KEMBAR78
Attachment 1 Cyber Cdid Id-Iq Pws RFP | PDF | Government Procurement In The United States | Security Clearance
0% found this document useful (0 votes)
75 views90 pages

Attachment 1 Cyber Cdid Id-Iq Pws RFP

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
75 views90 pages

Attachment 1 Cyber Cdid Id-Iq Pws RFP

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 90

PERFORMANCE WORK STATEMENT (PWS)

for

Cyber Capability Development Integration Directorate,


Future Concepts Center, Army Futures Command

Cyberspace, Electronic Warfare, Signal, and Information Related


Capabilities Modernization Support to the Cyber Center of Excellence

Indefinite Delivery, Indefinite Quantity (ID/IQ)

Rev: Oct 23, 2020

HEADQUARTERS
Cyber Capability Development Integration Directorate
FORT GORDON, GA 30905-5000

1
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
Part 1
General Information

1. GENERAL: This is a non-personal services contract to provide the US Army


Cyber Capability Development Integration Directorate (CDID) with support
services in the following capability areas:

1. Operations, Administration, and Program Management


2. Experimentation and Evaluation
3. Concept Development
4. Requirements Development
5. Analytical Support
6. Force Modernization Proponent Integration
o Capability Management
o Force Design
o Doctrine, Organization, Training, Materiel, Leadership and
Education, Personnel, and Facilities (DOTMLPF) Integration
o Threat and Operational Environment (OE)

The Government will not exercise any supervision or control over the contract
service providers performing the services herein. Such contract service providers
shall be accountable solely to the contractor who, in turn is responsible to the
Government.

1.1 Description of Services/Introduction: The contractor shall provide all


personnel, equipment, supplies, facilities, transportation, tools, materials,
supervision, and other items and non-personal services necessary to perform
Capability Modernization as defined in this Performance Work Statement (PWS)
except for those items specified as Government furnished property and services.
The contractor shall perform to the standards in this PWS, Task Order PWS and
Performance Requirements Summary (PRS).

1.2 Background: In support of Army Futures Command, Futures & Concepts


Center, and General Support to the Cyber Center of Excellence the Force
Modernization Proponent for Cyberspace Operations, Signal/Communications,
and Electronic Warfare, Cyber CDID develops, evaluates, integrates, and
communicates concepts, requirements, and solutions across DOTMLPF,
Warfighting functions, and formations to improve the Army and ensure the
combat effectiveness of the future force.

1.3 Objectives: This multiple award indefinite delivery, indefinite quantity (MA
IDIQ) will require vendors to research, conceptualize, produce, develop,
communicate, analyze, engineer, evaluate, review, and inform products required
to develop capability requirements for the modernization Signal/Communications,
Cyberspace Operations, Electronic Warfare, and Information Related
capabilities.
2
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
1.4 Scope: As an independent contractor and not as an agent of the
Government, the contractor(s) shall provide all labor, material and services,
except as specified to be furnished by the Government, necessary to perform the
types of tasks specified herein. The specific work to be performed under this
contract shall be initiated through the issuance of individual task orders in
accordance with the solicitation. Individual task order PWSs shall include
definitive task requirements, deliverables, and special requirements.
Performance under each task order shall follow the Schedule for submission of
deliverables along with In-Progress Reviews (IPR) stated therein. Specific
requirements under this contract will be identified at the task order level.

1.4.1 The Government and the contractor understand and agree that the work
described in this contract and task orders issued under the contract is a "Non-
personal Services Contract" as defined in FAR Part 37.101. Therefore, it is
further understood and agreed that the contractor and/or sub-contractors and/or
contractor/sub-contractor employees:

(1). Shall perform the services described herein as independent


contractors, not as employees of the Government.
(2). Shall NOT be placed in a position where they are under the
supervision, direction or evaluation of a federal employee, military or civilian, but
shall, pursuant to the Government's right to inspect, accept or reject work,
comply with such general direction of the Contracting Officer or the duly
appointed representative of the Contracting Officer as is necessary to ensure
completion of the contract objectives.
(3). Shall NOT be placed in a position of command, supervision
administration or control over DA military, civilian personnel, or personnel of
other contractors, or become part of the Government organization.
(4). Shall perform services on contract/task order and does not create an
employer-employee relationship, the entitlements and benefits applicable to such
relationships do NOT apply.

1.5 Ordering Period: The period of performance shall be for a five (5) year
ordering period beginning June 21, 2021.

1.6 General Information

1.6.1 Quality Control: The contractor is responsible for the quality of the
products/services delivered under the terms and conditions of this contract and
all task orders to this contract. The contractor shall develop and maintain an
effective Quality Control Plan/Program (QCP) that is acceptable to the
Government. The plan shall ensure all products/services required by this master
indefinite delivery indefinite quantity (ID/IQ) contract and all task orders are
delivered in accordance with all the requirements of this PWS as well as the
associated task order PWSs. The contractor’s QCP shall implement procedures
3
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
which identify, prevent, and ensure non-recurrence of defective services. The
QCP shall be delivered to the Government within thirty (30) days of contract
performance start and the Government will have ten (10) working days to review
and accept or send the plan back for revision. In the event revisions are required
the contractor shall make the appropriate revisions and return the revised QCP to
the Government within five (5) working days of receipt of notification to revise.
After acceptance of the QCP by the Contracting Officer any future proposed
revisions must be submitted to the Contracting Officer’s Representative (COR)
and Contracting Officer for approval.

1.6.2 Quality Assurance: The Government will evaluate the contractor’s


performance under this contract in accordance with the MA IDIQ and individual
TO Quality Assurance Surveillance Plans (QASP). The QASP is a Government
only document primarily focused on what the Government must do to ensure that
the Contractor has performed in accordance with the performance standards.
The QASP defines how the performance standards will be applied, the frequency
of surveillance, and the minimum acceptable defect rate(s).

1.6.3 Recognized Holidays: The contractor shall not perform work on days when
legal public holidays are observed by federal employees whose basic workweek
is Monday through Friday unless an exception is specified in the individual task
order. When a legal public holiday occurs on a Saturday or Sunday, the holiday
is observed on the preceding Friday or following Monday, respectively. Legal
public holidays are established in 5 U.S.C §6103 and include:

New Year’s Day 1st day of January


Martin Luther King Jr.'s Birthday 3rd Monday of January
Presidents’ Day 3rd Monday of February
Memorial Day Last Monday of May
Independence Day 4th day of July
Labor Day 1st Monday of September
Columbus Day 2nd Monday of October
Veterans Day 11th day of November
Thanksgiving Day 4th Thursday of November
Christmas Day 25th day of December

1.6.4 Hours of Operation: The contractor is responsible for conducting business,


between the hours of 0800 – 1700 Monday thru Friday except Federal holidays
or when the Government facility is closed due to local or national emergencies,
administrative closings, or similar Government directed facility closings. The
contractor must at all times maintain an adequate workforce for the uninterrupted
performance of all tasks defined within this PWS when the Government facility is
not closed for the above reasons.

1.6.5 Place of Performance: The place of performance shall be specified in each


task order. Primary places of performance is the US Army Cyber Center of
4
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
Excellence (CCoE), Fort Gordon, Georgia, and specified Government facilities.. If
place of performance changes, a modification to the task order will be issued by
the Contracting Officer. Place of duty will be specified in the event of contractor
travel.

1.6.6 Type of Contract: The Government will award a multiple award task order
contract (MATOC).

1.6.7 Security Requirements: Due to the sensitive nature of working with


Warfighter requirements, known system vulnerabilities, and mission gaps,
contractor employees performing on this contract and all task orders must be
U.S. citizens and have at a minimum a SECRET clearance on work performance
start date. The highest security level involved in this contract is TOP SECRET
with access to Secure Compartmentalized Information (SCI), depending on task
order requirements. Security requirements will be stated in each task order. The
contractor shall acquire the clearances and all contractor employees shall
maintain the minimum required security clearance throughout the life of the
supported task order. The security requirements are in accordance with the
Attachment 2 , DD 254.

1.6.7.1 The contractor shall ensure that classified data is controlled, protected,
and safeguarded in accordance with AR 380-5 and current Army and DOD
policy. Information classified up to TOP SECRET shall be accessed and stored in
Government spaces only. The contractor shall agree that any data furnished by
the Government to the contractor shall be used only for performance under this
PWS and task order PWSs, and all copies of such data shall be returned to the
Government upon completion of this effort. Compliance with DD 254, Department
of Defense Contract Security Classifications Specifications, is required.

1.6.7.2 The contractor Facility Security Officer (FSO) shall ensure there is a
procedure for all terminated employees to out process the installation.

1.6.7.3 PHYSICAL Security: The contractor shall be responsible for safeguarding


all Government equipment, information and property provided for contractor use
in accordance with Army Regulation (AR) 190-13 (27 Aug 19) and AR 190-51
(27Jun 19). At the close of each work period, Government facilities, equipment,
and materials shall be secured.

1.6.7.4 Key/Token Control: The contractor shall establish and implement


methods in accordance with AR 190-11 (17 Jan 19) to make sure all keys/key
cards issued to the contractor by the Government are not lost or misplaced and
are not used by unauthorized persons. NOTE: All references to keys include key
cards and tokens. No keys issued to the contractor by the Government will be
duplicated. The contractor shall develop procedures covering key control that
shall be included in the Quality Control Plan. Such procedures shall include turn-
in of any issued keys by personnel who no longer require access to locked areas.
5
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
The contractor shall immediately report any occurrences of lost or duplicate
keys/key cards to the Contracting Officer and Key Control Officer/Security
Officer.

1.6.7.4.1. In the event keys, other than master keys, are lost or duplicated, the
contractor shall, upon direction of the Contracting Officer’s Representative or
Contracting Officer, re-key or replace the affected lock or locks; however, the
Government, at its option, may replace the affected lock or locks or perform re-
keying. When the replacement of locks or re-keying is performed by the
Government, the total cost of re-keying or the replacement of the lock or locks
shall be deducted from the monthly payment due the contractor. In the event a
master key is lost or duplicated, all locks and keys for that system shall be
replaced by the Government and the total cost deducted from the monthly
payment due the contractor.

1.6.7.4.2. The contractor shall prohibit the use of Government issued keys/key
cards to any persons other than the contractor’s employees. The contractor shall
prohibit the opening of locked areas by contractor employees to permit entrance
of persons other than contractor employees engaged in the performance of
assigned work in those areas, or personnel authorized entrance by the
Contracting Officer’s Representative.

1.6.7.5 Lock Combinations/Access Control Codes. The contractor shall establish


and implement methods of ensuring that all lock combinations/access control
codes are not revealed to unauthorized persons. The contractor shall ensure that
lock combinations/access control codes are changed when personnel having
access to the combinations/access control codes no longer have a need to know
or are no longer employees of the company. These procedures shall be included
in the contractor’s Quality Control Plan.

1.6.7.6 The contractor shall adhere to local Operations Security (OPSEC) policies
and procedures of the Government requiring activity. When conducting contractor
travel in support of this work effort, the contractor shall also adhere to any OPSEC
policies and procedures in effect at TDY locations.

1.6.7.7 Installation Access: All contractor employees, including subcontractors,


shall comply with applicable installation and facility access security policies and
procedures at all work and TDY locations. All contractors and subcontractors will
be issued a Common Access Card (CAC) or an Installation Pass issued through
the Automated Installation entry (AIE) Security System to access the installation.
The Fort Gordon military installation is a limited access post. Unscheduled gate
closures by the military police may occur at any time. In accordance with AR 525-
13 (3 Dec 2019), paragraph 5-19, all prospective contractors shall undergo a
verification process by the installation Provost Marshal Office, Director of
Emergency Services to determine the trustworthiness and suitability prior to being
granted access to federal property. This will be accomplished using the National
6
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
Crime Information Center (NCIC) Interstate Identification Index (III). This is the
minimum baseline background check for entrance onto Army Installations for non-
CAC holders to include entrance of visitors (Ref AR 190-13 (27 Jun 2019),
paragraph 8-2). All personnel entering or exiting the installation may experience a
delay due to vehicle inspections, registration checks, verification of seat belt use,
etc. All vehicles and personnel are subject to search and seizure. The search and
seizure provisions shall apply to contractor personnel while within Fort Gordon's
area of jurisdiction. Contractor personnel shall comply with all entry control
requirements and security policies/procedures in effect. Security procedures may
change without notice.

1.6.7.8 SIPRNET access is required to perform tasks under this contract. Each
TO PWS will identify tasks/contract employees that are required to have SIPRNET
access. The contractor is not authorized to access, download or further
disseminate any classified information from SIPRNET which is outside the scope
of the defined contract requirements unless specifically authorized in writing by the
Government Program Manager and the KO. The contractor must complete and
forward to the COR, a SIPRNET Access Request Form for approval by the
Requiring Activity SIPRNET Information Assurance Manager (IAM) prior to
receiving access. NOTE: A NATO Awareness brief and acknowledgement is
required for all personnel prior to access to the SIPRNET. Since the SIPRNET
contains NATO information, a NATO Awareness briefing informing personnel how
to protect NATO information is mandatory for everyone who requires access to the
SIPRNET. A written acknowledgment shall be maintained by the COR.

1.6.7.9 Cybersecurity (formerly Information Assurance (IA)/Information


Technology (IT)) Training. All contractor employees and associated
subcontractors must complete the DoD Cyber Awareness Challenge Training
(https://ia.signal.army.mil/DoDIAA) upon task order award and annually
thereafter. Certificates of successful completion, for both initial awareness
training and annual refresher training shall be provided to the COR via the Army
Training and Certification Tracking System (ATCTS). All contractor employees
will successfully complete all required IA training as specified in AR 25-2 and as
directed by the Government. All contractor employees working IA/IT functions
must comply with DoD and Army training requirements in DoDD 8570.01 (23 Apr
2015), DoD 8570.01-M (10 Nov 2015), DoDD 8140.01 (31 Jul 2017), and AR 25-
2 (4 Apr 2019).

1.6.7.10 Cybersecurity (formerly Information Assurance (IA)/Information


Technology (IT)) Certification. Per DoD 8570.01-M, / DoD 8140 DFARS
252.239.7001, and AR 25-2, the contractor employees' supporting IA/IT functions
shall be appropriately certified upon task order award. The baseline certification
must be completed as stipulated in DoD 8570.01-M / DoD 8140.

1.6.7.11 Annual Security Refresher Training. All contractor employees, including


subcontractors, assigned to this contract shall complete the online Annual
7
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
Security Refresher Training located on the Army Learning Management System
(ALMS) site. Log into AKO, “Self Service”, “My Training”, “ALMS”, “Go to
Mandatory Training”. Training must be completed within 30 days of task order
award. The contractor shall submit certificate of completion for each affected
contractor employee and subcontractor employee to the COR and unit/activity
security manager. (Ref ALARACT 207/2013, DTG 291848Z Aug 13, Subj: Army
Wide Rollout and Requirement for Standardized Computer Web-Based Security
Training on the ALMS website.

1.6.7.12 Anti-Terrorism (AT) Level I Training. All contractor employees, including


subcontractors, assigned to this contract shall receive an initial Antiterrorism
Level I Brief by a certified ATO Level II Officer within 30 days of task order
award. (Monthly briefings will be offered by the Garrison Antiterrorism Officer.)
Annual refresher Antiterrorism Level I Training shall be completed on-line at
https://atlevel1.dtic.mil/at/ or they may attend the monthly training offered by the
Garrison ATO. The contractor shall submit certificates of completion for each
affected contractor employee and subcontractor employee to the COR and
unit/activity security manager. (Ref Department of the Army, US Army
Contracting Agency, SFCA-CO, 5 Sep 2007, subject: Incorporation of Measures
into the Contracting Process and AR 525-13, Antiterrorism, 3 Dec 2019). Note:
Contractor personnel shall receive an AOR briefing when traveling OCONUS on
TDY. Briefing must be provided by a certified ATO Level II Officer within 7
working days prior to TDY departure outside the 50 United States, its territories,
and possessions. This is separate from the normal annual AT Level I training
requirement. (Ref AR 525-13)

1.6.7.13 iWATCH: All contractor employees, including subcontractors, assigned


to this contract shall receive a brief on the local iWATCH program (provided in
conjunction with the AT Level I Training). This training will be used to inform
employees of the types of behavior to watch for and instruct employees to report
suspicious activity to the COR. This training shall be completed within 30 days of
task order award and annual refresher training with the results reported to the
COR.

1.6.7.14 Operation Security (OPSEC) Training. All contractor employees,


including subcontractors, assigned to this contract shall complete Level I OPSEC
training within 30 days of task order award and then annually thereafter. Initial
Level 1 OPSEC training will be conducted monthly by the Garrison OPSEC
Officer or a Level II certified OPSEC Officer. Annual refresher training shall be
completed on-line at http://cdsetrain.dtic.mil/opsec/index/htm. The contractor
shall submit certificates of completion for each affected contractor employee and
subcontractor employee to the COR and unit/activity security manager. (Ref AR
530-1, Operations Security). The contractor shall adhere to local OPSEC
policies and procedures of the Government requiring activity. When in a TDY
status in support of this work effort, the contractor shall also adhere to any
OPSEC policies and procedures in effect at TDY locations.
8
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
1.6.7.15 Threat Awareness and Reporting Program (TARP) Training. All
contractor employees, including subcontractors, assigned to this contract shall
complete TARP training within 30 days of task order award and then annually
thereafter. TARP training will be conducted monthly by the 902nd MI Group.
The COR will ensure contractors are notified of available training. Completion of
training shall be reported to the COR and the unit/activity security manager. (Ref
AR 381-12).

1.6.7.16 Derivative Classification Training: Within 30 days of task order award all
contractor employees assigned to this contract shall complete Derivative
Classification Training, in accordance with Volume 2 of DoD Manual 5200.01,
“DoD information Security Program.” Derivative classification is the act of
reproducing, extracting, summarizing, incorporating, paraphrasing, restating, or
generating, in a new form, information already classified and marking the newly
developed material consistent with the classification and marking applied to the
source information. Contractor employees shall have the Initial Derivative
Classification Course (course number IF103.16) at from the Center for
Development of Security Excellence (CDSE) online at
https://cdse.usalearning.gov. After the initial course, contractors may take the
refresher course, course number IF109.16, to fulfill this annual requirement.
Contractor employees with TS/SCI clearances shall take CDSE course
SCI100.16, Sensitive Compartmented Information Familiarization (SCI)
Refresher Training annually.

1.6.8 Post Award Conference/Periodic Progress Meetings: The contractor agrees


to attend any post award conference convened by the contracting activity or
contract administration office in accordance with FAR Subpart 42.5. The
Contracting Officer, Contracting Officers Representative (COR), and other
Government personnel, as appropriate, may meet periodically with the contractor
to review the contractor's performance. At these meetings the Contracting Officer
will apprise the contractor of how the Government views the contractor's
performance and the contractor shall apprise the Government of problems, if
any, being experienced. Appropriate action shall be taken to resolve outstanding
issues.

1.6.9 Contracting Officer Representative (COR): The COR will be officially


appointed to the contractor, in writing, by the Contracting Officer. The COR
monitors all technical aspects of the contract and assists in contract
administration. The COR is authorized to perform the following functions: assure
that the contractor performs the technical requirements of the contract; perform
inspections necessary in connection with contract performance; maintain written
and oral communications with the contractor concerning technical aspects of the
contract; issue written interpretations of technical requirements, including
Government drawings, designs, specifications; monitor contractor's performance
and notifies both the Contracting Officer and contractor of any deficiencies;
9
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
coordinate availability of Government furnished property, and provide site entry
of contractor personnel. A letter of appointment issued to the COR, a copy of
which is sent to the contractor, states the responsibilities and limitations of the
COR, especially with regard to changes in cost or price, estimates or changes in
delivery dates. The COR is not authorized to change any of the terms and
conditions of the resulting order.

1.6.10 Key Personnel: The contractor shall provide program managers/site-leads


as specified in individual task orders who shall be responsible for the
performance of the work.

1.6.11 Special Qualifications: See appendix A, Specific Qualification


Requirement.

1.6.12 Identification of contractor Employees: In accordance with FAR 37.114


contract employees shall identify themselves as a contractor at all times while on
the job, e.g., in the workplace, when attending meetings, in email, when
answering Government telephones, or when making phone calls.

1.6.12.1 Common Access (CAC) Badges: Each Contractor employee will be


required to obtain a CAC issued by the Government. Each Contractor
employee’s name social security number, date of birth and email address will
entered into a database (by the COR called the Contractor Verification System
(CVS). CVS is automated system to allow Contractors personal information to
be verified when applying for a new or renewal Government identification card
referred to as the CAC. Once the Contractor employee’s information is
registered, the COR will electronically forward the form to the contractor. Each
contractor employee is required to electronically fill out the CAC request form.
Once the form is properly filled out, the COR will verify that they authorized and
required to have a CAC. The contractor employees will be directed to go to the
designed in processing facility and obtain the CAC. Should an employee leave
prior to the contractor expiration, the contractor is responsible for ensuring the
immediately be delivered to the COR for cancellation upon the release of any
employee. Failure, inability, or delay in obtaining the CAC does not relieve the
contractor from performing under terms of the contractor. Contractor employees
must maintain possession of issued Common Access Cards at all times when
performing work under this contract.

1.6.12.2 Display of CAC Badges: When not in use as authentication, contractor


personnel shall wear the CAC as a badge when performing work under this
contract to include attending government meetings and conferences. Unless
otherwise specified in the contract, each contract personnel shall wear the CAC

10
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
badge in a conspicuous place on the front of exterior clothing and above the
waist except when safety or health reasons prohibit such placement.

1.6.12.3 Answering Telephones. Contractor personnel shall identify themselves


as contract employees when answering and making calls on Government
telephones.

1.6.12.4 Utilizing Electronic Mail. When contractor personnel send e-mail


messages to Government personnel while performing on this contract, the
contractor personnel e-mail addresses shall include the company name together
with the person’s name (ex: John Smith, contractor, ABC Company). When any
contractor personnel require access to a Government computer, the contractor
personnel shall be required to obtain a CAC. To do so, the contractor personnel
shall request a CAC Card through the COR, and shall complete an automated
DD Form 1172-2 application through the) Trusted Agent Sponsorship System.
The Government issued CAC is the property of the U.S. Government and shall
be returned to the COR upon expiration of the contract, replacement or
termination of the contract employee. (CAC card shall be turned in to the COR on
contractor’s last day of employment.) Unauthorized possession of the CAC can
be prosecuted criminally under section 701, title 18, United States Code. All
contractor employees shall conduct official communication using Government-
owned or provided e-mail, networks, websites, systems, and devices. The use of
commercial ISP e-mail accounts or personal e-mail accounts to conduct official
communication is prohibited. Remote access / telework technology may be
leveraged to ensure compliance with these requirements. Contractor employees
are prohibited from using Army-assigned, AKO, and other official e-mail
addresses for unofficial business affiliations. Personnel shall not provide official
e-mail addresses to businesses, affiliated organizations, or online retailers;
unless those entities are known by personnel to be legitimately engaging in
official business.

1.6.13 Contractor Travel: The contractor shall perform official contract travel to
CONUS and OCONUS locations as required by task orders under this contract.
Additionally, the contractor shall be able to maintain any required host nation
authority, licenses, or other permission to operate within the country.

1.6.13.1 When the contractor is required to travel within the CONUS and
OCONUS to support tasks and requirements described within this PWS and/or a
task order PWS, Significant Activity (SIGACT) reports shall be completed and
submitted to the Government in accordance with corresponding deliverable.

1.6.13.2 The contractor shall provide a cost estimate to the COR and obtain the
COR’s approval prior to travel. Travel shall not commence prior to obtaining the
COR’s approval. Reimbursement for travel will be IAW the Federal Acquisition
Regulation (FAR) 31.205-46. The contractor shall submit invoices for
reimbursement citing the appropriate contract line item (CLIN). All supporting
11
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
documentation for travel shall be legible, error free, and shall state the exact
amount the Government owes the vendor.

1.6.13.3 Travel costs shall be deemed reasonable and allowable only IAW FAR
31.205-46. Travel is designated as a Cost Reimbursable expense. Invoices shall
have complete supporting documentation of costs attached with an itemization of
costs by trip/personnel. The contractor will be paid incurred costs and Per Diem
and travel in accordance with Joint Travel Regulations. The contractor must
provide proof of the actual amount paid to the employee. Unsubstantiated costs
will not be allowed. Maximum use shall be made of the lowest available
customary standard coach or equivalent airfare accommodations available during
normal business hours. All necessary travel meeting the above criteria shall be
approved in advance by the COR or other designated Government
representative. Explicit written approval of the COR or other designated
Government representative is required for all travel. Exceptions to these
guidelines shall be approved in advance by the Contracting Officer or his/her
Designee. The COR/other designated Government representative will give the
contractor a minimum of 5 workday notice of a scheduled trip. The Government
representative may change a scheduled trip by giving 2-days written notice,
provided no costs have been incurred by the contractor. The contractor shall be
required to travel when determined necessary by the Government. The
contractor shall notify the COR before chargeable costs exceed the “not to
exceed” funding provided on the order.

1.6.13.4 The contractor shall use only the minimum number of travelers and
rental vehicles needed to accomplish the mission. Travel will be by the most
economical carrier and scheduled during normal business hours, whenever
possible. No Cost changes to the travel schedule may be made by the
designated Government representative up to the point of departure.

1.6.13.5 Since the actual number of days for each travel cannot be pre-
determined the contractor shall be required to comply with AR 715-9, Operational
Contract Support Planning and Management, dated 20 June 2011. This
regulation addresses how contract employees in an Area of operations are
supported by a unit and the relationship to the unit. The only time this would
apply is when a contractor is sent OCONUS to work within a unit.

1.6.13.6 Subsequently, Non-Unit Related Personnel (NRP) deploying for less


than 30 days will not process through CONUS Replacement Component (CRC)
and may receive an exception to processing based upon individual case-by-case
requirements as coordinated with the designated CRC. Pre-approved travel and
material expenses may be billed back to the Government under this contract.

1.6.13.7 Other Direct Costs. ODC’s are costs not previously identified as a direct
material cost or direct labor cost, that can be identified specifically with a final
cost objective and are only authorized to the extent that they are necessary for
12
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
performance of individual TOs under this contract. Labor is not permitted to be
proposed as an ODC. Allowable other direct costs will be determined by the
Contracting Officer at the TO level and may be added to individual TOs as a
separate CLIN on a cost reimbursement basis only.

1.6.14 Data Rights: The Government’s rights in non-commercial technical data


and software deliverables shall be governed by DFARS 252.227-7013 and
DFARS 252.227-7014, respectively. The Government's rights in commercial
technical data deliverables shall be governed by DFARS 252.227-7015. All non-
commercial technical data and software deliverables shall be properly marked in
accordance with the marking requirements set forth in DFARS 252.227-7013(f)
and DFARS 252.227-7014(f), respectively. Technical data and software
deliverables with non-conforming restrictive markings shall be rejected and
corrected by the Contractor at the Contractor's expense, in accordance with
DFARS 252.227-7013(h)(2) and DFARS 252.227-7014(h)(2), respectively.

1.6.15 Organizational Conflict of Interest:

Contractor and subcontractor personnel performing work under this contract may
receive, have access to or participate in the development of proprietary or source
selection information (e.g., cost or pricing information, budget information or
analyses, specifications or work statements, etc.) or perform evaluation services
which may create a current or subsequent Organizational Conflict of Interests
(OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting
Officer immediately whenever it becomes aware that such access or participation
may result in any actual or potential OCI and shall promptly submit a plan to the
Contracting Officer to avoid or mitigate any such OCI. The Contractor’s
mitigation plan will be determined to be acceptable solely at the discretion of the
Contracting Officer and in the event the Contracting Officer unilaterally
determines that any such OCI cannot be satisfactorily avoided or mitigated, the
Contracting Officer may affect other remedies as he or she deems necessary

13
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
including prohibiting the Contractor from participation in subsequent contracted
requirements which may be affected by the OCI.

a. Purpose. The primary purpose of this clause is to aid in ensuring that:

(1) The contractor does not obtain an unfair competitive advantage by


establishing the ground rules for a future competition;

(2) The contractor's objectivity and judgment are not biased because of its
present or future interests (financial, contractual, organizational, or otherwise)
which relate to work performed under this contract; and

(3) The contractor does not obtain an unfair competitive advantage by virtue of its
access to non-public or proprietary information belonging to others.

b. Definitions.

(1) The term “contractor” herein used means: (a) the organization (hereinafter
referred to as "it" or "its") entering into this agreement with the Government; (b)
all business organizations with which it may merge, join or affiliate now or in the
future and in any manner whatsoever, or which hold or may obtain, by purchase
or otherwise, direct or indirect control of it; (c) its parent organization if any and
any of its present or future subsidiaries, associates, affiliates, or holding
companies, and; (d) any organization or enterprise over which it has direct or
indirect control now or in the future.
(2) The term "proprietary information" for purposes of this clause means any
information considered so valuable by its owners that it is held secret by them
and their licensees. Information furnished voluntarily by the owner without
limitations on its use, or which is available without restrictions from other sources,
is not considered proprietary.

c. Organizational Conflicts of Interest Examples. The following examples


illustrate situations in which organizational conflicts of interest may arise. These
examples are not all inclusive.

(1) Biased Ground Rules. This type of conflict may arise in situations where a
company sets the ground rules for a future competition. For example, when a
contractor develops requirements then competes to provide products or services
to satisfy those requirements, thus obtaining a competitive advantage.

(2) Impaired Objectivity. This type of conflict may exist where a contractor’s
obligations under a contract require objectivity, but another role of the contractor
casts doubt on its ability to be truly objective. An example of this type of conflict is

14
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
where a contractor’s work under one contract entails evaluating itself, its
affiliates, or its competitors under a separate contract.

(3) Unequal Access to Information. This type of conflict may arise when a
contractor has access to nonpublic or proprietary information as part of its
performance under a contract that gives it an unfair advantage in a competition
for a later contract.

d. General Constraints. The provisions of FAR Subpart 9.5, Organizational and


Consultant Conflicts of Interest, concerning organizational conflicts of interest
govern this contract. Potential conflicts may exist in accordance with FAR 9.505-
1, Providing Systems Engineering and Technical Direction, through 9.505-4,
Obtaining Access to Proprietary Information. In this regard, the contractor is
responsible for identifying any actual or potential organizational conflicts of
interest to the Contracting Officer that arise as the result of performance under
this contract. To avoid or mitigate a potential conflict related to performance
under this contract, the Contracting Officer will impose appropriate constraints
such as the constraints discussed below. Since it is impossible to foresee all of
the circumstances that might give rise to organizational conflicts of interest, the
constraints discussed below are not all inclusive and the Contracting Officer may
impose constraints other than, or in addition to, the constraints listed below.

(1) The contractor agrees that if it provides, under a contract or task order or
delivery order, systems engineering and technical guidance for systems and
programs, but does not have overall contractual responsibility, it will not be
allowed to be awarded a contract or task or delivery order to supply the system
or any of its major components or be a subcontractor or consultant to a supplier
of the system or any of its major components. (FAR 9.505-1).

(2) The contractor agrees that if it prepares complete specifications for non-
developmental items or assists in the preparation of work statements for a
system or services under a contract or task order or delivery order, it will not be
allowed to furnish these items, either as a prime contractor, a subcontractor or as
a consultant. (FAR 9.505-2).

(3) The contractor agrees that it will neither evaluate nor advise the Government
with regard to its own products or activities. The contractor will objectively
evaluate or advise the Government concerning products or activities of any
prospective competitors. (FAR 9.505-3).

(4) The contractor agrees that if it gains access to proprietary information of other
companies, it will exercise diligent effort to protect such proprietary information
from unauthorized use or disclosure. (FAR 9.505-4). In addition, the contractor
agrees to protect the proprietary information of other organizations disclosed to
the contractor during performance of this contract with the same caution that a
reasonably prudent contractor would use to safeguard highly valuable property.
15
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
The contractor also agrees that if it gains access to the proprietary information of
other companies it will enter into written agreements with the other companies to
protect their information from unauthorized use or disclosure for as long as it
remains proprietary and to refrain from using the information for any purpose
other than that for which it was furnished. The contractor shall provide copies of
such agreements to the Contracting Officer.

(5) If the contractor, in the performance of this contract, obtains access to plans,
policies, reports, studies, financial plans, data or other information of any nature
which has not been released or otherwise made available to the public, the
contractor agrees that without prior written approval of the Contracting Officer, it
shall not: (a) use such information for any private purpose unless the information
has been released or otherwise made available to the public, or (b) release such
information unless release is otherwise authorized under the contract or such
information has previously been released or otherwise made available to the
public by the Government.

e. Non-Disclosure Agreements. The contractor shall obtain from each employee


who has access to proprietary information under this contract, a written
agreement which shall in substance provide that such employee shall not, during
his/her employment by the contractor or thereafter, disclose to others or use for
their benefit, proprietary information received in connection with the work under
this contract. The contractor will educate its employees regarding the restrictions
imposed by FAR 9.505-4 so that they will not use or disclose proprietary
information or data generated or acquired in the performance of this contract
except as provided herein.

f. Training. The contractor shall effectively educate its employees, through formal
training, company policy, information directives and procedures, in an awareness
of the legal provisions of FAR Subpart 9.5 and its underlying policy and principles
so that each employee will know and understand the provisions of that Subpart
and the absolute necessity of safeguarding information from anyone other than
the contractor's employees who have a need to know, and the U.S. Government.

g. Subcontracts. The contractor agrees that it will include the provisions in


paragraphs d., e., and f. above and this paragraph in consulting agreements,
teaming agreements, and subcontracts of all tiers which involve access to
information or the performance of services described in paragraph d. above. The
use of this clause in such agreements shall be read by substituting the word
"consultant" or "subcontractor" for the word "contractor" whenever the latter
appears.

h. Additional Constraints. If this contract provides for the issuance of task or


delivery orders, such orders may impose additional requirements and restrictions
relating to this clause to include the requirement for the contractor and its
subcontractors and employees to furnish the Government with written non-
16
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
disclosure agreements or statements of no conflict of interest. With regard to any
proposal submitted by the contractor in response to a Request for Task or
Delivery Order Proposal, by submitting its proposal the contractor represents that
it has disclosed to the Contracting Officer, prior to the issuance of the task or
delivery order, all facts relevant to the existence or potential existence of
organizational conflict of interest as that term is used in FAR Subpart 9.5.

i. Conflicts Involving Future Procurements. The award of this contract, task or


delivery orders issued under this contract, Government taskings, or
acquiescence in the contractor’s performance of services hereunder shall not
constitute or be interpreted as a determination that the contractor is eligible to
participate in future procurements, developmental efforts, implementation efforts,
or related activities. Only the Contracting Officers for such efforts, applying the
rules, principles, and procedures of FAR Subpart 9.5 have the authority to
determine whether a conflict exists in connection with such procurements.

j. Representations and Disclosures.

(1) The contractor represents that it has disclosed to the Contracting Officer, prior
to award of this contract, all facts relevant to the existence or potential existence
of organizational conflict of interest as that term is used in FAR Subpart 9.5.

(2) The contractor represents that if it discovers an organizational conflict of


interest or potential conflict of interest after award of this contract, a prompt and
full disclosure shall be made in writing to the Contracting Officer. This disclosure
shall include a description of the action the contractor has taken or proposes to
take in order to avoid or mitigate such conflict.

k. Remedies and Waiver.

(1) For breach of any of the above restrictions or for non-disclosure or


misrepresentation of any relevant facts required to be disclosed concerning this
contract, the Government may terminate this contract for default, disqualify the
contractor for subsequent related contractual efforts, and pursue such other
remedies as may be permitted by law or this contract. If, however, in compliance
with this clause, the contractor discovers and promptly reports an organizational
conflict of interest (or the potential thereof) subsequent to contract award, the
Contracting Officer may terminate this Contract or any task or delivery order
issued under this Contract for convenience if such termination is deemed to be in
the best interest of the Government.

(2) The parties recognize that this clause has potential effects which will survive
the performance of this contract and that it is impossible to foresee each
circumstance to which it might be applied in the future. Accordingly, the
contractor may at any time seek a waiver from the cognizant Contracting Officer

17
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
by submitting a full written description of the requested waiver and the reasons in
support thereof. (FAR 9.503).

1.6.15.1 Disclosure of Activities or Information. The contractor shall not divulge


or cause to be divulged any information accessed and obtained during the
course of performing tasks to other contractor staff or anyone outside the
Government. In addition to any organizational conflict of interest provision,
contractor employees assigned may be required, prior to beginning work, to sign
a non-disclosure statement for the Government agreeing not to share any
information or data with other contractor personnel not assigned to the project or,
if assigned to the project, who has not signed a non-disclosure statement.
Signed nondisclosure statements shall be furnished to the COR prior to contract
performance. Final authorship and copyright of any deliverables shall reside with
the Government to include all training materials developed under this contract.
The contractor shall identify any organizational conflict of interest clauses they or
their subcontractors are subject to, current or within three years of federal
Government contract services, by providing, with their offer, a copy of the clause,
a description of the contract services performed, a contract number, a
Governmental point of contact, and a phone number for that point of contact. The
contractor shall refer outside requests for information to the Government. The
contractor shall obtain prior permission from Fort Gordon, GA Public Affairs
Office (PAO) and the COR for the use of any Army Futures Command, Futures &
Concepts Center, Fort Gordon, GA, Cyber Center of Excellence, or Cyber CDID
logos, and photos in any advertisements or announcements.

1.6.16 PHASE IN /PHASE OUT PERIOD: Any requirements for Phase-In/Phase-


Out will be identified and accomplished at the TO level.

18
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
PART 2
DEFINITIONS & ACRONYMS

2. DEFINITIONS AND ACRONYMS:

2.1. DEFINITIONS:

2.1.1. CONTRACTOR. A supplier or vendor awarded a contract to provide


specific supplies or service to the Government. The term used in this contract
refers to the prime.

2.1.2. CONTRACTING OFFICER. A person with authority to enter into,


administer, and or terminate contracts, and make related determinations and
findings on behalf of the Government. Note: The only individual who can legally
bind the Government.

2.1.3. CONTRACT ADMINISTRATOR. The official Government representative


delegated authority by the Contracting Officer to administer a contract. This
individual is normally a member of the appropriate Contracting/Procurement
career field and advises on all technical contractual matters.

2.1.4. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of


the U.S. Government appointed by the Contracting Officer to administer the
contract. Such appointment shall be in writing and shall state the scope of
authority and limitations. This individual has authority to provide technical
direction to the contractor as long as that direction is within the scope of the
contract, does not constitute a change, and has no funding implications. This
individual does NOT have authority to change the terms and conditions of the
contract.

2.1.5. DEFECTIVE SERVICE. A service output that does not meet the standard
of performance associated with the PWS.

2.1.6. DELIVERABLE. Anything that can be physically delivered, but may include
non-manufactured things such as meeting minutes or reports.

2.1.7. KEY PERSONNEL. Contractor personnel that are evaluated in a source


selection process and that may be required to be used in the performance of a
contract by the Key Personnel listed in the PWS. When key personnel are used
as an evaluation factor in best value procurement, an offer can be rejected if it
does not have a firm commitment from the persons that are listed in the proposal.

2.1.8. PHYSICAL SECURITY. Actions that prevent the loss or damage of


Government property.

19
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
2.1.9. QUALITY ASSURANCE. The Government procedures to verify that
services being performed by the contractor are performed according to
acceptable standards.

2.1.10. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized


written document specifying the surveillance methodology to be used for
surveillance of contractor performance.

2.1.11. QUALITY ASSURANCE SPECIALIST. An official Government


representative concerned with matters pertaining to the contract administration
process and quality assurance/quality control. Acts as technical advisor to the
Contracting Officer in these areas.

2.1.12. QUALITY CONTROL. All necessary measures taken by the contractor to


assure that the quality of an end product or service shall meet contract
requirements.

2.1.13. SUBCONTRACTOR. One that enters into a contract with a prime


contractor. The Government does not have privity of contract with the
subcontractor.

2.1.14. WORK DAY. The number of hours per day the contractor provides
services in accordance with the contract.

2.1.15. WORK WEEK. Monday through Friday, unless specified otherwise.

2.1.16 GOVERNMENT-FURNISHED PROPERTY (GFP) OR GOVERNMENT


PROPERTY (GP). Property in the possession of, or directly acquired by, the
Government and subsequently made available to the contractor.

2.2. ACRONYMS:
ACOMS Army Commands
ACOR Alternate Contracting Officer's Representative
AFARS Army Federal Acquisition Regulation Supplement
AFC Army Futures Command
ALMS Army Learning Management System
AMC Army Material Command
AoA Analysis of Alternatives
APMS Army Portfolio Management Solution
AR Army Regulation
AT Anti-Terrorism
BLCSE Battle Lab Collaborative Simulation Environment
CAC Common Access Card
CBA Capabilities Based Assessment
CCE Contracting Center of Excellence
CCP Concepts and Concept Capability Plans
20
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
CCoE Cyber Center of Excellence
CD Capability Drop
CDD Capability Development Document
CDID Capability Development Integration Directorate
CDRL Contract Data Requirements List
CEMA Cyber Electromagnetic Activities
CFR Code of Federal Regulations
CFT Cross Functional Team
CG Commanding General
CO Cyberspace Operations
CoE Center of Excellence
COMSEC Communications Security CONOPS Concept of Operations
CONUS Continental United States (excludes Alaska and Hawaii)
COR Contracting Officer Representative
COTR Contracting Officer's Technical Representative
CRC CONUS Replacement Component
Cyber SU Cyberspace Situational Understanding
DA Department of the Army
DACAP Department of the Army Cryptographic Access Program
DCO Defensive Cyberspace Operations
DCR DOTMLPF Change Request
DD250 Department of Defense Form 250 (Receiving Report)
DD254 Department of Defense Contract Security Requirement List
DFARS Defense Federal Acquisition Regulation Supplement
DICR DOTMLPF Integrated Change Request
DMDC Defense Manpower Data Center
DOD Department of Defense
DoDD Department of Defense Directive
DODIN Department of Defense Information Network
DOTMLPF-P Doctrine, Organization, Training, Materiel, Leadership and
education, Personnel, Facilities and Policy
EA Electronic Attack
EAR Export Administration Regulations
EMSO Electromagnetic Spectrum Operations
EP Electronic Protection
ES Electronic Warfare Support
EW Electronic Warfare
FAA Functional Area Analysis
FAR Federal Acquisition Regulation
FCC Futures & Concepts Center
FNA Functional Needs Analysis
FORSCOM Forces Command
FSA Functional Solutions Analysis
FSO Facility Security Officer
GFP Government Furnished Property
HIPAA Health Insurance Portability and Accountability Act of 1996
21
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
HQDA Headquarters Department of the Army
IA Information Assurance
IAM Information Assurance Manager
IAVA Information Assurance Vulnerability Alert
ICD Initial Capabilities Document
ICDT Integrated Capability Development Team
ID Identification
IO Information Operations
IPT Integrated Project Team
IRC Information Related Capabilities
IS Information System
IS-CDD Information Systems Capability Development Document
IS-ICD Information Systems Initial Capabilities Document
IT Information Technology
ITAR International Trade in Army Regulations
IW Information Warfare
JCIDS Joint Capabilities Integration and Development Systems
JWICS Joint Worldwide Intelligence Communications System
KO Contracting Officer
M&S Modeling and Simulation
MACOM Major Commands
MTA Middle-Tier Acquisitions
NETOPS Network Operations
NISPOM National Industry Security Program Operating Manual
NRP Non-Unit Related Personnel
OCI Organizational Conflict of Interest
OCO Offensive Cyberspace Operations
OCONUS Outside Continental United States (includes Alaska and
Hawaii)
ODC Other Direct Costs
OPSEC Operation Security
ORSA Operations Research and Systems Analysis
OSCOR On-Site Contracting Officer’s Representative
PIPO Phase In/Phase Out
PNT Positioning, Navigation, and Timing
POC Point of Contact
PPBES Planning, Programming, Budgeting and Execution System
PRS Performance Requirements Summary
PWS Performance Work Statement
QA Quality Assurance
QAP Quality Assurance Program
QASP Quality Assurance Surveillance Plan
QC Quality Control
QCP Quality Control Plan
QCP Quality Control Program
RDP Requirements Development Packet
22
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
RFP Request for Proposal
RHN-E Regional Hub Node Experimentation
S&T Science and Technology
SIGACT Significant Activity
SIPRNET Secure Internet Protocol Router Network
SPOT Synchronized Pre-deployment and Operational Tracker
TAA Total Army Analysis
TE Technical Exhibit
TO task order
TR Tactical Radios
TRADOC Training and Doctrine Command
TRANSEC Transmission Security
TTP Tactics, Techniques, and Procedures

23
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
PART 3
GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES

3. GOVERNMENT FURNISHED ITEMS AND SERVICES:

3.1. Government-Furnished Resources. Government-furnished property,


equipment, and services shall be determined at the task order level. If provided,
Government-furnished property, equipment, and services shall be used in
performance of this contract and its task orders. The Contractor shall account for
all property provided by the Government and shall be responsible for the security
and condition of said property. Serialized items shall be annotated at the time of
issue, with a signature of acknowledgement by the individual Contractor(s). All
GFP is the property of the U.S. Government and shall not be transferred to any
individual, agency, or public or private entity without the express written approval
of the Task Order Contracting Officer. Contractor shall be responsible for, any
loss or destruction of, or damage to, items of Government property that are
removed from the installation/premises by the Contractor. The contractor shall
report loss of government property in accordance with DFARS 252.245-7002.
The contractor shall maintain a property management system in accordance with
DFARS 252.245-7003. All Government-furnished property will be provided in
accordance with FAR 52.245-1 and FAR 52.245-9.

3.2 Facilities: The Government may provide the necessary workspace for the
Contractor staff to perform the requirement, to include desk space, telephones,
computers, and other items necessary to maintain an office environment. These
Government-furnished facilities shall be determined at the task order level.
Government-furnished facilities may include: office/work space, office supplies,
telephone service, computer access, and storage space. The Government will
provide network services (Non-secure Internet Protocol Router Network
(NIPRNET), Secret Internet Protocol Router Network (SIPRNET), Defense
Switched Network (DSN), Joint Worldwide Intelligence Communications System
(JWICS) and other data collection/production/reproduction equipment/software
for tasks to be accomplished at Fort Gordon or as specified. The contractor shall
maintain the Government facilities in a clean and neat condition. The contractor
shall not mark or affix any decals, emblems, or signs portraying the contractor’s
name or logo to Government facilities. The contractor shall not alter Government
facilities without the prior approval of the COR. The contractor shall secure
Government facilities when not occupied by contractor personnel.

3.3 Utilities: Utilities may be provided for the Contractor’s use in performance of
this contract. Government-furnished utilities shall be determined at the task order
level. If utilities are furnished, the Contractor shall instruct employees in utilities
conservation practices.

3.4 Equipment: The Government equipment will be specified in the individual


TOs with specified delivery dates and in specified condition. Office automation
24
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
and office supplies may be provided as Government Furnished Equipment (GFE)
at the TO level at the discretion of the Government. Non-expendable equipment
shall be returned to the Government upon the conclusion of the TO.

3.5 Information: Government-Furnished Information (GFI) relevant to the tasks to


be performed under this contract may be provided to the Contractor for use
during the performance of the task as specified in the TO (at the discretion of the
Government) with specified delivery dates. These documents shall be returned to
the Government upon conclusion of the TO.

25
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
PART 4
CONTRACTOR FURNISHED ITEMS AND SERVICES

4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES:

4.1 General: The contractor shall furnish all supplies, materials, equipment,
facilities, services, and utilities required to perform work under this contract that
are not listed under Section 3 of this PWS or specified in task orders issued
under the contract.

4.2 Top Secret Facility Clearance: The contractor shall possess and maintain a
TOP SECRET facility clearance from the Defense Security Service in
accordance with the DD Form 254. The contractor’s employees, performing work
in support of this contract shall have been granted a security clearance as
identified in individual task orders issued under the IDIQ contract from the
Defense Industrial Security Clearance Office. The DD 254 is provided as
Attachment 2, DD 254 to the solicitation, subsequent DD 254s will be provided
for individual task orders issued under the IDIQ contract.

4.3 Training / Certification: The contractor shall provide proof of required training
and/or certifications as required by each individual task order under this contract.
The contractor shall maintain mandatory training proficiency for period of
performance.

4.3.1 Information Assurance (IA) / Information Technology (IT) Certification: Per


DoD 8570.01-M (dated 10 Nov 2015), DFARS 252.239.7001 (dated 10 Jan
2008), and AR 25-2 (dated 4 Apr 2019), the contractor employees’ supporting IA
/ IT functions shall be appropriately certified upon task order award. The baseline
certification as stipulated in DoD 8570.01-M (dated 10 Nov 2015) shall be
completed upon contract award. If proof of training and/or certifications are
unavailable on task order start date, COR may accept training plan.

4.4 Contract Management: The contractor shall provide all management,


administration, security, quality control, and all else required to ensure successful
completion of all deliverables.

26
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
PART 5
SPECIFIC TASKS

5. SPECIFIC TASKS: The contractor shall provide general, operational,


administrative, and technical support services necessary to accomplish Cyber
CDID total capability development tasks. The contractor shall support research,
analysis, engineering, drafting, development, coordination, editing, reviewing,
staffing, and maintaining any/all deliverable products and capabilities within
scope of Force Modernization Proponent (FMP)/Force Proponent areas assigned
to the Cyber Center of Excellence.

5.1 Task Area 1: In support of Operations, Administration, and Program


Management the contractor shall:

5.1.1 For each task order including Task Area 1 the contractor shall provide a
POC as the site lead or program manager. This person (a) shall be present
during duty hours, (b) be responsible for overall management of the task, (c) act
as the central POC with the COR, and (d) have the authority to act upon or make
decisions on all matters pertaining to this contract on behalf of the contractor.

5.1.2 Hold scheduled monthly or ad-hoc meetings/telephone conferences with


the COR and/or required Government personnel to review program status.
Discussion topics may include, but are not limited to quality control/assurance,
deliverables, project schedules, technical progress, any technical difficulties, and
travel conducted/planned, and travel resources available.

5.1.3 Provide significant activity reports and program status reports as identified
in Part 7 of this PWS.

5.1.4 Plan and conduct In-Progress Reviews (IPR) monthly or as required by the
Contracting Officer or Contracting Officer’s Representative.

5.1.5 Provide to the Government, non-personal support services in the planning,


conducting, and recording of minutes of operational planning teams (OPT),
working groups, design assessments, demonstrations, evaluations,
assessments, tests, coordination meetings, and synchronization conferences
with outside organizations. The contractor shall prepare briefings and
presentations for these meetings and executive summaries (EXSUM) upon
completion. EXSUMS and/or minutes will be provided to Government within 5
working days of event.

5.1.6 Provide project management subject matter expertise to facilitate


Government-led projects and programs. This support shall include contractor
personnel capable of providing assistance in:

a. Identifying requirements
27
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
b. Addressing the various needs, concerns, and expectations of the stakeholders
in planning and executing the project

c. Setting up, maintaining, and carrying out communications among stakeholders


that are active, effective, and collaborative in nature

d. Managing stakeholders towards meeting project requirements and creating


project deliverables

e. Making recommendations to the Government on the effects of balancing the


competing project constraints such as scope, quality, schedule, budget and
resources, and risks.

5.1.7 Provide Knowledge Management support to operations of the Cyber CDID


HQ and subordinate organizations. This support will include process
improvements and management/administration of technical collaboration tools
(e.g. SharePoint, MilSuite, InteLink or Microsoft TEAMS…). The contractor shall
integrate with internal and external knowledge management teams to integrate
information across the organization and enable Cyber CDID to maintain
situational awareness of programs and efforts that may impact internal efforts.

5.1.8 Provide support to monitor all ongoing Cyber CDID document and program
efforts. This support shall provide the Government with a clear and real-time
understanding of the status of documents and programs throughout the
organization (e.g. Where a document is in staffing, what are upcoming
milestones for document approval, appropriate POC / section responsible for
document / program accomplishment, etc.).

5.1.9 Provide non-personal support services support to operations assistance


support for Cyber CDID subordinate organizations including management of
event calendars, telephonic/electronic/written correspondence management,
travel coordination, records management, and general office administration.

5.1.10 Provide on-site Information Technology and Information Security support


to the Cyber CDID to include troubleshooting communications and automation
systems, installing/repairing computer software and hardware, submitting and
responding to trouble tickets, and planning and reporting work schedules.

5.1.11 Cyber Security / Information Assurance (IA) support contractor shall


provide information assurance services for all planned, operated and maintained
Cyber CDID networks in accordance with procedures outlined in: DoDD 5200.40
– “DoD Information Technology Security Certification and Accreditation Process”
(dated 30 Dec 1997); DoD 8570.01-M – “Information Assurance Workforce
Improvement Program” (dated 10 Nov 2015); DoD 8140 (dated 12 Jul 2017, the
anticipated replacement for DoD 8570 (dated 23 Apr 2015); Department of the

28
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
Army Pamphlet 25–2–14 (8 Apr 2019); DoDI 8510.01 (dated 28 Jul 2017); and in
AR 25-2 – “Army Cybersecurity” (4 Apr 2019)

5.1.12 Cyber Security / IA Documentation Information Assurance Workforce


(IAWF) documentation: certifications; certificates of training; vendor verification
system documents; due upon task order award and any change in certification
status of IAWF personnel (e.g. new certification, renewal of certification, loss of
certification. For newly hired IAWF personnel, IAWF documentation is due prior
their first day of work.

5.1.12.1 Coordination & Planning. The contractor shall at a minimum:

a. Publish and Draft updates to the IA/IS Master Plans for Government
approval to ensure internal and external security standards are
documented and enforced.

b. Provide information to the IAM on the selection, analysis, and effective


use of specific security mechanisms.

c. Provide subject matter expertise participation in configuration control


boards for the respective systems.

d. Participate in Cyber Security, IA, and IT support coordination


meetings as needed and prescribed by the Government IAM.

e. Assist and support Cyber Security / IA initiatives defined by the


Government IAM as needed.

5.1.12.2 Systems Compliance. The contractor shall at a minimum and for all
specified Cyber CDID information systems:

a. Assist in the Implementation of procedures for vulnerability mitigation,


thereby minimizing system threats such as hackers, malicious code
attacks, etc. Conduct weekly Information Assurance Vulnerability Alert
(IAVA) reviews to determine applicability to specified Cyber CDID hosts,
devices, operating systems, and applications, including: automated
scans and manual checks for IAVA compliance, analyze the results of
the scans and manual checks for compliancy status, and document the
findings in a weekly IAVA Compliance Report; mitigation/remediation
strategy for each instance of IAVA non-compliance with specified Cyber
CDID hosts, devices, operating systems, and applications in a weekly
IAVA Compliance Report.

b. Verify operating procedures and accreditation for subject device


and/or network;

29
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
c. Execute device, network, & system vulnerability assessments using
procedures and tools as approved by the Government IAM.

d. Evaluate threats and vulnerabilities to ascertain whether additional


safeguards are needed.

e. Develop, analyze, assess for impact, test, and recommend changes to


address, mitigate, or eliminate vulnerabilities; execute CCB approved
changes.

f. Execute device and/or network security testing to ensure compliance


with DoD and U.S. Army standards. Conduct monthly security reviews
using available Defense Information Systems Agency (DISA) STIGs to
determine applicability and compliance to the specified Cyber CDID
hosts, devices, operating systems, and applications, and document the
review’s results in a monthly STIG Compliance Report. Conduct
monthly vulnerability assessments by utilizing the Security Automation
Protocol (SCAP) Compliance Checker. Manual checks shall be
performed for systems that cannot be checked with an automated tool.

g. Update system documentation to reflect changes and the new status /


configuration of the system.

h. Ensure the development of system certification documentation by


reviewing and endorsing such documentation and recommending action
by the Government IAM and the Director.

i. Maintain appropriate system accreditation documentation, including


records in standard Army IT/IA tracking tools (e.g. Army Portfolio
Management Solution (APMS), Certification and Accrditaiton (C&A)
Technoloy Database (TdB), etc.). Evaluate certification documentation
and provide written recommendations for accreditation to the IAM.

j. Ensure records of all security-related vulnerabilities and incidents are


maintained and report serious or unresolved violations to the IAM.

k. Assess changes in the systems, networks, its environment and


operational needs that could impact the security posture and/or
accreditation of the systems.

l. Document and research incident resolutions and communication with


all appropriate parties as directed by the Government IAM.

m. Provide Intrusion Detection System/Intrusion Prevention System


installation and policy Review.

30
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
n. Research security related regulations, publications and directions to
stay abreast so potential threats to the specified Cyber CDID computers
may be effectively mitigated.

o. Recommend, develop, and coordinate staffing of interconnection


agreements with external systems.

5.1.12.3 User Compliance. The contractor shall at a minimum and for all
specified Cyber CDID information systems:

a. Ensure that all user requests for system access are staffed and
processed according to organizational procedures, as prescribed by the
Government IAM.

b. Ensure that all system users complete & renew at least annually the
Acceptable Use Policy (AUP) required for each system accessed. A
single AUP may be applicable to multiple systems. Maintain a repository
of all AUPs.

c. Ensure that all user requests for privileged (aka elevated) access to
systems are staffed and processed according to organizational
procedures, as prescribed by the Government IAM.

d. Ensure that all privileged system users complete & renew at least
annually the Privileged-level Access Agreement (PAA) required for each
system accessed. A single PAA may be applicable to multiple systems.
Maintain a repository of all PAAs.

e. It is DoD policy that all privileged users and IA managers shall be fully
qualified per DoD Instruction 8500.02, "Information Assurance (IA)
Implementation," (dated 28 Jul 2017), trained, and certified to DoD
baseline requirements to perform their IA duties. In order to maintain
certifications as current and active, contractor personnel shall complete
continuing education requirements in accordance with the regulations
listed above and document them at the direction of the Government IAM.
Contractor personnel who do not have proper and current certifications
shall be denied access to DoD information systems for the purpose of
performing information assurance functions.

f. Manage & provide IA training and certification documentation via


standard DoD, Army, and vendor tracking tools & databases (e.g.
ATCTS; DMDC), as prescribed by the Government IAM.

5.1.12.4 Incident Response. The contractor shall at a minimum and for specified
Cyber CDID information systems:

31
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
a. Immediately notify the Government IAM & branch chief of any:
information security incident; discovery of a condition that impacts the
security posture or accreditation status of the system. Examples include
but are not limited to:

1. Known or suspected intrusion or access by an unauthorized


individual.
2. Authorized user attempting to circumvent security procedures or
elevate access privileges.
3. Unexplained modifications of files, software, or programs.
4. Unexplained or erratic IS system responses.
5. Presence of suspicious files, shortcuts, or programs.
6 Malicious logic infection (ex., virus, worm, trojan).
7. Receipt of suspicious e-mail attachments, files, or links.

b. At the direction of the Government IAM & branch chief, coordinate


response actions and notification to appropriate parties.

5.1.13 Digital Graphic Design. The contractor shall provide support for concept,
Concept of Operations (CONOPS), and requirement document development by
designing graphical presentations and utilizing products including Microsoft (MS)
Office (especially PowerPoint) and Adobe Creative Suite that depict integrated
signal, cyber, information warfare (IW) and electronic warfare (EW) concepts to
visitors, senior leadership, and stakeholders. The contractor shall develop and
create images such as organizational diagrams and visualizations of integrated
signals, EW, IW, and cyberspace operating concepts that enable better
understanding of complex ideas. The contractor shall create concepts from start
to finish in a collaborative environment with attention to detail. The contractor
shall display creativity and clarity in designs, layout, and display. Majority of tasks
will be focused on print products to include text formatting, charts, matrices,
graphs, photos, and map compilation. The contractor shall be able to learn
quickly, think creatively, solve problems, and possess good writing skills.

5.2 Task Area 2: In support of Experimentation and Capability Evaluation,


the contractor shall:

5.2.1 For each task order including Task Area 2, the contractor shall provide a
POC as the site lead or program manager. This person (a) shall be present
during duty hours, (b) be responsible for overall management of the task, (c) act
as the central POC with the COR, and (d) have the authority to act upon or make
decisions on all matters pertaining to this contract on behalf of the contractor.

5.2.2 Provide support to Cyber CDID for capability evaluations, assessment,


exercises, risk reduction, and test events. These evaluations may include live,
constructive, virtual, table-top, and other experiments and demonstrations that
may inform capability development.
32
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
5.2.3 Support efforts to ensure all assigned capabilities are meeting all
operational requirements; coordinate with Materiel Developers, Test, and
Evaluation organizations to provide subject matter expertise for evaluations and
operational tests, review and provide feedback on test and evaluations
documents such as Test and Evaluation Master Plans, System Evaluation Plans,
Operational Test Plans, and serve as a participant in Reliability, Availability, and
Maintainability Assessment Conferences.

5.2.4 Develop, gain approval for, coordinate, ensure preparation, and monitor all
DOTMLPF-P equites, test requirements, standards, scenarios, threat
assessments, and activates related to system testing and evaluation.

5.2.5 Develop and review critical drivers for experimentation / assessments to


include operational mission threads, applicable scenarios, and learning
demands.

5.2.6 Collaborate with materiel developers and the test community in the
development of System Engineering Plans and Test and Evaluation
Management Plans by assisting the PM with the identification and assessment of
essential elements of analysis; and act as a member of a team consisting of
functional, training, operations, and T&E experts to execute the test event.

5.2.7 In support of CEMA Experimentation Execution the contractor shall:

5.2.7.1 The contractor shall identify US Army requirements, Tactics, Techniques,


and Procedures (TTPs), CONOPS for implementation and use of Signal, Cyber,
and EW technologies on the battlefield. Using TRADOC Pamphlet 71-20 (dated 3
May 2013) and Government provided templates, the contractor shall write
detailed Experimentation Plans. Contractor work shall include the development
of: experimentation data collection plans; research; equipment configuration;
prototyping of solutions to support operational capability gaps. In particular, the
contractor shall investigate emerging technologies that support Signal,
Cyberspace, EW, and Information Related missions in austere environments
utilizing emerging technologies.

5.2.7.2 Signals and Network Analysis. The contractor shall play a key role in
developing the Signals based experimentation and analysis capability within the
Cyber CDID. The contractor must be able to think strategically to develop future
capabilities as well as provide solutions to current problems, based upon
operational Signals experience. The contractor must anticipate working on
commercial networks, as well as military, tactical, and enterprise networks. The
contractor will work closely with Army Capability Manager Tactical Radio ( ACM-
TR) and Army Capability Manager Networks and Services (ACM-NS) to inform,
develop, and validate requirements within the JCIDS. The analysis conducted will
be used to inform, develop, and validate requirements through experimentation
33
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
independently or in coordination with ACM-TR and/or ACM-NS. The Signal
Analyst will explore current Army Signals posture, determine needs, assess risks,
vulnerabilities, and recommend countermeasures. Signal analysts will employ a
thorough understanding of the tenets of Signal operations and know how to
optimally` use all Signal resources. Signals analysts will develop capabilities that
will deliver tactical, operational, and strategic advantages. The contractors shall
plan, lead, and/or coordinate meetings as needed to ensure completion of all
project objectives.

5.2.7.3 Cyber Warfare (CW) Analysis. The contractor shall play a key role in
supporting the CW experimentation and analysis capability within the Cyber
CDID. The contractor must be able to think strategically to develop future
capabilities as well as provide solutions to current problems, based upon
operational Cyber Warfare Experience. The contractors must anticipate working
in Commercial Networks as well as Military Tactical and Enterprise networks.
Cyber Warfare Analysts will work closely with Army Capability Manager Cyber
(ACM-Cyber) to inform, develop, and validate requirements within the JCIDS.
The analysis conducted will be required to inform, develop, and validate
requirements through experimentation independently or in coordination with
ACM-Cyber. The Cyber Warfare Analyst will explore current Army CW posture,
determine needs, assess risks, vulnerabilities, and recommend
countermeasures. CW analysts will employ a thorough understanding of the
tenets of Cyber Network Operations (CNO), and know how to optimally use all
CNO resources for “effects-based” cyber warfare. CW analysts will develop CNO
capabilities that will deliver tactical, operational, and strategic advantages. The
CW contractors shall plan, lead, and/or coordinate meetings as needed to ensure
completion of all project objectives.

5.2.7.4 EW Analysis. The contractor shall play a key role in supporting the EW
experimentation and analysis capability within the Cyber CDID. The contractor
must be able to think strategically to develop future capabilities, while also
providing solutions to current problems utilizing operational EW experience. The
contractor is expected to work with Commercial, Military, Tactical, and Enterprise
networks. EW contractors shall work closely with Army Capability Manager EW
(ACM-EW) to inform, develop, and validate requirements within the JCIDS. EW
contractors shall inform and validate requirements through experimentation. EW
contractors shall evaluate JCIDS requirement documents independently or in
coordination with ACM-EW. EW contractors shall analyze current Army EW
requirements and determine future experimentation needs. EW contractors shall
assess EW risks and vulnerabilities and recommend countermeasures. The EW
contractors shall plan, lead, and/or coordinate meetings as needed to ensure
completion of all project objectives.

5.2.7.5 Information Related Capability Analysis. The contractor shall play a key
role in supporting the Information Related experimentation and analysis
capability within the Cyber CDID. The contractor must be able to think
34
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
strategically to develop future capabilities, while also providing solutions to
current problems utilizing operational Information experience. The contractor is
expected to work with Commercial, Military, Tactical, and Enterprise networks.
Contractors shall work closely with the Cyber-CDID, Signal School, and Cyber
School to inform, develop, and validate requirements within the JCIDS.
Contractors shall inform and validate requirements through experimentation.
Contractors shall evaluate JCIDS requirement documents independently or in
coordination with assigned document sponsor. Contractors shall analyze current
Army Information requirements and determine future experimentation needs.
Contractors shall assess risks and vulnerabilities and recommend
countermeasures to operations and capabilities within the information
environment. The contractors shall plan, lead, and/or coordinate meetings as
needed to ensure completion of all project objectives.

5.3 Task Area 3: In support of Concept Development, the contractor shall:

5.3.1 For each task order including Task Area 3, the contractor shall provide a
POC as the site lead or program manager. This person (a) shall be present
during duty hours, (b) be responsible for overall management of the task, (c) act
as the central POC with the COR, and (d) have the authority to act upon or make
decisions on all matters pertaining to this contract on behalf of the contractor.

5.3.2 Provide Subject Matter Expertise, Information Operations, Signal, and


Cyber/Electronic Warfare for concept development efforts. The contractor will
develop strategic future capabilities, while also providing solutions to current
problems utilizing operational experience.

5.3.3 The contractor shall work with Commercial, Military, Tactical, and
Enterprise networks. Contractors shall work closely with the Cyber-CDID, Signal
School, and Cyber School to inform, develop Army and Joint Concept
documents.

5.3.4 Develop written products such as studies, white papers, Joint and Army
supporting and functional concepts. The contractor will be part of a writing team
that varies by concept of development effort. The Future and Concepts Center’s
Annual Modernization Guidance (AMG) directs certain activities to support
concept development; the contractor as part of the writing team lead may request
other activities as needed.

5.3.5 Review emerging Army Capstone and Operating Concepts for impacts on
Functional Concepts and Concepts and Concept Capability Plans (CCP) and
provide written report and/or briefing.

5.4 Task Area 4: In support of Requirement Development, the contractor


shall:

35
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
5.4.1 For each task order including Task Area 4, the contractor shall provide a
POC as the site lead or program manager. This person (a) shall be present
during duty hours, (b) be responsible for overall management of the task, (c) act
as the central POC with the COR, and (d) have the authority to act upon or make
decisions on all matters pertaining to this contract on behalf of the contractor.

5.4.2 Support planning for Signal, Cyberspace Operations, Electronic Warfare,


and/or Information Related capabilities, programs, projects, and systems
including determining operational requirements and technologies needed to
satisfy them. Develop Life-Cycle system documentation to translate approved
requirements into funded programs/projects. Develop, write, review, integrate,
and staff JCIDS documents. DOTMLPF-P solutions for assigned capabilities.

5.4.3 Assist in developing, writing, assessing, integrating, staffing, and


documenting Cyber CDID visions, strategies, concepts, and Capabilities Based
Analysis (CBA) into appropriate JCIDS products (including supporting
documentation) to include, but not limited to Initial Capabilities Documents (ICD),
Capabilities Development Documents (CDD), Requirements Definition Packages
(RDP), Capability Drops (CD), and DOTMLPF Integrated Capabilities
Recommendation (DICR).

5.4.4 Support Integrated Capabilities Development Teams (ICDT), Cross


Functional Teams, working groups, and stakeholder communities as necessary
for successful coordination, staffing, and validation of JCIDS products and
documents.

5.4.5 Support the Cyber CDID by providing research, technical analysis, and
technical writing support to architectural documents and products. The work
includes:

a. Developing OA products, as described in the most recent DOD


architecture framework (DODAF)

b. Coordinating and attending working groups and providing support to


Concept Development and analysis via the architecture process

c. Researching and providing architecture related products for use in


capability development and JCIDS documents

5.4.6 Research and monitor emerging technologies from Government, industry,


academia, and other sources for the purposes of gap/opportunity identification,
requirements development, and capability modernization.

5.5 Task Area 5: In support of Analysis, the contractor shall:

36
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
5.5.1 For each task order including Task Area 5, the contractor shall provide a
POC as the site lead or program manager. This person (a) shall be present
during duty hours, (b) be responsible for overall management of the task, (c) act
as the central POC with the COR, and (d) have the authority to act upon or make
decisions on all matters pertaining to this contract on behalf of the contractor.

5.5.2 Provide on-site dedicated operations research and systems analysis


(ORSA) support including technical and analytical expertise in
Signal/Communication Networks & Information Services (e.g. combat-net radio,
software defined radio systems, network transport, information systems and
services, telecommunications, communications security, transmissions security,
network operations), Cyberspace Operations (e.g. Offensive Cyberspace
Operations, Defensive Cyberspace Operations, and Cyberspace Situational
Understanding), Electronic Warfare (e.g. Electronic Attack, Electronic Protection,
and Operations in the Information Environment

5.5.3 The contractor shall utilize the Study Planning process to perform studies
and analyses to refine operational concepts and system-specific requirements.
Within the study planning process, the contractor will identify the best analytical
method(s) to support the problem being studied.

5.5.4 Develop written products such as analysis insights for individual exercises
or final reports for larger, more prolonged analytical events.

5.5.5 The contractor shall review and provide written comments to ensure the
organizational design of Modular Forces is consistent with the design parameters
in the Operational & Organizational (O&O) concepts.

5.6 Task Area 6: In support of FMP Integration, the contractor shall:

5.6.1 For each task order including Task Area 6, the contractor shall provide a
POC as the site lead or program manager. This person (a) shall be present
during duty hours, (b) be responsible for overall management of the task, (c) act
as the central POC with the COR, and (d) have the authority to act upon or make
decisions on all matters pertaining to this contract on behalf of the contractor.

5.6.2 Assess capability gaps and changes in systems/force structure to identify


required DOTMLPF changes.
a. Doctrine: Monitor and ensure currency and relevancy of Signal,
Cyberspace Operations, Electronic Warfare, or Information Related
Capabilities’ doctrine and concepts for current and future forces.

b. Organization: Monitor, track, and update Signal, Cyberspace


Operations, Electronic Warfare, or Information Related Capabilities’
37
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
force design ensuring current, proposed, and future tables of
organization and equipment reflect the needs identified by organizational
echelons.

c. Training: Monitor development of Signal, Cyberspace Operations,


Electronic Warfare, or Information Related Capabilities individual and
collective tasks, combined arms training strategies at the CTCs and in
schools, and low-density home station training needs.

d. Leader Development: Monitor and ensure relevant Signal,


Cyberspace Operations, Electronic Warfare, or Information Related
Capabilities professional development at CTCs and in training
institutions.

e. Materiel: Serve as Army’s primary Signal, Cyberspace Operations,


Electronic Warfare, or Information Related Capabilities user
representative and stakeholder for materiel system development and
integration.

f. Personnel: Monitor updates to and ensure relevancy of military


occupational specialties, additional skill identifiers, functional areas,
career paths, and specialties through collaboration with force
modernization and branch proponents.

g. Facilities: Ensure common understanding across the Army’s decision


making authorities of the need for and the availability of required training
facilities and ranges for assigned capabilities, for both the operational
and institutional Army.

e. Policy: Identify policy issues that require change, and submit


recommended changes to Department of Defense or international policy
that may be changed to close or mitigate capability gaps.

5.6.3 Provide subject matter expertise for operational and other testing events as
needed to the Data Authentication Group to authenticate and validate data
collected during test and evaluation events.

5.6.4 Provide input to the Government in the development of Integrated Logistics


Support (ILS) and Reliability, and Maintainability (RAM) portions of test plans;
evaluation of Integrated Logistics Support and RAM characteristics of systems

5.6.5 Develop and validate operational mission threads for baseline systems,
technologies, and Force Modernization Proponent areas supported by the Cyber
CDID. Specifically, the contractor shall support the Cyber CDID to integrate
baseline system capabilities into system-of-systems interoperability testing and
application testing. The development and validation of operational mission
38
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
threads shall also ensure that collective training for certification and unit fielding
are consistent with program requirements or other capacities.

5.6.6 Provide the necessary analytical and/or engineering labor to perform


capability management and integration of DoD and Army acquisition programs
for Signal, Cyberspace Operations, Electronic Warfare and Information Related
capabilities. Field support to include observation, data collection, analysis to
inform modernization and DOTMLPF-P integration.

5.6.7 Analyze assigned capabilities, develop operational architectures, and


update unit’s/formations basis of issue in full coordination with all Centers of
Excellence, as well as Operational Units, FORSCOM and HQDA to determine
recommended fielding quantities and placement in formations.

5.6.8 Provide support to fielded units. This shall include resolving issues from
the field, assisting with re-fresher training, updating and providing TTP training,
and assisting units as they employ Signal, Cyberspace Operations, Electronic
Warfare, or Information Related Capabilities.

5.6.9 Provide the necessary analytical and/or engineering labor to perform


Capabilities Based Assessments. Research and determine applicable strategy
and concepts documents. Identify applicable required capabilities. Decompose
required capabilities into tasks linked to the Army Universal Task List or
Universal Joint Task List. Assess task standards in designated scenarios against
fielded or planned capabilities to determine capability gaps. Identify potential
DOTMLPF solutions to close or mitigate identified capability gaps.

5.6.10 Assess, develop, review, and modify basis of issue guidance to describe
operational attributes of assigned materiel solutions and support development of
the capability’s Basis of Issue Plan (BOIP).

5.7. SERVICE CONTRACT REPORTING : The contractor shall report the total
dollar amount invoiced for services performed during the previous Government
fiscal year under the order, the number of Contractor direct labor hours expended
on the services performed during the previous Government fiscal year, and data
reported by subcontractors when applicable. This information shall be submitted
via the internet at www.sam.gov.

Reporting inputs shall be for the labor executed during the period of performance
during each Government FY, which runs from October 1 through September 30.
While inputs may be reported any time during the FY, all data shall be reported
no later than October 31 of each calendar year.

5.8. Invoicing:

39
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
5.8.1 Format. All invoices shall be submitted in Procurement Integrated
Enterprise /Environment (PIEE) Wide Area Workflow (WAWF) as a 2-in-1 invoice
with all applicable monthly documentation attached. Monthly documentation
includes Monthly Status Reports (MSR), In- Progress Reviews (IPR), Trip
Reports, and other reports where applicable as stated in the PWS. Monthly
documentation may not be submitted via email. Invoices submitted as anything
other than a 2-in-1 and / or without attached monthly documentation will be
rejected.

5.9.2 Payment for Travel. If the contractor is requesting payment for travel during
the month of the submitted invoice, the Trip Report, along with supporting
documentation shall accompany that invoice in order to receive payment for
travel. Supporting documentation includes lodging, gas, airline, rental car,
parking receipts, etc. If the electronic file containing supporting documentation is
too large to be attached, please arrange with the COR to submit those
documents via email.

5.9.3 Authority: A contractor with the authority to bind the company contractually
shall certify all invoices. Invoices shall be submitted no later than five days after
the end of each month (30-day period), depending on the task order award date.
Failure to submit invoices in a timely manner is a direct violation of this contract
agreement. The Government will have the right to exercise a penalty cost, due to
the contractor being out of compliance of this contract agreement.

5.9.4 Final Invoice: All invoices submitted at the end of the period of performance
(each year) shall state “final invoice” and be clearly marked as base period,
option period 1, option period 2. This annotation shall be accomplished in Wide
Area Workflow Invoice 2-in-1 section, under Tab Misc. Info, and in the area of
Initiator Information Comments.

40
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
PART 6
APPLICABLE PUBLICATIONS

6. APPLICABLE PUBLICATIONS:

6.1 The contractor (to include subcontractors) must abide by all applicable
regulations, publications, manuals, and local policies and procedures. The
Government, for use in accomplishing specified tasks, will supply supporting
documentation required to accomplish specific requirements and products
described in this contract and all task orders issued under this contract. The
contractor shall perform tasks IAW applicable Government regulations and in
compliance with listed Army Regulations (AR), Field Manual (FM) and technical
publications. Applicable documentation may include, but not limited to the
following:

• AR 25-1, dated 15 July 2019, Army Information Technology


• AR 25-2, dated 4 Apr 2019, Army Cybersecurity
• AR 25-50, dated 17 May 2013, Preparing and Managing Correspondence
• AR 71-9, dated 15 Aug 2019, Warfighting Capabilities Determination
• AR 190-11, dated 17 Jan 2019, Physical Security of Arms, Ammunition,
and Explosives
• AR 190-13, dated 27 Jun 2019, The Army Physical Security Program
• AR 190-51, dated 27 Jun 2019, Security of Unclassified Army Resources
(Sensitive and Non-sensitive)
• AR 350-1, dates 12 Aug 2019, Army Training and Leader Development;
http://armypubs.army.mil/epubs/350_Series_Collection_1.html
• AR 380-5, dated 22 Oct 2019, Department of the Army Information
Security Program
• AR 380-53, dated 17 Jan 2013 – Communications Security Monitoring
• AR 525-13, dated 3 Dec 2019, Antiterrorism
• AR 530-1, dated 26 Sep 2014, Operations Security
• AR 710-2, dated 28 Mar 2008, Supply Policy Below the National Level
• AR 715-9, 20 Jun 2011, Operational Contract Support Planning and
Management
• AR 735-5, dated 9 Nov 2016, Property Accountability Policies
• ATP 6-01.1, dated 06 Mar 2015, Techniques for Effective Knowledge
Management
• Chairman Joint Chief of Staff Manual (CJCSM) 3500.04E, Universal Joint
Task List (UJTL), dated 25 Aug 2008
• CJCSI 6510.01F, dated 09 Jun 2015- Information Assurance (IA) And
Computer Network Defense (CND)
• CJCSI 5123.01H, dated 31 Aug 2018, Charter of the Joint Requirements
Oversight Council (JROC) and Implementation of the JCIDS,
• CJCSM 6510.01B, dated 18 Dec 2014 - Cyber (Incident Handling
Program)

41
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
• CNSSI 1253, 27 March 2014, Security Categorization and Control
Selection for National Security Systems
• DA PAM 25-2-14, dated 08 Apr 2019, Risk Management Framework
• DFARS 252.239-7001, 10 Jan 2008, Information Assurance Contractor
Training and Certification
• DoD 5200.01, Vol 1,2,3,4, dated 24 Feb 2012, DOD Information Security
Program
• DoD 5200.2-R, dated 23 Feb 1996, Personnel Security Program
• DoD 8500.01, dated 14 March 2014, Cybersecurity
• DoD 8530.1-M, dated 25 Jul 2017 – Department of Defense Computer
Network Defense (CND) Service Provider Certification and Accreditation
Process Program Manual.
• DoD 8530-1, dated 10 Oct 2019 - Computer Network Defense (CND)
Directive
• DoD 8570.01-M, dated 10 Nov 2015- Information Assurance Workforce
Improvement Program
• DoD Cybersecurity Policy Chart:
http://iac.dtic.mil/csiac/ia_policychart.html, dated 30 Jul 2020
• DoD Directive 5105.21, Vol 1,2,3, dated 19 Oct 2012 - Department of
Defense Manual Sensitive Compartmented Information (SCI)
Administrative Security Manual
• DoDD 5200.40, DoD Information Technology Security Certification and
Accreditation Process
• DoDD 8140.01, dated 31 Jul 2017, Cyberspace Workforce Management
• DoD Directive 8570, dated 23 Apr 2015 DoD Approved 8570 Baseline
Certifications
• DoD Instruction 8510.01, dated 28 Jul 2017; Risk Management
Framework (RMF) for DoD Information Technology (IT)
• DoD Manual 5220.22-M, Ch1, 18 May 2016, National Industrial Security
Program Operating Manual (NISPOM)
• DoDI 8500.2, dated 1 Jul 2012 - Information Assurance (IA)
Implementation
• Department Defense (DoD) Unified Capabilities (UC) Reference
Architecture v1, dated 11 Oct 2013
• Joint Publication 3-1, dated 8 Jun 2018, Cyberspace Operations
• Federal Acquisition Regulation (FAR) 31.205-46, dated 08 Aug 2020,
Travel Costs
• Field Manual 3-0, dated 6 Dec 2017, Operations
• FM 3-38, dated 12 Feb 2014, Cyber Electromagnetic Activities (CEMA)
• FM 6-0, dated 22 Apr 2016, Commander and Staff Organization and
Operations
• FM 6-02, dated 13 Sep 2019, Signal Support to Operations
• FM 7-15, dated 9 Dec 2011, The Army Universal Task List
• FM 7.0, dated 23 Aug 2012, Training the Full Spectrum OPS;
• ICD 503, 21 July 2015, IC Information Technology Systems Security Risk
Management
42
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
• ICD 705, dated 1 Oct 2013, Sensitive Compartmented Information
Facilities
• IT Box “The Information Technology (IT) Box A Primer,” dated 19 Aug
2016
• JP 3.0 Joint Operations, dated 1 Jan 2019
• JP 3-12 Cyberspace Operations, dated 8 Jun 2018
• JP 6-0 Joint Communications System, dated 4 Oct 2019
• JP 6-01 Joint Electromagnetic Spectrum Management Operations, dated
20 Mar 2012
• Joint Travel Regulations (JTR), dated 1 Aug 2020
• Manual for the Operation of the Joint Capabilities and Development
System (JCIDS), dated 31 Aug 2018. Link:
https://www.acq.osd.mil/jrac/docs/2018-JCIDS.pdf
• NIST SP 800-37 r1, dated 5 Jun 2014 Guide for Applying the Risk
Management Framework to Federal Information Systems
• NIST SP 800-53 r4, dated 22 Jan 2015, Security and Privacy Controls for
Federal Information Systems and Organizations
• TRADOC Pamphlet 350-70-12, dated 03 May 2013 – The Army
Distributed Learning (DL) Guide
• TRADOC Regulation 71-20, dated 28 Jun 2013, Concept Development,
Capabilities Determination, and Capabilities Integration.
• TRADOC Regulation 350-70, dated 10 Jul 2017, Army Learning Policy
and Systems
• TRADOC Pamphlet 525-3-3, U.S. Army Functional Concept for Mission
Command 2016-2028, dated 13 Oct 2010
• TRADOC Pamphlet 525-7-8, The United States Army’s Cyberspace
Operations Concept Capability Plan 2016-2028, dated 22 Apr 2010
• USASC&FG 350-22, dated 01 Mar 2007, (Test Control Policies and
Procedures).
• USASC&FG 350-5, 23 Jan 2014, (Ft Gordon Academic Practices)

43
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
PART 7
DELIVERABLES SCHEDULE

Deliverable Frequency # of Copies Medium/Format Submit To


QCP Within 30 days of 1 Email, MS Office document, or on- COR
(paragraph 1.6.1) contract line Collaboration tool.
performance start
Program Status Report Monthly or within 1 (routine) Submitted in WAWF COR and / or
(paragraph 5.1, 7.1) five (5) working days (upon request) email, MS Office Gov rep
of request document, or on-line Collaboration
tool
Personnel Training Once per Task 1 Email, MS Office document, or on- COR
Requirement Documentation Order Start or within line Collaboration tool
(paragraph 1.6.10.1, five (5) working days
5.2.1.13.1, 7.2) of new hire
IPR Upon government 1 Email, MS Office document, on-
(paragraph 5.14) request or IAW TO line Collaboration tool, or event at
PWS. the discretion of the Gov project
lead
Document Status Report Monthly or within 1 Email, MS Office document, or on- COR and / or
(paragraph 5.1, 7.3) one (1) working day line Collaboration tool Gov rep
of request

Significant Activity Report Within five (5) 1 Email, MS Office document, or on- Gov rep
(paragraphs 1.6.13.1 and working days of line Collaboration tool
5.1, 7.4) significant activity
Operations Product Upon government 1 Email, MS Office document, on- Gov rep
(paragraph 5.1, 5.1.13.2 request or IAW TO line Collaboration tool, or event at
7.5) PWS. the discretion of the Gov project
lead
Experimentation Product Upon government 1 Email, MS Office document, on- Gov rep
(paragraph 5.2, 7.6) request or IAW TO line Collaboration tool, or event at
PWS. the discretion of the Gov project
lead
Concept Product Upon government 1 Email, MS Office document, on- Gov rep
(paragraph 5.3, 7.7) request or IAW TO line Collaboration tool, or event at
PWS. the discretion of the Gov project
lead
Requirement Product Upon government 1 Email, MS Office document, or on- Gov rep
(paragraph 5.4, 7.8) request or IAW TO line Collaboration tool at the
PWS. discretion of the Gov project lead
Analytical Report Upon government 1 Email, MS Office document, or on- Gov rep
(paragraph 5.5, 7.9) request or IAW TO line Collaboration tool at the
PWS. discretion of the Gov project lead
Force Proponent Integration Upon government 1 Email, MS Office document, or on- Gov rep
Product request or IAW TO line Collaboration tool at the
(paragraph 5.6, 7.10) PWS. discretion of the Gov project lead

7.1 The Deliverables Schedule is an overview of associated functions that are


deliverable/reportable by the contractor for the MATOC. A more detailed,
inclusive deliverables list will be issued with each Task Order. The deliverables
list will specifically outline each function and the Government’s expectations of
contractor performance.
44
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
7.2 Program Status Report: The contractor shall provide progress reports to the
COR on the status of program efforts summarizing cumulative work
accomplished, personnel status, difficulties encountered, work planned for the
next month, and resourcing. Reports shall be delivered on or before the 5th day
following the end of each month and within five working days upon request. The
report shall include:

a. A front cover sheet which includes the contractor’s name and address,
the contract number, the nomenclature of the system or program, the date
of the report, the period covered by the report, the title of the report, tasks
covered by the report, and the name of the issuing Government activity;

b. Description cumulative deliverable products provided to the Government;

c. Description of activities/deliverables planned for the following reporting


period;

d. Monthly Travel Expenses, roll up of the overall travel budget, and


planned/forecasted travel budget through PoP end;

e. Problem areas affecting technical or scheduling elements, with


background and any recommendations for solutions beyond the scope of
the contract;

f. Any significant changes to the contractor’s organization or method of


operation to the project management network, or to the milestone chart;

g. Results, positive or negative, obtained related to previously-identified


problem area, with conclusions and recommendations;

h. Name and telephone number of preparer of the report;

i. Appendixes for any necessary tables, references, photographs,


illustrations, and charts.

7.3 Personnel Training Requirement Documentation: The contractor shall provide


the Contracting Officer representative proof of education, training, qualifications,
and verification of security clearance for all contractor employees prior to contract
start date and when new contractor employees are hired. COR will inform
contractor if necessary qualifications are not adequately documented. Upon
notification of inadequately documented qualifications the contractor shall provide
additional documentation within five (5) working days (or longer with approval of
COR) or replace contractor employee with qualified substitute.

45
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
7.4 Document Status Report: The contractor shall maintain an up-to-date
tracking list of all applicable programs and documents in the Cyber CDID. This
product shall enable the Government to easily identify what documents and
programs are being developed/reviewed/validated by Government and contract
personnel and serve as a tool to track documents throughout staffing processes,
identify issues, and communicate ongoing efforts internally and externally.

a. Document / program name

b. Document / program type

c. Milestones and key dates

d. Approval requirements

e. Responsible section

f. Other data as determined by the Government

7.5 Significant Activity Report: Contractors shall provide to the Government a


Significant Activity Report (SAR). The SAR is a concise description of an action
or event (e.g. briefings, workshops, contractor travel, etc.). The report shall
contain the following:

a. Title of the event/significant activity

b. Name(s) of personnel involved

b. A brief summary of the objective

c. Relevant background

d. Time period

e. Location

f. If significant activity involved contractor travel provide a summary of


individual travelers, projected cost from approved travel authorization, and a
summary of actual costs incurred.

e. Conclusion and recommendations suggested at the event

f. Potential impact on past, current, or planned CCoE efforts/products

g. Name, email, and telephone number of preparer of report

46
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
7.6 Operations Product: As required, the contractor shall prepare products from
Cyber CDID Capability Development activities. Products may include
information/white papers, briefings, comment resolution matrices, travel
authorizations/vouchers, trouble tickets, editorial comments, document revisions,
correspondence, event calendars, and synchronization matrices. Additional
information provided in individual task orders.

7.7 Experimentation Product: As required, the contractor shall prepare products


for or resulting from research, experimentation, or exercises where science,
technology, and/or DOTMLPF capability evaluation is being accomplished. The
contractor shall develop reports in coordination Gov project lead requirements
and submitted on time in the required format. Additional information provided in
individual task orders.

7.8 Concept Product: As required, the contractor shall prepare products relating
to the proponent conceptual special studies and analyses, live, constructive and
virtual war games. Products may include functional or operational concept
documents, capability specific concepts of operations/employment, or
scenarios/vignettes. The contractor shall develop reports in coordination Gov
project lead requirements and submitted on time in the required format.
Additional information provided in individual task orders.

7.9 Requirement Product: As required, the contractor shall provide products


identifying the need for a materiel approach, non-materiel approach, or an
approach that is a combination of materiel and non-materiel to mitigate or close
specific capability gap(s). The contractor shall develop products formats
identified in JCIDS unless otherwise directed by Gov rep. Additional information
provided in individual task orders.

7.10 Analytical Report: As required, the contractor shall provide research,


analytical support, and documentation in formats defined by Gov project lead.
These support documents shall be submitted on time and in the required format.

7.11 Force Proponent Integration Product: As required, the contractor shall


provide analysis and documentation to assist the Government in accomplishing
required maintenance and modernization of program of record equipment. These
documents shall be submitted on time and in the required format. Additional
information provided in individual task orders.

47
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
PART 8
PERFORMANCE REQUIREMENT SUMMARY (PRS)

The contractor service requirements are summarized into performance objectives


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

Performance Performance Standard Performance Method of Incentive/


Objective Threshold Surveillance Disincentive
PRS #1 Reports delivered on or before the 5th No more than 100% Poor
The contractor day following the end of each month one report is 2 Inspection performance will
shall provide and within five (5) working days upon days late. be reflected in
Program Status request. Reports include all CPARS Report;
Report information required in paragraph 7.1 Compliant
(paragraph of this PWS. performance will
7.1) result in positive
CPARS Narrative
PRS # 2 Contractor provides Certificate of No more 100% Poor
The contractor Insurance than one Inspection performance
shall comply Annually report is 2 will be reflected in
with days late. CPARS Report;
FAR 52.228-5 Compliant
“Insurance – performance will
Work result in positive
on a CPARS Narrative
Government
Installation”
PRS #3 Contractor adheres to PWS Provided at 100% Poor
The contractor requirements proposal Inspection performance will
shall comply submission, be reflected in
with all security and CPARS Report;
requirements. maintained for Compliant
(paragraph the life of the performance will
1.6.7 including contract and result in positive
all sub- issued task CPARS Narrative
paragraphs orders
and as
specified in
TOs)
PRS #4 Personnel are qualified, with Personnel are 100% Poor
The contractor appropriate skills and experience. qualified with Inspection performance will
shall provide Effective management was provided to appropriate be reflected in
qualified all personnel, to include the selection, skills and monthly and
personnel, retention, training, support, and experience. CPARS reports
equipment, replacement, when necessary. Support is and may
supplies, adequately negatively impact
transportation, Continuity of support is maintained. staffed. performance
materials, Performance incentives;
48
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
supervision, Contractor delivery of products and/or occurs with Compliant
and other services meets all contract minimal performance will
items for each requirements. required re- result in positive
TO for each performance/ monthly and
specified task Problems that are encountered are re-work and CPARS reports,
area. minor and resolved in a prompt, services meet and may
(paragraph 5 satisfactory manner. all contract positively impact
including all requirements. performance
sub- Contract requirements met with little incentives
paragraphs) rework/re-performance required and
with few minor and no significant
problems encountered.

Performance meets all technical and


functional requirements, and is highly
responsive to changes in technical
direction and/or the technical support
environment.
PRS #5 Contractor provides Quality Control No more than 100% Poor
The contractor Plan one report is 2 Inspection performance will
shall provide a days late. be reflected in
Quality Control CPARS Report;
Plan for this Compliant
contract and all performance will
task orders to result in positive
this contract CPARS Narrative
(paragraph
1.6.1)

Measurable performance standards in terms of quality, timeliness, quantity and


the method of assessing contractor performance against each performance
standard will be addressed in the Performance Requirements Summary (PRS)
within each individual Task Order Request.

49
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
Appendix A
Specific Qualification Requirements

Specific Qualification Requirements are listed below for reference. These labor
categories include the labor mix that the Government currently envisions for use
in task orders under these task areas, and any MA IDIQ holder must be able to
provide personnel with these qualifications under TOs; however, specific labor
mix and specific qualifications/education/experience will be determined for each
task order. When requiring experience in preceding years, preceding years refers
to the time prior to issuance of the individual Task Order Request.

A-1Program Manager
Experience: At least ten (10) years management experience or equivalent on
similar Government contracts
Education: Undergraduate degree from an accredited institution.
Proficiencies: Be proficient in conflict resolution. Be able to communicate orally
and in writing with COR. Possess the skill sets to supervise contractor
employees. Be capable of coordinating work schedules/assignments of
contractor employees. Be knowledgeable of all aspects of assigned contract to
include but not limited to deliverables, costs, quality control plan, and security
requirements.
Qualifications: Active Project Management Professional (PMP) training at a
minimum. Shall provide a resume outlining program management experience,
education, and qualifications.
Security: Possess a Top Secret security clearance with Sensitive
Compartmented Information (SCI) eligibility

A-2 Security Assistant


Experience: Have a minimum of three years’ experience in the field of security
operations and worked directly in the career field during three (3) of the
preceding five (5) years.
Education: High School Diploma or equivalent
Proficiencies: Possess skills/knowledge of: JPAS and/or Defense Information
System for Security (DISS); security programs; inspections/self-inspections;
implementing physical security safeguards; policy and procedures for handling,
storing, and granting personnel and visitors' access to restricted records and
materials; maintaining classified document accounts; National Industrial Security
Program Operating Manual (NISPOM), NISPOM Supplement, and Director of
Central Intelligence Directives (DCIDs). Possess working knowledge of a variety
of physical security disciplines including but not limited to locks, alarms, security
containers, risk-management and security countermeasures. Possess ability to
identify and report inspection checklist facility-related items that are damaged, or

50
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
are in need of maintenance or repair. Ability in manage key control programs.
Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.).
Qualifications: N/A
Security: Possess a Top Secret security clearance with SCI eligibility

A-3 Logistics Technician


Experience: Have a minimum of three years’ experience or equivalent in the
field of logistics operations and worked directly in the career field during three (3)
of the preceding five (5) years.
Education: High School Diploma or equivalent
Proficiencies: Experience with the Supply Discipline Programs providing 100%
inventory control to all items identified on the installation property book.
Experience in equipment maintenance processes and procedures. Knowledge in
supply policies and procedures regarding property inventories, cataloging,
maintenance, transfer, and turn-in. Knowledge in computer automation software
(have a working knowledge of Word, PowerPoint, Excel, Spreadsheets, Outlook,
Outlook Calendars, etc.).
Qualifications: N/A
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with SCI eligibility based
on program requirements as defined in specific Task Orders.

A-4 Technical Writer


Experience: Have a minimum of three years’ experience or equivalent in the
field of technical writing/documentation with the US Federal Government and
worked directly in the career field during three (3) of the preceding five (5) years.
Education: Undergraduate degree in a related technical discipline from an
accredited institution
Proficiencies: Have the ability to effectively describe technically complex
material to a non-technical audience; excellent oral and written communication
skills; possess the ability to work effectively within a collaborative writing
environment. Experience with project coordination and/or project scheduling.
Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications: N/A
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with SCI eligibility based
on program requirements as defined in specific Task Orders.

A-5 Operations Management Technician/Analyst


Experience:
 Documented experience in at least one of the following two areas: (1) as a
branch or division leader in G3/S3 section of service headquarters (or civilian
equivalent); or (2) as an Army brigade or above (or Joint service equivalent)
staff officer
51
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
 A minimum of five (5) years’ experience in the Army or Joint Operations
Process.
Education: Undergraduate degree from an accredited institution.
Proficiencies:
 Ability to consolidate, coordinate, and track operational tasks and events.
 Knowledge of timekeeping processes and systems
 Ability to organize and maintain files to include ensuring security of sensitive
and classified documents.
 Have the ability to manage a large workload and adapt to reprioritization as
dictated by Government leads.
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Knowledge of the Army/Joint Operations Process
 Ability to conduct project coordination and/or project scheduling.
 Ability to track, consolidate, and present operational information.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications: N/A
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with SCI eligibility based
on program requirements as defined in specific Task Orders.

A-6 Operations Management Technician/Analyst (Unit Engagement)


Experience:
 Documented experience in at least one of the following two areas: (1) as a
branch or division leader at the Service headquarters level; or (2) as an Army
division or above (or Joint service equivalent) staff officer/Non-Commissioned
Officer
 A minimum of five (5) years’ experience in the Army or Joint Operations
Process.
Education: Undergraduate degree from an accredited institution.
Proficiencies:
 Possess at least five (5) years of relevant experience supporting Brigade,
Division, or Corps Networking and operations.
 Possess current and relevant knowledge of unit structure, locations, and
contacts with the ability to act as a liaison and coordinator for modernization
activities.
 Ability to organize and maintain files to include ensuring security of sensitive
and classified documents.
 Have the ability to manage a large workload and adapt to reprioritization as
dictated by Government leads.
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities. Knowledge of the Army/Joint Operations Process
 Ability to conduct project coordination and/or project scheduling.
52
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
 Ability to track, consolidate, and present operational information
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications: N/A
Security: Obtain and maintain a Secret security clearance.

A-7 Administrative Support Technician


Experience: A minimum of one (1) year experience with Human Resources,
Resourcing, Travel, Training, or Personnel Management processes
Education: High School Diploma or equivalent
Proficiencies:
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
 Knowledge of Defense Travel System (DTS) including applicable regulations
and policies
 Knowledge of timekeeping processes and systems
 Knowledge of training requirements and tracking systems
Qualifications: N/A
Security: Obtain and maintain a Secret security clearance.

A-8 Executive Assistant


Experience: A minimum of three (3) years’ managing incoming and outgoing
correspondence, providing technical assistance to clerical staff regarding
correspondence, protocol, general office management, filing, and routing
incoming correspondence to appropriate staff section for action and establishing
priorities.
Education: High School Diploma or equivalent
Proficiencies:
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, etc.)
 Knowledge of Defense Travel System (DTS) including applicable regulations
and policies
 Ability to manage individual and organization calendars
 Ability to receive visitors and telephone calls and relay messages in
accordance with office policy
 Knowledge of timekeeping processes and systems
 Ability to organize and maintain files to include ensuring security of sensitive
and classified documents.
Qualifications: N/A
Security: Obtain and maintain a Secret security clearance.

A-9 Knowledge Manager


Experience: A minimum of (5) years’ in Knowledge Management Operations.
Education: Undergraduate degree from an accredited college or university.
Additional experience may be accepted in lieu of degree as determined by the
COR.
53
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
Proficiencies:
 Knowledge of Army/Joint Knowledge Management Operations Doctrine
 Knowledge of the Army/Joint Operations Process
 Knowledge of process, organizational structure, and knowledge sharing tool
design
 Ability to assess, design, develop, pilot, and implement knowledge
management solutions.
 Skills and ability to align people, processes, and technology to facilitate the
transfer of knowledge between and among individuals and organizations
 Skills in Collaboration Services, e.g., Adobe Connect Server, Chat Services,
SharePoint Portal, Electronic Email (Exchange) Server.
 Skills with Department of Defense Knowledge Management tools, e.g. InteLink
and MilSuite.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications: N/A
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with SCI eligibility based
on program requirements as defined in specific Task Orders.

A-10 Systems Administrator


Experience: A minimum of five (5) years’ experience administrating networks
and systems, worked directly in the career field during five (5) of the preceding
eight (8) years.
Education: High School Diploma or equivalent
Proficiencies: Must possess advanced IT administrator skills in remote
administration, remote desktop, Group Policy Object (GPO) management,
system backup and recovery, and monitor servers for performance evaluation
and optimization. Must possess advanced IT Administrator skills in Collaboration
Services, e.g., Adobe Connect Server, Chat Services, SharePoint Portal,
Electronic Email (Exchange) Server. Must possess advance skills in datacenter
management, Cloud Services, virtualization, storage area networks (SANs),
data/system backups, and asset management. Must possess expert remote
troubleshooting and customer service skills
Qualifications:
 This position is designated as IAWF Information Assurance Technical Level II
(IAT II). Baseline certification: upon start must already possess (and maintain)
current CCNA Security (preferred), GSEC, GICSP, Security+, CE, or SSCP.
Security: Obtain and Maintain a Top Secret security clearance with SCI
eligibility.

A-11 Digital Graphics Designer/Print Production Specialist


Experience: A minimum of two (2) years of related technical experience with a
minimum of two (2) years’ experience in military operations.
Education: Undergraduate degree in Graphic Design or comparable relevant
experience well
54
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
Proficiencies: Knowledge of commercial graphics design and publication
software suites. Ability to visualize and develop digital representations of
complex ideas/systems conveying intended message to a wide audiences.
Proficiency with Microsoft Office (Word, Excel & Outlook). Ability to work both
independently and as a member of a team, from concept to completion. Ability to
produce high quality, professional files that are print and web ready to develop a
deep understanding of the brand, audience, and key messaging.
Qualifications: N/A
Security: Obtain and Maintain a Top Secret security clearance with SCI
eligibility.

A-12 Information Assurance Network Officer (IANO)


Experience:
 Possess at least five (5) years of relevant experience and extensive
knowledge and understanding of network architecture and IT technology.
Education: Undergraduate degree from an accredited institution in Electrical
Engineering, Computer Science, or related field.
Proficiencies:
 Ability to design and integrate network, telecommunication, and IT equipment
into functional systems following all applicable standards.
 Knowledgeable of and have experience supporting DoD systems
accreditation, certification, and authorization processes (e.g. DIACAP, RMF).
 Skilled in assessing & mitigating risk in information systems; performing
compliance auditing of information systems; developing and maintaining DoD
information systems accreditation documentation; coordinating & leading
configuration control board activities.
 Exceptional written and verbal communications skills, briefing skills, and the
ability to work closely with a wide range of DOD and other contractor entities.
 Have the ability to manage a large workload and adapt to reprioritization as
dictated by Government leads.
Qualifications: Proper and current information assurance certification to perform
information assurance functions in accordance with DoD 8570.01-M, Information
Assurance Workforce Improvement Program. The Contractor shall meet the
applicable information assurance certification requirements, including—
 DoD-approved information assurance workforce certifications appropriate for
each category and level as listed in the current version of DoD 8570.01-M; and
(b) Appropriate operating system certification for information assurance
technical positions as required by DOD 8570.01-M.
 Upon request by the Government, the Contractor shall provide documentation
supporting the information assurance certification status of personnel
performing information assurance functions.
 Contractor personnel who do not have proper and current certifications shall
be denied access to DOD information systems for the purpose of performing
information assurance functions.
Security: Obtain and Maintain a Top Secret security clearance with SCI
eligibility.
55
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
A-13 DOTMLPF Capability Evaluator
Experience: A minimum of three (3) years’ experience in at least one of the
following two areas: (1) as an action officer in the defense acquisition community;
or (2) as an action officer in a capability development position
A minimum of three (3) years’ experience with training exercise development,
experimentation, and testing.
Education: Undergraduate degree or equivalent job experience.
Proficiencies:
 Ability to edit documents for correct grammar and format
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
 Knowledge of Defense Acquisition System and DoD Instruction 5000.02,
“Operation of the Defense Acquisition System”
 Knowledge of Chairman of the Joint Chiefs of Staff Instruction (CJCSI)
3170.01H, “Operation of the JCIDS”
 Knowledge of Army/Joint Doctrine Development, Force Design, Materiel
Development, Basis of Issue, Sustainment, Training/Leader Education,
Personnel/Branch Proponent, and Force Modernization Proponent processes.
 Ability to develop test criteria, collect results, compile findings, and present to
senior leadership orally or in writing.
Qualifications: n/a
Security: Obtain and maintain a Secret security clearance.

A-14 Concept Editor


Experience:
 Documented experience in at least one of the following four areas: (1) as a
branch or division leader at the Service headquarters level; or (2) as an Army
division or above (or Joint service equivalent) staff officer; (3) as an assistant
program manager in the defense acquisition community; or (4) as a branch or
division leader in a capability development position.
 A minimum of three (3) years’ experience in Army/Joint military operations and
three (3) years’ experience with concept development and approval
processes, totaling six (6) years.
Education: Graduate degree from an accredited college or university.
Proficiencies:
 Knowledge of Joint and service organizations and their functions
 Knowledge of Army/Joint and Joint Doctrine and policies
 Ability to edit documents for correct grammar and format
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications:
 Military Service Intermediate Level Education; Senior Service College is
preferred.

56
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
 Will complete Defense Acquisition University online courses CLR 101
Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first two weeks of employment.
Security: Obtain and maintain a Secret security clearance.

A-15 Concept Developer


Experience:
 A minimum of three (3) years’ experience in at least one of the following two
areas: (1) as an action officer in the defense acquisition community; or (3) as
an action officer in a capability development position
 A minimum of three (3) years’ experience in Army/Joint military operations and
three (3) years’ experience with concept development and approval
processes.
Education: Undergraduate degree in Electrical Engineering, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.
Additional experience may be accepted in lieu of degree as determined by the
COR.
Proficiencies:
 Knowledge of JCIDS
 Knowledge of Joint and service Signal/Communications organizations and
their functions
 Knowledge of Signal related Army/Joint Doctrine and policies
 Ability to edit documents for correct grammar and format
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications:
 Military Service Intermediate Level Education; Senior Service College is
preferred.
 Will complete Defense Acquisition University online courses CLR 101
Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first two weeks of employment.
Security: Obtain and maintain a Secret security clearance.

A-16 Scenario Developer


Experience:
 Documented experience in at least one of the following four areas: (1) as a
branch or division leader at the Service headquarters level; or (2) as an Army
division or above (or Joint service equivalent) staff officer; (3) as an assistant
program manager in the defense acquisition community; or (4) as a branch or
division leader in a capability development position.
 A minimum of three (6) years’ experience in Army/Joint military operations and
three (3) years’ experience with developing multi-threat, multi-force operational
scenarios for exercise and analysis totaling (9) years.
Education: Undergraduate degree from an accredited college or university.
Proficiencies:
57
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
 Knowledge of Operational Employment of Army and Joint Force Capabilities
with focus on Signal, Cyber, Electronic Warfare, and Information Related
Capabilities.
 Knowledge of Joint and service Signal/Communications organizations and
their functions
 Knowledge of Signal/Cyber/Information related Army/Joint Doctrine and
policies
 Knowledge of Military and Joint decision making process (e.g.,MDMP),
Army/Joint Targeting process, and Intelligence cycle
 Knowledge of Validated Online Lifecycle Threat (VOLT) reporting processes
and products
 Ability to edit documents for correct grammar and format
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications:
 Military Service Intermediate Level Education; Senior Service College is
preferred.
 Will complete Defense Acquisition University online courses CLR 101
Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first two weeks of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with SCI eligibility based
on program requirements as defined in specific Task Orders.

A-17 Communications Requirements Editor


Experience:
 Documented experience in at least one of the following four areas: (1) as a
branch or division leader at the Service headquarters level; or (2) as an Army
division or above (or Joint service equivalent) staff officer (command select list
or central board selected optional but preferred); (3) as an assistant program
manager in the defense acquisition community; or (4) as a branch or division
leader in a capability development position.
 A minimum of three (3) years’ experience in Signal Operations and three (3)
years’ experience with requirements and capability development
documentation and approval processes, totaling six (6) years.
Education: Graduate degree in Electrical Engineering, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.
Undergraduate degree may be accepted as determined by the COR.
Proficiencies:
 Knowledge of JCIDS
 Knowledge of Joint and service Signal/Communications organizations and
their functions
 Knowledge of Signal related Army/Joint Doctrine and policies
 Ability to edit documents for correct grammar and format

58
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications:
 Military Service Intermediate Level Education; Senior Service College or
civilian equivalent is preferred.
 Will complete Defense Acquisition University online courses CLR 101
Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first two weeks of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with SCI eligibility based
on program requirements as defined in specific Task Orders.

A-18 Communications Requirements Editor (Architecture)


Experience:
 Must have at least two (2) years’ experience in the development of Army
Architectures supporting Army Networks
 Possess at least ten (10) years’ experience with army military equipment in
tactical operating environments.
 Possess two (2) years of relevant experience in development of data models
from both program level and enterprise level views.
 A minimum of three (3) years’ experience in Signal Operations and Signal
Force Structure.
 Experience with the staffing and approval of capability requirements document
through the Army Requirements Oversight Council (AROC) or Joint
Requirements Oversight Council (JROC).
Education: Graduate degree in Electrical Engineering, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.
Undergraduate degree may be accepted as determined by the COR.
Proficiencies:
 Knowledge of Army and Joint Multi-Domain Operations concepts and
applicable technologies.
 Have the ability to work within a team, manage a large workload, and adapt to
reprioritization as dictated by Government leads.
 Knowledge of JCIDS
 Knowledge of Joint and service Signal/Communications organizations and
their functions
 Knowledge of Signal related Army/Joint Doctrine and policies
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications:
 Military Service Intermediate Level Education or equivalent; Senior Staff
Course or Senior Service College is preferred.
59
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
 Will complete Defense Acquisition University online courses CLR 101
Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first 30 days of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements as
defined in specific Task Orders.

A-19 Communications Requirements Editor (Test & Evaluation)


Experience:
 A minimum of three (3) years’ experience in performing and executing
operational tests and evaluations.
 Experience in writing Critical Operational Issues and Criteria (COICs) and Test
Evaluation Master Plans (TEMPs).
 Experience with the staffing and approval of capability requirements document
through the Army Requirements Oversight Council (AROC) or Joint
Requirements Oversight Council (JROC).
Education: Graduate degree in Electrical Engineering, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.
Undergraduate degree may be accepted as determined by the COR.
Proficiencies:
 Have the ability to work within a team, manage a large workload, and adapt to
reprioritization as dictated by Government leads.
 Knowledge of JCIDS
 Knowledge of Joint and service Signal/Communications organizations and
their functions
 Knowledge of Signal related Army/Joint Doctrine and policies
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications: Shall complete Defense Acquisition University online courses
CLR 101 Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first 30 days of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-20 Communications Requirements Editor (Integration)


Experience:
 Documented experience in at least one of the following four areas: (1) as a
branch or division leader at the Service headquarters level; or (2) as an Army

60
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
division or above (or Joint service equivalent) staff officer; or (3) as a branch or
division leader in a capability development position.
 A minimum of three (3) years’ experience in Signal Operations and Signal
Force Structure.
 Experience with the staffing and approval of capability requirements document
through the Army Requirements Oversight Council (AROC) or Joint
Requirements Oversight Council (JROC).
Education: Graduate degree in Electrical Engineering, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.
Undergraduate degree may be accepted as determined by the COR.
Proficiencies:
 Knowledge of Army and Joint Multi-Domain Operations concepts and
applicable technologies.
 Have the ability to work within a team, manage a large workload, and adapt to
reprioritization as dictated by Government leads.
 Knowledge of JCIDS
 Knowledge of Joint and service Signal/Communications organizations and
their functions
 Knowledge of Signal related Army/Joint Doctrine and policies
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications:
 Military Service Intermediate Level Education or equivalent; Senior Staff
Course or Senior Service College is preferred.
 Will complete Defense Acquisition University online courses CLR 101
Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first 30 days of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-21 Communications Requirements Editor (SATCOM Systems Analyst)


Experience:
 Documented experience in at least one of the following four areas: (1) as a
branch or division leader at the Service headquarters level; or (2) as an Army
division or above (or Joint service equivalent) staff officer; or (3) as a branch or
division leader in a capability development position.
 Experience in Signal Operations and Signal Force Structure.
 Experience with the staffing and approval of capability requirements document
through the Army Requirements Oversight Council (AROC) or Joint
Requirements Oversight Council (JROC).
61
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
 Possess minimum of 15 Years' experience in DOD communications and/or
satellite communications.
 Have at least 10 years experience with military and commercial SATCOM
systems including AEHF, WGS, DCS, UFO, EMI and jamming as well as
expertise with DOD ground and airborne SATCOM terminals.
 (Optional – preferred) Possess 10 years experience with EHF and AEHF
satellite communications and how it interfaces with the Navy, Missile Defense
Command, and Air Force.
Education: Graduate degree in Electrical Engineering, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.
Undergraduate degree may be accepted as determined by the COR.
Proficiencies:
 Have the ability to provide technical expertise in the design and development
of enterprise transport solutions.
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Have the ability to manage a large workload and adapt to reprioritization as
dictated by Government leads.
 Knowledge of Army and Joint Multi-Domain Operations concepts and
applicable technologies.
 Have the ability to work within a team, manage a large workload, and adapt to
reprioritization as dictated by Government leads.
 Knowledge of Joint and service Signal/Communications organizations and
their functions
 Knowledge of Signal related Army/Joint Doctrine and policies
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications:
 (Optional – preferred) Military Service Intermediate Level Education or
equivalent; Senior Staff Course or Senior Service College is preferred.
 Will complete Defense Acquisition University online courses CLR 101
Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first 30 days of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-22 Cyberspace Operations Requirements Editor


Experience:

62
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
 Documented experience in at least one of the following four areas: (1) as a
branch or division leader at the Service headquarters level; or (2) as an Army
division or above (or Joint service equivalent) staff officer (command select list
or central board selected optional but preferred); (3) as an assistant program
manager in the defense acquisition community; or (4) as a branch or division
leader in a capability development position.
 A minimum of three (3) years’ experience in operational Cyberspace
Operations and three (3) years’ experience with requirements and capability
development documentation and approval processes, totaling six (6) years.
Education: Graduate degree in Computer Science, Information Systems
Management, Networking, Telecommunications Management, or related
technical field from an accredited college or university. Undergraduate degree
may be accepted as determined by the COR.
Proficiencies:
 Knowledge of JCIDS
 Knowledge of Joint and service Cyberspace Operations organizations and
their functions
 Knowledge of Cyberspace Operations related Army/Joint Doctrine and policies
 Ability to edit documents for correct grammar and format
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications:
 Military Service Intermediate Level Education; Senior Service College or
civilian equivalent is preferred.
 Will complete Defense Acquisition University online courses CLR 101
Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first two weeks of employment.
Security: Obtain and maintain a Top Secret security clearance with SCI
eligibility.

A-23 Electromagnetic Spectrum Operations (EMSO) Requirements Editor


Experience:
 Documented experience in at least one of the following four areas: (1) as a
branch or division leader at the Service headquarters level; or (2) as an Army
division or above (or Joint service equivalent) staff officer (command select list
or central board selected optional but preferred); (3) as an assistant program
manager in the defense acquisition community; or (4) as a branch or division
leader in a capability development position.
 A minimum of three (3) years’ experience in operational electronic warfare or
spectrum management and three (3) years’ experience with requirements and
capability development documentation and approval processes, totaling six (6)
years.
o Education: Graduate degree with a preference for major in Electrical
Engineering, Physics, Engineering, Telecommunications Management, or
related technical field from an accredited college or university. Undergraduate
degree may be accepted as determined by the COR.
63
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
Proficiencies:
 Knowledge of JCIDS
 Knowledge of Joint and service EMSO organizations and their functions
 Knowledge of EMSO related Army/Joint Doctrine and policies
 Ability to edit documents for correct grammar and format
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications:
 Military Service Intermediate Level Education; Senior Service College or
civilian equivalent is preferred.
 Will complete Defense Acquisition University online courses CLR 101
Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first two weeks of employment.
Security: Obtain and maintain a Top Secret security clearance with SCI
eligibility.

A-24 Information Related Capabilities Requirement Editor


Experience:
 Documented experience in at least one of the following four areas: (1) as a
branch or division leader at the Service headquarters level; or (2) as an Army
division or above (or Joint service equivalent) staff officer (command select list
or central board selected optional but preferred); (3) as an assistant program
manager in the defense acquisition community; or (4) as a branch or division
leader in a capability development position.
 A minimum of three (3) years’ experience in Information Operations,
Psychological Operations/ Military Information Support Operations (MISO),
Civil Affairs, and/or Special Operations and three (3) years’ experience with
requirements and capability development documentation and approval
processes, totaling six (6) years.
Education: Master’s Degree from an accredited college or university.
Undergraduate degree may be accepted as determined by the COR.
Proficiencies:
 Knowledge of JCIDS
 Knowledge of Joint and service Information Operations, Psychological
Operations/ Military Information Support Operations (MISO), Civil Affairs, and
Special Operations organizations and their functions
 Knowledge of Information Operations, Psychological Operations/ Military
Information Support Operations (MISO), Civil Affairs, and Special Operations
related Army/Joint Doctrine and policies
 Ability to edit documents for correct grammar and format
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications:
 Military Service Intermediate Level Education; Senior Service College or
civilian equivalent is preferred.

64
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
 Will complete Defense Acquisition University online courses CLR 101
Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first two weeks of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-25 Communications Requirements Developer


Experience:
 A minimum of three (3) years’ experience in at least one of the following two
areas: (1) as an action officer in the defense acquisition community; or (2) as
an action officer in a capability development position
 A minimum of three (3) years’ experience with requirements and capability
development documentation and approval processes
 (Optional – preferred) A minimum of three (3) years’ experience in Signal
Operations
Education: Undergraduate degree in Electrical Engineering, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.
Additional experience may be accepted in lieu of degree as determined by the
COR.
Proficiencies:
 Knowledge of JCIDS
 Knowledge of Joint and service Signal/Communications organizations and
their functions
 Knowledge of Signal related Army/Joint Doctrine and policies
 Ability to edit documents for correct grammar and format
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications:
 Military Service Intermediate Level Education or civilian equivalent; Senior
Service College or civilian equivalent is optional but preferred.
 Will complete Defense Acquisition University online courses CLR 101
Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first two weeks of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-26 Communications Requirements Developer (Tactical Transport)


Experience:
 A minimum of two (2) years’ experience with requirements development,
documentation and approval processes

65
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
 A minimum of two (2) years’ experience with commercial wireless technologies
(4G/5G, cellular, 802.x wireless, MIMO, broadband, multichannel wireless
systems, etc.)
 A minimum of two (2) years’ experience with beyond line of site transport
systems (e.g. TROPO)
 (Optional – preferred) A minimum of three (3) years’ experience in Signal
Operations
 (Optional – preferred) Experience working with Department of Homeland
Security (DHS) in support of civil authority missions
Education: Undergraduate degree in Electrical Engineering, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.
Additional experience may be accepted in lieu of degree as determined by the
COR.
Proficiencies:
 Knowledge of JCIDS
 (Optional – preferred) Knowledge of Army/Joint organizations and their
functions
 (Optional – preferred) Knowledge of Signal related Army/Joint Doctrine and
policies
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
 Have the ability to work within a team, manage a large workload, and adapt to
reprioritization as dictated by Government leads.
Qualifications: Shall complete Defense Acquisition University online courses
CLR 101 Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first 30 days of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-27 Communications Requirements Developer (Tactical Network)


Experience:
 (Optional – preferred) A minimum of two (2) years’ experience with
requirements development, documentation and approval processes
 A minimum of three (3) years’ experience with network technologies (e.g.
routing, switching, point-to-point and point-to-multipoint transmission systems,
etc.)
 Experience in the installation, configuration, and management of voice
communication technologies and architectures (e.g. CUCM, Unified
Communications, REDCOM, etc.)
 A minimum of three (3) years’ experience in Signal Operations
66
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
 (Optional – preferred) Experience working with Department of Homeland
Security (DHS) in support of civil authority missions
Education: Undergraduate degree in Electrical Engineering, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.
Additional experience may be accepted in lieu of degree as determined by the
COR.
Proficiencies:
 Knowledge of Army Line of Sight communications and Tropospheric Scatter
systems.
 Knowledge of JCIDS
 (Optional – preferred) Knowledge of Army/Joint organizations and their
functions
 (Optional – preferred) Knowledge of Signal related Army/Joint Doctrine and
policies
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
 Have the ability to work within a team, manage a large workload, and adapt to
reprioritization as dictated by Government leads.
Qualifications: Shall complete Defense Acquisition University online courses
CLR 101 Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first 30 days of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-28 Communications Requirements Developer (Tactical SATCOM)


Experience:
 (Optional – preferred) A minimum of two (2) years’ experience with
requirements development, documentation and approval processes
 (Optional – preferred) A minimum of three (3) years’ experience in Signal
Operations
 A minimum of five (5) years’ experience or equivalent in tactical SATCOM
terminals. This includes experience providing centralized network operations
and management to include the preparation and processing of Satellite Access
Requests and Alternate Satellite Requests.
 Possess minimum of 5 Years' experience in DOD satellite communications
and/or commercial satellite communications.
 (Optional – preferred) Must have at least 5 years experience with SATCOM
systems including AEHF, WGS, DCS, UFO, EMI and jamming as well as
expertise with DoD ground or airborne SATCOM terminals.

67
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
 (Optional – preferred) Must have experience with protected SATCOM systems
and technology.
Education: Undergraduate degree in Electrical Engineering, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.
Additional experience may be accepted in lieu of degree as determined by the
COR.
Proficiencies:
 Knowledge of emerging tactical SATCOM communications technologies
 Knowledge of JCIDS
 Knowledge of Joint and service Signal/Communications organizations and
their functions
 Knowledge of Signal related Army/Joint Doctrine and policies
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
 Have the ability to work within a team, manage a large workload, and adapt to
reprioritization as dictated by Government leads.
Qualifications: Shall complete Defense Acquisition University online courses
CLR 101 Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first two weeks of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-29 Communications Requirements Developer (Enterprise Transport)


Experience:
 (Optional – preferred) A minimum of two (2) years’ experience with
requirements development, documentation and approval processes
 A minimum of two (2) years’ experience with commercial network transport
technologies (Land Mobile Radio, First Responder Radio Networks, Public
Safety FM Networks, Army Tech Control Facilities, Installation Network
Infrastructure, Installation Processing Nodes, Special Processing Nodes, etc.)
 (Optional – preferred) A minimum of three (3) years’ experience in Signal
Operations
 (Optional – preferred) Experience working with Department of Homeland
Security (DHS) in support of civil authority missions
Education: Undergraduate degree in Electrical Engineering, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.
Additional experience may be accepted in lieu of degree as determined by the
COR.
Proficiencies:
68
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
 (Optional – preferred) Knowledge of JCIDS
 Knowledge of Army Base/Post/Camp/Station (BPCS) enterprise information
technology facilities and network infrastructure.
 Have the ability to provide technical expertise in the design and development
of enterprise transport solutions.
 (Optional – preferred) Knowledge of Army/Joint organizations and their
functions
 (Optional – preferred) Knowledge of Signal related Army/Joint Doctrine and
policies
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
 Have the ability to work within a team, manage a large workload, and adapt to
reprioritization as dictated by Government leads.
Qualifications:
 (Optional – preferred) Trained on the national Program 25 (P25)
interoperability standard.
 Shall complete Defense Acquisition University online courses CLR 101
Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first 30 days of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-30 Communications Requirements Developer (Enterprise DoDIN Ops)


Experience:
 (Optional – preferred) A minimum of two (2) years’ experience with
requirements development, documentation and approval processes
 (Optional – preferred) A minimum of three (3) years’ experience in Signal
Operations
 A minimum of three (3) years’ experience managing, securing, and monitoring
Army Enterprise level networks (e.g. NEC, RCC, ACOIC, or ARCYBER
Network Operations centers); commercial equivalent accepted based upon
approval by the COR
 Experience with the configuration and management of Enterprise level
Network Operations tools (e.g. Tanium, IBM Tivoli, CA Unicenter, Microsoft
Systems Center, Arcsight, Remedy, etc.)
 Experience with the coordination and reporting from subordinate network
operations centers.
Education: Undergraduate degree in Electrical Engineering, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.

69
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
Additional experience may be accepted in lieu of degree as determined by the
COR.
Proficiencies:
 Knowledge of the Virtual Machine technologies
 Knowledge of routing and switching network technologies
 (Optional – preferred) Knowledge of Cyber Security tools/technologies
 (Optional – preferred) Knowledge of Information Dissemination
Management/Content Staging (IDM/CS) technologies
 Knowledge of JCIDS
 (Optional – preferred) Knowledge of Army/Joint organizations and their
functions
 (Optional – preferred) Knowledge of Signal related Army/Joint Doctrine and
policies
 (Optional – preferred) Knowledge of implementing ITILv3 best practices for
managing information technology (IT)
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
 Have the ability to work within a team, manage a large workload, and adapt to
reprioritization as dictated by Government leads.
Qualifications: Shall complete Defense Acquisition University online courses
CLR 101 Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first 30 days of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-31 Communications Requirements Developer (Tactical DoDIN Ops)


Experience:
 (Optional – preferred) A minimum of two (2) years’ experience with
requirements development, documentation and approval processes
 A minimum of three (3) years’ experience in Signal Operations
 A minimum of three (3) years’ experience managing, securing, and monitoring
Army Tactical level networks (e.g. BCT, Division, Corps, Joint, etc.)
 Experience with the configuration and management of Tactical level Network
Operations tools (e.g. SNMPC, NMS, Microsoft Systems Center, Solarwinds
Orion, NOMS, PACSTAR, etc.)
 Experience with the coordination and reporting to and from higher or lower
network operations centers.
Education: Undergraduate degree in Electrical Engineering, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.

70
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
Additional experience may be accepted in lieu of degree as determined by the
COR.
Proficiencies:
 Knowledge of the Virtual Machine technologies
 Knowledge of routing and switching network technologies
 (Optional – preferred) Knowledge of Cyber Security tools/technologies
 (Optional – preferred) Knowledge of Information Dissemination
Management/Content Staging (IDM/CS) technologies
 Knowledge of JCIDS
 Knowledge of Army/Joint organizations and their functions
 Knowledge of Signal related Army/Joint Doctrine and policies
 (Optional – preferred) Knowledge of implementing ITILv3 best practices for
managing information technology (IT)
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
 Have the ability to work within a team, manage a large workload, and adapt to
reprioritization as dictated by Government leads.
Qualifications: Shall complete Defense Acquisition University online courses
CLR 101 Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first 30 days of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-32 Communications Requirements Developer (Cyber Security)


Experience:
 (Optional – preferred) A minimum of two (2) years’ experience with
requirements development, documentation and approval processes
 (Optional – preferred) A minimum of three (3) years’ experience in Signal
Operations
 A minimum of three (3) years’ experience securing tactical and/or enterprise
networks and services (e.g. BCT, Division, Corps, Joint, NEC, RCC, ACOIC,
or ARCYBER Network Operations centers); commercial equivalent accepted
based upon approval by the COR
 Experience with the configuration and management of cyber security tools and
infrastructure (e.g. SIEM, HBSS, Tanium, Microsoft Systems Center, Arcsight,
Splunk, Security Onion, Panorama, Security Center, PKI, etc.)
 Experience with the coordination and reporting security events to and from
higher or lower network operations centers.
Education: Undergraduate degree in Cyber Security, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.
71
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
Additional experience may be accepted in lieu of degree as determined by the
COR.
Proficiencies:
 (Optional – preferred) Knowledge of the Virtual Machine technologies
 (Optional – preferred) Knowledge of routing and switching network
technologies
 Knowledge of Cyber Security tools/technologies
 (Optional – preferred) Knowledge of Information Dissemination
Management/Content Staging (IDM/CS) technologies
 (Optional – preferred) Knowledge of JCIDS
 (Optional – preferred) Knowledge of Army/Joint organizations and their
functions
 (Optional – preferred) Knowledge of Signal related Army/Joint Doctrine and
policies
 (Optional – preferred) Knowledge of implementing ITILv3 best practices for
managing information technology (IT)
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
 Have the ability to work within a team, manage a large workload, and adapt to
reprioritization as dictated by Government leads.
Qualifications:
 Within six (6) months from the beginning of the contract the contractor must
obtain a Certified Information Security System Professional (CISSP) and/or
Security Plus/Network Plus Certification. Equivalent undergraduate education
or certifications may be accepted by the COR.
 Shall complete Defense Acquisition University online courses CLR 101
Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first 30 days of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-33 Communications Requirements Developer (COMSEC/KMI)


Experience:
 (Optional – preferred) A minimum of two (2) years’ experience with
requirements development, documentation and approval processes
 Have at least three (3) years of experience with Army COMSEC/KMI tools and
system (AKMS, Army Fill Devices, COMSEC, Network Defense capabilities,
etc.)
 A minimum of three (3) years’ experience in Signal Operations
 Experience with the request, distribution, and security of COMSEC material.

72
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
Education: Undergraduate degree in Cyber Security, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.
Additional experience may be accepted in lieu of degree as determined by the
COR.
Proficiencies:
 Knowledge of COMSEC mission planning and execution.
 Knowledge of COMSEC policy and procedures.
 Knowledge of JCIDS
 Knowledge of Army/Joint organizations and their functions
 Knowledge of Signal related Army/Joint Doctrine and policies
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
 Have the ability to work within a team, manage a large workload, and adapt to
reprioritization as dictated by Government leads.
Qualifications:
 Within six (6) months from the beginning of the contract the contractor must
obtain a Certified Information Security System Professional (CISSP) and/or
Security Plus/Network Plus Certification. Equivalent undergraduate education
or certifications may be accepted by the COR.
 Shall complete Defense Acquisition University online courses CLR 101
Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first 30 days of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-34 Communications Requirements Developer (IDM/CS)


Experience:
 (Optional – preferred) A minimum of two (2) years’ experience with
requirements development, documentation and approval processes
 A minimum of three (3) years’ experience in Signal Operations
 A minimum of three (3) years’ experience providing IDM/CS and data recovery
services at the tactical and/or enterprise level (e.g. BCT, Division, Corps, Joint,
NEC, RCC, ACOIC, or ARCYBER Network Operations centers); commercial
equivalent accepted based upon approval by the COR
 Experience with the configuration and management of content/recovery tools
and storage (e.g. SharePoint, VMWare, databases, storage infrastructure,
etc.)
 Experience with the coordination and reporting to and from higher or lower
network operations centers.

73
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
Education: Undergraduate degree in Data Science, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.
Additional experience may be accepted in lieu of degree as determined by the
COR.
Proficiencies:
 Knowledge of the Virtual Machine technologies
 Knowledge of data discovery, delivery, storage, and recovery technologies
 Knowledge of data contingency of operations planning (COOP)
 Knowledge of Information Dissemination Management/Content Staging
(IDM/CS) technologies; commercial equivalent accepted based upon approval
by the COR
 (Optional – preferred) Knowledge of JCIDS
 (Optional – preferred) Knowledge of Army/Joint organizations and their
functions
 (Optional – preferred) Knowledge of Signal related Army/Joint Doctrine and
policies
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
 Have the ability to work within a team, manage a large workload, and adapt to
reprioritization as dictated by Government leads.
Qualifications: Shall complete Defense Acquisition University online courses
CLR 101 Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first 30 days of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-35 Communications Requirements Developer (Enterprise Data/Cloud)


Experience:
 A minimum of two (2) years’ experience with requirements development,
documentation and approval processes
 (Optional – preferred) A minimum of three (3) years’ experience in Signal
Operations
 A minimum of two (2) years’ experience with the operations and installation of
commercial cloud and storage technologies (AWS, Microsoft AZURE,
VMWARE infrastructure, etc.). Education/certification may be substituted for
experience.
Education: Undergraduate degree in Electrical Engineering, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.

74
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
Additional experience may be accepted in lieu of degree as determined by the
COR.
Proficiencies:
 Knowledge of JCIDS
 (Optional – preferred) Knowledge of Army/Joint organizations and their
functions
 (Optional – preferred) Knowledge of Signal related Army/Joint Doctrine and
policies
 (Optional – preferred) Knowledge of implementing ITILv3 best practices for
managing information technology (IT)
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
 Have the ability to work within a team, manage a large workload, and adapt to
reprioritization as dictated by Government leads.
Qualifications: Shall complete Defense Acquisition University online courses
CLR 101 Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first 30 days of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-36 Communications Requirements Developer (Enterprise Services


Infrastructure)
Experience:
 A minimum of two (2) years’ experience with requirements development,
documentation and approval processes
 (Optional – preferred) A minimum of three (3) years’ experience in Signal
Operations
 A minimum of two (3) years’ experience with the operations and installation of
commercial services, servers, and data storage and infrastructure
technologies. Education/certification may be substituted for experience.
 A minimum of two (3) years’ experience with virtual machine, server, and
operating system technologies (e.g. VMWare, Microsoft Virtual Server, Virtual
Box, etc.) (Experience may be concurrent with infrastructure experience).
Education: Undergraduate degree in Electrical Engineering, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.
Additional experience may be accepted in lieu of degree as determined by the
COR.
Proficiencies:
 Knowledge of JCIDS

75
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
 (Optional – preferred) Knowledge of Army/Joint organizations and their
functions
 (Optional – preferred) Knowledge of Signal related Army/Joint Doctrine and
policies
 (Optional – preferred) Knowledge of implementing ITILv3 best practices for
managing information technology (IT)
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
 Have the ability to work within a team, manage a large workload, and adapt to
reprioritization as dictated by Government leads.
Qualifications: Shall complete Defense Acquisition University online courses
CLR 101 Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first 30 days of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-37 Communications Requirements Developer (Tactical Services


Infrastructure)
Experience:
 A minimum of two (2) years’ experience with requirements development,
documentation and approval processes
 A minimum of three (3) years’ experience in Signal Operations and Signal
Force Structure.
 A minimum of two (3) years’ experience with the operations and installation of
tactical services, servers, and data storage and infrastructure technologies.
 A minimum of two (3) years’ experience with virtual machine, server, and
operating system technologies (e.g. VMWare, Microsoft Virtual Server, Virtual
Box, etc.) (experience may be concurrent with infrastructure experience).
 Possess at least three (3) years of relevant experience with the Battle
Command Server Stack/Tactical Services Infrastructure supporting Company,
Battalion, and Brigade Networking.
Education: Undergraduate degree in Electrical Engineering, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.
Additional experience may be accepted in lieu of degree as determined by the
COR.
Proficiencies:
 Knowledge of JCIDS
 (Optional – preferred) Knowledge of Army/Joint organizations and their
functions

76
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
 (Optional – preferred) Knowledge of Signal related Army/Joint Doctrine and
policies
 (Optional – preferred) Knowledge of implementing ITILv3 best practices for
managing information technology (IT)
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
 Have the ability to work within a team, manage a large workload, and adapt to
reprioritization as dictated by Government leads.
Qualifications: Shall complete Defense Acquisition University online courses
CLR 101 Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first 30 days of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-38 Communications Requirements Developer (Enterprise Computing


Environment)
Experience:
 A minimum of two (2) years’ experience with requirements development,
documentation and approval processes
 (Optional – preferred) A minimum of three (3) years’ experience in Signal
Operations
 A minimum of two (3) years’ experience with software development and
application development lifecycle. Education/certification may be substituted
for experience.
 Experience in deploying and managing Business Mission Area (BMA),
Enterprise Resource Management (ERP), or cloud based applications.
 A minimum of two (3) years’ experience with virtual machine, server, and
operating system technologies (e.g. VMWare, Microsoft Virtual Server, Virtual
Box, etc.) (Experience may be concurrent with infrastructure experience).
Education: Undergraduate degree in Electrical Engineering, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.
Additional experience may be accepted in lieu of degree as determined by the
COR.
Proficiencies:
 Knowledge of JCIDS
 (Optional – preferred) Knowledge of Army/Joint organizations and their
functions
 (Optional – preferred) Knowledge of Signal related Army/Joint Doctrine and
policies

77
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
 (Optional – preferred) Knowledge of implementing ITILv3 best practices for
managing information technology (IT)
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
 Have the ability to work within a team, manage a large workload, and adapt to
reprioritization as dictated by Government leads.
Qualifications:
 (Optional – preferred) Cloud based certification with a focus on application
development or content delivery.
 Shall complete Defense Acquisition University online courses CLR 101
Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first 30 days of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-39 Communications Requirements Developer (Mission Partner


Interoperability)
Experience:
 A minimum of two (2) years’ experience with requirements development,
documentation and approval processes
 (Optional – preferred) A minimum of three (3) years’ experience in Signal
Operations
 (Optional – preferred) Possess at least two (2) years of relevant experience
working with network and services integration or standards development (e.g.
ABCANZ/FVEY, NATO, FMN, etc.)
 A minimum of two (3) years’ experience in coordination, developing, and
executing unified action partner network and services integration.
 Experience with coalition interoperability at the Corps, Division, or Joint level.
Education: Undergraduate degree in Electrical Engineering, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.
Additional experience may be accepted in lieu of degree as determined by the
COR.
Proficiencies:
 Knowledge of JCIDS
 (Optional – preferred) Knowledge of Army/Joint organizations and their
functions
 (Optional – preferred) Knowledge of Signal related Army/Joint Doctrine and
policies

78
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
 Have the ability to work within a team, manage a large workload, and adapt to
reprioritization as dictated by Government leads.
Qualifications: Shall complete Defense Acquisition University online courses
CLR 101 Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first 30 days of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-40 Communications Requirements Developer (Enterprise Network)


Experience:
 Possess at least five (5) years of relevant experience and extensive
knowledge and understanding of network architecture and IT technology to
include routing, switching, voice, and data transfer.
 (Optional – preferred) A minimum of two (2) years’ experience with
requirements development, documentation and approval processes
 Experience in Signal Operations and Signal Force Structure.
 Possess minimum of three (3) years' experience working with enterprise
gateways (e.g. THN, RHN, Step Sites, Teleport, etc.)
Education: Undergraduate degree in Electrical Engineering, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.
Additional experience may be accepted in lieu of degree as determined by the
COR.
Proficiencies:
 Have the ability to provide technical expertise in the design and development
of enterprise transport solutions.
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Have the ability to manage a large workload and adapt to reprioritization as
dictated by Government leads.
 Knowledge of Army and Joint Multi-Domain Operations concepts and
applicable technologies.
 Have the ability to work within a team, manage a large workload, and adapt to
reprioritization as dictated by Government leads.
 Knowledge of Joint and service Signal/Communications organizations and
their functions
 Knowledge of Signal related Army/Joint Doctrine and policies
 Knowledge of the enterprise network administration and procedures.
79
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
 Have the ability to work within a team, manage a large workload, and adapt to
reprioritization as dictated by Government leads.
Qualifications:
 Must have certification and provide verification of Cisco Certified Network
Associate (CCNA) or equivalent. All required certifications must be maintained
and updated as needed. Equivalent undergraduate education or certifications
may be accepted by the COR.
 Shall complete Defense Acquisition University online courses CLR 101
Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first 30 days of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-41 Communications Requirements Developer (Enterprise SATCOM)


Experience:
 (Optional – preferred) A minimum of two (2) years’ experience with
requirements development, documentation and approval processes
 (Optional – preferred) A minimum of three (3) years’ experience in Signal
Operations
 A minimum of ten (10) years’ experience or equivalent in systems engineering
enterprise SATCOM terminals. This includes experience providing
centralized network operations and management to include the planning,
preparation, processing, and resourcing of Satellite Requests.
 Possess minimum of 5 Years' experience in DOD satellite communications
and/or commercial satellite communications.
 (Optional – preferred) Must have at least 5 years experience with SATCOM
systems including AEHF, WGS, DCS, UFO, EMI and jamming as well as
expertise with DoD ground and airborne SATCOM terminals.
 Must have experience with protected SATCOM systems and technology.
Education: Undergraduate degree in Electrical Engineering, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.
Additional experience may be accepted in lieu of degree as determined by the
COR.
Proficiencies:
 Knowledge of emerging enterprise/commercial SATCOM communications
technologies
 Knowledge of JCIDS

80
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
 Knowledge of Joint and service Signal/Communications organizations and
their functions
 Knowledge of Signal related Army/Joint Doctrine and policies
 Have exceptional written and verbal communications skills, briefing skills, and
the ability to work closely with a wide range of DOD and other contractor
entities.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
 Have the ability to work within a team, manage a large workload, and adapt to
reprioritization as dictated by Government leads.
Qualifications: Shall complete Defense Acquisition University online courses
CLR 101 Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first two weeks of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-42 Communications Requirements Developer (LNO)


Experience:
 (Optional – preferred) A minimum of three (3) years’ experience in at least one
of the following two areas: (1) as an action officer in the defense acquisition
community; or (2) as an action officer in a capability development position
 (Optional – preferred) A minimum of three (3) years’ experience with
requirements and capability development documentation and approval
processes
 A minimum of three (3) years’ experience in Signal Operations
Education: Undergraduate degree in Electrical Engineering, Computer Science,
Information Systems Management, Networking, Telecommunications
Management, or related technical field from an accredited college or university.
Additional experience may be accepted in lieu of degree as determined by the
COR.
Proficiencies:
 Knowledge of JCIDS
 Knowledge of Joint and service Signal/Communications organizations and
their functions
 Knowledge of Signal related Army/Joint Doctrine and policies
 Ability to edit documents for correct grammar and format
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications:
 Military Service Intermediate Level Education; Senior Service College is
preferred.
 Shall complete Defense Acquisition University online courses CLR 101
Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first two weeks of employment.
81
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-43 Cyberspace Operations Requirements Developer


Experience:
 A minimum of three (3) years’ experience in at least one of the following two
areas: (1) as an action officer in the defense acquisition community; or (2) as
an action officer in a capability development position
 A minimum of three (3) years’ experience with requirements and capability
development documentation and approval processes
 (Optional – preferred) A minimum of three (3) years’ experience in Cyberspace
Operations
Education: Undergraduate degree in Computer Science, Information Systems
Management, Networking, Telecommunications Management, or related
technical field from an accredited college or university. Additional experience
may be accepted in lieu of degree as determined by the COR.
Proficiencies:
 Knowledge of JCIDS
 Knowledge of Joint and service Cyberspace Operations organizations and
their functions
 Knowledge of Cyberspace Operations related Army/Joint Doctrine and policies
 Ability to edit documents for correct grammar and format
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications:
 Military Service Intermediate Level Education or civilian equivalent; Senior
Service College or civilian equivalent is optional but preferred.
 Will complete Defense Acquisition University online courses CLR 101
Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first two weeks of employment.
Security: Obtain and maintain a Top Secret security clearance with SCI
eligibility.

A-44 Electromagnetic Spectrum Operations (EMSO) Requirements


Developer
Experience:
 A minimum of three (3) years’ experience in at least one of the following three
areas: (1) as an action officer in the defense acquisition community; (2) as an
action officer in a capability development position; or as an action officer at the
Service headquarters-level.
 A minimum of three (3) years’ experience with requirements and capability
development documentation and approval processes
 (Optional – preferred) A minimum of three (3) years’ experience in EMSO

82
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
Education: Undergraduate degree with a preference for major in Electrical
Engineering, Physics, Engineering, Telecommunications Management, or related
technical field from an accredited college or university. Additional experience
may be accepted in lieu of degree as determined by the COR.
Proficiencies:
 Knowledge of JCIDS
 Knowledge of Joint and service EMSO organizations and their functions
 Knowledge of EMSO related Army/Joint Doctrine and policies
 Ability to edit documents for correct grammar and format
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications:
 Military Service Intermediate Level Education or civilian equivalent; Senior
Service College or civilian equivalent is optional but preferred.
 Will complete Defense Acquisition University online courses CLR 101
Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first two weeks of employment.
Security: Obtain and maintain a Top Secret security clearance with SCI
eligibility.

A-45 Electromagnetic Spectrum Operations (EMSO) Requirement


Developer (Junior):
Experience:
 Experience in at least one of the following three areas: (1) as an electronic
warfare or spectrum management staff position at corps or below; or (2) as an
action officer in the defense acquisition community; or (3) as an action officer
in a capability development position
 Three or more years’ experience in electronic warfare or spectrum
management in tactical organizations
 One year experience in requirements and capability development,
documentation, and approval processes
Education: Associate degree with a preference for a major in Electrical
Engineering, any engineering, physics, Telecommunications Management, or
related technical field from an accredited college or university. Additional
experience may be accepted in lieu of degree as determined by the COR.
Proficiencies:
 Knowledge of JCIDS
 Knowledge of Joint and service EMSO organizations and their functions
 Knowledge of EMSO related Army/Joint Doctrine and policies
 Ability to edit documents for correct grammar and format
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications:
 Former military primary occupation in electronic warfare or spectrum
management, or civilian equivalent.

83
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
 Will complete Defense Acquisition University online courses CLR 101
Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first two weeks of employment.
Security: Obtain and maintain a Top Secret security clearance with SCI
eligibility.

A-46 Electromagnetic Spectrum Operations (EMSO) Requirements


Developer (Operations Support)
Experience:
 Experience in at least one of the following three areas: (1) as an administrative
center supervisor; (2) as an adjutant officer at battalion or above; or (3) as an
action officer in a capability development position, responsible for coordinating
and facilitating office meetings, teleconferences, VTCs, and similar events
 Experience editing documents for grammar, format, clarity, clarity, and logical
information content.
 Experience in knowledge management
 Experience in physical security policy and procedures
Education: Undergraduate degree with a preference for a major in Electrical
Engineering, any engineering, physics, Telecommunications Management, or
related technical field from an accredited college or university. Additional
experience may be accepted in lieu of degree as determined by the COR.
Proficiencies:
 Knowledge of JCIDS
 Knowledge of Joint and service EMSO organizations and their functions
 Knowledge of EMSO related Army/Joint Doctrine and policies
 Knowledge management technology and processes
 Knowledge of physical security policy and procedures
 Ability to edit documents for correct grammar and format
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications:
 Military Service Intermediate Level Education or civilian equivalent.
 Will complete Defense Acquisition University online courses CLR 101
Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first two weeks of employment.
Security: Obtain and maintain a Top Secret security clearance with SCI
eligibility.

A-47 Information Related Capabilities Requirement Developer


Experience:
 A minimum of three (3) years’ experience in at least one of the following two
areas: (1) as an action officer in the defense acquisition community; or (2) as
an action officer in a capability development position
 A minimum of three (3) years’ experience with requirements and capability
development documentation and approval processes

84
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
 A minimum of three (3) years’ experience in Information Operations,
Psychological Operations/Military Information Support Operations (MISO),
Civil Affairs, Public Affairs, and Military Deception, and/or Operations Security.
Education: Undergraduate degree from an accredited college or university.
Additional experience may be accepted in lieu of degree as determined by the
COR.
Proficiencies:
 Knowledge of JCIDS
 Knowledge of Joint and service Information Operations, Psychological
Operations/Military Information Support Operations (MISO), Civil Affairs,
Public Affairs, and Military Deception, and/or Operations Security
organizations, functions, doctrine, and policies.
 Ability to edit documents for correct grammar and format
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications:
 Military Service Intermediate Level Education or civilian equivalent; Senior
Service College or civilian equivalent is optional but preferred.
 Will complete Defense Acquisition University online courses CLR 101
Introduction to JCIDS, and RQM 110 Core Concepts for Requirements
Management within the first two weeks of employment.
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-48 Operations Research and Systems Analyst


Experience: A minimum of three (3) years’ experience as an Operations
Research/Systems Analyst (preferred as Army Functional Area 49)
Education: Graduate degree in mathematics, operations research, statistics,
computer science, management science, physics, or related technical field from
an accredited college or university. Undergraduate degree may be accepted as
determined by the COR.
Proficiencies:
 Skill in applying and documenting the results of advanced decision-support
techniques from mathematics, science, and engineering.
 Ability to use sophisticated computer software, such as databases and
statistical and modeling packages, to analyze and solve problems.
 Knowledge of Army and Joint Signal, Cyberspace Operations, Electronic
Warfare, and Information Environment Operations.
Qualifications: N/A
Security: Obtain and maintain a Secret security clearance.

A-49 Capability Cost Analyst

85
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
Experience: A minimum of three (3) years’ experience in at least one of the
following two areas: (1) as an action officer in the defense acquisition community;
or (2) as an action officer in a capability development position
Education: Undergraduate degree from an accredited college or university.
Additional experience may be accepted in lieu of degree as determined by the
COR.
Proficiencies:
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
 Knowledge of procedures for determining, recording, and reporting
measurements of the capability and program costs in the aggregate and in
detail.
 Knowledge of Cost – Benefit Analysis processes and deliverables
 Extensive Knowledge of Defense Acquisition System and DoD Instruction
5000.02, “Operation of the Defense Acquisition System”
 Extensive Knowledge of Chairman of the Joint Chiefs of Staff Instruction
(CJCSI) 3170.01H, “Operation of the Joint Capabilities Integration and
Development System”
Qualifications: N/A
Security: Obtain and maintain a Secret security clearance.

A-50 Modeling and Simulation Analyst


Experience:
 Must have experience with model ready data to support M&S of tactical and
communications networks, cyber and EW requirements.
 Must have experience and understanding of Army force structure and force
modernization efforts.
 Must have hands-on experience with tactical communications networks
Education: Undergraduate degree with minimum of 30 semester hours in a
combination of mathematics, statistics, and computer science with at least 4
years’ experience directly supervising and managing information technology
projects.
Proficiencies: Knowledge in computer automation software (have a working
knowledge of Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook
Calendars, etc.). Possess advanced writing and presentation speaking skills.
Qualifications: N/A
Security: Obtain and maintain a Top Secret security clearance with SCI
eligibility.

A-51 Communications Analyst


Experience: A minimum of five (5) years’ experience in operational Signal
planning, implementation, and configuration (Signal Branch/Military Occupation
Specialty or Commercial Equivalent). Shall have experience in installation,
operation, troubleshooting, maintenance and upgrades required to the RHN-E
satellite enclave hardware, to include satellite servers, modems and facility
antennas. Be knowledgeable and have a minimum of 10 years experience in the
86
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
following areas: Providing power balancing on RHN-E TDMA and FDMA
networks; Configuring missions on Network Management System for TDMA
network access; Frequency management and operations of MRT/Network
control; COMSEC key management; Linkway network implementation by
programming Network Control Console (NCC) and servers for satellite networks;
Spacecraft acquisition, peak and pole antenna and controllers; Bandwidth
Management to include an in depth knowledge of modems, data and symbol
rates, link budgets, and satellite payload planning, with the ability to formulate
future bandwidth resource requirements.
Education: Undergraduate degree in an information technology related field or
equivalent job experience.
Proficiencies:
 Demonstrated ability to plan, conduct, and execute Signal Operations.
 Demonstrated knowledge of networking technologies.
 Demonstrated knowledge and understanding of performing communications
network engineering, integration and operations including planning,
coordinating, or evaluating actions required to support a specified mission,
weapons system, or other designated program.
Qualifications: N/A
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-52 Cyberspace Operations Analyst


Experience: A minimum of five (5) years’ prior military experience and/or
significant civilian occupational experience in Cyberspace Operations (Defensive
Cyberspace Operations, Offensive Cyberspace Operations, or Cyberspace
Situational Awareness).
Education: Undergraduate degree in Computer Science or Computer
Engineering from an accredited institution. Coursework shall include computer
programming (e.g., Fundamentals of Programming, Computer Forensics) and
coding (e.g., C, C++, Python, Java). Equivalent job experience may be
considered.
Proficiencies: Knowledge of Cyberspace Warfare including, but not exclusively,
computer programming, software design, cyber security (defensive or offensive),
and cyber forensics.
Qualifications: Desired Certifications: CISSP, Global Industrial Cyber Security
Professional (GICSP), GIAC Enterprise Defender (GCED), GIAC Information
Security Professional (GISP).
Security: Obtain and maintain a Top Secret security clearance with SCI
eligibility.

A-53 Electromagnetic Spectrum Operations Analyst


Experience: A minimum of five (5) years’ experience in operational EW,
Spectrum Management Operations, and Signals Intelligence planning,
87
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
implementation, and configuration (Military Occupation Specialties MOS
17E,25E, and 35G. or Equivalent).
Education: Undergraduate degree in Engineering, Physics, or equivalent job
experience.
Proficiencies:
 Demonstrated ability to plan, conduct, and execute EW/SMO/SIGINT including
the use of electromagnetic energy to determine, exploit, reduce, and prevent
hostile use of the electromagnetic spectrum.
 Demonstrated knowledge of the Electromagnetic Spectrum.
Qualifications: Must possess Military or Commercial EW/SMO/SIGINT
qualification upon task order start.
Security: Obtain and maintain a Top Secret security clearance with SCI
eligibility.

A-54 Information Related Capabilities Analyst


Experience: A minimum of five (5) years’ experience in planning, integrating,
coordinating, and synchronizing Information Operations, Psychological
Operations/Military Information Support Operations (MISO), Civil Affairs, Public
Affairs, Military Deception, and Operations Security.
Education: Undergraduate degree or equivalent job experience.
Proficiencies:
 Knowledge of Joint and service Information Operations, Psychological
Operations/Military Information Support Operations (MISO), Civil Affairs,
Public Affairs, and Military Deception, and Operations Security organizations
and their functions, policies, and related military occupational specialties and
associated knowledge, skills, and abilities.
 Ability to edit documents for correct grammar and format.
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
Qualifications: N/A
Security: Obtain and maintain a Secret security clearance. Anticipate specified
contractors shall require Top Secret Security Clearance with Sensitive
Compartmented Information (SCI) eligibility based on program requirements
defined in specific Task Orders.

A-55 Data Analyst


Experience: A minimum of five (5) years’ experience in data management,
analytics, and visualization.
Education: Undergraduate degree from an accredited university in automated
data management.
Proficiencies:
 Demonstrated ability to perform advanced data analytics.
 Knowledge of data science concepts, principles, and industry best practices.
Qualifications: N/A.
Security: Obtain and maintain a Top Secret security clearance with SCI
eligibility.
88
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
A-56 Capability Integrator
Experience: A minimum of three (3) years’ experience as an action officer in
developing, integrating, and submitting requirements documents IAW the Joint
Capabilities Integration and Development System, Defense Acquisition System,
and force management processes.
Education: Undergraduate degree or equivalent job experience.
Proficiencies:
 Ability to analyze joint and Army cyberspace, Signal, EW, and information
concepts to determine associated required capabilities.
 Knowledge of wargaming, experimentation, and concepts to develop and
integrate requirements from a comprehensive perspective of DOTMLPF.
 Skill to coordinate with other CDIDs and CoEs to execute the CoE functions of
delivering current warfighting requirements, identifying future capabilities,
integrating DOTMLPF domains, and presenting recommendations.
 Determine and integrate force requirements and synchronize the development
of DOTMLPF solutions. Capture this information in capability mapping or
strategic frameworks.
 Ability to analyze, design, and assess cyberspace, Signal, EW, and other
information capability requirements , concepts, and resources to merge, de-
conflict, and synchronize functional, organizational, and DOTMLPF capability
requirements and solutions.
 Ability to participate in associated working/focus group meetings and in
progress reviews.
 Ability to research, manage, analyze, and document requirements for doctrine,
organizations, training, leader development and education, materiel,
personnel, facilities and policy implications.
 Ability to edit documents for correct grammar and format
 Knowledge in computer automation software (have a working knowledge of
Word, PowerPoint, Excel, Spreadsheets, Outlook, Outlook Calendars, etc.)
 Extensive Knowledge of Defense Acquisition System and DoD Instruction
5000.02, “Operation of the Defense Acquisition System”
 Extensive Knowledge of Chairman of the Joint Chiefs of Staff Instruction
(CJCSI) 3170.01H, “Operation of the Joint Capabilities Integration and
Development System”
 Knowledge of Doctrine Development, Force Design, Materiel Development,
Basis of Issue, Sustainment, Training/Leader Education, Personnel/Branch
Proponent, and Force Modernization Proponent processes.
Qualifications: N/A
Security: Obtain and maintain a Secret security clearance.

A-57 Force Design Developer


Experience: A minimum of three (3) years’ experience developing organizational
and force structure requirements.
Education: Undergraduate degree or equivalent job experience.
Proficiencies:
89
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)
 Knowledge of Army and Joint Signal, Cyberspace Operations, Electronic
Warfare organizations.
 Knowledge of Total Army Analysis (TAA) and force design update (FDU)
processes.
 Ability to design and integrate unit designs, force structure, and TOE
documentation actions to include the development of Rules of Allocation for
TOEs.
 Ability to identify organizational and force structure solutions to resolve or
mitigate gaps.
Qualifications: N/A
Security: Obtain and maintain a Secret security clearance.

A-58 Threat and Operational Environment Analyst


Experience: A minimum of three (3) years’ experience conducting intelligence
and threat support activities.
Education: Undergraduate degree or equivalent job experience.
Proficiencies:
 Ability to conduct research resulting in various reports and alerts.
 Ability to develop targeted intelligence products such as forecasts and
capabilities assessments for weapon system or technology studies.
 Knowledge of Army and Joint Signal/Network, Cyberspace Operations,
Electronic Warfare capabilities, Operations in the Information Environment.
 Knowledge of Validated Online Lifecycle Threat (VOLT) reporting processes
and products
 Ability to collaborate throughout the Intelligence Community and customer
activities to devise methods for exchange, verification, and integration of
technical data.
Qualifications: N/A
Security: Obtain and maintain a Top Secret security clearance with SCI
eligibility.

90
PROCUREMENT SENSITIVE INFORMATION – NOT FOR PUBLIC
RELEASE SAFEGUARD IAW FAR 3.104 (PROCUREMENT INTEGRITY ACT)

You might also like