Upload
lammien
View
219
Download
1
Embed Size (px)
Citation preview
UNCLASSIFIED
STATEMENT OF WORK (SOW), PERFORMANCE BASED
B-2 Weapons Bay Door
24 September 2015
Prepared by:
424 SCMS/GUEA 3001 Staff Drive, 1AD294B
Tinker AFB, OK 73145
UNCLASSIFIED
TABLE OF CONTENTS 1.0 SECTION I – DESCRIPTION OF SERVICES/GENERAL INFORMATION. ................ 3
1.1 Purpose .............................................................................................................................3 1.2 Item Background ..............................................................................................................3 1.3 Scope ................................................................................................................................3 1.4 Reference Documents ......................................................................................................6 1.5 Period of Performance .....................................................................................................7 1.6 Delivery Schedule ............................................................................................................8 1.7 Expertise/Professional Services .......................................................................................8 1.8 Government Inspection and Acceptance of Deliverables ................................................8 1.9 Timeline ...........................................................................................................................8 1.10 Mission Essential Services ...............................................................................................9 1.11 Special Considerations .....................................................................................................9 1.12 Advisory & Assistance Services (A&AS)/Office Space. ..............................................10 1.13 Government Program Management ...............................................................................10 1.14 Government Contract Management ...............................................................................10 1.15 Safety Requirements ......................................................................................................10 1.16 Travel Requirements ......................................................................................................10
2.0 SECTION II – SERVICE SUMMARY ............................................................................ 11 2.1 Summary ........................................................................................................................11
3.0 SECTION III – GOVERNMENT-FURNISHED PROPERTY AND SERVICES .......... 12 3.1 Refer to Requisitioned Government Furnished Property Attachment 4 ........................12
ATTACHMENT 1, ACRONYM LIST ........................................................................................ 13 ATTACHMENT 2, SAMPLE CONTRACT CLOSURE LETTER............................................. 14 ATTACHMENT 3 – TDP Option Selection Worksheet .............................................................. 15 ATTACHMENT 4 - User Defined Metadata Attribute List ......................................................... 17
UNCLASSIFIED
1.0 SECTION I – DESCRIPTION OF SERVICES/GENERAL INFORMATION.
1.1 Purpose
The objective of this project is to regain buy and repair supportability of the B-2 Weapons Bay Door, Part Number: DAB3116B301-129, NSN 1560-01-444-9498, by achieving the four following objectives.
1.1.1 Develop and deliver a complete manufacturing technical data package (TDP). 1.1.2 Successful fabrication and delivery of Qty (1) prototype door. 1.1.3 Develop and deliver a full and complete build procedure, detailing the fabrication process. 1.1.4 Successful qualification through prototype test and test fit on aircraft. 1.2 Item Background
DAB3116B301-129 is the left-hand, outboard weapon bay door used on the B-2 aircraft, configured as ready to install. The door conceals the weapons in the left hand bomb bay. The door panel consists of graphite/epoxy carbon fiber layup applied to fiberglass and aramid honeycomb core material. The door is approximately rectangular in shape, measuring approximately 24 feet by 4 feet, with features and contour to reduce observable signature. The parts list for the door assembly includes sandwich composite structural panel, blade seals, hinges, rods, uplock fittings, fasteners, and all items necessary for aircraft rigging. A full parts list is provided for the end item. This item has not been built new since initial fielding; instead it has been upgraded and repaired. Air Force Supply Chain Management Wing cannot currently support the spares requirement, which resulted from irreparable damage to this door. To maintain B-2 aircraft operational readiness, a partnership with industry sought to achieve the objectives listed in Paragraph 1.1. The data package for this item is incomplete. Drawings owned by the USAF and are listed in the Reference Documents section of this work statement. However, process specifications are often proprietary to the Original Equipment Manufacturer (OEM), and cannot be released for competitive purposes. Last, some tooling and tooling drawings are available for the composite panel layup – as listed in the Reference Documents and Government Furnished Material (GFM) list. For the hardware needed to attach the door panel to the aircraft, (blade seals, hinges, rods, uplock fittings, etc.) no tooling or tool drawings are available.
1.3 Scope
This project is to gain new manufacture capability of B-2 Weapons Bay Door (Part Number: DAB3116B301-129 and NSN: 1560-01-444-9498FW). The Contractor may accomplish this task utilizing a partially complete technical data package provided by the USAF. The Contractor will review and solve obsolescence issues and provide
UNCLASSIFIED
engineering solutions for missing item and tooling data. The program will undergo design reviews at multiple stages, and seeks to not alter the existing form/fit/function of the described weapons bay doors. Unless constrained by obsolescence or other technical issues, altering configuration is undesirable as it would increase qualification requirements. Additionally, once this project is completed, the technical data and manufacturing procedures produced under this contract will be made available to support USAF organic repair.
1.3.1 The Contractor shall complete the following tasks for this effort. Unless otherwise
specified, all time spans given are in calendar days. The Contractor shall deliver a program management plan in accordance with CDRL A001, which shall include primary points of contact for technical and program management coordination. The Contractor shall conduct an Integrated Baseline Review in accordance with CDRL A007. The IBR shall assess the scope of the contract, evaluate the executability of the schedule and performance measurement baselines, review the CWBS to level four (4), and assess risks to the performance of schedule baselines. The Contractor shall complete an Integrated Master Schedule (IMS) IAW CDRL A009, and Contractor Work Breakdown Structure (CWBS) IAW CDRL A010. Prior approval by the government is required for changes to WBS structure and reporting level.
1.3.2 The Contractor shall analyze and reverse engineer the B-2 Weapons Bay Door based on
available technical data, documents, and physical access to the Weapons Bay Door when available.
1.3.3 The Contractor shall analyze the current Weapons Bay Door, and its detail/subassembly
items, for parts and material obsolescence and include logistically supportable replacement parts where obsolescence is found and/or where reliability, maintainability, and supportability can be improved. Obsolescence report provided IAW CDRL A006.
1.3.4 The Contractor shall conduct the following design reviews: Integrated Baseline Review
(IBR), Preliminary Design Review (PDR), Critical Design Review (CDR), and Functional Configuration Audit (FCA) in accordance with CDRL A007. Any changes to the existing configuration shall be presented to the Government for evaluation prior to implementation into the proposed design. The new design (reverse engineer or redesign) shall maintain the same Form, Fit, and Function (FFF) with the current B-2 Weapons Bay Door.
1.3.5 No changes to the Weapons Bay Door shall be incorporated that will require new or
additional field installation procedures, depot test procedures, or additional qualification, without approval from the Procurement Contractor Officer (PCO).
1.3.6 The contractor will host Technical Interchange Meetings (TIMs) on a monthly or as-
required basis to resolve technical issues. Monthly status reports, earned value management report and all other meeting reports/minutes shall be submitted per CDRL A003 and A004 Contractor’s Progress, Status, and Management Report. If other
UNCLASSIFIED
coordination is necessary, the Contractor shall request a meeting with Government Engineering, through the procurement contracting officer, to obtain clarifications on an as-needed basis. Any deviations from the Government provided engineering data shall be validated through engineering/scientific analysis, and shall be delivered to the Government as an addendum to the monthly status report CDRL A003.
1.3.7 The Contractor shall build tooling equivalent to the OEM drawing, when provided. Refer
to the Reference Documents section for provided tooling drawings. Where tooling drawings are not available, the Contractor shall develop the tooling required to produce the prototype unit and support on-going repair activity.
1.3.8 The Contractor shall develop and deliver a prototype asset along with a prototype test
report (PTR) to the Government for FFF test/verification/validation in the Next Higher Assembly (NHA) or end system IAW CDRL A006. The PTR shall compare the prototype with the technical data package using dimensional measurements, material properties, and non-destructive inspection methods. Additionally, the PTR shall contain documentation of subcontractor processes, material expiration dates, and cure cycle. The Government will perform a fit check on an aircraft using current AF Technical Order 1B-2A-2-52JG-30-1. Contractor shall resolve all issues that arise during the prototype fit check until all technical parameters/requirements are met IAW AF Technical Orders and scope of the project. Project success is defined as completion of PTR and fit check without a non-conformance. Unless there are unresolved security issues, the Contractor may witness or participate in the fit check at an aircraft facility.
1.3.9 The Contractor shall develop and deliver a Draft and Final Engineering Data Package
IAW CRDL A002, with full/unlimited data rights to the Government. The following elements shall be included in the data package. 1) a Level 3 (production level) engineering technical data package for Part Number: DAB3116B301-129, which may utilize Government provided drawings where applicable. 2) Specification Control Drawings, as needed, where original engineering specifications are obsolete, unusable, or not applicable. 3) 3D digital model with 2D drawings of all tooling created under this effort. 4) Manufacturing process sheets used in production. With delivery of final engineering technical data package, the Contractor shall provide a Data Transmittal Letter releasing the technical data package to the Government. Reference Attachment 3 and 4 for TDP Option Selection Worksheet.
1.3.10 The Contractor shall develop and deliver a test plan/procedure for the B-2 Weapons Bay
Door IAW any available depot test or OEM procedures and demonstrating Form, Fit, and Function operational capability within the NHA. Test plan shall be submitted IAW Test and Evaluation Program Plan (CDRL A005). Test Reports shall be submitted IAW Test/Inspection Report (CDRL A006).
All documents referenced within this section shall be submitted to the Government with
the following notification on the document’s coversheet:
UNCLASSIFIED
The following notification shall be shown on all subsequent pages within delivered documents (at the top or bottom of each page):
1.3.11 Contractor shall submit a Contract Closure Letter (CDRL A008) after all deliverables
have been accepted by the Government. This letter shall be submitted on vendor’s letterhead, and shall be delivered to the Procurement Contracting Officer (PCO). Attachment 2 shows a sample Contract Closure Letter with all of the required information.
1.4 Reference Documents Aircraft Rigging Tech Order 1B-2A-2-52JG-30-1 (Unclassified Portion) Parts List, DAB3116B301, Installation parts list for weapons bay door Parts List, DAB3116A302, Parts list for Left-Hand, Outboard weapons bay door Aircraft Loft Data, surface contour (provided on contract award) Bill of Materials DAB3116B301-129
Drawing Rev Title Drawing Rev Title
DAB3116A380 varies Hinge/Beam Assy 04A062 10 Bearing, Sleeve
DAB3116D311 varies Door Panel 03A073 08 Pin, Hi‐Lok
DAA3116A302 AAX Spacer 03A077 05 Pin, Hi‐Lok
DAA3116A351 J Center Alignment Fitting 03A136 8 Nut
WARNING: EXPORT CONTROLLED This document contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or the Export Administration Act of 1979 (Title 50, U.S.C., App. 2401 et seq), as amended. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25. DISTRIBUTION STATEMENT D. Distribution authorized to the Department of Defense and U.S. DoD Contractors only (Critical Technology) (date of document submission). Other requests shall be referred to 424 SCMS/GUEAA.
WARNING: EXPORT CONTROLLED Subject to distribution statement shown on face of this document.
UNCLASSIFIED
DAA3116A352 R Fitting Assembly 03A158 3 Washer
DAA3116A430 varies Bracket Assembly 03A186 02 Nut
03A070 03 Collar, Hi‐Lok 03A187 02 Nut
03A075 05 Pin, Hi‐Lok 03A217 4 Bolt, Shoulder
04A068 04 Bushing 04A067 5 Bushing
04A079 04 Bearing 09A106 2 Sleeve‐Crimp
DAA3116A353 E Spoiler Drive Fitting 09A135 5 Lanyard Kevlar
DAA3116D303 AD Tabbed Washer DAA3116A308 R Jumper Cable Assembly
DAA3116D384 P Bearing DAA3116D320 V Seal
DAA3116P003 C Roller Assembly DAA3116D431 E Bracket
DAB3116A363 F Handle Assembly DAB3116D320 F Seal
DAB3116A365 E Rod Assemly 03A063 09 Bolt
DAB3116A369 varies Fitting Assembly 03A137 3 Nut
DAA3116V001 C Loose Parts 03A153 3 Nut, Barrel
1.5 Period of Performance See contract for period of performance. Early completion and delivery is acceptable and
encouraged, but without additional monetary compensation/reward. Early and acceptable completion may be reflected favorably in Contract Performance Assessment Report (CPAR).
UNCLASSIFIED
1.6 Delivery Schedule
Paragraph Description CDRL Delivery Schedule Paragraph 1.3 Prototype N/A Per Contract Paragraph 1.3 Program Management Plan A001 30 days ARO Paragraph 1.3 Prototype Test Report A006 Established in Proposal Paragraph 1.3 Monthly Status Report A003 Within 5 days of month
conclusion Paragraph 1.3 Meeting Report/Minutes A004 Within 3 days of meeting Paragraph 1.3 Test Plan A005 Established in Proposal Paragraph 1.3 Draft TDP A002 Established in Proposal Paragraph 1.3 Final TDP A002 Established in Proposal Paragraph 1.3 Test Report A006 Established in Proposal Paragraph 1.3 Integrated Baseline Review A007 Per CDRL Paragraph 1.3 Contract Closure Letter A008 Conclusion of Contract Paragraph 1.3 Integrated Master Schedule A009 Per CDRL Paragraph 1.3 Contractor Work
Breakdown Structure A010 60 days ARO
1.7 Expertise/Professional Services
The Contractor shall furnish professional and technically qualified personnel to perform all assigned tasks. The Contractor shall provide total task management and supervision of Contractor personnel. The Contractor shall identify primary points of contact for technical and program management issues in the program management plan, CDRL A001.
1.8 Government Inspection and Acceptance of Deliverables
The Government Program Manager while functioning in his/her capacity as Contracting
Officer Representative (COR), in conjunction/coordination with local DCMA representative, will have the right to reject or require correction of any deficiencies found in deliverables. In the event of rejection of any deliverable, the Government may notify the Contractor in writing via the PCO the specific reasons why the deliverable was rejected. The Contractor shall have 30 workdays to correct the rejected deliverable and resubmit to the Government Program Manager for re-inspection. If no comments are provided within 30 calendar days of deliverable receipt, the deliverable will be deemed to have been accepted by the Government.
1.9 Timeline Refer to CDRL’s, the SOW, and the contract for timeline of deliverables.
UNCLASSIFIED
1.10 Mission Essential Services N/A. 1.11 Special Considerations 1.11.1 Contractor personnel shall only share documentation, data, or reports generated by or
through use of Government systems to parties specified in the contract. All other requests for information shall be forwarded to 424 SCMS/GUEA, Tinker AFB, OK, or 424 SCMS/GUMF, Tinker AFB, OK. The Contractor shall not divulge any information regarding files, data, processing activities/functions, user ID's, passwords, or other knowledge that may be gained, to anyone who is not authorized to have access to such information. Contractor personnel shall abide by all Government security protocols, procedures, and standard of conduct. Contractors requiring access to Government Automated Information Systems (AIS) shall have background investigations and security awareness training completed, after task order award but prior to AIS access. When the period of performance is complete and/or Contractor personnel leave work on this project they will have 5 business days to terminate all their network user account and to return all access cards and base identification badges and notify the contracting officer.
1.11.2 The structural design of this item is UNCLASSIFIED, however, for Contractor to
participate in the fit check a security clearance is required. A security clearance of SECRET with Special Access Requirement is required for all personnel having access to the aircraft. A DD Form 254 will be submitted for persons requiring access.
1.11.3 Deleted 1.11.4 Deleted 1.11.5 Access to Government facilities is limited. Therefore, the Contractor shall coordinate
required access/usage times and dates through 424 SCMS/GUEAA at least ten business days prior to the need date. Control of the facilities shall remain with the Government.
1.11.6 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.
1.11.7 Emergency Procedures: Contractor employees may follow the direction of Government
employees in regards to emergency procedures, i.e., fire, tornado, active shooter, bomb threats. It is the responsibility of the Contractor to provide guidance and establish procedures for responding to an emergency for their employees. It is the Contractor’s responsibility to account for their employees following an emergency evacuation.
UNCLASSIFIED
Contractor personnel shall participate with Government personnel in all emergency response drills at no additional cost to the Government.
1.12 Advisory & Assistance Services (A&AS)/Office Space.
N/A. 1.13 Government Program Management 424 SCMS/GUEAA will provide the Government Program Manager for this Task Order.
The Government Program Manager will provide the Contractor access to all technical data required to perform approved tasking that is available and releasable. Only the Government Program Manager while functioning in his/her capacity as COR, in conjunction/coordination with local DCMA representative has authority to review and approve contract deliverables (see paragraph 1.8). All communications with the Government Program Manager shall be made via the PCO.
1.14 Government Contract Management
Responsibility for contracting activities rests solely with the Government Contracting
Officer. No conversation, recommendations, or direction, whether given directly by, or implied by Government personnel, that will affect the scope, schedule, or price of the program covered by this SOW, shall be acted upon by the Contractor unless specifically approved by the Government Contracting Officer.
1.15 Safety Requirements 1.15.1 The Contractor shall comply with all safety provisions, e.g., technical specifications,
technical publications, Federal Occupational Safety and Health Standards (Title 29 CFR. Part 1910). If there is no applicable Occupational Safety and Health Administration (OSHA) standard, use other applicable nationally recognized sources of safety, health, and fire prevention standards referenced in the work requirements of this contract.
1.16 Travel Requirements When travelling is required, it will be IAW the Federal Travel Regulation (FTR) and the
Federal Acquisition Regulation, where applicable. Contractor is not authorized to travel in support of the project without the necessary funds being available and approval from the Government is required. Contractor travel may be requested to support the Fit Check and Configuration Audits.
1.17 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
UNCLASSIFIED
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.
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.
2.0 SECTION II – SERVICE SUMMARY
2.1 Summary
The Contractor service requirements are summarized into performance requirements. The performance threshold describes the minimum acceptable levels of service for each requirement. The absence of contract requirements from the service summary does not detract from its enforceability nor limit the rights or remedies of the Government under any methods contained in the Quality Assurance Surveillance Plan (QASP) to evaluate the Contractor’s performance for the performance objectives listed below. In the event the performance requirement is not met, the Contractor will be given a reasonable time after notification to correct the unacceptable performance, if such correction is possible. The Contractor shall immediately take corrective action IAW the performance threshold(s). In cases where the Contractor fails to implement corrective action, the PCO will take appropriate measures.
Performance Requirement Paragraph Performance Requirement Threshold Delivery of Prototype and Prototype
Test Report 1.3 PTR results 100% successful prior to
contract close out, unless non-compliance waived by PCO. Fit check of prototype door, following delivery of PTR, must
meet installation requirements. Delivery of Program Management Plan 1.3 No later than 5 days after due date.
Delivery of Monthly Status Report 1.3 No later than 5 days after due date. Delivery of Meeting Report/Minute 1.3 No later than 5 days after due date.
UNCLASSIFIED
Delivery of Test Plan 1.3 No later than 5 days after due date. Delivery of Draft TDP 1.3 No later than 5 days after due date. Delivery of Final TDP 1.3 No later than 5 days after due date. Delivery of Test Report 1.3 No later than 5 days after due date.
Delivery of Draft Overhaul Procedures 1.3 No later than 5 days after due date. Delivery of Final Overhaul Procedures 1.3 No later than 5 days after due date.
Delivery of Contract Closure Letter 1.3 No later than 5 days after due date. Delivery if Integrated Master Schedule 1.3 No later than 5 days after due date.
Delivery of Contractor WBS 1.3 No later than 5 days after due date.
3.0 SECTION III – GOVERNMENT-FURNISHED PROPERTY AND SERVICES
3.1 Refer to Requisitioned Government Furnished Property Attachment B
All products developed under this contract shall be considered Government work and shall have no license encumbrances. All Government Furnished Equipment (GFE) and Government Furnished Material (GFM) shall be returned to the Government upon completion of this contract. When returning the GFE, the Contractor shall contact the PCO for specific shipping instructions.
With PCO approval, the Contractor shall destroy any drawings or data (by shredding or other suitable method that prevents possible reconstruction) provided by the Government within 90 business days of the conclusion of the contract. The Contractor shall protect Government property to prevent damage during the period of time the property is in the possession of the Contractor. The Contractor shall report promptly to the Administrative Contracting Officer (ACO) all available facts relating to each instance of damage to Government property.
UNCLASSIFIED
ATTACHMENT 1, ACRONYM LIST
A & AS Advisory and Assistance Services ACO Administrative Contracting Officer AFARS Air Force Federal Acquisition Regulations AFI Air Force Instruction AIS Automated Information System ARO After Receipt of Order BLK Block CD Compact Disk CDRLS Contract Data Requirements Lists CFR Code Federal Regulation DACA Days After Contract Award DD Department of Defense DID Data Item Description DOD Department of Defense DODI Department of Defense Instruction FAST Flexible Acquisition Sustainment Tool FFF Form, Fit, Function GFE Government Furnished Equipment GFM Government Furnished Material GFS Government Furnished Software IAW In Accordance With JTR Joint Travel Regulations LAN Local Area Network MIPR Military Interdepartmental Purchase Request NSN National Stock Number NO Number OSHA Occupational Safety and Health Administration PARA Paragraph PCO Procurement Contracting Officer P/N Part Number PMP Program Management Plan PR Purchase Request PTR Prototype Test Report PWS Performance Work Statement SEC Section SLEP Service Life Extension Program SOW Statement of Work SS Services Summary TDP Technical Data Package QAP Quality Assurance Personnel QTY Quantity USC United States Code
UNCLASSIFIED
ATTACHMENT 2, SAMPLE CONTRACT CLOSURE LETTER
ABC Systems Engineering Services, Inc. 123 Main Street Springfield, OK 76802 02JAN2011 [Include date Contract Closure Letter is submitted]
Contract Closure Letter for: Contract Number: FAxxxx-11-xxxx [Include Contract Number from front of contract] CAGE: 1ABC2 [Include vendor’s CAGE code] CSAG Project Number: 1234 [Contact PCO for this number] This letter certifies that the deliverables for the above referenced contract have been delivered per the requirements of this contract, and that ABC Systems Engineering Services has fulfilled all contractual obligations. The table below lists all deliverables received by the Government: [List all deliverables] CDRL Description Date Delivered A001 Program Plan 15DEC2011 A002 Monthly Status Report – JAN2012 05JAN2012 A002 Monthly Status Report – FEB2012 05FEB2012 A002 Monthly Status Report – MAR2012 05MAR2012 A003 PDR Meeting Minutes 15JAN2012 A004 Test Plan 17MAR2012 A005 Prototype 10MAR2012 etc. Any questions regarding these deliverables should be directed towards:
John Smith Engineering Manager (918)987-6543 ext. 210 [email protected]
Respectfully Submitted, John Albert - President
UNCLASSIFIED
ATTACHMENT 3 – TDP Option Selection Worksheet
TDP OPTION SELECTION WORKSHEET
SYSTEM: B-2 Weapons Bay Door DATE PREPARED: 15 Oct 2015 A. CONTRACT NO. FD20301600486
B. EXHIBIT/ATTACHMENT NO.TBD
C. CLINTBD
D. CDRL DATA ITEM NO(s)
CDRL A002
1. TDP LIFECYCLE LEVEL (CHOOSE ONLY ONE PER WORKSHEET) Note: The level selected must coincide with the requirements of the elements selected in Block 5.
A. ☐CONCEPTUAL LEVEL
☐DEVELOPMENTAL LEVEL
☒PRODUCTION LEVEL
B. REMARKS:
2. DELIVERABLE DATA PRODUCTS (X ALL THAT APPLY AND COMPLETE AS APPLICABLE)
TYPE FORMAT A. ☐ 2D DRAWINGS ☐ NATIVE CAD ☐ ISO 32000 PDF ☐ HARD
COPY ☐ OTHER FORMAT (SPECIFY)_________________________________
B. 3D MODELS:
☐ 3D Digital MODELS ONLY
☒ 3D Digital MODELS
W/ ASSOCIATED 2D
DRAWINGS
☐ NATIVE CAD (Specify level of
annotation)___________________________ ☐ MODEL ORGANIZATION SCHEMA (Specify Appendix B or
other)_______ ☐ NEUTRAL FORMAT (SPECIFY, e.g., ISO 10303
APxxx)____________________ ☒ OTHER FORMAT: 2D Dawings in DXF, 3D model in IGES or STEP
C. ☒ METADATA (Specify in Section 9)
☐ ASCII TEXT-PIPE DELIMITED ☐ ISO 10303 (SPECIFY, e.g.,
APxxx & DEX) ____ ☒ JEDMICS (DLF) ☐ OTHER FORMAT (SPECIFY)_
D. ☒ ASSOCIATED LISTS (See Sect 7)
☐ NATIVE FORMAT ☐ ISO 32000 PDF ☐ HARD COPY ☒ OTHER FORMAT (SPECIFY)_Refer to Section 7(As Applicable)__
E. ☒SUPPLEMENTAL TECHNICAL DATA (Specify in Section 9)
NATIVE___________________________________________________ NEUTRAL (SPECIFY e.g., STEP AP238, 240, DEX, Other)___________________________________ OTHER (SPECIFY e.g., PDF)_Manufacturing Process Sheets in PDF__
3. CAGE CODE & DOCUMENT A. ☒ CONTRACTOR CAGE & DOCUMENT NUMBERS
UNCLASSIFIED
NUMBERS ☐ GOVERNMENT CAGE (COMPLETE 3B, 3C, and 3D)
B. USE CAGE CODE:
TBD C. USE DOCUMENT NUMBERS:
TBD D. TO BE ASSIGNED BY:
TBD 4. DRAWING FORMATS (X ONE AND COMPLETE AS APPLICABLE)
☒ CONTRACTOR FORMAT ☐ GOVERNMENT FORMAT REMARKS:____________________________________________________________________________ 5. TDP ELEMENTS AND ASSOCIATED DATA REQUIRED (X ALL THAT APPLY)
☐ CONCEPTUAL DESIGN DRAWINGS/MODELS
☐ DEVELOPMENTAL DESIGN DRAWINGS/MODELS AND ASSOCIATED LISTS
☒ PRODUCT DRAWINGS/MODELS AND ASSOCIATED LISTS
☒ SPECIAL INSPECTION EQUIPMENT (SIE) DRAWINGS, MODELS AND ASSOCIATED LISTS
☒ SPECIAL TOOLING (ST) DRAWINGS, MODELS AND ASSOCIATED LISTS
☐ SPECIAL PACKAGING INSTRUCTIONS (SPI) DRAWINGS, MODELS AND ASSOCIATED LISTS
☒ SPECIFICATIONS AND/OR STANDARDS (SPECIFY)_(As applicable, example‐curing)__________
☐ SOFTWARE DOCUMENTATION (SPECIFY)______________________________________________
☐ QUALITY ASSURANCE PROVISIONS (QAP) (SPECIFY)_____
☒ METADATA (SPECIFY)_Per JEDMICS format requirements_________________
☒ SUPPLEMENTARY TECHNICAL DATA (SPECIFY)
_________________________________________
6. TDP DATA MANAGEMENT PRODUCTS
☒ SOURCE CONTROL DRAWING (SOCD) APPROVAL REQUEST
☒ DRAWING NUMBER ASSIGNMENT REPORT
☒ PROPOSED CRITICAL MANUFACTURING PROCESS DESCRIPTION (If changed or OEM Proprietary)
7. ASSOCIATED LISTS (X AND COMPLETE AS APPLICABLE)
A. PARTS LISTS (X ONE) ☐ (1) INTEGRAL ☐ (2) SEPARATE
☒ (3) CONTRACTOR SELECT
B. DATA LISTS ☐ REQUIRED (Specify Levels of Assy)______________________________
C. INDEX LISTS ☐ REQUIRED (Specify Levels of Assy)______________________________
D. WIRING LISTS ☐ REQUIRED (Specify Levels of Assy)______________________________
E. APPLICATION LISTS ☐ (1) INTEGRAL ☐ (2) SEPARATE
☐ (3) CONTRACTOR SELECT
UNCLASSIFIED
F. OTHER ☒ REQUIRED (Specify)_Indentured BOM containing all metadata in Appendix
B________ 8. APPLICABILITY OF STANDARDS. THE FOLLOWING STANDARDS APPLY: (X AS APPLICABLE)
☒ ASME Y14.100 ENGINEERING DRAWING PRACTICES WITH APPENDICES:
☐ B ☐ C ☐ D ☐ E
☒ ASME Y14.24 TYPES AND APPLICATIONS OF
ENGINEERING DRAWINGS ☐ ASME Y14.34 ASSOCIATED LIST ☒ ASME Y14.35M REVISION OF ENGINEERING
DRAWINGS AND ASSOCIATED LIST ☐ ASME Y14.41 DIGITAL PRODUCT DEFINITION
DATA PRACTICES ☒ ASME Y14.5 DIMENSIONING AND
TOLERANCING
☐ OTHER STANDARDS
APPLY AS DESCRIBED:
COMPANY STANDARDS PERMITTED
☒ YES ☐ NO
9. OTHER TAILORING (ATTACH ADDITIONAL SHEETS AS NECESSARY)
ATTACHMENT 4 - User Defined Metadata Attribute List
The following part, assembly, and product structure user-defined metadata attributes shall be permanently incorporated into delivered JLTV Production Technical CAD Data (content items) using the naming conventions listed in the table below. Notes:
a. Metadata shall follow the following calendar date convention: yyyy-mm-dd (year-month-day).
b. Marking Requirements - All technical data delivered as part of this CDRL submission shall have affixed the appropriate distribution statement, appropriate data rights legend, and export control warning.
*Parameter value will be added after approval.
** Parameters are 'REQ' when relevant. *** "PRELIMINARY" value is required for initial delivery. "PRELIMINARY" will be taken off at time of release.
UNCLASSIFIED
USAF – 448 SCMS REQUIRED MINIMUM PARAMETERS IN CAD PARTS AND ASSEMBLIES
Line #
PARAMETER NAME
TYPE
PARAMETER DESCRIPTION
FORMAT EXAMPLE
POPULATE PARAMETERS FOR INITIAL DELIVERY (REQ=REQUIRED)
PLM SEARCHABLE
(DESIGNATED)?
1 AGENCY String Agency or service US ARMY REQ Yes
2 CAD_FORMAT_TYPE String CAD system used, version and release WILDFIRE 5 M040 REQ Yes
3
CAGE_CODE
String
Original Design Activity CAGE code‐The activity originally authorizing/creating the design. For TACOM Army Ordnance Part Numbers, use 19207; commercial designs use original design manufacturer CAGE corresponding to the original design manufacturer’s part number in parameter name PART_NUMBER
19207
REQ
Yes
4 CENTER_OF_GRAVITY String Calculated center of gravity of a part or assembly X, Y, Z = 3, 4, 6 REQ No
5 CHECKER_NAME String Person that checked the original drawing J. DOE REQ No
6 CONTRACT_NUMBER String Contract # under which technical data is being delivered W31P4Q‐11‐R‐0043 REQ Yes
7 CRITICAL_SAFETY_ITEM Yes No Part Criticality to System Operation YES REQ Yes
8
DATA_RIGHTS_CODE
String
Data rights concern the ability to modify, reproduce, perform, display,
release, or disclose recorded information.
U ‐ Unlimited Rights. All uses for all purposes, Government and
Commercial.
G ‐ Government Purpose Rights. All uses, but only for Government
purposes.
L ‐ Limited. Internal Government use for Government purpose with very
little else authorized.
R ‐ Restricted Rights. Internal Government use for Government purpose
with very little else authorized.
SB ‐ Small Business Innovative Research (SBIR). A special catch‐all category
(SBIR Rights) and alters the normal use of some of the other legends. When
dealing with a SBIR contract, the SBIR data rights clause must be applied.
SL ‐ Special License Rights. As specified by the negotiated contract terms.
Often used to alter the default rights under the clauses or agree to an
apportionment of rights which does not fit neatly into the default
categories.
U
REQ
Yes
*Parameter value will be added after approval.
** Parameters are 'REQ' when relevant. *** "PRELIMINARY" value is required for initial delivery. "PRELIMINARY" will be taken off at time of release.
UNCLASSIFIED
Line #
PARAMETER NAME
TYPE
PARAMETER DESCRIPTION
FORMAT EXAMPLE
POPULATE PARAMETERS FOR INITIAL DELIVERY (REQ=REQUIRED)
PLM SEARCHABLE
(DESIGNATED)?
9
DESIGN_ACTIVITY
String Design activity
TANK AUTOMOTIVE & ARMAMENTS COMMAND
REQ Yes
10
DESIGN_ACTIVITY_LOCATION
String Design activity city, state and zip code WARREN, MICHIGAN
48397‐5000REQ Yes
11 DESIGN_APPROVAL_NAME String Government approver name for engineering design J. DOE *REQ Yes
12
DESIGN_CONTRACTOR
String
Contractor/Agency/Office physically creating drawings and models for the original design activity (optional with commercial data; mandatory with Government funded noncommercial or mixed funded product data)
STEWART & STEVENSON SERVICES, SEALY TEXAS
U.S.A.
REQ
Yes
13
DISTRIBUTION_CODE
String
Technical Distribution Statement Code (DoDD 5230.24)
A (Approved for public release; distribution is unlimited) B (Distribution authorized to U.S. Government Agencies only) C (Distribution authorized to U.S. Government Agencies and their contractors) D (Distribution authorized to the Department of Defense and U.S. DoD
contractors only) E (Distribution authorized to DoD Components only) F (Further dissemination only as directed) X (Distribution authorized to U.S. Government Agencies and private individuals or enterprises eligible to obtain export‐controlled technical data)
D
REQ
Yes
*Parameter value will be added after approval.
** Parameters are 'REQ' when relevant. *** "PRELIMINARY" value is required for initial delivery. "PRELIMINARY" will be taken off at time of release.
UNCLASSIFIED
Line #
PARAMETER NAME
TYPE
PARAMETER DESCRIPTION
FORMAT EXAMPLE
POPULATE PARAMETERS FOR INITIAL DELIVERY (REQ=REQUIRED)
PLM SEARCHABLE
(DESIGNATED)?
14
DOCUMENT_TYPE
String
Type of item being defined in accordance with doc types listed below CD (Computer Aided Design (CAD) Document) D1 (Altered Item) D7 (Stable Base: Master Pattern) DA (Interface Control) DC (Installation) DD (Inspection) DE (Inspection Equipment & Maintenance) DG (Envelope) DI (Instruction) DN (Rework) DO (All Kits) DP (Product) DV (On vehicle Equipment/ Basic Issue Item) DX (Source Control) DZ (Vendor Item Control)
ED (List of Equipment ‐ Depot Installed) EM (List of Equipment ‐ Manufacturer Installed) ET (List of Equipment‐Troops Installed) IM (Inspection Manual/Standard) PD (Packaging Data Sheet) PE (Per/Detail Design/Purchase Description) QF (Final Inspection Record) QP (Inspection Equipment Supply List) QS (Supplemental QA Provision) SC (Schematic)
DP
REQ
Yes
15 DRAWING_APPROVAL_NAME String Government approver name of drawing. J. DOE *REQ Yes
16 DRAWING_DATE String Date original drawing created 12/4/2013 REQ No
17 DRAWING_NUMBER String Drawing number the part/assembly is defined on 12414568 REQ Yes
18 DRAWN_BY String Person who created original drawing J. DOE REQ No
19 ENGINEER_NAME_1 String Primary design engineer J. DOE REQ No
20 ENGINEER_NAME_2 String Secondary design engineer J. DOE No
21 ERR_ECP_APPROVAL String Government approving official of latest ECP J. DOE **REQ No
22 ERR_ECP_DATE String Date current revision was released 12/9/2020 **REQ No
23
ERR_ECP_NUMBER
String
Approved Engineering Change Proposal (ECP), Change Request or Change Order, Change Notice, or Engineering Release Record (ERR) authorizing initial release or new revision. (For Level 3 product data the three‐character contractor name prefix as assigned by the government followed by the 5 alpha‐numeric characters the Contractor assigns from the Government‐issued block of ECP/ERR numbers.) ERR number required for level 3 product data at initial Product Baseline and beyond; ECP or contractor’s change documentation number required for tech data prior to Product Baseline. (if assigned, otherwise put “NA”)
TACV1234
**REQ
No
*Parameter value will be added after approval.
** Parameters are 'REQ' when relevant. *** "PRELIMINARY" value is required for initial delivery. "PRELIMINARY" will be taken off at time of release.
UNCLASSIFIED
Line #
PARAMETER NAME
TYPE
PARAMETER DESCRIPTION
FORMAT EXAMPLE
POPULATE PARAMETERS FOR INITIAL DELIVERY (REQ=REQUIRED)
PLM SEARCHABLE
(DESIGNATED)?
24 EXPORT_CONTROL Yes No Controlled by International Traffic in Arms Regulation YES REQ Yes
25 MATERIAL_ENGINEER String Person who approved material for design J. DOE REQ No
26 MATERIAL_TYPE String Material type used for part or assembly STEEL REQ No
27 MATL_CLASS String Classification of material used in part or assembly (e.g., metal, ceramic, composite)
METAL REQ No
28 MATL_GRADE String Grade of material used in part or assembly
AISI 1020 CARBON STEEL REQ No
29 MATL_HEAT_TREAT String Description of heat treatment used on material in part or assembly PRECIPITATION
HARDENED **REQ No
30 MATL_SURF_TREAT String
Description of surface treatment used on material in part or assembly ANNODIZED **REQ No
31 MATL_UNS_NO String Unified Numbering System designation of material used in part or assembly G10200 **REQ No
32
MODEL_REV
String Only alpha revisions following ASME Y 14.35M revision standard allowed after Product Baseline release for production Product Data.
C REQ Yes
33 MODELER_NAME_1 String Primary Pro/E modeler J. DOE REQ No
34 N/A
35 NEXT_ASSY_1 String First next higher assy part no. (shall match USED_ON_1 above) 12419847 REQ No
36 NEXT_ASSY_2 String Second next higher assy part no. 12586793 No
37 NEXT_ASSY_3 String Third next higher assy part no. 12957485 No
38 NEXT_ASSY_4 String Fourth next higher assy part no. 12456873 No
39 NEXT_ASSY_5 String Fifth next higher assy part no. 12213484 No
40 NEXT_ASSY_6 String Sixth next higher assy part no. 12436875 No
41 NEXT_ASSY_7 String Seventh next higher assy part no. 12435623 No
42 NEXT_ASSY_8 String Eighth next higher assy part no. 12986458 No
43
NOMENCLATURE
String Drawing name. It can be a combination of the three nomenclature lines or represents only the first line.
BODY ASSEMBLY, CARGO, MTV LWB
REQ Yes
44 NOMENCLATURE_1 String First line of drawing nomenclature BODY ASSEMBLY, No
45 NOMENCLATURE_2 String Second line of drawing nomenclature CARGO, MTV LWB No
46 NOMENCLATURE_3 String Third line of drawing nomenclature No
47 PART_NUMBER String Item part number 12423205 REQ Yes
Line #
PARAMETER NAME
TYPE
PARAMETER DESCRIPTION
FORMAT EXAMPLE
POPULATE PARAMETERS FOR INITIAL DELIVERY (REQ=REQUIRED)
PLM SEARCHABLE
(DESIGNATED)?
48 PMIC String Precious Metal Indicator Code A No
49 QA_ENGINEER_NAME String Quality assurance engineer J. DOE REQ No
50
REMARKS String Remarks PRELIMINARY ***REQ No
51 SPEC_NUMBER String Spec number MIL‐STD‐105 No
52 TOLERANCE_1_PLACE String Default tolerance if indicated on drawing 0.1 REQ No
53 TOLERANCE_2_PLACE String Default tolerance if indicated on drawing 0.03 REQ No
54 TOLERANCE_3_PLACE String Default tolerance if indicated on drawing 0.002 REQ No
55 TOLERANCE_ANG String Default tolerance if indicated on drawing 1 REQ No
56 UID_MARKABLE
Yes No
In accordance with contract requirements, indicate if part requires
Unique Identification (UID) marking
YES REQ Yes
57 UNIT_WEIGHT Real Number Mass value 1.25 REQ No
58 USED_ON_1 String First used on item M270A1 REQ No
59 USED_ON_2 String Second used on item No
60 USED_ON_3 String Third used on item No
61 USED_ON_4 String Fourth used on item No
62 USED_ON_5 String Fifth used on item No
63 USED_ON_6 String Sixth used on item No
64 USED_ON_7 String Seventh used on item No
65 USED_ON_8 String Eighth used on item No
66 WEIGHT_UNIT String Automatically filled out ‐ toolkit application lb REQ No