Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally...

50
CONTRACT FOR THE JOINT TRAINING AND MAINTENANCE SYSTEM (JTAMS) Page 1 of 50

Transcript of Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally...

Page 1: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

CONTRACT FOR THEJOINT TRAINING AND MAINTENANCE

SYSTEM (JTAMS)

Page 1 of 38

Page 2: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

Page 2 of 38

Page 3: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

SOLICITATION, OFFER, AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 350) DX

RATING PAGE OF 1 39

2. CONTRACT NO.

JTAMS-2000-XX-C-1111

3. SOLICITATION NO. 4. TYPE SOLICITATION___ SEALED BID

_X_ NEGOTIATED (RFP)

5. DATE ISSUED

FY2

6. REQUISITION NO.

7. ISSUED BY DEPARTMENT OF DEFENSE JTAMS PMO (Student) ATTN: FD-SE Ft Belvoir, VA 22060-5565

8. ADDRESS OFFER TO (If Other Than Item 7)

NOTE: In Sealed Bid Solicitations "offer" and "offeror" mean "bid" and "bidder" SOLICITATION 9. Sealed offers in original and __________________copies for furnishing supplies or services in the Schedule will be received at the place specified in Item 8, or of hand carried, in the depository located in Bldg XXX until 1800 local time FY2 CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-10. All offers are subject to all terms and conditions contained in this solicitation. 10. FOR INFO CALL:

A. NAMELarry George, Contracting Officer

B. TELEPHONE NO. (NO COLLECT CALLS) 703/805-XXXX

11. TABLE OF CONTENTS | SEC | DESCRIPTION PAGE(S) | | SEC DESCRIPTION | PAGE(S) PART 1 - THE SCHEDULE | PART II - CONTRACT CLAUSES | A | SOLICITATION/CONTRACT FORM 3 | | I CONTRACT CLAUSES | N/A | B | SUPPLIES/SERVICES/COSTS 4 | PART III - LIST OF DOCUMENTS, EXHIBITS, OTHER ATTCH

| C | DESCRIPTION /SPECS/SOW 5 | | J LIST OF ATTACHMENTS | 19 | D | PACKAGING AND MARKING 11 | PART IV - REPRESENTATIONS AND INSTRUCTIONS | E | INSPECTION AND ACCEPTANCE 11 | | K REPRESENTATIONS, CERTIFICATIONS | | F | DELIVERIES AND PERFORMANCE 11 | AND OTHER STATEMENTS OF OFFERORS| N/A | G | CONTRACT ADMINISTRATION 12 | | L INSTRS, CONDS, AND NOTICES TO OFFERORS | Brief | H | SPECIAL CONTRACT REQTS 13 | | M EVALUATION FACTORS FOR AWARD | OFFER (Must be fully completed by offeror) NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period. 12. In compliance with the above, the undersigned agrees, if this offer is accepted within _______________ calendar days (60 calendar days unless a different period is inserted by the offeror) from the date of receipt of offers specified above, to furnish any or all items upon which prices are offered at the set price opposite each item, delivered at the designated point(s), within the time specified by the schedule. 13. DISCOUNT FOR PROMPT PAYMENT

10 CALENDAR DAYS

%

20 CALENDAR DAYS

%

30 CALENDAR DAYS

%

CALENDAR DAYS

% 14. AMENDMENTS AMENDMENT NO.

_ ______________________ _______________________

DATE_ _____________________ ______________________

AMENDMENT NO. _ ______________________ _______________________

DATE_ _____________________ ______________________

15.A. NAME AND ADDRESS OF OFFEROR

CODE ____________ FACILITY ____________ 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or Print)

15.B. TELEPHONE NO. 15.C. 17. SIGNATURE 18. OFFER DATE

AWARD (To be completed by Government) 19. ACCEPTED AS TO ITEMS NUMBERED See Section B

20. AMOUNT 21. ACCOUNTING AND APPROPRIATION See Section G

22. AUTHORITY FOR OTHER THAN FULL AND OPEN COMPETITION

____ 10 U.S.C. 2304 (C) ( ) ____ 41 U.S.C. 253 (C) ( )

23. SUBMIT INVOICE TO ADDRESS SHOWN IN (4 copies)

ITEMSee Section H

24. ADMINISTERED BY (If Other Than Item 7) 25. PAYMENT WILL BE MADE BY Ft Belvoir, VA 22060

26. NAME OF CONTRACTING OFFICER (Type) Your Instructor, PCO, 805-____

27. UNITED STATES OF AMERICA (Signature of Contracting Officer)

28. AWARD DATE

Standard Form 33

Page 3 of 38

Page 4: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

Page 4 of 38

Page 5: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

THIS PAGE INTENTIONALLY BLANK

Page 5 of 38

Page 6: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

PART I - SECTION B

Supplies or Services and Prices/Costs

Item No. Supplies/Services Quantity Price/Cost

0001 JTAMS Software System INC 1 1 Est Cost $44Mtype contract: CPAFdescriptive data: The contractor Total Price $44Mshall design, code, integrate, test anddeliver one Joint Training and Maintenance System (JTAMS)

0002 Contract Data 1 Job Not separatelytype contract: CPAF priceddescriptive data: The contractorshall deliver data in accordancewith the Contractor DataRequirements List (CDRL)attached to Section J of thecontract.

0003 (option) Government Purpose Rights to 1 Price: $15Mall software delivered with RestrictedRights.

0004 (option) Real-time software engine to support MRES Price: $5M(Estimated to add 9 months to schedule)

Page 6 of 38

Page 7: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

PART 1 – SECTION C

JOINT TRAINING AND MAINTENANCE STATEMENT OF WORK (SOW)

1.0 SCOPE. The objective of the Joint Training and Maintenance System (JTAMS) is to develop an automated logistics system that tracks and maintains the parts and supplies of the Firebird Unmanned Aerial Vehicle (FUAV) and the Joint Unmanned Ground Vehicle (JUGV). Please see the JTAMS DRAFT System Specification for more information (Attachment J-1). This statement of work outlines the tasks necessary to accomplish JTAMS objectives.

2.0 APPLICABLE DOCUMENTS. The Government will accept contractor format in written deliverables and will permit the use of Contractor processes. Although electronic delivery is required, this does not imply that every document must be in electronic format. The use of commercial specifications and standards is encouraged. The following documents are cited, as guidance only, for use during the JTAMS program.

2.1 MILITARY SPECIFICATIONS & STANDARDS

MIL-HDBK-881 (WBS)

2.2 COMMERCIAL STANDARDS

EIA-632 (Systems Engineering)IEEE-1220 (Systems Engineering)IEEE/ISO-12207-2008 (Software Development)

3.0 REQUIREMENTS

3.1 SOFTWARE DEVELOPMENT. The contractor shall provide all engineering, design, coding, procurement, integration, test, and support efforts for a Joint Training and Maintenance System (JTAMS). This effort shall produce a preliminary design with descriptive documentation which meets the requirements of the JTAMS DRAFT System Specification, and which is adequate for use in further development and production of the system, should the government choose to continue development via future contracts.

3.1.1 PROTOTYPES. The contractor shall construct one (1) end item prototype system based on the CDD Increment 1 requirements to be delivered for test at Verification Test & System Delivery. Additional prototypes may be created as necessary at the discretion of the contractor to facilitate contractor design, integration, and test activities. (See H-3)

3.1.2 OPERATION PROCEDURES. The contractor shall develop procedures for operation of the system as required by the system specification. These procedures shall be implemented by the contractor and observed by the Government during verification.

3.2 SYSTEMS AND SOFTWARE ENGINEERING. The Contractor shall employ a complete systems engineering process in each phase of the program. The process employed shall, as a minimum, include requirements analysis, architecture design, and implementation. A program to accomplish analysis and control of the process shall be associated with the contractor's systems and software engineering process and documented in the contractor’s Systems Engineering Management Plan (SEMP) or equivalent and rationalized with the Government Program Office (GPO) System Engineering Plan (SEP).

3.2.1 REQUIREMENTS ANALYSIS. The Government will provide the Capability Development Document (CDD) to the Contractor. The Contractor shall participate with the

Page 7 of 38

Page 8: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

Government in reviews of the CDD and the DRAFT System Specification to clarify requirements before system level requirements are baselined for design purposes.

3.2.2 ARCHITECTURE DESIGN (FUNCTIONAL ANALYSIS / ALLOCATION). Based on the JTAMS System Specification, the contractor shall allocate system level requirements and goals to the four (4) major sub-systems of JTAMS—On-Board Diagnostics (OBD), Parts Maintenance System (PAMS), Training and Help System (THS) and the Mission Rehearsal System (MRES). The contractor will determine the software architecture below each sub-system.

3.2.3 IMPLEMENATION (SYNTHESIS). The system concept was defined during the Material Solution Analysis (MSA) phase and is described in the System Specification included in the contract package. This System Specification is under government configuration management control and is traceable to the JRATS-JTAMS CDD. During the course of this contract, the contractor shall develop system designs and preliminary detailed designs, and shall develop a prototype sub-system that meets the system and allocated requirements as proof-of-concept for CDR.

3.2.3.1 DESIGN FOR OPEN ARCHITECTURE/EASE OF CHANGE. The design for the JTAMS shall be developed so that it is easily modified to integrate into the rest of JRATS (FUAV, JUGV, JCCS). This means that the software architecture must be an open architecture as defined by the Defense Acquisition Guidebook (DAG), para 4.4.11. The use of the DISR-online technical standards library shall be used to determine the amount of DoD Openness each interface possesses. This is a critical design feature since changeability is critical to the overall design of JTAMS.

3.2.3.2 DESIGN FOR SUPPORTABILITY. The JTAMS software architecture shall be layered and modular for ease of supportability and include provisions for graceful degradation so that if one module goes down, it does not adversely affect the entire system. Section M will evaluate the design to ensure a modular and layered software design. Supportability will also be evaluated by the government as part of the life cycle cost estimate in determining best value for future contract awards. Openness, as described above, will also impact supportability and will be a critical evaluation characteristic. O&S costs typically account for 60% to 80% of the life-cycle costs of any system. Supportability considerations will be a component of the governement’s Award Fee Plan.

3.2.4 TECHNICAL MANAGEMENT. The contractor shall conduct all technical management of this program necessary to design, develop, prototype and final code the JTAMS system, including trade studies, risk assessments, technical performance measurement, modeling and simulation, and other analyses as required to meet the needs of this contract.

3.2.4.1 COST AS AN INDEPENDENT VARIABLE (CAIV). The JTAMS will follow the CAIV procedures, as appropriate for software intensive systems, as outlined in the over-arching JRATS CAIV Plan and IAW Chapter 2 and 3 procedures of the Defense Acquisition Guidebook (DAG).

3.2.4.2 CONFIGURATION MANAGEMENT. The Contractor shall plan for and maintain configuration management on this program. All configuration management issues shall be addressed at the routine Government Configuration Control Board (CCB).

3.2.4.3 RISK MANAGEMENT/TRADE STUDIES. The Contractor shall implement a risk management program in concert with the Government Program Office. The risk management program shall include an analysis, identification, and outline of specific areas that need to be the subject of trade studies (CDRL MT-0002).

3.2.4.4 EARNED VALUE MEASUREMENT (EVM). The Contractor shall implement an Earned Value performance measurement program that identifies the progress versus plan for every software module being created. This data will be part of the Government’s Metrics Management Program (CDRL MT-0003)

Page 8 of 38

Page 9: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

3.3 MANAGEMENT AND TECHNICAL REVIEWS. The Contractor shall prepare for and conduct design reviews IAW SECTION H-4 entitled "MANAGEMENT AND TECHNICAL REVIEWS".

3.3.1 PRELIMINARY DESIGN REVIEW (PDR). The contractor shall conduct a Preliminary Design Review in accordance with SECTION H-4 (a) of this contract. The government may provide additional guidance prior to this review.

3.3.3 CRITICAL DESIGN REVIEW (CDR). The contractor shall conduct a critical design review prior to the system verification tests in accordance with SECTION H-4 (b) of this contract. Additional guidance may be provided prior to the review. At the Verification & Delivery, contractors shall deliver a prototype JTAMS that is capable of meeting the system level performance requirements as described in the final System Specification. Prototype system performance testing will be conducted at Verification as described in paragraph 4 of the DRAFT System Specification.

3.4 PROGRAM MANAGEMENT. The Contractor shall provide the management effort necessary to insure the on-schedule completion of the detailed design and coding of the JTAMS and all reporting requirements. The Contractor shall identify and resolve all problems arising during contract performance that could impact the on-schedule completion of the JTAMS.

3.4.1 COST ACCOUNTING. Cost accounting for this program shall be limited to system unit and life cycle costs. As a minimum, this shall consist of establishing life cycle cost goals for the JTAMS, and maintenance of cost records for Government audit. Contractor ability to produce within the established cost goals and minimize software life cycle support costs through open system design and other best practices will impact any government determination regarding future contracts for JTAMS software lifecycle support. To calculate costs, the following cost figures shall be used:

.........

[omitted for this class]

.........

3.4.2 PROGRAM SCHEDULE. The contractor shall utilize the master program schedule provided by the government to guide all program efforts.

3.4.3 DATA MANAGEMENT. The contractor shall prepare and deliver to the Government such technical data, management data, studies, plans, progress reports, and technical reports as listed and scheduled in the Contract Data requirements List (CDRL), Attachment J-2 to this contract. ALL data shall be transmitted with the Team number along with a version number and/or date to ensure configuration management.

3.4.4 PRELIMINARY CONTRACT WORK BREAKDOWN STRUCTURE. The Contractor shall extend the Work Breakdown Structure (Attachment J-3) included in this contract as required to design and develop the JTAMS. At a minimum, the contractor shall develop the JTAMS portion of the WBS to a low enough level sufficient to explain critical risks.

3.4.5 EARNED VALUE MANAGEMENT . The contractor shall employ a certified management control system that integrates resources, a networked schedule, and technical requirements. The contractor shall establish a performance measure baseline (PMB) expressed in hours necessary to accomplish all JTAMS requirements. The contractor shall establish a responsibility assignment matrix for each CWBS element. The PMB and responsibility assignment matrix shall be reported at the PDR and CDR. (CDRL MT-0005)

Page 9 of 38

Page 10: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

3.4.6 METRICS MANAGEMENT . The contractor shall work with the Government Program Office to construct and employ a metrics management system that directly supports the government’s software quality program (to be defined by the Government PMO). (CDRL MT-0006)

3.5 SYSTEM TEST AND EVALUATION. The contractor shall implement a test and evaluation program for the JTAMS systems and associated subsystems. The contractor shall provide all test equipment and be responsible for recording and analyzing all test data. The contractor shall provide personnel to operate and support the JTAMS during Government Verification Testing immediately following completion of the PDR. (CDRL MT-0001, MT-0004)

3.6 SUPPORT SYSTEM. The contractor shall determine support system requirements for the JTAMS.

3.7 TRAINING SYSTEM. The contractor shall establish the manpower and training requirements for operation and support of the JTAMS and provide initial training for contractor personnel to support Government Verification Testing.

3.8 QUALITY ASSURANCE. The materials to be used in fabrication of the JTAMS prototype and UAV/UGV vehicle will be provided to the Contractor as Government Furnished Equipment upon presentation of an acceptable system design. The Contractor shall ensure the necessary levels of quality of all workmanship and services performed under this contract, and shall demonstrate the application of reliability and maintainability principles through a process focused approach to both design and fabrication.

3.8.1 GOVERNMENT SOFTWARE QUALITY PERFORMANCE STATEMENT (GOALS OF THE PROGRAM)

• All War-Fighter Key Performance Parameters (KPP) shall be met at the threshold level• Software must be 95% Defect Free Software• Unambiguous, Stable Requirements (<2.5% change)• Requirements Achieved (>97.5% Achieved) • User-Friendly menu structure that only goes three levels deep at most • Design is OPEN, modular and layered such that one sub-system failure does not take down

the other sub-systems• User Satisfaction High (>90% Excellent)

-------------------------------Statement of Work Ends--------------------------------

Page 10 of 38

Page 11: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

PART I - THE SCHEDULE

SECTION D: PACKAGING AND MARKING

Packaging and marking of deliverable items called for hereunder shall be in accordance with Contractors' best commercial practices to ensure safe arrival at destination.

SECTION E: INSPECTION AND ACCEPTANCE

1. The place of final inspection and acceptance for all CLINS cited hereunder shall be at the contractor’s facility. Locations may vary with course offerings.

APPLICABLE CLAUSES FAR PARAGRAPH TITLE 52.246-8 Inspection of Research and Development Cost Reimbursement (Apr 1984)

SECTION F: DELIVERIES OR PERFORMANCE

(1) DELIVERIES OR PERFORMANCE

All supplies to be furnished hereunder shall be delivered free of expense to the Government in accordance with instructions specified in the clause hereof entitled "F.O.B. DESTINATION," at or near the Government testing facility located at:

Class Room

ITEM 0001

The Contractor shall deliver a drawing of the JTAMS software architecture in accordance with H-5 entitled "DELIVERY OF JTAMS SOFTWARE ARCHITECTURE."

The final JTAMS software architecture drawings shall be delivered to the Government for verification and testing during the Verification & Delivery class following successful completion of PDR.

ITEM 0002

Data - The Contractor shall deliver Data in accordance with the Contract Data Requirements List (CDRL), DD Form 1423.

(2) PERIOD OF PERFORMANCE

The contractor shall accomplish the work called for in Section B above during the 3.5 hour practicum.

Page 11 of 38

Page 12: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

SECTION G: CONTRACT ADMINISTRATION DATA

The Contract Administration Office is the office specified in Block 24 of Section A of the contract, Standard Form 33. The program office representative is as specified in Block 10 of the contract, Standard Form 33.

In the event that the Contractor's address is different from that shown on the Solicitation (Standard Form 33), enter below the address (street and number, city, county, state, and zip code) to which payment should be mailed by the Government under the contract:

Page 12 of 38

Page 13: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

SECTION H: SPECIAL CONTRACT REQUIREMENTS

The following are the Special Contract Requirements of this contract:

H-1 DefinitionsH-2 Government Furnished PropertyH-3 MilestonesH-4 Management and Technical ReviewsH-5 Delivery of Completed VehicleH-6 Award Fee ProvisionsH.6.1 Formal Risk Management Award Fee DeterminationH.6.2 You Decide?H.6.3 You Decide?H.6.4 You Decide?H.6.5 You Decide?H.6.6 Reserved for Future Award Fee CategoryH-7 Order of PrecedenceH-8 Contract FundingH-9 Rights in DataH-10 Notification of Changes

H-1 DEFINITIONS

As used throughout the contract, the following terms have meanings set forth below:

(a) GOVERNMENT: Staff from the Defense Acquisition University.(b) SPECIFICATION: The document that describes the functional and performance characteristics of a

product or service procured by and for the government. The DRAFT System Performance Specification for the Joint Training Maintenance System (JTAMS) is included as Attachment J-1 of this contract.

H-2 GOVERNMENT FURNISHED PROPERTY

The Government will provide a GFE UAV, UGV and JCCS Terminal to prototype the JTAMS software with.

H-3 MILESTONES

(a) The contractor shall complete the following required contract milestones.

MILESTONES System Requirements Review (SRR)Systems Functional Review (SFR)Preliminary Design Review (PDR)Critical Design Review (CDR)Test Readiness Review (TRR)System Verification Review (SVR)Functional Configuration Audit (FCA)Physical Configuration Audit (PCA)

(b) Contractor may invite any interested parties to the verification testing and systems delivery; however, those invited may only act as observers JTAMS presentations.

(c) The Government will provide a JTAMS Test Plan for the verification testing. This plan will describe the test events that map to the critical mission threads provided by the Government.

(d) A Post-Award Meeting to discuss any aspect of the JTAMS Program may be scheduled at the Contractor’s option.

Page 13 of 38

Page 14: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

H-4 MANAGEMENT & TECHNICAL REVIEWS

During each phase of the development program the Contractor shall apply their chosen Systems Engineering Process and report the results at each review. All elements of the Systems Engineering Process shall be performed in each development phase, with the realization that the level of detail will increase, and the emphasis may shift from Requirements Analysis towards Synthesis/Implementation as the program proceeds. The results expected at each of the technical design reviews is outlined in the following paragraphs.

(a) Preliminary Design Review (PDR) . The primary purpose of the PDR is for the Contractor to demonstrate that a technical approach has been selected that appears to be capable of meeting government requirements as established in the contract. The review, as a minimum, will include a description of the physical design planned, software programming required, cost projections, and typical management concerns, such as risk, metrics, and schedule issues.

(b) Critical Design Review (CDR). The primary purpose of the CDR is to determine readiness for verification test. Contractor will show proposed detailed system/subsystem designs; results of analyses and prototype testing, the trade-off process that led to the current design, and summary of Technical Management activities (e.g. risk management, TPMs and EVMS). The CDR normally addresses a review of test results to determine if the prototype system has met the system sub-system level requirements with sufficient confidence to justify meeting exit criteria and proceeding to a milestone decision.

(1) The focus of the CDR will be the explanation of how the design has evolved since the PDR. This explanation should address the extent to which the system level design has evolved since PDR.

(2) The Contractor shall describe system and subsystem detailed designs and any prototype test results. Risk management and technical performance measures shall be addressed, with the emphasis on the actual results achieved and measured since PDR. Emphasis in risk presentations shall be on the changes that have occurred since PDR. Trade-offs made during the development of the prototype shall be addressed. (MT-0002, MT-0003)

(3) The Contractor shall provide a cost estimate of how much each sub-system will cost and an updated Software Development Plan (SDP) that includes a schedule describing what will be built each month for tracking purposes.

(4) Given a format 1 Cost and performance report, the contractor shall conduct an analysis to determine variances from the baseline and to identify where those variances exist (Earned Value Program).

H-5 DELIVERY OF COMPLETED PROTOTYPE

The government will consider the completed JTAMS prototype to have been delivered when all Contractor and Government tests/inspections and management reviews have been successfully conducted with FUAV, JUGV and JCCS.

Page 14 of 38

Page 15: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

H.6 AWARD FEE PROVISIONS

1. This is a Cost-Plus-Award Fee (CPAF) type contract. The Award Fee amount, the Award Fee provisions contained herein and the administration of these provisions by the Government are not subject to the Disputes Clause of this contract.

2. The total fee structure for this contract shall consist of a fixed base fee and award fee pool.

3. In accordance with DFARS 216.404-2(c)(ii)(2)(b), the fixed base fee shall not exceed three percent (3%) of the total estimated cost. Base award fee shall be paid in accordance with "FIXED FEE", FAR 52.216-8 (APR 1984), except that no amount of base award fee shall be withheld by the Government.

4. In accordance with FAR 15.903(d)(1)(i), the total reimbursed fixed base fee and award fee pool for the contract shall not exceed ten percent (10%) of the total estimated cost of contract.

5. The fixed fee and award fee pool elements of the total pool will be adjusted upward or downward for only those changes to the Statement of Work expressly authorized by the Contracting Officer pursuant to the Authority of the Changes Clause of this contract.

6. A government Award Fee Review Board (AFRB) shall be appointed to evaluate performance and determine the amount of Award Fee earned. Such evaluation board shall consist of Program Management Representatives, Technical Engineers and the Contracting Officer. The evaluation performed by the Board and the resulting Award Fee amount shall be reviewed and approved by the Fee Determining Official (FDO).

7. The Evaluation Board shall rate performance in accordance with the criteria and weights set forth in Table H.6 of this clause. Said ratings shall be scored in accordance with definitions included in Table H.6 of this clause. Prior to the beginning of any evaluation period, the Government reserves the right to change the award fee evaluation criteria, period duration, distribution of remaining award fee dollars, and other matters covered in this plan. Every reasonable attempt will be made to coordinate changes to future periods with the contractor prior to the changes taking place. Changes to the plan for the current period will be subject to mutual agreement between the Government and the contractor.

8. It is the intention of the Government to conduct a review to determine the applicability of any earned Award Fee on a quarterly basis or major program review. When all work has been completed, a final contract "look back" evaluation will be conducted and any remaining award fees distributed as determined by the AFRB. Any award fee earned shall be paid from the eligible Award Fee pool for that review period.

9. At such time as the Chairperson of the Review Board shall determine, the Government's current evaluation of performance against the criteria may be discussed with the contractor.

10. The contractor has the option of submitting a self-assessment paper, not to exceed 20 pages in length, to the AFRB Secretary, not later than 5 working days after the final working day of a period. The contractor also has the option of presenting a self-assessment briefing to the AFRB not later than 5 working days after the final working day of the period.

11. The contractor shall submit proposed criteria, within each area of emphasis, as well as other plan changes, for the next period of performance, as requested by the AFRB.

12. Where it is determined that an award fee is applicable, any such amount shall be incorporated by contract modification. Any rating below acceptable will receive zero award fee for that specific criterion.

Page 15 of 38

Page 16: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

H.6.1 FORMAL RISK MANAGEMENT AWARD FEE DETERMINATION (AFD)

RATING CRITERIA

Acceptable (50-84)

a. The contractor has established and implemented a project Risk Management Plan. The plan and infrastructure (tools, organizational assignments, and management procedures) have been agreed to by the Government Program Office (GPO) and the contractor has placed the plan under configuration management (CM).

b. The contractor senior management has established reporting mechanisms and employee incentives in which all members of the project staffs are encouraged to identify risks and potential problems and are rewarded when risks and potential problems are identified early.

c. The contractor has designated and assigned a senior member of the technical staff as risk officer to report directly to the program manager and has been chartered with independent identification and management of risks across the program and has been granted the authority needed to carry out this responsibility.

d. Risk identification is accomplished in facilitated meetings attended by project personnel most familiar with the area for which risks are being identified. Risk identification includes risks throughout the life cycle in at least these areas: cost, schedule, technical, staffing, external dependencies, supportability, maintainability, and programmatic. Risk identification is updated at least monthly. Identified risks are characterized in terms of their likelihood of occurrence and the impact of their occurrence.

e. The contractor risk officer updated the risk data and database on the schedule defined in the Risk Management Plan. All risks intended for mitigation and any others that are on the critical path and their status against the mitigation strategy are summarized. Newly identified risks go through the same processes as the originally identified risks.

RATING CRITERIA

Excellent (85-100)

All acceptable criteria, plus:

1. Risk identification is accomplished in facilitated meetings attended by project personnel most familiar with the area for which risks are being identified and personnel familiar with problems from similar projects in this area in the past participate in these meetings.

2. Risk mitigation activities are included in the project's task activity network.

3. Each medium-impact and high-impact risk is described by a complete Risk Control Profile.

4. Periodically updated estimates of the cost and schedule at completion include probable costs and schedule impact due to risk items that have not yet been resolved.

5. The contractor provided for the direct distribution of the Formal Risk Management award fee to all project employees in furtherance of establishing and maintaining a risk culture.

H.6.2 STUDENTS--What Area Does This Incentivize?

RATING CRITERIA

Acceptable (50-84)

a. The contractor developed CM plans, which were approved by the Government Program Office (GPO), to facilitate management control of information under their control. These CM procedures served as the requirements for the CM plan that describes and documents how the contractor implements a single CM process. This plan was used to control formal baselines and included engineering information, reports, analysis information, test information, user information, and any other information approved for use or shared within the program. The CM process included contractor-controlled developed baselines as well as GPO-controlled baselines. The CM process also included release procedures for all classes of products under control, means for

Page 16 of 38

Page 17: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

identification, change control procedures, status of products, and reviews and audits of information under CM control. The CM plan was consistent with other plans and procedures used by the project.

b. The contractor configuration management process supported two types of baselines: developmental and formal. Developmental baselines included all software, artifacts, documentation, tools, and other products not yet approved for delivery to the GPO but essential for successful production. Formal baselines included information/products (software, artifacts, or documentation) delivered and accepted by the GPO. [The contractor owns developmental baselines while the GPO owns formal baselines.]

c. All information placed under CM as a result of meeting task exit criteria has been uniquely identified by CM and placed under CM control. This includes software, artifacts, documents, commercial off-the-shelf (COTS), government off-the-shelf (GOTS), operating systems, middleware, database management systems, database information, and any other information necessary to build, release, verify, and/or validate the product.

d. All information managed by CM was subject to change control. Change control consists of: Identification, Reporting, Analysis and Implementation

e. The change control process were implemented through an appropriate change mechanism tied to who owns the information:

Change control boards, which manage formal baseline products.

Interface boards, which manage jointly owned information

Engineering review boards, which manage contractor-controlled information.

RATING CRITERIA

Excellent (85-100)

All acceptable criteria, plus:

1. The CM process was organizationally centered in a project library. This library was the repository (current and historical) of all controlled products. The contractor implemented an organizationally specific library, partitioned according to the level of control of the information.

2. Any information released from the CM library was described by a Version Description Document (Software Version Description under IEEE/ISO 12207-2008). The version description consisted of an inventory of all components by version identifier, an identification of open problems, closed problems, differences between versions, notes and assumptions, and build instructions. Additionally each library partition was described by a current version description that contains the same information.

H.6.3 STUDENTS--What Area Does This Incentivize?

RATING CRITERIA

Acceptable (50-84)

a. All internal and external interfaces have been documented and are maintained under CM control.

b. All changes to interfaces have the required concurrence by the interface owners prior to being made.

c. Subsystem interfaces have been controlled at the program level.

RATING CRITERIA

Excellent (85-100)

All acceptable criteria, plus: Milestones related to external interfaces have been tracked in the project activity network.

H.6.4 STUDENTS--What Area Does This Incentivize?

RATING CRITERIA

Page 17 of 38

Page 18: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

Acceptable (50-84)

a. The contractor has implemented a formal, structured inspection/peer review process that has begun with the first system requirement product and continued through architecture, design, code, integration, testing, and documentation products and plans. The plan is documented and controlled as per the Software Development Plan (SDP).

b. No Product has been accepted into the CM baseline until it has satisfactorily completed a structured peer review.

c. The project has set a goal of finding at least 80 percent of the defects in every product undergoing a structured peer review or other formal inspection.

d. The contractor has collected and reported metrics concerning the number of defects found in each structured peer review, the time between creating and finding each defect, where and when the defect was identified, and the efficiency of defect removal.

e. The contractor used a structured architecture inspection technique to verify correctness and related system performance characteristics, when applicable.

RATING CRITERIA

Excellent (85-100)

All acceptable criteria, plus:

1. Successful completion of inspections act as the task exit criteria for non-Level-of-Effort earned value metrics (and other metrics used to capture effectiveness of the formal inspection process) and as gates to place items under increasing levels of CM control.

2. The contractor has found at least 70 percent of the projected defects in every product using a structured peer review or other formal inspection.

H.6.5 STUDENTS--You Decide?

RATING CRITERIA

Acceptable (50-84)

a. You Decide?

b. You Decide?

RATING CRITERIA

Excellent (85-100)

You Decide?

Award Fee Table H.6

Period From To Criteria Weight Evaluation Rating

1 Award 25 Jun FY2

7 days after System Requirements Review (SRR)

Formal Risk Management .5

Page 18 of 38

Page 19: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

? .2

? ?

? ?

? ?

Total score first period 1.00 S of Ratings

2 16 Nov FY3

7 days after Preliminary DesignReview (PDR)

Formal Risk Management ?

? ?

? ?

? ?

? ?

Total score second period 1.00 S of Ratings

Page 19 of 38

Page 20: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

Sample Contract Modification:

1. This modification amends provision B.5 POTENTIAL AWARD FEE POOL to reflect Award Fee Period 3 (paragraph 2), provides the award fee rating criteria for Award Fee Period 3 (paragraph 3.a), and amends Award Fee Table H.6 (paragraph 3.b).

2. Section B, Clause B.5, POTENTIAL AWARD FEE POOL, is changed to establish the schedule and pool for the third period as follows:

Funded Funded Funded Funded

Period Start End Pool ACRN AA ACRN AB ACRN AC TOTAL Earned Unearned

1 1 Jun FY2

25 Jun FY2

$500,000 $500,000 $500,000 $376,000 $124,000

2 26 Jun FY2

16 Nov FY3

$1,000,000 $500,000 $500,000 $1,000,000

3 17 Nov FY3

12 Apr FY3

$2,000,000 $1,000,000 $1,000,000 $2,000,000

Total $6,500,000 $1,000,000 $1,500,000 $1,000,000 $3,500,000 $376,000 $3,124,000

Page 20 of 38

Page 21: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

3. SECTION H - SPECIAL CONTRACT REQUIREMENTS, clause H.6 AWARD FEE PROVISION

a. Add the following Rating Criteria:

H.6.6. Name of Future Item AFD - Reserved (Third Rating Period)

RATING CRITERIA

Acceptable (50-84)

This is a sample as to how additional criteria might be added using the contract modification process.

RATING CRITERIA

Excellent (85-100)

If desired for the current period, this item would be included in the Award Fee Table H.6

1. In the Award Fee Table H.6, delete the section for Period 3 and replace with the following:

Award Fee Table H.6

Period From To Criteria Weight Evaluation Rating

3 17 Nov FY3

12 Apr FY37 days afterCritical DesignReview(CDR)

Formal Risk Management ?

? ?

? ?

? ?

? ?

Total score second period 1.00 S of Ratings

H-7 ORDER OF PRECEDENCE

(a) During this project, in the event of an inconsistency between provisions of this contract, the inconsistency shall be resolved by giving precedence in the following order:

a. Schedule (Section A through H)b. Representations and Other Instructions (Section K)c. Contract Clauses (Section I)d. Other Documents, Exhibits and Attachments (Section J except Specification)e. Specification

(b) The performance requirements of Section C of this contract take precedence over the configuration/design as developed by the Contractor.

H-8 CONTRACT FUNDING

Page 21 of 38

Page 22: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

It is expected that the contract requirement will be funded during the fiscal year in which the work is to be performed in accordance with the "Limitation of Cost" clause.

H-9 RIGHTS IN DATA

The government’s right to use, release, or disclose all technical data, including software, shall be unrestricted and unlimited. The contractor must disclose any exceptions to these rights.

H-10 NOTIFICATION OF CHANGES

The Contracting Officer's Representative (COR) is the instructor. The COR will attend all formal reviews on behalf of the Contracting Officer and is authorized to provide technical and minor administrative judgments regarding the work to be performed under this contract. The COR is not authorized to make any change in the substantive terms and conditions of this contract. Any direction the contractor interprets to be a substantive change to the contract scope must be identified to the contracting officer prior to any change in work. The Contractor shall notify the Contracting Officer in writing or e-mail within two working days of any Government action that the Contractor regards as a change to the contract terms and conditions. Disregard changes unless identified in writing and signed by the Contracting Officer.

Page 22 of 38

Page 23: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

PART III - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS

SECTION J: LIST OF ATTACHMENTS

The attachments forming a part of this contract are as follows:

ATTACHMENT NUMBER

J-1 DRAFT System Specification for Joint Training and Maintenance System (JTAMS).

J-2 JTAMS Contract Data Requirements List (CDRL).

J-3 Work Breakdown Structure (WBS),

J-4 DRAFT Request For Proposal (RFP).

Page 23 of 38

Page 24: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

Page 24 of 38

Page 25: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

MT-12345

== DRAFT ==

SYSTEM PERFORMANCE SPECIFICATION

For The

JOINT TRAINING AND MAINTENANCE SYSTEM (JTAMS)

SUBMITTED BY: Juggernaut Software Support Division (JSSD), Inc.

APPROVED FOR USE AS THE FUNCTIONAL BASELINE

BY: _______________________________

Title _______________________________

Page 25 of 38

Page 26: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

SECTION 1 - SCOPE

This specification establishes the system functional, quality assurance, and preparation of delivery requirements, and additional notes regarding performance, functions, and interfaces associated with the JTAMS.

1.1. Identification. This specification establishes the requirements for the Joint Training and Maintenance System (JTAMS).

1.2 System Overview. The JTAMS shall be a logistics support system for the Firebird Unmanned Aerial Vehicle (FUAV) and the Joint Unmanned Ground Vehicle (JUGV). JTAMS will provide automated status reports of key FUAV/JUGV sub-systems and reorder parts and supplies automatically as needed. JTAMS will also integrate with a Mission Rehearsal system (MRES) to be built via another contract. The integration of MRES will be done via this contract.

SECTION 2 - APPLICABLE DOCUMENTS

(None)

SECTION 3 - REQUIREMENTS

3.1 Functional and Performance Requirements. The requirements of this system specification address the system requirements for the current stage of development. The specification will be updated and requirements evolved as the system progresses through development and the technology matures.

3.1.1 Mission. The primary mission of the JTAMS is to monitor the logistics status of critical on-board systems located on the FUAV and JUGV. These critical logistics statuses will be monitored via the Joint Command and Control System (JCCS) and automatically provide an expert system prediction of the success of the current mission package from a logistics perspective. JTAMS will automatically reorder parts and supplies as needed. JTAMS will provide a mission rehearsal system that also includes a constant logistics prediction of mission success.

3.1.2 Threat. The threat is documented in the JART ICD and JRATS CDD and is on file at DAU/IN. The JTAMS will operate in high threat conditions. The system is intended for employment in nuclear, chemical, and biological warfare contaminated environments.

3.1.3 Required States and Mode.

3.1.3.1 Virtual State. This state refers to the Mission Rehearsal state where an operator can operate the FUAV and JUGV virtually and receive constant logistics status reports based on weather, terrain, and overall FUAV/JUGV logistics sub-systems statuses.

3.1.3.2 Operational State. This state refers to the actual mission state of the FUAV and JUGV. As these vehicles are actually operated via the JCCS, JTAMS will automatically monitor critical sub-system statuses and display these statuses on the JCCS display. JTAMS will be able to monitor multiple FUAVs and JUGVs deployed at the same time.

3.1.3.3 Secure State. When the JTAMS is operated in the Operational State, it shall communicate with FUAV(s) and JUGV(s) via a secure wireless link.

3.1.4 Entity Capability Requirements.

3.1.4.1 Assembly Area. The JTAMS will provide a pre-mission logistics status and predict the probability of mission success from a logistics perspective. If JTAMS predicts an unsuccessful mission, it will provide the reasons why the mission will probably fail.

Page 26 of 38

Page 27: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

3.1.4.2 Mission Execution. As the FUAV/JUGV mission is executed, JTAMS will monitor critical sub-systems and report back to the JCCS display. Statuses will be reported within 5 seconds (threshold) and 1 second (objective). The JCCS display will be formatted in a user-friendly way so that any significant change in logistics status and predicted mission success will sound an audible alert and be highlighted on the screen for immediate operator attention.

3.1.4.3 Lost Communications. In the event of the loss of control signals, the JTAMS will alert the operator that logistics monitoring is not possible. The last known logistics state will be reported.

3.1.4.4 Mission Rehearsal Mode. The JTAMS shall provide a virtual environment in which the JCCS can operate one or more FUAVs/JUGVs in as if they were actually launched in real life. Logistics statuses and predictions will be made as if the missions were conducted in real life. The JTAMS shall provide the operator the ability to bring up previously executed missions and replay them within the virtual Mission Rehearsal system

3.1.4.5 False Alarm Rate. False alarms shall be defined as signals (typically tones, beeps, etc.) emitted when logistics statuses are not below their mission thresholds. No more than 1 false alarm shall be permitted for each one hundred statuses monitored.

3.1.4.6 Automatic Parts and Supplies Reorder. The JTAMS shall provide the automatic capability to re-order parts and supplies when they fall below acceptable mission thresholds. The automatic re-order will take place between JTAMS and the Army Standard Information Management System (STAMIS) over the Net-Centric Global Information Grid (GIG). The order status shall be maintained and displayable upon operator request.

3.1.5 Reliability. JTAMS mission reliability shall be 80 hours threshold and 100 hour objective. A mission is defined to be a FUAV or JUGV mission that lasts 80 to 100 hours. JTAMS shall provide constant mission support for this entire period of vehicle performance.

3.1.6 Availability/Readiness. JTAMS mission capability rates shall be 90% (threshold); mission capable rates shall be at least 95% (Objective). JTAMS needs to be available whenever a mission is executed.

3.1.7 Maintainability. JTAMS mission maintainability shall be judged by the ability to disable any function and the rest of JTAMS will still operate. This will allow maintenance upgrades to take place even if missions are being executed.

3.1.8 Deployability. The JTAMS shall be capable of deployment with the rest of JRATS.

3.1.9 Environmental Conditions. The system shall operate in environmental conditions for developmental testing that are identical to those present in the relevant environment.

3.1.10 Transportability. The JTAMS shall be capable of shipment as part of the JRATS system of systems.

3.1.11 Materials and Processes. The prototype JTAMS will be created using GFE FUAV and JUGV with the best approximate interfaces for all critical sub-systems identified.

3.1.12 Electromagnetic Radiation. N/A.

3.1.13 Nameplates and Product Markings. N/A.

3.1.14 Producibility. JTAMS is a SIS and can be copied onto any suite of JTAMS products as needed.

3.1.15 System Safety. The JTAMS must remain under positive control of the operator at all times. In the event of a loss of communications with the FUAV/JUGV, JTAMS will report the lack of communications along with the last known status of each sub-system.

Page 27 of 38

Page 28: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

3.1.17 Human Factors Engineering. JTAMS shall be designed to fit on the JCCS Display in such a way as to not interfere with JCCS activities but to allow clear status reporting of critical logistics sub-systems/resources. JTAMS will be user-friendly and not have sub-menus any lower than three levels deep.

3.1.18 Security and Privacy. There are no classification requirements associated with contract. Protection of proprietary or contractor sensitive data is the sole responsibility of the contractor.

3.1.19 Computer Resource Requirements. All COTS or GOTS products reused or created will be engineered to work in the computer resource space limitations of the JCCS computer and display.

3.1.20 Logistics.

3.1.20.1 Logistics Supportability Index (LSI). An assessment of the logistic supportability of JTAMS will be determined using the logistics support index (LSI). The LSI is the product of the inverse of the number of interfaces (internal and external) and the number of Open Interfaces as identified in the DISR-online catalog of technical standards. Logistic supportability is also evaluated in the O&S part of life cycle cost. The LSI shall be at least 90 percent.

3.1.20.2 Maintenance. JTAMS will have two categories of maintenance: operator and depot.

3.1.20.3 Supply. The JTAMS is an IT/SIS program and will not impact the supply system.

3.1.20.4 Facilities and Facility Equipment. The JTAMS design shall not require changes to existing facilities or equipment.

3.1.20.5 System Disposal. Disposal costs will be calculated using the Government provided Simulation Based Acquisition software.

3.1.21 Personnel and Training.

3.1.21.1 Personnel. The contractor shall design the JTAMS to work in conjunction with the JCCS terminal and display.

3.1.21.2. Training. JTAMS shall have a built-in training feature that provides step-by-step instructions for how to use each sub-system.

3.1.22 Requirements Traceability. System requirements must be traceable to operational and other requirements, where identified by the government.

3.2 Interface Requirements

3.2.1 Government Furnished Property (GFP) Interfaces. The Government will provide the Firebird Unmanned Aerial Vehicle (FUAV) and the Joint Unmanned Ground Vehicle (JUGV) and the JCCS Terminal and Display for JTAMS to interface with.

3.2.2 External Interface Requirements.

3.2.2.1 Automated Re-Order of Parts and Supplies. JTAMS has a requirement to interface with the Army Standard Parts and Supply system call Standard Army Management Information Systems (STAMIS). This interface will be made through the Net-Centric Global Information Grid (GIG).

3.3 Design and Construction

3.3.1 Drawings. N/A

Page 28 of 38

Page 29: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

3.3.2 Software Design. Software will be designed and developed by the contractor. The contractor shall analyze the reuse of the Army Long Range Targeting and Acquisition System (LRATS) Training and Maintenance System (TAMS). The contractor shall report on the percent of code they were able to reuse by module. The contractor shall report on the percent of Army TAMS code that must be modified. If the projected percent of Army TAMS code that must be modified is greater than 20 percent, the contactor must justify the use of the old code. There will be four (4) major sub-systems of JTAMS as follows:

3.3.2.1 On-Board Diagnostics (OBD) Sub-System. OBD shall monitor the status of critical sub-systems aboard the remote FUAV(s) and JUGV(s). There shall be an OBD module aboard all robots monitoring the logistics status (e.g., fuel and ammo) of the critical sub-systems and there shall be an OBD module within JTAMS that allows the operators to see the remote status of all robots. OBD shall also (Objective in Increment 2) provide expert system analysis of the relevant logistics statuses to provide a logistics prediction of probable mission success. Data transmission shall be one-way from the FUAV and JUGV robots to the JCCS terminal. OBD shall interface internally with JCCS and PAMS. OBD shall provide an internal database to capture the logistics history of each robot. A secure communications link with built-in authentication, confidentiality and non-repudiation shall be provided between the JCCS and the robots. Also, OBD data shall be encrypted to minimize the chance of remote interception. Availability and Integrity of the data is critical to ensure mission success. Reactive restoration will be available via the OBD history database. JCCS authentication, confidentiality and non-repudiation procedures apply.

3.3.2.2 Parts and Maintenance System (PAMS) Sub-System. PAMS shall monitor the OBD outputs and automatically re-order supplies via an external database, the Army STAMIS, when threshold values are achieved. PAMS shall be displayed on the JCCS. JTAMS to STAMIS interconnection shall be made via the DoD Net-Centric GIG connection. PAMS shall also interface internally with JCCS for display purposes and with OBD to obtain re-supply and parts data per robot. PAMS shall maintain a historical database of parts and supplies ordered. JCCS can be deployed anywhere. JTAMS to STAMIS interface will have to obtain a GIG registration and certified secure and encrypted connection. Internally, JTAMS will need to build a firewall between the OBD and the PAMS to ensure one-way traffic only between OBD and PAMS; this will also ensure no intrusions from the outside into JRATS via PAMS. JCCS authentication, confidentiality and non-repudiation procedures apply. A log of PAMS database users shall be maintained and monitored.

3.3.2.3 Training and Help System (THS) Sub-System. THS shall walk the operator through the steps necessary to operate OBD, PAMS and MRES. Critical mission threads of OBD, PAMS and MRES shall be created within THS to train warfighter operators. THS shall be interfaced to the JCCS terminal for display purposes only. THS shall have a one-way interface with the JCCS display. JCCS authentication, confidentiality and non-repudiation procedures apply.

3.3.2.4 Mission Rehearsal System (MRES) Sub-System. MRES shall create a virtual environment where the operators can practice and rehearse their missions. For the JTAMS Increment#1 missions of Intelligence, Surveillance and Reconnaissance (ISR), MRES shall be tested to ensure these missions can be rehearsed to warfighter satisfaction. MRES shall use copies of JCCS, OBD and PAMS, not the live systems. MRES shall provide a FUAV and JUGV Model called STIM to stimulate the outputs of the robots during virtual missions. MRES shall be displayed on the JCCS display. MRES shall not interact with any of the live interfaces. There shall be a one-way database connection between MRES and the JCCS historical database. This connection shall allow operators to replay actual missions in MRES and do “what if” analysis. An internal, secure one-way interface between the MRES historical database and the JRATS-JCCS Historical database shall be created. All other interfaces are internal within MRES. Internal, built-in authentication, confidentiality and non-repudiation shall be provided between the two databases MRES and JRATS-JCCS. JCCS authentication, confidentiality and non-repudiation procedures apply.

3.3.3 Open Architecture. The contractor will attempt to create a modular, layered, OPEN architecture as much as possible. This means that the software architecture must be an open architecture as defined by the Defense Acquisition Guidebook (DAG), para 4.4.11. The use of the DISR-online technical standards library shall be used to determine the amount of DoD Openness each interface possesses. This is a critical design feature since changeability is critical to the overall design of JTAMS.

Page 29 of 38

Page 30: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

3.3.4 Design Approach. While maximum use of contractor innovation and creativity is encouraged, the contractor shall design the JTAMS to work with the JCCS, FUAV and JUGV.

3.4 Software Test Plan. The contractor shall provide the government with their Software Test Plan (STP).

3.4.1 Mission Critical Threads. The contractor shall provide the government with a list of mission critical threads that they predict the war-fighter will execute while using JTAMS. This list will be the basis for all testing.

3.4.2 Software Test Results. The contractor shall provide the government with a list of all test events and their results.

3.5 Risk Management. The contractor shall provide the government with their Risk Management Plan. The Risk Management Plan must include the KPPs from the JRATS-JTAMS CDD. The Risk Management Plan must also include the risk of not making the government’s software quality performance statement below.

3.6 Government Software Quality Performance Statement (GOALS of Program).

• All War-Fighter Key Performance Parameters (KPP) shall be met at the threshold level• Software must be 95% Defect Free Software• Unambiguous, Stable Requirements (<2.5% change)• Requirements Achieved (>97.5% Achieved) • User-Friendly menu structure that only goes three levels deep at most • Design is OPEN, modular and layered such that one sub-system failure does not take down

the other sub-systems• User Satisfaction High (>90% Excellent)

SECTION 4 - VERIFICATION

4.1 Methods of Verification. Methods utilized to accomplish verification include:

a. Analysis. An element of verification that utilizes established technical or mathematical models or simulations, algorithms, charts, graphs, circuit diagrams, or other scientific principles and procedures to provide evidence that stated requirements were met.

b. Demonstration. An element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence that the designed functions were accomplished under specific scenarios. The items may be instrumented and quantitative limits of performance measured.

c. Examination. An element of verification and inspection consisting of investigation, without the use of special laboratory appliances or procedures, of items to determine conformance to those specified requirements which can be determined by such investigations. Examination is generally non-destructive and typically includes the use of sight, hearing, smell, touch, and taste; simple physical manipulation; mechanical and electrical gauging and measurement; and other forms of investigation.

d. Test. An element of verification and inspection that generally denotes the determination by technical means of the properties or elements of items, including functional operation, and involves the application of established scientific principles and procedures.

4.2 Design Verification. Shall be done in accordance with Government provided (para. 4.5) requirements cross-reference matrix

4.3 Inspections. The government will approach testing of the JTAMS as a series of contractor-operated tests during which the major functional requirements established in section 3.1.4. will be verified. The government will be the sole arbiter regarding the extent to which JTAMS meets, or fails to meet, requirements.

Page 30 of 38

Page 31: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

4.4 Requirements Cross Reference. The following table provides a cross reference between the system requirements in Section 3 and Verification provisions of Section 4.

Requirement Section 3 Paragraph Verification MethodMonitor/Report FUAV Sub-systems status 3.1.3.2 TestMonitor/Report JUGV Sub-systems status 3.1.3.2 TestMonitor/Report simultaneous robots status 3.1.3.2 TestLogistics Mission Prediction 3.1.4.1/3.1.4.2 DemonstrationNet-Ready Net-Centric Interface 3.1.4.2 TestLost Communications 3.1.4.3 DemonstrationAutomatic Re-order of Parts/Supplies 3.1.4.6 DemonstrationParts/Supplies Order Status Reporting 3.1.4.6 DemonstrationOpen Design Architecture 3.3.3 ExaminationSecurity 3.1.3.3 TestReliability 3.1.5 AnalysisAvailability 3.1.6 AnalysisMaintainability 3.1.7 DemonstrationVehicle Simulation for Rehearsal 3.1.4.4 DemonstrationMission Playback 3.1.4.4 DemonstrationHuman Factors Engineering 3.1.17 DemonstrationTraining 3.2.21.2 Test

SECTION 5 - PACKAGING

5.1 PREPARATION FOR DELIVERY. The JTAMS shall be delivered to the assigned location as part of the JCCS-FUAV-JUGV system of systems.

Page 31 of 38

Page 32: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

ATTACHMENT J-2: JTAMS CONTRACT DATA REQUIREMENTS LIST (CDRL)

1. DATA ITEM NO.

MT-00012. TITLE OF DATA ITEM

Coordinated Test Plan3. SUBTITLE

4. AUTHORITY (Data Acquisition Doc No.) 5. CONTRACT REFERENCESOW para 3.4

6. REQUIRING OFFICEDAU

7. DD 250 REQ 9. DIST STATEMENT REQD

10. FREQUENCYOne Time

12. DATE OF 1st

SUBMISSION 14. DISTRIBUTION

8. APP CODE 11. AS OF DATETest Lesson

13. DATE SUBSEQUENTSUBMISSION

a. ADDRESSEE b. COPIES

DRAFT FINAL16. REMARKS |a. Contractor format is acceptable. Hard copy to Gov’t rep. Gov’t Rep | 2b. Submission will take the form of a briefing and will be | delivered as a contractor presentation at the test lesson. |

| | | | | | |

15. TOTAL | 2DD Form 1423-2, JUN 90

Page 32 of 38

Page 33: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

CONTRACT DATA REQUIREMENTS LIST (2 Data Items)

Form Approved OMB No. 0704-0188

A. CONTRACT LINE ITEM NO. 0002

B. EXHIBIT C. CATEGORY TDP __________ TM- ________ OTHER ____X______________

D. SYSTEM/ITEM JTAMS

E. CONTRACT/PR NO. DAU-2000-XX-C-1111

F. CONTRACTOR

1. DATA ITEM NO.

MT-0002

2. TITLE OF DATA ITEM

Risk Management Plan

3. SUBTITLE

4. AUTHORITY (Data Acquisition Doc No.)

5. CONTRACT REFERENCESOW 3.5

6. REQUIRING OFFICE DAU

7. DD 250 REQ 9. DIST STATEMENT REQD

10. FREQUENCYTwo Times

12. DATE OF 1st

SUBMISSION 14. DISTRIBUTION

8. APP CODE 11. AS OF DATE PDR, CDR

13. DATE SUBSEQUENTSUBMISSION

a. ADDRESSEE b. COPIES

DRAFT FINAL16. REMARKS |a. Contractor format is acceptable. Hard copy to Gov’t rep. Gov’t Rep 2 2b. Submission will take form of an outline briefing of a plan | which will describe how risk will be managed. | Presentation will include a discussion of: |how risks were identified, what risks were identified, |how risks were classified, and what strategies to handle |risk will be used. All design factors which appear to be |in conflict should be identified and a plan for |conducting trade studies should be presented. |c. Initial plan briefed in class. |

15. TOTAL ----1----- 2 | 21. DATA ITEM NO.

MT-00032. TITLE OF DATA ITEM

Earned Value Measurement Plan3. SUBTITLE

4. AUTHORITY (Data Acquisition Doc No.)

5. CONTRACT REFERENCE

H.4.a.6, H.4.b.2

6. REQUIRING OFFICE DAU

7. DD 250 REQ 9. DIST STATEMENT REQD

10. FREQUENCY Two Times

12. DATE OF 1st

SUBMISSION 14. DISTRIBUTION

8. APP CODE 11. AS OF DATE

PDR, CDR

13. DATE SUBSEQUENTSUBMISSION

a. ADDRESSEE b. COPIES

DRAFT FINAL

16. REMARKS |a. Contractor format is acceptable. Hard copy to Gov’t rep. Gov’t Rep 2 | 2b. Submission in PDR will take form of a briefing which addresses the following:

|

Identify each software module being coded; identify the build plan | for each module and track progress to plan; explain each |modules’ cost and schedule variances and estimate at completion. |

| |

c. At CDR, contractor shall report actual vs. plan for |all software modules built for JTAMS |. |

15. TOTAL -----1---- 2 | 2DD Form 1423-2, JUN 90

Page 33 of 38

Page 34: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

1. DATA ITEM NO.

MT-00042. TITLE OF DATA ITEM

Test Report3. SUBTITLE

4. AUTHORITY (Data Acquisition Doc No.) 5. CONTRACT REFERENCESOW para 3.4.1, 3.4.2

6. REQUIRING OFFICEDAU

7. DD 250 REQ 9. DIST STATEMENT REQD

10. FREQUENCYOne Time

12. DATE OF 1stSUBMISSION

14. DISTRIBUTION

8. APP CODE 11. AS OF DATECDR

13. DATE SUBSEQUENTSUBMISSION

a. ADDRESSEE b. COPIES

DRAFT FINAL16. REMARKS |a. Contractor format is acceptable. Hard copy to Gov’t rep. Gov’t Rep | 2

| b. Submission will take the form of a briefing that shall be | integrated into the contractor’s CDR deliverable. |c. See Contract Section H-4 for details |

| |

15. TOTAL ---------- | 2DD Form 1423-2, JUN 90

Page 34 of 38

Page 35: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

1. DATA ITEM NO.

MT-00052. TITLE OF DATA ITEM

Program Managers EV Status Report3. SUBTITLE

4. AUTHORITY (Data Acquisition Doc No.) 5. CONTRACT REFERENCE H-4 (b)(4)

6. REQUIRING OFFICEDAU

7. DD 250 REQ 9. DIST STATEMENT REQD

10. FREQUENCYTwo Times

12. DATE OF 1stSUBMISSION

14. DISTRIBUTION

8. APP CODE 11. AS OF DATE EV Lesson

13. DATE SUBSEQUENTSUBMISSIONs

a. ADDRESSEE b. COPIES

DRAFT FINAL

16. REMARKS Gov’t Rep | 2At PDR= EVMS Plan | At CDR= Variance Analysis |

| | | | |

15. TOTAL ---------- | 2DD Form 1423-2, JUN 90

Page 35 of 38

Page 36: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

1. DATA ITEM NO.

MT-00062. TITLE OF DATA ITEM

Metrics Management Plan3. SUBTITLE

4. AUTHORITY (Data Acquisition Doc No.) 5. CONTRACT REFERENCESection C 3,4,6,

6. REQUIRING OFFICEDAU

7. DD 250 REQ 9. DIST STATEMENT REQD

10. FREQUENCYLiving

12. DATE OF 1stSUBMISSION

14. DISTRIBUTION

8. APP CODE 11. AS OF DATE Now

13. DATE SUBSEQUENTSUBMISSIONs

a. ADDRESSEE b. COPIES

DRAFT FINAL

16. REMARKS Gov’t Rep | 2At PDR= Metrics Management Plan |

| | | | | |

15. TOTAL ---------- | 2DD Form 1423-2, JUN 90

Page 36 of 38

Page 37: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

1. DATA ITEM NO.

MT-00072. TITLE OF DATA ITEM

Software3. SUBTITLE

4. AUTHORITY (Data Acquisition Doc No.) 5. CONTRACT REFERENCESection C 3,4,6,

6. REQUIRING OFFICEDAU

7. DD 250 REQ 9. DIST STATEMENT REQD

10. FREQUENCYLiving

12. DATE OF 1stSUBMISSION

14. DISTRIBUTION

8. APP CODE 11. AS OF DATE Now

13. DATE SUBSEQUENTSUBMISSIONs

a. ADDRESSEE b. COPIES

DRAFT FINAL

16. REMARKS Gov’t Rep | 21. Software source code (ASCII file)2. Software design documentation, including algorithms,

flowcharts and all design notes. (MS Word format)3. Closed software defect & resolution reports (MS Word

Format)4. Deliveries via CD/DVD required

|

| | | | | |

15. TOTAL ---------- | 2DD Form 1423-2, JUN 90

Page 37 of 38

Page 38: Documentation - myclass.dau.edu€¦  · Web viewAn element of verification which generally denotes the actual operation, adjustment, or re-configuration of items to provide evidence

ATTACHMENT J-3: JTAMS WORK BREAKDOWN STRUCTURE

Contractors shall extend the work breakdown structure as necessary to complete the work tasks required or to present a clear picture of risks during reviews; however, contractors shall not alter the items included in this section without Government approval.

Official WBS element titles and task content shall be as shown in the dictionary forms. The following Work Breakdown Structure is provided to contractors to Level 3 only in order to leave as much design flexibility as possible in contractor hands. It is anticipated that contractors will extend the WBS as necessary to complete designs presented for government review.

Page 38 of 38