performance work statement...

44
Page 1 of 44 PERFORMANCE WORK STATEMENT (PWS) FOR NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012

Upload: doanngoc

Post on 19-Jul-2019

215 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

Page 1 of 44

PERFORMANCE WORK STATEMENT (PWS)

FOR

NATIONAL AFGHAN TRUCKING II (NAT II)

19 November 2012

Page 2: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 2 of 44

1. GENERAL 1.1. Introduction. National Afghan Trucking (NAT) provides a secure and reliable

means of distributing reconstruction material, security equipment, fuel, miscellaneous dry cargo and life support assets throughout the Combined Joint Operations Area – Afghanistan (CJOA-A) to and from Forward Operating Bases (FOBs), Combat Out Posts (COPs) and other designated delivery sites.

1.2. Background. United States Government (USG) elements within the CJOA-A

operating under Title X or Title XXII authority require distribution support for providing logistics transportation support to USG operations. To meet identified distribution support the USG requires contracted commercial logistics transportation distribution of various classes of supply, including but not limited to reconstruction materials, security equipment, and life support items throughout the CJOA-A (reference Attachment 1 for historical workload data) in order to meet combat service support and movement needs.

1.3. Objectives. This Performance Work Statement (PWS) describes the USG’s requirement for contracted trucking services that provide timely, reliable and secure distribution of all classes of supply or assets except Class V (Ammunition). Required contracted trucking services will move cargo to and from FOBs, COPs and other designated delivery sites located throughout the CJOA-A. Identified support will be conducted in accordance with published guidance regarding use of Title X and Title XXII funds, to include identified USG programs (i.e. Lift and Sustain program with Coalition Forces).

1.4. Scope. The contractor shall provide all non-personal services, including but not limited to: • personnel (drivers, dispatchers, etc.) • equipment (truck, straps, binders, etc.) • tools (winch, self-recovery or repair assets, etc.) • materials (dunnage, tarps, etc.) • supervision (managers, accountants, etc.) • other items necessary to provide the safe, timely & reliable transportation This includes proactive and competent management; well maintained logistics support resources, and trustworthy employees and subcontractors as necessary to facilitate dependable movement of cargo from origin to destination. Services shall include the secure ground transportation of Class I, II, III, IV, VI, VII, VIII, IX, X and multi-class cargo shipments throughout Afghanistan as defined in this PWS. When requested, the contractor shall provide shipping containers to be used for cargo transportation. The contractor shall provide all management and logistics support resources necessary to pick-up cargo (material or equipment) at

Page 3: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 3 of 44

origin and deliver cargo to destination on Required Deliver Date (RDD) established by USG. The contractor shall be responsible and accountable for the integrity of the entire transportation process and the protection of the cargo from loss or damage while cargo in the contractor’s care. The contractor shall notify the USG immediately upon learning it, the contractor, may be unable to meet any of the PWS requirements, as any delay or failure in contract performance could impact Department of Defense (DoD) personnel and the DoD’s mission. Transportation services include secure movement of supplies or equipment throughout Afghanistan / CJOA-A as defined in this PWS. Contractor shall be responsive, timely (i.e. meet all RSDs, RLDs and RDDs) and adhere to all assigned movement requirements in theater (substantiated by ITV snapshots) to include, but not limited to, the TMR process. Contractor shall operate single assets or convoys to and from any location within the CJOA-A, as directed on the official mission sheet. Contractor retains responsibility to provide assets and drivers able to accomplish missions anywhere in Afghanistan. Transportation services include movement of:

• Class I – subsistence, gratuitous health items, etc. • Class II – clothing, individual equipment, etc. • Class III – petroleum, oil & lubricants, etc. • Class IV – construction materials • Class VI – personal demand items • Class VII – major end items • Class VIII – medical material • Class IX – repair parts and components, etc. • Class X – non-military material • Multi-class cargo

• Class V – ammunition will not be moved using NAT movement

KTR shall provide all management and logistics support resources necessary to pickup material and equipment at origin and deliver material and equipment to an identified destination on the dates required by the USG. KTR shall ensure integrity and safety of materials and equipment being transported, and retains responsible for providing armed security escorts for all missions; unless otherwise specified by the USG. KTR shall perform to, or exceed, standards identified in this contract.

1.5. General Information

1.5.1. Quality Control Plan (QCP). The contractor shall be responsible for coordination of all aspects of performance to include quality, technical, logistical, and financial accuracy. Contractor shall develop and maintain a QCP (see

Page 4: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 4 of 44

paragraph 7.8.6.) and implement the procedures therein to identify, prevent, and ensure deficiencies noted are not repeated.

1.5.2. Quality Assurance (QA): USG shall evaluate KTR’s performance under this contract through a fully developed QA program detailed in an associated Quality Assurance Surveillance Plan (QASP) document. QASP focuses on what USG elements must do to ensure that KTR has performed in accordance with published performance standards. The QASP document defines: • how performance standards will be applied; • frequency of surveillance; and, • minimum acceptable defect rate(s).

1.5.3. Contracting Officer’s Representative (COR). A Contracting Officer (KO) issues a COR or Alternate Contracting Officer’s Representative (ACOR) appointment letter clearly identifying the responsibilities and limitations of the COR or ACOR. A copy of each appointment letter should be sent to the Contractor. The COR or ACOR monitors all technical aspects of the contract and assists in contract administration. Neither a COR nor an ACOR are authorized to change a contract, this limitation ensures official guidance or direction to a contractor comes only from the KO. COR or ACOR personnel will maintain a contract file in accordance USTRANSCOM Instruction 63-5, Contracting Officer Representative Program, and submit all contract file records to the KO after the contract is completed. Within the appointment letter a KO may authorize a COR or ACOR to perform a wide variety of functions; exact level of responsibilities or limitations may and can vary between COR and ACOR personnel. Typically the COR and ACOR perform the following functions: • assure the KO that the contractor performs the technical requirements of the

contract; • perform inspections necessary in connection with contract performance

(outlined in associated QASP); • maintains written and oral communications with the Contractor concerning

technical aspects of the contract; • issues written interpretations of technical requirements; • monitors Contractor's performance; and, • notifies both the KO and Contractor of any identified deficiencies.

1.5.4. Post-Award Conference. The Contractor agrees to attend any post-award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation (FAR) Subpart 42.5, Post Award Orientation. The Post–Award conference is not a substitute for a contractor fully understanding the requirement, nor is it used to alter the final agreement arrived at in any negotiations preceding the contract award. The US Government (USG) reserves the right to conduct one post award conference at a

Page 5: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 5 of 44

location to be specified or conduct multiple post award conferences for the separate awardees. This meeting shall be at no additional cost to the USG.

1.5.5. Periodic Performance Reviews. The USG may require the contractor to attend periodic reviews to discuss the contractor’s performance or other issues as necessary. These meetings shall be at no additional cost to the government.

1.5.6. Recognized Holidays: NONE

1.5.7. Hours of Operation. The contractor must be available to conduct all services described in this PWS, twenty-four hours a day, seven days a week (24/7), including holidays and non-standard work days, for the duration of the period of performance.

1.5.8. Access to Procedures, Records, Data, and Facilities. The contractor shall allow USG personnel performing official business, authorized by the Contracting Officer, access when provided 24 hour notification, to examine official/office facilities, documents, operational records, and data related to this contract. This includes all electronic records, documents, data, programs, and systems.

1.5.9. Request Response Timeline. Upon request by the USG, the contractor shall provide meaningful, timely responses, documents, and data no less than 24 hours from the date of the USG request.

1.6. Specific Qualifications

1.6.1. Enrollment in USG mandated databases. All contractor employees, including all tiers of sub-contractors, shall be enrolled in the Biometric Automated Tracking System (BATS) and the Synchronized Pre-Deployment and Operational Tracker (SPOT). All personnel are required to have a SPOT-generated Letter Of Authorization (LOA) prior to employment within the CJOA-A.

1.6.2. Identification requirements. All contractor and subcontractor personnel shall have some form of photo identification (ID) containing, at a minimum, employee name and recent photograph. ID will be clearly displayed, on exterior clothing, above the waist, at all times while on any ISAF controlled area.

1.6.3. Return of IDs and badges. All contractor and subcontractor personnel shall have some form of photo identification (ID) containing, at a minimum, employee name and recent photograph. ID will be clearly displayed, on exterior clothing, above the waist, at all times while on any USG controlled area. All USG or Coalition Forces issued badges must be returned to the COR or ACOR when the contract is completed or the employee no longer requires access (e.g. resigns or is terminated). Final payment at the conclusion of the contract will not occur until all USG or Coalition Forces issued badges are returned. Both USG and Coalition

Page 6: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 6 of 44

Forces further reserves the right to cancel/withdraw issued badges to contractor or any tier subcontractor employee at its discretion at any time.

1.6.4. Training and certification requirements. The contractor is responsible for ensuring all drivers are properly licensed to operate their equipment in accordance with applicable laws and are able to properly secure cargo loads per US Army standards (reference Military Surface Deployment and Distribution Command [SDDC] Transportation Engineering Agency [TEA] Pamphlet 55-201) for transport. The driver must have valid required identification and/or badge(s) to gain access to FOBs, to include proof of driver’s Taskera Number.

1.6.5. Security Requirements: KTR shall ensure that all missions have security support, unless otherwise specified by the USG. KTR assumes responsibility for acts of non-USG security elements that result in loss of cargo or damage to private or personal property. Required security support will be specified in the individual mission sheet as:

• Private Security Company (PSC); • Government of the Islamic Republic of Afghanistan (GIRoA) security

(i.e. Afghan Public Protection Force [APPF] or other as specified by GIRoA);

• USG provided; or • none.

2. DEFINITIONS

Reference Attachment 2, “Acronyms & Definitions”.

3. GOVERNMENT FURNISHED ITEMS AND SERVICES

Reference clause 952.225-0011 “Government Furnished Contractor Support”.

4. CONTRACTOR FURNISHED ITEMS AND SERVICES

4.1. General. The contractor shall furnish everything not otherwise specified as Government Furnished, required to perform services under this PWS.

4.2. Licenses. The contractor shall ensure all licenses for doing business in Afghanistan are current and valid throughout the entire period of performance of this contract. The KO, COR, ACOR or other authorized USG representative may request proof the contractor is in compliance with all local laws, registrations and licenses at any time. At a minimum, the contractor shall provide proof of the following at the time of award:

1 http://www.tea.army.mil/pubs/nr/deploy/fgpamphlets/Pam_55-20_45.pdf

Page 7: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 7 of 44

4.2.1. Afghanistan Investment Support Agency (AISA) License2

4.2.2. Ministry of Transportation - Afghanistan (MoT-A) License3

4.2.3. Transit and Freight Forwarding Company License4

4.3. Government of the Islamic Republic of Afghanistan (GIRoA) Registration.

The contractor shall ensure all transportation assets are registered with the GIRoA, as required. Vehicles without proper registration shall not be permitted access to ISAF locations.

4.4. Required Insurance.5 Contractor shall maintain sufficient commercial insurance to insure against all third party claims. Contractor shall maintain workers’ compensation insurance as outlined in contract clause 52.228-3, Workers’ Compensation Insurance (Defense Base Act) otherwise referred to as DBA Insurance.6 Proof of insurance for the prime and each subcontractor at every tier shall be provided to the Contracting Officer prior to beginning performance under this contract. Failure to provide proof of required insurance shall exclude the contractor from consideration of task orders until such proof is provided.

4.5. Transportation Assets. Contractor shall provide all necessary transportation assets to accomplish the assigned mission. All equipment shall be safely operable and in good working order. All equipment shall meet Afghan safety and cargo highway transportation standards as established by the Ministry of Transportation – Afghanistan (MoT-A), and shall comply with the Driver/Truck Inspection Checklist, referenced at (Exhibit 1). Turning in proof of GIRoA registration and a Driver/Truck Inspection Checklist part of process to register as a NAT carrier.

4.6. Asset Registration. Prior to use under this program, all transportation assets shall be registered with the USG. Registration consists of a registration request memorandum from the JMCB, proof of vehicular GIRoA registration, and overall visual inspection to include verification of fuel tanker capacity for those assets. Assets registered by other companies used as sub-contracted assets do not need to be re-registered. Only 1 registration per asset needed to comply with USG requirements. The contractor shall not use any assets in performance of this contract that are not registered with the JMCB.

2 http://www.aisa.org.af/files/licensing_procedure/english/AISA-license.pdf 3 http://www.aisa.org.af/files/licensing_procedure/english/TransportationCompanyLicense.pdf 4 http://www.aisa.org.af/files/licensing_procedure/english/TransitFreightForwardingCompanyLicense.pdf 5 http://www.aisa.org.af/files/laws/english/694-INSURANCE.pdf 6 http://www.dol.gov/owcp/dlhwc/lsdba.htm

Page 8: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 8 of 44

4.7. Maintenance. Contractor is responsible for all equipment maintenance and shall not cause delay or cancellation of a mission for failure to maintain equipment in accordance with the approved maintenance plan and paragraph 4.5. If a “dead lining” deficiency is identified, the contractor shall either replace the equipment or correct deficiencies to the satisfaction of the government prior to Required Load Date (RLD). If maintenance deficiencies are not corrected before RLD, USG reserves the right to cancel the mission at no cost to the USG and the new mission will be allocated to another contractor. The USG reserves the right to waive less severe maintenance deficiencies as indicated in Exhibit 1 and allow the contractor to continue performance.

4.8. In-Transit Visibility (ITV). The current global asset visibility system used by the USG to track trucking missions within Afghanistan is the Global Distribution Management System (GDMS) developed and manufactured by Tapestry Solutions. In order to maintain Total Asset Visibility (TAV), the contractor’s ITV solution shall fully integrate with the USG’s current asset visibility system. Contractor shall provide ITV solution that utilizes satellite-based Global Positioning System (GPS) tracking that includes the following:

• Transponder equipment capable of interfacing and fully communicating with

the USG’s current asset visibility system. This requires that the contractor’s selected transponder shall be verified as fully compatible with the GDMS.

• A communication services plan that ensures the ITV solution can successfully

feed ITV information from the transponder to the GDMS. This requires that the contractor’s selected communication services plan shall be verified as fully capable of feeding all necessary information to the GDMS.

4.8.1. Use of ITV. Each dispatched trucking asset shall include a fully operational ITV

transponder with sufficient battery charge to complete the mission. The contractor shall report the transponder number, Driver’s name, Taskera number and NAT registration number to the USG no later than (NLT) twenty-four (24) hours prior to the Ready Spot Date (RSD). The naming convention for each device will be determined by the USG. The ITV equipment shall remain mounted and operate continuously without interruption in the same trucking asset for the duration of the mission and shall not be removed or its operation hampered in any way before the cargo is downloaded. ITV snapshots using a maximum of 1/50 kilometer (km) resolution with header and footer data showing the date time group of the snapshot are required to validate that the mission met the RSD, RLD and Required Delivery Date (RDD). These snapshots shall be required for each day of daily demurrage charges claimed by the contractor.

4.8.2. ITV requirements. ITV transponders shall be battery powered and operate under the temperature and weather conditions that prevail in the country of Afghanistan including, but not limited to, extreme variances in temperature, dirt, rain, snow, windblown dust, and corrosion. The transponder shall be easily

Page 9: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 9 of 44

mountable and inconspicuous. The transponder shall provide positional reports at least every thirty (30) minutes. The transponder positional reports shall be provided via system “ping” between vehicle mounted ITV transponder and monitoring system. Transponders shall maintain this reporting rate for the duration of the mission beginning 24 hours prior to the RLD and ending at the time the cargo is downloaded. Failure to meet ping rate may result in a deduction infraction that will affect amount of payment received for completion of mission.

4.8.3. Contractor ITV responsibility. Each transponder solution may vary in the required levels of integration to limit transponder visibility to the contractor and the USG and is dependent upon each contractor’s unique approach to ITV. The contractor is responsible for ensuring that their ITV approach and selected transponders are fully compatible and integrated with the GDMS. The contractor shall verify compatibility with the GDMS and that the proposed ITV solution can be integrated into the existing GDMS architecture.

4.8.4. ITV Reporting. The contractor shall be responsible for reporting any interference or malfunction of ITV systems to USG while performing on a mission. The contractor shall notify the USG within 1 hour if ITVs are confiscated and not returned. If ITVs are not returned, the contractor shall report the name, unit, company or agency that confiscated the ITVs to the COR and/or ACORs.

5. SPECIFIC REQUIREMENTS

5.1. Program Management. The contractor shall provide technical, administrative and program management support services to facilitate the development, implementation, and sustainment of trucking services. Contractor shall advise ACOR, COR and KO of any change in key personnel positions. Key positions include Program Manager (PM), Alternate PM, Accountant, Fuel Manager (FM) and alternate FM. Changes in key personnel require an updated Letter Of Authority (LOA) for the individual(s).

5.1.1. Program Manager (PM) and Alternate PM. The contractor shall provide a PM, and at least one (1) alternate PM, for the overall efficient and effective management, supervision, administration, and operations of transportation missions in accordance with this PWS. Contractor shall provide names of designated PM and alternate PM, in writing, to the KO, COR and ACOR prior to contract performance. The PM and alternate shall have the ability to effectively communicate in English, both orally and in writing. The PM or alternate shall be available twenty-four hours per day, seven days per week (24/7) for any questions, issues, or concerns that may arise. The PM will be primary Point Of Contact (POC) on a 24/7 basis for USG to contact a contractor as situation dictates in cases of emergency, truck/equipment breakdown, mission changes, etc; alternate PM will be alternate POC for contractor for same identified concerns when the primary PM is not available. The PM or alternate PM shall be responsible for ensuring all equipment is in compliance with movement orders,

Page 10: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 10 of 44

regulations, security requirements, policies, and operational orders. The PM and in the PM’s absence the alternate PM, shall have full authority to act for the contractor on all matters relating to daily operations under the terms of this contract. The PM or alternate PM shall have the necessary access to USG locations, as required by the government. The PM or alternate PM shall ensure timely, accurate, meaningful responses to all USG questions or inquiries to include submission of requested supporting documentation within timeframes specified by the USG. The PM or alternate PM shall notify the Government immediately when the contractor is unable to meet any of the PWS requirements.

5.1.2. Accountant. The contractor shall provide an experienced accountant capable of complying with US Generally Accepted Accounting Principles (GAAP) requirements, as defined by Financial Accounting Standards Board (FASB), and shall be responsible for preparing the required financial documents such as balance sheets, income statements, and statement of cash flows to meet GAAP standards. The accountant shall be able to communicate in English, written and orally. Additionally, the accountant shall: • provide explanation of financial transactions and documents as requested by

the USG; • prepare accurate, reconcilable invoices and maintain all supporting

documentation; and • provide supporting documentation for financial related questions.

5.1.3. Fuel Manager (FM). Contractor shall provide a Fuel Manager (FM) and at least one (1) alternate when the primary FM is not available. The FM shall be responsible for daily management and accountability of fuel and fuel movements under this PWS. Contractor shall provide names of designated FM, and alternates, in writing to KO, COR and ACOR prior to start of contract. FM shall be able to communicate in English, written and orally. FM and alternate must be able to maintain a Common Access Card (CAC) and meet all requirements to enter US or North Atlantic Treaty Organization (NATO) controlled installations. FM shall be responsible for the following duties: • Track and maintain accountability for upload volume (gallons) to each

contractor asset in performance of this PWS; • Track and maintain accountability for the location of each contractor asset

carrying fuel in performance of this PWS; and, • Track and maintain accountability for download volume (gallons) from each

contractor asset in performance of this PWS.

5.1.4. Operations Center. Contractor shall provide an operations center responsible for ensuring efficient and effective trucking operations in accordance with this PWS. The operations center shall continuously communicate with, track and dispatch contractor assets performing assigned missions under this contract. The operations center shall maintain visibility over all contractor assets assigned

Page 11: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 11 of 44

to USG missions and be able to provide real-time status updates twenty-four hours a day (24). Physical and mailing address of operations center shall be provided prior to start of contract. At least one (1) individual in the operations center shall be available at all times and shall be able to effectively communicate in English, both orally and in writing.

5.1.5. Convoy Team Leader (CTL). Contractor shall provide a CTL for each mission and shall be identified NLT twenty-four (24) hours prior to the RSD. The CTL information (name, Taskera number, etc.) shall be provided to the CORs or ACOR’s on the Transportation Movement Request (TMR) status report (PWS paragraph 7.1). When two (2) or more trucks are traveling in the same convoy, the CTL will not be the driver of a vehicle. CTL responsibilities include, but are not limited to:

• maintain ability to communicate with the PM and operations center to provide

accurate real-time status and reports, when required; • ensure drivers and all required equipment meets the RLD and RDD; • ensure drivers comply with movement orders, regulations, security

requirements, policies, operational orders, timelines; • ensure correct cargo is loaded on proper trailers and drivers are briefed and

understand the cargo’s destination; • document incidents and complete any reports as necessary; • ensure each truck under the CTL’s supervision does not accept an improper

remission; • coordinate all logistics with convoy security prior to and during convoy

movements; • report any changes to convoy escort during mission and provide pertinent

information to include escort commander’s name, company (if PSC or APPF) or unit (if USG), etc.;

• notify USG within 96 hours if security escort is refusing to escort contractor to required delivery location; and

• notify USG within 96 hours of contractor requesting to cancel a mission; request must be before RSD.

5.2. TRANSPORTATION SERVICE. The contractor shall provide transportation

service for various classes of supply. The transportation service is segregated into three (3) “Suites” of service based on the types of assets that are required to provide transportation service for the different types and classes of cargo.

5.2.1. SUITE I, Bulk Fuels (Class III) Transportation. The contractor shall provide all non-personal services, including but not limited to, personnel, equipment, tools, materials, supervision, and other items necessary to provide safe, timely and reliable ground transportation for TS1 fuel (Russian grade jet fuel), Jet-Propulsion Type 8 (JP-8) fuel, Diesel Fuel Type 2 (DF2), and unleaded fuels. All tank trucks, requirements and procedures shall be in accordance with Military Standard (MIL-STD) 3004C dated 10 Aug 2011. Each tank shall be maintained

Page 12: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 12 of 44

in the same grade of service to the maximum extent possible to minimize the potential for contamination. If required, tanks shall be processed for a change in grade in accordance with Table XXVI of MIL-STD 3004C7 . Fuel uploaded at origin and delivered at destination shall be in accordance with U.S. Army Field Manual (FM) 10-67-18 standards. The fuel transportation tank may be inspected by the USG prior to upload to ensure the tanks are empty, free of debris, leaks or holes and that all connections and ports are properly sealed. The contractor may observe this process.

5.2.1.1. Registration: Before fuel tankers can be utilized for missions, they must be registered with the appropriate GIRoA agency and USG. Registration with USG consists of:

• Registration request memorandum from designated USG element

overseeing TMR process; • Proof of vehicular registration; • Confirmation of fuel tanker capacity (non-standard size); and, • Overall visual inspection of tanker equipment - vehicular checklist.

Each vehicle bulk fuel tank shall be sealed and registered for record purposes after inspection complete

5.2.1.2. Required Assets. The contractor shall provide 5,000 gallon (20,000 liter)

and 10,000 gallon (40,000 liter) fuel tankers. Contractor shall provide one (1) bobtail for every five (5) assets assigned to a U.S. military escorted convoy. Additional bobtail assets may be required at the USG’s discretion.

5.2.1.3. Mission-Essential Equipment. All trucks shall be equipped with operating hoses and fittings without leaks and adaptors, where necessary, for leak-free connections to USG or Coalition Forces (as appropriate) hoses, pumps, meters, or other equipment. If a truck is not so equipped, the contractor shall be notified and will be responsible for providing a functional fuel pump with a calibrated metering system configured for fuel download.

5.2.1.4. Claims Liability. Contractor shall be financially liable for missing and/or

contaminated fuel at the rate of 757 AFN per gallon. Fuel losses up to five percent (5%), due to evaporation and other contributing factors (i.e. inaccurate metering, changes in barometric pressure, etc.), are allowable and shall not establish a financial liability against the contractor. In instances where fuel losses exceed five percent, the contractor shall be financially liable for the entire fuel loss amount. The Government will process cargo claims in accordance with the Defense Transportation Regulation (DTR), Part II,

7 https://assist.daps.dla.mil/quicksearch/basic_profile.cfm?ident_number=207391 8 http://armypubs.army.mil/doctrine/DR_pubs/dr_a/pdf/fm10_67_1.pdf

Page 13: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 13 of 44

Chapter 210, and the contractor agrees to cooperate with Government efforts to resolve claims for loss of Government cargo.

5.2.1.5. Undelivered Fuel. On occasion an operational change may restrict or

degrade a FOB, COP or designated delivery site’s ability to accept the entire volume of fuel initially ordered. If there is fuel remaining in the contractor’s tanker after download, the contractor shall return all remaining fuel to the location designated by the USG; typically the original upload site will be the designated location to return the fuel.

5.2.1.5.1. Within 24 hours of the initial fuel download, the contractor shall notify the

JMCB when the designated delivery site is unable to accept the full volume of fuel ordered. The JMCB shall identify the location where the fuel shall be returned. The remaining fuel shall be delivered to the designated return location within 21 days from the initial fuel download date at the original delivery location. Days are calculated from date of fuel loading at original delivery point. Failure to notify the JMCB that the designated delivery site was unable to accept the full amount of fuel or failure to deliver remaining fuel to designated “return location” within 21 days after initial download at initial download location will result reimbursable expenses being assessed against the contractor in the amount determined by the quantity of undelivered fuel (gallons) and the reimbursable expense for fuel stated in paragraph 5.2.4.13.

5.2.1.5.2. Return of undelivered fuel will qualify as a standard “point to point” delivery and contractor shall receive payment for transportation costs from the original designated fuel download location to the designated fuel return location.

5.2.2. SUITE II, Dry Cargo (Class I, II, IV, VI, VII, VIII, IX, X) Transportation. The

contractor shall provide all non-personal services, including but not limited to, personnel, equipment, tools, materials, supervision, and other items necessary to provide safe, timely and reliable ground transportation for containerized, break-bulk, temperature sensitive, or other cargo above-categorized in this paragraph.

5.2.2.1. Required Assets. The contractor shall provide Flatbed Trucks (FBTs) capable of transporting one (1) 20 foot (ft) container (refrigerated or non-refrigerated) or break bulk cargo. Contractor shall provide FBTs capable of transporting one (1) 40 ft container, two (2) 20 ft containers (refrigerated or non-refrigerated) or break bulk cargo. Contractor shall provide 20 ft (standard or converted HMMWV) and 40 ft containers as required. Contractor shall provide refrigerated and freezer trucks as required for temperature sensitive cargo. Contractor shall provide one (1) bobtail for every five (5) assets assigned to a U.S. military escorted convoy.

5.2.2.2. Trailers: All trailers must have operational landing legs, ramps, brakes free of air leaks, parking brakes, and brake lights.

Page 14: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 14 of 44

5.2.2.3. Mission-Essential Equipment. Contractor shall provide twelve (12) chains, twelve (12) straps, and twelve (12) binders sufficient to secure loads on all trucking asset. All FBTs shall have functional container locking mechanisms sufficient to secure two (2) 20 ft containers or one (1) 40 ft container. The following provide the required specifications for this equipment:

EQUIPMENT SPECIFICATIONS Chains:

- Width, 0.5 inches (1.27 Centimeters [cm]) - Length, 10 feet (3.05 Meters [m]) - Working load limit of 8,250 lbs (3,742 Kilograms [kg]) - Breaking strength of 16,500 lbs (7,484 kgs)

Straps:

- Rated at 10,000 lb (4,536 kg) load or higher

Binders:

- Breaking strength of 26,000 lbs (11,793 kg) - Width, between 0.375 inches (0.95 cm) and 0.5 inches

(1.27 cm)

Table 1: Mission Essential Equipment, Dry Cargo

5.2.2.4. Mission-Dependent Equipment. The following equipment requirements are mission dependent and shall be indicated by the USG on the TMR when required. The USG may require additional chains, binders or straps for a particular mission. Additional bobtail assets may be required at the USG’s discretion. The USG may require dunnage for a particular mission. When dunnage is required, each FBT shall have eight (8) boards with the following measurements in height, width, and length: 4 inch by 4 inch by 8 feet, respectively.9 The USG may require tarps depending on mission requirements. When tarps are required, the contractor shall provide one canvas or plastic tarp capable of covering and securing cargo covering the full length of the truck bed and down from top of load to six feet above truck bed.

5.2.2.5. Temperature-Sensitive Cargo. Contractor assets used to transport temperature-sensitive cargo shall be appropriate for the safe and sanitary transportation and storage of frozen/chilled food stuff and adequately insulated so as not to exceed allowable temperature standards. Cargo transported in trucks providing freezer temperatures shall have the temperature maintained between zero and negative ten degrees Fahrenheit (0 to -10 °F)10 for the duration of the mission. Cargo transported in

9 The dunnage measurements (H x W x L) in metric measurements is: 0.10m x 0.10m x 2.44m. 10 The temperature requirements for the frozen cargo in Celsius measurements are negative seventeen point eight to negative twenty three point three degrees Celsius (-17.8 to -23.3 °C).

Page 15: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 15 of 44

refrigerated trucks or containers shall have the temperature maintained between thirty-five and forty degrees Fahrenheit (35 to 40°F).11

The following minimum requirements apply to all freezer and refrigerated assets:

• exterior height between thirteen feet, six inch and fourteen feet (13’6” to

14’) / four point fifteen meters and four point twenty seven meters (4.15m to 4.27m);

• interior width between ninety eight feet to one hundred inches (98” to 100”) / two point forty nine meters to two point fifty four (2.49m to 2.54m);

• dock height between forty eight to fifty two inches (48” to 52”) / one point twenty two to one point thirty two (1.22m to 1.32m);

• floors are rated at seventeen thousand pounds to twenty two thousand pounds (17,000 to 22,000 lbs) / seven thousand seven hundred eleven KG to nine thousand nine hundred seventy nine KG (7,711 KG to 9,979 KG);

• steel cross members on twelve inch (12”) / thirty point forty eight centimeters (30.48cm) centers or aluminum cross members on eight inch (8”) / twenty point thirty two centimeter (20.32cm) centers;

• swing rear doors are present; • single, tandem, or tri-axles are present as appropriate for load conditions; • scuff liners are present; • E-track or logistics posts are present; and • pintle-hook is present.

5.2.2.5.1. Frozen Items: Food labeled frozen and shipped frozen will be received

frozen. Temperature will be maintained from zero to negative ten degrees Fahrenheit (0 to -10oF) / negative seventeen point eight to negative twenty three point three degrees Celsius (-17.8 to -23.3oC) for the duration of the mission. If the prescribed temperatures are not maintained, KTR will be liable for the total value of the cargo.

5.2.2.5.2. Refrigerated Items: Refrigerated items will be maintained at a temperature of forty degrees Fahrenheit (40 oF) / four point four degrees Celsius (4.4 oC) or below for the duration of the mission. If the prescribed temperatures are not maintained, KTR will be liable for the total value of the cargo.

5.2.2.6. Containers. Contractor provided containers shall be within operational and

transportable standards identified in Military Handbook (MIL-HDBK) 138B12 dated 1 January 2002. Containers shall be plainly labeled and marked to prevent confusion with other contractor owned or USG containers. Contractor

11 The temperature requirements for the refrigerated cargo in Celsius measurements are between 1.7 and 4.4 °C. 12 https://assist.daps.dla.mil/quicksearch/basic_profile.cfm?ident_number=53904

Page 16: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 16 of 44

shall uniquely identify all contractor owned containers using the eleven (11) digit naming convention where the first four characters are unique to the contractor and the remaining seven numbers are unique tracking numbers for each container (e.g. USAU-1234567). All containers shall be properly secured and sealed for in-transit moves by the shipping point of contact. All seals shall be provided and placed by the USG. Contractor shall ensure all containers are properly secured and sealed prior to movement and for the duration of the mission. The contractor may refuse a load if the container is not properly sealed at the time of up-load. Contractor responsible for ensuring all original seals remain intact on all containers. Contractor shall not retain or alter any USG owned or other contractor owned containers.

5.2.2.7. Claims Liability. Contractor shall be financially liable for the replacement

value of all unaccounted for or damaged cargo. The Government will process cargo claims in accordance with the Defense Transportation Regulation (DTR), Part II, Chapter 210, and the contractor agrees to cooperate with Government efforts to resolve claims for loss or damage to Government cargo.

5.2.3. SUITE III, Heavy Cargo (Class I, II, IV, VI, VII, VIII, IX, X) Transportation. The

contractor shall provide all non-personal services, including but not limited to, personnel, equipment, tools, materials, supervision, and other items necessary to provide safe, timely and reliable ground transportation for heavy containerized, break-bulk, or other cargo identified in this paragraph heading.

5.2.3.1. Required Assets. The contractor shall provide trucks equipped with 20 ft, 30 ft, and 40 ft lowboy trailers. Contractor shall provide forty foot (40’) Heavy Equipment Transports (HET), also known as “Super Lowboys”, with a maximum ground clearance not to exceed 38 inches. All trucks shall be capable of transporting heavy and oversized cargo, which is defined as no less than a seventy (70) ton trailer capacity and 10 ft deck width. All trailers shall be capable of safely self-loading (typically using a trailer mounted power winch capable of pulling on load exceeding maximum load bearing weight of trailer) and transporting disabled and damaged cargo, to include Mine Resistant Ambush Protected (MRAP) vehicles and wheeled Rough Terrain Container Handling (RTCH) equipment. Contractor shall provide one (1) bobtail for every five (5) assets assigned to a U.S. military escorted convoy. Finally, contractor shall provide 20 ft converted HMMWV containers, when required as identified on the mission sheet.

5.2.3.2. Mission-Essential Equipment. Contractor shall provide twelve (12) chains, twelve (12) straps, and twelve (12) binders sufficient to secure loads on any trucking asset. All FBTs shall have functional container locking mechanisms sufficient to secure two (2) 20 ft containers or one (1) 40 ft container. The following provide the required specifications for this equipment:

Page 17: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 17 of 44

EQUIPMENT SPECIFICATIONS Chains:

- Width, 0.5 inches (1.27 cm) - Length, 19 feet (5.79 m) - Working load limit of 12,500 lbs (5,670 kg) - Breaking strength of 50,000 lbs (22,680 kg)

Straps:

- Rated at 10,000 lb (4,536 kg) load or higher

Binders:

- Breaking strength of 26,000 lbs (11,793 kg) - Width, between 0.375 inches (0.95 cm) and 0.5 inches

(1.27 cm)

Table 2: Mission Essential Equipment, Heavy Cargo

5.2.3.3. Mission-Dependent Equipment. The following equipment requirements are mission dependent and shall be indicated by the USG when required. The USG may require additional chains, binders, straps, dunnage or tarps for a particular mission. Additional bobtail assets may be required at the USG’s discretion. The USG may require lowboys and super lowboys have an operational winch rated at 55,000 lbs (24,948 kgs) or better pulling capacity.

5.2.3.4. Containers. Contractor provided containers shall be within operational and transportable standards identified in Military Handbook (MIL-HDBK) 138B dated 1 January 2002. Containers shall be plainly labeled and marked to prevent confusion with other contractor owned or USG containers. Contractor shall uniquely identify all contractor owned containers using the eleven (11) digit naming convention where the first four characters are unique to the contractor and the remaining seven numbers are unique tracking numbers for each container (e.g. USAU-1234567). All containers shall be properly secured and sealed for in-transit moves by the shipping point of contact. All seals shall be provided and placed by the USG. Contractor shall ensure all containers are properly secured and sealed prior to movement and for the duration of the mission. The contractor may refuse a load if the container is not properly sealed at the time of up-load. Contractor shall not retain or alter any USG owned or other contractor owned containers.

5.2.3.5. Claims Liability. Contractor shall be financially liable for the replacement value of all unaccounted for or damaged cargo. The Government will process cargo claims in accordance with the Defense Transportation Regulation (DTR), Part II, Chapter 210, and the contractor agrees to cooperate with Government efforts to resolve claims for loss or damage to Government cargo.

Page 18: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 18 of 44

5.2.4. Mission Requirements and Standards. The following paragraphs detail the common mission requirements and standards that apply to each suite of transportation service, unless otherwise identified.

5.2.4.1. Mission Sheet. Each mission sheet represents a mission for a single asset.

The mission sheet shall specify the values for the following terms, among other pertinent shipment data:

5.2.4.1.1. Required Spot Date (RSD): This is the date that the asset is required to be

at the origin location. The RSD shall be two days prior to the RLD. To meet RSD, the contractor shall have its asset at the identified Entry Control Point (ECP) waiting area for the location by 10:00 AM local. The contractor shall notify the applicable MCT once the asset is at this location. The USG may use the ITV data to validate whether or not the contractor meets the RSD.

5.2.4.1.2. Required Load Date (RLD): This is the date that the asset is required to be ready to upload the cargo. The asset shall be ready for upload by 10:00 AM local on the specified date. The asset/driver shall have cleared all Entry Control Point (ECP) requirements and the asset shall be in acceptable mechanical condition in order to complete the mission.

5.2.4.1.3. Required Delivery Date (RDD): This is the date of delivery required by the

contractor. The RDD is met when the asset is located at the identified ECP waiting area of the destination location on the specified RDD. The contractor shall notify the applicable MCT once the asset is at this location. In addition to the properly filled-out mission sheet, the USG may use ITV data to validate whether or not the contractor meets the RDD. The JMCB shall determine and identify on the mission sheet, the allowable mission days representing the time from RLD to RDD. The number of mission days will be determined based on considerations of total distance, road conditions, weather conditions, and other factors as appropriate. The contractor can expect the average number of allowable mission days to range from two to ten (2 – 10) days.

5.2.4.1.4. Adjusted RDD: This is a new date of delivery required by the contractor due

to mission changes beyond control of contracted carrier. Adjusted RDD is appropriate when the contractor arrives by RSD, but is delayed in executing mission due to factors beyond the contractor’s control. Adjusted RDD is normally a simple addition of days contractor delayed due to factors beyond the contractor’s control. Possible sources of factors beyond the contractor’s control include, but are not limited to:

• In-gating interruptions or delays; • Uploading delays (USG based issues, not contractor based); • Delivery location corrections (mission dependent); • Delivery interruptions (weather, kinetic activity, etc.);

Page 19: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 19 of 44

• Convoy roll-out delays; • USG escort delays; and, • Out-gating interruptions or delays.

5.2.4.1.5. Mission Units (MUs): A mission unit is a 25 km increment. All missions

ordered under this contract are paid based on the number of mission units between the origin and destination assigned by the USG and annotated on the mission sheet. The designated MUs represent the road distance in kms between the origin point and the destination point rounded-up. The allocated MUs represent the only payable road distance calculation for that mission. The missions are firm-fixed price orders against the contract and therefore the Government shall not pay or recoup any differences in price due to differences in the MUs originally designated and the actual MUs traveled during execution of the mission. Any disagreement with the distance calculation is waived by the contractor upon acceptance of the mission.

5.2.4.2. Ordering. The USG will normally provide the contractor’s PM at least 96

hours notice of a mission requirement; however, the contractor shall be able to respond within 48 hours for urgent requirements. The USG Ordering Officers are the only authority to order or cancel services, reassign assets to another mission, or modify the mission sheet. The USG Ordering Officers shall select carriers based on internally established fair opportunity procedures which rank providers according to various factors to include past performance, price, or other relevant factors where non-price factors are more important than price considerations. This fair opportunity performance based rank-ordered list of providers is known as the Order of Merit List (OML) and the specific methodology for placing orders is at the USG’s discretion.

5.2.4.2.1. The USG shall notify the contractor of a mission between two and seven days before the Required Spot Date (RSD). The notification shall include the following mission sheet data: • the TMR number; • the Required Spot Date (RSD); • the Required Load Date (RLD); • the Required Delivery Date (RDD); • the required contractor assets; • any requirements for additional equipment; • origin location with Point-Of-Contact (POC) information; • destionation location with POC information; • mission type; • allowable mission days; and, • the number of Mission Units (MUs) allocated to the mission.

5.2.4.2.2. Prior to executing the mission, the contractor shall legibly annotate the following information on the mission sheet:

Page 20: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 20 of 44

• Driver’s name; • Driver’s Taskera number; • Driver’s badge/ID number; and, • NAT registration vehicle number.

5.2.4.2.3. The RLD is the date when the contractor shall have the transportation asset

at the origin location ready to up-load the cargo. The RDD is the date when the contractor shall deliver the cargo to the destination location ready for down-load. The allowable mission days assigned by the JMCB represent the time from RLD to RDD. The JMCB will determine the allowable number of mission days based on total distance, road conditions, weather conditions, and other factors as appropriate and include it on the mission sheet.

5.2.4.2.4. The USG shall up-load trucks/trailers at origin and shall down-load

trucks/trailers at destination. The contractor shall properly secure loads for transport in accordance with PAM 55-20. The contractor shall be financially responsible for the replacement value of all unaccounted for or damaged cargo unless the contractor provides substantial evidence illustrating an absence of negligence.

5.2.4.3. Re-missions: The USG reserves the right to re-mission (reassign assets to

another mission) any assets at USG’s discretion. Only the KO or an appointed ordering officer are authorized to properly re-mission a contractor’s asset(s).

5.2.4.3.1. Contractor shall notify the JMCB of any attempt or occurrence of an improper/illegal re-mission by a non-authorized customer (origin point). The contractor shall obtain proper paperwork and authority from an authorized official prior to executing a re-mission. The contractor retains responsibility for managing their assets and confirming paperwork prior to executing a re-mission movement.

5.2.4.3.2. A re-mission not approved by an authorized official shall not receive the full compensation that would otherwise be due if the re-mission was properly authorized. The JMCB shall determine the compensation amount due to a contractor for an improper/illegal re-mission.

5.2.4.3.3. The mission details of the illegal re-mission, to include the RSD, RLD and

RDD shall not be considered in the calculation of contractor standing on Order of Merit List (OML).

Page 21: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 21 of 44

5.2.4.4. Mission Types. The USG shall designate the type of mission on the mission sheet. The various mission types allow for efficient planning and execution of follow-on missions. The various missions types that may be designated on the mission sheet are:

MISSION TYPES TABLE TYPE DESCRIPTION Point-to-Point

Mission sheet specifies a single origin and a single destination.

Backhaul Mission sheet may allow the Movement Control Team (MCT) to approve a backhaul mission. Backhaul missions are a follow-on to a “point-to-point” mission whereby after the download of cargo at the destination, the contractor’s asset is re-loaded with additional cargo for delivery back to the original point of origin. If backhauls are exercised, the contractor is allowed the same number of mission days and MUs to complete the backhaul mission as was provided for the initial point-to-point mission.

Ring Route Mission shall designate a recurring set of multiple locations in a pre-determined order to allow multiple loads and deliveries to the identified locations where the first point of origin is also a destination point. The ring-route missions are similar to point-to-point missions with a backhaul mission, but include at least one additional delivery and pick-up location. The JMCB shall identify the MUs and allowable mission days between each location.

Daisy Chain Missions shall designate a non-recurring set of multiple locations in a pre-determined order. These missions are similar to “ring route” missions, except the first point of origin is not also a destination in the chain. The JMCB shall identify the MUs and allowable mission days between each location.

Table 3: Mission Types Table

2

1

1

2

2

3

1

1

3

2 4

Page 22: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 22 of 44

5.2.4.5. Cancelled Missions. The USG Ordering Officer may cancel any mission for any reason. The contractor shall decline or cancel a mission only within 24 hours of assignment/initial acceptance and under no circumstances will the contractor cause delays or cancellation of cargo movement. Government cancelled missions are categorized as follows:

CANCELLED MISSIONS TABLE

TYPE DESCRIPTION REIMBURSEMENT Pro-rated Pay Effective when a mission is not completed

without contractor’s negligence. One example is when the contractor’s asset is attacked and destroyed and the contractor submits the required reports documenting the incident. Contractor has the burden to provide documentation illustrating absence of fault by substantial evidence to be eligible for “pro-rated” pay.

USG shall be responsible to provide pro-rated pay to the contractor based on the number of MUs completed (rounded up to the nearest MU) when the incident occurred. Payment shall not be approved until the incident report is submitted by the contractor and approved by the government.

Partial Pay Effective when mission is canceled by USG Ordering Officer or authorized authority within 24 hours of RSD or any point thereafter. If the cancelled mission would otherwise be eligible for “partial-pay” but is instead reassigned, or “re-missioned”, the contractor shall not receive “partial pay” for the cancelled mission, but shall instead receive compensation according to the “re-mission”.

USG shall be responsible to compensate to the contractor in the amount of fifty percent (50%) of the total mission cost or cost of a single mission unit, whichever is less. For circumstances where an asset has arrived and is ready for loading prior to the established RLD, in order to be eligible for partial pay, the contractor shall submit ITV snapshots with correct date and transponder number as verification.

No Pay No Pay cancelled missions are effective when the USG Ordering Officer provides 24 hour notice to the contractor of the cancellation prior to 10:00 AM local on the established RSD. If contractor asset on-site prior to cancelation, USG will provide an alternate / updated TMR with corresponding change to RSD or consider partial payment if contractor asset location confirmed with an ITV snapshot. Additionally, the JMCB may cancel the mission at no cost to the Government if the contractor fails to provide the required assets in good working order by the RLD or the mission is designated as a “failed” mission IAW paragraph 5.2.4.6.

USG shall not be responsible for compensation for these cancelled missions.

Table 4: Cancelled Missions Table

Page 23: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 23 of 44

5.2.4.6. Failed Mission: When a contractor fails to provide the basic services, the USG may reject the transportation services and designate a mission as a “failed” mission. A failed mission shall not receive any compensation unless otherwise approved by an authorized USG official. If the USG official elects to “accept” services for a mission that would otherwise be considered a “failed” mission, the compensation for the mission shall be reduced by 10% of the total mission cost for each mission failure. A mission shall be considered “failed” for any of reasons listed below. Compensation for demurrage shall not be authorized for failed missions. • USG cancels the mission because the contractor was not available for

loading on the RLD; • The USG cancels a mission because the contractor provides incorrect or

inadequate assets required by the mission sheet; • USG cancels the mission due to the contractor’s failure to pass the

maintenance inspection; • The contractor does not arrive at origin point to pick up cargo with

sufficient fuel to complete the mission; at least ninety percent (90%) full for USG security provided/escorted missions;

• Contractor fails to maintain proper temperature range for temperature-sensitive shipments;

• The contractor fails to properly coordinate security requirements prior to or fails to maintain proper security during convoy movement;

• The contractor refuses to go to a specific location after accepting mission (case-by-case review of this situation may be possible if substantiating information available within USG concerning security concerns or active threats);

• Contractor fails to provide ITV or manipulates transponders or ITV data in an attempt to falsely report contractor asset location;

• The contractor does not have adequate self recovery assets to recover cargo;

• The contractor trans-loads or cross-loads cargo without prior USG authorization;

• The contractor submits falsified, fraudulent or tampered mission paperwork;

• The contractor deviates from designated route and leaves USG or GIRoA security escort;

• The contractor delivers cargo to the wrong location (refers to installations, not locations within designated installation - i.e. delivered to Shindand instead of Bagram); not delivered at all; or,

• The mission was cancelled for any other reason due to contractor’s negligence or failure to perform in accordance with this PWS or any other contract terms and conditions.

5.2.4.7. Suspensions & Other Remedies. When placing orders for service and

allocating missions, the USG will consider whether the contractor has

Page 24: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 24 of 44

provided services in accordance with this PWS. A contractor’s repeated or sustained substandard performance may result in suspension of the contractor from further mission allocations until the contractor demonstrates its ability to rectify the unacceptable performance. The USG may also pursue administrative or contractual remedies to address non-performance. The following are examples of performance discrepancies that may result in temporary suspension from future mission allocations and/or other remedies. This list is not all-inclusive. • The contractor’s PM or authorized representative (i.e. Operations Center

personnel) are not available to provide USG with mission status updates per requirements outlined in the PWS;

• The contractor fails to designate or maintain a CTL within convoys per requirements outlined within this PWS; or

• The contractor “stacks” multiple ITV transmitters on a single vehicle, thereby eliminating function of providing tracking data on each asset during transportation; this action a direct contravention of intent behind use of ITV transmitters and constitutes unacceptable performance.

5.2.4.8. Entry Control Point (ECP) Laytime. ECP laytime is the time period

experienced by the contractor when trucking assets are at the origin ECP waiting for the USG to up-load cargo or when trucking assets are at the destination ECP waiting for the USG to down-load cargo. Under this PWS, the USG has determined that three (3) days at the origin ECP and three (3) days at the destination ECP are reasonable laytimes. The contractor shall notify the USG Ordering Officer on the third day of laytime at either the origin or destination ECP location. The contractor shall only be entitled to demurrage from the time and date of notification to the COR.

5.2.4.9. Container Laytime. Container laytime is the time period the contractor’s container remains at a loading point awaiting the USG to complete loading or the time period where the container remains at the unloading point waiting for the USG to complete unloading. Under this PWS, the USG has determined that seven (7) days at the origin and seven (7) days at the destination is a reasonable container laytime. The contractor shall notify the USG Ordering Officer on the seventh day of laytime at either the origin or destination ECP location. The contractor shall only be entitled to demurrage from the time and date of notification to the COR or ACOR.

5.2.4.10. Truck Demurrage. After three (3) consecutive days of ECP laytime either at

the origin or at the destination, the contractor shall be eligible to receive payment for the daily truck demurrage rate for each additional day of laytime. Truck demurrage shall not be authorized until after three (3) days of laytime, which will be totaled separately at the origin point and delivery point and from the date of notification by the contractor. The USG shall issue payment for truck demurrage charges under these circumstances provided that (1) the

Page 25: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 25 of 44

contractor notified the COR or ACOR on the third day of ECP laytime, (2) the contractor made and continues to make daily attempts to gain access to the FOB and was available for entry between 8:00 AM and 10:00 PM each day of laytime as demonstrated by the ITV location record.

5.2.4.11. Container Demurrage. After seven (7) consecutive days of container

laytime either at the origin or at the destination, the contractor shall be eligible to receive payment for the daily container demurrage rate for every additional day of laytime. Container demurrage shall not be authorized until after seven (7) days of laytime, which will be totaled separately at the origin (loading) and destination (unloading) point beginning the day after notification is made to the COR or ACOR. After 60 consecutive days of accrued container demurrage, after notifying the contractor the USG may choose to pay for the container at the contract price at which time the contractor shall relinquish ownership of the container to the USG and shall no longer claim demurrage charges for that container.

5.2.4.12. Security Requirements. The contractor shall ensure that all missions have

security support, unless otherwise specified by the USG. Contractor assumes responsibility for acts of non-USG security elements that result in unaccounted for or damaged cargo or damage to third party persons or property. Required security support will be specified in the individual mission sheet as: • Private Security Company (PSC) provided; • GIRoA provided (i.e. Afghan Public Protection Force (APPF) or other force

specified by GIRoA); • USG provided; or • None.

5.2.4.12.1. PSC Security. Contractor shall ensure PSC personnel complete all

required training for carrying arms and shall provide proof thereof. Further, the contracted PSC shall comply at all times with all applicable Afghan laws, codes, and regulations while performing services. Contractor shall also ensure PSC complies with all applicable US laws and regulations, and Department of Defense (DoD) guidance (i.e. Department of Defense Instruction (DoDI) 3020.50, United States Central Command (USCENTCOM), and United States Forces – Afghanistan (USFOR-A) policies. The USG shall not be responsible for any delays or deviations to mission timelines caused by the PSC. • Contractor shall submit monthly updates of supporting PSC Security

“no-go” areas to ensure deconflicting between USG missioning and ability of contractor retained PSC security to support mission to designated location.

Page 26: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 26 of 44

5.2.4.12.2. GIRoA Security. When security is provided by GIRoA, the contractor shall submit the proposed agreement between GIRoA and contractor to the KO for approval no later than 96 hours before the agreement is signed. If agreement with GIRoA security has been pre-arranged or long standing, the contractor may submit the agreement prior to contract performance. This agreement shall specify, at a minimum, that guards will be biometrically enrolled in a GIRoA or USG approved system. The requirements under this paragraph are subject to negotiation as GIRoA develops its contracting and performance methods. The USG shall not be responsible for any delays or deviations to mission timelines caused by GIRoA.

5.2.4.12.3. USG Security. When the USG provides security, the USG will designate

the time and place where contractor’s asset(s) shall meet the USG security escort and all contractor equipment will be rigorously inspected in accordance with Exhibit 1. The contractor’s asset(s) may not leave the USG security escort at any time without the permission of the USG or unless for reasons outside the control of the driver. USG security will be provided to contractor, at no cost, at the sole discretion of the USG. Missions with USG provided security shall not incur the security service premium identified in the Contract Line Item Number (CLIN) structure.

5.2.4.12.4. No Security. During the life of the contract, based on current threat

conditions, missions may be stipulated as “no security” at the discretion of the USG. These missions that do not require security shall not incur the security service premium identified in the price schedule.

5.2.4.13. Reimbursables. If in performance of a mission the contractor does not have

sufficient resources or equipment, the USG may provide the following at the stated reimbursable rates. Repeated or sustained instances where the contractor fails to provide sufficient resources or equipment may be considered by the JMCB when placing orders for service. These costs shall be deducted from the contractor’s invoice.

EQUIPMENT RATE (AFN, Afghan currency) Straps 2,456 each Chain 9,674 each Binder 6,992 each Fuel 757 per gallon

Table 5: Reimbursable Table

5.2.4.14. Invoicing. The contractor shall submit a spreadsheet NLT 5th business day of each month with all missions with an RSD, RLD and RDD in that month, indicating the status of the mission and all documentation supporting payment. Missions that are incomplete or remain open on the last day of the month shall be rolled over to the following month. Failure of the contractor to

Page 27: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 27 of 44

provide required documentation supporting payment of “rolled-over” missions by the last day of the second month may result in a “no-pay” mission.

5.2.4.15. Contractor Asset Inspections.

5.2.4.15.1. Military Escort. For missions with USG provided security, a USG

representative shall perform a vehicle inspection by completing the vehicle inspection sheet (Exhibit 1) prior to loading, and in coordination with the JMCB, shall reject any vehicle that fails any “dead-line” item and may reject any vehicle that fails any other inspection item. The government personnel who complete the inspection shall provide the original, copy, or scan of the inspection sheet to the USG and the contractor.

5.2.4.15.2. PSC, GIRoA, and No Security Missions. For missions where the USG is not responsible to provide security, the contractor, and any tier subcontractor, shall perform a vehicle inspection prior to the start of each mission by completing the vehicle inspection sheet (Exibit 1). The inspection sheet shall be provided with the mission sheet upon arrival at the designated origin location to be reviewed and validated by the customer. In coordination with the JMCB, the customer shall reject any vehicle that fails a “dead-line” inspection item and may reject any vehicle that fails any other inspection item.

5.2.4.15.3. The contractor shall submit the inspection sheet to the JMCB with the

applicable mission sheet.

5.2.4.15.4. Paragraph 4.6 of this PWS provides additional information on allowable timelines for correcting maintenance deficiencies.

6. Service Delivery Summary (SDS). The SDS represents the most important

contract objectives. While the contractor is fully expected to comply with all the requirements in the PWS, the USG’s assessment of contractor performance will focus mainly on the objectives listed in the SDS. The performance threshold column, is the minimum acceptable performance standard. Failing to meet this minium performance standard may result in reduction in future task orders. In the event of sustained failures to meet these thresholds, the USG may pursue other remedies.

Performance Objective PWS Para Performance Threshold 1. RLD 5.2.4.1.2. 90% on-time

2. RDD 5.2.4.1.3. 90% on-time

Page 28: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 28 of 44

Performance Objective PWS Para Performance Threshold 3. ITV 4.8. 95%

4. Inspections: USG Security 4.7. & 5.2.4.15.1. 95%

5. Inspections: Non-USG Security

4.7. & 5.2.4.15.2. 90%

6. NAT Registration 4.6. 100%

6.1. Performance Objective No. 1: Required Load Date (RLD). The contractor

shall provide the specified asset to the correct location by 10:00 AM local time on the RLD indicated on the Transportation Movement Request (TMR) without interrupting, delaying, or cancelling the forward movement of cargo.

6.2. Performance Objective No. 2: Required Delivery Date (RDD). The contractor shall deliver cargo to the correct location by 10:00 AM local time on the RDD indicated on the TMR.

6.3. Performance Objective No. 3: In-Transit Visibility (ITV). The contractor shall ensure the transponder associated with the contractor’s asset is fully integrated and provides position reports to the USG in accordance with paragraph 4.7.

6.4. Performance Objective No. 4: Inspections, USG Security. When USG security is provided, the contractor shall ensure each asset submits and passes inspection in accordance with paragraph 4.7 & 5.2.4.15.1.

6.5. Performance Objective No. 5: Inspections, Non-USG Security. When security is provided by other than USG resources, the contractor shall ensure each asset submits and passes inspection in accordance with paragraph 4.7. & 5.2.4.15.2.

6.6. Performance Objective No. 6: NAT Registration. All contractor assets used in performance of the contract shall be registered with the JMCB and be in accordance with paragraph 4.6.

7. Reports and Plans. 7.1. Open TMR Status Report. The Open TMR Status report shall be submitted

daily to the USG via email. The report shall include the location, status, ITV transponder identifier and all other relevant data (Driver’s name, Driver’s Taskera number, etc. referenced within this PWS) for each asset assigned to current

Page 29: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 29 of 44

assigned missions until the asset has been released by the USG at the completion of a mission/re-mission.

7.2. Asset Report. The asset report shall be submitted daily to the USG. The asset report shall report all assets currently owned or subcontracted by the carrier. Assets shall be listed by subcontractor and by asset type. The asset report shall include the following information:

• Assets owned/subcontracted; • Assets undergoing maintenance; • Assets performing mission under this contract; • Assets used by other customers; and • Assets available for dispatch within ninety-six (96) hours.

7.3. Mission Sheets. The original mission sheets shall be submitted to the COR or

ACOR within 14 days after the actual down-load date. Copies are not permitted unless otherwise approved by the USG. Suspected fraudulent or altered mission sheets may be investigated by the USG or appropriate Coalition Force agency. Payment for suspected fraudulent or altered mission sheets may be suspended pending the results of the investigation. A Memorandum for Record (MFR) signed by the receiving customer may be an acceptable substitute for the signed mission sheets. The contractor is responsible to obtain the proper documentation, whether it is the signed mission sheets or signed MFR from the customer, in order to validate service delivery. Without this validation, the contractor may not receive compensation for the mission.

7.4. Employee Roster Report. Contractor shall provide a complete employee roster to the USG no later than 10 days after contract award. This report shall be updated monthly thereafter submitted no later than the first day of each month. Changes to contractor employee’s roster (new personnel, etc.) require contractor filing an updated report within 1 business day. The report shall include the following:

• Employee name; • Nationality; • Visa number; • Passport number; • License number; • Civil ID or Taskera number; and • Total number of employees enrolled in BATS.

7.5. Access Badge Report. Contractor shall provide monthly roster of all contractor

personnel in possession of an access badge issued by the USG or Coalition Force agency. This report shall be updated monthly submitted no later than the first day of each month. The report shall include the following:

• Employee name;

Page 30: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 30 of 44

• Civil ID or Taskera number; • Date of badge issue; • Badge expiration date; • Employee duty title or position; • Description of employee’s duties; • Nationality; • Date of birth; • Languages spoken; • Access level (red, yellow, green); and, • Authorized privileges.

7.6. USG Held Container Report. Contractor shall submit this report weekly to the

USG no later than 1:00 pm on each Monday. The report shall include the following information:

• LMR/TMR number; • Container ID; • Type; • Color; • Date of Delivery; • Location of Delivery; and, • Customer POC information.

7.7. Management Plan. Contractor shall develop and implement a Management Plan

which reflects an understanding of the work to be performed and the performance outcomes to be achieved that create a necessary foundation for the management of the services under this contract. The plan shall be updated semi-annually, or as requested by the KO. The management plan shall address the following:

7.7.1. Section 1: Contractor Business Standards. The Contractor shall develop business standards applicable to the prime contractor and all sub-contractors and suppliers. This includes developing and implementing a code of ethical conduct which, at a minimum addresses the following:

7.7.1.1. Ensures all Contractor and Subcontractor personnel have been trained on the

Contractor’s code of ethical conduct prior to performing services under the contract.

7.7.1.2. Identifies, prevents, and ensures timely reporting of bribery, collusion, theft,

falsification of documents and corruption. 7.7.1.3. Ensures professional and ethical behavior of contractor and subcontractor

personnel. 7.7.1.4. Ensures all contractor and subcontractor personnel have been trained on

disciplinary actions, applicable to employees, and contractual actions,

Page 31: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 31 of 44

applicable to subcontractors, to be taken for non-compliance with the terms and conditions of this contract.

7.7.2. Section 2: Organizational Structure. Contractor shall describe their

organizational structure, to include identifying the roles, responsibilities, and authorities of the contractors’ and subcontractors’ key personnel.

7.7.3. Section 3: Operational Effectiveness. Contractor shall describe the steps

that shall be taken to ensure services are performed under all task orders in accordance with the contract documents. Contractor shall outline their approach to providing the necessary resources and qualified personnel to meet the requirements of this contract. In addition, the contractor shall describe their approach to providing effective and responsive management of subcontractors. Additionally, the contractor shall describe the steps that shall be taken to ensure the following:

7.7.3.1. Compliance with contract clauses, 952.225-0014, Notification of

Subcontracting Requirements, 952.225-0015, Subcontracting Requirements, 952.225-0001, Army Requirements and Procedures for Personal Security Services Contractors and Requests for Personal Protection and 952.225-0002, Armed Personnel Incident Reports;

7.7.3.2. All tiers of subcontracts include the required flow-down contract clauses; 7.7.3.3. All tiers of subcontractors comply with all contract requirements; 7.7.3.4. All required deliverables are timely, accurate, and complete; 7.7.3.5. All required load dates are met; 7.7.3.6. All required delivery dates are met or exceeded; 7.7.3.7. All mission sheets are returned with established timelines; 7.7.3.8. All monthly invoice reports are timely, accurate, and complete; 7.7.3.9. ITV service complies with PWS paragraph 4.8. and subparagraphs; and, 7.7.3.10. Personnel, both contractor and subcontractor, adhere to professional and

ethical behavior.

7.7.4. Section 5: Dispatch Plan. The dispatch plan shall outline how the carrier will process mission sheets, dispatch trucks, assign an ITV transponder, track the truck while en route, communicate with the driver, verify arrival, receive mission sheets back and submit mission sheets to the COR or ACOR. The

Page 32: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 32 of 44

plan shall include all POCs of dispatch personnel for the contractor and any tier of subcontractor. The dispatch plan shall include the address of all truck yards for the contractor and subcontractor.

7.7.5. Section 6: Pilferage Prevention Plan. The pilferage prevention plan shall

outline the contractor’s strategy for monitoring the transportation process for potential pilferage threats at origin, along routes, and at destination. It shall also outline the approach for reporting incidents of pilferage at any point along the transportation process. The plan shall also include the contractor’s strategy for the immediate recovery of pilfered USG assets.

7.7.6. Section 7: Quality Control Plan (QCP). The contractor shall develop a QCP

addressing how the contractor will manage its service so as to meet the performance thresholds for the areas identified in the Services Delivery Summary (SDS).

7.8. Quarterly Financial Statements. The contractor shall submit quarterly financial

statements including balance sheets, income statements, and statement of cash flows. Additionally, the contractor shall submit a report with that lists all payments made during the period. The report shall identify the date the payment was made, to whom the payment was made, either individual or subcontractor, and shall state the nature of the service provided. Further, payments to both employees and subcontractors shall be paid by Electronic Fund Transfer (EFT) to the maximum extent possible. If EFT payment is not possible, the report listing all payments during the month shall indicate which payments were not paid by EFT and shall indicate the method of payment used. These statements and report shall be due by the 10th day on the following months: April, July, October, January. The first quarterly report shall include all financial information from contract performance start.

7.9. Monthly Invoice Report. The contractor shall provide an invoice report to the

KO, COR or ACOR (as directed by KO in supplemental guidance) no later than the 5th day of the month and prior to the submission of the invoice in Wide Area Work Flow (WAWF). This report shall include all missions that are closed out for the invoicing period that will be included and represented in the contractors invoice submitted in WAWF. The report shall identify the following for each truck for each mission leg and shall sum the total cost at the bottom of the report.

• Complete Contract Number • TMR Number • Invoice Date • Invoice Number • Origin location • Destination location • Cargo description

Page 33: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 33 of 44

• If cancelled mission, type of cancellation (pro-rated, partial, no pay) • Number of kilometers (kms) • Type of truck/asset • Unit cost for truck asset, per km • Total cost for truck assets • Unit cost for security (if applicable) • Total cost for security (if applicable) • Number of consecutive days of ECP laytime at origin • Number of consecutive days of ECP laytime at destination • Demurrage unit cost (if applicable) • Total cost for demurrage • Less any payment deductions for reimbursables • Shipment total cost

NOTE: Inaccurate or invalid invoices shall be returned by the COR or ACOR within 7 days. Contractor shall revise and correct invoice report and/or WAWF invoice to correct deficiencies within 3 days after disapproval of invoice and/or invoice report.

7.10. Situation Report (SITREP). Contractor shall provide SITREPs to the COR or ACOR as needed. A SITREP is required for circumstances (i.e., mission delays) which may impact the contract scope, cost, or schedule. The SITREP will include performance exceptions and/or issues which adversely impact performance metrics of current and future missions. In addition to immediate notification to the COR or ACOR, these SITREP details shall be included in Mission Closure Reports to the COR or ACOR NLT 24 hours after mission completion. A SITREP for mission cancellation or failure shall be provided by the contractor within 24 hours. The format of the report is at the discretion of the contractor but at a minimum shall include the information demonstrated in Exhibit 2.

7.11. Serious Incident Report (SIR). The contractor shall submit a SIR any time a contractor’s asset(s) is involved in a serious incident. The contractor shall notify the COR or ACOR within three (3) hours of the incident. The initial SIR following the initial notification shall be submitted to the COR or ACOR within 24 hours and an updated, finalized version with pictures and supporting documentation shall be submitted within 72 hours of the incident. Failure to meet the initial 24 hour turn-in timeline may result in the contractor being held financially responsible for the incident. A full police report, if applicable, shall be submitted with photographs of the damages within 7 days. Serious incidents include, but are not limited to, accidents resulting in damage to the truck or another vehicle, injury/death of any person including the driver, damage/loss/theft or destruction of the cargo. The format of the report is at the discretion of the contractor but at a minimum must have the information demonstrated inExhibit 3.

Page 34: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 34 of 44

7.12. Personnel Injury Report. Contractor shall track all USG or ISAF provided medical care and shall submit reports to the KO, COR or ACOR within 72 hours of when medical care was provided. The format of the report is at the discretion of the contractor but at a minimum must include the information required here and demonstrated in Exhibit 4. The report shall consist of the following: • Full Name • Date and location of care provided • Nature of injury or illness • Hospitalization required and if so length of stay • If evacuation is required, type of transport used • Taskera number

8. Deliverables The contractor shall be responsible for providing the following deliverables. All deliverables shall be produced using prescribed formats. All deliverables shall meet professional standards and the requirements set forth in this PWS.

PWS Para Title Format Frequency Submit to: 7.1. Open TMR Status

Report Email Daily JMCB

7.2. Asset Report Email Daily JMCB

7.3. Mission Sheets Original – hardcopy

14 Days after actual down-load

date

JMCB

7.4. Employee Roster Email Monthly JMCB & KO

7.5. Access Bade Report

Email Monthly JMCB & KO

7.6. USG Held Container Report

Email Weekly: 1:00 PM on

Monday

JMCB

7.7. Management Plan Email Semi-annually or as needed

JMCB & KO

Page 35: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

14 Nov 2012

Page 35 of 44

PWS Para Title Format Frequency Submit to: 7.8. Quarterly Financial

Statements Email Quarterly; 10th of

April, July, October, & January

JMCB & KO

7.9. Monthly Invoice Report

Email Monthly JMCB & KO

7.10. Situation Report (SITREP)

Email (Exhibit 2)

As Needed JMCB & KO

7.11. Serious Incident Report (SIR)

Email (Exhibit 3)

As Needed JMCB & KO

7.12. Personnel Injury Report

Email (Exhibit 4)

As Needed JMCB & KO

9. List of Attachments & Exhibits

9.1. Attachment 1 – Historical Information

9.2. Attachment 2 – Definitions & Acronyms

9.3. Exhibit 1 – Inspection Checklist

9.4. Exhibit 2 – SITREP Format

9.5. Exhibit 3 – Serious Incident Report Format

9.6. Exhibit 4 – Personnel Injury Report Format

Page 36: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

ATTACHMENT 1 – HISTORICAL INFORMATION

Page 36 of 44

Historical workload data provided for informational purposes only. This data is only to provide offerors an understanding of historical mission requirements being addressed by National Afghan Trucking (NAT) within Afghanistan, by Mission Unit (MU), by month and by Suite. Offerors shall note that this historical data measures MUs in 50 km increments whereas the requirements under this PWS now designate that an MU will represent a 25 km increment. Actual number of MUs required each month under each Suite will vary depending on mission requirements for that month. No equitable adjustment will be made under resultant contract for any variation between historic workload data and actual workload. SUITE I, BULK FUEL MONTH 5,000 Gal Tanker 10,000 Gal Tanker Bobtail January February March April May June July August September October November December TOTAL

Page 37: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

ATTACHMENT 1 – HISTORICAL INFORMATION

Page 37 of 44

SUITE II, DRY CARGO

MONTH 20’ FBT 40’ FBT Bobtail 20’ Container

40’ Container Reefer Freezer

January February March April May June July August September October November December TOTAL SUITE III, HEAVY CARGO

MONTH 20’ Lowboy

30’ Lowboy

40’ Lowboy

40’ Super Lowboy

20’ HMMWV Container Bobtail

January February March April May June July August September October November December TOTAL

Page 38: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

ATTACHMENT 2 – DEFINITIONS & ACRONYMS

Page 38 of 44

‘ – feet “ – inches 24/7 – 24 hours per day, 7 days per week APPF - Afghan Public Protection Force BATS - Biometric Automated Tracking System C3 - CENTCOM Contracting Command Cargo Classes: I - Subsistence (food), gratuitous health and comfort items

II - Clothing, individual equipment, tent-age, organizational tool sets and kits, hand tools, unclassified maps, administrative and housekeeping supplies and equipment III - Petroleum, Oil and Lubricants IV - Construction materials V - Ammunition VI - Personal demand items VII - Major end items VIII - Medical material IX - Repair parts and components X - Non-military material

CJOA-A - Combined Joint Operations Area-Afghanistan CLIN - Contract Line Item Number cm - Centimeters CTL - Convoy Team Leader DLA - Defense Logistics Agency DoD - Department of Defense ECP - Entry Control Point FAR - Federal Acquisition Regulation (https://www.acquisition.gov/Far/) FBT - Flatbed Truck FOB - Forward Operating Base GAAP - Generally Accepted Accounting Principles (http://www.fasab.gov/accepted.html)

Page 39: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

ATTACHMENT 2 – DEFINITIONS & ACRONYMS

Page 39 of 44

GDMS - Global Distribution Management System GIRoA - Government of the Islamic Republic of Afghanistan GPS - Global Positioning System HET - Heavy Equipment Transporter HMMWV (Humvee) - High Mobility Multipurpose Wheeled Vehicle IAW - In Accordance With ID - Identification ITV - In-Transit Visibility JMCB - Joint Movement Control Battalion JV - Joint venture kg - Kilograms km - kilometer KO - Contracting Officer lbs - Pounds TMR - Transportation Movement Request LOA - Letter of Authorization m – meters Mission Sheet - the document used by the JMCB to dispatch a vehicle by providing all pertinent mission information, record/verify pickup and delivery by the customer, and permit entrance onto USG or Coalition bases for upload/download. When completed, the mission sheet is used by the Contractor to claim mission completion and request payment. Mission Sheets are property of the USG. MRAP - Mine Resistant Ambush Protected Vehicle NAT - National Afghan Trucking NLT - No Later Than

Page 40: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

ATTACHMENT 2 – DEFINITIONS & ACRONYMS

Page 40 of 44

PM - Program Manager POC - Point of Contact POL - Petroleum, Oil and Lubricants (POL) PSC - Private Security Company PWS - Performance Work Statement QA - Quality Assurance QA/QC - Quality Assurance / Quality Control QC - Quality Control QCP - Quality Control Plan RDD - Required Delivery Date Re-mission - to re-assign an asset from its current mission to a different mission Reefer - Refrigerated Container RSD - Required Spot Date ROE - Rules of Engagement RT - Refrigerated Truck RUF - Rules for the Use of Force SDDC – Military Surface Deployment and Distribution Command SPOT - Synchronized Pre-Deployment and Operational Tracker US - United States USCENTCOM - United States Central Command USTRANSCOM – United States Transportation Command USFOR-A - United States Forces - Afghanistan USG - United States Government

Page 41: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

EXHIBIT 1 – INSPECTION SHEET

Page 41 of 44

Date: Carrier: Vehicle# Mission/ Destination:

To be completed IAW PWS paragraph 4.7., 5.2.4.15.1. and 5.2.4.15.2.

Inspection Criteria Remarks1. Drivers Compartment GO NO GOa. Vehicle starts چاالنی موترb. Lights (operational) چراغ هاc. Windshield wipers (operational) برف پاک هاd. Horn (operational) هارنe. Steering components (loose or binding) شترنگf. Parking brake operational (holds Vehicle) آين برکg. Accelerator linkage (operates smoothly) اکسليترh. Heater (operational when applicable) بخاری2. Engine compartment GO NO GOa. Fluids (check for proper level) ويکمb. Drive belts (not cracked or frayed, and adjusted properly)c. Hoses (not cracked, frayed, dry rotted) کمربند درايورd. CL III leaks سيل هاe. Fuel (90-100% filled)3. Suspension/Undercarriage GO NO GOa. spring or air ride suspensionb. Brakes (operational no air leaks) برک ها ليکی هوا نداشته باد

c. Drive shafts and u-joints (serviceable) ميل اکسل صحيح وصل باشدd. CL III leaks سيل ها

e. Tie rod ends and Ball joints (serviceable) تاير راد ها صحيح وصل باشدf. Snow chains (when applicable) چين ها4. Exterior of Vehicle GO NO GO

a. Mirrors (rear and both side present and functional) آينه ها عقب و پيش روb. Batteries (check voltage, Loose Cables, and Corrosion) تيزاب بطریc. Tires serviceable, lugs present and tight تاير ها بايد نو باشدd. Any obvious damage inhibiting safe vehicle operation 5. Trailer GO NO GOa. Landing legs (present and operational) جک ها بايد جور باشدb. Ramps (present and operational) زينه هاc. Brakes (operational no air leaks) برک ها ليکی هوا نداشته بادd. Lights (operational) چراغ ها بايد جور باشندe. Tires serviceable, lugs present and tight تاير ها بايد نو باشدf. 70-ton capacity (if applicable)

g. Container locks (present and operational) قفل های کانينر باد جور باشدh. Dunnage (minimum 8 each 4"X 4" X 8' boards)i. (1) canvas/plastic tarp meeting PWS specificationsj. operational winch (rated at 55,000lbs pulling capacity)6. Documentation GO NO GOa. Driver has valid Licenses درايور تذکره و اليسنس قانونی دارد7. ITV GO NO GOa. Vehicle has an operational transponder

YES NO

Please contact theJMCB to report any deficiencies and/or to request replacement assets

JMCB Contact InformationEmail: DSN:

Asset Status

National Afghan Trucking/Trailer Inspection Sheet

Those items highlighted in "Yellow" are considered "dead-line" items. Failing to correct any "dead-line" items shall immediately result in a cancelled, "No-Pay" mission. Failing to provide assets complying with the other maintenance checklist items may be waived by the customer, at their discretion. If the customer so chooses, the USG may designate a mission as a cancelled "No Pay" mission if the asset does not pass this inspection checklist.

PASSED Inspection; Released for Mission

Completed by the Customer

Inspector Name:____________________________________

Inspector Signature:_________________________________

Page 42: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

EXHIBIT 2 – SITUATION REPORT FORMAT

Page 42 of 44

Situation Report (SITREP). Contractor shall provide SITREPs to the COR as needed. A SITREP is needed whenever an issue arises (i.e., mission delays) that may impact the contract scope, cost, schedule, performance, and/or any issues that adversely impact performance of current and future missions. Following immediate notifications of the COR, these SITREPs shall be referred to the COR NLT 24 hours after mission complete date. A SITREP for mission cancellations by the contractor or sub-tier shall be provided within 24 hours of cancellation.

Page 43: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

EXHIBIT 3 – SERIOUS INCIDENT REPORT FORMAT

Page 43 of 44

SERIOUS INCIDENT REPORT (SIR). A SIR shall be submitted any time a carrier asset is involved in any serious incident. The Contractor will notify the COR within three (3) hours of an incident by any means possible (telephone, email, verbal). The report itself is updated within 24 hours and completed “in-full” within 72 hours of the incident and sent to the COR. A police report, if applicable, shall follow within seven (7) days with attached photos by email, fax, or paper. Serious incidents include, but are not limited to, accidents resulting in damage to the truck or another vehicle, injury/death of any person or the driver, damage/loss/theft or destruction of cargo.

Page 44: PERFORMANCE WORK STATEMENT (PWS)lignesdedefense.blogs.ouest-france.fr/files/11.19.12_-_NAT_II_PWS... · NATIONAL AFGHAN TRUCKING II (NAT II) 19 November 2012 . 14 Nov 2012 Page 2

EXHIBIT 4 – PERSONNEL INJURY REPORT FORMAT

Page 44 of 44

PERSONNEL INJURY REPORT. Contractor shall track all ISAF provided medical care and shall submit reports to the Contracting Officer and COR within 72 hours of the incident. At a minimum, the report shall include the following: