3 November 1999
Source:
http://www.wsmr.army.mil/docpage/EPGSS/epgsspd.doc
Draft Purchase Description for Non-personal services to provide scientific
and engineering support of research and development efforts, operation and
maintenance of equipment, systems, and facilities, and administrative services
to support the mission of the U.S. Army White Sands Missile Range Electronic
Proving Ground (EPG), Solicitation DAAD07-00-R-0001. [From:
http://www.wsmr.army.mil/docpage/pages/sol_stat.htm
]
1.0 Scope.
This purchase description sets forth the minimum requirements for non-personal services to provide scientific and engineering support; research and development efforts; operation and maintenance of equipment, systems, and facilities; and administrative services to support the Electronic Proving Ground (EPG) mission.
2.0 Applicable Documents.
2.1 See the List of Applicable Documents.
3.0 Requirements.
3.1 General. The contractor shall furnish scientific, engineering, technical, administrative, operation, maintenance and support services necessary for the performance of the requirements set forth in this purchase description and in accordance with priorities established by the Government. The contractor shall furnish all management, administrative, supervisory and technical support as well as other resources necessary for and incident to contract performance.
3.2 Management and Administration. The contractor shall provide all management, supervisory, and labor personnel to perform all efforts associated with this contract, including contract administrative and logistical support. The contractor management shall include services for administration, quality assurance, environmental, safety, and security.
3.3 Meetings. The contractor shall attend management and planning meetings where contractor participation is required.
3.5 Work Assignment. The contractor shall perform services in accordance with requirements specified in the contract and taskings as assigned by Work Assignment Orders (WAOs), Work Orders (WOs), approved Operations Directives and government schedules. The contractor shall name a qualified point of contact for each work assignment. The contractor shall implement an effective task management system to track all efforts to provide the government with timely status and cost information in accordance with the work assignment.
3.5.1 Work Assignment Orders. The contractor shall utilize the WAO process as described in Appendix A.
3.5.2 Work Orders. Authorized government personnel will assign WOs for tasks not to exceed $5000 in total cost. The contractor shall provide cost estimates for government approval prior to starting work, if requested. The contractor will notify the Contracting Officers Representative if a task originated by a WO appears to require an effort exceeding $5000 in total cost. Such WOs will be converted to a WAO. In no case will the contractor exceed a cost of $5000 on a WO.
3.5.3 Operations Directives. The contractor shall provide support based on government approved Operations Directives for scheduled tests.
3.6 Security. The contractor shall operate and maintain intrusion detection systems for assigned facilities.
3.7 Technical Publications. The contractor shall produce technical publications, provide graphical arts, and editing services.
3.9 Logistics. The contractor shall establish and maintain a logistics system to procure, store, transport, distribute and issue, and account for all equipment, material, fuel, and parts, including both government furnished equipment and contractor acquired equipment. The contractor shall operate, account for and maintain instrumentation to be used by Government and contractor personnel.
3.10 Operations Directives. The contractor shall prepare Operations Directives that describe the responsibilities of the contractor, the range user, and other participants in the test.
3.11 Administrative Services Support. The contractor shall provide clerical teams to support the mission of EPG.
3.13 Operation and Maintenance.
3.13.1 Equipment. The contractor shall operate and maintain equipment, as assigned in the Government Furnished Equipment list.3.13.2 Facilities. The contractor shall operate, maintain, and provide replacement where necessary for the buildings and facilities as assigned in the Maintenance Responsibilities (Buildings and Facilities) list. Facility work shall include janitorial services, grounds maintenance, minor construction, such as, interior and exterior painting; roof and wall replacement or repair; heating, ventilation and cooling systems; tile and carpet;, plumbing; doors and windows; electrical power and power distribution systems; building erection; test sites; access roads; runways; and associated support systems.
3.13.3 Fabrication. The contractor shall provide and maintain fabrication facilities to perform design, prototyping, modification, and fabrication.
3.14 Field Office Operations. The contractor shall support EPG Field Offices at other sites as assigned.
3.15 Automation. The contractor shall issue, update, and account for commercial software used by contractor and Government personnel; maintain and update standard office equipment to include facsimile and copy machines, shredders, personal computers, workstations, local area networks, network and file servers; maintain electronic mail systems; and operate trouble desks that provide on-call assistance to all users. . The contractor shall perform database and network administration functions for office automation systems used by both contractor and Government personnel, as tasked. The contractor shall operate computer local area networks, as tasked.
3.16 Motor Pools. The contractor shall operate motor pools to operate, maintain, dispatch and issue vehicles and other equipment and systems.
3.17 Test Engineering. The contractor shall provide test engineering services, including test operations and test support.
3.17.1 Test Operations. The contractor shall provide test operations to include test planning and design, execution and reporting.3.17.1.1 Test Planning and Design. The contractor shall analyze technical and data requirements, explore different testing approaches to arrive at optimum test methods, prepare detailed test plans and test procedures, determine instrumentation requirements, and form test teams as required.3.17.1.2 Test Execution. The contractor shall operate equipment and Systems Under Test in accordance with manufacturers and other applicable instructions, and local requirements. In some instances, test vehicles, systems, and instrumentation may not have documentation available. The contractor shall perform laboratory and field tests at singular or multiple distributed locations including Fort Huachuca, and other locations and facilities worldwide, and within schedules specified. The contractor may be required to participate in or witness the conduct of another contractors test and evaluate the data acquired during testing. All data collected shall be documented during testing in accordance with the data collection plan. All test data acquired during the course of testing shall be reviewed and interpreted considering factors such as consistency, completeness, applicability, accuracy, and usability.
3.17.1.3 Test Reporting. The contractor shall prepare test documentation and review, interpret and report on the test data acquired.
3.17.2 Test Support. The contractor shall support testing by providing, operating and maintaining instrumentation, data reduction, and analysis systems, communications networks, video systems, land surveys, equipment operators, and data collectors.
3.17.2.1 Instrumentation. The contractor shall use and maintain test instrumentation, automated test tool software, and special purpose computer equipment in support of EPG testing requirements. These tools include embedded computer system stimulator/drivers, hardware emulators, software, protocol interfaces, firmware, test instrumentation and other devices.3.17.2.2 Data Collection, Reduction and Analysis (DCRA). The contractor shall identify and determine DCRA techniques and processes necessary to satisfy the requirements outlined in the detailed test plan. The contractor shall determine techniques, processes, and operational procedures to integrate and automate the DCRA of test data. As required, the contractor shall plan and conduct rehearsals and dry runs, in conjunction with the range and test officers, to verify DCRA plans and procedures. Further, the contractor shall perform manual or automated data collection, reduction, and analysis, to include editing and assessment of test data as outlined in the detailed test plan.
[3.18 not used]
3.19 Research and Development. The contractor shall conduct research and development to support testing with innovative, technically advanced, efficient and cost effective methods, models and simulations, and instrumentation. The contractor shall provide input to long range modernization plans.
3.20 Modeling and Simulation. The contractor shall develop, adapt and use models to simulate and evaluate system performance in realistic operational environments.
3.21 Database Development. The contractor shall develop, populate, maintain, and update databases containing technical, equipment, parametric or deployment information to support a variety of test and evaluation activities such as field testing, hardware-in-the-loop testing, controlled environment or laboratory testing, in addition to traditional simulation and modeling efforts.
3.22 System Development. The contractor shall provide support in the area of research, design, development and modification of systems, including hardware, software, and system integration.
4.0 Quality Assurance.
4.1 The contractor shall establish a quality assurance program to assure that all work meets required quality levels and contract criteria. The quality assurance procedures shall be aimed at all facets of operations and maintenance; Research, Development, Test and Evaluation; testing; analysis; database technology; and communications-electronics.
4.2 The contractor shall comply with the inspection article of the contract.
5.0 Packaging. Not applicable.
6.0 Notes.
This section provides brief descriptions of the EPG mission, and some of the capabilities, processes, equipment and facilities at EPG.
6.1 General. The EPG, headquartered at Fort Huachuca, Arizona, is assigned to White Sands Missile Range, a subcommand of the U. S. Army Developmental Test Command. The EPG performs most of its work at two locations: Fort Huachuca proper, and at a field office located at Fort Hood, Texas. There is also a contractor-owned, contractor-operated fabrication facility, located in Lakewood, Washington. As a member of the Army acquisition team, EPG provides its customers with comprehensive electrical, electronic, communications, environmental, and software engineering test support. The services of EPG can be used to satisfy the testing of Department of Defense (DOD) Directives 5000.1 and 5000.2. EPG offers comprehensive and flexible support to its customers.
6.2 EPG Mission
6.2.1 Developmental and Technical Testing.6.2.1.1 Plan, conduct, analyze, and report the results of developmental tests of communications, command, control, computers, and intelligence (C4I); electronic warfare; navigation, avionics systems; and other tests and studies.6.2.1.2 Plan, conduct, and report technical testing of assigned electronics, equipment, and systems.
6.2.1.3 Establish, operate, and maintain the capability to perform electromagnetic compatibility (EMC) and vulnerability (EMV) analyses of tactical electronic equipment and systems to include generation of realistic friendly and enemy electromagnetic battlefield environments.
6.2.1.4 Test functional performance, intra- and interoperability of tactical automated C4I equipment and systems to include associated processors, C4I programs, and documentation.
6.2.1.5 Establish, operate, and maintain the capability to perform Electromagnetic Interference (EMI), EMC, and antenna testing of tactical electronic equipment and systems.
6.2.1.6 Conduct TEMPEST electronic security, electronic countermeasures, and electronic counter-countermeasures testing of equipment, systems and procedures.
6.2.1.7 Develop and maintain test instrumentation, test facilities, test methodology, and test expertise necessary to support Army materiel development.
6.2.1.8 Maintain and operate modeling and simulation capabilities and develop and integrate new capabilities. Develop and provide simulation and stimulation tools for C4I developmental and operational testing and training.
6.2.1.9 Provide position, location, tracking, and telemetry data on aerial vehicles.
6.2.1.10 Evaluate, for exploitation, comparable foreign equipment and systems. Plan, conduct, analyze, and report the results of tests on foreign equipment and systems in support of DOD, Department of the Army, and the Army Test and Evaluation Command.
6.2.2 Electromagnetic Environmental Effects. Under AR-12, Army Management of the Electromagnetic Spectrum, EPG is responsible for making assessments on the ability of Army systems and equipment to operate compatibly in their intended electromagnetic environment and the effect of the intended operational electromagnetic environment on Army systems and equipment. This mission includes EMV, EMI, and EMC performance of Army systems. Diverse computerized analytical models and simulations are used to perform these analyses.
6.2.3 Battlefield Electromagnetic Environment Databases. This mission is assigned to EPG under AR 5-12, Army Management of the Electromagnetic Spectrum, and involves building and operating spectrum management data bases, developing and maintaining threat models for EMC and EMV analysis, developing data bases of equipment characteristics, communications-electronics (C-E) systems configurations, organizational data, tactical concepts and doctrine, and developing simulated tactical deployments of communications assets and networks.
6.3 Field Testing.
6.3.1 Often field testing is required to obtain data vital to the analysis of the performance of C4I systems and equipment in a realistic environment and to aid in development and validation of models. EPG has developed a wide range of capabilities to accomplish field testing in a realistic, cost effective, repeatable manner. The principle capabilities that allow EPG to do this are the expertise of the personnel and the vast suite of instrumentation that has been developed to accomplish testing.6.3.2 EPG's role in testing C4I systems centers around expertise in the areas of instrumentation support; stimulation; simulation; data collection, reduction and analysis; monitoring digital and voice nets; and test control. EPGs responsibilities include test planning, test conduct, monitoring, data collection and analysis, data reduction and providing data or writing the final test report.
6.3.3 System Development. System engineering is used to develop and evaluate capabilities for present and future efforts. The focus is with developmental experimentation of Army Battle Command Systems and its subsystems. Systems engineering includes evaluation of current and projected Command and Control (C2) system components, review of technical literature and developmental experimentation, providing technical support to the acquisition of materiel items, design of integration and test components to support evaluation and experimentation efforts, and integration and installation of C2 system components.
6.3.4 Software Engineering. Software engineering includes planning, requirements analysis, design, development, software coding, and evaluation of software capabilities of Army C2 systems and subsystems, as well as joint C2 systems.
6.3.5 Hardware. Hardware is acquired or developed in support of test instrumentation, or test measures of systems under test.
6.3.6 System Integration. System integration is performed to ensure efficient and effective design and implementation of hardware and software components and their interfaces as part of a complex instrumentation system.
6.3.7 Vulnerability Testing. EMV testing is a four-step process of susceptibility, interceptability, accessibility, and feasibility. Each of the processes deals with one component part of EMV and contain specific procedures for identifying and quantifying that one component part of the EMV of a system. The process is dependent upon the collection and integration of specific threat data into the procedures. The threat data is based upon, and in response to, the technical susceptibilities identified throughout the first two processes. This information then forms the scope and direction for the effective application to the third and fourth processes.
6.3.8 Test Bed. EPG operates and maintains a number of test beds that are used to test product improvements, conduct small experiments, test platform integration, conduct cosite analysis, and other such tests. The current test beds are Tactical Radio, Tactical Internet, Satellite, Global Positioning System (GPS), and the Enhanced Position Location Reporting System.
6.3.9 Training Exercise Support. EPG often provides instrumentation and data collection support to training exercises such as ULCHI FOCUS.
6.4 Modeling and Simulation.
6.4.1 Models. Dynamic equipment prediction models and doctrinally accurate C-E equipment deployment models are used in the simulation of C-E equipment or system performance in the equipments intended operational electromagnetic environments. Models include the modeling and simulation of C-E components, equipment, systems, environments, doctrinal deployments, and electromagnetic spectrum attributes.6.4.2 Scenario Generation. Automated test scenarios and scripts are used to drive various computer models. The automated scenarios can be sets of test cases defining technical parameters to be used as inputs to the system under test (SUT) or equipment deployment scenarios designed to replicate specific electromagnetic or theater of war environments for testing the SUT under nominal or stressed conditions.
6.4.3 Simulation. Modeling and simulation is used to evaluate the responses and performance of a SUT immersed in a realistic simulated test or battlefield electromagnetic environment. Realistic simulated test or battlefield environments simulate electromagnetic environmental effects of weather, radio frequency propagation effects due to terrain, atmospheric conditions, and electronic countermeasures. Models and simulation systems are developed and adapted to operate in the Distributed Interactive Simulation environment using protocol data units, and are High Level Architecture compliant.
6.4.4 Virtual Electromagnetic C4I Analysis Tool (VECAT). EPG has developed a set of integrated computer programs, the VECAT, to accomplish the analysis and evaluation of modern Army C4I systems in the intended operational electromagnetic environment. The principal thrust of the VECAT is to provide C-E system analysis capabilities in a user friendly graphical user interface environment. VECAT can overlay results using National Imagery and Mapping Agency digital terrain and digitized raster graphics maps, or commercial, off-the-shelf graphics visualization and statistical analysis tools.
6.4.5 Corps Battle Simulation (CBS). The CBS is a constructive simulation used in training Army commanders and staffs at the joint, corps, division, and brigade levels. CBS provides simulation for numerous functional areas to include ground combat, ground movement, tactical air, aviation, air defense, logistics, and others. EPG uses CBS to provide pertinent information to live C4I systems.
6.4.6 Janus. Janus is a constructive simulation used to train commanders and staffs at the brigade through company level. The primary use of Janus is to provide higher resolution, synthetic battlefield environments to support interaction with the C4I systems. EPG uses Janus to provide pertinent information to live C4I systems.
6.4.7 Combat Service Support Training Support System. This system is a constructive simulation used to train commanders and staffs in all areas of combat service support operations. The primary function of the simulation is to provide a detailed synthetic environment for logistics C4I systems.
6.4.8 Combat Service Support Control System Model (SSM). This model is an automated system that receives, translates and formats simulation data into Standard Army Management Information System messages used to update logistics C4I systems.
6.4.9 Air Defense Simulation Support Model. This model is an automated system that receives, translates, formats, and transmits simulation data to Air Defense C4I systems. The model uses simulation data to provide the Air Defense C4I system with radar acquisition input and control measure information to realistically view the synthetic battlefield.
6.4.10 Fire Support Simulation Support Model. This model is an automated, bi-directional system that receives, translates, formats and transmits Fire Support C4I system messages into simulation data.
6.4.11 All Source Analysis System Reconfigurable Workstation Simulation Support Model. This model has a limited capability to provide intelligence data to the reconfigurable workstation for test support, where training of intelligence analysts is not required.
6.4.12 U.S. Message Text Format (USMTF) Simulation Support Model. This model is an automated, bi-directional system that receives, translates, formats, and transmits simulation data into USMTF messages into simulation data.
6.4.13 Simulation Application Suite. This program suite is used to design and develop the next generation of SSMs, migrating the individual software components to an integrated, cohesive system capable of providing a synthetic environment to tactical C4I systems. The program will provide higher, more realistic levels of information flowing from a synthetic environment by automating the most common actions, orders, and reports. The program is designed to replicate the operational stress placed on a C4I system by providing the information flow from an entire division or corps echelon with relatively few soldiers and for minimal cost. The program currently supports the Air Defense module and will eventually support the remaining SSMs:
6.4.13.1 Message Text Format Module. This module is capable of generating a wide variety of USMTF messages and replicating the information flow for systems accepting the USMTF formatted messages.6.4.13.2 Fire Support Module. This module is capable of generating and receiving Tactical Fire Direction System (TACFIRE) messages, replicating cannon, rocket, and missile fire units and observers including Fire Support Team (FIST) and counter-fire radar.
6.4.13.3 Combat Service Support Module. This module is capable of generating Standard Army Management Information System and Combat Service Support Control System messages, replicating the unit and supply point resource information flow.
6.4.15 Simulation, Test, Operations, And Rehearsal Model. This model is an integrated simulation, stimulation, data collection, reduction and analysis tool kit, linking live C4I systems to constructive simulations. It is being developed initially to support the Force XXI Battle Command Brigade and Below Force Development Test and Experimentation and Initial Operational Test and Evaluation. The proponent of this model is the Test and Experimentation Command, managing and funding a development team lead by EPG, and partnered with the Communications Electronics Command and the Training and Doctrine Command Analysis Center at White Sands Missile Range.
6.5 Database; Data Collection, Reduction, and Analysis Capabilities
6.5.1 Joint Database Elements (JDBE). The JDBE for modeling and simulation projects is performed to support the DOD data standardization program. JDBE has developed reverse engineering and data integration methodologies that allow users to keep their legacy data bases or models and simulations and still comply with DOD data standards policies and share data between diverse databases.6.5.2 Database Administration. Database administration includes installation of database management system software upgrades, backups, security, password assignment and tracking, trouble shooting electronic transfer of data and creation of temporary data files.
6.5.3 Database Populator Tool (DBT). The DBT is a system developed to automate the process of receiving source data and automatically building synchronized Combat Service Support Control System and Combat Service Support Simulation Support Module databases. Automated modules have subsequently been added to produce data files for CBS, the Maneuver Control System, the All Source Analysis System Reconfigurable Workstation, and the Advanced Field Artillery Tactical Data System database build processes. Currently, data in the form of either Vertical Force Account System data or Combat Service Support Training Support System data is used as source data by the DBT.
6.5.4 Standard Exercise Database Editing System (SEDES). Currently, SEDES is an MS-DOS® based database editing system that provides friendly resource data to users for review, editing, and validation prior to databases being built. A SEDES master node receives output from a control node, the DBT, and formats output for user review in the form of diskettes. The diskettes contain both the appropriate SEDES sub-program and data. The user then loads the program and data on a personal computer for review and editing. The validated information is received back from the user at the SEDES control node, which then exports the data back to the DBT for automated database build.
6.5.5 Digital Collection, Analysis, and Review System (DCARS). DCARS is a non-intrusive system that automates the examination of data resident on tactical computer systems and transferred among command posts and collects this data for training analysis. EPG developed this project for use by the Battle Command Training Program. The collection system captures all message traffic passed among C4I workstations in selected tactical operations centers. The system also collects selected data from the C4I system databases and presents the data in an analyst-defined format for consistency and ease of use in after-action review documentation. The system also permits collection of web pages, situation maps, and overlays from the tactical Internet Web sites. Analysts are able to use DCARS to determine the commander's "available truth," as it exists on the unit's C4I workstations. The products provided by the DCARS allow the analysts to compare the information collected from the C4I systems with the "ground truth" information from battle simulation systems such as CBS and Janus. In addition, they permit comparison of the common tactical picture, including unit locations, graphics, and enemy order of battle among workstations at different command posts or between different workstations at the same command post. The review and analysis tools allow the analyst to filter or search for the specific messages or information desired. By combining the collected data and graphics, the analyst can produce after-action review products to assist in analysis and review of the command and control of the exercise.
6.5.6 Data Processing Node (DPN)/Data Processing Unit (DPU). The DPN/DPU provides EPG an extensive and flexible capability to collect, reduce and analyze test data to address the customers criteria. The DPN is located at Fort Huachuca and is used to support tests conducted at Fort Huachuca. The DPU has basically the same capability and is used to support tests at other locations. The DPN/DPU capabilities are test specific and often incorporate hardware and software used by development contractors as well as hardware and software developed by EPG.
6.6 Instrumentation
6.6.1 C4I Test Tool Kit. The C4I Test Tool Kit is comprised of a suite of hardware and software components capable of providing support for the Program Executive Officers and developers of new C4I digitized electronic systems. The Test Kit can be tailored to meet the unique requirements of any testing community. The hardware suite is composed of commercial, off-the-shelf and uniquely developed components to handle C4I testing requirements. The software suite provides stimulation, simulation, collection, reduction, and analysis of test performance data. These traffic scenarios can be generated either spontaneously or scripted for later use. CBS SSMs provide a synthetic environment for C4I systems. Data collection components currently provide non-intrusive data collection of Ethernet local area network (LAN) protocol data. Future capability will collect wide area network (WAN) protocols such as Point-to-Point, X.25, and Mil-Std 188-220 Single Channel Ground to Air Radio System (SINCGARS). Collected data is time stamped with GPS time provided at one pulse per second. Data reduction products render near real time and post-test reduction.6.6.2 Multi Functional Data Collector (MFDC). The MFDC is a data collector and stimulator executing on a Windows NT® platform capable of running in diverse environments. The software and hardware architecture suite maximizes commercial, offthe-shelf software and hardware with internal GPS and FreeWave radios to provide time tagging and a remote instrumentation network. Primary uses of the MFDC are to collect data for ground truth, performance measurements, and training of the Tactical C4I systems and networks. Functions of the MFDC include; Traffic Generator unformatted free test stimulation, the Digital Army US Message Test Format Variable Message Format Stimulator, Joint Variable Message Format stimulation, Interface Network Controller Sniffer for ground truth, Standard Query Language for Army Tactical Command and Control System (ATCCS) platform ground truth, Hyper Text Transfer Protocol ATCCS ground truth, High Speed LAN Tap, LAN data collection, WAN data collection, Pinger and Bandwith Monitor for network monitoring.
6.6.3 Test Control Center (TCC). The TCC consists of interconnected workstations, communications controllers, and packet radio networks. The TCC provides the Test Director with the ability to determine the current state of distributed system nodes, terminals, and end-users that have been instrumented for testing or training. Test parameters such as test unit and jammer locations and control data collection are automatic; their status in instantly available to the Test Director. The TCC has been successfully used to support a number of large scale C4I tests. EPG continues to enhance and expand the capabilities of the TCC. STARSHIP, the next generation TCC, is currently being developed under the Virtual EPG (VEPG) Architecture.
6.6.4 Jammers. An extensive suite of jamming assets is available for vulnerability testing. These assets are not dedicated to simulating specific Electronic Warfare (EW) threat hardware, but are generalized, reconfigurable systems. The jamming systems have the capability of generating standard and non-standard waveforms for radar simulation, radar jamming, communications, simulation, and communications jamming from 10 kHz to 15.4 GHz. Assets may be physically reconfigured into airborne or ground-based palletized jammers, van-mounted jammers, or any other required physical configuration.
6.6.5 Modular Covert Remote Electronic Warfare Simulator (MCREWS). The MCREWS was developed by EPG to provide a closed loop solution, overcoming existing problems and restrictions associated when conducting open-air jamming. MCREWS eliminates the need to transmit a high power jamming waveform when conducting jamming tests. Instead, the MCREWS, installed between the victim antenna and victim receiver, injects a locally generated jamming signal into the SUT. The MCREWS technology utilizes a simple control tone to provide highly accurate surrogate representation of threat jamming without associated frequency, power level and security problems. MCREWS is designed to simultaneously jam up to four separate victims aboard the host platform, while replicating up to three individual ground based or airborne threat jammers. MCREWS can be utilized in live, virtual or playback modes, which allows the system to support Development and Operational testing and training requirements. MCREWS capabilities also include: (a) collecting and recording WAN and LAN data, (b) remote control and monitoring of field deployed MCREWS units via the TCC, and (c) stimulation of the victims data throughput via the EPG developed Traffic Generator. MCREWS provides the tester or trainer with the capability to conduct jamming, collect data, and to control and monitor live or virtual scenarios.
6.6.6 Global Positioning System Instrumentation Suite (GPSIS). The GPSIS provides systems under test with a simulated GPS environment. The GPSIS can generate multiple combinations of up to twenty satellites, combined or at two separate constellations. This allows dual navigation mode testing involving separately dynamic systems under test. The simulated GPS radio frequency can be hardware injected into a GPS receiver under test or can be radiated using the GPSIS transmitter system. In addition to GPS signals, integrated jammer and other EW signals can be introduced. The GPSIS provides for user definition of position and time of the simulation.
6.6.7 Realistic Battlefield Environment. In order to create a realistic battlefield environment, EPG has the capability of providing a wide range of radio frequency emitters to include communications and radar type signals. Some of these emitters are actual systems, while others are surrogate simulated systems. If the users emitter requirements cannot be met with the existing systems, the engineering staff can provide a design for a system that can achieve the requirements. Special purpose targets, such as infrared, can also be provided.
6.6.8 Communications Environment Systems (CES). The CES consists of US and foreign manufactured communications systems used to form dense radio frequency environments for testing both airborne and systems. Some of the communications systems include the RF-280, ARC-164, R-123, R-173, R-405, Jaguar, and SINCGARS radios. The CES also contains foreign-manufactured tactical vehicles that can be used to test systems requiring visual, acoustical, and infrared signatures.
6.7 Research and Development.
6.7.1 VEPG Test Architecture: The VEPG Test Architecture is EPGs vision of the future of testing to support the digitized battlefield. The test architecture will provide a scalable, non-evasive, reconfigurable network of reusable hardware and software components interacting through well-defined interfaces to test and stimulate the systems of the digitized battlefield. The VEPG development team is leveraging the industry proven Component Object Model/Distributed Component Object Model paradigm. This approach will reduce development time thus reducing costs, improve quality and achieve reuse. The resulting software will run on personal computers under the Windows NT® operating system or any other operating system with a Windows® Application Programming Interface. The components required to implement this vision are still evolving. The major groups of components identified to date are the Master Controller, which will provide a single uniform mechanism for monitoring and controlling all aspects of testing, data collection and stimulation of the SUT; the Data Manager, which will aggregate, log, combine, filter, analyze and archive test data; the Remote Controller which will interface to live entities, such as SUT or hardware in the loop, and serve to both collect and inject data and commands into the real-world environment; the Simulation Interface Manager which will control and synchronize the interface between the test network and military stimulation and simulation protocols, such as Janus, CBS, Warfighters Simulation 2000, Distributed Interactive Simulation, High Level Architecture, Aggregate Level Simulation Protocol and others. The VEPG project utilizes a staged delivery methodology for software development.6.7.2 Research and development is used to identify requirements and develop methods for testing C4I systems and other communications-electronics, equipment. Some examples of research and development areas are neural networks; cosite analysis and prediction; communications to support instrumentation including improved connectivity and higher data capacities; antenna modeling; advanced propagation modeling; modeling foliage propagation; wireless LANs and their applications to testing; computer viruses and virus protection; advanced image processing; genetic algorithms; and video transmission technology.
6.7.3 Instrumentation Development. Instrumentation development includes electronic, radio frequency, electric, and mechanical design; development; fabrication or acquisition; modification; documentation; and maintenance of test instrumentation, automated test tools, software, and special purpose computer equipment to support testing of C4I equipment and systems. An example of instrumentation development is the C4I Test Tool Kit that is a distributed instrumentation system that can be networked with an automated control center to test distributed tactical command, control, and communications systems in the field. The Tool Kit was developed to test the ATCCS, an integrated distribution system for passing tactical and technical data over an electronically coordinated battlefield using automated command and control systems. It has continued to evolve to support testing of systems in the digitized battlefield
6.7.4 Prototype Development. EPG has the ability to take new ideas and concepts and produce working prototypes based on customer requirements. EPG has several patents as a result of these prototype efforts.
6.8 Special Projects.
6.8.1 EPG operates and maintains the Cosmicheskaya Systema Poiska Avariynich Sudov which, translated from Russian means "space system for the detection of vessels in distress." Another special project is operation and maintenance of the Search and Rescue Satellite Aided Tracking Beacon Radio Certification Test Facility.6.8.2 Fabrication Capabilities. The Fabrication workshops have the capability to repair and maintain equipment, testing of new equipment, modification to existing equipment, training on new equipment and fabrication of new systems as required. This workshop works closely with the engineering staff to ensure all new systems requirements are designed with interoperability in mind. The fabrication workshop is also used to perform repair and modification to buildings, vans, vehicles, power systems and towers. The workshop can also fabricate target boards, and other special devices required to meet range user test objectives and requirements. Additionally, the facility has the capability of repairing and modifying existing facilities, and designing and constructing new facilities.
6.8.3 EPG often provides technical test support to classified, compartmented information programs.
6.9 Test Support Functions
6.9.1 Manpower and Personnel Integration (MANPRINT); Reliability, Availability, and Maintainability (RAM) and Integrated Logistics Support (ILS). EPGs abilities to interface with new systems and equipment have proven value as a key link between the materiel developer, combat developer, and the independent evaluator. EPG expertise and capabilities ensure accurate and timely documentation and reporting of test activities and provide traceability and control for corrective actions. EPG provides assistance in all phases of testing: planning, execution, and reporting. During test planning, we participate in coordination meetings and write detailed test plans. For test execution, we collect data, write test incident reports , and provide daily status reports. After the test, we provide either a formal or an informal test report.6.9.1.1 EPG MANPRINT evaluates the soldier and machine interface; measures environmental conditions, such as sound, noise, light, and ventilation; measuring anthropometric characteristics; and develops and administers questionnaires that address hardware ease of use, training packages, and manpower and personnel requirements.6.9.1.2 RAM data are collected concurrently with other testing or in standalone testing, such as a chamber test and analyzed to determine reliability characteristics. The characteristics are compared to criteria or used as measures of system maturity.
6.9.1.3 ILS data are often collected during Developmental and Operational Testing where logistics and maintainability demonstrations can be witnessed. Reading grade level for operational and maintenance technical manuals is determined through questionnaire administration and analysis.
6.9.2 Environmental Test Facility. This facility provides environmental extremes and fungus testing to ensure that systems are indeed usable in the postulated combat environment. Complete climatic and structural testing capabilities are available for testing to the following military environmental standards: MIL-STD-810, MIL-STD-781, MIL-S-901, MIL-STD-705, DO-160, and AR 70-35. Realistic natural and induced environmental testing is conducted in test chambers producing extreme climatic and structural test conditions. The facility is equipped with a variety of test support equipment to monitor all test variables. The test support equipment provides real-time or post-test data analysis, and data can be stored in computer format for archival purposes. Most of the test support equipment is portable, lightweight, and battery operated to allow for its employment in the field or in platforms where size, weight, or power constraints exist.
6.9.3 Meteorological Support. EPG has an extensive meteorological system to support test functions.
6.9.4 EPG has several LANs, including an administrative LAN, a secure LAN, and several test LANs.
6.9.5 Security Video Systems. A video system exists at the Electromagnetic Environmental Test Facility for security purposes. The video signals are transmitted via a microwave link to the Base Military Police Station.
6.9.6 Land Survey. Land survey support provides information to locate buildings, utilities, test instrumentation, test sites, and other facilities, to support the test mission. Land reconnaissance is conducted to provide legal descriptions of all real estate required to support C4 Intelligence and Electronic Warfare (IEW) test projects.
6.9.7 Spectrum Monitoring. Direct coordination with the DOD area frequency coordinator is accomplished on a daily basis to ensure the spectrum is free of unwanted interference. During testing the spectrum may be monitored to ensure there is no interference. Monitoring is accomplished through a variety of instrumentation.
6.9.8 Motor Pools. Motor Pools are maintained at Fort Huachuca and Fort Hood, Texas. A variety of U S. and foreign vehicles are maintained. There are also generators available from the motor pool to fulfill various power requirements. Other services such as wreckers, cranes, graders, bulldozers, scoop loaders, forklifts, farm tractors and attachments, backhoes, tractor-trailers, and aerial platforms are available.
6.10 Facilities.
6.10.1 Antenna Test Facility. This test facility is used to determine radiation patterns from both mounted and unmounted antennas. The facility consists of a 118-foot wooden tower, a 117-foot sensor bearing arc, and two rotating turntables. A 60-foot diameter turntable is directly beneath the arc and a 30-foot diameter turntable is 500 feet to the east. This part of the facility is equipped with instrumentation for the evaluation of antenna systems from 50 MHz to 18 GHz. The facility also includes the large, outdoor Compact Range covering frequencies from 6 to 40 GHz with a quiet zone diameter of 50 feet. The compact range target positioner is operated hydraulically with a maximum capacity of 70 tons. A field probe has been developed for quiet zone characterization.6.10.2 Virtual Battlefield Environmental Facility. The Virtual Battlefield Environmental Simulator is a real-time hardware-in-the-loop test facility capable of generating a realistic, complex, and dynamic electromagnetic environment for evaluating the performance of C4IEW systems under controlled and repeatable conditions. Although the normal configuration is for closed-link testing of IEW systems, the facility can be used for radiated testing at low power levels.
6.10.3 Electromagnetic Interference (EMI)/TEMPEST Test Facility. EPG has the capabilities and facilities to accomplish the necessary testing for Army platforms within the EMI/ TEMPEST Test Facility. In this facility, $4 million in test equipment is available for EMI testing and TEMPEST requirements of the National Security Agency NACSIM and NACSEM 5000 series. The facility is staffed by a team of highly experienced technicians and engineers certified by the National Association of Radio and Telecommunication Engineers. Investigations are conducted to determine problem areas and possible solutions. The EMI/TEMPEST Test Facility is located at Blacktail Canyon in southern Arizona, a radio frequency isolated area with a relatively low ambient radio frequency level, ideal for open-field EMC and EMI testing. Test equipment and fixtures necessary to conduct MIL-STD-461/462 testing, including three automated receiver systems from 20 Hz to 40 GHz, can be used for radiated and conducted emission measurements of Army systems, subsystems, and components. Portable test equipment is available for field testing at remote locations. The EMI/TEMPEST Test Facility is equipped with four test chambers:
6.10.3.1 Semianechoic chamber, 60-ft long by 25-ft wide by 20-ft high, providing 120 dB of radio frequency isolation.6.10.3.2 Anechoic chamber, 44-ft long by 22-ft wide by 18-ft high, providing 120 dB of radio frequency isolation.
6.10.3.3 Semianechoic chamber, 26-ft long by 16-ft wide by 11.5-ft high, providing 100 dB of radio frequency isolation.
6.10.3.4 Shielded room 20-ft long by 16-ft wide by 12-ft high.
6.11 EPG Instrumented Test Range
6.11.1 Control Centers. There are two Operational Control Centers. The Central Control Center is located at Fort Huachuca, and the other is at Mount Lemmon. A third control center can be activated at Oatmann Mountain near Gila Bend, Arizona. The Control Centers provide control and coordination of tests being conducted. This function embodies the accurate operation of tracking radar, displays, data receivers, position location systems, surveillance radar, real time telemetry, real time graphic displays, timing, and communications. The Control Centers can provide control and coordination for up to two major test operations or multiple test operations, dependent upon the magnitude of the test. The Mount Lemmon and Fort Huachuca sites are operational on a daily basis and can be operated as independent control centers for tests. The Central Control Center provides communications, reliable real-time presentation of instrumentation data and suitable test monitoring capability to the Governments Airspace Safety Officer (ASO) Console, and each of the test console work stations.6.11.2 Controllers. The operation controllers direct, control, and coordinate each scheduled test as required, except for determination of airspace safety, which is reserved for the Government ASO. The operations controller also provides aircraft vectoring for test performance and safety. The operations controller provides immediate response to the range user, ASO and aircraft personnel at all times during the test project countdown and during actual test conduct.
6.11.3 Displays. Control Center displays consist of video plot and real time screens located in the Control Centers. The Real-time Graphics Display System provides mission oriented data from the four radar sites, telemetry and remote emitter instrumentation. Video monitors are located in the Fort Huachuca Control Center. Telemetry performance and status data from the test vehicle is displayed on the assigned telemetry data display workstations.
6.11.4 Distributed Computers. The Distributed Computer Center is located in the Fort Huachuca Control Center building. This network of computers interfaces with the four AN/FPS-16 radars, Surveillance radar, and telemetry. It provides real time radar space position data display, as well as data to be provided to the range user shortly after test completion.
6.11.5 Communications. These systems include a microwave trunk radio system, UHF air-to-ground radio, VHF, HF radio and repeater systems with interface equipment, wire communications systems, command and control systems, mobile and portable hand-held radio equipment.
6.11.6 Range Test Communications System. The Range Test Communications System consists of mobile radios, remote tone consoles, portable handi-talkies, cellular telephones, radio telephones, timing receivers, HF, VHF, UHF, other mission support systems, and VHF repeaters installed throughout the range. The equipment is currently installed at four sites at TV Hill, Fort Huachuca, Mount Lemmon, White Tank Mountain, Oatman Mountain, Stone Cabin, the University of Arizona Lunar Planetary Laboratory at Tucson, Mule Mountain, the East Range and Scott Peak. The digital UHF Land Mobile Radio has the capability of patching any four-wire circuits through the system.
6.11.7 Microwave Systems. A point-to-point trunk microwave system is installed between Fort Huachuca, Lower TV Hill, Mount Lemmon, White Tank Mountain, Oatman Mountain, and Stone Cabin. A second microwave system includes terminal stations at Fort Huachuca, Scott Peak, Mount Lemmon, White Tank, and Oatman Mountain. A repeater station is installed at Sacaton Peak.
6.11.8 Fort Huachuca systems include HF and VHF voice and timing transmitters, UHF Ground to Air Radios, and Command and Control networks for supporting the test mission. Radio sets are provided to range users for communications and timing.
6.11.9 Wire Communications Systems include both overhead and underground cables, intercoms, electronic automatic switching systems, Private Branch Exchange, voice tape reorders, telephone main frames, patch panels, and various ancillary equipment.
6.11.10 Test Support Video Systems. Test support video systems at Fort Huachuca consist of high-speed television electronic shutter camera systems that are all transportable. In conjunction with the video systems, there is a self-contained van with a microwave system for transmitting real-time video to the Operation Control Center
6.11.11 Range Timing. The EPG Fort Huachuca Timing System consists of a primary and secondary time code generator, Long Range Radio Aid to Navigation-C receivers, GPS Receiver disciplined frequency standard, signal and switching unit and timing distribution unit. The standard IRIG timing codes are provided by this system. The remote complex at Mount Lemmon has an individual timing system which can be synchronized to the master control station at Fort Huachuca, or operate on a stand-alone basis. GPS timing receivers are also located at various sites throughout the instrumented test range. Timing is distributed by radio or wire to the instrumentation sites and to the range user.
6.11.12 Tracking Radars. The EPG has four precision AN/FPS-16 tracking radars installed at various locations in southern Arizona. These radars have been upgraded with the latest state-of-the-art modifications, which have increased reliability and accuracy. These modifications consist of electric drives, solid state servos, solid state receivers, universal range trackers, low noise amplifiers, solid state digital systems, solid state local oscillators, phase-shifters on consoles, and electrical pedestal leveling. EPG participates in the Instrumentation Radar Support Program to ensure spare parts and current technology is available. Three of these radars are located on Fort Huachuca, and one is located on Mount Lemmon.. Radar digital data is transmitted to the real time front-end processors, radar data recorders, airspace safety display, and data displays located in Central Control, Building 14658. Data is also transmitted to other radar and telemetry systems as required.
6.11.13 Transponders. EPG furnishes transponders, antennas, cables and transponder installations for all users. After installation and prior to each mission, transponders are checked using tracking radars.
6.11.14 Surveillance Radars and Airspace Safety Radar Display System. The surveillance radar system includes an AN/TPS-43 radar on Laundry Ridge, Fort Huachuca, and data from the FAA radar at Humbolt Mountain, AZ. These radars provide coverage over a 200 mile range from each complex. The data from each radar system is routed via microwave and cable system for display in the Operation and Control Center, Fort Huachuca for use by the EPG ASO. The display system in the Control Center accepts digitized surveillance radar data and FAA data for processing and display.
6.11.15 Position Locating System. This system is a multi-lateration position system utilizing range measurements derived from an array of six Remote Data Link Stations located on Hill Four, Scott Peak, Mustang Mountains, Reservoir Hill, Deconcini Hill on the South Range and ASA 326 on the East Range. Up to 200 transponder units can be installed on various targets throughout the instrumented test range. The Position Display Computer provides a near real time dynamic display of the instrumented target on a high-resolution color map of the Fort Huachuca area. The computer also provides the capability to display and archive two separate tests simultaneously. The system includes a number of GPS capable stations that provide data through the existing system.
6.11.16 Fixed and Mobile Telemetry Ground Stations. One fixed ground station is located at Fort Huachuca, with the capability to display pulse-code, pulse amplitude, frequency, and pulse duration modulation; GPS asynchronous; and 1553 A and B type data. The fixed telemetry station is interfaced to the real time graphics display computer to display data. Two mobile telemetry systems have the capability to receive and record the composite telemetry signal.
6.11.17 Airborne. The programmable Pulse-code Modulation Data Acquisition System meets the needs of airborne telemetry data requirements. A second airborne systems consist of L and S band transmitters with voltage controlled oscillators and video camera systems capable of on-board recording and real time transmission to the control center for display.
6.11.18 Radar EW Emitter System. The radar emitter systems provide data and furnish targets for various airborne and ground equipment that require a radio frequency environment. The various types of radars that make up this system include MPQ-4. PPS-4, PPS-5, TPS-25, MPQ-10 and TPS-33. All of these systems are ground transportable. In addition, the fixed radars are available for test purposes.
6.11.19 General Purpose Radar Simulator. The simulator provides a pre-programmed realistic replica of a dense EW environment. The system can provide up to six independent signals, one per band, in the following frequency bands: 0.5 to 1, 1 to 2, 2 to 4, 4 to 8, 8 to 12.4, and 12.4 to 18 GHz. Special test signal requirements to generate more than one signal per band simultaneously for time multiplexing and noise modulation can be accommodated with minor configuration changes to both the hardware and software. The system is installed in a single axle semi-trailer van.
6.12 Operations Directive. A document created using the Range Commander's Council Document 501-89, Universal Documentation System, Volumes I, II, and III. The purpose of this document is to provide a detailed plan for the implementation of support functions for a program, mission, specific test or series of tests.
6.13 Acronyms used in this purchase description:
ASO Airspace Safety Officer
ATCCS Army Tactical Command and Control System
C2 Command and Control
C4I Communications, Command, Control, Computers, and Intelligence
CBS Corps Battle Simulation
C-E Communications-Electronics
CES Communications Environment Systems
DBT Database Populator Tool
DCARS Digital Collection, Analysis, and Review System
DOD Department of Defense
DPN Data Processing Node
DPU Data Processing Unit
EMC Electromagnetic Compatibility
EMI Electromagnetic Interference
EMV Electromagnetic Vulnerability
EPG Electronic Proving Ground
EW Electronic Warfare
FIST Fire Support Team
GPS Global Positioning System
GPSIS Global Positioning System Instrumentation Suite
IEW Intelligence and Electronic Warfare
ILS Integrated Logistics Support
JDBE Joint Database Elements
LAN Local Area Network
MANPRINT Manpower and Personnel Integration
MCREWS Modular Covert Remote Electronic Warfare Simulator
MFDC Multi Functional Data Collector
RAM Reliability, Availability, and Maintainability
SEDES Standard Exercise Database Editing System
SINCGARS Single Channel Ground to Air Radio System
SSM Simulation Support Model
SUT System Under Test
TACFIRE Tactical Fire Direction System
TCC Test Control Center
USMTF U.S. Message Text Format
VECAT Virtual Electromagnetic C4I Analysis Tool
VEPG Virtual Electronic Proving Ground
WAN Wide Area Network
WAO Work Assignment Order
WO Work Order
WSMR White Sands Missile Range
Appendix A
Assignment of Contract Work by Work Assignment Order
A portion of the contract effort to be performed under this contract will be assigned by the Government in the form of individual Work Assignment Orders (WAOs) issued in accordance with the terms of this contract. This appendix establishes the procedures for processing WAOs. Section I is for work other than construction, Section II is for construction work.
Section I - Work Assignment Orders for Other Than Construction
1. Each WAO will be provided to the Contractor initially by the Contracting Officer's Representative (COR). The WAO will contain the anticipated period of performance, the scope of work and any applicable specifications, designs and drawings, data requirements, and government-furnished property. The COR will assign control numbers to each WAO provided to the contractor.
2. After receipt of a WAO, the Contractor shall review the WAO and provide a response to the COR not later than 10 working days after receipt, or sooner if specified by the COR. The response shall include a detailed cost estimate and other information as discussed below:
a. Direct labor hours, labor categories, labor rates and estimated cost.b. Travel and per diem cost. If specific trips are known, provide details.
c. Other costs by category and amount. If specific materials are known to be required to complete the task, include a breakdown by nomenclature, quantity and price.
d. Planned start and completion dates for the WAO.
e. Any qualifications or conditions to be placed upon the detailed requirements of the WAO.
f. The Contractor's technical liaison or task coordinator.
g. An identification of existing WAOs or ongoing effort which will be affected by the WAO.
h. Technical Plan for projected work.
3. The COR will review of the contractor's WAO response, in conjunction with government technical representatives, to determine compliance with the required scope of work, acceptability of delivery schedule, adequacy and acceptability of the proposed skill mix, labor hours, materials, travel, and other direct costs as compared to the independent Government estimate. As prescribed in the CORs appointment letter, the COR will ensure that discussions are conducted with the contractor to assure a mutual understanding and agreement on all WAO elements. Discussions will include negotiations and adjustments to cost estimates to insure that costs are reasonable and accurate.
4. The WAO will be officially assigned when approved by the Contracting Officer, except for those Quick Response tasks authorized under the Quick Response WAO paragraph below. The contractor shall expend no effort under the WAO until the official assignment has been made. Performance initiated by the Contractor in anticipation of formal assignment of a WAO is at the Contractors own risk if the work has not been authorized by the Government pursuant to the terms of the contract.
5. All work directed by WAOs shall be completed within the delivery schedule set forth in each WAO, the cost as approved by the Contracting Officer in the WAO, and the terms of the contract. Failure to satisfactorily complete a WAO in accordance with the delivery schedule, costs and other terms may require some form of consideration to the Government for the nonconformance or delay. In the event a delivery schedule extension is required, the contractor shall initiate a WAO modification request with supporting rationale and submit to the Contracting Officer for approval through the COR. In the event the estimated completion date of any WAO extends beyond the contract expiration date, the contractor shall stop all work toward completion of the WAO on or before the contract expiration date unless directed otherwise by the Contracting Officer.
6. In the event that the Government cancels the WAO prior to assignment, the COR will advise the contractor in writing and furnish a copy of the cancellation to the Contracting Officer.
7. In the event of conflict between a WAO to be assigned and other WAOs or ongoing work, it is the responsibility of the contractor to notify the COR for resolution.
8. The contractor shall notify the Contracting Officer and the COR, in writing, if at any time the contractor has reason to believe that the costs which he expects to incur in the performance of the WAO in the next succeeding 15 days, when added to all costs previously incurred, will exceed 75% of the total approved amount of the WAO. If the remaining funds are estimated to be insufficient to complete the WAO, this notice shall also include a detailed estimate of resources required to complete the WAO. The Government will not be obligated to reimburse the contractor for costs incurred in excess of the total approved amount of the WAO. Increases to WAO approved amounts are authorized only by written modification of the WAO as approved by the Contracting Officer.
9. Revisions to a WAO may be required during the performance of the WAO as a result of changes in government requirements. WAO revisions will follow the same approval process as the original WAO.
10. Within 10 calendar days after completion of the WAO effort, the Contractor shall prepare and submit a completion notice to the COR with a copy furnished to the Contracting Officer. This report shall provide a brief summary of results obtained, hours and costs expended, and a listing of any software developed.
11. Upon receipt of a delivery notice from the contractor, inspection and acceptance of completed work will be accomplished by government technical representatives, with final acceptance authorized by the COR.
12. The contractor shall designate in writing to the Contracting Officer names of individuals who will have the authority to bind the contractor in acceptance of WAOs. Changes in designations shall be submitted in writing to the Contracting Officer as they occur.
13. Quick Response WAO. The COR will be authorized to officially assign a Quick Response WAO with a provisional ceiling amount. The ceiling amount will be specified by the COR at the time of assignment of the WAO. The contractor shall begin work on the assigned Quick Response WAO concurrent with the review and approval process described above. The provisional ceiling amount will be removed upon approval of the WAO by the Contracting Officer.
Section II - Work Assignment Orders for Construction
1. All construction and improvements work performed under this contract shall be in accordance with the National Fire Codes, National Electric Code, Uniform Building Code, Environmental Protection Agency Regulations, and in accordance with the attached Technical Provisions of Specifications, applicable OCE guide specifications, Federal specifications or industry standards which will be specified and of which applicable portions will be included in each individual work assignment order. Additionally, construction projects to be performed by the Contractor must be coordinated and approved as a "self-help" project by the EPG Facility Manager.
2. All construction type work will be issued to the Contractor in the form of a Work Assignment Order (WAO). The Contracting Officer is the only individual authorized to issue WAOs for construction work, regardless of dollar value.
3. WAOs for construction will provide specific instructions and details of the work assigned to the contractor by the Contracting Officer, after verification that the requirement is within the scope of work of this contract. The work shall be accomplished utilizing the categories of labor, amounts of manhours, materials, and resources contracted for as specified in the WAO issued by the Contracting Officer.
4. A work assignment order number with a "C" designator as the fifth digit of the number will be provided by the Government with each WAO assigned. Part I of the WAO, Request for Contractor Response, will consist of a transmittal letter and WAO Directive cover sheet with a narrative description (Scope of Work) of the requirements. In addition, those as-built drawings which are available in Government files and applicable to the WAO will be made available to the Contractor. The Government does not guarantee that available as-built drawings are 100% accurate or current. If provided, the Contractor is responsible to verify the accuracy of as-built drawings during scheduled site visit(s). Also included with the WAO Directive will be the applicable Department of Labor Wage Decisions for the work to be accomplished.
5. Upon receipt of a WAO properly assigned by the Contracting Officer, the Contractor may visit the proposed work site in the company of the Contracting Officer's Representative (COR) or the authorized Government Technical Inspector (TI). It is the Contractors responsibility to contact the COR and schedule all site visits. The Contractor shall verify the scope of the proposed work and determine physical conditions and obtain data necessary for planning and estimating the work. The Contractor shall take measurements, make sketches, and initiate any discussions of the proposed work determined necessary by the Contractor with the COR or TI to ensure that the requirements will be satisfied in the most efficient and economical manner. Discussions shall be restricted to technical requirements only. It is further noted that any site visits or discussions held with other Government personnel without the presence of the COR or TI are considered unofficial and any agreements made are not binding on the part of the Government.
6. WAO Contractor Response (Proposal). The Contractor shall prepare a proposal for the accomplishment of the WAO within ten (10) working days after receipt of the WAO Part I, Request for Contractor Response, unless otherwise specified in the transmittal letter or an extension is requested in writing by the Contractor and approved by the Contracting Officer. The Contractor's proposal must be supported by necessary documentation to indicate that adequate engineering and planning to accomplish the requirement has been done. Examples of documentation that might reasonably be expected would include sketches or drawings, calculations, catalog cuts, specifications, architectural renderings, and other documents. Should the assigned WAO be the continuation of a project for which the Contractor had previously prepared design drawings, specifications, and other documentation, such documentation is not expected. The proposal shall be submitted to the Contracting Officer and shall contain as a minimum the information described below.
a. Sketches. If the Contractor received existing as-built drawings, and not final design drawings with the assigned WAO, the Contractor shall develop and prepare drawings or drafted sketches for the work described in the WAO. The drawings shall be in sufficient detail for interpretation and construction accomplishment by journeyman level personnel, and shall be in sufficient detail for subcontractors to establish valid estimates for materials and labor required to complete the WAO. These drawings or sketches shall be the working documents for WAO accomplishment.b. Sketches or drawings shall be originally drafted onto a reproducible material (mylar, or comparable material) that measures 22" by 34." They shall have the standard White Sands Missile Range title block in the lower right hand corner indicating the project title, work order number, date (day, month and year), and facility number. Each sheet shall be consecutively numbered. Sketches shall be made in the degree of detail needed to convey the exact requirement to Contractor personnel for performance.
c. Drawings are to be to scale, following exact measurements to ensure a professionally finished product. Scale used in drawings is to be shown on the drawing.
d. Changes required in the drawings due to field conditions or modifications to the scope of work or for any other reason are to be maintained by the Contractor. During the progress of the job the Contractor shall keep careful record at the jobsite of all changes and corrections from the layouts shown on the drawings. Changes are to be expressed by red lining the change on to the paper copies of the drawings. Once all red lined changes have been approved by the Government the Contractor shall incorporate these changes onto the original reproducible drawings to be submitted with the work completion package.
e. Construction Cost Proposal. The Contractor shall prepare a detailed construction cost proposal for all costs with sufficient quantity, labor, and material data to enable an accurate understanding of the proposed costs by Government engineers and cost analysts. Preparation of the Construction Cost Proposal shall include identifying separate portions of work requested which may be accomplished individually or as a part of the total work requested, with either option providing a finished product. Each proposal shall include all labor hours and labor costs by labor category, materials, equipment, and subcontract costs required to accomplish the WAO. A breakdown of subcontract costs similar to that described above is to be provided for all anticipated subcontracts entered into on a sole source basis. The Contractor shall provide his proposed delivery schedule for completion of the required work. All proposals submitted in response to a WAO shall be valid at the prices offered for a period not less than 45 calendar days from the date of receipt of the proposal by the Government.
f. Materials, equipment, and subcontracts shall be obtained on a competitive basis to the most practicable extent possible. When the aggregate proposed purchase amount of a subcontract, material buy, or equipment buy exceeds $2,500.00 a minimum of two quotations is required. In the event the Contractor elects to purchase from other than the low quotation, justification (e.g., advantageous delivery for an urgent item) shall be provided with the proposal. All sole source purchases for materials, equipment, or subcontracts which exceed $2,500.00 shall require submission of a sole source justification and rationale for determining the price to be fair and reasonable. Such proposals require cost breakdowns as described in 6e above. The above submissions shall be provided with each applicable proposal submitted in response to a particular WAO.
g. Deviations. The Contractor shall highlight and provide in their proposal an explanation and/or submittals of any deviations from the WAO scope of work specifications.
7. Negotiation of Contractors Proposal. Upon receipt of the Contractor's proposal, and completion of Government review of the proposal for completeness and price, the Contracting Officer will negotiate with the Contractor all items of cost and performance schedules. It is the responsibility of the Contracting Officer to schedule negotiations in a timely manner. At the conclusion of negotiations the Contractor shall prepare a final WAO response addressing all issues discussed during negotiations. The final response will become a part of any WAO issued the Contractor for accomplishment of the required work and will be utilized by the Government for inspection and compliance purposes. Any deviation from the final response during the course of the actual construction work shall require Contracting Officer approval prior to accomplishment of such deviation.
8. Government Approvals.
a. The WAO will be issued by the Contracting Officer upon completion of negotiating a fair and reasonable price. This will be accomplished by the Contracting Officer signing the section entitled "Government Approvals" in Part I of the WAO. Each WAO issued will set forth the work that will be required through the scope of work agreed upon during negotiations and will also set forth the performance schedule(s).b. All WAOs issued under this part are subject to the terms and conditions of this contract. In the event of a conflict between a WAO and this contract, the Contract shall control.
c. The Contractor shall not commence work under any WAO issued under this part with a cost of $25,000 or greater until the Contracting Officer provides the Contractor with a written Notice to Proceed. A separate Notice to Proceed will be provided for each WAO $25,000 or over specifying the WAO number and title. The notice will not be issued until sufficient bonding has been provided the Government for the work. Bonding will not be required for any WAO issued under this part with a cost less than $25,000. Any WAO issued under this part with a cost less than $25,000 will not require a separate notice to proceed. The issued WAO will be considered the Contractor's Notice to Proceed and will be the only notice issued for commencement of work.
9. Pre-Construction Conference. Prior to issuance of the first WAO under this part, a conference will be conducted by the Contracting Officer to acquaint the Contractor with Government policies and procedures that are to be observed during the prosecution of the construction work and to develop mutual understanding relative to the administration of the contract. At the discretion of the Contracting Officer or the COR, or upon request by the Contractor, a pre-construction conference may be conducted prior to the commencement of work on individual WAOs.
10. Upon completion of any WAO the Contractor shall notify the COR in writing. An initial walk through of the work will be scheduled by the COR. Any corrective actions found necessary during the inspection shall be accomplished immediately. The COR will then establish a time for final inspection of the work upon coordination with the EPG Facility Coordinator. The final inspection should be accomplished within five (5) working days of the notice of completion provided by the Contractor.
11. WORK COMPLETION PACKAGE.
a. The Contractor shall prepare a work completion package for all completed work (WAOs). The work completion package shall be provided the Contracting Officer in duplicate. The package is required within 60 days after the date of final inspection and acceptance by the Government of the work accomplished.b. The work completion package shall include the following:
(1) Copy of WAO Part I and transmittal letter with initial scope of work.(2) Written record of site visit.
(3) Copy of WAO with final contractor response.
(4) Copy of All WAO Revisions.
(5) Supporting documents for materials, supplies, and parts used to accomplish the work, bearing the applicable WAO number.
(6) Red line drawings or sketches showing changes made to original drawings.
(7) Correspondence, memoranda, or other data pertinent to the accomplishment of the work.
(8) Copy of Installed Property List, and completed DD1354.
(9) Copy of punch list items and written record of final inspection.
(10) Release of claims (required upon receipt of final payment of a WAO).
(11) Copy of final drawings.
(12) Update of mylars.
Sample WAO Format
PART I
WORK ASSIGNMENT ORDER
WAO No.___________________________ Revision No.________ CONTRACT NO. DAAD07-__-C-____
Requester______________________ ______________Phone___________ Office Symbol___________
Task Title ____________________________________________________________________________
Estimated Start Date __________________ Estimated Completion Date ____________________
Fund Citation__________________________________________________________
REQUEST FOR CONTRACTOR RESPONSE
COR Instructions to Contractor: You are requested to examine the attached work statement and submit to the COR your technical approach, cost estimate, delivery or performance period, and any other information required by the terms of the contract. Qualifying conditions must be stated if necessary.
Signature of COR _____________________________________ Date _______________________
CONTRACTOR RESPONSE
Planned Start Date _____________________ Planned Completion Date _____________________
Cost Estimate for this specific action __________________________________________________
Cost Estimate for TOTAL WAO if this action is a revision __________________________________
Within presently obligated funding limit on contract (Y/N) _____
This action is within the scope of the contract and complies with the contract provision entitled "Government-Contractor Relationships" (Y/N) ____
ADP resources required (Y/N) ____
Task Coordinator Name ____________________ Signature _________________________ Date _______
Contractor Rep Name ______________________ Signature _________________________ Date _______
GOVERNMENT APPROVALS
Action is within scope of contract and complies with contract provision entitled "Government-Contractor Relationships" (Y/N) ____
Within presently obligated funding limit on contract (Y/N) ____ ("No" answer requires contract modification to obligate funds prior to approval of WAO.)
ADP approval required (Y/N) ____ Self-Help Approval Required (Y/N) ____
Government-Furnished Property required and available (Y/N) ____
Signature of Technical Representative _____________________________ Date _________________
Signature of COR _____________________________________________ Date _________________
Signature of Contracting Officer __________________________________ Date _________________
______________________________________________________________________________
Distribution of copies after CO approval: Orig to Contractor; copy to COR; copy to contract file
PART II
WORK ASSIGNMENT ORDER
DELIVERY NOTICE
CONTRACT NO. DAAD07-__-C-____
WAO Number __________________ as modified through Revision Number __________ has been completed and is ready for Government inspection and acceptance procedures.
____________________________________ ______________________________ _______
Name of Contractor Representative Signature Date
Received by:
____________________________________ ______________________________ _______
Name of Government Representative Signature Date
Inspected by:
____________________________________ ______________________________ _______
WAO Technical Inspector Signature Date
Accepted as Conforming/Nonconforming by:
____________________________________ ______________________________ _______
Contracting Officer's Rep (COR) Signature Date
______________________________________________________________________________________
Distribution of copies after COR signature: Original to contractor; copy to CO; copy in COR files
PART III
WORK ASSIGNMENT ORDER
COMPLETION SUMMARY
CONTRACT NO. DAAD07-__C-____
WAO Number _______________________ as revised through Revision Number _____________________
Title ________________________________________________________________________
Scheduled Delivery or Completion Date ________________________________________
Actual Delivery or Completion Date ___________________________________________
Final Resource Tabulation:
Manhours Labor Cost Non-Labor Cost Total Cost
Authorized ________ __________ ______________ __________
Expended ________ __________ ______________ __________
Balance ________ __________ ______________ __________
Results/Remarks __________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
____________________________________ ______________________________________
Contractor Task Coordinator (signed) (date)
____________________________________ ______________________________________
Authorized Contractor Rep (signed) (date)
_________________________________________________________________________________________
Distribution of copies: Original to COR; copy to CO; copy retained in contractor files