ࡱ> K M 4 5 6 7 8 9 : ; < = > ? @ A B C D E F G H I J   bjbjVV <<VwPP8%۹4C+DLwDwDwDFG4GZ\\\\\\\F^F\wDwDq.MMMtwDwDZMZMM ~ VwDYz8Z1@ZF<۹ 6 WqWVVxWδxGd|MydjSGGG\\SGGG۹WGGGGGGGGGP Y:  STATEMENT OF OBJECTIVES (SOO) FOR SUPPLY MANAGEMENT SUPPORT for Director, Supply Management Center (SMC) FFP Task Area 1 I. PURPOSE: The purpose of this SOO is to obtain contractor support with the knowledge, skills and abilities for the development of ongoing strategic planning and analysis and executive planning development and support, which supports both the strategic missions of SMC and as described in paragraph V of this SOO. II. BACKGROUND: The SMC as the Supply Chain Element Center Of Excellence for the Marine Corps Logistics Command performs a variety of functions/tasks to provide supply chain management for the Marine Corps. With the evolution of Performance Based Logistics, and the Commanders direction to continually analyze and update Logistics Systems, the SMC embarked on an enterprise wide modernization of Logistics Operations processes and support methodologies. Coupled with the increased scope and range of current operations due to extended overseas contingency commitments, the SMC has requirements that are exceeding the capabilities of the current work force. The SMC executes Enterprise Wide Management for Requirements Planning (Depot Maintenance; Repairable Issue Point Recomputation; Fleet Coordination, Program Manager Coordination); Radiological Controls (Permits; Regulatory Assistnace; Training; Compliance; Item Accountability); Distribution Planning (Initial Allocation; Asset Stratification; SGEWG Focal Point; EA MAP/FIS); Supplier Management (Customer Support; CLS Integration; Performance & Improvement; PBAs; Diminishing Manufacturing Sources and Materiel Shortages); and Inventory Management (Order Management; Returns management; Inventory levels; Stock Positioning; Asset Visibility, Provisioning Support). Key functions of the SMC are Wholesale Principal End Item & Secondary Items Management, Centralized Secondary Reparable Management, Repairable Issue Point Management Support, Garrison Supply Oversight, Supplier Management, Marine Corps Radiological Control Office, ERDTS AND Warranty Administration. III. SCOPE: This SOO describes the requirements, level of effort, services and expected outcomes for the contractor to provide qualified personnel for successful completion of endeavors identified in need of support for across the Supply Management Center (SMC) and Marine Corps Logistics Command (LOGCOM) enterprise. This SOO covers support that will enhance/augment SMC by providing overarching integrated support in the areas of logistical supply operations, logistics programmatic functions, and administrative support functions. IV. PERIOD AND PLACE OF PERFORMANCE: 1. The Government will award a Firm Fixed Price (FFP) Contract with 1 Base Year and 4 Option Years. The period of performance is the date of award for 12 continuous months for the Base and each Option Year. Award terms for Option Years will be contingent upon how successful the contractor is in meeting the mission essential performance requirements for this effort. 2. The location for these efforts is Marine Corps Logistics Base, Albany, GA. V. PROGRAM OUTCOMES and OBJECTIVES: Outcomes Strategic Program Management Support: The contractor shall provide the qualified personnel necessary to provide Supply Chain Operational Planning development and Analysis, program coordination and implementation of procedures in the accomplishment of this requirement to include any necessary support personnel on-site or off-site. In addition, the contractor is responsible for all management and administrative tasks associated with executing this Task Order. Strategic Program Analysis: The contractor shall be responsible to strategize with the Supply Management Center leadership and staff to plan, develop and implement logistics and sustainment concepts and strategies in support of strategic business initiatives including support of the development of Program Support Strategies, Performance Based Agreements and Business Case Analyses for supply chain operations implementation of Performance Based Logistics. Logistic Strategies and Operations Establish an analytical framework for assessing future logistics operational strategies and support requirements, collaborating on the selection of suitable support strategies and validating industry capabilities. The decision support framework will consider the current program baseline, associated cost and technical considerations, risks and emerging requirements that support identification of a preferred alternative/optimum Courses Of Action (COA) selection. Contractor personnel shall be knowledgeable of the various Service unique logistics systems and their interface with current DoD logistics systems within total life cycle management philosophy. Performance Objectives To provide the desired outcomes of this SOO, the contractor shall meet the following performance objectives in support of the SMC. Strategic Program Management Support Develop operational level plans in support of strategic enterprise wide initiatives. Evaluate and recommend improvements of command performance based operations. . Evaluate and provide a phased support approach for Supply Chain Management Center to achieve an architecture and business process that supports the organization. Deliver an Executive Level framework of the current platform from which business and resource management decisions are supported by common picture and enterprise wide real time data. Provide consultation and advice on complex issues requiring research and study to recommend changes to management; alternatives must be in the form of Courses of Actions (COAs) that may require presentation to General Officer level and Service specific or Joint Service agencies for decision. 6. Perform Program Coordination and Implementation. 7. Assist in managing projects, develop sustainment strategies, conduct milestone planning and tracking. 8. Provide administrative support personnel to coordinate meetings, prepare presentation materials, draft minutes and action items. 9. Assist in development of roadmaps, plans and technical briefing materials in both hard copy and soft copy format. Strategic Program Analysis: Conduct Business Case Analysis. Perform Life Cycle Cost Estimating and Analysis. Develop Sustainment Support Strategies. Draft Agreements with Organic Support providers. Draft Performance Based Agreements. Assist in development of Configuration Management Planning. Assist in development of Provisioning Management Support. Conduct Liaison support. Logistics Operations Strategies: Map and evaluate supply processes. Develop analytical framework for assessing future operational support requirements. Collaborate on the selection of suitable support strategies. Plan and coordinate with project officers on fielding plans for maintenance and proper care of equipment. Track shipping of new equipment during fielding and evaluation processes. Coordinate with supporting agencies on future sustainment requirements. VI. TRANSITION: The Contractor shall begin the phase-in efforts immediately after contract award. The Contractor shall submit a Transition Plan as part of their proposal. In this plan, the Contractor shall specify how it will phase in seamless Personnel Staffing and Support so that no delay or down time is experienced and perform Phase out at Task completion. In the plan, the Contractor shall include adequate time to hire appropriate personnel, conduct inventories, assume equipment control, issue subcontracts, etc after Task Order award. The Government will provide familiarization training of various Government organizations to the contractor should the Government determine that such familiarization training is necessary. As a minimum, the contractor shall familiarize its supervisors, key personnel and staff with existing equipment, reporting, work scheduling and procedures. During the phase-in period, the contractor shall be responsible for finalizing all employee clearance requirements. The contractor shall complete the necessary steps for assumption of the operation during the phase-in period and shall meet all requirements as specified in the SOO with the beginning of full performance. 2. To ensure a smooth phase-out to the next service provider in the event no Option year is exercised or a new contractor is selected at contract recompete, and to prevent possible decreases in productivity or service quality, the contractor shall provide a 60 calendar day phase- in period prior to Contract conclusion date. During this period, the contractor shall make available to key incoming contractor personnel, representatives of the incumbent contractor who are versed in the established operation of the functions to be performed. This service shall be made available to explain procedures for conducting Government business show the next contractor various work sites, introduce the contractor to customer representatives, etc. During this period, the incumbent contractor shall provide required training pertaining to the current status and pending transactions and conduct material, equipment, and tools transfers. Inventories shall be conducted jointly with the Government representatives and representatives of the incoming contractor. VII. CONSTRAINTS: 1. Data Management: a. The goal of the Government is to minimize the delivery of data in Government format and hardcopy and to maximize the use of a contractor-maintained electronic data library with data required to support requesting activities in an acceptable format e.g. Microsoft Office Programs. This data will reside on government servers and will be viewed as work for hire and the government will take possession at the conclusion of the effort. 2. Acronyms and Definitions: a. The contractor shall obtain Acronym Descriptions and Definitions from the following website. For any unique term or acronym in this document not found at the site, the government will provide the definition or description upon request.  HYPERLINK "http://www.dtic.mil/doctrine/dod_dictionary/" http://www.dtic.mil/doctrine/dod_dictionary/ 3. Travel: a. Travel will be required to support this effort. All requests for Travel will be preapproved by the government. Travel reimbursements will be in accordance with the Joint Federal Travel regulations. Trip report submission shall be in accordance with paragraph X 1.36 of this SOO. VIII. DELIVERABLES: DeliverableDue DateMedium & FormatNumber Of Copies IX. Performance Metrics: ObjectivesStandardAQLMonitoring MethodDevelop operational level plans in support of strategic enterprise wide initiatives. Conduct Business Case Analyses. Perform Life Cycle Cost Estimates Conduct Business process analysis and provide advice on establishing an analytical framework for future operations. Develop Performance Based Support Agreements. Perform Process Mapping. Provide various briefings, reports, analyses and planning documents. Provide support for meetings, briefs and IPRs and video/teleconferences.Plans will conform to Marine Corps Planning doctrine in format and substance. Meets the parameters established for the level of analysis required and government timelines. Meets acceptable government requirements for Life Cycle Cost Estimating. All business processes analyzed for effectiveness and results delivered with recommendations meeting government timelines. Agreements developed in accordance with PBL and Acquisition Directives and in timelines. Accurate depiction of work processes with no additions or clarifications. Comply with government provided formats, content requirements and timelines. Schedule and prepare adequate facilities and provide accurate minutes, outcomes and action items.  90% of plans accepted first submission after draft review and comments by government. 90% of first drafts by timeline with 100 % compliance with parameters. 100% of finals meet timeline after first government review. Meets 100% of government requirements for Life Cycle Cost Estimates. Brief with oral presentation and COAs within timelines Final document approved for acceptance after no more than 2 government reviews 100% accuracy of all processes mapped. 95% percent of documents in timelines, 100% format accuracy. 100% support when given adequate notice.Full plan review. Document review Document review Information analysis Document review Compare with daily performance of process. Document review Random sample of meetings. X. Additional Contractor Requirements: 1.0 Personnel. The contractor shall provide necessary personnel to maintain performance standards and accomplish required services within specified time frames. Contractor personnel shall be legal residents of the United States. The Government reserves the right to request and review documentation (e.g., certificates, training records, work records) certifying the personnel filling positions. The Government reserves the right to refuse to permit any contractor employee to perform services under this SOO. Key Personnel. The contractor shall identify the Program Manager and all key personnel in the proposal. The Contractor shall assign Key Personnel whose names were identified in the quote and who are integral to the performance of the task requirements. The contractor shall assign Key Personnel as a primary point of contact between the customer and the COR. The contractor shall represent/acknowledge that all personnel assigned to this contract are capable of working independently and with demonstrated knowledge, skills and expertise in their respective functional areas, which are necessary to perform all assigned duties. If the contractor personnel do not possess the expertise necessary to perform the tasks required under this SOO, then the contractor shall be responsible for appropriate training and/or replacing the personnel. 1.2 Substitution of Key Personnel. The Contractor shall not substitute Key Personnel during the first ninety (90) days of the task performance period unless the substitutions are unavoidable because of the incumbent's sudden illness, death or termination of employment; contractor shall promptly notify the COR. After the initial 90-day period, the contractor shall submit to the COR all proposed substitutions at least 30 days in advance. All requests for approval of substitutions hereunder must be in writing and provide a detailed explanation of the circumstances necessitating the proposed substitution(s). Request must contain a complete resume for the proposed substitute, who shall have at least equal ability and qualifications, and any other information requested by the Contracting Officer to approve or disapprove the proposed substitution. The Contracting Officer and COR will evaluate such requests and promptly notify the contactor of approval or disapproval thereof, in writing. 1.3 Other than Key Personnel. Vacant positions for other than key personnel shall be made within 20 calendar days from date of vacancy. The contractor shall notify the COR and customer when a vacancy has occurred within five work days. 1.4 Independent Government Estimate (Labor). Attachment A contains positions by location for which the government estimates the contractor will be required to provide support. The number of estimated annual hours and the year of the contract the hours will be required is indicated. Employee Requirements. All contractor employees shall be literate in the English language to the extent of being able to read and understand all Work Processes, Orders, Regulations, safety, health, and security regulations and traffic signs posted on Government property. English shall be used for all correspondence, deliverables, and presentations. In addition, each contractor employee shall be able to read and understand the following: 1. Any regulations, directives, or policies that a person must know in order to accomplish required services. 1.6 Standards of Conduct. The contractor shall maintain satisfactory standards of employee competency and conduct, and for taking disciplinary actions against his employees as necessary. The contractor shall remove from the job site any contractor employee found under the influence of alcohol, illegal drugs, or any other incapacitating agent during the tour of duty. The contractor shall remove any employee whose conduct or appearance debase or discredit the government. The government reserves the right to require removal from the job site of any contractor employee who endangers persons or property, whose continued employment is inconsistent with the interests of military security, or whose presence deters the accomplishment of required services. In such cases, the Contracting Officer or COR will advise the contractor of the reason for requesting an employee's removal, or withdrawal of his authorization to enter the installation. The Governments exercise of its right to grant and revoke access by particular individual(s) to its facilities will not constitute a breach or change regardless of whether said individual(s) is thereby precluded from performing work. 1.7 Appearance of Personnel. Personnel in administrative areas and personnel whose duties involve them in briefings and instructional projects on and off the government installations, must be clean, well groomed, and wear appropriate attire. Other contractor personnel shall wear appropriate attire commensurate with their positions and safety requirements. The Government has the final approval on requests for special clothing needs and wearing of such. If the contractor deems it necessary for uniforms, the contractor shall coordinate with the government on the design and color of these uniforms prior to implementation. 1.8 OFF-Duty Government Personnel. The contractor shall not hire off-duty Contracting Officer Representative (COR) personnel nor any other person whose employment would, or appear to, result in a conflict of interest. The contractor is cautioned that off-duty active military personnel hired may be subject to permanent change of station, change in duty hours, or deployment. Military Reservists and National Guard members employed by the contractor may be called to active duty and their absence shall not constitute an excuse for not performing the requirements. 1.9 Fraud, Waste, and Abuse. The contractor shall maintain proper conduct and good discipline with government provided equipment, materials and in the work areas. Contractor personnel shall be alert to suspected situations of fraud, waste, and abuse against the Government that are observed during the execution of this effort. The contractor shall take corrective action within his area and immediately report these situations to the COR. 1.10 Smoking. Contractor personnel shall comply with all DOD and local regulatory requirements, which establish uniform policies governing smoking in and around Government owned buildings. 1.11 Performance. The contractor shall meet performance standards listed in this SOO. The only deviation to required work efforts allowed will be for GFE/GFM or GFI not available to permit contractor employees to conduct the efforts established by the standards in this SOO. In those cases where a deviation is required the COR will be notified. 1.12 Quality Control Program. The contractor shall establish and maintain a Quality Control Program (QCP) to ensure the requirements of this effort are provided as specified. The contractors shall submit to the government their quality processes in the form of a Quality Control Plan This plan shall be submitted to the Contracting Officer for review as part of the Task Order Management Plan and acceptance or rejection and further modification with the Proposal and the Final submission NLT 15 days after contract award date. The Contracting Officer will notify the contractor of acceptance or required modifications to the plan and any adjustment allowed to the performance date. The contractor shall make appropriate modifications (at no additional costs to the Government) and obtain acceptance of the plan by the Contracting Officer. The contractor shall appoint a Quality Control representative that is knowledgeable of the necessary requirements of this program. Updates to the plan to assure compliance to the SOO requirements are the responsibility of the contractor as part of normal preventive and corrective actions. The plan shall include, but not be limited to, the following: Be structured to assure the individual responsible for Quality Control (QC) is authorized by the organization to take actions described. Contain procedures for written and verbal communication with the Government regarding performance of the contract Contain clear, measurable, and acceptable levels of performance Contain procedures for preventing defects and deficiencies, early detection of problems, and handling corrective actions without dependence upon Government intervention Contain surveillance procedures for each service to be monitored. These procedures shall identify the list of items under surveillance, who will perform the surveillance, the frequency and method of surveillance, and procedures for correction of deficiencies. Include a system to investigate and resolve customer complaints forwarded by the Government. The investigation results shall be documented and forwarded to the Government to include immediate corrective actions to prevent future complaints. Provide a record of all contractor QC checks and corrective actions. These files shall be maintained by the contractor and shall be available upon request to the COR during the performance period. 1.13 Contracting Officers Representative (COR). The COR is a representative of and appointed by the Contracting Officer and will participate in the oversight of this contract, except where exemptions have been approved by the Contracting Officer. Subsequent to the contract award, the identity of the COR with a brief resume of their duties and authority will be furnished to the successful bidder. Any matter alleging a change to the scope, prices, terms, or conditions of this contract shall be referred to the Contracting Officer and not to the COR. The COR will represent the Contracting Officer in the technical phases of the work, but will not be authorized to change any of the terms and conditions. The COR will act in a liaison capacity to coordinate activities between the Contracting Officer and supported activity as required in the performance of work. 1.14 Quality Assurance. According to the Inspection of Services clause, the Government will evaluate the contractors performance. The Evaluator (normally the COR) will follow the methods of surveillance and document surveillance observations as specified in the Performance Standards Metrics through a government developed Quality Assurance Surveillance Plan (QASP). When an observation indicates defective performance, the Evaluator will require the Program Manager or designated on-site contractor representative to initial the observation to acknowledge the deficiency. The acknowledgement of the observation does not necessarily constitute contractor concurrence with the observation, only that the contractor has been made aware of the defective performance. Government surveillance of tasks not listed in the Performance Standards Metrics or by methods other than listed in the Metrics (such as provided for by the Quality Assurance Surveillance Plan (QASP) may occur during the performance period of this contract. Such surveillance will be done according to the QASP. Any action taken by the Contracting Officer as a result of surveillance will be according to the terms of this contract. 1.15 Performance Evaluation Meetings. The contractor Program Manager may be required to meet at least weekly with the COR during the first month of the performance period. Meetings will be as often as necessary thereafter as determined by the COR. However, if the contractor PM requests, a meeting will be held whenever a Contract Discrepancy Report (CDR) is issued. The written minutes of all performance evaluation meetings will be prepared by the Government and shall be signed by the Program Manager and COR, and provided to the Contracting Officer. Should the contractor non-concur with the minutes the contractor shall so state any areas of non-concurrence in writing to the Contracting Officer within 7 workdays of receipt of the signed minutes. The minutes will be included in the contract file. 1.16 Security. A Facility Security Clearance is not required for performance under this SOO as noted in Section H of the Solicitation. The Contractor shall comply with installation and other applicable security requirements. Certain individuals performing specific duties may require Security clearances or favorable background checks before being assigned these duties. The government will identify these positions to the contractor at contract award. The Contractors personnel and property shall be subject to search and seizure at any time while on government installations. This includes entering, leaving, and being present within the installation boundaries. 1.17 Common Access Card / Contractor Identification Badges. The Contractor shall ensure that each contractor employee acquire a Government identification badge or Common Access Card (CAC) as determined by the and in accordance with (IAW) host government installation procedures. This process will be expedited by guidance provided by the COR and as provided below. Contractor employee CAC/Contactor Identification badges must be displayed at all times IAW MARCORLOGCOM Policy Statement 1-09. a. Common Access Card Instructions. The work performed under this contract may require contractor employees to have access to a Department of Defense (DoD) computer system. In order to gain access, contractor personnel will be required to complete a background check through the Provost Marshalls Office (PMO) as the Base/Post where work will be performed. The PMO office will send an email to the appropriate designated Trusted Agent (TA). The TA will provide the contractor with a DD 1172 Application for Uniformed Services Identification Card DEERS Enrollment. Once the form is completed and approved, the TA will enter the information into the Contractor Verification System (CVS). The CVS will create a profile for the contractor employee. Once the background check is completed, PMO will send an email to the TA, the contractor employee, and Pass and ID. Upon receipt of the PMO email, Pass and ID will email instructions to the contractor employee to report to them in order to receive the authorized Common Access Card (CAC). Login to the computer system will be accomplished only with the CAC. The processes described above apply specifically to MCLB, Albany, GA. Other host government facilities may have different or additional requirements, however, the contractor shall comply with those requirements. 1.18 Physical Security. The contractor shall safeguard all Government property. At the close of each work period or shift, facilities and equipment shall be secured IAW Government Host Facility instructions. 1.19 Restricted Areas. The contractor shall comply with restricted area procedures and instructions. Contractor personnel working in restricted areas may be required to sign in and out, and state the nature of business at the entrance point. Work in restricted areas after normal duty hours shall be coordinated with the respective Restricted Area Security Officer through the COR. 1.20 Government Office Areas. Government and Contractor personnel will be working in work areas simultaneously during normal working hours. The contractor shall cooperate with the personnel in the immediate area where any service or maintenance work is being performed. Work performed after normal duty hours shall be coordinated with the COR. 1.21 Key Control. The COR is responsible for issuing keys to the contractor. The contractor shall establish a key control system to ensure that none of the keys issued to contractor personnel are lost, misplaced, or used by unauthorized persons. The contractor shall not duplicate Government keys. 1.22 Visitors and Inspectors. The contractor shall verbally notify the COR of all official visitors or inspectors prior to their being granted access to Government facilities on the host installation. The COR will inform the contractor if access is to be granted. After each visit or inspection, the contractor shall report in writing to the COR giving the names of the visitors and the purpose of their visit. All recommendations and required actions from Government inspections will be documented by the inspecting agency and delivered to the COR for resolution. 1.23 Removal of Government Furnished Equipment. In no case, without prior approval of the COR, will any Government furnished equipment be removed from any government facility or installation. The Government reserves the right to request an inventory of Government provided equipment items at any time. 1.24 Disclosure of Government Information. Contractor personnel shall comply with security requirements with regard to disclosures of intelligence and proprietary sensitive information. No such information shall be provided by contractor personnel to any outside agency without the prior approval of the COR. Contractor employees will be required to complete a non-Disclosure Form. 1.25 Hours of Operation. With the exception of work required to be accomplished outside regularly scheduled hours, and only after approval by the COR, all work shall be performed during normal working hours of 0730 to 1630 Local Time, Monday through Friday, excluding Federal holidays. The COR will be provided the flexibility to request an adjustment to the work schedule to meet emerging requirements without placing any contractor employee into an overtime situation. This request will be provided to the contractor no less than 24 hours prior to adjustment unless the emerging situation does not allow that level of advance notice. 1.26 Continuity of Services. The Contractor recognizes that the services under this contract are considered vital to the Government and must be continued without interruption and that, upon contract expiration, a successor, either the Government or another contractor, may continue services. The contractor agrees to (1) furnish phase-in training and (2) exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. 1.27 Legal Federal Holidays. Except as otherwise specified, routine work shall not be scheduled on holidays or holidays observed in lieu thereof. See FAR clause 52.0000.4034 Section H, for a listing of Federal holidays to be used for this contract. The basic workweek is Monday through Friday. If a holiday falls on a Saturday, the preceding Friday is the holiday. If a holiday falls on a Sunday, the following Monday is the holiday. 1.28 Installation Closures. When an unforeseen installation closure occurs on a regularly scheduled day of work, the Government shall have the following options: a. Reschedule the work so it is performed the following day unless the following day falls on a weekend. Routine work is not scheduled for Saturday or Sunday. b. Reschedule the work on any day that is mutually satisfactory. 1.29 Government-Furnished Items (material, information, equipment). The contractor shall specifically identify in their proposal the type, amount, and time frames required for any government resources, excluding those listed below. The Government will provide the following for on-site personnel at designated government installations: Office space, warehouses, computers, software, telephones, fax, copiers, printers, LAN access, supplies, small material handling equipment and other items necessary to perform contract duties. The government will also provide all maintenance required to keep these facilities and equipment in proper working order. Standard Operational Procedures, regulations, manuals, texts, briefs and other materials associated with the project and the hardware/software noted. 1.30 Communication Devices. The Contractor shall provide communication devices for official purposes only. For the purpose of this contract, select contractor personnel, shall be required to maintain communications with the office of the SMC at all times. To facilitate this communication, those personnel identified by the SMC (See attachment A) shall be issued by the contractors corporate office either a Blackberry/cell phone combination or cell phone for the time they are employed by the contractor in support of this program. The contractor shall bill the costs of the communication devices and the monthly service charge as an ODC. The contractor shall use all due diligence to obtain the lowest cost service available to meet mission requirements. The contractor shall propose the cost of these devices as part of their proposal. 1.31 Contractor Training. Training of contractor employees assigned to this contract shall be performed at the contractors own expense, with these exceptions: When the Government has given prior approval for training to meet special requirements that are peculiar to the environment and/or operations not specified in the original solicitation Limited contractor employee training may be authorized if the Government changes hardware or software during the performance of this contract, and it is determined to be in the best interest of the Government. In the event that the Government has approved and paid for contractor employee training, reimbursement shall not be authorized for costs associated with re-training replacement individual(s) should the employee(s) terminate from this contract. Costs that are not authorized include, but are not limited to; labor, travel, and any associated re-training expenses. Travel. Travel will be required to fulfill the requirements of this contract. The contractor shall ensure that the requested travel costs will not exceed what has been authorized in the contract. Contractor incurred expenses resulting from Government-directed travel are cost reimbursable but are limited by the Government Joint Travel Regulations (JTR) and must be pre-approved by the government. Travel requests will be submitted to the COR for official approval prior to executing any travel. Travel reports identifying all outcomes and action items shall be provided to the COR within five working days after completing travel. Failure to comply with this requirement may result in rejection of invoices and/or non-payment. The government will provide an estimate of any anticipated travel costs for the contractor to use in their proposal. Travel to OCONUS locations, including those deemed by the U.S. State Department to be hazardous with imminent danger possible may be required. When directed to travel to these locations the contractor shall comply with all established rules and regulations for this travel as specified in the contract. Additionally, contractor personnel performing this type travel shall comply with all MARCORLOGCOM directives as the sponsoring agency. Locations and the duration of travel cannot be established at this time so an estimated travel budget of (See Attachment B) for the entire effort (inclusive of G&A, if applicable) is established. If the contractor determines that required travel will exceed the estimated travel, the contractor shall notify the COR when 75% percent of the estimated allowance has been billed and request additional funding be applied to cover the directed travel costs. 1.34 Other Direct Costs Non- Travel (ODCs). The contractor may be required to obtain supplies, services and/or materials for the performance of this contract. Those supplies, services and/or materials must be incidental to and associated with the overall functions being performed through this contract. The contractor shall abide by the requirements of the FAR in acquiring supplies, services and/or materials, and must maintain files in such a manner that the Contracting Officer could review them upon request to ensure compliance with federal procurement regulations; however, price reasonableness should always be determined prior to selecting a teammate or partner. In addition to the requirements identified above, the contractor shall request in writing in advance and obtain approval from the COR prior to making any ODC purchase. Phase in-Phase out Plan. General. The winning offeror will be required to provide a phase-in/out plan for the Program. This plan will comprehensively detail the process of how turnover between the two contractors will be conducted. Applicability. The Phase-In/Phase-Out Plan shall be limited to 5 pages. Transition Tasks. This part identifies general tasks applicable to the contractor as either the winning offeror (new awardee) or the incumbent. Tasks identified in this part and in the Phase-In/Phase-Out Plan are directive and shall be accomplished in addition to the requirements identified in the PWS. Transition Period. The government will define the contract transition period. This period will be a maximum of 60 days. (a) Transition Goals: The winning offeror will assume responsibility for performance of all tasks required by the PWS within 60 days of contract award. The winning offeror will complete all physical modifications to property and / or facilities within 60 days of contract award. The winning offeror will assume control and accountability of all GFE, GFM, GFI and appropriate facilities from the incumbent as of the date that the government accepts the joint inventory. Phase-In. The winning offeror will: Assign requisite Program Management staff and necessary transition personnel. Assemble and collocate a transition team. Provide enough personnel to ensure continuous support during all transition phases. Provide 100% staffing to fulfill contract requirements within 15 days but no later than 30 days after award of contract. Provide 100% staffing of key personnel to fulfill contract requirements no later than 10 days after award of contract. Ensure personnel are fully qualified to fulfill contract requirements in accordance with written timelines. Assume responsibility from the incumbent in accordance with written deadlines. Phase-Out. The incumbent will: Support operations in accordance with the PWS until control is passed to the winning offeror. Provide all historical records including vendor lists, maintenance records, inventory records, all archived data, all pending requisition data, and any other government owned information. Transfer all Standard Operating Procedures (SOP). Transfer knowledge regarding processes and procedures unique to this contract. Prepare a final closeout report detailed transition activities and concerns for contract closeout. 1.36 TECHNICAL INSTRUCTIONS: Performance of work under this contract may be subject to written or verbal technical instructions signed by the COR specified in the task order solicitation. As used herein, technical instructions are defined to include the following and shall not be construed to be issued in a supervisory capacity: (1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, redirect work emphasis, fill in Details, provide safety alerts and otherwise serve to accomplish the contractual Performance Work Statement. (2) Guidelines to the Contractor which assist in the interpretation of specifications or technical portions of work descriptions or processes. (a) Technical instructions must be within the general scope of work stated in the SOO. Technical instruction may not be used to: (1) Assign additional work under the task order; (2) Direct a change as defined in the "CHANGES" clause in this task order; (3) Increase or decrease the task order price or estimated task order amount (including fee), as applicable, the level of effort, or the time required for contract performance; or (4) Change any of the terms, conditions or specifications of the task order. (2) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the task order or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer through the COR in writing within ten (10) working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by the technical instruction unless and until the Contractor is notified by the Contracting Officer that the technical instruction is within the scope of the task order. XII. List Of Attachments: Independent Government Estimate, Labor by Position and Location Independent Government Estimate, Travel, Other Direct Costs and Training Directives and References ATTACHMENT A Independent Government Estimate, Labor by Position and Location BASE YEAROY-1OY-2OY-3OY-4POSITIONLOCATIONSOO PARAComm DeviceHoursHoursHoursHoursHours SOLICITATION RESPONSE REQUIREMENTS OFFERORS PROPOSALS WILL BE EVALUATED AGAINST THE EQUIRMENTS IN SECTION L USING THE FACTORS AND SUB-FACTORS IN SECTION M OF THE SOLICITATION The placement of estimated hours and/or labor category mix in this SOO simply indicate an historical workload for this type effort and does not indicate the government requires the offer to adhere to these numbers or categories in their proposal. The government encourages the offeror to propose innovative solutions to meet the requirements of this SOO that do not necessarily adhere to the governments estimate of labor hours, labor categories. Where no labor hours or labor categories are indicated, the government encourages the offeror to propose a realistic mix of labor hours and categories that will meet the objectives of this SOO at the best value to the government. ATTACHMENT B Independent Government Estimate, Travel and Other Directs Costs. Travel and ODCs will be bulk funded by the government as a Not To Exceed amount. BASE YEAROY-1OY-2OY-3OY-4POSITIONTotalTotalTotalTotalTotalTravelODCs Attachment C Directives and References Marine Corps Vision & Strategy 2025 Solution Planning Directive for Logistics Modernization DC CDI 3500 C06 dtd Jan 23 2006 Centralized Secondary Reparable Management Proof of Principle CMC Washington DC L LPC (UC) 031333Z Oct 08 Marine Corps-Wide continuation of Coordinated Secondary Reparable Management Naval Msg CMC 2308547 Dec 09 DoD 4140.1R Supply Chain Materiel Management Regulation DoD 5000.01 Defense Acquisition System USMC PBL Guidebook Marine Corps Order 4081.2 PBL . THIS PAGE INTENTIALLY LEFT BLANK STATEMENT OF OBJECTIVES (SOO) FOR WAREHOUSE AND OPERATIONS SERVICES FOR JOINT CBRND TESTING PROGRAM CPFF Supporting Task Area 1 I. PURPOSE: 1. The Joint Director for the Chemical Biological Radiological Nuclear Defense (CBRND) Joint Equipment Assessment Program (JEAP) has a requirement for a Contractor to provide a Warehouse and Operations Support Services to stock, store, prepare, maintain and distribute samples used in Chemical Agent Surety and Physical Properties Production Lot (PLT) and Shelf Life Surveillance Testing on CBRND Individual Protective equipment and other items and equipment as directed. The facility is formally known as the Joint Test Operations Center (JTOC). Attachment A to this SOO contains a list of the items on which these Tests will be performed and of which samples are maintained. II. BACKGROUND: 1. The Director Chemical Biological Radiological Nuclear Defense / Consolidated Storage Division (CBRND/CS) is dual hated as the Director Joint Equipment Assessment Program (JEAP) and as such along with the Joint Program Executive Office Chem.-Bio Defense (JPEO-CBD) have an on-going need for Testing for material life cycle management of assigned Department of Defense (DoD) military CBRND Protective clothing, equipment and systems. In accordance with the current JPEO Charter, Memorandum of Agreement (MOA), Defense Logistics Agency (DLA), Defense Supply Center Philadelphia (DSCP) and each Branch of the Services have all assigned the JEAP located at Marine Corps Logistics Base Albany GA as executive agent for all services shelf life management, surveillance and notification of chemical protective apparel. III. SCOPE: The Contractor shall provide the Facility, Personnel, equipment (transportation and material handling) and materials except as specified as Government Furnished Equipment/Government Furnished Material/Government Furnished Information (GFE/GFM/GFI) (See attachment B Listing of GFE/GFM/GFI) to meet the outcomes and objectives of this effort unless otherwise stated. Personnel should be experienced in shelf life management, warehousing, shelf life testing requirements and bar code inventory management processes, data entry skills and ability to work in knowledge management systems. IV. PERIOD AND PLACE OF PERFORMANCE: 1. The Government will award a Cost Plus Fixed Fee (CPFF) Contract with 1 Base Year and 2 Option Years. The period of performance is the date of award for 12 continuous months for the Base and each Option Year. Award terms for Option Years will be contingent upon how well the Contractor controls cost and successfully meets the mission essential performance requirements as specified in this SOO. 2. The location for the JTOC facility shall be in London, Ohio. V. PROGRAM OUTCOMES AND OBJECTIVES: Outcomes 1. Provide a contractor leased/owned, government operated test preparation facility with warehouse storage capabilities for general storage and material control and trained staff to provide properly prepared test specimens for laboratory testing to various locations. 2. Provide warehouse staff for test sample preparation, conducting warehouse operations, inventory control, material handling equipment operation and test preparation equipment such as cutting press, laundering equipment and laboratory scales. 3. Provide Program support staff for the receipt, collation, analysis, archiving, report generation and distribution of the Test Reports and data received as a result of Testing. Performance Objectives 1. The Contractor shall accomplish the Program Objectives set forth below, JTOC Operation and Program Support and provide all the facilities, instrumentation, qualified personnel and materials necessary to; a. Provide a facility (minimum 54,000 square foot) inclusive of warehouse, office space, restrooms, break area and all supporting infrastructure. b. Provide staff to conduct JTOC Operations. c. Perform receipt, accounting, chain of custody, inventory, preparation for shipment, transportation and distribution of CBRN-D items used in the Shelf Life Extension Testing program. d. Stock and maintain sufficient quantities of consumables and repair parts for test preparation equipment to support daily operations and test preparation analysis of samples. e. Prepare and maintain Inventory records using Government provided templates and information applications. f. Provide required reports and documentation such as asset status, material status, planned shipments, lots on hand, test dates, date shipped, ship to location, and quantity shipped as directed by the Government. VI. CONSTRAINTS: 1. Facilities: a. The contractor shall provide a minimum 54,000 square feet of warehouse and office space inclusive of all utilities with hot and cold water, restrooms and break room for processing of set-aside samples and sample preparation activities (JTOC Operations). The JTOC Facility shall be equipped with a security system; hook ups for government provided Teleconferencing equipment, standard communications equipment and computers for data entry. The office space shall be sufficiently climate controlled through cooled and warmed air dependent upon the season, and flow through ventilation in the warehouse storage areas to prevent damage or down time to communications and video teleconferencing equipment and prevent damage to any stored items. The government currently operates the JTOC from a suitable facility in London, Ohio which meets all government requirements. The Joint Test Operations Center shall be located in London, OH. Data Management: a. Test data will be input on an electronic government provided template and stored within the http://shelflife.pmnbc.com web page managed by the Dir JEAP. Any requested change or modification to the template configuration will be submitted to the Dir JEAP on the JEAP Configuration Change Request form. 3. Cost proposal Submission: a. The offerors proposal shall present the cost for the efforts described in this SOO in three parts, (1) Program Support by Labor Hours, (2) Facilities cost inclusive of and broken down by lease, utilities, insurance, communications and (3) Travel costs and Incidental Material costs; Other Direct Costs (ODC). ODC costs incurred shall be submitted, but are reimbursable and shall be estimated per year by the government as a not to exceed amount unless authorized by the Contracting Officer. 4. Hazardous Waste Compliance: a. The Contractor shall comply with all Federal, State, and local environmental laws and regulations for the safe handling and accumulation of Hazardous materials and waste. The Contractor is responsible for Hazardous waste disposal unless provided by the Government. 5. Insurance and Operating Licenses and Permits: a. The Contractor shall be responsible for obtaining all permits/licensing required to operate and maintain the JTOC in London, Ohio. The Contractor shall obtain and maintain all necessary Insurance (property, Liability etc) with sufficient coverage for the facility, personnel, and government owned and stored equipment. 6. Acronyms and Definitions: The contractor shall obtain Acronym Descriptions and Definitions from the following website.  HYPERLINK "http://www.dtic.mil/doctrine/dod_dictionary/" http://www.dtic.mil/doctrine/dod_dictionary/ VII. DELIVERABLES: All contract deliverables shall be presented to the Government according to the table below. DeliverableDue DateMedium & FormatNumber Of CopiesQuality Control PlanDraft with issuance of Proposal, final within 15 days of award.Electronic copy, contractor format1 electronic copy to PCO, 1 copy to CORPrice and Performance Data10th day of each monthElectronic copy, Government provided format 1 electronic copy to Test DirectorMonthly Status Reports 10th day of each monthElectronic copy, Government provided format 1 electronic copy to Test Director, 1 copy to the CORPhase in Phase Out PlanWith proposalElectronic copy, contractor format1 electronic copy to PCO, 1 copy to COR Deliverable Description a. Quality Control Plan The Contractor shall provide a Quality Control Plan (QCP) that details how the Contractor intends to provide surveillance and verification of the mission essential performance requirements for this effort. The Contractor shall include the QCP as part of the PWS. The QCP shall address the unique requirements of paragraph VIII 1.14. Price & Performance Data P&PM data consists of workload metrics that describe the output (benefit) of each operating location and resource metrics (man-hours, travel cost, other direct costs) that describe the resources used to produce the work. P&PM data is collected monthly according to the Work Breakdown Structure for each operating location. An example of the template used to collect the data is shown in Figure 1. The templates for this data will be provided by the government for each operating location at the start of work with supporting training on how to complete. Monthly Status Reports Status reports shall include summarization of all costs, labor hours, travel and other direct costs, schedule variances, risks and mitigation plans and agent inventory by type. d. Phase in Phase out Plan See paragraph VIII 1.33 for the description of this plan. VIII. Additional Contractor Requirements: 1.0 Personnel. The contractor shall provide necessary personnel to maintain performance standards and accomplish required services within specified time frames. Contractor personnel shall be legal residents of the United States. The Government reserves the right to request and review documentation (e.g., certificates, training records, work records) certifying the personnel filling positions. The Government reserves the right to refuse to permit any contractor employee to perform services. Key Personnel. The contractor shall identify the Program Manager and all key personnel in the proposal. The Contractor shall assign Key Personnel whose names were identified in the quote and who are integral to the performance of the task requirements. The contractor shall assign Key Personnel at each location as a primary point of contact between the location and the JEAP Designated Representative (DR). The contractor shall represent/acknowledge that all personnel assigned to this contract are capable of working independently and with demonstrated knowledge, skills and expertise in their respective functional areas, which are necessary to perform all assigned duties. If the contractor personnel do not possess the expertise necessary to perform the tasks required under this effort, then the contractor shall be responsible for appropriate training and/or replacing the personnel. 1.2 Substitution of Key Personnel. The Contractor shall not substitute Key Personnel during the first ninety (90) days of the task performance period unless the substitutions are unavoidable because of the incumbent's sudden illness, death or termination of employment; contractor shall promptly notify the COR and JEAP DR. After the initial 90-day period, the contractor shall submit to the COR and JEAP DR all proposed substitutions at least 30 days in advance. All requests for approval of substitutions hereunder must be in writing and provide a detailed explanation of the circumstances necessitating the proposed substitution(s). Request must contain a complete resume for the proposed substitute, who shall have at least equal ability and qualifications, and any other information requested by the Contracting Officer to approve or disapprove the proposed substitution. The Contracting Officer or JEAP DR will evaluate such requests and promptly notify the contactor of approval or disapproval thereof, in writing. 1.3 Other than Key Personnel. Vacant positions for other than key personnel shall be made within 20 calendar days from date of vacancy. The contractor shall notify the customer when a vacancy has occurred within five work days. The JEAP DIR may request technical discussions with potential candidates, due to severity of some positions prior to final selection. 1.4 Independent Government Estimate (Labor). Attachment C contains estimated positions and annual hours by location from historical data for which the contractor shall offer its proposed labor categories and estimates. Employee Requirements. All contractor employees shall be literate in the English language to the extent of being able to read and understand all Work Processes, Orders, Regulations, safety, health, and security regulations and traffic signs posted on Government property. English shall be used for all correspondence, deliverables, and presentations. In addition, each contractor employee shall be able to read and understand the following: 1. Any necessary instructions concerning equipment to the extent that performance of assigned duties requires an employee to operate, maintain, repair, or in some way interact with the facilities and equipment 2. Any regulations, directives, or policies that a person must know in order to accomplish the required services b. All contractor employees shall be able to lift not less than 65 pounds, be able perform the requirement of this effort during periods of prolonged standing, and possess good manual dexterity. Employees must possess normal color acuity. 1.6 Standards of Conduct. The contractor shall maintain satisfactory standards of employee competency and conduct, and for taking disciplinary actions against his employees as necessary. The contractor shall remove from the job site any contractor employee found under the influence of alcohol, illegal drugs, or any other incapacitating agent during the tour of duty. The contractor shall remove any employee whose conduct or appearance debase or discredit the government. The government reserves the right to require removal from the job site of any contractor employee who endangers persons or property, whose continued employment is inconsistent with the interests of military security, or whose presence deters the accomplishment of required services. In such cases, the Contracting Officer or JEAP DR will advise the contractor of the reason for requesting an employee's removal, or withdrawal of his authorization to enter the installation. The Governments exercise of its right to grant and revoke access by particular individual(s) to its facilities will not constitute a breach or change to this PWS, regardless of whether said individual(s) is employed by the contractor, and regardless of whether said individual(s) is thereby precluded from performing work under this PWS. 1.7 Appearance of Personnel. Personnel in administrative areas and personnel whose duties involve them in briefings and instructional projects on and off the government installations, must be clean, well groomed, and wear appropriate attire. Other contractor personnel shall wear appropriate attire commensurate with their positions and safety requirements. The Government has the final approval on requests for special clothing needs and wearing of such. If the contractor deems it necessary for uniforms, the design and color of these uniforms shall be submitted to the government for approval. The uniforms and any required safety clothing i.e. steel toed boots, gloves and safety glasses will be at the contractors expense. 1.8 OFF-Duty Government Personnel. The contractor shall not hire off-duty Contracting Officer Representative (COR) personnel or any other person whose employment under the SOO would, or appear to, result in a conflict of interest. The contractor is cautioned that off-duty active military personnel hired under this SOO may be subject to permanent change of station, change in duty hours, or deployment. Military Reservists and National Guard members employed by the contractor may be called to active duty and their absence shall not constitute an excuse for not performing the requirements of this SOO. 1.9 Fraud, Waste, and Abuse. The contractor shall maintain proper conduct and good discipline with contractor provided equipment, materials and in the work areas. Contractor personnel shall be alert to suspected situations of fraud, waste, and abuse against the Government that are observed during the performance of this effort. The contractor shall take corrective action within his area and immediately report these situations to the COR. 1.10 Smoking. Contractor personnel shall comply with all DOD and local regulatory requirements, which establish uniform policies governing smoking in and around Government owned buildings. 1.11 Performance. The contractor shall meet performance standards listed and shall not be relieved of any performance requirements because of waiting for tools, supplies, materials, or parts if not government provided. The only deviation allowed will be for tools, supplies, materials and parts deemed by the COR to be not available to permit contractor employees to conduct the efforts established. 1.12 Quality Control Program. The contractor shall establish, prepare and present to the government then maintain and follow a Quality Control Plan (QCP) to ensure the requirements of this effort are provided as specified. This plan shall be submitted to the Contracting Officer for review and acceptance or rejection and further modification NLT calendar 15 days after contract award date. The Contracting Officer will notify the contractor of acceptance or required modifications to the plan and any adjustment allowed to the performance date. The contractor shall make appropriate modifications (at no additional costs to the Government) and obtain acceptance of the plan by the Contracting Officer. The contractor shall appoint a Quality Control representative that is knowledgeable of the necessary requirements of this program. Updates to the plan to assure compliance to the PWS requirements are the responsibility of the contractor as part of normal preventive and corrective actions. The plan shall include, but not be limited to, the following: Be structured to assure the individual responsible for Quality Control (QC) is authorized by the organization to take actions described. Contain procedures for written and verbal communication with the Government regarding performance of the contract Contain clear, measurable, and acceptable levels of performance Contain procedures for preventing defects and deficiencies, early detection of problems, and handling corrective actions without dependence upon Government intervention Contain surveillance procedures for each service to be monitored. These procedures shall identify the list of items under surveillance, who will perform the surveillance, the frequency and method of surveillance, and procedures for correction of deficiencies. Include a system to investigate and resolve customer complaints forwarded by the Government. The investigation results shall be documented and forwarded to the Government to include immediate corrective actions to prevent future complaints. Provide a record of all contractor QC checks and corrective actions. These files shall be maintained by the contractor and shall be available upon request to the COR during the performance period. 1.13 Contracting Officers Representative (COR). The COR is a representative of and appointed by the Contracting Officer and will participate in the oversight of this contract, except where exemptions have been approved by the Contracting Officer. Subsequent to the contract award, the identity of the COR with a brief resume of their duties and authority will be furnished to the successful bidder. Any matter alleging a change to the scope, prices, terms, or conditions of this contract shall be referred to the Contracting Officer and not to the COR. The COR will represent the Contracting Officer in the technical phases of the work, but will not be authorized to change any of the terms and conditions of this PWS. The COR will act in a liaison capacity to coordinate activities between the Contracting Officer and JEAP DR as required in the performance of work.. 1.14 Quality Assurance. According to the Inspection of Services clause, the Government will evaluate the contractors performance. The Evaluator will follow the methods of surveillance and document surveillance observations as specified in the Performance Standards Metrics through a government developed Quality Assurance Surveillance Plan (QASP). When an observation indicates defective performance, the Evaluator will require the Program Manager or designated on-site contractor representative to initial the observation to acknowledge the deficiency. The acknowledgement of the observation does not necessarily constitute contractor concurrence with the observation, only that the contractor has been made aware of the defective performance. Government surveillance of tasks not listed in the Performance Standards Metrics or by methods other than listed in the Metrics (such as provided for by the Quality Assurance Surveillance Plan (QASP)) may occur during the performance period of this contract. Such surveillance will be done according to the QASP. Any action taken by the Contracting Officer as a result of surveillance will be according to the terms of this contract. 1.15 Security. The Contractor shall ensure the facility is provided with an effective alarm / intrusion control prevention system to prevent loss or damage to the building and contents and alert employees to attempted unauthorized entry. 1.16 Contractor Identification Badges. The Contractor shall ensure that each contractor employee display a contractor furnished identification badge. 1.17 Physical Security. The contractor shall safeguard all Government property. At the close of each work period or shift, facilities and equipment shall be secured IAW JEAP Work Instructions and contractor established Physical Security policy. The contractor shall verify authorization of persons requesting entry to contractor controlled work areas. 1.18 Key Control. The JEAP DR is responsible for issuing keys to the contractor. The contractor shall establish a key control system to ensure that none of the keys issued to contractor personnel are lost, misplaced, or used by unauthorized persons. The contractor shall not duplicate any keys. 1.19 Visitors and Inspectors. The contractor shall verbally notify the JEAP DR of all official visitors or inspectors prior to their being granted access to JTOC facilities operated by the contractor. The JEAP DR will inform the contractor if access is to be granted. After each visit or inspection, the contractor shall report in writing to the JEAP DR or COR giving the names of the visitors and the purpose of their visit. All recommendations and required actions from Government inspections will be documented by the inspecting agency and delivered to the COR for resolution. 1.20 Removal of Government Furnished Equipment. In no case, without prior approval of the COR, will any Government furnished equipment be removed from any government facility or installation. The Government reserves the right to request an inventory of Government provided equipment items at any time. 1.21 Disclosure of Government Information. Contractor personnel shall comply with security requirements with regard to disclosures of intelligence and proprietary sensitive information. No such information shall be provided by contractor personnel to any outside agency without the prior approval of the COR. All contractor employees shall be required to complete a Non-Disclosure Form. 1.22 Hours of Operation. With the exception of work required to be accomplished outside regularly scheduled hours, and only after approval by the COR, all work shall be performed during normal working hours of 0730 to 1630 Local Time, Monday through Friday, excluding Federal holidays. The COR will be provided the flexibility to adjust work schedule to meet emerging requirements without placing any contractor employee into an overtime situation. This adjustment will be provided to the contractor no less than 24 hours prior to the requested adjustment unless the emerging situation does not allow that level of advance notice. 1.23 Continuity of Services. The Contractor recognizes that the services under this contract are considered vital to the Government and must be continued without interruption and that, upon contract expiration, a successor, either the Government or another contractor, may continue services. The contractor agrees to (1) furnish phase-in training on existing processes, status of efforts and requirements needing resolution and (2) exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. 1.24 Legal Federal Holidays. Except as otherwise specified, routine work shall not be scheduled on holidays or holidays observed in lieu thereof. See Section C, for a listing of Federal holidays to be used for this contract. The basic workweek is Monday through Friday. If a holiday falls on a Saturday, the preceding Friday is the holiday. If a holiday falls on a Sunday, the following Monday is the holiday. 1.25 Government-Furnished Items (material, information, equipment). The contractor shall specifically identify in their proposal the type, amount, and time frames required for any government resources, excluding those listed below. The Government will provide the following for on-site personnel at the JTOC: See Attachment B. 1.26 Safety Related Items. The contractor shall make provisions to ensure employees contracted to perform functions in areas that require safety shoes, hearing protection, eye protection or unique clothing are equipped with them at all times. These items shall not be considered reimbursable to the government 1.27 Locations For the performance of this contract consist of an office and warehouse environment depending on the position. All positions shall be considered contractor-site unless otherwise indicated. The principal location for management of this contract is the Marine Corps Logistics Command, Albany, Ga. The location for all other efforts shall be London, Ohio. 1.28 Transportation and Material Handling Equipment: The contractor shall be required to provide, operate and maintain transportation equipment and material handling equipment as part of the PWS. This may consist of, but not be limited to; forklifts to 4000LB Capacity, pallet jacks, and hand trucks. The contractor shall ensure employees designated to operate this equipment have and maintain appropriate licenses. 1.29 Communication Devices. Contractor shall provide communication devices by the contractors corporate office for official purposes only. For the purpose of this contract, select contractor personnel, shall be required to maintain communications with the office of the JEAP at all times. To facilitate this communication, those personnel identified by the JEAP (See attachment C) shall be issued either a Blackberry/cell phone combination or cell phone for the time they are employed by the contractor in support of this program. The contractor shall bill the costs of the communication devices and the monthly service charge as an ODC. The contractor shall use all due diligence to obtain the lowest cost service available to meet mission requirements. The contractor shall propose the cost of these devices as part of their proposal. 1.30 Contractor Training. Training of contractor employees assigned to this contract shall be performed at the contractors own expense, with these exceptions: When the Government has given prior approval for training to meet special requirements that are peculiar to the environment and/or operations. Limited contractor employee training may be authorized if the Government changes hardware or software during the performance of this contract, and it is determined to be in the best interest of the Government. In the event that the Government has approved and paid for contractor employee training, reimbursement shall not be authorized for costs associated with re-training replacement individual(s) should the employee(s) terminate from this contract. Costs that are not authorized include, but are not limited to; labor, travel, and any associated re-training expenses. 1.31 Travel. Travel will be required to fulfill the requirements of this contract. The contractor shall ensure that the requested travel costs will not exceed what has been authorized in the contract. Contractor incurred expenses resulting from Government-authorized travel are cost reimbursable but are limited by the Government Joint Travel Regulations (JTR) and must be pre-approved by the government. Travel requests will be submitted to the JEAP for official approval prior to executing any travel. Travel reports identifying all outcomes and action items shall be provided within five working days after completing travel. Failure to comply with this requirement may result in rejection of invoices and/or non-payment. Locations and the duration of travel cannot be established at this time so an estimated travel budget of (See Attachment D) for the entire effort (inclusive of G&A, if applicable) If the contractor determines that required travel will exceed the estimated travel, the contractor shall notify the COR when 75% percent of the estimated allowance has been billed and request additional funding be applied to cover the directed travel costs. 1.32 Other Direct Costs (ODCs). The contractor shall be required to obtain supplies and/or materials for the performance of this contract. Those supplies and/or materials must be incidental to and associated with the overall functions being performed through this contract. The contractor shall abide by the requirements of the FAR in acquiring supplies and/or materials, and must maintain files in such a manner that the Contracting Officer could review them upon request to ensure compliance with federal procurement regulations; however, price reasonableness should always be determined prior to selecting a teammate or partner. In addition to the requirements identified above, the contractor shall request in writing in advance and obtain approval from the COR prior to making any ODC purchase. 1.33 Phase in-Phase out Plan. General: The successful offeror will be required to provide a phase-in/out plan for the Program. This plan will comprehensively detail the process of how turnover between the two contractors will be conducted. Applicability. The Phase-In/Phase-Out Plan shall be limited to 5 pages. Transition Tasks. This part identifies general tasks applicable to the contractor as either the successful offeror (new awardee) or the incumbent. Tasks identified in this part and in the Phase-In/Phase-Out Plan are directive and shall be accomplished in addition to the requirements identified in the PWS. Transition Period. The government will define the contract transition period. This period will be a maximum of 30 calendar days. (a) Transition Goals: The successful offeror will assume responsibility for performance of all tasks required by the PWS within 10 working days of contract award. The successful offeror will complete all physical modifications to property and / or facilities within 60 days of contract award. The successful offeror will assume control and accountability of all GFE, GFM, GFI and appropriate facilities from the incumbent as of the date that the government accepts the joint inventory. Phase-In. The successful offeror will: Assess overall equipment status and condition. Provide enough personnel to ensure continuous support during all transition phases. Provide 100% staffing to fulfill contract requirements within 15 days after award of contract. Provide 100% staffing of key personnel to fulfill contract requirements at award of contract. Ensure personnel are fully qualified to fulfill contract requirements in accordance with written timelines. Assume responsibility from the incumbent in accordance with written deadlines. Phase-Out. The incumbent will: Support operations in accordance with the PWS until control is passed to the winning offeror. Provide all historical records including vendor lists, maintenance records, inventory records, all archived data, all pending requisition data, and any other government owned information. Transfer all Standard Operating Procedures (SOP). Transfer knowledge regarding processes and procedures unique to this contract. Prepare a final closeout report detailed transition activities and concerns for contract closeout. 1.34 TECHNICAL INSTRUCTIONS: Performance of work under this Task Order may be subject to written or verbal technical instructions signed by the COR specified in the task order. As used herein, technical instructions are defined to include the following and shall not be construed to be issued in a supervisory capacity: (1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, redirect work emphasis, fill in Details, provide safety alerts and otherwise serve to accomplish the contractual Performance Work Statement. (2) Guidelines to the Contractor which assist in the interpretation of specifications or technical portions of work descriptions or processes. (a) Technical instructions must be within the general scope of work stated in the PWS. Technical instruction may not be used to: (1) assign additional work under the task order; (2) direct a change as defined in the "CHANGES" clause in this task order; (3) increase or decrease the task order price or estimated task order amount (including fee), as applicable, the level of effort, or the time required for contract performance; or (4) change any of the terms, conditions or specifications of the task order. (b) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the task order or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer through the COR in writing within ten (10) working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by the technical instruction unless and until the Contractor is notified by the Contracting Officer that the technical instruction is within the scope of the task order. IX. Performance Metrics: ObjectivesStandardAQLMonitoring MethodProvide a facility (minimum 54,000 square foot) inclusive of warehouse and office space. Provide staff to conduct JTOC Operations Perform receipt, accounting, chain of custody, inventory, preparation for shipment and distribution of CBRN-D items. Stock and maintain sufficient quantities of consumables that are needed for test preparation and or machinery repair parts to support daily operations and test preparation analysis of samples. This includes material handling equipment and test preparation equipment. Maintain Inventory records using Government provided templates and information applications. Provide required reports and documentation such as asset status, material status, planned shipments, lots on hand and test dates, date shipped, ship to location, and quantity shipped as directed by the Government. Meets all government standards for protection of items stored, suitable office space and comfort and safety of employees. All personnel shall have the capability to perform all assigned functions. Accuracy of operations conducted in accordance with Standard Operating Procedures. Establish and Maintain necessary stocks to meet all work functions. Accuracy of data and timelines of input. Accuracy of data and timelines of input. . Facility meets requested criteria 98% of staff are capable of performing assigned functions except those requiring unique government provided training at contract award. 100% of accountability of items prepared, stored, shipped and received. 50% of supplies available at contract start remaining stock within 30 days, maintained at sufficient levels to prevent work stoppage. 100% accuracy of inventory, 90 % of documents accepted at first presentation, 100% after initial government review. 100% accuracy of inventory, 90 % of documents accepted at first presentation, 100% after initial government review. Provide information and reports requested within 2 business days of request. Initial assessment and unscheduled evaluations. Daily Observation Random Sample of Accounting records Compare stocked quantities to usage rates. Data evaluation Data Evaluation and random Evaluation of Contractor Response times  List of Attachments: Items that will have samples prepared and Maintained GFE/GFM/GFI Independent Government Estimate, Labor Independent Government Estimate, Facility, Travel, ODCs and Training Directives and References SOLICITATION RESPONSE REQUIREMENTS OFFERORS PROPOSALS WILL BE EVALUATED AGAINST THE REQUIRMENTS IN SECTION L USING THE FACTORS AND SUB-FACTORS IN SECTION M OF THE SOLICITATION. The placement of estimated hours and/or labor category mix in this SOO simply indicate an historical workload for this type effort and does not indicate the government requires the offer to adhere to these numbers or categories in their proposal. The government encourages the offeror to propose innovative solutions to meet the requirements of this SOO that do not necessarily adhere to the governments estimate of labor hours, labor categories. Where no labor hours or labor categories are indicated, the government encourages the offeror to propose a realistic mix of labor hours and categories that will meet the objectives of this SOO at the best value to the government. Attachment A Items that will have samples prepared and maintained Joint Service Lightweight Integrated Suit Technology Alternate Footwear Solution/Acton Lightweight Over boot Standard Chemical Protective Gloves 7,14, 25 mil Chemical Warfare Uniform 66/P Toxicological Protective Coverall Toxicological Protective Boot Toxicological Protective Apron Toxicological Protective Glove Joint Block One Upgrade Joint Block Two Upgrade Black Vinyl Over boot Joint Protective Air Crew Ensemble Chemical Protective Undergarment/Modified Chemical Protective Undergarment Joint Coverall 3 AP-PPE Coverall AP-PPE Hood AP-PPE Helmet Cover AP-PPE Sock Chemical Protective Undergarment Gloves Integrated Footwear Solution Chemical Protective Undergarment Sock M100 Skin Decontamination System Kit M291Decontaminatoin kit C2A1 Filter Canister M48 Filters Attachment B Government Furnished Equipment, Material and Information Racking System 5 ton swatch cutting press Milnor Clothes Washer Commercial Clothes Dryer Communication Server Mail Server MICAS Web based tracking system PMNBC.Com Web based tracking system Standard Operational Procedures, regulations, manuals, texts, briefs and other materials associated with the project and the hardware/software noted throughout this PWS Video Teleconferencing System Attachment C Independent Government Estimate, Labor BASE YEAROY-1OY-2OY-3OY-4POSITIONLOCATIONSOO PARAComm. DeviceHoursHoursHoursHoursHoursWarehousemanLondon, OH V 2 196009600960096009600Data Information TechnicianLondon, OH V 3N/A19201920192019201920 Attachment D Independent Government Estimate, Travel and Other Directs Costs Travel and ODCs will be bulk funded by the government as a Not To Exceed amount. BASE YEAROY-1OY-2OY-3OY-4POSITIONTotalTotalTotalTotalTotalTravel5K 5K 5K 5K 5K ODCs21K 21K 21K 21K 21K  Attachment E Directives and References STANDARDS MIL-STD 810E14 Jul 1989Environmental Test Methods and Engineering GuidelinesREGULATIONS DoD 4140.1-RDoD Material Management Policy OTHER DOCUMENTS JEAP JSAP Work Processes JEAP JTOC Work Instructions JEAP Data Loading Policies Military Specifications (MIL-SPEC)MIL-DTL-43976DSept. 15, 2003Gloves and Gloves Set Chemical MIL-G-12223JGloves Toxicological Agent ProtectiveDLA-A-A-59520November 30, 1999Overshoes Mens and Womens Boot CombatMIL_F-12224JMay, 3 1989Footwear Covers Toxicological AgentMIL-DTL-32102April 3, 2002Joint Service Lightweight Integrated SuitMIL-A-2334Aprons Toxicological Agent Protect M-2PD 9841812 and addendum dated 9/20/2004Coveralls Chemical ProtectionMIL-PRF-AAAAA, MIL-PRF-BBBBBDepartment Index of Specifications and Standards FORMS DD Form 11492006Requisition and Invoice/Shipping Document Figure 1  THIS PAGE INTENTIALLY LEFT BLANK STATEMENT OF OBJECTIVES (SOO) FOR C4 INFORMATION TECHNOLOGY ANALYTICAL SUPPORT MARINE CORPS LOGISTICS COMMAND CPFF Supporting Task Area 4 I. PURPOSE: The purpose of this Statement of Objectives (SOO) is to obtain IT Analytical and Programming Support for Marine Corps Logistics Command (MARCORLOGCOM) Command, Control, Communications and Computers Department (C4), specifically, the Logistics Support Division (LSD). In support of MARCORLOGCOM C4; the LSD mission is to provide enterprise and program-level policy, guidance, and management for Marine Corps Logistics Information Systems. Provide professional Information Technology (IT) services to the Command and advise the CG, MARCORLOGCOM on all IT initiatives and to ensure Command IT resources are integrated and balanced to optimize capabilities, resources, and readiness. C4 ensures accessibility for the Marine Corps to access programs and data bases for successful execution of Marine Corps business processes. It is the single point of contact for innovative software solutions, business tools and logistics systems support, linking IT, strategic planning and readiness in order to maximize the efficiency and effectiveness of the Command enterprise. As such, they are responsible for integrating the Logistics Commands information systems with those of Department of Defense, Department of the Navy, U. S. Marine Corps and other governmental agencies. II. BACKGROUND: The Marine Corps Logistics Command (MARCORLOGCOM) Headquarters is located in Albany, GA. The mission of MARCORLOGCOM is to provide worldwide, integrated logistics/supply chain and distribution management; maintenance management; and strategic prepositioning capability in support of the operating forces and other supported commands and units to maximize their readiness and sustainability and to support enterprise and program level Total Life Cycle Management. The ability to anticipate and proactively provide support where and when it is needed will provide a closer alignment with our customers: the Marine Corps Acquisition Community and the Warfighter. The Command, Control, Computers and Communications Department (C4) is the information technology (IT) touch point for the Command. C4 ensures the confidentiality, integrity and security of MARCORLOGCOMs electronic data, as well as the availability of software applications across the enterprise. C4 is the single point of contact for innovative software solutions, business tools and logistics systems support, linking IT, strategic planning and readiness in order to maximize the efficiency and effectiveness of the Command enterprise. As such, they are responsible for integrating the Commands information systems with those of Department of Defense, Department of the Navy, U. S. Marine Corps and other governmental agencies. As the information technology axis, C4 provides MARCORLOGCOM and its subordinate Commands, Centers and Departments with the channels to disseminate information through the internet and intranet websites. C4 also provides audio visual support, software development and a service desk for general technical support. III. SCOPE: The contractor will be required to provide enterprise level Information Technology (IT) support services to both local and external customers at Marine Corps Logistics Command, Command, Control, Communications and Computers MARCORLOGCOM, C4), LSD. This support includes providing IT project management for non- Research and Development software development and application software support (analytical, testing and programming). The contractor, therefore, must demonstrate not only high technical competence, but also exemplary management skills, and the ability to staff and meet mission support requirements with little advance notice. The contractor will be required to provide Information Technology (IT) support services to both local and external customers of C4 including the command Headquarters, its Centers and Departments, Maintenance Centers Albany, GA and Barstow, CA and the Blount Island Command in Jacksonville, FL. IV. PERIOD AND PLACE OF PERFORMANCE: 1. The Government will award a Cost Plus Fixed Fee Contract with 1 Base Year and 2 Option Years. The period of performance is the date of award for 12 continuous months for the Base and each Option Year. Award terms for Option Years will be contingent upon how well the Contractor controls cost and successfully meets the mission essential performance requirements as specified for this effort. 2. The principle location for these efforts is Marine Corps Logistics Base, Albany, GA. Efforts may be performed at additional sites both CONUS and OCONUS based on future mission requirements. V. PROGRAM OUTCOMES and OBJECTIVES: Outcomes IT Analytical and Programming Support: 1. This effort includes IT Project Management for non- Research and Development software development and Application Software Support (analytical, testing and programming) to support MARCORLOGCOM C4 LSD. The Contractor shall work with stakeholders, team members and Technical representatives to develop a project schedule that highlights the task, resources, cost, roles and responsibilities of the proposed project for presentation to upper level management for review and approval. 2. The Contractor shall work with functional experts, technical specialists, and support staff to produce a project charter in conformance with established processes, procedures and department guidance. Personnel assigned to this effort shall understand and have experience using the Project Management Book of Knowledge (PMBOK) project techniques and methodology for developing Information Technology software products; shall understand and have experience with the Software Development Life Cycle (SDLC) phases as it relates to the PMBOK project processes; shall understand customer needs and developing and executing a plan that meets those needs utilizing requirement gathering and determination processes; and shall have a technical background in software development. Management & Administration: The Contractor is responsible for maintaining the management plan (e.g. POA&M) collaboratively developed with the MARCORLOGCOM Technical Representative and supporting necessary actions required to ensure compliance with the prescribed schedule of events. Performance Objectives In order to achieve the outcomes for this effort the Contractor shall meet the following objectives: For those objectives that require design and development efforts, they will be performed in conjunction and coordination with MARCORSYSCOM. IT Analytical and Programming Support Provide project management planning, guidance, oversight, control and technical expertise for non-NMCI IT solutions/improvements and accountability. Participate in the enterprise level planning and delivery of a full range of IT support services for all MARCORLOGCOM commands, centers and departments. Coordinate the assembly of project teams, identifying appropriate resources needed, and developing schedules to ensure timely completion of projects. Individuals assigned to this task must be familiar with the systems scope and projects objectives, as well as the role and function of each team member, in order to effectively coordinate the activities of the team. Responsible for team morale, productivity, cohesiveness, and effectiveness. Communicate, formally and informally, with senior managers, functional area managers, and stakeholders regarding the status of specific projects. Provide functional management responsibilities for Contractor project team members. Providing performance feedback to functional managers in matrixes situations. Conducting all project initiation activities. Conducting all project planning activities. Conducting all project execution activities. Conducting all project monitoring activities. h) Conducting all project closeout activities. i) Execute all phases of software life cycle reengineering. j) Generate/execute systems specification documents. k) Generate/execute technical design documents. Generate/execute test plans (unit and system integration). m) Generate/execute implementation plans. n) Write/modify code. o) Perform functional, system and technical analysis & design, code, and document (functional & technical) the development and maintenance of software applications and systems Perform software development life cycle activities (Requirements Gathering, Analysis, Design, Programming, Testing (Unit and System Integration), Implementation/Release and Documentation. Utilize Best business practices such as Business Analysis Book of Knowledge (BABOK), Capability Maturity Model Integration (CMMI), Lean Six Sigma, Agile methodologies and other best practices Analyzing log/error files to determine cause of problem and implementing a solution to resolve without major impact to software operations Utilizing software configuration management principles/software including, but not limited to, CC Harvest, Endeavor and NATURAL N2O configuration management tools Utilizing Common Access Card (CAC) technologies to design and implement web based application software Conducting all phases of software life cycle development Solving simple, intermediate and complex problems via software development or maintenance Generating Business cases, point papers, recommendations and other technical advice to ensure an enterprise wide integrated solution is reached and does not compromise existing business Generating documentation/artifacts to support/sustain best business practices Management & Administration a. Collaboratively develop and maintain the management plan (e.g. POA&M) providing weekly updates, and supporting necessary actions required to ensure compliance with the prescribed schedule of events. b. Develop formal processes for executing task actions, interfacing with Technical Representatives and ensuring adherence to quality assurance provisions. c. Ensure the overall effectiveness of the technical management program (e.g., products, issues, status tracking) and maintain an appropriate Work Breakdown Structure (WBS). VI. TRANSITION: The Contractor shall begin the phase-in efforts immediately after contract award. The Contractor shall submit a Transition Plan as part of their proposal. In this plan, the Contractor shall specify how it will phase in seamless Personnel Staffing and Support so that no delay or down time is experienced and perform Phase out at Task completion. In the plan, the Contractor shall include adequate time to hire appropriate personnel, conduct inventories, assume equipment control, issue subcontracts, etc after Task Order award. The Government will provide familiarization training of various Government organizations to the contractor should the Government determine that such familiarization training is necessary. As a minimum, the contractor shall familiarize its supervisors, key personnel and staff with existing equipment, reporting, work scheduling and procedures. During the phase-in period, the contractor shall be responsible for finalizing all employee clearance requirements. The contractor shall complete the necessary steps for assumption of the operation during the phase-in period and shall meet all requirements as specified in the PWS with the beginning of full performance. To ensure a smooth phase-out to the next service provider in the event no Option year is exercised or a new contractor is selected at contract recompete, and to prevent possible decreases in productivity or service quality, the contractor shall provide a 60 calendar day phase- in period prior to Contract conclusion date. During this period, the contractor shall make available to key incoming contractor personnel, representatives of the incumbent contractor who are versed in the operation of the functions to be performed. This service shall be made available to explain procedures for conducting Government business, show the next contractor various work sites, introduce the contractor to customer representatives, etc. During this period, the incumbent contractor shall provide required training on the current processes and conduct material, equipment, and tools transfers. Inventories shall be conducted jointly with the Government representatives and representatives of the incoming contractor. VII. CONSTRAINTS: 1. Information Technology Infrastructure Library (ITIL): a. The contractor will be required to provide CSC Branch with employees who are ITIL Foundation Certified and Practitioner Certified in Change and Release Management. 2. Restricted Data: a. Contractor support will generate both public domain and restricted data. Restricted data may include proprietary and/or sensitive data protected under the Privacy Act. Restricted data must be protected in accordance with federal statutes and the requirements of the data owner. STAFFING: a. Staffing for the positions identified in support of this effort will be done through the issuance of technical direction at Task Order award as the needs of the government are determined. 4. Software Languages: a. Application software shall be written in many languages, but not limited to such as VS COBOL II, Natural and IBM Assembler, JAVA, C, C++, .Net, Oracle Developer Suite tools, TSO. 5. Programming Knowledge: b. Some software performs direct calls to databases such as ADABASE, Oracle, SQL Server and DATACOM DB. Personnel assigned to this task shall have knowledge of programming languages constructs, commands, syntax and industry standard testing best practices. VIII. DELIVERABLES: All contract deliverables shall be presented to the Government according to the table below. Deliverables Project ManagementDue DateMedium & FormatNumber Of CopiesProject CharterIAW Project WBSElectronic, Contractor format.1Project planIAW Project WBSElectronic, Contractor format.1Work Breakdown Structure (WBS)IAW Project WBSElectronic, Contractor format.1Project ScheduleIAW Project WBSElectronic, Contractor format.1Cost Estimates and BudgetIAW Project WBSElectronic, Contractor format.1Success Criteria, Assumptions and ConstraintsIAW Project WBSElectronic, Contractor format.1Resource & Responsibility MatrixIAW Project WBSElectronic, Contractor format.1Communication, Change and Quality PlansIAW Project WBSElectronic, Contractor format.1Action Items, Issues & Risk Management PlanIAW Project WBSElectronic, Contractor format.1Information Assurance PlanIAW Project WBSElectronic, Contractor format.1Implementation PlanIAW Project WBSElectronic, Contractor format.1Support and Training PlansIAW Project WBSElectronic, Contractor format.1Meeting Minutes and Status UpdatesIAW Project WBSElectronic, Contractor format.1Project Reviews and BriefsIAW Project WBSElectronic, Contractor format.1Lessons LearnedIAW Project WBSElectronic, Contractor format.1Turnover/Cutover PlanIAW Project WBSElectronic, Contractor format.1Final Review and Customer SignoffIAW Project WBSElectronic, Contractor format.1Completed Project DocumentationIAW Project WBSElectronic, Contractor format.1Release of Project TeamIAW Project WBSElectronic, Contractor format.1Application Security Plans (As Required)IAW Project WBSElectronic, Contractor format.1Test PlansIAW Project WBSElectronic, Contractor format.1Training PlansIAW Project WBSElectronic, Contractor format.1User GuidesIAW Project WBSElectronic, Contractor format.1Deliverables Software Analytical & ProgrammingDue DateMedium &FormatNumber Of CopiesRequirements Document (Signed by Business Analyst & IT Analyst)IAW Project WBSElectronic, Contractor format.1Walk Through MinutesIAW Project WBSElectronic, Contractor format.1System Design SpecificationIAW Project WBSElectronic, Contractor format.1Joint Application Development MinutesIAW Project WBSElectronic, Contractor format.1IAW Project WBSElectronic, Contractor format.1Technical Design DocumentIAW Project WBSElectronic, Contractor format.1Functioning/Compiled Software Module(s) that meet/exceeds the requirements in the Technical Specification PackageIAW Project WBSElectronic, Contractor format.1Unit Test PlansIAW Project WBSElectronic, Contractor format.1Unit Test Scripts, with results documentedIAW Project WBSElectronic, Contractor format.1System Integration/Unit Test PlanIAW Project WBSElectronic, Contractor format.1System Integration/Unit Test DocumentsIAW Project WBSElectronic, Contractor format.1Roles matrixIAW Project WBSElectronic, Contractor format.1System Integration/Unit Test CasesIAW Project WBSElectronic, Contractor format.1System Integration/Unit Test Execution ResultsIAW Project WBSElectronic, Contractor format.1DefectsIAW Project WBSElectronic, Contractor format.1Defect Detail DocumentIAW Project WBSElectronic, Contractor format.1Enhancement requestIAW Project WBSElectronic, Contractor format.1User Acceptance (Signature)IAW Project WBSElectronic, Contractor format.1TrainingIAW Project WBSElectronic, Contractor format.1System Demonstration handoutsIAW Project WBSElectronic, Contractor format.1Training PlanIAW Project WBSElectronic, Contractor format.1Training HandoutsIAW Project WBSElectronic, Contractor format.1Training EvaluationIAW Project WBSElectronic, Contractor format.1Release Implementation PlanIAW Project WBSElectronic, Contractor format.1Application Security PlanIAW Project WBSElectronic, Contractor format.1DADMS QuestionnaireIAW Project WBSElectronic, Contractor format.1Users ManualIAW Project WBSElectronic, Contractor format.1Release NotesIAW Project WBSElectronic, Contractor format.1Lessons LearnedIAW Project WBSElectronic, Contractor format.1Application Security Plans (As Required)IAW Project WBSElectronic, Contractor format.1 Deliverable Description 1. Project Management a. Project Charter b. Project Plan c. Work Breakdown Structure (WBS) d. Project Schedule e. Cost Estimates and Budget f. Success Criteria, Assumptions and Constraints g. Resource & Responsibility Matrix h. Communication, Change and Quality Plans i. Action Items, Issues & Risk Management Plan j. Information Assurance Plan k. Implementation Plan l. Support and Training Plans m. Meeting Minutes and Status Updates n. Project Reviews and Briefs o. Lessons Learned p. Turnover/Cutover Plan q. Final Review and Customer Signoff r. Completed Project Documentation s. Release of Project Team t. Application Security Plans (As Required) u. Test Plans v. Training Plans w. User Guides 2. Software Analytical and Programming a. Requirements Document (Signed by business Analyst & IT analyst) b. Walk Through Minutes c. System Design Specification d. Joint Application Development Minutes e. Technical Design Document f. Functioning/Compiled software module(s) that meets/exceeds the requirements in the Technical specification package g. Unit test plans h. Unit test scripts, with results documented i. System Integration/Unit Test Plan j. System Integration/Unit Test Documents k. Roles Matrix l. System Integration/Unit Test Cases m. System Integration/Unit Test Execution Results n. Defects o. Defect Detail Document p. Enhancement Request q. User Acceptance (Signature) r. Training s. System Demonstration Handouts t. Training Plan u. Training Handouts v. Training Evaluation w. Release Implementation Plan x. Application Security Plan y. DADMS Questionnaire. z. User's Manual. aa. Release Notes bb. Lessons Learned cc. Application Security Plans (As required) IX. Quality Assurance: According to the Inspection of Services clause, the Government will evaluate the contractors performance. The Evaluator (normally the COR or Technical Assistant (TA)) will follow the methods of surveillance and document surveillance observations as specified in the Performance Standards Metrics through a government developed Quality Assurance Surveillance Plan (QASP). When an observation indicates defective performance, the Evaluator will require the Program Manager or designated on-site contractor representative to initial the observation to acknowledge the deficiency. The acknowledgement of the observation does not necessarily constitute contractor concurrence with the observation, only that the contractor has been made aware of the defective performance. Government surveillance of tasks not listed in the Performance Standards Metrics or by methods other than listed in the Metrics (such as provided for by the Quality Assurance Surveillance Plan (QASP)) may occur during the performance period of this contract. Such surveillance will be done according to the QASP. Any action taken by the Contracting Officer as a result of surveillance will be according to the terms of this contract. X. Performance Metrics: ObjectivesStandardAQLMonitoring MethodIT Project Management Support Acceptable performance has been met when the project management processes and resulting products have been accepted by the Government as effectively supporting program goals. 95% of products accepted by government.AnalysisSoftware Analytical/Programming SupportAcceptable performance has been met when the software analytical/programming processes and resulting products have been accepted by the Government as effectively supporting program goals. 95% of products accepted by government.AnalysisManagement & AdministrationAcceptable performance has been met when the Contractors methodologies, schedules, and quality standards have been accepted by the Government. This is inclusive of quality provisions for each of the previous WBS elements, effective reporting, and methods for ensuring immediate resolution of anomalies.95% acceptance by government.Analysis XI. Additional Contractor Requirements: All additional requirements will be levied at the Task Order level, i.e. travel, Contractor Badges, Security, Safety, Phase in-Phase out Plans. 1.0 Personnel. The contractor shall provide necessary personnel to maintain performance standards and accomplish required services within specified time frames. Contractor personnel shall be legal residents of the United States. The Government reserves the right to request and review documentation (e.g., certificates, training records, work records) certifying the personnel filling positions. The Government reserves the right to refuse to permit any contractor employee to perform services under this SOO. Key Personnel. The contractor shall identify the Program Manager and all key personnel in the proposal. The Contractor shall assign Key Personnel whose names were identified in the quote and who are integral to the performance of the task requirements. The contractor shall assign Key Personnel as a primary point of contact between the customer and the COR. The contractor shall represent/acknowledge that all personnel assigned to this contract are capable of working independently and with demonstrated knowledge, skills and expertise in their respective functional areas, which are necessary to perform all assigned duties. If the contractor personnel do not possess the expertise necessary to perform the tasks required under this SOO, then the contractor shall be responsible for appropriate training and/or replacing the personnel. 1.2 Substitution of Key Personnel. The Contractor shall not substitute Key Personnel during the first ninety (90) days of the task performance period unless the substitutions are unavoidable because of the incumbent's sudden illness, death or termination of employment; contractor shall promptly notify the COR. After the initial 90-day period, the contractor shall submit to the COR all proposed substitutions at least 30 days in advance. All requests for approval of substitutions hereunder must be in writing and provide a detailed explanation of the circumstances necessitating the proposed substitution(s). Request must contain a complete resume for the proposed substitute, who shall have at least equal ability and qualifications, and any other information requested by the Contracting Officer to approve or disapprove the proposed substitution. The Contracting Officer and COR will evaluate such requests and promptly notify the contactor of approval or disapproval thereof, in writing. 1.3 Other than Key Personnel. Vacant positions for other than key personnel shall be made within 14 calendar days from date of vacancy. The contractor shall notify the COR and customer when a vacancy has occurred within five work days 2. Independent Government Estimate (Labor). Attachment A contains positions by location for which the government estimates the contractor will be required to provide support. The estimated number of required annual hours and the year of the contract the hours will be required is indicated. Employee Requirements. All contractor employees shall be literate in the English language to the extent of being able to read and understand all Work Processes, Orders, Regulations, safety, health, and security regulations and traffic signs posted on Government property. English shall be used for all correspondence, deliverables, and presentations. In addition, each contractor employee shall be able to read and understand the following: 1. Any regulations, directives, or policies that a person must know in order to accomplish the required services 4. Standards of Conduct. The contractor shall maintain satisfactory standards of employee competency and conduct, and for taking disciplinary actions against his employees as necessary. The contractor shall remove from the job site any contractor employee found under the influence of alcohol, illegal drugs, or any other incapacitating agent during the tour of duty. The contractor shall remove any employee whose conduct or appearance debase or discredit the government. The government reserves the right to require removal from the job site of any contractor employee who endangers persons or property, whose continued employment is inconsistent with the interests of military security, or whose presence deters the accomplishment of required services. In such cases, the Contracting Officer or COR will advise the contractor of the reason for requesting an employee's removal, or withdrawal of his authorization to enter the installation. The Governments exercise of its right to grant and revoke access by particular individual(s) to its facilities will not constitute a breach or change to this effort, regardless of whether said individual(s) is thereby precluded from performing work. 5. Appearance of Personnel. Personnel in administrative areas and personnel whose duties involve them in briefings and instructional projects on and off the government installations, must be clean, well groomed, and wear appropriate attire. Other contractor personnel shall wear appropriate attire commensurate with their positions and safety requirements. The Government has the final approval on requests for special clothing needs and wearing of such. If the contractor deems it necessary for uniforms, the design and color of these uniforms shall be submitted to the government for approval. 6. OFF-Duty Government Personnel. The contractor shall not hire off-duty Contracting Officer Representative (COR) personnel nor any other person whose employment would, or appear to, result in a conflict of interest. The contractor is cautioned that off-duty active military personnel hired under this effort may be subject to permanent change of station, change in duty hours, or deployment. Military Reservists and National Guard members employed by the contractor may be called to active duty and their absence shall not constitute an excuse for not performing the requirements of the PWS. 7. Fraud, Waste, and Abuse. The contractor shall maintain proper conduct and good discipline with government provided equipment, materials and in the work areas. Contractor personnel shall be alert to suspected situations of fraud, waste, and abuse against the Government that are observed during the performance of this effort. The contractor shall take corrective action within his area and immediately report these situations to the COR. 8. Smoking. Contractor personnel shall comply with all DOD and local regulatory requirements, which establish uniform policies governing smoking in and around Government owned buildings. 9. Performance. The contractor shall meet performance standards listed in this SOO and shall not be relieved of any performance requirements because of waiting for GFE/GFM or GFI. The only deviation to required work efforts allowed will be for GFE/GFM or GFI not available to permit contractor employees to conduct the efforts established by the standards in this SOO. In those cases where a deviation is required the COR will be notified. 10. Quality Control Program. The contractor shall establish and maintain a Quality Control Program (QCP) to ensure the requirements of this SOO are provided as specified. The contractors shall submit to the government their quality processes in the form of a Quality Control Plan This plan shall be submitted to the Contracting Officer for review as part of the Task Order Management Plan and acceptance or rejection and further modification with the Proposal and the Final submission NLT 15 days after contract award date. The Contracting Officer will notify the contractor of acceptance or required modifications to the plan and any adjustment allowed to the performance date. The contractor shall make appropriate modifications (at no additional costs to the Government) and obtain acceptance of the plan by the Contracting Officer. The contractor shall appoint a Quality Control representative that is knowledgeable of the necessary requirements of this program. Updates to the plan to assure compliance to the SOO requirements are the responsibility of the contractor as part of normal preventive and corrective actions. The plan shall include, but not be limited to, the following: Be structured to assure the individual responsible for Quality Control (QC) is authorized by the organization to take actions described. Contain procedures for written and verbal communication with the Government regarding performance of the contract Contain clear, measurable, and acceptable levels of performance Contain procedures for preventing defects and deficiencies, early detection of problems, and handling corrective actions without dependence upon Government intervention Contain surveillance procedures for each service to be monitored under this SOO. These procedures shall identify the list of items under surveillance, who will perform the surveillance, the frequency and method of surveillance, and procedures for correction of deficiencies. Include a system to investigate and resolve customer complaints forwarded by the Government. The investigation results shall be documented and forwarded to the Government to include immediate corrective actions to prevent future complaints. Provide a record of all contractor QC checks and corrective actions. These files shall be maintained by the contractor and shall be available upon request to the COR during the performance period. 11. Contracting Officers Representative (COR). The COR is a representative of and appointed by the Contracting Officer and will participate in the administration of this contract, except where exemptions have been approved by the Contracting Officer. Subsequent to the contract award, the identity of the COR with a brief resume of their duties and authority will be furnished to the successful bidder. Any matter alleging a change to the scope, prices, terms, or conditions of this contract shall be referred to the Contracting Officer and not to the COR. The COR will represent the Contracting Officer in the technical phases of the work, but will not be authorized to change any of the terms and conditions of this SOO. The COR will act in a liaison capacity to coordinate activities between the Contracting Officer and as required in the performance of work under this SOO. 12. Quality Assurance. According to the Inspection of Services clause, the Government will evaluate the contractors performance. The Evaluator (normally the COR) will follow the methods of surveillance and document surveillance observations as specified in the Performance Standards Metrics through a government developed Quality Assurance Surveillance Plan (QASP). When an observation indicates defective performance, the Evaluator will require the Program Manager or designated on-site contractor representative to initial the observation to acknowledge the deficiency. The acknowledgement of the observation does not necessarily constitute contractor concurrence with the observation, only that the contractor has been made aware of the defective performance. Government surveillance of tasks not listed in the Performance Standards Metrics or by methods other than listed in the Metrics (such as provided for by the Quality Assurance Surveillance Plan (QASP) may occur during the performance period of this contract. Such surveillance will be done according to the QASP. Any action taken by the Contracting Officer as a result of surveillance will be according to the terms of this contract. 13. Performance Evaluation Meetings. The contractor Program Manager may be required to meet at least weekly with the COR during the first month of the performance period. Meetings will be as often as necessary thereafter as determined by the COR. However, if the contractor PM requests, a meeting will be held whenever a Contract Discrepancy Report (CDR) is issued. The written minutes of all performance evaluation meetings will be prepared by the Government and shall be signed by the Program Manager and COR, and provided to the Contracting Officer. Should the contractor non-concur with the minutes the contractor shall so state any areas of non-concurrence in writing to the Contracting Officer within 7 workdays of receipt of the signed minutes. The minutes will be included in the contract file. 14. Security. A Facility Security Clearance is not required for performance under this SOO as noted in Section C of the Solicitation. The Contractor shall comply with installation and other applicable security requirements. Certain individuals performing specific duties may require Security clearances or favorable background checks before being assigned these duties. The government will identify these positions to the contractor at contract award. The Contractors personnel and property shall be subject to search and seizure at any time while on government installations. This includes entering, leaving, and being present within the installation boundaries. 15. Common Access Card / Contractor Identification Badges. The Contractor shall ensure that each contractor employee acquire a Government identification badge or Common Access Card (CAC) as determined by the and in accordance with (IAW) host government installation procedures. This process will be expedited by guidance provided by the COR and as provided below. Contractor employee CAC/Contactor Identification badges must be displayed at all times IAW MARCORLOGCOM Policy Statement 1-09. a. Common Access Card Instructions. The work performed under this contract may require contractor employees to have access to a Department of Defense (DoD) computer system. In order to gain access, contractor personnel will be required to complete a background check through the Provost Marshalls Office (PMO) as the Base/Post where work will be performed. The PMO office will send an email to the appropriate designated Trusted Agent (TA). The TA will provide the contractor with a DD 1172 Application for Uniformed Services Identification Card DEERS Enrollment. Once the form is completed and approved, the TA will enter the information into the Contractor Verification System (CVS). The CVS will create a profile for the contractor employee. Once the background check is completed, PMO will send an email to the TA, the contractor employee, and Pass and ID. Upon receipt of the PMO email, Pass and ID will email instructions to the contractor employee to report to them in order to receive the authorized Common Access Card (CAC). Login to the computer system will be accomplished only with the CAC. The processes described above apply specifically to MCLB, Albany, GA. Other host government facilities may have different or additional requirements, however, the contractor shall comply with those requirements. 16. Physical Security. The contractor shall safeguard all Government property. At the close of each work period or shift, facilities and equipment shall be secured IAW Government Host Facility instructions. 17. Restricted Areas. The contractor shall comply with restricted area procedures and instructions. Contractor personnel working in restricted areas may be required to sign in and out, and state the nature of business at the entrance point. Work in restricted areas after normal duty hours shall be coordinated with the respective Restricted Area Security Officer through the COR. 18. Government Office Areas. Government and Contractor personnel will be working in work areas simultaneously during normal working hours. The contractor shall cooperate with the personnel in the immediate area where any service or maintenance work is being performed. Work performed after normal duty hours shall be coordinated with the COR. 19. Key Control. The COR is responsible for issuing keys to the contractor. The contractor shall establish a key control system to ensure that none of the keys issued to contractor personnel are lost, misplaced, or used by unauthorized persons. The contractor shall not duplicate Government keys. 20. Visitors and Inspectors. The contractor shall verbally notify the COR of all official visitors or inspectors prior to their being granted access to Government facilities on the host installation. The COR will inform the contractor if access is to be granted. After each visit or inspection, the contractor shall report in writing to the COR giving the names of the visitors and the purpose of their visit. All recommendations and required actions from Government inspections will be documented by the inspecting agency and delivered to the COR for resolution. 21. Removal of Government Furnished Equipment. In no case, without prior approval of the COR, will any Government furnished equipment be removed from any government facility or installation. The Government reserves the right to request an inventory of Government provided equipment items at any time. 22. Disclosure of Government Information. Contractor personnel shall comply with security requirements with regard to disclosures of intelligence and proprietary sensitive information. No such information shall be provided by contractor personnel to any outside agency without the prior approval of the COR. All contractor personnel will complete Non-disclosure forms. 23. Hours of Operation. With the exception of work required to be accomplished outside regularly scheduled hours, and only after approval by the COR, all work shall be performed during normal working hours of 0730 to 1630 Local Time, Monday through Friday, excluding Federal holidays. The COR will be provided the flexibility to request an adjustment to the work schedule to meet emerging requirements without placing any contractor employee into an overtime situation. This requested adjustment will be provided to the contractor no less than 24 hours prior to adjustment unless the emerging situation does not allow that level of advance notice. 24. Continuity of Services. The Contractor recognizes that the services under this contract are considered vital to the Government and must be continued without interruption and that, upon contract expiration, a successor, either the Government or another contractor, may continue services. The contractor agrees to (1) furnish phase-in training and (2) exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. 25. Legal Federal Holidays. Except as otherwise specified, routine work shall not be scheduled on holidays or holidays observed in lieu thereof. See Section C, for a listing of Federal holidays to be used for this contract. The basic workweek is Monday through Friday. If a holiday falls on a Saturday, the preceding Friday is the holiday. If a holiday falls on a Sunday, the following Monday is the holiday. 26. Installation Closures. When an unforeseen installation closure occurs on a regularly scheduled day of work, the Government shall have the following options: a. Reschedule the work so it is performed the following day unless the following day falls on a weekend. Routine work is not scheduled for Saturday or Sunday. b. Reschedule the work on any day that is mutually satisfactory. 27. Government-Furnished Items (material, information, equipment). The contractor shall specifically identify in their proposal the type, amount, and time frames required for any government resources, excluding those listed below. The Government will provide the following for on-site personnel at designated government installations: Office space, warehouses, computers, software, telephones, fax, copiers, printers, LAN access, supplies, small material handling equipment and other items necessary to perform contract duties. The government will also provide all maintenance required to keep these facilities and equipment in proper working order. Standard Operational Procedures, regulations, manuals, texts, briefs and other materials associated with the project and the hardware/software noted throughout. 28. Communication Devices. The Contractor shall provide communication devices for official purposes only. For the purpose of this contract, select contractor personnel, shall be required to maintain communications with the C4 at all times. To facilitate this communication, those personnel identified by the C4 (See attachment A) shall be issued by the contractors corporate office either a Blackberry/cell phone combination or cell phone for the time they are employed by the contractor in support of this program. The contractor shall bill the costs of the communication devices and the monthly service charge as an ODC. The contractor shall use all due diligence to obtain the lowest cost service available to meet mission requirements. The contractor shall propose the cost of these devices as part of their proposal. 29. Training. Training of contractor employees assigned to this contract shall be performed at the contractors own expense, with these exceptions: When the Government has given prior approval for training to meet special requirements that are peculiar to the environment and/or operations. Limited contractor employee training may be authorized if the Government changes hardware or software during the performance of this contract, and it is determined to be in the best interest of the Government. In the event that the Government has approved and paid for contractor employee training, reimbursement shall not be authorized for costs associated with re-training replacement individual(s) should the employee(s) terminate from this contract. Costs that are not authorized include, but are not limited to; labor, travel, and any associated re-training expenses. 30. Travel. Travel will be required to fulfill the requirements of this contract. The contractor shall ensure that the requested travel costs will not exceed what has been authorized in the contract. Contractor incurred expenses resulting from Government-directed travel are cost reimbursable but are limited by the Government Joint Travel Regulations (JTR) and must be pre-approved by the government. Travel requests will be submitted to the COR for official approval prior to executing any travel. Travel reports identifying all outcomes and action items shall be provided to the COR within five working days after completing travel. Failure to comply with this requirement may result in rejection of invoices and/or non-payment. The government will provide an estimate of any anticipated travel costs for the contractor to use in their proposal. Travel to OCONUS locations may be required. When directed to travel to these locations the contractor shall comply with all established rules and regulations for this travel as specified in the contract. Additionally, contractor personnel performing this type travel shall comply with all MARCORLOGCOM directives as the sponsoring agency. Locations and the duration of travel cannot be established at this time so an estimated travel budget of (See Attachment B) for the entire effort (inclusive of G&A, if applicable) is established. If the contractor determines that required travel will exceed the estimated travel, the contractor shall notify the COR when 75% percent of the estimated allowance has been billed and request additional funding be applied to cover the directed travel costs 31. Other Direct Costs Non- Travel (ODCs). The contractor may be required to obtain supplies, services and/or materials for the performance of this contract. Those supplies, services and/or materials must be incidental to and associated with the overall functions being performed through this contract. The contractor shall abide by the requirements of the FAR in acquiring supplies, services and/or materials, and must maintain files in such a manner that the Contracting Officer could review them upon request to ensure compliance with federal procurement regulations; however, price reasonableness should always be determined prior to selecting a teammate or partner. In addition to the requirements identified above, the contractor shall request in writing in advance and obtain approval from the COR prior to making any ODC purchase. 32. Phase in-Phase out Plan. General. The winning offeror will be required to provide a phase-in/out plan for the Program. This plan will comprehensively detail the process of how turnover between the two contractors will be conducted. Applicability. The Phase-In/Phase-Out Plan shall be limited to 5 pages. Transition Tasks. This part identifies general tasks applicable to the contractor as either the successful offeror (new awardee) or the incumbent. Tasks identified in this part and in the Phase-In/Phase-Out Plan are directive and shall be accomplished in addition to the requirements identified in the PWS. Transition Period. The government will define the contract transition period. This period will be a maximum of 30 calendar days. (a) Transition Goals: The successful offeror will assume responsibility for performance of all tasks required by the PWS within 30 days of contract award. The successful offeror will complete all physical modifications to property and / or facilities within 60 calendar days of contract award. The successful offeror will assume control and accountability of all GFE, GFM, GFI and appropriate facilities from the incumbent as of the date that the government accepts the joint inventory. Phase-In. The winning offeror will: Assign requisite Program Management staff and necessary transition personnel. Assemble and collocate a transition team. Provide enough personnel to ensure continuous support during all transition phases. Provide 100% staffing to fulfill contract requirements within calendar 15 days but no later than 30 calendar days after award of contract. Provide 100% staffing of key personnel to fulfill contract requirements no later than 10 calendar days after award of contract. Ensure personnel are fully qualified to fulfill contract requirements in accordance with written timelines. Assume responsibility from the incumbent in accordance with written deadlines. Phase-Out. The incumbent will: Support operations in accordance with the PWS until control is passed to the successful offeror. Provide all historical records including vendor lists, maintenance records, inventory records, all archived data (user names and passwords), all pending requisition data, and any other government owned information. Transfer all Standard Operating Procedures (SOP). Transfer knowledge regarding processes and procedures unique to this contract. Prepare a final closeout report detailed transition activities and concerns for contract closeout. 33. TECHNICAL INSTRUCTIONS: Performance of work under this contract may be subject to written or verbal technical instructions signed by the COR. As used herein, technical instructions are defined to include the following and shall not be construed to be issued in a supervisory capacity: (1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, redirect work emphasis, fill in Details, provide safety alerts and otherwise serve to accomplish the contractual Performance Work Statement. (2) Guidelines to the Contractor which assist in the interpretation of specifications or technical portions of work descriptions or processes. (a) Technical instructions must be within the general scope of work stated in the PWS. Technical instruction may not be used to: (1) Assign additional work under the task order; (2) Direct a change as defined in the "CHANGES" clause in this task order; (3) Increase or decrease the task order price or estimated task order amount (including fee), as applicable, the level of effort, or the time required for contract performance; or (4) Change any of the terms, conditions or specifications of the task order. (2) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the task order or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer through the COR in writing within ten (10) working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by the technical instruction unless and until the Contractor is notified by the Contracting Officer that the technical instruction is within the scope of the task order. XII. List Of Attachments: Independent Government Estimate, Labor by Position and Location Independent Government Estimate, Travel, Other Direct Costs and Training Directives and References SOLICITATION RESPONSE REQUIREMENTS OFFERORS PROPOSALS WILL BE EVALUATED AGAINST THE EQUIRMENTS IN SECTION L USING THE FACTORS AND SUB-FACTORS IN SECTION M OF THE SOLICITATION The placement of estimated hours and/or labor category mix in this SOO simply indicate an historical workload for this type effort and does not indicate the government requires the offer to adhere to these numbers or categories in their proposal. The government encourages the offeror to propose innovative solutions to meet the requirements of this SOO that do not necessarily adhere to the governments estimate of labor hours, labor categories. Where no labor hours or labor categories are indicated, the government encourages the offeror to propose a realistic mix of labor hours and categories that will meet the objectives of this SOO at the best value to the government. ATTACHMENT A Independent Government Labor Estimate, Labor by Position and Location BASE YEAROY-1OY-2OY-3OY-4POSITIONLOCATIONSOO PARAComm DeviceHoursHoursHoursHoursHoursProject ManagerMCLB Albany, GAV37443875401141514296Systems Analyst/ProgrammerMCLB Albany, GAV13,10413,56314,03714,52915,037Associate Systems Analyst/ ProgrammerMCLB Albany, GAV14,97615,50016,04316,60417,185Senior Software Design EngineerMCLB Albany, GAV18721938200520762148Program ManagerMCLB Albany, GAV468484501519537Principal Engineer/ AnalystMCLB Albany, GAV468484501519537Program Control AnalystMCLB Albany, GAV120124129133138Technical WriterMCLB Albany, GAV234242251260269Logistics AnalystMCLB Albany, GAV618640662685709 ATTACHMENT B Independent Government Estimate, Travel and Other directs Costs. Travel and ODCs will be bulk funded by the government as a Not To Exceed amount BASE YEAROY-1OY-2OY-3OY-4POSITIONTotalTotalTotalTotalTotalTravel7,0007,2507,5007,8008000ODCs1,0001,1001,1001,1001,200 Attachment C Directives and References DoD 8570.01 IA Workforce Improvement Program DoD 5200.40 DITSCAP USMC, LOGCOM, C4 Regulations and Instructions. THIS PAGE INTENTIALLY LEFT BLANK STATEMENT OF OBJECTIVES (SOO) FOR TRAINING SUPPORT for MARINE CORPS LOGISTICS COMMAND FFP Task Area 5 I. PURPOSE: The purpose of this SOO is to obtain contractor support with the knowledge, skills and abilities for the development of ongoing strategic and operational level training support, which supports both the strategic missions of Marine Corps Logistics Command (MARCORLOGCOM) and as described in paragraph V of this SOO. Training opportunities for the Logistics Command will ensure that the MARCORLOGCOM workforce is positioned for professional success. Affording the correct tools and opportunities for the employees will result in their knowledge expansion and provide their ability to secure new skill sets. Training access creates the necessary flexibility and provides the intellectual capital within the enterprise providing the execution of innovative and emerging logistics solutions. II. BACKGROUND: The MARCORLOGCOM performs a variety of functions/tasks to provide worldwide, integrated logistics/supply chain and distribution management; depot level maintenance management; and strategic prepositioning capability in support of the operating forces and other supported units to maximize their readiness and sustainability and to support enterprise and program level Total Life Cycle Management. With the evolution of Performance Based Logistics, and the Commanders direction to continually analyze and update Logistics Systems, the command requires continual training and education relative to the modernization of Logistics Operations processes and support methodologies. Coupled with the increased scope and range of current operations due to extended overseas contingency commitments, maintaining an educated, effective and supported workforce is paramount to mission success. III. SCOPE: This SOO describes the requirements, level of effort, services and expected outcomes for the contractor to provide qualified personnel to successfully complete the tasks assigned in support of the MARCORLOGCOM. The PWS should cover support that will enhance/augment the commands workforce development efforts by providing support in the areas of training for supply operations, logistics programmatic functions, equipment operations and equipment sustainment. This SOO establishes scope from which Individual Task Orders may be awarded. IV. PERIOD AND PLACE OF PERFORMANCE: 1. The Government will award a Firm Fixed Price (FFP) Contract with 1 Base Year and 4 Option Years. The period of performance is the date of award for 12 continuous months for the Base and each Option Year. Award terms for Option Years will be contingent upon how well the Contractor successfully meets the mission essential performance requirements as specified in the PWS. 2. The primary location for these efforts is Marine Corps Logistics Base, Albany, GA. government on-site and additional sites both Conus and Oconus. V. PROGRAM OUTCOMES and OBJECTIVES: Outcomes 1. Obtain Contractor instructional and training support services for the Marine Corps Logistics Command at various training sites. Contractor support services shall include; Provides instruction to individuals, teams, and groups from across the Marine Corps Enterprise on selected subject matter; Prepare educational and instructional course materials such as outlines, Instructors guides, student workbooks, instructional presentation media, test booklets, and survey forms. Develops interactive courseware content and coordinates courseware automation. 2. The Contractor shall furnish all course materials, equipment and services necessary to achieve the outcomes described, except for any Government Furnished Resources specified.. The course materials shall include instructor manuals, student manuals, media, case studies, exercises and other related materials required for instruction. Performance Objectives To provide the desired outcomes of this effort, the contractor shall meet the following performance objectives in support of MARCORLOGCOM and other Marine Corps Commands. 1.1 INSTRUCTION SERVICES Provide instruction services in support of MARCORLOGCOM including applied exercises resulting in the attainment and retention of knowledge, skills, and attitudes regarding the war fighting platforms, systems, and processes they support and maintain across the enterprise. The Contractors instructors shall provide expert skills and knowledge to deliver instructions in the following areas/curriculum: Supply and value chain management Property and inventory management Distribution and transportation management Maintenance of equipment and facilities Power Projection Training Program of Instruction HAZMAT disposal and safe procedures training Web-based training modules Technical training Training in the use of equipment utilized by the Marine Corps such as infantry combat equipment, chemical/ biological defense equipment Curriculum development Training monitoring system development Performance Based Logistics Training Strategic Management Training IBM z/OS mainframe environment training for legacy logistics automated info systems LEAN practices Competency Alignment initiatives Workforce training efforts related to organizational development initiatives Human Capital Strategies Process improvement initiatives 1.2 Course development Services Conduct course development and presentation to ensure continuity of training material, consistency of layout, presentation, and flow of subject matter. 1.3 Computer Based Training Use Computer Based Training when and where feasible as a delivery methodology, to include knowledge of distance learning technologies. 1.4 Visual training Aids Provide for the use of training aids and, desktop video conferencing, multimedia, audio, graphics and other instructional assistance tools in the performance of these efforts. VI. TRANSITION: The Contractor shall begin the phase-in efforts immediately after contract award. The Contractor shall submit a Transition Plan as part of their proposal. In this plan, the Contractor shall specify how it will phase in seamless Personnel Staffing and Support so that no delay or down time is experienced and perform Phase out at Task completion. In the plan, the Contractor shall include adequate time to hire appropriate personnel, conduct inventories, assume equipment control, issue subcontracts, etc after Task Order award. The Government will provide familiarization training of various Government organizations to the contractor should the Government determine that such familiarization training is necessary. As a minimum, the contractor shall familiarize its supervisors, key personnel and staff with existing equipment, reporting, work scheduling and procedures. During the phase-in period, the contractor shall be responsible for finalizing all employee clearance requirements. The contractor shall complete the necessary steps for assumption of the operation during the phase-in period and shall meet all requirements as specified in the PWS with the beginning of full performance. 2. To ensure a smooth phase-out to the next service provider in the event no Option year is exercised or a new contractor is selected at contract recompete, and to prevent possible decreases in productivity or service quality, the contractor shall provide a 60 calendar day phase- in period prior to Contract conclusion date. During this period, the contractor shall make available to key incoming contractor personnel, representatives of the incumbent contractor who are versed in the operation of the functions to be performed. This service shall be made available to explain procedures for conducting Government business show the next contractor various work sites, introduce the contractor to customer representatives, etc. During this period, the incumbent contractor shall provide required training related to current processes and conduct material, equipment, and tools transfers. Inventories shall be conducted jointly with the Government representatives and representatives of the incoming contractor. VII. CONSTRAINTS: 1. Data Management: a. The goal of the Government is to minimize the delivery of data in Government format and hardcopy and to maximize the use of a contractor-maintained electronic data library in Microsoft Applications with data required to support this effort activities in contractor format using Microsoft Applications unless otherwise requested by the government. All data developed in support of the performance objectives of the PWS shall become the property of the US Government upon delivery. 2. Acronyms and Definitions: a. The contractor shall obtain Acronym Descriptions and Definitions from the following website. For any unique term or acronym in this document not found at the site, the government will provide the definition or description upon request.  HYPERLINK "http://www.dtic.mil/doctrine/dod_dictionary/" http://www.dtic.mil/doctrine/dod_dictionary/ STAFFING: Staffing for the positions identified in support of this effort will be done through the issuance of technical direction concurrent with the issuance of task orders as the needs of the government are determined. 4. Travel: a. Travel in support of this effort will be required. All requests for Travel will be preapproved by the government. Travel reimbursements will be in accordance with the Joint Federal Travel regulations. Trip report submission shall be in accordance with paragraph X 1.32 of this SOO. VIII. DELIVERABLES: DeliverableDue DateMedium & FormatNumber Of Copies Deliverable Description: IX. Performance Metrics: ObjectivesStandardAQLMonitoring MethodProvide instruction services in support of MARCORLOGCOM activities Course development Services Computer Based Training Visual training Aids Ensures the attainment and retention of knowledge, skills, and attitudes for the subjects taught. All course material and instructional aids meet the most current standards. Usable on existing MARCORLOGCOM computer and audio/video systems with no modifications. All visual aids accurately depict the course material supported.  90% of students acknowledge comprehension of class objectives. 2 or less informational errors in course material for each 60 minute instructional period. 100 % compliance with NMCI system parameters. 2 or less mis- identified elements between the aid and the item represented. Student survey after each class. Document review Software analysis Comparison with item represented  X. Additional Contractor Requirements: 1.0 Personnel. The contractor shall provide necessary personnel to maintain performance standards and accomplish required services within specified time frames. Contractor personnel shall be legal residents of the United States. The Government reserves the right to request and review documentation (e.g., certificates, training records, work records) certifying the personnel filling positions. The Government reserves the right to refuse to permit any contractor employee to perform services. Key Personnel. The contractor shall identify the Program Manager and all key personnel in the proposal. The Contractor shall assign Key Personnel whose names were identified in the quote and who are integral to the performance of the task requirements. The contractor shall assign Key Personnel as a primary point of contact between the customer and the COR. The contractor shall represent/acknowledge that all personnel assigned to this contract are capable of working independently and with demonstrated knowledge, skills and expertise in their respective functional areas, which are necessary to perform all assigned duties. If the contractor personnel do not possess the expertise necessary to perform the tasks required under this effort, then the contractor shall be responsible for appropriate training and/or replacing the personnel. 1.2 Substitution of Key Personnel. The Contractor shall not substitute Key Personnel during the first ninety (90) calendar days of the task performance period unless the substitutions are unavoidable because of the incumbent's sudden illness, death or termination of employment; contractor shall promptly notify the COR. After the initial 90-day period, the contractor shall submit to the COR all proposed substitutions at least 30 calendar days in advance. All requests for approval of substitutions hereunder must be in writing and provide a detailed explanation of the circumstances necessitating the proposed substitution(s). Request must contain a complete resume for the proposed substitute, who shall have at least equal ability and qualifications, and any other information requested by the Contracting Officer to approve or disapprove the proposed substitution. The Contracting Officer and COR will evaluate such requests and promptly notify the contactor of approval or disapproval thereof, in writing. 1.3 Other than Key Personnel. Vacant positions for other than key personnel shall be made within 20 calendar days from date of vacancy. The contractor shall notify the COR and customer when a vacancy has occurred within five work days. 1.4 Independent Government Estimate (Labor). The government estimate for labor for this effort is identified in Attachment A. Employee Requirements. All contractor employees shall be literate in the English language to the extent of being able to read and understand all Work Processes, Orders, Regulations, safety, health, and security regulations and traffic signs posted on Government property. English shall be used for all correspondence, deliverables, and presentations. In addition, each contractor employee shall be able to read and understand the following: 1. Any regulations, directives, or policies that a person must know in order to accomplish required services identified in the PWS. 1.6 Standards of Conduct. The contractor shall maintain satisfactory standards of employee competency and conduct, and for taking disciplinary actions against his employees as necessary. The contractor shall remove from the job site any contractor employee found under the influence of alcohol, illegal drugs, or any other incapacitating agent during the tour of duty. The contractor shall remove any employee whose conduct or appearance debase or discredit the government. The government reserves the right to require removal from the job site of any contractor employee who endangers persons or property, whose continued employment is inconsistent with the interests of military security, or whose presence deters the accomplishment of required services. In such cases, the Contracting Officer or COR will advise the contractor of the reason for requesting an employee's removal, or withdrawal of his authorization to enter the installation. The Governments exercise of its right to grant and revoke access by particular individual(s) to its facilities will not constitute a breach or change to the PWS, regardless of whether said individual(s) is thereby precluded from performing work.. 1.7 Appearance of Personnel. Personnel in administrative areas and personnel whose duties involve them in briefings and instructional projects on and off the government installations, must be clean, well groomed, and wear appropriate attire. Other contractor personnel shall wear appropriate attire commensurate with their positions and safety requirements. The Government has the final approval on requests for special clothing needs and wearing of such. If the contractor deems it necessary for uniforms, the design and color of these uniforms shall be submitted to the government for approval. 1.8 OFF-Duty Government Personnel. The contractor shall not hire off-duty Contracting Officer Representative (COR) personnel nor any other person whose employment under this effort would, or appear to, result in a conflict of interest. The contractor is cautioned that off-duty active military personnel hired under this effort may be subject to permanent change of station, change in duty hours, or deployment. Military Reservists and National Guard members employed by the contractor may be called to active duty and their absence shall not constitute an excuse for not performing the requirements of PWS. 1.9 Fraud, Waste, and Abuse. The contractor shall maintain proper conduct and good discipline with government provided equipment, materials and in the work areas. Contractor personnel shall be alert to suspected situations of fraud, waste, and abuse against the Government that are observed during the performance of this effort. The contractor shall take corrective action within his area and immediately report these situations to the COR. 1.10 Smoking. Contractor personnel shall comply with all DOD and local regulatory requirements, which establish uniform policies governing smoking in and around Government owned buildings. 1.11 Performance. The contractor shall meet performance standards listed for this effort. The only deviation to required work efforts allowed will be for GFE/GFM or GFI not available to permit contractor employees to conduct the efforts established by the standards in the PWS. In those cases where a deviation is required the COR will be notified. 1.12 Quality Control Program. The contractor shall establish and maintain a Quality Control Program (QCP) to ensure the requirements in the PWS are provided as specified. The contractors shall submit to the government their quality processes in the form of a Quality Control Plan This plan shall be submitted to the Contracting Officer for review as part of the Task Order Management Plan and acceptance or rejection and further modification with the Proposal and the Final submission NLT 15 calendar days after contract award date. The Contracting Officer will notify the contractor of acceptance or required modifications to the plan and any adjustment allowed to the performance date. The contractor shall make appropriate modifications (at no additional costs to the Government) and obtain acceptance of the plan by the Contracting Officer. The contractor shall appoint a Quality Control representative that is knowledgeable of the necessary requirements of this program. Updates to the plan to assure compliance to the PWS requirements are the responsibility of the contractor as part of normal preventive and corrective actions. The plan shall include, but not be limited to, the following: Be structured to assure the individual responsible for Quality Control (QC) is authorized by the organization to take actions described. Contain procedures for written and verbal communication with the Government regarding performance of the contract Contain clear, measurable, and acceptable levels of performance Contain procedures for preventing defects and deficiencies, early detection of problems, and handling corrective actions without dependence upon Government intervention Contain surveillance procedures for each service to be monitored. These procedures shall identify the list of items under surveillance, who will perform the surveillance, the frequency and method of surveillance, and procedures for correction of deficiencies. Include a system to investigate and resolve customer complaints forwarded by the Government. The investigation results shall be documented and forwarded to the Government to include immediate corrective actions to prevent future complaints. Provide a record of all contractor QC checks and corrective actions. These files shall be maintained by the contractor and shall be available upon request to the COR during the performance period. 1.13 Contracting Officers Representative (COR). The COR is a representative of and appointed by the Contracting Officer and will participate in the oversight of this contract, except where exemptions have been approved by the Contracting Officer. Subsequent to the contract award, the identity of the COR with a brief resume of their duties and authority will be furnished to the successful bidder. Any matter alleging a change to the scope, prices, terms, or conditions of this contract shall be referred to the Contracting Officer and not to the COR. The COR will represent the Contracting Officer in the technical phases of the work, but will not be authorized to change any of the terms and conditions of the PWS. The COR will act in a liaison capacity to coordinate activities between the Contracting Officer and as required in the performance of work.. 1.14 Quality Assurance. According to the Inspection of Services clause, the Government will evaluate the contractors performance. The Evaluator (normally the COR) will follow the methods of surveillance and document surveillance observations as specified in the Performance Standards Metrics through a government developed Quality Assurance Surveillance Plan (QASP). When an observation indicates defective performance, the Evaluator will require the Program Manager or designated on-site contractor representative to initial the observation to acknowledge the deficiency. The acknowledgement of the observation does not necessarily constitute contractor concurrence with the observation, only that the contractor has been made aware of the defective performance. Government surveillance of tasks not listed in the Performance Standards Metrics or by methods other than listed in the Metrics (such as provided for by the Quality Assurance Surveillance Plan (QASP) may occur during the performance period of this contract. Such surveillance will be done according to the QASP. Any action taken by the Contracting Officer as a result of surveillance will be according to the terms of this contract. 1.15 Performance Evaluation Meetings. The contractor Program Manager may be required to meet at least weekly with the COR during the first month of the performance period. Meetings will be as often as necessary thereafter as determined by the COR. However, if the contractor PM requests, a meeting will be held whenever a Contract Discrepancy Report (CDR) is issued. The written minutes of all performance evaluation meetings will be prepared by the Government and shall be signed by the Program Manager and COR, and provided to the Contracting Officer. Should the contractor non-concur with the minutes the contractor shall so state any areas of non-concurrence in writing to the Contracting Officer within 7 workdays of receipt of the signed minutes. The minutes will be included in the contract file. 1.16 Security. A Facility Security Clearance is not required for performance under the PWS as noted in Section C of the Solicitation. The Contractor shall comply with installation and other applicable security requirements. Certain individuals performing specific duties may require Security clearances or favorable background checks before being assigned these duties. The government will identify these positions to the contractor at contract award. The Contractors personnel and property shall be subject to search and seizure at any time while on government installations. This includes entering, leaving, and being present within the installation boundaries. 1.17 Common Access Card / Contractor Identification Badges. The Contractor shall ensure that each contractor employee acquire a Government identification badge or Common Access Card (CAC) as determined by the and in accordance with (IAW) host government installation procedures. This process will be expedited by guidance provided by the COR and as provided below. Contractor employee CAC/Contactor Identification badges must be displayed at all times IAW MARCORLOGCOM Policy Statement 1-09. a. Common Access Card Instructions. The work performed under this contract may require contractor employees to have access to a Department of Defense (DoD) computer system. In order to gain access, contractor personnel will be required to complete a background check through the Provost Marshalls Office (PMO) as the Base/Post where work will be performed. The PMO office will send an email to the appropriate designated Trusted Agent (TA). The TA will provide the contractor with a DD 1172 Application for Uniformed Services Identification Card DEERS Enrollment. Once the form is completed and approved, the TA will enter the information into the Contractor Verification System (CVS). The CVS will create a profile for the contractor employee. Once the background check is completed, PMO will send an email to the TA, the contractor employee, and Pass and ID. Upon receipt of the PMO email, Pass and ID will email instructions to the contractor employee to report to them in order to receive the authorized Common Access Card (CAC). Login to the computer system will be accomplished only with the CAC. The processes described above apply specifically to MCLB, Albany, GA. Other host government facilities may have different or additional requirements, however, the contractor shall comply with those requirements. 1.18 Physical Security. The contractor shall safeguard all Government property. At the close of each work period or shift, facilities and equipment shall be secured IAW Government Host Facility instructions. 1.19 Restricted Areas. The contractor shall comply with restricted area procedures and instructions. Contractor personnel working in restricted areas may be required to sign in and out, and state the nature of business at the entrance point. Work in restricted areas after normal duty hours shall be coordinated with the respective Restricted Area Security Officer through the COR. 1.20 Government Office Areas. Government and Contractor personnel will be working in work areas simultaneously during normal working hours. The contractor shall cooperate with the personnel in the immediate area where any service or maintenance work is being performed. Work performed after normal duty hours shall be coordinated with the COR. 1.21 Key Control. The COR is responsible for issuing keys to the contractor. The contractor shall establish a key control system to ensure that none of the keys issued to contractor personnel are lost, misplaced, or used by unauthorized persons. The contractor shall not duplicate Government keys. 1.22 Visitors and Inspectors. The contractor shall verbally notify the COR of all official visitors or inspectors prior to their being granted access to Government facilities on the host installation. The COR will inform the contractor if access is to be granted. After each visit or inspection, the contractor shall report in writing to the COR giving the names of the visitors and the purpose of their visit. All recommendations and required actions from Government inspections will be documented by the inspecting agency and delivered to the COR for resolution. 1.23 Removal of Government Furnished Equipment. In no case, without prior approval of the COR, will any Government furnished equipment be removed from any government facility or installation. The Government reserves the right to request an inventory of Government provided equipment items at any time. 1.24 Disclosure of Government Information. Contractor personnel shall comply with security requirements with regard to disclosures of intelligence and proprietary sensitive information. No such information shall be provided by contractor personnel to any outside agency without the prior approval of the COR. All contractor employees will complete a Non-Disclosure Form. 1.25 Hours of Operation. With the exception of work required to be accomplished outside regularly scheduled hours, and only after approval by the COR, all work shall be performed during normal working hours of 0730 to 1630 Local Time, Monday through Friday, excluding Federal holidays. The COR will be provided the flexibility to request an adjustment to the work schedule to meet emerging requirements without placing any contractor employee into an overtime situation. This requested adjustment will be provided to the contractor no less than 24 hours prior to adjustment unless the emerging situation does not allow that level of advance notice. 1.26 Continuity of Services. The Contractor recognizes that the services under this contract are considered vital to the Government and must be continued without interruption and that, upon contract expiration, a successor, either the Government or another contractor, may continue services. The contractor agrees to (1) furnish phase-in training on currently used processes and (2) exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. 1.27 Legal Federal Holidays. Except as otherwise specified, routine work shall not be scheduled on holidays or holidays observed in lieu thereof, see Section C, for a listing of Federal holidays to be used for this contract. The basic workweek is Monday through Friday. If a holiday falls on a Saturday, the preceding Friday is the holiday. If a holiday falls on a Sunday, the following Monday is the holiday. 1.28 Installation Closures. When an unforeseen installation closure occurs on a regularly scheduled day of work, the Government shall have the following options: a. Reschedule the work so it is performed the following day unless the following day falls on a weekend. Routine work is not scheduled for Saturday or Sunday. b. Reschedule the work on any day that is mutually satisfactory. 1.29 Government-Furnished Items (material, information, equipment). The contractor shall specifically identify in their proposal the type, amount, and time frames required for any government resources, excluding those listed below. The Government will provide the following for conducting Training at designated government installations: Class Room sufficient to comfortably seat the required number of students for a specific class. Standard Operational Procedures, regulations, manuals, texts, briefs and other materials associated with the subject. 1.30 Communication Devices. The Contractor shall provide any communication devices for contractor personnel at his own expense. This will not be chargeable as an ODC expense against the Task Order. 1.31 Travel. Travel will be required to fulfill the requirements of this contract. The contractor shall ensure that the requested travel costs will not exceed what has been authorized in the contract. Contractor incurred expenses resulting from Government-directed travel are cost reimbursable but are limited by the Government Joint Travel Regulations (JTR) and must be pre-approved by the government. Travel requests will be submitted to the COR for official approval prior to executing any travel. Travel reports identifying all outcomes and action items shall be provided to the COR within five working days after completing travel. Failure to comply with this requirement may result in rejection of invoices and/or non-payment. The government will provide an estimate of any anticipated travel costs for the contractor to use in their proposal. Locations and the duration of travel cannot be established at this time so an estimated travel budget of (See Attachment B) for the entire effort (inclusive of G&A, if applicable) is established. If the contractor determines that required travel will exceed the estimated travel, the contractor shall notify the COR when 75% percent of the estimated allowance has been billed and request additional funding be applied to cover the directed travel costs 1.32 Other Direct Costs Non- Travel (ODCs). The contractor may be required to obtain supplies, services and/or materials for the performance of this contract. Those supplies, services and/or materials must be incidental to and associated with the overall functions being performed through this contract. The contractor shall abide by the requirements of the FAR in acquiring supplies, services and/or materials, and must maintain files in such a manner that the Contracting Officer could review them upon request to ensure compliance with federal procurement regulations; however, price reasonableness should always be determined prior to selecting a teammate or partner. In addition to the requirements identified above, the contractor shall request in writing in advance and obtain approval from the COR prior to making any ODC purchase. Phase in-Phase out Plan. General. The successful offeror will be required to provide a phase-in/out plan for the Program. This plan will comprehensively detail the process of how turnover between the two contractors will be conducted. Applicability. The Phase-In/Phase-Out Plan shall be limited to 5 pages. Transition Tasks. This part identifies general tasks applicable to the contractor as either the successful offeror (new awardee) or the incumbent. Tasks identified in this part and in the Phase-In/Phase-Out Plan are directive and shall be accomplished in addition to the requirements identified in the PWS. Transition Period. The government will define the contract transition period. This period will be a maximum of 60 calendar. (a) Transition Goals: The successful offeror will assume responsibility for performance of all tasks required by the PWS within 60 calendar days of contract award. The successful offeror will complete all physical modifications to property and / or facilities within 60 calendar days of contract award. The successful offeror will assume control and accountability of all GFE, GFM, GFI and appropriate facilities from the incumbent as of the date that the government accepts the joint inventory. Phase-In. The successful offeror will: Assign requisite Program Management staff and necessary transition personnel. Assemble and collocate a transition team. Provide enough personnel to ensure continuous support during all transition phases. Provide 100% staffing to fulfill contract requirements within 15 days but no later than 30 calendar days after award of contract. Provide 100% staffing of key personnel to fulfill contract requirements no later than 10 calendar days after award of contract. Ensure personnel are fully qualified to fulfill contract requirements in accordance with written timelines. Assume responsibility from the incumbent in accordance with written deadlines. Phase-Out. The incumbent will: Support operations in accordance with the PWS until control is passed to the successful offeror. Provide all historical records including vendor lists, maintenance records, inventory records, all archived data, all pending requisition data, and any other government owned information. Transfer all Standard Operating Procedures (SOP). Transfer knowledge regarding processes and procedures unique to this contract. Prepare a final closeout report detailed transition activities and concerns for contract closeout. 1.34 TECHNICAL INSTRUCTIONS: Performance of work under this contract may be subject to written or verbal technical instructions signed by the COR.. As used herein, technical instructions are defined to include the following and shall not be construed to be issued in a supervisory capacity: (1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, redirect work emphasis, fill in Details, provide safety alerts and otherwise serve to accomplish the contractual Performance Work Statement. (2) Guidelines to the Contractor which assist in the interpretation of specifications or technical portions of work descriptions or processes. (a) Technical instructions must be within the general scope of work stated in the PWS. Technical instruction may not be used to: (1) Assign additional work under the task order; (2) Direct a change as defined in the "CHANGES" clause in this task order; (3) Increase or decrease the task order price or estimated task order amount (including fee), as applicable, the level of effort, or the time required for contract performance; or (4) Change any of the terms, conditions or specifications of the task order. (3) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the task order or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer through the COR in writing within ten (10) working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by the technical instruction unless and until the Contractor is notified by the Contracting Officer that the technical instruction is within the scope of the task order. XI. LIST OF ATTACMENTS: Independent Government Estimate, Labor by Position and Location Independent Government Estimate, Travel and Other Direct Costs. Directives and References SOLICITATION RESPONSE REQUIREMENTS OFFERORS PROPOSALS WILL BE EVALUATED AGAINST THE REQUIRMENTS IN SECTION L USING THE FACTORS AND SUB-FACTORS IN SECTION M OF THE SOLICITATION. The placement of estimated hours and/or labor category mix in this SOO simply indicate an historical workload for this type effort and does not indicate the government requires the offer to adhere to these numbers or categories in their proposal. The government encourages the offeror to propose innovative solutions to meet the requirements of this SOO that do not necessarily adhere to the governments estimate of labor hours, labor categories. Where no labor hours or labor categories are indicated, the government encourages the offeror to propose a realistic mix of labor hours and categories that will meet the objectives of this SOO at the best value to the government. ATTACHMENT A Independent Government Estimate, Labor by Position and Location BASE YEAROY-1OY-2OY-3OY-4POSITIONLOCATIONSOO PARAComm DeviceHoursHoursHoursHoursHours ATTACHMENT B Independent Government Estimate, Travel and Other directs Costs. Travel and Other Direct Costs will be bulk funded by the government as a not To Exceed Amount. BASE YEAROY-1OY-2OY-3OY-4POSITIONTotalTotalTotalTotalTotalTravelODCs Attachment C Directives and References Additional references for specific subject matter will be provided at the Task Order level. Marine Corps Vision & Strategy 2025 Solution Planning Directive for Logistics Modernization DC CDI 3500 C06 dtd Jan 23 2006 Centralized Secondary Reparable Management Proof of Principle CMC Washington DC L LPC (UC) 031333Z Oct 08 Marine Corps-Wide continuation of Coordinated Secondary Reparable Management Naval Msg CMC 2308547 Dec 09 DoD 4140.1R Supply Chain Materiel Management Regulation DoD 5000.01 Defense Acquisition System USMC PBL Guidebook Marine Corps Order 4081.2 PBL Policy Statement 06-07, MARCORLOGCOM Leadership & Professional Development dated 15Jan07 Office of Personnel Management (OPM) Training Policy Handbook: Authorities & Guidelines dated 11May07 Memorandum of Agreement (MOA) between Commanding General (CG), MARCORLOGCOM, Albany, GA and CG, Marine Corps Installations East (MCIEAST), Camp Lejeune, NC dated April 2008 MOA between CG, MARCORLOGCOM, Albany, GA and CG, Marine Corps Installations West (MCIWEST), Camp Pendleton, CA dated March 2009 CG, MARCORLOGCOM Letter FY10 Annual Training Needs dated 11Mar09 Comptroller Guidance Letter Number 10-02, Fiscal Guidance and Procedures for Marine Corps Logistics Command Tuition Assistance and Program Degree Reimbursement dated 3Dec09 MCO P1560.25C, Marine Corps Lifelong Learning Program dated 22Dec99, Chapter 3 MARADMIN 571/05, Marine Corps Tuition Assistance (TA) Policy dated 30Nov05 BO P12000.6A, Civilian Personnel Manual, Chapter 28 MCO 12410.24, Civilian Leadership Development dated 26 Jun 97 MCO 1500.41A, Scholarship Program for Members of the Marine Corps dated 20 Aug 96 MCO 1500 series provide directives for Military Training MCO 1553.1B, The Marine Corps Training and Education System Marine Corps Systems Approach to Training (SAT) Manual, Oct 2003 MCO 1550.26 Policies and Procedures Governing Marine Corps Institute (MCI) Training and Education Products MCO 1580.7D Interservice Training MCO 1553.2A Management of Marine Corps Formal School and Training Detachments THIS PAGE INTENTIALLY LEFT BLANK STATEMENT OF OBJECTIVES (SOO) FOR CHEMICAL BIOLOGICAL RADIOLOGICAL NUCLEAR DEFENSE (CBRND) TESTING, WAREHOUSE OPERATIONS AND PROGRAM SUPPORT SERVICES Cost Plus Fixed Fee Supporting Task Area 6 I. PURPOSE: 1. The Joint Director for the Chemical Biological Radiological Nuclear Defense (CBRND) Joint Equipment Assessment Program (JEAP) has a requirement for a Contractor to conduct Chemical Agent Challenge Testing and provide Warehouse Operations and Program Support Services to provide Chemical Surety and Physical Properties Production Lot (PLT) and Shelf Life Surveillance Testing on CBRND Individual Protective equipment and operations of the Joint Set-A-Side Program (JSAP). Attachment A contains a list of the items on which these Tests will be performed and of which samples are maintained in the JSAP. II. BACKGROUND: 1. The Director Chemical Biological Radiological Nuclear Defense / Consolidated Storage Division (CBRND/CS) is dual hated as the Director Joint Equipment Assessment Program (JEAP) and as such along with the Joint Program Executive Office Chem.-Bio Defense (JPEO-CBD) have an on-going need for Testing for material life cycle management of assigned Department of Defense (DoD) military CBRND Protective clothing, equipment and systems. In accordance with the current JPEO Charter, Memorandum of Agreement (MOA), Defense Logistics Agency (DLA), Defense Supply Center Philadelphia (DSCP) and each Branch of the Services have all assigned the JEAP located at Marine Corps Logistics Base Albany GA as executive agent for all services shelf life management, surveillance and notification of chemical protective apparel. III. SCOPE: The Contractor shall provide all Personnel, Test Chambers, Test fixtures, equipment, materials and facilities for all Chemical Testing, except as specified as Government Furnished Equipment/Government Furnished Material/Government Furnished Information (GFE/GFM/GFI) or Government Furnished Facilities (See attachment B Listing of GFE/GFM/GFI/GFF) to meet the outcomes and objectives for this effort unless otherwise stated. Locations of Joint Set-A-Side Project (JSAP) Facilities are contained in attachment F. The contractor shall provide assistance to meet emerging requirements, and will participate, when directed by the Director JEAP/ CBRN-D/ CS, in command sponsored training, team building, and organizational development. The Contractor shall provide Dir, JEAP/ CBRN-D/ CS with comprehensive capabilities to support performance requirements within the functional areas as outlined in the following paragraphs: Personnel should be experienced in shelf life management, warehousing, shelf life testing requirements and bar code inventory management processes, data entry skills and knowledge of the Information Management Systems. IV. PERIOD AND PLACE OF PERFORMANCE: 1. The Government will award a Cost Plus Fixed Fee (CPFF) Contract with 1 Base Year and 2 Option Years. The period of performance is the date of award for 12 continuous months for the Base and each Option Year. Award terms for Option Years will be contingent upon how well the Contractor controls cost and successfully meets the mission essential performance requirements. 2. The locations for these efforts can be found in attachment F. V. PROGRAM OUTCOMES AND OBJECTIVES: Outcomes 1. Certified, effective and efficient testing program to meet the exacting government standards for Chemical Agent and Physical Properties Production verification and Shelf Life Extension testing on CBRN-D clothing samples and data necessary for use in Shelf Life Extension efforts. Test reports and outcome data that accurately describe the condition of the government stored CBRN-D assets represented by the samples tested. 2. Qualified support personnel to Conduct Set Aside Operations at the Joint Set Aside Facilities and process CBRN-D clothing samples as necessary/required. Performance Objectives 1. The Contractor shall accomplish the Program Objectives set forth below, which have been grouped into: Testing, JSAP Operations and Program Support and provide all the facilities, instrumentation, qualified personnel and materials necessary to test and investigate Government assets which will be used to meet critical CBRND requirements.. Testing The Contractor shall document in the PWS (or in an attachment to the PWS) its approach in accomplishing each of the following Testing objectives. a. Conduct Chemical Agent, Physical Properties (PPT), Shelf Life Extension and Production Lot (PLT) verification testing on the items listed in Attachment A in accordance with appropriate Government or Commercial Standards. b. Develop comprehensive Test Plans for all items to be Tested.. c. Employ inventory control processes that verify specimen receipt and chain of custody including timely signature and return of the DD1149. d. Prepare and provide written reports in accordance with the deliverable schedule. JSAP Operations The Contractor shall document in the PWS (or in an attachment to the PWS) its approach for accomplishing each of the following objectives for operation of and maintaining the JSSAP. a. The contractor shall maintain geographically staged test samples via set-asides and maintain accountability in accordance with JEAP Standard Operating / Work processes. b. Conduct reuse and disposal of CBRN-D assets to be turned in to Defense Reutilization and Marketing Office locations in accordance with JEAP Standard Operating / Work processes. c. Maintain Inventory records using Government provided solutions, hardware and information systems. d. Provide reports and documentation such as material status, planned shipments, and lots on hand and test dates, date shipped, ship to location, and quantity shipped as requested by the Government. Program Support The Contractor shall document in the PWS (or in an attachment to the PWS) its approach for accomplishing each of the following Program Support Objectives Input electronic and scanned hard copy data in government provided applications. Upload files, manage documents and track reports in accordance with existing JEAP procedures. Generate reports that relate to correspondence, message traffic and assist with questions related to Shelf Life. Prepare briefing charts, Memorandum of Agreements, Testing Service Agreements as requested by the Government. VI. CONSTRAINTS: Testing: a. Only those laboratories Certified by the Government to handle government owned Chemical Agent shall be able to perform these efforts. b. Re-testing shall be performed immediately after a sample lot test fails, but not before coordination/verification with the JEAP Program Office staff. If test failure is the result of faulty laboratory equipment as determined by the government the contractor shall be liable for the re-test costs. c. Testing will encompass porosity, physical, chemical or visual testing and all those tests necessary for each items as required by the MIL-SPEC or governing document managed by the JEAP. d. The contractor shall provide the COR and Dir JEAP as part of the Detailed Test Plan (DTP) procedures they will use for any item they are required to test if not identified on Attachment A. Changes in the DTP may be driven by changes in Government documentation, if this occurs then DTPs shall be revised. e. Provide the required training of Contractor personnel/technicians as required in the conduct of the objectives in paragraphs a through d above and provide metrics to verify that personnel are competent and appropriately trained. 2. Surge Capability: a. The contractor shall establish the capability through sub-contractual relationships with other testing laboratories to accommodate emergency testing requirements for wartime needs that exceed the capacity of the laboratory used to conduct tests on items currently scheduled to be tested. The enactment of this Capability will only occur upon receiving Contracting Officer (PCO) and Dir JEAP approval. Data Management: Test data will be input on an electronic template and stored within the http://shelflife.pmnbc.com web page managed by the Dir JEAP. Any requested change or modification to the template configuration will be submitted through the COR to the Dir JEAP on the JEAP Configuration Change Request form. 4. Cost proposal Submission: a. The offerors proposal shall present the cost for the efforts described for this effort in three parts, (1) Program Support by Labor Hours, (2) Test cost per lot by category, Travel costs and Incidental Material costs (ODCs)incurred. ODCs shall be submitted, but are reimbursable and shall be estimated per year by the government as a not to exceed amount unless authorized by the Contracting Officer, to be billed as an Other Direct Cost. 5. Hazardous Waste Compliance: a. The Contractor shall comply with all Federal, State, and local environmental laws and regulations, including those of any host government installation, for the safe handling and accumulation of Hazardous materials and waste. The Contractor is responsible for Hazardous waste disposal unless provided by the Government. 6. Permits/Licensing: a. The Contractor shall be responsible for obtaining all permits/licensing (import/export licensing, etc.) required to operate in any supported locations either CONUS or OCONUS. The Contractor shall supply requested information to assist in obtaining any permits and licensing required for operation, maintenance, and supply operations at various sites that other sources outside the Contractor are required to obtain (e.g. Other Government Agencies). 7. Security Clearances: a. A Facility Security Clearance is required for performance.. The Contractor shall comply with all applicable DoD security requirements. Certain individuals performing specific duties may require clearances or favorable background checks before being assigned these duties. The Contractors personnel and property shall be subject to search and seizure at any time while on government installations. This includes entering, leaving, and being present within the installation boundaries. 8. Acronyms and Definitions: The contractor shall obtain Acronym Descriptions and Definitions from the following website.  HYPERLINK "http://www.dtic.mil/doctrine/dod_dictionary/" http://www.dtic.mil/doctrine/dod_dictionary/ VII. DELIVERABLES: All contract deliverables shall be presented to the Government according to the table below. DeliverableDue DateMedium & FormatNumber Of CopiesTest ReportsWithin 4 days of Test CompletionElectronic copy, Government Provided format1 electronic copy to Test DirectorQuality Control PlanDraft with issuance of Proposal, final within 15 days of award.Electronic copy, contractor format1 electronic copy to PCO, 1 copy to CORPrice and Performance Data10th day of the following month (Monthly)Electronic copy, Government provided format 1 electronic copy to Test DirectorMonthly Status Reports 10th day of the following month (MonthlyElectronic copy, Government provided format 1 electronic copy to Test Director, 1 copy to the CORDetailed Test PlanDraft with issuance of Proposal, final within 15 days of award.Electronic copy, contractor format1 electronic copy to Test Director, 1 copy to the CORPhase in Phase Out PlanWith proposalElectronic copy, contractor format1 electronic copy to PCO, 1 copy to COR Deliverable Description a. Test Reports Test reports shall include asset tested, the internal asset tracking identifier, the tests conducted, and the references from the governing document, the test results, and the submitters internal information. b. Quality Control Plan The Contractor shall provide a Quality Control Plan (QCP) that details how the Contractor intends to provide surveillance and verification of the mission essential performance requirements (Reference FAR 46.401). The Contractor shall include the QCP as part of the PWS. The QCP shall address the unique requirements of paragraph VIII I.12. Price & Performance Data P&PM data consists of workload metrics that describe the output (benefit) of each operating location and resource metrics (man-hours, travel cost, other direct costs) that describe the resources used to produce the work. P&PM data is collected monthly according to the Work Breakdown Structure for each operating location. An example of the template used to collect the data is shown in Figure 1. The templates for this data will be provided by the government for each operating location at the start of work with supporting training on how to complete. Monthly Status Reports Status reports shall include summarization of all costs, labor hours, travel and other direct costs, schedule variances, risks and mitigation plans and agent inventory by type. e. Detailed Test Plan Test plans at a minimum shall include item description, number of samples required to be tested, test procedures and analysis requirements as detailed in the required standard, the instrumentation being used and the throughput capacity for the available test fixtures.. f. Phase in Phase Out Plan See paragraph VIII 1.38 for the description of this plan. VIII. Additional Contractor Requirements: 1.0 Personnel. The contractor shall provide necessary personnel to maintain performance standards and accomplish required services within specified time frames. Contractor personnel shall be legal residents of the United States. The Government reserves the right to request and review documentation (e.g., certificates, training records, work records) certifying the personnel filling positions. The Government reserves the right to refuse to permit any contractor employee to perform services. Key Personnel. The contractor shall identify the Program Manager and all key personnel in the proposal. The Contractor shall assign Key Personnel whose names were identified in the quote and who are integral to the performance of the task requirements. The contractor shall assign Key Personnel at each location as a primary point of contact between the location and the COR. The contractor shall represent/acknowledge that all personnel assigned to this contract are capable of working independently and with demonstrated knowledge, skills and expertise in their respective functional areas, which are necessary to perform all assigned duties. If the contractor personnel do not possess the expertise necessary to perform the tasks required, then the contractor shall be responsible for appropriate training and/or replacing the personnel. 1.2 Substitution of Key Personnel. The Contractor shall not substitute Key Personnel during the first ninety (90) calendar days of the task performance period unless the substitutions are unavoidable because of the incumbent's sudden illness, death or termination of employment; contractor shall promptly notify the COR. After the initial 90-calendar day period, the contractor shall submit to the COR all proposed substitutions at least 30 calendar days in advance. All requests for approval of substitutions hereunder must be in writing and provide a detailed explanation of the circumstances necessitating the proposed substitution(s). Request must contain a complete resume for the proposed substitute, who shall have at least equal ability and qualifications, and any other information requested by the Contracting Officer to approve or disapprove the proposed substitution. The Contracting Officer or COR will evaluate such requests and promptly notify the contactor of approval or disapproval thereof, in writing. 1.3 Other than Key Personnel. Vacant positions for other than key personnel shall be made within 20 calendar days from date of vacancy. The contractor shall notify the customer when a vacancy has occurred within five work days. 1.4. Independent Government Estimate (Labor). Attachment C contains positions by location for which the contractor will be required to provide support. The estimated number of required annual hours and the year of the contract the hours will be required is indicated. 1.5. Employee Requirements. All contractor employees shall be literate in the English language to the extent of being able to read and understand all Work Processes, Orders, Regulations, safety, health, and security regulations and traffic signs posted on Government property. English shall be used for all correspondence, deliverables, and presentations. In addition, each contractor employee shall be able to read and understand the following: 1. Any necessary instructions concerning equipment to the extent that performance of assigned duties requires an employee to operate, maintain, repair, or in some way interact with the facilities and equipment 2. Any regulations, directives, or policies that a person must know in order to accomplish required services The contractor must provide employees who are physically capable of performing the required work, with or without accommodation. If any accommodation is to be required, the contractor must include this in the cost proposal. Actions the contractor will be expected to perform include; lifting boxes and items that weigh up to 65 pounds, correctly identifying items of various colors and performing actions that require standing for long periods on various surfaces". 1.6. Standards of Conduct. The contractor shall maintain satisfactory standards of employee competency and conduct, and for taking disciplinary actions against his employees as necessary. The contractor shall remove from the job site any contractor employee found under the influence of alcohol, illegal drugs, or any other incapacitating agent during the tour of duty. The contractor shall remove any employee whose conduct or appearance debase or discredit the government. The government reserves the right to require removal from the job site of any contractor employee who endangers persons or property, whose continued employment is inconsistent with the interests of military security, or whose presence deters the accomplishment of required services. In such cases, the Contracting Officer or COR will advise the contractor of the reason for requesting an employee's removal, or withdrawal of his authorization to enter the installation. The Governments exercise of its right to grant and revoke access by particular individual(s) to its facilities will not constitute a breach or change to the PWS, regardless of whether said individual(s) is employed by the contractor, and regardless of whether said individual(s) is thereby precluded from performing work. 1.7. Appearance of Personnel. Personnel in administrative areas and personnel whose duties involve them in briefings and instructional projects on and off the government installations, must be clean, well groomed, and wear appropriate attire. Other contractor personnel shall wear appropriate attire commensurate with their positions and safety requirements. The Government has the final approval on requests for special clothing needs and wearing of such. If the contractor deems it necessary for uniforms, the design and color of these uniforms shall be submitted to the government for approval. The uniforms and any required safety clothing i.e. steel toed boots, gloves and safety glasses will be at the contractors expense. 1.8. OFF-Duty Government Personnel. The contractor shall not hire off-duty Contracting Officer Representative (COR) personnel nor any other person whose employment would, or appear to, result in a conflict of interest. The contractor is cautioned that off-duty active military personnel hired may be subject to permanent change of station, change in duty hours, or deployment. Military Reservists and National Guard members employed by the contractor may be called to active duty and their absence shall not constitute an excuse for not performing the requirements. 1.9. Fraud, Waste, and Abuse. The contractor shall maintain proper conduct and good discipline with contractor provided equipment, materials and in the work areas. Contractor personnel shall be alert to suspected situations of fraud, waste, and abuse against the Government that are observed during the performance of the PWS. The contractor shall take corrective action within his area and immediately report these situations to the COR. 1.10. Smoking. Contractor personnel shall comply with all DoD and local regulatory requirements, which establish uniform policies governing smoking in and around Government owned buildings. 1.11. Performance. The contractor shall meet performance standards listed in the PWS. The only deviation allowed will be for tools, supplies, materials, information and parts deemed by the COR to be not available to permit contractor employees to conduct the efforts established by the standards. 1.12. Quality Control Program. The contractor shall establish, prepare and present to the government then maintain and follow a Quality Control Plan (QCP) to ensure the requirements of this SOO are provided as specified. This plan shall be submitted to the Contracting Officer for review and acceptance or rejection and further modification NLT 15 days after contract award date. The Contracting Officer will notify the contractor of acceptance or required modifications to the plan and any adjustment allowed to the performance date. The contractor shall make appropriate modifications (at no additional costs to the Government) and obtain acceptance of the plan by the Contracting Officer. The contractor shall appoint a Quality Control representative that is knowledgeable of the necessary requirements of this program. Updates to the plan to assure compliance to the SOO requirements are the responsibility of the contractor as part of normal preventive and corrective actions. The plan shall include, but not be limited to, the following: Be structured to assure the individual responsible for Quality Control (QC) is authorized by the organization to take actions described. Contain procedures for written and verbal communication with the Government regarding performance of the contract Contain clear, measurable, and acceptable levels of performance Contain procedures for preventing defects and deficiencies, early detection of problems, and handling corrective actions without dependence upon Government intervention Contain surveillance procedures for each service to be monitored under this SOO. These procedures shall identify the list of items under surveillance, who will perform the surveillance, the frequency and method of surveillance, and procedures for correction of deficiencies. Include a system to investigate and resolve customer complaints forwarded by the Government. The investigation results shall be documented and forwarded to the Government to include immediate corrective actions to prevent future complaints. Provide a record of all contractor QC checks and corrective actions. These files shall be maintained by the contractor and shall be available upon request to the COR or DR during the performance period. 1.13. Contracting Officers Representative (COR). The COR is a representative of and appointed by the Contracting Officer and will participate in the oversight of this contract, except where exemptions have been approved by the Contracting Officer. Subsequent to the contract award, the identity of the COR with a brief resume of their duties and authority will be furnished to the successful bidder. Any matter alleging a change to the scope, prices, terms, or conditions of this contract shall be referred to the Contracting Officer and not to the COR. The COR will represent the Contracting Officer in the technical phases of the work, but will not be authorized to change any of the terms and conditions of this SOO. The COR will act in a liaison capacity to coordinate activities between the Contracting Officer and JEAP DR as required in the performance of work under the PWS. 1.14. Quality Assurance. According to the Inspection of Services clause, the Government will evaluate the contractors performance. The Evaluator (normally the COR) will follow the methods of surveillance and document surveillance observations as specified in the Performance Standards Metrics through a government developed Quality Assurance Surveillance Plan (QASP). When an observation indicates defective performance, the Evaluator will require the Program Manager or designated on-site contractor representative to initial the observation to acknowledge the deficiency. The acknowledgement of the observation does not necessarily constitute contractor concurrence with the observation, only that the contractor has been made aware of the defective performance. Government surveillance of tasks not listed in the Performance Standards Metrics or by methods other than listed in the Metrics (such as provided for by the Quality Assurance Surveillance Plan (QASP)) may occur during the performance period of this contract. Such surveillance will be done according to the QASP. Any action taken by the Contracting Officer as a result of surveillance will be according to the terms of this contract. 1.15. Performance Evaluation Meetings. The contractor Program Manager may be required to meet at least weekly with the COR and the supported activity during the first month of the performance period. Meetings will be as often as necessary thereafter as determined by the COR. However, if the contractor PM requests, a meeting will be held whenever a Contract Discrepancy Report (CDR) is issued. The written minutes of all performance evaluation meetings will be prepared by the Government and shall be signed by the Program Manager, or COR, and provided to the Contracting Officer. Should the contractor non-concur with the minutes, the contractor shall so state any areas of non-concurrence in writing to the Contracting Officer within 7 workdays of receipt of the signed minutes. The minutes will be included in the contract file. 1.16. Security. A Facility Security Clearance is required for performance under this effort unless specifically noted in Section C of the Solicitation. The Contractor shall comply with installation and other applicable security requirements. Certain individuals performing specific duties may require clearances or favorable background checks before being assigned these duties. The Contractors personnel and property shall be subject to search and seizure at any time while on government installations. This includes entering, leaving, and being present within the installation boundaries. 1.17. Common Access Card / Contractor Identification Badges. The Contractor shall ensure that each contractor employee acquire a Government identification badge or Common Access Card (CAC) as determined by the COR and in accordance with (IAW) host government installation procedures. This process will be expedited by guidance provided by the JEAP DR and as provided below. Contractor employee CAC/Contactor Identification badges must be displayed at all times IAW LOGCOM Policy Statement 1-09. a. Common Access Card Instructions. The work performed under this contract may require contractor employees to have access to a Department of Defense (DoD) computer system. In order to gain access, contractor personnel will be required to complete a background check through the Provost Marshalls Office (PMO) as the Base/Post where work will be performed. The PMO office will send an email to the appropriate designated Trusted Agent (TA). The TA will provide the contractor with a DD 1172 Application for Uniformed Services Identification Card DEERS Enrollment. Once the form is completed and approved, the TA will enter the information into the Contractor Verification System (CVS). The CVS will create a profile for the contractor employee. Once the background check is completed, PMO will send an email to the TA, the contractor employee, and Pass and ID. Upon receipt of the PMO email, Pass and ID will email instructions to the contractor employee to report to them in order to receive the authorized Common Access Card (CAC). Login to the computer system will be accomplished only with the CAC. The processes described above apply specifically to MCLB, Albany, GA. Other host government facilities may have different or additional requirements, however, the contractor shall comply with those requirements. 1.18. Physical Security. The contractor shall safeguard all Government property. At the close of each work period or shift, facilities and equipment shall be secured IAW JEAP Work Instructions and Government Host Facility instructions. The contractor shall verify authorization of persons requesting entry to contractor controlled work areas. 1.19. Restricted Areas. The contractor shall comply with restricted area procedures and instructions. Contractor personnel working in restricted areas may be required to sign in and out, and state the nature of business at the entrance point. Work in restricted areas after normal duty hours shall be coordinated with the respective Restricted Area Security Officer through the COR 1.20. Government Office Areas. Government and Contractor personnel will be working in work areas simultaneously during normal working hours. The contractor shall cooperate with the personnel in the immediate area where any service or maintenance work is being performed. Work performed after normal duty hours shall be coordinated with the COR. 1.21. Key Control. The COR is responsible for issuing keys to the contractor. The contractor shall establish a key control system to ensure that none of the keys issued to contractor personnel are lost, misplaced, or used by unauthorized persons. The contractor shall not duplicate Government keys. 1.22. Vehicle Security. The contractor shall ensure that all Government furnished vehicles in the vehicle storage area are locked, secured, windows closed, etc., whenever parked and left unattended, particularly at the end of each duty day. The contractor shall conduct a vehicle security program to include instructions to all drivers. The contractor shall ensure that privately owned vehicles are parked in the appropriate designated areas, unless otherwise approved by the COR. 1.23. Visitors and Inspectors. The contractor shall verbally notify the COR of all official visitors or inspectors prior to their being granted access to Government facilities operated by the contractor on the host installation. The COR will inform the contractor if access is to be granted. After each visit or inspection, the contractor shall report in writing to the COR giving the names of the visitors and the purpose of their visit. All recommendations and required actions from Government inspections will be documented by the inspecting agency and delivered to the COR for resolution. 1.24. Removal of Government Furnished Equipment. In no case, without prior approval of the COR, will any Government furnished equipment be removed from any government facility or installation. The Government reserves the right to request an inventory of Government provided equipment items at any time. 1.25. Disclosure of Government Information. Contractor personnel shall comply with security requirements with regard to disclosures of intelligence and proprietary sensitive information. No such information shall be provided by contractor personnel to any outside agency without the prior approval of the COR. Contractor personnel will complete Non-Disclosure Forms. 1.26. Hours of Operation. With the exception of work required to be accomplished outside regularly scheduled hours, and only after approval by the COR, all work shall be performed during normal working hours of 0730 to 1630 Local Time, Monday through Friday, excluding Federal holidays. The COR will be provided the flexibility to request adjustment of the work schedule to meet emerging requirements without placing any contractor employee into an overtime situation. This request for adjustment will be provided to the contractor no less than 24 hours prior to adjustment unless the emerging situation does not allow that level of advance notice. 1.27. Continuity of Services. The Contractor recognizes that the services under this contract are considered vital to the Government and must be continued without interruption and that, upon contract expiration, a successor, either the Government or another contractor, may continue services. The contractor agrees to (1) furnish phase-in training pertaining to existing processes and (2) exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. 1.28. Legal Federal Holidays. Except as otherwise specified, routine work shall not be scheduled on holidays or holidays observed in lieu thereof. Section C, for a listing of Federal holidays to be used for this contract. The basic workweek is Monday through Friday. If a holiday falls on a Saturday, the preceding Friday is the holiday. If a holiday falls on a Sunday, the following Monday is the holiday. 1.29. Installation Closures. When an unforeseen installation closure occurs on a regularly scheduled day of work, the Government shall have the following options: a. Reschedule the work so it is performed the following day unless the following day falls on a weekend. Routine work is not scheduled for Saturday or Sunday. b. Reschedule the work on any day that is mutually satisfactory. 1.30. Government-Furnished Items (material, information, equipment). The contractor shall specifically identify in their proposal the type, amount, and time frames required for any government resources, excluding those listed below. The Government will provide the following for on-site personnel at designated government installations: Office space, warehouses, computers, software, telephones, fax, copiers, printers, LAN access, supplies, small material handling equipment and other items necessary to perform contract duties. The government will also provide all maintenance required to keep these facilities and equipment in proper working order. Standard Operational Procedures, regulations, manuals, texts, briefs and other materials associated with the project and the hardware/software used. The contractor is authorized to operate MHE/GFE on government installations with proper licensure. 1.31. Safety Related Items. The contractor shall make provisions to ensure employees contracted to perform functions in areas that require safety shoes, hearing protection or unique clothing are equipped with them at all times. These items shall not be considered reimbursable to the government. Hard hats and safety glasses that conform to OSHA requirements shall be provided by the JEAP where required. 1.32. Locations for the performance of this contract are varied and consist of both an office and warehouse environment depending on the position. All positions performing the JSAP and Program Support shall be considered government on-site unless otherwise indicated. Testing shall be performed at Contractor site locations. The principal location for management of this contract is the Marine Corps Logistics Command, Albany, Ga. From this site, the Director JEAP conducts operations at numerous facilities both CONUS and OCONUS. The initial locations requiring JSAP operations and Program Support for this contract are; MCLB, Albany, GA and MCLB, Barstow, CA. Additional, places of performance may be added or changed by the government through contract modification based on changing mission requirements. 1.33. Transportation and Material Handling Equipment: The contractor shall be required to provide, operate and maintain transportation equipment and material handling equipment. This may consist of, but not be limited to; forklifts to 4000LB Capacity, pallet jacks, and hand truck. The contractor shall ensure employees designated to operate this equipment have and maintain appropriate licenses. 1.34. Communication Devices. Contractor shall provide communication devices for official purposes only. For the purpose of this contract, select contractor personnel, shall be required to maintain communications with the office of the JEAP at all times. To facilitate this communication, those personnel identified by the JEAP (See attachment C) shall be issued by the contractors corporate office either a Blackberry/cell phone combination or cell phone for the time they are employed by the contractor in support of this program. The contractor shall bill the costs of the communication devices and the monthly service charge as an ODC. The contractor shall use all due diligence to obtain the lowest cost service available to meet mission requirements. The contractor shall propose the cost of these devices as part of their proposal. 1.35. Contractor Training. Training of contractor employees assigned to this contract shall be performed at the contractors own expense, with these exceptions: When the Government has given prior approval for training to meet special requirements that are peculiar to the environment and/or operations. Limited contractor employee training may be authorized if the Government changes hardware or software during the performance of this contract, and it is determined to be in the best interest of the Government. In the event that the Government has approved and paid for contractor employee training, reimbursement shall not be authorized for costs associated with re-training replacement individual(s) should the employee(s) terminate from this contract. Costs that are not authorized include, but are not limited to; labor, travel, and any associated re-training expenses. 1.36. Travel. Travel will be required to fulfill the requirements of this contract. The contractor shall ensure that the requested travel costs will not exceed what has been authorized in the contract. Contractor incurred expenses resulting from Government-directed travel are cost reimbursable but are limited by the Government Joint Travel Regulations (JTR) and must be pre-approved by the government. Travel requests will be submitted to the COR for official approval prior to executing any travel. Travel reports identifying all outcomes and action items shall be provided to the COR within five working days after completing travel. Failure to comply with this requirement may result in rejection of invoices and/or non-payment. The government will provide an estimate of any anticipated travel costs for the contractor to use in their proposal. Travel to OCONUS locations, may be required. When directed to travel to these locations the contractor shall comply with all established rules and regulations for this travel as specified in the contract. Additionally, contractor personnel performing this type travel shall comply with all MARCORLOGCOM directives as the sponsoring agency. Locations and the duration of travel cannot be established at this time so an estimated travel budget of (See Attachment D) for the entire effort (inclusive of G&A, if applicable) If the contractor determines that required travel will exceed the estimated travel, the contractor shall notify the COR when 75% percent of the estimated allowance has been billed and request additional funding be applied to cover the directed travel costs. 1.37. Other Direct Costs (ODCs). The contractor shall be required to obtain supplies and/or materials for the performance of this contract. Those supplies and/or materials must be incidental to and associated with the overall functions being performed through this contract. The contractor shall abide by the requirements of the FAR in acquiring supplies and/or materials, and must maintain files in such a manner that the Contracting Officer could review them upon request to ensure compliance with federal procurement regulations; however, price reasonableness should always be determined prior to selecting a teammate or partner. In addition to the requirements identified above, the contractor shall request in writing in advance and obtain approval from the COR prior to making any ODC purchase. 1.38. Phase in-Phase out Plan. General: The successful offeror will be required to provide a phase-in/out plan for the Program. This plan will comprehensively detail the process of how turnover between the two contractors will be conducted. Applicability. The Phase-In/Phase-Out Plan shall be limited to 5 pages. Transition Tasks. This part identifies general tasks applicable to the contractor as either the successful offeror (new awardee) or the incumbent. Tasks identified in this part and in the Phase-In/Phase-Out Plan are directive and shall be accomplished in addition to the requirements identified in the PWS. Transition Period. The government will define the contract transition period. This period will be a maximum of 30 calendar days. (a) Transition Goals: The successful offeror will assume responsibility for performance of all tasks required within 10 working days of contract award. The successful offeror will assume control and accountability of all GFE, GFM, GFI and appropriate facilities from the incumbent as of the date that the government accepts a joint inventory. Phase-In. The successful offeror will: Assign requisite DIRECTOR CBRN-D/CS/JEAP, Program Support staff and necessary transition personnel. Assemble and collocate a transition team. Assess overall equipment status and condition Provide enough personnel to ensure continuous support during all transition phases Ensure personnel are fully qualified to fulfill contract requirements in accordance with written timelines, to include required training within 30 calendar days. Assume responsibility from the incumbent in accordance with written deadlines. Phase-Out. The incumbent will: Support operations until control is passed to the successful offeror. Provide all historical records including vendor lists, maintenance records, inventory records, all archived data, all pending requisition data, and any other government owned information. Transfer all Standard Operating Procedures (SOP). Transfer knowledge regarding processes and procedures unique to this contract. Prepare a final closeout report detailed transition activities and concerns for contract closeout. 1.39. TECHNICAL INSTRUCTIONS: Performance of work under this contract may be subject to written or verbal technical instructions signed by the COR specified in the solicitation. As used herein, technical instructions are defined to include the following and shall not be construed to be issued in a supervisory capacity: (1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, redirect work emphasis, fill in Details, provide safety alerts and otherwise serve to accomplish the contractual Performance Work Statement. (2) Guidelines to the Contractor which assist in the interpretation of specifications or technical portions of work descriptions or processes. (a) Technical instructions must be within the general scope of work stated in the PWS. Technical instruction may not be used to: (1) assign additional work under the task order; (2) direct a change as defined in the "CHANGES" clause in this task order; (3) increase or decrease the task order price or estimated task order amount (including fee), as applicable, the level of effort, or the time required for contract performance; or (4) change any of the terms, conditions or specifications of the task order. (b) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the task order or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer through the COR in writing within ten (10) working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by the technical instruction unless and until the Contractor is notified by the Contracting Officer that the technical instruction is within the scope of the task order. IX. Performance Metrics: ObjectivesStandardAQLMonitoring MethodConduct Chemical Agent, Physical Properties (PPT), Shelf Life Extension (SLET) and Production Lot (PLT) verification testing on the items listed in Attachment A in accordance with appropriate Government or Commercial Standards Perform inventory control to verify specimen receipt and chain of custody including timely signature and return of the DD1149 Prepare and provide written reports in accordance with the deliverable schedule The contractor shall maintain geographically staged test samples via set-asides and maintain accountability in accordance with JEAP Standard Operating / Work processes Conduct reuse and disposal of CBRN-D assets to be turned in to Defense Reutilization and Marketing Office locations in accordance with JEAP Standard Operating / Work processes Input electronic and scanned hard copy data. Upload files, manage documents and track reports in accordance with existing JEAP procedures Generate reports that relate to correspondence, message traffic and assist with questions related to Shelf Life Accuracy of tests conducted in accordance with appropriate Government or Commercial Standards Accuracy of inventory and Custody requirements and timeliness of 1149 submission. 1149s submitted within 3 days of receipt. Timely delivery of completed reports on due dates. Accurately control, process and distribute samples in accordance with JEAP Work instructions. Daily operations conducted in accordance with JEAP work instructions. Perform data admin functions in accordance with JEAP work instructions Reports submitted within requested timeframes, with accurate details and in proper format. . 100% of tests performed in accordance with specifications. Any non compliant tests will be retested at contractors expense. 100% of 1149s submitted to the JTOC within 3 days of receipt. 100% of reports submitted on time. All operations conducted in accordance with Standard Operating Procedures. All operations conducted in accordance with Standard Operating Procedures. All data input into correct applications and hard copies properly archived. Reports delivered within timelines established by the government for the level of effort and in proper format. Scheduled and unscheduled surveillance. Review Custody logs Monthly review of submissions. Daily Observations Daily Observations Random Surveillance of applications and files. 100% review of submissions.  X. List of Attachments: Items to be Tested and Maintained GFE/GFM/GFI for JSAP Operations and Program Support Independent Government Estimate, Labor by Location Independent Government Estimate, Travel, Training and ODCs Independent Government Estimate, Annual Lots to tested by type Locations for JSAP and Program Support Directives and References SOLICITATION RESPONSE REQUIREMENTS OFFERORS PROPOSALS WILL BE EVALUATED AGAINST THE EQUIRMENTS IN SECTION L USING THE FACTORS AND SUB-FACTORS IN SECTION M OF THE SOLICITATION The placement of estimated hours and/or labor category mix in this SOO simply indicate an historical workload for this type effort and does not indicate the government requires the offer to adhere to these numbers or categories in their proposal. The government encourages the offeror to propose innovative solutions to meet the requirements of this SOO that do not necessarily adhere to the governments estimate of labor hours, labor categories. Where no labor hours or labor categories are indicated, the government encourages the offeror to propose a realistic mix of labor hours and categories that will meet the objectives of this SOO at the best value to the government. Attachment A Items to be Tested and Maintained Joint Service Lightweight Integrated Suit Technology Alternate Footwear Solution/Acton Lightweight Over boot Standard Chemical Protective Gloves 7,14, 25 mil Chemical Warfare Uniform 66/P Toxicological Protective Coverall Toxicological Protective Boot Toxicological Protective Apron Toxicological Protective Glove Joint Block One Upgrade Joint Block Two Upgrade Black Vinyl Over boot Joint Protective Air Crew Ensemble Chemical Protective Undergarment/Modified Chemical Protective Undergarment Joint Coverall 3 AP-PPE Coverall AP-PPE Hood AP-PPE Helmet Cover AP-PPE Sock Chemical Protective Undergarment Gloves Integrated Footwear Solution Chemical Protective Undergarment Sock M100 Skin Decontamination System Kit M291Decontaminatoin kit C2A1 Filter Canister M48 Filters Attachment B Government Furnished Equipment, Material and Information for JSAP Operations and Program Support The Government will provide the following for on-site personnel at designated government installations: Office space, warehouses, computers, software, telephones, fax, copiers, printers, LAN access, supplies, small material handling equipment and other items necessary to perform contract duties. The government will also provide all maintenance required to keep these facilities and equipment in proper working order. Standard Operational Procedures, regulations, manuals, texts, briefs and other materials associated with the project and the hardware/software used. The contractor is authorized to operate MHE/GFE on government installations with proper licensure. Attachment C Independent Government Estimate, Labor By Location BASE YEAROY-1OY-2OY-3OY-4POSITIONLOCATIONSOO PARAComm. DeviceHoursHoursHoursHoursHoursWarehousemanAlbany, GA1.0, 2.038403840384038403840CBRN-D Clothing Equipment SpecialistsAlbany, GA1.0, 2.057605760576057605760Project ManagerAlbany, GA1.0, 2.0119201920192019201920Asst Project ManagerAlbany, GA19201920192019201920WarehousemanBarstow, CA3.0960960960960960 Attachment D Independent Government Estimate, Travel and, Other directs Costs. Travel and ODCs will be bulk funded by the government as a Not To Exceed amount. BASE YEAROY-1OY-2OY-3OY-4POSITIONTotalTotalTotalTotalTotalTravel15K 15K 15K 15K 15K ODCs50K 50K 50K 50K 50K  Attachment E Independent Government Estimate, Annual Lots to test by type Base YearOY-1OY-2OY-3OY-4CBRN-D AssetTotal TotalTotalTotalTotalShelf Life Extension TestingJSLIST 800800800800800AFS/ALO Boots5050505050Standard CP Gloves 7,14,25 mil 800300300300300CWU 66/P5030303030TAP Coverall88888TAP Boot88888TAP Apron88888TAP Glove88888JB1GU2525252525JB2GUBlack Vinyl Over boot50JPACE10101010Production lot TestingStandard CP Gloves 7,14,25 mil 15075757575 Attachment F Locations for JSSAP and Program Support and ownership Joint Set Aside Facility (JSAP) The Set Aside Facilities are currently located in Marine Corps Logistics Base, Albany, GA, and Marine Corps Logistics Base, Barstow CA. The JSAP facilities are owned, managed and maintained by the Government. Program Support Personnel The Program Support personnel shall perform functions at Government onsite facilities in Marine Corps Logistics Base, Albany, GA. Attachment G Directives and References STANDARDS MIL-STD 810E14 Jul 1989Environmental Test Methods and Engineering GuidelinesMIL-HDBK 245D01 Jun 1996Preparation of Statement of WorkREGULATIONS DoD 5000.2-R DoD 4140.1-R5 Mar 1996Mandatory Procedures for Major Defense Acquisition Programs (MDAPs) and Major Automated Information System (MAIS) Acquisition Programs DoD Material Management PolicyU.S. ArmyAR 50-61 Feb 1995Nuclear and Chemical Weapons and Material Chemical SuretyAR 385-6131 Mar 1997Army Chemical Agent Safety ProgramAR 190-5927 Jun 1994Chemical Agent Security ProgramDoD 5220.22-MNational Industrial Security program Operating ManualDD Form 254Contract Security Classification SpecificationsINSTRUCTIONS  DEPARMENT OF DEFENSEOPNAVI 3070.1A24 Jan 1985Operations Security TEST OPERATIONS PROCEDURES 8-2-500104 Apr 1996Permeation and Penetration Testing of Air Permeable, Semi-permeable, and Impermeable Materials With Chemical AgentsCRDC-SP-84010Jun 1984U.S. Test Operating Procedures OTHER DOCUMENTS JEAP JSAP Work Processes JEAP JTOC Work Instructions JEAP Data Loading Policies Military Specifications (MIL-SPEC)MIL-DTL-43976DSept. 15, 2003Gloves and Gloves Set Chemical MIL-G-12223JGloves Toxicological Agent ProtectiveDLA-A-A-59520November 30, 1999Overshoes Mens and Womens Boot CombatMIL_F-12224JMay, 3 1989Footwear Covers Toxicological AgentMIL-DTL-32102April 3, 2002Joint Service Lightweight Integrated SuitMIL-A-2334Aprons Toxicological Agent Protect M-2PD 9841812 and addendum dated 9/20/2004Coveralls Chemical ProtectionMIL-PRF-AAAAA, MIL-PRF-BBBBBDepartment Index of Specifications and Standards FORMS DD Form 11492006Requisition and Invoice/Shipping Document Figure 1.  THIS PAGE INTENTIALLY LEFT BLANK STATEMENT OF OBJECTIVES (SOO) FOR PROGRAM MANAGEMENT AND ENGINEERING SUPPORT FOR GROUND EQUIPMENT STAGING PROGRAM (GESP) DISTRIBUTION MANAGEMENT CENTER CPFF Supporting Task Area 7 I. PURPOSE: The Director Distribution Management Center (DMC) supporting the Storage Operations Department is acquiring Non-Personal Technical Support Services to meet mission requirements that cannot be currently supported within the command workforce. The purpose of this SOO is to obtain for the Director, DMC an integrated contractor support team with the competencies and capabilities to provide a range of services outlined in Paragraph V. II. BACKGROUND: The Distribution Management Center serves as the focal point for the Commands distribution process. The Center is the link between strategic storage and transportation resources and the tactical fulfillment of distribution related requirements. The in transit asset visibility and management provided by the DMC is critical in ensuring that the Marine Corps enterprise distribution process is optimized to provide the efficient fulfillment of customer requirements. The DMC also provides MARCORLOGCOMs primary storage and warehousing capability, and provides global technical guidance for storage operations. Requirements result from mission growth associated with DMC/Storage Operations Department being tasked with providing a centrally managed, geographically located Ground Equipment Staging Program responsible for the receipt, storage, Care-of-Supplies-in-Storage (COSIS), and custodial inventory management of selected MARFORs Principle End Items (PEIs) in order to reduce personnel and maintenance burden at the owning unit level. Storage Operations Department maintains a limited capability to perform initial and sustainment project management, development, and engineering support actions associated with a GSEP for geographically located customers. In order to execute these requirements on the scale expected additional resources are necessary. The identified resources will in most cases compliment existing abilities within the DMC allowing for capability on a larger scale. In order for the Department to execute additional missions relevant to GESP, expertise is not currently available and must be sought. III. SCOPE: This SOO describes the requirements, expected outcomes and performance objectives for the contractor to provide qualified personnel to perform the functions to provide MARCORLOGCOM enterprise wide support to the DMC in meeting all multifunctional program requirements. Current capabilities allow for management, administration and oversight for Storage/Maintenance, FIS, and GESP Programs. IV. PERIOD AND PLACE OF PERFORMANCE: 1. The Government will award a Cost Plus Fixed Fee (CPFF) Contract with 1 Base Year and 2 Option Years. The period of performance is the date of award for 12 continuous months for the Base and each Option Year. Award terms for Option Years will be contingent upon how well the Contractor controls cost and successfully meets the mission essential performance requirements. 2. The principal location for the support provided for this effort is the Marine Corps Logistics Command, Albany, Ga. All positions shall be considered government on-site unless otherwise indicated. V. PROGRAM OUTCOMES and OBJECTIVES: Outcomes 1. The Contractor shall provide program management support in; developing program strategies, milestones, desired end state and implementation plans. 2. The Contractor shall provide engineering system support to include analysis, development, milestones, desired end state, and implementation. Performance Objectives To provide the desired outcomes of this SOO, the contractor shall meet the following performance objectives in support of the DMC. Program Management Support Provide functional analysis Provide program evaluation and performance based on analytical evaluations Provide integrated logistics support planning. 1.4 Provide administrative support for in-process-reviews (IPRs) Provide Engineering System Support 2.1 Develop system specifications and documentation. 2.2 Provide technical expertise in the areas of controlled humidity and corrosion prevention and control technologies. 2.3 Develop logistics operations and procedures. 2.4 Provide estimated program costs. VI. TRANSITION: The Contractor shall begin the phase-in planning immediately after contract award. The Contractor shall submit a Transition Plan as part of their proposal. In this plan, the Contractor shall specify how it will phase in seamless Personnel Staffing and Support so that no delay or down time is experienced at the site locations and no delays are experienced in scheduled maintenance and perform Phase out at Task completion. In the plan, the Contractor shall include adequate time to hire appropriate personnel, conduct inventories, assume equipment control, and issue sub-contracts, etc after Task Order award. The Government will provide familiarization training of various Government organizations to the contractor should the Government determine that such familiarization training is necessary. As a minimum, the contractor shall familiarize its supervisors, key personnel and staff with existing equipment, reporting, work scheduling and procedures. During the phase-in period, the contractor shall be responsible for finalizing all employee clearance requirements. The contractor shall complete the necessary steps for assumption of the operation during the phase-in period and shall meet all requirements as specified in the PWS with the beginning of full performance. To ensure a smooth phase-out to the next service provider in the event no Option year is exercised or a new contractor is selected at contract re-compete, and to prevent possible decreases in productivity or service quality, the service provider shall provide a 60 calendar day phase-out period prior to Contract conclusion date. During this period, the contractor shall make available to key incoming contractor personnel, representatives of the incumbent contractor who are versed in the operation of the functions currently being executed. This service shall be made available to explain procedures for conducting Government business, and show the next contractor various work sites, introduce the contractor to customer representatives, etc. During this period, the incumbent contractor shall provide required training on existing processes and conduct material, equipment, and tools transfers. Inventories shall be conducted jointly with the Government representatives, out-bound Contractor and representatives of the incoming Contractor. VII. CONSTRAINTS: 1. Data Management: a. The goal of the Government is to minimize the delivery of data in Government format and hardcopy and to maximize the use of a contractor-maintained electronic data library using Microsoft Applications with data required to support PWS activities in contractor format using Microsoft Applications unless otherwise requested by the government. 2. Cost proposal Submission: a. The offerors proposal shall present the cost for the efforts described for this effort in three parts, (1) Labor Cost by Labor Hours for each Position, (2) Other Direct Costs non-travel and (3) Travel costs. Travel and Other Direct Costs will be estimated per year by the government as a not to exceed amount unless authorized by the Contracting Officer. 3. Permits/Licensing: a. The Contractor shall be responsible for obtaining all permits/licensing (import/export licensing, etc.) required to operate in any supported locations either CONUS or OCONUS. The Contractor shall supply requested information to assist in obtaining any permits and licensing required for operation, maintenance, and supply operations at various sites that other sources outside the Contractor are required to obtain (e.g. Other Government Agencies). 4. Security Clearances: a. A Facility Security Clearance is not required for performance of this effort. The Contractor shall comply with installation and other applicable security requirements. Certain individuals performing specific duties may require clearances or favorable background checks before being assigned these duties. The Contractors personnel and property shall be subject to search and seizure at any time while on government installations. This includes entering, leaving, and being present within the installation boundaries. 5. Acronyms and Definitions: a. The contractor shall obtain Acronym Descriptions and Definitions from the following website. For any unique term or acronym in this document not found at the site, the government will provide the definition or description upon request.  HYPERLINK "http://www.dtic.mil/doctrine/dod_dictionary/" http://www.dtic.mil/doctrine/dod_dictionary/ 6. OCCUPATIONAL SAFETY, HEALTH, AND ACCIDENT PREVENTION: a. The contractor shall perform the requirements of the PWS in compliance with all federal, state, and local safety and health laws and regulations. The contractor shall comply with the Occupational Safety and Health Act (OSHA) (Public Law 91-596) and the resulting OSHA Standards 29 CFR 1910 and 1926 to protect government resources and the general public. The contractor shall follow OSHA criteria as they pertain to occupational safety and health for its employees. The contractor shall take precautions to prevent accidents and damage to Government property, facilities, and equipment, or injury to Government employees. 7. STAFFING: Staffing for the positions identified in support of this effort will be done through the issuance of technical direction with the issuance of task orders as the needs of the government are determined. 8. TRAVEL: a. Travel will be required to support these efforts. . Travel will be at the request of the government and will be reimbursed in accordance with the Joint Travel Regulations (JTR). VIII. DELIVERABLES: Additional deliverables may be identified at the Task Order Level. DeliverableDue DateMedium & FormatNumber Of CopiesMonthly status reportsNLT 15h day of the following monthElectronic Copy, contractor format1 electronic copy to each recipientTrip Reports5 Working Days After Completion of Trip Electronic copy, government provided format1 electronic copy to each recipient Transition PlanWith Proposal and updated after government review.Electronic copy, government provided format1 electronic copy to each recipient Deliverable Description a. Monthly Status Reports Summarizes current full time Contract billets and current Contract billets filled. Summarizes type of work and man hours expended. Summarizes Overtime expenditures (monthly) Summarizes Risk Assessment on the above 3 reports b. Trip Reports Provides reason for travel, topic discussions, outcomes, action items and any follow on requirements. c. Transition Plan As described in paragraph VI above. IX. PERFORMANCE METRICS: ObjectivesStandardAQLMonitoring MethodPerform GESP Program Management Develop GESP reports, briefs. Record and report Program Management support as required Timeliness of Support provided. Accuracy of information recorded/reported98 % of support actions processed on time 98 % of data recorded and reported properly Random Sample Random Sample Perform GESP System Engineering Develop GESP reports, briefs. Record and report Engineering support as required Timeliness of Support provided Accuracy of information recorded/reported98 % of support actions processed on time 98 % of data recorded and reported properly Random Sample Random Sample  X. ADDITIONAL CONTRACTOR REQUIREMENTS: 1.0 Personnel. The contractor shall provide necessary personnel to maintain performance standards and accomplish required services within specified time frames. Contractor personnel shall be legal residents of the United States. The Government reserves the right to request and review documentation (e.g., certificates, training records, work records) certifying the personnel filling positions. The Government reserves the right to refuse to permit any contractor employee to perform services under this SOO. Key Personnel. The contractor shall identify the Program Manager and all key personnel in the proposal. The Contractor shall assign Key Personnel whose names were identified in the quote and who are integral to the performance of the task requirements. The contractor shall assign Key Personnel at each location as a primary point of contact between the location and the COR. The contractor shall represent/acknowledge that all personnel assigned to this contract are capable of working independently and with demonstrated knowledge, skills and expertise in their respective functional areas, which are necessary to perform all assigned duties. If the contractor personnel do not possess the expertise necessary to perform the tasks required then the contractor shall be responsible for appropriate training and/or replacing the personnel. 1.2 Substitution of Key Personnel. The Contractor shall not substitute Key Personnel during the first ninety (90) calendar days of the task performance period unless the substitutions are unavoidable because of the incumbent's sudden illness, death or termination of employment; contractor shall promptly notify the COR. After the initial 90-calendar day period, the contractor shall submit to the COR all proposed substitutions at least 30calendar days in advance. All requests for approval of substitutions hereunder must be in writing and provide a detailed explanation of the circumstances necessitating the proposed substitution(s). Request must contain a complete resume for the proposed substitute, who shall have at least equal ability and qualifications, and any other information requested by the COR to approve or disapprove the proposed substitution. The COR will evaluate such requests and promptly notify the contactor of approval or disapproval thereof, in writing. 1.3 Other than Key Personnel. Vacant positions for other than key personnel shall be made within 20 calendar days from date of vacancy. The contractor shall notify the COR when a vacancy has occurred within five work days. 1.4 Independent Government Estimate (Labor). Attachment A contains positions by location for which the contractor will be required to provide support. The number of estimated annual hours and the year of the contract the hours will be required is indicated. 1.5 Employee Requirements. All contractor employees shall be literate in the English language to the extent of being able to read and understand all Work Processes/Instructions, Orders, Regulations, Safety, Health, and Security regulations, and traffic signs posted on Government property. English shall be used for all correspondence, deliverables, and presentations. In addition, each contractor employee shall be able to read and understand the following: 1. Any necessary instructions concerning equipment to the extent that performance of assigned duties requires an employee to operate, maintain, repair, or in some way interact with the facilities and equipment 2. Any regulations, directives, or policies that a person must know in order to accomplish the PWS required services b. The contractor must provide employees who are physically capable of performing the required work, with or without accommodation. If any accommodation is to be required, the contractor must include this in the cost proposal. Actions the contractor will be expected to perform include; lifting boxes and items that weigh up to 65 pounds, correctly identifying items of various colors and performing actions that require standing for long periods on various surfaces". 1.6 Standards of Conduct. The contractor shall maintain satisfactory standards of employee competency and conduct, and for taking disciplinary actions against his employees as necessary. The contractor shall remove from the job site any contractor employee found under the influence of alcohol, illegal drugs, or any other incapacitating agent during the tour of duty. The contractor shall remove any employee whose conduct or appearance debase or discredit the government. The government reserves the right to require removal from the job site of any contractor employee who endangers persons or property, whose continued employment is inconsistent with the interests of military security, or whose presence deters the accomplishment of required services. In such cases, the Contracting Officer or COR will advise the contractor of the reason for requesting an employee's removal, or withdrawal of his authorization to enter the installation. The Governments exercise of its right to grant and revoke access by particular individual(s) to its facilities will not constitute a breach or change regardless of whether said individual(s) is employed by the contractor, and regardless of whether said individual(s) is thereby precluded from performing work.. 1.7 Appearance of Personnel. Personnel in administrative areas and personnel whose duties involve them in briefings and instructional projects on and off the government installations, must be clean, well groomed, and wear appropriate attire. Other contractor personnel shall wear appropriate attire commensurate with their positions and safety requirements. The Government has the final approval on requests for special clothing needs and wearing of such. If the contractor deems it necessary for uniforms, the design and color of these uniforms shall be submitted to the government for approval. The uniforms and any required safety clothing i.e. steel toed boots, gloves, safety glasses, and hearing protection will be at the contractors expense. 1.8 OFF-Duty Government Personnel. The contractor shall not hire off-duty Contracting Officer Representative (COR) personnel nor any other person whose employment under this effort would, or appear to, result in a conflict of interest. The contractor is cautioned that off-duty active military personnel hired may be subject to permanent change of station, change in duty hours, or deployment. Military Reservists and National Guard members employed by the contractor may be called to active duty and their absence shall not constitute an excuse for not performing the requirements. 1.9 Fraud, Waste, and Abuse. The contractor shall maintain proper conduct and good discipline with contractor provided equipment, materials and in the work areas. Contractor personnel shall be alert to suspected situations of fraud, waste, and abuse against the Government that are observed during the performance of the PWS. The contractor shall take corrective action within his area and immediately report these situations to the COR. 1.10 Smoking. Contractor personnel shall comply with all DOD and local regulatory requirements, which establish uniform policies governing smoking in and around Government owned buildings and in Government Vehicles. 1.11 Performance. The contractor shall meet performance standards listed in this PWS and shall not be relieved of any performance requirements because of waiting for tools, supplies, materials, or parts. The only deviation allowed will be for tools, supplies, materials and parts deemed by the COR to be not available to permit contractor employees to conduct the efforts established by the standards in the PWS. 1.12 Quality Control Program. The contractor shall establish and maintain a Quality Control Plan (QCP) to ensure the requirements of the PWS are provided as specified. This plan shall be submitted to the Contracting Officer for review as part of the Task Order Management Plan and acceptance or rejection and further modification NLT 15 calendar days after contract award date. The Contracting Officer will notify the contractor of acceptance or required modifications to the plan and any adjustment allowed to the performance date. The contractor shall make appropriate modifications (at no additional costs to the Government) and obtain acceptance of the plan by the Contracting Officer. The contractor shall appoint a Quality Control representative that is knowledgeable of the necessary requirements of this program. Updates to the plan to assure compliance to the PWS requirements are the responsibility of the contractor as part of normal preventive and corrective actions. The plan shall include, but not be limited to, the following: Be structured to assure the individual responsible for Quality Control (QC) is authorized by the organization to take actions described. Contain procedures for written and verbal communication with the Government regarding performance of the contract Contain clear, measurable, and acceptable levels of performance Contain procedures for preventing defects and deficiencies, early detection of problems, and handling corrective actions without dependence upon Government intervention Contain surveillance procedures for each service to be monitored under the PWS. These procedures shall identify the list of items under surveillance, who will perform the surveillance, the frequency and method of surveillance, and procedures for correction of deficiencies. Include a system to investigate and resolve customer complaints forwarded by the Government. The investigation results shall be documented and forwarded to the Government to include immediate corrective actions to prevent future complaints. Provide a record of all contractor QC checks and corrective actions. These files shall be maintained by the contractor and shall be available upon request to the COR during the performance period. 1.13 Contracting Officers Representative (COR). The COR is a representative of and appointed by the Contracting Officer and will participate in the oversight of this contract, except where exemptions have been approved by the Contracting Officer. Subsequent to the contract award, the identity of the COR with a brief resume of their duties and authority will be furnished to the successful bidder. Any matter alleging a change to the scope, prices, terms, or conditions of this contract shall be referred to the Contracting Officer and not to the COR. The COR will represent the Contracting Officer in the technical phases of the work, but will not be authorized to change any of the terms and conditions of the PWS. The COR will act in a liaison capacity to coordinate activities between the Contracting Officer and the supported customer as required in the performance of work. 1.14 Quality Assurance. According to the Inspection of Services clause, the Government will evaluate the contractors performance. The Evaluator (normally the COR) will follow the methods of surveillance and document surveillance observations as specified in the Performance Standards Metrics through a government developed Quality Assurance Surveillance Plan (QASP). When an observation indicates defective performance, the Evaluator will require the Program Manager or designated on-site contractor representative to initial the observation to acknowledge the deficiency. The acknowledgement of the observation does not necessarily constitute contractor concurrence with the observation, only that the contractor has been made aware of the defective performance. Government surveillance of tasks not listed in the Performance Standards Metrics or by methods other than listed in the Metrics (such as provided for by the Quality Assurance Surveillance Plan (QASP) may occur during the performance period of this contract. Such surveillance will be done according to the QASP. Any action taken by the Contracting Officer as a result of surveillance will be according to the terms of this contract. 1.15 Performance Evaluation Meetings. The contractor Program Manager may be required to meet at least weekly with the supported activity and the COR during the first month of the performance period. Meetings will be as often as necessary thereafter as determined by the COR. However, if the contractor PM requests a meeting will be held whenever a Contract Discrepancy Report (CDR) is issued. The written minutes of all performance evaluation meetings will be prepared by the Government and shall be signed by the Program Manager and COR, and provided to the Contracting Officer. Should the contractor non-concur with the minutes the contractor shall so state any areas of non-concurrence in writing to the Contracting Officer within 7 workdays of receipt of the signed minutes. The minutes will be included in the contract file. 1.16 Security. A Facility Security Clearance is not required for performance for this effort unless specifically noted in Section C of the Solicitation. The Contractor shall comply with installation and other applicable security requirements. Certain individuals performing specific duties may require clearances or favorable background checks before being assigned these duties. The Contractors personnel and property shall be subject to search and seizure at any time while on government installations. This includes entering, leaving, and being present within the installation boundaries. 1.17 Common Access Card / Contractor Identification Badges. The Contractor shall ensure that each contractor employee acquire a Government identification badge or Common Access Card (CAC) as determined by the COR and in accordance with (IAW) host government installation procedures. This process will be expedited by guidance provided by the COR and as provided below. Contractor employee CAC/Contactor Identification badges must be displayed at all times IAW LOGCOM Policy Statement 1-09. a. Common Access Card Instructions. The work performed under this contract may require contractor employees to have access to a Department of Defense (DoD) computer system. In order to gain access, contractor personnel will be required to complete a background check through the Provost Marshalls Office (PMO) as the Base/Post where work will be performed. The PMO office will send an email to the appropriate designated Trusted Agent (TA). The TA will provide the contractor with a DD 1172 Application for Uniformed Services Identification Card DEERS Enrollment. Once the form is completed and approved, the TA will enter the information into the Contractor Verification System (CVS). The CVS will create a profile for the contractor employee. Once the background check is completed, PMO will send an email to the TA, the contractor employee, and Pass and ID. Upon receipt of the PMO email, Pass and ID will email instructions to the contractor employee to report to them in order to receive the authorized Common Access Card (CAC). Login to the computer system will be accomplished only with the CAC. The processes described above apply specifically to MCLB, Albany, GA. Other host government facilities may have different or additional requirements. However, the contractor shall comply with those requirements. 1.18 Physical Security. The contractor shall safeguard all Government property. At the close of each work period or shift, facilities and equipment shall be secured IAW DMC Instructions and Government Host Facility instructions. The contractor shall verify authorization of persons requesting entry to contractor controlled work areas. 1.19 Restricted Areas. The contractor shall comply with restricted area procedures and instructions. Contractor personnel working in restricted areas may be required to sign in and out, and state the nature of business at the entrance point. Work in restricted areas after normal duty hours shall be coordinated with the respective Restricted Area Security Officer through the COR. 1.20 Government Office Areas. Government and Contractor personnel will be working in work areas simultaneously during normal working hours. The contractor shall cooperate with the personnel in the immediate area where any service or maintenance work is being performed. Work performed after normal duty hours shall be coordinated with the COR. 1.21 Key Control. The COR is responsible for issuing keys to the contractor. The contractor shall establish a key control system to ensure that none of the keys issued to contractor personnel are lost, misplaced, or used by unauthorized persons. The contractor shall not duplicate Government keys. 1.22 Vehicle Security. The contractor shall ensure that all Government furnished vehicles in the vehicle storage area are locked, secured, windows closed, etc., whenever parked and left unattended, particularly at the end of each duty day. The contractor shall conduct a vehicle security program to include instructions to all drivers. The contractor shall ensure that privately owned vehicles are parked in the appropriate designated areas, unless otherwise approved by the COR. 1.23 Visitors and Inspectors. The contractor shall verbally notify the COR of all official visitors or inspectors prior to their being granted access to Government facilities operated by the contractor on the host installation. The COR will inform the contractor if access is to be granted. After each visit or inspection, the contractor shall report in writing to the COR giving the names of the visitors and the purpose of their visit. All recommendations and required actions from Government inspections will be documented by the inspecting agency and delivered to the COR for resolution. 1.24 Removal of Government Furnished Equipment. In no case, without prior approval of the COR, will any Government furnished equipment be removed from any government facility or installation. The Government reserves the right to request an inventory of Government provided equipment items at any time. 1.25 Disclosure of Government Information. Contractor personnel shall comply with security requirements with regard to disclosures of intelligence and proprietary sensitive information. No such information shall be provided by contractor personnel to any outside agency without the prior approval of the COR. All contractor employees will be required to complete a Non-Disclosure form. 1.26 Hours of Operation. With the exception of work required to be accomplished outside regularly scheduled hours, and only after approval by the COR, all work shall be performed during normal working hours of 0730 to 1630 Local Time, Monday through Friday, excluding Federal holidays. The COR will be provided the flexibility to request an adjustment to the work schedule to meet emerging requirements without placing any contractor employee into an overtime situation. This requested adjustment will be provided to the contractor no less than 24 hours prior to adjustment unless the emerging situation does not allow that level of advance notice. 1.27 Continuity of Services. The Contractor recognizes that the services under this contract are considered vital to the Government and must be continued without interruption and that, upon contract expiration, a successor, either the Government or another contractor, may continue services. The contractor agrees to (1) furnish phase-in training on existing processes and (2) exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. 1.28 Legal Federal Holidays. Except as otherwise specified, routine work shall not be scheduled on holidays or holidays observed in lieu thereof. See Section C, for a listing of Federal holidays to be used for this contract. The basic workweek is Monday through Friday. If a holiday falls on a Saturday, the preceding Friday is the holiday. If a holiday falls on a Sunday, the following Monday is the holiday. 1.29 Installation Closures. When an unforeseen installation closure occurs on a regularly scheduled day of work, the Government shall have the following options: a. Reschedule the work so it is performed the following day unless the following day falls on a weekend. Routine work is not scheduled for Saturday or Sunday. b. Reschedule the work on any day that is mutually satisfactory. 1.30 Government-Furnished Items (material, information, equipment). The contractor shall specifically identify in their proposal the type, amount, and time frames required for any government resources, excluding those listed below. The Government will provide the following for on-site personnel at designated government installations: Office space, warehouses, tools, test/diagnostics equipment, repair parts, consumable materials, petroleum oils and lubricants, computers, software, telephones, fax, copiers, printers, LAN access, supplies, small material handling equipment and other items necessary to perform contract duties. The government will also provide all maintenance required to keep these facilities and equipment in proper working order. Standard Operational Procedures/work Instructions, regulations, manuals, texts, briefs and other materials associated with the project and the hardware/software.. The contractor is authorized to operate MHE/GFE on government installations with proper licensure. 1.31 Safety Related Items. The contractor shall make provisions to ensure employees contracted to perform functions in areas that require safety shoes, hearing protection or unique clothing are equipped with them at all times. These items shall not be considered reimbursable to the government. Hard hats and safety glasses that conform to OSHA requirements shall be provided by the DMC where required. 1.32 Communication Devices. Contractor shall provide communication devices for official purposes only. For the purpose of this contract, select contractor personnel, shall be required to maintain communications with the office of the DMC at all times. To facilitate this communication, those personnel identified by the DMC (See attachment A) shall be issued by the contractors corporate office either a Blackberry/cell phone combination or cell phone for the time they are employed by the contractor in support of this program. For personnel deployed or traveling to the Afghanistan AOR to perform duties, they will comply with Commanding General Marine Expeditionary Brigade Afghanistan Policy Letter 20.09 (Revised). The contractor shall bill the costs of the communication devices and the monthly service charge as an ODC. The contractor shall use all due diligence to obtain the lowest cost service available to meet mission requirements. The contractor shall propose the cost of these devices as part of their proposal. 1.33 Contractor Training. Training of contractor employees assigned to this contract shall be performed at the contractors own expense, with these exceptions: When the Government has given prior approval for training to meet special requirements that are peculiar to the environment and/or operations. Limited contractor employee training may be authorized if the Government changes hardware or software during the performance of this contract, and it is determined to be in the best interest of the Government. In the event that the Government has approved and paid for contractor employee training, reimbursement shall not be authorized for costs associated with re-training replacement individual(s) should the employee(s) terminate from this contract. Costs that are not authorized include, but are not limited to; labor, travel, and any associated re-training expenses. 1.34 Travel. Travel will be required to fulfill the requirements of this contract. The contractor shall ensure that the requested travel costs will not exceed what has been authorized in the contract. Contractor incurred expenses resulting from Government-directed travel are cost reimbursable but are limited by the Government Joint Travel Regulations (JTR) and must be pre-approved by the government. Travel requests will be submitted to the DMC for official approval prior to executing any travel. Travel reports identifying all outcomes and action items shall be provided to the DMC within five working days after completing travel. Failure to comply with this requirement may result in rejection of invoices and/or non-payment. The government will provide an estimate of any anticipated travel costs for the contractor to use in their proposal. Travel to OCONUS locations, including those deemed by the U.S. State Department to be hazardous with imminent danger possible may be required (Deployment). When directed to travel to these locations the contractor shall comply with all established rules and regulations for this travel as specified in the contract. Additionally, contractor personnel performing this type travel shall comply with all MARCORLOGCOM directives as the sponsoring agency. Locations and the duration of travel cannot be established at this time so an estimated travel budget of (See Attachment B) for the entire effort (inclusive of G&A, if applicable) is established. If the contractor determines that required travel will exceed the estimated travel, the contractor shall notify the COR when 75% percent of the estimated allowance has been billed and request additional funding be applied to cover the directed travel costs. 1.35 Other Direct Costs (ODCs). The contractor may be required to obtain supplies and/or materials for the performance of this contract. Those supplies and/or materials must be incidental to and associated with the overall functions being performed through this contract. The contractor shall abide by the requirements of the FAR in acquiring supplies and/or materials, and must maintain files in such a manner that the Contracting Officer could review them upon request to ensure compliance with federal procurement regulations; however, price reasonableness should always be determined prior to selecting a teammate or partner. In addition to the requirements identified above, the contractor shall request in writing in advance and obtain approval from the COR prior to making any ODC purchase. 1.36 Phase in-Phase out Plan. General. The successful Offeror will be required to provide a phase-in/out plan for the Program. This plan will comprehensively detail the process of how turnover between the two contractors will be conducted. Applicability. The Phase-In/Phase-Out Plan shall be limited to 5 pages. Transition Tasks. This part identifies general tasks applicable to the contractor as either the successful Offeror (new awardee) or the incumbent. Tasks identified in this part and in the Phase-In/Phase-Out Plan are directive and shall be accomplished in addition to the requirements identified in the PWS. Transition Period. The government will define the contract transition period. This period will be a maximum of 60 calendar days. (a) Transition Goals: The successful Offeror will assume responsibility for performance of all tasks required by the PWS within 60 calendar days of contract award. The successful Offeror will complete all physical modifications to property and / or facilities within 60 calendar days of contract award. The successful Offeror will assume control and accountability of all GFE, GFM, GFI and appropriate facilities from the incumbent as of the date that the government accepts the joint inventory. Phase-In. The successful Offeror will: Assign requisite Management staff and necessary transition personnel. Assemble and collocate a transition team. Assess overall equipment status and condition. Provide enough personnel to ensure continuous support during all transition phases. Provide 100% staffing to fulfill contract requirements within calendar 15 days but no later than 30 calendar days after award of contract. Provide 100% staffing of key personnel to fulfill contract requirements no later than 10 calendar days after award of contract. Ensure personnel are fully qualified to fulfill contract requirements in accordance with written timelines, to include required training and certification within 90 calendar days. Assume responsibility from the incumbent in accordance with written deadlines. Phase-Out. The incumbent will: Support operations in accordance with the PWS until control is passed to the successful Offeror. Provide all historical records including vendor lists, maintenance records, inventory records, all archived data, all pending requisition data, and any other government owned information. Transfer all Standard Operating Procedures (SOP). Transfer knowledge regarding processes and procedures unique to this contract. Prepare a final closeout report detailed transition activities and concerns for contract closeout. 1.37 TECHNICAL INSTRUCTIONS: Performance of work under this contract may be subject to written or verbal technical instructions signed by the COR specified in the task order. As used herein, technical instructions are defined to include the following and shall not be construed to be issued in a supervisory capacity: (1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, redirect work emphasis, fill in Details, provide safety alerts and otherwise serve to accomplish the contractual Performance Work Statement. (2) Guidelines to the Contractor which assist in the interpretation of specifications or technical portions of work descriptions or processes. (a) Technical instructions must be within the general scope of work stated in the PWS. Technical instruction may not be used to: (1) Assign additional work under the task order; (2) Direct a change as defined in the "CHANGES" clause in this task order. (3) Increase or decrease the task order price or estimated task order amount (including fee), as applicable, the level of effort, or the time required for contract performance; or (4) Change any of the terms, conditions or specifications of the task order. (b) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the task order or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer through the COR in writing within ten (10) working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by the technical instruction unless and until the Contractor is notified by the Contracting Officer that the technical instruction is within the scope of the task order. XI. LIST OF ATTACHMENTS: Independent Government Estimate, Labor by Position and Location Independent Government Estimate, Travel, Other Direct Costs and Training Directives and References Types of equipment inducted into the GESP SOLICITATION RESPONSE REQUIREMENTS OFFERORS PROPOSALS WILL BE EVALUATED AGAINST THE EQUIRMENTS IN SECTION L USING THE FACTORS AND SUB-FACTORS IN SECTION M OF THE SOLICITATION The placement of estimated hours and/or labor category mix in this SOO simply indicate an historical workload for this type effort and does not indicate the government requires the offer to adhere to these numbers or categories in their proposal. The government encourages the offeror to propose innovative solutions to meet the requirements of this SOO that do not necessarily adhere to the governments estimate of labor hours, labor categories. Where no labor hours or labor categories are indicated, the government encourages the offeror to propose a realistic mix of labor hours and categories that will meet the objectives of this SOO at the best value to the government. ATTACHMENT A Independent Government Estimate, Labor by Position and Location BASE YEAROY-1OY-2OY-3OY-4POSITIONLOCATIONSOO PARAComm DeviceHoursHoursHoursHoursHoursSenior Logistician/ Management AnalystMCLB Albany, GAV 1, 2 1.1 thru 2.5  No960960960960960Junior Logistician/ Management AnalystMCLB Albany, GAV 1, 2 1.1 thru 2.5  No19201920192019201920 ATTACHMENT B Independent Government Estimate, Travel and Other Directs Costs. travel and ODCs will be bulk funded by the government as a Not To Exceed amount. BASE YEAROY-1OY-2OY-3OY-4POSITIONTotalTotalTotalTotalTotalTravelODCs Attachment C Directives and References TIER 1 - UPPER LEVEL QUALITY GUIDELINES ISO 9001:2008Quality StandardsQM 1000Storage Operations Quality Manual TIER 2 - STANDARD PROCEDURES SP 4230Control of DocumentsSP 4240Control of RecordsSP 5000Management ResponsibilitySP 6200Human ResourceSP 8220Internal AuditingSP 8300Control of Nonconforming ProductSP 8520Corrective ActionSP 8530Preventive Action TIER 3 WORK INSTRUCTIONS AB-FSD-PEIMB-006Receipt Correction and Credit Letter GuidelinesAB-FSD-SB-002Physical Inventory GuidelinesAB-FSD-SB-003Inventory Discrepancy Research GuidelinesAB-FSD-SB-004Location Survey ProcessAB-SSD-OPS-001Workforce Development Training ProcessAB-SSD-QPB-001Creating QS ProceduresAB-SSD-QPB-002Development and Management of Master Component ListAB-SSD-QPB-005Stock Screening RequestAB-SSD-QPB-007Corrective Action Request ProcessALBANY-FSDA-MB-001Collection of WastewaterALBANY-FSDA-MB-002Maintenance Discrepancy Reporting ProcessALBANY-FSDA-MB-004Preservation Rejection ProcessALBANY-FSDA-MB-006CalibrationALBANY-FSDA-MB-007Hazardous Waste and Material Management PlanALBANY-FSDA-PEIMB-001OTC 1 Receipt ProcessALBANY-FSDA-PEIMB-003Weapons receipt ProcessALBANY-FSDA-PEIMB-011OTC 1 Issue ProcessALBANY-FSDA-PEIMB-012OTC 2, 3 and Non OTC Issue ProcessALBANY-FSDA-PEIMB-013Weapons Issue ProcessALBANY-FSDA-PEIMB-014OTC 1,2, and 3 DRMO Issue ProcessALBANY-FSDA-PEIMB-015Weapons DRMO Issue ProcessALBANY-FSDA-PEIMB-016Controlled Cryptographic Item Issue Process TIER 3 WORK INSTRUCTIONS CONTINUED ALBANY-FSDA-PM-001OTC-1 Care in Store Surveillance ProcessALBANY-FSDA-PM-002Principle End Item (OTC-2/3) ReceiptALBANY-FSDA-PM-013Set Assembly New ReceiptALBANY-PM-007Hazardous Material Management PlanALBANY-SS-002Handling of Radioactive AssetsALBANY-SSD-MSPB-008Printing Procurement ProcessBARSTOW-WI-FSD-005Marking InstructionALBANY-FSDA-PM-014Set Assembly Special Projects ReceiptALBANY-FSDA-PM-015Set Assembly Rollback Items ReceiptALBANY-FSDA-PM-018CCI StorageALBANY-FSDA-PM-024Weapons StorageALBANY-FSDA-QC-011Receipt Process for SAC 2-3 From MCAALBANY-FSDA-QC-012Care-In-Storage Surveillance Inspection for SAC3, OTC 2 & 3 AssetsALBANY-FSDA-QC-028Processing Supply Discrepancy ReportsALBANY-FSDA-SS-001Receipt, Storage and Issue Process of Military AssetsALBANY-FSDA-SS-002Handling of Radioactive AssetsALBANY-FSDB-PEIMB-004Controlled Cryptographic Item Receipt ProcessALBANY-SSD-MCA-001Furnishing Government Equipment to Government ContractorsALBANY-SSD-MCA-002Loaning Government Equipment to Government ActivitiesALBANY-SSD-MSPB-001Set Assembly Procurement PlanningALBANY-SSD-MSPB-002Set Assembly Requisition ApprovalALBANY-SSD-MSPB-003Set Assembly Processing of RequisitionsALBANY-SSD-MSPB-004Set Assembly Assignment/Validation for ICP ProjectsALBANY-SSD-MSPB-005SA Assign/Validation for Local ProjectsALBANY-SSD-MSPB-007Requisitioning Process for PublicationsALBANY-SSD-MSPB-008Printing Procurement ProcessALBANY-SSD-MSPB-009Receipt Issue and Storage Processes for PublicationsALBANY-SSD-MSPB-010Set Assembly Issue ProcessALBANY-SSD-MSPB-011Set Assembly ICP Issue ProcessBarstow-FSDB-PEIMB-003Weapons Receipt ProcessBarstow-FSDB-PEIMB-011OTC 1 Issue ProcessBarstow-FSDB-PEIMB-012OTC 2 3 and Non OTC Issue ProcessBarstow-FSDB-PEIMB-016CCI Issue ProcessBarstow-FSD-MIM-003Wipe TestsBarstow-MB-MAI-001Preservation, De-Preservation for Shipment or Long-Term StorageBarstow-MB-MIM-001Receipts, Issues, Consolidation/Re-warehousingBarstow-PEI-REC-001Receiving of SAC 3 MaterialBarstow-PEI-SET-001Set Building ProcessBarstow-PEI-SET-002Set Assembly Material Receipt ProcessBarstow-PEI-WEA-003Receiving Controlled Cryptographic Items (CCI) TIER 3 WORK INSTRUCTIONS CONTINUED Barstow-SB-MOD-001Modification Control ProcessBarstow-SB-QA-002Care-In-Store Procedures OTC-1,2,3, and Non OTCBarstow-SB-QA-003Receiving OTC-1 Rolling Stock ProcedureBarstow-SB-QA-004Receiving OTC-2,3 and Non OTC StockBarstow-SB-QA-005Master Work Schedule ReturnsBarstow-SB-QA-007Master Work Schedule Pre-induction ProceduresBarstow-SB-QA-018Processing of SL-3 Items Removal TIER 4 REGULATORY DOCUMENTS 40CFRProtection of Environment49CFRDepartment of TransportationBO 4400.65Suspended Stock Condition Codes J, K and LBO 5104.3Radiological Affairs Safety Program ManualBO 6280.1Hazardous Waste ManagementBO P11240.24XGarrison Mobile Equipment (Automotive, Materials Handling Equipment, Scooter)BO P4855.8Quality Assurance ProgramsBO P5100.21XSafety ProgramBO P5500SOP for Handling Of Control Of Classified Information and MaterialCFRFederal Pollution Control ActCFRClean Water ActCMC 021447Z APRIL 08Interim Policy Clarification for Automated Small ArmsCMS 5ACMS Cryptographic Equipment/Guidance ManualDOD 4000.25-2-MMILSTD Transaction Reporting and Accounting ProceduresDOD 4000.25-2M Chapter 7Physical Inventory ControlDOD 4000.25-M CH.11MILSTD Requisitioning and Issue ProceduresDOD 4000.25-M, CH.4Defense Logistics Management System ManualDOD 4140.1Supply Chain Material ManagementDOD 4140.27MShelf Life ManagementDOD 4151.18Maintenance of Military Materiel, March 31, 2004DOD 4160.21MControl of Contractor AccessDOD 4160.21-MDefense Material Disposition ManualDOD 4500.9-RDefense Transportation Regulation, Part II, November 2004DOD 5000.1 The Defense Acquisition System May 12, 2003DOD Order 4000-25-2-MReceipts Time StandardsDODD 4140.1Material Management PolicyDRMS Military Customer Participation GuideEKMS 1(A)Electronic Key Management System ManualEKMS 2(A)Communications Security Material System Advise and Assistance Program Policies and ProceduresEKMS 3(B)Electronic Key Management Inspection ManualEKMS 5Cryptographic Equipment Information/Guidance Manual TIER 4 REGULATORY DOCUMENTS CONTINUED EKMS 7(B)Communications Security Materials Issuing Office Policy and ProceduresEKMS 704C, VOL 2LMD/KP Operators ManualEKMS1CMS Policy and Manual for Phase II EKMS-1FSD POLICY 09/01Preservation Level AssignmentsJCS PUBLICATION 1-02DOD Dictionary of Military and Associated Terms, April 12, 2001JCS PUBLICATION 4-01-4Joint Tactics, Techniques and Procedures for Joint Theater Distribution, August 22, 2000LAV MAC 2667Logistics Dictionary/Supply CodesLBO 4400.61ADirect Stock Support Control Manual (Obsolete)MCO 4000.57Marine Corps Total Life Cycle Management (TLCM)MCO 4000.58CMLC enclosures to 4000.57MCO 440.75MOWASP Manual (Reference Only)MCO 4400.16GUM MIPSMCO 4400.75Mechanization of Warehousing and Shipment ProcessingMCO 4400.76AMUMMS (Reference Only)MCO 4450.15Stock ReadinessMCO 4470.1MAGTF Deployment and Distribution Policy (MDDP)MCO 4733.1BMarine Corps TMDE Calibration and MaintenanceMCO 4733-15/1EMarine Corps TMDE Calibration Requirements/MaintenanceMCO 4855.10BProduct Quality Deficiency Report ProgramMCO 4855.8Marine Corps Logistics Base OrderMCO 5000.19 Marine Corps Systems CommandMCO 5215.17CMarine Corps Technical Publications SystemMCO 5600.20N, 21 June 2001Warfare Publications SystemMCO 8300.1XMarine Corps Serialized Control of Small Arms SystemMCO P4400. 150EConsumer Level Supply PolicyMCO P4400.151BIntermediate Level Supply Management Policy ManualMCO P4400.162BGovernment Furnished and Loan Equipment/Material Management ManualMCO P4400.75MOWASPMCO P5090.2Environmental Compliance and Protection PlanMCO P5530.14Marine Corps Physical Security Program ManualMCO P5600.31GMarine Corps Publications and Printing RegulationMCPDSMarine Corps Publications and Distribution SystemMCSCO 5100.29Safety and Ready CertificationMCWP 4-12Operational Level LogisticsMIL Std 3003APreparations for Shipment and StorageNAVMC 10284Limited Technical Inspection Motor Transportation NAVMC 2667Logistics Mini-DictionaryNAVMC 696DMotor Vehicle and Engineer Equipment Record Folder (if required)NAVMC DIR 3000.18Marine Corps Force Development Planning and Execution Process Manual (FDP&E manual) TIER 4 REGULATORY DOCUMENTS CONTINUED OPNAVINST 2221.3Communication Security Equipment MaintenanceOPNAVINST 2221.5BRelease of Communications Security Material to US Industrial Firms Under Contract to the US NavySECNAVINST 4105.1AIndependent Logistics Assessment (ILA) and Certification RequirementsSECNAVINST 4355.18Reporting Supply DiscrepanciesSECNAVINST 4855.58Product Quality Deficiency ReportSECNAVINST 5000.2CImplementation and Operation of the Defense Acquisition System and the Joint Capabilities Integration and Development SystemSECNAVINST 5215.2 Naval Reserve Information Assurance ProgramSECNAVINST 5400.15ARD&A Life Cycle Management ResponsibilitiesSECNAVINST 5420.188EAcquisition Category (ACAT) Program Decision ProcessSECNAVINST 5000.2CImplementation and Operation of the Defense Acquisition System and the Joint Capabilities Integration and Development SystemSECNAVINST 5510.30ADON Personnel Security ProgramSECNAVINST 5510.36DON Information Security Program RegulationSSS-000-32-002Storage Serviceability StandardTB43-0134Battery Disposition and DisposalTB43-0197Instruction for Safe Handling, Maintenance, Storage and Disposal of Radioactive ItemsTI 11240-25/50AStorage Procedures for 7 Ton TrucksTM 4700-15/1Ground Equipment ProceduresTRAINING MANUALMajor Item Movement Equipment Guidance ManualTRAINING MANUALBase Storm Water Management PlanTRAINING MANUALBase Oil and Hazardous Substance Spill Prevention, Control Counter-Measure PlanUM 4012-100Automated Set Assembly Users ManualUM 4400.13Stock ControlUM 4400.60Materials Returns ProgramUM 4400-76MUMMS, DSSC Users Manual (Reference Only)UM 4400-123, VOLS 1 AND 2FMF SASSY Management Unit ProceduresUM 4400-124FMF SASSY Using Unit Procedures Attachment D Types of equipment inducted into the GESP Marine Corps Ground Weapons Systems Communication Equipment to include Controlled Cryptographic Items (CCI) Engineering Equipment i.e. Dozers, Excavators, Generators, Air Conditioners, Motor Transport Equipment i.e. HMMWVs, MTVRs, LVSRs, Trailers Small Arms and Ordnance related Equipment Tracked Combat Vehicles i.e. M1A1 Tanks, AAVs LAVs Collateral and ancillary support equipment for the above GWS THIS PAGE INTENTIALLY LEFT BLANK STATEMENT OF OBJECTIVES (SOO) FOR TECHNICAL, QUALITY, LOGISTICS AND PROGRAM SUPPORT Chemical Biological Radiological Nuclear-Defense /Consolidated Storage Division, / Joint Equipment Assessment Program T&M Supporting Task Area 9 I. PURPOSE: The Director Chemical Biological Radiological Nuclear-Defense /Consolidated Storage Division, / Joint Equipment Assessment Program (CBRND-D/CS Div/JEAP) is acquiring Non-Personal Program Support Services. The purpose of this SOO is to obtain for the Director, CBRN-D/CS Div/ JEAP an integrated contractor support team with the competencies and capabilities to provide a range of services outlined in Paragraph V. II. BACKGROUND: In April 2006, the Joint Program Executive Office (JPEO) CBD office chartered the Director, CBRN-D/CS Div/JEAP as the lead for Surveillance, Assessment, and disposal accountability of CBD equipment. The Director, CBRN-D/JEAP supports the JPEO-CBD office and Joint Project Managers (JPM) with Life-Cycle Acquisition Management responsibilities as directed by the charter. To meet the various objectives of these chartered requirements, the Director JEAP performs quality assessments on CBD equipment stored in various locations and environments to determine condition, shelf life, specification compliance and overall readiness using various test equipment and measuring instruments. III. SCOPE: This SOO describes the requirements, level of effort, services and expected outcomes for the contractor to provide qualified personnel to perform the functions to support the CBRND / CS DIV / JEAP in meeting all program requirements. The tasks required to achieve the objectives and outcomes required include, Quality Assessments, Equipment Repairs, Logistics and Program Support. IV. PERIOD AND PLACE OF PERFORMANCE: 1. The Government will award a Labor Hour (T&M) Contract with 1 Base Year and 2 Option Years. The period of performance is the date of award for 12 continuous months for the Base and each Option Year. In accordance with Department Of The Navy Management and Oversight Process for the Acquisition of Services guidance, the period of performance for this award shall not exceed 3 years, inclusive of options. Award terms for Option Years will be contingent upon how well the Contractor controls cost and successfully meets the mission essential performance requirements as specified for this effort. 2. The initial locations requiring support for this effort is; MCLB, Albany, GA; MCLB, Barstow, CA; MCB Camp Lejeune, NC; MCB, Kaneohe Bay, HI; MCB, Camp Hansen, Okinawa Japan (which requires a contractor commitment for a minimum 24 month tour); MCB, Camp Pendleton, CA; Tyndal AFB, Panama City, FL. As all positions are considered deployable, if this requirement is exercised, the current known locations would be Iraq, Kuwait and Afghanistan. Other locations may require support as program requirements dictate. Also, places of performance may be added or changed by the Contracting Officer based on changing of mission requirements. V. PROGRAM OUTCOMES and OBJECTIVES: Outcomes 1. The Contractor shall conduct assessments on CBRN Defense Equipment, Individual Combat Equipment (ICE), and other equipment utilizing government owned test equipment and instruments in order to determine equipment serviceability in accordance with equipment technical manuals and DoD regulation; i.e. equipment military specifications (MIL-SPEC) and performance specifications. Assessments will be conducted in accordance with applicable JEAP work procedures, work instructions and test equipment operator manuals. During the performance of the assessment, contractor employees will be expected to make routine repairs for any equipment defect found to affect the serviceability of the item. 2. The Contractor shall conduct maintenance and repairs on government owned, contractor operated test and support equipment required to support JEAP operations utilizing on-site capabilities and government provided facilities maintenance support. Maintenance consists of performing routine repairs and preventive maintenance check and services and post repairs checks and status to ensure equipment is maintained in an operable state in accordance with equipment operator and maintenance manuals and local facilities SOPs. 3. The Contractor shall provide support within the following categories; Program Support; Administration, Configuration Management, Analysis, and Technical Research, Logistics; Inventory, Warehouse Operations, and Safety, when required. Program support will be conducted utilizing automated systems and databases, in accordance with established JEAP policies and procedures. Logistics will be conducted utilizing government provided systems, applications, automated information technologies (AIT) and databases, such as Radio Frequency Identification (RFID), Unique Identification (UID) markings, etc. in accordance with established JEAP policies and procedures. Performance Objectives To provide the desired outcomes for this effort, the contractor shall meet the following performance objectives in support of the CBRND/CS Division /JEAP. 1.0 Assessments of CBRND and Individual Combat Equipment Perform CBRN defense mask assessments, to include visual and machine testing. Perform CBRN defense clothing assessments, to include visual and machine testing. Perform CBRN defense RADIAC assessments, to include visual and operational testing. Perform CBRN defense decontamination kits and apparatuses assessments, to include visual and operational testing. Perform CBRN defense collective protective systems assessments, to include visual and operational testing. Perform Individual Combat Equipment assessments, to include visual assessments. Perform quality assurance checks and assessments to evaluate the condition, inventory accuracy and readiness levels of individual and unit combat equipment stored within the Unit Issue Facilities and Individual Issue Facilities. Perform authorized, required repairs. Perform necessary travel in order to conduct scheduled assessments, both CONUS AND OCONUS, in accordance with provisions of the Joint Travel Regulation. All travel requires government approval/authorization and notification of the COR. Due to the flexibly and fluidity of the equipment assessment schedule, the contractor employees performing the tasks to meet the objectives of paragraph 1.0, shall be the same employees who perform the tasks to meet the objectives of paragraphs 2.0, 3.0, and 4.0. 2.0 Conduct Maintenance and Repairs on test and Support Equipment Perform maintenance on test equipment when required. Conduct maintenance on support equipment when required. 2.3 Perform operator maintenance, checks and services on test trailer, to include routine scheduled maintenance. 2.4 Perform repairs on test equipment and support equipment, when required. 3.0 Program Support Attend technical and management meetings, assist in scheduling and planning by developing agendas, briefings, and presentation packages, using Microsoft Office products. Perform data entry into automated systems, to include Equipment Repair and Assessment Reporting System (EARS) database system (Postgres), Microsoft Excel and Access files and Oracle databases. Capture workload metrics, man-hours, and all costs associated with the contract work breakdown structure, utilizing the government directed Price and Performance Module. Perform collection and analysis of assessment and other data and create necessary reports, utilizing government provided databases and information systems. Review, scan and archive JEAP documents, to include but not limited to, printed user manuals, technical publications, assessment reports and documentation, supply, travel and fiscal records. Maintain JEAP document library in accordance with Marine Corps publications procedures. Provide subject matter experts capable to provide IPT support and acquisition documentation review and development, including acquisition fielding support plans. Provide subject matter experts capable of effectively communicating lesson materials during periods of instruction on CBRN-D equipment, utilizing government provided lesson plan materials, as requested. Perform interface and informational coordination between the JEAP and higher level commands associated with the integration, coordination and distribution of policies, requirements, and acquisition data in support of CBRN-D acquisition and technical programs. Conduct research and analysis of life-cycle systems support data. Develop reports and briefings detailing the results of meetings and conferences with all associated CBRN-D organizations. Provide weekly updates to the Director, JEAP of all activities and communications with authorized organizations. Provide technical and subject manner expertise on business processes, which include reviewing and monitoring all business and operational processes and procedures, in order to continue gains in overall effectiveness and efficiency through the continued employment of ISO, Lean Six Sigma, auditing and mapping techniques. 4.0 Logistics Provide inventory planning for various types of CBRN equipment, DCTE, and support equipment, to include requirements determination, through normal supply channels, ordering, order management, inspection and receipt, inventory control, in-stores care including shelf-life management and issue. Conduct material distribution to coordinate delivery of all government procured assets and materials to the location desired, utilizing Direct Vendor Delivery (DVD), third party logistics distribution provider, or military transportation network, in accordance with JEAP policies. Conduct warehouse operations to support material and assets maintained by JEAP, to include receipt, inspection, acceptance, storage, in-stores care/preventative maintenance, and Packaging, Packing and Preservation (PP&P) for shipment in accordance with DoD and JEAP policies. Provide provisioning and technical support on Lightweight 155 Howitzer and the logistical support associated as required by the Joint Program Management Office (LW155). VI. TRANSITION: The Contractor shall begin the phase-in planning immediately after contract award. The Contractor shall submit a Transition Plan as part of their proposal. In this plan, the Contractor shall specify how it will phase in seamless Personnel Staffing and Support so that no delay or down time is experienced at the site locations and no delays are experienced in scheduled maintenance and perform Phase out at Task completion. In the plan, the Contractor shall include adequate time to hire appropriate personnel, conduct inventories, assume equipment control, issue subcontracts, etc after Task Order award. The Government will provide familiarization training of various Government organizations to the contractor should the Government determine that such familiarization training is necessary. As a minimum, the contractor shall familiarize its supervisors, key personnel and staff with existing equipment, reporting, work scheduling and procedures. During the phase-in period, the contractor shall be responsible for finalizing all employee clearance requirements. The contractor shall complete the necessary steps for assumption of the operation during the phase-in period and shall meet all requirements as specified in the SOO with the beginning of full performance. 2. To ensure a smooth phase-out to the next service provider in the event no Option year is exercised or a new contractor is selected at contract recompete and to prevent possible decreases in productivity or service quality, the service provider shall provide a 60 calendar day phase- in period prior to Contract termination date. During this period, the contractor shall make available to key incoming contractor personnel, representatives of the incumbent contractor who are versed in the operation of the functions to be performed. This service shall be made available to explain procedures for conducting Government business, show the next contractor various work sites, introduce the contractor to customer representatives, etc. During this period, the incumbent contractor shall provide required training and conduct material, equipment, and tools transfers. Inventories shall be conducted jointly with the Government representatives and representatives of the incoming contractor. VII. CONSTRAINTS: 1. Data Management: a. The goal of the Government is to minimize the delivery of data in Government format and hardcopy and to maximize the use of a contractor-maintained electronic data library with data provided in Microsoft Applications required to support this effort in contractor format unless otherwise directed by the government. 2. Cost proposal Submission: a. The offerors proposal shall present the cost for the efforts described in this SOO in three parts, (1) Labor Cost by Labor Hours for each Position, (2) Other Direct Costs non-travel and (3) Travel costs. Travel and Other Direct Costs will be estimated per year by the government as a not to exceed amount unless authorized by the Contracting Officer. 3. Hazardous Waste Compliance: a. The Contractor shall comply with all Federal, State, and local environmental laws and regulations, including those of any host government installation, for the safe handling and accumulation of Hazardous materials and waste. The Contractor is responsible for Hazardous waste disposal through government provided processes. 4. Permits/Licensing: a. The Contractor shall be responsible for obtaining all permits/licensing (import/export licensing, etc.) required to operate in any supported locations either CONUS or OCONUS. The Contractor shall supply requested information to assist in obtaining any permits and licensing required for operation, maintenance, and supply operations at various sites that other sources outside the Contractor are required to obtain (e.g. Other Government Agencies). 5. Security Clearances: a. A Facility Security Clearance is not required for the performance of this effort. The Contractor shall comply with installation and other applicable security requirements. Certain individuals performing specific duties may require clearances or favorable background checks before being assigned these duties. The Contractors personnel and property shall be subject to search and seizure at any time while on government installations. This includes entering, leaving, and being present within the installation boundaries. 6. Acronyms and Definitions: a. The contractor shall obtain Acronym Descriptions and Definitions from the following website. For any unique term or acronym in this document not found at the site, the government will provide the definition or description upon request.  HYPERLINK "http://www.dtic.mil/doctrine/dod_dictionary/" http://www.dtic.mil/doctrine/dod_dictionary/ 7. OCCUPATIONAL SAFETY, HEALTH, AND ACCIDENT PREVENTION: a. The contractor shall perform the requirements of this SOO in compliance with all federal, state, and local safety and health laws and regulations. The contractor shall comply with the Occupational Safety and Health Act (OSHA) (Public Law 91-596) and the resulting OSHA Standards 29 CFR 1910 and 1926 to protect government resources and the general public. The contractor shall follow OSHA criteria as they pertain to occupational safety and health for its employees. The contractor shall take precautions to prevent accidents and damage to Government property, facilities, and equipment, or injury to Government employees. STAFFING: Staffing for the positions identified in support of this effort will be done through the issuance of technical direction at Task Order award as the needs of the government are determined. The positions identified under for this effort are considered to be deployable. Skills Attainment: a. The contractor will coordinate with the government to obtain initial and sustainment test equipment operator training courses through the US Army Pine Bluff Arsenal, Clothing and Textile course, and Acton Rubber course to elevate contractor employee skills to be able to perform required assessments. Assessment sampling requirement shall be based on predetermined sampling methodology (i.e. 100% or IAW ANSI ASQ Z1.4). VIII. DELIVERABLES: All contract deliverables shall be presented to the Government according to the table below. DeliverableDue DateMedium & FormatNumber Of CopiesMonthly status reportNlT 15h day of the following monthElectronic Copy, contractor format 1 electronic copy to each recipientTask Order Management Plan includes the Operational Security plan, Quality Control Plan and Training Certification Status reportDraft 15 Days after Contract Award Final 30 Days after Contract AwardElectronic Copy, contractor format 1 electronic copy to each recipientP&PM InformationNlT 15h day of the following monthElectronic Copy, government provided format 1 electronic copy to each recipientTrip Reports5 Working Days After Completion of Trip Electronic copy, government provided format 1 electronic copy to each recipientTransition PlanWith Proposal and updated after government review.Electronic copy, government provided format 1 electronic copy to each recipient Deliverable Description a. Monthly Status Reports Status reports shall include summarization of all costs, labor hours, travel and other direct costs, schedule variances, risks and mitigation plans and agent inventory by type. . Task Order Management Plan Documents the contractors proposed staffing mix, supervisory methods, contract management. processes, inventory of all Government property in Contractors control and risk management and mitigation processes and Quality Control Plan as described in paragraph XI 1.14 for meeting the requirements of this SOO. c. Price & Performance Model Information (P&PM) P&PM data consists of workload metrics that describe the output (benefit) of each operating location and resource metrics (man-hours, travel cost, other direct costs) that describe the resources used to produce the work. P&PM data is collected monthly according to the Work Breakdown Structure for each operating location. An example of the template used to collect the data is shown in Figure 1. The templates for this data will be provided by the government for each operating location at the start of work with supporting training on how to complete. d. Trip Reports Provides reason for travel, topic discussions, outcomes, action items and any follow on requirements. e. Transition Plan As described in paragraph VI above. IX Performance Metrics: ObjectivesStandardAQLMonitoring MethodAssess CBRN-D Equipment and Individual Combat Equipment Quality of Masks and Individual Combat equipment assessed in accordance with Work Processes. Accuracy of checks and assessments to evaluate the condition, inventory accuracy and readiness levels of individual and unit combat equipment stored within the Unit Issue Facilities and Individual Issue Facilities, in accordance with Work Processes. Quality of repairs performed in accordance with Work Standards. Conduct necessary travel in order to conduct scheduled assessments, both CONUS and OCONUS. 98 % of Masks, clothing, Radiac, Decontamination Kits and Apparatuses, Collective Protective Systems, and Individual Combat Equipment assessed in time given for sample size. 98% accuracy of data for all quality assurance checks and assessments conducted. 98 % of Masks pass assessment first time after repaired. 100% of personnel must execute travel in support of mission when provided with advanced notification. 100% of travel will have government approval/authorization prior to execution. Random Sample Random Sample Random Sample Dailey ObservationMaintenance Timeliness of maintenance of test equipment in accordance with equipment instruction manuals. Timeliness of maintenance of support equipment in accordance with equipment instruction/operator manuals. Timeliness of repairs in accordance with Work Standards and equipment instruction/operator manuals 100% of required maintenance of test equipment conducted within 15 days of required date when provided with required tools, time and material. If materials or parts are not immediately available, with 15 days once materials or parts are received. 100% of required operator maintenance, checks and services, to include routine scheduled maintenance conducted within 15 days of required date when provided with required tools, time and material. If materials or parts are not immediately available, within 15 days once materials or parts are received. 100% of required repairs of test equipment and support equipment conducted within 15 days of repair action being identified when provided with required tools, time and material. If materials or parts are not immediately available, with 15 days once materials or parts are received. 100% Sample 100% Sample 100% Sample Program Support Accuracy of data entry into automated systems including but not limited to EARS (Postgres), Microsoft Excel and Access files and Oracle databases, in accordance with JEAP procedures. Accuracy of data Input and record workload metrics, man-hours, and all costs associated with the contract work breakdown structure, utilizing the government directed P&PM in accordance with WP 3960.7 Timeliness and completeness of data collected and analyses of all assessment and other data and create necessary reports, utilizing government provide databases and information systems in accordance with WP 3960.6. Completion of scanning and archiving JEAP documents and records in accordance with JEAP policies and procedures. Maintain JEAP document library in accordance with Marine Corps publications procedures. Responsiveness, timeliness and accuracy of information and distribution resulting from conducting interface and informational coordination between the JEAP and higher level commands associated with the integration, coordination and distribution of policies, requirements, and acquisition data in support of CBRN-D acquisition and technical programs.85% accuracy for initial database entry with 98% accuracy for final database entry submissions. 98% accuracy for P&PM data entry with 100% timely report submission to the JEAU Project Officer by the 5th of each month. Complete and submit assessment reports within five working days from completion of assessment. Complete and submit other data reports within prescribed deadline. 100% of all documents provided for archive accurately scanned and archived within five working days of receipt. Complete and submit meeting and conference reports within five working days from meeting or conference. 95% timeliness in submitting weekly updates to the Director, JEAP.Random Sample Data evaluation Dailey assessment Random Sample Data assessment Logistics Conduct material distribution to coordinate delivery of all government procured assets and materials to the location desired, utilizing Direct Vendor Delivery (DVD), third party logistics distribution provider, or military transportation network, in accordance with JEAP policies and procedures. Conduct warehouse operations to support material and assets maintained by JEAP, to include receipt, inspection, acceptance, storage, in-stores care/preventative maintenance, and Packaging, Packing and Preservation (PP&P) for shipment in accordance with DoD and JEAP policies and procedure.100% delivery of all government procured assets and material to the location desired (final destination i.e. assessment site) within 24 hours of prescribed time. 100% accuracy of warehouse inventory with receipt inspections and acceptance conducted within two working days of receipt. 100% of required in-stores care/preventive maintenance conducted within 15 days of required date when provided with required tools, time and material. If materials or parts are not immediately available, with 15 days once materials or parts are received.100% sample Random validation  X. Additional Contractor Requirements: 1.0 Personnel. The contractor shall provide necessary personnel to maintain performance standards and accomplish required services within specified time frames. Contractor personnel shall be legal residents of the United States. The Government reserves the right to request and review documentation (e.g., certificates, training records, work records) certifying the personnel filling positions. The Government reserves the right to refuse to permit any contractor employee to perform services under this effort. Key Personnel. The contractor shall identify the Program Manager and all key personnel in the proposal. The Contractor shall assign Key Personnel whose names were identified in the quote and who are integral to the performance of the task requirements. The contractor shall assign Key Personnel at each location as a primary point of contact between the location and the COR. The contractor shall represent/acknowledge that all personnel assigned to this contract are capable of working independently and with demonstrated knowledge, skills and expertise in their respective functional areas, which are necessary to perform all assigned duties. If the contractor personnel do not possess the expertise necessary to perform the tasks required under this SOO, then the contractor shall be responsible for appropriate training and/or replacing the personnel. 1.3 Substitution of Key Personnel. The Contractor shall not substitute Key Personnel during the first ninety (90) days of the task performance period unless the substitutions are unavoidable because of the incumbent's sudden illness, death or termination of employment; contractor shall promptly notify the COR and COR. After the initial 90-day period, the contractor shall submit to the COR and COR all proposed substitutions at least 30 days in advance. All requests for approval of substitutions hereunder must be in writing and provide a detailed explanation of the circumstances necessitating the proposed substitution(s). Request must contain a complete resume for the proposed substitute, who shall have at least equal ability and qualifications, and any other information requested by the Contracting Officer to approve or disapprove the proposed substitution. The Contracting Officer or COR will evaluate such requests and promptly notify the contactor of approval or disapproval thereof, in writing. 1.4 Other than Key Personnel. Vacant positions for other than key personnel shall be made within 20 calendar days from date of vacancy. The contractor shall notify the customer when a vacancy has occurred within five work days. 1.5 Independent Government Estimate (Labor). Attachment A contains positions by location for which the contractor will be required to provide support. The estimated number of required annual hours and the year of the contract the hours will be required is indicated. 1.6 The positions identified for this effort are considered to be deployable. Employee Requirements. All contractor employees shall be literate in the English language to the extent of being able to read and understand all Work Processes, Orders, Regulations, safety, health, and security regulations, and traffic signs posted on Government property. English shall be used for all correspondence, deliverables, and presentations. In addition, each contractor employee shall be able to read and understand the following: 1. Any necessary instructions concerning equipment to the extent that performance of assigned duties requires an employee to operate, maintain, repair, or in some way interact with the facilities and equipment 2. Any regulations, directives, or policies that a person must know in order to accomplish the required services b. The contractor must provide employees who are physically capable of performing the required work, with or without accommodation. If any accommodation is to be required, the contractor must include this in the cost proposal. Actions the contractor will be expected to perform include; lifting boxes and items that weigh up to 65 pounds, correctly identifying items of various colors and performing actions that require standing for long periods on various surfaces". Standards of Conduct. The contractor shall maintain satisfactory standards of employee competency and conduct, and for taking disciplinary actions against his employees as necessary. The contractor shall remove from the job site any contractor employee found under the influence of alcohol, illegal drugs, or any other incapacitating agent during the tour of duty. The contractor shall remove any employee whose conduct or appearance debase or discredit the government. The government reserves the right to require removal from the job site of any contractor employee who endangers persons or property, whose continued employment is inconsistent with the interests of military security, or whose presence deters the accomplishment of required services. In such cases, the Contracting Officer or COR will advise the contractor of the reason for requesting an employee's removal, or withdrawal of his authorization to enter the installation. The Governments exercise of its right to grant and revoke access by particular individual(s) to its facilities will not constitute a breach or change to this effort regardless of whether said individual(s) is employed by the contractor, and regardless of whether said individual(s) is thereby precluded from performing work under the PWS. 1.9 Appearance of Personnel. Personnel in administrative areas and personnel whose duties involve them in briefings and instructional projects on and off the government installations, must be clean, well groomed, and wear appropriate attire. Other contractor personnel shall wear appropriate attire commensurate with their positions and safety requirements. The Government has the final approval on requests for special clothing needs and wearing of such. If the contractor deems it necessary for uniforms, the design and color of these uniforms shall be submitted to the government for approval. The uniforms and any required safety clothing i.e. steel toed boots, gloves and safety glasses will be at the contractors expense. 1.10 OFF-Duty Government Personnel. The contractor shall not hire off-duty Contracting Officer Representative (COR) personnel nor any other person whose employment would, or appear to, result in a conflict of interest. The contractor is cautioned that off-duty active military personnel hired under this effort may be subject to permanent change of station, change in duty hours, or deployment. Military Reservists and National Guard members employed by the contractor may be called to active duty and their absence shall not constitute an excuse for not performing the requirements of the PWS. 1.11 Fraud, Waste, and Abuse. The contractor shall maintain proper conduct and good discipline with contractor provided equipment, materials and in the work areas. Contractor personnel shall be alert to suspected situations of fraud, waste, and abuse against the Government that are observed during the performance of this SOO. The contractor shall take corrective action within his area and immediately report these situations to the COR. 1.12 Smoking. Contractor personnel shall comply with all DOD and local regulatory requirements, which establish uniform policies governing smoking in and around Government owned buildings. 1.13 Performance. The contractor shall meet performance standards listed this effort. The only deviation allowed will be for tools, supplies, materials and parts deemed by the COR to be not available to permit contractor employees to conduct the efforts established by the standards in the PWS.. 1.14 Quality Control Program. The contractor shall establish and maintain a Quality Control Plan (QCP) to ensure the requirements of the PWS are provided as specified. This plan shall be submitted to the Contracting Officer for review as part of the Task Order Management Plan and acceptance or rejection and further modification NLT 15 days after contract award date. The Contracting Officer will notify the contractor of acceptance or required modifications to the plan and any adjustment allowed to the performance date. The contractor shall make appropriate modifications (at no additional costs to the Government) and obtain acceptance of the plan by the Contracting Officer. The contractor shall appoint a Quality Control representative that is knowledgeable of the necessary requirements of this program. Updates to the plan to assure compliance to the PWS requirements are the responsibility of the contractor as part of normal preventive and corrective actions. The plan shall include, but not be limited to, the following: Be structured to assure the individual responsible for Quality Control (QC) is authorized by the organization to take actions described. Contain procedures for written and verbal communication with the Government regarding performance of the contract Contain clear, measurable, and acceptable levels of performance Contain procedures for preventing defects and deficiencies, early detection of problems, and handling corrective actions without dependence upon Government intervention Contain surveillance procedures for each service to be monitored under the PWS. These procedures shall identify the list of items under surveillance, who will perform the surveillance, the frequency and method of surveillance, and procedures for correction of deficiencies. Include a system to investigate and resolve customer complaints forwarded by the Government. The investigation results shall be documented and forwarded to the Government to include immediate corrective actions to prevent future complaints. Provide a record of all contractor QC checks and corrective actions. These files shall be maintained by the contractor and shall be available upon request to the COR during the performance period. 1.15 Contracting Officers Representative (COR). The COR is a representative of and appointed by the Contracting Officer and will participate in the oversight of this contract, except where exemptions have been approved by the Contracting Officer. Subsequent to the contract award, the identity of the COR with a brief resume of their duties and authority will be furnished to the successful bidder. Any matter alleging a change to the scope, prices, terms, or conditions of this contract shall be referred to the Contracting Officer and not to the COR. The COR will represent the Contracting Officer in the technical phases of the work, but will not be authorized to change any of the terms and conditions of this SOO. The COR will act in a liaison capacity to coordinate activities between the Contracting Officer and COR as required in the performance of work under the PWS.. 1.16 Quality Assurance. According to the Inspection of Services clause, the Government will evaluate the contractors performance. The Evaluator (normally the COR) will follow the methods of surveillance and document surveillance observations as specified in the Performance Standards Metrics through a government developed Quality Assurance Surveillance Plan (QASP). When an observation indicates defective performance, the Evaluator will require the Program Manager or designated on-site contractor representative to initial the observation to acknowledge the deficiency. The acknowledgement of the observation does not necessarily constitute contractor concurrence with the observation, only that the contractor has been made aware of the defective performance. Government surveillance of tasks not listed in the Performance Standards Metrics or by methods other than listed in the Metrics (such as provided for by the Quality Assurance Surveillance Plan (QASP)) may occur during the performance period of this contract. Such surveillance will be done according to the QASP. Any action taken by the Contracting Officer as a result of surveillance will be according to the terms of this contract. 1.17 Performance Evaluation Meetings. The contractor Program Manager may be required to meet at least weekly with the MARCORLOGCOM supported office and the COR during the first month of the performance period. Meetings will be as often as necessary thereafter as determined by the COR. However, if the contractor PM requests, a meeting will be held whenever a Contract Discrepancy Report (CDR) is issued. The written minutes of all performance evaluation meetings will be prepared by the Government and shall be signed by the Program Manager, and COR, and provided to the Contracting Officer. Should the contractor non-concur with the minutes the contractor shall so state any areas of non-concurrence in writing to the Contracting Officer within 7 workdays of receipt of the signed minutes. The minutes will be included in the contract file. 1.18 Security. A Facility Security Clearance is not required for performance of this effort unless specifically noted in Section C of the Solicitation. The Contractor shall comply with installation and other applicable security requirements. Certain individuals performing specific duties may require clearances or favorable background checks before being assigned these duties. The Contractors personnel and property shall be subject to search and seizure at any time while on government installations. This includes entering, leaving, and being present within the installation boundaries. 1.19 Common Access Card / Contractor Identification Badges. The Contractor shall ensure that each contractor employee acquire a Government identification badge or Common Access Card (CAC) as determined by the COR and in accordance with (IAW) host government installation procedures. This process will be expedited by guidance provided by the COR and as provided below. Contractor employee CAC/Contactor Identification badges must be displayed at all times IAW LOGCOM Policy Statement 1-09. a. Common Access Card Instructions. The work performed under this contract may require contractor employees to have access to a Department of Defense (DoD) computer system. In order to gain access, contractor personnel will be required to complete a background check through the Provost Marshalls Office (PMO) as the Base/Post where work will be performed. The PMO office will send an email to the appropriate designated Trusted Agent (TA). The TA will provide the contractor with a DD 1172 Application for Uniformed Services Identification Card DEERS Enrollment. Once the form is completed and approved, the TA will enter the information into the Contractor Verification System (CVS). The CVS will create a profile for the contractor employee. Once the profile is created the CVS will send an email to the contractor employee. Once the background check is completed, PMO will send an email to the TA, the contractor employee, and Pass and ID. Upon receipt of the PMO email, Pass and ID will email instructions to the contractor employee to report to them in order to receive the authorized Common Access Card (CAC). Login to the computer system will be accomplished only with the CAC. The processes described above apply specifically to MCLB, Albany, GA. Other host government facilities may have different or additional requirements, however, the contractor shall comply with those requirements. 1.20 Physical Security. The contractor shall safeguard all Government property. At the close of each work period or shift, facilities and equipment shall be secured IAW JEAP Work Instructions and Government Host Facility instructions. The contractor shall verify authorization of persons requesting entry to contractor controlled work areas. 1.21 Restricted Areas. The contractor shall comply with restricted area procedures and instructions. Contractor personnel working in restricted areas may be required to sign in and out, and state the nature of business at the entrance point. Work in restricted areas after normal duty hours shall be coordinated with the respective Restricted Area Security Officer through the COR. 1.22 Government Office Areas. Government and Contractor personnel will be working in work areas simultaneously during normal working hours. The contractor shall cooperate with the personnel in the immediate area where any service or maintenance work is being performed. Work performed after normal duty hours shall be coordinated with the COR. 1.23 Key Control. The COR is responsible for issuing keys to the contractor. The contractor shall establish a key control system to ensure that none of the keys issued to contractor personnel are lost, misplaced, or used by unauthorized persons. The contractor shall not duplicate Government keys. 1.24 Vehicle Security. The contractor shall ensure that all Government furnished vehicles in the vehicle storage area are locked, secured, windows closed, etc., whenever parked and left unattended, particularly at the end of each duty day. The contractor shall conduct a vehicle security program to include instructions to all drivers. The contractor shall ensure that privately owned vehicles are parked in the appropriate designated areas, unless otherwise approved by the COR. 1.25 Visitors and Inspectors. The contractor shall verbally notify the COR of all official visitors or inspectors prior to their being granted access to Government facilities operated by the contractor on the host installation. The COR will inform the contractor if access is to be granted. After each visit or inspection, the contractor shall report in writing to the COR or COR giving the names of the visitors and the purpose of their visit. All recommendations and required actions from Government inspections will be documented by the inspecting agency and delivered to the COR for resolution. 1.26 Removal of Government Furnished Equipment. In no case, without prior approval of the COR will any Government furnished equipment be removed from any government facility or installation. The Government reserves the right to request an inventory of Government provided equipment items at any time. 1.27 Disclosure of Government Information. Contractor personnel shall comply with security requirements with regard to disclosures of intelligence and proprietary sensitive information. No such information shall be provided by contractor personnel to any outside agency without the prior approval of the COR. Contractor employees will be required to complete Non-Disclosure forms. 1. 28 Hours of Operation. With the exception of work required to be accomplished outside regularly scheduled hours, and only after approval by the COR or COR, all work shall be performed during normal working hours of 0730 to 1630 Local Time, Monday through Friday, excluding Federal holidays. The COR will be provided the flexibility to request an adjustment to the work schedule to meet emerging requirements without placing any contractor employee into an overtime situation. This requested adjustment will be provided to the contractor no less than 24 hours prior to adjustment unless the emerging situation does not allow that level of advance notice. 1.29 Continuity of Services. The Contractor recognizes that the services under this contract are considered vital to the Government and must be continued without interruption and that, upon contract expiration, a successor, either the Government or another contractor, may continue services. The contractor agrees to (1) furnish phase-in training and (2) exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. 1.30 Legal Federal Holidays. Except as otherwise specified, routine work shall not be scheduled on holidays or holidays observed in lieu thereof. See Section C, for a listing of Federal holidays to be used for this contract. The basic workweek is Monday through Friday. If a holiday falls on a Saturday, the preceding Friday is the holiday. If a holiday falls on a Sunday, the following Monday is the holiday. 1.31 Installation Closures. When an unforeseen installation closure occurs on a regularly scheduled day of work, the Government shall have the following options: a. Reschedule the work so it is performed the following day unless the following day falls on a weekend. Routine work is not scheduled for Saturday or Sunday. b. Reschedule the work on any day that is mutually satisfactory. 1.32 Government-Furnished Items (material, information, equipment). The contractor shall specifically identify in their proposal the type, amount, and time frames required for any government resources, excluding those listed below. The Government will provide the following for on-site personnel at designated government installations: Office space, warehouses, computers, software, telephones, fax, copiers, printers, LAN access, supplies, small material handling equipment and other items necessary to perform contract duties. The government will also provide all maintenance required to keep these facilities and equipment in proper working order. Standard Operational Procedures, regulations, manuals, texts, briefs and other materials associated with the project and the hardware/software used in this effort.. The contractor is authorized to operate MHE/GFE on government installations with proper licensure. 1.33 Safety Related Items. The contractor shall make provisions to ensure employees contracted to perform functions in areas that require safety shoes, hearing protection or unique clothing are equipped with them at all times. These items shall not be considered reimbursable to the government. Hard hats and safety glasses that conform to OSHA requirements shall be provided by the JEAP where required. 1.34 Transportation and Material Handling Equipment: The contractor shall be required to operate and maintain transportation equipment and material handling equipment as part of this SOO. This may consist of, but not be limited to; forklifts, pallet jacks, hand trucks, trucks up to 5-ton load capacity, commercial equipment requiring a CDL Class A license, and generators. The contractor shall ensure employees designated to operate this equipment have and maintain appropriate licenses. 1.35 Communication Devices. Contractor shall provide communication devices for official purposes only. For the purpose of this contract, select contractor personnel, shall be required to maintain communications with the office of the JEAP at all times. To facilitate this communication, those personnel identified by the JEAP (See attachment A) shall be issued by the contractors corporate office either a Blackberry/cell phone combination or cell phone for the time they are employed by the contractor in support of this program. For personnel deployed or traveling to the Afghanistan AOR to perform duties, they will comply with Commanding General Marine Expeditionary Brigade Afghanistan Policy Letter 20.09 (Revised).The contractor shall bill the costs of the communication devices and the monthly service charge as an ODC. The contractor shall use all due diligence to obtain the lowest cost service available to meet mission requirements. The contractor shall propose the cost of these devices as part of their proposal. 1.36 Contractor Training. Training of contractor employees assigned to this contract shall be performed at the contractors own expense, with these exceptions: When the Government has given prior approval for training to meet special requirements that are peculiar to the environment and/or operations. Limited contractor employee training may be authorized if the Government changes hardware or software during the performance of this contract, and it is determined to be in the best interest of the Government. In the event that the Government has approved and paid for contractor employee training, reimbursement shall not be authorized for costs associated with re-training replacement individual(s) should the employee(s) terminate from this contract. Costs that are not authorized include, but are not limited to; labor, travel, and any associated re-training expenses. 1.37 Travel. Travel will be required to fulfill the requirements of this contract. The contractor shall ensure that the requested travel costs will not exceed what has been authorized in the contract. Contractor incurred expenses resulting from Government-requested travel are cost reimbursable but are limited by the Government Joint Travel Regulations (JTR) and must be pre-approved by the government. Travel requests will be submitted to the JEAP for official approval prior to executing any travel. Travel reports identifying all outcomes and action items shall be provided to the JEAP within five working days after completing travel. Failure to comply with this requirement may result in rejection of invoices and/or non-payment. The government will provide an estimate of any anticipated travel costs for the contractor to use in their proposal. Travel to OCONUS locations, including those deemed by the U.S. State Department to be hazardous with imminent danger possible may be required (Deployment). When requested to travel to these locations the contractor shall comply with all established rules and regulations for this travel as specified in the contract. Additionally, contractor personnel performing this type travel shall comply with all MARCORLOGCOM directives as the sponsoring agency. Locations and the duration of travel cannot be established at this time so an estimated travel budget of (See Attachment B) for the entire effort (inclusive of G&A, if applicable) is established. The base period and each option period have a budget estimate of (See Attachment B). If the contractor determines that required travel will exceed the estimated travel, the contractor shall notify the COR when 75% percent of the estimated allowance has been billed and request additional funding be applied to cover the travel costs. 1.38 Other Direct Costs (ODCs). The contractor may be required to obtain supplies and/or materials for the performance of this contract. Those supplies and/or materials must be incidental to and associated with the overall functions being performed through this contract. The contractor shall abide by the requirements of the FAR in acquiring supplies and/or materials, and must maintain files in such a manner that the Contracting Officer could review them upon request to ensure compliance with federal procurement regulations; however, price reasonableness should always be determined prior to selecting a teammate or partner. In addition to the requirements identified above, the contractor shall request in writing in advance and obtain approval from the COR prior to making any ODC purchase. 1.39 Phase in-Phase out Plan. General. The successful offeror will be required to provide a phase-in/out plan for the Program. This plan will comprehensively detail the process of how turnover between the two contractors will be conducted. Applicability. The Phase-In/Phase-Out Plan shall be limited to 5 pages. Transition Tasks. This part identifies general tasks applicable to the contractor as either the successful offeror (new awardee) or the incumbent. Tasks identified in this part and in the Phase-In/Phase-Out Plan are directive and shall be accomplished in addition to the requirements identified in the PWS. Transition Period. The government will define the contract transition period. This period will be a maximum of 60 calendar days. (a) Transition Goals: The successful offeror will assume responsibility for performance of all tasks required by the PWS within 60 calendar days of contract award. The successful offeror will complete all physical modifications to property and / or facilities within 60 calendar days of contract award. The successful offeror will assume control and accountability of all GFE, GFM, GFI and appropriate facilities from the incumbent as of the date that the government accepts the joint inventory. Phase-In. The successful offeror will: Assign requisite DIRECTOR CBRN-D/CS, Program Management staff and necessary transition personnel. Assemble and collocate a transition team. Assess overall equipment status and condition. Provide enough personnel to ensure continuous support during all transition phases. Provide 100% staffing to fulfill contract requirements within calendar 15 days but no later than 30 calendar days after award of contract. Provide 100% staffing of key personnel to fulfill contract requirements no later than 10 calendar days after award of contract. Ensure personnel are fully qualified to fulfill contract requirements in accordance with written timelines, to include required training and certification within 90 calendar days. Assume responsibility from the incumbent in accordance with written deadlines. Phase-Out. The incumbent will: Support operations in accordance with the PWS until control is passed to the successful offeror. Provide all historical records including vendor lists, maintenance records, inventory records, all archived data, all pending requisition data, and any other government owned information. Transfer all Standard Operating Procedures (SOP). Transfer knowledge regarding existing processes and procedures unique to this contract. Prepare a final closeout report detailed transition activities and concerns for contract closeout. 1.40 TECHNICAL INSTRUCTIONS: Performance of work under this contract may be subject to written or verbal technical instructions signed by the COR specified in the task order. As used herein, technical instructions are defined to include the following and shall not be construed to be issued in a supervisory capacity: (1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, redirect work emphasis, fill in Details, provide safety alerts and otherwise serve to accomplish the contractual Performance Work Statement. (2) Guidelines to the Contractor which assist in the interpretation of specifications or technical portions of work descriptions or processes. (a) Technical instructions must be within the general scope of work stated in the PWS. Technical instruction may not be used to: (1) assign additional work under the task order; (2) direct a change as defined in the "CHANGES" clause in this task order; (3) increase or decrease the task order price or estimated task order amount (including fee), as applicable, the level of effort, or the time required for contract performance; or (4) change any of the terms, conditions or specifications of the task order. If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the task order or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer through the COR in writing within ten (10) working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by the technical instruction unless and until the Contractor is notified by the Contracting Officer that the technical instruction is within the scope of the task order. XI. List Of Attachments: Independent Government Estimate, Labor by Position and Location Independent Government Estimate, Travel and , Other Direct Costs Directives and References D. Types of equipment to be assessed, repaired and maintained SOLLICITATION RESPONSE REQUIREMENTS OFFERORS PROPOSALS WILL BE EVALUATED AGAINST THE REQUIRMENTS IN SECTION L USING THE FACTORS AND SUB-FACTORS IN SECTION M OF THE SOLICITATION. The placement of estimated hours and/or labor category mix in this SOO simply indicate an historical workload for this type effort and does not indicate the government requires the offer to adhere to these numbers or categories in their proposal. The government encourages the offeror to propose innovative solutions to meet the requirements of this SOO that do not necessarily adhere to the governments estimate of labor hours, labor categories. Where no labor hours or labor categories are indicated, the government encourages the offeror to propose a realistic mix of labor hours and categories that will meet the objectives of this SOO at the best value to the government. ATTACHMENT A Independent Government Estimate, Labor by Position and Location BASE YEAROY-1OY-2OY-3OY-4POSITIONLOCATIONSOO PARAComm DeviceHoursHoursHoursHoursHoursQA TechnicianCamp Pendleton, CA1.1,- 2.011536015360153601536015360QA TechnicianCamp Lejeune, NC1.0, 2.011536015360153601536015360QA TechnicianOkinawa, Japan1.0, 2.0196009600960096009600QA TechnicianMCB, Kaneohe Bay, Hawaii1.0, 2.0103840384038403840Air Force LiaisonTyndall AFB, Panama City, FL3.0119201920192019201920NAVAIR LiaisonCamp Lejeune, NC 3.0119201920192019201920JPM-IP LiaisonStafford, Va 3.0119201920192019201920Information Management SpecialistMCLB, Albany, GA 3.019201920192019201920Business Process SpecialistMCLB, Albany, GA 3.038403840384038403840Warehouse SpecialistMCLB, Albany, GA4.057605760576057605760Warehouse SpecialistMCLB, Barstow, CA1.0, 2.0, 4.038403840384038403840Equipment SpecialistMCLB, Albany, GA 3.0, 4.019201920192019201920 ATTACHMENT B Independent Government Estimate, Travel and ODCs. Travel and ODCs will be bulk funded by the government as a Not To Exceed amount. BASE YEAROY-1OY-2OY-3OY-4POSITIONTotalTotalTotalTotalTotalTravel400,000 415,000.430,000445,000460,000ODCs350,000 362,000375.000388,000402,000 Attachment C Directives and References JEAP Work Procedure 3960 Equipment Assessment JEAP Work Procedures 3960.1 3960.10 JEAP Work Instructions 3960.0.0 3960.0.40 JEAU Standard Operating Procedures (SOP) AQL Manual AR 25-50: Army Correspondence Manual DoD 4140.27-M: Shelf Life Manual DLAD 4155.37: Material Quality Storage Standards Policy for Shelf Life Material IM 136-300-18 Instruction Manual, Tester, Leakage, Protective Mask, M14. IM 136-30-180 Instruction Manual, Microphone Tester Q12A2 IM 136-300-284 Instruction Manual, Indicator, Outlet Valve Leakage, M4A1 IM 136-300-262 Instruction Manual, Tester, Airflow Resistance, Q179 IM 136-300-294 Instruction Manual, Tester, Air Leak, Dry Bubble, Q204 MCO 4000.57A Total Life Cycle Management of Ground Weapons Systems, Equipment and Materials MIL STD 1916 Publications Library Management System Users Guide PQDR Users Guide SB 3-30-2: Chemical-Biological Canisters and Filter Elements: Serviceability List SB 740-94-1: Storage Serviceability Standards for SBCCOM Material Sets, Kits, Detectors and Alarms, CBR and Ancillary Items SB 740-94-2: Storage Serviceability Standards for SBCCOM Material Decontaminating Equipment and Decontaminating Agents SB 740-94-5: Storage Serviceability Standards for Masks SB 740-94-6: Storage Serviceability Standards for Filter Units SB 740-94-7: Storage Serviceability Standards for SBCCOM Material Breathing Apparatus, Self-Contained Protective Outfits and Ancillary Items SB 740-94-10: Storage Serviceability Standards for ARRCOM Material RADIAC Calibrators, RADIAC Sets, Radioactive Test Samples and Radioactive SECNAVINST 5216.5D: Navy Correspondence Manual TDA-99M Operators Manual Rev E TDA-104 Operators Manual Rev A TI 10100-20/5C: Serviceability Standards for CBRN-D Equipment TI 100100-35: Depot Serviceability Standards for MNCD Equipment TM 10942A-OI/1 Operators Manual for M46 JSMLT Technical Manuals for Individual Equipment Assessed and Repaired (various) Attachment D Types of equipment to be assessed, repaired and maintained Test Equipment Hydrostatic Tester (B F Perkins & Son) M39 Airflow Tester M46 Joint Service Mask Leakage Tester (Air Techniques International) M4A1 Outlet Valve Leakage Tester Q12A2 Microphone Tester Q179 Airflow Resistance Tester Q204 Dry Bubble Air Leakage Tester Q79 Portable Impermeable Suit Tester Q79A1 Impermeable Suit Tester TDA-104 Mask Leakage Tester (Air Techniques International) M14 Mask Leakage Tester TDA-99 Mask Leakage Tester (Air Techniques International) Support Equipment 40 Foot Test Equipment Trailer Air compressors (Hydrovane/Craftman/Husky) Vacuum Sealers (Koch Equipment LTG) Table Top Vacuum Sealers (Accu-Seal) Assets Assessed M40/M42 Series Field Protective Mask M50/M51 Series Field Protective Mask (JSGPM) M53 Series Field Protective Mask (JSGPM) MCU2 Series Field Protective Mask M45 Series Field Protective Mask MBU-19 Aircrew Assembly Protective Mask with Hood Joint Service Lightweight Integrated Suit Technology (JSLIST) Chemical Protective Suit CWU-66P Chemical Coveralls JSLIST Chemical / Biological Coverall, Combat Vehicle Crewman (JC3) SARATOGA Chemical Protective Suit M2 Toxicological Agent Protective (TAP) Apron Attachment D Types of equipment to be assessed, repaired and maintained Alternative Footwear Solution (AFS) Overboots Action Lightweight Overboots (ALO) Green / Black Vinyl Overboots (GVO/BVO) Multipurpose Overboot (MULO) Chemical Protective Footwear Covers JB1GU / JB2GU Chemical Protective Gloves Chemical Protective Gloves C2 Series Mask Filter Canister M62 Filter for M50/M51 Series Masks Chemical / Biological Filter Canister for M53 Series Mask Hood, Chemical Biological, One Piece, for M40/M42 Series Mask Hood, Chemical Biological, Quick Doff, for M40/M42 Series Mask Hood, Chemical Biological, for M50/M51 Series Mask M100 Sorbent Decontamination System (SDS) M291 Skin Decontamination Kit (SDK) M295 Individual Equipment Decontamination Kit Joint Service Personnel/Skin Decontamination System (RSDL) M17 Series Light Weight Decontamination Apparatus Water Tank, Collapsible, 3000 gal M256 Series Chemical Agent Detection Kit M4 Joint Chemical Agent Detector (JCAD) M22 Automatic Chemical Agent Detector Alarm (ACADA) Chemical Agent Monitor (CAM) M9A1 Chemical Detector Paper M8 Chemical Detector Paper M272 Chemical Water Testing Kit AN/VDR-2 RADIAC Detector AN/PDR-77 RADIAC Detector Set IM-143 RADIAC Meter PP-4276 RADIAC Charger AN/PDR-75 RADIAC Meter AN/PDR-56 Series RADIAC Meter DT-236 RADIAC Detector AN/UDR-13 RADIAC Detector M41 Protective Assessment Test System (PATS) M46 Joint Service Mask Leakage Tester (JSMLT) Figure 1  THIS PAGE INTENTIALLY LEFT BLANK STATEMENT OF OBJECTIVES (SOO) FOR STORAGE/MAINTENANCE, FORWARD IN STORES (FIS), GROUND EQUIPMENT STAGING PROGRAM (GESP) DISTRIBUTION MANAGEMENT CENTER FFP Task Area 9 I. PURPOSE: The Director Distribution Management Center (DMC) supporting the Storage Operations Department is acquiring Non-Personal Technical Support Services to meet mission requirements that cannot be currently supported within the command workforce. The purpose of this SOO is to obtain for the Director, DMC an integrated contractor support team with the competencies and capabilities to provide a range of services outlined in Paragraph V. II. BACKGROUND: The Distribution Management Center serves as the focal point for the Commands distribution process. The Center is the link between strategic storage and transportation resources and the tactical fulfillment of distribution related requirements. The in transit asset visibility and management provided by the DMC is critical in ensuring that the Marine Corps enterprise distribution process is optimized to provide the efficient fulfillment of customer requirements. The DMC also provides MARCORLOGCOMs primary storage and warehousing capability, and provides global technical guidance for storage operations. Requirements result from mission growth associated with DMC/Storage Operations Department being tasked with providing a centrally managed, geographically located Storage/Maintenance, Forward in Stores (FIS), and Ground Equipment Staging (GESP) Programs responsible for the receipt, storage, Care-of-Supplies-in-Storage (COSIS), and custodial inventory management of Marine Corps Principle End Items (PEIs). Additionally, Storage/Maintenance, FIS, and GESP Programs require planning and sourcing actions to support and sustain PEIs with collateral materials and ancillary equipment and complete ready for issue PEIs. Storage Operations Department maintains limited capability to perform many of the storage, maintenance, and distribution actions associated with Storage/Maintenance, FIS, and GESP programs for geographically located customers. In order to execute these requirements on the scale expected additional resources are necessary. The identified resources will in most cases compliment existing abilities within the DMC allowing for capability on a larger scale. In order for the DMC to execute additional missions relevant to Storage/Maintenance, FIS, and GESP Programs personnel resources with specific expertise and knowledge must be sought. III. SCOPE: This SOO describes the requirements, expected outcomes and performance objectives for the contractor to provide qualified personnel to perform the functions to provide MARCORLOGCOM enterprise wide support to the DMC in meeting all program requirements. Current capabilities allow for management, administration and oversight for Storage/Maintenance, FIS, and GESP Programs. IV. PERIOD AND PLACE OF PERFORMANCE: 1. The Government will award a Firm fixed Price (FFP) Contract with 1 Base Year and 4 Option Years. The period of performance is the date of award for 12 continuous months for the Base and each Option Year. Award terms for Option Years will be contingent upon how well the Contractor successfully meets the mission essential performance requirements as specified in the PWS. 2. The current locations where the DMC anticipates needing support for these efforts are Marine Corps Logistics Base Albany, GA and Marine Corps Logistics Base Barstow, CA, government on-site. The DMC also conducts operations in direct support of the War-Fighter at Camp Pendelton, CA (I MEF), Camp Lejeune, NC (IIMEF), Kaneohe, HI and Okinawa Japan (III MEF) and In-Theater deployed support of OCONUS Contingency Operations (OCO). V. PROGRAM OUTCOMES AND OBJECTIVES: Outcomes 1. The Contractor shall perform Logistics actions for the following categories: Warehouse Operations (receipt, store, deliver), Inventory Management and Control, Planning and Sourcing. Logistics actions shall be performed utilizing applicable work procedures, instructions, and supply regulations. 2. The Contractor shall perform Limited Technical Inspections (LTIs), Quality Assurance/Control (QA/QC) actions utilizing Government technical manuals and instructions i.e. equipment military specifications (MIL-SPEC), performance specifications, and applicable work procedures, work instructions and supply regulations. 3. The Contractor shall perform scheduled/cyclic COSIS actions, maintenance, preserve and make Field Level Repairs (FLR) utilizing Government technical manuals instructions i.e. equipment military specifications (MIL-SPEC), performance specifications, and applicable work procedures, work instructions and supply regulations. 4. The contractor shall perform planning and estimating (P&E). P&E actions shall be performed in accordance with applicable DMC work procedures, work instructions and supply regulations. Performance Objectives To provide the desired outcomes of this effort, the contractor shall meet the following performance objectives in support of the DMC. Logistics Receipt for PEIs within established timelines and record data into government provided data base and computer hardware. Store PEIs and record data into government provided data base and computer hardware. Deliver PEIs and support equipment when required and record data into government provided data base and computer hardware. Perform Inventory Management/Control and Audits on PEIs and record data into government provided data base and computer hardware. Perform tools and parts management for repair parts and supplies and record the results into government provided data base and computer hardware LTIs and QA/QC Perform LTIs, QA/QC actions on Marine Corps PEIs and record data into government provided forms, data base and computer hardware. COSIS, Repairs and Preservation 3.1 Perform COSIS, Repair and Preservation actions on PEIs and record data into government provided data base and computer hardware Planning and Estimating 4.1 Perform planning and estimating actions on PEIs undergoing LTIs and maintenance and record data into government provided data base and computer hardware. Travel Perform necessary travel in order to execute storage and distribution functions both CONUS AND OCONUS, in accordance with provisions of the Joint Travel Regulation. All travel requires prior government approval and notification of the COR. VI. TRANSITION: The Contractor shall begin the phase-in planning immediately after contract award. The Contractor shall submit a Transition Plan as part of their proposal. In this plan, the Contractor shall specify how it will phase in seamless Personnel Staffing and Support so that no delay or down time is experienced at the site locations and no delays are experienced in scheduled maintenance and perform Phase out at Task completion. In the plan, the Contractor shall include adequate time to hire appropriate personnel, conduct inventories, assume equipment control, and issue sub-contracts, etc after Task Order award. The Government will provide familiarization training of various Government organizations to the contractor should the Government determine that such familiarization training is necessary. As a minimum, the contractor shall familiarize its supervisors, key personnel and staff with existing equipment, reporting, work scheduling and procedures. During the phase-in period, the contractor shall be responsible for finalizing all employee clearance requirements. The contractor shall complete the necessary steps for assumption of the operation during the phase-in period and shall meet all requirements as specified in the PWS with the beginning of full performance. To ensure a smooth phase-out to the next service provider in the event no Option year is exercised or a new contractor is selected at contract re-compete, and to prevent possible decreases in productivity or service quality, the service provider shall provide a 60 calendar day phase-out period prior to Contract conclusion date. During this period, the contractor shall make available to key incoming contractor personnel, representatives of the incumbent contractor who are versed in the current operations and processes of the functions to be performed. This service shall be made available to explain procedures for conducting Government business, and show the next contractor various work sites, introduce the contractor to customer representatives, etc. During this period, the incumbent contractor shall provide required training as it relates to current operations and processes and conduct material, equipment, and tools transfers. Inventories shall be conducted jointly with the Government representatives, out-bound Contractor and representatives of the incoming Contractor. VII. CONSTRAINTS: 1. Data Management: a. The goal of the Government is to minimize the delivery of data in Government format and hardcopy and to maximize the use of a contractor-maintained electronic data library with data required to support the PWS activities in contractor format using Microsoft Applications unless otherwise requested by the government. 2. Cost proposal Submission: a. The offerors proposal shall present the cost for the efforts described for this effort in three parts, (1) Labor Cost by Labor Hours for each Position, (2) Other Direct Costs non-travel and (3) Travel costs. Travel and Other Direct Costs will be estimated per year by the government as a not to exceed amount unless authorized by the Contracting Officer. 3. Hazardous Waste Compliance: a. The Contractor shall comply with all Federal, State, and local environmental laws and regulations, including those of any host government installation, for the safe handling and accumulation of Hazardous materials and waste. The Contractor is responsible for Hazardous waste disposal and compliance through government provided processes. 4. Permits/Licensing: a. The Contractor shall be responsible for obtaining all permits/licensing (import/export licensing, etc.) required to operate in any supported locations either CONUS or OCONUS. The Contractor shall supply requested information to assist in obtaining any permits and licensing required for operation, maintenance, and supply operations at various sites that other sources outside the Contractor are required to obtain (e.g. Other Government Agencies). 5. Security Clearances: a. A Facility Security Clearance is not required for performance under this effort. The Contractor shall comply with installation and other applicable security requirements. Certain individuals performing specific duties may require clearances or favorable background checks before being assigned these duties. The Contractors personnel and property shall be subject to search and seizure at any time while on government installations. This includes entering, leaving, and being present within the installation boundaries. 6. Acronyms and Definitions: a. The contractor shall obtain Acronym Descriptions and Definitions from the following website. For any unique term or acronym in this document not found at the site, the government will provide the definition or description upon request.  HYPERLINK "http://www.dtic.mil/doctrine/dod_dictionary/" http://www.dtic.mil/doctrine/dod_dictionary/ 7. Occupational Safety, Health, and Accident Prevention: a. The contractor shall perform the requirements of the PWS in compliance with all federal, state, and local safety and health laws and regulations. The contractor shall comply with the Occupational Safety and Health Act (OSHA) (Public Law 91-596) and the resulting OSHA Standards 29 CFR 1910 and 1926 to protect government resources and the general public. The contractor shall follow OSHA criteria as they pertain to occupational safety and health for its employees. The contractor shall take precautions to prevent accidents and damage to Government property, facilities, and equipment, or injury to Government employees. Staffing: Staffing for the positions identified in support of this effort will be done through the issuance of technical direction with the issuance of task orders as the needs of the government are determined. The positions identified under this effort are considered to be deployable. VIII. DELIVERABLES: All contract deliverables shall be presented to the Government according to the table below. DeliverableDue DateMedium & FormatNumber Of CopiesMonthly status reportNLT 15h day of the following monthElectronic Copy, contractor format1 electronic copy to each recipientTrip Reports5 Working Days After Completion of Trip Electronic copy, government provided format1 electronic copy to each recipient Transition PlanWith Proposal and updated after government review.Electronic copy, government provided format1 electronic copy to each recipient Deliverable Description a. Monthly Status Reports Summarizes current full time Contract billets and current Contract billets filled. Summarizes type of work and total man hours expended. Summarizes Overtime expenditures (monthly) Summarizes Risk Assessment on the above 3 reports b. Trip Reports Provides reason for travel, topic discussions, outcomes, action items and any follow on requirements. c. Transition Plan As described in paragraph VI above. IX. PERFORMANCE METRICS: ObjectivesStandardAQLMonitoring MethodPerform Logistics actions as described in para V 1, 1.1 1.5 Record the results of receipts into Gov furnished data bases Perform IAW applicable DOD, organizational directives, regulations. Accuracy of information recorded98 % of Logistics actions processed IAW applicable DOD, organizational directives, regulations. 98 % of data recorded properly Random Sample Random SamplePerform Tools and Parts Management Record the results of Tools and Parts Management into Gov furnished data bases Timeliness and accuracy of Tools and Parts Management Accuracy of information recorded.98 % of data recorded properly 98 % of data recorded properly Random Sample Random SamplePerform LTI and QA/QC actions on PEIs Record the results of LTI and QA/QC actions into Gov furnished data bases Timeliness of LTI and QA/QC Accuracy of information recorded98 % of storage actions processed on time 98 % of data recorded properly Random Sample Random Sample ObjectivesStandardAQLMonitoring MethodPerform COSIS, Repairs, and Preservation on PEIs Record the results of COSIS, Repairs, and Preservation into Gov furnished data bases Quality and timeliness of COSIS, Repairs, and Preservation performed in accordance with work instructions and repair manuals. Accuracy of information recorded. 100% of required COSIS/Maintenance of PEIs conducted within required time lines when provided with required tools, time and material. If materials or parts are not immediately available, within 15 days once materials or parts are received. 98 % of data recorded properly 100% Sample Random Sample Perform planning and estimating actions that support outcomes and objectives described in para V. 2 and 3, 2.1, and 3.1 Record the results of planning and estimating actions into Gov furnished data bases Timeliness of LTI and QA/QC Accuracy of information recorded98 % of storage actions processed on time 98 % of data recorded properly Random Sample Random SamplePerform necessary travel and training that support outcomes and objectives described in para V. Employees submit travel request, arrive on time and conduct mission requirements within the schedule timeline100% of travel will have government approval/authorization prior to execution. 100% of personnel must execute travel in support of mission when provided with advanced notification Random Sample X. ADDITIONAL CONTRACTOR REQUIREMENTS: 1.0 Personnel. The contractor shall provide necessary personnel to maintain performance standards and accomplish required services within specified time frames. Contractor personnel shall be legal residents of the United States. The Government reserves the right to request and review documentation (e.g., certificates, training records, work records) certifying the personnel filling positions. The Government reserves the right to refuse to permit any contractor employee to perform services. Key Personnel. The contractor shall identify the Program Manager and all key personnel in the proposal. The Contractor shall assign Key Personnel whose names were identified in the quote and who are integral to the performance of the task requirements. The contractor shall assign Key Personnel at each location as a primary point of contact between the location and the COR. The contractor shall represent/acknowledge that all personnel assigned to this contract are capable of working independently and with demonstrated knowledge, skills and expertise in their respective functional areas, which are necessary to perform all assigned duties. If the contractor personnel do not possess the expertise necessary to perform the tasks required then the contractor shall be responsible for appropriate training and/or replacing the personnel. 1.2 Substitution of Key Personnel. The Contractor shall not substitute Key Personnel during the first ninety (90) calendar days of the task performance period unless the substitutions are unavoidable because of the incumbent's sudden illness, death or termination of employment; contractor shall promptly notify the COR. After the initial 90-calendar day period, the contractor shall submit to the COR all proposed substitutions at least 30 calendar days in advance. All requests for approval of substitutions hereunder must be in writing and provide a detailed explanation of the circumstances necessitating the proposed substitution(s). Request must contain a complete resume for the proposed substitute, who shall have at least equal ability and qualifications, and any other information requested by the COR to approve or disapprove the proposed substitution. The COR will evaluate such requests and promptly notify the contactor of approval or disapproval thereof, in writing. 1.3 Other than Key Personnel. Vacant positions for other than key personnel shall be made within 20 calendar days from date of vacancy. The contractor shall notify the COR when a vacancy has occurred within five work days 1.4 Independent Government Estimate (Labor). Attachment A contains positions by location for which the contractor will be required to provide support. The number of estimated annual hours and the year of the contract the hours will be required is indicated. Employee Requirements. All contractor employees shall be literate in the English language to the extent of being able to read and understand all Work Processes/Instructions, Orders, Regulations, Safety, Health, and Security regulations and traffic signs posted on Government property. English shall be used for all correspondence, deliverables, and presentations. In addition, each contractor employee shall be able to read and understand the following: 1. Any necessary instructions concerning equipment to the extent that performance of assigned duties requires an employee to operate, maintain, repair, or in some way interact with the facilities and equipment 2. Any regulations, directives, or policies that a person must know in order to accomplish the required services b. The contractor must provide employees who are physically capable of performing the required work, with or without accommodation. If any accommodation is to be required, the contractor must include this in the cost proposal. Actions the contractor will be expected to perform include; lifting boxes and items that weigh up to 65 pounds, correctly identifying items of various colors and performing actions that require standing for long periods on various surfaces". 1.6 Standards of Conduct. The contractor shall maintain satisfactory standards of employee competency and conduct, and for taking disciplinary actions against his employees as necessary. The contractor shall remove from the job site any contractor employee found under the influence of alcohol, illegal drugs, or any other incapacitating agent during the tour of duty. The contractor shall remove any employee whose conduct or appearance debase or discredit the government. The government reserves the right to require removal from the job site of any contractor employee who endangers persons or property, whose continued employment is inconsistent with the interests of military security, or whose presence deters the accomplishment of required services. In such cases, the Contracting Officer or COR will advise the contractor of the reason for requesting an employee's removal, or withdrawal of his authorization to enter the installation. The Governments exercise of its right to grant and revoke access by particular individual(s) to its facilities will not constitute a breach or change to the PWS regardless of whether said individual(s) is employed by the contractor, and regardless of whether said individual(s) is thereby precluded from performing work. 1.7 Appearance of Personnel. Personnel in administrative areas and personnel whose duties involve them in briefings and instructional projects on and off the government installations, must be clean, well groomed, and wear appropriate attire. Other contractor personnel shall wear appropriate attire commensurate with their positions and safety requirements. The Government has the final approval on requests for special clothing needs and wearing of such. If the contractor deems it necessary for uniforms, the design and color of these uniforms shall be coordinated with the government for approval. The uniforms and any required safety clothing i.e. steel toed boots, gloves, safety glasses, and hearing protection will be at the contractors expense. 1.8 OFF-Duty Government Personnel. The contractor shall not hire off-duty Contracting Officer Representative (COR) personnel nor any other person whose employment under the PWS would, or appear to, result in a conflict of interest. The contractor is cautioned that off-duty active military personnel hired may be subject to permanent change of station, change in duty hours, or deployment. Military Reservists and National Guard members employed by the contractor may be called to active duty and their absence shall not constitute an excuse for not performing the requirements of this effort.. 1.9 Fraud, Waste, and Abuse. The contractor shall maintain proper conduct and good discipline with contractor provided equipment, materials and in the work areas. Contractor personnel shall be alert to suspected situations of fraud, waste, and abuse against the Government that are observed during the performance of their duties. The contractor shall take corrective action within his area and immediately report these situations to the COR. 1.10 Smoking. Contractor personnel shall comply with all DOD and local regulatory requirements, which establish uniform policies governing smoking in and around Government owned buildings and in Government Vehicles. 1.11 Performance. The contractor shall meet performance standards listed in the PWS. The only deviation allowed will be for tools, supplies, materials and parts deemed by the COR to be not available to permit contractor employees to conduct the efforts established by the standards in the PWS.. 1.12 Quality Control Program. The contractor shall establish and maintain a Quality Control Plan (QCP) to ensure the requirements of the PWS are provided as specified. This plan shall be submitted to the Contracting Officer for review as part of the Task Order Management Plan and acceptance or rejection and further modification NLT 15 calendar days after contract award date. The Contracting Officer will notify the contractor of acceptance or required modifications to the plan and any adjustment allowed to the performance date. The contractor shall make appropriate modifications (at no additional costs to the Government) and obtain acceptance of the plan by the Contracting Officer. The contractor shall appoint a Quality Control representative that is knowledgeable of the necessary requirements of this program. Updates to the plan to assure compliance to the PWS requirements are the responsibility of the contractor as part of normal preventive and corrective actions. The plan shall include, but not be limited to, the following: Be structured to assure the individual responsible for Quality Control (QC) is authorized by the organization to take actions described. Contain procedures for written and verbal communication with the Government regarding performance of the contract Contain clear, measurable, and acceptable levels of performance Contain procedures for preventing defects and deficiencies, early detection of problems, and handling corrective actions without dependence upon Government intervention Contain surveillance procedures for each service to be monitored under the PWS. These procedures shall identify the list of items under surveillance, who will perform the surveillance, the frequency and method of surveillance, and procedures for correction of deficiencies. Include a system to investigate and resolve customer complaints forwarded by the Government. The investigation results shall be documented and forwarded to the Government to include immediate corrective actions to prevent future complaints. Provide a record of all contractor QC checks and corrective actions. These files shall be maintained by the contractor and shall be available upon request to the COR during the performance period. 1.13 Contracting Officers Representative (COR). The COR is a representative of and appointed by the Contracting Officer and will participate in the oversight of this contract, except where exemptions have been approved by the Contracting Officer. Subsequent to the contract award, the identity of the COR with a brief resume of their duties and authority will be furnished to the successful bidder. Any matter alleging a change to the scope, prices, terms, or conditions of this contract shall be referred to the Contracting Officer and not to the COR. The COR will represent the Contracting Officer in the technical phases of the work, but will not be authorized to change any of the terms and conditions of this SOO. The COR will act in a liaison capacity to coordinate activities between the Contracting Officer and the supported customer as required in the performance of work. 1.14 Quality Assurance. According to the Inspection of Services clause, the Government will evaluate the contractors performance. The Evaluator (normally the COR) will follow the methods of surveillance and document surveillance observations as specified in the Performance Standards Metrics through a government developed Quality Assurance Surveillance Plan (QASP). When an observation indicates defective performance, the Evaluator will require the Program Manager or designated on-site contractor representative to initial the observation to acknowledge the deficiency. The acknowledgement of the observation does not necessarily constitute contractor concurrence with the observation, only that the contractor has been made aware of the defective performance. Government surveillance of tasks not listed in the Performance Standards Metrics or by methods other than listed in the Metrics (such as provided for by the Quality Assurance Surveillance Plan (QASP) may occur during the performance period of this contract. Such surveillance will be done according to the QASP. Any action taken by the Contracting Officer as a result of surveillance will be according to the terms of this contract. 1.15 Performance Evaluation Meetings. The contractor Program Manager may be required to meet at least weekly with the supported activity and the COR during the first month of the performance period. Meetings will be as often as necessary thereafter as determined by the COR. However, if the contractor PM requests a meeting will be held whenever a Contract Discrepancy Report (CDR) is issued. The written minutes of all performance evaluation meetings will be prepared by the Government and shall be signed by the Program Manager and COR, and provided to the Contracting Officer. Should the contractor non-concur with the minutes the contractor shall so state any areas of non-concurrence in writing to the Contracting Officer within 7 workdays of receipt of the signed minutes. The minutes will be included in the contract file. 1.16 Security. A Facility Security Clearance is not required for performance unless specifically noted in Section C of the Solicitation. The Contractor shall comply with installation and other applicable security requirements. Certain individuals performing specific duties may require clearances or favorable background checks before being assigned these duties. The Contractors personnel and property shall be subject to search and seizure at any time while on government installations. This includes entering, leaving, and being present within the installation boundaries. 1.17 Common Access Card / Contractor Identification Badges. The Contractor shall ensure that each contractor employee acquire a Government identification badge or Common Access Card (CAC) as determined by the COR and in accordance with (IAW) host government installation procedures. This process will be expedited by guidance provided by the COR and as provided below. Contractor employee CAC/Contactor Identification badges must be displayed at all times IAW LOGCOM Policy Statement 1-09. a. Common Access Card Instructions. The work performed under this contract may require contractor employees to have access to a Department of Defense (DoD) computer system. In order to gain access, contractor personnel will be required to complete a background check through the Provost Marshalls Office (PMO) as the Base/Post where work will be performed. The PMO office will send an email to the appropriate designated Trusted Agent (TA). The TA will provide the contractor with a DD 1172 Application for Uniformed Services Identification Card DEERS Enrollment. Once the form is completed and approved, the TA will enter the information into the Contractor Verification System (CVS). The CVS will create a profile for the contractor employee. Once the background check is completed, PMO will send an email to the TA, the contractor employee, and Pass and ID. Upon receipt of the PMO email, Pass and ID will email instructions to the contractor employee to report to them in order to receive the authorized Common Access Card (CAC). Login to the computer system will be accomplished only with the CAC. The processes described above apply specifically to MCLB, Albany, GA. Other host government facilities may have different or additional requirements. However, the contractor shall comply with those requirements. 1.18 Physical Security. The contractor shall safeguard all Government property. At the close of each work period or shift, facilities and equipment shall be secured IAW DMC Instructions and Government Host Facility instructions. The contractor shall verify authorization of persons requesting entry to contractor controlled work areas. 1.19 Restricted Areas. The contractor shall comply with restricted area procedures and instructions. Contractor personnel working in restricted areas may be required to sign in and out, and state the nature of business at the entrance point. Work in restricted areas after normal duty hours shall be coordinated with the respective Restricted Area Security Officer through the COR. 1.20 Government Office Areas. Government and Contractor personnel will be working in work areas simultaneously during normal working hours. The contractor shall cooperate with the personnel in the immediate area where any service or maintenance work is being performed. Work performed after normal duty hours shall be coordinated with the COR. 1.21 Key Control. The COR is responsible for issuing keys to the contractor. The contractor shall establish a key control system to ensure that none of the keys issued to contractor personnel are lost, misplaced, or used by unauthorized persons. The contractor shall not duplicate Government keys. 1.22 Vehicle Security. The contractor shall ensure that all Government furnished vehicles in the vehicle storage area are locked, secured, windows closed, etc., whenever parked and left unattended, particularly at the end of each duty day. The contractor shall conduct a vehicle security program to include instructions to all drivers. The contractor shall ensure that privately owned vehicles are parked in the appropriate designated areas, unless otherwise approved by the COR. 1.23 Visitors and Inspectors. The contractor shall verbally notify the COR of all official visitors or inspectors prior to their being granted access to Government facilities operated by the contractor on the host installation. The COR will inform the contractor if access is to be granted. After each visit or inspection, the contractor shall report in writing to the COR giving the names of the visitors and the purpose of their visit. All recommendations and required actions from Government inspections will be documented by the inspecting agency and delivered to the COR for resolution. 1.24 Removal of Government Furnished Equipment. In no case, without prior approval of the COR, will any Government furnished equipment be removed from any government facility or installation. The Government reserves the right to request an inventory of Government provided equipment items at any time. 1.25 Disclosure of Government Information. Contractor personnel shall comply with security requirements with regard to disclosures of intelligence and proprietary sensitive information. No such information shall be provided by contractor personnel to any outside agency without the prior approval of the COR. 1.26 Hours of Operation. With the exception of work required to be accomplished outside regularly scheduled hours, and only after approval by the COR, all work shall be performed during normal working hours of 0730 to 1630 Local Time, Monday through Friday, excluding Federal holidays. The COR will be provided the flexibility to request adjustment to the work schedule to meet emerging requirements without placing any contractor employee into an overtime situation. This requested adjustment will be provided to the contractor no less than 24 hours prior to adjustment unless the emerging situation does not allow that level of advance notice. 1.27 Continuity of Services. The Contractor recognizes that the services under this contract are considered vital to the Government and must be continued without interruption and that, upon contract expiration, a successor, either the Government or another contractor, may continue services. The contractor agrees to (1) furnish phase-in training and (2) exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. 1.28 Legal Federal Holidays. Except as otherwise specified, routine work shall not be scheduled on holidays or holidays observed in lieu thereof. See Section C, for a listing of Federal holidays to be used for this contract. The basic workweek is Monday through Friday. If a holiday falls on a Saturday, the preceding Friday is the holiday. If a holiday falls on a Sunday, the following Monday is the holiday. 1.29 Installation Closures. When an unforeseen installation closure occurs on a regularly scheduled day of work, the Government shall have the following options: a. Reschedule the work so it is performed the following day unless the following day falls on a weekend. Routine work is not scheduled for Saturday or Sunday. b. Reschedule the work on any day that is mutually satisfactory. 1.30 Government-Furnished Items (material, information, equipment). The contractor shall specifically identify in their proposal the type, amount, and time frames required for any government resources, excluding those listed below. The Government will provide the following for on-site personnel at designated government installations: Office space, warehouses, tools, test/diagnostics equipment, repair parts, consumable materials, petroleum oils and lubricants, computers, software, telephones, fax, copiers, printers, LAN access, supplies, small material handling equipment and other items necessary to perform contract duties. The government will also provide all maintenance required to keep these facilities and equipment in proper working order. Standard Operational Procedures/work Instructions, regulations, manuals, texts, briefs and other materials associated with the project and the hardware/software noted. The contractor is authorized to operate MHE/GFE on government installations with proper licensure. 1.31 Safety Related Items. The contractor shall make provisions to ensure employees contracted to perform functions in areas that require safety shoes, hearing protection or unique clothing are equipped with them at all times. These items shall not be considered reimbursable to the government. Hard hats and safety glasses that conform to OSHA requirements shall be provided by the DMC where required. 1.32 Locations for the performance of this contract are varied and consist of both an office and warehouse environment depending on the position. All positions shall be considered government on-site unless otherwise indicated. The principal location for management of this contract is the Marine Corps Logistics Command, Albany, Ga. From this site, the Director DMC conducts operations at numerous facilities both CONUS and OCONUS. The initial locations requiring support for this contract is; MCLB, Albany, GA and MCLB, Barstow, CA; Other locations may require support as program requirements dictate. Also, places of performances may be added or changed by the Contracting Officer based on changing of mission requirements. 1.33 Transportation and Material Handling Equipment: The contractor shall be required to operate and maintain transportation equipment and material handling equipment.. This may consist of, but not be limited to; forklifts, pallet jacks, hand trucks, trucks up to 5-ton load capacity, commercial equipment requiring a CDL Class A license, and generators. The contractor shall ensure employees designated to operate this equipment have and maintain appropriate licenses and certifications. Communication Devices. Contractor shall provide communication devices for official purposes only. For the purpose of this contract, select contractor personnel, shall be required to maintain communications with the office of the DMC at all times. To facilitate this communication, those personnel identified by the DMC (See attachment A) shall be issued by the contractors corporate office either a Blackberry/cell phone combination or cell phone for the time they are employed by the contractor in support of this program. For personnel deployed or traveling to the Afghanistan AOR to perform duties, they will comply with Commanding General Marine Expeditionary Brigade Afghanistan Policy Letter 20.09 (Revised). The contractor shall bill the costs of the communication devices and the monthly service charge as an ODC. The contractor shall use all due diligence to obtain the lowest cost service available to meet mission requirements. The contractor shall propose the cost of these devices as part of their proposal. 1.35 Contractor Training. Training of contractor employees assigned to this contract shall be performed at the contractors own expense, with these exceptions: When the Government has given prior approval for training to meet special requirements that are peculiar to the environment and/or operations. Limited contractor employee training may be authorized if the Government changes hardware or software during the performance of this contract, and it is determined to be in the best interest of the Government. In the event that the Government has approved and paid for contractor employee training, reimbursement shall not be authorized for costs associated with re-training replacement individual(s) should the employee(s) terminate from this contract. Costs that are not authorized include, but are not limited to; labor, travel, and any associated re-training expenses. 1.36 Travel. Travel will be required to fulfill the requirements of this contract. The contractor shall ensure that the requested travel costs will not exceed what has been authorized in the contract. Contractor incurred expenses resulting from Government-directed travel are cost reimbursable but are limited by the Government Joint Travel Regulations (JTR) and must be pre-approved by the government. Travel requests will be submitted to the DMC for official approval prior to executing any travel. Travel reports identifying all outcomes and action items shall be provided within five working days after completing travel. Failure to comply with this requirement may result in rejection of invoices and/or non-payment. Travel to OCONUS locations, including those deemed by the U.S. State Department to be hazardous with imminent danger possible may be required (Deployment). When directed to travel to these locations the contractor shall comply with all established rules and regulations for this travel as specified in the contract. Additionally, contractor personnel performing this type travel shall comply with all MARCORLOGCOM directives as the sponsoring agency. Locations and the duration of travel cannot be established at this time so an estimated travel budget of (See Attachment B) for the entire effort (inclusive of G&A, if applicable) is established. If the contractor determines that required travel will exceed the estimated travel, the contractor shall notify the COR when 75% percent of the estimated allowance has been billed and request additional funding be applied to cover the directed travel costs. Travel to conferences and meetings that pertain to this requirement, such as those sponsored by the National Defense Industrial Association or the General Services Administration has been determined by the DMC to be authorized when appropriately requested and approved. 1.37 Other Direct Costs (ODCs). The contractor may be required to obtain supplies and/or materials for the performance of this contract. Those supplies and/or materials must be incidental to and associated with the overall functions being performed through this contract. The contractor shall abide by the requirements of the FAR in acquiring supplies and/or materials, and must maintain files in such a manner that the Contracting Officer could review them upon request to ensure compliance with federal procurement regulations; however, price reasonableness should always be determined prior to selecting a teammate or partner. In addition to the requirements identified above, the contractor shall request in writing in advance and obtain approval from the COR prior to making any ODC purchase. 1.38 Phase in-Phase out Plan. General. The successful Offeror will be required to provide a phase-in/out plan for the Program. This plan will comprehensively detail the process of how turnover between the two contractors will be conducted. Applicability. The Phase-In/Phase-Out Plan shall be limited to 5 pages. Transition Tasks. This part identifies general tasks applicable to the contractor as either the successful Offeror (new awardee) or the incumbent. Tasks identified in this part and in the Phase-In/Phase-Out Plan are directive and shall be accomplished in addition to the requirements identified in the PWS. Transition Period. The government will define the contract transition period. This period will be a maximum of 60 calendar days. (a) Transition Goals: The successful Offeror will assume responsibility for performance of all tasks required by the PWS within 60 calendar days of contract award. The successful Offeror will complete all physical modifications to property and / or facilities within 60 calendar days of contract award. The successful Offeror will assume control and accountability of all GFE, GFM, GFI and appropriate facilities from the incumbent as of the date that the government accepts the joint inventory. Phase-In. The successful Offeror will: Assign requisite Management staff and necessary transition personnel. Assemble and collocate a transition team. Assess overall equipment status and condition. Provide enough personnel to ensure continuous support during all transition phases. Provide 100% staffing to fulfill contract requirements within calendar 15 days but no later than 30 calendar days after award of contract. Provide 100% staffing of key personnel to fulfill contract requirements no later than 10 calendar days after award of contract. Ensure personnel are fully qualified to fulfill contract requirements in accordance with written timelines, to include required training and certification within 90 calendar days. Assume responsibility from the incumbent in accordance with written deadlines. Phase-Out. The incumbent will: Support operations in accordance with the PWS until control is passed to the winning Offeror. Provide all historical records including vendor lists, maintenance records, inventory records, all archived data, all pending requisition data, and any other government owned information. Transfer all Standard Operating Procedures (SOP). Transfer knowledge regarding processes and procedures unique to this contract. Prepare a final closeout report detailed transition activities and concerns for contract closeout. 1.39 Technical Instructions: Performance of work under this contract may be subject to written or verbal technical instructions signed by the COR specified in the task order solicitation. As used herein, technical instructions are defined to include the following and shall not be construed to be issued in a supervisory capacity: (1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, redirect work emphasis, fill in Details, provide safety alerts and otherwise serve to accomplish the contractual Performance Work Statement. (2) Guidelines to the Contractor which assist in the interpretation of specifications or technical portions of work descriptions or processes. (a) Technical instructions must be within the general scope of work stated in the PWS. Technical instruction may not be used to: (1) Assign additional work under the task order; (2) Direct a change as defined in the "CHANGES" clause in this task order. (3) Increase or decrease the task order price or estimated task order amount), as applicable, the level of effort, or the time required for contract performance; or (4) Change any of the terms, conditions or specifications of the task order. (b) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the task order or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer through the COR in writing within ten (10) working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by the technical instruction unless and until the Contractor is notified by the Contracting Officer that the technical instruction is within the scope of the task order. XI. LIST OF ATTACMENTS: Independent Government Estimate, Labor by Position and Location B Independent Government Estimate, Travel and Other Direct Costs. C Directives and References D Types of equipment to have LTIs conducted on and be repaired and maintained SOLICITATION RESPONSE REQUIREMENTS OFFERORS PROPOSALS WILL BE EVALUATED AGAINST THE EQUIRMENTS IN SECTION L USING THE FACTORS AND SUB-FACTORS IN SECTION M OF THE SOLICITATION The placement of estimated hours and/or labor category mix in this SOO simply indicate an historical workload for this type effort and does not indicate the government requires the offer to adhere to these numbers or categories in their proposal. The government encourages the offeror to propose innovative solutions to meet the requirements of this SOO that do not necessarily adhere to the governments estimate of labor hours, labor categories. Where no labor hours or labor categories are indicated, the government encourages the offeror to propose a realistic mix of labor hours and categories that will meet the objectives of this SOO at the best value to the government. ATTACHMENT A Independent Government Estimate, Labor by Position and Location BASE YEAROY-1OY-2OY-3OY-4POSITIONLOCATIONSOO PARAComm DeviceHoursHoursHoursHoursHoursSupervisory Distribution Facilities Specialist GS-2030-12MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520Supervisory Heavy Mobile Equipment Mechanic WS-5803-10MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520Supervisory Electronics Equipment Mechanic WS-2604-10MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520Supervisory Communications Equipment Mechanic WS-2604-10MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520Supervisory Small Arms/Artillery Equipment Mechanic WS-2604-10MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520Heavy Mobile Equipment Inspector WG-5803-10MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No2112021120211202112021120 BASE YEAROY-1OY-2OY-3OY-4POSITIONLOCATIONSOO PARAComm DeviceHoursHoursHoursHoursHoursElectronics Equipment Inspector WG-2604-10MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520Communications Equipment Inspector WG-2604-10MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520Small Arms/Artillery Equipment Inspector WG-6610-10MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No2112021120211202112021120Examiner and Identifer WG-6912-07MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520Heavy Mobile Equipment Mechanic WS-5803-10MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No2112021120211202112021120Heavy Mobile Equipment Repairer WG-5803-08MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No3456034560345603456034560Electronics Equipment Mechanic WG-2604-10MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520Communications Equipment Mechanic WG-2604-10MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520 BASE YEAROY-1OY-2OY-3OY-4POSITIONLOCATIONSOO PARAComm DeviceHoursHoursHoursHoursHoursSmall Arms/Artillery Equipment Mechanic WG-6610-10MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No115201152011520115205760Planner Estimator (HME) WD-5803-06MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520Planner Estimator (Elect) WD-5803-06MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520Planner Estimator (Comm) WD-5803-06MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520Planner Estimator (Arms/Arty) WD-5803-06MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520Tools & Parts Attendant WG-6904-06MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520Engineering Equipment Operator Supervisor WS-5716-08MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520 BASE YEAROY-1OY-2OY-3OY-4POSITIONLOCATIONSOO PARAComm DeviceHoursHoursHoursHoursHoursEngineering Equipment Operator WG-5716-08MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No2304023040230402304023040Packer WG-7001-06MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520Motor Vehicle Operator WG-5703-08MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520Materials Handler/Forklift Operator WG-6907-05MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No3456034560345603456034560Quality Assurance Specialist GS-1910-11MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520Quality Assurance Specialist GS-1910-09MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520 BASE YEAROY-1OY-2OY-3OY-4POSITIONLOCATIONSOO PARAComm DeviceHoursHoursHoursHoursHoursProgram Management Analyst GS-0343-11MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520Program Management Assistant GS-0344-07MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520Inventory Management Specialist GS-2010-11MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520Supply Technician (OA) GS-2005-07MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No3072030720 307203072030720Supply Technician (OA) GS-2005-05MCLB Albany, GA, MCLB Barstow CA, OCO, I, II, III MEFsV 1 thru 5 1.1 thru 5.1 No1152011520115201152011520 ATTACHMENT B Independent Government Estimate, Travel and Other directs Costs. Travel and ODCs will be bulk funded by the government as a Not To Exceed amount. BASE YEAROY-1OY-2OY-3OY-4POSITIONTotalTotalTotalTotalTotalTravelODCs Attachment C Directives and References TIER 1 - UPPER LEVEL QUALITY GUIDELINES ISO 9001:2008Quality StandardsQM 1000Storage Operations Quality Manual TIER 2 - STANDARD PROCEDURES SP 4230Control of DocumentsSP 4240Control of RecordsSP 5000Management ResponsibilitySP 6200Human ResourceSP 8220Internal AuditingSP 8300Control of Nonconforming ProductSP 8520Corrective ActionSP 8530Preventive Action TIER 3 WORK INSTRUCTIONS AB-FSD-PEIMB-006Receipt Correction and Credit Letter GuidelinesAB-FSD-SB-002Physical Inventory GuidelinesAB-FSD-SB-003Inventory Discrepancy Research GuidelinesAB-FSD-SB-004Location Survey ProcessAB-SSD-OPS-001Workforce Development Training ProcessAB-SSD-QPB-001Creating QS ProceduresAB-SSD-QPB-002Development and Management of Master Component ListAB-SSD-QPB-005Stock Screening RequestAB-SSD-QPB-007Corrective Action Request ProcessALBANY-FSDA-MB-001Collection of WastewaterALBANY-FSDA-MB-002Maintenance Discrepancy Reporting ProcessALBANY-FSDA-MB-004Preservation Rejection ProcessALBANY-FSDA-MB-006CalibrationALBANY-FSDA-MB-007Hazardous Waste and Material Management PlanALBANY-FSDA-PEIMB-001OTC 1 Receipt ProcessALBANY-FSDA-PEIMB-003Weapons receipt ProcessALBANY-FSDA-PEIMB-011OTC 1 Issue ProcessALBANY-FSDA-PEIMB-012OTC 2, 3 and Non OTC Issue ProcessALBANY-FSDA-PEIMB-013Weapons Issue ProcessALBANY-FSDA-PEIMB-014OTC 1,2, and 3 DRMO Issue ProcessALBANY-FSDA-PEIMB-015Weapons DRMO Issue ProcessALBANY-FSDA-PEIMB-016Controlled Cryptographic Item Issue Process TIER 3 WORK INSTRUCTIONS CONTINUED ALBANY-FSDA-PM-001OTC-1 Care in Store Surveillance ProcessALBANY-FSDA-PM-002Principle End Item (OTC-2/3) ReceiptALBANY-FSDA-PM-013Set Assembly New ReceiptALBANY-PM-007Hazardous Material Management PlanALBANY-SS-002Handling of Radioactive AssetsALBANY-SSD-MSPB-008Printing Procurement ProcessBARSTOW-WI-FSD-005Marking InstructionALBANY-FSDA-PM-014Set Assembly Special Projects ReceiptALBANY-FSDA-PM-015Set Assembly Rollback Items ReceiptALBANY-FSDA-PM-018CCI StorageALBANY-FSDA-PM-024Weapons StorageALBANY-FSDA-QC-011Receipt Process for SAC 2-3 From MCAALBANY-FSDA-QC-012Care-In-Storage Surveillance Inspection for SAC3, OTC 2 & 3 AssetsALBANY-FSDA-QC-028Processing Supply Discrepancy ReportsALBANY-FSDA-SS-001Receipt, Storage and Issue Process of Military AssetsALBANY-FSDA-SS-002Handling of Radioactive AssetsALBANY-FSDB-PEIMB-004Controlled Cryptographic Item Receipt ProcessALBANY-SSD-MCA-001Furnishing Government Equipment to Government ContractorsALBANY-SSD-MCA-002Loaning Government Equipment to Government ActivitiesALBANY-SSD-MSPB-001Set Assembly Procurement PlanningALBANY-SSD-MSPB-002Set Assembly Requisition ApprovalALBANY-SSD-MSPB-003Set Assembly Processing of RequisitionsALBANY-SSD-MSPB-004Set Assembly Assignment/Validation for ICP ProjectsALBANY-SSD-MSPB-005SA Assign/Validation for Local ProjectsALBANY-SSD-MSPB-007Requisitioning Process for PublicationsALBANY-SSD-MSPB-008Printing Procurement ProcessALBANY-SSD-MSPB-009Receipt Issue and Storage Processes for PublicationsALBANY-SSD-MSPB-010Set Assembly Issue ProcessALBANY-SSD-MSPB-011Set Assembly ICP Issue ProcessBarstow-FSDB-PEIMB-003Weapons Receipt ProcessBarstow-FSDB-PEIMB-011OTC 1 Issue ProcessBarstow-FSDB-PEIMB-012OTC 2 3 and Non OTC Issue ProcessBarstow-FSDB-PEIMB-016CCI Issue ProcessBarstow-FSD-MIM-003Wipe TestsBarstow-MB-MAI-001Preservation, De-Preservation for Shipment or Long-Term StorageBarstow-MB-MIM-001Receipts, Issues, Consolidation/Re-warehousingBarstow-PEI-REC-001Receiving of SAC 3 MaterialBarstow-PEI-SET-001Set Building ProcessBarstow-PEI-SET-002Set Assembly Material Receipt ProcessBarstow-PEI-WEA-003Receiving Controlled Cryptographic Items (CCI) TIER 3 WORK INSTRUCTIONS CONTINUED Barstow-SB-MOD-001Modification Control ProcessBarstow-SB-QA-002Care-In-Store Procedures OTC-1,2,3, and Non OTCBarstow-SB-QA-003Receiving OTC-1 Rolling Stock ProcedureBarstow-SB-QA-004Receiving OTC-2,3 and Non OTC StockBarstow-SB-QA-005Master Work Schedule ReturnsBarstow-SB-QA-007Master Work Schedule Pre-induction ProceduresBarstow-SB-QA-018Processing of SL-3 Items Removal TIER 4 REGULATORY DOCUMENTS 40CFRProtection of Environment49CFRDepartment of TransportationBO 4400.65Suspended Stock Condition Codes J, K and LBO 5104.3Radiological Affairs Safety Program ManualBO 6280.1Hazardous Waste ManagementBO P11240.24XGarrison Mobile Equipment (Automotive, Materials Handling Equipment, Scooter)BO P4855.8Quality Assurance ProgramsBO P5100.21XSafety ProgramBO P5500SOP for Handling Of Control Of Classified Information and MaterialCFRFederal Pollution Control ActCFRClean Water ActCMC 021447Z APRIL 08Interim Policy Clarification for Automated Small ArmsCMS 5ACMS Cryptographic Equipment/Guidance ManualDOD 4000.25-2-MMILSTD Transaction Reporting and Accounting ProceduresDOD 4000.25-2M Chapter 7Physical Inventory ControlDOD 4000.25-M CH.11MILSTD Requisitioning and Issue ProceduresDOD 4000.25-M, CH.4Defense Logistics Management System ManualDOD 4140.1Supply Chain Material ManagementDOD 4140.27MShelf Life ManagementDOD 4151.18Maintenance of Military Materiel, March 31, 2004DOD 4160.21MControl of Contractor AccessDOD 4160.21-MDefense Material Disposition ManualDOD 4500.9-RDefense Transportation Regulation, Part II, November 2004DOD 5000.1 The Defense Acquisition System May 12, 2003DOD Order 4000-25-2-MReceipts Time StandardsDODD 4140.1Material Management PolicyDRMS Military Customer Participation GuideEKMS 1(A)Electronic Key Management System ManualEKMS 2(A)Communications Security Material System Advise and Assistance Program Policies and ProceduresEKMS 3(B)Electronic Key Management Inspection ManualEKMS 5Cryptographic Equipment Information/Guidance Manual TIER 4 REGULATORY DOCUMENTS CONTINUED EKMS 7(B)Communications Security Materials Issuing Office Policy and ProceduresEKMS 704C, VOL 2LMD/KP Operators ManualEKMS1CMS Policy and Manual for Phase II EKMS-1FSD POLICY 09/01Preservation Level AssignmentsJCS PUBLICATION 1-02DOD Dictionary of Military and Associated Terms, April 12, 2001JCS PUBLICATION 4-01-4Joint Tactics, Techniques and Procedures for Joint Theater Distribution, August 22, 2000LAV MAC 2667Logistics Dictionary/Supply CodesLBO 4400.61ADirect Stock Support Control Manual (Obsolete)MCO 4000.57Marine Corps Total Life Cycle Management (TLCM)MCO 4000.58CMLC enclosures to 4000.57MCO 440.75MOWASP Manual (Reference Only)MCO 4400.16GUM MIPSMCO 4400.75Mechanization of Warehousing and Shipment ProcessingMCO 4400.76AMUMMS (Reference Only)MCO 4450.15Stock ReadinessMCO 4470.1MAGTF Deployment and Distribution Policy (MDDP)MCO 4733.1BMarine Corps TMDE Calibration and MaintenanceMCO 4733-15/1EMarine Corps TMDE Calibration Requirements/MaintenanceMCO 4855.10BProduct Quality Deficiency Report ProgramMCO 4855.8Marine Corps Logistics Base OrderMCO 5000.19 Marine Corps Systems CommandMCO 5215.17CMarine Corps Technical Publications SystemMCO 5600.20N, 21 June 2001Warfare Publications SystemMCO 8300.1XMarine Corps Serialized Control of Small Arms SystemMCO P4400. 150EConsumer Level Supply PolicyMCO P4400.151BIntermediate Level Supply Management Policy ManualMCO P4400.162BGovernment Furnished and Loan Equipment/Material Management ManualMCO P4400.75MOWASPMCO P5090.2Environmental Compliance and Protection PlanMCO P5530.14Marine Corps Physical Security Program ManualMCO P5600.31GMarine Corps Publications and Printing RegulationMCPDSMarine Corps Publications and Distribution SystemMCSCO 5100.29Safety and Ready CertificationMCWP 4-12Operational Level LogisticsMIL Std 3003APreparations for Shipment and StorageNAVMC 10284Limited Technical Inspection Motor Transportation NAVMC 2667Logistics Mini-DictionaryNAVMC 696DMotor Vehicle and Engineer Equipment Record Folder (if required)NAVMC DIR 3000.18Marine Corps Force Development Planning and Execution Process Manual (FDP&E manual) TIER 4 REGULATORY DOCUMENTS CONTINUED OPNAVINST 2221.3Communication Security Equipment MaintenanceOPNAVINST 2221.5BRelease of Communications Security Material to US Industrial Firms Under Contract to the US NavySECNAVINST 4105.1AIndependent Logistics Assessment (ILA) and Certification RequirementsSECNAVINST 4355.18Reporting Supply DiscrepanciesSECNAVINST 4855.58Product Quality Deficiency ReportSECNAVINST 5000.2CImplementation and Operation of the Defense Acquisition System and the Joint Capabilities Integration and Development SystemSECNAVINST 5215.2 Naval Reserve Information Assurance ProgramSECNAVINST 5400.15ARD&A Life Cycle Management ResponsibilitiesSECNAVINST 5420.188EAcquisition Category (ACAT) Program Decision ProcessSECNAVINST 5000.2CImplementation and Operation of the Defense Acquisition System and the Joint Capabilities Integration and Development SystemSECNAVINST 5510.30ADON Personnel Security ProgramSECNAVINST 5510.36DON Information Security Program RegulationSSS-000-32-002Storage Serviceability StandardTB43-0134Battery Disposition and DisposalTB43-0197Instruction for Safe Handling, Maintenance, Storage and Disposal of Radioactive ItemsTI 11240-25/50AStorage Procedures for 7 Ton TrucksTM 4700-15/1Ground Equipment ProceduresTRAINING MANUALMajor Item Movement Equipment Guidance ManualTRAINING MANUALBase Storm Water Management PlanTRAINING MANUALBase Oil and Hazardous Substance Spill Prevention, Control Counter-Measure PlanUM 4012-100Automated Set Assembly Users ManualUM 4400.13Stock ControlUM 4400.60Materials Returns ProgramUM 4400-76MUMMS, DSSC Users Manual (Reference Only)UM 4400-123, VOLS 1 AND 2FMF SASSY Management Unit ProceduresUM 4400-124FMF SASSY Using Unit Procedures Attachment D Types of equipment inducted into the GESP Marine Corps Ground Weapons Systems Communication Equipment to include Controlled Cryptographic Items (CCI) Engineering Equipment i.e. Dozers, Excavators, Generators, Air Conditioners, Motor Transport Equipment i.e. HMMWVs, MTVRs, LVSRs, Trailers Small Arms and Ordnance related Equipment Tracked Combat Vehicles i.e. M1A1 Tanks, AAVs LAVs Collateral and ancillary support equipment for the above GWS THIS PAGE INTENTIALLY LEFT BLANK STATEMENT OF OBJECTIVES (SOO) FOR PROGRAM INTEGRATION AND MANAGEMENT SUPPORT PROGRAM SUPPORT CENTER FFP Task Area 10 I. PURPOSE: The Director Program Support Center (PSC) has a requirement for professional non-personal services to perform Business Management, Program and Risk Analysis, Systems Engineering, Logistics and Program Support not currently available in the Command workforce. The PSC provides tailored integration logistics solutions that require cohesive and innovative total life cycle management approaches to rapidly respond to the needs of the Force. Due to the schedule driven nature and criticality of solutions to the War fighter, a cohesive strategy for sustainment and integration of logistics solutions are essential to the PSCs support strategy to its customers. II. BACKGROUND: The Program Support Center (PSC) is the Marine Corps Logistics Command's (MARCORLOGCOM) focal point for program integration logistic support management, focused on Total Life Cycle Management (TLCM) in support of ground weapon systems and future opportunities. Our dedicated teams are directly aligned to support Program Executive Officers (PEO) and Program Managers (PM) and Teams Headquartered at Marine Corps Systems Command, Quantico, VA. As the integrator of weapon system acquisition and sustainment support at MARCORLOGCOM, the Program Support Center serves as the principal portal through which the acquisition community accesses MARCORLOGCOMs logistic services. As such, they have oversight for Program Support Teams (PSTs) that provide tailored support to acquisition community customers. In addition to providing customized logistics solutions, these PSTs also help the PSC and MARCORLOGCOM anticipate and influence future acquisition and sustainment activities for the Marine Corps. The PSC is a customer-focused organization aligned with Marine Corps Acquisition and Life Cycle Managers to provide responsive and tailored integrated logistics solutions through dedicated program-level teams and competency managers focused on ground weapon systems. PSCs evolving mission and the requirements for integration and compliance across the Joint Services Future Combat Systems platforms is expanding. PSC will establish a comprehensive support strategy, as well as spearhead strategic initiatives to properly position the PSC in its responsibilities to the various Major Defense Acquisition Programs requirements. III. SCOPE: This effort establishes the requirement to provide support as required throughout the phases and responsibilities of the PSC as the focal point for program integration, logistic support management, focused on Total Life Cycle Management (TLCM) in support of ground weapon systems and future opportunities. IV. PERIOD AND PLACE OF PERFORMANCE: 1. The Government will award a Firm Fixed Price (FFP) Contract with 1 Base Year and 4 Option Years. The period of performance is the date of award for 12 continuous months for the Base and each Option Year. Award terms for Option Years will be contingent upon how well the Contractor successfully meets the mission essential performance requirements 2. The primary location for these efforts is Marine Corps Logistics Base, Albany, GA. The determination of additional locations for support of these efforts and whether efforts will be conducted at Government on-site or contractor site will be made at the Task Oder Level. V. PROGRAM OUTCOMES and OBJECTIVES: Outcomes Program Support The contractor shall provide support and analysis on matters of business and investment associated with Program Milestones to include but not limited to, Requirements, Logistics, Financial Management Analysis, Systems Engineering, Business Process Improvement, Joint Matters and Emerging Technologies evaluations. Objectives: Business Management and Analysis: Prepare Business Case Analysis Draft Performance Based Agreements Operations and Strategic Planning Support Provide Liaison Support Program Management and Analysis: Draft Agreements with Organic or Commercial Support providers Provide PSM/PST Support Provide Life Cycle Cost Estimating and Analysis Risk Management: Assist in developing risk management plans. Assist in implementing and monitoring risk management plans. Logistics Support The contractor will provide support for program integration logistic support management in support of ground weapon systems and future opportunities. Objectives: Logistic Support Services: Assist in developing Sustainment Support Strategies Provide Weapon System TLCM support for: C4I Sustainment Services Support Consolidated Storage Support GTES Support MRAP Program Support Combat Systems Support CBRN Support Fielding Support: Provide planning support for fielding plans. Provide training and instructions on new equipment as required. Provide tracking of new equipment during the fielding processes. Integration and Technical Data Support: The contractor shall provide support in the areas of enterprise integration and technical data strategies, development, implementation, execution, and maintenance. Enterprise integration provides the processes, tools, and strategies for program support to the acquisition community through systems engineering and technical data management. Objectives: Systems Engineering: Provide software engineering. Provide software architecture development. Develop project Systems Engineering Plans Develop web-enabling technologies Technical Data Support Provide configuration management support. Provide program critical path networks support. Provide engineering change proposal management support. Provide data management support. Provide Quality control support. Administration and Documentation Support: The contractor shall provide and perform the management and administrative tasks necessary to ensure that the requirements of the PWS are met. Objectives: Administrative Support: Provide administrative support. Documentation Support: Provide hard and electronic copy of all documents generated in support of all requirements executed in the performance assigned tasks. Prepare and coordinate the agenda for key meetings. Prepare presentation materials Host and/or participate in the actual meeting/s. Draft minutes and action items from meeting for Government approval. VI. TRANSITION: The Contractor shall begin the phase-in efforts immediately after contract award. The Contractor shall submit a Transition Plan as part of their proposal. In this plan, the Contractor shall specify how it will phase in seamless Personnel Staffing and Support so that no delay or down time is experienced at the site locations and no delays are experienced in scheduled maintenance and perform Phase out at Task completion. In the plan, the Contractor shall include adequate time to hire appropriate personnel, conduct inventories, assume equipment control, issue subcontracts, etc after Task Order award. The Government will provide familiarization training of various Government organizations to the contractor should the Government determine that such familiarization training is necessary. As a minimum, the contractor shall familiarize its supervisors, key personnel and staff with existing equipment, reporting, work scheduling and procedures. During the phase-in period, the contractor shall be responsible for finalizing all employee clearance requirements. The contractor shall complete the necessary steps for assumption of the operation during the phase-in period and shall meet all requirements as specified in the PWS with the beginning of full performance. 2. To ensure a smooth phase-out to the next service provider in the event no Option year is exercised or a new contractor is selected at contract recompete, and to prevent possible decreases in productivity or service quality, the contractor shall provide a 60 calendar day phase- in period prior to Contract termination date. During this period, the contractor shall make available to key incoming contractor personnel, representatives of the incumbent contractor who are versed in the operation of the functions to be performed. This service shall be made available to explain procedures for conducting Government business, show the next contractor various work sites, introduce the contractor to customer representatives, etc. During this period, the incumbent contractor shall provide required training on current business practices and conduct material, equipment, and tools transfers. Inventories shall be conducted jointly with the Government representatives and representatives of the incoming contractor. VII. CONSTRAINTS: 1. Data Management: a. The goal of the Government is to minimize the delivery of data in Government format and hardcopy and to maximize the use of a contractor-maintained electronic data library with data in Microsoft Applications required to support performance objectives in contractor format unless otherwise requested by the government. 2. Cost proposal Submission: a. The offerors proposal shall present the cost for the efforts described in three parts, (1) Labor Cost by Labor Hours for each Position, (2) Other Direct Costs non-travel and (3) Travel costs. Travel and Other Direct Costs will be estimated per year by the government as a not to exceed amount unless authorized by the Contracting Officer. 3. Acronyms and Definitions: a. The contractor shall obtain Acronym Descriptions and Definitions from the following website. For any unique term or acronym in this document not found at the site, the government will provide the definition or description upon request.  HYPERLINK "http://www.dtic.mil/doctrine/dod_dictionary/" http://www.dtic.mil/doctrine/dod_dictionary/ STAFFING: Staffing for the positions identified in support of this effort will be done through the issuance of technical direction with the award of task orders as the needs of the government are determined. The positions identified are considered to be deployable.. VIII. DELIVERABLES: All contract deliverables shall be presented to the Government according to the table below. DeliverableDue DateMedium & FormatNumber Of CopiesMonthly status reportNlT 15h day of the following monthElectronic Copy, contractor format1 electronic copy to each recipientTask Order Management Plan Draft 15 Days after Contract Award Final 30 Days after Contract AwardElectronic Copy, contractor format1 electronic copy to each recipientP&PM InformationNlT 15h day of the following monthElectronic Copy, government provided format1 electronic copy to each recipientTrip Reports5 Working Days After Completion of Trip Electronic copy, government provided format1 electronic copy to each recipientTransition Plan inclusive of Quality Control PlanInitial With Proposal and Final NLT 15 days after award.Electronic copy, government provided format1 electronic copy to each recipient Deliverable Description a. Monthly Status Reports Summarizes cost by labor, travel per passenger, Non-Travel ODCs, performance, employee injuries and any risks and mitigation for the previous month. A graph shall be presented that depicts fund burn rates for Labor, Travel and ODCs expended verses that provided on a cumulative bases for each month of the Task Order Period Of Performance.. Task Order Management Plan Documents the contractors proposed staffing mix, supervisory methods, contract management. processes, and risk management and mitigation processes and Quality Control Plan as described in paragraph XI 1.13 for meeting the requirements of the PWS. c. Price & Performance Model Information (P&PM) P&PM data consists of workload metrics that describe the output (benefit) of each operating location and resource metrics (man-hours, travel cost, other direct costs) that describe the resources used to produce the work. The template for this data will be provided by the government at each site at the start of work with supporting training on how to complete. d. Trip Reports Trip reports identify the reason for the trip, all outcomes and action items resulting from authorized travel. e. Transition Plan As described in paragraph VI above. IX. Quality Assurance: According to the Inspection of Services clause, the Government will evaluate the contractors performance. The Evaluator (normally the COR or Technical Assistant (TA)) will follow the methods of surveillance and document surveillance observations as specified in the Performance Standards Metrics through a government developed Quality Assurance Surveillance Plan (QASP). When an observation indicates defective performance, the Evaluator will require the Program Manager or designated on-site contractor representative to initial the observation to acknowledge the deficiency. The acknowledgement of the observation does not necessarily constitute contractor concurrence with the observation, only that the contractor has been made aware of the defective performance. Government surveillance of tasks not listed in the Performance Standards Metrics or by methods other than listed in the Metrics (such as provided for by the Quality Assurance Surveillance Plan (QASP)) may occur during the performance period of this contract. Such surveillance will be done according to the QASP. Any action taken by the Contracting Officer as a result of surveillance will be according to the terms of this contract. X. Performance Metrics: ObjectiveStandardAQLMonitoring Method Business Management and Analysis Complete and fully documented outcome, formatted in the proper manner meeting task requirements.Acceptable to the customer in content and formatted to meet the customers needs.Review of the document/outcome.Program Management and Analysis Complete and fully documented outcome, formatted in the proper manner meeting task requirements.Acceptable to the customer in content and formatted to meet the customers needs.Review of the document/outcome.Risk ManagementComplete and fully documented methodology that supports the task requirement/s.Acceptable to the customer and eliminates or reduces the risks of the task requirement/s.Review of the risk plan and documentation of actual risk mitigation.Logistic Support ServicesRight support for the task in the right place at the right time.Acceptable solutions provided with the right tools to provide the desired outcome.Observation and reports from the supported customer/s.Fielding SupportRight support for the task in the right place at the right time.Acceptable solutions provided with the right tools to provide the desired outcome.Observation and reports from the supported customer/s.System Engineering SupportThe correct skill sets to understand and execute the customers requirement/s.Acceptable solutions provided with the right tools to provide the desired outcome.Observation and reports from the supported customer/s.Technical Data SupportThe correct skill sets to understand and execute the customers requirement/s.Acceptable solutions provided with the right tools to provide the desired outcome.Observation and reports from the supported customer/s.Administrative SupportRight support for the task in the right place at the right time.Acceptable solutions provided with the right tools to provide the desired outcome.Observation and reports from the supported customer/s.Documentation Support Complete and fully documented outcome, formatted in the proper manner meeting task requirements.Acceptable to the customer in content and formatted to meet the customers needs.Review of the document/outcome. XI. Additional Contractor Requirements: 1.0 Personnel. The contractor shall provide necessary personnel to maintain performance standards and accomplish required services within specified time frames. Contractor personnel shall be legal residents of the United States. The Government reserves the right to request and review documentation (e.g., certificates, training records, work records) certifying the personnel filling positions. The Government reserves the right to refuse to permit any contractor employee to perform services. Key Personnel. The contractor shall identify the Program Manager and all key personnel in the proposal. The Contractor shall assign Key Personnel whose names were identified in the quote and who are integral to the performance of the task requirements. The contractor shall assign Key Personnel at each as a primary point of contact between the location and the COR. The contractor shall represent/acknowledge that all personnel assigned to this contract are capable of working independently and with demonstrated knowledge, skills and expertise in their respective functional areas, which are necessary to perform all assigned duties. If the contractor personnel do not possess the expertise necessary to perform the tasks required under this SOO, then the contractor shall be responsible for appropriate training and/or replacing the personnel. 1.2 Substitution of Key Personnel. The Contractor shall not substitute Key Personnel during the first ninety (90) calendar days of the task performance period unless the substitutions are unavoidable because of the incumbent's sudden illness, death or termination of employment; contractor shall promptly notify the COR. After the initial 90-calendar day period, the contractor shall submit to the COR and all proposed substitutions at least 30 calendar days in advance. All requests for approval of substitutions hereunder must be in writing and provide a detailed explanation of the circumstances necessitating the proposed substitution(s). Request must contain a complete resume for the proposed substitute, who shall have at least equal ability and qualifications, and any other information requested by the Contracting Officer to approve or disapprove the proposed substitution. The Contracting Officer and COR will evaluate such requests and promptly notify the contactor of approval or disapproval thereof, in writing. 1.3 Other than Key Personnel. Vacant positions for other than key personnel shall be made within 20 calendar days from date of vacancy. The contractor shall notify the COR and customer when a vacancy has occurred within five work days. 1.4 Independent Government Estimate (Labor). Attachment A contains positions by location for which the government estimates the contractor will be required to provide support. The number of estimated annual hours and the year of the contract the hours will be required is indicated. Employee Requirements. All contractor employees shall be literate in the English language to the extent of being able to read and understand all Work Processes, Orders, Regulations, safety, health, and security regulations and traffic signs posted on Government property. English shall be used for all correspondence, deliverables, and presentations. In addition, each contractor employee shall be able to read and understand the following: 1. Any regulations, directives, or policies that a person must know in order to accomplish the required services 1.6 Standards of Conduct. The contractor shall maintain satisfactory standards of employee competency and conduct, and for taking disciplinary actions against his employees as necessary. The contractor shall remove from the job site any contractor employee found under the influence of alcohol, illegal drugs, or any other incapacitating agent during the tour of duty. The contractor shall remove any employee whose conduct or appearance debase or discredit the government. The government reserves the right to require removal from the job site of any contractor employee who endangers persons or property, whose continued employment is inconsistent with the interests of military security, or whose presence deters the accomplishment of required services. In such cases, the Contracting Officer or COR will advise the contractor of the reason for requesting an employee's removal, or withdrawal of his authorization to enter the installation. The Governments exercise of its right to grant and revoke access by particular individual(s) to its facilities will not constitute a breach or change regardless of whether said individual(s) is thereby precluded from performing work.. 1.7 Appearance of Personnel. Personnel in administrative areas and personnel whose duties involve them in briefings and instructional projects on and off the government installations, must be clean, well groomed, and wear appropriate attire. Other contractor personnel shall wear appropriate attire commensurate with their positions and safety requirements. The Government has the final approval on requests for special clothing needs and wearing of such. If the contractor deems it necessary for uniforms, the design and color of these uniforms shall be coordinated with the government for approval. 1.8 OFF-Duty Government Personnel. The contractor shall not hire off-duty Contracting Officer Representative (COR) personnel nor any other person whose employment would, or appear to, result in a conflict of interest. The contractor is cautioned that off-duty active military personnel hired may be subject to permanent change of station, change in duty hours, or deployment. Military Reservists and National Guard members employed by the contractor may be called to active duty and their absence shall not constitute an excuse for not performing the requirements.. 1.9 Fraud, Waste, and Abuse. The contractor shall maintain proper conduct and good discipline with government provided equipment, materials and in the work areas. Contractor personnel shall be alert to suspected situations of fraud, waste, and abuse against the Government that are observed during the performance of duties. The contractor shall take corrective action within his area and immediately report these situations to the COR. 1.10 Smoking. Contractor personnel shall comply with all DOD and local regulatory requirements, which establish uniform policies governing smoking in and around Government owned buildings. 1.11 Performance. The contractor shall meet performance standards listed in the PWS.. The only deviation from required work efforts allowed will be for GFE/GFM or GFI not available to permit contractor employees to conduct the efforts established by the standards in the PWS. In those cases where a deviation is required the COR will be notified. 1.12 Quality Control Program. The contractor shall establish and maintain a Quality Control Program (QCP) to ensure the requirements of the PWS are provided as specified. The contractors shall submit to the government their quality processes in the form of a Quality Control Plan This plan shall be submitted to the Contracting Officer for review as part of the Task Order Management Plan and acceptance or rejection and further modification with the Proposal and the Final submission NLT 15 calendar days after contract award date. The Contracting Officer will notify the contractor of acceptance or required modifications to the plan and any adjustment allowed to the performance date. The contractor shall make appropriate modifications (at no additional costs to the Government) and obtain acceptance of the plan by the Contracting Officer. The contractor shall appoint a Quality Control representative that is knowledgeable of the necessary requirements of this program. Updates to the plan to assure compliance to the PWS requirements are the responsibility of the contractor as part of normal preventive and corrective actions. The plan shall include, but not be limited to, the following: Be structured to assure the individual responsible for Quality Control (QC) is authorized by the organization to take actions described. Contain procedures for written and verbal communication with the Government regarding performance of the contract Contain clear, measurable, and acceptable levels of performance Contain procedures for preventing defects and deficiencies, early detection of problems, and handling corrective actions without dependence upon Government intervention Contain surveillance procedures for each service to be monitored under this PWS. These procedures shall identify the list of items under surveillance, who will perform the surveillance, the frequency and method of surveillance, and procedures for correction of deficiencies. Include a system to investigate and resolve customer complaints forwarded by the Government. The investigation results shall be documented and forwarded to the Government to include immediate corrective actions to prevent future complaints. Provide a record of all contractor QC checks and corrective actions. These files shall be maintained by the contractor and shall be available upon request to the COR during the performance period. 1.13 Contracting Officers Representative (COR). The COR is a representative of and appointed by the Contracting Officer and will participate in the oversight of this contract, except where exemptions have been approved by the Contracting Officer. Subsequent to the contract award, the identity of the COR with a brief resume of their duties and authority will be furnished to the successful bidder. Any matter alleging a change to the scope, prices, terms, or conditions of this contract shall be referred to the Contracting Officer and not to the COR. The COR will represent the Contracting Officer in the technical phases of the work, but will not be authorized to change any of the terms and conditions of the Task Order. The COR will act in a liaison capacity to coordinate activities between the Contracting Officer and as required in the performance of work.. 1.14 Quality Assurance. According to the Inspection of Services clause, the Government will evaluate the contractors performance. The Evaluator (normally the COR) will follow the methods of surveillance and document surveillance observations as specified in the Performance Standards Metrics through a government developed Quality Assurance Surveillance Plan (QASP). When an observation indicates defective performance, the Evaluator will require the Program Manager or designated on-site contractor representative to initial the observation to acknowledge the deficiency. The acknowledgement of the observation does not necessarily constitute contractor concurrence with the observation, only that the contractor has been made aware of the defective performance. Government surveillance of tasks not listed in the Performance Standards Metrics or by methods other than listed in the Metrics (such as provided for by the Quality Assurance Surveillance Plan (QASP) may occur during the performance period of this contract. Such surveillance will be done according to the QASP. Any action taken by the Contracting Officer as a result of surveillance will be according to the terms of this contract. 1.15 Performance Evaluation Meetings. The contractor Program Manager may be required to meet at least weekly with the COR during the first month of the performance period. Meetings will be as often as necessary thereafter as determined by the COR. However, if the contractor PM requests, a meeting will be held whenever a Contract Discrepancy Report (CDR) is issued. The written minutes of all performance evaluation meetings will be prepared by the Government and shall be signed by the Program Manager and COR, and provided to the Contracting Officer. Should the contractor non-concur with the minutes the contractor shall so state any areas of non-concurrence in writing to the Contracting Officer within 7 workdays of receipt of the signed minutes. The minutes will be included in the contract file. 1.16 Security. A Facility Security Clearance may be required for performance unless specifically noted in Section C of the Solicitation. This will be determined at The Task Order Level. The Contractor shall comply with installation and other applicable security requirements. Certain individuals performing specific duties may require clearances or favorable background checks before being assigned these duties. The Contractors personnel and property shall be subject to search and seizure at any time while on government installations. This includes entering, leaving, and being present within the installation boundaries. 1.17 Common Access Card / Contractor Identification Badges. The Contractor shall ensure that each contractor employee acquire a Government identification badge or Common Access Card (CAC) as determined by the and in accordance with (IAW) host government installation procedures. This process will be expedited by guidance provided by the COR and as provided below. Contractor employee CAC/Contactor Identification badges must be displayed at all times IAW MARCORLOGCOM Policy Statement 1-09. a. Common Access Card Instructions. The work performed under this contract may require contractor employees to have access to a Department of Defense (DoD) computer system. In order to gain access, contractor personnel will be required to complete a background check through the Provost Marshalls Office (PMO) as the Base/Post where work will be performed. The PMO office will send an email to the appropriate designated Trusted Agent (TA). The TA will provide the contractor with a DD 1172 Application for Uniformed Services Identification Card DEERS Enrollment. Once the form is completed and approved, the TA will enter the information into the Contractor Verification System (CVS). The CVS will create a profile for the contractor employee Once the background check is completed, PMO will send an email to the TA, the contractor employee, and Pass and ID. Upon receipt of the PMO email, Pass and ID will email instructions to the contractor employee to report to them in order to receive the authorized Common Access Card (CAC Login to the computer system will be accomplished only with the CAC. The processes described above apply specifically to MCLB, Albany, GA. Other host government facilities may have different or additional requirements, however, the contractor shall comply with those requirements. 1.18 Physical Security. The contractor shall safeguard all Government property. At the close of each work period or shift, facilities and equipment shall be secured IAW Government Host Facility instructions. 1.19 Restricted Areas. The contractor shall comply with restricted area procedures and instructions. Contractor personnel working in restricted areas may be required to sign in and out, and state the nature of business at the entrance point. Work in restricted areas after normal duty hours shall be coordinated with the respective Restricted Area Security Officer through the COR. 1.20 Government Office Areas. Government and Contractor personnel will be working in work areas simultaneously during normal working hours. The contractor shall cooperate with the personnel in the immediate area where any service or maintenance work is being performed. Work performed after normal duty hours shall be coordinated with the COR. 1.21 Key Control. The COR is responsible for issuing keys to the contractor. The contractor shall establish a key control system to ensure that none of the keys issued to contractor personnel are lost, misplaced, or used by unauthorized persons. The contractor shall not duplicate Government keys. 1.22 Visitors and Inspectors. The contractor shall verbally notify the COR of all official visitors or inspectors prior to their being granted access to Government facilities on the host installation. The COR will inform the contractor if access is to be granted. After each visit or inspection, the contractor shall report in writing to the COR giving the names of the visitors and the purpose of their visit. All recommendations and required actions from Government inspections will be documented by the inspecting agency and delivered to the COR for resolution. 1.23 Removal of Government Furnished Equipment. In no case, without prior approval of the COR, will any Government furnished equipment be removed from any government facility or installation. The Government reserves the right to request an inventory of Government provided equipment items at any time. 1.24 Disclosure of Government Information. Contractor personnel shall comply with security requirements with regard to disclosures of intelligence and proprietary sensitive information. No such information shall be provided by contractor personnel to any outside agency without the prior approval of the COR. Contractor employees will be required to complete Non-Disclosure Forms. 1.25 Hours of Operation. With the exception of work required to be accomplished outside regularly scheduled hours, and only after approval by the COR, all work shall be performed during normal working hours of 0730 to 1630 Local Time, Monday through Friday, excluding Federal holidays. The COR will be provided the flexibility to request an adjustment to the work schedule to meet emerging requirements without placing any contractor employee into an overtime situation. This requested adjustment will be provided to the contractor no less than 24 hours prior to adjustment unless the emerging situation does not allow that level of advance notice. 1.26 Continuity of Services. The Contractor recognizes that the services under this contract are considered vital to the Government and must be continued without interruption and that, upon contract expiration, a successor, either the Government or another contractor, may continue services. The contractor agrees to (1) furnish phase-in training on current practices and processes and (2) exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. 1.27 Legal Federal Holidays. Except as otherwise specified, routine work shall not be scheduled on holidays or holidays observed in lieu thereof. See Section C, for a listing of Federal holidays to be used for this contract. The basic workweek is Monday through Friday. If a holiday falls on a Saturday, the preceding Friday is the holiday. If a holiday falls on a Sunday, the following Monday is the holiday. 1.28 Installation Closures. When an unforeseen installation closure occurs on a regularly scheduled day of work, the Government shall have the following options: a. Reschedule the work so it is performed the following day unless the following day falls on a weekend. Routine work is not scheduled for Saturday or Sunday. b. Reschedule the work on any day that is mutually satisfactory. 1.29 Government-Furnished Items (material, information, equipment). The contractor shall specifically identify in their proposal the type, amount, and time frames required for any government resources, excluding those listed below. The Government will provide the following for on-site personnel at designated government installations: Office space, warehouses, computers, software, telephones, fax, copiers, printers, LAN access, supplies, small material handling equipment and other items necessary to perform contract duties. The government will also provide all maintenance required to keep these facilities and equipment in proper working order. Standard Operational Procedures, regulations, manuals, texts, briefs and other materials associated with the project and the hardware/software.. 1.30 Communication Devices. The Contractor shall provide communication devices for official purposes only. For the purpose of this contract, select contractor personnel, shall be required to maintain communications with the office of the PSC at all times. To facilitate this communication, those personnel identified by the PSC (See attachment A) shall be issued by their corporate office either a Blackberry/cell phone combination or cell phone for the time they are employed by the contractor in support of this program. The contractor shall bill the costs of the communication devices and the monthly service charge as an ODC. The contractor shall use all due diligence to obtain the lowest cost service available to meet mission requirements. The contractor shall propose the cost of these devices as part of their proposal. 1.31 Contractor Training. Training of contractor employees assigned to this contract shall be performed at the contractors own expense, with these exceptions: When the Government has given prior approval for training to meet special requirements that are peculiar to the environment and/or operations. Limited contractor employee training may be authorized if the Government changes hardware or software during the performance of this contract, and it is determined to be in the best interest of the Government. In the event that the Government has approved and paid for contractor employee training, reimbursement shall not be authorized for costs associated with re-training replacement individual(s) should the employee(s) terminate from this contract. Costs that are not authorized include, but are not limited to; labor, travel, and any associated re-training expenses. 1.32 Travel. Travel will be required to fulfill the requirements of this contract. The contractor shall ensure that the requested travel costs will not exceed what has been authorized in the contract. Contractor incurred expenses resulting from Government-directed travel are cost reimbursable but are limited by the Government Joint Travel Regulations (JTR) and must be pre-approved by the government. Travel requests will be submitted to the COR for official approval prior to executing any travel. Travel reports identifying all outcomes and action items shall be provided to the COR within five working days after completing travel. Failure to comply with this requirement may result in rejection of invoices and/or non-payment. The government will provide an estimate of any anticipated travel costs for the contractor to use in their proposal. Travel to OCONUS locations, including those deemed by the U.S. State Department to be hazardous with imminent danger possible may be required (Deployment). When directed to travel to these locations the contractor shall comply with all established rules and regulations for this travel as specified in the contract. Additionally, contractor personnel performing this type travel shall comply with all MARCORLOGCOM directives as the sponsoring agency. Locations and the duration of travel cannot be established at this time so an estimated travel budget of (See Attachment B) for the entire effort (inclusive of G&A, if applicable) will be established and presented at the Task Order Level. If the contractor determines that required travel will exceed the estimated travel, the contractor shall notify the COR when 75% percent of the estimated allowance has been billed and request additional funding be applied to cover the directed travel costs. 1.33 Other Direct Costs Non- Travel (ODCs). The contractor may be required to obtain supplies, services and/or materials for the performance of this contract. Those supplies, services and/or materials must be incidental to and associated with the overall functions being performed through this contract. The contractor shall abide by the requirements of the FAR in acquiring supplies, services and/or materials, and must maintain files in such a manner that the Contracting Officer could review them upon request to ensure compliance with federal procurement regulations; however, price reasonableness should always be determined prior to selecting a teammate or partner. In addition to the requirements identified above, the contractor shall request in writing in advance and obtain approval from the COR prior to making any ODC purchase. 1.34 Phase in-Phase out Plan. General. The winning offeror will be required to provide a phase-in/out plan for the Program. This plan will comprehensively detail the process of how turnover between the two contractors will be conducted. Applicability. The Phase-In/Phase-Out Plan shall be limited to 5 pages. Transition Tasks. This part identifies general tasks applicable to the contractor as either the successful offeror (new awardee) or the incumbent. Tasks identified in this part and in the Phase-In/Phase-Out Plan are directive and shall be accomplished in addition to the requirements identified in the PWS. Transition Period. The government will define the contract transition period. This period will be a maximum of 60 calendar days. (a) Transition Goals: The successful offeror will assume responsibility for performance of all tasks required by the PWS within 60 calendar days of contract award. The successful offeror will complete any required physical modifications to property and / or facilities within 60 days of contract award. The successful offeror will assume control and accountability of all GFE, GFM, GFI and appropriate facilities from the incumbent as of the date that the government accepts the joint inventory. Phase-In. The successful offeror will: Assign requisite Program Management staff and necessary transition personnel. Assemble and collocate a transition team. Provide enough personnel to ensure continuous support during all transition phases. Provide 100% staffing to fulfill contract requirements within 15 days but no later than 30 calendar days after award of contract. Provide 100% staffing of key personnel to fulfill contract requirements no later than 10 calendar days after award of contract. Ensure personnel are fully qualified to fulfill contract requirements in accordance with written timelines. Assume responsibility from the incumbent in accordance with written deadlines. Phase-Out. The incumbent will: Support operations in accordance with the PWS until control is passed to the successful offeror. Provide all historical records including vendor lists, maintenance records, inventory records, all archived data, all pending requisition data, and any other government owned information. Transfer all Standard Operating Procedures (SOP). Transfer knowledge regarding processes and procedures unique to this contract. Prepare a final closeout report detailed transition activities and concerns for contract closeout. 1.35 TECHNICAL INSTRUCTIONS: Performance of work under this contract may be subject to written or verbal technical instructions signed by the COR specified in the task order. As used herein, technical instructions are defined to include the following and shall not be construed to be issued in a supervisory capacity: (1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, redirect work emphasis, fill in Details, provide safety alerts and otherwise serve to accomplish the contractual Performance Work Statement. (2) Guidelines to the Contractor which assist in the interpretation of specifications or technical portions of work descriptions or processes. (a) Technical instructions must be within the general scope of work stated in the PWS. Technical instruction may not be used to: (1) Assign additional work under the task order; (2) Direct a change as defined in the "CHANGES" clause in this task order; (3) Increase or decrease the task order price or estimated task order amount (including fee), as applicable, the level of effort, or the time required for contract performance; or (4) Change any of the terms, conditions or specifications of the task order. (2) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the task order or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer through the COR in writing within ten (10) working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by the technical instruction unless and until the Contractor is notified by the Contracting Officer that the technical instruction is within the scope of the task order. XII. List Of Attachments: Independent Government Estimate, Labor by Position and Location Independent Government Estimate, Travel, Other Direct Costs and Training Directives and References SOLICITATION RESPONSE REQUIREMENTS OFFERORS PROPOSALS WILL BE EVALUATED AGAINST THE EQUIRMENTS IN SECTION L USING THE FACTORS AND SUB-FACTORS IN SECTION M OF THE SOLICITATION The placement of estimated hours and/or labor category mix in this SOO simply indicate an historical workload for this type effort and does not indicate the government requires the offer to adhere to these numbers or categories in their proposal. The government encourages the offeror to propose innovative solutions to meet the requirements of this SOO that do not necessarily adhere to the governments estimate of labor hours, labor categories. Where no labor hours or labor categories are indicated, the government encourages the offeror to propose a realistic mix of labor hours and categories that will meet the objectives of this SOO at the best value to the government. ATTACHMENT A Independent Government Estimate, Labor by Position and Location BASE YEAROY-1OY-2OY-3OY-4POSITIONLOCATIONSOO PARAComm DeviceHoursHoursHoursHoursHours ATTACHMENT B Independent Government Estimate, Travel, Other directs Costs and Training Travel and ODCs will be bulk funded by the government as a Not to Exceed amount. BASE YEAROY-1OY-2OY-3OY-4POSITIONTotalTotalTotalTotalTotalTravelLevelODCsK Attachment C Directives and References DoDI 5000.02 Operation of the Defense Acquisition System DoDI 5200.39 Critical Program Information (CPI) Protection within the DoD DoDI 8580.1 Information Assurance (IA) in the Defense Acquisition System DoD 5200.1-M Acquisition Systems Protection Program CJCSI 6212.01D Interoperability and Supportability of Information Technology and National Security Systems DoDD 4630.05 Interoperability and Supportability of Information Technology and National Security Systems CJCSI 3170.01G Joint Capabilities Integration and Development System SECNAVINST 5000.2C Implementation and Operation of the Defense Acquisition System and the Joint Capabilities Integration and Development System Marine Corps Logistics Command Order 4081.1 Performance based Logistics (PBL) Operations LBO 3000.1 MARINE EXPEDITIONARY FORCE (MEF) SUPPORT TEAM ORDER MCO 4790.19 Depot Maintenance Policy MCO 4790.21 Depot Level Source of Repair (DLSOR) Policy Marine Corps Logistics Command Order 4000.57A Marine Corps Total Life Cycle management (TLCM) of Ground Equipment, Weapons and Materiel MARCORSYSCOM Fielding Process Handbook, July 2009 MC-SAMP Guide MARCORSYSCOM Milestone Decision Process Guide SECNAV M 5216.5 DON Correspondence Manual.     M67004-11-R-0003/0001, Atch. 4, Page Page  PAGE 1 of  NUMPAGES 242 PAGE 239 PAGE 1  !&Dn #12<=ôxmXՈD'h8hU0J%5CJOJQJ^JaJ)h8hU5>*CJOJQJ\^JaJh8hUB*phh8hU5>*B*\ph h8hUCJOJQJ^JaJh8hU5>*B*\phh8hU5>*\h8hU5:CJ\aJ#h8hU:CJOJQJ^JaJ#h8hUCJOJQJ\^JaJh8hU5\h8hU5 h8hU!&@Dn X Y "#01=>gdU h^h`gdU'gdU &$a$gdU +@&gdU$a$gdUgdU=>d$&KLW1KO#Uyz}"$ĽĐ|k|k|kTkkkAkA$h8hUCJOJPJQJ^JaJ,h8hU5B*CJOJQJ^JaJph h8hUCJOJQJ^JaJ&h8hU5>*CJOJQJ^JaJ#h8hU5CJOJQJ^JaJh8hU5>*B*\phh8hUB*ph h8hUh8hUB*ph2h8hU5>*CJOJPJQJ^JaJnHtH,h8hUCJOJPJQJ^JaJnHtH>cd%&KLVW01O#$h5$7$8$9DH$^ha$gdU)$hd^ha$gdU $h^ha$gdU'$  h5$7$8$9DH$^ha$gdU ^`gdUgdUgdUTUz}"${a'$ ;5$7$8$9DH$^;a$gdU & F% hh5$9D^h`gd|'$  5$7$8$9DH$a$gdU%)$ & F% hhd5$7$8$9DH$^h`a$gd|h^hgdU ^`gdU'$  h5$7$8$9DH$^ha$gdU G f !!!"""####d(e(,,,,,,,,e.tdYYdYh8hUB*phh8hU5>*B*\ph)h8hUB*CJOJQJ^JaJph#h8hU>*CJOJQJ^JaJ#h8hU5CJOJQJ^JaJ&h8hU5>*CJOJQJ^JaJ h8hUCJOJQJ^JaJ$h8hUCJOJPJQJ^JaJh8hU5>*CJaJh8hUCJPJaJ$IJ|bbbbb'$  h5$7$8$9DH$^ha$gdU5$9DgdU & F% hh5$9D^h`gd|'$  5$7$8$9DH$a$gdU#'$ & F% hh5$7$8$9DH$^h`a$gd| ;5$9D^;gdU$ & F% hh5$9D^h`a$gd| F G e f !!8!9!u!v!!!'$  5$7$8$9DH$a$gdU'$ & F&  5$7$8$9DH$a$gd| '$^a$gdU'$  h5$7$8$9DH$^ha$gdU!!!!!""f"g"""##[#\##' & F'  5$7$8$9DH$gd|'$ & F'  5$7$8$9DH$a$gd|'$  h5$7$8$9DH$^ha$gdU'$  5$7$8$9DH$a$gdU'$ & F&  5$7$8$9DH$a$gd|####c(d(,,,,,d.e../// gdUh^hgdUh`hgdU h^h`gdUgdU & F h^`gd| h^h`gdUgdU'$  h5$7$8$9DH$^ha$gdUe..........u/v//////////011)1*1`1ŴʼnŴwwwg\N *h8hU5B*phh8hUB*phh8hU5>*B*\ph#h8hU5CJOJQJ^JaJ$h8hU0JCJOJQJ^JaJ/jh8hCJOJQJU^JaJ h8hUCJOJQJ^JaJ)jh8hUCJOJQJU^JaJ#h8hUCJOJQJ\^JaJ&h8hU5CJOJQJ\^JaJ/11)1*161?1O1`1 $5$9DIfgdV$$5$9DIfa$gdVgdU gdU`1a1b1c1- $5$9DIfgdVkd$$Ifl\d ," L+ Q  t(0644 lap(ytV`1a1e1f1g1j1k1l1o1p1r111113699999;;;;?)?A´“tbKb,h8hU5B* CJOJQJ^JaJph#h8hU5CJOJQJ^JaJh8hUOJQJ^JaJh8hU5OJQJ^JaJh8hU5>*B*\ph h8hUCJOJQJ^JaJh8hU5>*CJaJh8hU5>*B*phh8hU5B*phh8hUCJaJh8hUB*ph *h8hUCJaJc1d1e1f1g1h1i1j1Qkd$$Ifl\d ," L+ Q t0644 laytV $5$9DIfgdVj1k1l1m1n1o1^QQQQ $5$9DIfgdVkd$$Ifl\d ," L+ Q t0644 laytVo1p1q1r1111[VVEE5$$5$9DIfa$gdV hh^h`gdUgdUkd$$Ifl4\d ," L+ Q t0644 laf4ytV1111$$5$9DIfa$gdV1122- $5$9DIfgdVkdb$$Ifl\ J,"d   t(0644 lap(ytV2212223242526272Y2Z2[2\22223333333c3d33 $5$9DIfgdV333333^4_4`4a4b4444(5)5*5555' o$5$7$8$9DH$If^ogdV' ?o$5$7$8$9DH$If^ogdV'$ o$5$7$8$9DH$If^oa$gdV555566 6666`7a777777771828Y8Z8[8\88 $5$9DIfgdV' o$5$7$8$9DH$If^ogdV8888888888888888999999)9*9+9,9-9X9Y9 $5$9DIfgdVY9i9j9k9l9999QLgdUkd$$Ifl\ J,"d  t0644 laytV $5$9DIfgdV999999;;??BBCCEE gdU gdU HgdU gdUdgdU gdU & F h5$7$8$9DH$^`gd|  dgdU h^h`gdUAAAAAABBBBBCCCCDEE=GXGKKXN{NPPMRNRRRSR[R SSjTT]]&aAaef iikkrrss2uPuvvwwy.z.{/{0{]{||6RSUٷ٨h8hUOJQJ^JaJh8hU5OJQJ^JaJ#h8hU5CJOJQJ^JaJ h8hUCJOJQJ^JaJ)h8hUB* CJOJQJ^JaJphBEEEREFF*B*\ph!h8hUB*OJQJ^Jphh8hUB*ph#h8hUCJOJQJ\^JaJ)h8hUB*CJOJQJ^JaJph#h8hU5CJOJQJ^JaJh8hU5OJQJ^JaJh8hUOJQJ^JaJ h8hUCJOJQJ^JaJ&܆݆stÊĊef `a$ & F 5$7$8$9DH$a$gd| $ a$gdU gdU s5$7$8$9DH$gdU ^gdU<`<gdU & F `gd|gdUa'(mn78ڗۗqr & F 85$7$9DH$^`gd|gdU & F( h^`gd| gdU gdU & F) h^`gd|klEFkn & F 85$7$9DH$gd| 5$7$9DH$gdU & F$5$7$9DH$gd| ^gdU & F#5$7$9DH$gd|^gdU & F"5$7$9DH$gd| ^`gdUgdU & F 85$7$9DH$^`gd| kl;<-. jk'(gdU & F 85$7$9DH$gd| ^`gdU^gdU & F5$7$9DH$gd|^gdU(Z[-.]^ABҤӤUV h^`hgdU ^`gdU 88^8gdU^gdU L^`LgdUgdUgdU ^`gdU^gdU & F5$7$9DH$gd| %&fɩ & FgdUh^hgdU h^h`gdU 0gdU^gdU h^h`gdU L^`LgdU^gdU^gdU ^`gdU L^`LgdU&efɩש>?ުߪjlm*֗iWi#h8hU5CJOJQJ^JaJ+h8hU5>*B*OJQJ^JaJphh8hU5\aJh8hU5CJaJh8hU6CJ\aJ h8hUCJOJQJ^JaJh8hUCJaJ)h8hUB*CJOJQJ^JaJph"h8hU5>*OJQJ^JaJh8hUB*phh8hUB*\ph ɩ֩ש */49>?HQUZflrxFfE$$5$7$8$9DH$Ifa$gdV$5$7$8$9DH$IfgdVh^hgdU$ hda$gdUx~Ff+Ff$5$7$8$9DH$IfgdVFf $$5$7$8$9DH$Ifa$gdVFfCFf$$5$7$8$9DH$Ifa$gdV$5$7$8$9DH$IfgdVުߪklm./  hdgdUgdUgdU$ hda$gdU  dgdUFf$$5$7$8$9DH$Ifa$gdV)*k®̮ήӮծڮܮFf<#$$5$7$8$9DH$Ifa$gdV$5$7$8$9DH$IfgdV  hdgdU$ hda$gdU* "$%&'-34567=>oް߰ry{}~ȽȮȮȮȮȮݎݎݎ|jj"h8h25>*OJQJ^JaJ#h8hU6B*CJ\aJphh8hUOJQJ^JaJ h8hUCJOJQJ^JaJh8hUB*CJaJphh8hUCJaJ)h8hUB*CJOJQJ^JaJph"h8hU5>*OJQJ^JaJh8hUOJQJ\^JaJ' "$%&'()*+,- $$Ifa$gdVFf($$5$7$8$9DH$Ifa$gdV$5$7$8$9DH$IfgdV-.3456789:;<=>?@ABC$ hda$gdUFfX2$$5$7$8$9DH$Ifa$gdV$$5$7$8$9DH$Ifa$gdV $$Ifa$gdV$5$7$8$9DH$IfgdVFf-CDEFGHIJKLMNOPQRSTUVWXYZ[\]^_$ hda$gdU_`ano stް߰?@STrstuv  hdgdU$ hda$gdUvwxy{|~$ hda$gdlgdU  hdgdUӱԱرٱ789EFJK߲&uGѵѩѩѩѩѩѩљ}iZhlJoCJOJQJ\^JaJ&h*trhlJo5CJOJQJ\^JaJ h*trhlJoCJOJQJ^JaJh*trhlJoB*phh*trhlJo5>*B*\phhlJohlJo5>*\h*trhlJo5>*\ hlJo5\h*trhlJo5\ h*trhlJo h8hUh8h25OJQJ^JaJh8hl5OJQJ^JaJ#Աٱ79FG34AB & F h^`gdlJo hgdlJo & F h^`gdlJogdlJo h^h`gdlJo$a$gdlJogdlJoԵ4B_m +48abFG\պIŴyynfnfnnfhlJoB*phh*trhlJoB*ph,hlJo5>*CJOJPJQJ^JaJnHtH2h hlJo5>*CJOJPJQJ^JaJnHtHhlJoOJQJ^Jh %hlJoOJQJ^JhlJo h*trhlJo)h*trhlJo5>*CJOJQJ\^JaJhlJoCJOJQJ^JaJ h*trhlJoCJOJQJ^JaJ(EFʽ˽xyhih^hgdlJoh^hgdlJo gdlJo hgdlJogdlJogdlJo gdlJoy~dehiu6K]lؾ󮣒|oeoeXeXeXhhlJoOJQJ^JhlJoOJQJ^JhwhlJoOJQJ^JhlJoB*phhlJoCJOJQJ^JaJ h*trhlJoCJOJQJ^JaJh*trhlJoB*phhjhlJo5>*B*\phhX_hlJo5>*B*\phhlJoB*\phhlJo5B*\phh*trhlJo5>*B*\phhlJo5>*B*\ph"*+h^hgdlJo & FNgd` h^h`gdlJo  hh^hgdlJogdlJogdlJo h^h`gdlJohdd[$\$^hgdC 6hdd[$\$^hgdlJoh^hgdlJols 09EFPxyǶǨ؏rgXhlJo5CJOJQJ^JaJh*trhlJoB*phhlJo5>*B*\phh*trhlJo5>*B*\phhlJoB*ph hJ:hlJoCJOJQJ^JaJhlJoCJOJQJ^JaJ h*trhlJoCJOJQJ^JaJ hhlJoCJOJQJ^JaJhlJohwhlJoOJQJ^JhhlJoOJQJ^JhlJoOJQJ^J  $0NY_Bv ioܼteVhlJoCJOJQJ\^JaJhlJo5CJOJQJ^JaJ h hlJoCJOJQJ^JaJh*trhlJoB*phh)hlJoB*phhlJoB*ph h hAY h hlJo h*trhlJohlJohlJoCJOJQJ^JaJ#h*trhlJo5CJOJQJ^JaJ h*trhlJoCJOJQJ^JaJ#hxhlJo5CJOJQJ^JaJ 9:ehwܹܖssssslhl^Qht.hlJo5B*phhlJo5B*phhlJo h*trhlJo hwhlJoCJOJQJ^JaJ#h7hlJo5CJOJQJ^JaJhlJo5CJOJQJ^JaJ&h*trhlJo5CJOJQJ\^JaJ)h*trhlJo5>*CJOJQJ\^JaJhlJoCJOJQJ^JaJ h*trhlJoCJOJQJ^JaJ#h*trhlJoCJOJQJ\^JaJ$67i !1B $5$9DIfgdH$$5$9DIfa$gdHh^hgdlJo h^h`gdlJogdlJogdlJo#)+,/5678:RXfgho !)+,ȯzzh#jhlJoCJOJQJU^JaJhlJoCJOJQJ\^JaJ#hzhlJoCJOJQJ\^JaJ&hzhlJo5CJOJQJ\^JaJ hlJo5CJOJQJ\^JaJhlJoB*phh*trhlJoB*phh IhlJoB*phht.hlJoB*phht.hlJo5B*phhlJo5B*ph#,8dfgh BCɷᖆynfnfYUF:FUFhlJoB*CJaJphh5hlJoB*CJaJphhlJoh5hlJo5B*phhlJoB*phh*trhlJoB*phhlJo5>*B*\phh*trhlJo5>*B*\phhzhlJo5B*\ph$hghlJo0JCJOJQJ^JaJ#jhlJoCJOJQJU^JaJ/j4hghlJoCJOJQJU^JaJ hzhlJoCJOJQJ^JaJhlJoCJOJQJ^JaJBCX- $5$9DIfgdHkd5$$Ifl\ ," @ X  t(0644 lap(ytHCfQkd 7$$Ifl\ ," @ X t0644 laytH $5$9DIfgdH%&fg01lmn]l 6ȻșȌ{ȱn] haLhlJoCJOJQJ^JaJhyrhlJo5B*ph h EPhlJo5B*OJQJphh)#hlJo5B*phh%`hlJoB*phht.hlJo5B*phhlJo5B*phhSUhlJo5B*phhlJoB*phhlJohlJoB*CJaJphh5hlJoB*CJaJph h5hlJoB*CJH*aJph!fg~^QQQQQ $5$9DIfgdHkd7$$Ifl\ ," @ X t0644 laytH!Dl^QQQQ $5$9DIfgdHkd8$$Ifl\ ," @ X t0644 laytHlmn ^YYYPPPH & FgdlJoh^hgdlJogdlJokd]9$$Ifl\ ," @ X t0644 laytH 89QXYyzdgdlJo gdlJo & F 5$7$8$9DH$^`gdlJodgdlJo h^h`gdlJoh^hgdC 6h^hgdlJo & FgdlJoh^hgdlJo $h^ha$gdlJo689Pf ,456Y]`uŻŗŊ}m}cSDh[XhlJoOJQJ^JaJh[XhlJo5OJQJ^JaJhlJoB*\phh*trhlJo5>*B*\phhlJo5>*B*\phh)#hlJo5B*phhsMhlJo5B*phh?8hlJo5B*phhC 65B*phhlJo5B*phhlJoB*phh+hlJoB*phht.hlJo5B*phhlJoCJOJQJ^JaJh +hlJoOJQJ^Juvzsn}KM«ŽyyyyyŽg#hsMhlJo5CJOJQJ^JaJ)h[XhlJoB* CJOJQJ^JaJphhlJo5CJOJQJ^JaJhlJoCJOJQJ^JaJ,h[XhlJo5B* CJOJQJ^JaJph h[XhlJoCJOJQJ^JaJ#h[XhlJo5CJOJQJ^JaJh[XhlJoOJQJ^JaJhlJoOJQJ^JaJ%mnLMhi_j 0d^`gdlJo 0d^`gdlJo 00d^`0gdlJo & F ;hhdG$^h`gdlJodgdlJo & F dG$gdlJo gdlJo HgdlJo gdlJo MOfIL_`$-;AOQSVnad}BEe_adefn $2WkXZӸhlJoCJOJQJ^JaJ h[XhlJoCJOJQJ^JaJ#h[XhlJo5CJOJQJ^JaJhlJo5CJOJQJ^JaJhlJoOJQJ^JaJh[XhlJoOJQJ^JaJh[XhlJo5OJQJ^JaJhlJo5OJQJ^JaJ5_`PQRS`aAB`a g & F dG$gdlJogdlJodgdlJo 0d^`gdlJo hhd^h`gdlJo )4X{KN_`!} 3   ȹhlJoB*OJQJ^JaJphh@ hlJoOJQJ^JaJhlJoOJQJ^JaJhlJo5OJQJ^JaJh[XhlJo5OJQJ^JaJh[XhlJoOJQJ^JaJBgyyydgdlJo  8dgdlJo dG$^gdlJo & F dG$gdlJo & F dG$gdlJo & F dG$gdlJo & F dG$gdlJo & F dG$gdlJo & F dG$gdlJo ~    + , /0JKxgdlJo  0dgdlJo gdlJo  dgdlJodgdlJo  dgdlJo      J N t u      *   * + , / 0 X a02456LMOӷӕuu h[XhlJoCJOJQJ^JaJhlJo5CJOJQJ^JaJ#h[XhlJo5CJOJQJ^JaJh3hAY>*OJQJ^JaJh3hlJo>*OJQJ^JaJhlJoOJQJ^JaJh[XhlJoOJQJ^JaJhlJo5OJQJ^JaJh[XhlJo5OJQJ^JaJ.JKMOPQh0!$57>RqyµµҩҚᚈwcwQ#h _hlJoCJOJQJ\^JaJ&h[XhlJo5CJOJQJ\^JaJ hlJo5CJOJQJ\^JaJ#h[XhlJo5CJOJQJ^JaJhlJo5CJOJQJ^JaJhlJoOJQJ^JaJhlJo5OJQJ^JaJh[XhlJo5OJQJ^JaJh[XhlJoOJQJ^JaJ h[XhlJoCJOJQJ^JaJhlJoCJOJQJ^JaJ67pq}$ & F 5$7$8$9DH$a$gdlJo $ a$gdlJo 5$7$8$9DH$gdlJo gdlJo 5$7$8$9DH$gdlJo gdlJo 5$7$8$9DH$gdlJogdlJo^gdlJo DM  Ͼr`r`r`r`r`rϞϞϞ#hlJoB*CJOJQJ^JaJph)h[XhlJoB*CJOJQJ^JaJph,h[XhlJo5B*CJOJQJ^JaJph#h[XhlJo5CJOJQJ^JaJhlJoCJOJQJ^JaJ h[XhlJoCJOJQJ^JaJhlJo5CJOJQJ^JaJhlJoCJOJQJ\^JaJ#h[XhlJoCJOJQJ\^JaJ%P!R!T!U!V!\!R"\"*$+$$$$$%%%%%%%&&&&s&t&&&(( ))-)4)5)7);)E)R)S)b)))E*F***+++,(,ͿͿͿͿͿͿͿͿͿͭ޿͍ͿͿͿͿ hhlJoCJOJQJ^JaJhlJoCJOJQJ\^JaJ#h[XhlJoCJOJQJ\^JaJhlJoCJOJQJ^JaJ h[XhlJoCJOJQJ^JaJ#h[XhlJo5CJOJQJ^JaJhlJo5CJOJQJ^JaJ7O!P!,$-$%%c(d( ) )**7*N*O**+^gdlJo & F5$7$9DH$gdlJogdlJo gdlJo gdlJo $ a$gdlJo$ & F 5$7$8$9DH$a$gdlJo+++ , ,#,$,,,5---. .O.P.../ & F5$7$9DH$gdlJo^gdlJo 5$7$9DH$gdlJo^gdlJo & F5$7$9DH$gdlJo ^`gdlJo & F5$7$9DH$gdlJogdlJo(,2,,,,,9-C-....N/Q/// 0!0D2E2J2K2L2d222222222J6P6#9%9'9>9?9h9i9о򒄒wih5hlJo5>*B*phh5hlJo5B*phh~5hlJo5>*B*phhlJo5>*B*ph#h[XhlJo5CJOJQJ^JaJhlJo5CJOJQJ^JaJ#hz_hlJo5CJOJQJ^JaJ hQhlJoCJOJQJ^JaJ h[XhlJoCJOJQJ^JaJhlJoCJOJQJ^JaJ(//d/e///!0"0B0C000^1_11111E2F2d2 5$7$9DH$gdlJo ^`gdlJogdlJo & F5$7$9DH$gdlJo^gdlJo & F5$7$9DH$gdlJo^gdlJod2e23l44455667$9%9>9?9J9S9W9i9$$5$9DIfa$gdHgdlJo  hh^hgdlJo 8L^8`LgdlJo`gdlJo^gdlJogdlJoi9j99-$5$7$8$9DH$IfgdHkd:$$Ifl\:,"  t(0644 lap(ytHi9j9~999999999:#:2:9:_:`:g:h:i:j:t;u;;;;;;;<<<%=&=,=4=q=s======>>>>E>J>u>ƻƻƻ廘#h5hlJo5>*B*CJaJph hS1whlJohlJoB*CJaJphh5hlJoB*CJaJphhlJoCJaJh5hlJoCJaJ h5hlJo5B*CJaJphhlJoCJOJQJ^JaJ h5hlJoCJOJQJ^JaJh5hlJo5>*19999999999i:j:u;v;;;<<%=&=r=s=t=u=v===$5$7$8$9DH$IfgdH $5$9DIfgdH===>>>>>>>>>>>>E>F>G>H>I>J>s>u>>>>>>> $5$9DIfgdHu>>>>>&?(?o?s?t???@u@w@@@ AjAnAAAAAAABB"B(BDBEBHBIB`BBBBB C C)CLCǽ|tlhNhlJo\hlJoB*phh7hlJoB*phhwhlJoB*phhlJoB*\ph'hohlJo5>*B*OJQJ^JphhlJo5>*B*\phh5hlJo5>*h5hlJoB*CJaJphhlJoB*CJaJphh5hlJo5>*B*phh<hlJoB*CJaJph*>'?(?p?q?r?s?t???????@@@v@w@@8A9A:AjAkAlAmAnAA $5$9DIfgdHAAAAAAAAAAAAAAAAAAAAAAAAAAAAA $5$9DIfgdHAAAAAAAABCBDB $5$9DIfgdH DBEBFBGBHBIB_B^QQQE5$h^h`a$gdlJo  hdgdlJo h^h`gdlJokd ;$$Ifl\:," t0644 laytH_B`BBBB C'C(C)CLCMCCCCCEEFFFFFFF$a$gdlJo$ hda$gdlJogdlJogdlJogdlJo & FgdlJoh^hgdlJoLCMCCCCFFFFFGGGG"G$G)G*G>GIGQGRG\GrGzG{GGGGGGGGGGGGGGGGGGGHH%H'H=HNHOHUHZH[HIIIŻݡݡݡݡݡݡݡݡݡݡݡݡݡݡݡݡݡݡݡݡݡݡݡhlJo5>*OJQJ^JhC]hlJoOJQJ^Jhy7hlJo5B*phhlJoB*\phhlJo5B*phhlJoCJOJQJ^JaJhlJoOJQJ^JhlJoB*phhNhlJo6\ hNhlJo8FFFG?GqGGGGGH&H>HTHwHHHHHII7ITIzIIII & F hdgdlJo$a$gdlJoh^hgdlJoIIIIIIIIIIIIIIIIII.J/J>JYJ & F hdgdlJo$ hda$gdlJo  hdgdlJo hhd^hgdlJo & F hdgdlJoII-J.J/JJKKKKKKKKKKLL.L/LuLvLLLLLLLLLLLLϘvovobbTTbbh|HhlJo5OJQJ^Jhx=whlJoOJQJ^J hx=whlJo!h9hlJoB*OJQJ^Jph hDhlJoCJOJQJ^JaJhlJoCJOJQJ^JaJhlJoOJQJ^JaJhy4hlJo5OJQJ^JhDhlJoOJQJ^JaJhlJo5OJQJ^JhlJoOJQJ^Jhy7hlJoOJQJ^Jhy7hlJo5OJQJ^J YJoJJJJJJKKKKKKKKKKKKKKKKKK 5$7$8$9DH$gdlJo hhd^hgdlJo & F hdgdlJoKKKKKKKKKKKKKKKKKLL L$5$7$8$9DH$IfgdH$ hda$gdlJo hhd^hgdlJo h5$7$8$9DH$^hgdlJo 5$7$8$9DH$gdlJo L LLLLL$L)L.L/L8LALELJLWL]LcLiLoLuLvLLLLLFfAFf=$$5$7$8$9DH$Ifa$gdH$5$7$8$9DH$IfgdHLLLLLLLLLLLLLLLLLLLLLLL$ hda$gdlJoFfI$5$7$8$9DH$IfgdHFfE$$5$7$8$9DH$Ifa$gdHLLLLLLLLLLLLLLLLLLLLM)M+MRMVM]M^MjMMMMMMMMMMNN Nɫ}ud}d}d}d *hNthlJoB*CJaJph *hNthlJo$ *hNthlJoB*OJQJ^Jph *hNthlJoOJQJ^JhlJoOJQJ\^JaJhhlJoOJQJ\^JaJhH4lhlJo5OJQJ^JhlJo5OJQJ^JhQhlJo5OJQJ^J hx=whlJohx=whlJoOJQJ^JhlJoOJQJ^J'LMMMMMMMMM M M M M MMMMMMMMMMMMMMM$ hda$gdlJoMMM*M+MkMMMMMMMMMMMMMMMMMFfM$$5$7$8$9DH$Ifa$gdH$5$7$8$9DH$IfgdH  hdgdlJo$ hda$gdlJoMMMNN N NNNNN!N#N&N'N)N,N-N/N2N3N5N8N9N $$Ifa$gdH$5$7$8$9DH$IfgdHFfzS$$5$7$8$9DH$Ifa$gdH N NNNNN!N#N'N)N-N/N3N5N9N;N?N@NENFNHNKNLNMNQNRNTNWNXNZN]N^N`NcNdNvN|NNNNNNNɼɼɼɼɼɼɼɼɼɼԦwmhH4lhlJo5\hH4lhlJoB*phhAY5OJQJ^JhH4lhlJo5OJQJ^J *hlJoOJQJ^J *hNthlJoOJQJ^JhlJoCJaJhH4lhlJoOJQJ^JhH4lhlJoCJaJ *hNthlJo *hNthlJoB*CJaJph$ *hNthlJoB*OJQJ^Jph*9N;N>N?N@NENFNJNKNLNPNQNRNVNWNXN\N]N^NbNcNdNFf\$5$7$8$9DH$IfgdHFfjX $$Ifa$gdH$$5$7$8$9DH$Ifa$gdHdNeNfNgNhNiNjNkNlNmNnNoNpNqNrNsNtNuNvNwNxNyNzN{N|N}N~NNN$ hda$gdlJoNNNNNNNNNNNNNN $IfgdH $h^ha$gdlJo$ hda$gdlJo NNN| $IfgdHzkdA_$$Ifl!,"  t 0644 lap ytHNNNN O $IfgdHjkd_$$Ifl!," t0644 laytH OOOOOneee $IfgdHkdd`$$IflF ! p5 t06    44 laytHOOOOnee $IfgdHkd a$$IflF ! p5 t06    44 laytHNOOSOdOOOQQRdReRhRiRjRuRvRRRRRRRRRӼӮxaTMCMCMh*trh85\ h*trh8Hh*OJQJ^JaJHh* hlJo5>* h_f5>*hy7hlJo5OJQJ^J,jhlJo5OJQJU^JhmHnHuhlJo5OJQJ^J hY&hlJohH4lhlJo5;hH4lhlJo5\ hH4lhlJoO O-O.OMO||| $IfgdHzkda$$Ifl!,"  t 0644 lap ytHMONOOOPOQOneee $IfgdHkd}b$$IflF ! p5 t06    44 laytHQOROSOcOdOneee $IfgdHkd+c$$IflF ! p5 t06    44 laytHdOeO~OOOOOOOO|||||||| $IfgdHzkdc$$Ifl!,"  t 0644 lap ytH OOOOOOneeee $IfgdHkdd$$IflF ! p5 t06    44 laytHOOOOPI@@@ $IfgdHkdDe$$IflF ! p5  t06    44 lapytHP P-P.PTPneee $IfgdHkd=f$$IflF ! p5 t06    44 laytHTPUPcPuPPneee $IfgdHkdf$$IflF ! p5 t06    44 laytHPPPPPneee $IfgdHkdg$$IflF ! p5 t06    44 laytHPPPP"Qneee $IfgdHkdqh$$IflF ! p5 t06    44 laytH"Q#Q.Q/QVQneee $IfgdHkd-i$$IflF ! p5 t06    44 laytHVQWQQQQneee $IfgdHkdi$$IflF ! p5 t06    44 laytHQQQQQneee $IfgdHkdj$$IflF ! p5 t06    44 laytHQQQQQneee $IfgdHkdak$$IflF ! p5 t06    44 laytHQQQQQneee $IfgdHkdl$$IflF ! p5 t06    44 laytHQQQQQneee $IfgdHkdl$$IflF ! p5 t06    44 laytHQR RR=R||| $IfgdHzkdm$$Ifl!,"  t 0644 lap ytH=R>R?R@RARBRCRDRERFRGRn_________$ hda$gdlJokd6n$$IflF ! p5 t06    44 laytH GRHRIRJRKRLRMRVRWRXRYRZR[R\R]R^R_R`RaRbRcRdRfRgRhRiRjRkRgdlJo$ hda$gdlJokRlRmRnRoRpRqRrRsRtRuRvRwRxRyRzR{R|R}R~RRRRRRgd8$ hda$gd_f  hdgd_fgdlJoRRRRS1S3SASBS4X5XFXGXZZ\ \]]^^__bb,gd8 h^h`gd8gd8gd8gd8$a$gd8$a$gd8RRRRSS0S2S3S?S@SASBSSSSSTTTTT+TGTJTKTNTqT}TU̾kWkWkWkWkWkWkk&h8B*CJOJQJ\^JaJph,h#h8B*CJOJQJ\^JaJph)h#h8B*CJOJQJ^JaJphh8hgx0h85>*B*\phh85>*\h*trh85>*\ h*trh8 h85\h*trh85\h*xh85h85CJOJQJ^JaJ#h*xh85CJOJQJ^JaJUUVVWW4X5XFXGXkXqXXXYYZZT[U[a[b[[\\\]0^^^^_΁΁΁΁΁oZ)h*trh85>*CJOJQJ\^JaJ#hTFh85CJOJQJ^JaJ hTFh8CJOJQJ^JaJh85CJOJQJ^JaJ)hch8B*CJOJQJ^JaJphh8B*phh*trh85>*B*\phh8CJOJQJ^JaJ hFh8CJOJQJ^JaJ#h8B*CJOJQJ^JaJph__]a^abbbbbbbdfd#e%e-e8eEeOePeQeReSeرqfbfZJ=J=J=fh85>*B*\phh*trh85>*B*\phh8B*phh8h*trh8B*phh6+h8B*OJQJph,h85>*CJOJPJQJ^JaJnHtH2h h85>*CJOJPJQJ^JaJnHtH#h8B*CJOJQJ^JaJph)hih8B*CJOJQJ^JaJph)hih8B*CJOJQJ^JaJph#h85>*CJOJQJ\^JaJbbbbdcd&e'e(e)e*e+e,e-eReSe]e^eelgmgvjwjh^hgd8 $ a$gd8$ h^ha$gd8h`hgd8 ^`gd8gd8gd8Se[e\e]e^eeeee!fTfXfffjgkgujvjwjʳr]Frrr/,h#h85B*CJOJQJ^JaJph,h#h8B*CJOJQJ\^JaJph)hc}h8B*CJOJQJ^JaJph#h8B*CJOJQJ^JaJph)h#h8B*CJOJQJ^JaJph2h#h85>*B*CJOJQJ\^JaJph,h h85B*CJOJQJ^JaJph&h85B*CJOJQJ^JaJphh85CJOJQJ^JaJ#hFph85CJOJQJ^JaJwjjjkkkllllm4$ & F- /h8p @ xH5$7$8$9DH$]^a$gd|$a$gd8$ hh^ha$gd8 hh^hgd8gd8h^hgd8 ^`gd8 wjjk kk,k0k1ktkukkkkkkkkllllllmmoҩqWBB)hR'h8B*CJOJQJ^JaJph2h#h85>*B*CJOJQJ\^JaJph,h h85B*CJOJQJ^JaJphh85CJOJQJ^JaJ#h9 h85CJOJQJ^JaJ,hnEh85B*CJOJQJ^JaJph#h8B*CJOJQJ^JaJph)h#h8B*CJOJQJ^JaJph/h#h85>*B*CJOJQJ^JaJphmmooHpIpppvv( ,h8p @ xH5$7$8$9DH$]gd84$ & F- /h8p @ xH5$7$8$9DH$]^a$gd|,$ /h8p @ xH]^`a$gd8oooOpPpppqHqKqqqqqqqqqqq rrrrQrRrrrrrsssytzt:u=u,v4vwwlxŵأ{)h#hAYB*CJOJQJ^JaJph%h#h8B*OJQJ^JaJph#hiB*CJOJQJ^JaJphhiB*OJQJ^JaJph%h#h8B*OJQJ^JaJph#h8B*CJOJQJ^JaJph)h#h8B*CJOJQJ^JaJph)pqqGqHqxqyqqq{R{(0 & F- .h8p @ xH]^gdi)0 & F- /h8p @ xH]^gd|)0 /h8p @ xH]^`gd81 & F- /h8p @ xH5$7$8$9DH$]^gd|qqqrrPrQrrrrrrrssssrt$ & F. 5$7$8$9DH$^a$gd| $8^8a$gd8$ & FO  ^a$gd` $h^ha$gd8$^`a$gd8h^hgd8rtst3u4uuudvevvvwwawbwxxkxlxxh^hgd8$ ^a$gd8 & F. 5$7$8$9DH$^gd|$ & F. 5$7$8$9DH$^a$gd|$ 8^`a$gd8lxxxxxxVyWyZy[yyyyyyyzzzzzzzzzz{|||)}4}}}A~L~~~69abұ{m{m{m{m{m{m{m{m{m{h8CJOJQJ^JaJ hOyh8CJOJQJ^JaJh8B*phh*trh85>*B*\phh85>*B*\phh85CJOJQJ^JaJ#h8B*CJOJQJ^JaJph)h#h8B*CJOJQJ^JaJph/h#h85>*B*CJOJQJ^JaJph*xxUyVyyyzzzzbcPQdeJKa h^h`gd8 & FP h^`gd` h^h`gd8gd8gd8 ^`gd8h^hgd8GQqrȀ΀π$/~ρЁفځ߁ "#[e|}DQRScdefiѴ#hah85CJOJQJ^JaJ#hUh85CJOJQJ^JaJh8B*phhgx0h85>*B*\phh85>*B*\phh*trh85>*B*\ph hOyh8CJOJQJ^JaJh8CJOJQJ^JaJ/JK^`agsPfmɻggɻ޻U@)h#h8B*CJOJQJ^JaJph#h?Qh85CJOJQJ^JaJ/h6<h85B*CJOJQJ\^JaJph,h6<h8B*CJOJQJ\^JaJph&hzh85CJOJQJ\^JaJ h85CJOJQJ\^JaJh8CJOJQJ^JaJ)h6<h8B*CJOJQJ^JaJphh85CJOJQJ^JaJ#h*trh85CJOJQJ^JaJa߅OPh"#?DEZ[Ȉۈ$$5$9DIfa$gdVgd8 hgd8 $h`ha$gd8 hgd8 & F* 8h`gd|h^hgd8gd8!#?CDEFGYZ~%&GHس{s{sfbSHS;bhd/h8OJQJ^Jhd/h8CJaJhd/h8B*CJaJphh8hd/h85B*phh8B*phh*trh8B*phh h85>*B*\phh85>*B*\phh*trh85>*B*\phh8CJOJQJ^JaJ,h?Qh85B*CJOJQJ^JaJph)h#h8B*CJOJQJ^JaJph#h8B*CJOJQJ^JaJph kdn$$Ifl\d ," L+ Q  t(0644 lap(ytV $5$9DIfgdV&EGHUe<kdp$$Ifl\d ," L+ Q t0644 laytV $$Ifa$gdV $IfgdV $5$9DIfgdVHUd׉؉5DfgƊNJBQstыҋ3BdeՌ"1STdsݍލ12Ra͎Ύ()4Cefuhd/h85CJaJhd/h8OJQJ^Jh8 hd/h85B*CJaJphSeՉ׉UH $5$9DIfgdVkdp$$Ifl\d ," L+ Q t0644 laytV $IfgdV׉؉^QHHH $IfgdV $5$9DIfgdVkdq$$Ifl\d ," L+ Q t0644 laytV5Edf^QHHH $IfgdV $5$9DIfgdVkd]r$$Ifl\d ," L+ Q t0644 laytVfgĊƊ^QHHH $IfgdV $5$9DIfgdVkds$$Ifl\d ," L+ Q t0644 laytVƊNJ^QHHH $IfgdV $5$9DIfgdVkds$$Ifl\d ," L+ Q t0644 laytVBRqs^QHHH $IfgdV $5$9DIfgdVkdt$$Ifl\d ," L+ Q t0644 laytVstϋы^QHHH $IfgdV $5$9DIfgdVkdYu$$Ifl\d ," L+ Q t0644 laytVыҋ[NEEE $IfgdV $5$9DIfgdVkdv$$Ifl4\d ," L+ Q t0644 laf4ytV3Cbd[NEEE $IfgdV $5$9DIfgdVkdv$$Ifl4\d ," L+ Q t0644 laf4ytVde[NEEE $IfgdV $5$9DIfgdVkdw$$Ifl4\d ," L+ Q t0644 laf4ytVՌ[NEEE $IfgdV $5$9DIfgdVkdgx$$Ifl4\d ," L+ Q t0644 laf4ytV"2QS[NEEE $IfgdV $5$9DIfgdVkd,y$$Ifl4\d ," L+ Q t0644 laf4ytVSTdt[NEEE $IfgdV $5$9DIfgdVkdy$$Ifl4\d ," L+ Q t0644 laf4ytVۍݍ[NEEE $IfgdV $5$9DIfgdVkdz$$Ifl4\d ," L+ Q t0644 laf4ytVݍލ/1[NEEE $IfgdV $5$9DIfgdVkd{{$$Ifl4\d ," L+ Q t0644 laf4ytV12Rb[NEEE $IfgdV $5$9DIfgdVkd@|$$Ifl4\d ," L+ Q t0644 laf4ytVˎ͎[NEEE $IfgdV $5$9DIfgdVkd}$$Ifl4\d ," L+ Q t0644 laf4ytV͎Ύ&([NEEE $IfgdV $5$9DIfgdVkd}$$Ifl4\d ," L+ Q t0644 laf4ytV()4Dce[NEEE $IfgdV $5$9DIfgdVkd~$$Ifl4\d ," L+ Q t0644 laf4ytVefu[NEEE $IfgdV $5$9DIfgdVkdT$$Ifl4\d ," L+ Q t0644 laf4ytVÏ[NEEE $IfgdV $5$9DIfgdVkd$$Ifl4\d ," L+ Q t0644 laf4ytV=>~ŐԐ"DEkzϑБВߒ-<^_ړ  (JKn}ϔޔ :;Raɕʕ!0RSqhd/h85B*phhd/h8OJQJ^Jhd/h85CJaJh8T,=[KKKK> $5$9DIfgdV$$5$9DIfa$gdVkdހ$$Ifl4\d ," L+ Q t0644 laf4ytV=>~* $5$9DIfgdVkd$$Ifl4\d ," L+ Q  t(0644 laf4p(ytV~ŐՐRE $5$9DIfgdVkdׂ$$Ifl4\d ," L+ Q t0644 laf4ytV $IfgdV#BDRE $5$9DIfgdVkd$$Ifl4\d ," L+ Q t0644 laf4ytV $IfgdVDEk{[NEEE $IfgdV $5$9DIfgdVkda$$Ifl4\d ," L+ Q t0644 laf4ytV͑ϑ[NEEE $IfgdV $5$9DIfgdVkd&$$Ifl4\d ," L+ Q t0644 laf4ytVϑБ[NEEE $IfgdV $5$9DIfgdVkd$$Ifl4\d ," L+ Q t0644 laf4ytV[NEEE $IfgdV $5$9DIfgdVkd$$Ifl4\d ," L+ Q t0644 laf4ytVВ[NEEE $IfgdV $5$9DIfgdVkdu$$Ifl4\d ," L+ Q t0644 laf4ytV-=\^[NEEE $IfgdV $5$9DIfgdVkd:$$Ifl4\d ," L+ Q t0644 laf4ytV^_[NEEE $IfgdV $5$9DIfgdVkd$$Ifl4\d ," L+ Q t0644 laf4ytVړ  [NEEE $IfgdV $5$9DIfgdVkdĉ$$Ifl4\d ," L+ Q t0644 laf4ytV  )HJ[NEEE $IfgdV $5$9DIfgdVkd$$Ifl4\d ," L+ Q t0644 laf4ytVJKn~[NEEE $IfgdV $5$9DIfgdVkdN$$Ifl4\d ," L+ Q t0644 laf4ytVϔߔ[NEEE $IfgdV $5$9DIfgdVkd$$Ifl4\d ," L+ Q t0644 laf4ytV 8:[NEEE $IfgdV $5$9DIfgdVkd،$$Ifl4\d ," L+ Q t0644 laf4ytV:;Rb[NEEE $IfgdV $5$9DIfgdVkd$$Ifl4\d ," L+ Q t0644 laf4ytVǕɕ[NEEE $IfgdV $5$9DIfgdVkdb$$Ifl4\d ," L+ Q t0644 laf4ytVɕʕ[NEEE $IfgdV $5$9DIfgdVkd'$$Ifl4\d ," L+ Q t0644 laf4ytV!1PR[NEEE $IfgdV $5$9DIfgdVkd$$Ifl4\d ," L+ Q t0644 laf4ytVRSq[NEEE $IfgdV $5$9DIfgdVkd$$Ifl4\d ," L+ Q t0644 laf4ytV&';Jlm՗*LM[j̘͘ݘ8GijkPٿ)hh8B*CJOJQJ^JaJph,hh85B*CJOJQJ^JaJphhh85h h85B*phhSUh85B*phh85B*phhd/h85CJaJh8hd/h8OJQJ^J1[NEEE $IfgdV $5$9DIfgdVkdv$$Ifl4\d ," L+ Q t0644 laf4ytV$&[NEEE $IfgdV $5$9DIfgdVkd;$$Ifl4\d ," L+ Q t0644 laf4ytV&';Kjl[NEEE $IfgdV $5$9DIfgdVkd$$Ifl4\d ," L+ Q t0644 laf4ytVlm[NEEE $IfgdV $5$9DIfgdVkdœ$$Ifl4\d ," L+ Q t0644 laf4ytV՗[NEEE $IfgdV $5$9DIfgdVkd$$Ifl4\d ," L+ Q t0644 laf4ytV+JL[NEEE $IfgdV $5$9DIfgdVkdO$$Ifl4\d ," L+ Q t0644 laf4ytVLM[k[NEEE $IfgdV $5$9DIfgdVkd$$Ifl4\d ," L+ Q t0644 laf4ytVʘ̘[NEEE $IfgdV $5$9DIfgdVkdٖ$$Ifl4\d ," L+ Q t0644 laf4ytV̘͘ݘ [NEEE $IfgdV $5$9DIfgdVkd$$Ifl4\d ," L+ Q t0644 laf4ytV8Hgi[NEEE $IfgdV $5$9DIfgdVkdc$$Ifl4\d ," L+ Q t0644 laf4ytVijk[VVVVVVM`gd8gd8kd($$Ifl4\d ," L+ Q t0644 laf4ytVəMq˚Edw؛ .@OPxy՜^gd8PSx/0FHIؠFҽvgvYN@N3hd/h85B*phh h85>*B*phh85>*B*phh~5h85>*B*phhB{h8OJQJ^JaJh8OJQJ^JaJh"h8OJQJ^JaJhxh85>*B*phhxh85>*OJQJ^Jhxh85>*h8)hh8B*CJOJQJ^JaJph/hh85B*CJOJQJ\^JaJph)h85B*CJOJQJ\^JaJph<~ŝCSyў5G]uʟܟ ^`gd8^gd8/0I(15G$$5$9DIfa$gdV hh^h`gd8  8dgd8gd8 0^`0gd8 $^a$gd8 FGHfjBCLM3Z[deΨϨب٨ڨܨߨU˷ܩܩܩ瞑tiaQhDh85OJQJ^JaJh8B*phh0dsh8B*phh0dsh8B*\phh*trh85>*B*\phh85>*B*\phh85>*B*phhd/h85>*CJaJ'hd/h85>*B*OJQJ^Jph!hd/h8B*OJQJ^Jphhd/h8CJaJhd/h85>*hd/h85>*B*phGHfg- $5$9DIfgdVkd$$Ifl\ I,"+    t(0644 lap(ytVghijCLo$5$7$8$9DH$If^ogdV $5$9DIfgdVLMu3[^U7* $5$9DIfgdV) ood$5$7$8$9DH$If^ogdV $IfgdVkd$$Ifl\ I,"+   t0644 laytV[deQH*) ood$5$7$8$9DH$If^ogdV $IfgdVkd$$Ifl\ I,"+   t0644 laytV $5$9DIfgdVϨب٨ڨUQL??L h^h`gd8gd8kd$$Ifl\ I,"+   t0644 laytV $5$9DIfgdVUӲԲ³ó & FPhd^hgd` gd8 gd8 Hgd8 gd8dgd8 gd8 & FQ h5$7$8$9DH$^`gd`  dgd8gd8 vwz{αϱ>bòŲDzȲԲֲײ79³óų«ӎyyyyyӎg#h?ih85CJOJQJ^JaJ)hDh8B* CJOJQJ^JaJphh85CJOJQJ^JaJh8CJOJQJ^JaJ,hDh85B* CJOJQJ^JaJph hDh8CJOJQJ^JaJ#hDh85CJOJQJ^JaJh8OJQJ^JaJhDh8OJQJ^JaJ(ųdz+Dy&(@FMzԻջ׻ڻ3567U׾پci~E￰|nhAYCJOJQJ^JaJh85CJOJQJ^JaJhAYOJQJ^JaJh85OJQJ^JaJh8OJQJ^JaJhDh8OJQJ^JaJhDh85OJQJ^JaJh8CJOJQJ^JaJ#hDh85CJOJQJ^JaJ hDh8CJOJQJ^JaJ+8%&ֻ׻23EF gd8  dgd8 hdgd8dgd8  hdgd8 0d^`gd8  dgd8 & F dgd|EFHIQUW!suw$OQnH}!"$QGJLn&Itvwy=Rh8OJQJ^JaJhDh85OJQJ^JaJh85OJQJ^JaJhDh8OJQJ^JaJOmniRfX !vvi  8dgd8  dgd8 & F dgd| & F dgd| & F dgd| & F dgd| & F dgd| & F dgd| & F dgd|dgd8  dgd8 HIuv ?@!"^_  hdgd8  dgd8  dgd8  dgd8dgd8  8dgd8Rmq>@ADX+  "#%?jn_`b "').2Vagsh85OJQJ^JaJhDh85OJQJ^JaJh8OJQJ^JaJhDh8OJQJ^JaJJ()bcHIx^gd8xgd8 d^`gd8 0d^`gd8 gd8  dgd8bcfIJ "F;;;͇͇͇͇͇r͇)hDh8B*CJOJQJ^JaJphh8CJOJQJ^JaJh8OJQJ^JaJhDh85OJQJ^JaJh85OJQJ^JaJhDh8OJQJ^JaJ hDh8CJOJQJ^JaJ#hDh85CJOJQJ^JaJh85CJOJQJ^JaJ, *+j$ & F 5$7$8$9DH$a$gd| $ a$gd8 gd8 s5$7$8$9DH$gd8 ^gd8<`<gd8 & F `gd|gd8jk67+,  h i   $ %  & F 85$7$9DH$^`gd| gd8 gd8gd8 $ a$gd8kpv58+. >H`k *,1KUmn  _ ` g i   z {   hXh8CJOJQJ^JaJ#hDh8CJOJQJ\^JaJh35CJOJQJ^JaJh8CJOJQJ^JaJ#hDh85CJOJQJ^JaJh85CJOJQJ^JaJ hDh8CJOJQJ^JaJ2   " @ J     , 5 S ]   H I ENkt?I056-.1489egilpqЩh85CJOJQJ^JaJhDh8B*ph#hDh85CJOJQJ^JaJ)h#h8B*CJOJQJ^JaJph hDh8CJOJQJ^JaJh8CJOJQJ^JaJ h?ih8CJOJQJ^JaJ8% ; <   M O   6 7    qq & F5$7$9DH$gd|^gd8 & F 85$7$9DH$gd| ^gd8 & F$5$7$9DH$gd| ^gd8 & F#5$7$9DH$gd|^gd8 & F"5$7$9DH$gd|gd8 ^`gd8  ST+,^_gd8 & F 85$7$9DH$gd|^gd8 ^`gd8 & F5$7$9DH$gd|^gd80167./fgv^gd8 ^`gd8 h^`hgd8 ^`gd8 88^8gd8^gd8 L^`Lgd8gd8gd8 & F5$7$9DH$gd|uy}~ JK`bcԽwj`h8OJQJ^Jh85>*OJQJ^Jh` Bh85CJ\aJh` Bh85CJaJh` Bh86CJ\aJh8B*phh %h8B*phhwh8B*phh8B*\phho5>*B*\phh85>*B*\ph hDh8CJOJQJ^JaJh8CJOJQJ^JaJvw  K & Fgd8h^hgd8 h^h`gd8^gd8 h^h`gd8 L^`Lgd8^gd8`abc$% $ hda$gdo$ hda$gd8gd8gd8gd8 & Fgd8c /tuw  $%)*+FUVWY_`fgmntu{|}ྷh8OJQJ^Jhuh8OJQJ^J!h9h8B*OJQJ^Jph hx=wh8hx=wh8OJQJ^Jhwh8B*phh8B*\phh85>*OJQJ^J#hsY8h85CJOJQJ^JaJ8 !./uvwxyz{|}$$5$7$8$9DH$Ifa$gdV$5$7$8$9DH$IfgdVh^hgd8$ hda$gd8$ hda$gdo}~Ff$$5$7$8$9DH$Ifa$gdVFf$5$7$8$9DH$IfgdV %*+FVXY`gnu|}FfƮFf:$$5$7$8$9DH$Ifa$gdV$5$7$8$9DH$IfgdVFf<   !&'7GIJNRFf޵FfR$$5$7$8$9DH$Ifa$gdV$5$7$8$9DH$IfgdV     !%&'7FGHJMNQRUVYZ]^_{   ȻȻȻh|h8OJQJ^Jh0h8OJQJ^Jhuh8OJQJ^J hx=wh8hx=wh8OJQJ^Jh8OJQJ^JJRVZ^_{Ff $IfgdV$5$7$8$9DH$IfgdVFfx$$5$7$8$9DH$Ifa$gdV          . ; > @ A E I M Q FfF $IfgdV$5$7$8$9DH$IfgdVFf$$5$7$8$9DH$Ifa$gdV             . 9 = > ? A D E H I L M P Q T U V q !!-!.!7!9!?!A!G!I!O!Q!W!Y!_!`!g!⻮h`Vh8CJaJh9h8B*CJaJphh8!h9h8B*OJQJ^Jphh8OJQJ\^JaJh85>*OJQJ^Jh|h8OJQJ^Jh0h8OJQJ^J hx=wh8h8OJQJ^Jhx=wh8OJQJ^J/Q U V W X Y Z [ \ ] ^ _ ` a b c p q  !!  hdgd8$ hda$gd8  dgd8Ff$$5$7$8$9DH$Ifa$gdV!!!!!!!!!!&!(!-!.!7!9!?!A!G!I!O!Q!W!Y!_!`!FfFf?$$5$7$8$9DH$Ifa$gdV$5$7$8$9DH$IfgdV`!g!i!o!q!w!y!!!!!!!!!!!!!!!!!!Ff$$5$7$8$9DH$Ifa$gdV $$Ifa$gdV$5$7$8$9DH$IfgdVg!i!n!o!q!v!w!y!~!!!!!!!!!!!!!!!!!!!!!!!!!""""v"w"}"~""ָŦ}x ho5hyAqh85>*OJQJ^Jh85OJQJ^Jh2Zh85OJQJ^J"hh85>*OJQJ^JaJhh8OJQJ^Jh85>*OJQJ^Jh8h8OJQJ^Jh`Vh8CJaJh8CJaJh`Vh8OJQJ^J)!!!!!!!!!!!!!!!!!!!!!!!!!!!!$ hda$gd8Ff[!!!!!!!!!!!!"""3"H"w"x"y"z"{"|"}"~""  hdgdo  hdgd8$ hda$gd8"""""""""""""""""###)#*# &$a$gdv* +@&gdv*$a$gdv*gdv*$ hda$gdo  hdgdo"""""""""""######'#üwk\UKA6h*trhv*5>*\h*trhv*5\hhv*5\ hv*5\hqhv*5:CJ\aJhv*5:CJ\aJ#hqhv*:CJOJQJ^JaJhv*:CJOJQJ^JaJ#hqhv*CJOJQJ\^JaJhqhv*5\hqhv*5 h*trhv*Hh*OJQJ^JaJ'#(#)#*### $9$c$@&A&R&S&d&&'(( )#)9)^)))))ҳģćvććććeN,h hv*5B*CJOJQJ^JaJph hqGihv*CJOJQJ^JaJ h+hv*CJOJQJ^JaJ h[;hv*CJOJQJ^JaJh*trhv*B*phh*trhv*5>*B*\ph h8khv*CJOJQJ^JaJhv*CJOJQJ^JaJ h@}Lhv*CJOJQJ^JaJhv*hgx0hv*5>*B*\phhv*5>*\*#@&A&R&S&))))++,,--(.).N.O.Y.05$9Dgdv* ^`gdv*gdv*gdv*$a$gdv* h^h`gdv*'gdv*gdv*)))****** +2+?+t+++++++,,7,M,V,z,---'.dzǔzczcXPXPXPXLhv*hv*B*phh*trhv*B*ph,hv*5>*CJOJPJQJ^JaJnHtH2h hv*5>*CJOJPJQJ^JaJnHtHhv*CJOJQJ^JaJ!hv*0J%5CJOJQJ^JaJ'h.hv*0J%5CJOJQJ^JaJ h.hv*CJOJQJ^JaJ#h.hv*CJOJQJ\^JaJ)h*trhv*5>*CJOJQJ\^JaJ'.).4.A.K.L.M.N.O.W.Y.].//// /?/g/////60800000000011ϽzhzhzhzhzhzhWWW hAhv*CJOJQJ^JaJ#hv*B*CJOJQJ^JaJph)hhv*B*CJOJQJ^JaJph hhv*CJOJQJ^JaJhv*CJOJQJ^JaJhv*5CJOJQJ^JaJ#hFphv*5CJOJQJ^JaJh*trhv*B*phhv*5>*B*\phh*trhv*5>*B*\phhv*B*ph"00111222R4S4u44445H5c5v556, & F/05$7$8$9DH$]0gdH$[$\$a$gdv*gdv* ^`gdv* [$\$gdv*5$9Dgdv* 0^`0gdv*11<1>1?1T1Y11111111 2&2u222222̺̬tcccQ@ hv*5CJOJQJ\^JaJ#hB-9hv*CJOJQJ\^JaJ h[;hv*CJOJQJ^JaJ,h hv*5B*CJOJQJ^JaJphhv*5CJOJQJ^JaJ#h9 hv*5CJOJQJ^JaJhv*B*OJQJ^Jph#hv*B*CJOJQJ^JaJph)hAhv*B*CJOJQJ^JaJph hAhv*CJOJQJ^JaJhv*CJOJQJ^JaJ2R4S46666677P7Q7i7j777777I8d88999999ǹppbUhv*5>*B*\phhv*CJOJQJ^JaJ#hB-9hv*5CJOJQJ^JaJ hB-9hv*CJOJQJ^JaJ&hB-9hv*5CJOJQJ\^JaJ#hB-9hv*CJOJQJ\^JaJhv*B*OJQJ^Jph!hv*hv*B*OJQJ^Jphhv*hv*CJOJQJhv*CJOJQJ^JaJhv*hv*OJQJ^J6=6b66667Q7j7777E8F8d8889999gdv*5$9Dgdv* [$\$gdv* & F/[$\$gdH, & F/05$7$8$9DH$]0gdH99999999:$;;;><I<<<V=a===K>N>v>w>x>y>|>>?-?.?`?j?????????@@=@H@@@@@@A$A.A:A;AsA}AAAAABB`BkBlBmBnBʼʼʼʼʼʼʼʼʼʪʼʼʼʼʼʼʼʼʼʼʼʼʼʼʼʼʼʼʼ#h_hv*5CJOJQJ^JaJhv*CJOJQJ^JaJ hOyhv*CJOJQJ^JaJhv*B*phhv*5>*B*\phh*trhv*5>*B*\phC99w>x>lBmBBBBDDDEEFF & FS h^`hgd` & FS 8h^hgd`h^hgdv*h`hgdv* h^h`gdv*gdv*gdv* & FR h^`gd` h^h`gdv*nBoBBBBBBBBBHCbCCCCCCDDDDDDǵuuuudPd>d#h_hv*CJOJQJ\^JaJ&hzhv*5CJOJQJ\^JaJ hv*5CJOJQJ\^JaJ hUhv*CJOJQJ^JaJhv*5CJOJQJ^JaJ#h*trhv*5CJOJQJ^JaJhv*CJOJQJ^JaJ#hUhv*5CJOJQJ^JaJ h*trhv*CJOJQJ^JaJh*trhv*B*phh*trhv*5>*B*\phhv*5>*B*\phDDDDDDDDDEEEEEEEEEEEEEE۸۸̃uduO*B*\phh*trhv*5>*B*\ph#hUhv*5CJOJQJ^JaJhv*CJOJQJ^JaJhv*5CJOJQJ^JaJ#hUhv*5CJOJQJ^JaJ hUhv*CJOJQJ^JaJ hRN=hv*CJOJQJ^JaJhv*CJOJQJ^JaJhv*5CJOJQJ^JaJFFFFFHH)H*H+H7H@HPHaH $5$9DIfgdV$$5$9DIfa$gdV$a$gdv*gdv* hgdv* gdv* +HaHbHfHgHhHkHlHmHpHqHrHHHHHHHHHHHII+Iھug]RDhC9>hv*OJQJ\^JhC9>hv*CJaJhC9>hv*5>*hC9>hv*5>*B*phhC9>hv*5B*phh~5hv*5>*B*phhv*5>*B*phhv*OJQJ^JaJhSUhv*5B*phhv*5B*phhv* hC9>hv*5B*CJaJph h[;hv*hC9>hv*B*CJaJph *hC9>hv* *hC9>hv*5B*phaHbHcHdH- $5$9DIfgdVkd$$Ifl\d ," L+ Q  t(0644 lap(ytVdHeHfHgHhHiHjHkHQkd$$Ifl\d ," L+ Q t0644 laytV $5$9DIfgdVkHlHmHnHoHpH^QQQQ $5$9DIfgdVkd$$Ifl\d ," L+ Q t0644 laytVpHqHrHHHHH[VVVI8 hh^h`gdv*  8dgdv*gdv*kdi$$Ifl4\d ," L+ Q t0644 laf4ytVHHHHHH$$5$9DIfa$gdV hh^h`gdv*HHII- $5$9DIfgdVkd.$$Ifl\I5,"d   t(0644 lap(ytV+I,I4I5I6IRIUIjIrIII!J#JJLLLLPLVLWLXL]L^LaLLL|NµӤƤƤәәәӏwgwWHhDhv*OJQJ^JaJhDhv*5OJQJ^JaJh*trhv*5>*B*\phhv*5>*B*\phhv*5>*B*phhC9>hv*5>*hC9>hv*B*ph hC9>hv*CJOJQJ^JaJhC9>hv*OJQJ^Jhv*hC9>hv*OJQJ^JhC9>hv*B*CJaJphhC9>hv*OJQJ\^JhC9>hv*5OJQJ\^JI5I6I7I8I9IQIRISITIUIjIkIlImInIoIpIqIrIII!J"J'$ o$5$7$8$9DH$If^oa$gdV $5$9DIfgdV $5$9DIfgdV"J#J$J%J}J~JJJKK]K^KKKKKKK $5$9DIfgdV' o$5$7$8$9DH$If^ogdV' ?o$5$7$8$9DH$If^ogdV'$ o$5$7$8$9DH$If^oa$gdVKKKKKLLLLLLL+L,L-L.L/LPLQLRLSLTLULVLWL $5$9DIfgdVWLXLYLZL[L\L]LLL^YYYYYLL h^h`gdv*gdv*kd\$$Ifl\I5,"d  t0644 laytVL{N|NQQUUVV;W^W^``````AaNaaabbbbbc`cjc@dFdddddddye|e}eeӵzzh`5OJQJ^JaJhv*CJOJQJ^JaJ hDhv*CJOJQJ^JaJh`5CJOJQJ^JaJ#hDhv*5CJOJQJ^JaJhv*OJQJ^JaJhDhv*OJQJ^JaJhDhv*5OJQJ^JaJhv*5OJQJ^JaJ0XXYY:^;^``bbddxeyeffkkl & F dgd| gdv*dgdv*  dgdv* 0d^`gdv*  dgdv*eeeeeeeeff=fffffffff9g@gbglggg9hchhhjjklmm4p5p9p:pgppprsssssssJxOxPxrx*zMzx{z{|{}{~{{{{{{{{{լhv*5OJQJ^JaJhv*hv*OJQJ^JaJh`5OJQJ^JaJhDhv*5OJQJ^JaJhv*OJQJ^JaJhDhv*OJQJ^JaJDlllvm{nmo5p6pssKxLxy{z{xx  dgdv*dgdv*  dgdv*  8dgdv* & F dgd| & F dgd| & F dgd| & F dgd| & F dgd| & F dgd| {{|||A}~~~~W~rv CGIJK`!4*,/0Juy܊݊jmnˍՎ3ȻȻջջջջջջȻh`5OJQJ^JaJhv*5OJQJ^JaJhDhv*5OJQJ^JaJhDhv*OJQJ^JaJhv*OJQJ^JaJJz{~~ DEFG+,ij9:  dgdv*  dgdv*  dgdv*8:?CgrxÑđƑ #$%&232456Nyz–חǵylylǵh`5OJQJ^JaJhv*5OJQJ^JaJhDhv*5OJQJ^JaJhv*CJOJQJ^JaJ hDhv*CJOJQJ^JaJ#hDhv*5CJOJQJ^JaJh`5CJOJQJ^JaJhv*5CJOJQJ^JaJhv*OJQJ^JaJhDhv*OJQJ^JaJ*12֕וxyvwgdv* & Fgd|^gdv*xgdv* d^`gdv* 0d^`gdv* gdv*  dgdv*חuw  (,F™wzzÝ֞מ؞ڞ۞ܞ6@Xc"$Ʒ򷨷ᖷh'iECJOJQJ^JaJ#hDhv*5CJOJQJ^JaJh`5CJOJQJ^JaJhv*5CJOJQJ^JaJhv*OJQJ^JaJhDhv*OJQJ^JaJ hDhv*CJOJQJ^JaJhv*CJOJQJ^JaJ5wמ؞z{#$gdv* & F0 ^`gdH gdv* gdv* gdv* s5$7$8$9DH$gdv* ^gdv* & F `gd|$%>HLVcdUV]_ʣpq 1;ʥ&/MW  $EF_hͻ͍͍͍͍͍͛|͍||͍͍͍͍͍͍|| h"b hv*CJOJQJ^JaJhv*CJOJQJ^JaJ hXhv*CJOJQJ^JaJhv*CJOJQJ\^JaJ#hDhv*CJOJQJ\^JaJ hDhv*CJOJQJ^JaJ#hDhv*5CJOJQJ^JaJhv*5CJOJQJ^JaJ,^_,-GI   5$7$9DH$gdv* & F$5$7$9DH$gd| ^gdv* & F#5$7$9DH$gd|^gdv* & F"5$7$9DH$gd| ^`gdv*gdv* & FV 5$7$9DH$gd` 34tuĩũƩǩgdv* 5$7$9DH$gdv* ^`gdv*^gdv* & F5$7$9DH$gd|^gdv* & FV5$7$9DH$gd`¨éũ5? ܮ߮  CEGJNOޯ߯SW[\Ⱥٺٺ٨ٺٺٺٺٺٺٺٺٺٺٺٺٺٺٺٺٺh5CJOJQJ^JaJhv*5CJOJQJ^JaJhDhv*B*ph#hDhv*5CJOJQJ^JaJhv*CJOJQJ^JaJ h"b hv*CJOJQJ^JaJ hDhv*CJOJQJ^JaJ)h#hv*B*CJOJQJ^JaJph2IJ9:    88^8gdv*^gdv* L^`Lgdv*gdv*gdv* ^`gdv*^gdv* & F5$7$9DH$gd|  DETU²ò۲ܲh^hgdv* h^h`gdv*^gdv* h^h`gdv* L^`Lgdv*^gdv*^gdv* ^`gdv* L^`Lgdv* h^`hgdv* ^`gdv*\òܲ\]^wx{-/ٶڶ'()ƼᇀvdUHHhv*5>*OJQJ^Jhv*5CJOJQJ^JaJ#hv*hv*5CJOJQJ^JaJhhv*6\ hhv*hhv*\hv*hv*B*phh[fhv*B*phhwhv*B*phhl@hv*B*phhv*B*\phhv*5>*B*\phhCJOJQJ^JaJhv*CJOJQJ^JaJ hDhv*CJOJQJ^JaJܲ]^xyz{-./ٶڶ()$ hda$gdv*gdv*gdv*^gdv*gdv*h^hgdv* & FWgd`)*,.02<AFKPQZcglx~FfmFf$$5$7$8$9DH$Ifa$gdV$5$7$8$9DH$IfgdV  hdgdv*)*PQҷstuøɸ˸ѸҸٸ۸ܸ޸߸ٿuhuhuh`uhuhv*CJaJh`Vhv*OJQJ^Jh`Vhv*CJaJh9hv*B*CJaJphhv*h%hv*5>*OJQJ^Jhv*5OJQJ\^JaJhv*OJQJ\^JaJhv*5>*OJQJ^Jhx=whv*OJQJ^J hx=whv*!h9hv*B*OJQJ^Jphh%hv*5OJQJ^J%$ hda$gdv*  dgdv*Ffk$$5$7$8$9DH$Ifa$gdV$5$7$8$9DH$IfgdV·÷ķѷҷ$ hda$gdv*tuwyFf$$5$7$8$9DH$Ifa$gdV$5$7$8$9DH$IfgdV$ hda$gdv*  hdgdv*øɸ˸ѸҸٸ۸ܸ޸߸Ffp$$5$7$8$9DH$Ifa$gdV $$Ifa$gdV$5$7$8$9DH$IfgdVFfb$$5$7$8$9DH$Ifa$gdV$ hda$gdv*Ff$$5$7$8$9DH$Ifa$gdV$$5$7$8$9DH$Ifa$gdV*9Dƹabcdo׮͔͡׃|lhP9,Hh*OJQJ^JaJhhWc9hv*5>*OJQJ^J hWc9hv* hWc9hv*CJOJQJ^JaJhEghv*OJQJ^JhPhv*OJQJ^J"hhv*5>*OJQJ^JaJhhv*OJQJ^Jhv*OJQJ^Jhv*5>*OJQJ^Jhv*h`Vhv*CJaJh`Vhv*OJQJ^J     )*D  hdgdv*$ hda$gdv*Źƹ-.UVijIJxygdv*  hdgdv*$ hda$gdv*gh89wxʿ˿ABabce  hdgd  hdgdv*gdv*efghijklmno,XYfg$a$gd mgd mgd8$ hda$gd  hdgd,VWXYefjk 0<]@Af]n 񹮝zllh mCJOJQJ^JaJh mCJOJQJ\^JaJ&h*trh m5CJOJQJ\^JaJ h*trh mCJOJQJ^JaJh*trh mB*phh*trh m5>*B*\phh mh m5>*\h*trh m5>*\ h m5\h*trh m5\ h*trh mhh '  ./rsgd m gd m & FX h^`gd` hgd m & FX h^`gd`gd m h^h`gd m "ns+,2oqrstwȮߌwgwgh*trh m5>*B*\phh m5>*B*\phh mB*phh*trh mB*ph,h m5>*CJOJPJQJ^JaJnHtH2h h m5>*CJOJPJQJ^JaJnHtHh mOJQJ^Jhh mOJQJ^Jh m h*trh m)h*trh m5>*CJOJQJ\^JaJ(deipq ()*ؾ󮣒p_WWWWWWWh mB*ph h m5>*CJOJQJ^JaJ&h*trh m5>*CJOJQJ^JaJh mCJOJQJ^JaJ h*trh mCJOJQJ^JaJh*trh mB*phhjh m5>*B*\phhX_h m5>*B*\phh mB*\phh m5B*\phh*trh m5>*B*\phh m5>*B*\ph"TUiq*+!hdd[$\$`hgd m h^h`gd mh^hgd m hdd[$\$`hgd mgd mgd m*+,-!FIfiI:;<>@HŴŴh mCJOJQJ^JaJ h*trh mCJOJQJ^JaJh mB*ph h m5>*CJOJQJ^JaJ&h*trh m5>*CJOJQJ^JaJhEh mB*CJaJphh mB*CJaJphh*trh mB*ph1;jz{78TU & F1 hh^hgdH h^h`gd mgd m & F2gdHh^hgd m ^`gd mhdd[$\$^hgd mIjy{ CQRUY+CGhpȽȵ|u|u|u|uddd h*trh mCJOJQJ^JaJ h*trh mh mh*trh m5B*phh m5>*B*\phh*trh m5>*B*\phht4Ch mB*phh mB*phh*trh mB*phh m5>*B*phh:4h m5>*B*phh mCJOJQJ^JaJ h|bh mCJOJQJ^JaJ'BCz{de}*TUVWXx56V & F4gd` & F2 hh^hgdH h^h`gd m hh^hgd mgd mh^hgd mgd mpzy{1;cdefgiyz|)*3ٽweS#h*trh mCJOJQJ\^JaJ#h*trh m5CJOJQJ^JaJ h m5CJOJQJ\^JaJ&h*trh m5CJOJQJ\^JaJ#hxh m5CJOJQJ^JaJh m5CJOJQJ^JaJ h h mCJOJQJ^JaJh*trh mB*phh mB*phh mCJOJQJ^JaJ h*trh mCJOJQJ^JaJ 3<BFR\grSXYu| (+62345679JU[̸ᩗ{qdqdqht.h m5B*phh m5B*phh m h*trh m hwh mCJOJQJ^JaJ#h7h m5CJOJQJ^JaJh m5CJOJQJ^JaJ&h*trh m5CJOJQJ\^JaJ)h*trh m5>*CJOJQJ\^JaJh mCJOJQJ^JaJ h*trh mCJOJQJ^JaJ&[]_|}~ ׽|m|m||h mCJOJQJ\^JaJ#hzh mCJOJQJ\^JaJ&hzh m5CJOJQJ\^JaJ h m5CJOJQJ\^JaJh mOJQJ^JhFjh mOJQJ^Jht.h m5B*phh mB*phh*trh mB*phh m5B*phht.h mB*ph%V}~klmnopqrstuvgd m hd^hgd mh^hgd mgd m h^h`gd m 9;<=ijlmv!"@A^߶Ζ{s{sfbSbSGSbSh mB*CJaJphhh mB*CJaJphh mhh m5B*phh mB*phh*trh mB*phh*trh m5>*B*\phh m5>*B*\ph$hgh m0JCJOJQJ^JaJ/jehgh mCJOJQJU^JaJ hzh mCJOJQJ^JaJh mCJOJQJ^JaJ#jh mCJOJQJU^JaJ! $5$9DIfgdH$$5$9DIfa$gdH!"/P- $5$9DIfgdHkd$$Ifl\ ," @ X  t(0644 lap(ytHP|@Qkd$$Ifl\ ," @ X t0644 laytH $5$9DIfgdH@A\^QQQQ $5$9DIfgdHkd$$Ifl\ ," @ X t0644 laytH^`'({|()_`rsȻșȃȃvvh)#h m5B*phh%`h mB*phh*trh mB*phh+h mB*phht.h m5B*phh m5B*phhSUh m5B*phh mB*phh mh mB*CJaJphhh mB*CJaJph hh mB*CJH*aJph)E{^QQQQQ $5$9DIfgdHkdH$$Ifl\ ," @ X t0644 laytH{|(^QQQQ $5$9DIfgdHkd $$Ifl\ ," @ X t0644 laytH()BPs^QQQQ $5$9DIfgdHkd $$Ifl\ ," @ X t0644 laytH^YYYYLCh^hgd m ^`gd mgd mkd $$Ifl\ ," @ X t0644 laytH  &UVn 7EFbdgd m h5$9D^hgd mh^hgd m $h^ha$gd m & FYgd`gd mh^hgd m   %&UVm67CEFHJapwyzɸӁtggZh m5>*B*\phh)#h m5B*phh?8h m5B*ph h h mCJOJQJ^JaJh+h mB*phht.h m5B*phh mCJOJQJ^JaJ h}/Ch mCJOJQJ^JaJh m5B*phhyrh m5B*phh mB*phhsh mB*phhsh m5B*ph690foɺrrcrrrNNNr)h[Xh mB* CJOJQJ^JaJphh m5CJOJQJ^JaJh mCJOJQJ^JaJ,h[Xh m5B* CJOJQJ^JaJph h[Xh mCJOJQJ^JaJ#h[Xh m5CJOJQJ^JaJh[Xh mOJQJ^JaJh[Xh m5OJQJ^JaJh mB*\phh m5>*B*\phh*trh m5>*B*\ph   ,-a & F[ ;hhdG$^hgd`dgd m  dG$gd m gd m Hgd m gd mdgd m gd m & FZ 5$7$8$9DH$^`gd` 1+89 *%hi $ N O P ʸ٪٘ٸ٪٪ً{l]Q]l{lQlQlh mOJQJ^JaJh/h mOJQJ^JaJh[Xh mOJQJ^JaJh[Xh m5OJQJ^JaJh m5OJQJ^JaJ#hsh m5CJOJQJ^JaJh mCJOJQJ^JaJ#h[Xh m5CJOJQJ^JaJh m5CJOJQJ^JaJ h[Xh mCJOJQJ^JaJ)h[Xh mB* CJOJQJ^JaJph$%      dgd mgd mdgd m & F[ ;0hd^hgd` 0d^`gd mP S         3V],9RU+4?c幧xh\jh m5OJQJ^JaJh mCJOJQJ^JaJ h[Xh mCJOJQJ^JaJ#h[Xh m5CJOJQJ^JaJh m5CJOJQJ^JaJh[Xh m5OJQJ^JaJh m5OJQJ^JaJh[Xh mOJQJ^JaJh mOJQJ^JaJ+/2.7eh   ) $$$$D%_%(($(J(o(((j*k*p*q*r**?+B+i,,1112222 3q4v4w4y4z4|445555555ҶҩҶҩҶҩҩҩҩh m5OJQJ^JaJh[Xh m5OJQJ^JaJh mOJQJ^JaJh[Xh mOJQJ^JaJh mB*OJQJ^JaJphh@ h mOJQJ^JaJBh  $$zz  8dgd m & F dG$gd m & F dG$gd m & F dG$gd m & F dG$gd m & F dG$gd m & F dG$gd m & F dG$gd mdgd m $((j*k*_,`,11222v4w4557788C;D;x<y<=  dgd m  dgd mdgd m  hdgd m57 7788888 9599999D;F;G;I;w;w<x<y<{<|<~<<==== >??;?C?I?U???z@@@@@AAiBjB񹧖h mCJOJQJ^JaJ h[Xh mCJOJQJ^JaJ#h[Xh m5CJOJQJ^JaJh m5CJOJQJ^JaJh mOJQJ^JaJh[Xh m5OJQJ^JaJh m5OJQJ^JaJh[Xh mOJQJ^JaJ/===y@z@iBjBDDDDQEREEEFFF*H+H<`<gd m & F `gd mgd m^gd mxgd m 0d^`gd m gd mdgd mjBlBoBBC CDD D%DDDRESEEEEEEF*H+HHHH&I.IBIJJJ÷÷èÅ÷Åt`&h[Xh m5CJOJQJ\^JaJ h m5CJOJQJ\^JaJ h[Xh mCJOJQJ^JaJ#h[Xh m5CJOJQJ^JaJh m5CJOJQJ^JaJh mOJQJ^JaJh[Xh mOJQJ^JaJh[Xh m5OJQJ^JaJh m5OJQJ^JaJhqh m5OJQJ^JaJ+HHH%I&IJJMMOORRwSy 5$7$8$9DH$gd m gd m h5$7$8$9DH$gd m gd m 5$7$8$9DH$gd m gd m & F 5$7$8$9DH$`gd mgd m & F `gd m JcKKK LLM1M4MFMKMQMXM\M^MaMjMMMMMMMM N N)NNNWNNNNNOOOOOOOOPϾnnnnnϬ#h mB*CJOJQJ^JaJph)h[Xh mB*CJOJQJ^JaJph,h[Xh m5B*CJOJQJ^JaJph#h[Xh m5CJOJQJ^JaJ h[Xh mCJOJQJ^JaJh m5CJOJQJ^JaJh mCJOJQJ\^JaJ#h[Xh mCJOJQJ\^JaJ)PPPQRRRRRFVHVMVUVX XXXa[s[[[\\\\\\\]]______``````-`M`Y`aazaaIbᝎ} hh mCJOJQJ^JaJh mCJOJQJ\^JaJ#h[Xh mCJOJQJ\^JaJ h[XhQCJOJQJ^JaJ#h[Xh m5CJOJQJ^JaJh m5CJOJQJ^JaJ h[Xh mCJOJQJ^JaJh mCJOJQJ^JaJ1wSxSTTTTGVHVYYZZ\\-_.___``gd m gd m gd m$ & F 5$7$8$9DH$a$gd m $ a$gd m`aaPbQbbbbbpcqc0d1dYdt ^gd m ^gd m5$7$9DH$^gd m ^`gd m & F\ 5$7$9DH$^`gd`gd m 5$7$9DH$gd m^gd m & F\ 5$7$9DH$^`gd` IbLbQbRbbbbbbbEcLcNcOc[cncpcuccdd/d0d@dJd}dddddddd"e*e|e}e~effffofqfff{h|h}hлᘍh[Xh mB*ph#h[Xh m5CJOJQJ^JaJ hm}zh mCJOJQJ^JaJ)hh mB*CJOJQJ^JaJph hn ^h mCJOJQJ^JaJ h[Xh mCJOJQJ^JaJh mCJOJQJ^JaJ0YdZddddd#e$e}e~e f!fpfqf 5$7$9DH$^gd m5$7$9DH$^`gd m ^gd m 5$7$9DH$gd m 5$7$9DH$^gd m^gd m5$7$9DH$^gd m^gd m qfffffgggghh|h}hhhij5k6kk^gd mgd m ^`gd m^gd m5$7$9DH$^gd mgd m & F\ 5$7$9DH$^`gd`}hhhhh!i"i#i/i0i1ikk2l3lyn{n\o^o_o`owoxoyooooop̻|r|dZKhh mB*CJaJphhh m5>*hh m5>*B*phh m5B*phhh m5B*phh~5h m5>*B*phh m5>*B*phh5>*B*phh mCJOJQJ^JaJ h[Xh mCJOJQJ^JaJ#h[Xh m5CJOJQJ^JaJh m5CJOJQJ^JaJ#hf5h m5CJOJQJ^JaJkk;ll?mzn{n]o^owoxooooo$$5$9DIfa$gdHgd m hh^h`gd m^gd m8^8gd m 8L^8`Lgd m`gd moopp+ $5$9DIfgdHkdD $$Ifl\:,"  t(0644 lap(ytHpppppqqqWqYq-r3rrr*B*CJaJphh mB*CJaJphh mB*phh m>*B*CJaJph hh m5B*CJaJph&hh mh$e5B*CJaJphhh mB*phh mCJaJhh mCJaJhh mB*CJaJphh mB*CJaJphh m5B*CJaJph%pqqqXqYqrrr*B*\phh~5h m5>*B*phhh m5>*h mB*CJaJph#hh m5>*B*CJaJphhh mB*CJaJphhh mB*CJaJphhh mB*ph(]w^w_w`wawbwwwwwwwwxxxxxxtxuxvxxxxxxxx $5$9DIfgdHxxxxxxxxxxxxxxxxxxxxxxxxyyyyy $5$9DIfgdHyyyyyyyyyy yOyPyQyRySyTyUyqyrysy $5$9DIfgdHsytyuyvywyxyyyzy{yYTGGGGGG h^h`gd mgd mkd $$Ifl\:," t0644 laytH{y|y}y~yyyyyyyyyyyy'zbzzzzz{{{{gd mgd m$a$gd m & Fgd mh^hgd m h^h`gd mzzzzzz{{{{{A~N~\~~~~~~~~~~~~~~~~ '(/0͹pcVVVVVVVVVhC]h mOJQJ^Jhy7h m5B*ph#hhh m5CJOJQJ^JaJh mOJQJ^Jh m5CJ\aJh` Bh m5CJ\aJ&hqh m5CJOJQJ\^JaJ&hqh m6CJOJQJ\^JaJh m5B*phh mB*phh= h mB*phh mB*\phhs8hh mB*ph!{{{{X}Y}A~B~C~D~E~F~G~H~I~J~K~L~M~N~[~\~~~~ @ L^@ `Lgd m ^ gd m$a$gd m$ hda$gd mgd m~~~<^}$o'Ldz hhd^hgd m & F hdgd m06=JKT_lmv~݁s?DEF„Äф݄ބ||h mCJOJQJ^JaJh mOJQJ^JaJhDh mOJQJ^JaJ hDh mCJOJQJ^JaJh m5OJQJ^Jhy7h mOJQJ^Jhy7h m5OJQJ^Jh m5>*OJQJ^JhC]h mOJQJ^Jh mOJQJ^J0rsgd m & F3gdH hhd^hgd m$ hda$gd m  hdgd msEF  gd m 5$7$8$9DH$gd m & F3 5$7$8$9DH$gdHgd m<`<gd m & F3 gdH„ÄЄф   $$5$7$8$9DH$Ifa$gdH$5$7$8$9DH$IfgdH$ hda$gd m ^gd m  gd m+,rsԅՅ߅*./3489=>BCDdfoptuyz~ˆhx=wh mOJQJ^J hx=wh m!h9h mB*OJQJ^Jphh mOJQJ^JO!&+,5>BGTZ`flrsFfy$5$7$8$9DH$IfgdHFf$$5$7$8$9DH$Ifa$gdHՅ(*/49>CDYFfFf$5$7$8$9DH$IfgdHFfw$$5$7$8$9DH$Ifa$gdHYdefkpuz$ hda$gd mFf&Ff#$$5$7$8$9DH$Ifa$gdH$5$7$8$9DH$IfgdH†ÆĆņƆdžȆɆʆˆ؆نlm  hdgd m$ hda$gd mˆ׆؆نkmÇɇʇчӇׇ؇ڇއ߇   ܾh mCJaJh`Vh mOJQJ^Jh`Vh mCJaJh9h mB*CJaJphh m!h9h mB*OJQJ^Jphh mOJQJ\^JaJh mOJQJ^Jhy7h m5OJQJ^Jh m5OJQJ^J6moq{}ÇɇʇFf0Ff+$$5$7$8$9DH$Ifa$gdH$5$7$8$9DH$IfgdHʇчӇׇ؇ڇއ߇Ff5$$5$7$8$9DH$Ifa$gdH $$Ifa$gdH$5$7$8$9DH$IfgdH    !"#$%$ hda$gd mFf9 $$Ifa$gdH$$5$7$8$9DH$Ifa$gdH%&'()*+,-./0123456789:;HI $h^ha$gd m$ hda$gd m;IȈʈЈ҈؈ڈ-.PQʼnƉމŰnaTaTaTaTaTaTh` )h mOJQJ^Jh`Vh mOJQJ^J h` )h mCJOJQJ^JaJh9h mB*CJaJph!h` )h mB*OJQJ^Jph!h9h mB*OJQJ^Jph)h` )h mB*CJOJQJ^JaJph!h;h mB*OJQJ^Jphhs8hh mB*phh mB*\phh m5OJQJ^Jh mOJQJ^J LjȈʈЈ҈؈ڈFf>$$5$7$8$9DH$Ifa$gdH$5$7$8$9DH$IfgdH!#vee$5$7$8$9DH$IfgdHpkdG$$Ifl0 #0#644 lap ytH$$5$7$8$9DH$Ifa$gdHFfD #')-.<=@ADEHILMPQqrvw{|Ff(O$5$7$8$9DH$IfgdHFfyJ$$5$7$8$9DH$Ifa$gdHFfX $$Ifa$gdH$5$7$8$9DH$IfgdHFfS$$5$7$8$9DH$Ifa$gdH‰ÉʼnƉωЉ҉ӉՉ։؉ىۉ܉މ߉Ffa $$Ifa$gdH$5$7$8$9DH$IfgdHFf5]$$5$7$8$9DH$Ifa$gdHމ߉-.>?abz{ȊɊ@rNj+, BOQŏƏԏՏ/K۹۹ۙh m hY&h mhh m5\h mB*phh|1h m5OJQJ^Jh mOJQJ^Jh|1h mOJQJ^Jh= h mB*phh mB*\phh m5OJQJ^Jh` )h mOJQJ^Jh`Vh mOJQJ^J4    FfBk $$Ifa$gdH$5$7$8$9DH$IfgdHFff$$5$7$8$9DH$Ifa$gdH!"%&)*-.456789:;<=>?Fft$5$7$8$9DH$IfgdHFfo$$5$7$8$9DH$Ifa$gdH $$Ifa$gdH?UVYZ[\]^_`abhijknorsvwzFfOy$$5$7$8$9DH$Ifa$gdH $$Ifa$gdH$5$7$8$9DH$IfgdHz{veeY $$Ifa$gdH$5$7$8$9DH$IfgdHpkd$$IflJ0 #0#644 lap ytH$$5$7$8$9DH$Ifa$gdHFf} ĊŊȊɊʊˊ̊͊ΊϊЊъҊӊԊՊ֊׊؊ي$ hda$gd mFf?$$5$7$8$9DH$Ifa$gdH @, hhd^hgd m & F hdgd m hhd^hgd m  hdgd m $h^ha$gd mŒÌČŌƌnjȌɌʌˌ̌͌ΌόЌьҌӌԌ  hdgd mԌՌ   cwkd$$Ifl!,"  t 0644 lap ytH $IfgdH $h^ha$gd m$ hda$gd m  %[ $IfgdHhkd$$Ifl!," t0644 laytH[\jvqhhh $IfgdHkd$$IflF ! p5 t06    44 laytHqhh $IfgdHkd·$$IflF ! p5 t06    44 laytHčύWXw~~~~~~~~~~ $IfgdHwkd$$Ifl!,"  t 0644 lap ytH wxqh $IfgdHkd!$$IflF ! p5 t06    44 laytHЎ $IfgdHhkdʉ$$Ifl!," t0644 laytHЎюێ qhhh $IfgdHkdG$$IflF ! p5 t06    44 laytH  !Aqhhh $IfgdHkd$$IflF ! p5 t06    44 laytHABPQqhhh $IfgdHkd$$IflF ! p5 t06    44 laytHŏqhhh $IfgdHkdP$$IflF ! p5 t06    44 laytHŏƏӏԏqhh $IfgdHkd$$IflF ! p5 t06    44 laytHԏՏ~ $IfgdHwkd$$Ifl!,"  t 0644 lap ytH $IfgdHhkdZ$$Ifl!," t0644 laytH -qhhh $IfgdHkd׎$$IflF ! p5 t06    44 laytH-./JKqhhh $IfgdHkd$$IflF ! p5 t06    44 laytHKLM~ $IfgdHwkd7$$Ifl!,"  t 0644 lap ytHMNWcא $IfgdHhkdӐ$$Ifl!," t0644 laytHאؐqhhh $IfgdHkdP$$IflF ! p5 t06    44 laytH !qhhh $IfgdHkd$$IflF ! p5 t06    44 laytH!":;VWqxۑݑ 12Y[ghstޒ<=Z\yzɓʓΓϓ1234ϸhWhy7h m5OJQJ^J,jh m5OJQJU^JhmHnHuh m5OJQJ^J hAh mhh m5;h m hY&h mhh m5\A!";Wrstuvw~~~~~~~~ $IfgdHwkd$$Ifl!,"  t 0644 lap ytH wxqhhhh $IfgdHkd>$$IflF ! p5 t06    44 laytHܑKBBB $IfgdHkd$$IflF ! p5  t06    44 lapytHܑݑqhhh $IfgdHkd$$IflF ! p5 t06    44 laytH 2Zqhhh $IfgdHkd$$IflF ! p5 t06    44 laytHZ[htqhhh $IfgdHkdW$$IflF ! p5 t06    44 laytHߒqhhh $IfgdHkd$$IflF ! p5 t06    44 laytHߒqhhh $IfgdHkdŗ$$IflF ! p5 t06    44 laytH<=[qhhh $IfgdHkd|$$IflF ! p5 t06    44 laytH[\yzqhhh $IfgdHkd3$$IflF ! p5 t06    44 laytHqhhh $IfgdHkd$$IflF ! p5 t06    44 laytHqhhh $IfgdHkd$$IflF ! p5 t06    44 laytHqhhh $IfgdHkdX$$IflF ! p5 t06    44 laytHʓϓ~~~ $IfgdHwkd$$Ifl!,"  t 0644 lap ytHqbbbbbbbbbb$ hda$gd mkd$$IflF ! p5 t06    44 laytH       !$ hda$gd m!"#-./01356789:;<=>?`acgdTgdW$ hda$gdW  hdgdWgd m$ hda$gd m45?`bd*+,9VYߖ|n|n|n|n|WC&hTCJOJPJQJ^JaJnHtH,hFphTCJOJPJQJ^JaJnHtHhTCJOJQJ^JaJ h"$hTCJOJQJ^JaJhThT5>*\h*trhT5>*\ hT5\h*trhT5\ h*trhThW,Hh*OJQJ^JaJHh*c+,ߖWUVWXYZgh)dgdTgdT h^h`gdTgdTgdT$a$gdTWXh TXYZhi .69=@P`twõõõõÞweTTTTTTe h"$hTCJOJQJ^JaJ#h"$hTCJOJQJ\^JaJ#hShTCJOJQJ\^JaJ)h*hT5>*CJOJQJ\^JaJ,h*hTCJOJPJQJ^JaJnHtHhTCJOJQJ^JaJ h*hTCJOJQJ^JaJ h.tthTCJOJQJ^JaJh*trhTB*phh*trhT5>*B*\phwÞʞܞ6PY}ѠY[ṟ}k\J\J#hDhTCJOJQJ\^JaJhTCJOJQJ\^JaJ#h%hTCJOJQJ\^JaJ h*trhThTCJaJhTB*phh*trhTB*ph2h hT5>*CJOJPJQJ^JaJnHtH,hT5>*CJOJPJQJ^JaJnHtH h7:hTCJOJQJ^JaJhTCJOJQJ^JaJ h$|hTCJOJQJ^JaJY\&'ӢVWXs $h^ha$gdTh^hgdT;^;gdT^gdT ^`gdT 5$7$8$9DH$gdTgdTgdT[\gt~ʡ̡$%'ӢTUXϽ{fT#hTB*CJOJQJ^JaJph)h9 hTB*CJOJQJ^JaJph#h9 hT5CJOJQJ^JaJ h/hTCJOJQJ^JaJ hrhTCJOJQJ^JaJhTCJOJQJ^JaJ#hFphT5CJOJQJ^JaJh*trhTB*phhT5>*B*\phh*trhT5>*B*\phhTB*phXst|ܣ  PQRSvw#2Udƥ<ŧɧҧӧ[ɸɸɸɸɸɸɸɸɸɸɧqqqqqq hOyhTCJOJQJ^JaJhTB*phh*trhT5>*B*\phhT5>*B*\ph hrGhTCJOJQJ^JaJ hrhTCJOJQJ^JaJhTCJOJQJ^JaJ#hTB*CJOJQJ^JaJph,h-hT5B*CJOJQJ^JaJph,stݣޣQRSvw%&WXgdT $h^ha$gdTgdT;^;gdT & F6gd`h^hgdTծ/0Pбh`hgdTh^hgdTh`hgdT h^h`gdTgdT & F] h^`gd`gdT & F] h^`gd` h^h`gdT[fɨӨs~˩թhkϪ0GHΫث'1]h %0R\hi­í̭67byԹ h*trhTCJOJQJ^JaJh*trhTB*phh*trhT5>*B*\phhT5>*B*\ph hOyhTCJOJQJ^JaJhTCJOJQJ^JaJ@îԮծï-.01MSȰװ!Cα;߭߭߭ߊߊߊߊߊߊ߃tj]ht.hT5B*phhT5B*phh=QhTCJaJhT h*trhT hwhTCJOJQJ^JaJ#h7hT5CJOJQJ^JaJ hUhTCJOJQJ^JaJhT5CJOJQJ^JaJ#h*trhT5CJOJQJ^JaJhTCJOJQJ^JaJ#hUhT5CJOJQJ^JaJ αϱӱ׳۳µǵ  &89ABC˾˾˾˾˾˭ufufuuhTCJOJQJ\^JaJ#hzhTCJOJQJ\^JaJ#h_hTCJOJQJ\^JaJ&hzhT5CJOJQJ\^JaJ hT5CJOJQJ\^JaJhFjhTOJQJ^JhTOJQJ^Jht.hT5B*phhT5B*phhTB*phh*trhTB*ph#µõ?@AB|ǺȺԺgdT 5$7$8$9DH$gdT;^;gdT & F* hh^`hgdTh`hgdTgdT  dgdTCFGӶԶ <=BCz{|U_ͻqbPbP???? h+hTCJOJQJ^JaJ#h+hT5CJOJQJ^JaJhT5CJOJQJ^JaJ$hvhT0JCJOJQJ^JaJ/jThvhTCJOJQJU^JaJ h$xhTCJOJQJ^JaJhTCJOJQJ^JaJ#jhTCJOJQJU^JaJhTCJOJQJ\^JaJ hT5CJOJQJ\^JaJ#h$xhTCJOJQJ\^JaJƺȺɺʺ̺ӺԺ"#9:@ƴƴ򓆓~s~fbWHWh hTB*CJaJphh hTCJaJhTh hT5B*phh*trhTB*phhTB*phhT5>*B*\phh*trhT5>*B*\ph hrGhTCJOJQJ^JaJ#h/hT5CJOJQJ^JaJhT5CJOJQJ^JaJhTCJOJQJ^JaJhT5CJOJQJ^JaJhTCJOJQJ^JaJ" $5$9DIfgd`$$5$9DIfa$gd`"#:]- $5$9DIfgd`kd}$$Ifl\d ," L+ Q  t(0644 lap(yt`@A\ڼ+,-pýڽ۽ܽ  ^eg xy˾˾˱ՠՊzumhTB*ph hT5hxhT5h_-hT5hl:hT5hTCJOJQJ^JaJ h_hTCJOJQJ^JaJht.hT5B*phhSUhT5B*phhT5B*phhTh hTB*CJaJphh hTCJaJh hTCJH*aJ(]ۼ+,Qkd$$Ifl\d ," L+ Q t0644 layt` $5$9DIfgd`,-=p[NNNN $5$9DIfgd`kdx$$Ifl4\d ," L+ Q t0644 laf4yt`½ý۽ܽ[VVVVI 80^8`0gdTgdTkd=$$Ifl4\d ," L+ Q t0644 laf4yt` \] qrʿ˿ֿ߿$$5$9DIfa$gd` hh^h`gdTgdT 0^`0gdT^gdTh^hgdT^gdT 0^`0gdTȿʿ˿67NOPoprsuxp`S`hT5OJQJ^JaJhDhT5OJQJ^JaJhTB*phh*trhT5>*B*\phhT5>*B*\phh hTB*CJaJphh hT5>*OJQJ^Jh hTOJQJ^Jh hT5>*h hT5>*B*phh hT5B*phh~5hT5>*B*phhT5>*B*ph߿kd$$Ifl\$ >/"    t(0"44 lap(yt`$$5$9DIfa$gd`qr%&'56 $5$9DIfgd`$5$7$8$9DH$Ifgd` $Ifgd`67XYZ_VVVVVE$5$7$8$9DH$Ifgd` $Ifgd`kd-$$Ifl\$ >/"   t0"44 layt`"#OP^_`no $5$9DIfgd` $Ifgd`$5$7$8$9DH$Ifgd` opqr_ZZMZBB  dgdT h^h`gdTgdTkd$$Ifl\$ >/"   t0"44 layt`dmHQYZy|«ŽyyyyӎӎŽӎ)hDhTB* CJOJQJ^JaJphhT5CJOJQJ^JaJhTCJOJQJ^JaJ,hDhT5B* CJOJQJ^JaJph hDhTCJOJQJ^JaJ#hDhT5CJOJQJ^JaJhTOJQJ^JaJhDhTOJQJ^JaJ/ & F_ ;hhd^hgd`  dgdT gdT gdT HgdT gdTdgdT gdT & F^ h5$7$8$9DH$^`gd` \ffs;\jVb²²²²hTOJQJ^JaJhDhTOJQJ^JaJhDhT5OJQJ^JaJhT5OJQJ^JaJ#hDhT5CJOJQJ^JaJhTCJOJQJ^JaJ hDhTCJOJQJ^JaJ5kl-. gdT  dgdTdgdT  dgdT 0d^`gdT 0d^`gdT7>n#*-12LFEF01{EF 9:ͿͰhTOJQJ^JaJhT5OJQJ^JaJhDhT5OJQJ^JaJhDhTOJQJ^JaJhTCJOJQJ^JaJ hDhTCJOJQJ^JaJ#hDhT5CJOJQJ^JaJhT5CJOJQJ^JaJ5.IJFG12FG}} hd^`hgdT & F dgdT & F dgdT & F dgdT & F dgdT d^gdT & F dgdTdgdT  dgdT G :;yz12{|  dgdT  dgdTdgdT  dgdT  8dgdT & F dgdT 8d^8gdT & F dgdT  6:Py}~056XJN{|~02SUWjǷⷨǨǨǨh~hTOJQJ^JaJh~hT5OJQJ^JaJhTOJQJ^JaJhDhTOJQJ^JaJhT5OJQJ^JaJhDhT5OJQJ^JaJBRS34cdIJ   ` a   u gdT  dgdTdgdT  dgdT-/478:;GMOdghjk|DFJMNPQi68           ^ a c e g h }      ; A K  h~hTOJQJ^JaJhT5OJQJ^JaJhDhT5OJQJ^JaJhDhTOJQJ^JaJhTOJQJ^JaJE       Mcgnvwvxz|}"#   L^x 2  ͿͰͰͰͿhTOJQJ^JaJhT5OJQJ^JaJhDhT5OJQJ^JaJhDhTOJQJ^JaJhTCJOJQJ^JaJ hDhTCJOJQJ^JaJhT5CJOJQJ^JaJ#hDhT5CJOJQJ^JaJ5uv]^   gdT & F 5$7$8$9DH$`gdT<`<gdT & F `gdTgdT^gdTxgdT 0d^`gdT  dgdT &VW2yz ! $ % ' ( - V v !!""n"q"%%%ͿͿͿͿͿͮͿrrͿͿͿͿͿ#h%hT5CJOJQJ^JaJ)hDhTB*CJOJQJ^JaJph)hhTB*CJOJQJ^JaJph hhTCJOJQJ^JaJhTCJOJQJ^JaJ hDhTCJOJQJ^JaJ#hDhT5CJOJQJ^JaJhT5CJOJQJ^JaJ, WPQ ! v ""{#gdT$ & F 5$7$8$9DH$a$gdT $ a$gdT gdT 5$7$8$9DH$gdT gdT 5$7$8$9DH$gdT{#|#@%A% ' '**+*"+#+l+m++,,)-*-@-A- ^`gdo|m 8^gdo|m^gdT & F` 85$7$9DH$^`gd`gdT gdT gdT%%y&{& ' ' ''''''(','**)*+*.*/*2*L*V*Z*d*q*r***!+"+c+d+++-#-E-O-----:.C.a.k../8/~00οܞ~ hXhTCJOJQJ^JaJhTCJOJQJ\^JaJ#hDhTCJOJQJ\^JaJht5CJOJQJ^JaJhT5CJOJQJ^JaJhTCJOJQJ^JaJ hDhTCJOJQJ^JaJ#hDhT5CJOJQJ^JaJ1A---[.].//G/H///////?0@0 ^`gdT & F5$7$9DH$gdT^gdT & F` 85$7$9DH$^8gd` ^gdT ^gdT^gdT & F5$7$9DH$gdT000%1.111P2R222w4x4y4{4|4}44445555667777777777-8.838488898=8>88888D9E999c;d;e;;;ᦙhTB*\phhT5>*B*\phh,hTB*phho|m5CJOJQJ^JaJhT5CJOJQJ^JaJ#hDhT5CJOJQJ^JaJhTCJOJQJ^JaJ hDhTCJOJQJ^JaJ8@000L1M122Q2R2r2s222333344x4y4 ^`gdTgdT & F` 85$7$9DH$^`gd` 5$7$9DH$gdT^gdT & F5$7$9DH$gdTy444556617277777689888D9E9d;e; 0gdT^gdT L^`LgdT^gdTh^hgdT hL^h`LgdTgdTe;f;g;h;i;j;k;l;m;n;o;p;q;r;s;t;u;v;w;x;y;z;{;;;;; & FgdTh^hgdT h^h`gdT;;;<< <9<:<;<d<e<f<g<h<<<==????@@!@G@H@@@ȬtggVOVO hx=whT!h9hTB*OJQJ^JphhT5>*OJQJ^Jh~W3hT5>*OJQJ^JhT5CJOJQJ^JaJ hT5\h~W3hT5\h~W3hT5h~W3hT6\h9dchTB*ph hrhThOhTB*phhThTB*phhTB*\phhwhTB*phhl@hTB*ph;< <:<;<e<f<g<h<<<====>>?????????  hdgdTgdTgdTgdT & FgdT???????@ @!@#@%@'@)@3@8@=@B@G@H@Q@Ff$$5$7$8$9DH$Ifa$gd`$5$7$8$9DH$Ifgd`h^hgdT$ hda$gdT  hdgdTQ@Z@^@c@o@u@{@@@@@@@@@@@@@@@@/A?AUAFfFfe$$5$7$8$9DH$Ifa$gd`$5$7$8$9DH$Ifgd`@@@@@@@@@@@@@@@@@@@@@.A/A>A?A@ATAUAXAYA]A^AbAcAgAhAlAmAqArAsAAA1B2B3B]B^BǺNJhT!h9hTB*OJQJ^Jphh hT5>*OJQJ^JhT5OJQJ\^JaJhTOJQJ\^JaJhT5>*OJQJ^J hx=whThhT5OJQJ^Jhx=whTOJQJ^JhTOJQJ^J/UAVAYA^AcAhAmArAsAtAuAvAwAxAyAzA{A|A}A~AAAAAAA$ hda$gdTFf$$5$7$8$9DH$Ifa$gd`AAAAAAAAAAAAAAAAAA2B3B5B7BAB$$5$7$8$9DH$Ifa$gd`$5$7$8$9DH$Ifgd`  hdgdT$ hda$gdTABCBHBJBOBQBVBXB]B^BgBiBoBqBwByBBBBBBBBBBFf&$5$7$8$9DH$Ifgd`FfE$$5$7$8$9DH$Ifa$gd`^BgBiBoBqBwByBBBBBBBBBBBBBBBBBBBBBBBBCC*C+CۻۮuhhhTOJQJ^JhhT5>*OJQJ^J"hhT5>*OJQJ^JaJhhTOJQJ^JhTOJQJ^JhT5>*OJQJ^JhTCJaJh`VhTOJQJ^Jh`VhTCJaJhT!h9hTB*OJQJ^Jphh9hTB*CJaJph!BBBBBBBBBBBBBBBBBBBBBBFfJ$5$7$8$9DH$Ifgd`Ff}$$5$7$8$9DH$Ifa$gd`$$5$7$8$9DH$Ifa$gd`BBBBBBBBBBBBBBBBBBBBBBBBBBBBB$ hda$gdTBBBBBBBBBBBBCC*C+C9CKC $Ifgd`gdT$ hda$gdTKCLCUCwC{rr $Ifgd`kd $$IfT0c 0f634a?byt`TwCxCyCCCCC{vvvmm $Ifgd`gdTkd$$IfT0c 0f634a?byt`T+CxCyCCCDDDDDDEEKELErEsEEEEEFF*OJQJ^JhhT5>*OJQJ^JhhTOJQJ^J)hhTB*CJOJQJ^JaJphLCCCC{rr $Ifgd`kd$$IfT0c 0f634a?byt`TCCCC{rr $Ifgd`kdL$$IfT0c 0f634a?byt`TCCC D{rr $Ifgd`kd $$IfT0c 0f634a?byt`T D DD&D{rr $Ifgd`kd$$IfT0c 0f634a?byt`T&D'D/DPD{rr $Ifgd`kd$$IfT0c 0f634a?byt`TPDQDYDkD{rr $Ifgd`kdP$$IfT0c 0f634a?byt`TkDlDtDD{rr $Ifgd`kd$$IfT0c 0f634a?byt`TDDDDDDD{vvvmm $Ifgd`gdTkd$$IfT0c 0f634a?byt`TDDDE{rr $Ifgd`kd$$IfT0;b 0634a?byt`TEE!EKE{rr $Ifgd`kdT$$IfT0;b 0634a?byt`TKELEZErE{rr $Ifgd`kd$$IfT0;b 0634a?byt`TrEsEEE{rr $Ifgd`kd$$IfT0;b 0634a?byt`TEEEE{rr $Ifgd`kd$$IfT0;b 0634a?byt`TEEEF{rr $Ifgd`kdX$$IfT0;b 0634a?byt`TFF$F*OJQJ^JhrhT5>*OJQJ^JhrhTOJQJ^JhT5OJQJ^Jh.hT5OJQJ^JhT5>*OJQJ^JhThhT5>*OJQJ^JhTOJQJ^J)hhTB*CJOJQJ^JaJphhhTOJQJ^J'}K~KKK{rr $Ifgd`kdt$$IfT0f 0f634abyt`TKKKL{rr $Ifgd`kd5$$IfT0f 0f634abyt`TLL"LXL{rr $Ifgd`kd$$IfT0f 0f634abyt`TXLYLlLL{rr $Ifgd`kd$$IfT0f 0f634abyt`TLLLL{rr $Ifgd`kdx$$IfT0f 0f634abyt`TLLLM{rr $Ifgd`kd9$$IfT0f 0f634abyt`TMM2MhM{rr $Ifgd`kd$$IfT0f 0f634abyt`ThMiM}MM{rr $Ifgd`kd$$IfT0f 0f634abyt`TMMMM{rr $Ifgd`kd|$$IfT0f 0f634abyt`TMMMN{rr $Ifgd`kd=$$IfT0f 0f634abyt`TNN(N\N{rr $Ifgd`kd$$IfT0f 0f634abyt`T\N]NqNN{rr $Ifgd`kd$$IfT0f 0f634abyt`TNNNN{rr $Ifgd`kd$$IfT0f 0f634abyt`TNNNO{rr $Ifgd`kdA$$IfT0f 0f634abyt`TO OORO{rr $Ifgd`kd$$IfT0f 0f634abyt`TROSOgOO{rr $Ifgd`kd$$IfT0f 0f634abyt`TOOOO{rr $Ifgd`kd$$IfT0f 0f634abyt`TOOOO{rr $Ifgd`kdE$$IfT0f 0f634abyt`TOOOP{rr $Ifgd`kd$$IfT0f 0f634abyt`TPP*PLP{rr $Ifgd`kd$$IfT0f 0f634abyt`TLPMPdPvP{rr $Ifgd`kd$$IfT0f 0f634abyt`TvPwPPP{rr $Ifgd`kdI$$IfT0f 0f634abyt`TPPPP{rr $Ifgd`kd $$IfT0f 0f634abyt`TPPP-Q{rr $Ifgd`kd$$IfT0f 0f634abyt`T-Q.QBQ^Q{rr $Ifgd`kd$$IfT0f 0f634abyt`T^Q_QsQQ{rr $Ifgd`kdM$$IfT0f 0f634abyt`TQQQQ{rr $Ifgd`kd$$IfT0f 0f634abyt`TQQQR{rr $Ifgd`kd$$IfT0f 0f634abyt`TRR R.R/RBR_R{vvvmm $Ifgd`gdTkd$$IfT0f 0f634abyt`T_R`RrRR{rr $Ifgd`kdQ$$IfT0B>c 0f634a~byt`TRRRR{rr $Ifgd`kd$$IfT0B>c 0f634a~byt`TRRRS{rr $Ifgd`kd$$IfT0B>c 0f634a~byt`TSS'SDS{rr $Ifgd`kd$$IfT0B>c 0f634a~byt`TDSESWSS{rr $Ifgd`kdU$$IfT0B>c 0f634a~byt`TSSSS{rr $Ifgd`kd$$IfT0B>c 0f634a~byt`TSSSSSSS{vvvmm $Ifgd`gdTkd$$IfT0B>c 0f634a~byt`TSSTT{rr $Ifgd`kd$$IfT0c 0f634a?byt`TTT*T]T{rr $Ifgd`kdY$$IfT0c 0f634a?byt`T]T^ThTT{rr $Ifgd`kd$$IfT0c 0f634a?byt`TTTTT{rr $Ifgd`kd$$IfT0c 0f634a?byt`TTTTU{rr $Ifgd`kd $$IfT0c 0f634a?byt`TUU"U=U{rr $Ifgd`kd] $$IfT0c 0f634a?byt`T=U>UKUZU{rr $Ifgd`kd $$IfT0c 0f634a?byt`TZU[UdUU{rr $Ifgd`kd $$IfT0c 0f634a?byt`TUUUU{rr $Ifgd`kd $$IfT0c 0f634a?byt`TUUUU{rr $Ifgd`kda $$IfT0c 0f634a?byt`TUUU,V{rr $Ifgd`kd"$$IfT0c 0f634a?byt`T,V-V4V`V{rr $Ifgd`kd$$IfT0c 0f634a?byt`T`VaVqVV{rr $Ifgd`kd$$IfT0c 0f634a?byt`TVVVV{rr $Ifgd`kde$$IfT0c 0f634a?byt`TVVVW{rr $Ifgd`kd&$$IfT0c 0f634a?byt`TWW2W]W{rr $Ifgd`kd$$IfT0c 0f634a?byt`T]W^WiWW{rr $Ifgd`kd$$IfT0c 0f634a?byt`TWWWW{rr $Ifgd`kdi$$IfT0c 0f634a?byt`TWWWW{rr $Ifgd`kd*$$IfT0c 0f634a?byt`TWWWX{rr $Ifgd`kd$$IfT0c 0f634a?byt`TXX&XJX{rr $Ifgd`kd$$IfT0c 0f634a?byt`TJXKXXXX{rr $Ifgd`kdm$$IfT0c 0f634a?byt`TXXXX{rr $Ifgd`kd.$$IfT0c 0f634a?byt`TXXXX{rr $Ifgd`kd$$IfT0c 0f634a?byt`TXXY#Y{rr $Ifgd`kd$$IfT0c 0f634a?byt`T#Y$Y*YPY{rr $Ifgd`kdq$$IfT0c 0f634a?byt`TPYQY[YY{rr $Ifgd`kd2$$IfT0c 0f634a?byt`TYYYY{rr $Ifgd`kd$$IfT0c 0f634a?byt`TYYY#Z{rr $Ifgd`kd$$IfT0c 0f634a?byt`T#Z$Z+Z_Z{rr $Ifgd`kdu$$IfT0c 0f634a?byt`T_Z`ZaZZZZZ{vvvmm $Ifgd`gdTkd6$$IfT0c 0f634a?byt`TZZZ[{rr $Ifgd`kd$$IfT0c 0f634a?byt`T[[ [7[{rr $Ifgd`kd$$IfT0c 0f634a?byt`T7[8[I[h[{rr $Ifgd`kdy$$IfT0c 0f634a?byt`Th[i[~[[{rr $Ifgd`kd: $$IfT0c 0f634a?byt`T[[[/\{rr $Ifgd`kd $$IfT0c 0f634a?byt`T/\0\=\_\{rr $Ifgd`kd!$$IfT0c 0f634a?byt`T_\`\m\\{rr $Ifgd`kd}"$$IfT0c 0f634a?byt`T\\\\{rr $Ifgd`kd>#$$IfT0c 0f634a?byt`T\\\]{rr $Ifgd`kd#$$IfT0c 0f634a?byt`T]] ],]{rr $Ifgd`kd$$$IfT0c 0f634a?byt`T,]-]:]B]{rr $Ifgd`kd%$$IfT0c 0f634a?byt`TB]C]O]]{rr $Ifgd`kdB&$$IfT0c 0f634a?byt`T]]]]{rr $Ifgd`kd'$$IfT0c 0f634a?byt`T]]]]{rr $Ifgd`kd'$$IfT0c 0f634a?byt`T]]]^{rr $Ifgd`kd($$IfT0c 0f634a?byt`T^^^=^{rr $Ifgd`kdF)$$IfT0c 0f634a?byt`T=^>^M^^{rr $Ifgd`kd*$$IfT0c 0f634a?byt`T^^^^{rr $Ifgd`kd*$$IfT0c 0f634a?byt`T^^^^{rr $Ifgd`kd+$$IfT0c 0f634a?byt`T^^^_{rr $Ifgd`kdJ,$$IfT0c 0f634a?byt`T__#_N_{rr $Ifgd`kd -$$IfT0c 0f634a?byt`TN_O_j__{rr $Ifgd`kd-$$IfT0c 0f634a?byt`T____{rr $Ifgd`kd.$$IfT0c 0f634a?byt`T____{rr $Ifgd`kdN/$$IfT0c 0f634a?byt`T__`9`{rr $Ifgd`kd0$$IfT0c 0f634a?byt`T9`:`I``{rr $Ifgd`kd0$$IfT0c 0f634a?byt`T````{rr $Ifgd`kd1$$IfT0c 0f634a?byt`T````{rr $Ifgd`kdR2$$IfT0c 0f634a?byt`T```a{rr $Ifgd`kd3$$IfT0c 0f634a?byt`Taa&aXa{rr $Ifgd`kd3$$IfT0c 0f634a?byt`TXaYa_aa{rr $Ifgd`kd4$$IfT0c 0f634a?byt`Taaaa{rr $Ifgd`kdV5$$IfT0c 0f634a?byt`Taaaa{rr $Ifgd`kd6$$IfT0c 0f634a?byt`Taaab{rr $Ifgd`kd6$$IfT0c 0f634a?byt`Tbb(b]b{rr $Ifgd`kd7$$IfT0c 0f634a?byt`T]b^bibb{rr $Ifgd`kdZ8$$IfT0c 0f634a?byt`Tbbbb{rr $Ifgd`kd9$$IfT0c 0f634a?byt`Tbbb7c{rr $Ifgd`kd9$$IfT0c 0f634a?byt`T7c8c9cacbcscc{vvvmm $Ifgd`gdTkd:$$IfT0c 0f634a?byt`Tcccd{rr $Ifgd`kd^;$$IfT0c 0f634a?byt`Tdd(dnd{rr $Ifgd`kd<$$IfT0c 0f634a?byt`Tndoddd{rr $Ifgd`kd<$$IfT0c 0f634a?byt`Tdddd{rr $Ifgd`kd=$$IfT0c 0f634a?byt`Tdddhe{rr $Ifgd`kdb>$$IfT0c 0f634a?byt`Theie|ee{rr $Ifgd`kd#?$$IfT0c 0f634a?byt`Teeee{rr $Ifgd`kd?$$IfT0c 0f634a?byt`Teee4f{rr $Ifgd`kd@$$IfT0c 0f634a?byt`T4f5fHff{rr $Ifgd`kdfA$$IfT0c 0f634a?byt`Tffff{rr $Ifgd`kd'B$$IfT0c 0f634a?byt`Tff g9g{rr $Ifgd`kdB$$IfT0c 0f634a?byt`T9g:gIgig{rr $Ifgd`kdC$$IfT0c 0f634a?byt`Tigjgtgg{rr $Ifgd`kdjD$$IfT0c 0f634a?byt`Tgggg{rr $Ifgd`kd+E$$IfT0c 0f634a?byt`Tggh+h{rr $Ifgd`kdE$$IfT0c 0f634a?byt`T+h,h9hUh{rr $Ifgd`kdF$$IfT0c 0f634a?byt`TUhVhfhh{rr $Ifgd`kdnG$$IfT0c 0f634a?byt`Thhhh{rr $Ifgd`kd/H$$IfT0c 0f634a?byt`Thhh'i{rr $Ifgd`kdH$$IfT0c 0f634a?byt`T'i(i4iYi{rr $Ifgd`kdI$$IfT0c 0f634a?byt`TYiZieisi{rr $Ifgd`kdrJ$$IfT0c 0f634a?byt`Tsitiii{rr $Ifgd`kd3K$$IfT0c 0f634a?byt`Tiiii{rr $Ifgd`kdK$$IfT0c 0f634a?byt`Tiiij{rr $Ifgd`kdL$$IfT0c 0f634a?byt`Tjjj>j{rr $Ifgd`kdvM$$IfT0c 0f634a?byt`T>j?j@jAjBjCjDjEjFjGjHjIj{oooooooooo  hdgdTkd7N$$IfT0c 0f634a?byt`T IjVjWjjjjjj?k@kkkkkkk!l"l$l%l&l'l(l)l*l  hdgd]gdT  hdgdT$ hda$gdT!l"l#l$l.lOlQlSlqlrlvlwllmmm:m=m>mJmKmLmmmnĭzogcRDRh=,CJOJQJ^JaJ h"$h=,CJOJQJ^JaJh=,h=,5>*\h*trh=,5>*\hsh=,5\ h=,5hsh=,5 h=,5\h*trh=,5\ h*trh=,h],Hh*OJQJ^JaJHh*hehyAqhT5>*OJQJ^J*l+l,l-l.lOlPlRlrlwllm;mmKmLmnnnnqq h^h`gd=,gd=,$a$gd=,gd=,gd]$ hda$gd]  hdgd]nnnnnn ppupqqqqqqkr{dO:(#h"$h=,CJOJQJ\^JaJ)h"$h=,5>*CJOJQJ\^JaJ)h*trh=,5>*CJOJQJ\^JaJ,h@h=,CJOJPJQJ^JaJnHtHh=,CJOJQJ^JaJ)h"$h=,B*CJOJQJ^JaJph h"$h=,CJOJQJ^JaJh*trh=,B*ph h*trh=,&h(h=,5>*CJOJQJ^JaJ&h=,CJOJPJQJ^JaJnHtH,hFph=,CJOJPJQJ^JaJnHtHqqq=s>scsdsuuvvAxDxixjxsxtx5{ h^h`gd=,^gd=, ^`gd=, 5$7$8$9DH$gd=,gd=,5$9Dgd=,)dgd=,gd=,kr|rrr:s=s>sCsIsbsdsuuuuuuwvvvϫzzi^WE333#hDh=,CJOJQJ\^JaJ#h^nh=,CJOJQJ\^JaJ h*trh=,h*trh=,B*ph hZnh=,CJOJQJ^JaJ,h=,5>*CJOJPJQJ^JaJnHtH2h h=,5>*CJOJPJQJ^JaJnHtH)h*trh=,5>*CJOJQJ\^JaJh=,CJOJQJ\^JaJ#h"$h=,CJOJQJ\^JaJ h"$h=,CJOJQJ^JaJh=,CJOJQJ^JaJvv~wwwwAxCxDxOx\xfxgxhxixjxsxtxyxzx޳ިqcO8,h9 h=,CJOJPJQJ^JaJnHtH&h=,CJOJPJQJ^JaJnHtHh=,CJOJQJ^JaJ#hFph=,5CJOJQJ^JaJh=,5>*B*\phh*trh=,5>*B*\phh=,B*phh*trh=,B*ph&hDh=,5CJOJQJ\^JaJ,hDh=,B*CJOJQJ\^JaJph#hDh=,CJOJQJ\^JaJh=,CJOJQJ\^JaJzx}xoyty5{6{:{E}F}J}}}}}5~~ض}l[[I4)h9 h=,B*CJOJQJ^JaJph#h9 h=,5CJOJQJ^JaJ hh=,CJOJQJ^JaJ h9 h=,CJOJQJ^JaJ h@h=,CJOJQJ^JaJ h#Th=,CJOJQJ^JaJ,h#Th=,CJOJPJQJ^JaJnHtH&h@h=,5>*CJOJQJ^JaJh=,CJOJQJ^JaJ h"$h=,CJOJQJ^JaJ,h h=,CJOJPJQJ^JaJnHtH5{6{E}F}΀opāŁ78gd=, & F85$7$8$9DH$gd` 0^`0gd=,^gd=, ^`gd=,h^hgd=,'$  h5$7$8$9DH$^h`a$gd=,̀΀>?rxBIRSRSUabcde Ö&1>Iʸ٧٧ʸʸʸwffffff hOyh=,CJOJQJ^JaJh=,B*phh*trh=,5>*B*\phh=,5>*B*\phh*trh=,B*ph h^h=,CJOJQJ^JaJ#hh=,5CJOJQJ^JaJh=,5CJOJQJ^JaJh=,CJOJQJ^JaJ/h9 h=,5>*B*CJOJQJ^JaJph(ڃۃ?@vw#$rs & F95$7$8$9DH$gd`h5$7$8$9DH$^hgd=, & F85$7$8$9DH$gd`gd=,s34@AZ[ˌ̌CDSTy & F;5$7$8$9DH$gd` 5$7$8$9DH$gd=, & F:5$7$8$9DH$gd`gd=,yzRSde_`>?RSjh`hgd=, h^h`gd=, & Fb h^`gd` h^h`gd=,gd=, h^h`gd=, & F;5$7$8$9DH$gd`gd=,I36^_`adwxŚϚ՚֚+6֛כ)*bl2=>?@AQRSTǷ h*trh=,CJOJQJ^JaJh*trh=,B*phh=,5>*B*\phh*trh=,5>*B*\phh=,B*ph#h_h=,5CJOJQJ^JaJh=,CJOJQJ^JaJ hOyh=,CJOJQJ^JaJ3TUXij$G[f{ȞΞ 5?N`f+,-./02CNTV;߭߭߭ߊߊߊߊߊߊ߃uhuhu]ht.h=,B*phht.h=,5B*phh=,5B*phh=, h*trh=, hwh=,CJOJQJ^JaJ#h7h=,5CJOJQJ^JaJ hUh=,CJOJQJ^JaJh=,5CJOJQJ^JaJ#h*trh=,5CJOJQJ^JaJh=,CJOJQJ^JaJ#hUh=,5CJOJQJ^JaJ$˞./O~Х./iܩ  dgd=,h`hgd=,gd=,gd=,h`hgd=, h^h`gd=,h^hgd=,VXt}~ţң֣ؤ٤ϥХѥԥ̮̿̿̿̿̿̿w#h_h=,CJOJQJ\^JaJ&hzh=,5CJOJQJ\^JaJ h=,5CJOJQJ\^JaJ!hFjh=,5>*OJQJ\^JhFjh=,OJQJ^Jh=,OJQJ^Jht.h=,5B*phh=,B*phh*trh=,B*phh=,5B*ph'ԥ'(01256¦æϦ+,/0ʹޕv^K<h=,5CJOJQJ^JaJ$hvh=,0JCJOJQJ^JaJ/jNhvh=,CJOJQJU^JaJ h$xh=,CJOJQJ^JaJh=,CJOJQJ^JaJ#jh=,CJOJQJU^JaJ#h$xh=,CJOJQJ\^JaJ h=,5CJOJQJ\^JaJ&hzh=,5CJOJQJ\^JaJh=,CJOJQJ\^JaJ#hzh=,CJOJQJ\^JaJ0ghimըߨDN۩ݩêӪ   пппЮЮvfR=)h'gh=,5>*CJOJQJ\^JaJ&hp<h=,>*CJOJQJ\^JaJh'gh=,5>*B*\phh'gh=,5B*\phh=,5B*\phh=,CJOJQJ^JaJ hQmh=,CJOJQJ^JaJ h5bh=,CJOJQJ^JaJ h+h=,CJOJQJ^JaJh=,CJOJQJ^JaJh=,5CJOJQJ^JaJ#h+h=,5CJOJQJ^JaJܩݩ ʬˬ*+7@P$$5$9DIfa$gd` ^`gd=,h`hgd=,gd=, & F< 8h`gd` hgd=, & Fc h^`hgd` & F< 8^`gd`gd=,  !Jzɬʬ +abwx~fg˻˻˰|n|]|] h qh=,5B*CJaJphh qh=,5CJH*aJh qh=,B*CJaJphh qh=,5CJaJh=,h qh=,5B*phh=,B*phh*trh=,B*phh*trh=,5>*B*\phh=,5>*B*\ph h"$h=,CJOJQJ^JaJh=,CJOJQJ^JaJh=,5>*\"Pabx kd!P$$Ifl\d ," L+ Q  t(0644 lap(yt` $5$9DIfgd`xgQH $Ifgd`kdOQ$$Ifl\d ," L+ Q t0644 layt` $5$9DIfgd`gԮծ  -.Z[~Kx̰԰հ|nh=,CJOJQJ^JaJh=,B*phh+h=,B*phht.h=,5B*phhSUh=,5B*phh=,5B*phh qh=,5CJH*aJh=, h qh=,5B*CJaJphh qh=,B*CJaJphh qh=,5CJaJh qh=,5OJQJ^J+Ԯծ .Z[QkdR$$Ifl\d ," L+ Q t0644 layt` $5$9DIfgd` ^QQQQQ $5$9DIfgd`kdR$$Ifl\d ," L+ Q t0644 layt`Kwx[NNNNN $5$9DIfgd`kdS$$Ifl4\d ," L+ Q t0644 laf4yt`԰[VVVVI 80^8`0gd=,gd=,kd_T$$Ifl4\d ," L+ Q t0644 laf4yt`԰HIZڵgd=, h^`gd=,^gd=, $h^ha$gd=,h^hgd=, 0^`0gd=, & F+gd=, 0^`0gd=, ^`gd=,)0QHIZǵɵʵٵBӥӝӥӐrgZh qh=,5B*phh=,5>*B*phh~5h=,5>*B*phh%lh=,5>*B*hphh=,5>*B*hphh.#h=,5hxh=,5h=,CJaJ h/nh=,CJOJQJ^JaJ h=,5h0ph=,5h=, h_h=,h_h=,B*phh=,5B*phht.h=,5B*ph$-1C$$5$9DIfa$gd`BCD}~-~غٺCEN)*+#$WXsuƿǿֿ׿ؿ\]pieipZh qh=,B*phh=, h9 h=, h qh=,CJOJQJ^JaJh qh=,B*CJaJphh qh=,OJQJ^Jh qh=,CJaJ/h qh=,5>*B*CJOJQJ^JaJph)h qh=,B*CJOJQJ^JaJph#h qh=,5CJOJQJ^JaJh qh=,5>*h qh=,5>*B*ph#CD-$ $Ifgd`kd$U$$Ifl\I5,"d   t(0644 lap(yt`ݶ޶߶߷ !"#$%&23 $Ifgd` $5$9DIfgd`-. $5$9DIfgd` $Ifgd`ºúĺźغ $5$9DIfgd` غٺFGHIJ^UHHHHHH $5$9DIfgd` $Ifgd`kdRV$$Ifl\I5,"d  t0644 layt`JKLMNO»ûĻŻƻǻ+#$WXtu $5$9DIfgd` $5$9DIfgd`¿ÿĿſƿ $5$9DIfgd`ƿǿ׿ؿYZ1^UHHHHHH $5$9DIfgd` $Ifgd`kdW$$Ifl\I5,"d  t0644 layt`123]:;<PQRST% $5$9DIfgd`](*wx #FGVEKP_°¥paUaC#hDh=,5CJOJQJ^JaJh=,OJQJ^JaJhDh=,OJQJ^JaJhDh=,5OJQJ^JaJh=,B*phh*trh=,5>*B*\phh=,5>*B*\phh=,5>*B*ph#h qh=,5CJOJQJ^JaJh qh=,5>*h qh=,B*CJaJphh qh=,5>*B*phh qh=,CJH*aJh qh=,CJaJ%&'()*+,>?@ABCDEFTUVWXYZ[\lmn $5$9DIfgd`nopqrstuvw $5$9DIfgd` wxrs^UHHHHHH $5$9DIfgd` $Ifgd`kdW$$Ifl\I5,"d  t0644 layt`stuv  $5$9DIfgd`FGOP[VVIV>>  dgd=, h^h`gd=,gd=,kdX$$Ifl4\I5,"d  t0644 laf4yt`_`bQVKNADPQTU8:5? ʸʓxh=,OJQJ^JaJhDh=,OJQJ^JaJhDh=,5OJQJ^JaJ)hDh=,B* CJOJQJ^JaJph#hDh=,5CJOJQJ^JaJh=,CJOJQJ^JaJ,hDh=,5B* CJOJQJ^JaJph hDh=,CJOJQJ^JaJ/PRSTU gd=, gd=, Hgd=, gd=,dgd=, gd=, h5$7$8$9DH$gd=, & Fd h5$7$8$9DH$^`gd`D  dgd=,  dgd=, & F7 d^`gd` 0d^`gd=, & F ;hhd^hgd=,  dgd=, & F7 d^`gd`9? $'EmpVXY^!#58ò՗՗h=,5OJQJ^JaJh=,CJOJQJ^JaJ hDh=,CJOJQJ^JaJ#hDh=,5CJOJQJ^JaJhDh=,5OJQJ^JaJhDh=,OJQJ^JaJh=,OJQJ^JaJ;&'n  & F dgd=, & F dgd=, & F dgd=,dgd=,  dgd=, gd=,  dgd=,  dgd=,  qr  dgd=,  dgd=,dgd=,  dgd=,  8dgd=, & F dgd=, & F dgd=, & F dgd=, & F dgd=,,5cf   #<Y*hjpvprtvEHLb I K N O b       $ ' ) + . / = C F Xh=,5OJQJ^JaJh=,OJQJ^JaJhDh=,OJQJ^JaJhDh=,5OJQJ^JaJNrcdJ K   * + YZ>?STdgd=,  dgd=,  dgd=,XZ]^q9<?BC]*- QTVWYp:DȦ hDh=,CJOJQJ^JaJ#hDh=,5CJOJQJ^JaJh=,5CJOJQJ^JaJ%hDh=,hp<5OJQJ^JaJhDh=,OJQJ^JaJh=,5OJQJ^JaJhDh=,5OJQJ^JaJh=,OJQJ^JaJ3VW78gd=,^gd=,xgd=,  0dgd=, 0d^`gd=, 0d^`gd=, 0d^`gd=,  dgd=, gd=,WXWZ[s&8su      """""0"1"M"ॖm,hDh=,5B*CJOJQJ^JaJph#h=,B*CJOJQJ^JaJphh=,5CJOJQJ^JaJ#hDh=,5CJOJQJ^JaJh=,OJQJ^JaJh=,5OJQJ^JaJhDh=,5OJQJ^JaJhDh=,OJQJ^JaJ hDh=,CJOJQJ^JaJ$8tu  ~  ""$$((y 5$7$8$9DH$gd=, gd=, 5$7$8$9DH$gd=, 5$7$8$9DH$gd=, gd=, & F 5$7$8$9DH$`gd=,gd=,  gd=, & F `gd=, M"""$$ $"$s%%&& &&(((((('(1(+++,,..//1%1O1\11182;22222255ǸǘLJrǘǦǸǘǘǘǘǦǘǘǘǘ)hh=,B*CJOJQJ^JaJph hh=,CJOJQJ^JaJh=,CJOJQJ^JaJ#hDh=,5CJOJQJ^JaJh=,5CJOJQJ^JaJ hDh=,CJOJQJ^JaJ#h=,B*CJOJQJ^JaJph)hDh=,B*CJOJQJ^JaJph,(((G)H)**++..002285955566gd=, gd=,$ & F 5$7$8$9DH$a$gd=, $ a$gd=, gd=,55556 666'6(6W6b67777U8X8888889X9[9f9q9999999:#:::;;R<[<x<<<===$>%>r>u>>>>>?ﮟ hXh=,CJOJQJ^JaJh=,CJOJQJ\^JaJ#hDh=,CJOJQJ\^JaJ#hDh=,5CJOJQJ^JaJh=,5CJOJQJ^JaJh=,CJOJQJ^JaJ hDh=,CJOJQJ^JaJ86 7#7$7U7\8]88888899::::: ^gd=, ^gd=, 5$7$9DH$gd=, & F5$7$9DH$gd=, ^`gd=,^gd=,gd=, & Fa5$7$9DH$gd`:;b;c;;;;;<<<< =!===%>&>'>G>H>gd=, & Fa5$7$9DH$gd`5$7$9DH$^gd=, ^`gd=,^gd=, & Fa5$7$9DH$gd`^gd=,H>>>f?g?????V@W@X@Y@w@x@A}BCCCC`gd=,^gd=,gd=,gd=, 5$7$9DH$gd=, ^`gd=,^gd=, & Fa5$7$9DH$gd`??U@V@W@X@Y@\@]@w@@@@@ A AaCdCCC D DDDDDDEEE1G2G\GGGGG6H7H:H򙏄ylg h=,\h=,5>*OJQJ^Jh %h=,B*phhwh=,B*phh=,B*\phh=,5>*B*\phh=,B*ph#hDh=,5CJOJQJ^JaJh=,5CJOJQJ^JaJ#hah=,5CJOJQJ^JaJ hDh=,CJOJQJ^JaJh=,CJOJQJ^JaJ'CDDEE2G3G4G5G6G7G8G9G:G;GG?G@GAGBG[G 0gd=, & Fa 8^`gd`8^8gd=, 8L^8`Lgd=,[G\GGGG6H7H[H\HHHHHHHHJJKKKKKK$ hda$gd=,gd=,gd=,  hdgd=, & Fgd=,h^hgd=,:H[H\HHHHHKKKKKK!L"LgLhLLLLLLLLLMM>M?MOMPMMMMMNNNTNUNNNNN*OJQJ^J#h1k{h=,5CJOJQJ^JaJh=,OJQJ^Jh=, h=,6\hh=,6\ hh=,hh=,\/KKKKKKKKKKKKKKKKKKKKLL L$$5$7$8$9DH$Ifa$gd`$5$7$8$9DH$Ifgd`h^hgd=,$ hda$gd=,gd=, LLLL!L"L+L4L8L=LILOLUL[LaLgLhLvLLLLLLLLFf_$5$7$8$9DH$Ifgd`FfJ[$$5$7$8$9DH$Ifa$gd`LLLLLLLLLLLLL MM#M%M*M/M4M9M>M?MMMFfjFf0g$5$7$8$9DH$Ifgd`Ffc$$5$7$8$9DH$Ifa$gd`MMfMoMqMsMxM}MMMMMMMMMMMMMMMMMMNFfqFfHn$$5$7$8$9DH$Ifa$gd`$5$7$8$9DH$Ifgd`NN NNNN'N4N9N;N@NENJNONTNUNwNNNNNNNNNFfx$5$7$8$9DH$Ifgd`Ff`u$$5$7$8$9DH$Ifa$gd`NNNNNNNNNNNN OO!O#O(O-O2O7O*OJQJ^Jh=,OJQJ\^JhPkh=,OJQJ\^Jh=,5>*OJQJ^J hx=wh=,hx=wh=,OJQJ^J(OOOOOOOOOOOOOOO(PyPzP|P~PPPP$$5$7$8$9DH$Ifa$gd`$5$7$8$9DH$Ifgd`  hdgd=,$ hda$gd=,PPPPPPPPPPPPPPPPPPPPPPP $$Ifa$gd`Ff$5$7$8$9DH$Ifgd`Ff$$5$7$8$9DH$Ifa$gd`PPPPPPQQ QQQQQ!Q"Q#Q+Q,Q4Q5Q=Q>Q $$Ifa$gd`$5$7$8$9DH$Ifgd`Ff$$5$7$8$9DH$Ifa$gd`$$5$7$8$9DH$Ifa$gd`Q QQQQQQQ Q!Q"Q#Q*Q+Q,Q3Q5QQEQFQGQwQQQQQ>RTT=XjXyX~XŦnU0h'Qh=,0J45B*CJOJQJ^JaJph)h'Qh=,B*CJOJQJ^JaJph h'Qh=,CJOJQJ^JaJ#h'Qh=,CJOJQJ\^JaJ"hh=,5>*OJQJ^JaJhh=,OJQJ^Jh=,5>*OJQJ^Jh`Vh=,CJaJh=,CJaJh=,h=,OJQJ^Jh`Vh=,OJQJ^J!>QFQGQHQIQJQKQLQMQNQOQPQQQRQSQTQUQVQWQXQYQZQ[Q\Q]Q^Q$ hda$gd=,Ff1$$5$7$8$9DH$Ifa$gd`^Q_Q`QaQbQcQdQeQfQgQhQiQvQwQQQQQQR>RIRoRRR)ScSgd=,$a$gd=,$ hda$gd=,cSSS6TTTTT6UU*VbVV.WWW X-XkXXX%Y&Y'Y(Y)Y*Y  hdgd=, h8gd=,gd=,~XXXX%Y+Y8Y9YsYtYuYYP[b[[\]^^^^M^N^O^bMczcٺ}l}l}l^l^lIl(hKh=,CJOJQJ^JaJmHsHh=,CJOJQJ^JaJ hKh=,CJOJQJ^JaJ#hKh=,5CJOJQJ^JaJhKh=,5>*OJQJ^JhKh=,OJQJ^JhKh=,5OJQJ^Jh=,5>*OJQJ^J#h'Qh=,CJOJQJ\^JaJ h'Qh=,CJOJQJ^JaJ)h'Qh=,B*CJOJQJ^JaJph*Y+Y8Y9YtYuYYYYYZ%Z=Z\ZZZZZ[O[P[b[c[[[[[gd=,$ hda$gd=,  hdgd=,[[\\-\Z\\\\\\P]k]]]^^^^^^^^N^O^P^~^  hdgd=,$ hda$gd=,gd=,~^^^^ _ _5_P_Q_p___ `K`~`````6ahaaaaab-bJbebbgd=,bbbbbbc3cMczcccccccccccccccccccccgd=,zccccccccddd8d9d=dddddddƲlhaWaWPWaE=9h%h%5>*\h*trh%5>*\ h%5\h*trh%5\ h*trh%h3o,Hh*OJQJ^JaJHh* h=,5>*&h{h=,5>*CJOJQJ^JaJ4jh=,5>*CJOJQJU^JaJmHnHuh=,CJOJQJ^JaJ h{h=,CJOJQJ^JaJccccccccccccccccccccccccccccc$a$gd=,gd=,ccccccccccccccccccccddd9d$a$gd%gd%gd3o$ hda$gd3o  hdgd3ogd=,gd=,9dldddddddddffffimmmmtoooqqr)dgd%gd% h^h`gd%gd%gd%$a$gd%dd5eBeXeieeffffffffiiiiijjjjllll l!ldlvl}mmmmmʶppppppppppp h7:h%CJOJQJ^JaJ h.tth%CJOJQJ^JaJh*trh%B*ph h*trh%#h h%5CJOJQJ^JaJ&h%CJOJPJQJ^JaJnHtH,hFph%CJOJPJQJ^JaJnHtHh%CJOJQJ^JaJ h"$h%CJOJQJ^JaJ$mmmmn4nOnnnnnnnnnoGoNo`oeoiorotoyoԿ}lllR2h h%5>*CJOJPJQJ^JaJnHtH h7:h%CJOJQJ^JaJ h$|h%CJOJQJ^JaJh%CJOJQJ^JaJ h"$h%CJOJQJ^JaJ#h"$h%CJOJQJ\^JaJ)h"$h%5>*CJOJQJ\^JaJ)h*trh%5>*CJOJQJ\^JaJ,h@h%CJOJPJQJ^JaJnHtHyooooooooqqqq2r3r8r:rLrNrRrTrsrzr{rrrrrrrrrrrrrrrrļļļĸ~ph%CJOJQJ^JaJ#hFph%5CJOJQJ^JaJh%5>*B*\phh*trh%5>*B*\phhN@h%B*phh%h%B*phh*trh%B*ph2h h%5>*CJOJPJQJ^JaJnHtH,h%5>*CJOJPJQJ^JaJnHtH%rrrrrrGs#t%tttjuwuvvwww0x1x;x,-h%CJOJQJ^JaJ0w.x/x0x1x;xyyyzzzzzzzM{N{P{U{p{v{~{{{ųsssssaasOss#hihC5CJOJQJ^JaJ#h_-hC5CJOJQJ^JaJ h^hCCJOJQJ^JaJhCCJOJQJ^JaJ#h hC5CJOJQJ^JaJhC5CJOJQJ^JaJ#hih%5CJOJQJ^JaJ/h9 h%5>*B*CJOJQJ^JaJph)h9 h%B*CJOJQJ^JaJphh%CJOJQJ^JaJxx y yyyzzWzzzzz {O{P{p{q{{{{gdC$h^h`a$gdC & F=5$7$8$9DH$gd`$5$7$8$9DH$a$gdC & Fe5$7$8$9DH$gd` 5$7$8$9DH$gdC{{{{{{||||||||||!}J}K}}}}}}}}}}}}}}}}~S| !Ү򡑡xjxjxjxjxh%CJOJQJ^JaJ hOyh%CJOJQJ^JaJh%B*phh*trh%5>*B*\phh%5>*B*\ph#h-hC5CJOJQJ^JaJ#hhC5CJOJQJ^JaJhC5CJOJQJ^JaJ h^hCCJOJQJ^JaJhCCJOJQJ^JaJ){||c||||||}}}}ԂՂ & Ff h^`gd`gd% & Ff h^`gd` h^h`gd%gd% & F@5$7$8$9DH$gd`$5$7$8$9DH$a$gdC 5$7$8$9DH$gdC $^a$gdC!8  ӂԂp7AGHgqƄЄ߄_`aemns~L̆&'(Ĺh*trh%B*phh%5>*B*\phh*trh%5>*B*\ph hOyh%CJOJQJ^JaJh%CJOJQJ^JaJB'(? )ab{I  dgd%h`hgd%h^hgd%h`hgd% h^h`gd%gd%gd%()*->? 3}~(:@fr   (.Ͻϝϝ݋zzzzzzsoseXeXeht.h%5B*phh%5B*phh% h*trh% hwh%CJOJQJ^JaJ#h7h%5CJOJQJ^JaJ hUh%CJOJQJ^JaJh%5CJOJQJ^JaJ#h*trh%5CJOJQJ^JaJh%CJOJQJ^JaJ#hUh%5CJOJQJ^JaJ h*trh%CJOJQJ^JaJ".01ȊM`abcefz{ˍэҍԍ؏|j#hzh%CJOJQJ\^JaJ#h_h%CJOJQJ\^JaJ&hzh%5CJOJQJ\^JaJ h%5CJOJQJ\^JaJhFjh%OJQJ^Jh%OJQJ^Jht.h%5B*phh%B*phh*trh%B*phh%5B*phht.h%B*ph&؏ُېݐސߐ  ʹv^K<h%5CJOJQJ^JaJ$hvh%0JCJOJQJ^JaJ/jhvh%CJOJQJU^JaJ h$xh%CJOJQJ^JaJh%CJOJQJ^JaJ#jh%CJOJQJU^JaJ#h$xh%CJOJQJ\^JaJ h%5CJOJQJ\^JaJ&hzh%5CJOJQJ\^JaJ#hzh%CJOJQJ\^JaJh%CJOJQJ\^JaJHIL}",œٔڔܔݔޔ&1RппппЮЮrrg_g_RNh%hWh%5B*phh%B*phh*trh%B*phh%5>*B*\phh*trh%5>*B*\phh%CJOJQJ^JaJ hQmh%CJOJQJ^JaJ h5bh%CJOJQJ^JaJ h+h%CJOJQJ^JaJh%CJOJQJ^JaJh%5CJOJQJ^JaJ#h+h%5CJOJQJ^JaJIœ۔ܔQR^gw $5$9DIfgd`$$5$9DIfa$gd`gd% hgd% & F* hh^`hgd% & Fg 8hh^hgd`h`hgd% •- $5$9DIfgd`kdˡ$$Ifl\d ," L+ Q  t(0644 lap(yt`  ?lՖ%&'>?@ET\mn—ɗ˗ݗXiИј ̲̿̿֡֎~sh%5>*B*phhxh%5h_-h%5 h%5h%CJOJQJ^JaJ h_h%CJOJQJ^JaJht.h%5B*phhSUh%5B*phh%5B*phh%hWh%CJH*aJhWh%B*CJaJphhWh%CJaJ-•  @lQkd$$Ifl\d ," L+ Q t0644 layt` $5$9DIfgd`Ֆ%[NNNN $5$9DIfgd`kdƣ$$Ifl4\d ," L+ Q t0644 laf4yt`%&'?@\m[VVVI< 0^`0gd% 80^8`0gd%gd%kd$$Ifl4\d ," L+ Q t0644 laf4yt`m#$WXiϘИ!"-6:$$5$9DIfa$gd`gd% hh^h`gd% 0^`0gd%^gd%h^hgd% 0^`0gd%^gd% & F>gd`  !"KLMܚݚțɛʛ&')RSTϟП/01QRtt˕hWh%CJaJ hx h%h% *hWh%5>*hWh%B*CJaJphhWh%5>*OJQJ^JhWh%OJQJ^JhWh%5>*hWh%5>*B*phhWh%5B*phh%5>*B*phh~5h%5>*B*ph-:LMkdP$$Ifl\I5!d   t(0644 lap(yt`$$5$9DIfa$gd`MΙϙ9ɚʚ˚͚̚Κܚ $5$9DIfgd`$5$7$8$9DH$Ifgd` $Ifgd`ܚݚPQ^MMDMMM $Ifgd`$5$7$8$9DH$Ifgd`kd~$$Ifl\I5!d  t0644 layt`ɛʛ $5$9DIfgd` $Ifgd`$5$7$8$9DH$Ifgd`/0z{^UUUUDD$5$7$8$9DH$Ifgd` $Ifgd`kdK$$Ifl\I5!d  t0644 layt`& $5$9DIfgd` $Ifgd`$5$7$8$9DH$Ifgd` &'()4=AS^YYIIII$$5$9DIfa$gd`gd%kd$$Ifl\I5!d  t0644 layt`ST-$5$7$8$9DH$Ifgd`kd$$Ifl\I5!d   t(0644 lap(yt`fghijklm $5$9DIfgd`$5$7$8$9DH$Ifgd` $Ifgd`̟͟Οϟ $5$9DIfgd`ϟПJK^UUUUDD$5$7$8$9DH$Ifgd` $Ifgd`kd$$Ifl\I5!d  t0644 layt` 01?@ABCQ $5$9DIfgd` $Ifgd`$5$7$8$9DH$Ifgd`QR"עآ^MMM@@@ $5$9DIfgd`$5$7$8$9DH$Ifgd`kdĪ$$Ifl\I5!d  t0644 layt`R"آ ķsaP9P,hDh%5B* CJOJQJ^JaJph hDh%CJOJQJ^JaJ#hDh%5CJOJQJ^JaJhDh%OJQJ^JaJh%5OJQJ^JaJhDh%5OJQJ^JaJh%B*phh*trh%5>*B*\phh%5>*B*\phh%5>*B*phhWh%5>*hWh%B*CJaJphhWh%CJaJhWh%OJQJ^J^YLYAA  dgd% h^h`gd%gd%kd$$Ifl\I5!d  t0644 layt`V\y˨Ԩ#%'(4679:SERSʭ!8ŮណhDh%OJQJ^JaJhDh%5OJQJ^JaJh%5OJQJ^JaJ)hDh%B* CJOJQJ^JaJph#hDh%5CJOJQJ^JaJh%5CJOJQJ^JaJ hDh%CJOJQJ^JaJh%CJOJQJ^JaJ0UV34:;ov & F ;hhd^hgd%  dgd% & F? dgd` gd% gd% Hgd% gd%dgd% gd% & Fh h5$7$8$9DH$^`gd` ŮҮ-0H !9BEnu3FVºк4û^ehjkmn()+-.6嶧h%CJOJQJ^JaJ hDh%CJOJQJ^JaJh%5CJOJQJ^JaJ#hDh%5CJOJQJ^JaJh%5OJQJ^JaJhDh%5OJQJ^JaJhDh%OJQJ^JaJh%OJQJ^JaJ5ɰʰCDgh()/0KL gd%  dgd%dgd%  dgd% 0d^`gd%6TUYZ$,/34NHGH34|GH  ;<   9>T}49:\MQ}~hDh%5OJQJ^JaJh%5OJQJ^JaJh%OJQJ^JaJhDh%OJQJ^JaJMLHI45HI  & F dgd% hd^`hgd% & F dgd% & F dgd% & F dgd% & F dgd% d^gd% & F dgd% <=}~56~  dgd%  dgd%dgd%  dgd%  8dgd% & F dgd% 8d^8gd%%' EGI\!&)*,-9?AVYZ\]n68:;<?@ABZӸ⨸ǸǸǸǸǸ⨸Ǹ⨸Ǹ⨸Ǹ⨸Ǹ⨸ǸǸ⨸hDh%5OJQJ^JaJhDh%OJQJ^JaJh%OJQJ^JaJh h%OJQJ^JaJh%5OJQJ^JaJh h%5OJQJ^JaJBDE%&UV;<|_` gd%  dgd%  dgd%'){|   #&T\bm_`bdfg~񧘧 hDh%CJOJQJ^JaJh%5CJOJQJ^JaJ#hDh%5CJOJQJ^JaJh h%OJQJ^JaJh%5OJQJ^JaJhDh%5OJQJ^JaJh%OJQJ^JaJhDh%OJQJ^JaJ5LMRSf106񶧶񖈖w h%5CJOJQJ\^JaJh%CJOJQJ^JaJ hDh%CJOJQJ^JaJh%5CJOJQJ^JaJ#hDh%5CJOJQJ^JaJh%5OJQJ^JaJhDh%5OJQJ^JaJh%OJQJ^JaJhDh%OJQJ^JaJ(KL{12/ 5$7$8$9DH$gd% gd% & F 5$7$8$9DH$`gd%<`<gd% & F `gd%gd%^gd%xgd% 0d^`gd%/0[;89s$ & F 5$7$8$9DH$a$gd% $ a$gd% gd%! & F5 5$7$8$9DH$^`gd` gd% gd% gd%gd% 5$7$8$9DH$gd% gd% 6@5:st'(DL[:;>Aeڼm[m[m[m[mMMMh%CJOJQJ^JaJ#h%B*CJOJQJ^JaJph)hDh%B*CJOJQJ^JaJph,hDh%5B*CJOJQJ^JaJph hDh%CJOJQJ^JaJ#hDh%5CJOJQJ^JaJh%5CJOJQJ^JaJh%CJOJQJ\^JaJ#hDh%CJOJQJ\^JaJ&hDh%5CJOJQJ\^JaJ !"xyDE9<suST    S U           6@D﷨﷨#hDh%CJOJQJ\^JaJh%CJOJQJ^JaJh%5CJOJQJ^JaJ#hDh%5CJOJQJ^JaJ)hDh%B*CJOJQJ^JaJph hh%CJOJQJ^JaJ hDh%CJOJQJ^JaJ09  xytuTU    lm   gd% gd% gd%gd% $ a$gd%$ & F 5$7$8$9DH$a$gd%DN[\  MN0:%.LV#ir78_bdf|~̻̻̍̍h%5CJOJQJ^JaJh%CJOJQJ^JaJ hXh%CJOJQJ^JaJ hDh%CJOJQJ^JaJ#hDh%5CJOJQJ^JaJ#hDh%CJOJQJ\^JaJh%CJOJQJ\^JaJ7 VW+,FH  23 ^gd% ^gd%^gd% & F5$7$9DH$gd% ^`gd%gd%^gd% & Fa5$7$9DH$gd`3yz*+78<=]^yzgd% & Fa5$7$9DH$gd`^gd% ^`gd%^gd% & Fa5$7$9DH$gd`z`~$%), L^`Lgd%^gd%h^hgd% hL^h`Lgd%gd% ^`gd%^gd% & Fa5$7$9DH$gd` !&'+,01()wzG I l      !!!&!D!^!_!`!e!!!"ʿʬwmh~W3h%5\h~W3h%5h~W3h%6\h%5>*OJQJ^Jh.h%B*ph h.h%h%h%B*phhwh%B*phhl@h%B*phh%B*\phh%5>*B*\phh%CJOJQJ^JaJ hDh%CJOJQJ^JaJ(,()H I J K L M N O P Q R S k l     gd%h`hgd% & Figd`h^hgd% 0gd%^gd%gd%^gd% !!_!`!a!b!c!d!e!!!""""""##$$$$$$$gd%gd%  hdgd%h^hgd%"""$$%%%@%A%%%&&& &>&?&&&&&&&3'l'm'''''')(*(F(G(e(f(((( ) )()))))))))ʿ㱭h+Xh%OJQJ^Jh%5OJQJ^Jh%OJQJ^Jh%h%B*OJQJ^Jphhwh%B*phh%B*\phh%5CJOJQJ^JaJh%5>*OJQJ^Jh~W3h%5>*OJQJ^J2$$$$%%%% %"%,%1%6%;%@%A%J%S%W%\%h%n%Ff*$$5$7$H$Ifa$gd` $5$7$H$Ifgd`h^hgd%$ hda$gd%  hdgd%n%t%z%%%%%%%& &&&& &&&,&2&8&>& $$Ifa$gd` $Ifgd` $5$7$H$Ifgd`Ff$$5$7$H$Ifa$gd`>&?&~&& $5$7$H$Ifgd`kd$$Ifl 08 k '!$888o'$$$$44 layt`~&&&&&&&&&&&&&&$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` &&3'& $5$7$H$Ifgd`kd5$$Ifl 08 k '!$888o'$$$$44 layt`3'E'V'l'w''''''''''$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` '''& $5$7$H$Ifgd`kdd$$Ifl 08 k '!$888o'$$$$44 layt`'(()(4(B(C(D(G(M(S(Y(_(e($$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` e(f((& $5$7$H$Ifgd`kd$$Ifl 08 k '!$888o'$$$$44 layt`((((())) ))))")()$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` ()))^)& $5$7$H$Ifgd`kd$$Ifl 08 k '!$888o'$$$$44 layt`^)p)))))))))))))$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` ))))&!!gd%kdǺ$$Ifl 08 k '!$888o'$$$$44 layt`)))))))))))))))** ******0*6*Ff$$5$7$H$Ifa$gd` $$Ifa$gd` $5$7$H$Ifgd`gd%)))****H*I*~*******0+i+j++++++!,",>,?,],^,,,,,--o-p-----..4.5.S.T........6/o/p///////ƼƼƼhqh%OJQJ^Jh%h%5OJQJ^Jh%OJQJ^Jh+Xh%OJQJ^Jh%B*ph$hJh%5B*OJQJ^Jph!hJh%B*OJQJ^Jph?6*<*B*H*I*~************** $$Ifa$gd` $Ifgd` $5$7$H$Ifgd`Ff$$5$7$H$Ifa$gd`**0+& $5$7$H$Ifgd`kd$$Ifl 08 k '!$888o'$$$$44 layt`0+B+S+i+t++++++++++$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` +++& $5$7$H$Ifgd`kd$$Ifl 08 k '!$888o'$$$$44 layt`++ ,!,,,:,;,<,?,E,K,Q,W,],$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` ],^,,& $5$7$H$Ifgd`kd$$Ifl 08 k '!$888o'$$$$44 layt`,,,,,,,,,,,,,-$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` --6-& $5$7$H$Ifgd`kd$$Ifl 08 k '!$888o'$$$$44 layt`6-H-Y-o-z----------$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` ---& $5$7$H$Ifgd`kd"$$Ifl 08 k '!$888o'$$$$44 layt`--..".0.1.2.5.;.A.G.M.S.$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` S.T..& $5$7$H$Ifgd`kdC$$Ifl 08 k '!$888o'$$$$44 layt`..............$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` ..6/& $5$7$H$Ifgd`kdd$$Ifl 08 k '!$888o'$$$$44 layt`6/H/Y/o/z//////////$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` ////&!!gd%kd$$Ifl 08 k '!$888o'$$$$44 layt`////////////////000000\0n0FfFfl$$5$7$H$Ifa$gd` $$Ifa$gd` $5$7$H$Ifgd`///0!0[0000000-1.1h1i11122`2a22233=3>3333333U4V44444444455v5w5556 6D6ѹѵѵѹѵѹѵѹѵѹѵѹѵѵѹѵѹѵѹhqh%B*ph$hkh%5B*OJQJ^Jph!hkh%B*OJQJ^Jphh%h%5OJQJ^Jhqh%OJQJ^Jh%OJQJ^J$hJh%5B*OJQJ^Jph!hJh%B*OJQJ^Jph4n0000000000000$$5$7$H$Ifa$gd` $$Ifa$gd` $5$7$H$Ifgd` $Ifgd` 000& $5$7$H$Ifgd`kd\$$Ifl 08 k '!$888o'$$$$44 layt`011-181F1G1J1P1V1\1b1h1$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` h1i11& $5$7$H$Ifgd`kd}$$Ifl 08 k '!$888o'$$$$44 layt`1111111111112$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` 22'2& $5$7$H$Ifgd`kd$$Ifl 08 k '!$888o'$$$$44 layt`'292J2`2k2y2z2}222222$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` 222& $5$7$H$Ifgd`kd$$Ifl 08 k '!$888o'$$$$44 layt`2223 3333%3+31373=3$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` =3>3l3& $5$7$H$Ifgd`kd$$Ifl 08 k '!$888o'$$$$44 layt`l3~3333333333333$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` 334& $5$7$H$Ifgd`kd$$Ifl 08 k '!$888o'$$$$44 layt`4.4?4U4`4n4o4p4s4y44444$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` 4444&!!gd%kd"$$Ifl 08 k '!$888o'$$$$44 layt`444444444444444444444444Ff $$5$7$H$Ifa$gd` $$Ifa$gd` $5$7$H$Ifgd`gd%4455=5O5`5v55555555555 $$Ifa$gd` $Ifgd` $5$7$H$Ifgd`Ffy$$5$7$H$Ifa$gd`555& $5$7$H$Ifgd`kd$$Ifl 08 k '!$888o'$$$$44 layt`55566!6"6#6&6,62686>6D6$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` D6E6t6& $5$7$H$Ifgd`kd$$Ifl 08 k '!$888o'$$$$44 layt`D6E66666Y7Z77788?8@8888888990999c9d999::k:l:::;;U;V;;;;;;;c<d<<<<<<<<=P=h%5OJQJ\^JaJh%OJQJ\^JaJh%5>*OJQJ^Jhqh%B*phhkh%5OJQJ^Jhkh%OJQJ^Jh%5OJQJ^Jh%OJQJ^Jh%6t66666666666666$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` 66 7& $5$7$H$Ifgd`kd;$$Ifl 08 k '!$888o'$$$$44 layt` 727C7Y7d7r7s7t7w7}77777$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` 777& $5$7$H$Ifgd`kd\$$Ifl 08 k '!$888o'$$$$44 layt`77788888!8'8-83898?8$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` ?8@8t8& $5$7$H$Ifgd`kd}$$Ifl 08 k '!$888o'$$$$44 layt`t88888888888888$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` 8888&!!gd%kd$$Ifl 08 k '!$888o'$$$$44 layt`8888888888888888 999999'909Ff$$5$7$H$Ifa$gd` $$Ifa$gd` $5$7$H$Ifgd`gd%094999E9K9Q9W9]9c9d999999999999999 $Ifgd`Ff$$5$7$H$Ifa$gd` $$Ifa$gd` $5$7$H$Ifgd`9::kdK$$Ifl 08 k '!$888o'$$$$44 layt`$$5$7$H$Ifa$gd`:2:D:U:k:v::::::::::$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd`:::& $5$7$H$Ifgd`kdl$$Ifl 08 k '!$888o'$$$$44 layt`::;;$;2;3;4;7;=;C;I;O;U;$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` U;V;;& $5$7$H$Ifgd`kd$$Ifl 08 k '!$888o'$$$$44 layt`;;;;;;;;;;;;;;$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` ;;*<& $5$7$H$Ifgd`kd$$Ifl 08 k '!$888o'$$$$44 layt`*<<<M<c<n<|<}<~<<<<<<<$$5$7$H$Ifa$gd` $$Ifa$gd` $Ifgd` $5$7$H$Ifgd` <<<&$ hda$gd%kd$$Ifl 08 k '!$888o'$$$$44 layt`<<<<<<<<<<<<<<<<<<<=Q=R=T=V=$5$7$8$9DH$Ifgd`  hdgd%gd%$ hda$gd%P=Q=R=|=}============================>>>>G>οҿҿҿҿҿδΟ㕈vfhh%5>*OJQJ^J"hh%5>*OJQJ^JaJhh%OJQJ^Jh%OJQJ^Jh%CJaJh`Vh%OJQJ^Jh`Vh%CJaJh9h%B*CJaJphh%!h9h%B*OJQJ^Jphh%5>*OJQJ^JhS_h%5>*OJQJ^J$V=`=b=g=i=n=p=u=w=|=}===============Ff9$5$7$8$9DH$Ifgd`FfX$$5$7$8$9DH$Ifa$gd`======================$$5$7$8$9DH$Ifa$gd`$5$7$8$9DH$Ifgd`Ff $$5$7$8$9DH$Ifa$gd`============================$ hda$gd%Ff]==========>>>>G>H>V>h> $Ifgd`gd%$ hda$gd%G>H>>>>>????@@/@0@h@i@@@@@@@1A2AYAZAAAAAAA)B*BIBJBBBBBBBCCKCLCxCyCCCCC&D(D)DNDODDDDDDD#E$EQEREEEEEEEFF=F>Fh%5>*OJQJ^Jhh%5>*OJQJ^J)hh%B*CJOJQJ^JaJphhh%OJQJ^JLh>i>r>>{rr $Ifgd`kd$$IfT0c 0f634a?byt`T>>>>>>>{vvvmm $Ifgd`gd%kd$$IfT0c 0f634a?byt`T>>>>{rr $Ifgd`kd$$IfT0c 0f634a?byt`T>>>?{rr $Ifgd`kd_$$IfT0c 0f634a?byt`T???(?{rr $Ifgd`kd $$IfT0c 0f634a?byt`T(?)?1?C?{rr $Ifgd`kd$$IfT0c 0f634a?byt`TC?D?L?m?{rr $Ifgd`kd$$IfT0c 0f634a?byt`Tm?n?v??{rr $Ifgd`kdc$$IfT0c 0f634a?byt`T????{rr $Ifgd`kd$$$IfT0c 0f634a?byt`T??????@{vvvmm $Ifgd`gd%kd$$IfT0c 0f634a?byt`T@@@/@{rr $Ifgd`kd$$IfT0;b 0634a?byt`T/@0@>@h@{rr $Ifgd`kdg$$IfT0;b 0634a?byt`Th@i@w@@{rr $Ifgd`kd($$IfT0;b 0634a?byt`T@@@@{rr $Ifgd`kd$$IfT0;b 0634a?byt`T@@@@{rr $Ifgd`kd$$IfT0;b 0634a?byt`T@@@1A{rr $Ifgd`kdk$$IfT0;b 0634a?byt`T1A2AAAYA{rr $Ifgd`kd,$$IfT0;b 0634a?byt`TYAZAiAA{rr $Ifgd`kd$$IfT0;b 0634a?byt`TAAAA{rr $Ifgd`kd$$IfT0;b 0634a?byt`TAAAA{rr $Ifgd`kdo$$IfT0;b 0634a?byt`TAA B)B{rr $Ifgd`kd0 $$IfT0;b 0634a?byt`T)B*B=BIB{rr $Ifgd`kd $$IfT0;b 0634a?byt`TIBJB]BB{rr $Ifgd`kd!$$IfT0;b 0634a?byt`TBBBB{rr $Ifgd`kds"$$IfT0;b 0634a?byt`TBBBB{rr $Ifgd`kd4#$$IfT0;b 0634a?byt`TBBBC{rr $Ifgd`kd#$$IfT0;b 0634a?byt`TCC(CKC{rr $Ifgd`kd$$$IfT0;b 0634a?byt`TKCLCbCxC{rr $Ifgd`kdw%$$IfT0;b 0634a?byt`TxCyCCC{rr $Ifgd`kd8&$$IfT0;b 0634a?byt`TCCCC{rr $Ifgd`kd&$$IfT0;b 0634a?byt`TCCC&D{rr $Ifgd`kd'$$IfT0;b 0634a?byt`T&D'D(D)DNDODbDD{vvvvmm $Ifgd`gd%kd{($$IfT0;b 0634a?byt`TDDDD{rr $Ifgd`kd<)$$IfT0f 0f634abyt`TDDDD{rr $Ifgd`kd)$$IfT0f 0f634abyt`TDDE#E{rr $Ifgd`kd*$$IfT0f 0f634abyt`T#E$E2EQE{rr $Ifgd`kd+$$IfT0f 0f634abyt`TQEREfEE{ne $Ifgd` l$If]lgd`kd@,$$IfT0f 0f634abyt`TEEEE{rr $Ifgd`kd-$$IfT0f 0f634abyt`TEEEE{rr $Ifgd`kd-$$IfT0f 0f634abyt`TEEEF{rr $Ifgd`kd.$$IfT0f 0f634abyt`TFF1F=F{rr $Ifgd`kdD/$$IfT0f 0f634abyt`T=F>FQFaF{rr $Ifgd`kd0$$IfT0f 0f634abyt`T>FaFbFFFFF+G,GuGvGGGGG%M&MKMLMNNN}U~UUUU^V^~^^\e]egeheteveeeee?g@gͼvlh%OJQJ^Jhk"h%5>*OJQJ^Jhrh%5>*OJQJ^Jhrh%OJQJ^Jh.h%5OJQJ^Jh%5OJQJ^Jh%5>*OJQJ^Jh%hh%5>*OJQJ^Jhh%OJQJ^J)hh%B*CJOJQJ^JaJph)aFbFuFF{rr $Ifgd`kd0$$IfT0f 0f634abyt`TFFFF{rr $Ifgd`kd1$$IfT0f 0f634abyt`TFFG+G{rr $Ifgd`kdH2$$IfT0f 0f634abyt`T+G,G?GuG{rr $Ifgd`kd 3$$IfT0f 0f634abyt`TuGvGGG{rr $Ifgd`kd3$$IfT0f 0f634abyt`TGGGG{rr $Ifgd`kd4$$IfT0f 0f634abyt`TGGH;H{rr $Ifgd`kdL5$$IfT0f 0f634abyt`T;H$$IfT0f 0f634abyt`TKKK/K{rr $Ifgd`kd?$$IfT0f 0f634abyt`T/K0KGKiK{rr $Ifgd`kd?$$IfT0f 0f634abyt`TiKjKKK{rr $Ifgd`kd@$$IfT0f 0f634abyt`TKKKK{rr $Ifgd`kd\A$$IfT0f 0f634abyt`TKKKL{rr $Ifgd`kdB$$IfT0f 0f634abyt`TLLLJL{rr $Ifgd`kdB$$IfT0f 0f634abyt`TJLKL_L{L{rr $Ifgd`kdC$$IfT0f 0f634abyt`T{L|LLL{rr $Ifgd`kd`D$$IfT0f 0f634abyt`TLLLL{rr $Ifgd`kd!E$$IfT0f 0f634abyt`TLLL$M{rr $Ifgd`kdE$$IfT0f 0f634abyt`T$M%M&MKMLM_M|M{vvvmm $Ifgd`gd%kdF$$IfT0f 0f634abyt`T|M}MMM{rr $Ifgd`kddG$$IfT0B>c 0f634a~byt`TMMMM{rr $Ifgd`kd%H$$IfT0B>c 0f634a~byt`TMM N1N{rr $Ifgd`kdH$$IfT0B>c 0f634a~byt`T1N2NDNaN{rr $Ifgd`kdI$$IfT0B>c 0f634a~byt`TaNbNtNN{rr $Ifgd`kdhJ$$IfT0B>c 0f634a~byt`TNNNN{rr $Ifgd`kd)K$$IfT0B>c 0f634a~byt`TNNNNNNO{vvvmm $Ifgd`gd%kdK$$IfT0B>c 0f634a~byt`TOOO;O{rr $Ifgd`kdL$$IfT0c 0f634a?byt`T;O$$IfT0c 0f634a?byt`Tcc$cHc{rr $Ifgd`kd$$IfT0c 0f634a?byt`THcIcVcrc{rr $Ifgd`kd$$IfT0c 0f634a?byt`Trcsccc{rr $Ifgd`kd$$IfT0c 0f634a?byt`Tcccc{rr $Ifgd`kdB$$IfT0c 0f634a?byt`TcccDd{rr $Ifgd`kd$$IfT0c 0f634a?byt`TDdEdQdvd{rr $Ifgd`kdď$$IfT0c 0f634a?byt`Tvdwddd{rr $Ifgd`kd$$IfT0c 0f634a?byt`Tdddd{rr $Ifgd`kdF$$IfT0c 0f634a?byt`Tdddd{rr $Ifgd`kd$$IfT0c 0f634a?byt`Tdd e.e{rr $Ifgd`kdȒ$$IfT0c 0f634a?byt`T.e/e;e[e{rr $Ifgd`kd$$IfT0c 0f634a?byt`T[e\e]e^e_e`eaebecedeeefege{ooooooooooo  hdgd%kdJ$$IfT0c 0f634a?byt`T geheueveeeeef^f_fffffgg@gAgBgCgEgFgGgHg  hdgdMgd%  hdgd%$ hda$gd%@gAgBgCgDgOgpgqgrgsgtggggggggggijjjj#lƯޫ|ueZF'h@hN0J%5CJOJQJ^JaJh*trhNB*phh*trhN5>*B*\ph h@hNhN5>*\h*trhN5>*\ hN5\h*trhN5\ h*trhNhNhec2,Hh*OJQJ^JaJhM hyAqhB hyAqh%hyAqh%5>*OJQJ^JHgIgJgKgLgMgNgOgpgqgsgggggggggggjjgdN$a$gdNgdM$ hda$gdM  hdgdMjjjqqqqqErFrkrlrssttuuuu u ^`gdNgdN&$a$gdNgdN'$  5$7$8$9DH$a$gdN h^h`gdN#l`lblooqqqqqqqqqqqArDrErFrʹʤqaqaqaqYE&hNCJOJPJQJ^JaJnHtHhNCJaJhN0J%5B*CJaJph$h@hN0J%5B*CJaJphh@hNCJaJ)h*trhN5>*CJOJQJ\^JaJ)h.hN5>*CJOJQJ\^JaJ h.hNCJOJQJ^JaJhNCJOJQJ^JaJ hbNhNCJOJQJ^JaJ hN5!hN0J%5CJOJQJ^JaJFrKrQrjrlrrrrrsttttttuuuuuuu u6uļļĸļrcOAhNCJOJQJ^JaJ&hhN5>*CJOJQJ^JaJhN5CJOJQJ^JaJ#hFphN5CJOJQJ^JaJhN5>*B*\phh*trhN5>*B*\ph,h hNCJOJPJQJ^JaJnHtHhNhNB*phh*trhNB*ph,hN5>*CJOJPJQJ^JaJnHtH2h hN5>*CJOJPJQJ^JaJnHtH6u;v\vhvivvvvvvvvww1w2w8wPw^wpwxwwwwwwwwϽweS#h^hN5CJOJQJ^JaJ#h9]hN5CJOJQJ^JaJ hWvhNCJOJQJ^JaJhN5CJOJQJ^JaJ#h.hN5CJOJQJ^JaJ&h.hN5>*CJOJQJ^JaJ#hFphN5CJOJQJ^JaJ#hThN5CJOJQJ^JaJhNCJOJQJ^JaJ h.hNCJOJQJ^JaJ uZv[vhvivvvvvw2wpwwwwww3x'$  5$7$8$9DH$a$gdN'$ & FA  5$7$8$9DH$a$gd` & FA5$7$8$9DH$gd`'$ & FA  5$7$8$9DH$a$gd`h^hgdNwwwww2x3xExFxJxixnxxxxxyyy:ybyyyyyyyyϯϯωyfSϯϯϯϯϯ$h9]hN0J.CJOJQJ^JaJ$hN0J.5>*CJOJQJ^JaJhN0J.CJOJQJ^JaJ#hThN5CJOJQJ^JaJ'h.hN0J%5CJOJQJ^JaJ h.hNCJOJQJ^JaJhN5CJOJQJ^JaJhNCJOJQJ^JaJ#h9]hN5CJOJQJ^JaJ hN5>*CJOJQJ^JaJ3x4xFxxxxxy:ybyyyyooo & FB 5$7$8$9DH$^gd` & F, 45$7$8$9DH$^gd|'$ & FC  5$7$8$9DH$a$gd`h^hgdN'$  h5$7$8$9DH$^ha$gdN5$7$8$9DH$^`gdN 5$7$8$9DH$gdN yyyyyy(zhzzzz(|)|lll'$  h5$7$8$9DH$^ha$gdN'$  5$7$8$9DH$^a$gdN'$ & FD  5$7$8$9DH$a$gd`'$ & FB 8 05$7$8$9DH$`0a$gd` 5$7$8$9DH$gdN & FB 5$7$8$9DH$^gd` yyyzzz*|6|7|K|L|M|N|U|Y|i|j|k|s||||||||||||||}ۼͪ옉͉͉weSS#h]phN5CJOJQJ^JaJ#h@hN5CJOJQJ^JaJ#hlhN5CJOJQJ^JaJhN5CJOJQJ^JaJ#h.hN5CJOJQJ^JaJ#hThN5CJOJQJ^JaJ hN5>*CJOJQJ^JaJhNCJOJQJ^JaJ h.hNCJOJQJ^JaJ&h.hN5>*CJOJQJ^JaJ )|6|7|M|k||||||$}T}}}}}'$  5$7$8$9DH$^a$gdN'$ & FE  5$7$8$9DH$a$gd`'$ & FE  5$7$8$9DH$a$gd`'$  5$7$8$9DH$a$gdNh^hgdN}}#}$},}I}S}T}\}c}}}}}}}$~f~~~~~~~~~5hnopuἬxxxgg hZ4hNCJOJQJ^JaJ h(hNCJOJQJ^JaJ hN5>*CJOJQJ^JaJ#hThN5CJOJQJ^JaJhN0J.CJOJQJ^JaJ$hN0J.5>*CJOJQJ^JaJ#h]phN5CJOJQJ^JaJhNCJOJQJ^JaJ h.hNCJOJQJ^JaJ(}}}~~~~~~~~u\'$ & FG  5$7$8$9DH$a$gd`'$  5$7$8$9DH$a$gdN'$ & FH  5$7$8$9DH$a$gd`'$ & FF  5$7$8$9DH$a$gd` hh^h`hgdN'$  h5$7$8$9DH$^ha$gdN'$  5$7$8$9DH$^a$gdN ~o:;LMFG>?pkkgdN & Fj h^`gd` h^h`gdNgdN^gdN'$ & FI h5$7$8$9DH$a$gd`'$ & FI 5$7$8$9DH$a$gd`'$ & FI5$7$8$9DH$a$gd`'$ & FJ  5$7$8$9DH$a$gd`  8:;=IJKLMu}ʁ {%0}EFGHK/9YZ׆ gh‡#h_hN5CJOJQJ^JaJ hOyhNCJOJQJ^JaJhNB*phh*trhN5>*B*\phhN5>*B*\ph&hZ4hN5>*CJOJQJ^JaJ hZ4hNCJOJQJ^JaJhNCJOJQJ^JaJ4‡ÇȇӇ  DNefo2=>?@AQRSTUXij$>Ri}ɼɼ|m\\\\ hUhNCJOJQJ^JaJhN5CJOJQJ^JaJ#h*trhN5CJOJQJ^JaJ#hUhN5CJOJQJ^JaJ h*trhNCJOJQJ^JaJh*trhNB*phhN5>*B*\phh*trhN5>*B*\phhNB*ph hOyhNCJOJQJ^JaJhNCJOJQJ^JaJ$?RSjΊ%&E gdN & FK hh^`hgd` & FK 8h`gd`gdNh^hgdNh`hgdN h^h`gdNgdNˊъ,6EW]"#$%&*DEFImnz򶲶{iZiZiihNCJOJQJ\^JaJ#hzhNCJOJQJ\^JaJ#h_hNCJOJQJ\^JaJ&hzhN5CJOJQJ\^JaJ hN5CJOJQJ\^JaJhN h*trhN hwhNCJOJQJ^JaJ#h7hN5CJOJQJ^JaJ#hUhN5CJOJQJ^JaJhNCJOJQJ^JaJ78DprstuͻteTTC5hNCJOJQJ^JaJ hQmhNCJOJQJ^JaJ h5bhNCJOJQJ^JaJhN5CJOJQJ^JaJ$hvhN0JCJOJQJ^JaJ)j hCJOJQJU^JaJ h$xhNCJOJQJ^JaJhNCJOJQJ^JaJ#jhNCJOJQJU^JaJhNCJOJQJ\^JaJ hN5CJOJQJ\^JaJ#h$xhNCJOJQJ\^JaJӎԎ3?HXi $5$9DIfgd|$$5$9DIfa$gd|gdN hgdN gdNҎӎ3ijƏ,PQst̐͐*+Sÿwh/hN5OJQJ^J h/hN5B*CJaJphh/hN5CJH*aJh/hNB*CJaJphh/hN5CJaJhNh/hN5B*phhNB*phh*trhNB*phhN5>*B*\phh*trhN5>*B*\ph.ij- $5$9DIfgd|kd$$Ifl\d ," L+ Q  t(0644 lap(yt|Ə,QtQH $Ifgd|kd$$Ifl\d ," L+ Q t0644 layt| $5$9DIfgd|͐^QQQQ $5$9DIfgd|kd$$Ifl\d ," L+ Q t0644 layt|+T^QQQQ $5$9DIfgd|kd$$Ifl\d ," L+ Q t0644 layt|<`abyz{   ܔ ?@FŖŸŸū욌ūŁzrmūe]zhNCJaJhNB*ph hN5h0phN5 h_hNh_hNB*phhNCJOJQJ^JaJ h_hNCJOJQJ^JaJht.hN5B*phhSUhN5B*phhN5B*ph h/hN5B*CJaJphh/hN5CJaJhNh/hNB*CJaJph#ב<`[NNNN $5$9DIfgd|kdg$$Ifl4\d ," L+ Q t0644 laf4yt|`abz{[VVVI< 0^`0gdN 80^8`0gdNgdNkd,$$Ifl4\d ," L+ Q t0644 laf4yt|  @Ŗ67PuwIJb hh^h`gdN  8dgdNgdN ^gdN ^`gdNh^hgdN 0^`0gdN & F+gd| 0^`0gdNŖƖɖږ36=?@Oklmuvw7>?HJbcݷ~o~aVhN5>*B*phh~5hN5>*B*phhB{hNOJQJ^JaJhNOJQJ^JaJh"hNOJQJ^JaJhxhN5>*B*phhxhN5>*OJQJ^JhxhN5>* h_hN hN5h8PhN5hxhN5hNhNCJOJQJ^JaJ hDhNCJOJQJ^JaJbcmvz$$5$9DIfa$gd|gdNccdXYyzyz_`q<=X12I"#:}~ϤФĸۙۙۙۙۙۙۙۙۋ~hN5>*B*\phh~5hN5>*B*phh/hN5OJQJ^J h/hN5B*CJaJphh/hN5CJaJ,h/hN5B*CJOJQJ^JaJphh/hN5>*h/hN5>*B*phh/hN5B*ph0-$ $Ifgd|kd$$Ifl\,"AE E  t(0644 lap(yt|dYQH $Ifgd|kd$$Ifl\,"AE E t0644 layt| $5$9DIfgd|Yyzڞ4yQH $Ifgd|kd$$Ifl\,"AE E t0644 layt| $5$9DIfgd|yz՟(_^UHHH $5$9DIfgd| $Ifgd|kd$$Ifl\,"AE E t0644 layt|_`q<[REEE $5$9DIfgd| $Ifgd|kdj$$Ifl4\,"AE E t0644 laf4yt|<=X1[REEE $5$9DIfgd| $Ifgd|kd/$$Ifl4\,"AE E t0644 laf4yt|12I"[REEE $5$9DIfgd| $Ifgd|kd$$Ifl4\,"AE E t0644 laf4yt|"#:{Σ[REEE $5$9DIfgd| $Ifgd|kd$$Ifl4\,"AE E t0644 laf4yt|~Ф[REEE $5$9DIfgd| $Ifgd|kd~$$Ifl4\,"AE E t0644 laf4yt|[VIV>>  dgdN h^h`gdNgdNkdC$$Ifl4\,"AE E t0644 laf4yt|*!"$gij۪ȫ&/klۭ`˼ttetttPPPt)hDhNB* CJOJQJ^JaJphhN5CJOJQJ^JaJhNCJOJQJ^JaJ,hDhN5B* CJOJQJ^JaJph hDhNCJOJQJ^JaJ#hDhN5CJOJQJ^JaJhDhNOJQJ^JaJhDhN5OJQJ^JaJhNB*phhN5>*B*\phh*trhN5>*B*\phfgpqbcѰCD| & Fk dgd`  dgdN & FM dgd` gdN gdN HgdN gdNdgdN gdN & FL h5$7$8$9DH$^`gd` `bdeqst,abcefh̯$-²ڲ^_bde~¹ĹŹǸ٪٪Ǹ٪٪٪ٝ~r~~r~r~~r~hNOJQJ^JaJhDhNOJQJ^JaJhDhN5OJQJ^JaJhN5OJQJ^JaJhNCJOJQJ^JaJhN5CJOJQJ^JaJ#hDhN5CJOJQJ^JaJ hDhNCJOJQJ^JaJ)hDhNB* CJOJQJ^JaJph,Dab¹tuԿտ & F dgd| & F dgd| gdN  dgdNdgdN  dgdN 0d^`gdNŹƹǹfgak<Býuxyþ˾7ӿԿؿٿ3:_g3]Ӹzzzhl5OJQJ^JaJhNCJOJQJ^JaJ hDhNCJOJQJ^JaJ#hDhN5CJOJQJ^JaJhl5CJOJQJ^JaJhNOJQJ^JaJhDhNOJQJ^JaJhN5OJQJ^JaJhDhN5OJQJ^JaJ0pv>?[\  dgdN  dgdN  8dgdN  dgdN & F dgd| & F dgd| & F dgd| & F dgd| & F dgd|uv=?BCpZ\_`:]H B]a)+-/D~ջhN5OJQJ^JaJhl5OJQJ^JaJhDhN5OJQJ^JaJhNOJQJ^JaJhDhNOJQJ^JaJJ*+OP)* gdN  dgdN  dgdN0[_PST   #(*.2Uagrջ婚z hDhNCJOJQJ^JaJhl5CJOJQJ^JaJhN5CJOJQJ^JaJ#hDhN5CJOJQJ^JaJhN5OJQJ^JaJhl5OJQJ^JaJhDhN5OJQJ^JaJhDhNOJQJ^JaJhNOJQJ^JaJ0()(*,Dop EFG #F` !#.8ܿܿܿxxxxhN5CJOJQJ^JaJhl5CJOJQJ^JaJhNOJQJ^JaJhl5OJQJ^JaJhDhN5OJQJ^JaJhDhNOJQJ^JaJhNCJOJQJ^JaJ hDhNCJOJQJ^JaJ#hDhN5CJOJQJ^JaJ/'(no  FG ^gdN<`<gdN & F `gd|gdN^gdNxgdN d^`gdN 0d^`gdN  dgdNNO!"[\ gdN$ & F 5$7$8$9DH$a$gd| $ a$gdN gdN gdN s5$7$8$9DH$gdNZ]PS*Tac Q\#.12al#$+-ϾϾϾϾϾ~ hXhNCJOJQJ^JaJ#hDhNCJOJQJ\^JaJh2/5CJOJQJ^JaJhNCJOJQJ^JaJ hDhNCJOJQJ^JaJ#hDhN5CJOJQJ^JaJhN5CJOJQJ^JaJhl5CJOJQJ^JaJ1EF,-de & F#5$7$9DH$gd|^gdN & F"5$7$9DH$gd| ^`gdN & Fl 5$7$9DH$gd`gdN gdN gdN>?jmvz)   1 : X Y               _`abopп᭢h~'5CJOJQJ^JaJhN5CJOJQJ^JaJhDhNB*ph#hDhN5CJOJQJ^JaJ hKhNCJOJQJ^JaJ h^hNCJOJQJ^JaJ hDhNCJOJQJ^JaJhNCJOJQJ^JaJ4  T U     X Y   F G  ^`gdN^gdN & F5$7$9DH$gd|^gdN & Fl5$7$9DH$gd` ^gdN & F$5$7$9DH$gd| ^gdNG           Y Z   t L^`LgdNgdN ^`gdN^gdNgdN & Fl5$7$9DH$gd`^gdN & F5$7$9DH$gd|tu/0?@^gdN h^h`gdN L^`LgdN^gdN^gdN ^`gdN L^`LgdN h^`hgdN ^`gdN 88^8gdNgdN .0259:>BFGef47ʿʴwh` BhN5CJ\aJh` BhN5CJaJh` BhN6CJ\aJhN5>*OJQJ^JhNB*phh %hNB*phhwhNB*phhNB*\phhN5>*B*\phhNCJOJQJ^JaJ hDhNCJOJQJ^JaJ)f & FWgd`h^hgdN h^h`gdN4567gdNgdN  hdgdN7=>?@fg㾭㭈yyyyyynh`VhNCJaJh9hNB*CJaJphhNhNOJQJ\^JaJhx=whNOJQJ^J hx=whN!h9hNB*OJQJ^JphhmkhN5>*OJQJ^JhwhNB*phhNB*\phhN5>*OJQJ^JhN5CJOJQJ^JaJ&>?@BDFHRW\afgpy}Ff$$5$7$8$9DH$Ifa$gd|$5$7$8$9DH$Ifgd|h^hgdN$ hda$gdN  hdgdNFfJ$5$7$8$9DH$Ifgd|FfL$$5$7$8$9DH$Ifa$gd|FfFfb$5$7$8$9DH$Ifgd|Ffְ$$5$7$8$9DH$Ifa$gd|  dgdNFfz$$5$7$8$9DH$Ifa$gd|$5$7$8$9DH$Ifgd|R$5$7$8$9DH$Ifgd|  hdgdN$ hda$gdN  dgdN Ffq$5$7$8$9DH$Ifgd|Ff$$5$7$8$9DH$Ifa$gd|    !"#$%*+,-Yhst' ( T U V W ׷p\UMjh`U hoh&hmkhN5>*CJOJQJ^JaJ hmkhNCJOJQJ^JaJhNCJOJQJ^JaJ h]d2hNCJOJQJ^JaJhhNOJQJ^JhNOJQJ^JhN5>*OJQJ^Jh`VhNCJaJhNCJaJhNhmkhNOJQJ^JhmkhNCJaJh`VhNOJQJ^J   !"#$%&'()*,-Ff$5$7$8$9DH$Ifgd|Ff$$5$7$8$9DH$Ifa$gd| $$Ifa$gd|-./0123456789:;<=>?@ABCDEFGHI$ hda$gdNIJXYstHIYZ345$9DgdN$ hda$gdN,-( ) U V X Y [ \ ^ _ a b      &`#$gdY gd2 f!gd2gd85$9DgdNW Y Z \ ] _ ` b d j l m t y                                żż沬沬 hohh3>0JmHnHuh0JmHnHujh0JU hV0JjhV0JUh3>mHnHujHh;FhVUHh;FhVh_4hMhVHh;FhVjh`Uh`,        gd8 &`#$gdYh]hgdY61h/R :p8/ =!"#$% nHei<ygMPNG  IHDR5(sRGB pHYs+ PLTEUZ]Du|UUUrZrDuurpururp|UZUUZ|UUUUUZrZUUUZZZu|rrDr]||ruuuuUuuu|rurpruuur|Ԫ|̛]UUuurU]uZpԕԙԍ꼕̠uruurU|ZD]p|ꕺꙪ̼̺uԛ͍Uԛuͱ]|pUuUUUUUUUUuUuuuuuuu썍D젱Ⱡ]p;bIDATx흋$u[v$gN. h < 7%<<Lj6ؖ2Fڬ@,vyHNzҽsk:u+,W*[@ k `@ 0@ A du FY]#Hru=xٴʲ:]Hފܿe#E_ۊL Fg߬~9 nx 0 AafKM)AG  V#H yϷz6Ni? `IZ#HꢇQC{&(6Lj?}PyT?޲{~lv,궆@AR-J|v]qOjTi`5z%Ԁ$m F.6~gTCe%atmMR0-$uQ0Tٕhl}foZzv6QM:mYΌ I `I]t0PӉ +E⇒REgMv ŗ?aI\#HꢃQirPp?nz iO*}HAΌv=zZZ0-0z5?$i ʮQ)aԇ@ |t쌺/ `IVjl|CEJХSHwfݿQ<A릍v*VWdC֚.O^cAԮjN[5t9U0"3x($ J4W4oe}eDt.7kK{~WO|ѣu\/r/R](k]h=sνk]9ABUiJM35/\>OSt;f{sFxZ!0bCo ѥ7+D;0&]qI2kP0H.2'G,FŇ2Q=H-Zr~s/!G3V]iK(M{QSǜ3Z #B `"F]H\YG`TVSrٓ:u@#AMekQpFUU-`Tn] gFRn=#յxP:rhbycEݕ#ͼ-H葼7vܼU!0bvޭF0|nС^ml8?FSBfvQ-0,I;z_~Cx'6,2w8*0jUiG+ѯDC0,UU}+Td0<ʱJR3Hx]GNs9dOiGOZfXmמ {!w0`$̻4U[ato`%f֭0BUz5èwVDѓWW&3y`4mg:L;(NJF<旃HN,Z/?0֥uԵܭ.J&An&#+ḁpiF|'_,̪CyR\%ԥWF #fճn Fqrp^!hxϬ3ZXȪat0T{Z/T?)aQX4H~J 3Ly'y#f3еpfT1) ZݷѝiJѫ⠡_\3e//֩&,ÌY2̃o gFrB3Q͙x3kM#ibF՝i ;|YFè0>Fȴ.kj=.z daWLQa&_d0aq 3Mזqp#=#qh?H3n #3tm:)GI5i}ൻW1Uq JWIAQ7 #9ExQk]3[P[a$Pҡ:i-j Fr^/>0>a$yi}dA0~0̬[?jU2PA<#0:SaTmdga#)Uȕ7魤 0SXQu}3ʼŜFb % i0R3B٪}ɩ;qxXˊFYE.%kF"wG禇$*!%1%oVHA {'NC@ `@ 0@ }e @ Ⱥh gyކ?CF!ƛF}>Po)`@a>`wQrFeeٳo?ܿtQ~vȲ]C׳F̮%YMnaVvϞyMPj(R y壤<-`wC)Vrq94 GIaԮZ[# B0ڵ--FÀ`lF%_A|S̟(Wn(aS5Y}9kR#8~;`0r( o?_bg_^kʮZL*0Jr2atȞ n_?9gqԌ|]`0r(7Ek?]Q5*J{X߇. [M5HF`Prmvqu׍|q7uD Vv[߃Q>.6 h^74#(ؾJC}vQ~-:J`caV~FF8F0;ȡ0:?;#g׾yX߃ѮcF2` ݀Q}9Fo\͂9}5] 3# Be esfr̈㨁Q0;ȡzp{~ڀ!_aFf04skIþ`wC)Cr$CVvv20Jz2J0U *-{KF}pޭ0Ck0*+ ۸\wU)4gzQ]Ķ*6c'TAK9սǰ3Q{2tuގr)eQyqTݶz2ί7l2 Ն+.Js]lA+GdɮU?o-F9.Vb~i RŗQMZ3-o==\돡'&Xu ]8^h Z)KgֶYm?Q0ᰐ0| + z0Wц 02 F)B+~]xiSVQ4m /dOLRı$*I+JJ ?uY U5_va$2{YM8FmуQ^pFcsQk1WxbyN>|N٦XΜTq,  euzuߵ#!$/D zkgiֱ?~hک2t |׽\-oh`$:?o-FsWť?;oy_yTNߥSz=1EǒPh+%^j+?K5'B @YcxqvT[m2cCQ3Dž?o-FsWuί}fi(5wLhC\}lZT\0<1EǒTWQSLqXBzi~g.<[bІ!h0揺KbZ؟v&cn F`\.FOF+[FQ}Ub`0;h}/7WZ{ 0`Hl20x`0bƴ2.X'>ot7jnS(h6n F`dk$`.aιBzd:0;ɩZM'&w@iMơ; wK0 #w:ѷ]5;ӞRM-#(ؾȣ{BmYkF?1)`y4ӞrFG1)]# R/H !+`x6in ou b(SoInCOM]yV0H[$ߒ/݆՟<F0C6ܲ#məDJxzVjeooSgg0J[# #mA''0.hHjj:„ #m!' ?5_~֮KFPӭ(Pj00m5ݡUh0Qm6*{|S4(x5]mηȣ%]jj:@MfkBt83Za0b* `f&~(fu/!Pj00qU0J[#&#`tW{վ.m0PӅنpQFi `drMAM@MSvl} pfq`Sv(6]0`5Sa wWFi `d?`5]5O١ Uݿ٦<F]\gg0״{E 00p K5޺cĶj0|#&6{66<π8im"AMTv6Sg2;fV/R`Tv6Sg-=w83FP1$٘tn83Za0r?9@=bo\lyFɍ#=l"AMTv6g3ou/oC&H݋`1JM7rcZHSgc^kc#ehC;{F o oBP1'wqf4=^ lh௿iW|<:T9`dla)0r#'q0Za>o]0`乚ng\yON;83: j:ZN}t> ~f3%NN;A&/nW”Pypiw~3@=S3RP>w!gSvj$FKͨ$љzX.>'^{WVvƱCl\.}!$J#|HBHr+;c0MSg)j[vڙ\]{k_X¨ :ה)zw@Bū^]_z.Gj:fyTSH̨|?Uӵ}F `Sv[ SѾ ̲t]e/߫{P.AMaȓ%s5_}W3bzk?`? G'9'XDyF!atwĢ !-3]\MӇn3Ei#PMG)>Gus!LpfpfT)+6K'QЭXcH5:7tbwb3% '9NN9EZe6!xF#Ge 5Ǹ.=9Myh_}mcF^vG8̡߯;BM7Lyf4|GtS4F}nY؆h=#(^B0:7d4Z-™m!tlz|5*7q#.#0'ת^zunW76O00ڌ#N53ri|Gݎ*4'#ymvE)MSǦ .Fͭ. F0)`>jܴF鈦9]̾Zh$jg\P_i\̮*ەZh0W5-`Î20&7` V EZ+c0(o/);0뾗vn 7]=|i< )$ns?VWvu^3]F=R_jv-mʙ+dg>Ȏޥ5d~][+υQ0FF;>*5F M70#=>}FS i FEzf.?,3e߃ȮH5JHKFe5M0 #<:][weÑijnFMx0?|uncMѦ=oPMM_kaYA$m(P1Q{!ʊ_Tqoǫ<#0 sEj:kZE\QuOd׮;akѮ{!aFe`cxU~|ٵi+_r^5| C2|95&Fqdn=gK^S}uѦD$FdèVI/72&KM7TԟBCQ|RK|w~f' {@I<[ sTVy1]*Ƙ AQ]Dn{#0N48<֌ mMNNjGU2&^)!ZFΨ_>ϿG1b=3_puYܴ3Wj:0 n c3w@+]5&pDYZSFM掎|{pf$lEQg?$ 3QAN+ΌjY.V.f0m=9M=#x4[tԟBӜipAtzuXvֲ[ Fn=RD>'èm/7mFQ ې֚B_3#crpuMfzՇEӮ黹s(3#F3#\94C`sTT% YdqQӤڲok {?ML>({7ݸ0`0Z{}Z=ro)}7;4ό0*vT{yaT9Ȧb){`_A||%Z]w+4VzP霜LN"0*r÷C琧.ZM'inDASsJ7ZMM'=>y@< LS^mHT=Sj:Rscgf,b.;.u{ځ ŧIS{(u8tq;xpr[md[mRsa*njtd6aMg9(  g:F`^(ʾAmq5FvaG4؏2`°UGgT&6K3FUvҴBm9=mٵۘUn8Gts%JQmMD9crޅtt[tYHnUH j/kv;2r m]s3vsw@3kt= \p&gU1m|ֱnj SOզy:>y7 ݧ~ /l0\>BCsBY7w4 Ͷ8v";,m_\G¸#a^FF }WGJUId|浝*%`>{gF+. K]f'9ugjtaDtzJ-0G776UW׮>0fMqwGaTHμ F3jt 5ir|%ƜcK2z`wdzs)OL0 =vtgs!e=# %7!;SPaT:S=RLMT$x\*5]j*'ѽL7!OߑIF%:3 eKSޚmMa6aǁVOw@sj(!(|]ܑcLF`3Tu<2y 7K!,gSv;|/#[<7z Vۻ5ErԜ0G#(ӅW39y f[m`4u5%i^D}P`a?G9QsBgF+J0Us&b٦' -o߼ 8ZЧޢmu׷w80Z̀gF+j:_afs.l.曍QXh <vzV?@1sñf OlHF~È赒7g6FMn#ͤ ђ ]r\̝1w9B^YFl Ù+t^7]rim8qBȠwcl.jg?Mgy 0 <MϐܫxF,ᛍxG֡pFހN8.]>ly 0޴W1W9BzGvCWjNA<7]Jqƨ9R `=~& }әL,'^!S (evzpaa6>0wb}f~ŀHJp|jZ3~jŽ| ;`4`wv3a06WnhQA ΙWg~p[(:H";=`q=#_9s<\&0jy|M |vkh ߊ.#N;ӞÕO&\yahvϕig&Ό@ N؎"0qz0,8œ:yFchB$%8grY$9Wu+s3PSt{QB@3J 69ʙЮSDF3$d78䴦s#ȹ2o:<ʢs\46x}>@TԮ4>5]0 t}#`*{FwBp6vLsF;ܜZes; ;^V|}}U*IŴm}FsO$&OF6g<_ FE}v󴋣{,.ĕ0kWkuU+>/my.Vj‘[FtjyVgD4\䡾|e| F4Gnta[qt$ I4_kfm`p##U i/!i]@}ƿާVfgDmr!$Fſȹ2Q6$vgf,Pn~j:뻾-1=Qźh_tZ{ ![Ŵ% ]im,a'Ͽ<µx#* #jmF3=K."`._  }LV:(8jݼQYA1uABoSL`BHT,;ҿɅ 䩪n ʺ]ʲ^i'7FC/P'e X]¨ \?bFM3vFX` 0`n fd q;CPe_ Fra5ؕEg{d%o'uO 8.wDuCmo.ڐw!Bs]}5k{7bW.0`4I*a3[5^N`ȉشZ bfIӴx9v<. ܚFc7fa0)Q4K1I`g=r"qr܁CM]ad7oBfĠה.Å]%`tx 5|:7w #@!Mػؕxawb^s 9tūZ}|8۷~G-K2 FP$l}gK ;z8)x1ȇQ(bt&':}@G݉Qz%fYW\GBbEGCp; kk),oCc<C&#u׶pÀ`TaD<7nBnCKش{V}Iv9FΣ:p&BHUS}pt@RSM&&hZ]=w1;9(!HcgX?$%4G䧹OdG䛎zHҔڐ3b?kҫB;#xZ>6fمFDGzELn<=9MОuq51m7)Q3u:@A5?! !=l=,ΈQѰH2O|G(yFfKT:jCfl^5S >F&EK1a26EgNPhh,inD\p&USF]%nA] q7)Q3P%&Μ: ic%mthÀJe$ޗڐQ3`|MMDj7rZMA>m1agҏ' | ɷ󓓦:grf29<\yNQzY4c;jg_5FX)X!7 GsP\Àb}H(9s¨3a490ֆ6^]o"hMINpgm3=  e2MΦ[{gL;nC7M4[M&1FXͻj \ȡ˪P{[%cr3f 2q!ȴtԆn 8jn;7mFk.Ym17fӇVj(]0Μ39iwϲ aZ76'^>#=_/ty֬bd;<.`(ٻ#h#fM2?C}3c>s gRFUGa0Ӫc$AQD<xц(],V捔7m9 yao{Fwn ̎ѵ;ῢ0^Fă(ݴ0R]sK߳rנFvƼNXOFĭ;{NF1  EH8kCCc:MN…Q}lSKrCF[n8G$6L˥64U\.Qz;.SebF#;<݀!磉iHFM G.u0'ҭ!t<1O/;MC_$McH0:~tg5پ鈨'!@OFwnyy<#$g8ΌSQF1t<:*s0hP5s y2ӕHw$]c3FE c"*<3ާ!錷P reX`ts -ƙ_$9Gbpˆh|Lt:KÈW7 #p0hY=LY>yȒl7ɣ1&wۗgDH>SPgrB߅#.e#}'#srvtylc6xu~I. #^U(cA~l_#|Zis%1јfNsrNt6Ty8`+rVY۪/7nA=)Qa K11 IFIgFM#hL~hFYŘь<mHzmmڐ`F;ؿHR#N\9CfMu/Ww;sqj|;7y+wr;Ԟx#L0YF.hQ=Squ1-%K1a r%O ~,G5B#hL"ɘ F >kfzsˆ_F@t:$~wu<:Cl(1^ǸѴb#HL~;E19+ aL:úsH.N{5nc`#{ö0h{FqӵO|gN=_$9 #Fo0Qn23柙bQjAgFD(S}Pw%MN|L@MgP =N񞳀9mH|-OQ1 gg8tw yΌf/0`È_FoC*G_ vM=1`8^0_\&_E3y<e 16dc CGX˕GGF޳"ɘǟ`t#佗J{tn3Y{GU[5Bt93QY ֍ݩUnu~)ό/soUL,~ j RP%]+)Œ.F+sY4QM^{(%5>PaTC%4R*&Q(_'e|h`z< R Ψ-WM 0"Թ.3d.CM F9zً-vF[O&81uҩN$ʽM #ѝ\Bk0 y2FI0rbw35{OkQٚ.:@i~ {j `>$ty*[AMR١ ^=Cj>4FծH:3`εju5]m5G}tS7\}GiM |T009Tox;+#A9{>%8i2).`QQp`A(0_wWsyUyWQ9KS0'h-C`$矾G'?[U-d}U{'FgQKMW|٩jh cȃ]MWƝYSNgOf ֻΨL=<t|0j 'O]LiQU!?3jоU(*P`s3gw_JƚMc!¨NwFԝ#5Z3(XۢV/^3L[?~fis ZDOFcÁZZ7 %Cc}+ov0j>k`U?.cN)>nø꟞w y7]9qyw8a4O(w@0?ywfMCFF&#`a 0Kſm<ԓj:`$xFE0#0Q!Eӭyl/zCǙQ;#Ό!Q*{3颅t(6.FՆKy`Mgzj:\/|UO<u' 3\gACpx΃z7H3n`<#s FLFZ\/ ]<#s"P1M@ꉨ!w"'m3?t(dt)!tI0\o6DpXk:}<# FPӱMF?݆q?=5빆Q#Ɉz< wӆ@pAa5d$^1qȨCp=Oasp=i2"ׂz!0 #rj:sF\/ t\ѓzQGRQz(z\kACp8΃zC5\j:Ip0'Cp`op=m2"˂zhEiZmw@FQ0T(j`]BMGptQ!ˡLp=.6.3#0#(x( :)Ͳ& gF'#,hMy\jp`5d$^𪞈2F1OFY\/ tj:Ip0' &`<\gACpx΃zPӅ#|rGSQwp=0y2"ׂz FPȋzAadORwFLFY\/ ^j`5d#^x2\/ty њ?\/#j:`$xFE0#0Q!`tG!(L!f(Ό"!Q*{3t(6.FՆKy`M5]80m2\/|UO<uFNFY\/ tj:Ip0'#hɈz\ w׃.AM5= ':azKy\jp`5d$^mY4Fp=0ZFǵ!^}Ap=3 FPqMFOꉨ!#(Ɉz, w׃.AM:R?!` #98JPӥ#"BHtBH !ˡtp=AM(6.3#0#(x(ȿ8˚,6!#(Ɉz< Ew׃.AM5= tFVtFLFY\/ tj:IpU=?d!`:\gACpx΃zPӅ#|rAadOд#hɈz\ w׃.AM#/EqW%: Fg.\gACpx΃zƒtlяzaa\OOMz֜z)0nE<#?j?`F`y# B1SOH 1'%3™Qd;gFIҁtjTp3#0NFCp8k:tlяzaa\OOMz`dDp= ;AM㚌׋ &N4uFNFZ\/ tj:Ip0'Cp=0Fz FPqMFOEaICFFQ0Bp= ;!Q80k2z\/6ɩ\0|Dz!^<}Ap=t?(:#HR?tj`]BMGp=C;"|p=AMjT.PF`FQ0™Q80™q5YmM<3Bp=0Z2"ςz FPqMFOꉨ!#(Ɉz< w׃.AM5= tFVtFLFY\/ tj:`43\?d!`:\kACpX΃zPӅ#`Ep0'y< #Y\/ ^j`5d#^x2\/ty њ?\/#j:`$xFE0#0IZzGmI|g_y@ Ȫ$yyI!$h b0N˾eL,yl.6  2`x5]=TE׆?dFkFO~m!b,qQHS?5yt}ǐG0rïeɻ}?3MQy'gGzMH^H'Z-_&ea'>8(^>X?!/R7 w-)y&|g%e/=|xVI^.'CHf\idu׫F9ђoْi ÐVDȣGG>!-ƽ?vߥn[ROM]1*DThsXDzɌ-t]] F_}w &?ަY,<8(^?}QؓHS?5yt}ǐG0*w֩鮗SռybKekβhg/`5Xti%fGt7OןΨ$M~b˽MX)ϣX {K(Oןi$$IflJ 0 k '!$cT888o'$$$$44 lapZyt`|$$If!v h5c5T5558558585 #vc#vT#v#v8#v#v8#v :V lo', 5c5T5585585 / /  / /  apZyt` kdl$$Ifl 0 k '!$cT888o'$$$$44 lapZyt`|$$If!v h5c5T5558558585 #vc#vT#v#v8#v#v8#v :V lo', 5c5T5585585 / /  / /  apZyt` kdVp$$Ifl 0 k '!$cT888o'$$$$44 lapZyt`|$$If!v h5c5T5558558585 #vc#vT#v#v8#v#v8#v :V lJo', 5c5T5585585 / /  / /  apZyt` kds$$IflJ 0 k '!$cT888o'$$$$44 lapZyt`|$$If!v h5c5T5558558585 #vc#vT#v#v8#v#v8#v :V lJo', 5c5T5585585 / /  / /  apZyt` kdnw$$IflJ 0 k '!$cT888o'$$$$44 lapZyt`|$$If!v h5c5T5558558585 #vc#vT#v#v8#v#v8#v :V lo', 5c5T5585585 / /  / /  apZyt` kdz$$Ifl 0 k '!$cT888o'$$$$44 lapZyt`|$$If!v h5c5T5558558585 #vc#vT#v#v8#v#v8#v :V lo', 5c5T5585585 / /  / /  apZyt` kd~$$Ifl 0 k '!$cT888o'$$$$44 lapZyt`|$$If!v h5c5T5558558585 #vc#vT#v#v8#v#v8#v :V lJo', 5c5T5585585 / /  / /  apZyt` kd$$IflJ 0 k '!$cT888o'$$$$44 lapZyt`|$$If!v h5c5T5558558585 #vc#vT#v#v8#v#v8#v :V lo', 5c5T5585585 / /  / /  apZyt` kd$$Ifl 0 k '!$cT888o'$$$$44 lapZyt`|$$If!v h5c5T5558558585 #vc#vT#v#v8#v#v8#v :V lJo', 5c5T5585585 / /  / /  apZyt` kd*$$IflJ 0 k '!$cT888o'$$$$44 lapZyt`]$$If!v h555`5555D55 5 5 #v#v#v`#v#v#v#vD#v#v #v #v :V l nL(6, 555`5555D55 5 5 9 / /  /  apnyt`kd$$Ifl 0N^ zn~|%'''`''''D'''' nL(6,,,,44 lapnyt`$$If!v h555`5555D55 5 5 #v#v#v`#v#v#v#vD#v#v #v #v :V lJ nL(6,,,,, 555`5555D55 5 5 99999 / /  /  apnyt`kd$$IflJ 0N^ zn~|%'`''D'' nL(6,,,,44 lapnyt`$$If!v h555`5555D55 5 5 #v#v#v`#v#v#v#vD#v#v #v #v :V lL(6,,,,, , , 555`5555D55 5 5 999 / /  / /  apnyt`okd$$Ifl 0N^ zn~|%'`&&'D&'&'L(6,,,,44 lapnyt`$$If!v h555`5555D55 5 5 #v#v#v`#v#v#v#vD#v#v #v #v :V lJL(6,,,,, , , 555`5555D55 5 5 999 / /  / /  apnyt`okd$$IflJ 0N^ zn~|%'`&&'D&'&'L(6,,,,44 lapnyt`)DyK -http://www.dtic.mil/doctrine/dod_dictionary/yK Zhttp://www.dtic.mil/doctrine/dod_dictionary/,$$If!vh5 5L5+ 5Q#v #vL#v+ #vQ:V l  t(065 5L5+ 5Q/ p(yt`$$If!vh5 5L5+ 5Q#v #vL#v+ #vQ:V l t065 5L5+ 5Q/ yt`$$If!vh5 5L5+ 5Q#v #vL#v+ #vQ:V l4 t065 5L5+ 5Qf4yt`$$If!vh5 5L5+ 5Q#v #vL#v+ #vQ:V l4 t065 5L5+ 5Qf4yt`,$$If!vh55d 55#v#vd #v#v:V l  t(0655d 55/ p(yt`$$If!vh55d 55#v#vd #v#v:V l t0655d 55/ yt`$$If!vh55d 55#v#vd #v#v:V l t0655d 55/ yt`$$If!vh55d 55#v#vd #v#v:V l t0655d 55/ yt`$$If!vh55d 55#v#vd #v#v:V l  t(0655d 55p(yt`$$If!vh55d 55#v#vd #v#v:V l t0655d 55yt`$$If!vh55d 55#v#vd #v#v:V l t0655d 55yt`$$If!vh55d 55#v#vd #v#v:V l t0655d 55yt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V l Zo', 555585585 9 / /  /  apZyt`~kdB$$Ifl 08 k '!$'''''8''8'8' Zo'$$$$44 lapZyt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V l Zo'555585585 / /  /  apZyt`~kd$$Ifl 08 k '!$888 Zo'$$$$44 lapZyt`-$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 /  /  / / /  ayt`-$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 /  /  / / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V l Zo', 555585585 / apZyt`~kd$$Ifl 08 k '!$888 Zo'$$$$44 lapZyt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V l Zo', 555585585 / / /  /  apZyt`~kd.$$Ifl 08 k '!$888 Zo'$$$$44 lapZyt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V l Zo', 555585585 / apZyt`~kd$$Ifl 08 k '!$888 Zo'$$$$44 lapZyt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V l Zo', 555585585 / / /  /  apZyt`~kd$$Ifl 08 k '!$888 Zo'$$$$44 lapZyt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V l Zo', 555585585 / apZyt`~kdC$$Ifl 08 k '!$888 Zo'$$$$44 lapZyt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V l Zo', 555585585 / / /  /  apZyt`~kd$$Ifl 08 k '!$888 Zo'$$$$44 lapZyt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V l Zo', 555585585 / apZyt`~kd$$Ifl 08 k '!$888 Zo'$$$$44 lapZyt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V l Zo', 555585585 / apZyt`~kd$$Ifl 08 k '!$888 Zo'$$$$44 lapZyt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / / /  /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`$$If!v h555558558585 #v#v#v#v8#v#v8#v :V lo', 555585585 / /  / /  ayt`f$$If!v h555`5555D55 5 5 #v#v#v`#v#v#v#vD#v#v #v #v :V l n0L(6, 555`5555D55 5 5 9 apnyt`Gkd$$Ifl 0N^ zn~|%'''`''''D'''' n0L(6,,,,44 lapnyt`$$If!v h555`5555D55 5 5 #v#v#v`#v#v#v#vD#v#v #v #v :V lJ n0L(6,,,,, 555`5555D55 5 5 99999 apnyt`Gkd$$IflJ 0N^ zn~|%'`''D'' n0L(6,,,,44 lapnyt` $$If!v h555`5555D55 5 5 #v#v#v`#v#v#v#vD#v#v #v #v :V l0L(6,,,,, , , 555`5555D55 5 5 999 apnyt`kd$$Ifl 0N^ zn~|%'`&&'D&'&'0L(6,,,,44 lapnyt` $$If!v h555`5555D55 5 5 #v#v#v`#v#v#v#vD#v#v #v #v :V lJ0L(6,,,,, , , 555`5555D55 5 5 999 apnyt`kdO $$IflJ 0N^ zn~|%'`&&'D&'&'0L(6,,,,44 lapnyt`$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh55\#v#v\:V 06,5b5 / 34a?yt`T$$If!vh55\#v#v\:V 06,5b5 / 34a?yt`T$$If!vh55\#v#v\:V 06,5b5 / 34a?yt`T$$If!vh55\#v#v\:V 06,5b5 / 34a?yt`T$$If!vh55\#v#v\:V 06,5b5 / 34a?yt`T$$If!vh55\#v#v\:V 06,5b5 / 34a?yt`T$$If!vh55\#v#v\:V 06,5b5 / 34a?yt`T$$If!vh55\#v#v\:V 06,5b5 / 34a?yt`T$$If!vh55\#v#v\:V 06,5b5 / 34a?yt`T$$If!vh55\#v#v\:V 06,5b5 / 34a?yt`T$$If!vh55\#v#v\:V 06,5b5 / 34a?yt`T$$If!vh55\#v#v\:V 06,5b5 / 34a?yt`T$$If!vh55\#v#v\:V 06,5b5 / 34a?yt`T$$If!vh55\#v#v\:V 06,5b5 / 34a?yt`T$$If!vh55\#v#v\:V 06,5b5 / 34a?yt`T$$If!vh55\#v#v\:V 06,5b5 / 34a?yt`T$$If!vh55\#v#v\:V 06,5b5 / 34a?yt`T$$If!vh55\#v#v\:V 06,5b5 / 34a?yt`T$$If!vh55\#v#v\:V 06,5b5 / 34a?yt`T$$If!vh55\#v#v\:V 06,5b5 / 34a?yt`T$$If!vh55\#v#v\:V 06,5b5 / 34a?yt`T$$If!vh55\#v#v\:V 06,5b5 / 34a?yt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$If!vh551#v#v1:V 0f6,5f5 / 34ayt`T$$IfQ!vh558#v#v8:V 0f6,5c5 / 34a~yt`T$$IfQ!vh558#v#v8:V 0f6,5c5 / 34a~yt`T$$IfQ!vh558#v#v8:V 0f6,5c5 / 34a~yt`T$$IfQ!vh558#v#v8:V 0f6,5c5 / 34a~yt`T$$IfQ!vh558#v#v8:V 0f6,5c5 / 34a~yt`T$$IfQ!vh558#v#v8:V 0f6,5c5 / 34a~yt`T$$IfQ!vh558#v#v8:V 0f6,5c5 / 34a~yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`T$$If!vh558#v#v8:V 0f6,5c5 / 34a?yt`TDyK yK rhttp://www.dtic.mil/doctrine/dod_dictionary/yX;H,]ą'c,$$If!vh5 5L5+ 5Q#v #vL#v+ #vQ:V l  t(065 5L5+ 5Q/ p(yt|$$If!vh5 5L5+ 5Q#v #vL#v+ #vQ:V l t065 5L5+ 5Q/ yt|$$If!vh5 5L5+ 5Q#v #vL#v+ #vQ:V l t065 5L5+ 5Qyt|$$If!vh5 5L5+ 5Q#v #vL#v+ #vQ:V l t065 5L5+ 5Qyt|$$If!vh5 5L5+ 5Q#v #vL#v+ #vQ:V l4 t065 5L5+ 5Qf4yt|$$If!vh5 5L5+ 5Q#v #vL#v+ #vQ:V l4 t065 5L5+ 5Qf4yt|,$$If!vh5A5E 55E#vA#vE #v#vE:V l  t(065A5E 55E/ p(yt|$$If!vh5A5E 55E#vA#vE #v#vE:V l t065A5E 55E/ yt|$$If!vh5A5E 55E#vA#vE #v#vE:V l t065A5E 55Eyt|$$If!vh5A5E 55E#vA#vE #v#vE:V l t065A5E 55Eyt|$$If!vh5A5E 55E#vA#vE #v#vE:V l4 t065A5E 55Ef4yt|$$If!vh5A5E 55E#vA#vE #v#vE:V l4 t065A5E 55Ef4yt|$$If!vh5A5E 55E#vA#vE #v#vE:V l4 t065A5E 55Ef4yt|$$If!vh5A5E 55E#vA#vE #v#vE:V l4 t065A5E 55Ef4yt|$$If!vh5A5E 55E#vA#vE #v#vE:V l4 t065A5E 55Ef4yt|$$If!vh5A5E 55E#vA#vE #v#vE:V l4 t065A5E 55Ef4yt|$$If!v h5c5T5558558585 #vc#vT#v#v8#v#v8#v :V l Zo', 5c5T5585585 9 / /  /  apZyt|~kd$$Ifl 0 k '!$'c'T'''8''8'8' Zo'$$$$44 lapZyt|$$If!v h5c5T5558558585 #vc#vT#v#v8#v#v8#v :V l Zo'5c5T5585585 / /  /  apZyt|~kdp$$Ifl 0 k '!$cT888 Zo'$$$$44 lapZyt||$$If!v h5c5T5558558585 #vc#vT#v#v8#v#v8#v :V lo', 5c5T5585585 / /  / /  apZyt| kd̫$$Ifl 0 k '!$cT888o'$$$$44 lapZyt||$$If!v h5c5T5558558585 #vc#vT#v#v8#v#v8#v :V lJo', 5c5T5585585 / /  / /  apZyt| kdX$$IflJ 0 k '!$cT888o'$$$$44 lapZyt||$$If!v h5c5T5558558585 #vc#vT#v#v8#v#v8#v :V lJo', 5c5T5585585 / /  / /  apZyt| kd$$IflJ 0 k '!$cT888o'$$$$44 lapZyt||$$If!v h5c5T5558558585 #vc#vT#v#v8#v#v8#v :V lo', 5c5T5585585 / /  / /  apZyt| kdp$$Ifl 0 k '!$cT888o'$$$$44 lapZyt||$$If!v h5c5T5558558585 #vc#vT#v#v8#v#v8#v :V lo', 5c5T5585585 / /  / /  apZyt| kd$$Ifl 0 k '!$cT888o'$$$$44 lapZyt|]$$If!v h555z555h55h5 5 h5 #v#v#vz#v#v#vh#v#vh#v #v h#v :V l n*6, 555z555h55h5 5 h5 9 / /  /  apnyt|kd$$Ifl 0N^ H\T !''''z'''h''h''h' n*6,,,,44 lapnyt|$$If!v h555z555h55h5 5 h5 #v#v#vz#v#v#vh#v#vh#v #v h#v :V lJ n*6,,,,, 555z555h55h5 5 h5 99999 / /  /  apnyt|kd$$IflJ 0N^ H\T !''z''h'h'h n*6,,,,44 lapnyt|$$If!v h555z555h55h5 5 h5 #v#v#vz#v#v#vh#v#vh#v #v h#v :V l*6,,,,, , , 555z555h55h5 5 h5 999 / /  / /  apnyt|okdl$$Ifl 0N^ H\T !''z&&h'&h'&h'*6,,,,44 lapnyt|$$If!v h555z555h55h5 5 h5 #v#v#vz#v#v#vh#v#vh#v #v h#v :V lJ*6,,,,, , , 555z555h55h5 5 h5 999 / /  / /  apnyt|okd$$IflJ 0N^ H\T !''z&&h'&h'&h'*6,,,,44 lapnyt|^5 2 0@P`p2 0@P`p 0@P`p 0@P`p 0@P`p 0@P`p 0@P`p8XV~_HmH nH sH tH H`H yNormal5$7$8$9DH$_HmH sH tH Z@Z <) Heading 1$<@&5CJ KH OJQJ\^JaJ J@J <) Heading 4$<@&5CJ\aJN@N <) Heading 5 <@&56CJ\]aJDA`D Default Paragraph FontRi@R  Table Normal4 l4a (k`(No List bob #3Default 7$8$H$-B*CJOJQJ^J_HaJmH phsH tH z@z 2 Table Grid7:V05$7$8$9DH$DoD wBHNormalCJ_HaJmH sH tH JO"J yAqp3# d1$5$7$8$9DH$CJh4U@14 z Hyperlink >*phH@BH @\ Balloon TextCJOJ QJ ^J aJbE@Rb } List Continue 2x5$7$8$9DH$^ CJOJ QJ PObP [Xp9. d1$5$7$8$9DG$H$^` CJB'qB NtComment ReferenceCJaJ4@4 Nt Comment Text:: NtComment Text Char@j@@ NtComment Subject5\FF NtComment Subject Char5\4@4 d )Header  !4 @4 d )Footer  !.)@. Y Page NumberZ^@Z ( Normal (Web) dd5$7$8$9DH$[$\$CJaJ<O< <)t43 1$5$9DCJOJQJaJdOd <) Bold Center#!$xx5$7$8$9DG$H$a$5B*CJphLZ@"L <) Plain Text"5$7$8$9DH$ OJQJ^JXO2X<) Default Text#5$7$8$9DH$CJaJmHnHudS@Bd <)Body Text Indent 3$hx5$7$8$9DH$^hCJaJ*W@Q* UStrong5\VObV 1Uarial1 &$((5$7$8$9DH$a$CJOJQJ^J>Q@r> (U Body Text 3'xCJaJ@@ 'UBody Text 3 CharCJaJ<P@< *U Body Text 2 )dx88 )UBody Text 2 Char\O\ U Chapter Title +$xx5$7$8$9DH$a$5CJ 2B@2 -8 Body Text,x44 ,8Body Text Char(O( 8content1t@t 8List Paragraph"/ 5$7$8$9DH$^B*CJOJQJ\^Jph`O` 8level 100 $|5$7$8$9DH$^`|CJh>> &8 arial1 CharCJOJQJ^JHL@H 38Date25$7$8$9DH$CJPJaJnHtH>1> 28 Date CharCJPJaJnHtH4X@A4 VEmphasis 56\]PK![Content_Types].xmlj0Eжr(΢Iw},-j4 wP-t#bΙ{UTU^hd}㨫)*1P' ^W0)T9<l#$yi};~@(Hu* Dנz/0ǰ $ X3aZ,D0j~3߶b~i>3\`?/[G\!-Rk.sԻ..a濭?PK!֧6 _rels/.relsj0 }Q%v/C/}(h"O = C?hv=Ʌ%[xp{۵_Pѣ<1H0ORBdJE4b$q_6LR7`0̞O,En7Lib/SeеPK!kytheme/theme/themeManager.xml M @}w7c(EbˮCAǠҟ7՛K Y, e.|,H,lxɴIsQ}#Ր ֵ+!,^$j=GW)E+& 8PK!Ptheme/theme/theme1.xmlYOo6w toc'vuر-MniP@I}úama[إ4:lЯGRX^6؊>$ !)O^rC$y@/yH*񄴽)޵߻UDb`}"qۋJחX^)I`nEp)liV[]1M<OP6r=zgbIguSebORD۫qu gZo~ٺlAplxpT0+[}`jzAV2Fi@qv֬5\|ʜ̭NleXdsjcs7f W+Ն7`g ȘJj|h(KD- dXiJ؇(x$( :;˹! I_TS 1?E??ZBΪmU/?~xY'y5g&΋/ɋ>GMGeD3Vq%'#q$8K)fw9:ĵ x}rxwr:\TZaG*y8IjbRc|XŻǿI u3KGnD1NIBs RuK>V.EL+M2#'fi ~V vl{u8zH *:(W☕ ~JTe\O*tHGHY}KNP*ݾ˦TѼ9/#A7qZ$*c?qUnwN%Oi4 =3ڗP 1Pm \\9Mؓ2aD];Yt\[x]}Wr|]g- eW )6-rCSj id DЇAΜIqbJ#x꺃 6k#ASh&ʌt(Q%p%m&]caSl=X\P1Mh9MVdDAaVB[݈fJíP|8 քAV^f Hn- "d>znNJ ة>b&2vKyϼD:,AGm\nziÙ.uχYC6OMf3or$5NHT[XF64T,ќM0E)`#5XY`פ;%1U٥m;R>QD DcpU'&LE/pm%]8firS4d 7y\`JnίI R3U~7+׸#m qBiDi*L69mY&iHE=(K&N!V.KeLDĕ{D vEꦚdeNƟe(MN9ߜR6&3(a/DUz<{ˊYȳV)9Z[4^n5!J?Q3eBoCM m<.vpIYfZY_p[=al-Y}Nc͙ŋ4vfavl'SA8|*u{-ߟ0%M07%<ҍPK! ѐ'theme/theme/_rels/themeManager.xml.relsM 0wooӺ&݈Э5 6?$Q ,.aic21h:qm@RN;d`o7gK(M&$R(.1r'JЊT8V"AȻHu}|$b{P8g/]QAsم(#L[PK-![Content_Types].xmlPK-!֧6 +_rels/.relsPK-!kytheme/theme/themeManager.xmlPK-!Ptheme/theme/theme1.xmlPK-! ѐ' theme/theme/_rels/themeManager.xml.relsPK] N Zivvvy=e.`1AU&*l,6uM (,i9u>LCIL NNRU_SewjolxHPFųER c g!"'#)'.129nBDE+H+I|N>F@g#lFr6uwy}‡Ŗc`Ź7W  !#')*,/E[hkrsuxz}~  !=OQRTUXYZ\]`ekmortuwz|>@BCDFJKMNOQTZ\gmpsuwy{ "'R    %>$!#/`1c1j1o1112358Y99EjT&a/{ak(ɩx-C_vBfl _g+/d2i99=>AADB_BFIYJK LLLMM9NdNNNN OOOMOQOdOOOPTPPP"QVQQQQQQ=RGRkRRbwjmpqrtxae׉fƊsыdSݍ1͎(e=~Dϑ^ J:ɕR&lL̘iGgL[Uj%  v}RQ !`!!!"*#069FaHdHkHpHHHI"JKWLLXlz{w  ܲ)eV!P@{($=+HwS`Ydqfkoptuu]wxysy{y{~sYmʇ%#?zԌ [wЎ Aŏԏ-KMא!wܑZߒ[!cs"],߿6o.Gu {#A-@0y4e;;?Q@UAAABBBBKCwCCCC D&DPDkDDDEKErEEEFjIj*lq5{syܩPx԰CغJƿ1%nwsP r8(6:H>C[GK LLMMNNdOOPP>Q^QcS*Y[~^bcc9drx{I•%m:Mܚ&SϟQL /9 3z, $n%>&~&&3'''e((()^)))6**0+++],,-6---S...6///n000h112'222=3l33444455D6t66 777?8t888099:::U;;;*<<<V====h>>>>?(?C?m???@/@h@@@@1AYAAAA)BIBBBBCKCxCCC&DDDD#EQEEEEF=FaFFF+GuGGG;HHHH0IyIII%JoJJJK/KiKKKLJL{LLL$M|MMM1NaNNNO;OzOOO3PZPwPPPPIQ}QQQ:RzRRR S4SgSSST@TmTT U@U|UU#VTVVVLW|WWWXIX_XXXXYZYYYZ2ZkZZZ[V[[[[4\u\\\]8]z]]]T^^1____``aQaabVbbbcHcrcccDdvdddd.e[egeHgj u3xy)|}~?i`bYy_<1"DG t -I        "$%&(+-.0123456789:;<=>?@ABCDFGHIJKLMNOPQRSTUVWXYZ\]^_`abcdefgijlmnopqtvwy{|    "#$%&'()*+,-./0123456789:;<>?@ABCDEFGHIJKLMNPSVW[^_abcdfghijlnpqsvxy{}~      !"#$%&'()*+,-./0123456789:;<=?AEGHILPRSUVWXY[]^_`abcdefhijklnoqrtvxz|}~     !#$%&()*+,-./0123456789:;<=>?@ABCDEFGHIJKLMNOPQSTUVWXYZ[\]^_`abcdefghijklmnopqrstuvwxyz{|}~  !"#$&u'''+g===<iӮ<ž+ވ 7sXXXXXXXX8?AFRVZaeipry!!!l,b$i<ygMPe8N@8(  P  # A#" `?P  # A#" `?P  # A#" `?B S  ?dJ1[4 T0p5T0p5 T _Toc223222131 _Toc223316248PD000061 RANGE!A1:P7 _Hlt260843953 _Hlt260843954H:+E==@@ݢݢH:jE== 6>1 7A1 8>1 9B1 :A1 ;C1 <B1 =@1 >?1 ?B1 @DA1 ADB1 B?1 CDD1 DF1 EF1 FG1 GDG1 HG1 IG1 JH1 KDH1 LH1 MH1 NI1 ODI1 PI1 QI1 RJ1 SDJ1 TJ1 UJ1 VK1 WDK1 XK1 YK1 ZL1 [DL1 \L1 ]L1 ^M1 _DM1 `M1 aM1 bN1 cDN1 dN1 eN1 fO1 gDO1 hO1 iO1 jP1 kDP1 lP1 mP1 nQ1 oDQ1 pQ1 qQ1 rR1 sDR1 tR1 uR1 vS1 wDS1 xS1 yS1 zT1 {DT1 |T1 }T1 ~U1 DU1 U1 U1 V1 DV1 V1 V1 W1 DW1 W1 W1 X1 DX1 X1 X1 Y1 DY1 <1 ;1 ;1 D;1 ;1 :1 :1 D:1 :1 91 E1 l,l,l,l,l,l,l,l,l,l,l‰É,ĉlʼnƉlj,ȉlɉʉˉ,̉l͉Ήω,Љlщ҉Ӊ,ԉlՉ։׉,؉lىډۉ,܉l݉މ߉,l=1 ,l,l,l,l,l,l,l,l,l  , l  ,l,l,l,l,l !",#l$%&,'l()*,+l,-.,/l012,3l456,7l89:,;l<=>,?l@AB,ClDEF,GlHIJ,KlLMN,OlPQRlS,TlUVW,XlYZ,[\,]l^_`,albcd,elfgh,iljkl̑2 m2 nL2 o 2 p̐2 q2 rL2 s 2 t̏2 u2 vL2 w 2 x̎2 y2 zL2 { 2 |̍2 }2 ~L2  2 ̌2 2 L2  2 ̋2 2 L2  2 ̊2 2 L2  2 ̉2 2 L2  2 ̈2 2 L2  2 ̇2 2 L2  2 ̆2 2 L2  2 ̅2 2 L2  2 ̄2 2 L2  2 ̃2 2 L2  2 ̂2 2 L2  2 ́2 2 L2  2 ̀2 2 L2  2 2 2 L2  2 ~2 ~2 L~2  ~2 }2 }2 L}2  }2 |2 |2 ŠL|2 Ê |2 Ċ{2 Ŋ{2 ƊL{2 NJ {2 Ȋz2 Ɋz2 ʊLz2 ˊ z2 ̊y2 ͊y2 ΊLy2 ϊ y2 Њx2 ъx2 ҊLx2 ӊ x2 Ԋw2 Պw2 ֊Lw2 ׊ w2 ؊v2 يv2 ڊLv2 ۊ v2 ܊u2 ݊u2 ފLu2 ߊ u2 t2 t2 Lt2  t2 s2 s2 Ի dջ ջ ջ $ֻ dֻ ֻ ֻ $׻ һ dһ $һ ѻ ѻ dѻ $ѻ л л dл $л ϻ ϻ dϻ $ϻ λ λ dλ $λ ͻ ̻ $ͻ ̻ d̻ $̻ ˻  ˻  d˻  $˻  ʻ  ʻ dʻ $ʻ dɻ $ɻ dƻ dǻ Ȼ ƻ dȻ ǻ $ƻ Ż dԻ $Ļ û û dû   $ !$û "» #» $d» %$» & ' (d )$ * +d ,俻 - .d /$ 0侻 1 2d 3$ 4佻 5 6d 7$ 8伻 9 :d ;d׻ <# =# >& ?& @' A' NNU`  WW^do22=j=jEjUKKVxx44<ouz\\ww{{  EDDDDDDDPPPPP\\\nn KKS<<D33%%%^E^E|||gaalմմTTd--4:A(()iDiDqD*>*F*******q+q+y++++!,!,),3,3,;,,B-B-J-T-T-\-------y.y.....%/%/-/7/7/?///////y0y00000411111117272?2I2I2Q2222222333333/4/474A4A4I4DDD)W)WZ____SdSd]dlllwsws}      !"#$%&'()*+,-./0123456879;:<=>?@ABCDEFGHIJKLMNOPQRSTUVWXYZ[\]^_`abcdefghijklmnopqrstuvwxyz{|}~      !"#$%&'()*+,-./0123456789:;<=>?@ABCDEFGHIJKLMNOPQRSTUVWXYZ[\]^_`abcdefghijklmnopqrstuvwxyz{|}~   T_ff # # ]cnuu22CjHjHjYUXX~:@@tyii~~IDDDDDDDPPPPP\\\{{   QUU  BFF99%%%kEkE|||kknn bff39@GG)))oDtDtDBEFEXE\E\EF}}}}}}}~~~_~c~c~~~~Ãƃƃ||hmmb8888:9>9>9vIII\\{_fono~o~o--Z__BBQTT         5!i!m!m!|!!!""""""";#?#?#N#Q#Q####$ $ $$$$$$$%A%E%E%T%W%W%%%%%%%%&&&&&&A'E'E'T'W'W''g(k(k(z(}(}(()))))))))))2*6*6*E*H*H*******w+{+{++++',+,+,:,=,=,,H-L-L-[-^-^-------......+/////>/A/A///////00000081111111=2A2A2P2S2S2222233333333549494H4K4K4DDD+W+WZ____[d`d`dl!l!lss     !"#$%&'()*+,-./0123456879;:<=>?@ABCDEFGHIJKLMNOPQRSTUVWXYZ[\]^_`abcdefghijklmnopqrstuvwxyz{|}~      !"#$%&'()*+,-./0123456789:;<=>?@ABCDEFGHIJKLMNOPQRSTUVWXYZ[\]^_`abcdefghijklmnopqrstuvwxyz{|}~   8*urn:schemas-microsoft-com:office:smarttagsCity9  *urn:schemas-microsoft-com:office:smarttagsplaceB*urn:schemas-microsoft-com:office:smarttagscountry-region;*urn:schemas-microsoft-com:office:smarttagsaddress:*urn:schemas-microsoft-com:office:smarttagsStreet9*urn:schemas-microsoft-com:office:smarttagsState=  *urn:schemas-microsoft-com:office:smarttags PlaceType=  *urn:schemas-microsoft-com:office:smarttags PlaceName 6                                                                                                                                                                                                                             7AddIIMMNNZZ\\|]}]^^9h:hkkOpPp}s~svvJ}K}~!~/0mn56Žۖܖ3b##l#"dQd[\B_UVVXYY[\^_abbl##"dQd[\B_UŽŽۖܖ3b##l#"dQd[\B_UVVYYbŽŽۖܖ3b##l#"dQd[\B_UVVXYY[\^_ab`9kG wpxrG>DY Fdb9> @;c ̡J= f[s!;~7Sv5"0OEyx PnJ5T0FNFv}ź%,4:pk:ak<1^&Qyf\w! L,Mp&VFN[')DB^N), L4y)x<*\:H+#',TE7c,&0z/b{2,Bp3rb32gB5l)B;6F  i60?H7̡J=/{7zn`7zRsve>c,f@>βs ?—?vV?h#~ @x;,g@\ Z@ҷ]qAr|B0$7/q.C%h^JXZ8lKظ<&JKnVK|yL@` ^tKMiwMr4q%OapO#{P(cCP#N)~TSSS\MvP W.wZ -QZN6[`8#[|Wm^W 8a>y+bćnAbجBK;Mcpb$dt*@tBeL-aeXpg Ot>kD0J/$nF9؛hvn`7nа7ao&S4}plzP XqNq;b%s6\vb4Kb$wt2!&wyJ.Tzzy}ni~ MB^`o(. ^`hH. pLp^p`LhH. @ @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PLP^P`LhH.h88^8`OJQJo(hHh^`OJQJ^Jo(hHoh  ^ `OJ QJ o(hHh  ^ `OJQJo(hHhxx^x`OJQJ^Jo(hHohHH^H`OJ QJ o(hHh^`OJQJo(hHh^`OJQJ^Jo(hHoh^`OJ QJ o(hH!^`!5o(hH!^`!5o(hH.!^`!5o(hH..88^8`5o(hH... `^``5o(hH .... ^`5o(hH ..... pp^p`5o(hH ...... pp^p`5o(hH.......  ( ^ `(5o(hH........h^`OJQJo(hHh^`OJQJ^Jo(hHohpp^p`OJ QJ o(hHh@ @ ^@ `OJQJo(hHh^`OJQJ^Jo(hHoh^`OJ QJ o(hHh^`OJQJo(hHh^`OJQJ^Jo(hHohPP^P`OJ QJ o(hH^`o(.^`o( $ $ ^$ `5o(. @ @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PLP^P`LhH.^`o(. ^`hH. pLp^p`LhH. @ @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PLP^P`LhH.88^8`OJQJo(hH ^`hH. pp^p`hH. @ @ ^@ `hH. ^`hH. ^`hH. ^`hH. ^`hH. PP^P`hH.h^`OJQJo(hHhpp^p`OJQJ^Jo(hHoh@ @ ^@ `OJ QJ o(hHh^`OJQJo(hHh^`OJQJ^Jo(hHoh^`OJ QJ o(hHh^`OJQJo(hHhPP^P`OJQJ^Jo(hHoh  ^ `OJ QJ o(hH^`5o(. ^`hH. pLp^p`LhH. @ @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PLP^P`LhH.^`5CJOJQJ^JaJo(. ss^s`hH. CLC^C`LhH.   ^ `hH.   ^ `hH. L^`LhH. ^`hH. SS^S`hH. #L#^#`LhH.^`5o(hH. \ ^ `\5o(hH.808^8`05o(hH..^`5o(hH... ^`5o(hH .... `^``5o(hH ..... `^``5o(hH ...... pp^p`5o(hH....... pp^p`5o(hH........\^`\o(\^`\o(.0^`0o(..0^`0o(... 88^8`o( .... 88^8`o( ..... `^``o( ...... `^``o(....... ^`o(........!^`!5o(hH!^`!5o(hH.!^`!5o(hH..88^8`5o(hH... `^``5o(hH .... ^`5o(hH ..... pp^p`5o(hH ...... pp^p`5o(hH.......  ( ^ `(5o(hH........hh^h`OJQJ^Jo(hHoh^`OJQJ^Jo(hHo^`OJ QJ o(hH  ^ `OJQJo(hH  ^ `OJQJ^Jo(hHoxx^x`OJ QJ o(hHHH^H`OJQJo(hH^`OJQJ^Jo(hHo^`OJ QJ o(hHhh^h`o(hh^h`o(.0^`0o(..88^8`o(... 88^8`o( .... `^``o( ..... `^``o( ...... ^`o(....... ^`o(........ ^`o(hH. ^`hH. pL^p`LhH. @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PL^P`LhH.^`o(. ^`hH. pLp^p`LhH. @ @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PLP^P`LhH.h88^8`OJQJo(hHh ^`OJQJo(oh   ^ `OJ QJ o(h   ^ `OJQJo(h xx^x`OJQJo(oh HH^H`OJ QJ o(h ^`OJQJo(h ^`OJQJo(oh ^`OJ QJ o(88^8`OJQJo(hH ^`hH. pp^p`hH. @ @ ^@ `hH. ^`hH. ^`hH. ^`hH. ^`hH. PP^P`hH.^`5o(.^`5o(.808^8`05o(..^`5o(... ^`5o( .... `^``5o( ..... `^``5o( ...... pp^p`5o(....... pp^p`5o(........    ^ `o(hH) ^`hH. pL^p`LhH. @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PL^P`LhH.^`5o(hH. \ ^ `\5o(hH.808^8`05o(hH..^`5o(hH... ^`5o(hH .... `^``5o(hH ..... `^``5o(hH ...... pp^p`5o(hH....... pp^p`5o(hH........h   ^ `o(hH)h   ^ `hH.h xLx^x`LhH.h HH^H`hH.h ^`hH.h L^`LhH.h ^`hH.h ^`hH.h X LX ^X `LhH. 88^8`o(hH. ^`hH. pL^p`LhH. @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PL^P`LhH.pp^p`CJOJ QJ o(hHq@ @ ^@ `OJQJ^Jo(hHo^`OJ QJ o(hH^`OJQJo(hH^`OJQJ^Jo(hHo^`OJ QJ o(hHPP^P`OJQJo(hH  ^ `OJQJ^Jo(hHo^`OJ QJ o(hH^`o(. ^`hH. pLp^p`LhH. @ @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PLP^P`LhH.hh^h`o(hh^h`o(.0^`0o(..0^`0o(... 88^8`o( .... 88^8`o( ..... `^``o( ...... `^``o(....... ^`o(........hh^h`OJQJ^Jo(hHoh^`OJQJ^Jo(hHo^`OJ QJ o(hH  ^ `OJQJo(hH  ^ `OJQJ^Jo(hHoxx^x`OJ QJ o(hHHH^H`OJQJo(hH^`OJQJ^Jo(hHo^`OJ QJ o(hH!^`!5o(hH!^`!5o(hH.!^`!5o(hH..88^8`5o(hH... `^``5o(hH .... ^`5o(hH ..... pp^p`5o(hH ...... pp^p`5o(hH.......  ( ^ `(5o(hH........^`5o(hH. \ ^ `\5o(hH.808^8`05o(hH..^`5o(hH... ^`5o(hH .... `^``5o(hH ..... `^``5o(hH ...... pp^p`5o(hH....... pp^p`5o(hH........hh^h`5o(hh^h`5o(.0^`05o(..88^8`5o(... 88^8`5o( .... `^``5o( ..... `^``5o( ...... ^`5o(....... ^`5o(........h88^8`OJQJ^Jo(hHoh^`OJQJ^Jo(hHoh  ^ `OJ QJ o(hHh  ^ `OJQJo(hHhxx^x`OJQJ^Jo(hHohHH^H`OJ QJ o(hHh^`OJQJo(hHh^`OJQJ^Jo(hHoh^`OJ QJ o(hH^`o(. ^`hH. pLp^p`LhH. @ @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PLP^P`LhH.h^`OJQJo(hHh^`OJQJ^Jo(hHohpp^p`OJ QJ o(hHh@ @ ^@ `OJQJo(hHh^`OJQJ^Jo(hHoh^`OJ QJ o(hHh^`OJQJo(hHh^`OJQJ^Jo(hHohPP^P`OJ QJ o(hH !^`!5hH !^`!5hH. !^`!5hH.. 88^8`5hH... `^``5hH .... ^`5hH ..... pp^p`5hH ......  pp^p`5hH.......   ( ^ `(5hH........#88^8`567>*S*Y(^Jo(hH() ^`hH. pL^p`LhH. @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PL^P`LhH.z^`zo(z^`zo(.F0F^F`0o(..^`o(... $ $ ^$ `o( ....  ` ^ ``o( .....  ` ^ ``o( ...... ^`o(....... ^`o(........88^8`>*o(hH. ^`hH. pL^p`LhH. @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PL^P`LhH.hh^h`5o(hHhh^h`5o(hH.0^`05o(hH..88^8`5o(hH... 88^8`5o(hH .... `^``5o(hH ..... `^``5o(hH ...... ^`5o(hH....... ^`5o(hH........^`o(. ^`hH. pLp^p`LhH. @ @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PLP^P`LhH.h88^8`OJQJo(hH88^8`OJQJ^Jo(hHo^`OJ QJ o(hH  ^ `OJQJo(hH  ^ `OJQJ^Jo(hHoxx^x`OJ QJ o(hHHH^H`OJQJo(hH^`OJQJ^Jo(hHo^`OJ QJ o(hH/^`/5o( /^`/5o(.0^`05o(..88^8`5o(... 88^8`5o( .... `^``5o( ..... `^``5o( ...... ^`5o(....... ^`5o(........hh^h`OJQJ^Jo(hHoh88^8`OJQJo(hH^`OJ QJ o(hH  ^ `OJQJo(hH  ^ `OJQJ^Jo(hHoxx^x`OJ QJ o(hHHH^H`OJQJo(hH^`OJQJ^Jo(hHo^`OJ QJ o(hHhh^h`OJQJ^Jo(hHoh^`OJQJ^Jo(hHo^`OJ QJ o(hH  ^ `OJQJo(hH  ^ `OJQJ^Jo(hHoxx^x`OJ QJ o(hHHH^H`OJQJo(hH^`OJQJ^Jo(hHo^`OJ QJ o(hHhh^h`5o(hHhh^h`5o(hH.0^`05o(hH..88^8`5o(hH... 88^8`5o(hH .... `^``5o(hH ..... `^``5o(hH ...... ^`5o(hH....... ^`5o(hH........h4l4^4`l5OJQJo(hH l ^ `l5o(.0^`05o(..0^`05o(... ^`5o( .... ^`5o( .....  ` ^ ``5o( ...... `^``5o(....... (#(#^(#`5o(........^`5o(hH. ^`hH. pL^p`LhH. @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PL^P`LhH.h^`h^JhH()#88^8`567>*S*Y(^Jo(hH()^`OJ QJ o(hH @ @ ^@ `567>*S*Y(^JhH()^`^JhH.^`^JhH.^`^JhH.^`^JhH.PP^P`^JhH.!^`!5o(hH!^`!5o(hH.!^`!5o(hH..88^8`5o(hH... `^``5o(hH .... ^`5o(hH ..... pp^p`5o(hH ...... pp^p`5o(hH.......  ( ^ `(5o(hH........ 88^8`o(hH. ^`hH. pL^p`LhH. @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PL^P`LhH.h^h`o( 8^8`hH. L^`LhH.  ^ `hH.  ^ `hH. xL^x`LhH. H^H`hH. ^`hH. L^`LhH.hh^h`o(hh^h`o(.0^`0o(..0^`0o(... 88^8`o( .... 88^8`o( ..... `^``o( ...... `^``o(....... ^`o(........hh^h`OJQJo(hH ^`hH. pp^p`hH. @ @ ^@ `hH. ^`hH. ^`hH. ^`hH. ^`hH. PP^P`hH.88^8`OJQJo(hH ^`hH. pp^p`hH. @ @ ^@ `hH. ^`hH. ^`hH. ^`hH. ^`hH. PP^P`hH. ;;^;`o(hH. ^`hH. pL^p`LhH. @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PL^P`LhH.!^`!5o(hH!^`!5o(hH.!^`!5o(hH..88^8`5o(hH... `^``5o(hH .... ^`5o(hH ..... pp^p`5o(hH ...... pp^p`5o(hH.......  ( ^ `(5o(hH........h^`CJOJQJo(hH @ @ ^@ `OJQJo(o ^`OJ QJ o( ^`OJQJo( ^`OJQJo(o ^`OJ QJ o( PP^P`OJQJo(   ^ `OJQJo(o ^`OJ QJ o(hh^h`o(hh^h`o(.0^`0o(..0^`0o(... 88^8`o( .... 88^8`o( ..... `^``o( ...... `^``o(....... ^`o(........^`5o(hH. \ ^ `\5o(hH.808^8`05o(hH..^`5o(hH... ^`5o(hH .... `^``5o(hH ..... `^``5o(hH ...... pp^p`5o(hH....... pp^p`5o(hH........hh^h`5o(hh^h`5o(.0^`05o(..88^8`5o(... 88^8`5o( .... `^``5o( ..... `^``5o( ...... ^`5o(....... ^`5o(........ \^`\o(hH \^`\o(hH. 0^`0o(hH.. 0^`0o(hH... 88^8`o(hH .... 88^8`o(hH ..... `^``o(hH ......  `^``o(hH.......  ^`o(hH........^`5o(. \ ^ `\5o(.808^8`05o(..^`5o(... ^`5o( .... `^``5o( ..... `^``5o( ...... pp^p`5o(....... pp^p`5o(........0^`05o(0^`05o(.0^`05o(..88^8`5o(... `^``5o( .... ^`5o( ..... pp^p`5o( ...... pp^p`5o(.......  ( ^ `(5o(........88^8`OJQJo(hH ^`hH. pp^p`hH. @ @ ^@ `hH. ^`hH. ^`hH. ^`hH. ^`hH. PP^P`hH.#88^8`567>*S*Y(^Jo(hH() ^`hH. pL^p`LhH. @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PL^P`LhH.>^`>o(>^`>o(.0^`0o(..88^8`o(... 88^8`o( .... `^``o( ..... `^``o( ...... ^`o(....... ^`o(........h^`CJOJQJo(hH ,,^,`OJQJo(o ^`OJ QJ o( ^`OJQJo( ^`OJQJo(o ll^l`OJ QJ o( <<^<`OJQJo(  ! !^ !`OJQJo(o ##^#`OJ QJ o(#^`567>*S*Y(^Jo(hH() p^p`hH. @ L^@ `LhH. ^`hH. ^`hH. L^`LhH. ^`hH. P^P`hH.  L^ `LhH.h ^`o(hH)h pp^p`hH.h @ L@ ^@ `LhH.h ^`hH.h ^`hH.h L^`LhH.h ^`hH.h PP^P`hH.h  L ^ `LhH.88^8`>*o(. p0p^p`0>*OJQJ^Jo(.  L ^ `LhH.   ^ `hH. xx^x`hH. HLH^H`LhH. ^`hH. ^`hH. L^`LhH.^`OJQJo(hH^`OJQJ^Jo(hHopp^p`OJ QJ o(hH@ @ ^@ `OJQJo(hH^`OJQJ^Jo(hHo^`OJ QJ o(hH^`OJQJo(hH^`OJQJ^Jo(hHoPP^P`OJ QJ o(hH^`5o(hH. \ ^ `\5o(hH.808^8`05o(hH..^`5o(hH... ^`5o(hH .... `^``5o(hH ..... `^``5o(hH ...... pp^p`5o(hH....... pp^p`5o(hH........^`o(. ^`hH. pLp^p`LhH. @ @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PLP^P`LhH./^`/5o(hH!/^`/5o(hH.0^`05o(hH..88^8`5o(hH... 88^8`5o(hH .... `^``5o(hH ..... `^``5o(hH ...... ^`5o(hH....... ^`5o(hH........^`5o(hH. \ ^ `\5o(hH.808^8`05o(hH..^`5o(hH... ^`5o(hH .... `^``5o(hH ..... `^``5o(hH ...... pp^p`5o(hH....... pp^p`5o(hH........ ^`o(hH. ^`hH. pL^p`LhH. @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PL^P`LhH.!^`!5o(hH!^`!5o(hH.!^`!5o(hH..88^8`5o(hH... `^``5o(hH .... ^`5o(hH ..... pp^p`5o(hH ...... pp^p`5o(hH.......  ( ^ `(5o(hH......../^`/5o(#/^`/5o(.0^`05o(..88^8`5o(... 88^8`5o( .... `^``5o( ..... `^``5o( ...... ^`5o(....... ^`5o(........h ^`OJQJo(h ^`OJQJo(oh pp^p`OJ QJ o(h @ @ ^@ `OJQJo(h ^`OJQJo(oh ^`OJ QJ o(h ^`OJQJo(h ^`OJQJo(oh PP^P`OJ QJ o(h^`B*o(phhH. ^`hH. pLp^p`LhH. @ @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PLP^P`LhH.88^8`o(. ^`hH.  L ^ `LhH.   ^ `hH. xx^x`hH. HLH^H`LhH. ^`hH. ^`hH. L^`LhH.h88^8`OJQJo(hHh^`OJQJ^Jo(hHoh  ^ `OJ QJ o(hHh  ^ `OJQJo(hHhxx^x`OJQJ^Jo(hHohHH^H`OJ QJ o(hHh^`OJQJo(hHh^`OJQJ^Jo(hHoh^`OJ QJ o(hH ;;^;`o(hH. ^`hH. pL^p`LhH. @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PL^P`LhH. ;;^;`o(hH. ^`hH. pL^p`LhH. @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PL^P`LhH.88^8`OJQJo(hH ^`hH. pp^p`hH. @ @ ^@ `hH. ^`hH. ^`hH. ^`hH. ^`hH. PP^P`hH.88^8`OJQJo(hH ^`hH. pp^p`hH. @ @ ^@ `hH. ^`hH. ^`hH. ^`hH. ^`hH. PP^P`hH.#^`567>*S*Y(^Jo(hH() ^`hH.  L^ `LhH.  ^ `hH. x^x`hH. HL^H`LhH. ^`hH. ^`hH. L^`LhH.h^`CJOJQJo(hH @ @ ^@ `OJQJo(o ^`OJ QJ o( ^`OJQJo( ^`OJQJo(o ^`OJ QJ o( PP^P`OJQJo(   ^ `OJQJo(o ^`OJ QJ o( ;;^;`hH.hh^h`5o(hH"0^`05o(hH.0^`05o(hH..88^8`5o(hH... `^``5o(hH .... ^`5o(hH ..... pp^p`5o(hH ...... pp^p`5o(hH.......  ( ^ `(5o(hH........hh^h`5o(hh^h`5o(.0^`05o(..88^8`5o(... 88^8`5o( .... `^``5o( ..... `^``5o( ...... ^`5o(....... ^`5o(........88^8`OJQJo(hH ^`hH. pp^p`hH. @ @ ^@ `hH. ^`hH. ^`hH. ^`hH. ^`hH. PP^P`hH.h^`OJQJ^Jo(hHohpp^p`OJQJ^Jo(hHoh@ @ ^@ `OJ QJ o(hHh^`OJQJo(hHh^`OJQJ^Jo(hHoh^`OJ QJ o(hHh^`OJQJo(hHhPP^P`OJQJ^Jo(hHoh  ^ `OJ QJ o(hH!^`!5o(hH!^`!5o(hH.!^`!5o(hH..88^8`5o(hH... `^``5o(hH .... ^`5o(hH ..... pp^p`5o(hH ...... pp^p`5o(hH.......  ( ^ `(5o(hH........^`o(. ^`hH. L^`LhH. ^ ^ ^^ `hH. ..^.`hH. L^`LhH. ^`hH. ^`hH. nLn^n`LhH. ^`o(hH. ^`hH. pL^p`LhH. @ ^@ `hH. ^`hH. L^`LhH. ^`hH. ^`hH. PL^P`LhH.l9?H7DYpgP_ 2p3_ \v%OlK ~TSP , y   Xq  S4}pp ^J ,g@[' !;q%O)lK~TS,y XqS4}p{Pp3\v^Jpg',wZyLb%s7SFt>kae7/$n0z/vV?w!N6[}bk:b9> Wm^+bKb$wgB5CPO/q.C^N)^tKM#[i~!&w Whvn.Tz7c,[sG w/{7sve>PL4y)f@>Mp&y} i6BkwMZ@;McqAy ?S;c ~ @r7aoqa@tBe<&JKQZ,g@ 5"x<*apOH+B;6nVK$dQy7nb3@oұ   tP0Uu0G 0Uu0I 0Uu0I 0Uu0I 0Uu0I 0Uu0I 0Uu0I 0Uu0I 0Uu0I 0Eu0I ``                             Sz                                         z                 8                                            E        U0                                                              h        f8                                                     ʥ|6v2 Z2-     Ա                                  6                          6v                 6v        E        LΈٖ<                         7                          1Z"                         In                          6v                                   wF        0        6BAQ%?Q6IAT l5LJBAQ:|E <\yry7AfTT IsM= YY v U { qc Ng T $:"_L\ek %`vcEzA{}~} % } ge!@\")#?$K%s%d )` )<)f) *=-t.Nu/|1!2ec2#3>4_4y45~5xh5C 6h6U7Eh7y788?8J:i!;3>1^?z?qABt4CGDD+ZE'iEH\!K L?LhLO EPQsSjT USUW[X, X50YAY1,Z[@\C]\]z_$`a|b/cd_fs8h3iFjijyjjHl?-lH4l m(LmPmo|mTnlJo6upyAqeoqwqrNr*trwstw2,wS1w_yzA{N{\|2"a%NtvN.fUnyW*[^Vjll6do?Pk;CSW|?DV%K|HquEo3oYr:4Q_,Q7U~'3.Hb3 _`h69@ ,x} &=,R (UcsM:ioN]*C<w`9vHv*|Q&6~5}+MxLv WHw ceNUCtw $TOe)BH7V r 2iV&;t"VX_<2/\.3VX@x@Unknown gerald.byrd G* Times New Roman5Symbol3. * ArialG5  hMS Mincho-3 fgWSimSunArial Unicode MS?= * Courier New;" HelveticaA Arial-BoldMT7 ArialMT5. *aTahoma3Times;WingdingsA BCambria Math"0h놵+>  >  !d4d 3qHP ?uJ #32l! xx% DRAFT STATEMENT OF OBJECTIVES (SOO) tommy.amburgey gerald.byrd`                           ! " # $ % & ' ( ) * + , - . / 0 1 2 3 4 5 6 7 8 9 : ; < = > ? @ A B C D E F G H I J K L M N O P Q R S T U V W X Y Z [ \ ] ^ _ Oh+'0  0< \ h t ( DRAFT STATEMENT OF OBJECTIVES (SOO) tommy.amburgeyNormal gerald.byrd2Microsoft Office Word@Ik@*Yx@4Z@4Z> ՜.+,D՜.+,T hp  NMCI  & DRAFT STATEMENT OF OBJECTIVES (SOO) Title 8@ _PID_HLINKSA0(-http://www.dtic.mil/doctrine/dod_dictionary/(-http://www.dtic.mil/doctrine/dod_dictionary/(-http://www.dtic.mil/doctrine/dod_dictionary/( -http://www.dtic.mil/doctrine/dod_dictionary/( -http://www.dtic.mil/doctrine/dod_dictionary/(-http://www.dtic.mil/doctrine/dod_dictionary/(-http://www.dtic.mil/doctrine/dod_dictionary/(-http://www.dtic.mil/doctrine/dod_dictionary/  !"#$%&'()*+,-./0123456789:;<=>?@ABCDEFGHIJKLMNOPQRSTUVWXYZ[\]^_`abcdefghijklmnopqrstuvwxyz{|}~      !"#$%&'()*+,-./0123456789:;<=>?@ABCDEFGHIJKLMNOPQRSTUVWXYZ[\]^_`abcdefghijklmnopqrstuvwxyz{|}~      !"#$%&'()*+,-./0123456789:;<=>?@ABCDEFGHIJKLMNOPQRSTUVWXYZ[\]^_`abcdefghijklmnopqrstuvwxyz{|}~      !"#$%&'()*+,-./0123456789:;<=>?@ABCDEFGHIJKLMNOPQRSTUVWXYZ[\]^_`abcdefghijklmnopqrstuvwxyz{|}~      !"#$%&'()*+,-./0123456789:;<=>?@ABCDEFGHIJKLMNOPQRSTUVWXYZ[\]^_`abcdefghijklmnopqrstuvwxyz{|}~      !"#$%&'()*+,-./0123456789:;<=>?@ABCDEFGHIJKLMNOPQRSTUVWXYZ[\]^_`abcdefghijklmnopqrstuvwxyz{|}~      !"#$%&'()*+,-./0123456789:;<=>?@ABCDEFGHIJKLMNOPQRSTUVWXYZ[\]^_`abcdefghijklmnopqrstuvwxyz{|}~      !"#$%&'()*+,-./0123456789:;<=>?@ABCDEFGHIJKLMNOPQRSTUVWXYZ[\]^_`abcdefghijklmnopqrstuvwxyz{|}~      !"#$%&'()*+,-./0123456789:;<=>?@ABCDEFGHIJKLMNOPQRSTUVWXY[\]^_`abcdefghijklmnopqrstuvwxyz{|}~                           ! " # $ % & ' ( ) * + , - . / 0 1 2 3 4 5 6 7 8 9 : ; < = > ? @ A B C D E F G H I J K L M N O P Q R S T U V W X Y Z [ \ ] ^ _ ` a b c d e f g h i j k l m n o p q r s t u v w x y z { | } ~                            ! " # $ % & ' ( ) * + , - . / 0 1 2 3 4 5 6 7 8 9 : ; < = > ? @ A B D E F G H I J K L M N O P Q R S T U V W X Y Z [ \ ] ^ _ ` a b c d e f g h i j k l m n o p q r s t u v w x y z { | } ~                            ! " # % & ' ( ) * + - . / 0 1 2 3 L Root Entry FS8ZN Data Zt1TableC WordDocumentSummaryInformation($ DocumentSummaryInformation8, CompObjy  F'Microsoft Office Word 97-2003 Document MSWordDocWord.Document.89q