Performance work statement



Yüklə 142,34 Kb.
səhifə1/3
tarix02.11.2017
ölçüsü142,34 Kb.
#27482
  1   2   3

+

PERFORMANCE WORK STATEMENT
FOR
ICBM REACT LRU AND CCA REPAIR
28 SEP 2016

National Stock Number (NSN): Part Number (PN): Noun:
5998-01-357-5110AH 13575110; C003632-01 CCA

5998-01-428-7824AH 14287824; C006953-01 CCA

1430-01-359-5585AH C003635-04 Auxiliary Alarm Panel

5820-01-406-4219AH C003199-02 Matrix, Communication (VCP)

5998-01-407-1452AH C005642-06 CCA

5998-01-407-4301AH C004612-01 CCA

Prepared by:

ICBM Program Manager

414th Supply Chain Management Squadron

Hill AFB, UT 84056

(801) 777-9360
DISTRIBUTION STATEMENT D: Distribution authorized to Department of Defense and U.S. DOD contractors only for Export Control and administrative and operational use determined 01 MAR 2014. Refer other requests for this document to ICBM Program, 414 SCMS, 6031 Gum Lane, Bldg. 1227, Hill AFB, UT 84056-5826.
WARNING: This document contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C. 2751 et seq.) or the Export Administration Act of 1979, as amended, Title 50, U.S.C., App. 2401, et seq. Violation of these export-control laws is subject to severe criminal penalties. Dissemination of this document is controlled under DODD 5230.25.
DESTRUCTION NOTICE: For classified documents follow the procedures in DOD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM), Section 5-705, or DOD 5200.1-R, Information Security Program, Chapter 6. For unclassified documents destroy by any method that will prevent disclosure of contents or reconstruction of the document.

TABLE OF CONTENTS

Section1: Description of Service 3

Section 2: Service Summary                                          ____                      7

Section 3: General Information 8

Section 4: Counterfeit Prevention Program______________________________________10

Appendix A: Acronyms List 13

Attachment A: CAVAF SOW__________________________________________14

SECTION 1

1. DESCRIPTION OF SERVICES

1.1 Scope

The 414th Supply Chain Management Squadron has the requirement to repair Minuteman AM System, Weapon System Control Console (WSCC) LRUs and circuit card assemblies (CCAs).  The contractor shall furnish all facilities, test equipment, parts, material, data, and services that are required to receive, unpack, disassemble, inspect, repair as necessary, reassemble, clean, package, and ship the items.



Overview: Determine the cause of the damage and recommend repair. Perform final acceptance testing. Return the end-item in serviceable condition to the government. Recommend processes, improvements that will shorten the repair time and/or turn-around time. Prioritize the work to accomplish Mission Incomplete, Awaiting Parts items to repair and return to the government as soon as possible.

    1. Work Requirements: The Contractor shall have the experience, tooling, test equipment, facilities, knowledge, and data available to repair the LRUs and CCAs to serviceable condition. Be able to functionally test and fault isolate to identify the failed component or components needing replacement, and then return the end-item to serviceable condition. All parts, electronic components, or materials used shall be equivalent the original equipment specifications. In the event a deviation is required and/or the contractor desires to use a substitute part, a request will be submitted through the Administrative Contracting Office (ACO)/(Contracting Officer (CO) for approval by the cognizant Engineering Authority. If the contractor determines that the repair required is outside economical repair, the contractor shall deliver an itemized Tear-down Test & Evaluation report with a Bill of Materials (BOM) and labor hours required to the ACO and CO for approval prior to repairs being performed. The existing reliability and maintainability of the original performance shall not be degraded during this work effort. The repairable end-item shall not be modified to change the form, fit, or function.

      1. Disassembly: The Contractor shall disassemble each item to accomplish Tear-Down/Test/Evaluation (TTE); inspection, testing, repair, and fault isolation as required.

      2. Cleaning: The Contractor shall clean the end-items thoroughly prior to and after disassembly and maintain cleanliness during the repair effort.

      3. Inspection: The Contractor shall check the end-item for loose or missing parts, materials, and attaching hardware. Inspect electrical components for secure solder or mechanical connections and burnt or overheated components. Look for dents, punctures, bent pins, cracks, wrinkled, or misaligned conditions that may cause chafing. Visually inspect component parts, material, and attaching hardware to determine serviceability and conformance with industry standards and ensure compliance with the item specifications. Inspect structural parts for dents, punctures, cracks, oversized holes, evidence of chafing, and corrosion. Inspect all items for foreign objects. Any end-item which appears to have damage Beyond Economical Repair (BER) information will be reported to the Production Management Specialist, Program Manager, and Contracting Officer for determination on how to proceed. If Beyond Economical Repair (BER) please see 1.3.7.1 for further information.

      4. Repair/Assembly: The Contractor shall replace defective parts with components which meet the current specification for the end item, and re-assemble as necessary to meet original configuration. The Contractor shall repair or replace the protective finishes to the extent necessary to ensure serviceability and provide protection during use. The Contractor shall replace damaged marking, identification, and decals. The Contractor will inspect for loose or missing attaching hardware and replace unserviceable or missing connectors, fittings, clamps and screws etc. as necessary. The contractor will replace all damaged or unserviceable parts with approved parts as listed on the drawings. The Contractor shall inspect all hardware for serviceability and replace as needed. The Contractor shall inspect for corrosion and treat as required. Hardened parts, fabricated parts, and circuit cards are not part of the scope of the contract.

      5. Minor Repair: Replace all defective mechanical and electrical parts. Work includes the repair or replacement of damaged or missing parts.

      6. Major Repair: Repair all hardware and major assemblies to return to serviceability and conformance to specifications. Replace component parts as necessary.

      7. Overhaul: Repair all assets through fault isolation as needed to identify failures enabling a return to serviceability and compliance to item specifications. Replace component assemblies as required.



        1. BER: If an item is determined to be BER by the contractor due to unavailable subcomponents, obsolete, hard to procure, or long-lead time items; then the contractor has the authorization to document the TTE and BER information and submit that information to the DCMA POC. That item may then be returned to Air Force Supply in condition code “E”. The Air Force will send a different “F” condition asset to the contractor for repair if available.

        2. Cannibalization: The Government authorizes the Contractor to cannibalize parts from other LRU/CCA assets in order to successfully repair the required number of assets on the contract. Cannibalization efforts need to be outlined and determined by the contractor and can be done without the prior authorization of the Government and without submitting prior documentation. The Contractor will be required to document these cannibalization efforts via part number/stock number and or serial number so that the Government can track the changes for future repair efforts of the donor assets.

      8. Corrosion Control and Treatment: The Contractor shall accomplish corrosion control and treatment as required, and corrosion prevention and deterioration control in electronic components and assemblies IAW MIL-STD-1568.

      9. Finish: The Contractor shall repair or replace damaged protective finish to the extent necessary to ensure serviceability and provide protection during use and replace damaged marking, identification, and decals. The Contractor shall cover and seal all ports, vents, and electrical connections/plugs with suitable caps to prevent entry of foreign matter or damage during handling and shipment IAW MIL-STD-1568 Hexavalent Chromium (CR+6) shall be minimized IAW 48 CFR 223.73.

      10. Acceptance Testing: The Contractor shall perform an acceptance test in accordance with (IAW) the established Acceptance Testing Procedures (ATP) to assure serviceability prior to delivery to the Government.

    2. Data: The contractor shall provide to the following Data IAW DD Form 1423-1 (CDRL), A001-A009:

CDRL#

Description

DID # Paragraph

      1. A001

Commercial Asset visibility Air Force (CAVAF)/ End Item Reporting

DI-MGMT-81634C 1.3.7.3


      1. A002

Repairable Item Inspection Report

DI-ILSS-80386 1.3.4



      1. A003

Counterfeit Prevention Plan

DI-MISC-81832 4.0 – 4.11


      1. A004

Request for Variance

DI-SESS-80640D 1.3.4.2



      1. A005

Acceptance Test Report

DI-QCIC-80553A 1.3.10


      1. A006

Acceptance Test Plan

DI-QCIC-81891 1.3.10

      1. A007

Electrostatic Discharge (ESC) Control Program Plan

DI-RELI-80669A 1.7.1



      1. A008

Maintenance Data Collection record (MDCR)

DI-MISC-82003 3.5


      1. A009

Quality Deficiency Reports (QDR)

DI-QCIC-80736 1.8










    1. Packaging: The Contractor shall handle with care the containers, packaging, and material in which the Government Furnished Property is received. Reusable containers shall be stored for reuse. Configuration of the containers shall not be altered. Any packaging requiring repair shall be documented and submitted to the ACO/CO for review. Equipment received in non-compliant packaging (packed in substantial violation of standards established by item Special Packaging Instructions (SPI)) shall be reported to the PCO/ACO for determination of how to proceed (see section 1.6).

    2. Handling: All items shall be handled and packaged in accordance with applicable SPIs.

    3. Special Requirements: Parts or materials used shall be equal to, or exceed the original equipment requirement. In the event a deviation is required and/or the Contractor desires use of a substitute part, a request will be submitted through the Contracting Officer. The Contractor shall receive the assets to be repaired from Hill Air Force Base (HAFB), and return to the directed location upon completion. The preparation and packaging of the assets is the responsibility of the contractor and shall be in accordance with the SPI per individual NSN requirements. It is the responsibility of the contractor to identify and adhere to SPI requirements. If the Contractor has concerns per the SPI requirements, they shall contact the Procurement Officer for further direction/clarification within 30 days. The shipping costs for the Air Force Sustainment Center assets shall be paid for by the Government and should not be a part of the proposal effort.

      1. Electrostatic Discharge (ESD) Control Program: The Contractor shall submit an ESD plan to the Contracting Officer within 60 days for approval. The following specifications are for reference only.

        1. MIL-HDBK-263 Electrostatic Discharge Control Handbook for Protection of  Electrical and Electronic Parts, Assemblies and Equipment (Excluding Electrically initiated Explosive Devices)

        2. MIL-HDBK-781 Reliability Test Methods, Plans & Environment for Engineering development, Qualification, & Production.

        3. MIL-STD-1568 Materials and Processes for Corrosion Prevention and Control in Aerospace Weapon Systems

        4. T.O. 00-25-234, ESD: page 7-1, section 7

1.8 Quality Deficiency Reports (QDR): Any asset that fails to function upon first use by the Government, and which failure the Government suspects is due to quality of workmanship, level of overhaul, or quality of replacement parts used by the contracted repair source, shall be returned to the repair source for correction. This repair shall be accomplished at no additional cost to the Government if deemed by Defense Contract Management Agency (DCMA) to be the fault of the Contractor and will be delivered back to the Government under the terms of the original contract. The Contractor may dispute the Government determination of responsibility through the ACO to the PCO with DCMA providing evidence that the failure was not the fault of the Contractor. This measure will be accomplished by customer reported deficiencies in the form of product quality deficiency or material deficiency reports.

SECTION 2

2.0 Service Summary

The Contractor shall inform (via telephone or email) the Production Management Specialist (PMS), Program Manager (PM), and DCMA of problems encountered during the repair of any of the listed items via email.



Performance Objectives

LRU, CCA Items

Performance Threshold

Inspection

1.3.3

End-items shall be inspected and all defects identified

Repair

1.3.4

End-item is repaired

Acceptance Test

1.3.10

End-item passes all test procedures and be free of defects.


2.1 DCMA ACO Responsibilities:

2.1.1 Extend the delivery schedule as required.

2.1.1.1 DCMA will inspect and accept at source.

2.1.2 Approve all invoices for payments in Wide Area Work Flow (WAWF).

2.1.3 De-obligate excess funds if an asset is determined to be Beyond Economical Repair (BER).

2.1.4 The government is authorized to withhold a portion of the total contract price pursuant to clause ‘Technical Data - Withholding of Payment (MAR 2000)’ DFARS 252.277-7030 should the contractor fail to deliver data as required.

2.1.5 Repairable Item Inspection Report (RIIR) should be sent to buyer and engineer once approved and accepted.
2.2 Remedies for Non-Conformance - If inspections indicate unacceptable performance, DCMA will be contacted with notice of deficiencies for correction within 30 days. The Contractor shall be given an appropriate time frame (depending on the discrepancy identified) after notification to correct the unacceptable performance which is 30 days. If deficiencies are not corrected within the required time frame (time frame will be negotiated on case-by-case basis between Contractor and CO/DCMA) DCMA will notify the CO for action.

SECTION 3

3.1 General Information

3.2 Quality Control. In compliance with the Federal Acquisition Regulation (FAR) clause titled “Inspection of Services”, 52.246-4, the Contractor shall establish a Quality Control Program to ensure the requirements of this contract are provided as specified, an existing Quality Control Program may be used upon review. The Contracting Officer will notify the Contractor of acceptance or required modifications to the plan before the contract start date. The Contractor shall make appropriate modifications (at no additional costs to the Government) and obtain acceptance of the plan by the Contracting Officer before the start of the first operational performance period.

3.3 Quality Assurance. The Government will periodically evaluate the Contractor’s performance by appointing a Government representative(s) to monitor performance to ensure services are received. The Contractor shall make their facilities available for the Government representative who will evaluate the Contractor’s performance through intermittent on-site inspections of the contractor’s quality control program and receipt of complaints from base installation personnel. The Government may inspect each task as completed or increase the number of quality control inspections if deemed appropriate because of repeated failures discovered during quality control inspections or because of repeated customer complaints. Likewise, the Government may decrease the number of quality control inspections if merited by performance. The Government will also investigate complaints received from various customers located on the installation. The Contractor shall be responsible for initially validating customer complaints. However, the Government representative will make final determination of the validity of customer complaint(s) in cases of disagreement with customer(s).

3.4 Foreign Disclosure. Foreign Disclosure Restrictions do apply. These items contain critical technology and are export controlled. Distribution authorized to DoD and U.S. contractors only (Critical Technology).

3.5 Records. The Contractor shall be responsible for creating, securing, handling, maintaining, storing, and disposing of Government required records that are only specifically cited in this PWS. If requested by the Government, the Contractor shall provide the original record or a reproduced copy of any such record within five-working days of receipt of the request.

3.6 Environmental Controls. Compliance with Laws and Regulations. The Contractor shall be knowledgeable of and comply with all applicable Interstate, Federal, State, and Local laws, regulations, and requirements regarding environmental protection. In the event environmental laws/regulations change during the term of this contract, the contractor is required to comply as such laws come into effect.

3.7 Government Observations. Government personnel, other than the CO and DCMA may, with CO coordination, observe contractor operations. However, these personnel will not interfere with Contractor performance nor will they have the authority to make any changes to the contract.
3.8 Continuation of Essential DOD Contractor Services during Crisis. IAW DODI 1100.22 Policy and Procedures for Determining Workforce Mix IAW AFI 63-124, para 2.7.1, and this requirement is not considered mission essential.

3.9 Publications.

3.9.1 Compliance with all publications, regulations and operating instructions provided by the Government is required when:

3.9.1.1 They pertain to the procedures for materials expediting herein and where the contractor is authorized by the statement of work to accomplish the work specified in the publication, regulation or operating instruction(s).

3.9.1.2 The publications prescribe USAF policies, use of materials, procedures and processes applicable to the work requirements.

3.9.1.3 The contractor is required to acquire and work on the latest version of the publication.

3.10 Safety and Health

While performing work under this Contract the contractor shall comply with all applicable federal, state and local regulations regarding occupational safety and health. The Contractor shall notify the Government Representative (GR), within eight (8) hours of any damage to government property where the dollar value exceeds $500,000.00 and within two workdays, for any damage to Government property less than $500,000.00 during the execution of the contract.

Mishap notifications shall contain, as a minimum, the following information:

3.10.1 Contract, Contract Number, Name and Title of Person(s) Reporting

3.10.2 Date, Time and exact location of accident/incident

3.10.3 Brief Narrative of accident/incident (Events leading to accident/incident)

3.10.4 Cause of accident/incident, if known

3.10.5 Estimated cost of accident/incident (material and labor to repair/replace)

3.10.6 Nomenclature of equipment and personnel involved in accident/incident

3.10.7 Corrective actions (taken or proposed)

3.10.8 Other pertinent information

If requested by the designated GR, the Contractor shall immediately secure the mishap scene/damaged property and impound pertinent maintenance and training records, until released by the Procuring Safety Office.



Section 4

4.0 Counterfeit Prevention Plan (CPP). Contractors that supply electronic parts or systems that contain electronic parts shall establish policies and procedures to avoid, detect, mitigate, and provide prevention of counterfeit electronic parts, to prevent such parts from entering the USAF/DOD supply chain. These policies and procedures shall be documented in a CPP for submission and approval in accordance with Data Item Description (DID) DI-MISC-81832 Counterfeit Prevention Plan and accomplished for all specified contract items. DI-MISC-81832 is applicable to Parts, Material and Processes Selection (PMPS) associated with delivery of systems and assemblies to the USAF and DOD. The requirements established by DI-MISC-81832 also apply to electronics components procured in sustainment of such systems and assemblies. The requirements of the SAE-AS5553, Aerospace Standard, Counterfeit Electronics Parts; Avoidance, Detection, Mitigation, and Disposition shall also apply.

    1. At a minimum, the CPP shall address:

4.2 Applicability. The Contractor shall identify all business locations and programs to which the CPP applies. The CPP shall address materials, hardware, electronic parts, and procured assemblies.

    1. Definitions. The Contractor shall utilize definitions per SAE-AS5553 to ensure consistency. Any Contractor-derived definitions must be included in an appropriate CPP appendix or annex. (Ref. SAE-AS5553, paragraph 3, 3.1, 3.2, 3.3, appendix H)


    2. Yüklə 142,34 Kb.

      Dostları ilə paylaş:
  1   2   3




Verilənlər bazası müəlliflik hüququ ilə müdafiə olunur ©muhaz.org 2024
rəhbərliyinə müraciət

gir | qeydiyyatdan keç
    Ana səhifə


yükləyin