Title: SSAT Industry Day
1NAVAIR Public Release Tracking Number
08-976 Distribution Statement A Approved for
Public Release Distribution is Unlimited
2 Agenda
- Ground rules / Admin
- Program overview
- Procurement strategy overview
- Source selection overview
- Cost / Price overview
- Technical expectations
- Logistics Support Expectations
- Wrap-up, questions and answers
3Ground Rules
- Primary Purpose - Ensure clear understanding of
the planned RFP - All attendees must sign-in
- Please silence cell phones and pagers
- No recording
- No classified information will be shared at this
time - This is an informational briefing only
- No information exchanged at this briefing or
during follow-on one-on-one meetings will be
considered Bid and Proposal Information or
Source Selection Sensitive Information - Please hold questions to the end of each briefing
section - Feel free to submit questions in writing on
question submittal forms provided at the sign-in
table - Presentation, questions responses, and a list
of attendees will be posted on the NAVAIR
Contracts website - http//www.navair.navy.mil/doing_business/open_s
olicitations
4Questions
After Industry Day and follow on one-on-one
meetings, questions should be submitted to Mr.
Frank Fisher, NAVAIR Contract Specialist, at the
following e-mail address Francis.Fisher_at_navy.mil
5Disclaimer
- The remarks today of Government officials
involved in the Subsonic Aerial Target
procurement should not be considered a guarantee
of the Governments course of action in
proceeding with the program. The information
shared today reflects current Government
intentions and is subject to change. The formal
solicitation is the only document that should be
relied upon in determining the Governments
requirements.
6- SSAT Program Overview
- Ray Gagnon
- Deputy Program Manager
- SSAT Development
-
7SSAT Requirements Acquisition Approach
- Requirements
- ONI threat assessment update performed
- Weapons Systems Sensitivity Study completed
- Determined that existing Navy subsonic targets
could not be modified to achieve needed
performance attributes - Navy requirements sponsor leading Capabilities
Development Document (CDD) requirements working
group - CDD in formal staffing
- Planning for a final CDD to be signed in Nov 08
- Acquisition Approach
- Strategy is to have industry modify an existing
subsonic target to achieve Navy SSAT requirements - Estimating an 24-30 month late stage System
Development Demonstration (SDD) effort - RFI released to gain insight into industry
perspective - SDD time needed, cost ROM technical drivers
- SDD contract planned to include priced production
(two) contractor logistics support options on
development contract
8SSAT What does the Navy want?
- An affordable and reliable aerial target that
meets Navy high fidelity subsonic target
requirements - To be demonstrated during System Development
Demonstration (SDD) - Affordable
- Life cycle cost performance rather than
development cost - Designed to allow for potential block upgrades
- Examples
- Integration of Navy qualified RATOs (dual RATO
configuration) - Ability to integrate onto tactical and cargo type
aircraft as an external store - Target must have air launch capability designed
in during SDD
9SDD Limitations
- Limited modifications to an existing production
target system - All proposed technologies must be TRL 7 to meet
the requirements of the SOW - Use of existing test data, i.e. qualification,
ground, flight, verification by analysis is
encouraged, unless the results are invalidated by
modifications to the system/subsystem - Mandatory interface to existing Navy systems
- SNTC
- Specific payloads
- Retrieval systems
- SDD schedule funds
- Schedule
- Estimating 24-30 month SDD
- Funding
- Program Office estimating a potential industry
partner can successfully complete SDD for
15-25M (including fee) - During pre-solicitation phase, open to any/all
suggestions for reducing developmental costs
while achieving objectives
10SSAT Notional SDD Schedule
- Assumptions
- Existing target systems requiring moderate
modification to meet Navy requirements. - All subsystems proposed are TRL 7 or higher
- Scope cost of modifications well understood by
bidder, only time and funds required to execute
(near CDR-ready designs at contract award) - Modification of software code does not require
architecture change - Bidder has flexibility in all aspects of
schedule, except six months required for DT-II
and all SETR required meetings must be
accomplished - Combine/Tailor SETR meetings to meet needs of
program
11Summary
- The SSAT development demonstration effort will
yield a production ready target system that will
be capable of satisfying major weapon systems
Test Evaluation and advanced Fleet training
requirements at an affordable production and
operational cost - Emphasis on procuring a robust air vehicle
capable of meeting current requirements - Focus on life cycle cost/performance rather than
development cost/schedule - Two Production/CLS options awardable following
successful SDD - Anticipate follow on annual sole source
production/CLS contracts to the SDD prime
contractor
12 13- Procurement Strategy Overview
- Vicki Fuhrman
- Procuring Contract Officer
- Frank Fisher
- Contract Specialist
-
14SSAT Key Events
Planning based on CDD approval in Nov 08
15NAVAIR Solicitation Website
- Contract-related information is posted to this
website - http//www.navair.navy.mil/doing_business/open_s
olicitations/ - (Click on N00019-09-R-0206)
- Including, but not limited to
- Draft RFP, including all contract sections (A
through J), exhibits, and attachments - Statement of Work (SOW)
- Draft RFP QA
16Contract Structure
- Contract Types
- SDD Base contract CPIF
- Production options (2) FFP
- Contractor Logistics Support (CLS) options
(2) CPFF - Contract Length
- SDD base contract 2-3 years, RDT E annual
funding - 2 production/CLS option years, WPN funding
- Future Contracts
- FFP Production CLS
- Spares-provision item under production contract
- Depot Level Maintenance
17Priced Contract Line Items
18Government Furnished Property
- No Government Inventory of existing Targets (i.e.
BQM-74E/BQM-34S available as GFP - Government Owned Support Equipment may be
available for a limited period of time for
integration during SDD, offeror must propose -
19 20- Source Selection Overview
- Jim Stanford
- AIR-4.10E
- Source Selection Office
-
21Source Selection Outline
- Objectives
- Grading/definitions
- Evaluation criteria overview
- Proposal instructions
- Guidelines
- Past performance
- Summary
22Source Selection Objectives
- Choose the contractor who provides the best value
to the Navy, all factors considered - Award the contract without protest
23 Evaluation Grading
- We use a Qualitative and NOT a Quantitative
system - Proposal Rating (Technical)
- Outstanding, Highly Satisfactory, Satisfactory,
Marginal, Unsatisfactory - Proposal Risk (Technical)
- Low, Medium, High
- Performance Risk (Past Performance and
Experience) - Very Low, Low, Moderate, High, Very High, Unknown
(Past Performance Only)
24Technical - Proposal Rating Definitions -
Proposal significantly exceeds requirements in a
way that benefits the Government or meets
requirements and contains at least one
exceptional enhancing feature that benefits the
Government. Any weakness is minor.
Outstanding
Proposal exceeds requirements in a way that
benefits the Government or meets requirements and
contains enhancing features that benefit the
Government. Any weakness is minor.
Highly Sat.
Satisfactory
Proposal meets requirements. Any weaknesses are
minor and will have little or no impact on
contract performance.
Proposal contains weaknesses or minor
deficiencies that could have some impact if
accepted.
Marginal
Unsatisfactory
Proposal does not comply substantially with
requirements.
25Technical - Proposal Risk Definitions -
Has little or no potential to cause disruption of
schedule, increase in cost, or degradation of
performance. Normal contractor effort will
probably be able to overcome difficulties.
Low
Can potentially cause some disruption of
schedule, increase in cost, or degradation of
performance. However, special contractor
emphasis will probably be able to overcome
difficulties.
Likely to cause significant serious disruption of
schedule, increase in cost, or degradation of
performance even with special contractor emphasis.
High
26Performance Risk for Past Performance and
Experience - Risk Definitions -
Based on the offeror's experience or past
performance, essentially no doubt exists that the
offeror will successfully perform the required
effort
Based on the offeror's experience or past
performance, little doubt exists that the offeror
will successfully perform the required effort.
Low (L)
Based on the offeror's experience or past
performance, some doubt exists that the offeror
will successfully perform the required effort.
Based on the offeror's experience or past
performance, substantial doubt exists that the
offeror will successfully perform the required
effort.
High (H)
Based on the offeror's experience or past
performance, extreme doubt exists that the
offeror will successfully perform the required
effort.
No past performance record identifiable. This
applies only to Past Performance
27 Evaluation Criteria Reminders
- Best Value
- Use of Non-Proposal Information
- Integrated Evaluation
- Un-Satisfactory Proposal Rating and/or High
Proposal Risk may result in the entire proposal
being found unacceptable and eliminated from the
competition
28 Disclaimer
- The following slide is for information only and
is an example of the criteria that has been used
on previous system-type competitions at NAVAIR - The exact factors/sub-factors and associated
criteria language will be approved by the SSA and
released in the final RFP. Schedule permitting,
factors/sub-factors and associated criteria
language to be released prior to the final RFP
29RFP M Evaluation Factors - Example -
TECHNICAL (Rating Proposal
Risk)
COST ()
Contract Cost
Production Life Cycle Cost 1
FOR INFORMATION ONLY
1 Typically used when there are LRIP and/or
Production follow-up contracts This slide is for
information only and is an example of the
criteria that has been used on previous
system-type competitions at NAVAIR.
30Integrated Evaluation as related to Schedule and
Cost
Design Approach risks and other Technical risks -
compared to risk mitigation plans in the Risk
Management Plan and the IMS
Schedule Assessment - Unaccounted or
inadequately addressed Technical risks (in
addition to other issues impacting schedule) are
translated to Schedule impact
Cost Realism - Schedule impact (in addition to
other issues impacting Cost) are accounted for in
the Governments estimate of the Most Probable
Cost
31Proposal Preparation Guidance
- Demonstrate the offeror has a thorough
understanding of requirements and inherent risks
and is able to devote resources to meet the
requirements and has a valid and practical
solution for all requirements - Support your statements with facts, analysis and
substantiating data to illustrate that your
approach is realistic and reasonable - Provide clear and concise descriptions /
justifications. - Understanding the evaluation criteria will help
you know where to place emphasis in your proposal
32Proposal Preparation Guidance (contd)
- Typical Proposal Shortfalls
- Not being responsive to RFP instructions
- Information not provided as requested
- Information provided does not support claims
- Deviation requests
- H-Clauses
- Spec (except where tailoring is permitted)
- Deficiencies - may preclude award
- Information provided does not support claims of
compliance - Proposal is non-compliant to the requirements
33Proposal Preparation Considerations
- Evaluation Criteria, Proposal Instructions, and
proposal should track - Can an evaluator quickly find what he/she needs?
- Is it clear?
- Is it well organized?
- Drawings and diagrams complement narrative, but
don't replace it - Substantiate, do not simply make claims
- Making statements such as "we understand, we are
committed, we are capable, our experience
ensures, we comply - Show how experience is applied, results and
benefits, prove the level of capability, and
provide the basis and substantiating data - Give us a reason to believe you
34Proposal Instruction Outline- Example -
- Volume I Executive Summary
- Volume II Technical
- Book 1 Technical Approach
- Book 2 Program and Schedule
- Volume III Past Performance
- Volume IV Experience
- Volume V Cost/Price
- Volume VI Exceptions, Deviations
- Volume VII Streamlining
35Past PerformanceEvaluation Concept
- How did offeror perform on current or past
contracts? - Review Offerors Past Record, e.g., CPARS
- Determine Relevancy / Recency
- Assess each Contact Referenced
- Roll up each reference assessment into an overall
Offeror Assessment
- Based on offerors assessment (Look Back), how do
we think they will perform on the SSAT program? - Final product is the Past Performance Risk
Assessment
36Past PerformanceEvaluation Concept
- Historical performance via CPARS, questionnaires
- Relevancy
- Source selection team will assess all relevant
contracts, not only those identified by offerors - Bid-referenced contracts not de facto relevant
- What makes a previous contract relevant?
- similar tasks, scope, systems
- Similar life-cycle stage development/production/
sustainment - For large conglomerate multi-division offerors,
same business unit/product sector - Recency
- No hard established time period
- Looking for discontinuities/changes in
management, workforce, or facilities which may
impact ability to predict future performance - Purchase of business unit/realignment under
different sector/change in key management
personnel - Workforce turnover/production break/layoffs
- Relocation of design function/production
line/depot
37 Summary
- Looking for the best value package
- Objective is to make the process mutually
beneficial - You provide the best possible proposal
- We have better proposals to choose from
38 39- Cost/Price Overview
- Carol Meade
- AIR-4.2
- Cost Team Lead
-
40 Outline
- Proposal instructions overview Cost / Price
- Definitions
- Realism
- Reasonableness
- Completeness
- Discussion
- Cost summaries
- Traceability
- Detailed substantiation
- Cost-to-sell equations
- How to Avoid Common short-falls
- Summary
41Draft Proposal Instructions Overview- Example -
- Cost / Price Proposal instructions are structured
to facilitate the evaluation by organizing the
offeror's information - Section 1
- Tab 1 - Summary of Estimating Methodology
- Tab 2 - Programmatic Information
- Tab 3 - Cost Summaries
- Tab 4 - Labor
- Tab 5 - Material
- Tab 6 - Other Direct Charges
- Tab 7 - Profit or Fee
- Section 2
- Tab 1 - Indirect Rates
- Tab 2 - Direct Rates
- Tab 3 - Cost-to-sell equations
- Tab 4 - Escalation
42Definitions
- Realism - A quantitative or qualitative measure
of costs in relation to the statement of work and
the risk inherent in the project. A quantitative
measure relates contractor proposed costs to a
Government independent estimate. A qualitative
measure is based on an analyst's judgment of all
costs - Reasonableness - The appropriateness of the
contractor's assumptions, both technical and
programmatic, and methods of handling current or
expected economic conditions as these relate to
the cost methodology and use of historical costs.
Assumptions include system definitions, work
statements, and schedules - Completeness - The adequacy of the cost proposal
in relation to the statement of work/objective -
considering whether all costs are included or
accounted for. All SOW requirements must be
included
43 Cost Summaries
- Provides clear set of requirements
- Reduces government's interpretation of offeror's
proposals - Description of the work to be performed
- Standardizes and simplifies the government's
evaluation process - Breakdown by CWBS element
- Identify functional costs using offerors
categories (engineering, tooling, manufacturing,
quality control, etc.) - Distinction between recurring and non-recurring
effort - Bill of materials
- GFE
- Other Direct Costs
44 Traceability Matrix
- CLIN / CWBS / SOW Matrix
- Imperative that the estimate be easily traceable
from the lowest level - Traceability between labor and material in cost
summaries and detailed sections - Traceability between subcontractor and offeror
information
45Detailed Substantiation
- Offeror demonstrates thorough understanding of
requirements and inherent risks and is able to
devote resources to meet the requirements and has
a valid and practical solution for all
requirements - Provides information about Offerors capability /
history - Limits the data Offeror must compile to prepare
credible offer - Provide relevant historical data
- Thoroughly describe methodologies
- The ultimate goal
- Ensures Governments understanding of the
Offerors proposal - The Governments independent estimate Proposed
Cost
46 Detailed Substantiation (contd)
- Standard hours with historical basis
- Provide Labor Category definitions
- Catalog prices
- Vendor quotes
- Historical Labor / Overhead costs
- Well reasoned and supported engineering judgment
47 Cost-to-Sell Equations
- Provide the methodology used to convert cost data
into sell price - Includes
- Sequence in which indirect rates, profit, etc.
are applied and the base against which each
indirect rate is applied - Examples of conversion of cost into price
48Avoid Common Shortfalls
- Identify hardware / software requirements
- Provide historical data
- Provide relevance of historical (accounting) data
/ printouts - Adequately define work
- Do not assume cost summaries are sufficient
substantiation - Provide DCAA / DCMA negotiated rates / rate
agreements - Provide a trace between calendar year rates and
rates used in the proposal - Provide Cost-to-Sell Equations
49Summary
- Help the evaluators, do not keep them guessing or
searching - Provide historical data - not just a reference
- Ensure traceability throughout the proposal
- Ensure Technical and Cost proposals are
consistent - Provide only data and information that is
relevant in a concise, direct manner
Cost credibility rests with the offeror Please
substantiate the estimate!
50 51- Technical Expectations
- Arthur Nakas
- Class Desk Engineer / APMSE
- AIR-4.1.1.6
-
52Engineering Topics
- CONOPS
- Performance Specification
- Key Performance Parameters
- Key System Attributes
- Additional Attributes
- Infrastructure
- Technology Readiness
- SETR process
- Integrated design and test team
- Airworthiness
- Modular Open System Approach
53Current Concept of Operations
Airborne Relay For OTH
LEGEND Manual Flight/Manual Updates Autonomous
Waypoint Navigation
Range Operations Center (ROC)
C.P.A. (3 nmi radius)
Helicopter Recovery Limit (40 nmi)
Repeat Attack
LACE
Ground Control Station (GCS)
LAC
54Performance Specification Status
- Document available as part of draft RFP
- Current Draft Performance Specification is
PMA208-08001 - NAVAIR competency (SME) and Industry comments are
expected - Final Spec will be ready as part of formal RFP
- Candid feedback encouraged to identify
requirements that are cost / schedule / technical
drivers or concerns - Welcome comments on Performance Specification,
CSOW, and CDRLs
55SSAT Key Performance Parameters
Notes 1. Programmable weaves are specified at
10.0 ft initiation, for 90 seconds duration, in
WMO Sea State 3 conditions and can be programmed
throughout the range 1.0 6.0 g (Threshold) and
1.0 8.0 g (Objective). 2. See paragraph 6.1.1.2
of the SSAT Performance Specification for AM
definition.
If KPP Thresholds are not met, then it will be a
deficiency.
Draft based on Draft CDD
56SSAT Key System Attributes
Notes 1. See paragraph 6.1.12 of the SSAT
Performance Specification for RM definition. 2.
RM calculation excludes Government Furnished
Equipment (GFE). 3. The SSAT air vehicle shall be
at the most fuel efficient speed at 20 thousand
feet (Kft) to meet the 300 nmi range and at 0.90
M at 50 ft (absolute) to meet the 150 nmi range
capability. 4. Programmable to achieve the full
selectable range from 1.0 to 6.0 g and for
constant weave across the full range from 3.0
seconds (sec) to 7.0 sec. 5. Programmable to
achieve the full selectable range from 1.0 to 8.0
g and for constant AND random weaves across the
full range from 3.0 seconds (sec) to 7.0 sec.
Draft based on Draft CDD
57SSAT Additional Attributes
- Additional Attributes (AAs) are
- Important to enhance the utility of the vehicle
as a target to the user (Fleet Ops and Test
Evaluation) - If a proposed vehicle does not have a capability
for any one of the AAs, then it will be
considered a weakness unless justifiable
rationale is provided - If a significant number of AA thresholds are not
met, then it will be considered a significant
weakness - Some AAs have threshold and objective values
DRAFT ONLY - based on Draft CDD
58Infrastructure
- SSAT System interfaces shall be compatible with
the following Navy Range infrastructures - Naval Western Test Range Complex (NWTRC), Point
Mugu CA - East Coast Operating Site (ECOS), Dam Neck VA
- Pacific Missile Range Facility (PMRF), Barking
Sands HI - Commander Fleet Activity Okinawa CFAO (Open
Ocean) - Winning Contractor will have access to equipment
Point Mugu launch site
59Technology Readiness Assessment What is it?
- Regulatory (DOD 5000) Statute Requirement
(Title 10) - Systematic metrics based process used to assess
the maturity of Critical Technology Elements
(CTEs) - Utilizes Technology Readiness Levels (TRLs) as
a CTE maturity metric - TRA helps identify areas for program risk
management, but is not a Risk Assessment - TRA assesses the maturity of the technology
maturity of the elements that form the basis of
the design foundation for which threshold
operational performance compliance is dependent - TRA addresses both hardware software
- Assessment event draws a line in the sand for
determining technology maturity
No credit for future accomplishments when
assigning TRLs
60TRA in the SETR Timeline
61New Public Law
SEC. 801. REQUIREMENT FOR CERTIFICATION
BEFORE MAJOR DEFENSE ACQUISITION PROGRAM
MAY PROCEED TO MILESTONE B. (a) CERTIFICATION
REQUIREMENT.Chapter 139 of title 10, United
States Code, is amended by inserting
after section 2366 the following new section
2366a. Major defense acquisition programs
certification required before Milestone B or
Key Decision Point B approval (a)
CERTIFICATION.A major defense acquisition program
may not receive Milestone B approval, or
Key Decision Point B approval in the case of a
space program, until the milestone decision
authority certifies that (1) the technology in
the program has been demonstrated in a relevant
environment
- HR 1815 became Public Law 109-163 as part of the
National Defense Authorization Act for FY 2006 - Public Law 109-163 contains Section 801
Translation is Technology Readiness Level (TRL) 6
62Technology Readiness Level (TRL) 7Desired for
SDD
Prototype near, or at, planned operational
system. Represents a major step up from TRL 6,
requiring demonstration of an actual system
prototype in an operational environment such as
an aircraft, vehicle, or space. Examples include
testing the prototype in a test bed aircraft.
63Critical Technology Elements (CTEs)
- The term Critical Technology has become a
universal phrase with many different connotations
and definitions - Mission Critical Technology List
- Critical Protection Items
- Important technologies for Mission Success
- In the context of technology readiness the
Critical Technology translation is unique - To avoid confusion and to uniquely associate the
TRA application apart from the others the
Critical Technology Element (CTE) terminology was
born - CTE terminology is uniquely associated with the
TRA process - Critical Technology Elements If a system being
acquired depends on specific technologies to meet
system operational requirements in development,
production, and operation and if the technology
or its application is either new or novel
64Basic Criteria for Determining CTEs
- Is the technology new or novel? If yes then CTE
- A new product does not necessarily dictate a new
technology - If yes to any of the following additional
questions then further discussion required to
determine significance before CTE determination - Has the technology been modified?
- Has the technology been repackaged such that a
new and more stressful relevant environment is
realized? - Is the technology expected to operate in an
environment and/or achieve a performance
expectation beyond its original design intention
or demonstrated capability? - Do not confuse CTEs with standard engineering
development activity
Is the physics or engineering understood in the
industry and / or is it scaleable from similar
proven technology products?
65TRL Characteristics (Snapshot)
TRL 9 ---- TRL 8 ---- TRL 7 ---- TRL 6 ---- TRL
5 ---- TRL 4 ---- TRL 3 ---- TRL 2 ---- TRL 1
- System Completed
- Flt / Mission Qual
- System/Subsystem
- Development
- Tech Demo
- Tech Development
- Research to Prove Feasibility
- Basic Tech Research
System Validated on Representative A/C Via OT
System Validated on Representative A/C Via DT
System Demo Dynamic OP Flight Environ
. Sys/Subsys Demo Relevant Lab Environ
Component/Breadboard Relevant Environ
. Component/Breadboard Lab Environ
. Analytical /Experimental Proof-of-Concept
. Technology Concept Basic
Principles
TRL 2 ---- TRL 1
66Hardware TRLs
MS B Target
MS C Target
67Software TRLs
MS B Target
MS C Target
68Technology Readiness Level (TRL)
Proposals that include CTEs should target TRL 7!
69System Engineering Technical Review (SETR)
Process
- System Engineering Technical Review Process will
be a critical part of the PMA-208 technical and
risk management strategies - This is not your typical program so the process
is streamlined but thorough - Technical reviews will be event driven
- SETR process will follow NAVAIRINST 4355.19D
70SSAT Notional SDD Schedule
With maturity comes compression
71System Engineering Technical Reviews
- Key events in the SETR process as illustrated
on the notional schedule - Combined SRR with IBR very soon after contract
award - Ensure that all system requirements are accounted
for / flowed properly - Combined SFR/SSR/PDR soon after contract award
- Winning bidder is expected to deliver a system at
award with a firm allocated baseline and mature
software - Combined TRR/FRR prior to DTI events
- To assess readiness for ground and initial flight
tests - Delta FRR prior to DTII events
- Combined CDR/IRR
- To assess the product baseline arrived at during
the initial DT evolutions (assuming that system
tweaks may be necessary) - Software changes, if required, should now be
implemented and the integrated system should be
functional - System Verification Review (SVR) / Production
Readiness Review (PRR) - SVR / PRR prior to production
72Integrated Design and Test Team
- Lower government CDRL costs
- Reduce data package RFIs and resubmissions
- Diminish flight clearance concerns
- Heighten government team understanding of the
design - Increase support of the SETR process
- Augment program efficiency and probability of
success
Goal Sufficient number of flight test events
that demonstrate high material reliability and
availability
73 Airworthiness
- Navy SSAT Demonstration System will require
NAVAIR Flight Clearances - Governing Documents
- NAVAIR Instruction 13034.1C
- MIL-HDBK-516
74Modular Open System Approach(MOSA)
- DoDD 5000.1 states that, Acquisition programs
shall be managed through the application of a
systems engineering approach that optimizes total
system performance and minimizes total ownership
costs. A modular, open-systems approach shall be
employed, where feasible. - We are not expecting Contractors to modify their
existing architectures to employ Modular Open
Systems Design (MOSA) concepts - For new and modified subsystems MOSA should be
considered to permit future growth and technology
insertion.
75 Summary
- Specification development nearing completion
- Candid feedback encouraged to identify
requirements that are cost / schedule / technical
drivers or concerns - Offerors will need to provide a Technology
Readiness Self-Assessment as part of the proposal - Integrated design and test teams
- Navy SSAT Demonstration System will require
NAVAIR Flight Clearances - Process defined by MIL-HDBK-516 and NAVAIRINST
13034.1C
76 77Logistics ExpectationsCésar AfanadorAPMLAIR-66
3200E
78Logistics Topics
- Logistics Strategy
- Key Performance Parameter (KPP)
- Key System Attributes (KSA)
- System Development Demonstration (SDD) Key
Events - Production Deployment Key Events
- Failure Analysis Board (FAB)
- Summary
79Logistics Strategy
- NAVY Maintenance Levels
- O Level Maintenance which is the
responsibility of, and performed by, a using
organization on its assigned equipment. Consist
of inspecting, servicing, lubricating, adjusting,
and replacing parts, minor assemblies, and
subassemblies. - I Level Maintenance which is the
responsibility of, and performed by, designated
maintenance activities for direct support of
using organizations. Consist of calibration,
repair or replacement of damaged or unserviceable
parts, components, or assemblies. - D Level- Maintenance done on material requiring
major rework or a complete rebuilt of parts,
assemblies, subassemblies, and end items,
including manufacture, modification, testing, and
reclamation of parts as required. Supports lower
levels of maintenance, and provides stocks of
serviceable equipment by using more extensive
facilities for repair not available at lower
levels.
SSAT O to D
80Logistics Strategy
- O Level to Depot
- Operating Site performs O level
- Prefer No I level (when cost effective)
- OEM performs Depot Level
- Main Operating Sites
- Contractor Support Services (CSS)
- Naval Western Test Range Complex (NWTRC), Point
Mugu CA (used throughout SDD phase) - East Coast Operating Site (ECOS), Dam Neck VA
- Pacific Missile Range Facility (PMRF), Barking
Sands HI - Uniformed Military
- Commander, Fleet Activity, Okinawa (CFAO),
Okinawa Japan - Operations and Maintenance
- Interface with existing Facilities
SSAT O to OEM
81SDD Logistics Strategy
- Contractor Logistics Support (OEM)
- Configuration Management Program
- Data Management (Tech Manuals, Engineering
Drawings, etc.) - All SSAT generated data shall be available to
designated Government CSS in the contractors
Integrated Digital Environment (IDE) - Supply Support Program based on Contractor
Supportability Analysis (Spares, Repair of
Repairable, etc.) - Training Program (Operators Maintainers)
- PSE
- Mission Installation Kits
- Contractor Engineering Technical Support (CETS)
82SSAT Key Performance Parameters
Notes 1. Programmable weaves are specified at
10.0 ft initiation, for 90 seconds duration, in
WMO Sea State 3 conditions and can be programmed
throughout the range 1.0 6.0 g (Threshold) and
1.0 8.0 g (Objective). 2. See paragraph 6.1.1.2
of the SSAT Performance Specification for AM
definition.
If KPP Thresholds are not met, then it will be a
deficiency.
Draft based on Draft CDD
83SSAT Key System Attributes
Notes 1. See paragraph 6.1.12 of the SSAT
Performance Specification for RM definition. 2.
RM calculation excludes Government Furnished
Equipment (GFE). 3. The SSAT air vehicle shall be
at the most fuel efficient speed at 20 thousand
feet (Kft) to meet the 300 nmi range (Threshold)
and at 0.90 M at 50 ft (absolute) to meet the 150
nmi range (Objective) capability. 4. Programmable
to achieve the full selectable range from 1.0 to
6.0 g (Threshold) and for constant weave across
the full range from 3.0 seconds (sec) to 7.0
sec. 5. Programmable to achieve the full
selectable range from 1.0 to 8.0 g (Objective)
and for constant AND random weaves across the
full range from 3.0 seconds (sec) to 7.0 sec.
Draft based on Draft CDD
84SDD Logistics Key Events
- PDR Full disclosure of SSAT Supportability
Strategy, including existing Physical Baseline,
identify CSE requirements, etc. - CDR - Updated Supportability Strategy
- TE (DT II) Contractor Logistics Support
- Requirements Verification Reliability,
Maintainability and Availability - ILA Source Data required for a successful SSAT
logistics Assessment and Certification prior to
MS C
Goal - Demonstrate high material reliability and
availability
85Production Deployment Logistics Key Events
- Continuation of CLS services
- Configuration Management Program
- Data Management (Tech Manuals, Engineering
Drawings, etc.) - All SSAT generated data shall be available in the
contractors IDE - Supply Support Program based on Contractor
Supportability Analysis (Spares, Repair of
Repairable, etc.) - Training Program (Operators Maintainers)
- PSE
- Mission Installation Kits
- In-Service/Engineering Support
- Support First Article Acceptance Testing
- Initial Operational Capability (IOC)
- Four (4) Targets, Support Equipment, Tech Data,
Training, Spares
86Production Deployment Logistics Key Events
- Failure Analysis Board (FAB)
- Purpose Formally Assess System Reliability
- Structure Join Membership by key Govt
Contractor Personnel - Product Level Functions Represented
- Program Management
- System Engineering
- Logistics
- Adjudication by Govt Program Manager
- Suspected Failures will be initially documented
using EIRs, PQDRs and Target Performance
Reports, in accordance with OPNAVINST 8000.16 - Failure Reports and Board Meetings conducted
quarterly - Flow process established to achieved resolution
and consideration, if required
87Logistics Summary
- O to D Product Support Strategy
- SSAT Data, IDE
- SDD Key logistics Events PDR, CDR, TE, System
Requirements Verification, ILA - PD Key Logistics Events CLS to support First
Article Acceptance Testing, IOCs and after
Site Activation - FAB
88 89Questions
After Industry Day and follow on one-on-one
meetings, questions should be submitted to Mr.
Frank Fisher, NAVAIR Contract Specialist, at the
following e-mail address Francis.Fisher_at_navy.mil
90- Wrap-up
- CAPT Pat Buckley
- Program Manager
- Aerial Target and Decoy Systems
-