STATEMENT OF WORK

SYSTEM ENGINEERING AND PROGRAM

MANAGEMENT SUPPORT

as of 30 Jul 98

 

Contract Number: DCA100-97-D-0047

Task Order Number: 0015

DEIS II Tracking Number: 0437-SCOM

1. Task Monitors (TMs):

a. Primary TM:

Name: Maj. Delvan R. Wallgren

Organization: United States Strategic Command/J665

Address: 901 SAC Boulevard Suite 2H25;

Offutt AFB, NE. 68113-6600

Phone No.: (402) 294-8124

Fax No.: (402) 294-4869

Internet Address: WallgreD@STRATCOM.AF.mil

b. Alternate TM:

Name: Maj. Kelvin P. Kearney

Organization: United States Strategic Command/J665

Address: 901 SAC Boulevard Suite 2H19;

Offutt AFB, NE 68113-6600

Phone No.: (402) 294-5013

Fax No.: (402) 294-4869

Internet Address: KearneyK@STRATCOM.AF.mil

2. Task Order Title: System Engineering and Program Management Support

3. Background: The United States Strategic Command (USSTRATCOM) is responsible for preparing the nation’s nuclear war plan, known as the Single Integrated Operational Plan (SIOP). The Plans and Policy Directorate, J5, prepares and updates the SIOP using the Strategic War Planning System (SWPS). The Command, Control, Communications, Computers, and Intelligence (C4I) Directorate, J6, is responsible for program management activities needed to maintain and modernize C4I systems.

a. Technical and management support to USSTRATCOM is required to ensure C4I systems remain operational while being modernized to meet USSTRATCOM’s mission and the objectives of C4I for the Warrior. SWPS modernization is a 10-year effort which began in fiscal year 1994. The USSTRATCOM/J66 staff is responsible for management of the Aircraft, Analysis, Allocation, Missile, Targeting, Information Management, Production, Enterprise Database, Theater Planning, and Computing Environment activities. In addition to building the SIOP, the USSTRATCOM/J5 staff, as the functional manager, is responsible for identifying and prioritizing operational requirements, advocating and defending the budget requirements, and defining the impact of any budget reductions.

b. System engineering support and program management ensure technical systems procured and developed, are cost effective, interoperable, low risk, feasible, supportable, and satisfy each activities’ operational requirements. Additionally, the change management process is designed to track change requests and new requirements. The changes are submitted, in the form of a USSTRATCOM Computer System Requirements Document (UCSRD), to the IPTs led by J6 Program Managers and supported by J5 Functional Managers. The change management process is designed to ensure Program and Functional Managers are aware of all the resources required, obtained, and used in support of the USSTRATCOM mission requirements in order to conduct life-cycle management of those resources.

4. Objectives and Scope: The contractor shall provide acquisition/program management and system engineering support to USSTRATCOM. SWPS is an operational planning system that is undergoing a major modernization to both the infrastructure and operating programs while concurrently maintaining the operational system. The acquisition/program management support provided by the contractor will ensure the modernization program is in conformance with DoD directives (5000 and 8000 series) and the Major Automated Information System Review Council (MAISRC) approved baseline as shown in the Acquisition Program Baseline document. Acquisition/program management support ensures acquisition procedures are in compliance with the Air Force Lightning Bolt Initiative and will include providing resource management for SWPS operations and maintenance programs. System engineering supports all phases of the SWPS life cycle. This will include evaluating software and hardware plans, designs, code, testing delivered software, and quality assurance practices on government and contractor maintenance and modernization efforts. System engineering will also ensure all software development is in compliance with Software Engineering Institute's Capability Maturity Model, as required in the developers’ contract. They also are responsible for ensuring the software and hardware architecture developed by other contractors meet the specification of the Defense Information Infrastructure Common Operating Environment (DII COE). USSTRATCOM has provided OSD with a plan to meet DII COE requirements and with the support of the contractor will monitor compliance with this plan.

The contractor shall provide change management process support to J6 by developing, updating, managing and maintaining the Consolidated Tracking System and its Data Base (CTS DB). CTS DB is an internal management system. The contractor will provide common procedures and tools and continually work to improve support to program and functional managers. They assist in UCSRD preparation and processing in support of the Integrated Product Teams and the Program Managers. The contractor provides database and data administration for the CTS DB in support of the UCSRD. The contractor will also provide database and data administration for the Computer Support Directive/Plan database (CSD/P DB).

The scope of this SOW includes technical and management support in the following DEIS II task areas:

a. Task Area 1, Program and Project Management.

b. Task Area 2, Integration Program Development and Management

c. Task Area 9, Standard/Common/Migration Application Deployment

d. Task Area 10, Standard/Common/Migration Application Operations and Maintenance Management.

5. Specific Tasks: The contractor shall complete the following tasks:

Task 1 - Contract-Level and Task Order (TO) Management for this task order.

Subtask 1 - Contract-Level Program Management. Provide the technical and functional activities at the contract level needed for the program management of this SOW. Include productivity and management methods such as quality assurance, configuration management, work breakdown structuring, and human engineering at the contract level. Provide the centralized administrative, clerical, documentation, and related functions. Provide a monthly status report.

Deliverables: Monthly Status Report (A008)

Subtask 2 - TO Management. Prepare/update the TO Management Plan (A003) describing the technical approach, organizational resources, and management controls to be employed to meet the cost, performance, and schedule requirements throughout TO execution.

Deliverables: Task Order Management Plan (A003)

Task 2 - Acquisition/Program Management

Acquisition/program management support shall be provided to the J5 Functional Manager, J6 SWPS Program Control Office, Consolidated Tracking System (CTS), and Integrated Product Teams (IPTs), specifically Aircraft, Analysis, and Enterprise Database (EDB) IPTs. Analysis IPT and EDB IPT support will be for ½ (one half) year only (1920 hrs.), beginning 1 Oct 98.

Subtask 1 - Recurring MAISRC and SAF Reports. Prepare the SWPS monthly activity reports, quarterly acquisition summary reports, and the semi-annual portfolio presentation as required by DoD and in the format prescribed by DoD directives.

Deliverables: Acquisition Summary Reports (A008)

Monthly Activity Reports (A008)

Semi-Annual Portfolio Presentation (A005)

Subtask 2 - Financial Management. Monitor the daily status of funds for the current fiscal year and develop financial plans for the next fiscal year and for the Program Objective Memorandum (POM). Prepare modification requests when adjustments to the budget are required. Provide recommendations for handling unfunded requirements. Prepare financial analyses on impact of funding cuts, initiatives, and disconnects and for DoD directed financial reports. Prepare budget estimates needed to re-baseline the SWPS modernization program which include revisions to the original baseline, the additional operational requirements identified in the STRATCOM Targeting, Analysis, and Mission Planning Support (STAMPS) study, and any new requirements that the government subsequently identified.

Deliverables: Financial Management Reports and Plans (A005)

Subtask 3 - Program Management. At least monthly, track progress on completing the modernization and maintenance programs, identify requirements, develop management approaches for accomplishing each requirement, support special studies concerning the SWPS modernization program, and track compliance with schedules using USSTRATCOM's standard software programs (see paragraph 11). Prepare reports and/or briefings on findings and recommendations to the IPTs, Functional Managers, and senior J5/J6 decision-makers. For semi-annual program reviews and joint program reviews, prepare procedures and formats for the IPTs to use and provide support in preparing and reviewing the presentations. Provide agendas and meeting minutes as requested by the Program Manager. Support the Program Manager in coordinating, setting-up, and hosting Program Manager Reviews (PMRs). This will include reserving and setting-up facilities, coordinating arrivals and departures procedures of guests with USSTRATCOM Protocol and the J6 front office, preparing handouts, purchasing refreshments, and provide administrative support during the reviews.

Deliverables: Program Management Reports (A005)

Program Reviews (A081)

Brief on IPT Findings (A005)

Agendas/Meeting Minutes (A010)

Subtask 4 - Management Processes and Metrics. Prepare or update annually the appropriate USSTRATCOM Administrative Instructions (SAI 709-1) for managing requirements. Develop and maintain monthly metrics to show the cost, schedule, and performance of high risk projects.

Deliverables: Draft USSTRATCOM SAI (A005)

Metrics on Cost, Schedule, and Performance (A005)

Subtask 5 - SWPS Master Schedules and Activity-level Master Schedules. Maintain the SWPS, Aircraft, EDB, and Y2K master schedules. The schedules must show, as a minimum, the baseline schedule, actual schedule, percentage complete, and all interdependencies. The Activity Program Manager will establish the level of detail required for managing each product. The Contractor shall update the schedule by the first day of each month with an as of date of the 25th of the month. The Contractor also shall delivery these monthly updates to the CESAR contractor for inclusion in the SWPS Integrated Master Schedule. Using the Integrated Master Schedule, prepare 90 day look ahead schedules for the Program Executive Office (PEO) monthly or as requested by the PEO. The SWPS master schedule will be maintained for ½ (one half) year only, beginning 1 Oct 98.

Deliverables: Master Schedules (A028)

90 Day Look Ahead Schedules (A028)

Subtask 6 - Database Administration for Consolidated Tracking System Data Base (CTS DB) and the Computer Support Directive/Plan database (CSD/P DB). Develop data model, policies, and standards for data management. Coordinate with system designers, other USSTRATCOM database managers and users to standardize data definitions, data formats, usage, and structures for CTS DB and CSD/P DB. Provide database administration and database expertise for the CTS DB and CSD/P DB to include guidance to managers, data stewards, developers, and end users. Publish and maintain guidelines and standards regarding the physical database environments and layouts. Provide database expertise to support maintenance, modifications, upgrades, and/or re-engineering of the physical database structures. Provide common procedures and tools and continually improve support to program and functional managers, and the technical support community. Maintain the Unit Orientation/Training program for new Integrated Product Team (IPT) program managers. This will include preparing, updating and presenting training briefs on the Consolidated Tracking System (CTS) and the requirements’ process. This will also include developing a draft CTS Users Manual.

 

Deliverables: Data Model (A005)

Data Dictionary (A005)

Requirements Process Training Briefing (A005)

CTS Training Briefing (A005)

Draft CTS Users Manual (A005)

Subtask 7 - Manage and control access to the maintenance, performance, and security of databases. Establish and implement a strategy for databases to ensure the integrity of core data and non-interruptible access to that data by its users while maintaining a level of security to safeguard contractor sensitive and cost data. Maintain disaster recovery plans for each database, quality assurance plan, and checklist. Maintain and update charter and provide technical support to the Consolidated Tracking System Requirements Board (CTSRB). Monitor CTSRB activities

Deliverables: Disaster Recovery Plan (A005)

Quality Assurance Plan and Checklist (A005)

Draft CTSRB Charter (A005)

Subtask 8 - SWPS Re-baselining. The Contractor shall support J5 and J6 to rebaseline the SWPS modernization program. This support shall consist of: defining the scope of the effort; preparing decision papers and briefings; writing five to ten documents, such as, Concept of Operations, Mission Need Statement, Functional Economic Analysis, Test and Evaluation Master Plan, and the all inclusive Single Acquisition Management Plan; and developing "as is" and "to be" models.

Deliverables: Scope of Re-baselining Effort (A005)

Decision Papers/Briefings (A005)

Baseline Documents (A005)

Models (A005)

Task 3 - System Engineering

The contractor will provide general system engineering support and will provide specific support for the Air Vehicle Planning System (APS), Enterprise Database (EDB), and Year 2000 (Y2K) Compliance Programs. System engineering support to the EDB and Y2K Compliance Programs will be for ½ (one half) year only (1920 hrs.), beginning 1 Oct 98.

Subtask 1 - Risk Assessments. Analyze projects identified by USSTRATCOM personnel for cost, schedule, and performance risks. Report all risks by degree of severity and impact on the specific project and also on other projects that have dependency relationships with the prime project. Conduct risk assessments for hardware and software systems for Y2K compliance. Submit monthly risk assessment reports.

Deliverables: Risk Analysis/Technical Report (A005)

Subtask 2 - Technical Analysis. Define the procedures to be used in evaluating technical proposals submitted by either the government or other contractors. Evaluate about two new technical proposals and about 50 proposals supporting software change requests (SCR) for compliance with requirements stated in a SOW or SCR, technical adequacy, logistical supportability, meeting DII COE standards, and compatibility with the architecture described in the Master System Architecture (MSA) Plan. Review associated documentation and software for compliance with configuration management procedures, testing policies, and technical design as stated in the SOW and SWPS SMA. Prepare explanatory reports. Provide technical analyses of interface requirements for APS and EDB based on recommendations from the SWPS re-baselining effort. Evaluate technical solutions provided by other vendor’s for Y2K compliance.

Deliverables: Evaluation/Assessment of Technical Proposals (A005)

Subtask 3 - Engineering Plans. The aircraft and enterprise database portions of engineering plans shall be updated to ensure hardware and software designs meet requirements in the SWPS Operational Requirements Document and comply with DII COE standards. These updates will be provided to the winner of the CESAR contract who has overall responsible for publishing the plans. The CESAR contractor will announce the format and delivery schedule; at least two updates will be required each year.

Deliverables: Technical Reports/Briefings on Plans Status (A005)

Subtask 4 - Engineering Services. To ensure USSTRATCOM is obtaining the products needed and those contracted for, an independent assessment of vendors’ processes and deliverables is required. The contractor shall evaluate APS and EDB programs regarding development, maintenance, testing, and quality assurance. Reports shall be rendered for all evaluations. The Contractor shall support Functional Acceptance Tests (FAT) by preparing test plans, executing tests, and writing reports on testing results. The Contractor shall attend IPT meetings, researching and presenting technical recommendations for proposed hardware and/or software solutions, and attend vendor meetings to review program status and recommend revisions to the programs as necessary. Technical and trip reports shall be rendered. The Contractor shall provide technical support, in the form of requirements’ definitions, performance assessments, etc., to USSTRATCOM infrastructure managers.

Deliverables: Assessment of Servicing Vendors Processes and Deliverables (A005)

Technical Reports (A005)

Trip Reports (A005)

6. Place of Performance: All work in support of this SOW shall be at USSTRATCOM’s facility on Offutt Air Force Base, Nebraska. When assessment of vendors’ procedures and products are performed, the place of performance shall be the appropriate vendors’ facility. The contractor shall be reimbursed for travel out of the local area based on an itemized invoice for transportation and related travel expenses in accordance with FAR 31.205-46. When commercial air travel is authorized, the contractor shall utilize air coach in accordance with the Federal Travel Regulations. Car rental shall be economy class vehicle, and per diem and lodging shall not exceed the government rate allowed for that area. Any other related expense shall be reimbursed in accordance with the guidance contained in FAR 31.205-46.

7. Period of Performance: The period of performance for this SOW is from 1 Oct 98 through 30 Sep 99 (365 days). However, the government reserves the right to review specific tasks during the period of performance and to terminate some or all of these tasks at no additional expense to the government, anytime after the first quarter of the fiscal year (31 Dec 98), or as otherwise specified in this SOW (See Paragraph 5, tasks 2 and 3). The government will notify the Contractor at least 60 days prior to terminating any task. The contractor shall provide personnel for all work days except for the ten federal holidays. Normally, workdays are Monday through Friday from 0800 to 1700 with one hour for lunch.

8. Contract Type: The contract shall be a firm fixed price (FFP) contract.

9. Deliverable/Delivery Schedule: The following chart provides the delivery schedule for each SOW task described in paragraph 6 above.

TSK/ SUBTSK #

REPORT/DELIVERABLE TITLE

CDRL

DID #

Due Date:

1/1

Monthly Status Report

A008

DI-MGMT-80368

5 WD after EOM

1/2

Task Order Management Plan

A003

DI-MGMT-80347

24-Nov-98

2/1

Semi-Annual Portfolio Presentation

A005

DI-MISC-80508

1 Jun and 1 Dec

2/1

Acquisition Summary Reports

A008

DI-MGMT-80368

5 WD after EOQ

2/1

Monthly Activity Report

A008

DI-MGMT-80368

5 WD after EOM

2/2

Financial Management Report and Plans

A005

DI-MISC-80508

5 WD after PM request

2/3

Brief on IPT Findings

A005

DI-MISC-80508

5 WD after Mtng

2/3

Agendas/Minutes for Meetings

A010

UDI-A-23083A

3 WD before/ after Mtng

2/3

Program Management Reports

A005

DI-MISC-80508

5 WD after PM request

2/3

Program Reviews

A081

DI-MGMT-024

10 WD after PM request

2/4

Update USSTRATCOM SAI

A005

DI-MISC-80508

31 Mar 99

2/4

Prepare Metrics on Cost, Schedule, & Performance

A005

DI-MISC-80508

5-Jan-99

2/5

Master Schedules

A028

DI-MISC-81183/T

1ST WD of mo.

2/5

90 Day Look Ahead Schedule

A028

DI-MISC-81183/T

7 WD after EOM

2/6

Requirements Process Training Briefing

A005

DI-MISC-80508

5 WD after PM request

2/6

CTS Training Briefing

A005

DI-MISC-80508

5 WD after PM request

2/6

Data Dictionary

A005

DI-MISC-80508

With new version

2/6

Data Model

A005

DI-MISC-80508

With new version

2/6

Draft CTS Users Manual

A005

DI-MISC-80508

31 Jul 99

2/7

Quality Assurance Plan and Checklist

A005

DI-MISC-80508

With new version

2/7

Disaster Recovery Plan

A005

DI-MISC-80508

With new version

2/8

Scope of Re-baselining

A005

DI-MISC-80508

6 Nov 98

2/8

Decision Papers/Briefings

A005

DI-MISC-80508

15 Dec 98

2/8

Baseline Documents

A005

DI-MISC-80508

Per Schedule established by MAISRC

2/8

Models

A005

DI-MISC-80508

Per Schedule established by MAISRC

3/1

Risk Analysis/Technical Reports

A005

DI-MISC-80508

5 WD after EOM

3/2

Evaluation/Assessment of Technical Proposals

A005

DI-MISC-80508

5 WD after PM request

3/3

Technical Reports/Briefings on Plans Status

A005

DI-MISC-80508

5 WD after PM request

3/4

Assessments of Servicing Vendors Processes and Deliverable

A005

DI-MISC-80508

5 WD after PM Request

3/5

Technical Reports

A005

DI-MISC-80508

5 WD after PM request

3/5

Trip Reports

A005

DI-MISC-80508

5 WD after Trip

10. Security: USSTRATCOM data is considered sensitive, and the background of the contractor's assigned personnel shall be such that a TOP SECRET clearance can be obtained. Several individuals may require access to SIOP ESI material. No more than two of the individuals supporting the systems engineering tasks may require access to Specialized Compartmented Information (SCI). The contractor shall be liable for any unauthorized disclosure by contractor personnel of sensitive data obtained from any government source. At the government's discretion, any violation of security may result in immediate termination of the contract. The government has the right to conduct no-notice inspections of the contractor's work area at any time. The contractor is responsible for safeguarding all government property and securing any classified information when no longer being used or at the end of each duty day, which ever comes first.

11. Government Furnished Equipment (GFE)/Government Furnished Information (GFI):

The government will provide all the equipment needed to accomplish the tasks in this SOW. This includes access to the Command Management System Local Area Network and its standard suite of software, currently Microsoft Office 97. The equipment shall included: computers, printers, copiers, projectors, and general office administrative items, i.e., paper, transparencies, staples, etc. No specific GFI shall be provided. The contractor will have access to technical manuals and literature available at USSTRATCOM in which a "need to know" exists.

12. Other Pertinent Information or Special Considerations:

a. Packaging, Packing, and Shipping Instructions: See paragraph D.1 of the DEIS II contract.

b. Inspection and Acceptance Criteria: All deliverables must be submitted directly to the Task Monitor or his designated representative. The TM will monitor the contractor efforts to ensure technical suitability. The SWPS Program Manager (J66) will review contractor efforts at specific stages of task accomplishment. Quality checks by the government do not relieve the contractor from establishing their own quality assurance procedures. See paragraph E. of the DEIS II contract.

c. Accounting and Appropriation Data: See item 17 of the DD Form 1155, Order for Supplies or Services.

d. The following special considerations will apply to this SOW.

(1). The contractor must have direct experience with strategic nuclear war planning systems.

(2). The contractor must be familiar with the modernization strategy for SWPS to include a distributed, client-server environment and to move to a "living SIOP" production concept.

(3). The contractor will be required to sign a Conflict of Interest (COI) statement that will preclude the contractor from bidding on future contracts supporting SWPS on which the contractor has worked or has access to government proprietary information. The contractor will also be required to have each employee working on this SOW sign a Non-Disclosure statement.

(4). If the contractor for this SOW is a sub-contractor to another defense contractor, the following policies apply:

(a) The subcontractor shall only provide the prime contractor a list of deliverables and personnel data, such as, name, labor category, resumes, and hours worked on SOW tasks. The subcontractor shall provide all deliverables to the USSTRATCOM Task Manager in accordance with paragraph 9 above.

(b) The prime contractor shall be eligible to bid on individual SWPS contracts, but can not use the sub-contractor in any way to prepare and develop acquisition strategies and proposals or to work on any of the tasks in the contract.

(5). It is possible that as C4I requirements at USSTRATCOM are refined the tasks in this SOW may be modified to best use the skills of the contractor.

SECTION B Supplies or Services and Prices

ITEM NO

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0001

 

1.00000

LO

$1,369,894.35000

$1,369,894.35

 

Services, Nonpersonal, for System Engineering

and Program Management Support in accordance with the attached Statement of Work (0437-SCOM). The period of performance is 365 calendar days (01 Oct 98 through 30 Sep 99). Boeing's proposal dated 03 Sep 98 is hereby incorporated by reference.

PURCHASE REQUEST NUMBER NMIPR993800002

FOB Destination

 

FIRM FIXED PRICE

THE VENDOR SHALL BILL 11 EQUAL

INSTALLMENTS @ $114,157.86 AND 1

INSTALLMENT @ $114,157.89

 

 

 

 

 

 

 

 

 

 

 

SECTION I Contract Clauses

CLAUSES INCORPORATED BY FULL TEXT

52.232-18 AVAILABILITY OF FUNDS (APR 1984)

Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.