DoD Joint Service Chemical/Biological Defense Program Committee Staff Procurement Backup Book

advertisement
DoD Joint Service
Chemical/Biological Defense Program
Fiscal Year 2006/2007 Program and Budget Review Submission
Committee Staff Procurement Backup Book
Procurement, Defense-Wide
February 2005
THIS PAGE INTENTIONALLY LEFT BLANK
Table of Contents
DoD Joint Service Chemical and Biological Defense Program
Fiscal Year (FY) 2006-2011 Program and Budget Review
TABLE OF CONTENTS
CHEMICAL AND BIOLOGICAL DEFENSE PROGRAM OVERVIEW
CHEMICAL AND BIOLOGICAL DEFENSE PROGRAM PROCUREMENT SUMMARY
P-1 EXHIBIT FOR CHEMICAL AND BIOLOGICAL DEFENSE PROGRAM
LINE #66 - INSTALLATION FORCE PROTECTION
LINE #67 - INDIVIDUAL PROTECTION
LINE #68 - DECONTAMINATION
LINE #69 - JOINT BIO DEFENSE PROGRAM (MEDICAL)
LINE #70 - COLLECTIVE PROTECTION
LINE #71 - CONTAMINATION AVOIDANCE
i
i
iii
vii
xi
1
19
59
93
129
163
THIS PAGE INTENTIONALLY LEFT BLANK
ii
Department of Defense Chemical/Biological Defense Program Overview
Fiscal Year (FY) 2006-2007 Budget Estimates
The DoD Chemical and Biological (CB) Defense Program is a key part of a comprehensive national strategy to counter the threat of
chemical and biological weapons as outlined in the National Strategy to Combat Weapons of Mass Destruction, December 2002. This
national strategy is based on three principal pillars: (1) Counterproliferation to Combat WMD Use, (2) Strengthened Nonproliferation
to Combat WMD Proliferation, and (3) Consequence Management to Respond to WMD Use. The DoD CB Defense Program (CBDP)
provides research, development, and acquisition (RDA) programs primarily to support the first and third pillars. In support of
counterproliferation, the DoD CBDP provides passive defenses tailored to the unique characteristics of the various chemical and
biological weapons, including emerging threats. These capabilities provide U.S. forces the ability to rapidly and effectively mitigate the
effects of a CB attack against our deployed forces. In support of counterproliferation, the DoD CBDP provides capabilities to respond
to the effects of WMD use against our forces deployed abroad, and the homeland. In addition, the DoD CBDP supports the "1-4-2-1"
force planning construct articulated in the Department of Defense Annual Report to the President and the Congress, September 2002.
The CBDP funds research to exploit leading edge technologies to ensure that U.S. forces are equipped with world class capabilities to
defend against CB threats through the far term. This budget includes support of a comprehensive science and technology base
program to ensure continued advances in CB defense capabilities. CBDP Basic Research provides core capabilities to ensure U.S.
technological advantages through the far term, including research into advanced chemical and biological detection systems, advanced
materials for improved filtration systems and protection systems, advanced decontaminants, investigations into the environmental fate
of chemical warfare agents, advanced information technologies, medical biological defense research (including novel biodefense
initiatives that focus on interrupting the disease cycle before and after exposure, as well as addressing the bioengineered threat),
diagnostics, therapeutics, and vaccines for viral, bacterial, toxin, and novel threat agents), and medical chemical defense (including
investigations of low level chemical warfare agent exposures, diagnostics, therapeutics, pretreatments for classical chemical warfare
threats and novel threat agents).
iii
The CBDP also supports numerous Defense Technology Objectives (DTOs), which represent the key science and technology base
programs for demonstrating advanced capabilities in the near and mid-term. During FY06, DTOs support operational capabilities to
Sense (Reconnaissance, Detection and Identification), Shape (Battle Management), Shield (Individual & Collective Protection), and
Sustain (Decontamination & Restoration) U.S. forces for passive defense, force protection, and consequence management missions.
Among others, DTOs include capabilities for Standoff Biological Aerosol Detection, Wide Area Aerial Reconnaissance for Chemical
Agents, Environmental Fate of Agents, Low-Level Chemical Warfare Agent Exposure: Effects and Countermeasures, Detection of CB
Contamination on Surfaces, Advanced Air Purification System Model, Chemical and Biological Hazard Environment Prediction and
Hazard Prediction with Nowcasting, advanced medical CB prophylaxes, Rapid Detection, Threat Assessment and Attribution of
Genetically Engineered Biothreat Organisms Using Microarray-Based Resequencing Technologies, smallpox therapeutics, Multiagent
Vaccines for Bio-Warfare Agents, and advanced decontamination capabilities.
Technologies currently in advanced development (Budget Activities 4 and 5) provide leading edge tools that will enhance CB defense
capabilities for U.S. forces in all CB defense missions in the near-term. As described in the National Strategy to Combat Weapons of
Mass Destruction, the response to chemical and biological threats requires tailored approaches that recognize the fundamental
differences between chemical and biological weapons (and even the different types of these threats). This budget details the
comprehensive array of systems under development essential to support principles of contamination avoidance, protection, and
decontamination.
iv
Key systems in advanced development in FY06 include: the Joint Service Lightweight Standoff Chemical Agent Detector (JSLSCAD)
for standoff chemical agent detection, Joint Chemical Agent Detector (JCAD) for portable point chemical agent detection, Joint Effects
Model (JEM) and Joint Operational Effects Federation (JOEF) to provide risk management tools to the warfighter, Advanced Concept
Technology Demonstrations (Contamination Avoidance at Sea Ports of Debarkation (CASPOD) and Chemical Biological Radiological
Nuclear (CBRN) Unmanned Ground Reconnaissance (CUGR)), Joint Service Transportable Decontamination System - Small Scale
(JSTDS-SM), Joint Service Sensitive Equipment Decontamination (JSSED), Joint Service Personnel/Skin Decontamination System
(JSPDS), Advanced Anticonvulsant System, Plasma and Recombinant Bioscavenger, Improved Nerve Agent Treatment System
(INATS), biological defense vaccines (including recombinant botulinum toxin vaccine, equine encephalitis vaccines, plague vaccine and
ricin vaccine) as part of the Joint Vaccine Acquisition Program (JVAP), Critical Reagents Program (CRP) to support development of
reagents for biological detection and diagnostic systems, Joint Biological Point Detection System (JBPDS), Joint Service
Chemical/Biological Agent Water Monitor (JCBAWM), Non-Traditional Agent (NTA) Detection Improvement Program, Joint
Biological Standoff Detection System (JBSDS) Increment II, Joint Biological Agent Identification and Diagnostic System (JBAIDS)
Increment II, Joint Warning and Reporting Network (JWARN), Joint Collective Protection Equipment (JCPE), Joint Expeditionary
Collective Protection, and Joint Service Aircrew Mask (JSAM).
In FY06, the CBDP will start or continue procurement on a variety of CB defense systems intended to provide U.S. forces with the best
available equipment to survive, fight, and win in CB contaminated environments. Systems beginning procurement in FY06 include
JSAM, Multi-Service Radiacs (MSR), and Joint Service Transportable Decontamination System - Small Scale (JSTDS-SM). Systems
continuing procurement in FY06 include the Joint Effects Model (JEM), Joint Protective Aircrew Ensemble (JPACE), Joint Service
General Purpose Mask (JSGPM), JWARN, JBAIDS, Joint Service Mask Leakage Tester (JSMLT), Joint Service Lightweight
Integrated Suit Technology (JSLIST), the NBC Reconnaissance Vehicle (NBCRV), Joint Service Light NBC Reconnaissance System
(JSLNBCRS), JCAD, JSLSCAD, JBPDS, biological defense vaccines (Anthrax Vaccine Adsorbed), CB Protective Shelters (CBPS), and
chemical and biological defense equipment for installation force protection.
v
The FY06 program continues to support the consequence management (CM) mission. CM projects fund the development of the
Unified Command Suite (UCS) and Analytical Laboratory System (ALS) Block upgrades. CM funding provides for the modernization
to address objective operational capabilities for the National Guard WMD Civil Support Teams (CSTs), the Reserve Component (RC)
Reconnaissance, and RC Decontamination Teams. It provides full funding for: (1) type-classified protection, detection, and training
equipment; (2) development and fielding of upgraded analytical platforms for the detection, identification, and characterization of
chemical, biological, and radiological agents used by terrorists in a civilian environment; (3) development and fielding of
communication capabilities that are interoperable with other federal, state, and local agencies; (4) testing and evaluation to ensure that
the systems fielded are safe and effective; and (5) program management funds.
Overall, the FY 2006 President's Budget achieves a structured, executable, and integrated medical and non-medical joint CB Defense
Program that balances urgent short-term procurement needs that include securing the homeland from terrorist attack, and long-term
S&T efforts to mitigate future CB attacks. The two primary areas of increased emphasis in this year's budget are the CB Defense
Program's test and evaluation infrastructure and novel biodefense initiatives. The budget improves our biological and chemical
research labs infrastructure/ability to address known and emerging threats. It also adds funding for novel biodefense initiatives which
take advantage of biotechnology and genetics advances. The focus of these biodefense initiatives is on interrupting the disease cycle
before and after exposure, as well as addressing the bioengineered threat.
The program supports our commitment to ensure full dimensional protection for all our fighting men and women operating at home
and abroad under the threat of chemical and biological weapons. All of these capabilities are integrated as a family-of-systems
essential to avoid contamination and to sustain operational tempo on an asymmetric battlefield, as well as satisfy emerging
requirements for force protection and consequence management. In summary, the DoD CBDP remains committed to establishing the
optimal balance between the near term requirement to field modernized equipment to the field, and the need to protect and replenish
our long term investment in technology.
vi
PROCUREMENT, DEFENSE-WIDE
Chemical/Biological Defense Procurement Program Summary
($ in Millions)
FY 2004 Actual
545,379
FY 2005 Estimate
674,576
FY 2006 Estimate
650,659
FY 2007 Estimate
669,230
Purpose and Scope of Work
The DoD CB Defense Program (CBDP) is a key part of a comprehensive national strategy to counter the threat of
chemical and biological weapons as outlined in the National Strategy to Combat Weapons of Mass Destruction, December
2002. This national strategy is based on three principal pillars: (1) Counterproliferation to Combat Weapons of Mass
Destruction (WMD) Use, (2) Strengthened Nonproliferation to Combat WMD Proliferation, and (3) Consequence
Management to Respond to WMD Use. DoD CBDP Procurement provides a fully integrated and coordinated program
that meets the intent of Congress and provides the best CB defense for our service members and our nation. The Joint
and Service unique programs support the framework of the three pillars of CBDP in the following functional areas:
Nuclear Biological Chemical (NBC) Contamination Avoidance (detection and identification) and CB Battle Management
(reconnaissance and warning of battlespace contamination to enable units to maneuver around them), Force Protection
(individual, collective, and medical support), and Decontamination. These capabilities provide U.S. forces the ability to
rapidly and effectively mitigate the effects of a CB attack against our deployed forces. In addition, the DoD CBDP
supports the "1-4-2-1" force planning construct articulated in the Department of Defense Annual Report to the President
and the Congress, September 2002.
Justification of Funds
Funding for this program was transferred from individual Service NBC defense procurement programs pursuant to
Public Law 103-160, Title XVII.
vii
NBC Contamination Avoidance/CB Battle Management - Procurement of equipment to enhance U.S. capability to detect,
collect samples, identify and provide warning of imminent (WMD) threats on the battlefield.
o FY04/05/06: Continues procurement of the Joint Biological Point Detection System (JBPDS); the Critical Reagents
Program (CRP) to ensure the quality and availability of reagents critical to the successful development, test, and
operation of biological warfare detection systems; the Joint Bio Standoff Detector System (JBSDS), a system
capable of providing near real-time detection of biological attacks/incidents and standoff early warning
detection/warning of biological warfare (BW) agents at fixed sites or when mounted on multiple platforms;
Automatic Chemical Agent Detector and Alarm (ACADA); the Joint Chemical Agent Detector (JCAD) for both the
active Joint Services; the NBC Reconnaissance Vehicle (NBCRV), a dedicated system of nuclear and chemical
detection and warning equipment, and biological sampling equipment; the Reserve Component unit requirements
for domestic preparedness response against WMD; the Joint Service Lightweight NBC Reconnaissance System
(JSLNBCRS), which provides field commanders with real-time point and standoff intelligence for field assessment
of NBC hazards; the Joint Service Lightweight Standoff Chemical Agent Detector (JSLSCAD), a chemical vapor
detection system that will furnish 360-degree on-the-move coverage from ground, air, and sea-based platforms at
distances of up to five kilometers, and the Joint Warning & Reporting Network (JWARN) Block II which
integrates NBC legacy and future detector systems, NBC Warning and Reporting Software Modules, and NBC
Battlefield Management Modules in the Joint Services Command, Control, Communications, Computers,
Intelligence, Surveillance, and Reconnaissance (C4ISR) systems.
o FY05: Initiates procurement of the Joint Effects Model (JEM), a general-purpose, accredited model for predicting
NBC hazards associated with the release of contaminants into the environment.
o FY06: Initiates procurement of the Multi-Service Radiacs (MSR), a family of nuclear radiation detectors that are
used by the Army, Marines and Navy to detect and measure various forms of nuclear radiation in the battlespace
and in Operations Other Than War. The systems allow them to avoid contamination and to reduce their exposure
when avoidance is not possible.
Force Protection - Procurement of Individual/Collective protection equipment and Vaccines (troop equivalent doses) to
protect the soldier, sailor, airman or marine allowing personnel to operate in a contaminated CB environment.
viii
o FY04/05/06: Continues procurement of protective clothing to include the Joint Service Lightweight Integrated Suit
Technology (JSLIST) protective ensembles; the Joint Service General Purpose Mask (JSGPM), a lightweight
protective mask that will provide above-the-neck, head, eye/respiratory protection against CB agents, radioactive
particles, and Toxic Industrial Materials (TIMs); the CB Installation/Force Protection Program, a suite of tiered
sampling/collection, detection, identification and warning response designed to provide early, indoor / outdoor
collection, detection, presumptive identification and warning capabilities; the Chemical Biological Protective
Shelter (CBPS) for Army medical units; the Joint Collective Protection Equipment (JCPE) improvements to
currently fielded systems; and the Collective Protection System backfit installation on three Navy amphibious ship
classes (LHA, LHD, and LSD). Continues procurement of the Biological Vaccine Program that protects U.S. forces
with FDA approved vaccines to protect against current and emerging WMD threats, which could be deployed
against maneuver units or stationary facilities in the theater of operations and the Joint Biological Agent
Identification and Diagnostics System (JBAIDS), a common medical test equipment platform for all the Military
Services which will identify both BW agents and pathogens of operational concern, and will be used as a diagnostic
tool by medical professionals to treat patients.
o FY05: Initiates production of the Joint Protective Aircrew Ensemble (JPACE) garment. JPACE will provide
aviators with improvements in protection from CB warfare agents, radiological particles, and TIMs, while
reducing heat stress in CB environments, and extending wear and service life. This operational capability will
support all Services.
o FY06: Initiates production of the Collective Protective Field Hospitals (CPFH) which provides Joint Service
medical personnel NBC collectively protected medical treatment facilities.
NBC Decontamination Systems - Procurement of a more transportable, less labor intensive, and more effective system for
applying decontaminating solutions, removing gross contamination from vehicle and equipment surfaces, and maximizing
the ability of units to remove contamination both on the move and during dedicated decontamination operations.
ix
o FY04/05: Continues procurement of the Joint Service Family of Decontamination Systems (JSFDS) which provides
the warfighter with a family of environmentally friendly decontaminants and application systems to remove,
neutralize, and eliminate NBC hazards posing threats to military operations. JSFDS will be broken into various
components beginning in FY06.
o FY04: Completes production of the Sorbent Decontamination System.
o FY06: Initiates the production of the Joint Service Transportable DECON System - Small Scale (JSTDS -SM)
which will be transportable by a platform capable of being operated in close proximity to combat operations. This
is one of the components that were part of JSFDS.
x
DEFENSE-WIDE
FY 2006 PROCUREMENT PROGRAM
APPROPRIATION: 0300D PROCURMENT, DEFENSE-WIDE
BUDGET ACTIVITY 03: CHEMICAL/BIOLOGICAL DEFENSE
EXHIBIT P-1
DATE: FEBRUARY 2005
MILLIONS OF DOLLARS
LINE
NO. ITEM NOMENCLATURE
IDENT
CODE
FY 2004
FY 2005
FY 2006
FY 2007
QUANTITY COST
QUANTITY COST
QUANTITY COST
QUANTITY COST
CBDP
066
INSTALLATION FORCE PROTECTION - JS1000
0.0
104.5
198.0
194.1
067
INDIVIDUAL PROTECTION - GP1000
106.0
133.4
97.2
102.5
068
DECONTAMINATION - PA1500
21.4
11.2
3.0
17.2
069
JOINT BIO DEFENSE PROGRAM (MEDICAL) MA0800
71.4
100.7
62.3
47.4
070
COLLECTIVE PROTECTION - PA1600
56.3
36.0
31.8
44.0
071
CONTAMINATION AVOIDANCE - GP2000
290.3
288.7
258.3
264.2
TOTAL CHEMICAL/BIOLOGICAL DEFENSE
545.4
674.6
650.7
669.2
xi
THIS PAGE INTENTIONALLY LEFT BLANK
xii
Budget Line Item #66
INSTALLATION FORCE PROTECTION
1
THIS PAGE INTENTIONALLY LEFT BLANK
2
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
Prior Years
FY 2004
February 2005
P-1 Item Nomenclature
(JS1000) INSTALLATION FORCE PROTECTION
Other Related Program Elements:
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
104.5
198.0
194.1
204.0
217.6
152.3
148.2
1218.8
104.5
198.0
194.1
204.0
217.6
152.3
148.2
1218.8
104.5
198.0
194.1
204.0
217.6
152.3
148.2
1218.8
Proc Qty
Gross Cost
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
DESCRIPTION: In response to the September 11, 2001 terrorist attacks, the Installation Force Protection Program was created. The program will provide Chemical, Biological, Radiological, and Nuclear (CBRN)
protection for CONUS/OCONUS DoD installation physical structures as well military personnel and others within the perimeter of the military reservation. Also, this program supports the acquisition of CBRN
defense equipment requirements for the National Guard Bureau's Weapons of Mass Destruction Civil Support Teams (WMD-CST) and the United States Army Reserve (USAR) Reconnaissance and Decontamination
Platoons.
The Chemical Biological Installation Protection Program (CBIPP) consists of a highly effective and integrated CBRN installation protection and response capability. This capability includes detection, identification,
warning, information management, individual and collective protection, restoration, and medical surveillance, protection and response. The communications network will leverage existing capabilities and be
integrated into the base operational command and control infrastructure. The program will procure the CBRN systems, Emergency Responder Equipment Sets, New Equipment Training (NET), Contractor Logistics
Support, spares, and associated initial consumable items required to field an integrated installation protection capability at 200 DoD installations (185 CONUS and 15 OCONUS).
The WMD-CST program supports the acquisition and delivery of an integrated chemical, biological, and nuclear analytical detection and rapid response capability for the National Guard Bureau's Weapons of Mass
Destruction CSTs and the United States Army Reserve (USAR) Chemical Reconnaissance and Decontamination Platoons. Capabilities include a state of the art Command, Control, Communications, Computer, and
Intelligence (C4I) system that enables secure communications with federal, state, and local authorities from a WMD incident site.
JUSTIFICATION: Installation Force Protections primary objective is to strengthen efforts for improving DoD installations against Chemical Biological (CB) threats. WMD-CST allows for the equipping of Reserve
Component units to provide enhanced response capabilities and to provide for additional support against the threat of terrorist CB attacks to American cities and communities in emergency and disaster situations.
Also, this effort allows selected National Guard and other reserve component units to respond to and contain the effects of CB incidents in this country. Advanced chemical defensive equipment is required to enhance
US capability to detect and identify threat agents in the battlespace and the homeland.
NOTE: CB Installation/Force Protection Program (CBIFPP) and WMD - Civil Support Team Equipment: FY05 and outyear budget data transferred from Contamination Avoidance, Standard Study Number (SSN)
GP2000. WMD - CST FY05 Congressional increase of $18.2M, FY04 and prior, and FY04 CBIFPP budget data are reflected in SSN GP2000 (Contamination Avoidance).
Item No. 66 Page 1 of 16
3
Exhibit P-40, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
P-1 Line Item Nomenclature:
(JS1000) INSTALLATION FORCE
PROTECTION
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
WMD - CIVIL SUPPORT TEAM EQUIPMENT
13300
54252
9082
CB INSTALLATION FORCE PROTECTION
PROGRAM
91230
143793
184981
104530
198045
194063
TOTAL
Item No. 66 Page 2 of 16
4
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
Prior Years
FY 2004
February 2005
P-1 Item Nomenclature
(JS0004) WMD - CIVIL SUPPORT TEAM EQUIPMENT
Other Related Program Elements:
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
13.3
54.3
9.1
76.6
13.3
54.3
9.1
76.6
13.3
54.3
9.1
76.6
Proc Qty
Gross Cost
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
This program supports the acquisition and delivery of an integrated chemical, biological, and nuclear analytical detection and rapid response capability for the
National Guard Bureau's Weapons of Mass Destruction Civil Support Teams (WMD-CST) and the United States Army Reserve (USAR) Chemical Recon and Decon
Platoons. Capabilities include a state of the art Command, Control, Communications, Computer, and Intelligence (C4I) system that enables secure communications with
federal, state, and local authorities from a WMD incident site.
DESCRIPTION:
Major end items for this Commercial off-the-shelf (COTS) based acquisition program include the Analytical Laboratory System (ALS), and the Unified Command Suite
(UCS) for the WMD-CST. The ALS provides a mobile laboratory platform that incorporates advanced analytical detection technology for the identification of Chemical
Warfare (CW) agents, Toxic Industrial Chemicals (TICs), Toxic Industrial Materials (TIMs), Biological Warfare (BW) agents. The UCS provides secure communications
interoperability with the ALS and reach back capability to federal, state, and local authorities from the incident site.
FY06 funds procure upgraded analytical detection equipment for 45 ALS and Command, Control, Communication, Computers, and Intelligence (C4I)
upgrades for 44 UCS. Funds also procure CB training devices for the WMD-CST.
JUSTIFICATION:
WMD-CST Equipment: FY05 and outyear budget data transferred from Contamination Avoidance, Standard Study Number (SSN) GP2000. WMD-CST FY05
Congressional increase of $18.2M, FY04 and prior budget data are reflected in GP2000 (Contamination Avoidance).
NOTE:
Item No. 66 Page 3 of 16
5
Exhibit P-40, Budget Item Justification Sheet
Date:
Exhibit P-40C, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
0603884BP/Proj CM4; 0604384BP/Proj CM5
B
February 2005
P-1 Item Nomenclature
(JS0004) WMD - CIVIL SUPPORT TEAM EQUIPMENT
Other Related Program Elements:
RDT&E Code B Item
This Commercial off-the-shelf (COTS) based acquisition program supports the development of an upgraded analytical detection capability designed to improve the selectivity
and sensitivity of the Analytical Laboratory System (ALS Blk I), enhanced command, control, communications, computers, and intelligence (C4I) systems capability for the
Unified Command Suite (UCS Increment I), and training devices for the Weapons of Mass Destruction Civil Support Teams (WMD CSTs). In addition, this program tests and
evaluates COTS protection, detection and decontamination component equipment against established criteria in order to determine there ability to meet, WMD CST and United
States Army Reserve (USAR) Recon and Decon Platoon, requirements. The ALS provides a mobile laboratory platform that incorporates advanced analytical detection
technology for the identification of Chemical Warfare (CW) agents, Toxic Industrial Chemicals (TICs), Toxic Industrial Materials (TIMs), Biological Warfare (BW) agents.
The UCS provides secure communications interoperability with the ALS and reach back capability to Federal, State, and Local authorities from the incident site.
RDT&E FY03 and Prior - 5.7M; FY04 - 5.2M; FY05 - 22.3M; FY06 - 4.6M; FY07 - 1.6M
DEVELOPMENT/TEST STATUS AND MAJOR MILESTONES
START
COMPLETE
ALS BLK I PROGRAM
Block I - IPR - Stakeholder
Block I - IPR - MDA
Block I - Production Qualification Test (PQT)
Block I - Operational Assessment (OA)
Block I - Milestone C - Full Rate Production
Block I - Production
UCS INCREMENT I PROGRAM
Incr I - CPD Approval
Incr I - Developmental Testing (DT)
Incr I - Operational Assessment (OA)
Incr I - IPR
Incr I - Production
1Q FY03
1Q FY05
2Q FY05
4Q FY05
4Q FY05
2Q FY06
2Q FY06
1Q FY04
1Q FY05
2Q FY05
4Q FY05
2Q FY06
2Q FY06
4Q FY07
1Q FY05
2Q FY05
2Q FY06
2Q FY06
2Q FY06
3Q FY07
2Q FY07
1Q FY05
4Q FY05
2Q FY06
2Q FY06
2Q FY07
Item No. 66 Page 4 of 16
6
Exhibit P-40C, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
Additional National Guard Bureau Civil Support
Teams (CSTs) (FY05 - 11)
1. UCS Block 0 (UCS Baseline)
2. ALS SEP
3. HHA Trainers
4. Fielding Support
5. ALS SEP Shelter Enhancement Efforts
6. Engineering Support
Subtotal for New CSTs
Equipment for USAR
1. ACADA Simulators
2. Engineering Support
P-1 Line Item Nomenclature:
(JS0004) WMD - CIVIL SUPPORT TEAM
EQUIPMENT
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
2736
5948
10
99
448
1159
10400
2
12
303
1368
496
0.033
2402
498
156
15.397
Training Devices - National Guard Bureau CSTs
1. Training Devices
2. System Fielding Support
2060
395
32
64.375
UCS Increment I Upgrade
1. UCS Increment I Upgrade
2. Engineering Support
3. System Fielding Support
23584
546
44
536
ALS Blk I Upgrade
1. ALS Blk I Upgrade
2. Engineering Support
3. System Fielding Support
27000
667
3752
7
536
7
600
559
45
600
4200
571
FY05 DECON kits, Chem/Bio detection alarm, and
HHA deliveries will be shown on the P21 of the
various respective programs providing the
equipment.
TOTAL
13300
Item No. 66 Page 5 of 16
7
54252
9082
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JS0004) WMD - CIVIL SUPPORT TEAM EQUIPMENT
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Naval Air Station
Patuxent River, MD
Dec-04
Oct-05
2
1368000
Yes
Date
Revsn
Avail
RFP Issue
Date
UCS Block 0 (UCS Baseline)
FY 05
Naval Air Warfare Center
Aircraft Division, St.
Inigoes, MD
MIPR
Wolfcoach, Auburn, MA
C/FFP-Opt #1
RDECOM, Edgewood,
MD
Dec-04
Jun-05
12
495667
Yes
Argon Electronics, Luton
UK
SS/FP
RDECOM, Edgewood,
MD
Mar-05
Aug-05
156
15397
Yes
TBS
C/FFP
RDECOM, Edgewood,
MD
May-06
Sep-06
32
64375
Yes
ALS SEP
FY 05
ACADA Simulators
FY 05
Training Devices
FY 06
REMARKS:
FY05 - Phase V CST Stand Up, Training Devices USAR Recon and Decon Platoons
Item No. 66 Page 6 of 16
8
Exhibit P-5A, Procurement History and Planning
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JS0004) WMD - CIVIL SUPPORT TEAM EQUIPMENT
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
UCS Increment I Upgrade
Naval Air Warfare Center
Aircraft Division, St.
Inigoes, MD
Naval Air Warfare Center
Aircraft Division, St.
Inigoes, MD
MIPR
Naval Air Station
Patuxent River, MD
May-06
Nov-06
44
536000
No
MIPR
Naval Air Station
Patuxent River, MD
Nov-06
Mar-07
7
536000
No
FY 06
TBS
C/FFP
Mar-06
Sep-06
45
600000
No
FY 07
TBS
C/FFP Opt #1
RDECOM, Edgewood,
MD
RDECOM, Edgewood,
MD
Nov-06
Jun-07
7
600000
No
FY 06
FY 07
ALS Blk I Upgrade
REMARKS:
FY05 - Phase V CST Stand Up, Training Devices USAR Recon and Decon Platoons
Item No. 66 Page 7 of 16
9
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
Exhibit P21, Production Schedule
Date:
(JS0004) WMD - CIVIL SUPPORT TEAM EQUIPMENT
February 2005
Fiscal Year 04
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
Fiscal Year 05
Calendar Year 04
Calendar Year 05
M
F
R
FY
UCS Block 0 (UCS Baseline)
3
FY 05
NG
2
2
A
ALS SEP
4
FY 05
NG
12
12
A
ACADA Simulators
2
FY 05
AR
156
156
COST ELEMENTS
O
C
T
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
NAME/LOCATION
S
E
P
O
C
T
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
4
4
N
O
V
D
E
C
J
A
N
F
E
B
TOTAL
Production
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
1
TBS
3
50
80
E
Initial / Reorder
1/1
5/2
7/8
12 / 10
2
Argon Electronics, Luton UK
1
20
30
E
Initial / Reorder
1/1
5/5
6/5
11 / 10
3
Naval Air Warfare Center Aircraft Division, St. Inigoes, MD
1
4
8
E
Initial / Reorder
1/1
6/2
1 / 10
7 / 12
4
Wolfcoach, Auburn, MA
1
4
8
E
Initial / Reorder
1/1
2/2
7/7
9/9
Item No. 66 Page 8 of 16
10
A
U
G
S
E
P
2
A
O
C
T
MFR
N
O
V
L
A
T
E
R
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
4
16
16
A
U
G
S
E
P
124
REMARKS
Platforms for the ALS SEP and UCS are fabricated
by the same vendor. In order to meet fielding and
training dates established by the gaining
organization, the ALS SEP will incur a three month
break in production while the UCS systems are
being produced. (10 UCS appear on the P5, P5a
and P21 under JA0004, Contamination Avoidance)
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
Exhibit P21, Production Schedule
Date:
(JS0004) WMD - CIVIL SUPPORT TEAM EQUIPMENT
February 2005
Fiscal Year 06
COST ELEMENTS
M
F
R
FY
S
E
R
V
PROC
QTY
Each
Fiscal Year 07
Calendar Year 06
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
2
2
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
16
16
16
16
16
12
J
U
N
J
U
L
A
U
G
Calendar Year 07
S
E
P
O
C
T
4
4
N
O
V
UCS Block 0 (UCS Baseline)
3
FY 05
NG
2
ALS SEP
4
FY 05
NG
12
8
4
ACADA Simulators
2
FY 05
AR
156
32
124
Training Devices
1
FY 06
NG
32
32
A
UCS Increment I Upgrade
3
FY 06
NG
44
44
A
ALS Blk I Upgrade
1
FY 06
NG
45
45
UCS Increment I Upgrade
3
FY 07
NG
7
7
A
ALS Blk I Upgrade
1
FY 07
NG
7
7
A
16
A
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
5
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
NAME/LOCATION
A
U
G
S
E
P
5
O
C
T
LEAD TIMES
Administrative
Number
J
A
N
F
E
B
M
A
R
A
P
R
4
4
5
5
M
A
Y
J
U
N
J
U
L
4
3
J
U
N
J
U
L
A
U
G
S
E
P
A
U
G
S
E
P
4
16
O
C
T
MFR
D
E
C
L
A
T
E
R
4
4
4
4
11
11
11
11
5
5
5
5
N
O
V
7
D
E
C
J
A
N
F
E
B
TOTAL
Production
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
1
TBS
3
50
80
E
Initial / Reorder
1/1
5/2
7/8
12 / 10
2
Argon Electronics, Luton UK
1
20
30
E
Initial / Reorder
1/1
5/5
6/5
11 / 10
3
Naval Air Warfare Center Aircraft Division, St. Inigoes, MD
1
4
8
E
Initial / Reorder
1/1
6/2
1 / 10
7 / 12
4
Wolfcoach, Auburn, MA
1
4
8
E
Initial / Reorder
1/1
2/2
7/7
9/9
Item No. 66 Page 9 of 16
11
5
M
A
R
A
P
R
M
A
Y
REMARKS
Platforms for the ALS SEP and UCS are fabricated
by the same vendor. In order to meet fielding and
training dates established by the gaining
organization, the ALS SEP will incur a three month
break in production while the UCS systems are
being produced. (10 UCS appear on the P5, P5a
and P21 under JA0004, Contamination Avoidance)
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
Prior Years
FY 2004
February 2005
P-1 Item Nomenclature
(JS0500) CB INSTALLATION FORCE PROTECTION PROGRAM
Other Related Program Elements:
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
91.2
143.8
185.0
204.0
217.6
152.3
148.2
1142.2
91.2
143.8
185.0
204.0
217.6
152.3
148.2
1142.2
91.2
143.8
185.0
204.0
217.6
152.3
148.2
1142.2
Proc Qty
Gross Cost
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
DESCRIPTION: The Chemical, Biological, Radiological, and Nuclear (CBRN) Installation Protection Program (IPP) provides military installations with a highly effective and integrated CBRN installation
protection and response capability. This capability consists of a Family of Systems (FoS) that includes detection, identification, warning, information management, individual and collective protection, restoration,
medical surveillance, protection and response. The FoS sensor and communications network will leverage existing installation capabilities and will be integrated into the base operational command and control
infrastructure. The program will procure a common suite of equipment that will be tailored for each installation utilizing both commercial sources and readily available Government Furnished Equipment (GFE). The
final delivery of protection suite equipment and capability will vary for each site based upon individual installation requirements, threats and equipment already on-hand. The program utilizes a Lead Systems
Integrator (LSI) to procure the commercial off-the-shelf (COTS) CBRN systems and sensors and Emergency Responder Equipment Sets. The LSI is responsible for the preparation and conduct of New Equipment
Training (NET) and fielding exercises. The LSI will assemble, deliver and install the specific items of equipment needed to optimize CBRN protection and response capability at each targeted installation. The LSI
provides one year of Contractor Logistics Support (CLS) to the installation following fielding. This support will include system maintenance, initial spares and repairs and consumable items. The Government Joint
Project Manager (JPM) procures government off-the-shelf systems from existing Program Managers or Item Mangers and delivers these systems/items to the LSI for integration with required COTS equipment and
fielding to the installation. The JPM and LSI are responsible for the initial site survey and site design. The LSI will be responsible for the preparation of the final site design and fielding. The program requirements
are to field this integrated CBRN installation protection capability at up to 200 DoD installations. The actual installation protection solution sets will be optimized for each individual installation, based on that
installation's threat, priority and essential mission requirements and personnel.
JUSTIFICATION: The FY06 funds will procure, install and field twenty-one (21) installation equipment sets and one regional laboratory.
NOTE: FY05 and outyear budget data transferred from Contamination Avoidance, Standard Study Number (SSN) GP2000. The FY04 CBIFPP budget data is reflected in Contamination Avoidance.
Item No. 66 Page 10 of 16
12
Exhibit P-40, Budget Item Justification Sheet
Date:
Exhibit P-40C, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
February 2005
P-1 Item Nomenclature
(JS0500) CB INSTALLATION FORCE PROTECTION PROGRAM
Other Related Program Elements:
0604384BP/Proj CM5
The Chemical, Biological, Radiological, and Nuclear (CBRN) Installation Protection Program (IPP) provides military installations with a highly effective and integrated CBRN
installation protection and response capability. This capability consists of a Family of Systems (FoS) that includes detection, identification, warning, information management,
individual and collective protection, restoration, medical surveillance, protection and response. The program is required to field this integrated CBRN installation protection
capability at up to 200 DoD installations. The actual installation protection solution sets will be optimized for each individual installation, based on that installation's threat,
priority and essential mission requirements and personnel.
DEVELOPMENT/TEST STATUS AND MAJOR MILESTONES
START
COMPLETE
Milestone Decision
Award Lead System Integrator (LSI) Contract
Site Design
Site Installation and Fielding
Site Contractor Logistics Support
IIEA
1Q FY04
1Q FY04
4Q FY04
1Q FY05
2Q FY05
3Q FY06
1Q FY04
3Q FY04
1Q FY11
4Q FY11
Continuing
4Q FY07
Item No. 66 Page 11 of 16
13
Exhibit P-40C, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
1. Site Assessment and Design
LSI Site Assessment and Design
Government Site Assessment & Design Support
P-1 Line Item Nomenclature:
(JS0500) CB INSTALLATION FORCE
PROTECTION PROGRAM
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
5920
424
12
493
10527
755
21
501
14792
1062
29
510
2900
3674
3223
81
1173
390
1674
1239
84
6453
39
39
12
36
12
12
34.524
0.569
82.641
2.077
97.750
10.833
140
103
4715
8289
5211
130
2135
651
2984
2206
140
12358
62
62
21
59
21
21
33.679
0.671
84.048
2.097
102
11.034
142
105
6756
12585
6679
167
2483
933
4177
3104
188
17646
78
78
29
83
29
29
35.936
0.713
85.628
2.141
85.621
11.241
144
107
225
3398
23
787
221
434
21
58
66
141
12
96
12
252
132
12
3.409
24.099
1.917
8.198
18.417
1.722
0.159
4.833
361
5540
42
1268
394
746
39
102
1955
104
226
21
152
21
424
226
21
19
3.471
24.513
2.000
8.342
18.762
1.759
0.173
4.857
103
480
6842
59
1836
555
1002
54
143
2831
136
274
29
216
29
552
290
29
27
3.529
24.971
2.034
8.500
19.138
1.815
0.186
4.931
105
2. Prime Mission Equipment
LSI Prime Mission Equipment
Radiological Agent Detection Devices (Various)
Individual Protection Ensembles (Various)
Electronic TIC Monitor
Portable Chemical Detection System
Site Support Equipment
Personnel DECON System
Computer HW / Decision Support System
Early Warning System Upgrade
Government Prime Mission Equipment
Biological Agent Detection
Chemical Agent Detection
Battery Chargers
Portable Chemical Detector
Lightweight DECON System
Radiological Survey and Monitor
Individual DECON Kits (Various)
GOTS Site Support Equipment
JBAIDS Equipment
Systems Engineering
LSI Systems Engineering
Government System Engineering
6353
7709
7197
9493
9181
9158
3. Program Management Support
LSI Program Management
2498
6767
7325
Item No. 66 Page 12 of 16
14
Exhibit P-5, Weapon System Cost Analysis
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
P-1 Line Item Nomenclature:
(JS0500) CB INSTALLATION FORCE
PROTECTION PROGRAM
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
FY 04
FY 05
FY 06
FY 07
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
4943
4. Integration and Fielding
LSI Integration and Fielding
LSI Installation Evaluation Support
Government System Evaluation
2349
2386
4442
5. Logistics Support
LSI Contractor Logistics Support
Government Logistics Support
Initial Spares
5098
762
2645
7. Confirmatory Lab Equipment / Upgrades
Laboratory Equipment / Upgrades
Laboratory Operations
Date:
February 2005
Total Cost
Government Program Management
6. Building Collective Protection
LSI Collective Protection
Government Collective Protection
Weapon System Type:
6178
12
196
4189
3167
6887
21
199
11924
1277
4619
13358
4416
12
12
1113
368
3450
4295
2
1725
24445
7407
5606
3897
29
193
29
29
1151
351
14776
1713
6378
21
21
1164
353
33380
10188
7925
8357
8. Engineering Change Orders
264
462
638
9. Quality Assurance
397
693
957
91230
143793
184981
* Quantifying Medical Response Pharmaceuticals by
"each" presents an erroneous unit cost.
Pharmaceuticals are packaged by the numbers and
sizes of installations and the vast array of
pharmaceuticals required/procured.
CBDP equipment deliveries will be shown on P-5A
and P-21 exhibits of the respective programs.
TOTAL
Item No. 66 Page 13 of 16
15
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JS0500) CB INSTALLATION FORCE PROTECTION PROGRAM
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
LSI Integration and Fielding
FY 05
FY 06
FY 07
SAIC, Abingdon, MD
SAIC, Abingdon, MD
SAIC, Abingdon, MD
C/CPFF
Oct-04
Dec-04
12
195750
Yes
Oct-05
Nov-05
21
199476
Yes
C/CPIF
SMDC, Huntsville, AL
SMDC, Huntsville, AL
SMDC, Huntsville, AL
Oct-06
Nov-06
29
193310
Yes
SAIC, Abingdon, MD
C/CPIF
SMDC, Huntsville, AL
Oct-05
Mar-06
2
1725000
Yes
C/CPIF
Dec-03
Laboratory Equipment / Upgrades
FY 05
REMARKS:
CBIPP has a single Lead Systems Integrator (LSI) responsible for program execution and fielding. Equipment sets will be optimized to meet each installation's operational requirement and will leverage existing capabilities to the maximum extent possible. As a result, equipment sets will not be standardized. The
composition and numbers of components will vary by installation. The individual components and delivery dates for both LSI and Gov't furnished equipment cannot be accurately depicted until site surveys are accomplished. The currently specified total equipment requirement may change as site surveys are
completed and more information is gained.
The Installation protection Program is focused on providing permanent collective protection capability to support the sustainment and continued operations of mission critical functions. This collective protection consists of the following major components: CBRN Filtration System (Filters and Hardware); HVAC
System Modifications; Entry / Exit Vestibules; Limited Building Modifications. The actual number of required systems will vary depending on individual installation requirements. Costs for each system will vary based on the size and physical state of the existing HVAC system and building.
FY05-FY07 government supplied equipment delivers not depicted on the attached P5A and P21 exhibits. Government supplied equipment will be shown on the P5A and P21 exhibits of the respective programs providing the equipment.
Lead System Integrator (LSI) contract includes all funding provided to procure LSI provided items, site preparation, prime mission equipment, engineering support, integration and fielding, and logistics support.
Item No. 66 Page 14 of 16
16
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
(JS0500) CB INSTALLATION FORCE PROTECTION PROGRAM
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 04
COST ELEMENTS
LSI Integration and Fielding
M
F
R
FY
1
FY 05
S
E
R
V
PROC
QTY
Each
A
12
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
NAME/LOCATION
S
E
P
O
C
T
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
LEAD TIMES
MIN.
1-8-5
MAX.
UOM
1
SAIC, Abingdon, MD
1
3
5
E
2
SAIC, Abingdon, MD
1
1
2
N
O
V
A
Administrative
Number
A
U
G
Calendar Year 05
12
O
C
T
MFR
Fiscal Year 05
Calendar Year 04
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
2
2
2
2
2
2
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
TOTAL
Production
Prior 1 Oct
After 1 Oct
After 1 Oct
Initial / Reorder
0/0
0/0
3/2
3/2
Initial / Reorder
0/0
0/0
6/6
6/6
Item No. 66 Page 15 of 16
17
After 1 Oct
J
U
N
J
U
L
A
U
G
S
E
P
J
U
N
J
U
L
A
U
G
S
E
P
L
A
T
E
R
REMARKS
Lead System Integrator (LSI) integration and
fielding encompass all efforts performed by the LSI
contractor to include the delivery, integration, and
installation of CBRN protection equipment at DoD
installations.
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(JS0500) CB INSTALLATION FORCE PROTECTION PROGRAM
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 06
S
E
R
V
PROC
QTY
Each
FY 05
A
1
FY 06
1
FY 07
M
F
R
FY
Laboratory Equipment / Upgrades
2
LSI Integration and Fielding
LSI Integration and Fielding
COST ELEMENTS
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
2
2
A
A
21
21
A
A
29
29
O
C
T
MFR
Fiscal Year 07
Calendar Year 06
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
1
1
N
O
V
1
D
E
C
2
J
A
N
2
2
F
E
B
M
A
R
2
A
P
R
PRODUCTION RATES
NAME/LOCATION
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
A
3
3
3
3
3
3
3
3
3
2
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
2
2
M
A
Y
J
U
N
2
J
U
L
2
A
U
G
2
S
E
P
1
LEAD TIMES
MIN.
1-8-5
MAX.
UOM
1
SAIC, Abingdon, MD
1
3
5
E
2
SAIC, Abingdon, MD
1
1
2
TOTAL
Production
Prior 1 Oct
After 1 Oct
After 1 Oct
Initial / Reorder
0/0
0/0
3/2
3/2
Initial / Reorder
0/0
0/0
6/6
6/6
Item No. 66 Page 16 of 16
18
S
E
P
L
A
T
E
R
1
Administrative
Number
A
U
G
Calendar Year 07
After 1 Oct
S
E
P
REMARKS
Lead System Integrator (LSI) integration and
fielding encompass all efforts performed by the LSI
contractor to include the delivery, integration, and
installation of CBRN protection equipment at DoD
installations.
Exhibit P-21, Production Schedule
Budget Line Item #67
INDIVIDUAL PROTECTION
19
THIS PAGE INTENTIONALLY LEFT BLANK
20
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
February 2005
P-1 Item Nomenclature
(GP1000) INDIVIDUAL PROTECTION
Other Related Program Elements:
Prior Years
FY 2004
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
1067.7
106.0
133.4
97.2
102.5
104.4
94.2
95.1
66.0
Continuing
Continuing
1067.7
106.0
133.4
97.2
102.5
104.4
94.2
95.1
66.0
Continuing
Continuing
1067.7
106.0
133.4
97.2
102.5
104.4
94.2
95.1
66.0
Continuing
Continuing
Proc Qty
Gross Cost
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
DESCRIPTION: Program provides for protective masks, respiratory systems, and protective clothing. The Joint Service General Purpose Mask (JSGPM) is a lightweight, protective Nuclear Biological Chemical
(NBC) mask system. It incorporates state of the art technology to protect the Joint Forces from anticipated threats. The JSGPM will provide above-the-neck, head, eye/respiratory protection against Chemical
Biological (CB) agents, radioactive particles, and Toxic Industrial Materials (TIMs). The JSGPM mask system will replace the M40/M42 series (Army and Marine Corps), the MCU-2/P series (Air Force and Navy),
and the M45 mask in the Land Warrior program. The Protective Assessment Test System (PATS) is used to assess the fit of a mask to the individual. The Joint Service Mask Leakage Tester (JSMLT) is a portable,
unit-level device to determine proper fit and identify defective components of current and future protective masks. In the area of protective clothing: the JSLIST program will procure and field a common chemical
protective ensemble to replace all existing chemical biological suits in the Services' current inventory; and the Joint Protective Aircrew Ensemble (JPACE) will provide aviators with improvements in protection,
reduced heat stress in CB environments, and extended wear and service life. JPACE will be compatible with legacy aviation mask systems and co-developmental masks, such as the Joint Service Aircrew Mask
(JSAM). This operational capability will support all Services. JPACE is a Joint Service improved CB protective ensemble for aircrew to replace the Navy MK-1 undergarment, Army Aviator Battle Dress Uniform Battle Dress Overgarment (ABDU-BDO) system, and the Air Force CWU-66/P overgarment. The JSAM system is a lightweight, CB protective mask which can be worn as CB protection for all aircrew. The
warfighter's capability will be enhanced with the addition of anti-G features, the system with provide simultaneous CB and anti-G protection in high performance aircraft. The JSAM program includes two major
variants (Type I - Rotary Wing, and Type II - Fixed Wing), as well as the Integrated Helmet & Display Sighting System (IHADSS Type 1A) variant.
JUSTIFICATION: Operational forces across the continuum of global, contingency, special operations/low intensity conflict, counternarcotics, and other high risk missions have an immediate need to survive and
sustain operations in a CB threat environment. Individual protection is provided by means of masks, protective clothing, and aircrew respiratory systems and ensembles. The Joint NBC Defense program includes
individual protection equipment that both improves current protection levels and reduces the physiological and logistical burden on the individual soldier, sailor, airman or marine. The goal is to procure equipment
that will allow for the individual to operate in a contaminated CB environment with minimal degradation in his/her performance.
Item No. 67 Page 1 of 38
21
Exhibit P-40, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
P-1 Line Item Nomenclature:
(GP1000) INDIVIDUAL PROTECTION
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
FY 04
FY 05
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
JT SVC AIRCREW MASK (JSAM)
JOINT SERVICE GENERAL PURPOSE MASK
(JSGPM)
Weapon System Type:
13168
JOINT PROTECTIVE AIRCREW ENSEMBLE
(JPACE)
1824
7888
13325
27242
33959
17638
24131
24801
8164
6343
4883
JOINT SERVICE MASK LEAKAGE TESTER
(JSMLT)
INDIVIDUAL PROTECTION (IP) ITEMS LESS
THAN $5M
19184
PROTECTIVE CLOTHING
73654
93282
37643
30956
106006
133409
97183
102487
TOTAL
1000
Item No. 67 Page 2 of 38
22
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
Prior Years
FY 2004
FY 2005
February 2005
P-1 Item Nomenclature
(JI0002) JT SVC AIRCREW MASK (JSAM)
Other Related Program Elements:
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
Proc Qty
550
3699
10760
20787
11685
3710
Continuing
Continuing
Gross Cost
1.8
7.9
21.0
42.9
33.0
10.1
Continuing
Continuing
1.8
7.9
21.0
42.9
33.0
10.1
Continuing
Continuing
1.8
7.9
21.0
42.9
33.0
10.1
Continuing
Continuing
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The Joint Service Aircrew Mask (JSAM) system is a lightweight, CB protective mask which can be worn as CB protection for all aircrew. The warfighter's
capability will be enhanced with the addition of anti-G features, the system will provide simultaneous CB and anti-G protection in high performance aircraft. Commonality
between and within services is currently non-existent. The Army needed to re-design the M-45 mask to provide CB protection to Apache aircrews. The current Air Force and
Navy CB protective masks are not capable of providing anti-G protection. JSAM will be compatible with existing CB ensembles and life support equipment. JSAM is
targeted to provide combined capability to enable the warfighter of the 21st century to fulfill full mission requirements. The JSAM program includes two major variants (Type
I - Rotary Wing, and Type II - Fixed Wing), as well as the Integrated Helmet & Display Sighting System (IHADSS Type 1A) variant.
DESCRIPTION:
JUSTIFICATION:
FY06 funding supports procurement of 550 JSAM (IHADSS) systems.
Item No. 67 Page 3 of 38
23
Exhibit P-40, Budget Item Justification Sheet
Date:
Exhibit P-40C, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
0603884BP/Proj IP4; 0604384BP/Proj IP5
B
February 2005
P-1 Item Nomenclature
(JI0002) JT SVC AIRCREW MASK (JSAM)
Other Related Program Elements:
RDT&E Code B Item
The JSAM system is a lightweight, CB protective mask which can be worn as CB protection for all aircrew. The warfighter's capability will be enhanced with the addition of
anti-G features, the system will provide simultaneous CB and anti-G protection in high performance aircraft. JSAM will be compatible with existing CB ensembles and life
support equipment. JSAM is targeted to provide combined capability to enable the warfighter of the 21st century to fulfill full mission requirements.
RDT&E FY03 and Prior - 34.4M; FY04 - 12.0M; FY05 - 12.1M; FY06 - 14.8M; FY07 - 14.5M; FY08 - 9.6M
DEVELOPMENT/TEST STATUS AND MAJOR MILESTONES
START
COMPLETE
Milestone C (Full Rate Production Decision) - Type I (Rotary) & Type 1a (Apache) variants
Production
Initial Operational Capability
1Q FY07
2Q FY07
3Q FY07
1Q FY07
4Q FY11
3Q FY07
Item No. 67 Page 4 of 38
24
Exhibit P-40C, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
P-1 Line Item Nomenclature:
(JI0002) JT SVC AIRCREW MASK (JSAM)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
JSAM
JSAM Integrated Helmet & Display Sighting System
(IHADSS Type 1A) Variant
B
JSAM Type I Variant
Engineering Support
System Fielding Support (Total Package Fielding,
First Destination Transportation, New Equipment
Training)
B
1186
TOTAL
Item No. 67 Page 5 of 38
25
550
2.156
2470
1149
2.150
4727
472
219
2550
1.854
548
90
1824
7888
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JI0002) JT SVC AIRCREW MASK (JSAM)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Spec/TDP
Avail
Now?
Date
Revsn
Avail
Date
Delivery
Each
$
Jun-06
Aug-06
550
2156
Yes
Dec-04
Jan-07
Mar-07
1149
2150
Yes
Aug-04
Jan-07
Feb-07
2550
1854
Yes
Aug-04
RFP Issue
Date
JSAM Integrated Helmet & Display Sighting
System (IHADSS Type 1A) Variant
FY 06
FY 07
AVOX, Lancaster, NY
AVOX, Lancaster, NY
OPT/1
Brooks, City-Base, TX
Brooks, City-Base, TX
AVOX, Lancaster, NY
C/FPI
Brooks, City-Base, TX
C/FPI
JSAM Type I Variant
FY 07
REMARKS:
Item No. 67 Page 6 of 38
26
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
Date:
Exhibit P21, Production Schedule
(JI0002) JT SVC AIRCREW MASK (JSAM)
February 2005
Fiscal Year 06
FY
COST ELEMENTS
M
F
R
JSAM Integrated Helmet & Display Sighting System
1
FY 06
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
A
550
550
Fiscal Year 07
Calendar Year 06
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
Calendar Year 07
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
91
91
91
91
91
95
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
JSAM Integrated Helmet & Display Sighting System
1
FY 07
A
1149
1149
A
9
200
400
400
100
40
JSAM Type I Variant
1
FY 07
A
642
642
A
39
75
88
88
88
88
88
88
JSAM Type I Variant
1
FY 07
AF
640
640
A
37
75
88
88
88
88
88
88
JSAM Type I Variant
1
FY 07
MC
634
634
A
37
75
87
87
87
87
87
87
JSAM Type I Variant
1
FY 07
N
634
634
A
37
75
87
87
87
87
87
87
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
MFR
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
1
NAME/LOCATION
AVOX, Lancaster, NY
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
MIN.
1-8-5
MAX.
UOM
90
900
1080
E
D
E
C
TOTAL
After 1 Oct
After 1 Oct
After 1 Oct
0/0
8/3
3/3
11 / 6
Item No. 67 Page 7 of 38
REMARKS
Production
Prior 1 Oct
Initial / Reorder
27
N
O
V
L
A
T
E
R
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
Prior Years
Proc Qty
Gross Cost
February 2005
P-1 Item Nomenclature
(JI0003) JOINT SERVICE GENERAL PURPOSE MASK (JSGPM)
Other Related Program Elements:
FY 2004
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
14491
65861
190000
266000
337756
262740
368779
362396
Continuing
Continuing
13.2
13.3
27.2
34.0
43.4
34.5
48.0
48.1
Continuing
Continuing
13.2
13.3
27.2
34.0
43.4
34.5
48.0
48.1
Continuing
Continuing
13.2
13.3
27.2
34.0
43.4
34.5
48.0
48.1
Continuing
Continuing
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The JSGPM is a lightweight, protective Nuclear Biological Chemical mask system. It incorporates state of the art technology to protect US Joint Forces from
anticipated threats. The JSGPM will provide above-the-neck, head, eye/respiratory protection against Chemical Biological (CB) agents, radioactive particles, and Toxic
Industrial Materials (TIMs) as specified in the Joint Service Operational Requirements Document (JSORD), dated September 1998. The mask design will be optimized to
minimize impact on the wearer's performance, and to maximize its ability to interface with fielded and future Joint Service equipment and protective clothing. The JSGPM
mask system is being developed to replace the M40/M42 series of masks for Army and Marine ground and combat vehicle operations, and the MCU-2/P series for Air Force
and Navy ground and shipboard applications. In addition, the JSGPM will replace the M45 mask in the Land Warrior program. This will significantly reduce the number of
masks that will have to be logistically supported by the Department of Defense. The Improved Protective Mask (IPM) will be used for counterproliferation missions and the
Joint Service Chemical Environment Survivability Mask (JSCESM) for SOCCOM, U.S. Air Force and U.S. Navy missions. The JSCESM is a one size fits all, lightweight,
and disposable mask that provides 2-8 hours of respiratory and face protection against vapor and aerosol CB agents in low levels of contamination.
DESCRIPTION:
JUSTIFICATION:
FY06 funds support procurement of the 10,800 Combat Vehicle Crewman (CVC) JSGPM, 109,200 JSGPM Ground /Ship and 70,000 JSCESM.
Item No. 67 Page 8 of 38
28
Exhibit P-40, Budget Item Justification Sheet
Date:
Exhibit P-40C, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
0603884BP/Proj IP4; 0604384BP/Proj IP5
B
February 2005
P-1 Item Nomenclature
(JI0003) JOINT SERVICE GENERAL PURPOSE MASK (JSGPM)
Other Related Program Elements:
RDT&E Code B Item
The JSGPM is a lightweight, protective Nuclear Biological Chemical mask system. It incorporates state of the art technology to protect US Joint Forces from anticipated
threats. The JSGPM will provide above-the-neck, head, eye/respiratory protection against Chemical Biological (CB) agents, radioactive particles, Toxic Industrial Materials
(TIMs) and Toxic Industrial Chemicals (TICs). The Joint Service Chemical Environment Survivability Mask (JSCESM) is a one size fits all, lightweight, and disposable mask
that provides provides 2-8 hours of respiratory and face protection against vapor and aerosol CB agents in low levels of contamination.
RDT&E FY03 and Prior - 48.7M; FY04 - 14.4M; FY05 - 2.9M
DEVELOPMENT/TEST STATUS AND MAJOR MILESTONES
START
COMPLETE
Conduct System Demonstration
Documentation for Developmental Testing (DT) and Operational Testing (OT) Test
Developmental Testing (DT) Production Qualification Testing (PQT)
Initial Evaluation Report
Limited User Test (LUT)
Milestone C Low Rate Initial Production (LRIP) JSGPM
Production Contract Award
Material Release
Full Rate Production (FRP) Review
Multiservices Operational Test and Evaluation (MOT&E) with Production Representative Articles
First Unit Equipped (FUE)/Initial Operational Capability (IOC)
3Q FY02
3Q FY02
3Q FY04
1Q FY05
4Q FY04
2Q FY05
3Q FY05
2Q FY06
2Q FY06
2Q FY06
4Q FY06
2Q FY05
4Q FY04
2Q FY05
2Q FY05
1Q FY05
2Q FY05
3Q FY05
3Q FY06
2Q FY06
2Q FY06
4Q FY06
Item No. 67 Page 9 of 38
29
Exhibit P-40C, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
JSGPM
JSGPM (Ground/Ship) Hardware
Engineering Support
First Article Test (FAT)
IOT&E
System Fielding Support (Total Package
Fielding(TPF), First Destination Transportation
(FDT) & New Equipment Training NET))
Initial Spares (System Fielding Support)
B
Improved Protective Mask (IPM)
System Fielding Support (Initial Spares)
A
M40A1 Mask
M40A1 Mask for GWOT
M40A1 Mask components for GWOT
M40A1 Mask System Fielding Support (TPF,
FDT & NET)
TOTAL
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
B
JSGPM (Combat Vehicle) Hardware
Engineering Support
System Fielding Support (TPF, FDT & NET)
Initial Spares (System Fielding Support)
JSCESM
JSCESM Hardware
Engineering Support
System Fielding Support (TPF, FDT & NET)
P-1 Line Item Nomenclature:
(JI0003) JOINT SERVICE GENERAL
PURPOSE MASK (JSGPM)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
6020
2798
400
0.102
11138
3037
109200
0.102
18194
2831
200
1640
905
1223
1300
1120
1700
1017
300
50
288
4040
628
59029
6832
0.149
178370
0.102
1652
250
50
380
10800
0.153
2698
17630
0.153
6720
280
70
70000
0.096
6930
308
75
70000
0.099
840
112
B
A
2834
4441
1225
13168
14491
0.196
13325
Item No. 67 Page 10 of 38
30
27242
33959
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JI0003) JOINT SERVICE GENERAL PURPOSE MASK (JSGPM)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
JSGPM (Ground/Ship) Hardware
FY 05
FY 06
FY 07
AVON Protection Systems,
Cadillac, MI
AVON Protection Systems,
Cadillac, MI
AVON Protection Systems,
Cadillac, MI
C/FFP OPT/2
RDECOM, APG, MD
Apr-05
Jan-06
59029
102
Yes
C/FFP OPT/3
RDECOM, APG, MD
Mar-06
May-06
109200
102
Yes
C/FFP OPT/3
RDECOM, APG, MD
Mar-07
May-07
178370
102
Yes
AVON Protection Systems,
Cadillac, MI
AVON Protection Systems,
Cadillac, MI
AVON Protection Systems,
Cadillac, MI
C/FFP OPT/2
RDECOM, APG, MD
Apr-05
Apr-06
6832
149
Yes
C/FFP OPT/3
RDECOM, APG, MD
Mar-06
Sep-06
10800
153
Yes
C/FFP OPT/3
RDECOM, APG, MD
Jun-07
Sep-07
17630
153
Yes
C/FFP
RDECOM, APG, MD
RDECOM, APG, MD
Jan-06
May-06
70000
96
Yes
Nov-06
Jan-07
70000
99
Yes
JSGPM (Combat Vehicle) Hardware
FY 05
FY 06
FY 07
JSCESM Hardware
FY 06
FY 07
TBS
TBS
C/FFP OPT/1
REMARKS:
Item No. 67 Page 11 of 38
31
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
(JI0003) JOINT SERVICE GENERAL PURPOSE MASK (JSGPM)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 04
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
Fiscal Year 05
Calendar Year 04
Calendar Year 05
L
A
T
E
R
M
F
R
FY
JSGPM (Ground/Ship) Hardware
1
FY 05
A
9061
9061
A
9061
JSGPM (Ground/Ship) Hardware
1
FY 05
AF
17058
17058
A
17058
COST ELEMENTS
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
JSGPM (Ground/Ship) Hardware
1
FY 05
MC
15852
15852
A
15852
JSGPM (Ground/Ship) Hardware
1
FY 05
N
17058
17058
A
17058
JSGPM (Combat Vehicle) Hardware
1
FY 05
A
5626
5626
A
5626
JSGPM (Combat Vehicle) Hardware
1
FY 05
MC
1206
1206
A
1206
O
C
T
MFR
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
NAME/LOCATION
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
N
O
V
D
E
C
J
A
N
F
E
B
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
AVON Protection Systems, Cadillac, MI
5000
20000
30000
E
Initial / Reorder
0/0
6/5
10 / 3
16 / 8
2
TBS
5000
10000
25000
E
Initial / Reorder
0/0
3/1
5/3
8/4
32
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
REMARKS
Production
1
Item No. 67 Page 12 of 38
M
A
R
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(JI0003) JOINT SERVICE GENERAL PURPOSE MASK (JSGPM)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 06
S
E
R
V
PROC
QTY
Each
M
F
R
FY
JSGPM (Ground/Ship) Hardware
1
FY 05
A
9061
JSGPM (Ground/Ship) Hardware
1
FY 05
AF
17058
COST ELEMENTS
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
Fiscal Year 07
Calendar Year 06
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
9061
1311
1500
1500
1500
1500
1500
250
17058
1308
2500
3000
3000
3000
2500
1750
A
U
G
Calendar Year 07
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
L
A
T
E
R
JSGPM (Ground/Ship) Hardware
1
FY 05
MC
15852
15852
1308
2500
3000
1794
3000
2500
1750
JSGPM (Ground/Ship) Hardware
1
FY 05
N
17058
17058
1308
2500
3000
3000
3000
2500
1750
JSGPM (Combat Vehicle) Hardware
1
FY 05
A
5626
5626
5626
JSGPM (Combat Vehicle) Hardware
1
FY 05
MC
1206
1206
1206
JSGPM (Ground/Ship) Hardware
1
FY 06
A
17300
17300
A
2500
1500
1500
1500
1500
1500
1500
1500
1500
1500
1300
JSGPM (Ground/Ship) Hardware
1
FY 06
AF
30640
30640
A
2500
2834
2834
2834
2834
2834
2834
2834
2834
2834
2634
JSGPM (Ground/Ship) Hardware
1
FY 06
MC
30630
30630
A
2500
2833
2833
2833
2833
2833
2833
2833
2833
2833
2633
JSGPM (Ground/Ship) Hardware
1
FY 06
N
30630
30630
A
2500
2833
2833
2833
2833
2833
2833
2833
2833
2833
2633
JSGPM (Combat Vehicle) Hardware
1
FY 06
A
10800
10800
A
JSCESM Hardware
2
FY 06
A
23330
23330
A
1666
3333
3333
3333
3333
3333
3333
1666
JSCESM Hardware
2
FY 06
AF
23340
23340
A
1668
3334
3334
3334
3334
3334
3334
1668
JSCESM Hardware
2
FY 06
N
23330
23330
A
1666
3333
3333
3333
3333
3333
3333
1666
JSGPM (Ground/Ship) Hardware
1
FY 07
A
26751
26751
A
3751
2750
2750
2500
15000
JSGPM (Ground/Ship) Hardware
1
FY 07
AF
50541
50541
A
3750
4083
4084
4500
34124
JSGPM (Ground/Ship) Hardware
1
FY 07
MC
50539
50539
A
3750
4083
4083
4500
34123
JSGPM (Ground/Ship) Hardware
1
FY 07
N
50539
50539
A
3750
4083
4083
4500
34123
M
A
Y
J
U
N
J
U
L
A
U
G
O
C
T
MFR
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
10800
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
NAME/LOCATION
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
N
O
V
D
E
C
J
A
N
F
E
B
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
AVON Protection Systems, Cadillac, MI
5000
20000
30000
E
Initial / Reorder
0/0
6/5
10 / 3
16 / 8
2
TBS
5000
10000
25000
E
Initial / Reorder
0/0
3/1
5/3
8/4
33
A
P
R
S
E
P
REMARKS
Production
1
Item No. 67 Page 13 of 38
M
A
R
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(JI0003) JOINT SERVICE GENERAL PURPOSE MASK (JSGPM)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 06
COST ELEMENTS
M
F
R
FY
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
Fiscal Year 07
Calendar Year 06
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
Calendar Year 07
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
JSGPM (Combat Vehicle) Hardware
1
FY 07
A
17630
17630
JSCESM Hardware
2
FY 07
A
23330
23330
A
1666
3333
3333
3333
3333
3333
3333
1666
A
17630
JSCESM Hardware
2
FY 07
AF
23340
23340
A
1668
3334
3334
3334
3334
3334
3334
1668
JSCESM Hardware
2
FY 07
N
23330
23330
A
1666
3333
3333
3333
3333
3333
3333
1666
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
O
C
T
MFR
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
NAME/LOCATION
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
N
O
V
D
E
C
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
AVON Protection Systems, Cadillac, MI
5000
20000
30000
E
Initial / Reorder
0/0
6/5
10 / 3
16 / 8
2
TBS
5000
10000
25000
E
Initial / Reorder
0/0
3/1
5/3
8/4
34
S
E
P
REMARKS
Production
1
Item No. 67 Page 14 of 38
S
E
P
L
A
T
E
R
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(JI0003) JOINT SERVICE GENERAL PURPOSE MASK (JSGPM)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 08
S
E
R
V
PROC
QTY
Each
M
F
R
FY
JSGPM (Ground/Ship) Hardware
1
FY 07
A
26751
JSGPM (Ground/Ship) Hardware
1
FY 07
AF
50541
JSGPM (Ground/Ship) Hardware
1
FY 07
MC
50539
JSGPM (Ground/Ship) Hardware
1
FY 07
N
50539
COST ELEMENTS
MFR
ACCEP
PRIOR
TO
1 OCT
Fiscal Year 09
Calendar Year 08
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
11751
15000
2500
2500
2500
2500
2500
2500
16417
34124
4500
4500
4500
5152
5152
5152
5168
16416
34123
4500
4500
4500
5152
5152
5152
5167
16416
34123
4500
4500
4500
5152
5152
5152
5167
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
LEAD TIMES
Administrative
Number
NAME/LOCATION
Calendar Year 09
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
AVON Protection Systems, Cadillac, MI
5000
20000
30000
E
Initial / Reorder
0/0
6/5
10 / 3
16 / 8
2
TBS
5000
10000
25000
E
Initial / Reorder
0/0
3/1
5/3
8/4
35
REMARKS
Production
1
Item No. 67 Page 15 of 38
L
A
T
E
R
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
Prior Years
Proc Qty
Gross Cost
FY 2004
February 2005
P-1 Item Nomenclature
(JI0015) JOINT PROTECTIVE AIRCREW ENSEMBLE (JPACE)
Other Related Program Elements:
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
26649
37404
38408
57798
75179
19842
12690
Continuing
Continuing
17.6
24.1
24.8
35.1
12.1
14.0
7.7
Continuing
Continuing
17.6
24.1
24.8
35.1
12.1
14.0
7.7
Continuing
Continuing
17.6
24.1
24.8
35.1
12.1
14.0
7.7
Continuing
Continuing
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The Joint Protective Aircrew Ensemble (JPACE) garment will provide protection from Chemical/Biological (CB) warfare agents, radiological particles, and
toxic industrial materials to aircrew of all military services and special forces. The JPACE garment ensemble will be used in conjunction with above-the-neck, individual
head-eye-respiratory protection by rotary wing, fixed wing aircraft and combat vehicle personnel. JPACE will allow aircrew and combat crew to fly throughout their operating
envelope in an actual or perceived CB warfare environment. The ensemble will be able to perform all normal and emergency procedures, both in-flight and on the ground. It
will provide the ability to fully exploit combat capabilities in a CB environment while reducing heat stress induced by existing aircrew CB garments. JPACE replaces the
Navy MK-1 undergarment, the Army Aviator Battle Dress Uniform - Battle Dress Overgarment (ABDU-BDO) system, and the Air Force CWU-66/P overgarment. JPACE
will provide aviators with improvements in protection, reduced heat stress in CB environments, and extended wear and service life. This operational capability will support all
Services.
DESCRIPTION:
JUSTIFICATION:
FY06 program continues procurement of 37,404 JPACE suits for all Services.
Item No. 67 Page 16 of 38
36
Exhibit P-40, Budget Item Justification Sheet
Date:
Exhibit P-40C, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
0604384BP/Proj IP5
B
February 2005
P-1 Item Nomenclature
(JI0015) JOINT PROTECTIVE AIRCREW ENSEMBLE (JPACE)
Other Related Program Elements:
RDT&E Code B Item
The Joint Protective Aircrew Ensemble (JPACE) garment will provide protection from Chemical/Biological (CB) warfare agents, radiological particles, and toxic industrial
materials to aircrew of all military services and special forces. JPACE replaces the Navy MK-1 undergarment, the Army Aviator Battle Dress Uniform - Battle Dress
Overgarment (ABDU-BDO) system, and the Air Force CWU-66/P overgarment. JPACE will provide aviators with improvements in protection, reduced heat stress in CB
environments, and extended wear and service life. This operational capability will support all Services.
RDT&E FY03 and Prior - 18.6M; FY04 - 6.4M; FY05 - 3.5M
DEVELOPMENT/TEST STATUS AND MAJOR MILESTONES
START
COMPLETE
Developmental Testing - DT IIB
Pattern Finalization
Developmental Test - Durability Testing
Developmental Testing - Combined Developmental Testing (DT)/Operational Testing (OT) Assessment
Milestone C - Low Rate Initial Production (LRIP)
Independent Operational Testing
MS C Full Rate Production (FRP) Decision
4Q FY02
2Q FY03
3Q FY03
4Q FY03
2Q FY05
3Q FY05
4Q FY05
1Q FY03
4Q FY04
4Q FY04
4Q FY04
2Q FY05
2Q FY06
4Q FY05
Item No. 67 Page 17 of 38
37
Exhibit P-40C, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
JPACE LRIP
JPACE - Production Contract
Engineering Support (Gov't)/Technical Support
Quality Assurance (Gov't)
TOTAL
P-1 Line Item Nomenclature:
(JI0015) JOINT PROTECTIVE AIRCREW
ENSEMBLE (JPACE)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
B
A
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
367
15383
1431
457
620
26029
17638
Item No. 67 Page 18 of 38
38
0.592
0.591
22106
1525
500
24131
37404
0.591
22699
1602
500
38408
0.591
24801
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JI0015) JOINT PROTECTIVE AIRCREW ENSEMBLE (JPACE)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
JPACE LRIP
FY 05
620
592
No
Jul-05
26029
591
No
Jan-06
Mar-06
37404
591
Yes
Nov-06
Jan-07
38408
591
Yes
Creative Apparel, Belfast,
ME
C/FFP OPT /3
NAWCAD, Patuxent
River, MD
Mar-05
May-05
Creative Apparel, Belfast,
ME
Creative Apparel, Belfast,
ME
Creative Apparel, Belfast,
ME
C/FFP OPT/3
NAWCAD, Patuxent
River, MD
NAWCAD, Patuxent
River, MD
NAWCAD, Patuxent
River, MD
Mar-05
JPACE - Production Contract
FY 05
FY 06
FY 07
C/FFP OPT/4
C/FFP OPT/5
REMARKS:
Item No. 67 Page 19 of 38
39
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
(JI0015) JOINT PROTECTIVE AIRCREW ENSEMBLE (JPACE)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 04
COST ELEMENTS
M
F
R
FY
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
Fiscal Year 05
Calendar Year 04
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
J
U
L
A
U
G
S
E
P
L
A
T
E
R
Calendar Year 05
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
JPACE LRIP
1
FY 05
J
620
620
A
JPACE - Production Contract
1
FY 05
A
6468
6468
A
804
941
941
3782
JPACE - Production Contract
1
FY 05
AF
6663
6663
A
803
936
936
3988
JPACE - Production Contract
1
FY 05
MC
6449
6449
A
803
936
936
3774
JPACE - Production Contract
1
FY 05
N
6449
6449
A
803
936
936
3774
J
U
L
A
U
G
S
E
P
O
C
T
MFR
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
1
NAME/LOCATION
Creative Apparel, Belfast, ME
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
MIN.
1-8-5
MAX.
UOM
300
4500
6000
E
D
E
C
J
A
N
F
E
B
TOTAL
After 1 Oct
After 1 Oct
After 1 Oct
0/0
5/3
3/3
8/6
Item No. 67 Page 20 of 38
M
A
R
A
P
R
M
A
Y
J
U
N
REMARKS
Production
Prior 1 Oct
Initial / Reorder
40
N
O
V
620
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(JI0015) JOINT PROTECTIVE AIRCREW ENSEMBLE (JPACE)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 06
S
E
R
V
M
F
R
FY
JPACE - Production Contract
1
FY 05
A
JPACE - Production Contract
1
FY 05
AF
COST ELEMENTS
PROC
QTY
Each
Fiscal Year 07
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
L
A
T
E
R
Calendar Year 06
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
6468
2686
3782
936
936
936
974
6663
2675
3988
936
936
936
1180
J
A
N
F
E
B
Calendar Year 07
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
JPACE - Production Contract
1
FY 05
MC
6449
2675
3774
936
936
936
966
JPACE - Production Contract
1
FY 05
N
6449
2675
3774
936
936
936
966
JPACE - Production Contract
1
FY 06
A
9356
9356
A
555
805
805
1055
1055
1055
1055
1055
1055
861
JPACE - Production Contract
1
FY 06
AF
9356
9356
A
555
805
805
1055
1055
1055
1055
1055
1055
861
JPACE - Production Contract
1
FY 06
MC
9356
9356
A
555
805
805
1055
1055
1055
1055
1055
1055
861
JPACE - Production Contract
1
FY 06
N
9336
9336
A
555
805
805
1055
1055
1055
1055
1055
1035
861
JPACE - Production Contract
1
FY 07
A
9602
9602
A
1055
1055
1055
1055
1055
1055
857
805
805
805
JPACE - Production Contract
1
FY 07
AF
9602
9602
A
1055
1055
1055
1055
1055
1055
857
805
805
805
JPACE - Production Contract
1
FY 07
MC
9602
9602
A
1055
1055
1055
1055
1055
1055
857
805
805
805
JPACE - Production Contract
1
FY 07
N
9602
9602
A
1055
1055
1055
1055
1055
1055
857
805
805
805
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
MFR
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
1
NAME/LOCATION
Creative Apparel, Belfast, ME
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
MIN.
1-8-5
MAX.
UOM
300
4500
6000
E
D
E
C
TOTAL
After 1 Oct
After 1 Oct
After 1 Oct
0/0
5/3
3/3
8/6
Item No. 67 Page 21 of 38
REMARKS
Production
Prior 1 Oct
Initial / Reorder
41
N
O
V
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(JI0015) JOINT PROTECTIVE AIRCREW ENSEMBLE (JPACE)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 08
S
E
R
V
M
F
R
FY
JPACE - Production Contract
1
FY 07
A
JPACE - Production Contract
1
FY 07
AF
JPACE - Production Contract
1
FY 07
MC
JPACE - Production Contract
1
FY 07
N
COST ELEMENTS
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
9602
8797
805
805
9602
8797
805
805
9602
8797
805
805
9602
8797
805
805
O
C
T
MFR
Fiscal Year 09
Calendar Year 08
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
PRODUCTION RATES
LEAD TIMES
Administrative
Number
1
NAME/LOCATION
Creative Apparel, Belfast, ME
Calendar Year 09
MIN.
1-8-5
MAX.
UOM
300
4500
6000
E
After 1 Oct
After 1 Oct
After 1 Oct
0/0
5/3
3/3
8/6
Item No. 67 Page 22 of 38
REMARKS
Production
Prior 1 Oct
Initial / Reorder
42
TOTAL
L
A
T
E
R
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
Prior Years
P-1 Item Nomenclature
(JSM001) JOINT SERVICE MASK LEAKAGE TESTER (JSMLT)
Other Related Program Elements:
FY 2004
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
2299
240
182
113
118
108
3060
9.5
19.2
8.2
6.3
4.9
5.0
4.8
57.8
9.5
19.2
8.2
6.3
4.9
5.0
4.8
57.8
9.5
19.2
8.2
6.3
4.9
5.0
4.8
57.8
Proc Qty
Gross Cost
February 2005
FY 2010
FY 2011
To Complete
Total Prog
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
DESCRIPTION: The Joint Service Mask Leakage Tester (JSMLT) is a joint level program among the Air Force, Navy, and Marine Corps. The JSMLT is a Commercial off-the-shelf (COTS) item. JSMLT will be a
portable, unit level device that is one-man transportable, capable of determining proper fit and identifying defective or unserviceable components of current and future negative pressure NBC protective masks. The
JSMLT alleviates the need for five different test devices (M14 Mask Leakage Tester, M4A1 Outlet Valve Leakage Tester, Q204 Drink Train Leakage Tester, Q179 Drink Train/Quick Disconnect Leakage Tester, and
Q79A1 Air Flow Leakage Tester). Operating forces currently lack the capability to verify their Preventative Maintenance and Checks and Services (PMCS) on negative pressure NBC protective masks at the unit
level. Currently, only the Joint NBC Defense Equipment Assessment Units possess the equipment necessary to verify PMCS. As a result, unacceptable numbers of masks do not receive correct PMCS and the
readiness of operating forces is severely hampered. JSMLT will give the operating forces the ability to check whether masks are receiving the proper PMCS and will greatly increase the confidence of commanders in
their masks. The ability to verify PMCS will also ensure that the lives of warfighters are not unnecessarily compromised. It will also promote greater awareness of proper PMCS, and therefore, have a positive impact
on operating force readiness.
The M41 Protective Assessment Test System (PATS) is a Non-Development Item (NDI) which consists of a portable instrument designed to provide the soldier with a simple and accurate means of validating the face
piece of the protective mask. Measuring approximately 220 cubic inches in size and 4 pounds in weight, the PATS uses a miniature condensation nucleus counter (CNC). The CNC operates by continuously sampling
and counting individual particles that occur naturally in the surrounding air. The PATS measures the concentration of these particles both inside and outside the mask and from these values calculates a fit factor (FF),
a measure of the quality of the face-seal. The PATS provides US combat forces a system to assure NBC protective masks are properly sized and fitted. The system provides indication of fit factor for man-mask
interface and indication of respiratory protection for safe mask use under conditions of NBC contamination.
JUSTIFICATION: FY06 funding will procure 182 JSMLT. The TDA-99M, which meets the JSMLT requirements is currently available as a COTS item, has contractor logistics support, and is on the GSA
schedule.
.
Item No. 67 Page 23 of 38
43
Exhibit P-40, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
P-1 Line Item Nomenclature:
(JSM001) JOINT SERVICE MASK
LEAKAGE TESTER (JSMLT)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
Weapon System Type:
Date:
February 2005
PRIOR
Total Cost
Qty
Unit Cost
$000
Each
$000
JSMLT
JSMLT Systems
Engineering Support (Gov't)
First Article Test (FAT)
Quality Assurance (Gov't)
System Fielding Support (Total Package Fielding,
First Destination Transportation & New
Equipment Training)
A
578
1085
500
650
358
30
19.267
M41 PATS
Engineering Support (Gov't)
System Fielding Support
A
6000
250
38
1000
6.000
TOTAL
9459
Item No. 67 Page 24 of 38
44
Exhibit P-5, Weapon System Cost Analysis
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
P-1 Line Item Nomenclature:
(JSM001) JOINT SERVICE MASK
LEAKAGE TESTER (JSMLT)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
JSMLT
JSMLT Systems
Engineering Support (Gov't)
First Article Test (FAT)
Quality Assurance (Gov't)
System Fielding Support (Total Package Fielding,
First Destination Transportation & New
Equipment Training)
A
M41 PATS
Engineering Support (Gov't)
System Fielding Support
A
TOTAL
384
803
19
20.211
85
14041
2406
1465
19184
2280
4843
2069
25
240
20.179
3672
1238
182
20.176
2280
1218
1227
1433
1385
8164
6343
4883
113
20.177
6.158
Item No. 67 Page 25 of 38
45
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JSM001) JOINT SERVICE MASK LEAKAGE TESTER (JSMLT)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
JSMLT Systems
FY 04
FY 05
FY 06
FY 07
Air Techniques
International, Owing, Mills,
MD
Air Techniques
International, Owing, Mills,
MD
Air Techniques
International, Owing, Mills,
MD
Air Techniques
International, Owing, Mills,
MD
C/FFP OPT/1
MCSC, Quantico, VA
Sep-04
Dec-04
19
20211
Yes
C/FFP
MCSC, Quantico, VA
Jan-05
Mar-05
240
20179
Yes
C/FFP OPT/1
MCSC, Quantico, VA
Oct-05
Jan-06
182
20176
Yes
C/FFP OPT/2
MCSC, Quantico, VA
Oct-06
Jan-07
113
20177
Yes
TACOM, Rock Island, IL
Mar-04
Jul-04
2280
6158
Yes
M41 PATS
FY 04
REMARKS:
TSI Inc., Shoreview, MN
C/FFP
This delivery order is issued under the terms and conditions of the long term requirements contract DAAE20-03-D-0039 for M41 PATS. Earlier delivery will be acceptable.
Item No. 67 Page 26 of 38
46
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
(JSM001) JOINT SERVICE MASK LEAKAGE TESTER (JSMLT)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 04
COST ELEMENTS
M
F
R
FY
S
E
R
V
PROC
QTY
Each
JSMLT Systems
1
FY 03
J
30
M41 PATS
2
FY 03
A
1000
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
700
300
Fiscal Year 05
Calendar Year 04
O
C
T
N
O
V
D
E
C
100
100
100
J
A
N
F
E
B
30
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
Calendar Year 05
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
1
FY 04
AF
7
7
A
2
2
3
JSMLT Systems
1
FY 04
MC
6
6
A
2
2
2
JSMLT Systems
1
FY 04
N
6
6
A
2
2
2
M41 PATS
2
FY 04
A
2280
2280
290
290
250
JSMLT Systems
1
FY 05
AF
100
100
A
20
20
20
20
20
JSMLT Systems
1
FY 05
MC
70
70
A
15
15
15
15
10
JSMLT Systems
1
FY 05
N
70
70
A
15
15
15
15
10
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
290
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
NAME/LOCATION
290
A
U
G
290
S
E
P
290
O
C
T
LEAD TIMES
Administrative
Number
S
E
P
A
U
G
S
E
P
30
JSMLT Systems
MFR
A
U
G
L
A
T
E
R
290
N
O
V
D
E
C
J
A
N
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
Air Techniques International, Owing, Mills, MD
10
50
75
E
Initial / Reorder
0/0
11 / 3
4/3
15 / 6
2
TSI Inc., Shoreview, MN
150
290
342
E
Initial / Reorder
2/2
5/5
5/5
10 / 10
47
REMARKS
Production
1
Item No. 67 Page 27 of 38
F
E
B
After 1 Oct
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(JSM001) JOINT SERVICE MASK LEAKAGE TESTER (JSMLT)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 06
S
E
R
V
PROC
QTY
Each
FY 06
AF
FY 06
MC
FY 06
M
F
R
FY
JSMLT Systems
1
JSMLT Systems
1
JSMLT Systems
1
COST ELEMENTS
ACCEP
PRIOR
TO
1 OCT
Fiscal Year 07
Calendar Year 06
BAL
DUE
AS OF
1 OCT
O
C
T
110
110
30
30
N
42
42
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
A
10
20
20
20
20
20
A
5
5
5
5
5
5
A
7
7
7
7
7
7
J
U
L
A
U
G
Calendar Year 07
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
JSMLT Systems
1
FY 07
AF
50
50
A
10
10
15
15
JSMLT Systems
1
FY 07
MC
27
27
A
6
6
9
6
JSMLT Systems
1
FY 07
N
36
36
A
9
9
9
9
J
A
N
F
E
B
M
A
R
A
P
R
O
C
T
MFR
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
NAME/LOCATION
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
N
O
V
D
E
C
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
Air Techniques International, Owing, Mills, MD
10
50
75
E
Initial / Reorder
0/0
11 / 3
4/3
15 / 6
2
TSI Inc., Shoreview, MN
150
290
342
E
Initial / Reorder
2/2
5/5
5/5
10 / 10
48
J
U
N
J
U
L
A
U
G
S
E
P
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
REMARKS
Production
1
Item No. 67 Page 28 of 38
M
A
Y
L
A
T
E
R
After 1 Oct
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
Prior Years
FY 2004
FY 2005
February 2005
P-1 Item Nomenclature
(JX0055) INDIVIDUAL PROTECTION (IP) ITEMS LESS THAN $5M
Other Related Program Elements:
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
Proc Qty
Gross Cost
16.2
1.0
17.2
16.2
1.0
17.2
16.2
1.0
17.2
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
This is a roll-up line containing individual protective equipment for which the annual procurement is less than $5 million each. This line provides production
of the following items:
DESCRIPTION:
(1) The AH64 Apache M48 Mask mounting bracket assemblies, hose, and associated system testing to meet letter requirements contract for aircraft mounting the motor
blower. Masks, mounting brackets and blowers were produced under the initial program, and once mated with the bracket assembly, will be fielded. FY03 funds procure
TEMPEST microphones, the Apache helmet liners, and additional M48A1 Gas Particulate Filters in support of Operation Iraqi Freedom (OIF) requirements.
(2) The Marine Expeditionary Unit (MEU) Enhanced Nuclear, Biological, and Chemical (E-NBC) capability set includes state-of-the-art Self-Contained Breathing Apparatus
(SCBA) masks to support the Marine warfighter and the Marine Corps Chemical Biological Incident Response Force (CBIRF). This enhanced SCBA mask capability will
allow extended Level A operations with the camel back bladder that will prevent dehydration using the SCBA mask with the improved drinking tube.
(3) The CENTCOM Toxic Industrial Chemicals/Toxic Industrial Materials (TICs/TIMs) project supplies personnel protective equipment, detectors, and force protection
equipment to the Army for TICs/TIMs Teams for deployment to the CENTCOM Area of Responsibility (AOR). The teams will enter hazardous areas to determine the threat
by identifying unknown, potentially hazardous, substances. The teams will also prepare samples for assessment by the FOX vehicle crews.
(4) Technical Data Package (TDP) for Individual Protection (IP) to prevent leaks and hazardous material spill.
Item No. 67 Page 29 of 38
49
Exhibit P-40, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
AH64 Apache M48 Mask CB Components
1. Mounting Bracket for Apache Helicopter and
Integration
2. TEMPEST Microphones
3. Apache Helmet Liner
4. M48A1 Gas Particulate Filters
MEU E-NBC KIT
1. MEU Mask Kit
2. System Fielding Support (NET)
P-1 Line Item Nomenclature:
(JX0055) INDIVIDUAL PROTECTION (IP)
ITEMS LESS THAN $5M
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
FY 04
FY 05
Weapon System Type:
FY 06
Date:
February 2005
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
A
A
A
A
A
CENTCOM TICs and TIMs Detectors
Technical Data Package Upgrade for Individual
Protection JSLIST Ensemble (Suit, Boot and
Glove) Congressional Add
1000
TOTAL
1000
1
Item No. 67 Page 30 of 38
50
1000
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Proc Qty
Gross Cost
Code:
February 2005
P-1 Item Nomenclature
(MA0400) PROTECTIVE CLOTHING
Other Related Program Elements:
Prior Years
FY 2004
FY 2005
FY 2006
FY 2007
3127642
177604
284745
122644
91039
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
3803674
816.3
73.7
93.3
37.6
31.0
1051.9
816.3
73.7
93.3
37.6
31.0
1051.9
816.3
73.7
93.3
37.6
31.0
1051.9
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
DESCRIPTION: The Joint Service Protective Clothing program is a Joint Service chemical protective ensemble development, testing, and production program. The Protective Clothing program integrates
technological improvements in protective military garments. These improvements provide Service members chemical/biological (CB) protection in all combat theaters. In addition, the program provides commonality,
standardization, and full compatibility of all interfacing equipment. The Protective Clothing program provides production of the following protective clothing ensembles:
(1) The Joint Service Lightweight Integrated Suit Technology (JSLIST) program currently in production, field a common chemical protective ensemble (suits, boots, socks, and gloves) to US Forces. The program
provides state-of-the-art chemical protection, reduced heat stress, full compatibility with all interfacing equipment, longer wear (45 days) and launderability, a single technical data package and technical data manual,
a standard tariff, split issue to improve fit and reduce inventory, and flame retardancy. JSLIST promotes commonality and standardization to maximize resources and eliminate redundancy among the Services.
(2) There are two glove programs. The JSLIST Block I Glove Upgrade (JB1GU) is geared toward satisfying the urgent Special Operations Command (SOCOM) CB protective glove requirement. The JB1GU and the
JB2GU will meet the Services CB glove requirements.
(3) There is also the Alternative Footwear Solutions (AFS) and Integrated Footwear (IFS) (formerly the MPS) programs that will satisfy the need for a CB protective overboot and a sock/liner.
JUSTIFICATION: FY06 continues procurement of 122,644 JSLIST ensemble overgarments.
NOTE: Proc Qty reflects only quantities of JSLIST Overgarment.
Item No. 67 Page 31 of 38
51
Exhibit P-40, Budget Item Justification Sheet
Date:
Exhibit P-40C, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
0604384BP/Proj IP5
B
February 2005
P-1 Item Nomenclature
(MA0400) PROTECTIVE CLOTHING
Other Related Program Elements:
RDT&E Code B Item
JSLIST Block II Glove Upgrade: Conduct research, development, and operational assessment of CB protective glove materials, concentrating on selectively permeable
technology solution to satisfy the current 30 day requirement in JSLIST and JPACE ORDs.
AFS: Conduct research, development, and operational assessment of CB protective overboots and materials
IFS (formerly MPS): Conduct research, development, and operational assessment of CB protective sock/liner solutions
RDT&E FY03 and Prior - 29.5M; FY04 - 4.7M; FY05 - 4.8M; FY06 - 5.7M; FY07 - 3.4M; FY08 - 3.1M; FY09 - 3.1M; FY10 - 3.1M; FY11 - 1.0M
DEVELOPMENT/TEST STATUS AND MAJOR MILESTONES
START
COMPLETE
JSLIST Overgarment Production
JSLIST Block II Glove Conduct Developmental Test (DT)/Operational Test (OT)
JSLIST Block II Glove Milestone C
JSLIST Block II Glove MS C
JSLIST MPS - Milestone C
JSLIST MPS - Production Contract Award
JSLIST - Initial Operational Test and Evaluation (IOT&E) Alternative Footwear Solutions (AFS)
JSLIST- Milestone C AFS
Integrated Footwear System (IFS) DT/OT
JSLIST Spiral Development MS B
JSLIST Spiral Development DT
JSLIST Spiral Development MS C LRIP
JSLIST Spiral Development OT
JSLIST Spiral Development MS C FRP
2Q FY97
3Q FY04
4Q FY06
4Q FY06
1Q FY04
1Q FY04
3Q FY05
3Q FY06
1Q FY05
2Q FY06
2Q FY06
3Q FY06
3Q FY07
4Q FY08
Continuing
1Q FY06
4Q FY06
4Q FY06
1Q FY04
1Q FY04
1Q FY06
3Q FY06
1Q FY06
2Q FY06
2Q FY07
3Q FY07
3Q FY08
4Q FY08
Item No. 67 Page 32 of 38
52
Exhibit P-40C, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
P-1 Line Item Nomenclature:
(MA0400) PROTECTIVE CLOTHING
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
Weapon System Type:
Date:
February 2005
PRIOR
Total Cost
Qty
Unit Cost
$000
Each
$000
Protective Clothing
JSLIST Overgarment
A
669741
3236759
0.207
JSLIST Multi-Purpose Overboot (MULO)
A
45884
1311019
0.035
JSLIST Glove Block I
A
JSLIST Glove Block I SOCOM
A
25700
460891
0.056
9495
16300
990
46571
3690
0.350
0.268
2799
2268
13577
13747
0.206
0.165
JSLIST Contract Support
23372
Quality Control (Gov't)
5889
Engineering Support (Gov't)
7211
System Fielding Support (NET/FDT/TDY)
6688
JSLIST Additional Source Qualification
(JASQ) Technical Data Package (TDP)
SOCOM Chem/Bio Overgarment
SOCOM Chem/Bio Overgarment System
Fielding Support (NET/FDT/TDY)
Industries Non Recurring
Interim Aviator Protective Suit
Explosive Ordinance Detachment (EOD)
Ensemble
Firefighter Modification Kit
Firefighter NBC Proximity Glove
TOTAL
816337
Item No. 67 Page 33 of 38
53
Exhibit P-5, Weapon System Cost Analysis
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
P-1 Line Item Nomenclature:
(MA0400) PROTECTIVE CLOTHING
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
Protective Clothing
JSLIST Overgarment
A
40476
177604
0.228
JSLIST Multi-Purpose Overboot (MULO)
A
15310
400000
0.038
JSLIST Glove Block I
A
2818
107692
0.026
JSLIST Glove Block I SOCOM
A
10135
190476
0.053
JSLIST Contract Support
68000
284745
0.239
30102
122644
0.245
23846
3500
3799
3500
3500
Quality Control (Gov't)
885
3200
2000
2000
Engineering Support (Gov't)
230
750
500
500
System Fielding Support (NET/FDT/TDY)
300
3001
1541
1110
37643
30956
JSLIST Additional Source Qualification
(JASQ) Technical Data Package (TDP)
7300
SOCOM Chem/Bio Overgarment
6900
SOCOM Chem/Bio Overgarment System
Fielding Support (NET/FDT/TDY)
5750
93995
0.254
1.200
332
Industries Non Recurring
Interim Aviator Protective Suit
Explosive Ordinance Detachment (EOD)
Ensemble
Firefighter Modification Kit
Firefighter NBC Proximity Glove
TOTAL
73654
93282
Item No. 67 Page 34 of 38
54
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(MA0400) PROTECTIVE CLOTHING
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Spec/TDP
Avail
Now?
Date
Delivery
Each
$
Jan-04
Mar-04
177604
228
Yes
Nov-04
Jan-05
284745
239
Yes
Nov-05
Jan-06
122644
245
Yes
Nov-06
Jan-07
93995
254
Yes
Date
Revsn
Avail
RFP Issue
Date
JSLIST Overgarment
FY 04
FY 05
FY 06
FY 07
NISH, (El Paso,
TX/KY/MI/Belfast, ME)
NISH, (El Paso,
TX/KY/MI/Belfast, ME)
NISH, (El Paso,
TX/KY/MI/Belfast, ME)
NISH, (El Paso,
TX/KY/MI/Belfast, ME)
Reqn
ACTON, Acton Vale,
Quebec, Canada
C/FFP
MCSC, Quantico, VA
Feb-04
Apr-04
400000
38
Yes
ACTON, Acton Vale,
Quebec, Canada
C/FFP
MCSC, Quantico, VA
Mar-04
May-04
107692
26
Yes
Reqn
Reqn
Reqn
Def Supply Ctr, Phila.,
PA
Def Supply Ctr, Phila.,
PA
Def Supply Ctr, Phila.,
PA
Def Supply Ctr, Phila.,
PA
JSLIST Multi-Purpose Overboot (MULO)
FY 04
JSLIST Glove Block I
FY 04
REMARKS:
Item No. 67 Page 35 of 38
55
Exhibit P-5A, Procurement History and Planning
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(MA0400) PROTECTIVE CLOTHING
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
JSLIST Glove Block I SOCOM
FY 04
Cloutier, Ottawa, ONT,
Canada
C/FFP
MCSC, Quantico, VA
Mar-04
May-04
190476
53
Yes
TBS
C/FFP
MCSC, Quantico, VA
Mar-05
May-05
5750
1200
Yes
SOCOM Chem/Bio Overgarment
FY 05
REMARKS:
Item No. 67 Page 36 of 38
56
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
Date:
Exhibit P21, Production Schedule
(MA0400) PROTECTIVE CLOTHING
February 2005
Fiscal Year 04
S
E
R
V
PROC
QTY
Each
FY 03
J
1154356
692610
461746
115435 115435 115435 115441
FY 03
J
400000
228568
171432
57142
57142
57148
4
FY 03
J
460891
46090
414801
46090
46090
46090
JSLIST Overgarment
1
FY 04
A
88801
88801
JSLIST Overgarment
1
FY 04
AF
35520
35520
M
F
R
FY
JSLIST Overgarment
1
JSLIST Multi-Purpose Overboot (MULO)
2
JSLIST Glove Block I SOCOM
COST ELEMENTS
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
Fiscal Year 05
Calendar Year 04
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
46090
46090
46090
46090
46081
A
11510
12081
14000
A
4604
4832
5600
46090
S
E
P
L
A
T
E
R
950
Calendar Year 05
J
U
L
A
U
G
S
E
P
14000
14000
14000
9210
5600
5600
5600
3684
1843
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
JSLIST Overgarment
1
FY 04
MC
17763
17763
A
2302
2417
2801
2800
2800
2800
JSLIST Overgarment
1
FY 04
N
35520
35520
A
4604
4832
5600
5600
5600
5600
3684
JSLIST Multi-Purpose Overboot (MULO)
2
FY 04
J
400000
400000
40000
40000
40000
40000
40000
40000
40000
40000
40000
40000
JSLIST Glove Block I
2
FY 04
J
107692
107692
A
10770
10770
10770
10770
10770
10770
10770
10770
10770
10762
JSLIST Glove Block I SOCOM
3
FY 04
A
190476
190476
A
19050
19050
19050
19050
19050
19050
19050
19050
19050
19026
JSLIST Overgarment
1
FY 05
AF
143570
143570
A
20000
20000
20000
20000
20000
20000
23570
JSLIST Overgarment
1
FY 05
MC
141175
141175
A
20000
20000
20000
20000
20000
9575
4637
26963
SOCOM Chem/Bio Overgarment
4
FY 05
A
5750
5750
960
960
960
960
960
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
A
A
O
C
T
MFR
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
NAME/LOCATION
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
N
O
V
D
E
C
J
A
N
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
NISH, (El Paso, TX/KY/MI/Belfast, ME)
18000
125000
175000
E
Initial / Reorder
0/0
3/1
3/3
6/4
2
ACTON, Acton Vale, Quebec, Canada
5000
40000
65000
E
Initial / Reorder
0/0
4/2
3/3
7/5
3
Cloutier, Ottawa, ONT, Canada
1200
22000
39000
E
Initial / Reorder
0/0
3/3
2/2
5/5
4
TBS
300
1000
1500
E
Initial / Reorder
0/0
3/2
2/2
5/4
57
M
A
R
A
P
R
REMARKS
Production
1
Item No. 67 Page 37 of 38
F
E
B
After 1 Oct
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
Date:
Exhibit P21, Production Schedule
(MA0400) PROTECTIVE CLOTHING
February 2005
Fiscal Year 06
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
FY 05
A
5750
4800
950
950
1
FY 06
MC
122644
122644
1
FY 07
MC
93995
93995
M
F
R
FY
SOCOM Chem/Bio Overgarment
4
JSLIST Overgarment
JSLIST Overgarment
COST ELEMENTS
N
O
V
D
E
C
A
J
A
N
F
E
B
M
A
R
A
P
R
29000
29000
29342
35302
M
A
Y
J
U
N
J
U
L
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
NAME/LOCATION
S
E
P
O
C
T
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
Calendar Year 07
N
O
V
D
E
C
A
O
C
T
MFR
Fiscal Year 07
Calendar Year 06
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
18000
19000
19000
18956
19039
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
NISH, (El Paso, TX/KY/MI/Belfast, ME)
18000
125000
175000
E
Initial / Reorder
0/0
3/1
3/3
6/4
2
ACTON, Acton Vale, Quebec, Canada
5000
40000
65000
E
Initial / Reorder
0/0
4/2
3/3
7/5
3
Cloutier, Ottawa, ONT, Canada
1200
22000
39000
E
Initial / Reorder
0/0
3/3
2/2
5/5
4
TBS
300
1000
1500
E
Initial / Reorder
0/0
3/2
2/2
5/4
58
J
U
L
A
U
G
S
E
P
J
U
N
J
U
L
A
U
G
S
E
P
REMARKS
Production
1
Item No. 67 Page 38 of 38
J
U
N
L
A
T
E
R
After 1 Oct
Exhibit P-21, Production Schedule
Budget Line Item #68
DECONTAMINATION
59
THIS PAGE INTENTIONALLY LEFT BLANK
60
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
February 2005
P-1 Item Nomenclature
(PA1500) DECONTAMINATION
Other Related Program Elements:
Prior Years
FY 2004
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
85.5
21.4
11.2
3.0
17.2
23.8
38.2
64.0
89.8
Continuing
Continuing
85.5
21.4
11.2
3.0
17.2
23.8
38.2
64.0
89.8
Continuing
Continuing
85.5
21.4
11.2
3.0
17.2
23.8
38.2
64.0
89.8
Continuing
Continuing
Proc Qty
Gross Cost
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
DESCRIPTION: The decontamination program provides equipment to facilitate the removal and detoxification of contaminants from materials without inflicting injury to personnel or damage to equipment or
environment. This Joint Service program facilitates the procurement of a more transportable, less labor intensive, and more effective system for applying decontaminating solutions and removing gross contamination
from vehicle and equipment surfaces. Contamination control techniques have been developed which minimize the extent of contamination pickup and transfer and maximize the ability of units to remove
contamination both on-the-move and during dedicated decontamination operations. The Sorbent Decontamination System (SORBDECON) and the Joint Service Family of Decontamination Systems (JSFDS)
programs will provide this capability. The JSFDS consists of the following: (1) The Joint Service Stationary Decontamination System (JSSDS) which provides a capability to be used at established bases for
automated decontamination of large aircraft, (2) The Joint Portable Decontamination System (JPDS) will provide a decontamination system that is capable of being carried and operated by a single individual. It will
support immediate thorough decontamination of a broad range off equipment, critical airfield assets and ships, (3) The Joint Service Personnel/Skin Decontamination System (JSPDS) will be a United States Food and
Drug Administration (FDA) approved individually carried skin decontamination kit. JSPDS will provide the same or greater capabilities (number of decontamination operations and area of coverage) as the currently
fielded M291 Skin Decontamination Kit (SDK). It will be used by the warfighter to perform immediate decontamination of skin, field protective masks, mask hoods, chemical protective gloves, chemical protective
gloves, chemical protective boots and individual and crew served weapons under .50 caliber, and (4) The Joint Service Transportable Decontamination System Small-Scale (JSTDS-SM) will be transportable by a
platform capable of being operated in close proximity to combat operations off-road over any terrain. It will not necessarily be capable of decontamination on the move, with very limited or no on-board
decontaminant storage inherent to the system. It may require a warfighter to manually dispense decontaminant from the applicator. It will be used for operational and thorough decontamination of non-sensitive
military materiel, limited facility decontamination at logistics bases, airfields (and critical airfield assets), naval ships, ports, key command and control centers, and other fixed facilities that have been exposed to
Chemical Biological Radiological Nuclear (CBRN) warfare agents/contamination and toxic industrial materials (TIM). The system may also support other hazard abatement missions as necessary.
JUSTIFICATION: Operational forces, facilities, and equipment must be decontaminated to safely operate, survive, and sustain operations in a nuclear, biological and chemical agent threat environment. Key factors
are reduced weight, increased transportability, decreased labor intensity, reduced water usage, and a more effective system for applying decontaminating solutions to vehicle and equipment surfaces. Decontamination
of facilities frequently requires a large area to be covered, but weight, water usage, and labor intensity factors may not be as important as mobility and the ability to decontaminate large areas rapidly.
Item No. 68 Page 1 of 31
61
Exhibit P-40, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
P-1 Line Item Nomenclature:
(PA1500) DECONTAMINATION
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
FY 04
FY 05
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
JOINT SERVICE PERSONNEL/SKIN
DECONTAMINATION SYSTEM (JSPDS)
10047
JS TRANSPORTABLE DECON SYSTEM SMALL SCALE (JSTDS-SM)
DECONTAMINATION APPLICATION SYSTEMS
6000
JOINT SERVICE FAMILY OF DECON SYSTEMS
(JSFDS)
6194
SORBENT DECON
1253
DECONTAMINATION (DE) ITEMS LESS THAN
$5M
7991
4839
21438
11240
TOTAL
Weapon System Type:
2950
7106
2950
17153
6401
Item No. 68 Page 2 of 31
62
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
Prior Years
FY 2004
FY 2005
February 2005
P-1 Item Nomenclature
(JD0055) JOINT SERVICE PERSONNEL/SKIN DECONTAMINATION SYSTEM (JSPDS)
Other Related Program Elements:
FY 2006
Proc Qty
Gross Cost
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
293000
267390
300000
345600
363000
To Complete
Total Prog
1568990
10.0
12.6
14.2
16.3
17.2
70.4
10.0
12.6
14.2
16.3
17.2
70.4
10.0
12.6
14.2
16.3
17.2
70.4
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The Joint Service Personnel/Skin Decontamination System (JSPDS) will be a United States Food and Administration (FDA) approved individually carried skin
decontamination kit. It will provide the same or greater capabilities (number of decontamination operations and area of coverage) as the currently fielded M291 Skin
Decontaminating Kit (SDK). The JSPDS will be used by the warfighter to perform immediate decontamination of skin, field protective masks, mask hoods, chemical
protective gloves, chemical protective boots and small scale weapons (under .50 caliber) , individual or crew served.
DESCRIPTION:
Item No. 68 Page 3 of 31
63
Exhibit P-40, Budget Item Justification Sheet
Date:
Exhibit P-40C, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
February 2005
P-1 Item Nomenclature
(JD0055) JOINT SERVICE PERSONNEL/SKIN DECONTAMINATION SYSTEM (JSPDS)
Other Related Program Elements:
0603884BP/Proj DE4; 0604384BP/Proj DE5
The Joint Service Personnel/Skin Decontamination System (JSPDS) will be a United States Food and Administration (FDA) approved individually carried skin decontamination
kit. It will provide the same or greater capabilities (number of decontamination operations and area of coverage) as the currently fielded M291 Skin Decontaminating Kit
(SDK). The JSPDS will be used by the warfighter to perform immediate decontamination of skin, field protective masks, mask hoods, chemical protective gloves, chemical
protective boots and small scale weapons (under .50 caliber) , individual or crew served.
RDT&E FY06 - 2.5M; FY07 - 1.5M; FY10 - 1.1M; FY11 - 2.0M
DEVELOPMENT/TEST STATUS AND MAJOR MILESTONES
START
COMPLETE
Block I-IV In Process Review (IPR)
Skin decontaminant (Block III) DT I
Restructuring of Requirements/ORD Approval
JSPDS Compatibility Testing
JSPDS MS B
JSPDS DT II Testing
JSPDS IOT&E
JSPDS MS C (Full Rate Production)
2Q FY01
3Q FY02
3Q FY03
2Q FY04
3Q FY04
1Q FY04
2Q FY06
1Q FY07
2Q FY01
2Q FY03
2Q FY04
3Q FY04
3Q FY04
4Q FY05
3Q FY06
1Q FY07
Item No. 68 Page 4 of 31
64
Exhibit P-40C, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
P-1 Line Item Nomenclature:
(JD0055) JOINT SERVICE
PERSONNEL/SKIN DECONTAMINATION
SYSTEM (JSPDS)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
JSPDS Combat Kits
JSPDS Training Kits
System Fielding Support
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
A
A
A
8095
1852
100
TOTAL
173000
120000
0.047
0.015
10047
Item No. 68 Page 5 of 31
65
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JD0055) JOINT SERVICE PERSONNEL/SKIN DECONTAMINATION
SYSTEM (JSPDS)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
JSPDS Combat Kits
FY 07
Canadian Commercial
Corporation, Montreal,
Canada
SS/FFP
USASMDC, Frederick,
MD
Nov-06
Jan-07
173000
47
Yes
Feb-02
Canadian Commercial
Corporation, Montreal,
Canada
SS/FFP Option
USASMDC, Frederick,
MD
Nov-06
Jan-07
120000
15
Yes
Feb-02
JSPDS Training Kits
FY 07
REMARKS:
Item No. 68 Page 6 of 31
66
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
(JD0055) JOINT SERVICE PERSONNEL/SKIN DECONTAMINATION SYSTEM (JSPDS)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 06
COST ELEMENTS
M
F
R
FY
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
Fiscal Year 07
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
L
A
T
E
R
Calendar Year 06
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
Calendar Year 07
S
E
P
O
C
T
N
O
V
D
E
C
JSPDS Combat Kits
1
FY 07
J
173000
173000
A
13500
14500
14500
14500
14500
14500
14500
14500
14500
43500
JSPDS Training Kits
1
FY 07
J
120000
120000
A
10000
10000
10000
10000
10000
10000
10000
10000
10000
30000
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
MFR
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
1
NAME/LOCATION
Canadian Commercial Corporation, Montreal, Canada
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
MIN.
1-8-5
MAX.
UOM
500
25000
50000
E
D
E
C
TOTAL
After 1 Oct
After 1 Oct
After 1 Oct
0/0
1/1
3/3
4/4
Item No. 68 Page 7 of 31
REMARKS
Production
Prior 1 Oct
Initial / Reorder
67
N
O
V
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(JD0055) JOINT SERVICE PERSONNEL/SKIN DECONTAMINATION SYSTEM (JSPDS)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 08
M
F
R
FY
JSPDS Combat Kits
1
FY 07
JSPDS Training Kits
1
FY 07
COST ELEMENTS
MFR
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
J
173000
129500
J
120000
90000
BAL
DUE
AS OF
1 OCT
Fiscal Year 09
Calendar Year 08
O
C
T
N
O
V
D
E
C
43500
14500
14500
14500
30000
10000
10000
10000
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
PRODUCTION RATES
LEAD TIMES
Administrative
Number
1
NAME/LOCATION
Canadian Commercial Corporation, Montreal, Canada
Calendar Year 09
MIN.
1-8-5
MAX.
UOM
500
25000
50000
E
After 1 Oct
After 1 Oct
After 1 Oct
0/0
1/1
3/3
4/4
Item No. 68 Page 8 of 31
REMARKS
Production
Prior 1 Oct
Initial / Reorder
68
TOTAL
L
A
T
E
R
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
Prior Years
FY 2004
FY 2005
February 2005
P-1 Item Nomenclature
(JD0056) JS TRANSPORTABLE DECON SYSTEM - SMALL SCALE (JSTDS-SM)
Other Related Program Elements:
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
Proc Qty
70
195
300
470
1075
1700
To Complete
Total Prog
3810
Gross Cost
3.0
7.1
11.2
17.2
39.4
62.1
139.9
3.0
7.1
11.2
17.2
39.4
62.1
139.9
3.0
7.1
11.2
17.2
39.4
62.1
139.9
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
DESCRIPTION: The Joint Service Transportable Decontamination System (JSTDS) will be transportable by a platform capable of being operated in close proximity to combat operations [i.e., High Mobility
Multi-purpose Wheeled Vehicle (HMMWV)/Trailer, Family of Medium Tactical Vehicles (FMTV)/Trailer] off-road over any terrain. It will not necessarily be capable of decontamination on the move, with very
limited or no on-board decontaminant storage inherent to the system. It may require a warfighter to manually dispense decontaminant from the applicator.
The JSTDS-SM will consist of applicator(s) and accessories that apply JSTDS-SM decontaminant to conduct operational and thorough decontamination of non-sensitive military materiel, limited facility
decontamination at logistics bases, airfields (and critical airfield assets), naval ships, ports, key command and control centers, and other fixed facilities that have been exposed to CBRN warfare agents/contamination
and TIMs.
JUSTIFICATION: FY06 funding will be used to procure 70 JSTDS-SM systems to be fielded to joint forces in high threat areas.
Note: FY05 funding for JSTDS-SM was provided under the Joint Service Family of Decontamination Systems (JSFDS) programs.
Item No. 68 Page 9 of 31
69
Exhibit P-40, Budget Item Justification Sheet
Date:
Exhibit P-40C, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
0604384BP/Proj DE5
B
February 2005
P-1 Item Nomenclature
(JD0056) JS TRANSPORTABLE DECON SYSTEM - SMALL SCALE (JSTDS-SM)
Other Related Program Elements:
RDT&E Code B Item
The Joint Service Transportable Decontamination System (JSTDS) will be transportable by a platform capable of being operated in close proximity to combat operations [i.e.,
High Mobility Multi-purpose Wheeled Vehicle (HMMWV)/Trailer, Family of Medium Tactical Vehicles (FMTV)/Trailer] off-road over any terrain. It will not necessarily be
capable of decontamination on the move, with very limited or no on-board decontaminant storage inherent to the system. It may require a warfighter to manually dispense
decontaminant from the applicator.
The JSTDS-SM will consist of applicator(s) and accessories that apply JSTDS-SM decontaminant to conduct operational and thorough decontamination of non-sensitive
military materiel, limited facility decontamination at logistics bases, airfields (and critical airfield assets), naval ships, ports, key command and control centers, and other fixed
facilities that have been exposed to CBRN warfare agents/contamination and TIMs.
RDT&E FY06 - 15.2M; FY07 - 7.9M; FY08 - 1.0M; FY09 - 6.2M; FY10 - 4.1M
DEVELOPMENT/TEST STATUS AND MAJOR MILESTONES
START
COMPLETE
JSTDS-SM MS B
JSTDS-SM Down-selection Testing (DT I)
JSTDS-SM MS C (LRIP)
JSTDS-SM DT II
JSTDS-SM IOT&E
JSTDS-SM Full Rate Production
4Q FY04
1Q FY05
3Q FY05
4Q FY05
2Q FY06
3Q FY06
4Q FY04
3Q FY05
3Q FY05
2Q FY06
3Q FY06
3Q FY06
Item No. 68 Page 10 of 31
70
Exhibit P-40C, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
JSTDS-SM Hardware
P-1 Line Item Nomenclature:
(JD0056) JS TRANSPORTABLE DECON
SYSTEM - SMALL SCALE (JSTDS-SM)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
A
2450
70
35.000
6606
First Article Testing
200
Total Package Fielding
300
500
2950
7106
TOTAL
Item No. 68 Page 11 of 31
71
195
33.877
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JD0056) JS TRANSPORTABLE DECON SYSTEM - SMALL SCALE
(JSTDS-SM)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
Delivery
Each
$
Jun-06
Aug-06
70
35000
Yes
Aug-04
Dec-06
Feb-07
195
33877
Yes
Aug-04
Date
JSTDS-SM Hardware
FY 06
TBS
C/FFP
FY 07
TBS
C/FFP
USMC Logistics Base,
Albany, GA
USMC Logistics Base,
Albany, GA
REMARKS:
Item No. 68 Page 12 of 31
72
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
(JD0056) JS TRANSPORTABLE DECON SYSTEM - SMALL SCALE (JSTDS-SM)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 06
S
E
R
V
PROC
QTY
Each
FY 06
J
70
70
FY 07
J
195
195
M
F
R
FY
JSTDS-SM Hardware
1
JSTDS-SM Hardware
1
COST ELEMENTS
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
1
NAME/LOCATION
TBS
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
15
15
15
15
10
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
MIN.
1-8-5
MAX.
UOM
10
70
200
E
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
L
A
T
E
R
11
17
17
17
17
17
17
17
65
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
Calendar Year 07
J
A
N
A
O
C
T
MFR
Fiscal Year 07
Calendar Year 06
D
E
C
J
A
N
TOTAL
After 1 Oct
After 1 Oct
After 1 Oct
0/0
8/5
3/3
11 / 8
Item No. 68 Page 13 of 31
REMARKS
Production
Prior 1 Oct
Initial / Reorder
73
N
O
V
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(JD0056) JS TRANSPORTABLE DECON SYSTEM - SMALL SCALE (JSTDS-SM)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 08
COST ELEMENTS
JSTDS-SM Hardware
M
F
R
FY
1
FY 07
MFR
Fiscal Year 09
Calendar Year 08
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
J
195
130
65
17
17
17
14
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
PRODUCTION RATES
LEAD TIMES
Administrative
Number
1
NAME/LOCATION
TBS
Calendar Year 09
MIN.
1-8-5
MAX.
UOM
10
70
200
E
After 1 Oct
After 1 Oct
After 1 Oct
0/0
8/5
3/3
11 / 8
Item No. 68 Page 14 of 31
REMARKS
Production
Prior 1 Oct
Initial / Reorder
74
TOTAL
L
A
T
E
R
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
Prior Years
FY 2004
FY 2005
February 2005
P-1 Item Nomenclature
(JD8000) DECONTAMINATION APPLICATION SYSTEMS
Other Related Program Elements:
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
Proc Qty
352
352
Gross Cost
6.0
6.0
6.0
6.0
6.0
6.0
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The Decontamination Application System fulfills the need to field equipment to decontaminate equipment, personnel and other material exposed to nuclear,
biological, or chemical contaminants. This program provides for the acquisition of the M17A-3 SANATOR.
DESCRIPTION:
The M17A-3 SANATOR is a pressurized hot and cold water decontamination unit. It is used for operational decontamination in a wartime environment to perform detailed
troop decontamination and wash vehicles that have been contaminated by nuclear, biological or chemical agents. In addition, the SANATOR can be used to set up showers in
a field environment to improve the morale of service members.
Item No. 68 Page 15 of 31
75
Exhibit P-40, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
M17A-3 SANATOR
TOTAL
P-1 Line Item Nomenclature:
(JD8000) DECONTAMINATION
APPLICATION SYSTEMS
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
A
FY 04
FY 05
Weapon System Type:
FY 06
Date:
February 2005
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
6000
352
17.045
6000
Item No. 68 Page 16 of 31
76
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JD8000) DECONTAMINATION APPLICATION SYSTEMS
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Apr-05
Jun-05
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
M17A-3 SANATOR
FY 04
TBS
C/FFP
Rock Island, IL
352
17045
Yes
Mar-05
REMARKS:
Item No. 68 Page 17 of 31
77
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
(JD8000) DECONTAMINATION APPLICATION SYSTEMS
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 04
COST ELEMENTS
M17A-3 SANATOR
M
F
R
FY
1
FY 04
S
E
R
V
PROC
QTY
Each
A
352
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
NAME/LOCATION
TBS
O
C
T
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
1
S
E
P
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
MIN.
1-8-5
MAX.
UOM
15
40
70
E
A
P
R
M
A
Y
A
PRODUCTION RATES
Number
A
U
G
D
E
C
J
A
N
F
E
B
J
U
L
A
U
G
S
E
P
25
30
40
40
217
TOTAL
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
REMARKS
Production
After 1 Oct
After 1 Oct
After 1 Oct
0/0
15 / 0
3/0
18 / 0
Item No. 68 Page 18 of 31
78
N
O
V
Prior 1 Oct
Initial / Reorder
J
U
N
L
A
T
E
R
Calendar Year 05
352
O
C
T
MFR
Fiscal Year 05
Calendar Year 04
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(JD8000) DECONTAMINATION APPLICATION SYSTEMS
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 06
COST ELEMENTS
M17A-3 SANATOR
M
F
R
FY
1
FY 04
MFR
Fiscal Year 07
Calendar Year 06
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
352
135
217
40
40
40
40
40
17
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
PRODUCTION RATES
LEAD TIMES
Administrative
Number
1
NAME/LOCATION
TBS
Calendar Year 07
MIN.
1-8-5
MAX.
UOM
15
40
70
E
After 1 Oct
After 1 Oct
After 1 Oct
0/0
15 / 0
3/0
18 / 0
Item No. 68 Page 19 of 31
REMARKS
Production
Prior 1 Oct
Initial / Reorder
79
TOTAL
L
A
T
E
R
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Proc Qty
Gross Cost
Code:
February 2005
P-1 Item Nomenclature
(JN0010) JOINT SERVICE FAMILY OF DECON SYSTEMS (JSFDS)
Other Related Program Elements:
Prior Years
FY 2004
FY 2005
182710
52
298
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
21.5
6.2
6.4
Continuing
Continuing
21.5
6.2
6.4
Continuing
Continuing
21.5
6.2
6.4
Continuing
Continuing
183060
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The JSFDS program will provide the warfighter with a family of environmentally friendly decontaminants and application systems to remove, neutralize, and
eliminate Nuclear, Biological and Chemical (NBC) hazards posing threats to military operations. In FY04, the capabilities to be met by the JSFDS program were separated
into a Joint Service Portable Decontamination System (JPDS), a small-scale and large-scale Joint Service Transportable System (JSTDS), a Joint Service Stationary
Decontamination System (JSSDS) and a Joint Service Personnel/Skin Decontamination System (JSPDS). The initial increment for these systems will provide the warfighter
with an enhanced fixed site, equipment and personnel decontamination capability. Follow-on increments will increase the capability through technology insertion. The
JSTDS Small Scale will provide an operational and thorough decontamination capability for non-sensitive military materiel, limited facility that have been exposed to CBRN
warfare and TIM. The system will be used in close proximity to combat operations. In early FY03, a CENTCOM UNS was validated for the capability to decontaminate
facilities and terrain. The JSFDS program procured and tested a COTS Fixed Site Decontamination System (FSDS) to meet this need. FSDS are being procured in FY04 to
satisfy a Senior Readiness Oversight Council (SROC) requirement.
DESCRIPTION:
NOTE:
FY06 funding realigned to a separate JSTDS-SM program.
Item No. 68 Page 20 of 31
80
Exhibit P-40, Budget Item Justification Sheet
Date:
Exhibit P-40C, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
0603884BP/Proj DE4; 0604384BP/Proj DE5
B
February 2005
P-1 Item Nomenclature
(JN0010) JOINT SERVICE FAMILY OF DECON SYSTEMS (JSFDS)
Other Related Program Elements:
RDT&E Code B Item
The JSFDS program provides the warfighter a family of environmentally friendly decontaminants and application systems to remove, neutralize, and eliminate NBC hazards
posing threats to military operations.
RDT&E FY03 and Prior - 21.2M; FY04 - 12.4M; FY05 - 15.1M; FY06 - 1.0M; FY07 - 2.0M; FY08 - 2.0M
DEVELOPMENT/TEST STATUS AND MAJOR MILESTONES
START
COMPLETE
JSFDS Restructuring of Requirements/ORD Acquisition Strategy
JSFDS Requirement feasibility and acquisition strategy development
JSFDS Compatibility Testing for JSPDS
JSFDS Multi-purpose Decontamination System Reliability Testing
JSFDS Milestone (MS) B for JSPDS
JSFDS Developmental Testing (DT) II for JSPDS
JSFDS RFP Release for JSTDS-SM
JSFDS Procure test articles for JSTDS-SM down-selection testing
JSFDS Paper down-selection for JSTDS-SM
JSFDS MS B for JSTDS-SM
JSFDS Down-selection testing (DT I) for JSTDS-SM
JSFDS MS C (LRIP) for JSTDS-SM
JSFDS DT II for JSTDS-SM
3Q FY03
1Q FY04
2Q FY04
2Q FY04
3Q FY04
1Q FY04
3Q FY04
4Q FY04
4Q FY04
4Q FY04
1Q FY05
3Q FY05
4Q FY05
2Q FY04
4Q FY04
3Q FY04
4Q FY04
3Q FY04
4Q FY05
3Q FY04
4Q FY04
4Q FY04
4Q FY04
3Q FY05
3Q FY05
4Q FY05
Item No. 68 Page 21 of 31
81
Exhibit P-40C, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
SROC Fixed Site Decontamination System
A
Contractor logistics support
FY 04
FY 05
Weapon System Type:
FY 06
Date:
February 2005
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
4364
52
83.923
319
JSTDS-SM Hardware
A
M12A1 Decontamination Apparatus -- Conversion
from gas engine to Diesel
B
TOTAL
P-1 Line Item Nomenclature:
(JN0010) JOINT SERVICE FAMILY OF
DECON SYSTEMS (JSFDS)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
6401
1511
6194
67
195
32.826
22.552
6401
Item No. 68 Page 22 of 31
82
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JN0010) JOINT SERVICE FAMILY OF DECON SYSTEMS (JSFDS)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
SROC Fixed Site Decontamination System
FY 04
Intelagard, Boulder, CO
SS/FFP
USMC Systems Cmd,
Quantico, VA
Jan-04
Mar-04
52
83923
Yes
Jan-04
TBS
C/FFP
USMC Logistics Base,
Albany, GA
Jun-05
Aug-05
195
30774
No
Mar-05
TBS
PO
Pine Bluff Arsenal, AR
Jul-05
Nov-05
67
22552
Yes
May-05
JSTDS-SM Hardware
FY 05
M12A1 Decontamination Apparatus -Conversion from gas engine to Diesel
FY 04
REMARKS:
Item No. 68 Page 23 of 31
83
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
(JN0010) JOINT SERVICE FAMILY OF DECON SYSTEMS (JSFDS)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 04
COST ELEMENTS
M
F
R
FY
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
SROC Fixed Site Decontamination System
1
FY 04
A
52
52
M12A1 Decontamination Apparatus -- Conversion fr
3
FY 04
A
67
67
JSTDS-SM Hardware
2
FY 05
J
195
195
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
A
M
A
R
A
P
R
38
14
M
A
Y
J
U
N
J
U
L
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
O
C
T
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
NAME/LOCATION
S
E
P
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
PRODUCTION RATES
Number
A
U
G
Calendar Year 05
A
U
G
S
E
P
A
O
C
T
MFR
Fiscal Year 05
Calendar Year 04
N
O
V
D
E
C
J
A
N
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
Intelagard, Boulder, CO
10
35
80
E
Initial / Reorder
0/0
3/1
3/2
6/3
2
TBS
10
70
200
E
Initial / Reorder
0/0
8/2
3/3
11 / 5
3
TBS
10
35
50
Initial / Reorder
0/0
21 / 3
5/2
26 / 5
84
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
67
17
17
A
U
G
S
E
P
161
REMARKS
Production
1
Item No. 68 Page 24 of 31
F
E
B
L
A
T
E
R
After 1 Oct
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(JN0010) JOINT SERVICE FAMILY OF DECON SYSTEMS (JSFDS)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 06
S
E
R
V
PROC
QTY
Each
FY 04
A
67
FY 05
J
195
FY
COST ELEMENTS
M
F
R
M12A1 Decontamination Apparatus -- Conversion fr
3
JSTDS-SM Hardware
2
MFR
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
10
15
15
15
12
17
16
16
16
16
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
67
34
161
Fiscal Year 07
Calendar Year 06
A
P
R
M
A
Y
J
U
N
J
U
L
16
16
16
16
16
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
PRODUCTION RATES
NAME/LOCATION
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
LEAD TIMES
Administrative
Number
Calendar Year 07
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
Intelagard, Boulder, CO
10
35
80
E
Initial / Reorder
0/0
3/1
3/2
6/3
2
TBS
10
70
200
E
Initial / Reorder
0/0
8/2
3/3
11 / 5
3
TBS
10
35
50
Initial / Reorder
0/0
21 / 3
5/2
26 / 5
85
REMARKS
Production
1
Item No. 68 Page 25 of 31
L
A
T
E
R
After 1 Oct
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Proc Qty
Gross Cost
Code:
FY 2005
February 2005
P-1 Item Nomenclature
(JN0018) SORBENT DECON
Other Related Program Elements:
Prior Years
FY 2004
349500
24240
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
373740
23.8
1.3
25.1
23.8
1.3
25.1
23.8
1.3
25.1
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The M100 Sorbent Decontamination System (SORBDECON) meets the need for immediate decontamination after a chemical agent attack. The
SORBDECON is composed of two packets filled with sorbent powder and two mitt applicators. The M100 is packaged in a hardened case and mounted via two straps to a
bracket. The sorbent powder is Aluminum Oxide doped with Silica, which is then physically blended with carbon for color. The mitt applicator is a commercial car wash type
mitt. The mitt is donned and the sorbent powder is liberally applied to the palm of the mitt during the decontamination wiping process. The system is completely disposable
and requires no spare or repair parts. The ease of use enhances the readiness of the war fighter.
DESCRIPTION:
Item No. 68 Page 26 of 31
86
Exhibit P-40, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
1. Hardware
M100 Sorbent Decon System
2. System Engineering
3. System Fielding Support
TOTAL
P-1 Line Item Nomenclature:
(JN0018) SORBENT DECON
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
FY 04
FY 05
Weapon System Type:
FY 06
Date:
February 2005
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
1236
24240
0.051
7
10
1253
Item No. 68 Page 27 of 31
87
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JN0018) SORBENT DECON
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Jan-04
Apr-04
24240
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
M100 Sorbent Decon System
FY 04
Guild Associates, Inc,
Dublin, OH
C/FP
SBCCOM, Edgewood,
MD
51
Yes
REMARKS:
Item No. 68 Page 28 of 31
88
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
Date:
Exhibit P21, Production Schedule
(JN0018) SORBENT DECON
February 2005
Fiscal Year 04
COST ELEMENTS
M100 Sorbent Decon System
M
F
R
FY
1
FY 04
S
E
R
V
PROC
QTY
Each
A
24240
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
24240
J
A
N
F
E
B
M
A
R
A
O
C
T
MFR
Fiscal Year 05
Calendar Year 04
N
O
V
D
E
C
J
A
N
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
1
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
NAME/LOCATION
Guild Associates, Inc, Dublin, OH
LEAD TIMES
MIN.
1-8-5
MAX.
UOM
2000
30000
30000
E
TOTAL
After 1 Oct
After 1 Oct
After 1 Oct
2/1
4/3
3/6
7/9
Item No. 68 Page 29 of 31
REMARKS
Production
Prior 1 Oct
Initial / Reorder
89
L
A
T
E
R
24240
Administrative
Number
Calendar Year 05
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Proc Qty
Gross Cost
Code:
February 2005
P-1 Item Nomenclature
(JX0054) DECONTAMINATION (DE) ITEMS LESS THAN $5M
Other Related Program Elements:
Prior Years
FY 2004
FY 2005
11892
37569
20560
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
70021
5.4
8.0
4.8
18.3
5.4
8.0
4.8
18.3
5.4
8.0
4.8
18.3
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
Procurement of various decontamination systems and kits to be used by all Services and by civilian personnel responsible for responding to terrorist attacks.
The four systems/kits will update currently fielded systems. The four systems/kits are the M12A1 Decontamination Apparatus, M100 Sorbent Decontamination System, M295
Equipment Decontamination Kit and M291 Skin Decontaminating Kit.
DESCRIPTION:
Item No. 68 Page 30 of 31
90
Exhibit P-40, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
FY 04
Date:
February 2005
FY 05
FY 07
FY 06
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
M291 Skin Decontamination Kit
A
1114
8978
0.124
M100 Superior Decontamination System
A
1040
22038
0.047
M12A1 Decontaminating Apparatus
A
3722
174
21.391
M295 Equipment Decontamination Kit
A
2115
6379
0.332
TOTAL
P-1 Line Item Nomenclature:
Weapon System Type:
(JX0054) DECONTAMINATION (DE) ITEMS
LESS THAN $5M
7991
4839
40260
0.120
4839
Item No. 68 Page 31 of 31
91
Exhibit P-5, Weapon System Cost Analysis
THIS PAGE INTENTIONALLY LEFT BLANK
92
Budget Line Item #69
JOINT BIO DEFENSE PROGRAM (MEDICAL)
93
THIS PAGE INTENTIONALLY LEFT BLANK
94
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
February 2005
P-1 Item Nomenclature
(MA0800) JOINT BIO DEFENSE PROGRAM (MEDICAL)
Other Related Program Elements:
Prior Years
FY 2004
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
740.6
71.4
100.7
62.3
47.4
57.8
57.0
57.1
55.6
Continuing
Continuing
740.6
71.4
100.7
62.3
47.4
57.8
57.0
57.1
55.6
Continuing
Continuing
740.6
71.4
100.7
62.3
47.4
57.8
57.0
57.1
55.6
Continuing
Continuing
Proc Qty
Gross Cost
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The Joint Biological Defense Program (Medical) effort consists of the following: (1) the Critical Reagent Program (CRP); (2) the Joint Biological Agent
Identification and Diagnostic System (JBAIDS); and (3) the DoD Biological Vaccines Procurement. CRP integrates and consolidates all Department of Defense (DoD)
reagents/antibodies/DNA biological detection requirements. JBAIDS is a medical test equipment platform which: identifies Biological Warfare (BW) agents and pathogens
(Block I), and toxins (Block II); may be used as a diagnostic tool by medical professionals to treat patients; comprised of platform test equipment hardware (including
computer and case); assay test kits specific to BW agents; and protocols for sample preparation and system operation. The vaccine acquisition components of the Joint
Biological Defense Program are focused on a prime (systems) contract approach in which the prime contractor will manage biological defense medical products. The current
licensed Anthrax vaccine is procured directly from BioPort Corp., not DynCorp Vaccine Company the prime systems contractor.
DESCRIPTION:
JUSTIFICATION: Continues support of the current national military strategy, specifically, a worldwide force projection capability that requires BW detection in order to protect
the Force against potential threats. Operational forces, contingency, special operations/low intensity conflict, counter narcotics and other high-risk missions, have the
immediate need to survive and sustain operations in a biological agent threat environment. Operating forces have a critical need for defense from worldwide proliferation of
BW capabilities and medical treatment of BW related casualties. The Joint Biological Defense Program will provide a tiered strategy for detection and warning comprised of
complementary detection/identification systems to provide theater protection against a large area and point attacks. The other biological defense mission requirement is to
provide US Forces with enhanced survivability and force protection through the introduction of Food and Drug Administration (FDA) approved vaccines to protect against
current and emerging threats, which could be deployed against maneuver units, or stationary facilities in the theater of operations.
Item No. 69 Page 1 of 34
95
Exhibit P-40, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
JOINT BIO AGENT IDENTIFICATION AND
DIAGNOSTIC SYS (JBAIDS)
DOD BIOLOGICAL VACCINE PROCUREMENT
CRITICAL REAGENTS PROGRAM (CRP)
TOTAL
P-1 Line Item Nomenclature:
(MA0800) JOINT BIO DEFENSE PROGRAM
(MEDICAL)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
9873
18386
21188
5650
59706
80478
38930
39466
1799
1843
2223
2274
71378
100707
62341
47390
Item No. 69 Page 2 of 34
96
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
Prior Years
February 2005
P-1 Item Nomenclature
(JM0001) JOINT BIO AGENT IDENTIFICATION AND DIAGNOSTIC SYS (JBAIDS)
Other Related Program Elements:
FY 2004
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
Proc Qty
25
141
158
22
109
83
62
FY 2011
To Complete
Total Prog
600
Gross Cost
9.9
18.4
21.2
5.7
14.7
11.2
8.5
89.4
9.9
18.4
21.2
5.7
14.7
11.2
8.5
89.4
9.9
18.4
21.2
5.7
14.7
11.2
8.5
89.4
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The Joint Biological Agent Identification and Diagnostic System (JBAIDS) program is the first effort by the Department of Defense (DoD) to develop and
field a common medical test equipment platform among all the Military Services. JBAIDS (Block I) will identify both Biological Warfare (BW) agents and pathogens of
operational concern, and will be used as a diagnostic tool by medical professionals to treat patients. A multi-block configuration, evolutionary development and fielding
approach is proposed. JBAIDS Block I is comprised of platform test equipment hardware (includes computer and case), assay test kits specific to BW agents, and protocols
for sample preparation and system operation. A modified commercial off-the-shelf (COTS) system is being procured to meet this requirement. The COTS system will be
configured to support forward medical operations for force health protection. The JBAIDS Block II is a reusable, portable, modifiable, toxin identification and diagnostic
system capable of rapid, reliable and simultaneous identification of multiple toxins. Block II development effort focuses on militarizing and hardening of critical toxin
identification technologies based on a COTS/Non-Developmental Item (NDI) candidate system. This will be a rapid development and fielding effort to deliver a critical
capability to identify toxins to the field in the shortest time. DoD will obtain FDA approval for the initial set of assays and hardware for JBAIDS. Of the Procurement
Quantities, 336 systems are Block I and 264 are Block II.
DESCRIPTION:
JUSTIFICATION:
In FY06, the JBAIDS program will exercise production options for 158 JBAIDS Block I.
Item No. 69 Page 3 of 34
97
Exhibit P-40, Budget Item Justification Sheet
Date:
Exhibit P-40C, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
0604384BP/Proj MB5
B
February 2005
P-1 Item Nomenclature
(JM0001) JOINT BIO AGENT IDENTIFICATION AND DIAGNOSTIC SYS (JBAIDS)
Other Related Program Elements:
RDT&E Code B Item
The Joint Biological Agent Identification and Diagnostic System (JBAIDS) program is the first effort by the Department of Defense (DoD) to develop and field a common
medical test equipment platform among all the Military Services. JBAIDS (Block I) will identify both Biological Warfare (BW) agents and pathogens of operational concern,
and will be used as a diagnostic tool by medical professionals to treat patients. A multi-block configuration, evolutionary development and fielding approach is proposed.
JBAIDS Block I is comprised of platform test equipment hardware (includes computer and case), assay test kits specific to BW agents, and protocols for sample preparation and
system operation. A modified commercial off-the-shelf (COTS) system is being procured to meet this requirement. The COTS system will be configured to support forward
medical operations for force health protection. The JBAIDS Block II is a reusable, portable, modifiable, toxin identification and diagnostic system capable of rapid, reliable and
simultaneous identification of multiple toxins. Block II development effort focuses on militarizing and hardening of critical toxin identification technologies based on a
COTS/Non-Developmental Item (NDI) candidate system. This will be a rapid development and fielding effort to deliver a critical capability to identify toxins to the field in the
shortest time. DoD will obtain FDA approval for the initial set of assays and hardware for JBAIDS. Of the Procurement Quantities, 336 systems are Block I and 264 are Block
II.
RDT&E FY03 and Prior - 22.9M; FY04 - 3.6M; FY05 - 4.6M; FY06 - 8.3M; FY07 - 10.4M; FY08 - 6.6M
DEVELOPMENT/TEST STATUS AND MAJOR MILESTONES
START/COMPLETE
BLOCK I
Perform Developmental Testing (DT) and Operational Testing (OT) efforts.
Food and Drug Administration (FDA) review and approval procedures initiated.
Milestone C/Low Rate Initial Production (LRIP) Decision.
LRIP Deliveries.
JBAIDS Multi-Service OT continues.
FDA assay review and approval continues (JBAIDS platform/Anthrax assays).
Milestone C/Full Rate Production (FRP) Decision.
Other nine FDA assays review and approvals continues.
4Q FY03/2Q FY05.
1Q FY05/1Q FY05
1Q FY05/2Q FY05
3Q FY05/3Q FY05
1Q FY05/3Q FY05
4Q FY05/4Q FY05
3Q FY05/2Q FY07
Item No. 69 Page 4 of 34
98
Exhibit P-40C, Budget Item Justification Sheet
Date:
Exhibit P-40C, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
0604384BP/Proj MB5
B
February 2005
P-1 Item Nomenclature
(JM0001) JOINT BIO AGENT IDENTIFICATION AND DIAGNOSTIC SYS (JBAIDS)
Other Related Program Elements:
RDT&E Code B Item
BLOCK II
Advanced Concept Technology Demonstration ("Fly-Off").
Milestone B.
Development Contract Award.
Perform Developmental Testing (DT), Operational Assessment (OA), Operational Testing (OT), and system training.
FDA toxin 510(k) submittals and clinical trials.
FDA approval of five toxins.
Milestone C (LRIP).
Milestone C (FRP) Decision.
Item No. 69 Page 5 of 34
99
3Q FY05/1Q FY06
1Q FY06/1Q FY06
1Q FY06/1Q FY06
2Q FY06/3Q FY08
2Q FY07/4Q FY08
4Q FY08/4Q FY08
1Q FY08/1Q FY08
2Q FY08/2Q FY08
Exhibit P-40C, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
P-1 Line Item Nomenclature:
(JM0001) JOINT BIO AGENT
IDENTIFICATION AND DIAGNOSTIC SYS
(JBAIDS)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
JBAIDS - Block I
Blk I JBAIDS Hardware/Software (Refurb
Prototypes)
B
1001
21
47.667
Blk I JBAIDS Hardware/Software (LRIP)
B
1191
25
47.640
Blk I Laboratory Support Equipment
952
477
10
47.700
3948
4453
338
Blk I Assay (Reagent Kits) (LRIP)
B
440
40000
0.011
176
16000
0.011
Blk I DNA/RNA Extraction Kits (LRIP)
B
120
20000
0.006
48
8000
0.006
Blk I JBAIDS Hardware/Software (FRP)
A
6041
131
46.115
7367
158
46.627
560
12
46.667
Blk I JBAIDS Assay (Reagent Kits) (FRP)
A
2306
209600
0.011
2781
252800
0.011
211
19200
0.011
Blk I JBAIDS DNA/RNA Extraction Kits (FRP)
A
629
104800
0.006
758
126400
0.006
58
9600
0.006
Blk I Training
454
800
666
300
Blk I Technical Data Packages (TDPs), Drawings,
Technical Manuals
385
289
48
16
Blk I Quality Assurance (QA), FDA Current Good
Manufacturing Practices (cGMP), 510(k)
Submittals
1500
1729
2266
Blk I Engineering, Integration, Assay Validation,
and Program Management Support
3006
880
1420
824
1063
1429
Blk I Assay Patent/Licensing Royalty/Performance
Incentive Fees
Item No. 69 Page 6 of 34
100
102
Exhibit P-5, Weapon System Cost Analysis
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
P-1 Line Item Nomenclature:
(JM0001) JOINT BIO AGENT
IDENTIFICATION AND DIAGNOSTIC SYS
(JBAIDS)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
JBAIDS - Block II
Blk II JBAIDS Hardware
500
Blk II Laboratory Support Equipment
280
Blk II Training
150
Blk II Technical Data Packages
760
Blk II QA, FDA cGMP, 510(k) Submittals
775
Blk II Engineering, Integration, Assay Validation,
and Program Management Support
50.000
1300
Blk II Assay Patent/Licensing Royalty/Performance
Incentive Fees
TOTAL
10
300
9873
18386
Item No. 69 Page 7 of 34
101
21188
5650
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JM0001) JOINT BIO AGENT IDENTIFICATION AND DIAGNOSTIC
SYS (JBAIDS)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
Blk I JBAIDS Hardware/Software (Refurb
Prototypes)
Idaho Technology, Inc., Salt
Lake City, UT
C/FFP
US Army Missile and
Space Command,
Frederick, MD
Oct-03
Mar-04
21
47667
Yes
FY 04
Idaho Technology, Inc., Salt
Lake City, UT
C/FFP - Option 1
Dec-04
Feb-05
25
47640
Yes
FY 05
Idaho Technology, Inc., Salt
Lake City, UT
C/FFP - Option 1
US Army Missile and
Space Command,
Frederick, MD
US Army Missile and
Space Command,
Frederick, MD
Dec-04
Jun-05
10
47700
Yes
FY 04
Blk I JBAIDS Hardware/Software (LRIP)
REMARKS:
* Block I Milestone C/LRIP decision completed to 9 Dec 2004. Procurement of LRIP articles awarded 21 Dec 2004.
** Block I FRP decision scheduled for Sep 2005. Purchase of assay and extraction kits will follow.
Item No. 69 Page 8 of 34
102
Exhibit P-5A, Procurement History and Planning
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JM0001) JOINT BIO AGENT IDENTIFICATION AND DIAGNOSTIC
SYS (JBAIDS)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Spec/TDP
Avail
Now?
Date
Delivery
Each
$
US Army Missile and
Space Command,
Frederick, MD
US Army Missile and
Space Command,
Frederick, MD
Dec-04
Mar-05
40000
11
Yes
Dec-04
May-05
16000
11
Yes
US Army Missile and
Space Command,
Frederick, MD
US Army Missile and
Space Command,
Frederick, MD
Dec-04
Mar-05
20000
6.00
Yes
Dec-04
May-05
8000
6.00
Yes
Date
Revsn
Avail
RFP Issue
Date
Blk I Assay (Reagent Kits) (LRIP)
FY 04
Idaho Technology, Inc., Salt
Lake City, UT
C/FFP - Option 1
FY 05
Idaho Technology, Inc., Salt
Lake City, UT
C/FFP - Option 1
FY 04
Idaho Technology, Inc., Salt
Lake City, UT
C/FFP - Option 1
FY 05
Idaho Technology, Inc., Salt
Lake City, UT
C/FFP
Blk I DNA/RNA Extraction Kits (LRIP)
REMARKS:
* Block I Milestone C/LRIP decision completed to 9 Dec 2004. Procurement of LRIP articles awarded 21 Dec 2004.
** Block I FRP decision scheduled for Sep 2005. Purchase of assay and extraction kits will follow.
Item No. 69 Page 9 of 34
103
Exhibit P-5A, Procurement History and Planning
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JM0001) JOINT BIO AGENT IDENTIFICATION AND DIAGNOSTIC
SYS (JBAIDS)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Spec/TDP
Avail
Now?
Date
Delivery
Each
$
US Army Missile and
Space Command,
Frederick, MD
US Army Missile and
Space Command,
Frederick, MD
US Army Missile and
Space Command,
Frederick, MD
Sep-05
Jan-06
131
46115
Yes
Jan-06
Jun-06
158
46627
Yes
Jan-07
Apr-07
12
46667
Yes
US Army Missile and
Space Command,
Frederick, MD
Sep-05
Jan-06
209600
11
Yes
Date
Revsn
Avail
RFP Issue
Date
Blk I JBAIDS Hardware/Software (FRP)
FY 05
Idaho Technology, Inc., Salt
Lake City, UT
C/FFP - Option 2
FY 06
Idaho Technology, Inc., Salt
Lake City, UT
C/FFP - Option 2
FY 07
Idaho Technology, Inc., Salt
Lake City, UT
C/FFP - Option 2
Idaho Technology, Inc., Salt
Lake City, UT
C/FFP - Option 2
Blk I JBAIDS Assay (Reagent Kits) (FRP)
FY 05
REMARKS:
* Block I Milestone C/LRIP decision completed to 9 Dec 2004. Procurement of LRIP articles awarded 21 Dec 2004.
** Block I FRP decision scheduled for Sep 2005. Purchase of assay and extraction kits will follow.
Item No. 69 Page 10 of 34
104
Exhibit P-5A, Procurement History and Planning
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JM0001) JOINT BIO AGENT IDENTIFICATION AND DIAGNOSTIC
SYS (JBAIDS)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Spec/TDP
Avail
Now?
Date
Delivery
Each
$
US Army Missile and
Space Command,
Frederick, MD
US Army Missile and
Space Command,
Frederick, MD
Jan-06
Jun-06
252800
11
Yes
Jan-07
Apr-07
19200
11
Yes
US Army Missile and
Space Command,
Frederick, MD
US Army Missile and
Space Command,
Frederick, MD
Sep-05
Jan-06
104800
6.00
Yes
Jan-06
Jun-06
126400
6.00
Yes
Date
Revsn
Avail
RFP Issue
Date
Blk I JBAIDS Assay (Reagent Kits) (FRP) (cont)
FY 06
Idaho Technology, Inc., Salt
Lake City, UT
C/FFP - Option 2
FY 07
Idaho Technology, Inc., Salt
Lake City, UT
C/FFP - Option 2
FY 05
Idaho Technology, Inc., Salt
Lake City, UT
C/FFP - Option 2
FY 06
Idaho Technology, Inc., Salt
Lake City, UT
C/FFP - Option 2
Blk I JBAIDS DNA/RNA Extraction Kits (FRP)
REMARKS:
* Block I Milestone C/LRIP decision completed to 9 Dec 2004. Procurement of LRIP articles awarded 21 Dec 2004.
** Block I FRP decision scheduled for Sep 2005. Purchase of assay and extraction kits will follow.
Item No. 69 Page 11 of 34
105
Exhibit P-5A, Procurement History and Planning
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JM0001) JOINT BIO AGENT IDENTIFICATION AND DIAGNOSTIC
SYS (JBAIDS)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
Blk I JBAIDS DNA/RNA Extraction Kits (FRP)
(cont)
Idaho Technology, Inc., Salt
Lake City, UT
C/FFP - Option 2
US Army Missile and
Space Command,
Frederick, MD
Jan-07
Apr-07
9600
6.04
Yes
FY 06
Idaho Technology, Inc., Salt
Lake City, UT
C/FFP
Oct-05
Dec-05
21
110667
Yes
FY 07
Idaho Technology, Inc., Salt
Lake City, UT
C/FFP
US Army Missile and
Space Command,
Frederick, MD
US Army Missile and
Space Command,
Frederick, MD
Oct-06
Dec-06
29
57379
Yes
TBS - H/W
C/FFP
US Army Missile and
Space Command,
Frederick, MD
Jan-07
Apr-07
10
50000
Yes
FY 07
Blk I JBAIDS Hardware/Software (CBIFPP)
Blk II JBAIDS Hardware
FY 07
REMARKS:
* Block I Milestone C/LRIP decision completed to 9 Dec 2004. Procurement of LRIP articles awarded 21 Dec 2004.
** Block I FRP decision scheduled for Sep 2005. Purchase of assay and extraction kits will follow.
Item No. 69 Page 12 of 34
106
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
(JM0001) JOINT BIO AGENT IDENTIFICATION AND DIAGNOSTIC SYS (JBAIDS)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 04
COST ELEMENTS
M
F
R
FY
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
Fiscal Year 05
Calendar Year 04
BAL
DUE
AS OF
1 OCT
O
C
T
A
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
Blk I JBAIDS Hardware/Software (Refurb Prototype
1
FY 04
J
21
21
Blk I JBAIDS Hardware/Software (LRIP)
1
FY 04
A
15
15
A
Blk I JBAIDS Hardware/Software (LRIP)
1
FY 04
AF
10
10
A
Blk I Assay (Reagent Kits) (LRIP)
2
FY 04
A
24000
24000
A
Blk I Assay (Reagent Kits) (LRIP)
2
FY 04
AF
16000
16000
A
Blk I DNA/RNA Extraction Kits (LRIP)
3
FY 04
A
12000
12000
A
Blk I DNA/RNA Extraction Kits (LRIP)
3
FY 04
AF
8000
8000
A
10
S
E
P
L
A
T
E
R
Calendar Year 05
J
A
N
F
E
B
M
A
R
A
P
R
12000
12000
6000
6000
M
A
Y
J
U
N
J
U
L
A
U
G
11
15
10
8000
8000
4000
4000
Blk I JBAIDS Hardware/Software (LRIP)
1
FY 05
MC
5
5
A
Blk I JBAIDS Hardware/Software (LRIP)
1
FY 05
N
5
5
A
Blk I Assay (Reagent Kits) (LRIP)
2
FY 05
MC
8000
8000
A
4000
4000
Blk I Assay (Reagent Kits) (LRIP)
2
FY 05
N
8000
8000
A
4000
4000
Blk I DNA/RNA Extraction Kits (LRIP)
3
FY 05
J
8000
8000
A
4000
4000
Blk I JBAIDS Hardware/Software (FRP)
1
FY 05
A
55
55
A
55
Blk I JBAIDS Hardware/Software (FRP)
1
FY 05
AF
58
58
A
58
Blk I JBAIDS Hardware/Software (FRP)
1
FY 05
J
1
1
A
1
Blk I JBAIDS Hardware/Software (FRP)
1
FY 05
MC
17
17
A
17
Blk I JBAIDS Assay (Reagent Kits) (FRP)
2
FY 05
A
88000
88000
A
88000
Blk I JBAIDS Assay (Reagent Kits) (FRP)
2
FY 05
AF
92800
92800
A
92800
Blk I JBAIDS Assay (Reagent Kits) (FRP)
2
FY 05
J
1600
1600
A
1600
O
C
T
MFR
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
N
O
V
D
E
C
5
5
J
A
N
F
E
B
TOTAL
Production
Number
NAME/LOCATION
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
1
Idaho Technology, Inc., Salt Lake City, UT
5
20
40
E
Initial / Reorder
0/0
14 / 2
3/7
17 / 9
2
Idaho Technology, Inc., Salt Lake City, UT
2800
50000
51000
E
Initial / Reorder
0/0
14 / 2
4/6
18 / 8
3
Idaho Technology, Inc., Salt Lake City, UT
6400
50000
51000
E
Initial / Reorder
0/0
14 / 2
4/6
18 / 8
4
TBS - H/W
5
20
40
E
Initial / Reorder
0/0
3/3
4/4
7/7
Item No. 69 Page 13 of 34
107
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
REMARKS
FY06 and FY07 CB Installation/Force Protection
Equipment (CBIFPP) funding is shown separately
on FP0500/JS0500.
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(JM0001) JOINT BIO AGENT IDENTIFICATION AND DIAGNOSTIC SYS (JBAIDS)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 04
COST ELEMENTS
M
F
R
FY
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
Fiscal Year 05
Calendar Year 04
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
L
A
T
E
R
Calendar Year 05
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
Blk I JBAIDS Assay (Reagent Kits) (FRP)
2
FY 05
MC
27200
27200
A
27200
Blk I JBAIDS DNA/RNA Extraction Kits (FRP)
3
FY 05
A
44000
44000
A
44000
Blk I JBAIDS DNA/RNA Extraction Kits (FRP)
3
FY 05
AF
46400
46400
A
46400
Blk I JBAIDS DNA/RNA Extraction Kits (FRP)
3
FY 05
J
800
800
A
800
Blk I JBAIDS DNA/RNA Extraction Kits (FRP)
3
FY 05
MC
13600
13600
A
13600
O
C
T
MFR
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
N
O
V
D
E
C
J
A
N
F
E
B
TOTAL
Production
Number
NAME/LOCATION
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
1
Idaho Technology, Inc., Salt Lake City, UT
5
20
40
E
Initial / Reorder
0/0
14 / 2
3/7
17 / 9
2
Idaho Technology, Inc., Salt Lake City, UT
2800
50000
51000
E
Initial / Reorder
0/0
14 / 2
4/6
18 / 8
3
Idaho Technology, Inc., Salt Lake City, UT
6400
50000
51000
E
Initial / Reorder
0/0
14 / 2
4/6
18 / 8
4
TBS - H/W
5
20
40
E
Initial / Reorder
0/0
3/3
4/4
7/7
Item No. 69 Page 14 of 34
108
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
REMARKS
FY06 and FY07 CB Installation/Force Protection
Equipment (CBIFPP) funding is shown separately
on FP0500/JS0500.
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(JM0001) JOINT BIO AGENT IDENTIFICATION AND DIAGNOSTIC SYS (JBAIDS)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 06
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
FY
COST ELEMENTS
M
F
R
Blk I JBAIDS Hardware/Software (FRP)
1
FY 05
A
55
Blk I JBAIDS Hardware/Software (FRP)
1
FY 05
AF
58
Blk I JBAIDS Hardware/Software (FRP)
1
FY 05
J
1
1
Fiscal Year 07
Calendar Year 06
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
55
10
10
15
15
5
58
10
10
15
15
Calendar Year 07
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
8
1
Blk I JBAIDS Hardware/Software (FRP)
1
FY 05
MC
17
17
10
7
Blk I JBAIDS Assay (Reagent Kits) (FRP)
2
FY 05
A
88000
88000
16000
16000
24000
24000
8000
Blk I JBAIDS Assay (Reagent Kits) (FRP)
2
FY 05
AF
92800
92800
16000
16000
24000
24000
12800
Blk I JBAIDS Assay (Reagent Kits) (FRP)
2
FY 05
J
1600
1600
Blk I JBAIDS Assay (Reagent Kits) (FRP)
2
FY 05
MC
27200
27200
16000
11200
Blk I JBAIDS DNA/RNA Extraction Kits (FRP)
3
FY 05
A
44000
44000
8000
8000
12000
12000
4000
Blk I JBAIDS DNA/RNA Extraction Kits (FRP)
3
FY 05
AF
46400
46400
8000
8000
12000
12000
6400
Blk I JBAIDS DNA/RNA Extraction Kits (FRP)
3
FY 05
J
800
800
Blk I JBAIDS DNA/RNA Extraction Kits (FRP)
3
FY 05
MC
13600
13600
8000
5600
Blk I JBAIDS Hardware/Software (FRP)
1
FY 06
A
65
65
A
10
10
15
15
15
Blk I JBAIDS Hardware/Software (FRP)
1
FY 06
AF
71
71
A
10
10
15
15
15
Blk I JBAIDS Hardware/Software (FRP)
1
FY 06
J
2
2
A
Blk I JBAIDS Hardware/Software (FRP)
1
FY 06
MC
20
20
A
10
10
Blk I JBAIDS Assay (Reagent Kits) (FRP)
2
FY 06
A
104000
104000
A
16000
16000
24000
24000
24000
Blk I JBAIDS Assay (Reagent Kits) (FRP)
2
FY 06
AF
113600
113600
A
16000
16000
24000
24000
24000
Blk I JBAIDS Assay (Reagent Kits) (FRP)
2
FY 06
J
3200
3200
A
1600
800
O
C
T
MFR
N
O
V
L
A
T
E
R
N
O
V
D
E
C
J
A
N
6
2
9600
3200
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
N
O
V
TOTAL
Production
Number
NAME/LOCATION
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
1
Idaho Technology, Inc., Salt Lake City, UT
5
20
40
E
Initial / Reorder
0/0
14 / 2
3/7
17 / 9
2
Idaho Technology, Inc., Salt Lake City, UT
2800
50000
51000
E
Initial / Reorder
0/0
14 / 2
4/6
18 / 8
3
Idaho Technology, Inc., Salt Lake City, UT
6400
50000
51000
E
Initial / Reorder
0/0
14 / 2
4/6
18 / 8
4
TBS - H/W
5
20
40
E
Initial / Reorder
0/0
3/3
4/4
7/7
Item No. 69 Page 15 of 34
109
REMARKS
FY06 and FY07 CB Installation/Force Protection
Equipment (CBIFPP) funding is shown separately
on FP0500/JS0500.
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(JM0001) JOINT BIO AGENT IDENTIFICATION AND DIAGNOSTIC SYS (JBAIDS)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 06
COST ELEMENTS
M
F
R
FY
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
Fiscal Year 07
Calendar Year 06
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
Calendar Year 07
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
Blk I JBAIDS Assay (Reagent Kits) (FRP)
2
FY 06
MC
32000
32000
A
16000
16000
Blk I JBAIDS DNA/RNA Extraction Kits (FRP)
3
FY 06
A
52000
52000
A
8000
8000
12000
12000
12000
Blk I JBAIDS DNA/RNA Extraction Kits (FRP)
3
FY 06
AF
56800
56800
A
8000
8000
12000
12000
12000
Blk I JBAIDS DNA/RNA Extraction Kits (FRP)
3
FY 06
MC
17600
17600
A
8000
8000
Blk I JBAIDS Hardware/Software (CBIFPP)
1
FY 06
J
21
21
Blk I JBAIDS Hardware/Software (FRP)
1
FY 07
A
5
5
A
5
Blk I JBAIDS Hardware/Software (FRP)
1
FY 07
AF
5
5
A
5
Blk I JBAIDS Hardware/Software (FRP)
1
FY 07
J
1
1
A
1
Blk I JBAIDS Hardware/Software (FRP)
1
FY 07
MC
1
1
A
1
Blk I JBAIDS Assay (Reagent Kits) (FRP)
2
FY 07
A
8000
8000
A
8000
A
10
2
FY 07
AF
8000
8000
A
8000
FY 07
J
1600
1600
A
1600
Blk I JBAIDS Assay (Reagent Kits) (FRP)
2
FY 07
MC
1600
1600
A
1600
Blk I JBAIDS DNA/RNA Extraction Kits (FRP)
3
FY 07
A
4000
4000
A
4000
Blk I JBAIDS DNA/RNA Extraction Kits (FRP)
3
FY 07
AF
4000
4000
A
4000
Blk I JBAIDS DNA/RNA Extraction Kits (FRP)
3
FY 07
J
800
800
A
800
Blk I JBAIDS DNA/RNA Extraction Kits (FRP)
3
FY 07
MC
800
800
A
800
Blk I JBAIDS Hardware/Software (CBIFPP)
1
FY 07
J
29
29
Blk II JBAIDS Hardware
4
FY 07
J
10
10
MFR
A
20
S
E
P
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
9
A
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
N
O
V
D
E
C
J
A
N
10
F
E
B
TOTAL
Production
Number
NAME/LOCATION
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
1
Idaho Technology, Inc., Salt Lake City, UT
5
20
40
E
Initial / Reorder
0/0
14 / 2
3/7
17 / 9
2
Idaho Technology, Inc., Salt Lake City, UT
2800
50000
51000
E
Initial / Reorder
0/0
14 / 2
4/6
18 / 8
3
Idaho Technology, Inc., Salt Lake City, UT
6400
50000
51000
E
Initial / Reorder
0/0
14 / 2
4/6
18 / 8
4
TBS - H/W
5
20
40
E
Initial / Reorder
0/0
3/3
4/4
7/7
Item No. 69 Page 16 of 34
110
A
U
G
11
2
D
E
C
J
U
L
4800
Blk I JBAIDS Assay (Reagent Kits) (FRP)
N
O
V
J
U
N
1600
Blk I JBAIDS Assay (Reagent Kits) (FRP)
O
C
T
M
A
Y
L
A
T
E
R
M
A
R
A
P
R
REMARKS
FY06 and FY07 CB Installation/Force Protection
Equipment (CBIFPP) funding is shown separately
on FP0500/JS0500.
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
February 2005
P-1 Item Nomenclature
(JX0005) DOD BIOLOGICAL VACCINE PROCUREMENT
Other Related Program Elements:
Prior Years
FY 2004
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
303.3
59.7
80.5
38.9
39.5
40.7
43.5
46.1
52.9
Continuing
Continuing
303.3
59.7
80.5
38.9
39.5
40.7
43.5
46.1
52.9
Continuing
Continuing
303.3
59.7
80.5
38.9
39.5
40.7
43.5
46.1
52.9
Continuing
Continuing
Proc Qty
Gross Cost
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The Anthrax Vaccine Adsorbed (AVA) production program is critical for national defense. BioPort Corporation is the only source for the Food and Drug
Administration (FDA) licensed vaccine. Funding supports vaccine production, quality assurance and control, process, equipment validation, process change management,
documentation control, and all FDA post-approval commitments.
DESCRIPTION:
The Joint Chemical Biological Defense program utilizes the prime systems contract approach for the Joint Vaccine Acquisition Program (JVAP) in which the prime contractor
will manage biological defense medical products to include: full-scale licensed vaccine production, stockpiling, testing, and distribution. Products to be procured and
stockpiled under the JVAP include: Recombinant Botulinum, Plague, and Smallpox (Vaccinia Immune Globulin (VIG)).
FY06 funding procures the FDA licensed AVA doses to support the Secretary of Defense's immunization program. Funding also supports quality assurance
efforts for the Investigational New Drug (IND) vaccines transferred from the Salk Institute to ensure their availability for contingency use.
JUSTIFICATION:
Item No. 69 Page 17 of 34
111
Exhibit P-40, Budget Item Justification Sheet
Date:
Exhibit P-40C, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
0603884BP, Project MB4/Project MB5
B
February 2005
P-1 Item Nomenclature
(JX0005) DOD BIOLOGICAL VACCINE PROCUREMENT
Other Related Program Elements:
RDT&E Code B Item
VACCINES: This project funds the Joint Vaccine Acquisition Program (JVAP) and other activities involving the development, licensure, and production of vaccines and other
medical products directed against validated biological warfare (BW) agents to include bacteria, viruses, and toxins. Medical biological defense product development involves
expanded clinical and process development efforts to evaluate the products' safety and efficacy. These efforts are required to be submitted to support the product and
establishment of applications for Food and Drug Administration (FDA) licensing. Procure sufficient FDA-licensed AVA, Smallpox vaccine and Vaccinia Immune Globulin to
meet the Secretary of Defense mandated immunization program.
RDT&E: FY03 and Prior - $280.5M; FY04 - 68.0M; FY05 - 34.0M; FY06 - 45.1M; FY07 - 57.5M; FY08 - 73.6M; FY09 - 77.2M; FY10 - 56.6M; FY11 - 41.1M
DEVELOPMENT/TEST STATUS AND MAJOR MILESTONE
START/COMPLETE
Continue Phase 1 efforts for Recombitant Botulinum and Plague vaccines.
Complete Phase 1 efforts for Equine Encephalitis (VEE) .
Complete development effort for licensure of Vaccinia Immune Globulin (VIG).
1Q FY01/Continuing
4Q FY05/1Q FY06
1Q FY98/4Q FY04
Item No. 69 Page 18 of 34
112
Exhibit P-40C, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
P-1 Line Item Nomenclature:
(JX0005) DOD BIOLOGICAL VACCINE
PROCUREMENT
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
Anthrax Vaccine Production (Doses)
A
Anthrax Vaccine Production (Doses) NC*
A
Anthrax Vaccine - Achieve/Maintain FDA Product
License.
A
Weapon System Type:
Date:
February 2005
PRIOR
Total Cost
Qty
Unit Cost
$000
Each
$000
131043
12125
Capital Expenditures
39672
A
1800
Other Bio Defense Medical Product Storage and
Testing
VIG Procurement (source plasma collection in
FY05)
0.018
1000000
0.002
102970
Anthrax Vaccine - Testing, Labeling, Shipping and
Security
Smallpox Vaccine
7399217
15664
B
Note: Contract Unit Cost for Anthrax Vaccine only
in dollars and cents: FY03 - $22.25 FY04 $22.91 FY05 - $23.61 FY06 - $24.31 FY07 $25.04 (estimated)
NC* - New Contract
TOTAL
303274
Item No. 69 Page 19 of 34
113
Exhibit P-5, Weapon System Cost Analysis
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
P-1 Line Item Nomenclature:
(JX0005) DOD BIOLOGICAL VACCINE
PROCUREMENT
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
Anthrax Vaccine Production (Doses)
A
Anthrax Vaccine Production (Doses) NC*
A
46723
Anthrax Vaccine - Achieve/Maintain FDA Product
License.
A
2163
2500
500
500
Anthrax Vaccine - Testing, Labeling, Shipping and
Security
3651
3761
3873
3990
Capital Expenditures
4900
921
958
970
Smallpox Vaccine
A
Other Bio Defense Medical Product Storage and
Testing
VIG Procurement (source plasma collection in
FY05)
1413
856
B
1818000
700000
0.026
68709
2803685
0.025
29141
1180337
0.025
28086
1101000
0.026
592
10.000
0.002
4587
460
9.972
4458
446
9.996
5920
Note: Contract Unit Cost for Anthrax Vaccine only
in dollars and cents: FY03 - $22.25 FY04 $22.91 FY05 - $23.61 FY06 - $24.31 FY07 $25.04 (estimated)
NC* - New Contract
TOTAL
59706
80478
Item No. 69 Page 20 of 34
114
38930
39466
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JX0005) DOD BIOLOGICAL VACCINE PROCUREMENT
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
USASMDC, Fort Detrick,
MD
USASMDC, Fort Detrick,
MD
USASMDC, Fort Detrick,
MD
USASMDC, Fort Detrick,
MD
Spec/TDP
Avail
Now?
Date
Delivery
Each
$
Jan-04
Apr-04
1818000
25
Yes
Oct-04
Mar-05
2803685
25
Yes
Oct-05
Mar-06
1180337
25
Yes
Oct-06
Mar-07
1101000
25
Yes
USASMDC, Fort Detrick,
MD
Mar-04
Jun-04
700000
2.02
Yes
USASMDC, Frederick,
MD
Jun-05
Jul-05
460
9972
Yes
Date
Revsn
Avail
RFP Issue
Date
Anthrax Vaccine Production (Doses) NC*
FY 04
BioPort, Lansing, MI
SS/FFP
FY 05
BioPort, Lansing, MI
SS/FFP - Opt #1
FY 06
BioPort, Lansing, MI
SS/FFP - Opt #2
FY 07
BioPort, Lansing, MI
SS/FFP
Smallpox Vaccine
FY 04
Centers for Disease Control,
Atlanta, GA
MIPR
DynPort Vaccine Company,
Frederick, MD
C/CPAF
VIG Procurement (source plasma collection in
FY05)
FY 05
REMARKS:
NC* - New Contract
VIG Unit Cost = Cost per VIG treatment.
Item No. 69 Page 21 of 34
115
Exhibit P-5A, Procurement History and Planning
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JX0005) DOD BIOLOGICAL VACCINE PROCUREMENT
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Spec/TDP
Avail
Now?
Date
Delivery
Each
$
Jan-06
Feb-06
446
9996
Yes
Jan-07
Feb-07
592
10000
Yes
Date
Revsn
Avail
RFP Issue
Date
VIG Procurement (source plasma collection in
FY05) (cont)
DynPort Vaccine Company,
Frederick, MD
DynPort Vaccine Company,
Frederick, MD
FY 06
FY 07
REMARKS:
C/CPAF - Opt #1
C/CPAF - Opt #2
USASMDC, Frederick,
MD
USASMDC, Frederick,
MD
NC* - New Contract
VIG Unit Cost = Cost per VIG treatment.
Item No. 69 Page 22 of 34
116
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
(JX0005) DOD BIOLOGICAL VACCINE PROCUREMENT
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 04
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
FY 03
A
1316
833
483
241
242
3
FY 04
J
1818
1818
2
FY 04
J
700
700
M
F
R
FY
Anthrax Vaccine Production (Doses)
1
Anthrax Vaccine Production (Doses) NC*
Smallpox Vaccine
COST ELEMENTS
Anthrax Vaccine Production (Doses) NC*
3
FY 05
J
2804
2804
VIG Procurement (source plasma collection in FY05)
4
FY 05
J
460
460
D
E
C
J
A
N
F
E
B
M
A
R
A
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
151
151
151
D
E
C
J
A
N
F
E
B
M
A
R
151
151
151
152
152
152
152
152
152
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
NAME/LOCATION
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
235
N
O
V
D
E
C
J
A
N
F
E
B
TOTAL
Production
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
BioPort, Lansing, MI
110
356
534
K
Initial / Reorder
0/0
2/0
6/6
8/6
2
Centers for Disease Control, Atlanta, GA
700
700
700
K
Initial / Reorder
0/0
5/0
4/0
9/0
3
BioPort, Lansing, MI
151
151
259
K
Initial / Reorder
0/0
3/0
4/6
7/6
4
DynPort Vaccine Company, Frederick, MD
440
440
1400
K
Initial / Reorder
0/0
8/3
2/2
10 / 5
117
J
U
N
J
U
L
A
U
G
S
E
P
235
235
235
235
235
235
1159
A
460
M
A
R
J
U
N
J
U
L
A
U
G
S
E
P
A
P
R
M
A
Y
REMARKS
Vaccine doses in thousands.
1
Item No. 69 Page 23 of 34
M
A
Y
700
A
N
O
V
A
P
R
L
A
T
E
R
Calendar Year 05
A
P
R
A
O
C
T
MFR
Fiscal Year 05
Calendar Year 04
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(JX0005) DOD BIOLOGICAL VACCINE PROCUREMENT
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 06
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
FY 05
J
2804
1645
1159
235
230
231
231
232
A
A
446
FY
COST ELEMENTS
M
F
R
Anthrax Vaccine Production (Doses) NC*
3
Anthrax Vaccine Production (Doses) NC*
1
FY 06
J
1180
1180
VIG Procurement (source plasma collection in FY05)
4
FY 06
J
446
446
Anthrax Vaccine Production (Doses) NC*
1
FY 07
J
1101
1101
VIG Procurement (source plasma collection in FY05)
4
FY 07
J
592
592
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
108
108
108
108
108
108
108
108
108
108
100
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
NAME/LOCATION
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
L
A
T
E
R
110
110
110
110
110
110
110
331
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
Calendar Year 07
F
E
B
A
O
C
T
MFR
Fiscal Year 07
Calendar Year 06
N
O
V
D
E
C
A
592
J
A
N
F
E
B
TOTAL
Production
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
1
BioPort, Lansing, MI
110
356
534
K
Initial / Reorder
0/0
2/0
6/6
8/6
2
Centers for Disease Control, Atlanta, GA
700
700
700
K
Initial / Reorder
0/0
5/0
4/0
9/0
3
BioPort, Lansing, MI
151
151
259
K
Initial / Reorder
0/0
3/0
4/6
7/6
4
DynPort Vaccine Company, Frederick, MD
440
440
1400
K
Initial / Reorder
0/0
8/3
2/2
10 / 5
Item No. 69 Page 24 of 34
118
REMARKS
Vaccine doses in thousands.
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(JX0005) DOD BIOLOGICAL VACCINE PROCUREMENT
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 08
FY
COST ELEMENTS
M
F
R
Anthrax Vaccine Production (Doses) NC*
1
FY 07
MFR
Fiscal Year 09
Calendar Year 08
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
1101
770
331
110
110
111
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
PRODUCTION RATES
LEAD TIMES
Administrative
Number
NAME/LOCATION
Calendar Year 09
TOTAL
Production
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
BioPort, Lansing, MI
110
356
534
K
Initial / Reorder
0/0
2/0
6/6
8/6
2
Centers for Disease Control, Atlanta, GA
700
700
700
K
Initial / Reorder
0/0
5/0
4/0
9/0
3
BioPort, Lansing, MI
151
151
259
K
Initial / Reorder
0/0
3/0
4/6
7/6
4
DynPort Vaccine Company, Frederick, MD
440
440
1400
K
Initial / Reorder
0/0
8/3
2/2
10 / 5
119
REMARKS
Vaccine doses in thousands.
1
Item No. 69 Page 25 of 34
L
A
T
E
R
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
February 2005
P-1 Item Nomenclature
(JX0210) CRITICAL REAGENTS PROGRAM (CRP)
Other Related Program Elements:
Prior Years
FY 2004
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
15.3
1.8
1.8
2.2
2.3
2.4
2.4
2.6
2.7
Continuing
Continuing
15.3
1.8
1.8
2.2
2.3
2.4
2.4
2.6
2.7
Continuing
Continuing
15.3
1.8
1.8
2.2
2.3
2.4
2.4
2.6
2.7
Continuing
Continuing
Proc Qty
Gross Cost
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
In order to detect anthrax spores (antigen), a critical reagent (antibody) may be needed for use in a detection Joint Biological Agent and Identification System
(JBAIDS) platform. Multiple medical and non-medical platforms require a continuous, quality supply of critical reagents for effective warning to significantly enhance force
survivability. They are also required for rapid medical diagnosis and treatment of exposed personnel. A common set of reagents for all platforms is required. The Critical
Reagents Program (CRP) will ensure the quality and availability of reagents that are critical to the successful development, test, and operation of BW detection systems and
medical biological products. The CRP integrates and consolidates all Department of Defense (DoD) reagents/antibodies detection requirements from System Development
and Demonstration (SDD) through production. The CRP will ensure the availability of high quality reagents and Handheld Immunochromatographic Assays (HHA)
throughout the life cycle of all systems managed to include: Biological Integrated Detection System (BIDS), Interim Biological Agent Detection System (IBADS), Joint
Biological Point Detection System (JBPDS), JBAIDS, and the Airbase/Port Biological Detection (Portal Shield). The CRP also supports the Navy Forward Deployed Lab,
the Theater Army Medical Lab (TAML), the Army Technical Escort Unit (TEU), the Marine Corps Chemical-Biological Incident Response Force (CBIRF), other
counter-terrorist and special reconnaissance teams, and foreign countries. The CRP is also responsible for managing the production, storage and validation of HHAs,
polymerase chain reaction (PCR) assays, freeze-dried electrochemiluminescence (ECL) immunoassays, antibodies, and biological threat agent and genomic reference
materials.
DESCRIPTION:
In FY06 CRP procures 70 grams of antibody and five grams of target agents in order to support Operational Test & Evaluation of the JBPDS and JBAIDS,
and sustainment requirements for fielded biological detection systems; i.e., Portal Shield and BIDS.
JUSTIFICATION:
NOTE:
FY03 and prior budget data is reflected in standard study number (SSN) JPO210.
Item No. 69 Page 26 of 34
120
Exhibit P-40, Budget Item Justification Sheet
Date:
Exhibit P-40C, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
0604384BP/Proj BJ5 and Proj MB5
B
February 2005
P-1 Item Nomenclature
(JX0210) CRITICAL REAGENTS PROGRAM (CRP)
Other Related Program Elements:
RDT&E Code B Item
In order to detect anthrax spores (antigen), a critical reagent (antibody) may be needed for use in a detection Joint Biological Agent and Identification System (JBAIDS)
platform. Multiple medical and non-medical platforms require a continuous, quality supply of critical reagents for effective warning to significantly enhance force survivability.
They are also required for rapid medical diagnosis and treatment of exposed personnel. A common set of reagents for all platforms is required. The Critical Reagents Program
(CRP) will ensure the quality and availability of reagents that are critical to the successful development, test, and operation of BW detection systems and medical biological
products. The CRP integrates and consolidates all Department of Defense (DoD) reagents/antibodies detection requirements from System Development and Demonstration
(SDD) through production. The CRP will ensure the availability of high quality reagents and Handheld Immunochromatographic Assays (HHA) throughout the life cycle of all
systems managed to include: Biological Integrated Detection System (BIDS), Interim Biological Agent Detection System (IBADS), Joint Biological Point Detection System
(JBPDS), JBAIDS, and the Airbase/Port Biological Detection (Portal Shield). The CRP also supports the Navy Forward Deployed Lab, the Theater Army Medical Lab
(TAML), the Army Technical Escort Unit (TEU), the Marine Corps Chemical-Biological Incident Response Force (CBIRF), other counter-terrorist and special reconnaissance
teams, and foreign countries. The CRP is also responsible for managing the production, storage and validation of HHAs, polymerase chain reaction (PCR) assays, freeze-dried
electrochemiluminescence (ECL) immunoassays, antibodies, and biological threat agent and genomic reference materials.
RDT&E FY03 and Prior - 11.8M; FY04 - 3.5M; FY05 - 3.0M; FY06 - 10.1M; FY07 - 3.3M; FY08 - 4.2M; FY09 - 4.3M
DEVELOPMENT/TEST STATUS AND MAJOR MILESTONES
START
COMPLETE
CRP - Antibodies for Ten Threat Agents
CRP - International Task Force (ITF)-6A List Complete
CRP - Production/Antibodies
3Q FY98
1Q FY00
3Q FY00
2Q FY02
4Q FY02
Continuing
Item No. 69 Page 27 of 34
121
Exhibit P-40C, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
P-1 Line Item Nomenclature:
Weapon System Type:
(JX0210) CRITICAL REAGENTS PROGRAM
(CRP)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
Date:
February 2005
PRIOR
Total Cost
Qty
Unit Cost
$000
Each
$000
Antibodies (Grams)
A
6647
585
11.362
Biological Threat Agent Reference Materials
(Grams)
A
1091
41
26.610
Biological Genomic Reference Materials (Targets)
B
58
6
9.667
38000
0.052
Repository Costs
996
Quality Assurance/Quality Control Support
1649
Technical Program Support
DoD Sampling Kits
202
A
1976
Note: Unit costs of Target Agents, Antibodies, Gene
Probes, and Primers will vary between years as
different products are purchased to conform with
classified International Task Force (ITF) Lists.
TOTAL
12619
Item No. 69 Page 28 of 34
122
Exhibit P-5, Weapon System Cost Analysis
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
FY 04
P-1 Line Item Nomenclature:
Weapon System Type:
(JX0210) CRITICAL REAGENTS PROGRAM
(CRP)
Date:
February 2005
FY 05
FY 07
FY 06
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
Antibodies (Grams)
A
864
70
12.343
882
70
12.600
890
70
12.714
890
70
12.714
Biological Threat Agent Reference Materials
(Grams)
A
141
5
28.200
142
5
28.400
147
5
29.400
150
5
30.000
Biological Genomic Reference Materials (Targets)
B
143
13
11.000
79
7
11.286
80
7
11.429
80
7
11.429
Repository Costs
200
250
317
327
Quality Assurance/Quality Control Support
451
490
548
555
241
272
2223
2274
Technical Program Support
DoD Sampling Kits
A
Note: Unit costs of Target Agents, Antibodies, Gene
Probes, and Primers will vary between years as
different products are purchased to conform with
classified International Task Force (ITF) Lists.
TOTAL
1799
1843
Item No. 69 Page 29 of 34
123
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JX0210) CRITICAL REAGENTS PROGRAM (CRP)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Spec/TDP
Avail
Now?
Date
Delivery
Each
$
Jun-04
Nov-04
70
12343
Yes
Dec-04
Feb-05
70
12600
Yes
Dec-05
Feb-06
70
12714
Yes
Dec-06
Feb-07
70
12714
Yes
Date
Revsn
Avail
RFP Issue
Date
Antibodies (Grams)
FY 04
FY 05
FY 06
FY 07
OEM Concepts, Cherry Hill,
NJ
OEM Concepts, Cherry Hill,
NJ
OEM Concepts, Cherry Hill,
NJ
OEM Concepts, Cherry Hill,
NJ
C/FFP
Dugway Proving Ground
(DPG), Dugway, UT
Dugway Proving Ground
(DPG), Dugway, UT
Dugway Proving Ground
(DPG), Dugway, UT
MIPR
DPG, Dugway, UT
Dec-03
Feb-04
5
28200
Yes
MIPR
DPG, Dugway, UT
Dec-04
Feb-05
5
28400
Yes
MIPR
DPG, Dugway, UT
Dec-05
Feb-06
5
29400
Yes
C/FFP
C/FFP
C/FFP
USASMDC, Frederick,
MD
USASMDC, Frederick,
MD
USASMDC, Frederick,
MD
USASMDC, Frederick,
MD
Biological Threat Agent Reference Materials
(Grams)
FY 04
FY 05
FY 06
REMARKS:
Item No. 69 Page 30 of 34
124
Exhibit P-5A, Procurement History and Planning
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JX0210) CRITICAL REAGENTS PROGRAM (CRP)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
Biological Threat Agent Reference Materials
(Grams) (cont)
FY 07
Dugway Proving Ground
(DPG), Dugway, UT
MIPR
DPG, Dugway, UT
Dec-06
Feb-07
5
30000
Yes
Armed Forces Institute of
Pathology (AFIP),
Washington, DC
Tetracore, Inc.,
Gaithersburg, MD
MIPR
AFIP, Washington, DC
Dec-03
Feb-04
7
11000
Yes
USASMDC, Frederick,
MD
Aug-04
Oct-04
6
11000
Yes
Armed Forces Institute of
Pathology (AFIP),
Washington, DC
MIPR
AFIP, Washington, DC
Dec-04
Feb-05
7
11286
Yes
Biological Genomic Reference Materials (Targets)
FY 04
FY 05
REMARKS:
Item No. 69 Page 31 of 34
125
Exhibit P-5A, Procurement History and Planning
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JX0210) CRITICAL REAGENTS PROGRAM (CRP)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
Biological Genomic Reference Materials (Targets)
(cont)
FY 06
FY 07
Armed Forces Institute of
Pathology (AFIP),
Washington, DC
Armed Forces Institute of
Pathology (AFIP),
Washington, DC
MIPR
AFIP, Washington, DC
Dec-05
Feb-06
7
11429
Yes
MIPR
AFIP, Washington, DC
Dec-06
Feb-07
7
11429
Yes
REMARKS:
Item No. 69 Page 32 of 34
126
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
Exhibit P21, Production Schedule
Date:
(JX0210) CRITICAL REAGENTS PROGRAM (CRP)
February 2005
Fiscal Year 04
COST ELEMENTS
M
F
R
FY
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
Fiscal Year 05
Calendar Year 04
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
Antibodies (Grams)
5
FY 04
J
70
70
Biological Threat Agent Reference Materials (Grams
1
FY 04
J
5
5
A
1
1
1
1
1
Biological Genomic Reference Materials (Targets)
2
FY 04
J
7
7
A
1
1
1
1
1
Biological Genomic Reference Materials (Targets)
4
FY 04
J
6
6
J
U
L
A
U
G
Calendar Year 05
S
E
P
O
C
T
A
1
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
16
16
16
16
6
1
1
1
1
1
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
1
A
1
Antibodies (Grams)
5
FY 05
J
70
70
A
16
16
16
16
6
Biological Threat Agent Reference Materials (Grams
1
FY 05
J
5
5
A
1
1
1
1
1
Biological Genomic Reference Materials (Targets)
2
FY 05
J
7
7
A
1
1
1
1
1
1
1
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
O
C
T
MFR
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
Number
NAME/LOCATION
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
N
O
V
D
E
C
J
A
N
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
Dugway Proving Ground (DPG), Dugway, UT
1
2
4
E
Initial / Reorder
0/0
3/2
2/3
5/5
2
Armed Forces Institute of Pathology (AFIP), Washington, DC
1
1
2
E
Initial / Reorder
0/0
3/2
2/3
5/5
3
SAS Support, Ltd., San Antonio, TX
20000
40000
90000
E
Initial / Reorder
0/0
2/1
3/0
5/1
4
Tetracore, Inc., Gaithersburg, MD
1
1
2
E
Initial / Reorder
0/0
3/3
10 / 3
13 / 6
5
OEM Concepts, Cherry Hill, NJ
4
16
20
E
Initial / Reorder
0/0
8/2
8/3
16 / 5
127
S
E
P
REMARKS
Production
1
Item No. 69 Page 33 of 34
S
E
P
L
A
T
E
R
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
Exhibit P21, Production Schedule
Date:
(JX0210) CRITICAL REAGENTS PROGRAM (CRP)
February 2005
Fiscal Year 06
COST ELEMENTS
M
F
R
FY
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
Fiscal Year 07
Calendar Year 06
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
Antibodies (Grams)
5
FY 06
J
70
70
A
16
16
16
16
6
Biological Threat Agent Reference Materials (Grams
1
FY 06
J
5
5
A
1
1
1
1
1
Biological Genomic Reference Materials (Targets)
2
FY 06
J
7
7
A
1
1
1
1
1
J
U
L
A
U
G
1
1
Calendar Year 07
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
Antibodies (Grams)
5
FY 07
J
70
70
A
16
16
16
16
6
Biological Threat Agent Reference Materials (Grams
1
FY 07
J
5
5
A
1
1
1
1
1
Biological Genomic Reference Materials (Targets)
2
FY 07
J
7
7
A
1
1
1
1
1
1
1
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
O
C
T
MFR
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
NAME/LOCATION
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
N
O
V
D
E
C
J
A
N
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
Dugway Proving Ground (DPG), Dugway, UT
1
2
4
E
Initial / Reorder
0/0
3/2
2/3
5/5
2
Armed Forces Institute of Pathology (AFIP), Washington, DC
1
1
2
E
Initial / Reorder
0/0
3/2
2/3
5/5
3
SAS Support, Ltd., San Antonio, TX
20000
40000
90000
E
Initial / Reorder
0/0
2/1
3/0
5/1
4
Tetracore, Inc., Gaithersburg, MD
1
1
2
E
Initial / Reorder
0/0
3/3
10 / 3
13 / 6
5
OEM Concepts, Cherry Hill, NJ
4
16
20
E
Initial / Reorder
0/0
8/2
8/3
16 / 5
128
S
E
P
REMARKS
Production
1
Item No. 69 Page 34 of 34
S
E
P
L
A
T
E
R
Exhibit P-21, Production Schedule
Budget Line Item #70
COLLECTIVE PROTECTION
129
THIS PAGE INTENTIONALLY LEFT BLANK
130
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
February 2005
P-1 Item Nomenclature
(PA1600) COLLECTIVE PROTECTION
Other Related Program Elements:
Prior Years
FY 2004
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
221.8
56.3
36.0
31.8
44.0
37.6
45.0
42.3
45.0
Continuing
Continuing
221.8
56.3
36.0
31.8
44.0
37.6
45.0
42.3
45.0
Continuing
Continuing
221.8
56.3
36.0
31.8
44.0
37.6
45.0
42.3
45.0
Continuing
Continuing
Proc Qty
Gross Cost
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The objective of the Chemical/Biological (CB) Collective Protection program is to provide CB Collective Protection systems. The CB Collective Protection
systems will be smaller, lighter, less costly, and more easily supported logistically at the crew, unit, ship, and aircraft level. Collective protection platforms include shelters,
vehicles, ships, aircraft, buildings, and hospitals. Collectively Protected Deployable Medical System (CP DEPMEDS) is a kit that will be fielded with selected fielded
DEPMEDS hospitals to convert the hospital into a fully operational, environmentally controlled, collectively protected medical treatment facility. The Collective Protection
System (CPS) Backfit Program installs CPS in mission critical medical and command and control spaces on two Navy amphibious ship classes: Landing Helicopter Assault
(LHA) and Landing Helicopter Dock (LHD). The Chemical Biological Protective Shelter (CBPS) provides a contamination free, environmentally controlled working area for
medical, combat service, and combat service support personnel to obtain relief from the continuous need to wear CB protective clothing for greater than 72 hours of
operation. The Joint Collective Protection Equipment (JCPE) and Improvement program will provide the latest improvements in filtration and shelter components which will
be affordable, lightweight, easy to operate and maintain, and standardization to currently fielded systems.
DESCRIPTION:
Operational forces across the continuum of global, contingency, special operations/low intensity conflict, counternarcotics, and other high-risk missions have
immediate needs to safely operate, survive and sustain operations in a nuclear, biological and chemical (NBC) agent threat environment. Operating forces have a critical need
for defense against worldwide proliferation of NBC warfare capabilities and for medical treatment facilities.
JUSTIFICATION:
Item No. 70 Page 1 of 32
131
Exhibit P-40, Budget Item Justification Sheet
Date:
Exhibit P-40M, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Description
OSIP NO.
February 2005
P-1 Item Nomenclature
(PA1600) COLLECTIVE PROTECTION
Code:
Other Related Program Elements:
Fiscal Years
Classification
PRIOR
FY 2004
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
TC
Total
(JN0014) Collective Protection System Amphibious Backfit
Totals
63.6
15.9
16.1
10.5
8.7
3.6
5.1
0.0
0.0
0.0
123.5
63.6
15.9
16.1
10.5
8.7
3.6
5.1
0.0
0.0
0.0
123.5
Item No. 70 Page 2 of 32
132
Exhibit P-40M, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
P-1 Line Item Nomenclature:
(PA1600) COLLECTIVE PROTECTION
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
COLLECTIVE PROTECTIVE FIELD HOSPITALS
4864
5131
10517
8707
COLLECTIVE PROT SYS AMPHIB BACKFIT
(CPS BACKFIT)
15892
16088
JOINT COLLECTIVE PROTECTION
EQUIPMENT (JCPE)
11825
2166
8686
3500
CB PROTECTIVE SHELTER (CBPS)
19892
14250
16460
30149
TOTAL
56295
36004
31841
43987
COLLECTIVE PROTECTION (CO) ITEMS LESS
THAN $5M
Item No. 70 Page 3 of 32
133
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Proc Qty
Gross Cost
February 2005
P-1 Item Nomenclature
(JN0014) COLLECTIVE PROT SYS AMPHIB BACKFIT (CPS BACKFIT)
Code:
Other Related Program Elements:
Prior Years
FY 2004
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
28
5
4
3
3
1
2
FY 2010
FY 2011
To Complete
Total Prog
46
65.0
15.9
16.1
10.5
8.7
3.6
5.1
125.0
65.0
15.9
16.1
10.5
8.7
3.6
5.1
125.0
65.0
15.9
16.1
10.5
8.7
3.6
5.1
125.0
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The increased threat of Weapons of Mass Destruction (WMD) has reinforced the need to provide better defensive measures to protect personnel and vital ship
interior spaces from toxic chemical, biological agents, and radioactive fallout. The Collective Protection System (CPS) Backfit Program was established as a result of the
1997 Quadrennial Defense Review (QDR). The QDR documented a requirement for installation of CPS in mission critical medical and command and control spaces on three
Navy amphibious ship classes: Landing Helicopter Assault (LHA), Landing Helicopter Dock (LHD), and Landing Ship Dock (LSD). CPS is integrated with the ship's
heating, ventilation, and air-conditioning (HVAC) systems and provides filtered supply air for over-pressurization of specified shipboard zones to keep toxic contamination
from entering protected interior spaces. CPS eliminates the need for the ship's crew to wear protective gear (i.e., suits, masks). CPS will be installed on high priority ships and
is adaptable to any ship airflow requirements. Procurement objective is to install CPS on 12 amphibious ships totaling 46 zones of protection. This objective is accomplished
by conducting advance planning, completing Shipboard Installation Drawings (SIDs), procuring long lead items, procuring installation material, completing CPS installations,
providing engineering/technical support, performing system start-ups, completing operational training, and system certification.
DESCRIPTION:
JUSTIFICATION: FY06 provides funding for the design and installation of CPS equipment for two zones on LHD-7 (USS IWO JIMA) one zone on LHA-4 (USS NASSAU)
creating interior areas that will be safe from the effects of WMD. CPS Backfit enables amphibious ships to sustain operations while under threat of WMD contamination.
Item No. 70 Page 4 of 32
134
Exhibit P-40, Budget Item Justification Sheet
INDIVIDUAL MODIFICATION
Date:
February 2005
MODIFICATION TITLE: (JN0014) Collective Protection System Amphibious Backfit
MODELS OF SYSTEM AFFECTED: LHD class ships
DESCRIPTION/JUSTIFICATION:
The CPS will be installed on LHD class ships in the Combat Information Center (CIC), two medical spaces, and a casualty decontamination area. CPS Backfit efforts will
include ship surveys, engineering design analysis, detail design SIDs, development of modular installation packages, procurement of hardware, logistic warehousing and staging,
and installation via Alteration Installation Teams (AITs). Procurement of government furnished equipment (GFE) is required. The CPS Backfit installation process is designed
to maximize flexibility in procuring, receiving, warehousing, and assembling the necessary material and equipment to meet the challenges associated with changing ship
availabilities. Each quantity denotes a protected zone.
Note: Installation of equipment is driven by the availability of the ship in dry dock/port.
DEVELOPMENT STATUS/MAJOR DEVELOPMENT MILESTONES:
Milestone
Complete Installation two zones LHD-6
Complete Installation two zones LHD-6
Complete Installation two zones LHD-7
Complete Installation two zones LHD-7
Planned
2004
2005
2006
2007
Accomplished
Installation Schedule:
Pr Yr
FY 2004
Totals
Inputs
20
Outputs
20
1
2
FY 2005
3
4
2
2
2
2
FY 2006
3
4
1
4
1
FY 2007
3
2
2
4
4
2
2
1
2
FY 2008
3
4
1
4
3
4
2
FY 2012
3
2
2
FY 2011
3
1
2
FY 2010
3
2
2
FY 2009
1
1
1
2
To
3
4
Totals
Complete
Inputs
28
Outputs
28
METHOD OF IMPLEMENTATION:
Contract Dates:
AIT
FY 2005
02/05
Delivery Date:
FY 2005
06/05
ADMINISTRATIVE LEADTIME:
FY 2006
FY 2006
04/06
PRODUCTION LEADTIME:
FY 2007
02/07
09/06
FY 2007
6
Item No. 70 Page 5 of 32
135
6
06/07
Exhibit P-3a, Individual Modification
INDIVIDUAL MODIFICATION
MODIFICATION TITLE (Cont):
Date:
February 2005
(JN0014) Collective Protection System Amphibious Backfit
FINANCIAL PLAN: ($ in Millions)
FY 2003
and Prior
FY 2004
FY 2005
FY 2006
FY 2007
Qty
$
Qty
$
Qty
$
Qty
$
Qty
$
20
17.8
2
2.3
2
2.5
2
2.5
2
2.1
FY 2008
Qty
$
FY 2009
Qty
$
FY 2010
Qty
$
FY 2011
Qty
$
TC
Qty
TOTAL
$
Qty
$
28
27.2
RDT&E
PROCUREMENT
Kit Quantity
Installation Kits
Installation Kits, Nonrecurring
Equipment
Equipment, Nonrecurring
Engineering Change Orders
Data
2.6
0.4
0.9
0.9
0.7
5.5
2.6
0.5
0.9
0.9
0.6
5.5
Training Equipment
Support Equipment
Other
Interim Contractor Support
Installation of Hardware
FY 2003 & Prior Eqpt -- Kits
20
21.0
2
FY 2004 Eqpt -- Kits
20
21.0
2
2.6
2
3.0
2
2.9
2.3
2
2.3
2.3
28
31.8
2.6
2
FY 2005 Eqpt -- Kits
3.0
2
FY 2006 Eqpt -- Kits
2.9
2
FY 2007 Eqpt -- Kits
FY 2008 Eqpt -- Kits
FY 2009 Eqpt -- Kits
FY 2010 Eqpt -- Kits
FY 2011 Eqpt -- Kits
TC Equip-Kits
Total Equip-Kits
Total Procurement Cost
20
21.0
44.0
2
2.6
5.8
2
3.0
7.3
2
2.9
7.2
2
5.7
Item No. 70 Page 6 of 32
136
70.0
Exhibit P-3a, Individual Modification
INDIVIDUAL MODIFICATION
Date:
February 2005
MODIFICATION TITLE: (JN0014) Collective Protection System Amphibious Backfit
MODELS OF SYSTEM AFFECTED: LHA class ships
DESCRIPTION/JUSTIFICATION:
CPS will be installed on ships LHA 1-5 in two medical spaces, and a casualty decontamination space. CPS Backfit efforts will include ship surveys, engineering design
analysis, detail design SIDs, procurement of hardware, modular installation packages, logistical warehousing and staging, and installation via AITs. Procurement of GFE is
required. The CPS Backfit installation process is designed to maximize flexibility in procuring, receiving, warehousing, and assembling the necessary equipment and material
to meet the challenges associated with changing ship availabilities. Each quantity in this budget denotes a zone of protection.
DEVELOPMENT STATUS/MAJOR DEVELOPMENT MILESTONES:
Milestone
Planned
Complete installation of two zones LHA-4
Complete installation of one zone LHA-4
Complete installation of one zone LHA-2
Complete installation of one zone LHA-2
Complete installation of one zone LHA-2
Complete installation of one zone LHA-1
2005
2006
2007
2008
2009
2009
Accomplished
Installation Schedule:
Pr Yr
FY 2004
Totals
Inputs
8
Outputs
8
1
2
FY 2005
3
4
3
Inputs
2
3
2
FY 2006
3
4
1
4
1
2
2
FY 2007
3
4
4
2
1
1
2
FY 2008
3
4
1
1
4
1
2
To
3
4
4
Totals
Complete
2
Outputs
3
1
FY 2012
3
2
1
1
FY 2011
3
1
1
FY 2010
3
2
2
FY 2009
1
1
18
2
18
METHOD OF IMPLEMENTATION:
Contract Dates:
AIT
FY 2005
04/05
Delivery Date:
FY 2005
08/05
ADMINISTRATIVE LEADTIME:
FY 2006
FY 2006
02/06
PRODUCTION LEADTIME:
FY 2007
02/07
06/06
FY 2007
4
Item No. 70 Page 7 of 32
137
5
06/07
Exhibit P-3a, Individual Modification
INDIVIDUAL MODIFICATION
MODIFICATION TITLE (Cont):
Date:
February 2005
(JN0014) Collective Protection System Amphibious Backfit
FINANCIAL PLAN: ($ in Millions)
FY 2003
and Prior
FY 2004
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
Qty
$
Qty
$
Qty
$
Qty
$
Qty
$
Qty
$
Qty
$
8
8.3
3
4.7
2
4.0
1
1.7
1
1.4
1
1.5
2
2.5
FY 2010
Qty
$
FY 2011
Qty
$
TC
Qty
TOTAL
$
Qty
$
18
24.1
RDT&E
PROCUREMENT
Kit Quantity
Installation Kits
Installation Kits, Nonrecurring
Equipment
Equipment, Nonrecurring
Engineering Change Orders
Data
1.6
0.8
0.9
0.2
0.2
0.5
0.4
4.6
2.0
0.9
1.0
0.4
0.4
0.5
0.3
5.5
Training Equipment
Support Equipment
Other
Interim Contractor Support
Installation of Hardware
FY 2003 & Prior Eqpt -- Kits
8
7.7
3
FY 2004 Eqpt -- Kits
8
7.7
3
3.7
2
2.9
1
1.0
1
1.0
1
1.1
1.9
2
1.9
1.9
18
3.7
2
FY 2005 Eqpt -- Kits
2.9
1
FY 2006 Eqpt -- Kits
1.0
1
FY 2007 Eqpt -- Kits
1.0
1
FY 2008 Eqpt -- Kits
1.1
2
FY 2009 Eqpt -- Kits
FY 2010 Eqpt -- Kits
FY 2011 Eqpt -- Kits
TC Equip-Kits
Total Equip-Kits
Total Procurement Cost
8
7.7
19.6
3
3.7
10.1
2
2.9
8.8
1
1.0
3.3
1
1.0
1
3.0
Item No. 70 Page 8 of 32
138
1.1
3.6
2
5.1
19.3
53.5
Exhibit P-3a, Individual Modification
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
February 2005
P-1 Item Nomenclature
(JN0017) JOINT COLLECTIVE PROTECTION EQUIPMENT (JCPE)
Other Related Program Elements:
Prior Years
FY 2004
FY 2005
Proc Qty
369
631
2213
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
Gross Cost
13.5
11.8
2.2
Continuing
Continuing
13.5
11.8
2.2
Continuing
Continuing
13.5
11.8
2.2
Continuing
Continuing
3213
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The Joint Collective Protection Equipment (JCPE) program provides an interim capability, addressing needed improvements and cost saving standardization to
currently fielded systems. JCPE will use the latest improvements in filtration and shelter components to provide affordable, lightweight, easy to operate and maintain
equipment. The objective of this program is to procure upgraded equipment to support the requirement for Chemical/Biological (CB) collective protection systems. The
equipment to be procured is as follows: The Interval timer will provide a more effective method of signaling personnel in the airlock that it is time to proceed into the Toxic
Free Area (TFA) of a hospital or shelter. The Contamination Control Area (CCA) Airlock integration will provide filtered forced-air capability to personnel entering a TFA.
CP Latrine modifications for Collectively Protected Expeditionary Medical Support (CPEMEDS) will provide a closed latrine system to meet the specifications outlined in the
Chemically Hardened Air Transportable Hospitals (CHATH) Operational Requirements Document. The Dust & Sand motor/blower kit will eliminate sand and dust from
entering the TFA during switchover to Nuclear, Biological and Chemical (NBC) mode. The NBC switchover and pressure regulation will improve the ease and time of
switchover for the M28 Collective Protection Equipment (CPE) while providing automated pressure regulation. Radiant Barrier Material for Tent, Extendable, Modular,
Personnel (TEMPER) tents will reduce heat load on Chemically Protected Deployable Medical Systems (CPDEPMEDS). The Fan Filter Assembly (FFA)-400 and M93 kits
will provide dust separators and variable speed fans to extend Chemical, Biological, and Radiological (CBR) filter life while reducing life cycle costs.
DESCRIPTION:
Item No. 70 Page 9 of 32
139
Exhibit P-40, Budget Item Justification Sheet
Date:
Exhibit P-40C, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
February 2005
P-1 Item Nomenclature
(JN0017) JOINT COLLECTIVE PROTECTION EQUIPMENT (JCPE)
Other Related Program Elements:
0603884BP/Proj CO4; 0604384BP/Proj CO5
The Joint Collective Protection Equipment (JCPE) program provides an interim capability, addressing needed improvements and cost saving standardization to currently fielded
systems. JCPE will use the latest improvements in filtration and shelter components to provide affordable, lightweight, easy to operate and maintain equipment. The objective
of this program is to procure upgraded equipment to support the requirement for Chemical/Biological (CB) collective protection systems.
RDT&E FY03 and Prior - 15.2M; FY04 - 2.8M; FY05 - 2.5M; FY06 - 0.7M; FY07 - 1.5M; FY08 - 1.5M; FY09 - 1.5M; FY10 - 1.5M; FY11 - 1.5M
DEVELOPMENT/TEST STATUS AND MAJOR MILESTONES
START
COMPLETE
Market Survey and Test Latrine CPEMEDS
Blower Reliability and Environmental Testing
Develop and Test SSS CCA/Airlock
Develop and Test Switchover/Pressure Regulator
Develop and Test Dust and Sand Mtr/Blwr Hose Kit
Develop and Test Timer-M28 CPE/CBPS Airlocks
Develop and Test Radiant Barrier Matl-TEMPER
1Q FY01
1Q FY05
1Q FY04
4Q FY03
4Q FY03
4Q FY03
4Q FY03
2Q FY05
2Q FY05
2Q FY05
4Q FY04
4Q FY04
4Q FY04
4Q FY04
Item No. 70 Page 10 of 32
140
Exhibit P-40C, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
P-1 Line Item Nomenclature:
(JN0017) JOINT COLLECTIVE
PROTECTION EQUIPMENT (JCPE)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
FY 04
FY 05
Weapon System Type:
FY 06
Date:
February 2005
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
Entry/Exit:
Interval Timer
150
99
1.515
CPEMEDS CCA/Airlock Integration
400
20
20.000
C Doors (alternative entry/exit into TFA)
225
300
0.750
Remotes (switchover to NBC protection)
335
744
0.450
50
300
0.167
Radiant Barrier Material for TEMPER
200
600
0.333
FFA-400 Units
700
100
7.000
13
50
0.260
Utilities:
CP Latrine for CPEMEDS
31
1
31.000
Dust&Sand Mtr/Blwr Hose Kit
M93 Dust Separator Kit
Production Engineering Support
694
M20A1 SCPE
11100
TOTAL
11825
93
630
17.619
2166
Item No. 70 Page 11 of 32
141
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JN0017) JOINT COLLECTIVE PROTECTION EQUIPMENT (JCPE)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
Interval Timer
FY 05
RDECOM, Natick, MA
(Interval timer)
MIPR
ColPro JPO, Dahlgren,
VA
Apr-05
Jun-05
99
1515
Yes
Brooks City Base, San
Antonio, TX (CCA/Airlock)
MIPR
ColPro JPO, Dahlgren,
VA
Apr-05
Jul-05
20
20000
Yes
RDECOM, Natick, MA (C
Doors)
MIPR
ColPro JPO, Dahlgren,
VA
Apr-05
Jun-05
300
750
Yes
RDECOM, Natick, MA
(Remotes)
MIPR
ColPro JPO, Dahlgren,
VA
Apr-05
Jun-05
744
450
Yes
SFA , Inc. Frederick, MD
(Latrine)
SS/FP
BCB, San Antonio, TX
Jun-04
Dec-04
1
31000
Yes
CPEMEDS CCA/Airlock Integration
FY 05
C Doors (alternative entry/exit into TFA)
FY 05
Remotes (switchover to NBC protection)
FY 05
CP Latrine for CPEMEDS
FY 04
REMARKS:
Item No. 70 Page 12 of 32
142
Exhibit P-5A, Procurement History and Planning
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JN0017) JOINT COLLECTIVE PROTECTION EQUIPMENT (JCPE)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
Dust&Sand Mtr/Blwr Hose Kit
FY 05
RDECOM, Natick, MA
(Dust & Sand Kits)
MIPR
ColPro JPO, Dahlgren,
VA
Apr-05
Jun-05
300
167
Yes
RDECOM, Natick, MA
(Radiant Barrier)
MIPR
ColPro JPO, Dahlgren,
VA
Apr-05
Jun-05
600
333
Yes
RDECOM, Edgewood, MD
(FFA-400, M93)
MIPR
ColPro JPO, Dahlgren,
VA
Apr-05
Jun-05
100
7000
Yes
RDECOM, Edgewood, MD
(FFA-400, M93)
MIPR
ColPro JPO, Dahlgren,
VA
Apr-05
Jun-05
50
260
Yes
Production Products, Inc.,
St. Louis MO (M20A1)
SS/FP
TACOM, Rock Island, IL
Feb-04
Aug-04
630
17619
Yes
Radiant Barrier Material for TEMPER
FY 05
FFA-400 Units
FY 05
M93 Dust Separator Kit
FY 05
M20A1 SCPE
FY 04
REMARKS:
Item No. 70 Page 13 of 32
143
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
(JN0017) JOINT COLLECTIVE PROTECTION EQUIPMENT (JCPE)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 04
Fiscal Year 05
Calendar Year 04
Calendar Year 05
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
FY 03
MC
350
240
110
FY 03
AF
24
1
FY 04
A
1
1
4
FY 04
A
630
630
Interval Timer
2
FY 05
A
99
99
A
CPEMEDS CCA/Airlock Integration
8
FY 05
AF
20
20
A
C Doors (alternative entry/exit into TFA)
9
FY 05
A
300
300
Remotes (switchover to NBC protection)
10
FY 05
A
744
Dust&Sand Mtr/Blwr Hose Kit
5
FY 05
A
300
Radiant Barrier Material for TEMPER
7
FY 05
A
FFA-400 Units
6
FY 05
M93 Dust Separator Kit
6
FY 05
M
F
R
FY
MGPTS
3
CP Latrine for CPEMEDS
1
CP Latrine for CPEMEDS
M20A1 SCPE
COST ELEMENTS
O
C
T
J
U
N
J
U
L
D
E
C
50
49
10
10
A
100
100
100
744
A
250
250
244
300
A
100
100
100
600
600
A
200
200
200
A
100
100
A
25
25
25
25
A
50
50
A
25
25
J
U
N
J
U
L
A
U
G
S
E
P
24
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
25
30
30
25
3
3
A
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
3
3
3
3
3
3
109
109
109
109
A
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
NAME/LOCATION
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
D
E
C
J
A
N
F
E
B
N
O
V
64
D
E
C
J
A
N
F
E
B
TOTAL
Production
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
1
SFA , Inc. Frederick, MD (Latrine)
1
3
4
E
Initial / Reorder
0/0
15 / 8
4/7
19 / 15
2
RDECOM, Natick, MA (Interval timer)
5
50
75
E
Initial / Reorder
0/0
3/6
4/3
7/9
3
Johnson Outdoors, Binghamton, NY (M28 Liner System)
5
25
100
E
Initial / Reorder
0/0
3/2
7/3
10 / 5
4
Production Products, Inc., St. Louis MO (M20A1)
10
109
120
E
Initial / Reorder
0/0
4/4
7/7
11 / 11
5
RDECOM, Natick, MA (Dust & Sand Kits)
20
400
600
E
6
RDECOM, Edgewood, MD (FFA-400, M93)
1
25
50
7
RDECOM, Natick, MA (Radiant Barrier)
100
200
400
8
Brooks City Base, San Antonio, TX (CCA/Airlock)
1
10
15
9
RDECOM, Natick, MA (C Doors)
10
100
150
10
RDECOM, Natick, MA (Remotes)
10
200
300
E
E
Initial / Reorder
0/0
6/0
3/0
9/0
Initial / Reorder
0/0
6/0
3/0
9/0
Initial / Reorder
0/0
6/0
3/0
9/0
Initial / Reorder
0/0
6/0
3/0
9/0
Initial / Reorder
0/0
6/0
3/0
9/0
Initial / Reorder
0/0
6/0
3/0
9/0
Item No. 70 Page 14 of 32
144
M
A
R
A
P
R
109
21
M
A
Y
A
U
G
S
E
P
1
A
O
C
T
MFR
N
O
V
L
A
T
E
R
M
A
R
A
P
R
M
A
Y
REMARKS
MGPTS - Gap in production delivery due to delay
in contract award.
M20A1 SCPE - FY05 delivery schedule gap due to
production delays caused by identification and
qualification of a domestic source for M20A1 liner
material
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
Prior Years
Proc Qty
Gross Cost
FY 2004
FY 2005
February 2005
P-1 Item Nomenclature
(JP0911) CP FIELD HOSPITALS (CPFH)
Other Related Program Elements:
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
2
2
1
1
1
1
To Complete
Total Prog
8
4.9
5.1
3.4
3.4
3.5
3.6
23.8
4.9
5.1
3.4
3.4
3.5
3.6
23.8
4.9
5.1
3.4
3.4
3.5
3.6
23.8
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The Collectively Protected Field Hospitals (CPFH) provides Joint Service medical personnel NBC collectively protected medical treatment facilities. The
Collective Protection Joint Project Office will ensure that each service's validated CPFH are met in the most timely and cost efficient way possible. The Army and Air Force
have validated NBC collective protection requirements for field hospitals. Currently within CPFH are the Army's Collectively Protected Deployable Medical System (CP
DEPMEDS) and the Air Force's Collectively Protected Emergency Medical System (CP EMEDS). CP DEPMEDS converts the hospital into a fully operational,
environmentally controlled, and collectively protected medical treatment facility. The requirement is to sustain medical operations in a Chemical Biological (CB) environment
for 72 hours. CP DEPMEDS hospitals were reconfigured under a Medical Re-engineering Initiative (MRI) in FY02. The objective of CP DEPMEDS is to provide items
necessary to protect the Hospital Unit Base (HUB) of a Medical Force 2000 (MF2K) hospital, the MRI Combat Support Hospital (CSH), and follow-on DEPMEDS equipped
modernization hospitals. This resulted in an increase in the number of CB components necessary to field a CP DEPMEDS equipped hospital. CP EMEDS provides NBC
protection to Air Force medical personnel and patients in NBC threat areas while deployed. The system consists of a Collective Protection Small Shelter System (CP SSS)
liner, an Alaska Shelter tent system, a low pressure alarm, motor-blower, and electrical distribution system.
DESCRIPTION:
FY06 funds one CPDEPMEDS complex in the MRI configuration, increasing the total number of shelter complexes fielded to 15. The acquisition objective
is 23 complexes. The system is required to enable field hospitals to operate during the threat of a CB attack. FY06 also funds one CP EMEDS housing a 25 bed hospital. CP
EMEDS is required to continue critical life saving medical operations without the need for individual protective gear in high threat areas.
JUSTIFICATION:
Item No. 70 Page 15 of 32
145
Exhibit P-40, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
CP DEPMEDS
Liner System - M28 CPE (25 liners per complex)
Government Furnished Equipment (GFE)
Integrated Logistics/ Engineering Support
CP EMEDS
Liner System - CP SSS
Tent System (Alaska Shelter)
CP Expeditionary Latrine
GFE
Integrated Logistics/ Engineering Support
P-1 Line Item Nomenclature:
(JP0911) CP FIELD HOSPITALS (CPFH)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
A
1987
1066
600
25
79.480
2110
1101
681
25
84.400
A
A
A
122
252
39
472
326
10
10
1
12.200
25.200
39.000
125
255
41
487
331
10
10
1
12.500
25.500
41.000
TOTAL
4864
Item No. 70 Page 16 of 32
146
5131
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JP0911) CP FIELD HOSPITALS (CPFH)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Production Products MFR &
Sales, St. Louis. MO
Production Products MFR &
Sales, St. Louis. MO
SS/FFP
Spec/TDP
Avail
Now?
Date
Delivery
Each
$
TACOM, Rock Island, IL
Jun-06
Nov-06
25
79480
Yes
SS/FFP
TACOM, Rock Island, IL
Jun-07
Nov-07
25
84400
Yes
Production Products MFR &
Sales, St. Louis. MO
Production Products MFR &
Sales, St. Louis. MO
SS/FFP
TACOM, Rock Island, IL
Jun-06
Oct-06
10
12200
Yes
SS/FFP
TACOM, Rock Island, IL
Jun-07
Oct-07
10
12500
Yes
Alaska Industrial Resources,
Kirkland, WA
Alaska Industrial Resources,
Kirkland, WA
SS/FFP
Brooks City Base, San
Antonio, TX
Brooks City Base, San
Antonio, TX
Jun-06
Oct-06
10
25200
Yes
Jun-07
Oct-07
10
25500
Yes
Date
Revsn
Avail
RFP Issue
Date
Liner System - M28 CPE (25 liners per complex)
FY 06
FY 07
Liner System - CP SSS
FY 06
FY 07
Tent System (Alaska Shelter)
FY 06
FY 07
SS/FFP
REMARKS:
Item No. 70 Page 17 of 32
147
Exhibit P-5A, Procurement History and Planning
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JP0911) CP FIELD HOSPITALS (CPFH)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Spec/TDP
Avail
Now?
Date
Delivery
Each
$
Jun-06
Oct-06
1
39000
Yes
Jun-07
Oct-07
1
41000
Yes
Date
Revsn
Avail
RFP Issue
Date
CP Expeditionary Latrine
FY 06
SFA, Inc, Frederick, MD
C/FP
FY 07
SFA, Inc, Frederick, MD
C/FP
Brooks City Base, San
Antonio, TX
Brooks City Base, San
Antonio, TX
REMARKS:
Item No. 70 Page 18 of 32
148
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
Date:
Exhibit P21, Production Schedule
(JP0911) CP FIELD HOSPITALS (CPFH)
February 2005
Fiscal Year 06
COST ELEMENTS
M
F
R
FY
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
Fiscal Year 07
Calendar Year 06
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
Calendar Year 07
S
E
P
O
C
T
Liner System - M28 CPE (25 liners per complex)
1
FY 06
A
25
25
A
Liner System - CP SSS
2
FY 06
A
10
10
A
10
Tent System (Alaska Shelter)
3
FY 06
A
10
10
A
10
CP Expeditionary Latrine
4
FY 06
A
1
1
A
1
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
5
5
5
5
5
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
L
A
T
E
R
Liner System - M28 CPE (25 liners per complex)
1
FY 07
A
25
25
A
25
Liner System - CP SSS
2
FY 07
A
10
10
A
10
Tent System (Alaska Shelter)
3
FY 07
A
10
10
A
10
CP Expeditionary Latrine
4
FY 07
A
1
1
A
1
O
C
T
MFR
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
NAME/LOCATION
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
N
O
V
D
E
C
J
A
N
F
E
B
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
Production Products MFR & Sales, St. Louis. MO
1
5
10
E
Initial / Reorder
0/0
8/8
6/6
14 / 14
2
Production Products MFR & Sales, St. Louis. MO
1
5
10
E
Initial / Reorder
0/0
8/8
5/5
13 / 13
3
Alaska Industrial Resources, Kirkland, WA
1
10
15
E
Initial / Reorder
0/0
8/8
5/5
13 / 13
4
SFA, Inc, Frederick, MD
1
3
10
E
Initial / Reorder
0/0
8/8
5/5
13 / 13
149
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
REMARKS
Production
1
Item No. 70 Page 19 of 32
M
A
R
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
Date:
Exhibit P21, Production Schedule
(JP0911) CP FIELD HOSPITALS (CPFH)
February 2005
Fiscal Year 08
COST ELEMENTS
M
F
R
FY
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
Liner System - M28 CPE (25 liners per complex)
1
FY 07
A
25
25
Liner System - CP SSS
2
FY 07
A
10
10
10
Tent System (Alaska Shelter)
3
FY 07
A
10
10
10
CP Expeditionary Latrine
4
FY 07
A
1
1
1
O
C
T
MFR
Fiscal Year 09
Calendar Year 08
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
5
5
5
5
5
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
PRODUCTION RATES
LEAD TIMES
Administrative
Number
NAME/LOCATION
Calendar Year 09
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
Production Products MFR & Sales, St. Louis. MO
1
5
10
E
Initial / Reorder
0/0
8/8
6/6
14 / 14
2
Production Products MFR & Sales, St. Louis. MO
1
5
10
E
Initial / Reorder
0/0
8/8
5/5
13 / 13
3
Alaska Industrial Resources, Kirkland, WA
1
10
15
E
Initial / Reorder
0/0
8/8
5/5
13 / 13
4
SFA, Inc, Frederick, MD
1
3
10
E
Initial / Reorder
0/0
8/8
5/5
13 / 13
150
REMARKS
Production
1
Item No. 70 Page 20 of 32
L
A
T
E
R
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
(JX0053) COLLECTIVE PROTECTION (CO) ITEMS LESS THAN $5M
Other Related Program Elements:
FY 2004
FY 2005
2
2
4
3.5
8.7
3.5
15.6
3.5
8.7
3.5
15.6
3.5
8.7
3.5
15.6
Proc Qty
Gross Cost
P-1 Item Nomenclature
Code:
Prior Years
February 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
Collective Protection Systems defines a number of unique components that incorporate common basic principles and ensure that breathing air introduced into
selected areas or zones is always clean and that contaminated air cannot seep into those areas. Generally, Collective Protection technologies incorporate special filters for
cleaning contaminated air and high pressure fans to deliver the clean air into the selected area. The fans also provide an over pressure to prevent infiltration of contaminated
outside air. Additionally, some protected areas like portable shelters, may require a special liner or material to be applied inside the shelter to prevent contaminates from
infiltrating. In summary, Collective Protection provides a safe, shirt-sleeve environment for a single warfighter or a group of warfighters regardless of the contamination levels
outside the protected area.
DESCRIPTION:
Item No. 70 Page 21 of 32
151
Exhibit P-40, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
P-1 Line Item Nomenclature:
(JX0053) COLLECTIVE PROTECTION (CO)
ITEMS LESS THAN $5M
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
FY 04
FY 05
Weapon System Type:
FY 06
Date:
February 2005
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
Chemically Protected Deployable Medical
System (CP DEPMEDS) Medical
Re-engineering Initiative (MRI) Multi-force
2000 (MF2K)
LINER SYSTEM - M28 CPE (25 liners per
complex)
A
4857
50
97.140
2282
GOVERNMENT FURNISHED EQUIPMENT
3149
973
INTEGRATED LOGISTICS / ENGINEERING
SUPPORT
680
245
8686
3500
TOTAL
50
Item No. 70 Page 22 of 32
152
45.640
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JX0053) COLLECTIVE PROTECTION (CO) ITEMS LESS THAN $5M
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
SS/FFP
SS/FFP
Spec/TDP
Avail
Now?
Date
Delivery
Each
$
TACOM, Rock Island, IL
Jul-04
Dec-04
50
97140
Yes
TACOM, Rock Island, IL
May-05
Oct-05
50
45640
Yes
Date
Revsn
Avail
RFP Issue
Date
LINER SYSTEM - M28 CPE (25 liners per
complex)
FY 04
FY 05
REMARKS:
Production Products
Manufacturing & Sales, St
Louis, MO
Production Products
Manufacturing & Sales, St
Louis, MO
FY05 is a congressional plus up to reconfigure two fielded CPDEPMEDS to the meet the MRI, MF2K requirement.
Item No. 70 Page 23 of 32
153
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
(JX0053) COLLECTIVE PROTECTION (CO) ITEMS LESS THAN $5M
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 04
S
E
R
V
PROC
QTY
Each
FY 04
A
50
50
FY 05
A
50
50
FY
COST ELEMENTS
M
F
R
LINER SYSTEM - M28 CPE (25 liners per complex
1
LINER SYSTEM - M28 CPE (25 liners per complex
1
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
1
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
NAME/LOCATION
Production Products Manufacturing & Sales, St Louis, MO
S
E
P
O
C
T
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
LEAD TIMES
MIN.
1-8-5
MAX.
2
5
10
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
5
5
5
5
5
5
5
5
5
5
A
Administrative
Number
A
U
G
Calendar Year 05
A
O
C
T
MFR
Fiscal Year 05
Calendar Year 04
UOM
D
E
C
J
A
N
F
E
B
TOTAL
After 1 Oct
After 1 Oct
After 1 Oct
0/0
9/7
6/6
15 / 13
Item No. 70 Page 24 of 32
M
A
R
A
P
R
M
A
Y
50
J
U
N
J
U
L
A
U
G
S
E
P
REMARKS
Production
Prior 1 Oct
Initial / Reorder
154
N
O
V
L
A
T
E
R
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(JX0053) COLLECTIVE PROTECTION (CO) ITEMS LESS THAN $5M
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 06
FY
COST ELEMENTS
M
F
R
LINER SYSTEM - M28 CPE (25 liners per complex
1
FY 05
MFR
S
E
R
V
PROC
QTY
Each
A
50
ACCEP
PRIOR
TO
1 OCT
Fiscal Year 07
Calendar Year 06
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
50
5
5
5
5
5
5
5
5
5
5
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
PRODUCTION RATES
1
NAME/LOCATION
Production Products Manufacturing & Sales, St Louis, MO
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
LEAD TIMES
Administrative
Number
Calendar Year 07
MIN.
1-8-5
MAX.
2
5
10
UOM
After 1 Oct
After 1 Oct
After 1 Oct
0/0
9/7
6/6
15 / 13
Item No. 70 Page 25 of 32
REMARKS
Production
Prior 1 Oct
Initial / Reorder
155
TOTAL
L
A
T
E
R
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Proc Qty
Gross Cost
Code:
February 2005
P-1 Item Nomenclature
(R12301) CB PROTECTIVE SHELTER (CBPS)
Other Related Program Elements:
Prior Years
FY 2004
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
204
26
100
21
39
38
39
39
39
To Complete
Total Prog
545
121.4
19.9
14.3
16.5
30.1
30.6
31.5
32.6
33.3
330.2
121.4
19.9
14.3
16.5
30.1
30.6
31.5
32.6
33.3
330.2
121.4
19.9
14.3
16.5
30.1
30.6
31.5
32.6
33.3
330.2
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The Services need a highly mobile, self-contained collective protection system which can provide a contamination free working area for Echelon I and II
medical treatment facilities and other selected units. The Chemical Biological Protective Shelter (CBPS) satisfies this need. The CBPS replaces the M51 Chemical Protective
Shelter. It consists of a Lightweight Multipurpose Shelter (LMS) mounted on an Expanded Capacity High Mobility Multi-Purpose Wheeled Vehicle (HMMWV) variant, and
a 300 square foot soft shelter. The CBPS provides a contamination free, environmentally controlled working area for medical, combat service, and combat service support
personnel to obtain relief from the continuous need to wear chemical-biological protective clothing for greater than 72 hours of operation.
DESCRIPTION:
JUSTIFICATION: In FY06 this program will procure 21 CBPS systems in the non-hydraulic configuration. During Operation Iraqi Freedom (OIF), reliability and
maintainability problems were identified relating to the current hydraulic sub-system configuration. The new configuration replaces the current hydraulic sub-system which
powers the CBPS components with a more reliable and simpler to operate and maintain electro-mechanical sub-system.
NOTE:
FY05 quantities denote non-hydraulic retrofit kits (Self Powered Environmental Support System) for fielded systems.
Item No. 70 Page 26 of 32
156
Exhibit P-40, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
CB Protective Shelters
P-1 Line Item Nomenclature:
(R12301) CB PROTECTIVE SHELTER
(CBPS)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
Weapon System Type:
Date:
February 2005
PRIOR
B
GFM
HMMWVs
Trailers
M48 Filters
Recirculation Filter Assemblies
Surge Brakes
Total Cost
Qty
Unit Cost
$000
Each
$000
65978
178
371
11500
1566
1314
178
178
64.607
8.798
320
First Article Testing
5407
New Equipment Training
1024
Total Package Fielding (includes spares)
5046
Integrated Logistic Support
2789
Engineering Support
15404
CBPS Retrofit Kits
TOTAL
110348
Item No. 70 Page 27 of 32
157
Exhibit P-5, Weapon System Cost Analysis
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
CB Protective Shelters
GFM
HMMWVs
Trailers
M48 Filters
Recirculation Filter Assemblies
Surge Brakes
P-1 Line Item Nomenclature:
(R12301) CB PROTECTIVE SHELTER
(CBPS)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
B
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
12329
26
474
10456
21
498
20001
39
513
1888
364
78
182
26
26
26
78
52
26
72.615
14.000
1.000
3.500
1.000
1543
297
64
149
22
21
21
63
42
21
73.476
14.143
1.016
3.548
1.048
3271
631
135
315
45
39
39
117
78
39
83.872
16.179
1.154
4.038
1.154
First Article Testing
555
75
350
560
New Equipment Training
803
175
503
929
Total Package Fielding (includes spares)
1631
400
1102
1839
Integrated Logistic Support
1149
175
1287
1708
887
150
687
715
16460
30149
Engineering Support
CBPS Retrofit Kits
TOTAL
13275
19892
100
14250
Item No. 70 Page 28 of 32
158
133
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(R12301) CB PROTECTIVE SHELTER (CBPS)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
CB Protective Shelters
FY 04
FY 06
FY 07
Engineered Air Systems, St.
Louis, MO
TBS
TBS
C/FFP
RDECOM, Natick, MA
Jul-04
Apr-06
26
474192
Yes
C/FFP
Nov-05
Mar-07
21
497905
Yes
C/FFP
TACOM, Rock Island, IL
TACOM, Rock Island, IL
Feb-07
Aug-07
39
512846
Yes
C/FFP
TACOM, Rock Island, IL
Sep-05
Mar-06
100
132750
No
CBPS Retrofit Kits
FY 05
TBS
REMARKS:
Item No. 70 Page 29 of 32
159
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
Exhibit P21, Production Schedule
Date:
(R12301) CB PROTECTIVE SHELTER (CBPS)
February 2005
Fiscal Year 04
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
FY 02
A
35
23
12
1
FY 03
A
37
37
CB Protective Shelters
1
FY 04
A
26
26
CBPS Retrofit Kits
3
FY 05
A
100
100
M
F
R
FY
CB Protective Shelters
1
CB Protective Shelters
COST ELEMENTS
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
1
3
4
4
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
2
6
6
6
6
5
6
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
Engineered Air Systems, St. Louis, MO
1
7
12
E
Initial / Reorder
0/0
9/0
22 / 0
31 / 0
2
TBS
1
8
12
E
Initial / Reorder
6/0
1/5
17 / 7
18 / 12
3
TBS
1
25
50
Initial / Reorder
0/0
11 / 0
7/0
18 / 0
160
F
E
B
Production
1
Item No. 70 Page 30 of 32
L
A
T
E
R
26
LEAD TIMES
Administrative
NAME/LOCATION
A
U
G
A
PRODUCTION RATES
Number
Calendar Year 05
A
O
C
T
MFR
Fiscal Year 05
Calendar Year 04
After 1 Oct
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
100
S
E
P
REMARKS
FY04 break in production due to contractor
re-locating production facilities from St. Louis to
West Plains, MO.
In FY05 a 11 month break in production is due to
conversion from a hydraulic to a electro-mechanical
power supply subsystem.
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
Exhibit P21, Production Schedule
Date:
(R12301) CB PROTECTIVE SHELTER (CBPS)
February 2005
Fiscal Year 06
S
E
R
V
PROC
QTY
Each
FY 04
A
26
26
3
FY 05
A
100
100
CB Protective Shelters
2
FY 06
A
21
21
CB Protective Shelters
2
FY 07
A
39
39
M
F
R
FY
CB Protective Shelters
1
CBPS Retrofit Kits
COST ELEMENTS
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
25
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
1
2
4
7
7
5
25
25
25
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
NAME/LOCATION
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
N
O
V
D
E
C
J
A
N
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
Engineered Air Systems, St. Louis, MO
1
7
12
E
Initial / Reorder
0/0
9/0
22 / 0
31 / 0
2
TBS
1
8
12
E
Initial / Reorder
6/0
1/5
17 / 7
18 / 12
3
TBS
1
25
50
Initial / Reorder
0/0
11 / 0
7/0
18 / 0
161
F
E
B
Production
1
Item No. 70 Page 31 of 32
7
8
24
A
U
G
S
E
P
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
2
2
4
4
8
1
A
N
O
V
S
E
P
L
A
T
E
R
Calendar Year 07
A
O
C
T
MFR
Fiscal Year 07
Calendar Year 06
After 1 Oct
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
REMARKS
FY04 break in production due to contractor
re-locating production facilities from St. Louis to
West Plains, MO.
In FY05 a 11 month break in production is due to
conversion from a hydraulic to a electro-mechanical
power supply subsystem.
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
Exhibit P21, Production Schedule
Date:
(R12301) CB PROTECTIVE SHELTER (CBPS)
February 2005
Fiscal Year 08
COST ELEMENTS
CB Protective Shelters
M
F
R
FY
2
FY 07
MFR
Fiscal Year 09
Calendar Year 08
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
A
39
15
24
8
8
8
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
PRODUCTION RATES
LEAD TIMES
Administrative
Number
NAME/LOCATION
Calendar Year 09
TOTAL
Production
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
1
Engineered Air Systems, St. Louis, MO
1
7
12
E
Initial / Reorder
0/0
9/0
22 / 0
31 / 0
2
TBS
1
8
12
E
Initial / Reorder
6/0
1/5
17 / 7
18 / 12
3
TBS
1
25
50
Initial / Reorder
0/0
11 / 0
7/0
18 / 0
Item No. 70 Page 32 of 32
162
After 1 Oct
L
A
T
E
R
REMARKS
FY04 break in production due to contractor
re-locating production facilities from St. Louis to
West Plains, MO.
In FY05 a 11 month break in production is due to
conversion from a hydraulic to a electro-mechanical
power supply subsystem.
Exhibit P-21, Production Schedule
Budget Line Item #71
CONTAMINATION AVOIDANCE
163
THIS PAGE INTENTIONALLY LEFT BLANK
164
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
February 2005
P-1 Item Nomenclature
(GP2000) CONTAMINATION AVOIDANCE
Other Related Program Elements:
Prior Years
FY 2004
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
729.8
290.3
288.7
258.3
264.2
298.7
308.8
411.4
457.2
Continuing
Continuing
729.8
290.3
288.7
258.3
264.2
298.7
308.8
411.4
457.2
Continuing
Continuing
729.8
290.3
288.7
258.3
264.2
298.7
308.8
411.4
457.2
Continuing
Continuing
Proc Qty
Gross Cost
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
DESCRIPTION: Contamination Avoidance encompasses detection, warning and reporting, and reconnaissance systems. In the area of chemical, biological and radiological detection, the program procures point and remote (stand-off) detection
systems: M22 Automatic Chemical Agent Detector and Alarm (ACADA) which is capable of concurrent nerve and blister agent detection; The Improved Chemical Agent Monitor (ICAM) is a hand-held, service member operated device for monitoring
chemical agent contamination on personnel and equipment; Multi-Service Radiacs (MSR) are a family of nuclear radiation detectors that are used by the Army, Marines and Navy SEALS to detect and measure various forms of nuclear radiation on the
battlefield and in Operations Other Than War. The systems are the AN/PDR-75, the AN/VDR-2, the AN/PDR-77 and the AN/UDR-13; Joint Biological Point Detection System (JBPDS) a point detection suite consisting of complementary trigger,
sampler, detector, and identification technologies to detect and identify the full range of biological agents in real-time; Joint Chemical Agent Detector (JCAD) an automatic, lightweight man-portable point-sampling chemical warfare agent vapor
detection/warning system which includes simultaneous and automatic detection by class (nerve, blister, and blood), identification and quantification of hazard levels, and data communication interface; Joint Bio Stand-off Detector System (JBSDS) a
stand-off, early warning, biological detection system which is capable of providing near real time detection of biological attacks/incidents, and stand-off early warning/detection of biological warfare (BW) agents at fixed sites or when mounted on
multiple platforms, including Nuclear Biological Chemical (NBC) reconnaissance platforms; and Joint Service Lightweight Stand-off Chemical Agent Detector (JSLSCAD) a ruggedized, passive, infrared detection system that automatically searches the
7 to 14 micron region of the surrounding atmosphere for chemical agent vapor clouds, with a 360 degree on-the-move coverage from ground, air, and sea-based platforms at distances of up to five kilometers. In the warning and reporting and
reconnaissance area: Joint Warning and Reporting Network (JWARN) provides a fully automated NBC detection and warning process throughout the battlespace; The NBC Fox Reconnaissance System (NBCRS) MODS provides nuclear and chemical
sampling, detection, and warning equipment and biological sampling equipment integrated into a high speed, high mobility, armored carrier capable of performing reconnaissance on primary, secondary, and cross-country routes wherever combat forces
are deployed; NBC Reconnaissance Vehicle (NBCRV) a dedicated system of nuclear and chemical detection and warning equipment, and biological sampling equipment integrated into a high speed, high mobility, armored carrier capable of performing
NBC reconnaissance on primary, secondary, or cross country routes throughout the battlespace; and Joint Service Lightweight NBCRS (JSLNBCRS) supports the Marine Corps, Army, and Air Force future Joint field reconnaissance on the battlespace.
The Joint Effects Model (JEM) a general-purpose, accredited model for predicting NBC hazards associated with the release of contaminants into a variety of scenarios including: counterforce, passive defense, accident and/or incidents (Block I), high
altitude releases, urban NBC environments (Block II) and building interiors, and human performance degradation (Block III). In the area of Chemical Biological (CB) Installation Security, the program funds CB Installation Protection Equipment
program (FY 2004 only). In addition, the Reserve Component Weapons of Mass Destruction - Civil Support Teams (WMD - CST) Equipment for the FY05 Congressional increase of $18.2M, FY04 and prior is funded in this program.
JUSTIFICATION: Contamination Avoidance is the primary objective of the Joint NBC Defense program. Operational forces have an immediate need to safely operate, survive, and sustain operations in an NBC agent threat environment.
Contamination Avoidance is necessary to maintain operational efficiency and minimize the need to decontaminate vehicles, equipment, and areas. Advanced chemical defensive equipment is required to enhance US capability to detect and identify
threat agents in the battlespace.
NOTE: CB Installation/Force Protection Program and WMD - Civil Support Team Equipment - FY05 and outyear budget data transferred Installation Force Protection, Standard Study Number (SSN) JS1000.
Item No. 71 Page 1 of 98
165
Exhibit P-40, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
CB INSTALLATION/FORCE PROTECTION
PROGRAM
P-1 Line Item Nomenclature:
(GP2000) CONTAMINATION AVOIDANCE
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
FY 04
FY 05
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
70904
WMD - CIVIL SUPPORT TEAM EQUIPMENT
8792
18200
129076
5183
7151
137618
113345
109459
994
2024
2029
6100
8196
10372
13139
10272
14991
10120
5122
26357
8410
8425
JOINT EFFECTS MODEL (JEM)
JOINT CHEM AGENT DETECTOR (JCAD)
2085
MULTI-SERVICE RADIACS (MSR)
CONTAMINATION AVOIDANCE (CA) LESS
THAN $5M
AUTO CHEMICAL AGENT ALARM (ACADA),
M22
993
1000
14889
49237
9777
12757
50452
71311
60852
RECON SYSTEM, FOX NBC (NBCRS) MODS
3200
JT SVC LTWT NBC RECON SYS (JSLNBCRS)
36988
IMPROVED CHEMICAL AGENT MONITOR
(ICAM)
FY 07
Unit Cost
5913
NBC RECON VEHICLE (NBCRV)
FY 06
Qty
1102
JOINT BIO STANDOFF DETECTOR SYSTEM
(JBSDS)
Date:
February 2005
Total Cost
JOINT WARNING & REPORTING NETWORK
(JWARN)
JOINT BIO POINT DETECTION SYSTEM
(JBPDS)
Weapon System Type:
4083
Item No. 71 Page 2 of 98
166
Exhibit P-5, Weapon System Cost Analysis
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
JS LTWT STANDOFF CW AGT DETECTOR
(JSLSCAD)
TOTAL
P-1 Line Item Nomenclature:
(GP2000) CONTAMINATION AVOIDANCE
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
2994
2721
17764
27000
290262
288686
258299
264150
Item No. 71 Page 3 of 98
167
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
FY 2005
February 2005
P-1 Item Nomenclature
(FP0500) CB INSTALLATION/FORCE PROTECTION PROGRAM
Other Related Program Elements:
Prior Years
FY 2004
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
31.8
70.9
102.7
31.8
70.9
102.7
31.8
70.9
102.7
Proc Qty
Gross Cost
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
DESCRIPTION: In response to the 11 September 2001 terrorist attacks, $31.8M was budgeted in FY03 for installation protection equipment. The Chemical and Biological (CB) Installation Protection Equipment is
an integrated suite of highly effective chemical and biological sensors and support equipment to be installed at nine installations during FY03 to support a "CONUS Pilot Protection Project ". The CONUS Pilot
Protection Project will demonstrate the efficacy of an integrated suite of highly effective chemical and biological sensors and support equipment installed at the nine installations. The suite provides tiered
sampling/collection, detection, identification and warning response capabilities. It is designed to provide early, indoor / outdoor collection, detection, presumptive identification and warning capabilities.
Confirmatory identification and enhanced medical surveillance capability is also included. Sensors include Joint Biological Point Detection System (JBPDS) and Joint Portal Shield (JPS) for bio-agent detection and
presumptive identification, Dry Filter Units (DFU) for continuous indoor sampling/ collection, Hand Held Assays (HHA) for presumptive identification, Automated Chemical Agent Detector and Alarm (ACADA) for
chemical agent detection, and the Ruggedized Advanced Pathogen Identification Device (RAPID) for confirmatory identification and enhanced medical surveillance.
The CB Installation Protection Program (CBIPP) consists of a highly effective and integrated Chemical Biological Radiological Nuclear (CBRN) installation protection and response capability. This capability
includes detection, identification, warning, information management, individual and collective protection, restoration, and medical surveillance, protection and response. The communications network leverages
existing capabilities and is integrated into the base operational command and control infrastructure. The program procures the CBRN systems, Emergency Responder Equipment Sets, New Equipment Training
(NET), Contractor Logistics Support, spares, and associated initial consumable items required to field an integrated installation protection capability at various DoD installations world-wide. Equipment solutions are
representative examples of the capabilities that will be utilized to build an effective CBRN installation protection capability. Solution sets will be optimized for each individual installation, based on that installations
threat, priority and essential mission requirements and personnel. Joint Program Manager (JPM) Guardian procured an effective and optimized CBRN installation protection and response capability for 15 CONUS
based installations with FY04 funding.
NOTE: FY05 and outyear budget data transferred to SSN JS0500 (CB Installation/Force Protection Program), BLIN 66 (Installation Force Protection).
Item No. 71 Page 4 of 98
168
Exhibit P-40, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
P-1 Line Item Nomenclature:
(FP0500) CB INSTALLATION/FORCE
PROTECTION PROGRAM
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
FY 04
FY 05
Weapon System Type:
FY 06
Date:
February 2005
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
1. Site Assessment and Design
5211
10
521
LSI Prime Mission Equipment
Radiological Agent Detection Devices (Various)
Individual Protection Suits (Various)
Medical Response Pharmaceuticals
Electronic TIC Monitor
Portable Chemical Detection System
Site Support Equipment
Personnel DECON System
Computer HW / Decision Support System
Early Warning System Upgrade
2381
4829
353
2604
65
947
320
1362
1017
70
7258
10
32
23
10
30
10
10
34.014
0.665
35.300
81.375
2.826
94.700
10.667
136
102
Government Prime Mission Equipment
Biological Agent Detection (DFU)
Chemical Agent Detection (ACADA 24/7)
ICAM
Nonrechargeable Lithium Battery
M22 ACADA
M22 ACADA Batteries
Karcher DECON System
AN/PDR77 (Rad Detector)
RADIAC Meter Subassembly (RPO Kit)
AN/UDR14
M279 Surface Sampler
Battery Chargers
Individual DECON Kits (Various)
181
2729
228
8
410
6
182
242
41
96
18
19
17
54
115
40
40
40
80
10
40
10
150
20
10
109
3.352
23.730
5.700
0.200
10.250
0.075
18.200
6.050
4.100
0.640
0.900
1.900
0.156
3. Engineering Support
LSI Engineering/Program Management Support
Government Program Management Support
Government Systems Engineering Support
6957
5025
7548
Item No. 71 Page 5 of 98
169
Exhibit P-5, Weapon System Cost Analysis
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
P-1 Line Item Nomenclature:
(FP0500) CB INSTALLATION/FORCE
PROTECTION PROGRAM
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
FY 04
FY 05
Weapon System Type:
FY 06
Date:
February 2005
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
4. Integration and Fielding
LSI Integration and Fielding
LSI Installation Evaluation Support
Government System Evaluation Support
2176
2200
428
10
218
10
1690
5. Logistics Support
LSI Logistics Support
Government Logistics Support
6. Building Collective Protection
7. Confirmatory Lab Equipment / Upgrades
CONUS Laboratory Equipment/Upgrades
OCONUS Laboratory Equipment/Upgrades
8. Initial Spares
9. Quality Assurance
TOTAL
3176
438
16902
104
2334
350
70904
Item No. 71 Page 6 of 98
170
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(FP0500) CB INSTALLATION/FORCE PROTECTION PROGRAM
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Apr-04
Dec-04
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
LSI Integration and Fielding
FY 04
REMARKS:
SAIC, Abingdon, MD
C/CPFF
SMDC, Huntsville, AL
10
217600
Yes
Information Management Systems and emergency first responder equipment are procured as sets, not individual items. These sets are optimized to meet each installation's operational requirements
and will leverage existing capabilities. As a result, these sets are not standardized and individual components cannot be accurately depicted until site surveys are accomplished. Delivery dates have
been realigned to coincide with installation hand-off.
FY04 government supplied equipment delivers not depicted on the attached P5A and P21 exhibits will be shown on the P5A and P21 exhibits of the respective programs providing the equipment.
Item No. 71 Page 7 of 98
171
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
(FP0500) CB INSTALLATION/FORCE PROTECTION PROGRAM
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 04
COST ELEMENTS
LSI Integration and Fielding
M
F
R
FY
1
FY 04
S
E
R
V
PROC
QTY
Each
A
10
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
10
M
A
Y
J
U
N
J
U
L
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
1
NAME/LOCATION
SAIC, Abingdon, MD
S
E
P
O
C
T
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
Calendar Year 05
MIN.
1-8-5
MAX.
UOM
1
3
4
E
N
O
V
A
O
C
T
MFR
Fiscal Year 05
Calendar Year 04
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
1
1
1
1
1
1
1
1
1
1
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
TOTAL
After 1 Oct
After 1 Oct
After 1 Oct
2/0
6/6
9/9
15 / 15
Item No. 71 Page 8 of 98
REMARKS
Production
Prior 1 Oct
Initial / Reorder
172
N
O
V
D
E
C
L
A
T
E
R
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
Prior Years
P-1 Item Nomenclature
(G47101) JOINT WARNING & REPORTING NETWORK (JWARN)
Other Related Program Elements:
FY 2004
FY 2005
FY 2006
FY 2007
FY 2008
20
45
25
530
12500
37.9
1.1
5.9
5.2
7.2
21.1
21.3
22.4
28.6
Continuing
Continuing
37.9
1.1
5.9
5.2
7.2
21.1
21.3
22.4
28.6
Continuing
Continuing
37.9
1.1
5.9
5.2
7.2
21.1
21.3
22.4
28.6
Continuing
Continuing
Proc Qty
Gross Cost
February 2005
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
13120
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
JWARN will provide Joint Forces with a comprehensive analysis and response capability to minimize the effects of hostile NBC attacks or
accidents/incidents. It will provide the operational capability to employ NBC warning technology which will collect, analyze, identify, locate, report and disseminate NBC
warnings. JWARN will be compatible and integrated with Joint Services Command, Control, Communication, Computers, Intelligence, Surveillance and Reconnaissance
(C4ISR) Systems. JWARN will be located in Command and Control Centers at the appropriate level and employed by NBC defense specialists and other designated
personnel. JWARN will transfer data automatically from and to the actual detectors/sensors and provide commanders with analyzed data for decisions for disseminating
warnings down to the lowest level on the battlefield. JWARN will provide additional data processing, production of plans and reports, and access to specific NBC information
to improve the efficiency of limited NBC personnel assets.
DESCRIPTION:
JWARN One Delta (JWARN ID) is a limited capability version of JWARN fielded to warfighters to support operational requirements. JWARN Initial Capability (JIC) is an
enhanced JWARN ID based capability that supports the goal of providing insight to the JWARN software development process. The JIC will provide direct feedback on
existing JWARN system requirements to ensure that warfighter needs will be met by the JWARN Acquisition Program.
JUSTIFICATION:
FY06 funding will procure 25 JWARN JIC Sets.
Item No. 71 Page 9 of 98
173
Exhibit P-40, Budget Item Justification Sheet
Date:
Exhibit P-40C, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
0604384BP/Proj CA5
B
February 2005
P-1 Item Nomenclature
(G47101) JOINT WARNING & REPORTING NETWORK (JWARN)
Other Related Program Elements:
RDT&E Code B Item
JWARN will provide Joint Forces with a comprehensive analysis and response capability to minimize the effects of hostile NBC attacks or accidents/incidents. It will provide
the operational capability to employ NBC warning technology which will collect, analyze, identify, locate, report and disseminate NBC warnings. JWARN will be compatible
and integrated with Joint Services C4ISR systems. JWARN ID is a limited capability version of JWARN fielded to warfighters to support operational requirements. JWARN
Initial Capability (JIC) is an enhanced JWARN ID based capability that supports the goal of providing insight to the JWARN software development process.
RDT&E FY03 and Prior - 59.3M; FY04 - 27.2M
DEVELOPMENT/TEST STATUS AND MAJOR MILESTONES
START
COMPLETE
JWARN BLK II - System Design and Development (SDD) Performance
JWARN BLK II - Development Test
JWARN BLK II - Operational Assessment
JWARN BLK II - Milestone C
JWARN BLK II - Low Rate Initial Production (LRIP) Contract Award
JWARN BLK II - First Article Test
JWARN BLK II - Initial Operational Test and Evaluation (IOT&E)
JWARN BLK II - Full Rate Production Milestone Decision
JWARN BLK II - Full Rate Production
JWARN BLK II - Full Operational Capability
4Q FY03
3Q FY06
4Q FY06
2Q FY07
3Q FY07
3Q FY07
1Q FY08
4Q FY08
4Q FY08
2Q FY10
2Q FY06
4Q FY06
2Q FY07
3Q FY07
1Q FY08
4Q FY07
2Q FY08
4Q FY08
4Q FY11
2Q FY10
Item No. 71 Page 10 of 98
174
Exhibit P-40C, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
JWARN ID
JWARN ID - Software Systems and Installations
JWARN ID - Software Systems and Installations
System Engineering Cost Gov't
A
JWARN - Initial Capability (JIC) Sets
JWARN - JIC Sets
JWARN - JIC Component Integration Support
JWARN - Procurement Planning Support
B
JWARN - JWARN Component Interface Device
(JCID) LRIP
JCID LRIP
JWARN Procurement Planning Support
B
TOTAL
P-1 Line Item Nomenclature:
(G47101) JOINT WARNING & REPORTING
NETWORK (JWARN)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
198
790
114
1102
4
16
49.500
49.375
184
735
102
4
16
46.000
45.938
1300
2000
1592
25
52.000
5913
Item No. 71 Page 11 of 98
175
1413
2000
1770
5183
25
56.520
1733
2000
30
57.767
1750
1668
500
3.500
7151
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(G47101) JOINT WARNING & REPORTING NETWORK (JWARN)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
JWARN ID - Software Systems and Installations
FY 04
FY 05
FY 04
FY 05
Bruhn-Nutech, Columbia,
MD
Bruhn-Nutech, Columbia,
MD
Bruhn-Nutech, Columbia,
MD
Bruhn-Nutech, Columbia,
MD
C/CPFF
SBCCOM, APG, MD
Oct-03
Apr-04
4
49500
Yes
C/CPFF
SBCCOM, APG, MD
Oct-04
Apr-05
4
46000
Yes
C/CPFF
SBCCOM, APG, MD
Oct-03
Apr-04
16
49375
Yes
C/CPFF
SBCCOM, APG, MD
Oct-04
Apr-05
16
45937
Yes
Northrop Grumman,
Winterpark, FL
Northrop Grumman,
Winterpark, FL
Northrop Grumman,
Winterpark, FL
C/CPIF
SPAWARSYSCEN, San
Diego, CA
SPAWARSYSCEN, San
Diego, CA
SPAWARSYSCEN, San
Diego, CA
Oct-04
Feb-05
25
52000
Yes
Oct-05
Feb-06
25
56520
Yes
Oct-06
Feb-07
30
57767
Yes
JWARN - JIC Sets
FY 05
FY 06
FY 07
C/CPIF
C/CPIF
REMARKS:
Item No. 71 Page 12 of 98
176
Exhibit P-5A, Procurement History and Planning
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(G47101) JOINT WARNING & REPORTING NETWORK (JWARN)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Oct-06
Jul-07
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
JCID LRIP
FY 07
Northrop Grumman,
Winterpark, FL
C/CPIF
SPAWARSYSCEN, San
Diego, CA
500
3500
Yes
REMARKS:
Item No. 71 Page 13 of 98
177
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
(G47101) JOINT WARNING & REPORTING NETWORK (JWARN)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 04
COST ELEMENTS
M
F
R
FY
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
Fiscal Year 05
Calendar Year 04
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
Calendar Year 05
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
JWARN ID - Software Systems and Installations
1
FY 04
J
4
4
A
2
JWARN ID - Software Systems and Installations
2
FY 04
A
4
4
A
2
2
JWARN ID - Software Systems and Installations
2
FY 04
AF
4
4
A
2
2
JWARN ID - Software Systems and Installations
2
FY 04
MC
4
4
A
2
2
JWARN ID - Software Systems and Installations
2
FY 04
N
4
4
A
2
2
JWARN ID - Software Systems and Installations
1
FY 05
J
4
4
A
2
JWARN ID - Software Systems and Installations
2
FY 05
A
4
4
A
2
2
JWARN ID - Software Systems and Installations
2
FY 05
AF
4
4
A
2
2
JWARN ID - Software Systems and Installations
2
FY 05
N
4
4
A
2
2
JWARN ID - Software Systems and Installations
2
FY 05
NG
4
4
A
2
JWARN - JIC Sets
3
FY 05
A
10
10
A
4
4
2
3
3
3
FY 05
AF
10
10
A
3
FY 05
J
3
3
A
3
JWARN - JIC Sets
3
FY 05
MC
2
2
A
2
MFR
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
NAME/LOCATION
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
N
O
V
D
E
C
J
A
N
F
E
B
TOTAL
Production
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
1
Bruhn-Nutech, Columbia, MD
1
2
20
E
Initial / Reorder
1/1
3/1
0/1
3/2
2
Bruhn-Nutech, Columbia, MD
1
8
20
E
Initial / Reorder
0/0
6/1
0/0
6/1
3
Northrop Grumman, Winterpark, FL
1
25
500
E
Initial / Reorder
0/0
2/1
0/0
2/1
Item No. 71 Page 14 of 98
178
2
3
JWARN - JIC Sets
N
O
V
2
3
JWARN - JIC Sets
O
C
T
L
A
T
E
R
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
REMARKS
MFR 1 and 2 are same contractor, two different
rates of software production. Software deliveries
consist of compact disk copies with infinite numbers
of license to copy.
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(G47101) JOINT WARNING & REPORTING NETWORK (JWARN)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 06
S
E
R
V
PROC
QTY
Each
FY 06
A
FY 06
AF
3
FY 06
JWARN - JIC Sets
3
FY 06
JWARN - JIC Sets
3
JWARN - JIC Sets
3
JWARN - JIC Sets
Calendar Year 07
BAL
DUE
AS OF
1 OCT
O
C
T
10
10
10
10
J
3
3
A
3
MC
2
2
A
2
FY 07
A
13
13
FY 07
AF
13
13
3
FY 07
J
2
2
A
2
JWARN - JIC Sets
3
FY 07
MC
2
2
A
2
JCID LRIP
3
FY 07
A
250
250
A
100
150
JCID LRIP
3
FY 07
AF
250
250
A
100
150
M
F
R
FY
JWARN - JIC Sets
3
JWARN - JIC Sets
3
JWARN - JIC Sets
COST ELEMENTS
ACCEP
PRIOR
TO
1 OCT
Fiscal Year 07
Calendar Year 06
F
E
B
M
A
R
A
4
3
3
A
4
3
3
O
C
T
MFR
N
O
V
N
O
V
D
E
C
D
E
C
J
A
N
J
A
N
F
E
B
M
A
R
A
P
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
M
A
Y
J
U
N
J
U
L
J
U
L
NAME/LOCATION
A
U
G
S
E
P
S
E
P
O
C
T
F
E
B
M
A
R
A
5
3
5
A
5
3
5
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
N
O
V
N
O
V
D
E
C
D
E
C
J
A
N
J
A
N
F
E
B
TOTAL
Production
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
1
Bruhn-Nutech, Columbia, MD
1
2
20
E
Initial / Reorder
1/1
3/1
0/1
3/2
2
Bruhn-Nutech, Columbia, MD
1
8
20
E
Initial / Reorder
0/0
6/1
0/0
6/1
3
Northrop Grumman, Winterpark, FL
1
25
500
E
Initial / Reorder
0/0
2/1
0/0
2/1
Item No. 71 Page 15 of 98
179
M
A
R
A
P
R
A
P
R
M
A
Y
M
A
Y
J
U
N
J
U
N
J
U
L
J
U
L
A
U
G
A
U
G
S
E
P
L
A
T
E
R
S
E
P
REMARKS
MFR 1 and 2 are same contractor, two different
rates of software production. Software deliveries
consist of compact disk copies with infinite numbers
of license to copy.
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
February 2005
P-1 Item Nomenclature
(JA0004) WMD - CIVIL SUPPORT TEAM EQUIPMENT
Other Related Program Elements:
Prior Years
FY 2004
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
63.4
8.8
18.2
90.4
63.4
8.8
18.2
90.4
63.4
8.8
18.2
90.4
Proc Qty
Gross Cost
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
This program supports the development and delivery of an integrated chemical, biological, and nuclear analytical detection and rapid response capability for
the National Guard Bureau's Weapons of Mass Destruction Civil Support Teams (CSTs) and the United States Army Reserve (USAR) Chemical Recon and Decon Platoons.
Capabilities include a state of the art command, control, communications, computer, and intelligence (C4I) system that enables secure communications with Federal, State, and
Local authorities from a WMD incident site.
DESCRIPTION:
Major end items for this Commercial Off the Shelf (COTS) based acquistion program include the Analytical Laboratory System (ALS), and the Unified Command Suite
(UCS) for the WMD CSTs. The ALS provides a mobile laboratory platform that incorporates advanced analytical detection technology for the identification of Chemical
Warfare (CW) agents, Toxic Industrial Chemicals (TICs), Toxic Industrial Materials (TIMs), Biological Warfare (BW) agents. The UCS provides secure communications
interoperability with the ALS and reach back capability to Federal, State, and Local authorities from the incident site.
NOTE: The FY05 Appropriations bill provided an increase of $18.2M in this program. WMD - Civil Support Team Equipment - FY05 and outyear budget data transferred to
SSN JS0004, Installation Force Protection,
Item No. 71 Page 16 of 98
180
Exhibit P-40, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
Equipment for the United States Army Reserve
(USAR)
1. Radiacs AN/PDR-77
2. CAMSIM
3. Self-Contained Breathing Apparatus (SCBA)
4. Drash Tents
5. CB Support Equipment
Subtotal for USAR Recon Decon Platoons
Additional National Guard Bureau Civil Support
Teams (CSTs) (FY04 - 12; FY05 - 11)
1. M42 Chemical Alarm Unit
2. M40A1 Chemical/Biological Mask
3. ACADA Power Supply
4. HHA Training
5. HHA Live
6. ACADA Simulators
7. UCS Block 0 (UCS Baseline)
8. ALS SEP Fielding Support
9. ALS SEP Shelter Enhancements
10. Engineering Support
Subtotal for New Civil Support Teams
1. UCS Block 0 (UCS Baseline)
2. Post Operational Evaluation - UCS Block 0 (UCS
Baseline)
3. ALS SEP Fielding Support
4. Post Operational Evaluation - ALS SEP
5. Engineering Support
CBDP equipment deliveries will be shown on P-5A
and P-21 exhibits of the respective programs.
TOTAL
P-1 Line Item Nomenclature:
(JA0004) WMD - CIVIL SUPPORT TEAM
EQUIPMENT
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
FY 04
FY 05
Weapon System Type:
FY 06
Date:
February 2005
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
176
45
1174
2587
775
4757
27
3
210
25
6.519
15.000
5.590
103
67
85
280
21
51
489
207
304
110
331
828
38
0.324
0.280
2.545
0.063
0.062
12.868
1
1368
993
1368
61
35
591
13682
671
2652
569
18200
457
44
10
0.077
13.432
1368
73
342
1198
8792
18200
Item No. 71 Page 17 of 98
181
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JA0004) WMD - CIVIL SUPPORT TEAM EQUIPMENT
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
ACADA Simulators
Argon Electronics, Luton
UK
Argon Electronics, Luton
UK
FY 04
FY 05
SS/FP
RDECOM, APG, MD
Dec-04
May-05
38
12868
Yes
SS/FP-Opt #1
RDECOM, APG, MD
Mar-05
Aug-05
44
13432
Yes
St. Inigoes, MD
Dec-04
Oct-05
10
1368200
Yes
UCS Block 0 (UCS Baseline)
FY 05
REMARKS:
Naval Air Warfare Center
Aircraft Division, St.
Inigoes, MD
MIPR
FY04 - Phase IV CST Stand Up, 329th Recon Company Stand Up, Decon Platoon Upgrades
FY05 - Phase V CST Stand Up
Item No. 71 Page 18 of 98
182
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
Exhibit P21, Production Schedule
Date:
(JA0004) WMD - CIVIL SUPPORT TEAM EQUIPMENT
February 2005
Fiscal Year 04
Fiscal Year 05
Calendar Year 04
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
FY 02
NG
36
8
28
4
4
4
4
4
4
4
3
FY 03
NG
128
128
A
ACADA Simulators
3
FY 04
NG
38
38
A
ACADA Simulators
3
FY 05
NG
44
44
UCS Block 0 (UCS Baseline)
1
FY 05
NG
10
10
FY
ALS SEP Vehicles
2
ACADA Simulators
COST ELEMENTS
J
U
N
J
U
L
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
NAME/LOCATION
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
J
U
L
A
U
G
S
E
P
12
12
12
12
80
4
4
4
4
22
8
8
28
M
A
Y
J
U
N
A
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
A
O
C
T
MFR
M
A
Y
L
A
T
E
R
Calendar Year 05
S
E
R
V
M
F
R
N
O
V
D
E
C
10
J
A
N
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
Naval Air Warfare Center Aircraft Division, St. Inigoes, MD
1
4
8
E
Initial / Reorder
1/1
6/2
1 / 11
7 / 13
2
Wolfcoach, Auburn, MA
1
4
8
E
Initial / Reorder
1/1
2/2
8/8
10 / 10
3
Argon Electronics, Luton UK
1
20
30
E
Initial / Reorder
1/1
26 / 2
5/6
31 / 8
183
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
REMARKS
Production
1
Item No. 71 Page 19 of 98
F
E
B
After 1 Oct
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
Exhibit P21, Production Schedule
Date:
(JA0004) WMD - CIVIL SUPPORT TEAM EQUIPMENT
February 2005
Fiscal Year 06
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
FY 03
NG
128
48
80
12
12
12
12
12
12
8
3
FY 04
NG
38
16
22
4
4
4
4
4
2
ACADA Simulators
3
FY 05
NG
44
16
28
8
8
8
4
UCS Block 0 (UCS Baseline)
1
FY 05
NG
10
10
4
4
2
O
C
T
N
O
V
D
E
C
F
E
B
M
A
R
M
F
R
FY
ACADA Simulators
3
ACADA Simulators
COST ELEMENTS
MFR
Fiscal Year 07
Calendar Year 06
J
A
N
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
LEAD TIMES
Administrative
Number
NAME/LOCATION
Calendar Year 07
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
Naval Air Warfare Center Aircraft Division, St. Inigoes, MD
1
4
8
E
Initial / Reorder
1/1
6/2
1 / 11
7 / 13
2
Wolfcoach, Auburn, MA
1
4
8
E
Initial / Reorder
1/1
2/2
8/8
10 / 10
3
Argon Electronics, Luton UK
1
20
30
E
Initial / Reorder
1/1
26 / 2
5/6
31 / 8
184
REMARKS
Production
1
Item No. 71 Page 20 of 98
L
A
T
E
R
After 1 Oct
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
Prior Years
February 2005
P-1 Item Nomenclature
(JC0100) JOINT BIO POINT DETECTION SYSTEM (JBPDS)
Other Related Program Elements:
FY 2004
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
129.1
137.6
113.3
109.5
105.1
102.8
142.1
139.6
979.0
129.1
137.6
113.3
109.5
105.1
102.8
142.1
139.6
979.0
129.1
137.6
113.3
109.5
105.1
102.8
142.1
139.6
979.0
Proc Qty
Gross Cost
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The Joint Biological Point Detection System (JBPDS) provides continuous, rapid, and fully automated collection detection and identification of biological
warfare agents. The JBPDS fully integrates a cyclone collector, fluid transfer system, generic detection system, and automated hand held assay reader into a biological sensor
suite. The sensor suite, operated by two onboard controllers and a touchpad screen display, also includes commercial telemetry, global positioning, meteorological, and
network modem devices. The system can be controlled and monitored locally and remotely, and automatically interfaces with global positioning, meteorological, and
communication systems. It is fully hardened and configured for a variety of service designated mobile platforms and battle spaces, including surface ships, wheeled vehicles,
air base, and man portable applications. The JBPDS's four configuration specific nomenclatures are XM96 Man Portable, XM97 Shelter Vehicle, XM98 Ship, and XM102
trailer mounted configuration . JBPDS provides both: (1) a means to limit the effects of Biological Warfare Agent attacks and the potential for catastrophic effects to U.S.
forces; and, (2) assistance to medical personnel in determining effective preventive measures, prophylaxis, and the appropriate treatment if exposure occurs. It is a first time
defense capability for the US Marine Corps and US Air Force and replaces interim capabilities provided to the US Navy (Interim Biological Agent Detection System
(IBADS)) and the Army (BIDS NDI and BIDS P3I)).
DESCRIPTION:
JUSTIFICATION:
NOTE:
FY06 continues procurement of 101 XM97 Sheltered Vehicle configured JBPDS, and 11 XM 98 Ship configured JBPDS for a total of 112 systems.
FY03 AND PRIOR BUDGET DATA ($153.6M) IS REFLECTED IN THE JOINT BIO DEFENSE PROGRAM (MEDICAL).
Item No. 71 Page 21 of 98
185
Exhibit P-40, Budget Item Justification Sheet
Date:
Exhibit P-40C, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
0603884BP/Proj BJ4 and Proj CA4; 0604384BP/Proj BJ5 and Proj CA5
B
February 2005
P-1 Item Nomenclature
(JC0100) JOINT BIO POINT DETECTION SYSTEM (JBPDS)
Other Related Program Elements:
RDT&E Code B Item
The Joint Biological Point Detection System (JBPDS) provides continuous, rapid, and fully automated collection detection and identification of biological warfare agents. The
JBPDS fully integrates a cyclone collector, fluid transfer system, generic detection system, and automated hand held assay reader into a biological sensor suite. The sensor suite,
operated by two onboard controllers and a touchpad screen display, also includes commercial telemetry, global positioning, meteorological, and network modem devices. The
system can be controlled and monitored locally and remotely, and automatically interfaces with global positioning, meteorological, and communication systems. It is fully
hardened and configured for a variety of service designated mobile platforms and battle spaces, including surface ships, wheeled vehicles, air base, and man portable
applications. The JBPDS's four configuration specific nomenclatures are XM96 Man Portable, XM97 Shelter Vehicle, XM98 Ship, and XM102 trailer mounted configuration.
JBPDS provides both: (1) a means to limit the effects of Biological Warfare Agent attacks and the potential for catastrophic effects to U.S. forces; and, (2) assistance to medical
personnel in determining effective preventive measures, prophylaxis, and the appropriate treatment if exposure occurs. It is a first time defense capability for the US Marine
Corps and US Air Force and replaces interim capabilities provided to the US Navy (Interim Biological Agent Detection System (IBADS)) and the Army (BIDS NDI and BIDS
P3I)).
RDT&E FY03 and Prior - 102.2M; FY04 - 5.7M; FY05 - 14.3M; FY06 - 7.4M; FY07 - 1.0M; FY08 - 30.5M; FY09 - 3.1M
DEVELOPMENT/TEST STATUS AND MAJOR MILESTONES
START
COMPLETE
Limited Procurement Urgent (LPU)
Milestone (MS) C
Interim System Production
Multi-service Operational Test and Evaluation (IOT&E) (Phase VI) FOT&E
Full Rate Production Decision
4Q FY02
3Q FY04
4Q FY04
3Q FY07
2Q FY08
4Q FY06
2Q FY05
4Q FY04
3Q FY07
3Q FY08
Item No. 71 Page 22 of 98
186
Exhibit P-40C, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
1. Hardware (Integrated Suite of Components)
XM96 Manportable Total
P-1 Line Item Nomenclature:
(JC0100) JOINT BIO POINT DETECTION
SYSTEM (JBPDS)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
B
2212
6
369
XM 97 Shelter Vehicle
NATO Slave Cable
Mechanical/Electrical & Data Hook-up
B
29145
206
859
98
98
98
297
2.102
8.765
34071
262
1092
121
121
121
282
2.165
9.025
28326
225
939
101
101
101
280
2.228
9.297
28177
230
958
100
100
100
282
2.300
9.580
XM 98 Ship
Ship Installation
B
612
130
2
2
306
65.000
4675
680
11
11
425
61.818
4516
11
411
4452
11
405
XM 102 Trailer
M42 Alarm
3KW Gen
NATO Slave
M103 Trailer
B
1697
1
48
10
77
5
5
5
5
5
339
0.200
9.600
2.000
15.400
359
9
2
15
1
1
1
1
1
359
0.000
9.000
2.000
15.000
M31E2 Platform Hardware
Military Equipment
HMMWV
Shelters
Commercial Equipment
Radios
Auxiliary Equipment
6191
2217
77
77
80.403
28.792
5337
2059
74
74
72.122
27.824
4621
1782
63
63
73.349
28.286
4184
1614
56
56
74.714
28.821
5940
16053
77
77
77.143
208
5566
12436
74
74
75.216
168
4819
10767
63
63
76.492
171
4363
9740
56
56
77.911
174
Raw Materials Lead
Shelter Modification Lead
7405
13183
11414
10185
2. In-House Assembly
2388
4727
3537
3007
3. Engineering Change Orders
Suite
4916
5043
4. Acceptance/First Article Test
5578
835
4051
8654
Item No. 71 Page 23 of 98
187
Exhibit P-5, Weapon System Cost Analysis
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
5. Quality Assurance
Suite
Shelter
P-1 Line Item Nomenclature:
(JC0100) JOINT BIO POINT DETECTION
SYSTEM (JBPDS)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
630
70
630
70
630
70
450
50
6. Engineering Support
7413
8170
5544
5340
7. Tooling and Test Equipment
1180
8. Retrofit of Fielded JBPDS Systems
9. Embedded Trainer
10. Specifications and Drawings
1345
300
1935
1129
318
11. Technical Manuals
1736
894
12. Interim Contractor Support
2165
1290
1117
506
16567
21526
17798
17393
4897
6480
4866
8392
4346
7498
3725
6431
129076
137618
113345
109459
13. Initial Spares
Suite
14. System Fielding Support (Total Package
Fielding, First Destination Transportation & New
Equipment Training)
Suite
Shelter
TOTAL
Item No. 71 Page 24 of 98
188
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JC0100) JOINT BIO POINT DETECTION SYSTEM (JBPDS)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
XM96 Manportable Total
FY 04
General Dynamics ATP,
Charlotte, NC
C/FFP
RDECOM, Edgewood,
MD
Aug-04
Nov-05
6
368667
Yes
General Dynamics ATP,
DeLand, FL (LPU)
General Dynamics ATP,
Charlotte, NC
SS/FFP
RDECOM, Edgewood,
MD
RDECOM, Edgewood,
MD
Feb-04
Apr-05
77
308255
Yes
Aug-04
Sep-05
21
308255
Yes
General Dynamics ATP,
Charlotte, NC
General Dynamics ATP,
Charlotte, NC
General Dynamics ATP,
Charlotte, NC
C/FFP/OPT 1
RDECOM, Edgewood,
MD
RDECOM, Edgewood,
MD
RDECOM, Edgewood,
MD
Mar-05
Oct-05
121
283909
Yes
Dec-05
Sep-06
101
280465
Yes
Dec-06
Jul-07
100
278940
Yes
General Dynamics ATP,
Charlotte, NC
C/FFP
RDECOM, Edgewood,
MD
Aug-04
Sep-05
2
371000
Yes
XM 97 Shelter Vehicle Total
FY 04
FY 05
FY 06
FY 07
C/FFP
C/FFP/OPT 2
C/FFP/OPT 3
XM 98 Ship Total
FY 04
REMARKS:
LRIP through FY08.
Item No. 71 Page 25 of 98
189
Exhibit P-5A, Procurement History and Planning
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JC0100) JOINT BIO POINT DETECTION SYSTEM (JBPDS)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Spec/TDP
Avail
Now?
Date
Delivery
Each
$
RDECOM, Edgewood,
MD
RDECOM, Edgewood,
MD
RDECOM, Edgewood,
MD
Mar-05
Oct-05
11
447091
Yes
Dec-05
Sep-06
11
433000
Yes
Dec-06
Jul-07
11
427364
Yes
RDECOM, Edgewood,
MD
RDECOM, Edgewood,
MD
Aug-04
Feb-06
5
366800
Yes
Mar-05
Feb-06
1
367000
Yes
Date
Revsn
Avail
RFP Issue
Date
XM 98 Ship Total (cont)
FY 05
FY 06
FY 07
General Dynamics ATP,
Charlotte, NC
General Dynamics ATP,
Charlotte, NC
General Dynamics ATP,
Charlotte, NC
C/FFP/OPT 1
General Dynamics ATP,
Charlotte, NC
General Dynamics ATP,
Charlotte, NC
C/FFP
C/FFP/OPT 2
C/FFP/OPT 3
XM 102 Trailer Total
FY 04
FY 05
REMARKS:
C/FFP/OPT
LRIP through FY08.
Item No. 71 Page 26 of 98
190
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
(JC0100) JOINT BIO POINT DETECTION SYSTEM (JBPDS)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 04
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
Fiscal Year 05
Calendar Year 04
Calendar Year 05
M
F
R
FY
XM96 Manportable Total
2
FY 04
AF
6
6
XM 97 Shelter Vehicle Total
1
FY 04
A
77
77
XM 97 Shelter Vehicle Total
2
FY 04
A
21
21
A
10
XM 98 Ship Total
2
FY 04
N
2
2
A
2
XM 102 Trailer Total
2
FY 04
AF
5
5
A
COST ELEMENTS
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
8
16
16
17
20
S
E
P
A
L
A
T
E
R
6
A
11
5
XM 97 Shelter Vehicle Total
2
FY 05
A
98
98
A
98
XM 97 Shelter Vehicle Total
2
FY 05
MC
23
23
A
23
XM 98 Ship Total
2
FY 05
N
11
11
A
11
XM 102 Trailer Total
2
FY 05
AF
1
1
A
1
O
C
T
MFR
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
N
O
V
D
E
C
J
A
N
TOTAL
NAME/LOCATION
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
1
General Dynamics ATP, DeLand, FL (LPU)
7
10
24
E
Initial / Reorder
2/0
4/0
15 / 0
19 / 0
2
General Dynamics ATP, Charlotte, NC
7
10
24
E
Initial / Reorder
2/0
10 / 7
15 / 8
25 / 15
3
General Dynamics ATP, Charlotte, NC
7
10
24
E
Initial / Reorder
2/0
2/2
8/6
10 / 8
191
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
REMARKS
Production
Number
Item No. 71 Page 27 of 98
F
E
B
After 1 Oct
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(JC0100) JOINT BIO POINT DETECTION SYSTEM (JBPDS)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 06
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
10
11
M
F
R
FY
XM96 Manportable Total
2
FY 04
AF
6
XM 97 Shelter Vehicle Total
2
FY 04
A
21
XM 102 Trailer Total
2
FY 04
AF
5
5
COST ELEMENTS
Fiscal Year 07
Calendar Year 06
O
C
T
6
N
O
V
D
E
C
J
A
N
2
2
2
F
E
B
M
A
R
A
P
R
1
2
2
A
U
G
S
E
P
L
A
T
E
R
Calendar Year 07
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
9
9
6
1
1
1
11
XM 97 Shelter Vehicle Total
2
FY 05
A
98
98
8
8
5
7
11
11
10
9
9
9
8
3
XM 97 Shelter Vehicle Total
2
FY 05
MC
23
23
2
2
2
2
2
2
2
2
2
2
2
1
XM 98 Ship Total
2
FY 05
N
11
11
1
1
1
1
1
1
1
1
1
1
1
XM 102 Trailer Total
2
FY 05
AF
1
1
XM 97 Shelter Vehicle Total
2
FY 06
A
93
93
A
6
9
9
9
9
9
9
9
XM 97 Shelter Vehicle Total
2
FY 06
AF
8
8
A
1
1
1
1
1
1
1
1
XM 98 Ship Total
2
FY 06
N
11
11
A
1
1
1
1
1
1
1
1
XM 97 Shelter Vehicle Total
3
FY 07
A
86
86
A
5
9
9
63
XM 97 Shelter Vehicle Total
3
FY 07
AF
7
7
A
1
1
1
4
XM 97 Shelter Vehicle Total
3
FY 07
MC
7
7
A
1
1
1
4
XM 98 Ship Total
3
FY 07
N
11
11
A
1
1
1
8
J
U
L
A
U
G
S
E
P
1
O
C
T
MFR
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
N
O
V
D
E
C
J
A
N
TOTAL
NAME/LOCATION
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
1
General Dynamics ATP, DeLand, FL (LPU)
7
10
24
E
Initial / Reorder
2/0
4/0
15 / 0
19 / 0
2
General Dynamics ATP, Charlotte, NC
7
10
24
E
Initial / Reorder
2/0
10 / 7
15 / 8
25 / 15
3
General Dynamics ATP, Charlotte, NC
7
10
24
E
Initial / Reorder
2/0
2/2
8/6
10 / 8
192
M
A
R
A
P
R
M
A
Y
J
U
N
REMARKS
Production
Number
Item No. 71 Page 28 of 98
F
E
B
After 1 Oct
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(JC0100) JOINT BIO POINT DETECTION SYSTEM (JBPDS)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 08
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
FY 07
A
86
23
63
9
10
10
11
11
6
6
FY 07
AF
7
3
4
1
1
1
1
M
F
R
FY
XM 97 Shelter Vehicle Total
3
XM 97 Shelter Vehicle Total
3
COST ELEMENTS
XM 97 Shelter Vehicle Total
3
FY 07
MC
7
3
4
1
1
1
1
XM 98 Ship Total
3
FY 07
N
11
3
8
1
1
1
1
1
1
2
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
MFR
Fiscal Year 09
Calendar Year 08
PRODUCTION RATES
Calendar Year 09
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
LEAD TIMES
Administrative
TOTAL
NAME/LOCATION
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
1
General Dynamics ATP, DeLand, FL (LPU)
7
10
24
E
Initial / Reorder
2/0
4/0
15 / 0
19 / 0
2
General Dynamics ATP, Charlotte, NC
7
10
24
E
Initial / Reorder
2/0
10 / 7
15 / 8
25 / 15
3
General Dynamics ATP, Charlotte, NC
7
10
24
E
Initial / Reorder
2/0
2/2
8/6
10 / 8
193
REMARKS
Production
Number
Item No. 71 Page 29 of 98
L
A
T
E
R
After 1 Oct
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
Prior Years
FY 2004
FY 2005
P-1 Item Nomenclature
(JC0208) JOINT EFFECTS MODEL (JEM)
Other Related Program Elements:
FY 2006
FY 2007
2413
2452
1.0
2.0
2.0
1.0
6.1
1.0
2.0
2.0
1.0
6.1
1.0
2.0
2.0
1.0
6.1
Proc Qty
Gross Cost
February 2005
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
4865
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
JEM is a general-purpose, accredited model for predicting Chemical, Biological, Radiological and Nuclear (CBRN) hazards associated with the release of
contaminants into the environment. JEM will be developed in blocks and will be capable of modeling hazards in a variety of scenarios including: counterforce, passive
defense, accident and/or incidents (Block I), high altitude releases, urban NBC environments (Block II) and building interiors, and human performance degradation (Block
III). Battlespace commanders and first responders must have a NBC hazard prediction capability in order to make decisions that will minimize risks of CBRN contamination
and enable them to continue mission operations.
DESCRIPTION:
FY06 procures 2413 Block I software copies and installation at 14 separate Command and Control systems, 14 program offices, and plans for installation at
NORAD/NORTHCOM and the Pentagon Force Protection Agency.
JUSTIFICATION:
Item No. 71 Page 30 of 98
194
Exhibit P-40, Budget Item Justification Sheet
Date:
Exhibit P-40C, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
0603884BP/Proj CA4 and Proj IS4; 0604384BP/Proj CA5 and Proj IS5
B
February 2005
P-1 Item Nomenclature
(JC0208) JOINT EFFECTS MODEL (JEM)
Other Related Program Elements:
PE 0604384BP, Project CA5
RDT&E Code B Item
JEM is a general-purpose, accredited model for predicting Chemical, Biological, Radiological and Nuclear (CBRN) hazards associated with the release of contaminants into the
environment. JEM will be developed in blocks and will be capable of modeling hazards in a variety of scenarios including: counterforce, passive defense, accident and/or
incidents (Block I), high altitude releases, urban NBC environments (Block II) and building interiors, and human performance degradation (Block III). Battlespace commanders
and first responders must have a NBC hazard prediction capability in order to make decisions that will minimize risks of CBRN contamination and enable them to continue
mission operations.
RDT&E FY03 and Prior - 6.2M; FY04 - 16.6M; FY05 - 8.1M; FY06 - 22.8M; FY07 - 1.8M; FY08 - 0.5M
DEVELOPMENT/TEST STATUS AND MAJOR MILESTONES
START
COMPLETE
BLK I - Software Development
BLK I - Milestone B Decision
BLK I - Award System Development and Demonstration (SDD) Contract
BLK I - Developmental Testing (DT) (Contractor)
BLK I - DT (Government)
BLK I - Software Maintenance
BLK I - Establish, Train, Stand Up Software Support Activity
BLK I - Operational Testing (OT)
BLK I - Milestone C (Limited Deployment) and Full Rate Production (FRP)
BLK I - Production and Deployment
BLK I - Initial Operational Capability (IOC)
3Q FY03
2Q FY04
2Q FY04
1Q FY05
2Q FY05
4Q FY04
3Q FY05
4Q FY05
2Q FY06
2Q FY06
4Q FY06
3Q FY05
2Q FY04
2Q FY04
3Q FY05
4Q FY05
1Q FY06
3Q FY06
1Q FY06
2Q FY06
2Q FY08
4Q FY06
Item No. 71 Page 31 of 98
195
Exhibit P-40C, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
P-1 Line Item Nomenclature:
(JC0208) JOINT EFFECTS MODEL (JEM)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
JEM Software
JEM (JWARN Initial Capability (JIC) Component)
4
14
Software & Installation (Contractor)
0.286
541
2413
0.224
567
Technical Engineering Support
700
496
489
System Fielding Support (Total Package Fielding,
First Destination Transportation & New
Equipment Training) (NET)).
290
987
973
994
2024
2029
2452
0.231
Note: Delivery of JEM (JWARN JIC component) is
dependent upon JWARN JIC delivery request.
TOTAL
Item No. 71 Page 32 of 98
196
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JC0208) JOINT EFFECTS MODEL (JEM)
Contract
Method
and Type
Location of PCO
SPAWARSYSCOM, San
Diego, CA
SPAWARSYSCOM, San
Diego, CA
Award
Date 1st
QTY
Unit Cost
Spec/TDP
Avail
Now?
Date
Delivery
Each
$
Oct-05
Mar-06
2413
220
Yes
Oct-06
Nov-06
2452
227
Yes
Date
Revsn
Avail
RFP Issue
Date
Software & Installation (Contractor)
FY 06
TBS
C/FP
FY 07
TBS
C/FP(Option)
REMARKS:
Item No. 71 Page 33 of 98
197
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
Date:
Exhibit P21, Production Schedule
(JC0208) JOINT EFFECTS MODEL (JEM)
February 2005
Fiscal Year 06
S
E
R
V
PROC
QTY
Each
BAL
DUE
AS OF
1 OCT
O
C
T
FY 06
A
FY 06
AF
1400
1400
749
749
1
FY 06
MC
48
48
A
Software & Installation (Contractor)
1
FY 06
N
216
216
A
Software & Installation (Contractor)
1
Software & Installation (Contractor)
1
FY 07
A
1600
FY 07
AF
852
M
F
R
FY
Software & Installation (Contractor)
1
Software & Installation (Contractor)
1
Software & Installation (Contractor)
COST ELEMENTS
ACCEP
PRIOR
TO
1 OCT
N
O
V
D
E
C
J
A
N
F
E
B
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
A
200
200
200
200
200
200
200
A
107
107
107
107
107
107
107
1600
A
200
200
200
200
200
200
200
200
852
A
107
107
107
107
107
107
107
103
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
54
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
54
M
A
Y
J
U
N
54
J
U
L
NAME/LOCATION
TBS
MIN.
1-8-5
MAX.
UOM
260
400
3000
E
A
U
G
S
E
P
J
U
L
A
U
G
S
E
P
54
A
U
G
S
E
P
LEAD TIMES
Administrative
1
J
U
L
L
A
T
E
R
48
PRODUCTION RATES
Number
Calendar Year 07
M
A
R
O
C
T
MFR
Fiscal Year 07
Calendar Year 06
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
0/0
0/0
6/2
6/2
Initial / Reorder
Item No. 71 Page 34 of 98
198
TOTAL
REMARKS
Production
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
Prior Years
Proc Qty
Gross Cost
FY 2004
FY 2005
6
February 2005
P-1 Item Nomenclature
(JC0250) JOINT BIO STANDOFF DETECTOR SYSTEM (JBSDS)
Other Related Program Elements:
FY 2006
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
18
FY 2007
25
33
100
150
Continuing
Continuing
6.1
1.9
16.7
27.9
43.7
69.4
103.0
Continuing
Continuing
6.1
1.9
16.7
27.9
43.7
69.4
103.0
Continuing
Continuing
6.1
1.9
16.7
27.9
43.7
69.4
103.0
Continuing
Continuing
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The Joint Biological Stand-off Detector System (JBSDS) is the first joint biological stand-off early warning, biological detection (BD) system. The system
will be capable of providing near real time detection of biological attacks/incidents, and stand-off early warning detection/warning of biological warfare (BW) agents at fixed
sites or when mounted on multiple platforms, including NBC reconnaissance platforms. It will be capable of providing stand-off detection, ranging, tracking, discrimination
(manmade vs natural occurring aerosol), and generic detection (biological vs non-biological) of large area BW aerosol clouds for advanced warning, reporting, and protection.
DESCRIPTION:
JUSTIFICATION:
FY06 procures eighteen additional systems.
Item No. 71 Page 35 of 98
199
Exhibit P-40, Budget Item Justification Sheet
Date:
Exhibit P-40C, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
0604384BP/Proj BJ5 and Proj CA5
B
February 2005
P-1 Item Nomenclature
(JC0250) JOINT BIO STANDOFF DETECTOR SYSTEM (JBSDS)
Other Related Program Elements:
RDT&E Code B Item
The Joint Biological Stand-off Detector System (JBSDS) is the first joint biological stand-off early warning, biological detection (BD) system. The system will be capable of
providing near real time detection of biological attacks/incidents, and stand-off early warning detection/warning of biological warfare (BW) agents at fixed sites or when
mounted on multiple platforms, including NBC reconnaissance platforms. It will be capable of providing stand-off detection, ranging, tracking, discrimination (manmade vs
natural occurring aerosol), and generic detection (biological vs non-biological) of large area BW aerosol clouds for advanced warning, reporting, and protection.
RDT&E FY03 and Prior - 13.4M; FY04 - 15.6M; FY05 - 18.0M; FY06 - 20.0M; FY07 - 45.0M; FY08 - 38.5M; FY09 - 36.9M; FY10 - 32.9M
DEVELOPMENT/TEST STATUS AND MAJOR MILESTONES
START
COMPLETE
Increment I JBSDS Milestone C (Low Rate Initial Production (LRIP)
Increment I JBSDS LRIP (2 Systems)
Increment I JBSDS LRIP (4 Systems)
Increment I JBSDS Multi-Service Operational Test & Evaluation (MOT&E)
Increment I JBSDS Full Rate Production Decision
Increment II JBSDS Developmental Testing (DT)
Increment II JBSDS Early Operational Assessment
Increment II JBSDS Milestone C
Increment II JBSDS Low Rate Initial Production (LRIP)
Increment II JBSDS Multiservice Operational Test and Evaluation (MOT&E)
Increment II JBSDS Full Rate Production (FRP)
3Q FY04
3Q FY04
2Q FY05
2Q FY05
4Q FY05
3Q FY07
1Q FY08
3Q FY08
3Q FY08
4Q FY09
2Q FY10
3Q FY04
1Q FY05
4Q FY05
1Q FY06
2Q FY07
2Q FY08
2Q FY08
3Q FY08
3Q FY09
1Q FY10
Continuing
Item No. 71 Page 36 of 98
200
Exhibit P-40C, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
1. JBSDS LRIP Hardware
P-1 Line Item Nomenclature:
(JC0250) JOINT BIO STANDOFF
DETECTOR SYSTEM (JBSDS)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
FY 04
FY 05
FY 06
Date:
February 2005
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
5836
6
973
2. JBSDS FRP Hardware
10928
3. JBSDS LRIP Refurbishment
4. Engineering Support
Weapon System Type:
1768
6
264
18
607
295
593
5. Quality Assurance
253
6. Initial Spares
7. System Fielding Support
84
8. Interim Contractor Support
TOTAL
942
4000
6100
1852
Item No. 71 Page 37 of 98
201
16716
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JC0250) JOINT BIO STANDOFF DETECTOR SYSTEM (JBSDS)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
JBSDS LRIP Hardware
FY 04
Science & Engineering
Services, Inc, (SESI),
Columbia, MD
Science & Engineering
Services, Inc, (SESI),
Columbia, MD
C/FFP
RDECOM, APG, MD
May-04
Feb-05
2
972667
Yes
C/FFP
RDECOM, APG, MD
Mar-05
May-05
4
972667
Yes
Science & Engineering
Services, Inc, (SESI),
Columbia, MD
C/FPI/OPT
RDECOM, APG, MD
Dec-05
Jun-06
18
607111
Yes
Science & Engineering
Services, Inc, (SESI),
Columbia, MD
C/FFP/OPT
RDECOM, APG, MD
Jul-05
Sep-05
6
294667
Yes
JBSDS FRP Hardware
FY 06
JBSDS LRIP Refurbishment
FY 05
REMARKS:
Item No. 71 Page 38 of 98
202
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
(JC0250) JOINT BIO STANDOFF DETECTOR SYSTEM (JBSDS)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 04
S
E
R
V
PROC
QTY
Each
FY 04
A
2
2
FY 04
A
4
4
FY 05
A
6
6
M
F
R
FY
JBSDS LRIP Hardware
1
JBSDS LRIP Hardware
2
JBSDS LRIP Refurbishment
3
COST ELEMENTS
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
1
1
1
1
A
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
LEAD TIMES
N
O
V
D
E
C
J
A
N
F
E
B
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
Science & Engineering Services, Inc, (SESI), Columbia, MD
1
2
5
E
Initial / Reorder
6/0
7/0
10 / 0
17 / 0
2
Science & Engineering Services, Inc, (SESI), Columbia, MD
1
1
5
E
Initial / Reorder
5/0
17 / 0
3/0
20 / 0
3
Science & Engineering Services, Inc, (SESI), Columbia, MD
1
1
5
E
Initial / Reorder
0/0
9/0
3/0
12 / 0
4
Science & Engineering Services, Inc, (SESI), Columbia, MD
1
1
5
E
Initial / Reorder
0/0
2/0
7/0
9/0
203
1
5
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
REMARKS
Production
1
Item No. 71 Page 39 of 98
S
E
P
1
A
PRODUCTION RATES
NAME/LOCATION
S
E
P
1
Administrative
Number
A
U
G
L
A
T
E
R
Calendar Year 05
A
O
C
T
MFR
Fiscal Year 05
Calendar Year 04
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(JC0250) JOINT BIO STANDOFF DETECTOR SYSTEM (JBSDS)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 06
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
FY 05
A
6
1
5
1
2
2
FY 06
A
18
M
F
R
FY
JBSDS LRIP Refurbishment
3
JBSDS FRP Hardware
4
COST ELEMENTS
18
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
A
O
C
T
MFR
Fiscal Year 07
Calendar Year 06
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
2
3
3
3
3
3
1
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
LEAD TIMES
Administrative
Number
NAME/LOCATION
Calendar Year 07
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
Science & Engineering Services, Inc, (SESI), Columbia, MD
1
2
5
E
Initial / Reorder
6/0
7/0
10 / 0
17 / 0
2
Science & Engineering Services, Inc, (SESI), Columbia, MD
1
1
5
E
Initial / Reorder
5/0
17 / 0
3/0
20 / 0
3
Science & Engineering Services, Inc, (SESI), Columbia, MD
1
1
5
E
Initial / Reorder
0/0
9/0
3/0
12 / 0
4
Science & Engineering Services, Inc, (SESI), Columbia, MD
1
1
5
E
Initial / Reorder
0/0
2/0
7/0
9/0
204
REMARKS
Production
1
Item No. 71 Page 40 of 98
L
A
T
E
R
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
(JC1500) NBC RECON VEHICLE (NBCRV)
Other Related Program Elements:
FY 2004
FY 2005
9
8
6.2
13.1
10.3
15.0
10.1
7.6
62.3
6.2
13.1
10.3
15.0
10.1
7.6
62.3
6.2
13.1
10.3
15.0
10.1
7.6
62.3
Proc Qty
Gross Cost
P-1 Item Nomenclature
Code:
Prior Years
February 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
10
To Complete
Total Prog
27
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The Nuclear Biological Chemical Reconnaissance Vehicle (NBCRV) sensor suite is a dedicated system of nuclear and chemical detection and warning
equipment, and biological sampling equipment. The sensor suite is integrated into a high speed, high mobility, armored carrier capable of performing NBC reconnaissance on
primary, secondary, or cross country routes throughout the battlefield. The NBCRV will have the capability to detect and collect chemical and biological contamination in its
immediate environment, on the move, through point detection (Chemical Biological Mass Spectrometer (CBMS) and Joint Biological Point Detection System (JBPDS), and at
a distance through the use of a stand-off detector, the Joint Service Lightweight Stand-off Chemical Agent Detector (JSLSCAD). It automatically integrates contamination
information from detectors with input from on-board navigation and meteorological systems and automatically transmits digital NBC warning messages through the Maneuver
Control System (MCS) to warn follow-on forces.
DESCRIPTION:
JUSTIFICATION:
NOTE:
FY06 funds procure CBMS II units.
Four RDTE prototypes will be refurbished in FY05 and placed in the United States Army Chemical School training base at Ft Leonard Wood, MO.
Item No. 71 Page 41 of 98
205
Exhibit P-40, Budget Item Justification Sheet
Date:
Exhibit P-40C, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
0604384BP/Proj CA5
B
February 2005
P-1 Item Nomenclature
(JC1500) NBC RECON VEHICLE (NBCRV)
Other Related Program Elements:
RDT&E Code B Item
The Nuclear Biological Chemical Reconnaissance Vehicle (NBCRV) sensor suite is a dedicated system of nuclear and chemical detection and warning equipment, and
biological sampling equipment. The sensor suite is integrated into a high speed, high mobility, armored carrier capable of performing NBC reconnaissance on primary,
secondary, or cross country routes throughout the battlefield. The NBCRV will have the capability to detect and collect chemical and biological contamination in its immediate
environment, on the move, through point detection (Chemical Biological Mass Spectrometer (CBMS) and Joint Biological Point Detection System (JBPDS), and at a distance
through the use of a stand-off detector, the Joint Service Lightweight Stand-off Chemical Agent Detector (JSLSCAD). It automatically integrates contamination information
from detectors with input from on-board navigation and meteorological systems and automatically transmits digital NBC warning messages through the Maneuver Control
System (MCS) to warn follow-on forces.
RDT&E FY03 and Prior - 32.9M
DEVELOPMENT/TEST STATUS AND MAJOR MILESTONES
START
COMPLETE
Production Qualification Test (PQT)
NBCRV Production Verification Test (PVT)
Initial Operational Test and Evaluation (IOT&E)
NBCRV Milestone III
3Q FY03
1Q FY06
4Q FY06
4Q FY07
4Q FY04
4Q FY07
1Q FY07
4Q FY07
NOTE: These milestone events are for the complete integration of the Interim Brigade Combat Team (IBCT) NBCRV. The ChemBio sensor suite will be Typed Classified
(TC) as part of the IBCT NBCRV.
Item No. 71 Page 42 of 98
206
Exhibit P-40C, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
P-1 Line Item Nomenclature:
(JC1500) NBC RECON VEHICLE (NBCRV)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
Date:
February 2005
PRIOR
1. Hardware Sensor Suite
CBMS II
Sampling System
UDR-13 Radiac and Mount
Sensor Processing Group (SPG)
Chem Vapor Sampling System (CVSS)
Bio Cooler
2.
3.
4.
5.
6.
Weapon System Type:
Total Cost
Qty
Unit Cost
$000
Each
$000
4726
Engineering Change Orders
Acceptance/First Article Testing
Quality Assurance (Govt't)
Engineering Support (Gov't)
Non-recurring Engineering (Contractor)
379
7. Retrofit of sensor suite test articles
8. Training Aids, Devices, Simulation, and
Simulators (TADSS)
9. Test Support and Support Packages
10. Technical Manuals
500
11. Software Support
12. Interim Contractor Support
600
13. Initial Spares
NOTE: System Fielding Support (NET, FDT, and
TPF) provided by PM Brigade Combat teams (PM
BCT).
TOTAL
6205
Item No. 71 Page 43 of 98
207
Exhibit P-5, Weapon System Cost Analysis
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
1. Hardware Sensor Suite
CBMS II
Sampling System
UDR-13 Radiac and Mount
Sensor Processing Group (SPG)
Chem Vapor Sampling System (CVSS)
Bio Cooler
1530
18
891
630
9
2.
3.
4.
5.
6.
549
492
629
2035
2937
Engineering Change Orders
Acceptance/First Article Testing
Quality Assurance (Govt't)
Engineering Support (Gov't)
Non-recurring Engineering (Contractor)
P-1 Line Item Nomenclature:
(JC1500) NBC RECON VEHICLE (NBCRV)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
3000
7. Retrofit of sensor suite test articles
9
9
9
9
9
170
2.000
99.000
70.000
1.000
1360
16
792
560
8
8
8
8
8
8
420
365
297
1744
431
170
2.000
99.000
70.000
1.000
10
300
1763
21
1027
726
10
493
425
300
1900
1100
10
10
10
10
10
176
2.100
103
72.600
1.000
420
400
300
1926
1423
8. Training Aids, Devices, Simulation, and
Simulators (TADSS)
9. Test Support and Support Packages
10. Technical Manuals
2200
1298
580
1036
420
1403
420
240
11. Software Support
1541
1400
1400
1400
850
850
1500
1037
14991
10120
12. Interim Contractor Support
13. Initial Spares
NOTE: System Fielding Support (NET, FDT, and
TPF) provided by PM Brigade Combat teams (PM
BCT).
TOTAL
13139
10272
Item No. 71 Page 44 of 98
208
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JC1500) NBC RECON VEHICLE (NBCRV)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
CBMS II
FY 06
Hamilton Sundstrand Sensor
Systems, Pomona, CA
SS/FFP
RDECOM, APG, MD
Feb-06
Feb-07
10
300000
Yes
General Dynamics Land
System, Detroit, MI
General Dynamics Land
System, Detroit, MI
General Dynamics Land
System, Detroit, MI
SS/FFP
TACOM, Detroit, MI
Nov-04
Jun-05
9
170000
Yes
SS/FFP
TACOM, Detroit, MI
Nov-04
Jun-05
8
170000
Yes
SS/FFP
TACOM, Detroit, MI
Jun-07
Mar-08
10
176300
Yes
Canberra Industries, Dover,
NJ
Canberra Industries, Dover,
NJ
SS/FFP
CECOM, FT Monmouth,
NJ
CECOM, FT Monmouth,
NJ
Sep-04
Mar-05
9
2000
Yes
Oct-04
Apr-05
8
2000
Yes
Sampling System
FY 04
FY 05
FY 07
UDR-13 Radiac and Mount
FY 04
FY 05
REMARKS:
SS/FFP
Purchases FY04-07 are made through Modifications to base year contracts. There are no contract options.
Item No. 71 Page 45 of 98
209
Exhibit P-5A, Procurement History and Planning
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JC1500) NBC RECON VEHICLE (NBCRV)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
UDR-13 Radiac and Mount (cont)
Canberra Industries, Dover,
NJ
SS/FFP
CECOM, FT Monmouth,
NJ
Jun-07
Dec-07
10
2100
Yes
FY 04
CACI, Manassas, VA
C/FFP
Sep-04
Mar-05
9
99000
Yes
FY 05
CACI, Manassas, VA
C/FFP
Jan-05
Jul-05
8
99000
Yes
FY 07
CACI, Manassas, VA
C/FFP
CECOM, FT Monmouth,
NJ
CECOM, FT Monmouth,
NJ
CECOM, FT Monmouth,
NJ
Jun-07
Dec-07
10
102700
Yes
Battelle, Aberdeen, MD
Battelle, Aberdeen, MD
Battelle, Aberdeen, MD
SS/FFP
RDECOM, APG, MD
RDECOM, APG, MD
RDECOM, APG, MD
Dec-04
Jul-05
9
70000
Yes
Jan-05
Aug-05
8
70000
Yes
Jun-07
Apr-08
10
72600
Yes
Koolatron Inc., Batavia, NY
Koolatron Inc., Batavia, NY
Koolatron Inc., Batavia, NY
SS/FFP
RDECOM, APG, MD
RDECOM, APG, MD
RDECOM, APG, MD
Sep-04
Jan-05
9
1000
Yes
Oct-04
Feb-05
8
1000
Yes
Jun-07
Oct-07
10
1000
Yes
FY 07
Sensor Processing Group (SPG)
Chem Vapor Sampling System (CVSS)
FY 04
FY 05
FY 07
SS/FFP
SS/FFP
Bio Cooler
FY 04
FY 05
FY 07
REMARKS:
SS/FFP
SS/FFP
Purchases FY04-07 are made through Modifications to base year contracts. There are no contract options.
Item No. 71 Page 46 of 98
210
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
Date:
Exhibit P21, Production Schedule
(JC1500) NBC RECON VEHICLE (NBCRV)
February 2005
Fiscal Year 04
PROC
QTY
Each
FY 04
A
9
9
FY 04
A
9
9
A
A
FY
Sampling System
2
UDR-13 Radiac and Mount
3
COST ELEMENTS
BAL
DUE
AS OF
1 OCT
Calendar Year 05
S
E
R
V
M
F
R
ACCEP
PRIOR
TO
1 OCT
Fiscal Year 05
Calendar Year 04
Sensor Processing Group (SPG)
4
FY 04
A
9
9
Chem Vapor Sampling System (CVSS)
5
FY 04
A
9
9
Bio Cooler
6
FY 04
A
9
9
Sampling System
2
FY 05
A
8
8
UDR-13 Radiac and Mount
3
FY 05
A
8
8
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
M
A
Y
J
U
N
J
U
L
A
U
G
3
3
3
3
3
3
3
3
2
4
4
A
A
3
8
4
FY 05
A
8
8
A
FY 05
A
8
8
A
Bio Cooler
6
FY 05
A
8
8
A
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
N
O
V
D
E
C
J
A
N
F
E
B
TOTAL
Production
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
Hamilton Sundstrand Sensor Systems, Pomona, CA
3
3
5
E
Initial / Reorder
0/0
4/4
12 / 12
16 / 16
2
General Dynamics Land System, Detroit, MI
3
3
3
E
Initial / Reorder
4/0
1/1
8/8
9/9
3
Canberra Industries, Dover, NJ
5
10
20
E
Initial / Reorder
0/0
2/2
7/7
9/9
4
CACI, Manassas, VA
5
10
20
E
Initial / Reorder
0/0
5/5
7/7
12 / 12
5
Battelle, Aberdeen, MD
5
10
20
E
Initial / Reorder
3/0
2/2
8/8
10 / 10
6
Koolatron Inc., Batavia, NY
5
10
20
E
Initial / Reorder
0/0
1/1
5/5
6/6
211
4
4
A
U
G
S
E
P
8
1
Item No. 71 Page 47 of 98
3
9
A
O
C
T
S
E
P
3
A
5
NAME/LOCATION
A
P
R
9
Chem Vapor Sampling System (CVSS)
Number
M
A
R
A
Sensor Processing Group (SPG)
MFR
F
E
B
L
A
T
E
R
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
REMARKS
Funding for sensor suite components (JSLSCAD
and JBPDS) are included in their respective
program lines. PM BCT is funding vehicle and
integration costs.
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
Date:
Exhibit P21, Production Schedule
(JC1500) NBC RECON VEHICLE (NBCRV)
February 2005
Fiscal Year 06
COST ELEMENTS
CBMS II
M
F
R
FY
1
FY 06
S
E
R
V
PROC
QTY
Each
A
10
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
Fiscal Year 07
Calendar Year 06
O
C
T
N
O
V
D
E
C
J
A
N
10
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
Calendar Year 07
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
3
3
4
A
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
L
A
T
E
R
Sampling System
2
FY 07
A
10
10
A
10
UDR-13 Radiac and Mount
3
FY 07
A
10
10
A
10
Sensor Processing Group (SPG)
4
FY 07
A
10
10
A
10
Chem Vapor Sampling System (CVSS)
5
FY 07
A
10
10
A
10
Bio Cooler
6
FY 07
A
10
10
A
10
O
C
T
MFR
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
NAME/LOCATION
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
N
O
V
D
E
C
J
A
N
F
E
B
TOTAL
Production
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
1
Hamilton Sundstrand Sensor Systems, Pomona, CA
3
3
5
E
Initial / Reorder
0/0
4/4
12 / 12
16 / 16
2
General Dynamics Land System, Detroit, MI
3
3
3
E
Initial / Reorder
4/0
1/1
8/8
9/9
3
Canberra Industries, Dover, NJ
5
10
20
E
Initial / Reorder
0/0
2/2
7/7
9/9
4
CACI, Manassas, VA
5
10
20
E
Initial / Reorder
0/0
5/5
7/7
12 / 12
5
Battelle, Aberdeen, MD
5
10
20
E
Initial / Reorder
3/0
2/2
8/8
10 / 10
6
Koolatron Inc., Batavia, NY
5
10
20
E
Initial / Reorder
0/0
1/1
5/5
6/6
Item No. 71 Page 48 of 98
212
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
REMARKS
Funding for sensor suite components (JSLSCAD
and JBPDS) are included in their respective
program lines. PM BCT is funding vehicle and
integration costs.
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
Date:
Exhibit P21, Production Schedule
(JC1500) NBC RECON VEHICLE (NBCRV)
February 2005
Fiscal Year 08
COST ELEMENTS
M
F
R
FY
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
Sampling System
2
FY 07
A
10
10
UDR-13 Radiac and Mount
3
FY 07
A
10
10
10
3
Sensor Processing Group (SPG)
4
FY 07
A
10
10
Chem Vapor Sampling System (CVSS)
5
FY 07
A
10
10
Bio Cooler
6
FY 07
A
10
10
MFR
Fiscal Year 09
Calendar Year 08
5
5
O
C
T
N
O
V
D
E
C
J
A
N
4
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
3
4
3
3
4
3
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
F
E
B
M
A
R
PRODUCTION RATES
NAME/LOCATION
LEAD TIMES
TOTAL
Production
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
1
Hamilton Sundstrand Sensor Systems, Pomona, CA
3
3
5
E
Initial / Reorder
0/0
4/4
12 / 12
16 / 16
2
General Dynamics Land System, Detroit, MI
3
3
3
E
Initial / Reorder
4/0
1/1
8/8
9/9
3
Canberra Industries, Dover, NJ
5
10
20
E
Initial / Reorder
0/0
2/2
7/7
9/9
4
CACI, Manassas, VA
5
10
20
E
Initial / Reorder
0/0
5/5
7/7
12 / 12
5
Battelle, Aberdeen, MD
5
10
20
E
Initial / Reorder
3/0
2/2
8/8
10 / 10
6
Koolatron Inc., Batavia, NY
5
10
20
E
Initial / Reorder
0/0
1/1
5/5
6/6
Item No. 71 Page 49 of 98
213
L
A
T
E
R
3
Administrative
Number
Calendar Year 09
REMARKS
Funding for sensor suite components (JSLSCAD
and JBPDS) are included in their respective
program lines. PM BCT is funding vehicle and
integration costs.
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
Prior Years
FY 2004
FY 2005
February 2005
P-1 Item Nomenclature
(JF0100) JOINT CHEM AGENT DETECTOR (JCAD)
Other Related Program Elements:
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
526
5474
4412
5528
5395
6469
To Complete
Total Prog
Proc Qty
100
Gross Cost
1.0
2.1
5.1
26.4
26.1
30.0
31.8
38.9
Continuing
Continuing
1.0
2.1
5.1
26.4
26.1
30.0
31.8
38.9
Continuing
Continuing
1.0
2.1
5.1
26.4
26.1
30.0
31.8
38.9
Continuing
Continuing
27904
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The Joint Chemical Agent Detector (JCAD) is an automatic, lightweight, man-portable, point-sampling, chemical warfare agent vapor detection/warning
system. The system includes simultaneous and automatic detection by class (nerve, blister, and blood), identification and quantification of hazard levels, and a data
communication interface. JCAD will be operational in rotary wing and fixed wing cargo aircraft, in tracked vehicles, for personal detection, and aboard ships. The detector
will have the capability to interface with the Joint Warning and Reporting Network (JWARN). JCAD systems are being procured to replace the Chemical Agent Monitor
(CAM), Improved CAM (ICAMs), Automatic Chemical Agent Detector and Alarm (ACADA or M22), M90, M8A1, and M256A1 kit (manual).
DESCRIPTION:
JUSTIFICATION:
The FY06 JCAD procurement funding will procure 526 Low Rate Initial Production (LRIP) items.
Item No. 71 Page 50 of 98
214
Exhibit P-40, Budget Item Justification Sheet
Date:
Exhibit P-40C, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
0604384BP/Proj CA5
B
February 2005
P-1 Item Nomenclature
(JF0100) JOINT CHEM AGENT DETECTOR (JCAD)
Other Related Program Elements:
RDT&E Code B Item
The Joint Chemical Agent Detector (JCAD) is an automatic, lightweight, man-portable, point-sampling, chemical warfare agent vapor detection/warning system. The system
includes simultaneous and automatic detection by class (nerve, blister, and blood), identification and quantification of hazard levels, and a data communication interface. JCAD
will be operational in rotary wing and fixed wing cargo aircraft, in tracked vehicles, for personal detection, and aboard ships. The detector will have the capability to interface
with the Joint Warning and Reporting Network (JWARN). JCAD systems are being procured to replace the Chemical Agent Monitor (CAM), Improved CAM (ICAMs),
Automatic Chemical Agent Detector and Alarm (ACADA or M22), M90, M8A1, and M256A1 kit (manual).
RDT&E FY03 and Prior - 88.8M; FY04 - 13.6M; FY06 - 17.6M; FY07 - 3.6M; FY08 - 12.3M; FY09 - 14.3M; FY10 - 4.5M; FY11 - 2.0M
DEVELOPMENT/TEST STATUS AND MAJOR MILESTONES
START
COMPLETE
Market Survey of Commercially Available Items
Request For Proposal (RFP) to Selected Commercially Available Systems
Technical Evaluation and Analysis of Data
Milestone C - Low Rate Initial Production (LRIP) Decision
Multi-service Operational Test and Evaluation (MOT&E)
Full Rate Production (FRP) Decision
3Q FY04
3Q FY04
4Q FY04
3Q FY06
4Q FY06
1Q FY07
3Q FY04
3Q FY04
2Q FY06
3Q FY06
4Q FY06
1Q FY07
Item No. 71 Page 51 of 98
215
Exhibit P-40C, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
1. Congressional plus-up not released by OSD
2. JCAD LRIP
P-1 Line Item Nomenclature:
(JF0100) JOINT CHEM AGENT DETECTOR
(JCAD)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
FY 04
FY 05
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
2085
B
2856
3. Contract Support
526
5.430
21349
5474
3.900
1500
4. Engineering Support (Gov't)
5. System Fielding Support (Gov't)
TOTAL
Weapon System Type:
2085
Item No. 71 Page 52 of 98
216
2003
3234
263
274
5122
26357
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JF0100) JOINT CHEM AGENT DETECTOR (JCAD)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
JCAD LRIP
FY 06
FY 07
TBS
TBS
SS/FFP
SS/FFP (OPT/1)
TBS
TBS
Jun-06
Aug-06
526
5430
Yes
Jan-07
May-07
5474
3900
Yes
REMARKS:
Item No. 71 Page 53 of 98
217
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
Exhibit P21, Production Schedule
Date:
(JF0100) JOINT CHEM AGENT DETECTOR (JCAD)
February 2005
Fiscal Year 06
S
E
P
L
A
T
E
R
150
200
918
150
200
PROC
QTY
Each
FY 06
A
357
357
A
FY 06
AF
57
57
A
1
FY 06
AR
56
56
A
56
1
FY 06
D
56
56
A
56
JCAD LRIP
1
FY 07
A
1368
1368
A
100
JCAD LRIP
1
FY 07
AF
1368
1368
A
100
JCAD LRIP
1
FY 07
MC
1369
1369
A
100
150
1119
JCAD LRIP
1
FY 07
N
1369
1369
A
100
150
1119
FY
JCAD LRIP
1
JCAD LRIP
1
JCAD LRIP
JCAD LRIP
COST ELEMENTS
BAL
DUE
AS OF
1 OCT
Calendar Year 07
S
E
R
V
M
F
R
ACCEP
PRIOR
TO
1 OCT
Fiscal Year 07
Calendar Year 06
O
C
T
O
C
T
MFR
N
O
V
N
O
V
D
E
C
D
E
C
J
A
N
J
A
N
F
E
B
F
E
B
M
A
R
M
A
R
A
P
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
M
A
Y
J
U
N
J
U
L
1
NAME/LOCATION
TBS
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
50
50
50
50
50
50
50
J
U
L
A
U
G
S
E
P
O
C
T
LEAD TIMES
MIN.
1-8-5
MAX.
UOM
40
1800
2200
E
D
E
C
J
A
N
F
E
B
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
7
TOTAL
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
918
S
E
P
REMARKS
Production
After 1 Oct
After 1 Oct
After 1 Oct
0/0
8/3
3/5
11 / 8
Item No. 71 Page 54 of 98
218
N
O
V
Prior 1 Oct
Initial / Reorder
M
A
R
57
Administrative
Number
A
U
G
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
Exhibit P21, Production Schedule
Date:
(JF0100) JOINT CHEM AGENT DETECTOR (JCAD)
February 2005
Fiscal Year 08
S
E
R
V
M
F
R
FY
JCAD LRIP
1
FY 07
A
JCAD LRIP
1
FY 07
AF
JCAD LRIP
1
FY 07
MC
JCAD LRIP
1
FY 07
N
COST ELEMENTS
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
1368
450
918
250
300
1368
450
918
250
300
1369
250
1119
200
250
300
369
1369
250
1119
200
250
300
369
O
C
T
O
C
T
MFR
Fiscal Year 09
Calendar Year 08
N
O
V
N
O
V
D
E
C
J
A
N
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
368
F
E
B
M
A
R
A
P
R
LEAD TIMES
Administrative
1
NAME/LOCATION
TBS
MIN.
1-8-5
MAX.
UOM
40
1800
2200
E
TOTAL
After 1 Oct
After 1 Oct
After 1 Oct
0/0
8/3
3/5
11 / 8
Item No. 71 Page 55 of 98
REMARKS
Production
Prior 1 Oct
Initial / Reorder
219
L
A
T
E
R
368
PRODUCTION RATES
Number
Calendar Year 09
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
Prior Years
Proc Qty
Gross Cost
FY 2004
FY 2005
February 2005
P-1 Item Nomenclature
(JN0789) MULTI-SERVICE RADIACS (MSR)
Other Related Program Elements:
FY 2006
FY 2007
FY 2008
FY 2009
5975
7225
7787
7500
FY 2010
FY 2011
To Complete
Total Prog
28487
8.4
8.4
10.9
10.9
38.6
8.4
8.4
10.9
10.9
38.6
8.4
8.4
10.9
10.9
38.6
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The Multi-Service Radiacs are a family of nuclear radiation detectors that are used by the Army, Marines and Navy to detect and measure various forms of
nuclear radiation in the battlespace and in Operations Other Than War. The systems allow them to avoid contamination and to reduce their exposure when avoidance is not
possible. The four systems are the AN/PDR-75, the AN/VDR-2, the AN/PDR-77 and the AN/UDR-13. The AN/PDR-75 consists of the CP-696 Reader and the DT-236
Individual Dosimeter. The dosimeter is worn by individuals and measures the neutron and gamma dose the individual has been exposed to. The AN/VDR-2 is a tactical
beta/gamma rate meter that is used for Health and Safety detection as well as in the battlespace. It is also integrated into armored and wheeled vehicles with available mounts
and installation kits. The AN/PDR-77 is used for nuclear weapons accident response, environmental level measurement of radiological materials and in monitoring works
areas where chemical detectors are repaired. It measures alpha, beta, gamma and X-ray radiation with multiple probes. The AN/UDR-13 is a tactical dosimeter that is used in
the field to monitor the radiation dose of a platoon or equivalent sized unit to make tactical decisions on stay time and route. It also has a rate meter function.
DESCRIPTION:
JUSTIFICATION:
FY06 funding procures 5950 AN/UDR-13s and 25 AN/PDR-77s.
Item No. 71 Page 56 of 98
220
Exhibit P-40, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
AN/UDR -13
AN/UDR-13 Hardware
Engineering Support (Gov't)
Quality Assurance
Acceptance Testing
Total Package Fielding
Initial Spares
Update Technical Manuals
AN/PDR-77
AN/PDR-77 Hardware
Engineering Support (Gov't)
Quality Assurance
Acceptance Testing
Total Package Fielding
Initial Spares
Update Technical Manuals
FY 04
P-1 Line Item Nomenclature:
Weapon System Type:
(JN0789) MULTI-SERVICE RADIACS (MSR)
Date:
February 2005
FY 05
FY 07
FY 06
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
A
4332
468
350
770
100
431
50
5950
162
442
350
700
50
180
25
25
0.728
5268
453
350
7100
0.742
125
6.600
70
527
10
A
TOTAL
8410
Item No. 71 Page 57 of 98
221
6.480
825
452
350
50
60
10
8425
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(JN0789) MULTI-SERVICE RADIACS (MSR)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Spec/TDP
Avail
Now?
Date
Delivery
Each
$
CECOM, FT Monmouth,
NJ
CECOM, FT Monmouth,
NJ
Jan-06
Sep-06
5950
728
Yes
Jan-07
Aug-07
7100
742
Yes
CECOM, FT Monmouth,
NJ
CECOM, FT Monmouth,
NJ
Jan-06
Jan-07
25
6480
Yes
Dec-06
Apr-07
125
6600
Yes
Date
Revsn
Avail
RFP Issue
Date
AN/UDR-13 Hardware
FY 06
TBS
C/FFP
FY 07
TBS
C/FFP
FY 06
TBS
C/FFP
FY 07
TBS
C/FFP
Oct-05
AN/PDR-77 Hardware
REMARKS:
The AN/UDR-13 contract type is indefinite delivery/indefinite quantity (basic contract with no options).
The AN/PDR-77 contract type is indefinite delivery/indefinite quantity (basic contract with no options).
Item No. 71 Page 58 of 98
222
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
Exhibit P21, Production Schedule
Date:
(JN0789) MULTI-SERVICE RADIACS (MSR)
February 2005
Fiscal Year 06
S
E
R
V
PROC
QTY
Each
FY 06
A
5950
5950
A
FY 06
A
25
25
A
2
FY 07
A
7100
7100
1
FY 07
A
125
125
M
F
R
FY
AN/UDR-13 Hardware
2
AN/PDR-77 Hardware
1
AN/UDR-13 Hardware
AN/PDR-77 Hardware
COST ELEMENTS
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
300
565
565
565
565
565
565
565
565
565
565
5
10
10
10
10
10
10
A
U
G
A
P
R
M
A
Y
J
U
N
J
U
L
S
E
P
O
C
T
LEAD TIMES
Administrative
NAME/LOCATION
S
E
P
A
PRODUCTION RATES
Number
A
U
G
N
O
V
D
E
C
J
A
N
F
E
B
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
TBS
5
50
300
E
Initial / Reorder
0/0
3/2
13 / 5
16 / 7
2
TBS
100
600
2000
E
Initial / Reorder
0/0
3/3
9/8
12 / 11
223
S
E
P
591
591
5918
10
10
65
M
A
R
A
U
G
S
E
P
REMARKS
Production
1
Item No. 71 Page 59 of 98
A
U
G
L
A
T
E
R
Calendar Year 07
A
O
C
T
MFR
Fiscal Year 07
Calendar Year 06
After 1 Oct
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
Exhibit P21, Production Schedule
Date:
(JN0789) MULTI-SERVICE RADIACS (MSR)
February 2005
Fiscal Year 08
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
FY 07
A
7100
1182
5918
591
591
591
591
591
591
591
591
591
599
FY 07
A
125
60
65
10
10
10
10
10
15
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
M
F
R
FY
AN/UDR-13 Hardware
2
AN/PDR-77 Hardware
1
COST ELEMENTS
Fiscal Year 09
Calendar Year 08
MFR
PRODUCTION RATES
NAME/LOCATION
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
LEAD TIMES
Administrative
Number
Calendar Year 09
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
TBS
5
50
300
E
Initial / Reorder
0/0
3/2
13 / 5
16 / 7
2
TBS
100
600
2000
E
Initial / Reorder
0/0
3/3
9/8
12 / 11
224
REMARKS
Production
1
Item No. 71 Page 60 of 98
L
A
T
E
R
After 1 Oct
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
February 2005
P-1 Item Nomenclature
(JX0056) CONTAMINATION AVOIDANCE (CA) LESS THAN $5M
Other Related Program Elements:
Prior Years
FY 2004
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
3.1
1.0
1.0
5.1
3.1
1.0
1.0
5.1
3.1
1.0
1.0
5.1
Proc Qty
Gross Cost
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The Fixed Installation Filters (FIF) is comprised of modular, stainless steel 600 cubic feet per minute (CFM) and 1200 CFM gas filters that can be stacked in
parallel for larger airflow capacities. Each gas filter contains refillable, 55 lb gas filter trays (5 trays per 600 CFM filter; 10 trays per 1200 CFM filter). The FIF is a stainless
steel gas filter containing ASZM Teda carbon - a chrome-free, non-hazardous material. Typical systems consist of three stages: (1) a pre-filter to collect large particle size
dust, (2) a high efficiency particulate air (HEPA) filter to collect sub-micron size particles, and (3) a gas filter to filter toxic vapors and gases. FIF are designed for
chemical-hardened fixed shelters, office command and control, and underground shelters during life support operations and other critical activities.
DESCRIPTION:
Item No. 71 Page 61 of 98
225
Exhibit P-40, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
Fixed Installation Filters
Gas Filter Assembly - 1200 CFM
Gas Filter Assembly - 120 CFM
Packaging Support and Material
Production Verification Testing
System Engineering
Quality Assurance Support
System Fielding Support (Total Package Fielding,
First Destination Transportation and New
Equipment Training)
TOTAL
P-1 Line Item Nomenclature:
(JX0056) CONTAMINATION AVOIDANCE
(CA) LESS THAN $5M
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
A
A
FY 04
FY 05
Weapon System Type:
FY 06
Date:
February 2005
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
640
60
65
60
100
25
43
993
16
20
40.000
3.000
641
61
66
61
101
26
44
16
20
40.063
3.050
1000
Item No. 71 Page 62 of 98
226
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
February 2005
P-1 Item Nomenclature
(M98801) AUTO CHEMICAL AGENT ALARM (ACADA), M22
Other Related Program Elements:
Prior Years
FY 2004
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
Proc Qty
21375
1553
4895
266
1045
1247
1243
1247
FY 2011
To Complete
Total Prog
32871
Gross Cost
189.9
14.9
55.6
3.4
12.8
12.8
12.8
12.8
315.0
189.9
14.9
55.6
3.4
12.8
12.8
12.8
12.8
315.0
189.9
14.9
55.6
3.4
12.8
12.8
12.8
12.8
315.0
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The Automatic Chemical Agent Detector and Alarm (ACADA) is a man-portable automatic alarm system capable of detecting blister and nerve agents/vapors.
The ACADA has improved agent sensitivity, response time, and interference rejection. The ACADA operates independently after system start-up, detects automatically for a
minimum of 24 hours, provides audio and visual alarms, and has a communication interface to support battlespace automation systems. The ACADA provides a first time,
point detection capability to automatically detect blister agents. The ACADA allows battlespace commanders to use information obtained to make rapid and effective
decisions concerning the adjustment of protective posture of their soldiers. The ACADA meets the critical needs of the US Forces for an automatic point sampling chemical
agent alarm. A shipboard ACADA variant was developed to operate under shipboard specific environments.
DESCRIPTION:
JUSTIFICATION:
FY06 funding procures 266 ACADAs.
Item No. 71 Page 63 of 98
227
Exhibit P-40, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
M22 ACADA Hardware
P-1 Line Item Nomenclature:
(M98801) AUTO CHEMICAL AGENT
ALARM (ACADA), M22
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
Weapon System Type:
Date:
February 2005
PRIOR
A
Total Cost
Qty
Unit Cost
$000
Each
$000
151508
Engineering Support (Gov't)
3767
System Fielding Support (Total Package Fielding,
First Destination Transportation and New
Equipment Training)
2459
TOTAL
20852
7.266
157734
Item No. 71 Page 64 of 98
228
Exhibit P-5, Weapon System Cost Analysis
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
M22 ACADA Hardware
P-1 Line Item Nomenclature:
(M98801) AUTO CHEMICAL AGENT
ALARM (ACADA), M22
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
A
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
13270
1553
8.545
50420
4895
10.300
2795
266
10.508
11182
Engineering Support (Gov't)
744
2576
438
934
System Fielding Support (Total Package Fielding,
First Destination Transportation and New
Equipment Training)
875
2585
200
641
14889
55581
3433
12757
TOTAL
Item No. 71 Page 65 of 98
229
1045
10.700
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(M98801) AUTO CHEMICAL AGENT ALARM (ACADA), M22
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
M22 ACADA Hardware
FY 04
FY 05
FY 06
FY 07
Smiths Detection, Watford,
UK
Smiths Detection, Watford,
UK
Smiths Detection, Watford,
UK
Smiths Detection, Watford,
UK
SS/FFP
RDECOM, APG, MD
Mar-04
Jul-04
1553
8545
Yes
SS/FFP
RDECOM, APG, MD
Feb-05
Jun-05
4895
10300
Yes
SS/FFP
RDECOM, APG, MD
Dec-05
Apr-06
266
10508
Yes
SS/FFP
RDECOM, APG, MD
Dec-06
Apr-07
1045
10700
Yes
Smiths Detection, Watford,
UK
SS/FFP
RDECOM, APG, MD
Jul-04
Oct-04
1475
8957
Yes
Smiths Detection, Watford,
UK
SS/FFP
RDECOM, APG, MD
Jul-04
Oct-04
263
16924
Yes
M22 ACADA Hardware - USAF
FY 04
M22 ACADA (24/7 Variant) - CBIFPP
FY 04
REMARKS:
The ACADA contract type for all fiscal years is indefinite delivery/indefinite quantity (basic contract with no options).
Item No. 71 Page 66 of 98
230
Exhibit P-5A, Procurement History and Planning
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(M98801) AUTO CHEMICAL AGENT ALARM (ACADA), M22
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
M22 ACADA Hardware - JPM Guardian
FY 04
FY 05
FY 06
FY 07
REMARKS:
Smiths Detection, Watford,
UK
Smiths Detection, Watford,
UK
Smiths Detection, Watford,
UK
Smiths Detection, Watford,
UK
SS/FFP
RDECOM, APG, MD
Jul-04
Jan-05
120
8958
Yes
SS/FFP
RDECOM, APG, MD
Feb-05
Jun-05
32
10000
Yes
SS/FFP
RDECOM, APG, MD
Dec-05
Apr-06
32
10000
Yes
SS/FFP
RDECOM, APG, MD
Dec-06
Apr-07
24
10000
Yes
The ACADA contract type for all fiscal years is indefinite delivery/indefinite quantity (basic contract with no options).
Item No. 71 Page 67 of 98
231
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
(M98801) AUTO CHEMICAL AGENT ALARM (ACADA), M22
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 04
COST ELEMENTS
Shipboard ACADA Hardware
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
FY 02
N
84
30
54
30
24
40
80
80
A
M
F
R
FY
2
Fiscal Year 05
Calendar Year 04
D
E
C
65
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
5
20
20
20
Shipboard ACADA Hardware
4
FY 03
N
65
M22 ACADA - Misc Customers
1
FY 03
J
120
M22 ACADA - WMD-CST
1
FY 03
NG
134
134
M22 ACADA Hardware
3
FY 03
A
233
233
150
83
M22 ACADA Hardware
3
FY 03
NG
233
233
150
83
M22 ACADA Hardware
5
FY 03
A
30
30
M22 ACADA Hardware
3
FY 03
A
82
82
A
82
M22 ACADA Model D (SROC)
3
FY 03
A
35
35
A
35
M22 ACADA Hardware
5
FY 04
NG
1553
1553
A
1160
M22 ACADA for CB Installation Protection
5
FY 04
HLS
90
90
A
90
A
14
A
A
U
G
S
E
P
L
A
T
E
R
Calendar Year 05
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
200
389
400
316
100
100
84
36
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
134
A
30
200
193
M22 ACADA - WMD-CST
5
FY 04
NG
14
14
M22 ACADA Hardware - USAF
6
FY 04
AF
1475
1475
A
170
M22 ACADA (24/7 Variant) - CBIFPP
6
FY 04
HLS
263
263
A
63
M22 ACADA Hardware - JPM Guardian
7
FY 04
HLS
120
120
A
M22 ACADA Hardware
7
FY 05
A
3980
3980
A
47
100
200
425
3208
M22 ACADA Hardware
7
FY 05
NG
915
915
A
115
200
200
200
200
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
MFR
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
NAME/LOCATION
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
N
O
V
D
E
C
J
A
N
TOTAL
Production
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
1
Smiths Detection, Watford, UK
20
270
1500
E
Initial / Reorder
2/0
3/0
7/7
10 / 7
2
Science & Technology Research. Inc, Fredericksburg, VA
20
230
300
E
Initial / Reorder
3/0
9/2
9/7
18 / 9
3
Smiths Detection, Watford, UK
20
270
1500
E
Initial / Reorder
2/2
9/4
4/6
13 / 10
4
Science & Technology Research. Inc, Fredericksburg, VA
5
230
300
E
Initial / Reorder
0/0
3/2
4/4
7/6
5
Smiths Detection, Watford, UK
20
270
1500
E
Initial / Reorder
2/2
5/5
5/5
10 / 10
6
Smiths Detection, Watford, UK
20
270
750
E
Initial / Reorder
2/2
9/9
4/4
13 / 13
7
Smiths Detection, Watford, UK
20
270
750
E
Initial / Reorder
2/2
9/4
7/5
16 / 9
Item No. 71 Page 68 of 98
232
F
E
B
After 1 Oct
M
A
R
A
P
R
M
A
Y
REMARKS
JPM Guardian, CB Installation/Force Protection
Equipment (CBIFPP) funding is shown separately
on FP0500/JS0500.
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(M98801) AUTO CHEMICAL AGENT ALARM (ACADA), M22
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 04
FY
COST ELEMENTS
M
F
R
M22 ACADA Hardware - JPM Guardian
7
FY 05
S
E
R
V
PROC
QTY
Each
NG
32
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
NAME/LOCATION
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
A
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
Calendar Year 05
32
O
C
T
MFR
Fiscal Year 05
Calendar Year 04
N
O
V
D
E
C
J
A
N
TOTAL
Production
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
1
Smiths Detection, Watford, UK
20
270
1500
E
Initial / Reorder
2/0
3/0
7/7
10 / 7
2
Science & Technology Research. Inc, Fredericksburg, VA
20
230
300
E
Initial / Reorder
3/0
9/2
9/7
18 / 9
3
Smiths Detection, Watford, UK
20
270
1500
E
Initial / Reorder
2/2
9/4
4/6
13 / 10
4
Science & Technology Research. Inc, Fredericksburg, VA
5
230
300
E
Initial / Reorder
0/0
3/2
4/4
7/6
5
Smiths Detection, Watford, UK
20
270
1500
E
Initial / Reorder
2/2
5/5
5/5
10 / 10
6
Smiths Detection, Watford, UK
20
270
750
E
Initial / Reorder
2/2
9/9
4/4
13 / 13
7
Smiths Detection, Watford, UK
20
270
750
E
Initial / Reorder
2/2
9/4
7/5
16 / 9
Item No. 71 Page 69 of 98
233
F
E
B
After 1 Oct
J
U
N
J
U
L
A
U
G
S
E
P
J
U
L
A
U
G
S
E
P
L
A
T
E
R
32
M
A
R
A
P
R
M
A
Y
J
U
N
REMARKS
JPM Guardian, CB Installation/Force Protection
Equipment (CBIFPP) funding is shown separately
on FP0500/JS0500.
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(M98801) AUTO CHEMICAL AGENT ALARM (ACADA), M22
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 06
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
FY 05
A
3980
772
3208
425
425
425
425
425
425
425
233
FY 05
NG
915
715
200
200
FY 06
A
266
266
A
266
FY 06
NG
32
32
A
32
FY 07
A
1045
1045
FY 07
NG
24
24
M
F
R
FY
M22 ACADA Hardware
7
M22 ACADA Hardware
7
M22 ACADA Hardware
7
M22 ACADA Hardware - JPM Guardian
7
M22 ACADA Hardware
7
M22 ACADA Hardware - JPM Guardian
7
COST ELEMENTS
Fiscal Year 07
Calendar Year 06
O
C
T
MFR
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
J
U
N
M
A
Y
J
U
N
J
U
L
J
U
L
NAME/LOCATION
A
U
G
S
E
P
S
E
P
O
C
T
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
Calendar Year 07
N
O
V
N
O
V
D
E
C
A
P
R
M
A
Y
J
U
N
J
U
L
A
300
300
300
145
A
24
M
A
Y
J
U
N
J
U
L
D
E
C
J
A
N
J
A
N
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
Smiths Detection, Watford, UK
20
270
1500
E
Initial / Reorder
2/0
3/0
7/7
10 / 7
2
Science & Technology Research. Inc, Fredericksburg, VA
20
230
300
E
Initial / Reorder
3/0
9/2
9/7
18 / 9
3
Smiths Detection, Watford, UK
20
270
1500
E
Initial / Reorder
2/2
9/4
4/6
13 / 10
4
Science & Technology Research. Inc, Fredericksburg, VA
5
230
300
E
Initial / Reorder
0/0
3/2
4/4
7/6
5
Smiths Detection, Watford, UK
20
270
1500
E
Initial / Reorder
2/2
5/5
5/5
10 / 10
6
Smiths Detection, Watford, UK
20
270
750
E
Initial / Reorder
2/2
9/9
4/4
13 / 13
7
Smiths Detection, Watford, UK
20
270
750
E
Initial / Reorder
2/2
9/4
7/5
16 / 9
234
F
E
B
Production
1
Item No. 71 Page 70 of 98
F
E
B
After 1 Oct
M
A
R
M
A
R
A
P
R
A
U
G
S
E
P
A
U
G
S
E
P
L
A
T
E
R
REMARKS
JPM Guardian, CB Installation/Force Protection
Equipment (CBIFPP) funding is shown separately
on FP0500/JS0500.
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
Prior Years
FY 2004
FY 2005
February 2005
P-1 Item Nomenclature
(MA0601) RECON SYSTEM, FOX NBC (NBCRS) MODS
Other Related Program Elements:
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
134
Proc Qty
Gross Cost
FY 2011
To Complete
Total Prog
134
216.6
3.2
219.8
216.6
3.2
219.8
216.6
3.2
219.8
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The NBC Fox Reconnaissance System (NBCRS) Modification provides nuclear and chemical sampling, detection, and warning equipment and biological
sampling equipment integrated into a high speed, high mobility, armored carrier capable of performing reconnaissance on primary, secondary, and cross-country routes
wherever combat forces are deployed. The system contains a vehicle-mounted surface sampler, chemical mass spectrometer, chemical agent monitor, chemical agent detector
alarm, radiation detection device, navigation system, secure communications, area marking, and collective protection. In addition to the already fielded capabilities, the
NBCRS Block (Block) I modification is capable of remote chemical vapor detection at a distance up to five kilometers; adds a communications link to the digitized
battlespace, giving battlefield commanders more response time and improved soldier survivability; and reduces crew size from four to three.
DESCRIPTION:
The NBC Fox Training System will operate on virtual terrain and simulate the NBC threat to allow integrated training of NBCRS Fox Crews.
Fox Multipurpose Integrated Chemical Agent Alarm (MICAD) Replacement - The MICAD provides communications interface to NBC sensors, provides warning of chemical
and nuclear attacks throughout the battlefield, and automatically generates NBC-1/NBC-4 reports over existing tactical communications. The existing MICADs will be
replaced with commercial off the shelf computers.
NOTE:
FY04 funds are for the upgrade of the Fox MICAD and completion of the Fox Trainer at FT Polk.
Item No. 71 Page 71 of 98
235
Exhibit P-40, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
1. Upgrade Software for New Sensors in the Fox
Trainer
2. Upgrade of Fox MICAD
3. Engineering Support MICAD
TOTAL
P-1 Line Item Nomenclature:
(MA0601) RECON SYSTEM, FOX NBC
(NBCRS) MODS
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
FY 04
FY 05
Weapon System Type:
FY 06
Date:
February 2005
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
200
2900
113
25.664
100
3200
Item No. 71 Page 72 of 98
236
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(MA0601) RECON SYSTEM, FOX NBC (NBCRS) MODS
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
May-05
Jul-05
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
Upgrade of Fox MICAD
FY 04
GDLS, Sterling Heights, MI
C/FFP
RDECOM, APG, MD
113
25664
Yes
REMARKS:
Item No. 71 Page 73 of 98
237
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
(MA0601) RECON SYSTEM, FOX NBC (NBCRS) MODS
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 04
COST ELEMENTS
Upgrade of Fox MICAD
M
F
R
FY
1
FY 04
S
E
R
V
PROC
QTY
Each
A
113
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
1
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
NAME/LOCATION
GDLS, Sterling Heights, MI
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
LEAD TIMES
MIN.
1-8-5
MAX.
UOM
10
30
50
E
M
A
Y
J
U
N
A
Administrative
Number
A
U
G
D
E
C
J
A
N
F
E
B
A
U
G
S
E
P
30
30
30
23
TOTAL
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
REMARKS
Production
After 1 Oct
After 1 Oct
After 1 Oct
0/0
5/0
3/0
8/0
Item No. 71 Page 74 of 98
238
N
O
V
Prior 1 Oct
Initial / Reorder
J
U
L
L
A
T
E
R
Calendar Year 05
113
O
C
T
MFR
Fiscal Year 05
Calendar Year 04
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(MA0601) RECON SYSTEM, FOX NBC (NBCRS) MODS
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 06
COST ELEMENTS
Upgrade of Fox MICAD
M
F
R
FY
1
FY 04
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
A
113
90
23
23
O
C
T
MFR
Fiscal Year 07
Calendar Year 06
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
PRODUCTION RATES
LEAD TIMES
Administrative
Number
1
NAME/LOCATION
GDLS, Sterling Heights, MI
Calendar Year 07
MIN.
1-8-5
MAX.
UOM
10
30
50
E
After 1 Oct
After 1 Oct
After 1 Oct
0/0
5/0
3/0
8/0
Item No. 71 Page 75 of 98
REMARKS
Production
Prior 1 Oct
Initial / Reorder
239
TOTAL
L
A
T
E
R
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
(MC0100) JT SVC LIGHT NBC RECON SYS (JSLNBCRS)
Other Related Program Elements:
FY 2004
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
6
8
34
34
27
23
22
25
Continuing
Continuing
14.6
37.0
50.5
71.3
60.9
55.6
56.4
93.1
108.4
Continuing
Continuing
14.6
37.0
50.5
71.3
60.9
55.6
56.4
93.1
108.4
Continuing
Continuing
14.6
37.0
50.5
71.3
60.9
55.6
56.4
93.1
108.4
Continuing
Continuing
Proc Qty
Gross Cost
P-1 Item Nomenclature
Code:
Prior Years
February 2005
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The Joint Service Light Nuclear Biological and Chemical Reconnaissance System (JSLNBCRS) provides field commanders with real time point and stand-off
intelligence for field assessment of NBC hazards. The system will be a vehicle mounted suite of NBC equipment/software to detect, collect, analyze, mark, and disseminate
NBC data. Two variants of the JSLNBCRS will be produced: a Light Armored Vehicle (LAV) and High Mobility Multipurpose Wheeled Vehicle (HMMWV). Both variants
will house the same equipment suite. The following equipment will be integrated into the JSLNBCRS suite: the Joint Service Lightweight Stand-off Chemical Agent Detector
(JSLSCAD), the Joint Biological Point Detection System (JBPDS), the Chemical/Biological Mass Spectrometer Block II (CBMS II), the Automatic Chemical Agent Detector
Alarm (ACADA), Radiac Detector AN-VDR2/ADM 300, and Improved Chemical Agent Monitor (ICAM).
DESCRIPTION:
JUSTIFICATION:
FY06 procures six LAV chassis, and assembles 16 LAV and 18 HMMWV systems.
Item No. 71 Page 76 of 98
240
Exhibit P-40, Budget Item Justification Sheet
Date:
Exhibit P-40C, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
0603884BP/Proj CA4; 0604384BP/Proj CA5
B
February 2005
P-1 Item Nomenclature
(MC0100) JT SVC LIGHT NBC RECON SYS (JSLNBCRS)
Other Related Program Elements:
RDT&E Code B Item
The Joint Service Light Nuclear Biological and Chemical Reconnaissance System (JSLNBCRS) provides field commanders with real time point and stand-off intelligence for
field assessment of NBC hazards. The system will be a vehicle mounted suite of NBC equipment/software to detect, collect, analyze, mark, and disseminate NBC data. Two
variants of the JSLNBCRS will be produced: a Light Armored Vehicle (LAV) and High Mobility Multipurpose Wheeled Vehicle (HMMWV). Both variants will house the
same equipment suite. The following equipment will be integrated into the JSLNBCRS suite: the Joint Service Lightweight Stand-off Chemical Agent Detector (JSLSCAD),
the Joint Biological Point Detection System (JBPDS), the Chemical/Biological Mass Spectrometer Block II (CBMS II), the Automatic Chemical Agent Detector Alarm
(ACADA), Radiac Detector AN-VDR2/ADM 300, and Improved Chemical Agent Monitor (ICAM).
RDT&E FY03 and Prior - 75.9M; FY04 - 19.7M; FY05 - 15.6M; FY06 - 9.6M
DEVELOPMENT/TEST STATUS AND MAJOR MILESTONES
START
COMPLETE
Milestone C Low Rate Initial Production (LRIP)
Engineering Developmental Test (EDT) II LAV Variant
LAV EDT (FQT LAV #1 VME Chassis)
LAV EDT (LAV #1 & #2 w/Dual Laptop Config)
HMMWV FAT
Developmental Test I (DT I) LAV variant
HMMWV & LAV PVT
Multi-service Operational Test and Evaluation (MOT&E) for HMMWV and the LAV
Milestone C Full Rate Production (FRP)
2Q FY04
4Q FY04
4Q FY04
2Q FY05
2Q FY05
2Q FY05
3Q FY05
3Q FY06
4Q FY06
2Q FY04
4Q FY04
1Q FY05
3Q FY05
3Q FY05
3Q FY05
4Q FY05
3Q FY06
4Q FY06
Item No. 71 Page 77 of 98
241
Exhibit P-40C, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
HMMWV Variant
1. HMMWV Base Vehicle
2. Lightweight Multipurpose Shelter
3. GFE
CBMS II
ACADA (Depot Purchase)
ICAM (Depot Purchase)
RADIAC AN-VDR2 (Depot Purchase)
Comm/Nav Equipment
4. Contract
Components for LRIP Assembly Contract
(HMMWV)
LRIP Assembly Contract (HMMWV)
HMMWV Assembly Contract
5. Test Support
6. Software Development
7. ECOs
8. Engineering and Technical Support (Gov't)
9. Quality Control (Gov't)
10. TADSS
11. Associated Support Items of Equipment
(ASIOE)
P-1 Line Item Nomenclature:
(MC0100) JT SVC LIGHT NBC RECON SYS
(JSLNBCRS)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
Weapon System Type:
Date:
February 2005
PRIOR
Total Cost
Qty
Unit Cost
$000
Each
$000
A
A
B
A
A
A
B
3187
3
1062
300
1417
12. System Fielding Support (Total Package
Fielding, First Destination Transportation, New
Equipment Training), and Initial Spares.
LAV Variant
1. LAV II Variant - Base Vehicle
2. GFE
CBMS II
ACADA (Depot Purchase)
ICAM (Depot Purchase)
B
A
A
Item No. 71 Page 78 of 98
242
Exhibit P-5, Weapon System Cost Analysis
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
HMMWV Variant
1. HMMWV Base Vehicle
2. Lightweight Multipurpose Shelter
3. GFE
CBMS II
ACADA (Depot Purchase)
ICAM (Depot Purchase)
RADIAC AN-VDR2 (Depot Purchase)
Comm/Nav Equipment
4. Contract
Components for LRIP Assembly Contract
(HMMWV)
LRIP Assembly Contract (HMMWV)
HMMWV Assembly Contract
5. Test Support
6. Software Development
7. ECOs
8. Engineering and Technical Support (Gov't)
9. Quality Control (Gov't)
10. TADSS
11. Associated Support Items of Equipment
(ASIOE)
P-1 Line Item Nomenclature:
(MC0100) JT SVC LIGHT NBC RECON SYS
(JSLNBCRS)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
FY 04
FY 05
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
A
A
1064
434
14
14
76.000
31.000
1519
1358
18
18
84.389
75.444
2414
2223
28
28
86.214
79.393
B
A
A
A
B
133
91
84
1069
14
14
14
14
9.500
6.500
6.000
76.357
5486
200
130
124
1517
18
18
18
18
18
305
11.111
7.222
6.889
84.278
8713
333
205
158
2396
28
28
28
28
28
311
11.893
7.321
5.643
85.571
17176
14
1227
9278
6
1546
20485
2350
716
460
511
437
511
219
18
1138
29981
28
1071
12.167
666
410
513
410
460
348
28
12.429
750
1399
8083
8
1010
2300
750
500
500
1381
542
18
1022
12. System Fielding Support (Total Package
Fielding, First Destination Transportation, New
Equipment Training), and Initial Spares.
LAV Variant
1. LAV II Variant - Base Vehicle
2. GFE
CBMS II
ACADA (Depot Purchase)
ICAM (Depot Purchase)
Weapon System Type:
B
A
A
1025
22400
16
1400
8585
6
1431
4768
170
112
16
16
16
298
10.625
7.000
1829
66
43
6
6
6
305
11.000
7.167
Item No. 71 Page 79 of 98
243
Exhibit P-5, Weapon System Cost Analysis
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
RADIAC AN-VDR2 (Depot Purchase)
Comm/Nav Equipment
3. Contract
LAV GFE components
LAV Assembly Contract
4. Test Support
5. Software Development
6. ECOs
7. Engineering and Technical Support (Gov't)
8. Quality Control (Gov't)
9. TADSS
10. Associated Support Items of Equipment
(ASIOE)
11. System Fielding Support (Total Package
Fielding, First Destination Transportation, New
Equipment Training), and Initial Spares.
P-1 Line Item Nomenclature:
(MC0100) JT SVC LIGHT NBC RECON SYS
(JSLNBCRS)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
Weapon System Type:
Date:
February 2005
PRIOR
Total Cost
Qty
Unit Cost
$000
Each
$000
A
B
2918
1200
TOTAL
9022
Item No. 71 Page 80 of 98
244
Exhibit P-5, Weapon System Cost Analysis
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
RADIAC AN-VDR2 (Depot Purchase)
Comm/Nav Equipment
3. Contract
LAV GFE components
LAV Assembly Contract
4. Test Support
5. Software Development
6. ECOs
7. Engineering and Technical Support (Gov't)
8. Quality Control (Gov't)
9. TADSS
10. Associated Support Items of Equipment
(ASIOE)
11. System Fielding Support (Total Package
Fielding, First Destination Transportation, New
Equipment Training), and Initial Spares.
TOTAL
P-1 Line Item Nomenclature:
(MC0100) JT SVC LIGHT NBC RECON SYS
(JSLNBCRS)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
FY 04
FY 05
Weapon System Type:
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
A
B
104
1304
1450
750
2300
750
2110
1738
650
600
16
16
6.500
81.500
40
506
6
6
6.667
84.333
19228
16
1202
7751
6
1292
23.500
700
300
500
400
200
146
6
24.333
715
300
546
510
500
376
16
1200
1500
1022
600
36988
50452
71311
60852
Item No. 71 Page 81 of 98
245
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
February 2005
Weapon System Type:
Contractor and Location
P-1 Line Item Nomenclature:
(MC0100) JT SVC LIGHT NBC RECON SYS (JSLNBCRS)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Spec/TDP
Avail
Now?
Date
Delivery
Each
$
May-04
Nov-04
14
76000
Yes
Dec-05
Aug-06
18
84389
Yes
C/FFP (OPT/1)
TACOM, Warren, MI
TACOM, Warren, MI
TACOM, Warren, MI
Dec-06
Aug-07
28
86214
Yes
Northrop Grumman, Sierra
Vista, AZ
C/FFP
RDECOM, APG, MD
Mar-04
Dec-04
14
1226857
Yes
Northrop Grumman, Sierra
Vista, AZ
Northrop Grumman, Sierra
Vista, AZ
C/FFP
RDECOM, APG, MD
Mar-04
Jan-05
6
1546333
Yes
C/FFP (OPT/1)
RDECOM, APG, MD
Sep-05
Feb-06
8
1010375
Yes
C/FFP
RDECOM, APG, MD
RDECOM, APG, MD
Dec-05
Oct-06
18
1113500
Yes
Dec-06
Oct-07
28
1070750
Yes
Date
Revsn
Avail
RFP Issue
Date
HMMWV Base Vehicle
AM General, Lavonia, MI
AM General, Lavonia, MI
AM General, Lavonia, MI
FY 04
FY 06
FY 07
C/FFP
C/FFP
Components for LRIP Assembly Contract
(HMMWV)
FY 04
LRIP Assembly Contract (HMMWV)
FY 04
FY 05
HMMWV Assembly Contract
FY 06
FY 07
REMARKS:
TBS
TBS
C/FFP (OPT/1)
HMMWV purchase is being executed by TACOM through existing contracts.
Item No. 71 Page 82 of 98
246
Exhibit P-5A, Procurement History and Planning
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
February 2005
Weapon System Type:
Contractor and Location
P-1 Line Item Nomenclature:
(MC0100) JT SVC LIGHT NBC RECON SYS (JSLNBCRS)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
LAV II Variant - Base Vehicle
General Dynamics, Ontario,
Canada
General Dynamics, Ontario,
Canada
FY 05
FY 06
SS/FFP
RDECOM, APG, MD
Aug-05
Sep-06
16
1400000
Yes
SS/FFP (OPT/1)
RDECOM, APG, MD
Jan-06
Mar-07
6
1430833
Yes
C/FFP
RDECOM, APG, MD
RDECOM, APG, MD
Jul-06
Jan-07
16
1175875
Yes
Dec-06
Jun-07
6
1291833
Yes
LAV Assembly Contract
FY 06
FY 07
REMARKS:
TBS
TBS
C/FFP (OPT/1)
HMMWV purchase is being executed by TACOM through existing contracts.
Item No. 71 Page 83 of 98
247
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
(MC0100) JT SVC LIGHT NBC RECON SYS (JSLNBCRS)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 04
FY
COST ELEMENTS
M
F
R
Components for LRIP Assembly Contract (HMMW
1
FY 03
S
E
R
V
PROC
QTY
Each
J
3
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
Fiscal Year 05
Calendar Year 04
O
C
T
N
O
V
3
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
Calendar Year 05
S
E
P
O
C
T
N
O
V
A
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
3
2
4
FY 04
J
14
14
Components for LRIP Assembly Contract (HMMW
1
FY 04
J
14
14
A
3
3
LRIP Assembly Contract (HMMWV)
2
FY 04
A
4
4
A
1
3
LRIP Assembly Contract (HMMWV)
2
FY 04
AF
1
1
A
1
LRIP Assembly Contract (HMMWV)
2
FY 04
MC
1
1
A
1
LRIP Assembly Contract (HMMWV)
2
FY 05
J
8
8
LAV II Variant - Base Vehicle
3
FY 05
J
16
16
A
6
4
A
U
G
S
E
P
4
3
A
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
NAME/LOCATION
J
U
L
A
O
C
T
Number
J
U
N
3
HMMWV Base Vehicle
MFR
M
A
Y
N
O
V
D
E
C
J
A
N
F
E
B
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
Northrop Grumman, Sierra Vista, AZ
2
3
10
E
Initial / Reorder
3/0
2/5
13 / 10
15 / 15
2
Northrop Grumman, Sierra Vista, AZ
3
6
10
E
Initial / Reorder
0/0
5 / 10
11 / 7
16 / 17
3
General Dynamics, Ontario, Canada
2
2
4
E
Initial / Reorder
0/0
10 / 3
14 / 15
24 / 18
4
AM General, Lavonia, MI
2
4
10
E
Initial / Reorder
0/0
7/2
7/9
14 / 11
5
TBS
2
5
7
E
Initial / Reorder
7/0
2/2
11 / 11
13 / 13
6
TBS
2
2
4
E
Initial / Reorder
0/0
9/2
7/7
16 / 9
Item No. 71 Page 84 of 98
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
8
16
S
E
P
REMARKS
Production
1
248
L
A
T
E
R
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(MC0100) JT SVC LIGHT NBC RECON SYS (JSLNBCRS)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 06
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
M
F
R
FY
LRIP Assembly Contract (HMMWV)
2
FY 05
J
8
8
LAV II Variant - Base Vehicle
3
FY 05
J
16
16
COST ELEMENTS
Fiscal Year 07
Calendar Year 06
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
3
3
2
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
2
3
3
3
3
2
2
2
M
A
R
A
P
R
2
HMMWV Base Vehicle
4
FY 06
J
18
18
A
3
3
3
3
HMMWV Assembly Contract
5
FY 06
AF
12
12
A
1
1
2
2
2
2
HMMWV Assembly Contract
5
FY 06
MC
6
6
A
1
1
1
1
1
1
3
3
LAV II Variant - Base Vehicle
3
FY 06
J
6
6
LAV Assembly Contract
6
FY 06
MC
16
16
2
A
A
HMMWV Base Vehicle
4
FY 07
J
28
28
A
HMMWV Assembly Contract
5
FY 07
AF
19
19
A
HMMWV Assembly Contract
5
FY 07
MC
9
9
A
LAV Assembly Contract
6
FY 07
MC
6
6
A
O
C
T
MFR
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
NAME/LOCATION
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
N
O
V
D
E
C
2
2
2
3
3
4
J
U
N
J
U
L
S
E
P
2
3
23
9
J
A
N
F
E
B
TOTAL
M
A
R
A
P
R
M
A
Y
2
2
2
J
U
N
J
U
L
A
U
G
S
E
P
REMARKS
Production
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
Northrop Grumman, Sierra Vista, AZ
2
3
10
E
Initial / Reorder
3/0
2/5
13 / 10
15 / 15
2
Northrop Grumman, Sierra Vista, AZ
3
6
10
E
Initial / Reorder
0/0
5 / 10
11 / 7
16 / 17
3
General Dynamics, Ontario, Canada
2
2
4
E
Initial / Reorder
0/0
10 / 3
14 / 15
24 / 18
4
AM General, Lavonia, MI
2
4
10
E
Initial / Reorder
0/0
7/2
7/9
14 / 11
5
TBS
2
5
7
E
Initial / Reorder
7/0
2/2
11 / 11
13 / 13
6
TBS
2
2
4
E
Initial / Reorder
0/0
9/2
7/7
16 / 9
249
M
A
Y
19
1
Item No. 71 Page 85 of 98
A
U
G
L
A
T
E
R
Calendar Year 07
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(MC0100) JT SVC LIGHT NBC RECON SYS (JSLNBCRS)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 08
COST ELEMENTS
M
F
R
FY
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
5
Fiscal Year 09
Calendar Year 08
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
2
HMMWV Base Vehicle
4
FY 07
J
28
23
3
3
3
3
3
3
3
2
HMMWV Assembly Contract
5
FY 07
AF
19
19
1
2
2
2
2
2
2
2
2
HMMWV Assembly Contract
5
FY 07
MC
9
9
1
1
1
1
1
1
1
1
1
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
MFR
PRODUCTION RATES
J
U
L
NAME/LOCATION
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
LEAD TIMES
Administrative
Number
Calendar Year 09
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
After 1 Oct
Northrop Grumman, Sierra Vista, AZ
2
3
10
E
Initial / Reorder
3/0
2/5
13 / 10
15 / 15
2
Northrop Grumman, Sierra Vista, AZ
3
6
10
E
Initial / Reorder
0/0
5 / 10
11 / 7
16 / 17
3
General Dynamics, Ontario, Canada
2
2
4
E
Initial / Reorder
0/0
10 / 3
14 / 15
24 / 18
4
AM General, Lavonia, MI
2
4
10
E
Initial / Reorder
0/0
7/2
7/9
14 / 11
5
TBS
2
5
7
E
Initial / Reorder
7/0
2/2
11 / 11
13 / 13
6
TBS
2
2
4
E
Initial / Reorder
0/0
9/2
7/7
16 / 9
250
REMARKS
Production
1
Item No. 71 Page 86 of 98
L
A
T
E
R
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
Prior Years
Proc Qty
Gross Cost
FY 2004
FY 2005
February 2005
P-1 Item Nomenclature
(S02201) IMPROVED CHEMICAL AGENT MONITOR (ICAM)
Other Related Program Elements:
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
17017
686
17703
81.1
4.1
85.1
81.1
4.1
85.1
81.1
4.1
85.1
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The Improved Chemical Agent Monitor (ICAM) is a hand-held, service member operated device for monitoring chemical agent contamination on personnel
and equipment. The ICAM detects vapors from chemical agents on the surface by sensing the molecular ions of specific mobilities (time-of-flight). It uses special timing and
microprocessor techniques to reject interference and false alarms. The ICAM detects and discriminates between vapors of nerve and mustard agents. It identifies and
provides a positive indication of specific areas and relative levels of contamination hazard. The ICAM consists of a drift tube, electronics board, molecular sieve, vacuum
pump, and buzzer. It includes expendables such as batteries, a battery pack, test simulant, and dust filters. The ICAM is a smaller, lighter upgrade of the CAM which
significantly improves reliability and maintainability.
DESCRIPTION:
Item No. 71 Page 87 of 98
251
Exhibit P-40, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
1. ICAM Hardware
2. Engineering Support (Gov't)
TOTAL
P-1 Line Item Nomenclature:
(S02201) IMPROVED CHEMICAL AGENT
MONITOR (ICAM)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
A
FY 04
FY 05
Weapon System Type:
FY 06
Date:
February 2005
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
3416
686
4.980
667
4083
Item No. 71 Page 88 of 98
252
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(S02201) IMPROVED CHEMICAL AGENT MONITOR (ICAM)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
ICAM Hardware
FY 05
General Dynamics-ATP,
Charlotte, NC
C/FFP (OPT/7)
RDECOM, APG, MD
Feb-05
Oct-05
686
4980
Yes
General Dynamics-ATP,
Charlotte, NC
C/FFP (OPT/7)
RDECOM, APG, MD
Feb-05
Oct-05
14
6357
Yes
General Dynamics-ATP,
Charlotte, NC
C/FFP (OPT/6)
RDECOM, APG, MD
Jun-04
Mar-05
194
4289
Yes
General Dynamics-ATP,
Charlotte, NC
C/FFP (OPT/6)
RDECOM, APG, MD
Jun-04
Apr-05
50
4300
Yes
ICAM WMD-CST
FY 05
ICAM Misc Customers
FY 04
ICAM JPM Guardian
FY 04
REMARKS:
Item No. 71 Page 89 of 98
253
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
(S02201) IMPROVED CHEMICAL AGENT MONITOR (ICAM)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 04
PROC
QTY
Each
A
685
685
FY 03
A
1071
1071
FY 03
AR
384
384
1
FY 03
NG
14
14
A
14
ICAM JSLNBCRS (Depot Purchase)
2
FY 04
A
14
14
A
14
ICAM Misc Customers
4
FY 04
AF
151
151
A
57
ICAM Misc Customers
4
FY 04
FMS
41
41
A
41
ICAM Misc Customers
4
FY 04
N
2
2
A
2
ICAM JPM Guardian
5
FY 04
HLS
50
50
A
FY
ICAM Hardware
6
FY 02
ICAM Hardware
6
ICAM Hardware USAR
1
ICAM WMD-CST
COST ELEMENTS
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
A
P
R
M
A
Y
J
U
N
J
U
L
56
300
300
29
A
A
48
A
U
G
S
E
P
L
A
T
E
R
300
300
200
Calendar Year 05
S
E
R
V
M
F
R
ACCEP
PRIOR
TO
1 OCT
Fiscal Year 05
Calendar Year 04
271
64
272
94
50
ICAM Hardware
3
FY 05
AF
686
686
A
686
ICAM WMD-CST
3
FY 05
NG
14
14
A
14
O
C
T
MFR
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
PRODUCTION RATES
M
A
Y
J
U
N
J
U
L
NAME/LOCATION
S
E
P
O
C
T
LEAD TIMES
Administrative
Number
A
U
G
N
O
V
D
E
C
J
A
N
TOTAL
Production
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
1
General Dynamics-ATP, Deland, FL
50
300
600
E
Initial / Reorder
8/0
0/1
7/8
7/9
2
General Dynamics-ATP, Deland, FL
50
300
600
E
Initial / Reorder
1/0
3/1
8/8
11 / 9
3
General Dynamics-ATP, Charlotte, NC
50
300
600
E
Initial / Reorder
7/0
4/4
9/9
13 / 13
4
General Dynamics-ATP, Charlotte, NC
50
300
600
E
Initial / Reorder
0/0
8/1
10 / 0
18 / 1
5
General Dynamics-ATP, Charlotte, NC
50
300
600
E
Initial / Reorder
0/0
8/1
11 / 0
19 / 1
6
General Dynamics-ATP, Charlotte, NC
50
300
600
E
Initial / Reorder
0/0
8/1
11 / 14
19 / 15
Item No. 71 Page 90 of 98
254
F
E
B
After 1 Oct
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
REMARKS
JPM Guardian funding is shown separately on
FP0500/JS0400.
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(S02201) IMPROVED CHEMICAL AGENT MONITOR (ICAM)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 06
COST ELEMENTS
ICAM Hardware
M
F
R
FY
6
FY 03
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
A
1071
871
200
200
ICAM Hardware
3
FY 05
AF
686
686
86
ICAM WMD-CST
3
FY 05
NG
14
14
14
O
C
T
MFR
Fiscal Year 07
Calendar Year 06
N
O
V
D
E
C
300
300
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
PRODUCTION RATES
LEAD TIMES
Administrative
Number
NAME/LOCATION
Calendar Year 07
TOTAL
Production
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
1
General Dynamics-ATP, Deland, FL
50
300
600
E
Initial / Reorder
8/0
0/1
7/8
7/9
2
General Dynamics-ATP, Deland, FL
50
300
600
E
Initial / Reorder
1/0
3/1
8/8
11 / 9
3
General Dynamics-ATP, Charlotte, NC
50
300
600
E
Initial / Reorder
7/0
4/4
9/9
13 / 13
4
General Dynamics-ATP, Charlotte, NC
50
300
600
E
Initial / Reorder
0/0
8/1
10 / 0
18 / 1
5
General Dynamics-ATP, Charlotte, NC
50
300
600
E
Initial / Reorder
0/0
8/1
11 / 0
19 / 1
6
General Dynamics-ATP, Charlotte, NC
50
300
600
E
Initial / Reorder
0/0
8/1
11 / 14
19 / 15
Item No. 71 Page 91 of 98
255
After 1 Oct
L
A
T
E
R
REMARKS
JPM Guardian funding is shown separately on
FP0500/JS0400.
Exhibit P-21, Production Schedule
Date:
Exhibit P-40, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
(S10801) JS LTWT STANDOFF CW AGT DETECTOR (JSLSCAD)
Other Related Program Elements:
FY 2004
FY 2005
FY 2006
FY 2007
FY 2008
FY 2009
FY 2010
FY 2011
To Complete
Total Prog
27
4
42
75
95
139
179
153
Continuing
Continuing
5.9
3.0
2.7
17.8
27.0
29.7
29.1
37.5
32.3
Continuing
Continuing
5.9
3.0
2.7
17.8
27.0
29.7
29.1
37.5
32.3
Continuing
Continuing
5.9
3.0
2.7
17.8
27.0
29.7
29.1
37.5
32.3
Continuing
Continuing
Proc Qty
Gross Cost
P-1 Item Nomenclature
Code:
Prior Years
February 2005
Less PY Adv Proc
Plus CY Adv Proc
Net Proc (P-1)
Initial Spares
Total Proc Cost
Flyaway U/C
Wpn Sys Proc U/C
The Joint Service Lightweight Stand-off Chemical Agent Detector (JSLSCAD) is the first chemical vapor detection system to give 360 degree, on-the-move,
stand-off vapor detection at distances of up to five kilometers. JSLSCAD will provide war fighters an early warning capability to avoid contaminated battlespaces or, if
avoidance is not possible, time to don protective masks and clothing. JSLSCAD is a ruggedized, passive, infrared (IR) detection system that automatically searches the
surrounding atmosphere for chemical agent vapor clouds. Once a detection is made, JSLSCAD identifies the agent cloud and alerts the war fighter with audible and/or visual
alarms. It also indicates the direction and extent of the agent cloud on a graphical computer display and forwards the Nuclear, Biological, Chemical (NBC) report details
through the Joint Warning and Reporting Network (JWARN). JSLSCAD applications include the following platforms: Joint Service Light NBC Reconnaissance System
(JSLNBCRS); NBCRV; C-130 Aircraft; CH-53 Helicopter; Unmanned Aerial Vehicles (UAV); Ships; and Fixed-Site Installations.
DESCRIPTION:
JUSTIFICATION:
FY06 funding procures 42 JSLSCAD systems (39 systems for the JSLNBCRS Program and three systems for the NBCRV Program).
Item No. 71 Page 92 of 98
256
Exhibit P-40, Budget Item Justification Sheet
Date:
Exhibit P-40C, Budget Item Justification Sheet
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
Program Elements for Code B Items:
Code:
0604384BP/Proj CA5
B
February 2005
P-1 Item Nomenclature
(S10801) JS LTWT STANDOFF CW AGT DETECTOR (JSLSCAD)
Other Related Program Elements:
RDT&E Code B Item
The Joint Service Lightweight Stand-off Chemical Agent Detector (JSLSCAD) is the first chemical vapor detection system to give 360 degree, on-the-move, stand-off vapor
detection at distances of up to five kilometers. JSLSCAD will provide war fighters an early warning capability to avoid contaminated battlespaces or, if avoidance is not
possible, time to don protective masks and clothing. JSLSCAD is a ruggedized, passive, infrared (IR) detection system that automatically searches the surrounding atmosphere
for chemical agent vapor clouds. Once a detection is made, JSLSCAD identifies the agent cloud and alerts the war fighter with audible and/or visual alarms. It also indicates the
direction and extent of the agent cloud on a graphical computer display and forwards the Nuclear, Biological, Chemical (NBC) report details through the Joint Warning and
Reporting Network (JWARN). JSLSCAD applications include the following platforms: Joint Service Light NBC Reconnaissance System (JSLNBCRS); NBCRV; C-130
Aircraft; CH-53 Helicopter; Unmanned Aerial Vehicles (UAV); Ships; and Fixed-Site Installations.
RDT&E FY03 and Prior - 90.6M; FY04 - 15.4M; FY05 - 19.5M; FY06 - 36.4M; FY07 - 26.5M; FY08 - 17.8M
DEVELOPMENT/TEST STATUS AND MAJOR MILESTONES
START
COMPLETE
Complete Test and Operational Documentation for Stryker NBCRV Test
Joint Service Milestone C Low Rate Initial Production (LRIP)
Production - Low Rate Initial Production (LRIP) Items
Increment 2 - Full Rate Production Decision
1Q FY04
3Q FY06
3Q FY06
3Q FY08
2Q FY04
3Q FY06
2Q FY08
3Q FY08
Item No. 71 Page 93 of 98
257
Exhibit P-40C, Budget Item Justification Sheet
Exhibit P-5, Weapon
Appropriation/Budget Activity/Serial No.
WPN SYST Cost Analysis
Weapon System
ID
Cost Elements
CD
1. JSLSCAD - Prod Units Retrofit - Increment 1
P-1 Line Item Nomenclature:
(S10801) JS LTWT STANDOFF CW AGT
DETECTOR (JSLSCAD)
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO
DEFENSE
FY 04
FY 05
Date:
February 2005
FY 06
FY 07
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
Total Cost
Qty
Unit Cost
$000
Each
$000
$000
Each
$000
$000
Each
$000
$000
Each
$000
2565
27
95.000
380
4
2. JSLSCAD - Prod Units - Increment 1
95.000
15960
3. JSLSCAD LRIP Units - Increment 2
4. Engineering Support
Weapon System Type:
380
5700
15
380
18000
60
300
791
759
1380
5. Contractor Logistics Support
500
300
500
6. Technical Data, Engineering Change Proposals
(ECPs)
250
200
250
7. System Fielding Support (Total Package Fielding,
First Destination Transportation and NET)
800
545
1170
2721
17764
27000
TOTAL
429
42
2994
Item No. 71 Page 94 of 98
258
Exhibit P-5, Weapon System Cost Analysis
Date:
Exhibit P-5a, Budget Procurement History and Planning
Appropriation/Budget Activity/Serial No:
PROCUREMENT DEFENSE-WIDE/3/CHEM-BIO DEFENSE
WBS Cost Elements:
Contractor and Location
February 2005
Weapon System Type:
P-1 Line Item Nomenclature:
(S10801) JS LTWT STANDOFF CW AGT DETECTOR (JSLSCAD)
Contract
Method
and Type
Location of PCO
Award
Date 1st
QTY
Unit Cost
Date
Delivery
Each
$
Spec/TDP
Avail
Now?
Date
Revsn
Avail
RFP Issue
Date
JSLSCAD - Prod Units Retrofit - Increment 1
FY 04
FY 05
General Dynamics,
Charlotte, NC
General Dynamics,
Charlotte, NC
SS/FFP
RDECOM, APG, MD
Jun-04
Jan-05
27
95000
Yes
SS/FFP (OPT/1)
RDECOM, APG, MD
Dec-04
Dec-05
4
95000
Yes
SS/FFP
RDECOM, APG, MD
Dec-05
Dec-06
42
380000
Yes
SS/FFP (OPT/1)
RDECOM, APG, MD
Nov-06
Nov-07
15
380000
Yes
SS/FFP
RDECOM, APG, MD
Mar-07
Mar-08
60
300000
Yes
JSLSCAD - Prod Units - Increment 1
FY 06
FY 07
General Dynamics,
Charlotte, NC
General Dynamics,
Charlotte, NC
JSLSCAD LRIP Units - Increment 2
FY 07
TBS
REMARKS:
Item No. 71 Page 95 of 98
259
Exhibit P-5A, Procurement History and Planning
P-1 Item Nomenclature:
(S10801) JS LTWT STANDOFF CW AGT DETECTOR (JSLSCAD)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 04
S
E
R
V
PROC
QTY
Each
FY 04
A
27
27
FY 05
A
4
4
M
F
R
FY
JSLSCAD - Prod Units Retrofit - Increment 1
1
JSLSCAD - Prod Units Retrofit - Increment 1
1
COST ELEMENTS
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
O
C
T
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
9
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
NAME/LOCATION
S
E
P
A
P
R
M
A
Y
2
J
U
N
J
U
L
A
U
G
S
E
P
9
N
O
V
D
E
C
4
J
A
N
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
General Dynamics, Charlotte, NC
3
40
75
E
Initial / Reorder
0/0
8/2
8 / 11
16 / 13
2
General Dynamics, Charlotte, NC
3
40
75
E
Initial / Reorder
2/0
2/1
13 / 13
15 / 14
3
TBS
3
40
75
E
Initial / Reorder
3/0
5/0
13 / 0
18 / 0
260
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
REMARKS
Production
1
Item No. 71 Page 96 of 98
L
A
T
E
R
7
A
PRODUCTION RATES
Number
A
U
G
Calendar Year 05
A
O
C
T
MFR
Fiscal Year 05
Calendar Year 04
After 1 Oct
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(S10801) JS LTWT STANDOFF CW AGT DETECTOR (JSLSCAD)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 06
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
FY 04
A
27
20
7
7
1
FY 05
A
4
4
4
JSLSCAD - Prod Units - Increment 1
2
FY 06
A
42
42
A
JSLSCAD - Prod Units - Increment 1
2
FY 07
A
15
15
JSLSCAD LRIP Units - Increment 2
3
FY 07
A
60
60
M
F
R
FY
JSLSCAD - Prod Units Retrofit - Increment 1
1
JSLSCAD - Prod Units Retrofit - Increment 1
COST ELEMENTS
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
N
O
V
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
S
E
P
O
C
T
A
U
G
S
E
P
O
C
T
LEAD TIMES
Administrative
NAME/LOCATION
A
U
G
N
O
V
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
6
6
6
3
3
3
3
3
3
3
3
15
A
PRODUCTION RATES
Number
D
E
C
L
A
T
E
R
Calendar Year 07
A
O
C
T
MFR
Fiscal Year 07
Calendar Year 06
N
O
V
D
E
C
J
A
N
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
General Dynamics, Charlotte, NC
3
40
75
E
Initial / Reorder
0/0
8/2
8 / 11
16 / 13
2
General Dynamics, Charlotte, NC
3
40
75
E
Initial / Reorder
2/0
2/1
13 / 13
15 / 14
3
TBS
3
40
75
E
Initial / Reorder
3/0
5/0
13 / 0
18 / 0
261
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
REMARKS
Production
1
Item No. 71 Page 97 of 98
F
E
B
60
After 1 Oct
Exhibit P-21, Production Schedule
P-1 Item Nomenclature:
(S10801) JS LTWT STANDOFF CW AGT DETECTOR (JSLSCAD)
Exhibit P21, Production Schedule
Date:
February 2005
Fiscal Year 08
S
E
R
V
PROC
QTY
Each
ACCEP
PRIOR
TO
1 OCT
BAL
DUE
AS OF
1 OCT
O
C
T
FY 06
A
42
39
3
3
2
FY 07
A
15
15
3
FY 07
A
60
60
M
F
R
FY
JSLSCAD - Prod Units - Increment 1
2
JSLSCAD - Prod Units - Increment 1
JSLSCAD LRIP Units - Increment 2
COST ELEMENTS
O
C
T
MFR
Fiscal Year 09
Calendar Year 08
N
O
V
D
E
C
J
A
N
5
5
5
N
O
V
D
E
C
J
A
N
F
E
B
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
16
5
5
5
5
6
6
6
6
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
O
C
T
N
O
V
PRODUCTION RATES
LEAD TIMES
Administrative
Number
NAME/LOCATION
Calendar Year 09
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
D
E
C
J
A
N
F
E
B
M
A
R
A
P
R
M
A
Y
J
U
N
J
U
L
A
U
G
S
E
P
TOTAL
MIN.
1-8-5
MAX.
UOM
Prior 1 Oct
After 1 Oct
After 1 Oct
General Dynamics, Charlotte, NC
3
40
75
E
Initial / Reorder
0/0
8/2
8 / 11
16 / 13
2
General Dynamics, Charlotte, NC
3
40
75
E
Initial / Reorder
2/0
2/1
13 / 13
15 / 14
3
TBS
3
40
75
E
Initial / Reorder
3/0
5/0
13 / 0
18 / 0
262
REMARKS
Production
1
Item No. 71 Page 98 of 98
L
A
T
E
R
After 1 Oct
Exhibit P-21, Production Schedule
Download