section i -- description of services

advertisement
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
PERFORMANCE WORK STATEMENT (PWS)
For
E-4B NATIONAL and NUCLEAR COMMUNICATION SYSTEMS (N2CS) SUPPORT
SPO PWS CONTROL NUMBER: E4B-PWS-XXX
REVISION NUMBER: 0
DATE: 14 August 2014
CONTRACT NUMBER #XXXXXXXX
PREPARING ORGANIZATION: AFLCMC/WLVSA TINKER AFB OK 73145
DISCLAIMER: The requirements and structure as expressed in this document are
subject to change based on market research, feedback, and further refinement of
requirements
1
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
GLOSSARY
SECTION I -- DESCRIPTION OF SERVICES ........................................................................ 4
1.
SCOPE OF PERFORMANCE WORK STATEMENT (PWS) .............................................. 4
1.1
PURPOSE .............................................................................................................................. 4
1.2
BACKGROUND ................................................................................................................... 4
1.3
CONCEPT OF SUPPORT..................................................................................................... 5
1.4
CONTRACT PERFORMANCE OBJECTIVES ................................................................... 5
1.5
APPLICABLE DOCUMENTS ............................................................................................. 5
1.6
REQUIREMENTS SUMMARY ........................................................................................... 5
PROGRAM MANAGEMENT SUPPORT ..................................................................... 6
Program Management Plan .............................................................................................. 6
ORIGINAL EQUIPMENT MANUFACTURER (OEM) DATA AND SUPPORT ..... 13
SUPPORT TASKS ........................................................................................................ 14
FIELD SERVICE REPRESENTATIVES ..................................................................... 15
AIRCRAFT / WEAPON SYSTEM MODIFICATIONS .............................................. 16
AIRCRAFT DEPOT MAINTENANCE........................................................................ 18
SUPPLY CHAIN ........................................................................................................... 18
LINE REPLACEABLE UNIT REPAIR SERVICES.................................................... 19
N2CS SOFTWARE SUSTAINMENT MANAGEMENT ............................................ 22
MSF SUSTAINMENT AND OPERATIONAL SUPPORT ......................................... 26
2.
SERVICE SUMMARY ..................................................................................................... 28
2.1
PERFORMANCE THRESHOLDS AND OBJECTIVES ................................................... 28
2.2
CONTRACTOR PERFORMANCE EVALUATION ......................................................... 28
2.3
SURVEILLANCE METHODS ........................................................................................... 28
2.4
Pick-Up and Delivery .......................................................................................................... 31
SECTION III -- GOVERNMENT FURNISHED PROPERTY ............................................. 31
3.
GOVERNMENT FURNISHED PROPERTY (GFP) ..................................................... 31
3.1
GFP INVENTORY .............................................................................................................. 31
Beginning Joint Inventory.............................................................................................. 32
GFP Not Supplied .......................................................................................................... 32
Inventory Reporting ....................................................................................................... 32
Replacement of GFP ...................................................................................................... 32
3.2
GOVERNMENT FURNISHED FACILITIES .................................................................... 32
2
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
3.3
Tooling and Test Equipment ................................................................................................ 32
4.
GENERAL INFORMATION ........................................................................................... 34
4.1
Mission Essential Services ................................................................................................... 34
Make or Buy Plan .......................................................................................................... 34
Commercial Warranty.................................................................................................... 34
Applicable Publications and Documents ....................................................................... 34
Government Access to Contractor Facility .................................................................... 34
Contractor Access to Government Facility .................................................................... 34
Security Requirements ................................................................................................... 34
Environmental Requirements/Compliance with Laws and Regulations ....................... 35
Quality Management ...................................................................................................... 35
SECTION V -- CDRLS .............................................................................................................. 38
5.
CDRLS ................................................................................................................................ 38
6.
APPENDICES .................................................................................................................... 40
6.1
APPENDIX A: E-4B N2CS SYSTEMS ............................................................................ 40
6.2
APPENDIX B: E-4B DIRECTED REPAIRABLE LRUS ................................................. 42
N2CS CONTRACT (ART) REPAIRABLE PARTS .................................................... 42
6.3
APPENDIX C: APPLICABLE PUBLICATIONS AND DOCUMENTS .......................... 47
Department of Defense (DoD) Specifications ............................................................... 48
DoD Standards ............................................................................................................... 49
Air Force Instructions (AFI) .......................................................................................... 49
Air Force Manuals (AFM) ............................................................................................. 50
Air Force Materiel Command Manual (AFMCM) ........................................................ 50
Forms ............................................................................................................................. 51
E-4B Documents ............................................................................................................ 52
Other Documents ........................................................................................................... 53
Federal Aviation Administration ................................................................................... 53
Commercial Drawings and Documents ......................................................................... 54
Industry Publications ..................................................................................................... 56
Modifications/TCTOs .................................................................................................... 56
3
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
SECTION I -- DESCRIPTION OF SERVICES
1.
SCOPE OF PERFORMANCE WORK STATEMENT (PWS)
This Performance Work Statement (PWS) defines the engineering and logistics services the
contractor is required to perform to sustain and modernize critical capabilities on the E-4B
aircraft in support of National and Nuclear Communication Systems (N2CS). This effort is
comprised of:






N2CS Software Sustainment/Upgrade
Mission Support Facilities (MSF)
Operational and Sustainment Support by Field Service Representatives (FSR)
N2CS operational sustainment and modernization
N2CS sustainment and modification engineering
Repair services of Line Replaceable Units (LRU) identified in Appendix B.
This scope applies to all systems identified in Appendix A of this PWS. The objective and
requirements identified within this PWS are described in general terms. Each task order will
address specific task requirements, scheduling, and other related performance criteria, as
applicable.
1.1
PURPOSE
The E-4B serves as the National Airborne Operations Center (NAOC) for the National
Command Authority (NCA) and provides a worldwide-deployable, enduring node of the
National Military Command System (NMCS) to fulfill national security requirements throughout
the full spectrum of conflict. It is a modern, highly survivable, command, control and
communications center to direct U.S. forces, execute emergency war orders and coordinate civil
authorities' activities, including national contingency plans. The E-4B has a variety of
communication and cryptographic equipment to provide connectivity within the radio spectrum
from Very Low Frequency (VLF) to Extremely High Frequency (EHF).
1.2
BACKGROUND
The services provided in the N2CS PWS are requirements that are a combination of efforts that
were previously provided under existing contracts and newly emerged efforts. The services
performed under existing E-4B System Program Office (SPO) contracts were requirements of the
USSTRATCOM Acquisition Partnering Process (AP2) contract, E-4B Program Support
Integrator (PSI) contract, Air Force Defense Red Switch Network (DRSN) contract, and Design
Engineering Support Program II contract (DESP II).
4
E4B-PWS-FY14-XX
1.3
FOR OFFICIAL USE ONLY
CONCEPT OF SUPPORT
The N2CS contract will provide:
•
N2CS Mission System (Appendix A) software sustainment
•
MSF management and sustainment
•
Engineering Support
•
N2CS Mission System Technology Refresh
•
N2CS Mission System FSR support
•
N2CS Parts Repair (Appendix B)
•
N2CS Modifications
•
N2CS E-4B Program Scheduling/Planning
•
Special Mission Support.
Other contracts will be utilized as determined appropriate for future mission system support
and/or modifications. The SPO will be the contract integrator; however, the contractor shall
develop inclusive communication processes with each E-4B contractor for successful, timely,
and cost-effective outcomes.
1.4
CONTRACT PERFORMANCE OBJECTIVES
The SPO will issue an Indefinite Delivery Indefinite Quantity (IDIQ) contract and will issue task
orders for direct or indirect services that support N2CS on the NAOC.
Contractor responsibilities include fulfilling the requirements of the basic contract and specific
task assignment as designated by individual task orders using an integrated approach in
efficiently meeting all requirements of each task order.
The Government will identify applicable Contract Data Requirements List (CDRL) in each task
order.
1.5
APPLICABLE DOCUMENTS
Compliance and reference documents related to specifications, standards, handbooks,
regulations, instructions and tables applicable to the work required in the performance of this
contract are listed in Appendix C: Applicable Documents.
The contractor shall comply with the current versions of applicable regulatory and compliance
documents at the time individual task orders are issued.
1.6
REQUIREMENTS SUMMARY
The contractor shall perform tasks in accordance with issued task orders providing engineering,
technical, and support services, as specified therein.
5
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
PROGRAM MANAGEMENT SUPPORT
1.6.1.1 Program Manager
The contractor Program Manager (PM) shall be responsible for the performance of the work and
shall have full authority to act for the contractor on programmatic matters relating to the
performance of this contract.
1.6.1.1.1 Program Manager Qualifications
The PM shall have a minimum of seven (7) years program management experience, of which,
five (5) years shall be in complex communication systems management. The PM shall also have
the following minimum experience qualifications:

Knowledge and experience of Department of Defense and United States Air Force
acquisition processes, policies and requirements
 Extensive experience in the implementation of time-phased earned value
measurement and reporting systems in accordance with Defense Federal Acquisition
Regulation (DFARS)
 Experience in airborne communication systems performance and interdependencies,
and integrated weapons systems
 Large team leadership of engineering and financial analyses utilizing systematic,
disciplined, quantifiable approaches to implement, develop, and document contractual
requirement compliance
 Knowledge and experience in system design for environmental qualification,
electromagnetic effects, nuclear survivability/vulnerability, configuration control,
modernization, and sustainment efforts.
Program Management Plan
The contractor shall establish a management system and develop, maintain, and deliver a
Program Management Plan (PMP) for execution of the E-4B N2CS program as indicated by
individual task orders. The Program Management Plan shall be an integrated document showing
technical, cost and schedule data to a common base, the contract work breakdown structure (CWBS)
or it’s planning equivalent. It shall also provide information on the contractor’s organization,
practices and techniques to be used in managing the program and, if applicable, subcontractors.
(CDRL-D002) DI-MGMT-81797, Program Management Plan (PMP)
The PMP shall include the following:
1. Key Contact List, including: Contact Name, Organization, address, email address, and
telephone number.
2. Subcontracting Plan, including:
 Monitoring subcontractor progress and performance (e.g., schedule, effort, cost,
technical performance).
 Monitoring, and analyzing subcontractor processes critical to the success of the
project.
 Evaluating subcontractor products, product components, and work products critical to
quality.
 Conducting technical reviews including: technical activities and verifying the
supplier’s interpretation and implementation of the requirements are consistent with
the project’s interpretation; technical commitments are being met and that technical
6
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
issues are communicated and resolved in a timely manner; technical information
about the supplier’s products; providing appropriate technical information and
support to the supplier.
 Conducting management reviews including: critical dependencies, project risks,
schedule and budget.
 Using review results of to improve the supplier’s performance.
 Monitoring risks involving the supplier and taking corrective action as necessary.
The following CDRLs shall be included with the PMP:
1. (CDRL-D009) DI-MGMT-81861 Integrated Program Management Report (IPMR)
2. (CDRL-D007) DI-SESS-81785 Systems Engineering Management Plan (SEMP)
3. (CDRL-D003) DI- XXX
Integrated Master Plan (IMP)
1.6.2.1 Program Planning and Scheduling Support
The contractor shall prepare, produce and maintain a Work Breakdown Structure (WBS), IMS,
(as part of the IPMR) including critical path, and PMP that specify the requirements to be
accomplished for the program as defined in the PWS and individual task orders. The contractor
shall participate in an IPT to contribute and coordinate with the other contractors and the
Government to create a system level IMP/IMS.
(CDRL-D009) DI-MGMT-81861 Integrated Program Management Report (IPMR)
1.6.2.2 Risk Management
The contractor shall develop and maintain an integrated Risk Management Plan (RMP) and
continually update it throughout the life of the program. Risk Management shall include all
aspects of the program including cost, schedule, performance, technical, product data access,
technology protection, production, sustainment and logistics planning. The contractor shall
establish processes for risk planning, risk assessment (identification and analysis), risk handling
and risk monitoring consistent with Air Force Instruction (AFI) 63-101. The contractor shall
ensure its integrated RMP includes subcontractors, partners and others involved in the E-4B
program support. The contractor shall analyze and mitigate risk on the program and comply with
all schedule, concurrent depot maintenance/modifications, Original Equipment Manufacturer
(OEM) data access, engineering support, systems test and evaluation requirements. All
identified risk items shall be recorded in the Government’s Active Risk Management (ARM)
database. The Government will provide access and training for ARM. Each risk entered into
ARM shall have mitigation plans which form the baseline for event tracking. The contractor
shall brief risk management status during PMRs and other meetings.
(CDRL-D007) DI-SESS-81785 Systems Engineering Management Plan (SEMP)
1.6.2.3 Phase-In Plan
The contractor shall plan and execute an orderly transition from the incumbent contractor within
90 calendar days of phase in start date. The Contractor shall ensure that all training requirements
for employee(s) are completed before full performance begins. The contractor shall execute a
transparent phase-in with no disruption to supply and maintenance support. The contractor shall
be fully responsible for work requirements and work in progress following the completion of the
90 calendar day phase-in period.
7
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
The contractor shall submit a detailed Phase-In plan for Government approval no later than 14
calendar days prior to phase-in period. The contractor’s phase-in planning shall address, but is not
limited to, the following:

A comprehensive list of milestones, tasks to be accomplished, entrance and exit
criteria for each task, GFP which may include, but is not limited to: hardware,
software, tools, data, documentation, and processes, and the responsible person(s)
for those tasks

Identify, score, and rank risks for transitioning phase-in tasks, and mitigation
strategies for those risks

Detailed plans to hire and sustain a workforce to assure satisfactory performance
beginning full performance date (by the end of the 90 calendar day phase in
period)

Detailed plans to ensure all training requirements for employee(s) are completed
before full performance begins

Detailed schedule for transition of tasks and GFP to complete transfer of
responsibility.
(CDRL-D016) DI-MISC-80508B Technical Report – Study/Services
1.6.2.3.1 Joint Phase-In Inventory
The contractor shall complete an inventory of N2CS GFP, with the incumbent contractor and
Defense Contract Management Agency (DCMA)/COR no earlier than 20 calendar days prior to
the beginning of the first performance period. During the inventory, the contractor shall
determine the working order and condition of all GFP and obtain DCMA/COR concurrence. The
contractor shall document the condition of all GFP listed in the appendices of the contract and
notify the CO in writing within five (5) days of completion of the inventory.
(CDRL –D011) DI-MGMT-80269 STATUS OF GOVERNMENT FURNISHED EQUIPMENT
(GFE) REPORT
1.6.2.3.2 PDM Planning
The contractor shall participate in PDM planning activities as identified in individual task orders.
1.6.2.3.3 Scheduling
The contractor shall perform aircraft modification planning to aid the SPO in minimizing aircraft
down time and cost as identified in individual task orders. An IMS shall be developed for each
modification program and shall include the time phased work breakdown structure of the
modification down to level 7. The contractor shall work with the SPO to incorporate other
modifications into the installation plan as appropriate. The contractor shall recommend action
where synergies in the installation provide greater efficiencies. If a modification is to be
accomplished during Programmed Depot Maintenance (PDM), as identified in individual task
orders the contractor shall provide a draft IMS to the SPO no later than eight months prior to the
induction of a particular tail number for PDM. The contractor shall provide the final IMS, in
Microsoft Project, no later than 30 calendar days prior to the start of the effort on a particular tail
number.
8
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
(CDRL-D009) DI-MGMT-81861 Integrated Program Management Report (IPMR)
1.6.2.3.4 Funds Management
The contractor shall develop and maintain processes to identify and document contract funding
requirements and changes, budget estimates and funds in excess of contract needs. The
contractor shall accomplish the following:






Develop and implement a funds management system, which tracks, forecasts and
monitors funding.
Develop, maintain and deliver a CFSR.
Develop, maintain and deliver a Task Order Status Report
Respond to SPO requests for funding data for fiscal year requirements and/or shortfall
projections. To include short notice requests from the Government
Provide spend plans that reflect program costs and spend rates upon request.
Respond to SPO requests to identify, review, analyze and forecast financial impacts
to program.
(CDRL –D014) DI-MGMT-81468 CONTRACT FUNDS STATUS REPORT (CFSR), CDRLD013) DI-MGMT-80368A Status Report (SR)
1.6.2.3.5 Contractor Manpower Reporting
The contractor shall report ALL contractor labor hours (including subcontractor labor hours)
required for performance of services provided under this contract for the USAF via a secure data
collection site. The contractor is required to completely fill in all required data fields at
http://www.ecmra.mil.
Reporting inputs will be for the labor executed during the period of performance for each
Government fiscal year (FY), which runs 1 October through 30 September. While inputs may be
reported any time during the FY, all data shall be reported no later than 31 October* of each
calendar year. Contractors may direct questions to the CMRA help desk.
*Reporting Period: Contractors are required to input data by 31 October of each year.
Uses and Safeguarding of Information: Information from the secure web site is considered to be
proprietary in nature when the contract number and contractor identity are associated with the
direct labor hours and direct labor dollars. At no time will any data be released to the public with
the contractor name and contract number associated with the data.
1.6.2.4 Meeting, Conferences and Reviews
The contractor shall support and participate in conferences, reviews and meetings as identified in
individual task orders. Any travel for conferences, reviews and meetings will be IAW with JTR
and approved by PM and CO.
Contractor employees shall identify themselves as contractor personnel by introducing
themselves or being introduced as contractor personnel and displaying distinguishing badges or
other visible identification for meetings with Government personnel. In addition, contractor
personnel shall appropriately identify themselves as contractor employees in telephone
conversations and in formal and informal written correspondence.
9
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
1.6.2.4.1 Phase-In Reporting Meeting
During the phase-in, the contractor shall conduct a weekly status review via teleconference (day
of week to be directed by PM) with the SPO. As a minimum, the status review shall address the
following:
•
Successful completion of or failure to complete, phase-in plan milestones of the
previous week.
•
Where milestones have not been met, measures taken to remedy the situation to
ensure that the transition phase will not be delayed and start of contract full
performance will not be affected.
•
Progress in obtaining personnel and management, including current projections to
the end of phase in period.
•
Status of efforts to ensure that all personnel have received requisite training by the
end of the phase in period.
•
Status of efforts obtaining parts and material in support of this program and
identification of problems.
(CDRL DI-MGMT-80368A, Status Report)
1.6.2.4.2 Post Award Meeting
The contractor shall participate in a Post Award meeting in the Oklahoma City OK area within
30 calendar days after Contract start date. The contractor shall review with and demonstrate to
the Government their management procedures, provide progress assessments, review of technical
and other specialty area status, and to establish schedule dates for near term critical
meetings/actions.
1.6.2.4.3 Status Report
The contractor shall provide a Status Report (SR) to the Government in electronic format. As a
minimum the SR shall include the following areas updated from the initial IPMR:
1. Integrated Master Schedule/ Integrated Master Plan
2. Contract Funds Status Report
3. Risk Management Status Report
CDRL-D013) DI-MGMT-80368A Status Report (SR)
1.6.2.4.4 Integrated Product Team
The contractor shall participate in Integrated Product Team (IPT) (e.g. Sustainment, etc.),
consisting of representatives from each organization or company that provides functional support
for the weapon system or its mission (i.e. Quality Assurance, Logistics, Engineering, Data
Support and subcontractors to support objectives). The Government will establish and
coordinate various IPTs which are responsible for both sustainment and recommended
improvement/modifications for their assigned functional systems. The focus of these IPTs is to
provide recommendations. The following are examples of such recommendations and projected
organizations involved in each:
10
E4B-PWS-FY14-XX






FOR OFFICIAL USE ONLY
Aircraft Availability Improvement Team (Engineering Support Service (ESS),
Contract Logistics Support (CLS), N2CS, SPO))
Track obsolescent parts (ESS/N2CS, SPO and CLS).
Improve Reliability and Maintainability Components/Systems (N2CS, ESS, SPO and
CLS).
Integrate modifications into the depot maintenance package (ESS/CLS/SPO/N2CS)
Plan for USAF mandated modifications whether for safety, temporary, and
enhancement purposes.
Plan for evolution of system technologies and standards.
NOTE: A Memorandum of Agreement (MOA) and appropriate Proprietary Information
Agreements (PIA) for each IPT where data exchange is essential to the process shall be
established during contract phase in. Each MOA and/or PIA shall specify objectives, roles and
responsibilities of the IPT.
1.6.2.4.5 System Security Working Groups
The contractor shall support the E-4B System Security Working Groups (SSWG) meetings as
identified by individual task orders in support of individual systems. The SSWG shall provide
coordination and oversight for E-4B System Security Issues and shall meet regularly to address
on-going system security issues (e.g. up-coming re-accreditations, changing requirements, and
trends in industry) and modification driven activity. The SSWG will be chaired by the SPO. The
contractor shall provide a dedicated representative to the SSWG. This contractor representative
shall be responsible for ensuring that appropriate representation from the contractor,
subcontractors or vendors is available for SSWG meetings.
1.6.2.4.6 Recurring Meetings
The contractor shall host and/or support required meetings as indicated in individual task orders.
1.6.2.4.6.1 Hosted Meetings
The contractor shall host required meetings listed below on a recurring basis as indicated by
individual task orders. The contractor shall prepare and deliver the agenda and meeting minutes
as indicated in individual task orders.
(CDRL-D019) DI-ADMN-81249A, Conference Agenda, (CDRL-D018) DI-ADMN-81505,
Meeting Minutes
A short description of each meeting and frequency is listed below.
Meetings (Recurring)
Frequency
Quarterly (base year)
Program Management Review
Contract Funds Status Report
Customer Telecon
Semi-Annual (option years)
periods)
Monthly
Weekly
1.6.2.4.6.1.1 Program Management Review
The contractor shall host PMR and associated side meetings in Oklahoma City, OK area for year
one (1). The contractor shall host a PMR and associated side meetings in Oklahoma City, OK
11
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
area for all option years unless directed otherwise by CO. The contractor shall brief overall
program status, risk management status, configuration management status, systems engineering
status and other assigned agenda topics. The PMR agenda topics, presentations, and location
will be approved by the government prior to the meeting.
(CDRL-D014) DI-MGMT-81468 CONTRACT FUNDS STATUS REPORT (CFSR), (CDRLD013) DI-MGMT-80368A Status Report (SR)
1.6.2.4.6.1.2 Contract Funds Status Report
The contractor shall host Contract Funds Status Reports (CFSR) as directed by the CO.
1.6.2.4.6.1.3 Customer Telecon
The contractor shall host Customer Telecons as indicated in individual task orders.
1.6.2.4.6.2 Supported Meetings
The contractor shall support required meetings on a recurring basis as indicated by individual
task orders.
1.6.2.4.6.2.1 Systems Engineering Meetings
The contractor shall support meetings required by the Systems Engineering Plan in support of the
development and installation of modifications to the aircraft as indicated in individual task
orders.
PDM Concurrence Meeting
PDM Customer Telecon
Weekly
Weekly
Aircraft Information Working Group (AIWG)
Service Action Review Board (SARB)
System Security Working Group
Systems Safety Group (SSG)
Annual
Quarterly
Annual
Annual
1.6.2.5 Phase-Out Requirements
The contractor shall ensure the following phase-out requirements are accomplished within the 90
calendar days prior to contract end date. The contractor shall cooperate with the Government and
follow-on contractor to permit an orderly changeover of workload.
1.6.2.5.1 Access and Observation
The contractor shall allow all follow-on contractor and Government personnel access on a noninterference basis, to observe equipment operation, workflow to include work in progress,
reporting, priorities, forms, documents, scheduling, storage, safety, security, and quality control
procedures.
1.6.2.5.2 Joint Ending Inventory
The contractor shall complete an inventory, with the follow-on contractor and Defense Contract
Management Agency (DCMA)/COR no earlier than 20 calendar days prior to the end of the last
performance period. During the inventory, the contractor shall determine the working order and
condition of all GFP and obtain DCMA/COR concurrence. The contractor shall resolve
discrepancies between the inventory and official Government records with the DCMA/COR.
12
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
The contractor shall document the condition of all GFP listed in the appendices of the contract
and notify the CO in writing within five (5) days of completion of the inventory.
(CDRL –d012) DI-MGMT-80269 STATUS OF GOVERNMENT FURNISHED EQUIPMENT
(GFE) REPORT
1.6.2.5.3 Site Visits and Change-Over
If there is a change in contractor, the N2CS contractor shall provide familiarization to the followon contractor. During this familiarization period of up to 90 calendar days, the incumbent shall
be fully responsible for continued operations IAW this PWS. The Government reserves the right
to conduct site visits to all contractor facilities in conjunction with the solicitation of offers for
the follow-on to this contract. If the contract is awarded to other than the incumbent, the
contractor shall cooperate to the extent required to permit an orderly change over to the followon contractor and minimize disruption to mission activities.
ORIGINAL EQUIPMENT MANUFACTURER (OEM) DATA AND SUPPORT
During Phase-in period, the contractor shall establish and maintain agreements with the
appropriate Original Equipment Manufacturers OEMs that shall allow the contractor to obtain
and use the approved data and technical support necessary to maintain the military type
certification of E-4B mission and communication systems. The contractor shall ensure all
agreements (PIAs, Associate Contractor Agreements (ACA) and/or Non-Disclosure Agreements
(NDA)) are in effect within 90 days after contract award. The contractor shall ensure
maintenance flow, aircraft utilization and mission reliability requirements are not adversely
impacted as a result of obtaining data or support from OEMs (or lack thereof). The contractor
shall ensure that NDAs for employee are final prior to full performance.
(CDRL-D021) DI-MGMT-81453A DATA ACCESSION LIST (DAL)
1.6.3.1 Access and Use of Original Equipment Manufacturer (OEM) Data
The contractor shall obtain and maintain OEM Proprietary Data license agreement(s) for the
access and use of OEM proprietary data necessary to execute this PWS and all task orders
therein. The use and access of data shall include sharing with Air Force maintenance
technicians and flight/mission crews for operation and sustainment of the covered N2CS
systems. The contractor shall ensure that any subcontractors have required access and license for
OEM data to support their activities under this PWS and all task orders therein. Proof of such
agreements shall be provided to the Government upon request by the CO.
(CDRL-D021) DI-MGMT-81453A DATA ACCESSION LIST (DAL)
1.6.3.2 Phase Out Engineering Data Responsibilities
All engineering data developed to support the requirements of this PWS shall be maintained by
the contractor and shall be submitted to the Government at the end of the Period of Performance.
All data shall comply with Federal Aviation Administration (FAA) accepted Air Transport
Association (ATA) standards for identification of detail assembly, installation, specification,
schematics, wiring diagrams, tooling drawings, test equipment drawings, company standards,
referenced documents, associated lists, and other engineering data required to define the design
and to fabricate, assemble, install, and support modification and general maintenance. The
13
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
contractor shall provide all records, files, and documents provided by the Government or
generated by the contractor in support of this contract to the Government.
(CDRL-D021) DI-MGMT-81453A DATA ACCESSION LIST (DAL)
1.6.3.3 Subscription Services
The contractor shall provide documentation and verification of all established subscription
services required for the performance of this effort including, but not limited to commercial
maintenance manuals, drawings, Service Bulletins, Service Instructions and Service Letters,
prior to full scale performance.
(CDRL-D021) DI-MGMT-81453A DATA ACCESSION LIST (DAL)
SUPPORT TASKS
The contractor shall comply with Support Tasks (ST) for liaison engineering, analysis, and
general inquiries to support E-4B sustainment as indicated in individual task orders. Requests for
ST services will be specifically detailed. The contractor shall utilize operations, logistics,
design, quality assurance system, planning, and program management to resolve properly
channeled requests for support. This ST support shall consist of providing assistance to resolve
issues associated with the following:





Engineering Data –Vendors
Logistics
Certifications
Operations
Planning
The Contractor shall provide the SPO online access to STs. The Contractor shall develop and
utilize a process to work and close STs.
1.6.4.1 Special Mission Support
Contractor personnel shall participate in E-4B Special Mission flights as indicated in individual
task orders. All special mission support shall be coordinated from National Airborne Operations
Center (NAOC) operations office to the PM and approved by CO. Contractor special mission
support personnel shall obtain a valid Government (red) passport and shall possess a Top Secret
security clearance with special access. Passports and security clearances shall be updated as
required.
Flight participation shall support special NAOC missions, specific flight tests for new and/or
modified systems, or troubleshooting specific problems that cannot be fully checked during
ground operations.
1.6.4.1.1 Special Mission Support Travel
The contractor shall perform services at locations other than the Main Operating Base (MOB)
and other than a normal or adjusted workweek when directed by the CO and coordinated with
contractor’s PM. Travel expenses for duty at other than the MOB location shall be authorized by
the CO. For E-4B international deployments, HQ Air Combat Command (ACC) Advanced
Liaison (ADVON) representative or designee shall arrange for lodging and rental car
transportation for special mission support at overseas locations
14
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
FIELD SERVICE REPRESENTATIVES
1.6.5.1 The Contractor shall provide FSRs on-site at the MOB to provide technical guidance,
hands-on troubleshooting, and repair assistance for all Appendix B items and all Appendix A
Systems in support of the E-4B maintenance functions. The Contractor FSRs shall provide
technical guidance in the resolution of field problems related to installed equipment or systems.
1.6.5.2 FSR Qualifications and Expertise
Each FSR shall specialize in an individual area of expertise on N2CS systems.
The Contractor shall ensure each FSR has a minimum of 7 years of experience in their specialty
with at least one additional year of relevant E-4B technical experience.
1.6.5.3 FSR Duties and Requirements
The main objective of the FSR support shall be to enhance the technical skills and abilities of
Government personnel responsible for the operation and maintenance of E-4B equipment and
systems. The specific requirements and duties include, but are not limited to, the following:













Provide hands-on On the Job Training (OJT) and informal classroom instruction in
operation, line maintenance, installation, removal, and system troubleshooting.
Provide training on the E-4B Technical Order (T.O.) or commercial manuals.
Provide hands-on troubleshooting and technical assistance to support organic aircraft
field maintenance personnel as required.
Provide instruction on the use of the special tools, handling equipment, and unique
Support Equipment/Special Test Equipment (SE/STE).
Emphasize safety aspects to be observed on the E-4B aircraft.
Provide guidance and recommendations to support Time Compliance Technical Orders
(TCTO)and Service Bulletins, as required.
Participate in meetings with the Government and other contractors as required.
Analyze maintenance difficulties and recommend changes to design, operation,
maintenance, inspection, and training to improve the level of maintenance.
Assist the SPO in completing accident investigations and failure reports.
Provide technical support to include: analysis, investigation, content and submission of
material/quality deficiency reports (IAW USAF Deficiency Reporting, Investigation, and
Resolution (T.O. 00-35D-54) and Technical Manual (TM) Change Recommendation and
Reply (AFTO 22) IAW Technical Manual, AF Technical Order System (ATOS) (T.O.
00-5-1).
Participate in technical reviews as requested by the PM.
FSRs shall be certified to drive on the flight line.
FSRs must be eligible for and maintain a Top Secret security clearance
1.6.5.3.1 FSR Training Duties
The contractor’s FSRs shall provide on-the-job and informal classroom training (defined as
follow-on training as opposed to initial training) instruction on N2CS systems. Training shall
normally be conducted during the FSR’s normal work schedule, but adjusted times may be
coordinated between the 55th Aircraft Maintenance Squadron/First Aircraft Maintenance Unit
(55AMXS/1 AMU), the PM, and the contractor’s Field Service Manager.
15
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
1.6.5.3.2 FSR Training Requirements and Qualifications
The contractor’s FSRs receive the same formal training afforded to the Air Force technicians as a
result of system modifications. If multiple classes are provided as a result of a specific
modification, the FSRs shall attend the first class in order to aid in follow-on training for Air
Force technicians and system repair/troubleshooting.
AIRCRAFT / WEAPON SYSTEM MODIFICATIONS
The Contractor shall be responsible as identified in individual task orders to design, develop and
install modifications to the systems in Appendix A.
1.6.6.1 Support for Aircraft Modifications
The Contractor shall accomplish engineering reviews related to definition of, planning for or
accomplishment of modifications of weapon systems covered by this PWS. The Contractor
shall assist in identifying and resolving technical problems that arise in the design and
integration of new systems. The Contractor shall support by participating in management,
design and technical meetings and performing detailed technical reviews of design and
installation engineering and technical publications as requested by the Program Engineer. The
Contractor technical reviews shall include but not be limited to safety, structural,
installation/integration, software, testing, certification, supportability, nuclear S/V and
reliability/maintainability concerns. The objective of these reviews will be to enhance aircraft
safety of flight and compatibility of mission equipment. The Program Engineer will define the
extent of the effort and provide access to the requisite data needed for this support. The
Contractor shall provide recommendations, including supporting technical data, as identified in
individual task orders.
1.6.6.2 Kits and GFM Support
The Contractor shall be responsible when directed by the CO to procure equipment for
modifications and deliver as GFM.
1.6.6.3 Cost Estimates (In Support of System Modifications)
The Contractor shall, as requested, develop and provide cost estimates to support the pricing
of EAs and other contracting efforts. The Contractor shall also provide estimates in support
of decision making and the planning, prioritization, identification and capture of funding for
future efforts. The Contractor can receive requests for estimates from the CO (via Contracts
Letter or Contract Modification). The Contractor shall prepare and provide the Program
Engineer and/or CO, a work statement that describes the activity to be performed, the period
of performance, labor, travel and material cost estimate. The Contractor shall submit all
estimates to the CO.
1.6.6.4 Systems Engineering Approach
The Contractor SEMP shall include a disciplined engineering approach that ensures full
spectrum integration and systems engineering principles are applied when performing all nonrecurring and recurring tasks in this PWS. The Contractor shall develop, maintain and update
the contractor’s SEMP and provide it to the PM. The contractor shall provide for technical
planning, integrate Government and Contractor practices and processes and conduct continuous
process improvement. The SEMP shall include a description of the key technical processes.
16
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
The Contractor shall establish, in the SEMP, the metrics and measurements (the baseline) that
will be used to monitor contractor performance, including guidelines/standards for
applicability. At a minimum, the SEMP shall address the metrics defined in the WLV Systems
Engineering Plan (SEP). As a minimum the Contractors SEMP shall encompass:
a) Affordability and cost effectiveness.
b) Requirements analysis and management.
c) Functional analysis and allocation.
d) Integrated planning and scheduling.
e) Risk management.
f) Technical Performance Measures (TPM).
g) Interface control.
h) Baseline management.
i) Configuration Management.
j) Technology insertion.
k) System validation and verification.
(CDRL-D007) DI-SESS-81785 Systems Engineering Management Plan
1.6.6.5 Systems Engineering Modification Development Support
The contractor shall perform the following activities in support of E-4B modification
development or in response to SPO requests for studies or investigations as identified in
individual task orders:

Requirements decomposition, traceability and management

Coordinate and Chair Formal Program Technical Reviews.

Coordinate and lead informal technical reviews and SSWG which include,
compatibility of mission equipment, safety, installation/integration, software, testing,
certification, supportability, nuclear survivability/vulnerability and reliability and
maintainability.

Coordinate modification design development per the requirements of the program
SEMP.

Identify and resolve technical problems that arise in the design and integration of
current and new systems.

Perform detailed technical reviews of design and installation engineering.

Participate in SPO requested technical investigations.

Update the systems baselines.
17
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
1.6.6.6 Aircraft Prototype Modifications
The contractor shall be requested to perform any and all phases (i.e. site surveys, engineering
design, technical data development, TCTO preparation, fabrication, kit procurement,
installation, test, certification and delivery) necessary to complete prototype modifications.
Prototype modifications shall be defined as the first modification performed for a specified
weapon system configuration. Multiple configurations for a single weapon system may result
in multiple prototype modifications for that weapon system. Prototype modifications may
include, but not limited to, modifications to mission equipment. Prototype modifications may
be required to support correction of deficient systems as well as the development of new and
enhanced systems. As requested, the contractor shall be required to provide spares provisions
as necessary to support the prototype installation and testing.
1.6.6.7 Engineering Studies
The contractor shall be required to conduct engineering studies to determine system definition
and modification requirements for enhancements to Appendix A mission systems. The
contractor shall be required to coordinate with the Program Engineer and the Government
Aircraft operator/maintainer to develop enhancements that satisfy Government requirements
and capabilities, or resolve performance issues.
1.6.6.8 Test Support
The contractor shall be required to provide test support to ensure successful integration,
functionality and operation of existing, new and modified aircraft hardware and software. The
contractor shall be required to support by attending design reviews, technical demonstrations
and SSWG. In addition, the contractor shall be required to perform system level studies and
resolution of technical problems as indicated in individual task orders.
AIRCRAFT DEPOT MAINTENANCE
1.6.7.1 TCTO Validation/Verification
The Contractor shall provide support for TCTO validation and/or verification during third party
installations at the PDM facility, as identified in individual task orders.
1.6.7.2 Equipment and Material Support
The contractor shall plan for and provide all equipment and materiel required to install and test
N2CS systems modification as identified in individual task orders.
SUPPLY CHAIN
1.6.8.1 Repair Administration Program
The Contractor shall manage a repair administration program for systems listed in Appendix A
and parts listed in Appendix B using best commercial practices, for those parts considered
economically repairable. The Contractor shall notify the CO if the cost to repair an item exceeds
85 percent of its replacement value. Upon CO approval, the contractor shall return the
condemned part to the Contractor Operated Maintained Base Supply (COMBS) for disposal.


The repair program shall ensure repaired parts are returned to the COMBS within the
threshold established in Section 2 and as further defined in paragraph 1.6.9 below.
The Contractor shall ensure that the level of consumable items required to support repair
activities and meet Turn Around Times (TAT) are on hand at all times.
18
E4B-PWS-FY14-XX

FOR OFFICIAL USE ONLY
The Contractor shall ensure in all cases that all repair parts meet nuclear hardness
specifications and that repairs maintain nuclear hardened requirements of the E-4B
system.
The Contractor shall ensure that, when applicable, FAA approved parts are used in the repair
process.



The Contractor shall provide a list of all parts that do not conform to the FAA
certification processes. (CDRL)
The Contractor shall submit proposed additions to the non-FAA certified parts list (with
supporting documentation) to the Government for disposition.
The Contractor shall ensure a CoC is included for all other E-4B unique system support
parts that are repaired by their OEM.
LINE REPLACEABLE UNIT REPAIR SERVICES
1.6.9.1 Line Replaceable Unit Repair from Appendix B
The Contractor shall accomplish maintenance of N2CS Line Replaceable Units (LRU) identified
in APPENDIX B and all suitable substitute parts.






The Contractor shall establish repair facilities to meet TAT requirements for repair of
unserviceable parts listed in Appendix B.
Turnaround time shall be based on Government approved priority based on overall
supply support posture of the LRU.
Repair shall be performed per industry standards in compliance with the respective
applicable T.O.s, drawings, and general shop practices.
Materials or parts utilized in the repair process shall be purchased and be readily
available for LRU repair to serviceable condition within required TAT.
The Contractor shall perform required maintenance necessary to restore LRUs to a
serviceable condition with CoC.
All repaired LRUs shall be returned to the E-4B COMBS.
All repair parts required to maintain the equipment contained herein shall be furnished by the
Contractor. Any test equipment required to bench check or final functional check the parts after
repair shall be furnished by the Contractor.
Data related to the repair shall be captured and reported to the Government. (See 1.6.9.2)
1.6.9.1.1 LRU Government Approved Repair Prioritization – Response Time
The Contractor repair services shall be responsive to the changing needs of the Government. As
actual usage data dictates, the Government will designate specific parts from Appendix B as
Critical Parts (see 1.6.9.3).
1.6.9.1.2 Turn Around Time –Critical Part
The Contractor shall meet the following requirements for Critical Parts:


Retrieve LRU from COMBS contractor within 4 hours of notification that a pick-up is
required
Return serviced LRU to COMBS No Later Than (NLT) 72 Hours after original pick-up
19
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
The contractor shall maintain a monthly average TAT with the maximum acceptable requirement
being 72 hour average TAT for Critical Parts. TAT is defined as the elapsed time from shipment
of a non-Ready For Issue (RFI) repairable from the COMBS to a repair vendor to receipt of the
same repairable, identified by serial number back at the COMBS. The contractor shall not
expend funding to achieve expedited TAT without CO approval.
1.6.9.1.3 Turn Around Time – Non Critical Part
The contractor shall maintain a monthly average TAT with the maximum acceptable requirement
being 15-day average TAT. TAT is defined as the elapsed time from shipment of a non-RFI
repairable from the COMBS to a repair vendor to receipt of the same repairable, identified by
serial number back at the COMBS. The contractor shall not expend funding to achieve
expedited TAT without CO/COR approval.
1.6.9.2
Material Management
The Contractor shall establish the capability to collect, analyze and report reliability data on parts
that are returned for repair. This data shall include amount of time the part was in service, what
aircraft it was installed on at time of failure, specific information on the failure mode and what
was done to return the part to service. A Tear Down report shall be prepared for all parts turned
in for repair. For those parts where the Contractor established the original reliability projections,
the Contractor shall use the failure data to update the reliability projections and report those
projections to the Government.
(CDRL-D023) DI-ILSS-80386 Repairable Item Inspection Report (RIIR)
1.6.9.3
Inventory Management System
The Contractor shall maintain an Inventory Management System that tracks all parts in the
contractor’s possession from the time the part is received until it is returned to the COMBS in a
serviceable condition. The contractor’s Inventory Management System shall provide status of all
Appendix B parts. The Contractor shall structure the Inventory Management System to maintain
part configuration control, approved part substitution and interchangeability identification,
serialized item control, notice of special handling requirements, and serial number repair history.
The Contractor shall provide a quarterly GFM inventory listing to the SPO. This data shall be
kept current in the contractors Inventory Management System.
(CDRL-D024) DI-MGMT-80442 Report of Receipts, Inventory; Adjustments and Shipments of
Government Property
1.6.9.4 Part Substitution
The Contractor shall not use substitute parts that have not been incorporated in Air Force
approved engineering documentation without approval from the CO. The Contractor shall
procure Hardness Critical Items (HCI) to the exact part number designated in the original
hardened design with no unauthorized parts substitution allowed. Approval to incorporate nonHCI parts replacement or upgrades not identified by approved TCTOs/SBs shall require approval
by the PM. The Contractor shall provide the necessary data (i.e. drawings) with Government
purpose rights for PM approval. The Contractor shall notify the PM in writing, with appropriate
20
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
rationale, if an approved part is not available and a redesign or non-standard component is
required.
1.6.9.5 Nuclear Hardness
The Contractor shall perform repairs and replacement of systems or components in areas where
hardness critical items or hardness critical processes have been applied to provide hardening
features in order to ensure that the repair or replacement of systems or components shall not
degrade the reliability, maintainability, or nuclear hardness of the aircraft.
1.6.9.6 Support Data
The contractor shall accomplish analysis of engineering data to resolve problems impacting the
procurement/repair of LRUs listed in Appendix B and related requirements. This shall include
interpretation of drawings, identification and correction of drawing errors, evaluation of rejected
parts or material, and the coordination of problems between manufacturing and engineering
organizations. The Contractor shall maintain the necessary liaison engineering to assure a
continuous flow of parts from suppliers. Source of Repair (SOR) parts upgrades must be in
accordance with TCTOs/SBs approved by the E-4B CO. Incorporation of parts
replacement/upgrades not identified by TCTOs/SBs shall require approval by the CO.
1.6.9.7 Purchasing System
The Contractor shall maintain a DCMA approved purchasing system to accomplish the
procurement of parts and services (repairs) in support of the E-4B program. The Contractor shall
provide a purchasing system to perform “Best Value” competitive supplier selection and
management, issue purchase contracts, procure parts, and manage component repair and
overhaul. The Contractor shall manage selected suppliers to quality, schedule, and cost and shall
flow down the terms and conditions of the prime contract to Source of Supply (SOS) and SOR
selected to receive subcontracts in support of the N2CS program.
1.6.9.8 Funds Control
The Contractor shall maintain real time visibility of program commitments against the
Government’s obligated funds by tracking spend rates to identify and advise critical mission
impacts of contract funds available for parts acquisition.
The Contractor shall activate selective repair of unserviceable items at the direction of the
PM/CO.
1.6.9.9 Supplier Quality Assurance
The Contractor shall ensure Quality Assurance requirements are included in the source selection
phase of the contractor’s procurement process. The contractor’s supplier Quality Assurance
shall ensure suppliers used for procurements, repairs, overhauls, services, or modifications meet
the correct quality provisions for the services being procured.
1.6.9.10
Obsolescence (Diminishing Manufacturing Sources/Material Shortages)
The Contractor shall participate in an obsolescence management team with the SPO to document
the processes, procedures, and organizational responsibilities to proactively address part
obsolescence. The contractor shall identify E-4B parts as both non-repairable and nonprocurable in relation to obsolescence. The contractor shall flow information to the engineering
services contractor for analysis and part replacement and annotated in the contractors IMS.
21
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
1.6.9.10.1 Appendix B Parts Obsolescence Notification
The Contractor shall advise the SPO when part obsolescence issues arise during LRU repair.
The Contractor shall provide a deliverable summary of part obsolescence issues encountered
during LRU repair containing the applicable part number(s), nomenclature, non-conformance
record number, and corrective action summary, at the conclusion of the repair effort.
(CDRL-D025) DI-MGMT-81941- Obsolescence Alert Notice (OAN)
1.6.9.10.2 Technology Refresh
The contractor shall identify those N2CS (Appendix B) parts where the vendor follows a policy
of planning or designing their product with a limited useful life. The contractor shall evaluate
these parts and make recommendations to the SPO for pursuing a Technology Refresh
sustainment concept for the obsolescence with a combined warranty/replacement concept as
opposed to a spare/repair support concept.
(CDRL-D025) DI-MGMT-81941- Obsolescence Alert Notice (OAN)
1.6.9.11
Inventory Disposition
The Contractor shall return Government Furnished Property (GFP)/GFM to the COMBS when it
is determined to be Beyond Economical Repair (BER), excess, or obsolete. The measurement
for determining if an item is BER is >85% of replacement value compared to the estimated repair
cost. The government reserves the right to make final determinations for continued repairs of
those recoverable which in the judgment of the contractor will exceed the 85% criteria. Such
determinations will be made and directed by the ACO/CO.
1.6.9.12
Life Limited Parts
The Contractor shall notify the CO of any parts related to systems in “Appendix A” which
require life limit management; such as: Periodic Maintenance Inspection (PMI) items, shelf life
items, parts requiring functional test and certification or inspection.
N2CS SOFTWARE SUSTAINMENT MANAGEMENT
The Contractor shall provide software sustainment support for the systems identified in
Appendix A.
1.6.10.1
SOFTWARE SUPPORT
The Contractor shall plan, support, and host N2CS Software Working Group (NSWG) meetings
quarterly. The NSWGs shall address planning, validation, review, prioritization, and resolution
of software updates, deficiencies, enhancements, and integration of software applications for the
systems identified in APPENDIX A.
1.6.10.2
SOFTWARE AND MSF SUSTAINMENT
The Contractor shall maintain MSF software development hardware and software in operational
configuration. The Contractor shall provide upgrades to the software development environment
as necessary to improve efficiency or retain capability. The Contractor shall perform the
following software support to sustain the systems identified in APPENDIX A. The Contractor,
on an ongoing basis shall identify and track potential software/hardware changes, including Time
Compliance Network Orders (TCNO), for each of the systems identified in APPENDIX A. The
Contractor shall assess potential changes for schedule impact and a projected prioritization.
22
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
Schedule impact shall be defined in terms of the total calendar time required to implement the
change in the system. The Contractor shall support four (4) routine and two (2) emergency
software sustainment builds per FY.
1.6.10.3
SOFTWARE DOCUMENTATION
The Contractor shall maintain and deliver software documentation consistent with the guidance
in the required standards and appropriate to the level of software development or maintenance
being conducted.
1.6.10.4
SOFTWARE CONFIGURATION MANAGEMENT
The Contractor shall maintain a Configuration Management (CM) system to manage software,
documentation, configuration, test support, and other items ancillary to performing software
sustainment, development, and test in support of the operational E-4B systems identified in
APPENDIX A, and development and integration environments (e.g. test equipment and
software).
1.6.10.5
SOFTWARE ENGINEERING SUSTAINMENT SUPPORT
The Contractor shall maintain a capability consistent with CMMI-DEV Level 3 or an equivalent
standard to address identified software deficiencies for the E-4B N2CS. The Contractor shall
prepare and maintain a Software Development Plan (SDP) to document the responsibilities,
processes and tools to perform software management on the systems identified in APPENDIX A.
(CDRL DI-IPSC-81427 Software Development Plan (SDP))
1.6.10.6
MPSU SOFTWARE SUSTAINMENT
The Contractor shall sustain the MPSU software by updating and deploying software releases,
quarterly or as required, in coordination with the Program Office.
1.6.10.7
SOFTWARE WORKING GROUP (SWG)
The Contractor shall plan for four (4) E-4B Mission Systems Software Working Groups (SWG)
per year, to be held at the contractor’s facility, to address planning, validation, review,
prioritization, and resolution of E-4B Mission Systems software items to include updates,
deficiencies, and enhancements. SWG shall be assumed to be two days in duration. The
contractor shall develop agendas and presentations, and provide minutes for these meetings. The
Contractor shall identify a candidate set of software items to be implemented in a particular
quarter based on the time required to implement the software items and the priorities of the
items; this candidate list will be validated by the Government.
The contractor shall track E-4B Mission Systems changes, which are defined as deficiencies and
enhancements. The changes shall consist of (at a minimum) a description of the issue, and
estimate of the calendar time required to completely implement the change, and a priority which
shall be initially set by the contractor, and validated by the SPO as part of the SWG. The
calendar time estimate for each change shall consist of the times required to perform engineering
analysis of the item, development time, time to develop and execute informal and formal testing
of the change, and all other actions required to implement the software fix. These times will be
used to select the package of software changes to be implemented for each quarterly update
23
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
cycle. Software changes shall be identified by the contractor as part of software support, by the
users, or the SPO. All software changes will be validated by the Government as part of the SWG
process.
(CDRL-D019) DI-ADMN-81249A, Conference Agenda, (CDRL-D018) DI-ADMN-81505,
Meeting Minutes)
1.6.10.8
SOFTWARE SUSTAINMENT
The Contractor shall maintain MSF/GSF software development hardware and software in
operational configuration. The Contractor shall provide upgrades to the software development
environment as necessary to improve efficiency or retain capability.
The Contractor shall perform the following software support to sustain the assigned E-4B
Mission Systems:
a. Track Potential Software/Hardware Changes. Identify, collect, assess for
schedule impact, and track proposed hardware or software changes. Potential
software or hardware changes will be identified through user input, requirements
documents (e.g. PWSs), changes to operational documents or requirements (e.g.
Emergency Action Procedures (EAP)), and similar sources (e.g. Interface Control
Documents (ICD)). This activity will be intermittent throughout the contract
Period of Performance.
b. Recommend Software/Hardware Change Priority. Recommend a
prioritization for potential software/hardware changes to be implemented.
c. Develop Software Changes. Develop software changes to fix anomalies and
enhance system capabilities as directed by the SPO. Develop software for use in
the MSF/GSF to enhance productivity and improve tracking of MSF/GSF efforts.
Perform informal software testing and resolve issues identified in testing.
d. Test Software Changes. Perform formal testing, witnessed at the Governments
discretion, using a Computer Program Acceptance Test (CPAT) Procedure,
System Integration Test (SIT) Procedure, and Security Accreditation Beta-1 Test
Procedure. Provide the updated test procedures documents in draft form to the
SPO for review and approval.
e. Delivery Package. Prepare a delivery Technical Data Package for aircraft
software deliveries, to include the software, any Technical Order changes, a
Version Description Document (VDD), Test Reports, and related documentation.
(CDRL-D027) DI-SESS-80776A Technical Data Package (TDP)
f. Deliver Software. Field software changes IAW with the Service Approval
Review Board (SARB) process. The Contractor shall coordinate with the SPO for
access to an E-4B for installation and testing on-site at Offutt AFB, NE. Travel to
Offutt AFB, NE or other operational location to validate the software package on
the aircraft. Perform a Contractor-developed and Government approved After
24
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
Installation Functional Test Procedure (AIFTP) in a ground or flight test
environment as required by the software scope and aircraft availability. Initial
testing typically requires two travel days and three days of work onsite at Offutt.
Initial testing will be via an AF Form 1067 as a T-2 Modification Type. The
Contractor shall support execution of the Beta-2 Test Procedure if needed.
Following initial testing, the installed software shall be removed from the aircraft.
The Contractor shall correct any issues found during formal testing in the next
quarterly release cycle. The Contractor shall issue a Service Bulletin to formally
release the updated software.
g. Emergency Software Changes. In the event the users identify an emergency
software change requirement, the SPO will coordinate with the user to validate
the emergency nature of the issue, and if the emergency nature is validated, shall
authorize the Contractor to perform expedited software change and testing. The
Contractor shall expeditiously identify the cause of the software issue and the
potential correction, and immediately coordinate with the SPO. The Contractor
shall be authorized to implement and perform testing of the correction, and shall
immediately report the results to the SPO. The CO shall authorize the contractor
to travel to an operational site for installation and testing of the correction.
Following completion of installation, the contractor shall perform formal testing
of the software change, and completion of a Delivery Package as outlined in 1.6.
10. 8 (d), (e), and (f).
a Delivery Package as outlined in 1.6.10.8 (e) and (f). The Contractor shall plan
for accomplishment of two emergency changes per year. Emergency software
changes shall be accomplished within 14 days or less.
Emergency software changes, when authorized by the CO, shall be reimbursed via an Over and
Above action.
1.6.10.9
SOFTWARE DOCUMENTATION
The Contractor shall maintain and deliver software documentation consistent with the guidance
in the required standards and appropriate to the level of software development or maintenance
being conducted. The Contractor shall include as appropriate the following software
documentation for modifications:
a. Software Specifications including Interface specifications
b. Software Design Documents
c. Software Test Plans
d. Software Configuration Control
e. Software Version Description Documents
f. Software Quality Assurance Documents
g. Software Test Reports (CPAT/SIT/Beta-1)
(CDRL-D027) DI-SESS-80776A Technical Data Package (TDP)
25
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
MSF SUSTAINMENT AND OPERATIONAL SUPPORT
The Contractor shall provide sustainment for the MSFs supporting the systems identified in
APPENDIX A. The Contractor shall provide direct mission support to the users as necessary
from the MSFs.
1.6.11.1
MSF FACILITIES
The Contractor shall operate and maintain the Contractor owned and Contractor operated
(Populated Government Furnished Equipment (GFE) MSF facility for the Message Processing
System (currently located at CSI, Richardson, TX). The Contractor shall operate and maintain
the MSF for Maintenance Ground Support to support LRU repair. The Contractor shall operate
and maintain the MSF for the Message Processing System (MPS) Build Archive and Review
System (BARS) (located at Richardson, TX) and provide support to BARS (located at Offutt
AFB ) as indicated in individual task orders. The Contractor shall maintain facilities for
Contractor operated MSFs that are secure and provide the required environmental needs of the
equipment. The Contractor shall maintain the required facilities and equipment to protect all
classified equipment and information handled as a result of this program.
(CDRL-D013) DI-MGMT-80368A Status Report (SR)
1.6.11.2
MSF RESPONSIBILITIES
The Contractor shall utilize the MSFs to improve product reliability and performance by:





Verification of preliminary design data
Debugging and troubleshooting prior to going to the aircraft
Technical Orders (TOs) development
Contractor Quality Assurance (CQA) and Verification
Development of Test Procedures.
The Contractor shall provide operational and recurring technical support including system,
hardware, software and/or technician level engineering. The Contractor shall maintain and
provide configuration control of the system components and associated interfaces of the MSF.
The Contractor shall perform testing to evaluate deficiencies/anomalies identified by the
Government. The Contractor shall maintain current/approved MSF capabilities to ensure system
viability and availability. The Contractor shall provide active support to the NAOC alert teams
in configuring E-4B Mission Systems, their associated databases and network settings, to meet
mission requirements.
1.6.11.3
MSF MAINTENANCE
The Contractor shall maintain MSF hardware and software in operational configuration to
perform system level malfunction analysis remove and replace LRUs. LRUs shall be returned to
COMBS for repair. The Contractor shall provide periodic maintenance as required by TOs
and/or manufacturer’s specifications. The Contractor shall maintain the MSFs to the approved
aircraft configuration. The Contractor shall maintain any supplied MSF GFP required for the
integration and testing on the N2CS systems.
(CDRL-D013) DI-MGMT-80368A Status Report (SR)
26
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
1.6.11.4
MSF UPGRADES
The Contractor shall provide recommendations to the Government for any upgrades required to
maintain an MSF in an operating condition within the approved configuration. Upgrades to
MSFs shall be considered O&A and shall be approved by ACO/CO.
(CDRL-D013) DI-MGMT-80368A Status Report (SR)
27
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
SECTION II -- SERVICE SUMMARY
2.
SERVICE SUMMARY
The Contractor is responsible for all requirements included in this PWS. The Contractor shall be
aware that the absence of any contract requirement from the service summary does not detract
from its enforceability nor limit the rights and remedies of the Government under any other
provision of the contract. The Contractor shall ensure the following service summary
requirements are accomplished and the Performance Objectives, Performance Thresholds and
support for surveillance methods are achieved.
2.1
PERFORMANCE THRESHOLDS AND OBJECTIVES
The Contractor shall achieve Performance Requirements identified in Table 2-1 of this PWS. A
performance threshold is the minimum acceptable standard of performance. A performance
objective is a desired standard of performance. In the absence of a stated performance
requirement, the threshold is the objective.
NOTE 1: The performance thresholds are designed to:
a. Align Contractor performance with objectives.
b. Focus on critical success factors in meeting Performance Objectives.
c. Reflect performance goals.
d. Promote continuous improvement in performance.
NOTE 2: The COR, SPO and DCMA will exercise surveillance over the Performance
Thresholds.
NOTE 3: The Government may use a combination of surveillance methods to monitor
contractor’s performance although the specific surveillance method is not specified in Table 2-1.
2.2
CONTRACTOR PERFORMANCE EVALUATION
The Contractor shall be aware that the evaluation of performance occurs when the SPO evaluates
the service of the Contractor to determine whether or not it meets the performance measures of
the contract. The Contractor shall sign notification of non-compliance, this signature does not
indicate agreement with the finding, but the fact the Contractor has been notified of the
deficiency.
NOTE: The Government will notify the Contractor of non-compliance through written reports
or evaluations requesting correction and request Contractor signature for receipt. When more
than one Performance Requirement is not met by the Contractor and notified by the Government,
the information will be forwarded for CO action.
2.3
SURVEILLANCE METHODS
The contractor shall support the Government’s surveillance methods as outlined below. The
Government may use a combination of surveillance methods to monitor Contractor performance
although a specific surveillance method is not specified.


One hundred (100) percent inspection of output.
Periodic inspection of the process or output.
28
E4B-PWS-FY14-XX






FOR OFFICIAL USE ONLY
Validated customer complaints provided to the CO or ACO.
Third party audits.
Quality index.
Trend Analysis.
Compliance with Technical Orders and Government directives.
Contractor metrics.
A complaint is defined as a rejected data submittal which is returned to the contractor for rework
due to accuracy and noncompliance with requirements. Disagreements based on engineering
judgment or deviations in the first submittal, but not identified, will not be considered a valid
complaint.
29
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
SERVICE SUMMARY TABLE 2-1
Performance Requirement
PWS
Performance Requirement Threshold
1
Handle and safeguard all classified
materials and data circuits IAW DOD
5220.22.M.
4.1.6.1
100% compliance required for each contract quarter.
2
OEM/Subcontractor Agreements:
Access to all E-4B system data
indicated in individual task orders
1.6.3.1
100% compliance with individual task order
3
Quality: N2CS Software Load
4
Turn Around Time (TAT)
Critical Part: Meet repair turnaround
time requirement
1.6.9.1.2
Zero <72 Hour repair and return to COMBS
5
Turn Around Time (TAT)
Non -Critical Part: Meet repair
turnaround time requirement
1.6.9.1.3
Zero <15 Days for repair and return to COMBS
6
Response Time: When notified NonRFI equipment required for pick-up
1.6.9.1.2
All Material <4 hours retrieved from COMBS
1.6.9
0 critical DRs; <3 Major DRs; <15 Minor DRs
30
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
100% fill; any kit with a less than 100% compliance
will require Government authorization
7
MOD/TCTO Kits
1.6.9.1.2
8
LRU Repair Quality: N2CS system
1.6.9.1.3
9
CDRL Delivery: Deliver all CDRL
items on or before due date.
5
No more than four (4) validated complaints or
deviations from Plans or Reports received in a quarter.
5
For each submittal, no more than one (1) submittal
returned for re-work in response to original
Government comments of Contractor submitted
documentation complying with Contractor established
processes. If more than one (1) submittal return is
required, the Contractor shall perform the additional
re-write at no additional cost to the Government.
10
CDRL Quality: Data submitted is
accurate and in accordance with
Contractor processes and established
Government policies.
2.4
Zero parts returned as failed when installed after repair
PICK-UP AND DELIVERY
Delivery shall occur within established delivery time parameters determined by demand priority,
based on the table below.
Pick-Up Priority
Delivery Criteria
Non-RFI
As soon as possible, not to exceed 4 Hour’s from notice of part
requiring pick-up.
SECTION III -- GOVERNMENT FURNISHED PROPERTY
3.
GOVERNMENT FURNISHED PROPERTY (GFP)
The Government does not own 747-200 Green Aircraft data rights, or data rights within specific
mission systems. The Contractor shall obtain access to the necessary data from any mission
system or aircraft OEM in order to perform the requirements of this PWS.
3.1
GFP INVENTORY
The Contractor shall maintain the systems, records and methodologies necessary for effective
control of Government property. The contractor shall be responsible for the protection of all
Government property in its possession. The Contractor shall establish and maintain
31
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
accountability for this property and report it annually IAW DD FORM 1662 reporting. In the
event the Contractor requires additional or replacement items of this property, the Contractor
shall notify the CO and request approval to obtain items through Contractor procurement sources
or by direct shipment from Government sources. This processing shall apply to all Government
property except the GFP maintained by the COMBS to provide supply support.
Beginning Joint Inventory
The Contractor shall confirm and approve the joint final inventory from Contract #FA8106-06D-0001, with DCMA and a COR, as the beginning inventory for all GFP. (See PWS paragraph
1.6.2.3.1)
GFP Not Supplied
The Contractor shall provide all other office furniture, equipment and supplies not listed in the
GFP list necessary to sustain the tasks required by this work specification.
Inventory Reporting
The Contractor shall provide a quarterly inventory report of all Government Furnished
Equipment (GFE) (to include support and service equipment) to the SPO no later than 5 days
prior to the end of each quarter.
NOTE: Definition of Government Furnished Equipment (GFE) – Government property
furnished by the government to the contractor, which is not expected to be consumed in the
performance of the contract. This includes equipment, special tooling (ST) & special test
equipment (STE). (Examples of GFE - bead blaster for engine blades, stands, spectrum analyzer,
S&V test equip.)
 Special Test Equipment (STE) – single or multipurpose integrated test equipment used to
accomplish special purpose testing in the direct performance of contract maintenance.
 Agency-peculiar property – military property that includes end item and integral
components of military weapon systems. Along with the related peculiar support
equipment that is not readily available as a commercial item. Excludes government
material, ST/STE and facilities.
Replacement of GFP
The Contractor shall submit requests for replacement of GFP to the CO. The Contractor shall
ensure requests specify the reason for the replacement and justification for the continued need of
such property.
3.2
GOVERNMENT FURNISHED FACILITIES
The Government will not provide government facilities to support this PWS.
3.3
TOOLING AND TEST EQUIPMENT
Upon request, the Government will provide tooling or test equipment available at Government
facilities, not at the contractor’s facilities, to the Contractor as Government Furnished Equipment
(GFE) to accomplish tasks related to designated work specifications. The Contractor shall lease
or purchase tooling or test equipment unobtainable at either Contractor or Government facilities
from commercial suppliers as cost reimbursable items when approved by the CO. The
32
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
Contractor shall return purchased tools or equipment to the Government upon completion of the
designated work specifications. The Contractor shall return leased tools or equipment to the
leasing agency upon completion of the designated work specifications.
33
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
SECTION IV -- GENERAL INFORMATION
4.
4.1
GENERAL INFORMATION
MISSION ESSENTIAL SERVICES
This requirement has been determined not to be essential and does not require continued support
during a crisis as defined in DFARS 252.237-7023.
Make or Buy Plan
The Contractor shall provide Make or Buy Plans for additional negotiated efforts after contract
award IAW Federal Acquisition Regulations (FAR) 15.407-2 upon request by CO.
Commercial Warranty
The Contractor shall exercise any vendor standard warranties on behalf of the Government for
vendor procured items. The Contractor shall warrant all value added work associated with
ruggedizing the commercial product for the life of the associated commercial warranty. The
Contractor shall warrant all repairs done to that materiel performed under this contract.
Applicable Publications and Documents
The Contractor shall perform all work under this PWS IAW all documentation and references
(Technical Orders (T.O.), AFIs, USAF Technical Orders, etc.) listed in Appendix C. The
Contractor shall maintain all Government provided applicable publications and documents listed
in Appendix C. Any deviations to the requirements defined in the documentation must be
approved by the CO.
Government Access to Contractor Facility
Government and Government Representatives will have access to the contractor/subcontractor’s
facilities in the performance of this contract. The Government will notify the
contractor/subcontractor prior to the visit and provide appropriate visit request documentation.
Contractor Access to Government Facility
Contractor personnel will have access to the Government facilities as required in the
performance of this contract. The Contractor shall request access prior to the visit. Access to
classified data shall require the contractor’s personnel to have the appropriate level of security
clearance and need to know.
Security Requirements
In regards to all requirements within this PWS, the Contractor shall comply with the
requirements identified in DD Form 254, DoD Contract Security Classification Specification.
The highest level of safeguarding required is “SECRET”. The contractor’s facility shall have a
clearance level of “TOP SECRET”. The Contractor shall provide Field Service Representatives
and Special Mission support personnel with “TOP SECRET w/ special access” clearances. The
Contractor shall obtain all security clearances and badges for entry into controlled areas IAW
local policy.
4.1.6.1 Safeguarding Classified Information
The Contractor shall conform to the provisions of DoD 5220.22-M for safeguarding classified
information and material as well as AFI 21-401 and AFI 31-401. The Contractor shall ensure
only those persons who have the proper security clearance and a need to know according to the
34
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
performance of work under this contract shall be given access to classified information or
material.
Environmental Requirements/Compliance with Laws and Regulations
The Contractor shall be knowledgeable of and comply with all applicable federal, state, and local
laws, regulations, and requirements regarding environmental protection. In the event
environmental laws and regulations change during the term of this contract, the Contractor shall
be required to comply with such laws when they come into effect.
4.1.7.1 Environmental and Safety Training
The Contractor shall be responsible for complying with all safety and environmental
requirements at the MOB, including local base policies according to the Base Standards
Agreement (BSA). The Contractor shall provide the environmental and safety training
certificate for all employees to the CO before the completion of phase-in transition.
The Contractor shall implement a Safety Program that ensures the protection of the Government
property and personnel IAW Occupational Safety and Health Administration (OSHA), and the Air
Force Occupational and Environmental Safety, Fire Protection and Health (AFOSH) program.
(CDRL)
4.1.7.2 Health and Safety on Government Installations
In performing work under this contract on a Government installation, the contractor shall comply
with federal, state and local regulations regarding occupational safety and health and the specific
health and safety requirements established by this contract. The contractor shall notify the CO of
any injuries that occur to contractor personnel while on the installation. The contractor shall
notify the CO of damage to government property or equipment during the execution of the
contract. The Contractor shall comply with base hazardous material (HAZMAT) handling
requirements and ensure compliance to regulatory requirements for the proper receipt, storage,
issuance, inspection, distribution and disposal of HAZMAT. The Contractor shall address
Environmental and Hazardous Material Management as part of its overall Program Management
Plan.
Quality Management
The Contractor shall be responsible for all quality assurance requirements associated with this
PWS and provide a QMP. The Contractor shall maintain quality management at the Depot
Maintenance facility in compliance with Code of Federal Regulations (CFR) Title 14, FAA Part
145 and adhering to the requirements of ISO 9001:2008/AS9100 Quality System Standards. The
Contractor shall maintain Federal Aviation Administration (FAA) certification, where
applicable, and system integrity for those aircraft parts, supplies, and services procured by the
Contractor. The Contractor shall ensure the quality program is designed to detect and correct
conditions adverse to quality. The prime contractor shall ensure all subcontractors and vendors to
maintain a quality system to achieve control of the quality of the services and supplies they provide.
(CDRL-D029) DI-QCIC-81794 Quality Management Plan)
4.1.8.1 Quality System Review
The Contractor shall emphasize periodic management review of the quality system to ensure
effective development, implementation and execution of processes, systems and requirements for
35
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
support of and compliance with all contractual requirements. Distribution of oversight results,
corrective actions and follow-up actions shall comply with good management principles.
4.1.8.2 Deficiency Reporting
The Contractor shall identify, report, and track deficiencies found during the repair of the parts
listed in Appendix B including all phases of test and evaluation, maintenance and modifications.
The Contractor shall investigate all Product Quality Deficiency Reports (PQDR), Material
Deficiency Reports (MDR), Acceptance Inspection Deficiency Reports (AIDR), Hazardous Material
Reports (HMR), and Technical Publication Deficiency Reports (TPDR) submitted against defective
items procured, manufactured, repaired or overhauled by the Contractor in support of this PWS. The
Contractor shall utilize the Joint Deficiency Report System (JDRS) to initiate process and report all
deficiencies IAW T.O. 00-35D-54. Annotate in the DR if companion Service Difficulty Reporting to
the FAA is being accomplished. Internal audits shall be performed to incorporate corrective
actions and lessons learned into processes to eliminate the cause of non-conformances. Quality
system data shall be available for review, as deemed appropriate.
4.1.8.3 Foreign Object Damage (FOD) Prevention
The Contractor shall develop a FOD Prevention Plan for each supported location that meets the
requirements of AFI 21-101 as locally supplemented. The Contractor shall coordinate the plan
with the local Contracting Officer Representative (COR) and comply with local unit/base FOD
control plans and procedures. The FOD Prevention Plan shall address how field teams will
comply with the plan and procedures. The Contractor shall address FOD prevention as part of its
overall Program Management Plan.
(CDRL)
4.1.8.4 Tool and Equipment Management
The Contractor shall develop a Tool Control Plan for each supported location that meets the
requirements of AFI 21-101 as locally supplemented. The Contractor shall coordinate the plan
with the local COR and comply with local unit/base tool control plans and procedures. The Tool
Control Plan shall address how field teams will comply with the plan and procedures. The
Contractor shall address Tool Control as part of its overall PMP.
(CDRL)
4.1.8.5 Parts Quality
The Contractor shall perform parts maintenance (repair, overhaul, modification and service) and
procurement in the same manner as originally installed and certified by Type Certificate (TC) or
Supplemental Type Certificate (STC). The Contractor shall coordinate the procurement of
unapproved TC or STC items, which are not in the IPC, through SPO Engineering for
concurrence and CO approval.
The Contractor shall not remove any Item Unique Identification (IUID) plates installed on any
Covered Aircraft without CO direction. The Contractor shall comply with IUID markings and
reporting policies in Military Standard 129P (MIL-STD-129P) and AF Manual (AFMAN) 23110 for DoD Stock-Listed items.
36
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
4.1.8.6 FAA Certification Standards
The Contractor shall maintain aircraft certification IAW the CFR Title 14 FAR Part 43
Maintenance, Preventative Maintenance, Rebuilding, and Alteration,”. The Contractor shall
ensure that all E-4B commercial parts and, where deemed necessary by the contractor’s
Engineering Support personnel and approved by SPO Engineering, E-4B unique parts are
procured and that all E-4B parts are installed, maintained, rebuilt, and altered IAW CFR Title 14
– Part 25, “Airworthiness Standards: Transport Category Airplanes;” CFR Title 14 – Part 43; and
CFR Title 14 – Part 21, “Certification Procedures for Products and Parts.”
4.1.8.7 Workforce Requirements
The contractor shall complete workforce requirements including the hiring of personnel, security
clearance documentation, Common Access Cards (CAC) and Technical Expert Status
documentation. The Contractor shall not solicit incumbent personnel for employment during
duty hours unless interview arrangements are made through the CO. The Contractor shall also
include a plan to notify the Government as milestones are accomplished.
4.1.8.8 Workforce Security
The Contractor shall submit applications to obtain Contractor identification badges, vehicle
passes, security clearances IAW DD Form 254, passports and visas, Internet and e-mail
connectivity within 30 calendar days of contract award.
4.1.8.9 Workforce Familiarization
The Contractor shall familiarize all Contractor personnel with equipment operation, workflow to
include work in progress, reporting, priorities, forms, documents, scheduling, storage, safety,
security, and quality control procedures. The Contractor shall make arrangements to access
Government facilities through the CO.
The contractor shall ensure all personnel complete initial training and briefing requirements prior
to the beginning of the full performance period. The Contractor shall ensure personnel are
trained with regard to general aircraft maintenance, safety, security (physical, document and
industrial) and supply management procedures. The Contractor will be allowed access to the
MOB. Contractor personnel will be permitted access to observe all pertinent operations.
Familiarization visit(s) shall not interfere with the continued operation and production efforts of
the current contract personnel. Access shall be limited to the following categories of personnel:


Contractor supervisory personnel.
Contractor foreman level personnel will be permitted access to observe operations,
workflow, priorities, scheduling, equipment handling, storage, parts safety, security, etc.
4.1.8.10
Historical Information
The contractor shall provide receipt of historical files, warranties, engineering data, and drawings
from all incumbent contractor sites to the CO for verification.
37
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
SECTION V -- CDRLS
5.
CDRLS
The Contractor shall generate and make available the data identified herein in Contractor
electronic format for deliverables. Draft documents shall be delivered in Microsoft Word
document format, presentations in Power Point and Microsoft Project for schedules. Final
documents shall be delivered as Adobe PDFs. All items shall be transmitted to a distribution list
provided by the Government.
CDRL
Name
PWS
DiD # (if
Applicable)
D001
Contract Work Breakdown
Structure
1.6.2
DI-MGMT-81797
D002
D003
Program Management Plan
Integrated Master Plan
1.6.2
1.6.2
DI-MGMT-81797
D004
Integrated Master Schedule
1.6.2
DI-MGNT-81861
D005
List of Contractor Personnel
1.6.2
DI-MGMT-81861
D006
Subcontracting Plan
System Engineering
Management Plan (SEMP)
1.6.2
DI-MGMT-81797
1.6.2
DI-SESS-81785
D008
Configuration Management Plan
1.6.2
DI-SESS-81785
D009
Integrated Program
Management Report
1.6.2
DI-MGMT-81861
D010
Risk Management Plan
1.6.2.2
DI-MGMT-81785
1.6.2.3.1
DI-MGMT-80269
1.6.2.3.1
1.6.2.3.4
1.6.2.3.4
DI-MGMT-80269
DI-MGMT-80368A
DI-MGMT-81468
1.6.2.4.1
DI-MGMT-80368A
1.6.2.4.1
1.6.2.4.3
1.6.2.4.6.1
1.6.2.4.6.1
DI-MGMT-80508B
DI-MGMT-81809
DI-ADMN-81505
DI-ADMN-81249A
1.6.2.5.2
DI-MGMT-80269
1.6.3
DI-MGMT-81453A
D007
D012
D013
D014
Status of Government Furnished
Equipment Report
Beginning Inventory
Status Report
Contract Funds Status Report
D015
Phase In Plan
D016
D017
D018
D019
Phase In Report
Risk Management Status Report
Meeting Minutes
Meeting Agenda
D020
Ending Inventory
D021
Data Accession List
D011
Date of
First
Submittal
30 days
post
award
Note
Included in
PMP
Format 6 /
IPMR
Format 4/
IPMR
Included in
SEMP
Included in
SEMP
Status
Report
38
E4B-PWS-FY14-XX
D029
D030
D031
OEM and Subcontractor
Agreements
Repairable Item Inspection
Report
Report of Receipts, Inventory,
Adjustments and Shipments of
Government Property
Obsolescence Notification
Software Development Plan
Technical Data Package
Environmental/Safety Training
Report
Quality Management Plan
FOD Prevention Plan - Offutt
Tool Control - Offutt
D032
Non-FAA Certified Parts List
D033
D034
D035
D036
Sparing Model
Spare Parts Usage Report
Supportability Analysis
Historical Maintenance Records
D022
D023
D024
D025
D026
D027
D028
FOR OFFICIAL USE ONLY
1.6.3
DI-MGMT-81453A
1.6.9.2
DI-ILSS-80386
1.6.9.3
DI-MGMT-80442
1.6.9.10.1
1.6.10.5
1.6.10.8
DI-MGMT-81941
DI-IPSC-81427
DI-SESS-80776A
4.1.7.1
4.1.8
4.1.8.4
4.1.8.5
MISC DID
DI-QCIC-81794
DI-MGMT-81911
DI-MGMT-81911
DI-SDMP-81748
DI-ILSS-80483
39
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
SECTION VI - APPENDICES
6.
APPENDICES
6.1
APPENDIX A: E-4B N2CS SYSTEMS
All E-4B N2CS are identified below (each N2CS is identified along with its T.O. Subsection).
Additional N2CS are co-located within the below identified N2CS; reference T.O.
1E-4B(II)-43-2-1 (Organizational Flight Line Maintenance Instructions C3 System) for
additional N2CS.
N2CS SYSTEM
WORK UNIT CODE
T.O. SUBSECTION
Maintenance and Control System
43-01-00
Enhanced Network Distribution System
43-02-00
ISDN Distribution System
43-03-00
Technology Insertion System
43-04-00
Secure UHF IP Gate 1000
43-10-00
High Capacity Backbone Links 1 & 2
43-17-00
Uninterruptible Power Systems
NPES UPS
43-22-20
MPS UPS
43-22-50
TXP-A UPS
43-22-60
SNC UPS
43-22-70
Test Facilities
43-24-00
Miscellaneous Electronics
43-25-00
VHF-FM Radio System
43-26-00
Manual Audio Distribution System
43-29-10
Manual Data Distribution System
43-29-20
Voice Cryptographic Devices
43-51-00
Data Cryptographic Devices
43-52-00
Network Cryptographic Devices
43-53-00
Facsimile System
43-55-00
Printing Devices
43-61-00
AUTODIN Terminal
43-63-00
40
E4B-PWS-FY14-XX
N2CS SYSTEM
FOR OFFICIAL USE ONLY
WORK UNIT CODE
T.O. SUBSECTION
Nuclear Planning and Execution System
43-65-00
Message Processing System
43-67-00
Secure Data System
43-69-00
MCSS Network (Fiber Architecture)
43-70-50
Multi Domain Network
43-70-80
Crisis Management System
43-82-00
Executive Travel Package System
43-83-00
Video Teleconference System
43-87-00
Video Distribution System
43-88-00
Group Viewing System
43-89-00
INMARSAT System No. 1
43-91-00
SHF FDMA MUX
43-95-00
GSM UHF Receive
43-98-00
Display Management System (DMS)
Black Router
41
E4B-PWS-FY14-XX
6.2
FOR OFFICIAL USE ONLY
APPENDIX B: E-4B DIRECTED REPAIRABLE LRUS
*These items will NOT be repaired under the CLS contract, but COMBS will ship these LRUs to
the appropriate contractor, who will perform repairs under that contract.
N2CS CONTRACT (ART) REPAIRABLE PARTS
PART #
WORK UNIT CODE
NOMENCLATURE
2A-0002-001
XXX
FILTER/MOV ASSY
78-0007-001
82KAG
FIBER CONVERTER
78-0039-001
68EAF
VGA SPLITTER
78-0050-002
68EA
VIDEO TRANSCEIVER
79-0030-001
69ZH
POWER SUPPLY
79-0030-001
69ZH
POWER SUPPLY
79-0030-001
69ZH
POWER SUPPLY
79-0030-001
69ZH
POWER SUPPLY
7B-0108-001
82KDE
POWER INVERTER
7E-0003-001
82HEH
ENCRYPTION BYPASS SWITCH
7P-0009-001
69RDD
FACSIMILE ASSY
7P-0051-001
82HEC
ISDN IMUX
7P-0056-002
82JEE
IP CONVERTER
7P-0056-003
82JEF
IP CONVERTER
7P-0058-001
64DCC
AUDIO MIXER
7P-0063-001
XXX
LIBERATOR
7P-0064-001
64DCD
HEADPHONE AMPLIFIER
7P-0066-001
82HED
CODEC
7P-0069-001
82HEA
CAMERA
7P-0101-001
82KE#1
DVI FIBER EXTENDER
7P-0102-001
82KE#1
DVI FIBER EXTENDER
81-0016-001
82ACA
UNINTERUPIBLE POWER SUPPLY
81-0017-001
82ACC
BATTERY PACK
8F-0076-101
82JD
FAN ASSEMBLY
8G-0071-001
82AFB
PRINTER ASSY
42
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
8G-0086-001
82AB
FAN ASSEMBLY
8G-0209-001
62BBN
SECURE SELECT PANEL
8G-0228-001
82JDB
POWER FILTER MODULE
8G-0230-001
XXX
SWITCH
8G-0231-001
82JDC
FAN ASSEMBLY
8G-0238-001
82JC2
FIBER CONVERTER ASSY
8G-0238-002
82KAG
FIBER CONVERTER
8G-0289-001
82JBE
KVM ASSY
8G-0291-001
82KAF
IP ACCELERATOR/KG250 TRAY ASSY
8G-0333-001
68GC
FAN ASSEMBLY, IOP
8G-0336-001
68GC
FAN ASSEMBLY, PROCESSOR/SERVER
8M-0018-001
82ACD
FREQUENCY CONVERTER
8M-0041-001
XXX
KG250 TRAY
98-0049-001
82JCV
FREQUENCY CONVERTER TRAY
98-0057-001
67UAL
SHF MUX IP TRIB ACCESS PNL
98-0057-002
69AAA
AUDIO DISTRIBUTION PANEL
98-0057-006
68KAD
ETHERNET BYPASS PANEL
98-0058-002
69AAC
AUDIO AMPLIFIER ASSY
98-0067-001
63LC
EQUIP RACK ASSY
98-0067-002
63LC
EQUIP RACK ASSY
98-0071-001
63LCF
LCD SETUP CONNECTOR
98-0077-001
82KAC
VOIP ROUTER
98-0088-001
82JEB
MAINTENANCE PANEL
98-0089-001
82KAH
PATCH PANEL (INPUT)
98-0089-002
82KAH
PATCH PANEL (OUTPUT)
98-0092-001
82KBA
ISDN SWITCH PANEL ASSY
98-0098-001
82KAM
VOIP SWITCH
98-0101-003
44DB
LIGHT CONTROL
98-0122-001
82HC
VGA INPUT PORT
43
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
98-0123-001
82HB
GVS INPUT PANEL
98-0126-001
82KE
VOP PANEL
98-0126-002
82KEJ
IMPROVED VGA OUTPUT PANEL (IVOP)
98-0172-001
82KEF
VIDEO DISTR RELAY BOX
98-0172-002
82KCH
CRISIS MANAGEMENT BOX
98-0174-004
XXX
POWER PANEL
98-0178-001
82KEG
CRISIS CONTROL ASSY
98-0180-001
82KDB
POWER INTERFACE BOX
98-0180-101
82KD
POWER INTERFACE ASSY
98-0182-001
82HB
MULTIMEDIA INTERFACE PANEL
98-0182-002
82HB
MULTIMEDIA INTERFACE PANEL
98-0183-001
82HB
MULTIMEDIA INTERFACE PANEL
98-0184-001
82KEC
DVI MATRIX SWITCHER
98-0185-001
67WAL
HCB CONTROL PANEL
98-0187-001
XXX
F/O CONVERTER ASSEMBLY
98-0188-001
XXX
28 VDC POWER RELAY
98-0188-002
XXX
28 VDC POWER RELAY
98-0188-007
XXX
28 VDC POWER RELAY
98-0188-025
XXX
28 VDC POWER RELAY
98-0189-020
82HDK
POWER RELAY
98-0189-A20
82HDK
POWER RELAY
98-0194-001
63KMA
TIS IF CONTROL
98-0195-001
63KLA
UFH STATUS PANEL
98-0196-001
63KLB
SECURE UHF POWER PANEL
98-0199-001
63MA
FAN ASSY
99-0005-101
82ADA
XTERMINAL DISPLAY
99-0014-001
82AEA
XTERMINAL
99-0079-001
82KD
EQUIP RACK ASSY
99-0079-002
82AB
EQUIP RACK ASSY
44
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
99-0079-003
82AB
EQUIP RACK ASSY
99-0083-001
69ABA
DATA DISTRIBUTION PANEL
99-0083-003
82KBB
ISDN DISTRIBUTION PANEL
99-0083-004
82JEC
LAN MAINTENCE PANEL
99-0083-007
68KAC
INMARSAT 1 ISDN BYPASS PANEL
99-0083-008
82KCF
1-PORT CMS PANEL
99-0083-009
82KCG
3-PORT CMS PANEL
99-0083-010
82KDD
ETP ETHERNET, 2-PORT
99-0084-001
69AAB
AUDIO CONTROL PANEL
99-0085-001
82KAA
FIBER OPTIC LATCH
99-0087-001
82KAB
DATA ACCESS PANEL
99-0089-001
82JED
FIBER OPTIC SWITCH
99-0091-001
82HEB
VTC AUDIO PANEL
99-0094-001
82HBR
MOVING MAP 26 IN. DISPLAY
99-0094-002
82HBR
MOVING MAP 26 IN. DISPLAY, FIBER
99-0096-001
68DAJ
INMARSAT MAINTENANCE PANEL
99-0099-001
82HEJ
POWER DISTRIBUTION PANEL
99-0100-001
82KAN
POWER DISTRIBUTION PANEL
99-0101-001
82HEJ
POWER DISTRIBUTION PANEL
99-0101-002
XXX
POWER DISTRIBUTION PANEL
99-0105-001
82KAP
FIBER JUNCTION ASSY
99-0106-001
82KAQ
12X2 FIBER JCT BOX
99-0106-002
82KAQ
24X1 FIBER JCT BOX
99-0110-001
82HEJ
AC POWER DISTRIBUTION MODULE
99-0111-001
82KAL
DC POWER DISTRIBUTION MODULE
99-0112-001
82ABP
FIBER CONVERTER ASSY
99-0113-101
82ABU
POWER DISTRIBUTION PANEL
99-0114-001
82ABQ
FIBER ETHERNET SWITCH
99-0115-001
82ADC
TS NPES PANEL
45
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
99-0118-001
82ABT
NPES SERVER
99-0121-001
82JEA
MACS SERVER
99-0121-002
82HBS
MOVING MAP SERVER
99-0122-001
XXX
COMPUTER INTERFACE PANEL
99-0123-001
XXX
SWITCH, LIGHT
99-0124-001
69RDC
FACSIMILE INPUT SWITCH BOX
82KDF
MULTIPLE INDIVIDUAL GIGABIT
TRANSCEIVER (MIGT)
99-0125-002
82KDF
MODIFIED MIGT
99-0126-001
XXX
CENTRAL ROUTER ACCESS PANEL
99-0126-003
82HC
IMPROVED VGA OUTPUT PANEL
99-0132-001
82KCA
CRISIS MANAGEMENT ROUTER
99-0142-002
82KCB
TACLANE TRAY
99-0143-001
82ECP
1554 USB ADAPTER
99-0145-001
82ABR
48 VDC POWER SUPPLY
99-0146-001
82ECQ
48 VDC UPS
99-0148-001
82ECM
24-PORT FIBER OPTIC SWITCH
99-0148-005
82ECM
24-PORT FIBER OPTIC SWITCH
99-0152-001
82EBH
PROCESSOR/SERVER
99-0153-001
XXX
POWER DISTRIBUTION PANEL
99-0156-001
69ZH
ALARM PANEL
99-0157-001
82EBN
DVD R/W
99-0158-001
82ECK
INPUT/OUTPUT PROCESSOR (IOP)
99-0170-001
82HBT
LCD DISPLAY
99-0170-002
82HBT
LCD DISPLAY
99-0171-002
82KBA
ISDN SWITCH
99-0174-001
82KC#2
CRISIS MANAGEMENT SYS PWR PANEL
99-0174-002
82KDC
ETP SYS PWR SWITCH PANEL
99-0174-002
82KDC
ETP SYS PWR SWITCH PANEL
99-0174-003
82KDC
CMS AND VDS POWER PANEL
99-0125-001
46
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
99-0174-004
82KDC
POWER PANEL
99-0180-001
82ECN
INVERTER, 115VAC
99-0181-001
82KCE
CMS POE SWITCH
99-0181-001
82KCE
CRISIS MANAGEMENT SYS POE SWITCH
99-0183-001
82KEB
VIDEO WINDOWS PROCESSOR
99-0185-001
82KED
MEDIA CONVERTER
99-0189-001
82KEH
FREQUENCY CONVERTER TRAY
99-0192-001
82EBG
KEYBOARD
99-0194-010
82EBJ
KVM
99-0195-001
XXX
POWER DISTRIBUTION PANEL
99-0195-002
XXX
POWER DISTRIBUTION PANEL
99-0204-001
69YEO
IP GATE
99-0205-001
63KMB
MODEM
99-0206-001
63KMC
IF SPLITTER
99-0207-001
63KLC
IF SWITCH
99-0215-001
82ABM
PC SERVER
99-0216-001
82KAC
ROUTER
99-0224-001
67UA
SHF MUX
99-0225-001
67UAK
FIBER JUNC BOX
99-0226-001
67UAH
SHF MUX CONNECTOR HOUSING
99-10019
69ZEM
KIV-7M ENCLOSURE
99-13444
82KAQ
FIBER DISTRIBUTION ASSY
99-14032
XXX
POWER DISTRIBUTION PANEL
99-14034
XXX
POWER DISTRIBUTION PANEL
6.3
APPENDIX C: APPLICABLE PUBLICATIONS AND DOCUMENTS
User Manuals:
Data for Air Force service requirements must be input at the Air Force CMRA link. However,
user manuals for government personnel and contractors are available at the Army CMRA link at
http://www.ecmra.mil.
47
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
Department of Defense (DoD) Specifications
Publication
Title
Number
MIL-DTL-7700D
Performance Specification Manuals and Abbreviated Checklists,
Flight
MIL-PRF-5096F
Manuals, Technical-Inspection and Maintenance notice 1, 6 Apr 01
Requirements; Acceptance and Functional Check Flights Procedures
and Checklists; Inspection Work Cards; and, Checklists –
Preparation
MIL-PRF-28001C
Markup Requirements and Generic Style Specifications for
Electronic Printed Output and Exchange of Text
MIL-PRF-38804C Performance Specification Time Compliance Technical Orders –
& Amendment 1 Preparation
MIL-H-5606G
Hydraulic Fluid, Petroleum Base, Aircraft, Missile and Ordnance
48
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
DoD Standards
Publication
Title
Number
MIL-STD-464A
Electromagnetic Environmental Effects Regulations for Systems
MIL-STD-882D
Test Hazard Analysis
MIL-STD-1472F
Human Engineering Design Criteria for Military Systems, Equipment
and Facilities
MIL-STD38784C
Standard Practice for Manuals, Technical: Notice 1, 15 Nov 00
General Style and Format Requirements: Notice 2, 1 Dec 00
DoD 5220.22-S
COMSEC Supplement to Industrial Security Manual for Safeguarding
Classified Information
Air Force Instructions (AFI)
Publication
Title
Number
AFI 21-103
Equipment Inventory, Status and Utilization Reporting
Supp 2
AFI 31-501
Personnel Security Program Management
AFI 32-7062
Air Force Comprehensive Planning
AFI 91-204
Safety Investigations and Reports
AFI 91-223
Aviation Safety Investigations and Reports
AFI 91-224
Ground Safety Investigations and Reports
49
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
Air Force Manuals (AFM)
Publication
Title
Number
AFMAN 23-110
USAF Supply Manual (CD)
Air Force Materiel Command Manual (AFMCM)
Publication
Title
Number
AFMCMAN 21-1
AFMC Technical Order System
Procedures
Basic
Date
15 Jan
1997
Latest
Change
Latest
Change
Number
Date
N/A
N/A
50
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
Forms
The Contractor shall ensure the latest revisions of all forms are completed in accordance with
corresponding directives as follows:
Form Number
Form Title
Directive
Document
Basic Date
AF 847
Recommendation for Change of
Publication
AFI 11-215
01 Jun 2001
AF 2691
Aircraft/Missile Equipment
Property Report
- AFI 21-103
01 May 1978
- TO 1E-4B-21
AF 2692
Aircraft/Missile Equipment
Transfer/Shipping Listing
AFI 21-103
01 May 1976
AFTO 22
Technical Manual Change
Recommendation and Reply
TO 00-5-1
15 Sep 2003
AFTO 95
Significant Historical Data
TO 00-20-5
17 Jun 2002
AFTO 98
Jet Engine or Afterburner
Installation Record
TO 00-20-5
01 Sep 1957
AFTO 103
Aircraft/Missile Condition Data
TO 00-25-4
01 Dec 1995
AFTO 290
Aerospace Vehicle Delivery
Receipt
TO 00-20-1
17 Jun 2002
AFTO 349
Maintenance Data Collection
TO 00-20-2
15 Jun 2003
AFTO 350
Repairable Item Processing Tag
TO 00-20-2
15 Jun 2003
AFTO 781 Series
ARMS Aircrew/Mission Flt Data
Document
TO 00-20-5
17 Jun 2002
DD 254
DoD Contract Security
Classification Specification
Record of Weight and Balance
DD 365 Series
- AFI 31-501
1 Dec 1999
- AFI 21-103
- TO 1-1B-50-CD1 - Applicable 1E4B-5 - Applicable
1E-4B-6
1 Aug 1996
51
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
Form Number
Form Title
Directive
Document
Basic Date
DD 1423
Contract Data Requirements List
DoD 5010.12M
01 Aug 1996
DD 1574
Serviceable Tag – Materiel
MIL-STD-129
Oct 1988
FAA 337
Major Repair and Alteration
FAR 43.9
Dec 1988
FAA 8110-12
Application For Type Certificate,
Production Certificate, or
Supplemental Type Certificate
14 CFR part 21
Apr 2003
E-4B Documents
The Contractor shall ensure the latest revisions of all E-4B unique documents are available and
shall comply with them:
Document Number
Document Title
Directive
Document
Basic Date
ESD-481B- 1B10000A
System Specification for E-4B
N/A
25 July 1979
ESD-481B- 2B10000A
Functional Area Specification
for E-4B Program (Part 1)
N/A
29 Jul 1979
481B
E-4B Program Security
Classification Guide
N/A
15 May
1997
52
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
Other Documents
The Contractor shall ensure the latest revisions of the following documents are available and
shall comply with them:
Document
Number
Document Title
Directive
Document
Basic Date
DCID 6/3
Director, Central Intelligence Document
(DCID)6/3, Protecting Sensitive Compartmented
Information within Information Systems
N/A
24 May 2000
JDCSISSS
Joint DODIIS/Cryptologic SCI Information
Systems Security Standards
N/A
31 March
2001 R2
Federal Aviation Administration
The Contractor shall ensure the latest revisions of the following documents are available and
shall comply with them:
Document Number
Document Title
Directive
Document
Basic Date
Title 14, CFR-Part 21
Certification Procedures for Products
and Parts
N/A
01 Jun 2002
Title 14 CFR Part 25
Airworthiness Standards: Transport
Category Aircraft
N/A
01 Jun 2002
Title 14 CFR-Part 43
Maintenance, Preventative
Maintenance, Rebuilding and
Alteration
N/A
01 Jun 2002
Title 14 CFR Part 145
Repair Stations
N/A
01 Jun 2002
53
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
Commercial Drawings and Documents
The Contractor shall ensure the latest revisions of the following documents are available and
shall comply with same:
Document Number
Document Title
Directive
Document
Basic Date
D-14080
Boeing Color Standards
N/A
11 Apr 2002
D6-13380
747 Overhaul Manual
N/A
15 Jun 1969
D6-30057
747 Maintenance Manual
N/A
05 Feb 2003
D6-58326 (Rev E)
747 Aircraft Characteristics, Airport
Planning
N/A
?? Mar 1968
D226-00100
E-4B Engineering Baseline Drawings
N/A
16 Sep 1983
D226-13500
747 Wiring Diagram Manual
N/A
03 Jan 1997
D226-16014, Sheets 1-5
Electrical Wiring Hardening
Installation – Main Wheel Well (See
1E-4B-4-32, chapter 32-42-05-01 for
location of parts)
N/A
07 Oct 1985
D226-20156
E-4B Interior Color Design Guide
N/A
20 Mar 1975
D226-20158-1
Electromagnetic Compatibility Plan
for AABNCP
N/A
24 Sep 1982
D226-20170-1
Electrical Load Analysis 747 E-4B
Aircraft Phase 1B2
N/A
17 Dec 2003
D226-20170-2
DC Electrical Load Analysis 747/E4B Aircraft
N/A
17 Dec 2003
D226-37955
E-4B Paint Drawings
N/A
22 Jun 2001
D226-38031
Strip and Repaint Procedures for Air
Force E-4B Aircraft
N/A
10 Aug 2001
D226-38576-1
E-4B Pre-Induction Baseline Test
Matrix
N/A
13 Mar 2003
54
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
Document Number
Document Title
Directive
Document
Basic Date
D226-38792-1
E-4B Programmed Depot
Maintenance (PDM) Document
N/A
25 May 2004
D226-39129-1
E-4B Programmed Depot
Maintenance (PDM) Document
N/A
04 Mar 2010
D226-40246-3
E-4B Hardness Maintenance/Hardness
N/A
Surveillance
26 Jul 1995
D226-40258-1
Hardness Critical Item List
N/A
07 Oct 1988
D226-40288-1
E-4B Hardness Critical Item List
(Phase II)
N/A
16 Jul 1990
D226-40329-1
E-4B Nuclear Hardness Requirement
N/A
22 Dec 1992
D226-40376-1,
E-4B Nuclear Hardness Mission
Essential Equipment List
N/A
25 Jul 1997
D226-40376-2
E-4B Nuclear Hardness Mission
Essential Equipment List
N/A
25 Aug 1997
G7101-00-26
Raytheon Finish Specification
N/A
03 Sep 1999
65B59500
Markings Installation Emergency Exit
747
N/A
11 Apr 2002
SAWE-RP7C
Mass Properties Management and
Control for Military Aircraft
N/A
1 Sep 02
Vol. 2
55
E4B-PWS-FY14-XX
FOR OFFICIAL USE ONLY
Industry Publications
The Contractor shall ensure requirements in this SOW are accomplished in accordance with the
following industry publications:
Document
Number
Document Title
Directive
Document
Basic Date
ISO 9001:2008
Quality Management Systems –
Requirements
N/A
1994
IEEE/EIA 12207
Industry Implementation of International
Standard ISO/IEC 12207: 1995 (ISO/IEC
12207) Standard for Information
Technology – Software Life Cycle
Processes
N/A
1 Mar 1998
Modifications/TCTOs
The Contractor shall comply with the Tail Number Specific PWS and AFTO Form 103, which
will list all applicable TCTOs, SBs and ADs as a part of the PDM. The Contractor shall provide
modifications, when specified by the CO, in accordance with Air Force Policy Directive (AFPD)
62-6.
56
Download