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