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