and
its associated areas of responsibility within the National Capital Region.

11e PERFORM SERVICES ONLY:  Contract is for technical support services within a classified area.  Contractor will follow applicable security classification guidance
necessary to complete this contract.  Contractor will perform all duties stated in the statement of work at the SECRET level.
Cleared personnel are required to perform this service because security measures, which are in force, do not preclude access to classified information.  This
document serves as a written notice of the letting of a classified service contract.

13:  ADDITIONAL SECURITY GUIDANCE:
In accordance with requirements of the Computer Security Act of 1987 (public law 100-235), OMB Circular A-130, President Decision Directive 63
(PDD-63), and GSA Suitability and Personnel Security Handbook (ADM P 9732.1C), background investigations must be completed on all contract
employees in positions that allow them to directly or indirectly affect the operation of government unclassified information technology resources.
The type of investigation conducted will be determined commensurate with the employee’s level of involvement with government computer systems.
For example:  A BI will be conducted for “IT-I” positions, a NACI for “IT-II and a NAC for IT-III positions.
The contractor can obtain guidance by contacting ITA Security Manager, Harold Williams at (703) 588-8034.
Classified information provided under this contract shall be safeguarded as specified in the NISPOM and DoD 5200.1-R
and  Army Regulation 380-5.

COR:

SECURITY REVIEW:  Harold S. Williams, ITA,NSS-P, 1777 North Kent Street, Room 8200, Rosslyn, VA  22209, 703) 588-8034

14. ADDITIONAL SECURITY REQUIREMENTS.  Requirements, in addition to NISPOM requirements, are established for this contract.  (If Yes, identify the                 0  Yes   1  No
pertinent contractual clauses in the contract document itself, or provide any appropriate statement that identifies the additional requirements.  Provide
a copy of the requirements to the cognizant security office.  Use Item 13 if additional space is needed.)

15. INSPECTIONS.  Elements of this contract are outside the inspection responsibility of the cognizant security office.  (If Yes, explain and identify specific                           0  Yes   1  No
areas or elements carved out and the activity responsible for inspections.  Use Item 13 if additional space is needed.)

16. CERTIFICATION AND SIGNATURE. Security requirements stated herein are complete and adequate for safeguarding the classified
information to be released or generated under this classified effort.  All questions shall be referred to the official named below.
a.  TYPED NAME OF CERTIFYING OFFICIAL
BILLYBOB DOE
b.  Title:
IT Specialist (System Analysis) (COR)
c.  TELEPHONE (Include Area Code)
(703) XXX-XXXX

d.  ADDRESS (Include Zip Code)
United States Army Information Technology Agency
Acquisition Requirements Division
1777 North Kent Street, Suite 11300
Rosslyn, VA 22209    17. REQUIRED DISTRIBUTION
1 a.  CONTRACTOR
1 b.  SUBCONTRACTOR
1 c.  COGNIZANT SECURITY OFFICE FOR PRIME AND SUBCONTRACTOR
0 d.  U.S. ACTIVITY RESPONSIBLE FOR OVERSEAS SECURITY ADMINISTRATION
1 e.  ADMINSTRATIVE CONTRACTING OFFICER
1 f.  OTHERS AS NECESSARYe.     SIGNATURE
DD FORM 254 Reverse

CONFLICTS OF INTEREST CLAUSE
Contractor agrees that its employees will have access to information on requirements of the USAITA that would give it a competitive advantage it contractor bid on those requirements.  Because of this inherent conflict of interest, contractor agrees that it will not bid on any requirements of the USAITA during the performance of this contract.

TO GET YOUR ASSIGNMENTS DONE AT A CHEAPER PRICE,PLACE YOUR ORDER WITH US NOW

Leave a Reply

WPMessenger