FAMILY OF WEAPON SIGHTS SNIPER (FWS-S) … · IEEE Std 315-1975 Graphic Symbols for Electrical and...

33
W91CRB-15-R-0019 Page 38 of 130 Section C - Descriptions and Specifications STATEMENT OF WORK In the event of a conflict between the text of this document and the references cited herein, the text of this document takes precedence. Nothing in this document, however, supersedes applicable laws and regulations unless a specific exemption has been obtained. FAMILY OF WEAPON SIGHTS SNIPER (FWS-S) STATEMENT OF WORK 1. Scope. This SOW specifies the tasks the contractor shall perform during the Engineering, Manufacturing and Development (EMD), Low Rate Initial Production (LRIP), and Production efforts for the FWS-S. The FWS-S shall be a lightweight, self-contained, battery operated, clip-on thermal imaging system for surveillance and target acquisition of all variants of the M107, M110, M2010 and Precision Sniper Rifle (PSR) sniper weapon systems during daylight, darkness, adverse weather, and dirty battlefield conditions. It shall provide a modified eyepiece or separate display for operation in handheld mode, a remote control to control essential sight operations, including objective focus. The FWS-S shall be capable of wirelessly receiving and displaying data from an Army program of record laser range finder. Note also that items in bold refer to requirements for Contract Line Item Numbers (CLINs) that become requirements if/when ordered. 1.1. Terminology. 1.1.1. Government. When the term “Government” is used throughout this document, it shall refer to the cognizant personnel within PM Soldier Maneuver Sensors as well as the Procuring Contracting Officer (PCO) and his/her representatives assigned to the FWS-S program. 1.1.2. Days. When the term “days” is used throughout this document, it shall refer to calendar days, unless explicitly specified as business days. All deliveries shall be made on a business day and Close of Business (COB) is defined as 16:00 (Eastern Standard Time). 1.1.3. Weapon Sight. Basic term for the FWS-S weapon sight containing the subcomponents of the thermal camera, display, objective lens assembly, eyepiece, and remote that can be mounted on the multiple weapon variants. 1.1.4. Contract Data Requirements List (CDRL). CDRLs have corresponding Data Item Descriptions (DID), which specify specific instructions on deliverables from the contractor. The contractor shall comply with both the CDRLs and the DIDs for this program. 2. Applicable Documents. The following documents form a part of this SOW to the extent specified herein. Unless otherwise specified, the latest revision of each document shall apply. 2.1. Government Documents. Unless otherwise specified, the following specifications, standards, and handbooks may be downloaded from the ASSIST (Acquisition Streamlining and Standardization Information System) website at: www.assistdocs.com

Transcript of FAMILY OF WEAPON SIGHTS SNIPER (FWS-S) … · IEEE Std 315-1975 Graphic Symbols for Electrical and...

W91CRB-15-R-0019

Page 38 of 130

Section C - Descriptions and Specifications

STATEMENT OF WORK

In the event of a conflict between the text of this document and the references cited herein, the text of this document takes precedence. Nothing in this document, however, supersedes applicable laws and regulations unless a specific exemption has been obtained.

FAMILY OF WEAPON SIGHTS SNIPER (FWS-S) STATEMENT OF WORK

1. Scope. This SOW specifies the tasks the contractor shall perform during the Engineering, Manufacturing and Development (EMD), Low Rate Initial Production (LRIP), and Production efforts for the FWS-S. The FWS-S shall be a lightweight, self-contained, battery operated, clip-on thermal imaging system for surveillance and target acquisition of all variants of the M107, M110, M2010 and Precision Sniper Rifle (PSR) sniper weapon systems during daylight, darkness, adverse weather, and dirty battlefield conditions. It shall provide a modified eyepiece or separate display for operation in handheld mode, a remote control to control essential sight operations, including objective focus. The FWS-S shall be capable of wirelessly receiving and displaying data from an Army program of record laser range finder. Note also that items in bold refer to requirements for Contract Line Item Numbers (CLINs) that become requirements if/when ordered. 1.1. Terminology.

1.1.1. Government. When the term “Government” is used throughout this document, it shall refer to the cognizant personnel within PM Soldier Maneuver Sensors as well as the Procuring Contracting Officer (PCO) and his/her representatives assigned to the FWS-S program.

1.1.2. Days. When the term “days” is used throughout this document, it shall refer to calendar days, unless explicitly specified as business days. All deliveries shall be made on a business day and Close of Business (COB) is defined as 16:00 (Eastern Standard Time).

1.1.3. Weapon Sight. Basic term for the FWS-S weapon sight containing the subcomponents of the thermal camera, display, objective lens assembly, eyepiece, and remote that can be mounted on the multiple weapon variants.

1.1.4. Contract Data Requirements List (CDRL). CDRLs have corresponding Data Item Descriptions (DID), which specify specific instructions on deliverables from the contractor. The contractor shall comply with both the CDRLs and the DIDs for this program.

2. Applicable Documents. The following documents form a part of this SOW to the extent specified herein. Unless otherwise specified, the latest revision of each document shall apply. 2.1. Government Documents. Unless otherwise specified, the following specifications, standards, and handbooks may be downloaded from the ASSIST (Acquisition Streamlining and Standardization Information System) website at: www.assistdocs.com

W91CRB-15-R-0019

Page 39 of 130

AR 530-1 Operations Security (OPSEC)

AR 700-37 Packaging of Army Materiel

AR 700-127 Integrated Product Support

AR 750-1 Army Materiel Maintenance Policy

DA PAM 611-21 MOS Smartbook

DA PAM 700-127 Integrated Product Support Procedures

DI-CMAN-80858 Contractor’s Configuration Management Plan

DI-MGMT-81861 Integrated Program Management Report (IPMR) Data Item Description

DI-MGMT-81808 Contractor’s Risk Management Plan

DI-SESS-81758 Logistics Product Data (LPD)

DI-SESS-81759 Logistics Product Data Summaries

DI-SESS-81785 System Engineering Management Plan

DI-NDTI-80566 Test Plan

DI-NDTI-80603 Test Procedure

DI-NDTI-80809 Test/Inspection Report

DoD 5220.22-M National Industrial Security Program Operating Manual

FWS-S FDSC FWS-S Failure Definition and Scoring Criteria (FDSC)

MIL-DTL-14072 Finishes for Ground Based Electronic Equipment

MIL-HDBK-61 Configuration Management Guidance

MIL-PRF-28800 General Specification Test Equipment For Use With Electrical and Electronic Equipment

MIL-STD-129 Military Marking for Shipment and Storage

MIL-STD-130 Identification Marking of US Military Property

MIL-STD-461 DoD Interface Standard, Requirements for the Control of Electromagnetic Interface Characteristics of Subsystems and Equipment

MIL-STD-464 DoD Interface Standard, Electromagnetic Environmental Effects Requirements for Systems

MIL-HDBK-1839 Standard Practices for Calibration and Measurement

MIL-HDBK-2115 Failure Reporting, Analysis, and Corrective Action System

MIL-STD-40051-1 Preparation of Digital Technical Information for Interactive Electronic Technical Manuals (IETMs).

W91CRB-15-R-0019

Page 40 of 130

MIL-STD-40051-2 Preparation of Digital Technical Information for Page-Based Technical Manuals (TMs)

MIL-STD-810 DoD Test Method Standard - Environmental Engineering Considerations and Laboratory Tests

MIL-STD-881 Work Breakdown Structures for Defense Materiel Items

MIL-STD-882 System Safety

MIL-STD-961 DoD Standard Practice for Defense Specifications - Defense and Program-Unique Specifications Format and Content

PD-FWS-S Product Description- Family of Weapon Sight – Sniper (FWS-S)

N/A DoD Guide for Achieving Reliability, Availability and Maintainability

Non-Government Documents.

SAE GEIA-STD-0007 Logistics Product Data

SAE TA-HB-0007-1 Handbook and Guide for Logistics Product Data Requirements

ANSI/GEIA-STD-0009 Reliability Program Standard for Design, Development and Manufacturing

ANSI/NCSL-Z540.3-2006 Requirements for the Calibration and Measurement of Test Equipment

ASME Y14.5M-2009 Dimensioning and Tolerancing – Includes Inch and Metric

IEEE Std 315-1975 Graphic Symbols for Electrical and Electronics Diagrams

ISO 9001:2008 Quality Management Systems – Requirements

ISO Q10012-2003 Measurement Management Systems - Requirements for Measurement Processes and Measuring Equipment.

3. Requirements and Description. The Statement of Work is based on DoD regulations, instructions, and the approved FWS Capabilities Development Document, which the contractor shall meet. The FWS-S will be a critical enabler that will allow the Sniper to detect, observe and engage targets in low light, adverse weather, and limited visibility conditions with minimal or no interruption or impact on the Sniper’s normal daylight tactics. The FWS-S allows the Sniper to maintain confidence in the Sniper’s day sight zero because the day sight is never removed from the weapon. The FWS-S will be interoperable with the M107 Long Range Sniper Rifle (LRSR), M110 Semi-Automatic Sniper System (SASS), M2010 Enhanced Sniper Rifle (ESR), and the Precision Sniper Rifle (PSR). The FWS-S will be mounted in-line with the Sniper’s day sight enabling the Sniper to engage targets accurately at distances equal to the weapon’s maximum effective range in all light levels and obscured environments. The FWS-S shall include a remote to control essential weapon sight functions including objective focus. The FWS-S, when used in conjunction with an Army program of record laser range finder (LRF), shall provide interconnectivity such that the FWS-S shall command and accept output from the LRF, and display the output in the field of view of the day optic. 3.1. Systems Engineering. The Systems Engineering effort is for EMD, CDRL-AAA and for LRIP, CDRL-EEE.

3.1.1. Systems Engineering Objective. The objective of systems engineering under this contract is to ensure the contractor successfully integrates the technologies of the FWS-S to provide a weapon sight that can clip-on in front of the Sniper’s DVO in order to support missions in all climatic and battlefield conditions. The systems engineering shall focus on the integration of small pixel focal plane arrays, micro displays, and a motorized objective lens focus into the weapon sight and perfecting the eyepiece assembly to interface with the high magnification DVOs used on the supported weapons. A remote control that allows users to adjust the weapon sight functions, including the motorized objective lens focus, will provide the Sniper with access to his controls for optimizing the thermal imagery without coming out of a firing position.

W91CRB-15-R-0019

Page 41 of 130

3.1.2. Systems Engineering Plan. The contractor shall prepare an integrated Systems Engineering Plan (SEP) that describes the contractor’s processes and resources to incorporate Systems Engineering (SE) practices to build, test, deliver and support the FWS-S during the EMD phase, see CDRL-AAA. The SEP will be updated during LRIP, if the option is awarded, see CDRL-EEE. The contractor shall use DI-SESS-81785 when developing the Systems Engineering Plan. The contractor’s initial SEP shall be delivered at EMD PDR. The contractor shall prepare and submit an updated SEP at the FWS-S Critical Design Review (CDR). The SEP shall include, but is not limited to the following:

W91CRB-15-R-0019

Page 42 of 130

3.1.2.1. The contractor shall describe the FWS-S Major Components.

a. Thermal Sensor

b. Shutter Assembly

c. Objective Lens Assembly

d. Eyepiece

e. Display

f. System Electronics

g. Housing

h. Power Source

i. Wireless Transceiver

j. Antenna

k. Wired Remote

l. Handheld eyepiece (if required by design)

m. Shroud

3.1.2.2. OSA. The contractor shall describe how Open Systems Architecture (OSA) principles are incorporated in the FWS-S design to support technology updates for transferring or accepting sensor data to and from other soldier platform components. The contractor shall discuss the wireless components (wireless transceivers, wireless protocol, processor, wireless executable libraries), to include a system and data architecture in order to ensure information compatibility with future wireless devices and relates to the OSA as described.

3.1.2.3. System Performance. The contractor shall describe the system performance to be achieved for each device per the Product Description (PD), to include a system and component /sub component power allowance.

3.1.2.4. SE Organization. The contractor shall discuss its SE organizational integration (technical, Quality & Test, logistics) including sub-contractors.

3.1.2.5. SE Approach. The contractor shall discuss its SE approach to the following topics for the system and components/sub-components: reliability; maintainability/supportability; Chemical, Biological, Radiological, and Nuclear (CBRN) survivability; Electromagnetic Interference (EMI); Audibility, Safety/Environmental; Human Factors Engineering (HFE); producibility; Quality & Test; and training.

3.1.3. FWS-S Interoperability. The contractor shall be responsible for ensuring the FWS-S devices procured under this contract meet all contractual requirements IAW the contract, SOW and product description. The contractor shall describe FWS-S Interface/Interoperability with other equipment (M110, M2010, M107, PSR, weapon mounts (MIL-STD 1913 rail) and DVOs, TMDE, Army laser range finder program of record, etc.).

3.1.4. Participation in Technical Integrated Product Teams (IPTs). The contractor shall participate in Government established IPTs with other contractors to resolve technical issues to enable interoperability with FWS devices, if necessary, which may be procured from other sources.

3.1.5. Operational Security (OPSEC). The contractor shall develop an OPSEC Standard Operating Procedure (SOP)/Plan within 90 calendar days of contract award (and annually thereafter), to be reviewed and approved by the responsible Government OPSEC officer, per AR 530-1, Operations Security. The contractor should use the provided Security Classification Guides (SCG)s to develop their SOP. The SOP/Plan will specify the Government’s critical information, why it needs to be protected, where it is located, who is responsible for it and how to protect it. In addition, the contractor shall identify an individual who will be an OPSEC Coordinator. The

W91CRB-15-R-0019

Page 43 of 130

contractor will ensure that this individual becomes OPSEC Level II certified per AR 530-1. The Government will evaluate contractor OPSEC performance on an annual basis or as conditions warrant. The contractor will implement an employee verification process, whether through background checks or other similar processes, and provide a written response explaining how the verification process was completed and attest to the trustworthiness of the workforce, within 45 days of contract award. The contractor shall comply with FAR 52.204-2, Security Requirement. This clause involves access to information identified as “Confidential”, “Secret” or “Top Secret” and requires contractors to comply with: (1) the Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DoD 5220.22-M); and (2) any revisions to the DoD 5220.22-M, notice of which has been furnished to the contractor.

3.1.6 DoD Contract Security Classification Specification (DD254). The Government shall provide the contractor with a DD 254 in order to safeguard materials and conduct development in their respective facilities. The DD254 shall allow the contractor to use FOUO information , the FWS-CS Security Classification Guide (SCG), receive and generate classified material (at the SECRET level), and be authorized to use the services of Defense Technical Information Center (DTIC) or other secondary distribution center. Any information (classified or unclassified) pertaining to this contract shall not be released for public dissemination except as provided by the industrial Security Manual or unless it has been approved for public release by appropriate U.S. Government authority. Proposed public release shall be submitted to the Government for approval prior to release. Safeguarding FOUO information shall be IAW the FWS-S SCG.

3.2. Program Management. The Program Management effort is CDRL-BBB for EMD and CDRL-FFF for LRIP.

3.2.1. Program Management Objective. The contractor shall manage all aspects of the contract with respect to cost, schedule, system design, development, fabrication, engineering, configuration management, risk management, test and technical performance. The contractor shall provide timely, programmatic, schedule and performance information to the Government throughout the life of the contract. The contractor shall maintain a program management structure with a single point of contact for program oversight. The contractor shall perform administrative, technical, business, and financial management functions during the course of this effort to include organizing, directing, and controlling actions, reporting status, recommending solutions, and resolving issues to ensure the successful execution of efforts needed to achieve contract objectives. The contractor, at a minimum, shall implement processes for the following:

3.2.1.1. Program Planning, Management, and Control. The contractor shall manage and participate in necessary business and administrative planning, test planning, organizing, directing, coordination, and approving actions designated to accomplish overall program objectives. The contractor shall ensure that only technically qualified personnel with the proper security clearances and training support the program.

3.2.1.2. Subcontractor and Contractor Management. The contractor shall establish and maintain a subcontract management program. The contractor shall facilitate Government and subcontractor discussions/activities as required by the Government.

3.2.2. Integrated Program Management Report (IPMR). The objective of the IPMR is to provide a tool that provides sufficient detail and insight to the FWS-S Integrated Product & Process Team (IPT) with the current contract status and to project future contract performance. The contractor shall prepare the IPMR in accordance with (IAW) DI-MGMT-81861 and shall address the following areas of interest:

3.2.2.1. Work Breakdown Structure (WBS). Defines performance, schedule and cost data by product-oriented WBS. The WBS shall be prepared IAW MIL-STD-881C. The contractor shall develop and maintain, in accordance with IAW MIL-STD 881C, a Contract Work Breakdown Structure (CWBS). The CWBS shall be extended to the lowest appropriate level required by the Government to provide adequate management, surveillance, and performance measurement and shall be the basis for tracking, controlling, measuring and reporting all costs, risks and schedule performance under this contract. The CWBS shall be used in developing the Integrated Master Schedule (IMS) and the Contract Performance Report (CPR) IAW DI-MGMT-81861

W91CRB-15-R-0019

Page 44 of 130

3.2.2.2. Organizational Categories. Defines performance, schedule and cost data by the contractor’s organizational structure (e.g., Functional or Integrated Product Team (IPT)).

3.2.2.3. Baseline. Defines changes to the baseline system performance.

3.2.2.4. Staffing. Defines staffing forecasts.

3.2.2.5. Integrated Master Schedule. The contractor shall develop and maintain Integrated Master Schedule (IMS) that is event based and consists of a hierarchy of project events, with each event being supported by specific accomplishments, and each accomplishment associated with specific criteria to be satisfied for its completion. The IMS shall provide sufficient definition to track the step-by-step completion of the required accomplishments for each event and demonstrate satisfaction of the completion criteria for each accomplishment. The schedule must identify the interdependencies between CWBS elements at the level appropriate for efficient program management. The IMS shall be linked to the CWBS. The IMS shall include the CWBS at a level that provides consistent tracking of contractor data in accordance with Integrated Program Management Report IAW DI-MGMT-81861 requirements. The IMS must include contractor, subcontractor and Government activities (e.g., Government led verification and testing events).

3.2.2.6. Explanations and Problem Analyses. Narrative report used to provide analysis of areas a. – e. above.

3.2.2.7. Cost History and Forecast File. Defines the time-phased historical & forecast cost submission and shall indicate whether effort is below, at, or above cost. Costs include subassemblies, maintenance, labor and facilities.

3.2.3. Risk Management/Mitigation Plan. The contractor shall conduct and document an in-house risk management program IAW DI-MGMT-81808 that shall identify, analyze, track, and plan alternatives to reduce schedule and technical risks. Risk items and their mitigation efforts shall be presented at formal reviews and on an as needed basis during other meetings. The contractor shall discuss system technical risk management (technical, schedule, cost). The risk management/mitigation plan shall include, but is not limited to, the following: risk description, rating (stoplight or low, medium, high), program impact, mitigation strategy, action officer, schedule and status. The Risk Management/Mitigation Plan shall be delivered under CDRL-BBB for EMD and CDRL-FFF for LRIP.

3.2.3.1. Sample Hardware. At the EMD PAC, the contractor shall provide a risk assessment as a narrative addressing the following risks associated with their proposed FWS-S system:

a. Discuss the overall risk management program.

b. Discuss appropriate risk mitigation strategies and plans.

c. Synthesize and correlated the status of new and ongoing risk elements since Sample Hardware was submitted to the government.

3.2.4. Integrated Product & Process Team (IPT). The goal of the IPT is to resolve many issues and concerns at the lowest level possible and to expeditiously escalate issues that need resolution at higher levels. The government and contractor will conduct an overarching Integrated Product Process Team, while smaller groups conduct business related to their specialty in Working Integrated Product Teams (WIPT), led by a government and contractor co-chair.

3.2.4.1. IPT Overview. The Government and contractor shall incorporate an IPT discipline into the FWS-S programs. The objectives of the IPT are to foster an open, shared data/information environment and to implement a disciplined systems engineering approach to influence the design, manufacturing, testing, logistics support, and on-schedule delivery of specification compliant units, while striving to continuously improve the various Government/contractor processes and reduce system life cycle cost. The IPT shall also complete the following additional actions throughout the life of the contract:

a. Hold IPT reviews

b. Use risk management techniques to document, track, and manage program areas of risk

W91CRB-15-R-0019

Page 45 of 130

c. Review/concur on program documentation

d. Review follow-on qualification testing with the goal of reducing repetitive testing

e. Review/concur on all Failed Item Analysis Reports (FIARs)/Engineering Change Proposals (ECPs)/Waivers/Deviations/Trades

f. Review the Integrated Master Schedule 3.2.4.2. IPT Membership. The IPT shall consist of Government and contractor personnel associated with the FWS-S programs and related efforts. The US Army FWS-S Assistant Product Manager (APM) will co-chair the IPT with the associated contractor counterpart. The IPT chairpersons will work in good faith to reach agreement on all items requiring IPT approval/concurrence. If agreement cannot be reached between the co-chairpersons, then the issue(s) will be escalated per each organization’s chain of command. The co-chairs shall define the membership of the IPT at the Post Award Conference.

3.2.4.3. Plans, Reports, Reviews, & Meetings. The IPT co-chairs will develop an agenda for all reviews/meetings. The contractor shall provide an agenda and a read-ahead brief for all meetings/reviews no later than five (5) business days before the scheduled review/meeting. At the end of each review/meeting, the contractor shall prepare action items and meeting minutes for Government concurrence delivered within five (5) business days after the meeting/review. The government must concur with all actions cited per the minutes, and shall have five (5) days to review and provide comments. CDRL BBB for EMD and CDRL FFF for LRIP.

3.2.4.4. IPT Reviews. IPT reviews shall provide a forum to identify, discuss and resolve issues that could affect the system performance, design, production, testing, logistics support, system deliveries, life cycle cost and program schedule. The contractor shall participate in and support IPT Reviews at approximately 120-day intervals throughout the life of the contract, or as agreed to by the IPT chairpersons. IPTs include major program management meetings such as design and test readiness reviews. The first IPT Review shall be conducted on or about 30 days after the Post Award Conference. IPT reviews may be conducted as teleconferences or video-teleconferences (VTCs) if mutually agreed upon by the IPT co-chairpersons; however face-to-face meetings are preferred to be at the contractor’s facility. With Government concurrence, IPT reviews may be relaxed in frequency, and/or may be combined with significant meeting events identified in paragraph. IPT reviews will also address the status of all GFE. The IPMR and Risk Mitigation Document shall also be reviewed at these meetings, as well as an agenda approved by the Government that includes items such as: deliverable status, test status, TM development status, etc.

3.2.5. FWS-S Working Integrated Product Teams (WIPT). The FWS-S APM will designate chairs to lead WIPTs. The FWS-S will include separate functional area WIPTs for Acquisition, Cost, Supportability, Technical, Quality Assurance and Test & Evaluation. The contractor shall designate their respective subject matter expert for relevant WIPT participation. The contractor shall schedule (with Government concurrence), prepare for and conduct the following reviews/meetings:

3.2.5.1. WIPT Reviews. The contractor shall participate in and support WIPT reviews as defined in the contractor’s proposal, IMS, throughout the life of the contract, or as agreed to by the IPT chairpersons. WIPT reviews shall provide a working level forum to identify, discuss and resolve issues that could affect the system performance, design, production, testing, logistics support, system deliveries, life cycle cost and program schedule.

3.2.5.2. FWS-S Informal Reviews. The contractor shall support WIPT reviews in order to resolve issues cited by the IPT, and to prepare for IPT reviews. The contractor shall be available for informal reviews and Government visits in addition to the WIPT reviews. The WIPT will, whenever possible, attempt to minimize travel costs for both parties by utilizing teleconferences or VTCs to conduct these informal reviews. WIPT will meet frequently and informally in order to develop strategies, tailor documentation, resolve issues and promote working progress of the program. WIPT provides status and informs the IPT prior to IPT reviews.

3.2.5.3. FWS-S EMD Formal Reviews: Post Award Conference (PAC), Contractor Development Testing (CDT), Preliminary Design Review (PDR), Component and System Critical Design Review (CDR), Test Readiness Review (TRR), Reliability Growth Test-1 (RGT-1), Government Development Test (GDT),

W91CRB-15-R-0019

Page 46 of 130

and Limited User Test (LUT). The contractor shall host a PAC within 30 days of contract award to ensure there is a mutual understanding of the terms, conditions, requirements and risks among all parties responsible for the management and performance of the contract. The contractor shall host a PDR within 3 months after contract award to provide a preliminary assessment of the design of the FWS-S and submit a PDR report. A CDR shall be hosted by the contractor no more than 5 months following the contract award to review the final component and system designs. The contractor shall submit a system level CDR report. The contractor shall be prepared to deliver test articles for the CDT, at 10 months, and GDT weapon firing within 12 months of contract award, and for the GDT Electromagnetic Environment Effects (E3) testing within 15 months of contract award. The contractor shall deliver test articles and support for the RGT-1. The contractor shall deliver test articles for use in a LUT to commence within 19 months after contract award. The contractor shall host a TRR in accordance with the timelines established in Tables 3.1 and 3.2, in preparation for the CDT. The TRR shall review the contractor’s preparation and ability to execute test events in accordance with test procedures. At a minimum, test articles must pass A-Level Testing in order to advance to further tests. The Test and Evaluation (T&E) WIPT shall assess the system’s readiness to enter Developmental Test (DT) and the status of planning for and the capability to conduct DT, to include resources and other equipment. The CDT, unless otherwise specified in the contract or purchase description, shall be performed by the contractor. CDT shall consist of the inspections/tests as specified in Section 4.0 of the PD-FWS-S. The contractor shall provide five (5) sets of interface equipment during EMD. The contractor shall provide a CDT report. CLIN 0001 shall apply toward FWS-S EMD efforts. The contractor shall satisfy the Contract Data Requirement Lists (CDRLs) IAW associated Data Item Descriptions (DIDs) during EMD. The contractor shall complete CDRL-AAA, CDRL-BBB, CDRL-CCC and CDRL-DDD, along with exit criteria for the various reviews including, but not limited to:

3.2.5.3.1. FWS-S Post Award Conference Exit Criteria. The contractor shall successfully address the following questions and deliver all CDRLs associated with this event. IPT agreement on the following:

a. Contract terms, conditions, and requirements.

b. Requirements for on-line technical information.

c. Risk Identification, Risk analysis and Risk Mitigation Plan.

3.2.5.3.2. FWS-S EMD Preliminary Design Review Exit Criteria. The contractor shall successfully address the following questions and deliver all CDRLs associated with this event. Government approval that the contractor has accomplished/verified the following:

a. All required system performance for EMD is fully decomposed and defined in the functional baseline.

b. Preliminary design, as disclosed, satisfies the FWS-S System Level Performance and Component specifications.

c. Summarize status of the reliability and maintainability engineering design activities (i.e., allocations, models, block diagrams, predictions, anticipated failure modes and effects).

d. Established and documented system allocated baseline to enable the design to proceed with proper configuration management.

e. Established adequate processes and metrics for the program to succeed.

f. Included human integration design factors in the overall system design.

g. Identified program risks and established risk mitigation plan for all functional areas (SE, Program Management, Quality/Test, Reliability, Logistics, Manufacturing, etc.).

h. Program schedule is executable (technical, cost, risk).

i. Program is staffed properly.

j. Identify all required unique tooling and test equipment required to produce and test the FWS-S.

k. Plans to mitigate risks are on track.

W91CRB-15-R-0019

Page 47 of 130

l. Traceability of requirements to testing is clear in the allocated baseline.

m. FWS-S Logistics Product Data delivered.

n. FWS-S TMDE Logistics Product Data delivered.

3.2.5.3.3. FWS-S EMD Critical Design Review Exit Criteria. The contractor shall successfully address the following questions and deliver all CDRLs associated with this event.

a. Identification of all precious metals (including amount in grams), toxic or hazardous materials and all material(s) for each optical element, of the entire design (to include ancillary items).

b. Presentation of component design tolerances and compatibility between components.

c. Identification of long lead parts and suppliers.

d. Initial system and data architectures shown.

e. Updated System Engineering Plan adequately describes processes and procedures to build, test, deliver and support through EMD.

f. Contractor is meeting the configuration management plan, so that the System allocated baseline, agreed by the government meets the FWS-S specifications.

g. Draft Test plans are developed and ready for submission for government review.

h. Updated risk assessment for all functional areas (SE, Program Management, Quality/Test, Reliability, Logistics, Manufacturing, System Architecture, etc.), and mitigating strategies are identified.

i. Updated program development schedule including fabrication, test and evaluation, software coding, critical path drivers, etc.

j. Updated Logistics Product Data (LPD) describes program sustainment development efforts and schedules based on current budgets, test evaluation results and firm supportability design features.

k. Identification of all exposed materials of the design (to include ancillary items) to support the Chemical, Biological, Radiological, and Nuclear (CBRN) Contamination Survivability analysis.

l. Test procedures are delivered for government review.

m. FWS-S Logistics Product Data delivered.

n. FWS-S TMDE Logistics Product Data delivered.

3.2.5.3.4. FWS-S EMD TRR Exit Criteria. The contractor shall prior to the start of Contractor Development Test (CDT), conduct a TRR to assess test objectives, test methods and procedures, scope of tests, safety, and verify required test resources have been properly identified and coordinated to support planned tests. The contractor shall host TRRs for the events no later than 90 days before the start of the test. At the TRR, the T&E WIPT shall verify the traceability of planned tests to program specifications and determine the completeness of test procedures and their compliance with test plans and descriptions. The contractor shall provide evidence to assess the system for development maturity, cost/schedule effectiveness and risk to determine readiness to proceed to formal testing. The contractor shall meet the Exit criteria for the completion of the TRR shall (at a minimum) include:

a. Draft test plan(s).

b. Draft Test Procedures, when applicable.

c. Completed identification and coordination of required test resources, to include roles and responsibilities of all test participants identified.

d. Test/inspection data on subsystem and components verifying that the requirements in the System Requirements Management System have been met for those items.

W91CRB-15-R-0019

Page 48 of 130

e. Identified risk level acceptable to the program leadership.

f. Configuration of the systems under test has been identified; both hardware and software, and all units and test are of the same configuration.

g. All action items from previous technical and design reviews have been completed and closed.

3.2.5.4. FWS-S LRIP Formal Reviews: PAC, PDR, CDR, Production Qualification Test (PQT) Reliability Growth Test 2 (RGT-2), Production Qualification Test-Government (PQT-G), and Initial Operational Test and Evaluation (IOT&E), Production Readiness Review (PRR), First Article Test (FAT). The contractor shall host a PAC/PDR within 1 month of contract award to ensure there is a mutual understanding of the terms, conditions and requirements among all parties responsible for the management and performance of the contract and provide a preliminary assessment of the design of the FWS-S, and submit a PDR report. A CDR shall be hosted by the contractor no more than 4 months from option award. The contractor shall submit a CDR report. Prior to conducting PQT testing, the contractor shall host a TRR. The TRR shall review the contractor’s preparation and ability to execute test events in accordance with approved test procedures. Following the CDR, the Production Qualification Test (PQT) shall start no later than 10 months from option award. The PQT, unless otherwise specified in the contract or purchase description shall be performed by the contractor. PQT shall consist of the inspections/tests as specified in Section 4 of the Product Description, and use approved test plans and procedures. The Reliability growth test-2 (RGT-2), shall start no later than 12 months from the option award. The contractor shall deliver test articles to the government for PQT-G, starting no later than 11 months from option award, for weapon firing and possibly 14 months for E3 testing, if not assessed through contractor testing. The contractor shall deliver the government five (5) sets of interface equipment to include deserializers. The contractor shall deliver systems in order for the government to conduct a Logistics Demonstration NLT 18 months from option award. Contractor shall deliver FWS-S test articles, to include updated configuration changes from previous tests, for IOT&E NLT 18 months from option award. Contractor shall conduct a PRR after successful IOT&E NLT 20 months from option award. CLIN 0002, 0003, 0009, 0010, 0011, 0012, and 0013 shall apply toward FWS-S LRIP efforts. The contractor shall complete CDRL-EEE, CDRL-FFF, CDRL-GGG, and CDRL-HHH, CDRL-III IAW associated Data Item Descriptions (DIDs) during LRIP, along with exit criteria for the various reviews including, but not limited to PAC/PDR, CDR, LRIP, FAT, PRR and TRR.

3.2.5.4.1. FWS-S LRIP PAC/PDR Exit Criteria. The contractor shall successfully address the following questions and deliver all CDRLs associated with this event. Government approval that the contractor has accomplished/verified the following:

a. All required system performance for LRIP is fully decomposed and defined in the initial product baseline.

b. SEP is updated and reflects processes and resources to build, test, deliver and support FWS-S.

c. Testing is traceable to PD.

d. Preliminary design, as disclosed, satisfies the FWS-S System Level Performance and Component specifications.

e. Summarize status of the reliability and maintainability engineering design activities (i.e., allocations, models, block diagrams, predictions, anticipated failure modes and effects).

f. Contract terms, conditions and requirements are agreed upon.

g. Requirements for on-line technical information are implemented.

h. Risk Identification, Risk Analysis and Risk Mitigation plan is updated and agreed upon with the IPT.

i. Established adequate processes and metrics for the program to succeed.

j. Included human integration design factors in the overall system design.

k. Identified program risks and established risk mitigation plan for all functional areas (SE, Program Management, Quality/Test, Reliability, Logistics, Manufacturing, etc.).

l. Updated IMS and schedule is executable (technical, cost, risk).

W91CRB-15-R-0019

Page 49 of 130

m. Program is staffed properly.

n. All required unique tooling and test equipment required to produce, test and manufacture the FWS-S is identified.

o. Contract terms, conditions, and requirements.

p. Requirements for on-line technical information

q. Risk Identification

r. Risk Analysis

s. Risk Mitigation Plan

t. FWS-S Logistics Product Data delivered.

u. FWS-S TMDE Logistics Product Data delivered.

3.2.5.4.2. FWS-S LRIP System Critical Design Review. The contractor shall successfully address the following questions and deliver all CDRLs associated with this event.

a. Updated risk assessment for all functional areas (SE, Program Management, Quality/Test, Reliability, Logistics, Manufacturing, etc.).

b. Updated program development schedule including fabrication, test and evaluation, software coding, critical path drivers, etc.

c. Updated LPD updating program sustainment development efforts and schedules based on current budgets, test evaluation results and firm supportability design features.

d. Identification of all exposed materials of the design (to include ancillary items) to support the Chemical, Biological, Radiological, and Nuclear (CBRN) Contamination Survivability analysis.

e. Updated system and data architectures are updated.

f. Critical design, as disclosed, satisfies the FWS-S Performance and Component specifications

g. TMDE design is supports the FWS-S system.

h. FWS-S Logistics Product Data delivered.

i. FWS-S TMDE Logistics Product Data delivered.

3.2.5.4.3. FWS-S LRIP Exit Criteria. The contractor shall successfully address the following questions and deliver all CDRLs culminating in conclusion of the LRIP phase. The focus of the LRIP will be the mission effectiveness of the FWS-S equipped units and assessments of the LRIP systems meeting operational requirements. This focus will include assessing the effectiveness, suitability and survivability of the systems in a tactical environment. The PM SMS will use LRIP data to support the Full Rate Production (FRP) decisions. Prior to the completion of the LRIP phase, both the product baseline and all FIARs shall be approved by the Government, exceptions may occur depending on circumstances. Approval that the contractor has accomplished/verified the following:

a. Is the system technically and sustainably mature at TRL 9 No major design changes and proven through testing and evaluation?

b. Risks are acceptable for production (cost, schedule and performance) exist for prime and subcontractors.

c. Established test and validation processes and metrics for the program to succeed.

d. Design is producible and manufacturable– MRL 9.

e. Required tooling, test equipment, assembly documentation and operator training are in place or identified, and are available to meet planned rate production schedules. Identification of Calibration cycles and processes for equipment and test equipment parameters to include their tolerances or min/max values that are included in the calibration process and their relationship to performance parameters.

W91CRB-15-R-0019

Page 50 of 130

3.2.5.4.4. FWS-S LRIP TRR Exit Criteria. The contractor shall prior to the start of contractor qualification test such as PQT, FAT, or any post qualification test, conduct a Test Readiness Review (TRR) to assess test objectives, test methods and procedures, scope of tests, safety, and verify required test resources have been properly identified and coordinated to support planned tests. The contractor shall host TRRs for each qualification test no later than 90 days before the start of the test. At the TRR, the Test & Evaluation WIPT shall verify the traceability of planned tests to program requirements and determine the completeness of test procedures and their compliance with test plans and descriptions. The contractor shall provide evidence to assess the system for development maturity, cost/schedule effectiveness and risk to determine readiness to proceed to formal testing. The contractor shall meet the Exit criteria for the completion of the TRR shall (at a minimum) include:

a. Completed and approved test plan(s).

b. Completed and approved Test Procedures, when applicable.

c. Completed identification and coordination of required test resources, to include roles and responsibilities of all test participants identified.

d. Test/inspection data on subsystem and components verifying that the specifications have been met for those items.

e. Identified risk level acceptable to the program leadership.

f. Configuration of the systems under test has been identified; both hardware and software, and all units and test are of the same configuration.

g. All action items from previous technical and design reviews have been dispositioned and closed.

3.2.5.4.5. FWS-S First Article Test (FAT) Exit Criteria. The contractor shall successfully address the following questions and deliver all CDRLs associated with this event. CLIN 0018 shall apply toward FAT report. Government approval that the contractor has accomplished/verified the following:

a. Work processes and assembly instructions are correct.

b. FWS-S systems successfully pass tests.

c. Materials and facilities are the same as those to be used in production.

d. FAT units serve as the manufacturing standard for the contractor to manufacture FWS-S in production.

e. The contractor shall prepare and submit a FAT Report, which must be approved.

3.2.5.4.6. FWS-S Production Readiness Review (PRR) Exit Criteria. The contractor shall successfully address the following questions and deliver all CDRLs associated with this event. For both the initial and final PRRs, Government approval that the contractor has accomplished/verified the following:

a. Design is ready for production; contractor meets Manufacturing Readiness Level (MRL) 9.

b. No unacceptable production risks (cost, schedule, performance) exist for prime and subcontractors.

c. Established and documented system product baseline.

d. Established adequate processes and metrics for the program to succeed.

e. The production schedule is viable to meet the Government’s projected fielding schedule.

f. Government approval of the Final Production Readiness Review is required for Type classification-Standard.

3.2.5.4.7. FWS-S Production Phase. The contractor shall deliver the Production Manufacturing Plan, for EMD, see CDRL-BBB and for LRIP, see CDRL-FFF. Prior to LRIP, the contractor shall provide to the Government a Production Manufacturing Plan, see paragraph 3.6. The contractor

W91CRB-15-R-0019

Page 51 of 130

shall anticipate that the Government will field a minimum of FWS-S units to one (1) Brigade Combat Team on a monthly basis, based on annual allowable funding from the Army. The production schedule will be compatible with MS Office products. The contractor shall NLT the end of the last year of production provide to the Government a proposed component Quality Validation Plan for spare parts. The component QVP will be implemented to measure quality by the contractor for spare part orders. CLIN 0004 and 0005 shall be used for full rate production systems.

3.2.6. Correspondence Transmission. The contractor shall submit, as a minimum, written program correspondence and documentation viewable with MS Office products able for dissemination via electronic submittal to members of the IPT. The preferred method of file submission is via e-mail. If the contractor decides on an alternative method for correspondence transmission, then the contractor shall be responsible for managing availability and distribution to the members of the IPT, at no cost to the Government. Non-email alternative correspondence submittal procedures may be allowed on a case-by-case basis, with Government concurrence (either Government IPT chairperson(s) or Government contracting officer), but at no cost to the Government.

3.2.7. Data Submissions. The contractor shall meet all data submissions on time as defined in the associated CDRLs.

3.2.7.1. Data Requirements. The data items shall be submitted to the Government via electronic media.

3.2.7.2. On-Line Technical Information. It is the intent of the Government to gain on-line access to contractor maintained data, configuration files, to include drawings down to the spare parts level, and information supporting the FWS-S program. The type of information to be available on-line shall be concurred to by the IPT prior to its implementation. The most recent version of all data shall be made available within five working days of being updated. The contractor shall allow the Government the capability of retrieving on-line all current and modified versions of documentation, as well as uploading documentation to facilitate an information sharing medium. Classified data shall be provided on magnetic or optical media. Classified data shall be handled in accordance with DoD 5220.22M and DD Form 254, Security Classification Guide, attached to the contract. Any restrictions on the use of the electronic data shall be as prescribed in the Data Rights Clause.

3.2.7.2.1. Sharing Website. The contractor shall establish and maintain configuration of an on-line file sharing website (e.g., SharePoint) in order for the contractor to electronically share with the Government at a minimum, test plans, reports, engineering and logistical information, specifications, presentations, minutes from reviews and meetings. The contractor shall be responsible for the security of the dissemination of information IAW government regulations and policies. Access shall be strictly controlled, and granted to contractor project members per contractor internal protocols, and to Government project team members, as identified by the Government. The contractor shall be responsible for the security of the storage and dissemination of information IAW government regulations and policies.

3.2.7.2.2. Common User File System. The contractor shall establish a common user file management system, concurred with by the IPT, to be presented at EMD PAC review. The file management shall be reviewed at each IPT meeting.

3.2.7.2.3. CDRLs Library. The contractor shall establish a specific file-sharing library entitled “Deliveries to the Government,” containing separate sub-files named exclusively for each contract CDRL, by CDRL number and deliverable title (e.g., FWS-S PDR Report, FWS-S CDR Report, etc.). The contractor shall post all submitted deliverable drafts, Government comments and deliverable final submissions in the appropriately named CDRL folder. This electronic CDRL library shall be the sole recognized file sharing point for electronic copy deliverables for the contract. To facilitate the smooth flow of information, the Government highly encourages establishment of a standard, comprehensive file management structure, approved by the IPT, to support any contract file sharing arrangement. The file management structure shall be operational 60 days after EMD PAC review.

3.2.7.2.4. Naming Convention. The contractor shall, for all deliverables, establish and enforce a file naming convention that requires a standard format for naming the basic submitted file, and all subsequent serial revisions/versions separately, by basic filename, serial revision/version number and date.

W91CRB-15-R-0019

Page 52 of 130

The file naming convention shall be defined/established as agreed to by the IPT NLT 30 days after EMD PAC review.

3.2.7.3. Data Rights. The Government rights are defined in the clause at 252.227-7013. At a minimum, all FWS-S drawings and specifications delivered to the Government under this contract shall be provided with Unlimited Rights and shall meet the requirements of this Statement of Work.

3.3. Quality Assurance and Test. For EMD, CDRL-CCC and for LRIP, CDRL-GGG apply toward Quality Assurance and Test.

3.3.1. Quality Assurance Objectives. The objectives of the Quality Assurance requirements are to establish early insight into the contractor’s tests, plans, procedures, and products/processes to ensure timely deliveries which meet the system/component, and TMDE performance requirements, and identify early-on any issues/concerns that will impact the timeliness of the delivered product and its performance.

3.3.2. Quality System Requirements. The contractor shall establish, maintain and operate a quality system in accordance with ISO 9001:2008, or an equivalent quality system. The contractor shall provide the Government an overview of their quality management system plan and approach as a briefing at the PAC, to include FWS-S unique areas. Quality Assurance, including reliability shall be addressed at each contractually required review, to include SPC, Pareto charts and other metrics employed by the prime contractor and their major suppliers to control critical processes. The contractor shall maintain a calibration system in accordance with ANSI/NCSL Z540.3-2006, ISO 10012:2003, or equivalent to ensure that all test/inspection, measurement, and diagnostic equipment, including all accessories and ancillary test equipment, are properly calibrated, identified by appropriate labeling, and are traceable to national measurement standards.

3.3.2.1. Supplier Quality Management. The contractor shall be responsible for verifying the quality of the work performed by suppliers, including any inspections and tests performed by the suppliers. The contractor shall describe any methods unique to this contract of supplier selection, retention, management, inspection and test validation or other supplier controls above and beyond that which is described in the contractor’s Quality Management System. Suppliers of key/critical components or processes shall be identified including names and contact information of key supplier personnel. The Contractor shall describe to the Government the process for determining key/critical suppliers. The Government reserves the right to review/audit any suppliers of key/critical components. No review/audit of any suppliers by the Government will relieve the contractor of the responsibility of managing suppliers.

3.3.2.2. Measurement standards.

3.3.2.2.1. Thermal Sensor. The contractor shall maintain not less than five (5) each contractor-owned FWS-S systems as standards, one of which will be maintained at the government’s location. For these thermal sensors standards, the contractor shall maintain measurement records for critical performance parameters including FWS-S Minimum Resolvable Temperature, Signal Transfer Function, Uniformity, 3D Noise, Modulation Transfer Function, parallax, wireless transceiver performance parameters. These measurements shall be made and documented during the development and the production phase, at least on a quarterly basis, using actual production test and acceptance equipment, and data shall be presented to the Government at each program review to include comparisons to past data and the identification of any trends, positive or negative. In addition, correlation testing shall be conducted with the Government laboratory using the Contractor's standard systems, on an as needed basis, to ensure acceptable standards are being maintained. This may require a Government visit quarterly, or additional visits if there are correlation issues. The contractor shall be responsible at no additional expense to the Government to address and rectify, to the Government’s satisfaction, any correlation issues identified through Government correlation testing.

3.3.2.2.2. Measurement Interface Equipment. The contractor shall provide to the Government five (5) sets of interface equipment for FWS-S, to include deserializers, to support Government measurement of required performance parameters identified in this SOW and the FWS-S PD. CLIN 0015 and subCLINs apply toward Measurement Interface Equipment.

W91CRB-15-R-0019

Page 53 of 130

3.3.3. Responsibility for Inspection. The contractor shall be responsible for the performance of all inspection requirements specified herein. Except as otherwise specified elsewhere in the contract, the contractor may use his own or any other facilities, with Government concurrence, that are suitable for the performance of the inspection requirements specified herein. The Government reserves the right to audit, perform, witness, or verify any of the inspections set forth herein. The contractor shall be responsible for correcting any deficiencies found during required testing in all affected contractor products at no additional cost to the Government.

3.3.4. Use of Government Property/Materiel. The contractor's quality program shall include procedures for the control, use and maintenance of Government Furnished Materiel (GFM) and Government Furnished Property (GFP), if provided. Within 7 days after receiving the GFP or GFM, the Contractor shall report to procuring activity any GFM/GFP that is found damaged, malfunctioning and otherwise unsuitable for use or discrepancies in numbers received.

3.3.5. Use of Contractor's Inspection Equipment. The contractor's gauges, measuring tools and testing devices shall be made available for use by the Government when requested to determine conformance with contract requirements. If requested by the Government, the contractor's personnel shall be made available for operation of such devices and for verification of their accuracy and condition.

3.3.6. Inspection and Test Records. The contractor shall maintain complete and accurate records of all inspections and tests, and shall make those records available for review or audit by the Government upon request.

3.3.7. Quality Validation Plans (QVPs). The contractor shall document his approach to establish and maintain control over the quality of items delivered and assure all systems meet all performance specification and drawing requirements throughout the life of the contract. The system level qualification, conformance inspection, sampling plan, samples size, and testing methods/requirements are defined in Section 4.0 of the FWS-S PD. If required, the contractor shall prepare and deliver a QVP for the TMDE and spare level FWS-S components identified in paragraph 3.1.2.1. The QVPs shall document how process control will be maintained in all areas of operations, for both the contractor and its critical suppliers. Suppliers of critical components, materials or processes shall be identified in the QVP. The contractor shall use Section 4.0 of the FWS-S PD as the baseline for establishing their proposed sample plan, sample size, and test method. The Government reserves the right to review/audit both the contractor and any suppliers. No review/audit of any suppliers by the Government shall relieve the contractor of its responsibility for the performance and inspection of the products or services acquired by its suppliers. CDRL CCC for EMD and CDRL GGG for LRIP.

3.3.8. Government and Contractor Qualification Testing. The contractor shall provide FWS-S systems and TMDE for Government and contractor qualification testing. The contractor shall provide the required number of systems along with repair parts/Product Support Package (PSP) and other ancillary items as required for the various test events in accordance with the following anticipated schedules in Tables 3.1 and 3.2. The contractor shall correct all deficiencies found during testing, conduct appropriate retest as necessary at no cost to the Government. The EMD Risk Reduction systems will be priced as a CLIN on the contract and will be ordered if deemed in the best interest of the Government. CLIN 0014 apply to Risk Reduction EMD Test Articles. Systems provided shall remain property of the contractor throughout testing until the final configuration is qualified. Upon successful completion of testing and the contractor shall deliver the required number of systems per Table 3.1 and 3.2 respectively in the final qualified configuration per each product phase.

W91CRB-15-R-0019

Page 54 of 130

Table 3.1. Anticipated FWS-S EMD Test Schedule.

Event Estimated Date after EMD award /

Location

No. of Systems Required

Cumulative Total No. of

Systems Required

Key

Rev

iew

s/R

epor

ts

Post Award Conference 30 days / Contractor’s Facility N/A

Preliminary Design Review (PDR) 3 months / Contractor’s Facility N/A

PDR Report due 4 months AROs N/A

Component and System Critical Design Review (CDR)

5 months respectively/ Contractor’s Facility

N/A

Logistics Start of Work 30 days / Contractor’s Facility N/A

CDR Report due 6 months N/A

Contractor Developmental Test Readiness Review (CDT TRR)

7 months / Contractor’s Facility N/A

Safety Assessment Report (SAR) due 3 months prior to GDT weapon firing

N/A

TM

/Tra

inin

g

50% Op/Crew Technical Guide review 5 months / Contractor’s Facility

50% Op/Crew Training review 6 months / Contractor’s Facility

50% Maintainer Technical Guide review

50% Maintainer Training review

80% Op/Crew Technical Guide review 7 months / Contractor’s Facility 2 2

80% Op/Crew Training review 9 months / Contractor’s Facility

80% Maintainer Technical Guide review 7 months / Contractor’s Facility

80% Maintainer Training review 9 months / Contractor’s Facility

Offset Verification 10 months/ TBD

Weapon Fit Check 10 months/ TBD

100% Op/Crew Technical Guide review 10 months / Contractor’s Facility

100% Op/Crew Training review 11 months / Contractor’s Facility

100% Maintainer Technical Guide review 10 months / Contractor’s Facility

100% Maintainer Training review 11 months / Contractor’s Facility

Op/Crew Technical guide validation 12 months + 15 days / Contractor’s Facility

Maintainer Technical Guide validation 13 months + 15 days/ TBD

W91CRB-15-R-0019

Page 55 of 130

Event Estimated Date after EMD award /

Location

No. of Systems Required

Cumulative Total No. of

Systems Required

Early Abbreviated Demonstration/IKPT (Operator/Crew)

14 months / Contractor’s Facility

Early Abbreviated Demonstration/IKPT (Maintainer) 14 months / Contractor’s Facility

Tes

t

CDT start 10 months / Contractor’s Facility 18 New 18

Government Developmental Test including: KPP and KSA Assessment Electromagnetic Environmental Effects (E3):

Electromagnetic Interference (EMI)/Electromagnetic Compatibility (EMC) Test, Personnel Electrostatic Discharge (PESD), and Helicopter Electrostatic Discharge (HESD) if required

Soldier Survivability Laser Vulnerability Analysis

12 months for weapon fire/WSMR 15 months / WSMR, NM (T)

8 (5 New) 23

RGT-1 13 months/TBD 10 New 33

CBRN (likely a paper study) 15 months / Dugway Proving Ground, UT

0

Op/Crew I&KPT/Early Abbreviated Demonstration (EAD)

13 months / 14 months/ TBD 1 / 8 33

Limited User Test (LUT) Product Support Package Component List (PSPCL) due

17 months / TBD (due 2 weeks prior to OTRR 2)

1 33

LUT Product Support Package (PSP) 18 months /

New Equipment Training (NET) Test Support Package (TSP) for LUT

19 months / TBD (due 2 weeks prior to LUT)

1 33

LUT 19 months / TBD 12 New 45

* NOTE: Risk Reduction EMD systems identified in 3.3.8.

W91CRB-15-R-0019

Page 56 of 130

Table 3.2. Anticipated FWS-S LRIP Test Schedule.

Event Estimated Date after LRIP

award / Location No. of Systems

Required

Cumulative Total No. of

Systems Required

Key

Rev

iew

s/R

epor

ts

Post Award Conference/PDR – PDR report 30 days / Contractor’s Facility N/A

Initial Production Qualification Test – Contractor (PQT-C) Test Readiness Review (TRR)

3 month / Contractor’s Facility

N/A

CDR Report 7 months from option award N/A

Safety Assessment Report (SAR) due 3 months prior to PQT-G, updated prior to IOT

N/A

Functional Configuration Audit/Physical Configuration Audit (FCA/PCA)

20 months / Contractor’s Facility

2, 1 TMDE, Test stations, tooling and

plant layout

Final Production Readiness Review (PRR) 20 months / Contractor’s Facility

N/A

TM

/Tra

inin

g

50% Op/Crew TM review 8 months / Contractor’s Facility

1, 1 TMDE

50% Op/Crew Training review 9 months / Contractor’s Facility

Weapon Fit Check 10 months/ TBD

Offset Verification 10 months/ TBD

80% Op/Crew TM review 11 months / Contractor’s Facility

80% Op/Crew Training review 12 months / Contractor’s Facility

100% Op/Crew TM review 13 months / Contractor’s Facility

100% Op/Crew Training review 13 months / Contractor’s Facility

Op/Crew TM validation 15 months / Contractor’s Facility

Op/Crew TM verification 16 months/ TBD

50% Maintainer TM review 8 months / Contractor’s Facility

50% Maintainer Training review 9 months / Contractor’s Facility

80% Maintainer TM review 10 months / Contractor’s Facility

80% Maintainer Training review 12 months / Contractor’s Facility

100% Maintainer TM review 13 months / Contractor’s Facility

W91CRB-15-R-0019

Page 57 of 130

Event Estimated Date after LRIP

award / Location No. of Systems

Required

Cumulative Total No. of

Systems Required

100% Maintainer Training review 14 months / Contractor’s Facility

Maintainer TM validation 15 months / Contractor’s Facility

Maintainer TM verification 16 months/ TBD

Maintainer IETM verification if required 16 months/ TBD

Tes

t

PQT-C start 10 months / Contractor’s Facility

18 new 18

PQT-Government (PQT-G) including: 1) KPP and KSA Assessment 2) Reliability Growth Test-2 (RGT-2) 3) Electromagnetic Environmental Effects (E3): Electromagnetic Interference

(EMI)/Electromagnetic Compatibility (EMC) Test, Personnel Electrostatic Discharge (PESD), and Helicopter Electrostatic Discharge (HESD) if required

4) Soldier Survivability Laser Vulnerability Analysis

11 Months for weapon fire/WSMR 14 months / WSMR, NM (T)

8/5 new

23

RGT-2 12 months/TBD 10 New 33

CBRN 10 months / Dugway Proving Ground, UT

1 33

LD Readiness Review 17 months/45 days before LD N/A

Op/Crew I&KPT/Logistics Demonstration (LD) 16 months / TBD 8, 1 TMDE 33

Ground/Air Initial Operational Test (IOT) Product Support Package Component List (PSPCL) due

16 months / TBD (60 days prior to IOT&E)

New Equipment Training (NET) Test Support Package (TSP) for Ground/Air IOT

16 months / TBD (due 2 weeks prior to OTRR )

Maintainer I&KPT/Logistics Demonstration (LD) 16 months / TBD 8, 1 TMDE 33

Ground/Air IOT&E Items and PSP due 14 months (30 days prior to IOT NET) / TBD

OTRR for IOT&E 17 months/TBD 1, 1 TMDE 33

Ground/Air IOT&E NET (4 days) 17 months/ TBD 2, from the 12 systems from

IOT&E, 1 TMDE 45

W91CRB-15-R-0019

Page 58 of 130

Event Estimated Date after LRIP

award / Location No. of Systems

Required

Cumulative Total No. of

Systems Required

Ground/Air IOT&E Pilot Test (4 days) 17 months / TBD 8 from the 12 systems from

IOT&E 45

Ground/Air IOT&E 18 months / TBD 12 New 45

First Article Test (FAT) FRP/ Contractor’s Facility/ TBD

First Production Lot TBD

W91CRB-15-R-0019

Page 59 of 130

3.3.8.1. Developmental/Operational Testing (DT/OT). The Government will conduct DT and OT on the FWS-S and any TMDE as part of the initial qualification process to ensure the contract requirements are satisfied both technically as well as in an operational environment. These tests are also required to obtain approval for operational use of these systems from the U.S. Army. During Government DT and OT, the contractor shall be prepared to provide on-call support at a location on or close to the test site. The contractor’s representative(s) shall be able to inspect, repair, maintain, modify, perform failure analysis, consult and train the FWS-S and TMDE, if necessary. DT and OT testing will encompass all testing required to confirm that the system meets all KPPs and Key System Attributes (KSAs), and adheres to the applicable performance specifications.

3.3.8.2. Contractor Developmental Test (CDT)/Production Qualification Test (PQT)/First Article Test (FAT)/Acceptance Test (AT)/Conformance Inspection (CI). The contractor shall conduct CDT, PQT, FAT, AT, and CI for the FWS-S in accordance with the Quality Validation Matrix defined in Section 4.0 of the FWS-S PD, for the TMDE and spare components in accordance with their approved QVPs (if required), and test procedures concurred on by the IPPT, to demonstrate conformance to all requirements of the FWS-S and TMDE performance specifications. PQT qualification by similarity is encouraged and requires Government approval. Re-qualification is required if the system or component manufacturer has not produced the contracted item within the prior 12-month period. The contractor shall notify the IPT before any changes are made to the materials (to include suppliers) or processes utilized to manufacture the qualified FWS-S, TMDE, and spare components performance specifications. Changes to materials, processes, procedures, equipment and facilities may require a portion of the respective PQT to be rerun, as determined and agreed upon by the IPT. The PQT shall demonstrate all requirements of the FWS-S and TMDE Performance Specifications offered in response to the Government’s FWS-S Product Description and Request for Proposal. The contractor shall use the sampling plan for the PQT as defined in section 4 of the FWS-S Purchase Description, or as agreed to in the TMDE QVP. At the conclusion of each PQT conducted, the contractor shall submit a PQT test report in accordance with the requirements of this Statement of Work. Initial qualification of the FWS-S and associated TMDE shall require successful completion of the Government witnessed PQT to include Reliability Testing, successful completion of Government conducted Developmental Testing (DT) and Operational Testing (OT), including Follow-on Testing (FOT) if required, as well as meeting all of paragraph 3.4 (Integrated Product Support (IPS) & HSI) and sub-paragraph requirements for the system and achievement of Type Classification - Standard. The contractor shall complete PQT prior to the start of Government DT/OT. If failures occur during FWS-S, TMDE, and spare component testing, the contractor shall be responsible for all subsequent costs associated with any design modifications and corrective actions, support documentation updates, and retesting actions required to validate all corrective actions and successfully complete all contractor tests and Government tests/re-tests. Following completion of DT/OT, the contractor shall complete a First Article Test (FAT) on LRIP systems, and shall transition to CI testing in accordance with the Quality Validation Matrix in section 4 of the FWS-S Purchase Description, TMDE QVP (if required) and spare component QVP (if required). FAT shall include all CI (Group A, B, C and D) identified in the Quality Validation Matrix of the FWS-S Purchase Description and approved QVPs (if required) at a minimum. Additional test requirements to be validated during FAT will be determined by the Government based on previous testing results. At the conclusion of the FAT, the contractor shall submit a FAT Test Report in accordance with the requirements of paragraph 3.3.9.6 of this Statement of Work. The contractor shall present Group A-test results (number of units tested, pass fail rate, failure Pareto charts to include reasons for failures, corrective actions, and analysis of corrective action effectiveness) at each program review. Reduction of CI based on in-process inspection and control of processes is encouraged, but must be concurred upon by the IPT based on data. Upon successful completion of testing, all FWS-S systems and TMDE used during testing shall be refurbished and/or replaced to the qualified production configuration and to a working order capable of passing Group Acceptance-test (less cosmetic defects/scratches resulting from prior testing). It is intended these production funded units shall be used for fielding.

3.3.8.3. Test Plans. The contractor shall prepare and submit a Test Plan DI-NDTI-80566 for each system, TMDE (if required), and spare components (if required) prior to CDT, delta CDT, PQT, delta PQT, FAT, and any requalification testing required. The test plans shall provide the approach for ensuring the system,

W91CRB-15-R-0019

Page 60 of 130

TMDE and/or spare components meet the required performance specifications and applicable drawing requirements. The test plan shall include for each specification requirement, as a minimum, the method of validation (e.g., test, demonstration, inspection, analysis, similarity); test conditions and applicable test standards, sample size, test schedules, and test sequences to meet the FWS-S system, TMDE, and/or spare component operating conditions, performance requirements, and environments as specified in paragraph 1.0. The test plan shall address all inspections, demonstrations, testing, and analysis required to validate the Product Baseline including validation of the processes necessary to build the design. For configuration changes after FAT the test plan shall include a description of all changes to include the reason for the change(s), and all other requirements of this paragraph. Acceptance Testing (AT) required for final Government acceptance shall be identified in the test plan. Any modifications to the test plan shall be agreed to in writing by the COR prior to being implemented, see CDRL CCC for EMD and CDRL GGG for LRIP.

3.3.8.4. Reliability.

3.3.8.4.1 Reliability Program. The contractor shall establish, maintain and operate a Reliability Program acceptable to the Government for the FWS-S program. The contractor shall provide the Government an overview of their Reliability Program as a briefing at the PAC. The Reliability Program shall be updated and addressed at each contractually-required review thereafter. The contractor shall reference the Failure Definition and Scoring Criteria (FDSC) Document provided by the Government for assessment against the operational requirements in the purchase description. Upon contract award, the Government and contractor shall jointly develop and operate a closed-loop failure-mode mitigation Reliability Program (using ANSI/GEIA-STD-0009 and DoD Guide for Achieving Reliability, Availability, and Maintainability, dated 3 August 2005, as guidelines) with emphasis on areas identified below in order to achieve the following four objectives:

a. To understand the reliability requirements as specified in the FWS-S Product Description.

b. To design for reliability

c. To produce reliable systems

d. To monitor and assess field reliability

The Reliability Program shall include the below elements as a minimum. Documentation of the reliability program activities shall be provided in the Reliability Case. The contractor’s reliability case shall be made available to the Government for on-site review as deemed necessary by the Government.

3.3.8.4.2. Reliability Program Plan. The RPP shall address the management and organizational structure of personnel responsible for conduct of reliability activities, resources required to implement the plan, detailed descriptions of all planned reliability activities and schedule for completion, process for documentation and coordination with the customer, the plan to flow reliability down to subcontractors and suppliers, and how it is ensured that reliability activities are an integral part of systems engineering. The contractor shall identify the primary drivers of the overall system reliability and describe plans to mitigate the reliability risks. The contractor shall describe how they propose to monitor, assess and report reliability data and findings during the program. The contractor shall provide a reliability prediction/allocation to the Line-Replacement-Unit (LRU) level for the FWS-S. The contractor shall address the planned reliability demonstration, to include sample size, number of planned test hours, description of the test profile and environments, operational checks to be performed, and facilities required. Furthermore, the contractor’s Reliability Program shall include the below elements as a minimum. Documentation of the reliability program activities shall be provided in the Reliability Case. .

3.3.8.4.3. System Reliability Model (SRM). The contractor shall develop a System Reliability Model (SRM) using reliability block diagram analysis. The SRM shall consist of the lowest identifiable functions/elements and their relationships to each other. The SRM shall encompass all hardware and non-hardware elements including, but not limited to, Commercial Off-the-Shelf (COTS), Non-Developmental Items (NDI), Government Furnished Equipment (GFE), software, human factors, and manufacturing. The contractor shall identify critical elements in the system design and additional design or testing activities required in order to achieve the reliability requirements and label the component manufactures for logic bearing components. Critical elements are defined as those elements whose failure impacts mission completion, essential functions, or safety; or elements whose failure rates contribute

W91CRB-15-R-0019

Page 61 of 130

significantly to the overall system. The SRM shall be updated whenever new failure modes are identified, failure definitions are updated, operational and environmental load estimates are revised, or design and manufacturing changes occur throughout the life cycle. Detailed critical component stress and damage models shall be incorporated as appropriate.

3.3.8.4.3.1 Reliability Allocation. The contractor shall assign each element of the SRM an assessed and consistent reliability metric (e.g., mean time between failures). The values shall be based on one of the following methods:

a. Reliability Analysis from comparable systems/elements,

b. Historical reliability from predecessor systems/elements,

c. Documented subject matter expert engineering estimation.

3.3.8.4.1.2. Reliability Risk Table. The Contractor shall provide a table with all elements contributing to critical weaknesses of the SRM. The contractor shall develop a plan to mitigate all critical elements rated as high or medium risk. Mitigation plans may include additional testing, redesign, part selection, etc. The contractor shall provide the Government all mitigation plans upon development. Each SRM element shall include its associated reliability metric and risk criteria (low, medium, high) based upon the following guidance:

a. Low Risk – Test data or reliability analysis of comparable systems (FWS-S-like Operational Mode Summary/Mission Profile (OMS/MP) conditions).

b. Medium Risk – Historical reliability of systems of similar complexity, test data, or reliability analysis of comparable systems (not following FWS-S-like OMS/MP conditions)

c. High Risk – Subject Matter Expert engineering estimates.

3.3.8.4.4. Life Cycle Loads. The contractor shall estimate life-cycle loads on all assemblies, subassemblies and components, as a result of the product-level operational and environmental loads, to include mechanical, thermal, and electrical stress. The contractor shall use these estimates as inputs to engineering and physics-based models in order to identify potential failure mechanisms and resulting failure modes. These estimates of life-cycle loads shall be refined periodically as system-level loads are updated and/or design evolves.

3.3.8.4.5. Identification of Failure Modes and Mechanisms. The Systems Engineering (SE) WIPT shall identify, confirm and mitigate the critical failure modes through modeling, analysis and test that will result when life cycle loads are imposed. Failure modes shall be mitigated by one or more of the following approaches:

a. Eliminating the failure mode

b. Reducing its occurrence probability or frequency

c. Incorporation of redundancy

d. Mitigation of failure effects (e.g., fault recovery, degraded modes of operation, providing advance warning of failure)

3.3.8.4.6. Reliability Verification. The contractor shall perform reliability assessments on data from analysis, modeling & simulation, and test (contractor and Government testing). The contractor shall track the assessments as a function of time and compare them against reliability allocations, reliability requirements and values to be achieved at various points during development to verify implementation of corrective actions. Tables 3.4 outline the growth curves that the Government has established for FWS-S, respectively, for Mean Time Between Essential Function Failure (MTBEFF), and the SE WIPT will track progress against the curve during program execution. NOTE these numbers will be updated in the final RFP.

W91CRB-15-R-0019

Page 62 of 130

Table 3.4 – FWS-S Planned Reliability Growth Targets.

Test Phase Operating hours Cumulative operating

hours

Delta PQT Contractor

MTBEFF point estimate

MTBSA point estimate

CDT 600 600 GDT/RGT 1 with Soldiers

1,150 1,750

LUT with Soldiers

1,675 3,425

PQT 3,000 6,425 GDT/RGT-2 with Soldiers

2,150 8,575

IOT&E 2,602 11,177

3.3.8.4.6.1. FWS-S Capability Reliability Verification. PQT is conducted as part of the contractor’s qualification testing and shall demonstrate the MTBF requirement with 80% confidence using a fixed length test plan, with minimum hours as specified in Table 3.4 or the hours agreed on in the RPP, in order to achieve the MTBF requirement stated in the FWS-S Product Description. The contractor shall insure the system shall meet the planned growth curve at designated points. The Delta PQT Contractor – CA Verification is required if the MTBF and MTBEFF have not been achieved, and shall be conducted only if determined necessary by the Government. The system shall meet the planned growth curve at designated points. FWS-S units that have not been refurbished shall participate in Reliability Growth testing.

3.3.8.4.7. Systems Engineering Integration. The contractor shall:

a. Incorporate reliability activities as an integral part of disciplined and documented systems

b. Engineering process and plan

c. Manage and control reliability-critical items

d. Monitor and evaluate the reliability impact of changes to the FWS-S design or manufacture. Coordinate all reliability activities and findings with the system’s design team

3.3.8.5. Reliability Testing. The contractor shall conduct reliability testing on the system(s) and TMDE, as part of PQT, FAT, and on every production lot to verify continued compliance with the system reliability requirements. Component level reliability testing shall only be performed during months when system level testing is not being performed. The contractor shall submit Production Reliability Acceptance Test (PRAT) reports for all reliability tests. Sampling of each lot shall be conducted IAW the approved Quality Validation Matrix contained in section 4 of the FWS-S PD or the approved TMDE QVP if required).. The contractor shall be prepared to institute all necessary corrective actions to bring the systems/components into reliability compliance at no additional cost to the Government, to include all units delivered since the last previously successful reliability test as determined by the Government. Demonstration of reliability compliance following institution of corrective actions shall be conducted by the contractor at no additional expense to the Government.

3.3.8.6. Test Procedures. The contractor shall submit to the Government for concurrence test procedures in accordance with DI-NDTI-80603 for CDT, PQT, FAT, AT, and CI testing of the FWS-S, TMDE (if required) and major spare components (if required) in compliance with Section 4.0 of the FWS-PD for the system and the approved QVPs (if required for the TMDE and components. The contractor shall use the same Test Procedures for all testing (CDT, PQT, FAT, AT, and CI) unless modifications are agreed upon by the IPT. Any modifications to the agreed upon procedures shall be concurred with in writing by the Government prior to being

W91CRB-15-R-0019

Page 63 of 130

implemented. Final approval of the Test Procedures shall occur prior to commencement of testing. CDRL CCC for EMD and CDRL GGG for LRIP.

3.3.8.7. Test Report. Upon completion of any test event, the contractor shall prepare and submit for Government review and concurrence Test Inspection report in accordance with DI-NDTI-80809 for CDT, PQT, FAT and any requalification as required for the FWS-S, TMDE (if required) and major spare components (if required). The test/Inspection report shall reflect the test results, including raw data, compiled and calculated data, (to include mathematical equations/models used), test conclusions, and test logs. The report shall all testing performed and all failures encountered. All conclusions shall be clearly identified as such and shall be appropriately segregated from the objective results. Test reports shall be prepared and submitted in accordance with CDLR-CC for EMD and CDRL-GGG for LRIP. CDRL CCC for EMD and CDRL GGG for LRIP.

3.3.8.8. Reliability Acceptance Test/Production Reliability Acceptance Test (PRAT) Reports. Upon completion of each production reliability test, the contractor shall prepare and submit PRAT reports IAW DI-NDTI-80809. The report shall be in contractor format and shall include, but not be limited to, a test summary, test description, identification of item(s) under test, lot from which the test sample was taken, supplemental lots represented by the sample, test group number, performance requirements, test profile and operating hours, any anomalies, calculated reliability, measured values taken during the test, conclusions, and applicable Failed Item Analysis Reports (FIARs) and Sub-contractor Corrective Action Reports (SCARs). The PRAT Test Reports shall be prepared and submitted in accordance with CDRL-CCC for EMD and CDRL-GGG for LRIP

3.3.8.9. Disposition of Test Units. All test units, except for EMD prototypes as earlier noted, shall be refurbished or replaced to the qualified production configuration, following completion of testing to a working order condition capable of passing Group A-test (less cosmetic defects/scratches resulting from prior testing). It is intended these units may be used for fielding. These same refurbishment requirements apply to any units included in Reliability Testing conducted under this effort.

3.3.8.10. Failure Reporting, Analysis and Corrective Action System (FRACAS). The Contractor shall utilize a closed-loop FRACAS in accordance with MIL-HDBK-2155 and ANSI/GEIA-STD-0009, as its mechanism for monitoring and communicating throughout the organization descriptions of: test and field failures, analyses of failure modes and root cause failure mechanisms, the status of design and/or process corrective actions, risk-mitigation decisions, the effectiveness of corrective actions, and lessons learned. The Contractor shall address failure modes in a timely manner, consistent with their impact on safety, reliability, performance and total life cycle cost.

3.3.8.11. Failed Item Analysis Reports (FIARs). The contractor shall submit a FIAR for each failure that occurs during the system, TMDE (if required), and spare component-level (if required) CDT, PQTs, FAT, CI testing, reliability testing, and Government DT/OT. The contractor shall notify the government within 48 hours of a failure occurrence for failures occurring during system, TMDE (if required), and major spares components (if necessary), CDT, PQT, FAT, CI testing, and reliability testing. The contractor shall prepare and submit to the Government a failure notification within 48 hours of any test failure and within 48 hours of receipt of a Government supplied Test Incident Report (TIR) for any failure that occurs during Government testing. The Government reserves the right to stop acceptance of product at any time while any FIAR is pending based on the impact of the failure in question. The complete content of the FIAR and a list of personnel to be notified of failures shall be concurred on by the IPT at the PAC. A FIAR shall not be considered closed until the Government has concurred on the report. Concurrence by the Government is required prior to shipment of any potentially affected units; 100% inspections/test (Group A) performance data shall be made available to the Government for review upon request. The contractor shall present the Group A status (e.g., serial numbers, pass/fail, reasons for failure(s), corrective actions, and analysis of corrective action effectiveness) at each IPT review. The contractor shall retain all failed systems/material until the associated FIAR(s) have been approved by the Government. Each Failure Notification and FIAR shall be for EMD, and LRIP, if option is awarded, shall be prepared and submitted as a deliverable. CDRL CCC for EMD and CDRL GGG for LRIP.

3.3.8.12. Environmental Stress Screening (ESS). Each FWS-S system, associated TMDE and major spare component (when delivered as spares while system testing/production is not occurring), shall be

W91CRB-15-R-0019

Page 64 of 130

subjected to an ESS with an appropriate failure-free verification period that is accepted by the Government. The contractor shall include a proposed ESS profile as part of the proposal and shall be designed to effectively reduce/eliminate workmanship and infant mortality type defects. The ESS profile shall include vibration with a temperature, exposure and weapon firing exposure. Causes of ESS failures shall be tracked, investigated and closed per contractor internal procedures for the purpose of continuously improving the screen and the manufacturing processes. ESS performance data shall be made available to the Government for review upon request. Modification of the ESS profile may be allowed with Government approval based on ESS data evaluations. The contractor shall present the ESS status (e.g., serial numbers, pass/fail, reasons for failure(s), corrective actions and analysis of corrective action effectiveness) at each IPT review.

3.4. Integrated Product Support (IPS) & Human Systems Integration (HSI). For EMD, CDRL-DDD and for LRIP, CDRL-III apply for IPS and HSI. CDRL-HHH applies for IPS and HSI for TMDE.

3.4.1. Warranty of Equipment. For EMD, the contractor shall deliver systems for CDT, RGT-1, GDT and LUT events. The government may consider a one year warranty for 10 (ten) FWS-S systems after successfully completing LUT, which shall be restored to the initial baseline configuration. The contract shall restore five (5) of the final FWS-S EMD system prototypes to the final initial baseline configuration, which will be delivered to the government. The contractor is required to submit a standard warranty for LRIP and production. FWS-S systems and TMDE warranty will be for a minimum of 1 year for LRIP, and through production. The warranty shall be included in the price of the unit product cost. During the warranty period, the contractor shall repair or replace – at no cost to the Government – any FWS-S system, TMDE, and related spare parts that fails under normal operations, while in storage, or during transportation. The contractor will verify warranty status and ship a spec-compliant replacement system no later than 48 hours upon receipt of the failed unit. The warranty will exclude equipment failures caused by natural disaster, or misuse. Government acceptance of a storage warranty does not limit the Government’s rights under any other term or condition of this contract. The contractor shall pay for all shipping costs for warranty items. The contractor shall prepare and deliver a monthly Warranty Status Report for LRIP, see CDRL-III, and through production. All LRIP prototypes will be retrofitted to meet the final qualified configuration IAW the product baseline.

3.4.1.1. Warranty Process Flow Chart. The contractor shall prepare and deliver an initial Warranty Process Flow Chart at the LRIP Post Award Conference, see CDRL-III.

3.4.2. IPS Requirements. The contractor shall plan, manage and execute an IPS program that assures the FWS-S achieves an operational availability of ≥ 81% (threshold), 90% (objective). The logistics support requirements shall consist of provisioning, New Equipment Training (NET), training materials (training package, IETM (if ordered), Product Support Package (PSP), and Technical Manuals (TM) (Operator and Field-level TMs), including Repair Parts and Special Tools List (RPSTL), Test Maintenance and Diagnostic Equipment (TMDE), if required, Quick Reference Card (QRC), and Technical Orders (TOs) as applicable. After establishment of the initial logistics baseline, any changes effecting form, fit or function of the system down to the spare parts level shall be submitted to the Government for approval in accordance with the configuration management plan. Upon receipt of notification of proposed changes, the Government will identify the required contractual documentation for delivery and acceptance.

3.4.3. Maintenance Concept. The FWS-S maintenance concept must conform to the Army’s two-level maintenance concept. FWS-S maintenance at the Operator/Crew and Maintainer level shall be organic. The Army’s two level maintenance concept is defined by AR 750-1. The first, of the two levels of maintenance, is field maintenance and the second level is sustainment. Organic maintenance consists of Soldier performed maintenance and repair tasks. Field-level maintenance is anticipated to support the FWS-S program. The manpower associated with field level maintenance performed in support of the FWS-S shall not exceed 0.5 hours of crew level maintenance and 0.75 hours of maintainer maintenance, totaling 1.25 direct production man-hours, over the course of a year. Additionally, FWS-S maintenance (inspection, service and repair) shall not exceed 0.1 hours (as the maximum time to repair) for 95 percent of all maintenance actions. Compliance with Direct Production Annual Maintenance Man-Power Hours (DPAMMH) and availability requirements at both the Operator/Crew and Maintainer Level will be determined by the logistics product data provided by the contractor. Analysis of the Logistic Product Data will include, but not limited to, the skill level of the operator/crew and maintainer,

W91CRB-15-R-0019

Page 65 of 130

components to be maintained, projected component reliability data, and tools and technical information available at the respective level. Maintainer-level support shall consist primarily of system diagnosis, fault isolation, removal and replacement of modules and individual parts, and system exchange during the warranty period as needed. Prior to LRIP, the Government may consider an OEM Contractor Logistic Support concept if the contractor can show an economic benefit while still meeting logistical PSP. The contractor shall develop and implement a LPD during EMD, and update the LPD in LRIP, if awarded.

3.4.3.1. Level of Repair Analysis (LORA). The contractor shall perform a LORA to determine the optimum maintenance concept for the FWS-S and TMDE. The contractor shall initiate the LORA process for the FWS-S system and associated TMDE during EMD and update during LRIP, if an option is awarded to aid in assessing the supportability of a system. Repair can be evaluated as the system matures. The LORA is used to determine the repair level within the Army maintenance system. The TMDE shall have a separate LORA delivered in EMD by the contractor. The LORA is used to determine the appropriate maintenance levels for repair actions and recovery of the end item and components. The LORA considers availability and requirements for additional tools, support equipment and skills in intended supporting units. The LORA shall address the requirement to minimize additional special tools and test equipment for new equipment. The contractor shall include Built-in Test/Built-in Test Equipment (BIT/BITE) into the FWS-S system in order to isolate and report failures or faults to the maximum extent possible. During the LORA process the extent of the off-line BIT to isolate faults will be determined. The Maintenance Allocation Charts (MACs) are an output of the LORA, and reflect the approved maintenance concept. MACs are a deliverable during the EMD phase and updated during the LRIP phase. For the FWS-S and FWS-S TMDE, CDRL DDD applies during EMD. For the FWS-S CDRL III and FWS-S TMDE CDRL HHH applies during LRIP.

3.4.3.2. Logistic Product Data (LPD). The contractor shall update and implement a Logistics Support Plan during EMD, and update the LPD in LRIP, if awarded. The LPD shall be developed from a supportability analysis completed IAW ANSI GEIA-STD-0007, DI-SESS-81758, DI-SESS-81759. The contractor shall provide a TMDE LPD for EMD, special tools, and any common tool that is not part of the TK-105A/G, and fixtures to include the contractor’s plan to deliver training materials for both Operator/Crew level and Maintainer level, warranty, calibration standards and levels, configuration control, and long-term (10-year) supportability plan, in order to project FWS-S and FWS-S TMDE spare parts based on the outputs from the system reliability testing.

3.4.4. Definitions.

3.4.4.1. End Item. A final combination of end products, assemblies/materials which is ready for its intended use.

3.4.4.2. Spare Parts. Throughout this Statement of Work, the term “spares” or “spare parts” refers to all Line Replaceable Units (LRUs), Shop Replaceable Units (SRUs) applicable to the FWS-S and TMDE proposed. The contractor shall describe the method of validation/certification of each spare item to ensure when the item is correctly utilized in a maintenance action, it will function properly, meeting the system and component (if applicable) performance requirements. When spare parts are required to be shipped they shall be packaged and labeled IAW MIL-STD-129 and MIL-STD-130. The spare parts will be individually wrapped and labeled. If more than one spare part is required for a repair they can be packaged together with the labeling reflecting the appropriate number included in the package. When in production, the contractor shall include RFID tags when shipping spare parts to the Government. CLIN 0006, CLIN 0008 and sub CLINs shall apply toward Spare Parts.

3.4.4.3. Line Replaceable Units (LRUs). Item removed and replaced “on the Line”, usually by the Unit to repair the end item. LRU item can be reparable or non-reparable.

3.4.4.4. Shop Replaceable Units (SRUs). Item removed and replaced “in a repair Shop” to repair a reparable LRU or, in the case of FWS-S, to repair the end item. SRU removal and replacement requires skills and tools not available at the Crew level. SRU item can be reparable or non-reparable.

3.4.4.5. Piece Parts. Minor consumable parts required for the maintenance, overhaul or repair of a component, assembly, equipment or end item.

W91CRB-15-R-0019

Page 66 of 130

3.4.4.6. Firmware. The combination of a hardware device and computer instructions or computer data that reside as read-only software on the hardware device. The software cannot be readily modified under program control. The definition applies to read-only digital data that may be used by electronic devices.

3.4.4.7. Software. The combination of associated computer instructions and computer data definitions required to enable the computer hardware to perform computational or control functions.

3.4.5. Logistics Cost Estimating Tools. The contractor shall utilize the Army Computerized Optimization Model for Predicting and Analyzing Support Structures (COMPASS) and the Logistics Cost Estimating Tool (LCET) model as the logistics cost estimating tools under this contract. The Government will provide executable copies of the models either by download instructions or on disc. The Government will provide baseline input data and instructions as required to the contractor. As part of EMD, the contractor will deliver COMPASS and LCET models to for organic, CLS by non-OEM contractors, and CLS by OEM contractors.

3.4.6. Special Tools, Fixtures, Test, Measurement and Diagnostic Equipment (TMDE). CLIN 0007 and 0008 along with subCLINs applies to FWS-S TMDE and TMDE Spares. No special tools or TMDE shall be required to repair the FWS-S at the Operator/Crew-level. Any TMDE or special tools used to repair and maintain the FWS-S must be fully developed and delivered to the Government NLT 90 days prior to the LD. Location for delivery of TMDE will be determined by the Government. The Government anticipates no more than 60 sets of TMDE, special tools, common tools, and fixtures shall be needed to achieve organic Maintainer level maintenance in order to conduct diagnosis, fault isolation identification and repair validation. Threshold requirements for the contractor’s TMDE required for Maintainer-level maintenance include:

a. TMDE shall be developed and delivered to support the FWS-S. b. The TMDE shall be Class 3 and developed IAW MIL-PRF 28800. c. The TMDE shall have self-diagnostic capability to the LRU level.

3.4.6.1. TMDE Functionality. See Appendix A, TMDE Function with the FWS-S design that successfully completes Government DT and meet functional requirements.

3.4.6.2. Maintainer of TMDE. FWS-S TMDE will be man portable by a Soldier with a 94F Military Occupational Skill. The contractor shall insure that TMDE is capable of being stored and operated within the AN/ASM-146 Maintenance Shelter environment .

3.4.6.3. TMDE Transit Case. TMDE transit case will be developed IAW MIL-PRF 28800

3.4.6.4. TMDE Requirements. Meet requirements of FWS-S TMDE, Appendix A.

3.4.7. Early Abbreviated Demonstration (EAD). EAD does not replace Logistics Demonstration, but is used to influence supportability of material during the EMD phase, mitigate risk and provide information to support major milestone decisions. EAD may include tailored tests, selected analysis, evaluations and demonstrations that have been modified for each program by the Government. The contractor shall plan and support Operator/Crew-Level and Maintainer-Level EADs for FWS-S prior to Government LUT using: an EAD Plan(s), Government personnel representative of the target audience trained by the contractor, and contractor-provided training material and technical guides. The contractor shall also prepare and provide test systems, a Product Support Package Component List (PSPCL) and Product Support Package (PSP) required for the EADs IAW the schedules in Tables 3.1 and 3.2. The contractor will insert/simulate faults prior to the start of the EAD. The Government will verify faults/repair actions using a Fault-Tree analysis in order to identify prototype components from the PSP. The PSPs provided will be returned (less consumables) to the contractor at the conclusion of the EAD. The contractor shall support an EAD using CDT prototypes. The contractor shall deliver an EAD plan 60 days to the event. The contractor shall prepare and submit an EAD Report 30 days after EAD. CDRL DDD is for EMD

3.4.8. Logistics Demonstration (LD). LDs are used to evaluate the adequacy of the Product Support Package (PSP) and ensure that the gaining unit has the logistical capability to achieve initial operational capability (IOC). The contractor shall plan and support Operator/Crew-Level and Maintainer-Level LDs for FWS-S prior to Government OT using: an LD Plan, Government personnel representative of the target audience trained by the contractor, and contractor-provided training material and technical manuals. The contractor shall also prepare and provide test systems, a Product Support Package Component List (PSPCL) and Product Support Package (PSP)

W91CRB-15-R-0019

Page 67 of 130

required for the LDs IAW the schedules in Tables 3.1 and 3.2. The contractor will insert/simulate faults prior to the start of the LD. The Government will verify Operator/Crew-Level faults and perform repair actions using the TM and FWS-S components provided in the PSP. The Government will verify Maintainer-Level faults and perform repair actions using the TM, TMDE and FWS-S components provided in the PSP. The PSPs provided will be returned (less consumables) to the contractor at the conclusion of the LD. The contractor shall support a LD using production ready LRIP prototypes. The contractor shall deliver a LD plan 60 days prior to the event. The contractor shall prepare and submit an LD Report 30 days after the LD. CDRL III is for LRIP

3.4.8.1. Operator/Crew Level LD. The Operator/Crew LD(s) will demonstrate that the FWS-S meet all logistics/maintainability and HSI requirements at the Operator/Crew-Level, and will identify any system design changes needed for improved supportability and/or reduced life cycle cost. The Operator/Crew LD(s) and supporting tasks shall be shown in the contractor’s IMS. FWS-S systems must be available to support the FWS-S LD.

3.4.8.2. Maintainer - Level LD. The Maintainer LD(s) will demonstrate that the FWS-S and TMDE meet all logistics/maintainability and HSI requirements at the Maintainer Level, and will identify any system design changes needed for improved supportability and/or reduced life cycle cost. FWS-S, and TMDE must be available to support the FWS-S Maintainer Level LD, and supporting tasks shall be shown in the contractor’s IMS.

3.4.9. Product Support Package Component List (PSPCL) and Product Support Package (PSP). The contractor shall be prepared to support an EAD event using EMD systems. The PSP will be updated during LRIP in order to support the LRIP test events. CDRL DDD for EMD and CDRL III for LRIP.

3.4.10. Instructor and Key Personnel Training (I&KPT). The objective of an I&KPT is to provide FWS-S operators and maintainers the required skills to operate and support the systems in a structured school environment, in garrison, and in a field environment. The contractor shall conduct I&KPT at a location(s) selected by the Government. CDRL DDD for EMD and CDRL III for LRIP.

3.4.10.1. Training. During EMD, the contractor shall provide updates to the training for all configuration changes prior to RGT-1, GDT, LUT and EAD. During LRIP, if option is awarded, the contractor shall develop the Technical Manual and training materials and verified by a LD. During LRIP, the contractor shall provide required training material to the government to adequately reflect the FWS-S, and TMDE being provided under this contract and in accordance with the approved maintenance concept. The contractor shall conduct an Operator and Crew-Level training course and a Maintainer-Level training course. Training shall be conducted at CONUS Government-selected sites. Training shall provide students with the skills necessary to operate and maintain the FWS-S, and TMDE. Training shall include, but is not limited to, all tasks to operate and repair the FWS-S prototypes. The training shall consist of two (2) classes for each course with options for two (2) additional classes for each course, consisting of a minimum of 1 day of training within CONUS. Draft and final training material reviews, as well as scheduled class dates, shall be finalized and concurred upon by the Government and contractor at the Post Award Conference, and shall be integrated into the IMS. The anticipated Government Training and TM review schedule is included in Table 3.1 and 3.2. The contractor shall provide updates to the Training for all configuration changes that occur through Contractor PQT, Government DT/OT and verification of the FWS-S maintenance concept.

3.4.10.2. Training Material. The contractor shall deliver to the Government all training materials reviewed and concurred to by the Government for use during the conduct of each course and event. Training shall provide students with the skills necessary to operate and maintain the system(s). Training documentation for operator/crew level, maintainer level training presentation for EAD.as shown in Tables 3.2 and 3.3, a 50% Training reviews will be required in both the EMD and LRIP phases. The contractor shall provide FWS-S Operator/Crew Level and Maintainer-Level Training Materials, and quick reference cards (QRC) during LRIP, if awarded. The contractor shall prepare I&KPT materials for EMD and LRIP, if awarded. The contractor shall provide updates to the Training Materials for all configuration changes that occur through the contractor PQT, Government DT/OT and verification of the maintenance concept.

W91CRB-15-R-0019

Page 68 of 130

3.4.11. Technical Manuals (TMs). The contractor shall develop TMs to adequately reflect the FWS-S, and TMDE (if proposed) being provided under this contract and in accordance with the approved maintenance concept. TMs shall be provided for the FWS-S and TMDE (if proposed) in accordance with MIL-STD-40051.2 or most current publication guide and as tailored by the Product Support Management IPT. The IMS shall include development through final delivery of the TM material. The contractor shall provide updates to the TM for all configuration changes.

3.4.11.1. Types of Manuals. For the EMD phase, the contractor shall develop a Technical Guide for the Operator/Crew-Level and a Technical Guide for the Maintainer-Level. During LRIP, the contractor shall develop the Technical Manuals (TMs) for the FWS-S. The TM shall consist of a pocket-sized Operator TM (-10) and a standard 8” X 11” Field Maintenance TM (-23&P). As shown in Tables 3.1 and 3.2 Technical Guide/TM reviews will be required in both the EMD and LRIP phases of the FWS-S effort see CDRL-DDD and III. The Operator Manual (-10) and Field Maintenance Manual, Including Repair Parts and Special Tools List (-23&P) shall be in Work Package Format. The contractor shall also deliver a laminated Quick Reference Card for the FWS-S providing basic operating procedures. The contractor shall develop an Operator and Field Maintenance Manual, Including Repair Parts and Special Tools List (13&P) during LRIP for TMDE, see CDRL-HHH. No QRC is required for the TMDE.

3.4.11.2. Digital Files. The contractor shall deliver the TMs and Quick Reference Card digital files in native (editable) format (MS Word) in page orientation. The Operator TM (-10) and Field Maintenance TM (-23&P) shall be in Work Package Format. All TMs shall also be delivered in Portable Document Format (PDF) with all fonts embedded. The contractor shall deliver all required TMs in both PDF and MS Word format at the end of the TM verification. The contractor shall provide pricing for a separate Interactive Electronic Technical Manual (IETM) of the -23&P TMs for the FWS-S system. The IETM will be priced as a CLIN on the contract and will be ordered if deemed in the best interest of the Government. The IETM applies to CLIN 0019.

3.4.11.3. Technical Guide Validation and TM Validation and Verification. The Verification shall be at a site to be determined by the Government. The contractor shall schedule and conduct a Technical Guide/TM Validation at the contractor's facility prior to a Government-run TM Verification at a Government CONUS location. Contractor personnel performing operating and maintenance procedures on the equipment during validation shall be independent of the contractor's TM preparation activity. The contractor shall certify validation of the Technical Guide/TMs to the Government in writing. The Government will perform all of the operating and maintenance procedures in each publication during Verification. The contractor shall provide, to the verification site: ten copies of each validated TM and Quick Reference Cards to be verified, Test equipment, i.e. TMDE, systems, minimum (2) each, spare parts and pieces IAW the MAC chart. The contractor shall provide: personnel necessary to document needed changes and resolve hardware issues; the subject equipment in each TM to be verified; all tools, expendables, and test equipment required, according to the MAC and maintenance procedures, to perform all procedures in each TM, if the Government selects the contractor’s location. The Government IPT will verify that the TMs are suitable and that the content and features are correct. The guides/manuals will be reviewed for the accuracy and completeness of all operating and maintenance procedures using a Government-provided target audience.

The contractor shall provide the following support to the verification:

a. Schedule sufficient time and materials (i.e. special and common tools, TMDE consumables, etc.) as needed for the Government to successfully complete its verification effort.

b. Record and maintain records during the verification process. c. Maintain a master copy of each publication that shall be corrected during the verification process. b. Assist the contracting activity, as requested, during the verification process. c. Provide the contracting activity with a report of the corrective actions taken.

3.4.11.4. Digital Files Verification. The Government will verify that the digital files (formatted for final output, MS Word and PDF) delivered allow the Government to print paper copies of the FWS-S Operator Manual and Field Maintenance Manual, Including Repair Parts and Special Tools List. If the IETMs are ordered, the contractor shall provide the following for IETM verification: three digital files of each IETM, operational systems, and the required tools and test equipment.

W91CRB-15-R-0019

Page 69 of 130

3.4.11.5. Pack-Up of TMs with Equipment. The contractor shall pack one paper copy of the Operator TM containing Operator/Crew-level instructions and a laminated Quick Reference Card (QRC), see CDRL-DDD and III, with basic system operating instructions for the FWS-S system delivered under this contract. The contractor shall pack one operator and maintenance manual with the TMDE. The contractor shall print both the TM and the laminated QRC through initial qualification. Upon successful initial qualification, the contractor shall print only the laminated QRC.

3.4.12. Human Factors Engineering (HFE). The contractor shall implement a Human Factors Engineering program to assure the FWS-S, and TMDE conforms to the requirements of its Performance Specification and to address any HFE issues found during LRIP, if option is awarded. The HFE program shall focus on Soldier portability, Soldier/system interface, system set-up and tear-down, and maintenance operations. The HFE program progress and current findings shall be presented at each IPT review.

3.4.13. Provisioning Technical Documentation (PTD) – Provisioning Parts List (PPL). The contractor shall provide a PPL, along with updates, drawings and Engineering Data for Provisioning (EDFP) to the government, see CDRL-DDD and III. This shall include all TMDE PPL and associated TMDE EDFP, see CDRL- HHH. The contractor shall submit the data required to catalog each new part assigned a National Stock Number (NSN). See Provisioning Data requirements From for PPL content information in Table 3.4.13-1.

W91CRB-15-R-0019

Page 70 of 130

Table 3.4.13-1 – Program Data Requirements Form for Provisioning Guidance.

DATA REQUIREMENT FORM

PROVISIONING REQUIREMENTS LAS 036 CARD

BLOCK REQD SFPPL PPL DCNDATA ELEMENT TITLE/ CROSS FUNCTIONAL

REQUIREMENT (SEE SOW)

PCCN (Government provides) 1 X X X

PLISN 2 X X X

TYPE OF CHANGE CODE 3 X X

INDENTURE CODE A-4 X X X

CAGE CODE A-5 X X X

REFERENCE NUMBER A-6 X X X

ADDITIONAL CAGE CODE A-5 X X X

ADDITIONAL REFERENCE NUMBER A-6 X X X

ESSENTIALITY CODE A-11 X X X

ITEM NAME A-12 X X X

SHELF LIFE A-13 X X X

UNIT OF MEASURE B-16 X X X

UNIT OF MEASURE (UM) PRICE B-17 X X X

SOURCE, MAINT AND RECOVER CODE B-22 X X X

DEMILITARIZATION CODE B-23 X X X

PRODUCTION LEAD TIME B-24 X X X

PHYSICAL SECURITY PILFERAGE CODE B-26 X X X

PRECIOUS METAL INDICATOR CODE B-27 X X X

NEXT HIGHER ASSEMBLY (NHA) PLISN C-29 X X X

QUANTITY PER ASSEMBLY C-32 X X X

QUANTITY PER END ITEM C-33 X X X

MAINTENANCE REPLACEMENT RATE I C-34 X X X

MAINTENANCE REPLACEMENT RATE II C-35 X X X

MAINT REPLACEMENT RATE MODIFIER C-36 X X X

SAME AS PLISN C-38 X X X

USABLE ON CODE (Government provides code) D-43 X X X

MAINTENANCE TASK DISTRIBUTION (for reparable items only)

E-58 X X X

REPLACEMENT TASK DISTRIBUTION E-60 X X X

CHANGE AUTHORITY NUMBER F-67 X X

INTERCHANGEABILITY CODE F-68 X X

SERIAL NUMBER EFFECTIVITY F-69 X X

REPLACED OR SUPERSEDING (R/S) PLISN F-71 X F-71 X X