STATEMENT OF WORK



LOWER TIER PROJECT OFFICE (LTPO) MISSILE SYSTEMS

INDEPENDENT INTEGRATION ANALYSIS

Performance Work Statement (PWS)

Programmatic Support Services

For the Lower Tier Project Office (LTPO)

June 2011

1.0 BACKGROUND: - 3 -

2.0 OBJECTIVE: - 4 -

3.0 SCOPE: - 5 -

4.0 LTPO MISSILE SYSTEMS INTEGRATION SUPPORT (PS4) - 5 -

4.1 General Requirements (PS4) - 5 -

4.2 System Performance Analysis (PS4) - 5 -

4.2.1 General Requirements (PS4) - 5 -

4.2.2 Specific Requirements (PS4) and (PS8) - 6 -

4.3 Analysis and Integration of Reliability, Availability, and Maintainability (RAM), Quality, Safety, Environmental, Nuclear, Biological and Chemical (NBC) , Electromagnetic Environmental Effects (E3), and Human Factor Engineering (HFE) (PS4) - 10 -

4.3.1 General Requirements (PS4) - 10 -

4.3.2 Specific Requirements (PS4), (PS3) and (PS2) - 10 -

4.4 Deployment Support Analysis (PS4) and (PS8) - 12 -

4.4.1 General Requirements (PS4) - 12 -

4.4.2 Specific Requirements (PS4) and (PS8) - 12 -

4.5 Logistics Integration Analysis (PS4) - 13 -

4.5.1 General Requirements (PS4) - 13 -

4.5.2 Specific Requirements (PS4) - 13 -

4.6 System Integration Analysis (PS4) - 13 -

4.6.1 General Requirements (PS4) - 13 -

4.6.2 Specific Requirements (PS4) - 15 -

5.0 LTPO MISSILE SYSTEMS SIMULATIONS (PS4) - 16 -

5.1 General Requirements (PS4) - 16 -

5.2 Specific Requirements (PS4) - 17 -

6.0 ANALYSIS AND SUPPORT OF SYSTEM DIAGNOSTIC CAPABILITIES (PS4) - 20 -

6.1 General Requirements (PS4) - 20 -

6.2 Specific Requirements (PS4) - 20 -

7.0 INTERNATIONAL PROGRAM SUPPORT SCOPE (PS6) - 23 -

7.1 General Requirements (PS6) - 23 -

7.2 Program Management Technical Support (PS6) - 23 -

7.3 System Simulation and Analysis in Support of International Operations (PS6) - 23 -

8.0 PROGRAM MANAGEMENT TECHNICAL SUPPORT (PS4) - 24 -

8.1 General Requirements (PS4 and PS2) - 24 -

8.2 Specific Requirements (PS4, PS2 andPS3) - 24 -

8.3 Management Control - 25 -

8.4 Reporting and Meetings - 26 -

9.0 TRAVEL - 27 -

10.0 SECURITY - 28 -

12.0 GOVERNMENT FURNISHED PROPERTY - 28 -

13.0 ACCOUNTING FOR CONTRACTOR SUPPORT - 28 -

14.0 PERFORMANCE OBJECTIVES/METRICS - 29 -

APPENDIX A - PERFORMANCE REQUIREMENTS SUMMARY MATRIX - 33 -

1. BACKGROUND:

1. The LTPO is comprised of the following systems / subsystems:

• Phased Array Tracking to Intercept of Target (PATRIOT) Air Defense System

• Fire Unit (FU)

• The PATRIOT Advanced Capability Missile-2 (PAC-2)

• The PAC-3 missile

• The Medium Extended Air Defense System (MEADS)

2. The Phased Array Tracking to Intercept of Target (PATRIOT) system is an extremely capable, long-range, medium-to-high altitude, air-defense, guided missile system which provides protection of ground combat forces and high-value assets. The PATRIOT system can conduct multiple simultaneous engagements in all-weather conditions, under hostile electronic countermeasures (ECM) environments, against tactical ballistic missiles, cruise missiles, and high-performance aircraft. The PATRIOT system is deployed by Fire Unit (FU), organized within a Battalion. Each FU consists of the Engagement Control Station, a Radar Set, an Electronic Power Plant, eight M901 Launching Stations, and the Battery Command Post, including ancillary support equipment. The PATRIOT Battalion is organized by a Headquarters and Headquarters Battery (HHB), exercising command and control through the Information and Coordination Central (ICC) vehicle, with communications support enabled through the Communications Relay Group and Antenna Mast Group. Both the FU and the Battalion have dedicated support, communications, and maintenance vehicles, with missile reload trailer transport capability.

3. At the Fire Unit (FU) level, the PATRIOT missile system consists of an Engagement Control Station (ECS), a Radar Set (RS), an Electronic Power Plant, (EPP), up to eight Launching Stations (LS), and the Battery Command Post (BCP) coordinated among associated communications equipment of the Battalion. An FU is also composed of ancillary support equipment: the small and large repair parts trailer (one each), one Battery Maintenance Center (BMC) vehicle, and nine Heavy Expanded Mobility Tactical Trucks (HEMIT).

The RS provides the tactical functions of airspace surveillance, target detection, identification, classification, tracking, and missile guidance and engagement support.

The RS has the capacity to track numerous targets and provides missile guidance data among one or more launching stations. The LS performs transport, point, and missile launch functions and is remotely operated from the ECS, which provides missile pre-launch data and the fire command signal.

4. The PATRIOT Advanced Capability Missile-2 (PAC-2) is long-range, all-weather, air defense missile. The PAC-2 is equipped with a track-via-missile (TVM) guidance system and carries a high-explosive warhead. Propulsion is provided by a single-stage, solid-fuel rocket motor.

The MIM-104C is an upgrade of the earlier version of the PAC-2 missile with an improved (blast fragmentation) warhead and pulse Doppler proximity fuse. The pulse-doppler subsystem optimizes target acquisition by discriminating among the widely varying incoming velocities characteristic of the objective target set.

The MIM-104C Engineering Change Proposal (ECP)/production decision was approved on 1 December 1988 with First Unit Equipped (FUE) on 1 September 1990. Fielding is complete to the U.S. Army and Foreign Military Sales customers.

5. The PATRIOT Ground Support Equipment, in concert with the PAC-3 missile, has been upgraded through a series of integrated, phased improvements.

The PAC-3 missile is a high-velocity, surface-to-air missile capable of providing the range, accuracy, and lethality to effectively defend against tactical ballistic and cruise missiles armed with conventional high-explosive, biological, chemical, and nuclear warheads. Its leading-edge technology uses kinetic energy to destroy targets through a hit-to-kill capability, in lieu of a proximity-fuzed warhead. The PAC-3 missile is further equipped with an integrated, mid-body ring Lethality Enhancer, maximizing destructive capability against the objective target set.

6. The Medium Extended Air Defense System (MEADS) provides a robust 360-degree defense using the PAC-3 hit-to-kill missile against the full spectrum of theater ballistic missiles, anti-radiation missiles, cruise missiles, unmanned aerial vehicles, tactical air-to-surface missiles, and rotary- and fixed-wing threats. MEADS will also provide:

• Defense against multiple and simultaneous attacks by short-range ballistic missiles; low-radar, cross-section cruise missiles; and other air-breathing threats

• Immediate C-130 and C-17 deployment for early entry operations, and lift capability by CH-47 helicopters and Marine Corps Landing Craft Air Cushion and Landing Craft Utility

• Mobility to displace rapidly and protect maneuver forces assets during offensive operations

• Netted, distributed, and open architecture and modular components to increase survivability and flexibility of employment in a number of operational configurations

• A significant increase in firepower with the PAC-3 missile with greatly reduced requirements for manpower, maintenance, and logistics.

1. OBJECTIVE:

The contractor shall provide programmatic analysis and recommendations to the LTPO in the areas delineated in this Performance Work Statement (PWS). The contractor shall supply the necessary personnel, facilities, and material not otherwise provided herein and shall perform all that is necessary for or incident to the fulfillment of this PWS. For the duration of the task order, the contractor shall maintain the capability to perform the work outlined below on a short reaction time basis.

1. Applicable top level documents are contained in ATTACHMENT 1 to the Task Order, Document Summary List (DSL), by number, title, and date. The document versions specified on the DSL take precedence over the generic references (without revision letters) cited in the SOW.

2. SCOPE:

The contractor, as an independent contractor and not an agent or employee of the Government, shall provide all supervision, labor, incidental materials, and other services necessary to perform programmatic support in monitoring, assessing, coordinating, analyzing, and integrating component programs/activities, including briefings/presentations and agendas for the total life cycle of the systems. The contractor shall provide input, advice, and recommendations to special teams formed to provide expeditious resolution of programmatic problems.

3. LTPO MISSILE SYSTEMS INTEGRATION SUPPORT (PS4)

1. General Requirements (PS4)

To perform the system integration effort, the contractor shall accomplish the following:

1. Analyze the effectiveness of the LTPO missile systems Fire Units, Multiple Fire Units, Battalion, and Multiple Battalions against threat scenarios. Analyze the LTPO missile systems simulations and test data - providing recommendations, input or advice regarding the findings from the analysis.

2. Analyze, evaluate, investigate, and provide results on the LTPO missile systems programmatic product assurance data, RAM (Reliability, Availability, and Maintainability), and quality control and inspection procedures.

3. Analyze the LTPO missile systems maintenance effectiveness programs and provide results or recommendations.

4. Participate in design reviews, IPT meetings, and conferences in performance of this task order.

2. System Performance Analysis (PS4)

1. General Requirements (PS4)

The Contractor shall analyze the LTPO missile systems being designed, developed and produced, and analyze (to include the design, development and procurement of analysis hardware and software) their associated data to verify that the units possess the capabilities that is specified in their respective requirements documentation. The contractor shall examine the integrated system capabilities of the LTPO missile systems independent fire units, multiple fire units, a battalion of fire units, and battalions operating as a part of an integrated air defense in a Corps/Theater area. This effort shall include the consideration of surveillance, guidance, electronic counter-countermeasures (ECCM), communication, and doctrine at the fire unit level; communications, doctrine, and ECCM at the inter-fire unit level and battalion level; communications, doctrine, interoperability between adjacent LTPO missile systems battalions and their ability to interface and inter-operate with the remainder of the fielded Army and analysis of active/passive target identification techniques.

2. Specific Requirements (PS4) and (PS8)

1. The contractor shall conduct several simulations (e.g., PATRIOT Surveillance Simulation (PASS), Counter Anti-Radiation Missile (CARM), PATRIOT Advanced Capability 2 Simulation (PAC2SIM) and PATRIOT Advanced Capability 3 Simulation (PAC3SIM)) and PATRIOT System Effectiveness Model (PSEM) for the purpose of generating and assessing system performance.

2. The Contractor shall maintain awareness of the current and proposed future Tactical Ballistic Missile, Aircraft, Cruise Missile, Unmanned Air Vehicle, and Helicopter threat.

3. The contractor shall provide analysis of simulation updates and verification by assembling and transmitting LTPO missile systems and subsystem modification information/data relevant for incorporation into Government operated and maintained simulations. The contractor shall also incorporate these modifications into its own hosted versions of these simulations. In addition, the contractor shall receive outputs from the Government updated simulations and verify that system and subsystem modifications have been adequately represented in the models.

4. The contractor shall develop and analyze the evaluation of LTPO missile systems performance for fielded, advanced, and responsive threat scenarios.

5. The contractor shall develop and analyze various air breathing target and missile attack raid scenarios for evaluation of LTPO missile systems performance.

6. The contractor shall analyze the effect of threat countermeasures on the LTPO missile systems fire unit, multiple fire units, and battalions to include countermeasure effects on communications systems.

7. The contractor shall analyze scenarios used in specific Government supplied studies and provide input and recommendations regarding the effectiveness of the LTPO missile systems and the validity of previous conclusions. The scenarios to be analyzed, the conclusions to be verified, and the priority for accomplishing the effort will be furnished by the Government.

8. The contractor shall analyze threat recognition and identification systems and recommend enhancements to the LTPO missile systems threat recognition and identification capabilities. Consideration shall be given to single and/or joint service systems.

9. The contractor shall verify that simulation input scenario data is consistent with threat documentation. The contractor shall also verify that the outputs of the automation process are accurate.

10. The simulation description documents shall consist of top level functional descriptions of simulations used and examples of program input and output. Electronic Media and hard copy listings shall be prepared IAW DI-MCCR-80700 (A017).

11. The contractor shall analyze White Sands Missile Range (WSMR) system search/track multifunction and missile flight test plans and data in support of key tests. The contractor shall analyze planning documentation for operational testing of the LTPO missile systems, perform data collection and analyses during and subsequent to the testing, and provide recommendations for LTPO missile systems improvements. This shall include participation on the Joint Analysis Team (JAT) to address test anomalies and document findings in required JAT formants.

12. The contractor shall analyze the system performance of the LTPO Production Systems for each new deployment software build and applicable hardware changes to verify that the desired baseline system performance is achieved as planned by the material developer.

13. The contractor shall perform independent system integration analyses and evaluation of designs and implementations thereof for the LTPO missile systems. This effort includes the analysis and evaluation of proposed changes and recommendations to resolve deficiencies, obsolescence and or improve performance.

14. The contractor shall make preparations for meetings such as Integrated Product Teams (IPTs) and participate in discussions relative to the system integration efforts of the LTPO missile systems and provide input and advice regarding alternatives to the Government.

15. The contractor shall perform independent evaluation and analysis of specified elements of program plans, costs, schedules, and associated data integrations.

16. The LTPO growth development efforts shall be evaluated by the contractor and any recommended modifications to improve system performance shall be provided to the Government.

17. The contractor shall provide analysis, evaluation, and make recommendations to the LTPO concerning: test requirements, test conduct, and range planning, in such areas as system hardware, Electronic Countermeasure (ECM), aircraft support, real time monitoring of test activities, data collection and evaluation. This effort shall be required at different CONUS or OCONUS locations as specified by the LTPO.

18. The contractor shall support US Army Air and Missile Defense weapon and sensor systems working with other Government Agency’s to perform joint programmatic analysis and systems engineering, to include system performance, modeling and simulation, hardware-in-the-loop test, flight tests and interoperability exercises, demonstrations and tests to include Ballistic Missile Defense System Integrated Fire Control, and Integrated Air and Missile Defense.

4.2.2.19 The contractor shall design and provide prototype tools and solutions to evaluate potential system enhancements, support conduct of test events and field exercises, and conduct performance analyses.

4.2.2.20 The contractor shall prepare a technical report at the completion of each analysis task in paragraphs 4.2.2.1 through 4.2.2.17, which contains sufficient information to allow the Government to evaluate the subject and options analyzed. Reports shall be prepared IAW DI-MISC-80508 (A002).

4.2.2.21 The  contractor shall  provide, support, maintain, and  upgrade  hardware  and  software for  an  Air  and  Missile Defense  Analysis  Network (AMDAN) to provide  real  time  secure  data/documentation  thru  high  speed  land  lines  and  satellites (CONUS/OCONUS)  to  a  Data  Analysis  Center  (DAC) and  a System  Performance and  Simulation Lab (SPSL).

4.2.2.22 The  contractor  shall  provide  a  centrally  located  capability  to  monitor  real  time  missile  and  hardware  development  tests, pre  and  post  wartime  activities, reduce  and  analyze data ,  electronically display  data  for  review, perform  modeling  and  simulation  development, conduct  tactical  planner  activities,  and  conduct system  performance  analysis  thru  high  speed  processors.   A  capability  is  required to  transfer  secure  data, analysis  results, and  related  classified  documents  to selected  multiple  contractors  and  Government  facilities  over  the  AMDAN  network.

4.2.2.23 The contractor shall provide data  analysis  and  documentation  transfer  in  support of  all  LTPO  functional/technical areas; e.g.,  System  Engineering, Software, PAC-3,  hardware, Product  Assurance  and  Test,  and  Logistics.

4.2.2.24 The contractor shall have access to the Government SIPRNet for the transfer of classified data and email access. The contractor shall provide data analysis and documentation transfer using the SIPRNet when directed by the Government. Further, the contractor shall receive classified information and documentation as directed by the Government to support LTPO functional/technical areas. The contractor shall refer to paragraph 10.0 of this PWS for all security requirements associated with access to classified information.

3. Analysis and Integration of Reliability, Availability, and Maintainability (RAM), Quality, Safety, Environmental, Nuclear, Biological and Chemical (NBC) , Electromagnetic Environmental Effects (E3), and Human Factor Engineering (HFE) (PS4)

1. General Requirements (PS4)

1. The contractor shall provide analysis and recommendations to the LTPO in the system level integration of programmatic/technical functions that pertain to product assurance, safety, environmental, NBC, E3 and HFE with other functional areas. This includes plans, procedures, and documentation used to analyze/evaluate qualification testing, quality control methods, hardware/software problem areas, system RAM, and conformance to specifications. The effort shall assess the impact of the system growth programs on system RAM, readiness, safety, environmental, NBC, E3 and HFE. The contractor shall provide analysis and recommendations to the LTPO for program verification items in addition to qualification test. The contractor shall also support Functional Configuration Audits/Physical Configuration Audits (FCA/PCA) and provide analysis of technical documentation.

2. The contractor shall integrate and coordinate reports, plans, tests, and other input provided by the Government, as well as prepare summary reports and program review materials in draft form. The contractor's programmatic/technical tasks shall concern the identification and assessment of system improvements, corrective action tracking, control of manufacturing/production documentation, failure investigations, and nonconforming material reviews.

3. The contractor shall develop and maintain data bases and tools in support of RAM, Quality, Safety, Environmental, NBC and HFE.

4. The contractor shall analyze/evaluate system life cycle costs and the impact of various equipment modifications or changes in system operational procedures on total program sustainment costs. The contractor shall provide input in the development and operation of CONUS/OCONUS PATRIOT Field Surveillance Programs and recertification facilities.

2. Specific Requirements (PS4), (PS3) and (PS2)

1. The contractor shall use various simulations supplied by the Government to generate the data base for analyses. These simulations include PATRIOT Update Program (PUP), Automated Technical Reliability Assessment Program (ATRAP), Maintainability Assessment Program (MAP), PATRIOT Availability Program (PAP), RAM 15 kW Program, Post Engagement Ground Effects Model (PEGEM) and RAM Electronic Power Plant (EPP) II Program.

2. The contractor shall analyze the above simulations and associated modifications to determine their adequacy and to define limitations and shortcomings. The contractor shall maintain the capability to modify these simulations in support of evolving program requirements. As models are changed, the contractor shall establish a traceability of changes.

3. The contractor shall analyze various planned or proposed equipment modifications and provide input of the impact on system RAM, system safety, environmental, NBC, E3 and HFE. The contractor shall analyze the various elements of system life cycle costs and determine the impact of system equipment or operational changes on total system sustainment costs.

4. The contractor shall prepare for meetings and participate in discussions relative to simulation’s effectiveness evaluation effort and provide advice and input regarding alternatives to the Government.

5. The contractor shall perform field surveillance monitoring and analyze the various LTPO Missile System elements to determine impact on performance, schedules, and life cycle costs. The contractor shall plan and support the field surveillance program review.

6. The contractor shall perform analyses and investigations concerning quality activities integration into all manufacturing/production and post production efforts in support of the LTPO Missile Systems.

7. The contractor shall review and prepare comments or recommendations concerning quality planning documents (including changes thereto), programmatic reports and program integration efforts.

8. The contractor shall review programmatic technical problem areas and associated corrective actions; and prepare comments concerning their effectiveness and/or recommend improvements.

9. The contractor shall prepare (in contractor format) and assemble all data using Army Materiel Command Regulation AR 700-142, for reference and information only, for submittal of individual Materiel Release Action to the LTPO.

10. The contractor shall review technical problem areas associated with breakout spare procurements and prepare recommendations for improvements.

11. The contractor shall perform studies, to include statistical modeling and Life Cycle Cost (LCC) analysis, related to the LTPO Missile Component Storage and Aging Limited Life Components Program. These studies shall include analysis of any impacts on the LTPO missile systems re-certification cycles and the programmed work loading at the re-certification facilities.

12. Upon completion of analysis, specified in paragraphs 4.3.2.1 - 4.3.2.11, technical reports describing the analysis shall be prepared IAW DI-MISC-80508 (A002) and presentation material shall be prepared IAW DI-ADMN-81373 (A004).

4. Deployment Support Analysis (PS4) and (PS8)

1. General Requirements (PS4)

The contractor shall conduct independent integration analyses in the area of manpower, organization, and equipment to support the Government’s goal of ensuring the required level of availability and maintainability of the LTPO missile systems, and to assess the impact of changes in other functional areas on these system aspects.

2. Specific Requirements (PS4) and (PS8)

1. The contractor shall perform an independent assessment of the Intermediate Level Maintenance (ILM) program. The contractor's detailed analysis, to include identification, development, and support of plans for current and additional equipment, shall then be provided to the Government.

2. The contractor shall analyze deployment plans of the LTPO Missile Systems.

3. The contractor shall prepare in-depth assessments identifying and defining potential problems in the deployment, training, and integration area. The contractor shall design and provide prototype solutions for implementing new deployment support concepts.

4. The contractor shall present assessments relevant to LTPO missile systems maintenance support matters in Government meetings, such as IPTs.

5. The contractor shall review and analyze independent cost reduction, improvement, and other change proposals for impact on deployment and training for the LTPO missile systems.

6. The contractor shall assess LTPO missile systems Material Fielding Plan changes to include the upgrade and change to distribution requirements.

7. Upon completion of specific analysis, in paragraphs 4.4.2.1 through 4.4.2.6, the contractor shall prepare technical reports describing the analysis IAW DI-MISC-80508 (A002).

5. Logistics Integration Analysis (PS4)

1. General Requirements (PS4)

The contractor shall conduct integration analyses of the logistics requirements for the LTPO missile systems including the Government Furnished Equipment (GFE) and make recommendations regarding the operational and support capability to support the Government’s goal of ensuring cost effective development, fielding, and support.

2. Specific Requirements (PS4)

1. The contractor shall analyze data provided by the LTPO to support LTPO missile systems Baseline Cost Estimates and to enhance the LTPO missile systems Logistics Optimization Models. The proposed model enhancements shall be prepared IAW DI-MISC-80508 (A002).

2. The contractor shall conduct independent logistics analyses/studies for programmatic impact. The analyses/studies shall be special assessments and evaluation of LTPO missile systems support concepts, development program maintenance operations, initial support actions, and analyses/evaluation of generic conceptual studies and program documents for the effective implementation and operation of the LTPO missile systems sustainment.

3. The contractor shall analyze planning, scheduling, and management of the LTPO missile systems to identify and validate the integration of logistics considerations into overall system requirements. The contractor shall assess logistics program documents (Materiel Fielding Plans, Depot Maintenance Program Plans, etc.) against program requirements and logistics deployment concepts in support of LTPO missile systems deployments.

4. The contractor shall perform an independent integration analysis of logistics support concepts. The contractor shall design and provide prototype solutions for implementing new logistics support concepts.

5. Upon completion of analysis, specified in paragraphs 4.5.2.1 through 4.5.2.4, the contractor shall prepare technical reports IAW DI-MISC-80508 (A002). The contractor shall make unclassified data available to the Government electronically via email.

6. System Integration Analysis (PS4)

1. General Requirements (PS4)

1. The contractor shall perform independent analyses and evaluations of the integration of the missile and ground hardware/software elements of the LTPO missile systems upgrades and modification programs. This task shall include:

1. Verification of the individual and combined functional performance capabilities of all LTPO missile systems to include: the Configuration Radar with the CDI-3 capability, modernized radar subsystems including the Radar Digital Processor the ECS with the Expanded Weapons Control Computer (EWCC) and Fire Solution Computer and Modernized Adjunct Processor, the PAC-2/PAC-3 LS with the Enhanced Launcher Electronics System, the PAC-2 Launching Stations, the PAC-3 Missile/PAC-3 Missile Canisters, Missile/Missile Round, LS, Antenna Mast Group, Communication Relay Group/Launcher Control Station, Electric Power Plant, Emplacement Enhancements, Combat Identification Subsystems, Tactical Command Systems, BCP and associated Command, Control, and Communications equipment and power interconnections, and other Growth Program Elements that may be developed.

2. Analysis of the integration of other modifications of capabilities to the LTPO missile systems (e.g., advanced radar techniques and technologies, missile technology upgrades to PAC-2/GEM/PAC-3 missiles, external cueing radars, other Theater Missile Defense (TMD) weapons systems). Such analyses and evaluation shall include GFE, test equipment, support equipment, and contractor furnished equipment, as well as evaluations of hardware and software specifications, diagnostic requirements, interface requirements and operational documentation.

3. Analyses, review, simulation, and evaluation of the LTPO Missile systems to include: PAC-3 missile as well as PAC-2/GEM missiles, PAC-2 missile upgrades, ground hardware/software elements and the missile and radar resident software which evolve from growth/special programs, Product Improvement Programs, or contingency TMD efforts.

2. The contractor shall prepare and conduct analyses, evaluations, and simulations. The contractor shall then present the results and recommendations where growth/special programs, product improvement programs, system modifications, or TMD efforts relate to the production of hardware, missile borne and radar resident software, and/or functional elements of LTPO missile systems. This effort shall focus on evaluation of the interactions and impact on performance. The goal will be to attain maximum performance while minimizing impact on Automatic Test Equipment (ATE), diagnostics, production, support and retrofit cost, and development/deployment schedules.

3. The contractor shall modify, develop and maintain software programs in the LTPO missile systems software areas of radar control, guidance control, operator interface control, positive ID, command and control, and all its missile upgrades. The contractor shall also provide engineering support to the Government in the technical evaluation of the merits of new LTPO missile systems software requirements throughout the LTPO missile systems life cycles.

2. Specific Requirements (PS4)

1. The contractor shall perform independent evaluations and analyses/simulations of all the hardware, and missile borne and radar resident software associated with LTPO missile systems and its growth Programs, product improvements, and other system modification efforts during their definition, development, demonstration verification, production, and deployment phases. The contractor shall also analyze potential performance characteristics, deficiencies, and vulnerabilities to various requirements and shall recommend possible technical solutions and improvements. The contractor shall evaluate and provide Configuration Management support in the review of all LTPO missile systems Engineering Change Proposals (ECPs), Request For Changes, and engineering releases of documentation to verify complete technical requirement compliance IAW regulatory guidance. This shall include implementation of growth program modifications and corrections to system problems. These growth and special modification programs shall include: Radar Enhancements, Improved Launchers, and other enhancements to missile or to ground hardware and software.

2. The contractor shall perform the necessary evaluations to define new and/or revised Interface Control Specifications and Drawings to completely and adequately cover required interfaces. Definition of new interfaces may be dictated by different work sharing or subcontracting arrangements between manufacturers or governments as well as the incorporation of new hardware and/or other TMD systems. This task includes analyses and evaluations of data, hardware, and software to support systems integration.

3. The contractor shall assess interoperability performance (Integrated Fire Control (IFC), Integrated Air and Missile Defense Integrated Battlefield Control System (IAMD IBCS), and Coalition) through a series of technical demonstrations and exercises conducted tactically in the field and/or with distributed Model and Simulation.

4.6.2.4 The contractor shall perform independent analyses of the baseline and baseline changes to the LTPO missile systems Communication systems (Ultra High Frequency and Very High Frequency ) and provide input in the correct implementation of changes. The contractor shall analyze the integration of launcher interfaces into the communications architectures. Parameters for these analyses shall include data formats, encoding, bit and message timing, and processing techniques. The LTPO missile systems interoperability/ interconnectivity with other systems will require the contractor to perform hardware compatibility analyses and recommendations. The analyses shall assess the production, deployment, and performance impact of the modifications, whether module changes or subsystem changes. Analyses shall include tactical environments, terrain and ECM, and their effects on the systems.

4.6.2.5 The contractor shall analyze each modification to the LTPO missile systems to assure optimum hardware testability and verify system availability while introducing minimum impact on the currently deployed system. The goal will be to maximize commonality and availability both from hardware and test equipment standpoint. Each subsystem and module shall be analyzed to include function, ease of testing, commonality, and identification of proprietary components, potential obsolescence, and compatibility.

4.6.2.6 The contractor shall provide analyses and recommendations in support of prime power reconfigurations. Engineering and economic studies shall be performed to assure continued availability of economical prime power units satisfying the immediate and future requirements and also meeting the reliability, availability, and maintainability requirements.

4.6.2.7 The contractor shall perform independent evaluations of integrated program plans and schedules to determine potential risks. Alternate approaches shall be recommended as appropriate.

4.6.2.8 The contractor shall provide the Government in-depth technical reports with data, decision/benefit analysis, and recommendations to aid the Government in alternative selection. This task shall also include recommendations to be used in the Government decision process regarding system modifications to improve design or system performance.

4.6.2.9 The contractor shall analyze the maintenance and diagnostics software capability of the LTPO missile systems. This task also includes analysis and evaluation of hardware performance and testing requirements. Procedures, techniques, and data, which are to demonstrate or define function, reliability, adequacy, compliance, and compatibility of the hardware elements of the LTPO missile systems, shall be evaluated. The impact of integrating changes/modifications to the LTPO missile systems shall be analyzed.

4.6.2.10 The contractor shall prepare technical reports for each requirement specified in paragraphs 4.6.2.1 through 4.6.2.8 above. Reports shall be prepared IAW DI-MISC-80508 (A002).

4. LTPO MISSILE SYSTEMS SIMULATIONS (PS4)

1. General Requirements (PS4)

1. The contractor shall perform analysis of Government supplied simulations, studies, and concepts. This effort shall consist of the analysis of planned system improvements utilizing Government simulations and contractor developed simulations. The contractor shall perform studies to enhance planned system improvements or develop new concepts. The contractor shall analyze the effectiveness of the LTPO missile systems fire units, multiple fire units, battalion, and multiple battalions, and missiles against threat scenarios including multiple aircraft, corridor busting techniques, tactical missiles, and saturation raids. These analyses shall be conducted against current threats, projected threats, and responsive threats including countermeasures, Tactical Missile Defense (TMD) targets (Cruise and Tactical Ballistic Missile (TBM)), Unmanned Aerial Vehicles (UAVs), and decoys.

2. The contractor shall analyze the effectiveness of various deployments and employments of LTPO missile systems and other air defense systems, and the effectiveness of varied interfaces, or lack thereof, with other air defense systems, with other LTPO missile systems battalions, and with higher echelons. The contractor shall analyze interfaces to assure that deployed systems will meet mission requirements.

3. The contractor shall evaluate improved LTPO missile systems missile and ground hardware, missile borne and radar resident software, and system software to make recommendations regarding the impact of baseline design changes and to present results relative to the capability of these designs to meet existing and/or new mission requirements. This analysis shall address the capabilities of improved designs to meet the system tactical mobility and engagement requirements for Contingency Theater Missile Defense.

2. Specific Requirements (PS4)

1. The contractor shall identify and analyze various LTPO missile systems threat scenarios, including TBMs, Cruise Missiles, Anti Radiation Missiles (ARMs), and aircraft.

1. The contractor shall identify and analyze various LTPO missile systems deployments and employments. Point, vital area, and area defense capabilities shall be identified.

2. The contractor shall analyze system effectiveness in various deployments/employments as a function of engagement doctrine and develop/analyze specific defense design, mission tailoring, and firing doctrine recommendations for specific employments.

3. Reports shall be prepared for the analyses specified in paragraphs 5.2.1 through 5.2.1.2. IAW DI-MISC-80508 (A002).

2. The contractor shall identify and analyze various raid scenarios.

1. The contractor shall analyze the effect of threat countermeasures on the LTPO missile systems fire units, multiple fire units, and battalions to include countermeasure effects on communications systems.

2. Reports shall be prepared for the analyses specified in paragraphs 5.2.2 through 5.2.15 IAW DI-MISC-80508 (A002). Any resulting classified data shall be handled in accordance with paragraph 10.0 of this PWS.

3. The contractor shall identify and analyze various survivability measures that could be taken to counter threat tactics that include saturation, defense suppression, and countermeasures. Defense suppression includes the use of Anti-radiation Missiles (ARMs), TBMs, area kill munitions, ground forces, smart munitions, acquisition and ordinance delivery techniques.

4. The contractor shall analyze LTPO missile systems command, control, and communications functions, US and International transition to net-centric operations, obsolescence mitigation, cryptographic upgrades, and Beyond-Line of-Sight operations. Perform PATRIOT communications site surveys using contractor developed M&S. Develop and maintain PATRIOT Communications Architecture Notebook for US and International requirements.

5. The contractor shall conduct sensitivity analyses of scenarios and deployments developed or used.

6. The contractor shall execute the Tactical Planner, Defense Design System Exerciser and PATRIOT System Effectiveness Model (PSEM) to measure the effectiveness of US and International individual and multiple units, and various deployments and employments. This measurement of effectiveness need not be confined to attrition or damage limiting, but shall be substantiated and then approved or disapproved by the Government.

7. The method used to analyze operational effectiveness of the LTPO missile systems, and its ground and missile hardware and missile, and radar resident software shall be documented to include type of simulation(s) that generated the data base, computer simulation inputs, limitations and shortcomings of simulations used, and sources or references for technical data.

8. The contractor shall perform system technical analysis on the LTPO missile systems growth program (e.g. Post Deployment Build (PDB)-7) development and product improvement efforts. The contractor shall also analyze potential system performance deficiencies and vulnerabilities to various threats and shall analyze proposed technical solutions.

9. The contractor shall conduct Government provided simulations (e.g., MFSIM, PAC2SIM, PAC3SIM and End-to-End Simulation (ETSIM)) for the purpose of generating and assessing system and hardware performance of LTPO missile systems improvements. The contractor shall perform UA and International systems improvements. The contractor shall perform US and International system performance analysis to include pre-mission and post flight reconstruction using PAC2SIM for all tactical PDB software configurations and missile types such as PAC-2, Guidance Enhancement Missile (GEM) and GEM-T, PAC3SIM for all tactical PDB software configurations and missile types such as PAC-3/Cost Reduction Initiative (CRI) and MSE, and ETESIM for the MEADS configuration. The contractor shall document the system performance results in the System Performance Reference Document, and versions of this document shall be developed for the TRADOC Capability Manager (TCM), Foreign Military Sales customers and Other Government Agency in the appropriate format. The contractor shall complement these simulations with contractor developed models and tools (e.g. Radar Receiver Noise/Gain Model, Search Tailoring Model, Kinetic Impact Debris Distribution-based debris propagation and Volume–Track–While–Search analysis tools, and Configurable Pulse Compression Model) using the PSEM, Tactical Planner and Flight Mission Simulator-Digital (FMS-D) in the assessment of system performance. Inputs shall be provided to the Government in a format compatible with Government operated simulations for overall performance assessments. Data shall be prepared IAW DI-MCCR-80700 (A017).

10. The contractor shall develop data and software requirements, code, test, Verification and Validation and execute PSEM, Tactical Planner and FMS-D to support LTPO effectiveness and performance analyses, and Missile Defense Agency Performance Assessment, Ground Test Integrated and Ground Test Focused, Concurrent Test, Training and Operations and Planning Exercise events. The contractor shall update the PATRIOT Element database and documentation for the Extended Air Defense Simulation (EADSIM) to support US and North Atlantic Treaty Organization (NATO) studies such as the ALTBMD. The contractor shall integrate PSEM into the Single Simulation Framework and Digital Simulation Architecture to support LTPO and OGA interoperability assessments. Reports shall be prepared IAW DI-MISC-80508 (A002).

11. The contractor shall analyze unit, battalion, and group performance such as surveillance, Guidance, ECCM and Multiple Simultaneous Engagements utilizing Government supplied simulations. Reports shall be prepared IAW DI-MISC-80508 (A002).

12. The contractor shall analyze and evaluate planned ground and missile hardware improvements to assess that designs are compatible with system performance requirements. This analysis shall address the component and subsystem designs and planned implementation. The contractor shall recommend improvements. The contractor shall provide recommendations for hardware improvements utilizing contractor developed hardware model and simulations. Reports shall be prepared IAW DI-MISC-80508 (A002).

13. The contractor shall perform threat generation using Build Trajectory, Trajectory Generator External, and Optimized Missile Engagement Control Architecture target models, and evaluate the threat performance to ensure consistency with Intel threat documentation. The contractor shall assemble and deliver LTPO missile systems threat scenario data to the Government. The contractor shall also verify that the outputs of the automation process are accurate. Reports shall be prepared IAW DI-MISC-80508 (A002).

14. The contractor shall develop 2D/3D graphic and tabular methods of representing LTPO missile system threats, deployments, and other elements of the battle space presentation. This includes development and maintenance of analysis tools such as the PATRIOT Analysis Tool, PATRIOT Telemetry Analysis Graphing Software, Virtual Intercept Engagement Workstation Software, PATRIOT Endgame Reconstruction Software, and Debris. This documentation, shall serve both to clearly describe results of analysis and test scenarios to the layman, and to enable rapid coding for M&S. Reports shall be prepared IAW DI-MISC-80508 (A002).

15. Any proposed changes to the LTPO missile systems doctrine or system shall be documented. Reports shall be prepared IAW DI-MISC-80508 (A002).

5. ANALYSIS AND SUPPORT OF SYSTEM DIAGNOSTIC CAPABILITIES (PS4)

1. General Requirements (PS4)

1. This activity is an overall system integrated analysis of the LTPO missile systems diagnostic systems to verify the desired level of fault detection and fault isolation to achieve the required system availability. Performance of this task requires expertise from multiple disciplines including testability, design for testability (DFT) analysis, fault mapping, fault insertion and diagnostic performance assessment, system engineering, hardware engineering, software engineering (including LTPO missile systems specific software languages such as Jovial and Ada and documentation procedures), and technical input requirements for system technical manuals. The effort shall include appropriate system related aspects of the on-line status monitor, off-line fault localization, the Remote Maintenance Support System (RMSS), and intermediate maintenance tools.

2. Specific Requirements (PS4)

1. The contractor shall conduct independent analyses of the requirements revisions proposed to implement changes to the diagnostic capability to overcome defined deficiencies in fielded systems, to improve fault detection/localization capability, upgrade diagnostics in response to hardware changes, and respond to user needs. Recognition of the need for these improvements may result from various sources including field operations, training activities, hardware upgrade programs, the production processes, Unit Performance Demonstrations, and engineering fault insertion test activities. Each change shall be analyzed to determine the capability of the hardware (sensors), software, and technical manuals to support the improvement and the level of maintenance required.

2. The contractor shall perform analyses of hardware functional block diagrams and fault map overlays of the functional block to determine, for each diagnostic sub-test, the adequacy; completeness of coverage; effectiveness; the relation of the hardware being tested to the software sub-test; the correct ordering of the Battery Replaceable Unit (BRU) lists by probability of failure and the accuracy of the BRU lists for each fault exit ID.

3. The contractor shall evaluate the ordering of the diagnostic sub-tests to determine effectiveness and evaluate possible modifications of the ordering to improve run times and efficiency.

4. The contractor shall analyze the requirements pertaining to the initial hardware status for each sub-test to assure that the system is in the proper configuration for each test.

5. The contractor shall evaluate the technical content of draft technical manuals to determine the effectiveness of diagnostic changes proposed and provide recommendations concerning updates required to maintain compatibility between all elements of the LTPO fielded diagnostic systems.

6. The contractor shall perform system integration analysis of proposed diagnostic changes for hardware upgrades and modifications to assure diagnostic capability to support the required level of detectability/localization for the LTPO missile systems. The contractor shall perform independent evaluation of the hardware/software design concept to verify that testability attributes (i.e. signals, sensors) are maximized where possible and utilized to the fullest to meet or exceed diagnostic requirements. Evaluation of engineering test plans, test data, and test reports shall be accomplished, prior to release of the diagnostics to the field, to assess the detection and isolation effectiveness relative to system requirements. The contractor shall review appropriate documentation for maintenance and diagnostics and provide recommendations to the Government.

7. The contractor shall analyze the functional block diagrams generated for the hardware and the fault map overlay to assure complete diagnostic coverage of the system faults insofar as feasible and as early as possible in the development process to minimize costly rewrites.

8. The contractor shall conduct independent evaluations of appropriate Diagnostic Software Investigation Requests (DSIRs) to assess the correctness of the change and provide recommendations concerning the desirability of implementation based on expected improvement in fault detection, isolation, or operator usability with appropriate consideration of other factors. The contractor shall participate in the DSIR reviews and provide recommendations resulting from its evaluations.

9. The contractor shall evaluate the effectiveness of Unit Performance Demonstration (UPD) test plans, test procedures and test reports in measuring the performance and the level of confidence attained in the diagnostic capability by performing that test. Special emphasis shall be placed on analysis of selected faults to assure that a truly representative sample of faults are inserted, that the distribution of faults is weighted toward higher failure rate items, that a significant percentage of fault exits are exercised and that fault exits exercised are significant. Evaluation of the UPD reports from the prime contractor shall be performed to assess the actual faults inserted and the results obtained including those faults declared invalid by the prime contractor. The evaluation shall include comparison of the faults exercised by the UPD with the fault coverage mapping prepared by the prime contractor.

10. The contractor shall provide programmatic support in LTPO missile systems requirements and design reviews, IPT meetings and Joint Analysis Teams (JAT) to provide technical recommendations for the Government's consideration.

11. The contractor shall participate in meetings to include the quarterly maintenance reviews with the user community and provide technical assessments and/or recommendations on the system hardware and software changes under consideration.

12. The contractor shall analyze the design and performance of maintenance assistance programs such as the Remote Maintenance Support System (RMSS) and make recommendations for corrections/ improvements.

13. The contractor shall perform traceability analysis of changes in support of upgrades and modifications.

14. The contractor shall assess requirements in support of equipment upgrades into the LTPO missile systems.

15. The contractor shall provide analysis support to assess impacts on maintenance allocations resulting from system upgrades.

16. The contractor shall evaluate testability analysis in new or revised hardware designs to determine effectiveness and to recommend improvements.

17. The contractor shall prepare reports of activities, findings and recommendations specified in paragraphs 6.2.1 through 6.2.16 IAW DI-MISC-80508 (A002).

6. INTERNATIONAL PROGRAM SUPPORT SCOPE (PS6)

1. General Requirements (PS6)

The contractor shall provide International LTPO missile systems support for Foreign Military Sales (FMS) countries IAW the requirements of paragraph 4.0, 5.0 and 6.0.

1. The contractor shall prepare technical report-study/services IAW DI-MISC-80508 (A002) and performance and cost report IAW DI-FNCL-80331 (A008).

2. The contractor shall retain and deliver all source material, defined as reproduction copy, original artwork, and residual material to include computer disks, computer tapes, and all other media containing digital files developed to fulfill the requirements of paragraph 7.0.

2. Program Management Technical Support (PS6)

The contractor shall provide General and Specific Requirements and Management Control and Cost Reporting IAW with paragraph 8.0 for International Customers.

3. System Simulation and Analysis in Support of International Operations (PS6)

1. The contractor shall conduct independent analysis of the LTPO missile systems and make recommendations to meet International requirements and needs.

2. The contractor conducted independent analysis shall include all aspects of LTPO missile systems operations and developments.

3. The contractor shall analyze Operations and Support (O&S) for U.S., and other FMS countries and make O&S comparisons between the U.S., and these other FMS countries.

4. The contractor shall analyze concepts for broadening the base for a common logistics support program for LTPO missile systems, using NATO Maintenance and Supply Agency (NAMSA) and make recommendations regarding its findings.

5. The contractor shall perform independent analysis of support concepts which include logistics offset cost analysis, Table of Organization and Equipment (TO&E) analysis, spares analysis, and analysis of the manufacturing capabilities of the U.S. and FMS countries.

6. The contractor shall provide logistical evaluation, technical expertise, and analytical support for the acquisition and deployment of the LTPO missile systems. The contractor shall provide required personnel, services, and travel to establish and maintain a common logistics database in support of this activity.

7. The contractor shall perform analyses of LTPO missile systems Government Furnished Equipment (GFE) hardware items and make recommendations regarding their impact on the programmatic production, testing, and operations of major end items to be purchased or operated by FMS countries. These analyses shall include:

• Economic impacts of GFE items purchased and GFE items not purchased.

• Acceptance test implications.

• Operational impacts of GFE items removed or substituted.

8. The contractor shall conduct an independent analysis to address the issues inherent in the use of LTPO missile systems by FMS countries and make recommendations regarding the issues.

9. The contractor shall prepare technical reports for each analysis specified in paragraphs 7.3.1 - 7.3.8. The contractor shall prepare technical report-study/services IAW DI-MISC-80508 (A002).

7. PROGRAM MANAGEMENT TECHNICAL SUPPORT (PS4)

1. General Requirements (PS4 and PS2)

1. The contractor shall perform program evaluation, review, and analysis in the areas of program management planning, programming, cost, schedule, and GFE management for the purpose of verifying that required level of resources in support of development, production and deployment are properly managed, controlled, and planned. In order to provide program level recommendations/ assessments/alternatives, the contractor shall conduct an integrated evaluation effort considering the collective activities of development, test/evaluation, procurement, production management, logistics, and programmatics. The ultimate goal of this integration is a broad spectrum, program wide perspective to assure that total program goals/objectives are achieved in the most timely, cost effective manner.

2. Specific Requirements (PS4, PS2 andPS3)

1. The contractor shall review and analyze production cost, schedule performance, and their impacts as associated with quantity and resource perturbations. The contractor shall use network analysis or an equivalent tool to evaluate the schedule for R&D efforts.

2. The contractor shall provide analysis of the GFE program in support of production to recommend optimum fiscal quantities, related resource requirements, GFE data interchange actions, and recommended GFE accountability actions.

3. The contractor shall provide evaluations of external generated cost estimates provided by the LTPO and develop recommended alternatives.

4. The contractor shall provide analysis of the total LTPO program activities to develop or update supporting Program Management plans and documentation.

5. The contractor shall provide evaluation/updates, assessments of program documentation, and perform technical evaluations and impact analysis. The contractor shall perform technical assessment/evaluation in support of program baseline development/tracking.

6. The contractor shall provide analyses and evaluations of cost displays and schedules to support various resource plans and reviews.

7. The contractor shall perform analyses and make preparation to support IPTs, reviews, milestone, and decision briefings (e.g. IPR, ASARC, DAB).

8. The contractor shall provide financial support/analysis utilizing financial data bases such as PBAS, SOMARDS, DIFS, CISIL, and others to provide status and tracking of FMS case funding. Analysis and tracking will include case and line level. The contractor shall provide analysis and evaluation of specific FMS financial reports/documentation and schedules to support reviews, milestones and decision briefings.

9. The contractor shall prepare technical reports for each requirement specified in paragraphs 8.2.1 through 8.2.8 above. Reports shall be prepared IAW DI-MISC-80508 (A002).

3. Management Control

1. The contractor shall use the Work Breakdown Structure (WBS), Appendix B, as the basis for performance and cost reporting. Cost reporting shall be at the fifth level of the WBS.

1. Changes to the WBS as defined in Appendix B shall be made only with the approval of the LTPO COR of this Task Order and shall be prepared IAW DI-MGMT-81334 (A010).

2. The fifth level elements of the WBS represent task assignments to the contractor.

1. Technical direction to perform effort under the SOW may be given by means of Technical Direction Orders (TDOs) issued in numerical sequence by the Contracting Officer’s Representative. Technical direction will be further delineated by issuance of Task Assignment Sheets (TASs). Utilizing Government provided inputs; the contractor shall generate and document each task assignment on a Task Assignment Sheet (see Figure 1). Copies of the initial TDOs and government scope inputs for TASs will be provided to the contractor upon task order award or option exercise for review, processing and concurrence. The contractor shall sign and return the TDOs and their generated TASs or return the TDOs and TASs with issue comments no more than five days after Task Order award or option exercise. The contractor shall set forth, for each TDO and TAS, negotiated labor categories, labor hours, and any other travel/direct material/other direct costs, as applicable, identified separately for the prime contractor and any subcontractor(s) in a cost sheet, as set forth in Figure 2. The TAS cost sheet shall be formatted as per the Figure 2 requirements and provided, by the contractor, with each TAS. Contractor issues on TDO or TAS sheets shall be coordinated and resolved by the appropriate LTPO and contractor fourth level element TM. The contractor shall resolve any TDO or TAS issues and then sign and return them no more than 15 days after task order award or option exercise.

2. New task assignments or changes to task assignments developed during the course of the task order shall be documented by the contractor on a Task Assignment Sheet. New/modified Task Assignment Sheets shall be coordinated by the appropriate LTPO and contractor fourth level element TMs. Copies of new Task Assignment Sheets shall be provided to the COR no more than 10 days after the assignment of a new task or change to an existing task assignment. A TDO/TAS may be modified, cancelled, or superseded anytime by issuance of a new TDO/TAS.

3. The level 2 WBS element for TDO-2 (MIPA Fair share) shall contain a WBS sixth level of elements as defined by the Government (see Appendix A). The sixth level consists of the tasks in the program in which the Fair Share Participants can choose to participate in or not participate in. This sixth level along with fifth level task selections for each Fair Share Participant (as provided by the Government upon task order award) shall be used for correctly allocating costs of TDO-2 among all Fair Share Participants. Initial allocation percentages of the sixth level to each fifth level element shall be provided to the contractor no more than 20 days after task order award. Updates to these percentages may be required as task assignments are modified or new tasks added. These updates will be provided to the contractor as necessary.

4. Reporting and Meetings

1. Projected support efforts shall be charged to the WBS Level as reflected in Appendix A.

2. The contractor shall prepare Performance and Cost Reports (P&CR) IAW DI-FNCL-80331 (A008). The P&CR shall be delivered sorted two ways: first by type of money, funding source, country, division, task and sub task assignment and secondly by division, type of money, funding source, country, task and sub task. The P&CR shall utilize the Government WBS numbering and nomenclature. All Technical Direction Orders (TDOs) shall have cost performance reported to the task and subtask level of the WBS unless otherwise specified. The P&CR shall incorporate the total value of the Task Order. Cost estimates for authorized work shall be included in the P&CR within 45 days after Task Order modification. The P&CR shall also indicate the latest Task Order modification reflected in the report. The P&CR shall be delivered electronically to the COR using standard Microsoft Office tools.

3. The contractor’s accounting system shall mirror the Government WBS (Appendix A) numbering and nomenclature and shall collect cost by type of money, funding source, country, division, task, sub task assignment, CLIN and SLIN. The contractor shall not reallocate any budget allocated to one type of funds (RDT&E, MIPA, etc.) without prior Contracting Officer approval. Further, the contractor shall not reallocate any budget within a TAS or between TASs without prior approval from the Contracting Officer. Segregation of actual costs incurred under this Task Order to provide funding reconciliation's (e.g., type of funds) shall be accomplished through significant accounting coding and need not impact the management cost reporting requirements.

4. The contractor shall plan, prepare for, and conduct program review meetings with cognizant Government personnel. Program reviews for this task order shall normally be conducted, at the contractor facility, with the LTPO not to exceed once each calendar quarter. These reviews will cover the latest status of overall task order effort with emphasis on problems and achievements in key management areas of cost, schedules, and technical performance. Progress/status of the program shall be presented at the Program reviews IAW DI-ADMN-81373 (A004) and a report generated IAW DI-MISC-80508 (A002).

5. The contractor shall prepare a Performance Analysis Report IAW DI-MISC-80508 (A002) for the WBS level five and six elements of the TDO-2 MIPA Fair Share.4.

8. TRAVEL

Travel may be required in performance of this PWS. The contractor must receive approval from the COR prior to performing any travel.

9. SECURITY

The contractor and subcontractors shall provide functional support services that require access to classified information, intelligence information, foreign intelligence information, and For Official Use Only (FOUO) information. The contractor shall be required to have prerequisite personnel security clearance for access to classified information including Special Access Programs (SAP) information, and Sensitive Compartmented Information (SCI). Contractors working on SAP shall have as a minimum a final Secret Clearance. Contractors working on SCI shall have as a minimum a final Top Secret clearance. The contractor shall follow all security guidance as stated in the DD 254, Contract Security Classification Specification and shall also comply with all applicable arms export control laws, acts, regulations and any treaties binding upon the United States or any agent thereof.

10. DELIVERABLES: Data provided shall be delivered as follows:

1. Technical Report- Study/Services: Performance Analyst Report (A002, DI-MISC-80508A)

2. Technical Report- Study/Services: Information Report (A002, DI-MISC-80508A)

3. Technical Report-Study/Services: Analysis Report (A002, DI-MISC-80508A)

4. Technical Report-Study/Services: PATRIOT System/Hardware Analysis (A002, DI-MISC-80508A)

5. Technical Report-Study Services: Software (A002, DI-MISC-80508A)

6. Technical Report-Study Services: Analysis and Information Report (A002, Di-MISC-80508A)

7. Presentation Material: Quarterly Report (A004, DI-ADMN-81373)

8. Contractors Progress, Status and Management Report (A003, Di-MGMT-80227)

9. Performance and Cost Report (A008, DI-FNCL-80331)

10. Contract Work Breakdown Structure (A010, DI-MGMT-81334)

11. Computer Software Product End Items (A017, DI-MCCR-80700)

11. GOVERNMENT FURNISHED PROPERTY

The TI will state whether the contractor is to be on-site or off-site. Approximately 5% of all labor will be at Redstone Arsenal, Bldg 5308 or 106 Wynn Drive NW, Huntsville. All necessary supplies, desks, and computers will be provided, by the Government, for personnel on-site.

12. ACCOUNTING FOR CONTRACTOR SUPPORT

The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this task order. The contractor is required to completely fill in all the information in the format using the following web address: . mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer’s Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid for the reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC code for each subcontractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website) (12) Presence of deployment or contingency contractor language; and (13) Number of contractor and subcontractor employees deployed in theater for the reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor’s systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site.

13. PERFORMANCE OBJECTIVES/METRICS

The performance objectives, metrics, and incentives discussed below have been established for utilization under EXPRESS task orders and are set forth at Appendix A, Performance Requirements Summary Matrix. Utilization of different objectives/metrics will require the development of a separate task order Quality Assurance Surveillance Plan.

1. This performance-based service task order incorporates the following performance objectives: (1) Delivery of high quality technical performance; (2) Adherence to TO schedule, milestone, and delivery requirements; and (3) Efficient and effective control of labor resources. It is the contractor’s responsibility to employ the necessary resources to realize accomplishment of these objectives. The Government’s assessment of the contractor’s performance in achieving these objectives will utilize the standards, acceptable quality levels, surveillance methods, and performance incentives described in the Performance Requirements Summary matrix set forth in Appendix A. The performance incentives will be implemented via the Government’s past performance assessment conducted in accordance with Part 42 of the Federal Acquisition Regulation (FAR), as applicable, and the “Task Order Performance” criteria of the annual award term evaluation, Basic BPA provision 45.

2. The performance objectives, standards, and acceptable quality levels shall be applied on a TO basis with performance incentives to be implemented on an annual basis. The Government will conduct informal interim counseling sessions with the contractor’s Program/TO Manager to identify any active TO performance that is not meeting the acceptable quality levels. These sessions will be conducted at least on a quarterly basis in order to provide the contractor a fair opportunity to improve its performance level.

3. The Control of Labor Resources criteria will be reflected under the “Cost” category of the performance assessment. Although the criteria of Business Relations and Management of Key Personnel are not specifically included in the Performance Requirements Summary Matrix, the overall performance assessment will continue to include these criteria.

4. The contractor will be notified, in writing, of the Government’s determination of its performance level for each performance objective including all instances where the contractor failed to meet the acceptable quality level.

APPENDIX A - PERFORMANCE REQUIREMENTS SUMMARY MATRIX

|PERFORMANCE |PERFORMANCE STANDARD |ACCEPTABLE QUALITY LEVEL |METHOD OF SURVEILLANCE |PERFORMANCE INCENTIVE |

|OBJECTIVE | |(AQL) | | |

|High Quality Technical |TO requirements met with little |Contractor delivery of |Routine Inspection of |Assignment of performance rating for |

|Performance |rework/re- |products and/or services |Deliverable Products/Services|QUALITY criteria: |

| |performance required and with few |meets all TO requirements. | | |

| |minor and no significant problems |Performance occurs with no | |EXCEPTIONAL |

| |encountered |required | |Performance and deliverables meet all and |

| | |re-performance/ rework at | |exceed many TO requirements. Performance |

| |Performance meets all technical |least 80% of time. Problems| |delivered with no required |

| |and functional requirements, and |that are encountered are | |re-performance/rework at least 95% of time;|

| |is highly responsive to changes in|minor and resolved in a | |problems that are encountered are minor and|

| |technical direction and/or the |satisfactory manner. | |resolved in a highly effective manner. |

| |technical support environment | | | |

| | | | |VERY GOOD |

| |Assessments, evaluations, | | |Performance and deliverables meet all and |

| |analyses, recommendations, and | | |exceed some TO requirements. Performance |

| |related input are thorough, | | |delivered with no required |

| |reliable, highly relevant to TO | | |re-performance/rework at least 90% of time;|

| |requirements, and consist of | | |problems that are encountered are minor and|

| |substantial depth and breadth of | | |resolved in an effective manner. |

| |subject matter | | | |

| | | | |SATISFACTORY |

| |Deliverable reports contain all | | |Performance and deliverables meet all TO |

| |required data and meet all | | |requirements. Performance delivered with |

| |applicable CDRL requirements | | |no re-performance/rework at least 80% of |

| | | | |time; problems that are encountered are |

| | | | |minor and resolved in a satisfactory |

| | | | |manner. |

| | | | | |

| | | | |MARGINAL |

| | | | |Some TO requirements not met and/or |

| | | | |performance delivered with |

| | | | |re-performance/rework required more than |

| | | | |20% of time. Problems encountered were |

| | | | |resolved in a less than satisfactory |

| | | | |manner. |

| | | | | |

| | | | |UNSATISFACTORY |

| | | | |Many TO requirements not met. Numerous |

| | | | |re-performances/rework required. |

| | | | |Substantial problems were encountered and |

| | | | |inadequate corrective actions employed. |

|Adherence to Schedule |TO milestones, periods of |Contractor meets TO |Routine Inspection of |Assignment of performance rating for |

| |performance, and/or data |delivery requirements at |Deliverable Products/Services|SCHEDULE criteria: |

| |submission dates are met or |least 80% of the time | | |

| |exceeded |(excluding gov’t caused | |EXCEPTIONAL |

| | |delays) | |TO milestones/ performance dates met or |

| | | | |exceeded at least 100% of time (excluding |

| | | | |government caused delays) |

| | | | | |

| | | | |VERY GOOD |

| | | | |TO milestones/ performance dates met or |

| | | | |exceeded at least 90% of time (excluding |

| | | | |government caused delays) |

| | | | | |

| | | | |SATISFACTORY |

| | | | |TO milestones/ performance dates met or |

| | | | |exceeded at least 80% of time (excluding |

| | | | |government caused delays) |

| | | | | |

| | | | |MARGINAL |

| | | | |TO milestones/ performance dates met less |

| | | | |than 80% of time (excluding government |

| | | | |caused delays) |

| | | | | |

| | | | |UNSATISFACTORY |

| | | | |TO schedule/performance dates met less than|

| | | | |70% of time |

|Control of Labor |Contract labor mix is controlled |Actual TO labor resource |Routine Inspection of TO |Assignment of performance rating for COST |

|Resources |in efficient and effective manner |mix is maintained within |Performance, Performance/Cost|CONTROL criteria: |

| | |20% of originally awarded |Reports, Payment Invoices | |

| | |TO resource mix | |EXCEPTIONAL |

| | | | |Actual TO resource mix maintained within |

| | | | |10% of originally awarded TO resource mix |

| | | | | |

| | | | |VERY GOOD |

| | | | |Actual TO resource mix maintained within |

| | | | |15% of originally awarded TO resource mix |

| | | | | |

| | | | |SATISFACTORY |

| | | | |Actual TO resource mix maintained within |

| | | | |20% of originally awarded TO resource mix |

| | | | | |

| | | | |MARGINAL |

| | | | |Actual TO resource mix maintained within |

| | | | |25% of originally awarded TO resource mix |

| | | | | |

| | | | |UNSATISFACTORY |

| | | | |Actual TO resource mix exceeds 25% of |

| | | | |originally awarded TO resource mix |

-----------------------

FOURTH LEVEL WBS ELEMENT:

Contractor Technical Monitor

(PRINT OR TYPE NAME)

Contracting Officer Representative

Division Technical Monitor

#1-5 - OMA

OPTION NO.:

REV:

CONTRACTOR CONCURRENCE GOVERNMENT AUTHORIZATION

(SIGNATURE) (SIGNATURE) (SIGNATURE)

(PRINT OR TYPE NAME) (PRINT OR TYPE NAME)

THIS TECHNICAL DIRECTION DOES NOT AUTHORIZE WORK OUTSIDE OF THE Task Order SCOPE OF WORK

TASK DESCRIPTION:

COMPLETION DATE:

START DATE:

CONTRACT NO.:

FIFTH LEVEL WBS ELEMENT TASK TITLE:

TASK NUMBER:

THIRD LEVEL WBS ELEMENT:

#1-4 - MIPA US UNIQUE

#1-3 - MIPA FMS UNIQUE

#1-2 - MIPA FAIR SHARE

#1-1 - RDT&E

TDO:

DATE:

TASK ASSIGNMENT SHEET

LTPO MISSILE SYSTEMS

INDEPENDENT INTEGRATION ANALYSIS CONTRACT

FIGURE 1

FIGURE 2

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download