AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

Size: px
Start display at page:

Download "AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT"

Transcription

1 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES J AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(If applicable) 28-Jul ISSUED BY CODE W911QY 7. ADMINISTERED BY (If other than item 6) CODE W6QK ACC-APG NATICK CONTRACTING DIVISION BLDG 1 GENERAL GREENE AVENUE NATICK MA See Item 6 8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) X 9A. AMENDMENT OF SOLICITATION NO. W911QY-17-R-0023 X 9B. DATED (SEE ITEM 11) 06-Jul A. MOD. OF CONTRACT/ORDER NO. CODE 10B. DATED (SEE ITEM 13) FACILITY CODE 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS X The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offer is extended, X is not extended. Offer must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of the following methods: (a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR (B). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor is not, is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The reason for this amendment is: 1. Update Section C & C Update Section M Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) TEL: 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED (Signature of person authorized to sign) EXCEPTION TO SF 30 APPROVED BY OIRM BY (Signature of Contracting Officer) 28-Jul-2017 STANDARD FORM 30 (Rev ) Prescribed by GSA FAR (48 CFR)

2 Page 2 of 22 SECTION SF 30 BLOCK 14 CONTINUATION PAGE SUMMARY OF CHANGES SECTION C - DESCRIPTIONS AND SPECIFICATIONS The following have been modified: STATEMENT OF WORK C. DESCRIPTIONS AND SPECIFICATIONS for ULCANS Increment I C.1. GENERAL REQUIREMENTS C.1.1. Scope: This Statement of Work (SOW) describes the design, test, fabrication, schedule, performance requirements, and deliverables required for the ULCANS Increment I effort. C.1.2. Technical: The ULCANS Increment I is being developed as a replacement to the legacy ULCANS camouflage system. ULCANS Increment I is a multi-spectral camouflage system that is quickly and easily erected and disassembled by dismounted personnel to conceal stationary vehicles, weapons systems, and equipment. ULCANS Increment I is applied to all vehicles and systems in the operational force and conceals them from detection by the enemy. ULCANS Increment I is employed throughout entire operational themes from peacetime military engagement to major combat operations, and provides U.S. forces the ability to quickly employ camouflage, rapidly respond to changing tactical situations, and reduce battlefield signatures. Military forces operating in all types of environments and terrain, across the full spectrum of military operations (i.e., operations at the operational and tactical levels including offensive/defensive operations before, during and after hostilities) require capabilities to camouflage equipment and critical fixed facilities for force protection that enhance assault and tactical flexibility. The complete technical performance requirements and specifications for the ULCANS Increment I system are located in Attachment B-1, PRF C.1.3. Contract Outline and Sequence of Events: The contractor will be provided with non-proprietary data and hardware resulting from the developmental work accomplished to date by the government. This may include solid models, drawings, test reports, prototype screens, support system, and packaging. See Section H for specifics of Government Furnished Equipment (GFE) and Government Furnished Information (GFI). This provides the contractor with the preliminary system designs, but ultimately, the contractor shall be responsible for designing and fabricating ULCANS Increment I systems that meet all of the requirements of this contract and the performance specification (Attachment B-1, PRF 32575). C For the purposes of this contract, the ULCANS Increment I System will be defined as all the parts and pieces that make up a fully functional ULCANS Increment I with all Components of the End Item (COEI) and Basic Issue Items (BII). The ULCANS Increment I System will include Screens, Support System (e.g. poles, stakes, shape disrupters, adapters), Screen Bag, Pole Bag, Stake Bag, and Repair Kit. C This overall developmental effort will consist of two phases. The first phase will be the completion of the design of the three sub-systems: 1) Screens, 2) Support System, and 3) Packaging. All three subsystems will be interoperable even if provided by different subcontractors. After successful completion of the Preliminary Design Review (PDR) (C.4.2.1), the contractor will be given approval to proceed with fabrication of the prototypes. Once government approval is granted, the contractor shall proceed to fabricate the Prototype ULCANS Increment I Systems as specified in the Delivery Order (DO). C The ULCANS variants to be covered by this contract shall be of the following types and classes as specified:

3 Page 3 of 22 Type I General Purpose, Radar Scattering Class 1 Light Woodland and Dark Woodland Reversible; Class 2 Desert and Urban Reversible; Class 3 Snow and Alpine Reversible; Type II General Purpose, Radar Transparent Class 1 Light Woodland and Dark Woodland Reversible; Class 2 Desert and Urban Reversible; Class 3 Snow and Alpine Reversible; C The contractor shall design and fabricate up to 24 prototypes (across all types and classes) for the competitive prototyping phase. Additional developmental prototypes, if ordered, will be ordered at quantities and prices specified in the DO. The contractor shall complete the ULCANS developmental prototype systems and deliver them to the government for evaluation in the Competitive Prototyping Phase. The Competitive Prototype Testing will be held at a government run test facility and will allow for rapid, iterative development of prototype systems to ensure system level performance is achieved. After completion of government testing, test prototypes may be returned to the contractor for failure analysis. Deficiencies identified during Competitivee Prototype Testing shall be corrected by the contractor prior to initial Contractor Developmental Testing (CDT). Following successful completion of CDT, the contractor shall deliver up to 72 prototypes (across all types and classes) to the government for the Production Prove-Ouand prices specified in the DO. The PPT will be a government run test at a government facility to Test (PPT). Additional developmentall prototypes, if ordered, will be ordered at quantities determine the conformance of the ULCANS to the requirements of Attachment B-1, PRF and this contract. Feedback from the PPT will be used to finalize the design of the ULCANS System and completee the developmental portion of this contract. After completion of government testing, test prototypes may be returned to the contractor for failure analysis. Deficiencies identified during the PPT shall be corrected by the contractor prior to a second round of CDT. Following successful completion of CDT, the contractor shall deliver up to 700 ULCANS systems at Low Rate Initial Production (LRIP) quantities to the government that are fully compliant with PRF These prototypes will be evaluated in government administered PQT. Upon successful completion of PQT, a Full Rate Production decision will be made. Figure C-1. Proposed ULCANS Increment I Test Schedule. C LRIP production approval willl be based on the successful completion of the follow-on contractor Developmental Testing ( CDT) and incorporation of necessary design changes to correct remaining deficiencies.

4 Page 4 of 22 LRIP production approval will be followed by fabrication of PQT units. These units will be subjected to PQT testing. The successful completion of this test will support the decision for Full Rate Production (FRP). C During each government performed test, the contractor shall provide support in the form of spare and repair parts as well as on-site technical support as required. C.1.4. Contractor Responsibilities: The contractor shall furnish all personnel, labor, engineering, services, materials, supplies, and facilities necessary to design, develop, manufacture, and test the ULCANS Increment I system and provide all support hardware and software as indicated in this Statement of Work (SOW). The work and services to be performed by the contractor are detailed in this SOW and will be authorized by issuance of DO(s). The contractor shall not initiate any work that is not authorized by a DO or modification without written direction by the Contracting Officer. C.1.5. Program Management: The contractor shall designate an individual as the Contractor s Program Manager (PM). The PM shall serve as the primary Point of Contact (POC) between the government and contractor, and shall be responsible for the coordination of all contractor activities related to the contract. The PM shall have the authority to commit the contractor to specific courses of action and accept direction from the Contracting Officer. The PM shall be responsible for coordinating all meetings between the government and the contractor. The PM shall be responsible for bringing to the Contracting Officer s attention any conflicts in the contractor s interpretation of the contract requirements (first by telephone and followed in writing) or problems that could adversely affect the contractor s ability to meet the stated quality, cost, or production/delivery schedule. C.1.6 Integrated Master Schedule: The contractor shall develop and maintain a detailed Integrated Master Schedule (IMS) for the Program in Microsoft Project (using the Gantt chart format) that outlines all of the tasks required to execute the program. A baseline schedule shall be established during the contract preparation phase and tracked from contract award. The schedule shall show in detail the path the contractor will follow to meet the required delivery dates of all items awarded on the contract. The schedule shall provide a comprehensive list of all program related events (i.e. design reviews, engineering, design, integration, fabrication, Developmental Testing, Production, CDRL deliverables, etc.) and the relationship to other tests, events, and CDRLs. The schedule shall track all tasks, baseline and actual schedule progress, and include percentages complete. The contractor is expected to keep the IMS up to date and track program progress using the schedule. Updates to the schedule shall be supplied to the government per CDRL A001. The contractor shall submit the up to date IMS along with weekly teleconference meeting minutes. C.1.7. Configuration Management: The contractor shall implement and maintain an internal Configuration Management (CM) program for the ULCANS Increment I throughout the life of the contract. EIA649, National Consensus Standard for Configuration Management, may be used as a guide for the contractor s configuration management program. Copies of this document may be purchased at At any time the government shall observe the contractor s CM processes to ensure quality product performance and minimize impacts to the schedule of production DO for the ULCANS Increment I. C.1.8. Physical Configuration Baseline (PCBL): The contractor shall create and control the PCBL using the change control and engineering release processes. The PCBL, which shall be in the contractor s own format, is the product performance requirement for replacement assemblies and spare/repair parts, engineering drawings, parts lists, process specifications and computer software configuration items. The PCBL shall support interchangeability and interoperability to a replaceable part level. C.1.9. Configuration Control: The contractor shall use configuration control to manage all proposed changes after the Physical Configuration is baselined (See C.1.8). Configuration control shall be used to document the impact of proposed changes and to update configuration documentation. Following acceptance of the system, the contractor shall not alter the design in form, fit, or function without prior approval from the government Contracting Officer (KO).

5 Page 5 of 22 C Engineering Change Proposal (ECP): An ECP shall be prepared for any proposed changes. ECPs shall only be integrated into the system if it approved by the government KO. At a minimum, the ECP shall include the following: C Date Prepared C ECP Number C Justification and Priority Code C System Designation (i.e. Cage Code, nomenclature, model, P/N) C Name of Part (or Lowest Assembly) Affected C Baselines Affected C Title of Change C Description of Change C Need for Change C Effect on Interfaces (i.e. Integrated Logistics Support (ILS), Interchangeability and Interoperability) C Total Cost/Savings C Retrofit Information (if applicable) C Technical data describing the change to include any changes or additions to the drawings and EDFP. C Applicable testing performed and evaluation of the test results. C Applicable updates to TM and training C.1.11.Warranty Performance: The contractor shall provide a warranty covering workmanship, materials, design, and compliance with the Physical Configuration Baseline and this SOW, and recommend a cost effective warranty coverage period for the system. C Contractor Test Authorization: The contractor is authorized to receive DoD test rates at a Major Range Test Facility Base (MRTFB). C.2. DEVELOPMENTAL PHASE TASKS C.2.1. Safety Assessment Report (SAR): The contractor shall conduct a Safety Assessment of the ULCANS Increment I system In Accordance With (IAW) CDRL A002. The SAR is a comprehensive evaluation of the safety risks to the operator, user, and maintainer and equipment prior to test or operation of the system. The Safety Assessment shall identify, analyze and document all safety features of the system design and potential hazards that may be present and specific procedural controls that should be followed to prevent or minimize hazard exposure. C.2.2. Manufacturing and Surge Plans: C Manufacturing Plan. The vendor shall provide a description of the current manufacturing capability, including but not limited to manufacturing facility size, equipment, personnel, Berry Amendment compliance, U.S. production, supply chain, limitations (minimum purchase/yardage, etc.), and other pertinent information. PM (O5) FSS desires information on current production capacity as well as projected future production capacity. The Manufacturing and Surge Plan shall be developed IAW CDRL A003. C Surge Plan. The vendor shall provide a description of the manufacturing capability to accommodate a surge in production to support wartime demand. C The vendor shall have the ability to transition production from a minimum sustaining rate to a surge status where up to 10,000 units per month would be required. The following details, as well as any other pertinent information, should be considered: Production facility size Equipment required Personnel required Time required to achieve increased production rates

6 Page 6 of 22 Raw materials and lead times for those materials C The vendor shall provide manufacturing capability and capacity, listing the path forward, timeline, and resources that would be required for the firm to be able to scale up to the following quantities per month in the event of a conflict: Up to 1000 systems/month sustained production From 1001 to 2500 systems/month surge capability for 6 months duration From 2501 to 5000 systems/month surge capability for 12 months duration From 5001 to 10,000 systems/month surge capability for 12 months duration C.2.3. Design Support System: The contractor shall design the Support System to meet the requirements of the Attachment B-1, PRF C.2.4. Fabrication of Support System: The contractor shall not proceed with this task without approval of the KO. Approval shall be based on the acceptance of the design presented in the Preliminary Design Review (PDR) (C.4.2.1). The contractor shall fabricate Support System IAW the approved design in quantities sufficient to meet the delivery requirements of the developmental ULCANS Increment I Systems. C.2.5. Design Packaging: The contractor shall design the components of the packaging to meet the requirements of Attachment B-1, PRF Only those components required for the ULCANS Increment I shall be addressed. C.2.6. Fabricate Packaging: The contractor shall not proceed with this task without approval of the KO. Approval shall be based on the acceptance of the design presented in the PDR (C.4.2.1). The contractor shall fabricate packaging IAW the approved design in quantities sufficient to meet the requirements of delivery of the developmental ULCANS. C.2.7. Design Screens: The contractor shall design the Screens to meet the requirements of Attachment B-1, PRF C.2.8. Fabricate Screens: The contractor shall not proceed with this task without approval of the KO. Approval shall be based on the acceptance of the design presented in the PDR (C.4.2.1). The contractor shall fabricate screens IAW the approved design in quantities sufficient to meet the requirements of delivery of the developmental ULCANS. C.2.9. Fabricate and Deliver ULCANS Increment I Systems for Competitive Prototype Phase: The contractor shall fabricate and deliver complete Developmental ULCANS Increment I Systems to the government to support the Competitive Prototyping Phase. The contractor shall fabricate and deliver complete Developmental ULCANS Increment I Systems to the government IAW quantities specified in the delivery order. These systems will be subjected to government testing. Each ULCANS Increment I System shall integrate the Screens, Support System, and Packaging designed and fabricated under (C.2.4), (C.2.6) and (C.2.8). Any changes, to include improvements, shall only be made with the prior approval of the government. The Developmental Prototype ULCANS Increment I System shall contain all COEI and BII required to provide the ULCANS Increment I System with complete functionality. The ULCANS Increment I System as delivered shall be fully functional and meet all requirements of the contract. C Initial Contractor Developmental Test: The contractor shall be responsible for all actions necessary to complete the Contractor DT including transportation of equipment and test items to and from test sites. The contractor shall administer and perform an initial Contractor DT at the completion of the Competitive Prototyping phase and prior to the initiation of government PPT IAW the Attachment B-1, PRF 32575, and the government approved test plan. The Contractor DT is designed to verify the conformance of ULCANS Increment I Production Units to this Statement of Work and the requirements and verifications of the Attachment B-1, PRF contained in Attachment B-1. The contractor shall conduct necessary verifications specified in Attachment B-1, PRF for the ULCANS Increment I System including Screens, Support System, and Packaging. The contractor shall provide all technical support to the Contractor DT, to include repairing any damage or problems that occur during testing and having personnel and parts available to service systems as required. Failed components shall be replaced by the

7 Page 7 of 22 Contractor at no additional charge to the government. The contractor shall perform all maintenance and repairs during testing at no additional cost to the government. Maintenance shall be conducted IAW the procedures outlined in the contractor supplied technical publications and technical manuals. During the Contractor DT, the contractor s personnel shall perform all unit and direct support level maintenance as required. C Initial Contractor Developmental Test Plan: The Contractor shall develop and provide Developmental Test Plans IAW CDRLs A017, A019, and A021. The Developmental Test Plans shall outline any remaining testing required to demonstrate that the developmental units meet the stated performance requirements. The Developmental Test Plans shall include a comprehensive test schedule that outlines the locations, dates, durations, and identifies all testing resources required. C Initial Contractor Developmental Test Units: The contractor shall fabricate complete ULCANS Increment I systems for Contractor Developmental Test IAW the finalized frozen configuration following the CDR. These units shall be evaluated in the Contractor Developmental Test IAW the DT Plan developed under C The Developmental units shall be representative of production units including, but not limited to, design, manufacturing processes, sources of supply, and quality assurance processes. Changes to the Developmental units resulting from material deficiencies or inadequate design shall be incorporated into the design through the ECP process to include updating the Developmental units. C Initial Contractor Developmental Testing: The contractor may utilize all Developmental units as needed to complete all verifications within the required schedule. The contractor shall be responsible for coordinating and scheduling all Contractor Developmental Testing and for the utilization of the appropriate facilities, equipment, personnel, and procedures. The contractor may use government test facilities, on a non-interference basis, for performance of some or all of the required Contractor Developmental Test. If utilized, the contractor shall provide reimbursement directly to the government testing activity (e.g., Aberdeen Test Center) for all direct and indirect costs incurred related to the test conduct. Throughout Contractor Developmental Test execution, the government requires immediate and electronic access (e.g., VISION Digital Library at Aberdeen Test Center or other means) to test-related information, including the test plans, test schedule, test results, and each Test Incident Report (TIR). The government has the right to attend any portion or all of the Contractor Developmental Test. The contractor, at no additional cost to the government, shall correct all issues to include non-conformances to requirements or specifications that are identified as a result of the conduct of the Contractor Developmental Test. If adequately demonstrated in prior testing, the government reserves the right to waive portions of the Contractor Developmental Test. Any testing waived by the government shall result in a direct reduction in the Contractor Developmental Test cost. The contractor shall report on the Contractor Developmental Test results, analyze any failures, repair any damage, provide corrective action for failures, submit ECPs as part of the configuration control as required, and retain one Developmental unit as manufacturing samples during execution of ULCANS Increment I PPT. C Initial Contractor Developmental Test Report: The contractor is required to develop and submit comprehensive Contractor Developmental Test Reports for all of the tests that were conducted during the Contractor Developmental Tests IAW CDRLs A018, A020, and A022. C Fabricate and Deliver ULCANS Increment I Systems for PPT: The contractor shall fabricate and deliver complete Developmental ULCANS Increment I Systems to the government to support PPT. The contractor shall fabricate and deliver complete Developmental ULCANS Increment I Systems to the government IAW quantities specified in the delivery order. These Systems will be subjected to government Testing. These systems shall be manufactured IAW the finalized configuration following the CDR. The PPT units shall be representative of production units including, but not limited to, design, manufacturing processes, sources of supply, and quality assurance processes. Production of PPT units shall include all the non-recurring tasks associated with design and initiation of production. Non-recurring tasks to initiate ULCANS Increment I production shall include developing manufacturing processes and instructions; developing quality assurance processes and documents; establishing viable suppliers; set up of equipment, tools, and fixtures; personnel training; and all other tasks required to establish a production line that delivers compliant systems. Changes to the PPT units resulting from material deficiencies or inadequate design shall be incorporated into the design through the ECP process to include updating the PPT units.

8 Page 8 of 22 C Follow-on Contractor Developmental Test: The contractor shall be responsible for all actions necessary to complete the Contractor DT including transportation of equipment and test items to and from test sites. The contractor shall administer and perform an initial Contractor DT at the completion PPT and prior to the initiation of Government PQT IAW the Attachment B-1, PRF 32575, and the government approved test plan. The Contractor DT is designed to verify the conformance of ULCANS Increment I Production Units to this Statement of Work and the requirements and verifications of the PRF contained in Attachment B-1. The contractor shall conduct necessary verifications specified in Attachment B-1, PRF for the ULCANS Increment I System including Screens, Support System, and Packaging. The contractor shall provide all technical support to the Contractor DT, to include repairing any damage or problems that occur during testing and having personnel and parts available to service systems as required. Failed components shall be replaced by the contractor at no additional charge to the government. The contractor shall perform all maintenance and repairs during testing at no additional cost to the government. Maintenance shall be conducted IAW the procedures outlined in the contractor supplied technical publications and technical manuals. During the Contractor DT, the contractor s personnel shall perform all unit and direct support level maintenance as required. C Follow-on Contractor Developmental Test Plan: The contractor shall develop and provide Developmental Test Plans IAW CDRLs A023, A025, and A027. The Developmental Test Plans shall outline any remaining testing required to demonstrate that the developmental units meet the stated performance requirements. The Developmental Test Plans shall include a comprehensive test schedule that outlines the locations, dates, durations, and identifies all testing resources required. C Follow-on Contractor Developmental Test Units: The contractor shall fabricate complete ULCANS Increment I systems for Contractor Developmental Test IAW the finalized frozen configuration following the CDR. These units shall be evaluated in the Contractor Developmental Test IAW the DT Plan developed under C The Developmental units shall be representative of production units including, but not limited to, design, manufacturing processes, sources of supply, and quality assurance processes. Changes to the Developmental units resulting from material deficiencies or inadequate design shall be incorporated into the design through the ECP process to include updating the Developmental units. C Follow-on Contractor Developmental Testing: The contractor may utilize all Developmental units as needed to complete all verifications within the required schedule. The contractor shall be responsible for coordinating and scheduling all Contractor Developmental Testing and for the utilization of the appropriate facilities, equipment, personnel, and procedures. The contractor may use government test facilities, on a noninterference basis, for performance of some or all of the required Contractor Developmental Test. If utilized, the contractor shall provide reimbursement directly to the government testing activity (e.g., Aberdeen Test Center) for all direct and indirect costs incurred related to the test conduct. Throughout Contractor Developmental Test conduct, the government requires immediate and electronic access (e.g., VISION Digital Library at Aberdeen Test Center or other means) to test-related information, including the test plans, test schedule, test results, and each Test Incident Report (TIR). The government has the right to attend any portion or all of the Contractor Developmental Test. The contractor, at no additional cost to the government, shall correct all issues to include non-conformances to requirements or specifications that are identified as a result of the conduct of the Contractor Developmental Test. If adequately demonstrated in prior testing, the government reserves the right to waive portions of the Contractor Developmental Test. Any testing waived by the government shall result in a direct reduction in the Contractor Developmental Test cost. The contractor shall report on the Contractor Developmental Test results, analyze any failures, repair any damage, provide corrective action for failures, submit ECPs as part of the configuration control as required, and retain one Developmental unit as manufacturing samples during execution of ULCANS Increment I PPT. C Follow-on Contractor Developmental Test Report: The contractor is required to develop and submit comprehensive Contractor Developmental Test Reports for all of the tests that were conducted during the Contractor Developmental Tests IAW CDRLs A024, A026, and A028. C System Support Package Hardware: The contractor shall deliver a complete set of the hardware items contained on the System Support Package List (CDRL A008). These hardware components from this list shall be provided as a kit and shall be used during the Production Prove-out Test, Logistics Demonstration (LD), Limited

9 Page 9 of 22 User Test (LUT), and Production Qualification Testing PQT as required replacements for failed components. The kit shall be refurbished after each test to replace used components. Changes to component design will also warrant a replacement of that component in the System Support Package (SSP). Adjustments to the SSP shall also warrant the equivalent adjustment to the System Support Package. Upon completion of the developmental phase of this contract, the contractor shall replace any shortages in the System Support Package and the government shall retain the System Support Package Hardware. C Contractor Test Support for Government Developmental and Operational Testing: The contractor shall provide support during government tests, specifically, competitive prototyping, PPT, and LD. C Competitive Prototyping/PPT/LD Support: Competitive Prototyping/PPT/LD Support shall include initial preparation of equipment for each test, providing training to test personnel, on call support for maintenance and repairs, as well as addressing other technical issues as needed for the duration of government testing. C Initial Operational Test (IOT) Support: The contractor shall provide IOT support to include but not limited to training operators and maintainers, tools, and the appropriate engineering, technical, and logistics support personnel. During the conduct of the IOT, the contractor shall provide all required on-site technical, engineering, and logistics support, to include on-site mark up of any ULCANS Increment I CDRL deliverable as changes occur. The contractor shall repair any ULCANS Increment I failures or system technical problems that occur during the conduct of the event. C Logistics Demonstration (LD) Support: The contractor shall provide LD support to include but not limited to training operators and maintainers, tools, and the appropriate engineering, technical, and logistics support personnel. During the conduct of the LD, the contractor shall provide all required on-site technical, engineering, and logistics support, to include on-site mark up of any ULCANS Increment I CDRL deliverable as changes occur. The contractor shall repair any ULCANS Increment I failures or system technical problems that occur during the conduct of the event. C Contractor Support for Developmental and Operational Testing: The contractor shall provide two types of support, engineering and equipment specialist, for the execution of developmental and operational testing. Personnel will be required to travel to government test facilities both CONUS and OCONUS to support various test events. Roles may include logistical support, test setup, failure and deficiency analysis, and providing engineering solutions on site. The contractor shall provide pricing for the following: Engineering Support for one week duration Equipment Specialist for one week duration Engineering Support for one month duration Equipment Specialist for one month duration C Post Test Actions: Post Test Actions: During the development phase, the contractor shall correct any and all design deficiencies identified during government testing of ULCANS Increment I systems, conduct failure and deficiency analysis, and refurbish hardware if required for retest or subsequently scheduled test. Developmental testing will include Production Prove-out Test, Limited User Test, and Logistics Demonstration. For government administered testing, the contractor shall be responsible for shipping the item(s) to the test site. After testing, the government shall be responsible for shipping the items to the contractor's facility if refurbishment of hardware is required. If refurbishment is not required and government testing is complete, the government shall take possession of the ULCANS Increment I prototypes. If mutually agreed upon, one (1) ULCANS Increment I prototype may be returned to the contractor's facility at government expense after completion of all developmental testing and remain at the contractor's facility until the completion of Fabrication of Developmental Test units. After completion, the contractor shall be responsible for shipping all developmental prototype items to the government. C Non Design Related Repairs: Damage to the ULCANS Increment I prototypes that may affect the ULCANS Increment I performance but not considered a design deficiency or incurred through no fault of the contractor (e.g. accidents or misuse) may require repair by the contractor prior to delivery to the government for subsequent testing. These repairs will be optional and priced at the time of requirement.

10 Page 10 of 22 C Low Rate Initial Production (LRIP) Approval: The contractor shall not proceed to production without written approval from the Contracting Officer. Upon successful completion of developmental tasks and acceptable resolution of all outstanding design issues, and a successful Production Readiness Review (PPR) the government will approve the contractor to proceed with LRIP. This will mark the end of the Developmental phase of the ULCANS Increment I and the beginning of Production. At this point the Physical Configuration Baseline will be frozen and any subsequent changes shall require an ECP submitted to and approved by the government. C.3. PRODUCTION PHASE C.3.1. Production Qualification Test (PQT): The Production Qualification Test (PQT) is a government administered test performed after completion of the Follow-on Contractor administered Developmental Testing. The PQT for the ULCANS Increment I shall be performed using the LRIP units that have been delivered to the government under C.3.2. C.3.2. Fabricate and Deliver ULCANS Increment I Systems for PQT: The contractor shall fabricate and deliver complete LRIP ULCANS Increment I Systems to the government to support PQT. The contractor shall fabricate and deliver complete Developmental ULCANS Increment I Systems to the government IAW quantities specified in the delivery order. These Systems will be subjected to government Testing. These systems shall be manufactured IAW the finalized Production configuration. The PQT units shall be LRIP production units. Changes to the PQT units resulting from material deficiencies or inadequate design shall be incorporated into the design through the ECP process to include updating the PQT units. The contractor is required to develop and submit comprehensive LRIP Status Reports IAW CDRL A029. C.3.3. Contractor Test Support for Production Qualification Testing (PQT): The contractor is responsible to provide PQT support to include but not limited to training operators and providing the appropriate engineering, technical, and logistics support personnel. During the conduct of the PQT, the contractor shall provide all required on-site technical, engineering, and logistics support. The contractor shall be responsible for repair of any ULCANS Increment I failures or system technical problems that occur during the conduct of the event. Engineering Support for one week duration Equipment Specialist for one week duration Engineering Support for one month duration Equipment Specialist for one month duration C.3.4. Post Test Actions: Post Test Actions: During the development phase, the contractor shall correct any and all design deficiencies identified during government testing of ULCANS Increment I systems, conduct failure and deficiency analysis, and refurbish hardware if required for retest or subsequently scheduled test. Developmental testing will include Production Prove-out Test, Limited User Test, and Logistics Demonstration. For government administered testing, the contractor shall be responsible for shipping the item(s) to the test site. After testing, the government shall be responsible for shipping the items to the contractor's facility if refurbishment of hardware is required. If refurbishment is not required and government testing is complete, the government shall take possession of the ULCANS Increment I prototypes. If mutually agreed upon, one (1) ULCANS Increment I prototype may be returned to the contractor's facility at government expense after completion of all developmental testing and remain at the contractor's facility until the completion of Fabrication of Developmental Test units. After completion, the contractor shall be responsible for shipping all developmental prototype items to the government. C Non Design Related Repairs: Damage to the ULCANS Increment I prototypes that may affect the ULCANS Increment I performance but not considered a design deficiency or incurred through no fault of the contractor (e.g. accidents or misuse) may require repair by the contractor prior to delivery to the government for subsequent testing. These repairs will be optional and priced at the time of requirement. C.3.5. ULCANS Increment I Production Units: The contractor shall fabricate ULCANS Increment I production units conforming to all the requirements of this contract and to the latest configuration of the ULCANS Increment I

11 Page 11 of 22 and the ULCANS Increment I subsystems. Contractor developed technical manuals are a required component of the ULCANS Increment I and no delivery of ULCANS Increment I production shall be accepted without the required, acceptable technical manuals. The contractor is required to develop and submit comprehensive Full Rate Production Plans and Reports IAW CDRLs A030 and A031. C.3.6. Battlefield Specific Variant Development: The contractor shall develop variations of each of the three classes of camouflage that are customized to specific regional areas, as defined in the DO. This development of tailored camouflage solutions shall occur within 60 days of receipt of government provided imagery and direction, in shall be performed in accordance with CDRL A032. C.3.7. Battlefield Specific Production Units: The contractor shall fabricate ULCANS Increment I Battlefield Specific units conforming to all the requirements and delivery schedule of this contract and to the Battlefield Specific configuration of the ULCANS Increment I and the ULCANS Increment I subsystems. C.3.8. Shipping: The contractor shall ship ULCANS Increment I components as required for the developmental and production phases of this effort. Shipping shall include complete systems to test sites and other shipping as required. Shipping locations are to be determined, and shall be provided when available, or at the time the shipment is required. The shipment price should not be included in unit prices. C.3.9. Contractor Support of Fielding: The contactor shall provide support to correct issues due to manufacturing or shortages with the ULCANS Increment I at the time of deployment. Support will be in the form of providing replacement components for items found defective or missing during government de-processing. C Research and Development: The contractor may be required to execute additional research and development activities during the Production Phase of this contract to address advancements in technology and changing needs of the government. These research and development options will be addressed in CLIN 1007 and C.4. MEETINGS and REVIEWS: C.4.1. Post Award Conference: The contractor shall coordinate, schedule, and conduct a Post Award Conference with the government within 14 calendar days of Contract award. The purpose of the Conference shall be discussion of project orientation, transfer of background information, to provide a mutual understanding of the technical requirements/contractual requirements and the Quality Assurance provisions of the contract. The government can address any questions or issues with regards to technical matters. The contractor shall describe to the government the management of all aspects of the program. The contractor shall ensure that all personnel and subcontractors that are required for an adequate discussion of the contract effort are in attendance. Scheduling of the Post Award Conference shall not change the delivery schedule of the contract. The contractor shall be prepared to: C Conduct a review of the system requirements to ensure that they have been completely and properly identified and that there is a mutual understanding of the system requirements between the government and the contractor. C Make available to government representatives the documentation for production planning, manufacturing methods and controls, material and manpower resource allocation, production engineering, quality control and assurance program, production management organization, and management of major subcontractor's. C Review the overall plan, tasks, and schedule required to execute the ULCANS Increment I program within the schedule constraints set forth by the contract/government. C Document the Post Award Conference meeting minutes and distribute the minutes via to all Post Award Conference attendees no later than 1 week from the end of the Post Award Conference. C Conduct a tour of appropriate manufacturing and design facilities associated with the ULCANS Increment I effort.

12 Page 12 of 22 C.4.2. In Design Review Meetings and Information Packages: The contractor shall conduct a minimum of two design reviews (Preliminary and Critical) on each component of the ULCANS Increment I System with the government. Additional reviews shall be scheduled as needed. The design review schedule shall be proposed by the contractor and mutually agreed upon by government. The contractor shall propose design review dates that support it s IMS (See C.1.6.) for meeting delivery dates of the contract. A minimum of 14 calendar days after each review shall be given to the government for providing comments and concerns regarding the design. Government concerns and comments shall be resolved as part of the Contractor s Design Review Information Packages and shall be submitted to the government. C Preliminary Design Review (PDR): The purpose of the Preliminary Design Review is to ensure that the design and basic system architecture are sufficiently complete to demonstrate a technical confidence that the performance requirements will be satisfied within cost and schedule goals. At the time of the Preliminary Design Review, the contractor shall have identified at least the system functions and major component functions needed to meet the requirements of PRF and have applied performance requirements to each function. The contractor shall also present details of its findings thus far on the effectiveness of component and subcomponent hardware and software items in meeting the functional and performance requirements. The presentation format and content will be of the contractor's choosing, but must be sufficient to support the purpose of the PDR. The intent is for separate PDRs for the Screens, Support System, and Packaging; however, the contractor or government may recommend combining the PDRs. A combination PDR will be a mutual decision. C Critical Design Review (CDR): The purpose of the Critical Design Review is to confirm that the system design is stable and is expected to meet system performance requirements, confirms the system is on track to achieve cost goals as evidenced by the detailed design documentation, and establishes the system s initial product baseline. A successful Critical Design Review will provide the contractor authority to proceed with developmental component and/or system fabrication. The presentation format and content will be of the contractor's choosing, but must be sufficient to support the purpose of the CDR. The intent is for separate CDRs for the Screens, Support System, and Packaging for the ULCANS Increment I System, however, the contractor or government may recommend combining the CDRs. A combination CDR will be a mutual decision. C.4.3. Production Readiness Reviews (PRR): Two production readiness reviews shall be conducted. The first shall be conducted 30 days prior to initiation of fabrication of the Production Qualification Test Units. The purpose of this review will be to verify that all lessons learned to date have been incorporated into the design of the ULCANS Increment I and that the contractor is ready to begin fabrication of the Production Qualification Test (PQT) Units. The second PRR shall be conducted after all changes made to correct deficiencies uncovered during PQT have been incorporated and after government acceptance of PQT Report. The contractor shall coordinate the scheduling of the PRR with the government. The contractor shall provide a minimum of 21 days advance notice for scheduling. The purpose of this review shall be to verify that the lessons learned from PQT have been incorporated into the design and technical data, update quality assurance processes, and to demonstrate the contractor s readiness to produce the ULCANS Increment I system. The review will focus on PQT results, resolution of any required changes, readiness of the logistics deliverables, Quality Assurance processes, and any additional equipment procurement that is required. The exact date, location, and administrative arrangements for this meeting shall be made through communication between the contractor and the government. The presentation format and content will be of the contractor's choosing, but must be sufficient to support the purpose of the PRR. C.4.4. In-Process Reviews (IPR): IPRs shall be conducted as a part of program status monitoring and control. Technical Publication, Provisioning, Training, technical/engineering, quality assurance, and other necessary IPRs shall be conducted to clarify requirements, assure conformance to contract requirements, provide guidance, review deliverable status, and to help ensure deliverables are prepared in a manner that will satisfy contractual requirements. The contractor may request an IPR when government assistance or clarification is desired. The government may require IPRs irrespective of the program schedule and shall notify the contractor of a government required IPR at least 10 calendar days prior to the event. Discrepancies and/or deficiencies identified as the result of an IPR shall be corrected by the contractor prior to the next IPR. The schedule for IPRs will be flexible and occur on an as needed basis as program issues dictate.

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE P00003 See Blk. 16C 6. ISSUED BY CODE 1. CONTRACT ID CODE K PAGE OF PAGES 4. REQUISITION/PURCHASE REQ.

More information

3 PART THREE: WORK PLAN AND IV&V METHODOLOGY (SECTION 5.3.3)

3 PART THREE: WORK PLAN AND IV&V METHODOLOGY (SECTION 5.3.3) 3 PART THREE: WORK PLAN AND IV&V METHODOLOGY (SECTION 5.3.3) Emagine IT s approach to Independent Verification and Validation (IV&V) has been shaped over the years by hands-on experience and contributions

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES Section I Application (These procedures do not apply to Design-Build Contracts.)

More information

TECHNICAL REVIEWS AND AUDITS

TECHNICAL REVIEWS AND AUDITS Chapter 11 Technical Reviews and Audits CHAPTER 11 TECHNICAL REVIEWS AND AUDITS 11.1 PROGRESS MEASUREMENT The Systems Engineer measures design progress and maturity by assessing its development at key

More information

INSPECTION SYSTEM REQUIREMENTS

INSPECTION SYSTEM REQUIREMENTS MILITARY SPECIFICATIONS MIL-I-45208A INSPECTION SYSTEM REQUIREMENTS This specification has been approved by the Department of Defense and is mandatory for use by all Agencies. 1. SCOPE 1.1 Scope. This

More information

Section M: Evaluation Factors for Award HQ R LRDR Section M: Evaluation Factors for Award For HQ R-0002

Section M: Evaluation Factors for Award HQ R LRDR Section M: Evaluation Factors for Award For HQ R-0002 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 LRDR Section M: Evaluation Factors for Award For 1 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 Table of

More information

Facilities Planning and Construction (FP&C)

Facilities Planning and Construction (FP&C) Appendix 8.4a Facilities Planning and Construction (FP&C) UAA FP&C Quality Assessment Checklist (A) Project: PM: Project ID: Updated:

More information

Quality Manual. Specification No.: Q Revision 07 Page 1 of 14

Quality Manual. Specification No.: Q Revision 07 Page 1 of 14 Page 1 of 14 Quality Manual This Quality Manual provides the overall quality strategy and objectives of Pyramid Semiconductor s quality system. It is based on the requirements of ISO 9000. This manual

More information

CORPORATE QUALITY MANUAL

CORPORATE QUALITY MANUAL Corporate Quality Manual Preface The following Corporate Quality Manual is written within the framework of the ISO 9001:2008 Quality System by the employees of CyberOptics. CyberOptics recognizes the importance

More information

2.2. The Seller shall be responsible for achieving and maintaining a quality performance level of either:

2.2. The Seller shall be responsible for achieving and maintaining a quality performance level of either: 2.0. Supplier Quality Performance: 2.1. When requested by Boeing, Seller agrees to work with Boeing to develop and implement processes designed at improving Seller s quality performance. Process will include

More information

National Aeronautics and Space Administration Washington, DC 20546

National Aeronautics and Space Administration Washington, DC 20546 Technical Standards Division Publication NASA-STD-2100-91 NASA Software Documentation Standard Software Engineering Program NASA-STD-2100-91 -91 Approved: July 29, 1991 National Aeronautics and Space Administration

More information

DATA ITEM DESCRIPTION

DATA ITEM DESCRIPTION DATA ITEM DESCRIPTION Title: HUMAN SYSTEMS INTEGRATION PROGRAM PLAN Number: Approval Date: 20070404 AMSC Number: N7716 Limitation: N/A DTIC Applicable: N/A GIDEP Applicable: N/A Office of Primary Responsibility:

More information

Definitions contained in the above mentioned Specifications and Industry Standards are applicable herein.

Definitions contained in the above mentioned Specifications and Industry Standards are applicable herein. 1. SCOPE Quality Specification TEC-1019 12 Jul 11 Rev C All Paragraphs Revised Global Quality Management System Supplement for the Aerospace Industry Model, AS 9100 (C) 1.1. Content This specification

More information

Supplier Quality Manual (QQS )

Supplier Quality Manual (QQS ) Monticello Spring Corporation Quality Management System Supplier Quality Manual (QQS 100.00) 1.0 Introduction 1.1 Scope The details stipulated in this manual are the minimum mandatory requirements for

More information

Association of American Railroads Quality Assurance System Evaluation (QASE) Checklist Rev. 1/12/2017

Association of American Railroads Quality Assurance System Evaluation (QASE) Checklist Rev. 1/12/2017 Company: Prepared By: Date: Changes from previous version highlighted in yellow. Paragraph Element Objective Evidence 2.1 Objective of Quality Assurance Program 2.2 Applicability and Scope 2.3 QA Program

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

Supplier Quality Manual

Supplier Quality Manual Supplier Quality Manual 1 1. Introduction Scope Purpose Application Implementation 2. Purchasing Expectations Terms and Conditions Engineering / Technical Support Customer Support Resources Pricing Consistent

More information

Controlled By: QA Mgr. / Gen. Mgr. Effective Date: 3/31/2014 FORM-70

Controlled By: QA Mgr. / Gen. Mgr. Effective Date: 3/31/2014 FORM-70 Controlled By: QA Mgr. / Gen. Mgr. Effective Date: 3/31/2014 FORM-70 RUSSTECH PURCHASE ORDER CLAUSES RPOC 1000 EARLY DELIVERY OK "Time is of the essence for performance under this Purchase Order. Seller

More information

TEXAS DEPARTMENT OF TRANSPORTATION

TEXAS DEPARTMENT OF TRANSPORTATION TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. PREVENTIVE MAINTENANCE AND REPAIR SERVICES FOR APOGEE BUILDING AUTOMATION MANAGEMENT SYSTEM PUBLICATION This specification is a product of the Texas

More information

DATA ITEM DESCRIPTION TITLE: TRAINING SITUATION DOCUMENT Number: DI-SESS-81517C Approval Date:

DATA ITEM DESCRIPTION TITLE: TRAINING SITUATION DOCUMENT Number: DI-SESS-81517C Approval Date: DATA ITEM DESCRIPTION TITLE: TRAINING SITUATION DOCUMENT Number: DI-SESS-81517C Approval Date: 20130524 AMSC Number: N9379 Limitation: N/A DTIC Applicable: N/A GIDEP Applicable: N/A Office of Primary Responsibility:

More information

RFP IP-Based Surveillance Camera System

RFP IP-Based Surveillance Camera System RFP IP-Based Surveillance Camera System The Clinton Community School District (referenced as the DISTRICT throughout this proposal) desire to implement a district wide,tcp/ip based surveillance camera

More information

Revision. Quality Manual. Multilayer Prototypes. Compliant to ISO / AS9100 Rev C

Revision. Quality Manual. Multilayer Prototypes. Compliant to ISO / AS9100 Rev C 1 of 29 Quality Manual Multilayer Prototypes Compliant to ISO 9001-2008 / AS9100 Rev C This Quality Manual sets forth the quality system policies and Defines compliance with the ISO 9001-2008 SAE AS 9100

More information

Headquarters U. S. Air Force

Headquarters U. S. Air Force Headquarters U. S. Air Force I n t e g r i t y - S e r v i c e - E x c e l l e n c e Briefing for Industry Solicitation #: FA9422-12-R-0001 Secure Transportable Maintenance System (STMS) PROGRAM MANAGER:

More information

INS QA Programme Requirements

INS QA Programme Requirements Specification Date: 20/3/17 INS QA Programme Requirements UNCONTROLLED WHEN PRINTED Author: J Cooch AUTHORISATION Date: 20/3/17 A Brown Owner: J Cooch (Signature) N.B. only required for hard copy If issued

More information

POLICY MANUAL FOR ISO 9001:2008. Document: PM-9001:2008 Date: April 7, Uncontrolled Copy

POLICY MANUAL FOR ISO 9001:2008. Document: PM-9001:2008 Date: April 7, Uncontrolled Copy POLICY MANUAL FOR ISO 9001:2008 Document: PM-9001:2008 Date: April 7, 2015 REVIEWED BY: Tim Powers DATE: 4-7-2015 APPROVED BY: C._Bickford Uncontrolled Copy DATE: 4-7-2015 1.0 GENERAL ISS: 1 REV: E Page:

More information

DEPARTMENT OF DEFENSE STANDARD PRACTICE FOR CALIBRATION AND MEASUREMENT REQUIREMENTS

DEPARTMENT OF DEFENSE STANDARD PRACTICE FOR CALIBRATION AND MEASUREMENT REQUIREMENTS NOT MEASUREMENT SENSITIVE MIL-STD-1839C 27 November 2000 SUPERSEDING MIL-STD-1839B 20 AUGUST 1995 DEPARTMENT OF DEFENSE STANDARD PRACTICE FOR CALIBRATION AND MEASUREMENT REQUIREMENTS AMSC F4562 AREA QCIC

More information

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS SPECIFICATION NO. TxDOT 961-30-16 * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may

More information

SHELTON INDUSTRIAL PATTERN INC.

SHELTON INDUSTRIAL PATTERN INC. Defintions: Seller : Supplier of materials, parts and or services that support production Supplies : materials, parts that support production FOD : Foreign Object Debri / Damage 1. Quality Management System

More information

Version 1.0. The Contract Management Standard Final Edition. Version 1.0

Version 1.0. The Contract Management Standard Final Edition. Version 1.0 The Management Standard Final Edition 1 Purpose of the Management Standard The purpose of the Management Standard is to describe the nature of contract management in terms of the contract management processes

More information

MANUAL QUALITY CONTROL & QUALITY ASSURANCE

MANUAL QUALITY CONTROL & QUALITY ASSURANCE MANUAL QUALITY CONTROL & QUALITY ASSURANCE METROTEC ENGINEERING LLC P.O. BOX: 26045, DUBAI U.A.E TEL : 043889771 FAX:043889772 E Mail: metrotecengg@yahoo.com info@metrotec.ae Web: www.metrotec.ae 2 TABLE

More information

ISO 9001:2008 Quality Management System QMS Manual

ISO 9001:2008 Quality Management System QMS Manual 2501 Kutztown Road Reading, PA, 19605 Tel. 610-929-3330 Fax 610-921-6861 ISO 9001:2008 Quality Management System QMS Manual The information contained in this document is Fidelity Technologies Corporation

More information

FAIRFIELD GLOBAL SUPPLIER QUALITY PROGRAM

FAIRFIELD GLOBAL SUPPLIER QUALITY PROGRAM FAIRFIELD GLOBAL SUPPLIER QUALITY PROGRAM 1 QA.101 rev. 3-2012 PURPOSE OF THIS STANDARD Fairfield is committed to continuous product quality improvement. Our management team is convinced that only with

More information

SOW_Service Platform and Infrastructure_System and Database Architecture Page 1 of 35

SOW_Service Platform and Infrastructure_System and Database Architecture Page 1 of 35 A Statement of Work (SOW) is typically used when the task is well-known and can be described in specific terms. Statement of Objective (SOO) and Performance Work Statement (PWS) emphasize performance-based

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

DEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION. Product Acceptance and Release - QA

DEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION. Product Acceptance and Release - QA DEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION Product Acceptance and Release - QA Quality Assurance Directorate DCMA-INST 314 OPR: DCMA-QA Validated Current with Administrative Changes,

More information

SQAR-1. SUPPLIER QUALITY ASSURANCE REQUIREMENTS for DESIGN AND PROCUREMENT SERVICES Revision Date: 2/1/2018

SQAR-1. SUPPLIER QUALITY ASSURANCE REQUIREMENTS for DESIGN AND PROCUREMENT SERVICES Revision Date: 2/1/2018 SUPPLIER QUALITY ASSURANCE REQUIREMENTS for DESIGN AND PROCUREMENT SERVICES Revision Date: 2/1/2018 1.0 SCOPE This document establishes the quality program requirements for an organization providing engineering

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 14-Dec-20 1300104149-0001 N/A 6. ISSUED

More information

EPICOR, INCORPORATED QUALITY ASSURANCE MANUAL

EPICOR, INCORPORATED QUALITY ASSURANCE MANUAL EPICOR, INCORPORATED QUALITY ASSURANCE MANUAL Revision: 6 Date 05/18/09 EPICOR, INCORPORATED 1414 E. Linden Avenue P.O. Box 1608 Linden, NJ. 07036-0006 Tel. 1-908-925-0800 Fax 1-908-925-7795 Table of Contents:

More information

SECTION 6.2: CONTRACT MANAGER

SECTION 6.2: CONTRACT MANAGER : Section 287.057(15), Florida Statutes, requires the department, for each contractual service contract, to designate an employee to be responsible for enforcing the performance of the contract terms and

More information

Supplier Quality Manual

Supplier Quality Manual ALLIANCE ELECTRONICS DISTRIBUTOR Supplier Quality Manual 22412 Gilberto Rd. Rancho Santa Margarita, CA 92688 INTRODUCTION Welcome to Alliance Electronics Distributor (AED) Alliance Electronics Distributor

More information

Exhibit B - A/E Scope of Services (General Contracting Project) State of Ohio Professional Services Agreements for Public Facility Construction

Exhibit B - A/E Scope of Services (General Contracting Project) State of Ohio Professional Services Agreements for Public Facility Construction - State of Ohio Professional Services Agreements for Public Facility Construction TABLE OF CONTENTS ARTICLE 1 - BASIC SERVICES... 1 ARTICLE 2 - PROGRAM VERIFICATION STAGE... 2 ARTICLE 3 - SCHEMATIC DESIGN

More information

REQUIREMENTS FOR SAFETY RELATED SOFTWARE IN DEFENCE EQUIPMENT PART 1: REQUIREMENTS

REQUIREMENTS FOR SAFETY RELATED SOFTWARE IN DEFENCE EQUIPMENT PART 1: REQUIREMENTS Ministry of Defence Defence Standard 00-55(PART 1)/Issue 2 1 August 1997 REQUIREMENTS FOR SAFETY RELATED SOFTWARE IN DEFENCE EQUIPMENT PART 1: REQUIREMENTS This Part 1 of Def Stan 00-55 supersedes INTERIM

More information

Instructions For Populating GFP Attachments

Instructions For Populating GFP Attachments Instructions For Populating GFP Attachments August 2014 The two attachments for GFP serve multiple purposes in the contract. They document the agreement between the Government and the contractor on what

More information

RFP # Request for Proposal Branding Services. Date: January 12, Proposals must be submitted by 3:00 PM: February 10, 2017

RFP # Request for Proposal Branding Services. Date: January 12, Proposals must be submitted by 3:00 PM: February 10, 2017 RFP #1116-1 Request for Proposal Branding Services Date: January 12, 2017 Proposals must be submitted by 3:00 PM: February 10, 2017 Purchasing Department Queens Borough Public Library 89-11 Merrick Boulevard

More information

SYSTEMS ENGINEERING REQUIREMENTS AND PRODUCTS

SYSTEMS ENGINEERING REQUIREMENTS AND PRODUCTS SMC Standard SMC-S-001 1 July 2013 ------------------------ Supersedes: SMC-S-001 (2010) Air Force Space Command SPACE AND MISSILE SYSTEMS CENTER STANDARD SYSTEMS ENGINEERING REQUIREMENTS AND PRODUCTS

More information

Summary of TL 9000 R4.0 Requirements Beyond ISO 9001:2000

Summary of TL 9000 R4.0 Requirements Beyond ISO 9001:2000 This summary identifies the additional TL 9000 Release 4.0 requirements beyond those stated in ISO 9001:2000. See the TL 9000 R4.0 Handbook for the actual TL 9000 R4.0 requirements. ISO 9001:2000 section

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

Production Part Approval Process (PPAP)

Production Part Approval Process (PPAP) Document ID: QN-M04 Page 1 of 13 Aerojet Rocketdyne Quality Note M04 Date: 03/16/2016 Table of Contents 1. PURPOSE... 2 2. APPLICATION... 2 2.1. Resubmissions... 2 2.2. Applicable Documents... 3 3. CONVENTIONS...

More information

AEROSPACE STANDARD. Quality Systems - Aerospace - Model for Quality Assurance in Design, Development, Production, Installation and Servicing

AEROSPACE STANDARD. Quality Systems - Aerospace - Model for Quality Assurance in Design, Development, Production, Installation and Servicing AEROSPACE STANDARD AS9100 Technically equivalent to AECMA pren 9100 Issued 1999-11 Revised 2001-08 Superseding AS9100 REV. A Quality Systems - Aerospace - Model for Quality Assurance in Design, Development,

More information

EXHIBIT K: PROJECT ASSUMPTIONS GENERAL AND PROJECT ADMINISTRATION ASSUMPTIONS

EXHIBIT K: PROJECT ASSUMPTIONS GENERAL AND PROJECT ADMINISTRATION ASSUMPTIONS EXHIBIT K: PROJECT ASSUMPTIONS CGI has specified general project assumptions as well as assumptions associated with specific tasks, activities, roles and responsibilities. These additional assumptions

More information

Oracle Contract Lifecycle Management for Public Sector

Oracle Contract Lifecycle Management for Public Sector Oracle Contract Lifecycle Management for Public Sector Oracle Contract Lifecycle Management for Public Sector (CLM) is a comprehensive, integrated and end-to-end solution that provides automated and streamlined

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September

More information

Rev A. Vendor Compliance Manual

Rev A. Vendor Compliance Manual 9004160 Rev A Vendor Compliance Manual Using the Vendor Compliance Manual This manual is designed to provide you with Automation Products Group, Inc. s (APG s) supply chain requirements. Please carefully

More information

SECTION QUALITY REQUIREMENTS

SECTION QUALITY REQUIREMENTS SECTION 014000 - PART 1 - GENERAL 1.1 SUMMARY A. Defines SRP requirements for Contractor Quality Control and Owner Quality Assurance. As an Electric and Water Utility, SRP has many critical facilities.

More information

DEPARTMENT OF DEFENSE HANDBOOK GUIDANCE FOR ACQUISITION OF TRAINING DATA PRODUCTS AND SERVICES (PART 1 OF 5 PARTS)

DEPARTMENT OF DEFENSE HANDBOOK GUIDANCE FOR ACQUISITION OF TRAINING DATA PRODUCTS AND SERVICES (PART 1 OF 5 PARTS) NOT MEASUREMENT SENSITIVE DEPARTMENT OF DEFENSE HANDBOOK MIL-HDBK-29612-1A 31 August 2001 Supersedes MIL-HDBK-29612-1 30 July 1999 GUIDANCE FOR ACQUISITION OF TRAINING DATA PRODUCTS AND SERVICES (PART

More information

SOURCE SELECTION PLAN. {Insert if Phase I or Phase II} {Insert Project Name} {Insert Project Acronym} SOLICITATION XXXXXX-xx-R-xxxx

SOURCE SELECTION PLAN. {Insert if Phase I or Phase II} {Insert Project Name} {Insert Project Acronym} SOLICITATION XXXXXX-xx-R-xxxx SOURCE SELECTION PLAN {Insert if Phase I or Phase II} {Insert Project Name} {Insert Project Acronym} SOLICITATION XXXXXX-xx-R-xxxx {INSERT MONTH & YEAR} COORDINATION: Contracting Officer Date IPT Leader

More information

Space project management

Space project management ECSS-M-ST-10C Rev. 1 Space project management Project planning and implementation ECSS Secretariat ESA-ESTEC Requirements & Standards Division Noordwijk, The Netherlands Foreword This Standard is one of

More information

Regulatory Guide Developing Software Life Cycle Processes for Digital Computer Software Used in Safety Systems of Nuclear Power Plants

Regulatory Guide Developing Software Life Cycle Processes for Digital Computer Software Used in Safety Systems of Nuclear Power Plants Regulatory Guide 1.173Developing Software Lif... Page 1 of 10 September 1997 Regulatory Guide 1.173 Developing Software Life Cycle Processes for Digital Computer Software Used in Safety Systems of Nuclear

More information

Report No. D January 11, Defense Logistics Agency Contracts for M2 Machine Gun Spare Parts in Support of Operations in Southwest Asia

Report No. D January 11, Defense Logistics Agency Contracts for M2 Machine Gun Spare Parts in Support of Operations in Southwest Asia Report No. D-2010-035 January 11, 2010 Defense Logistics Agency Contracts for M2 Machine Gun Spare Parts in Support of Operations in Southwest Asia Additional Information and Copies To obtain additional

More information

Transit Return on Investment (ROI) Study Request for Proposals (RFP)

Transit Return on Investment (ROI) Study Request for Proposals (RFP) Transit Return on Investment (ROI) Study Request for Proposals (RFP) Table of Contents 1. Introduction... 1 2. Scope of Services... 1 3. Project Schedule... 5 4. Evaluation Criteria... 5 5. Submission

More information

Commissioning Guide. Transportation and Works Building Design and Construction Division

Commissioning Guide. Transportation and Works Building Design and Construction Division Commissioning Guide Transportation and Works December 13, 2013 TABLE OF CONTENTS 1. COMMISSIONING 12 STEP PROCESS... 1 2. PURPOSE OF THE GUIDE... 2 3. INTENT OF COMMISSIONING... 2 4. DEFINITION OF COMMISSIONING...

More information

ARTICLE 4 SPECIFICATIONS AND SCOPES OF WORK

ARTICLE 4 SPECIFICATIONS AND SCOPES OF WORK ARTICLE 4 SPECIFICATIONS AND SCOPES OF WORK As discussed in Article 3, all Standard, Simplified, and Sole Source Purchases begin with written Specifications or a written Scope of Work ( SoW ). The importance

More information

Definitions Definitions used in this document are taken from TNI SOP 7-100, and may be found there.

Definitions Definitions used in this document are taken from TNI SOP 7-100, and may be found there. Request for Proposal (RFP) Evaluating Non-Governmental Accreditation Bodies BACKGROUND The NELAC Institute (TNI) is a 501(c)(3) non-profit organization whose mission is to foster the generation of environmental

More information

Request for Quote (RFQ) For. Brown County

Request for Quote (RFQ) For. Brown County Request for Quote (RFQ) For Brown County Fiber Optic Cable Material, Brown County Project #2148A FIBER OPTIC CABLE MATERIAL PROJECT 2148A Published Date: May 4, 2017 Response Deadline: May 10, 2017 3:00

More information

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT City of McMinnville, Community Development Department ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT Bid Document Nolan Ming 10/11/2017 ALL-IN-ONE

More information

Report of the Reliability Improvement Working Group (RIWG) Volume II - Appendices

Report of the Reliability Improvement Working Group (RIWG) Volume II - Appendices Report of the Reliability Improvement Working Group (RIWG) Volume II - Appendices Appendix 1 Formulate Programs with a RAM Growth Program II-1 1.1 Reliability Improvement Policy II-3 1.2 Sample Reliability

More information

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date CUSTOMER NAME Security Awareness Education Request for Proposal Program Content & Hosting Services Date Contents SAE Project Overview... 3 SAE Vendor Qualifications... 3 Project Milestones... 3 CUSTOMER

More information

Request For Information (RFI) For a. Spectrum Management & Monitoring System (SMMS)

Request For Information (RFI) For a. Spectrum Management & Monitoring System (SMMS) Request For Information (RFI) For a Spectrum Management & Monitoring System (SMMS) Table of Contents 1 Introduction... 3 1.1 About Iraq CMC... 3 1.2 The Iraq CMC Objectives... 3 1.3 RFI Process... 4 2

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 03-Jan-2013 1300282434-0001 N/A 6.

More information

Request For Proposal Of Printing and Design Services. Marketing Department

Request For Proposal Of Printing and Design Services. Marketing Department Request For Proposal Of Printing and Design Services Marketing Department Released on June 3, 2016 Mosaic Youth Theatre of Detroit Printing and Design Services REQUEST FOR PROPOSAL (RFP) BACKGROUND Mosaic

More information

ISO 9001 QUALITY MANUAL

ISO 9001 QUALITY MANUAL ISO 9001 QUALITY MANUAL Origination Date: 10/01/14 Document Identifier: AIF quality control manual Date: 10/01/14 Project: Customer review Document Status: Released Document Link: www.aeroindfast.com Abstract:

More information

FEC QUALITY MANUAL. Federal Equipment Company River Rd. Cincinnati, Ohio

FEC QUALITY MANUAL. Federal Equipment Company River Rd. Cincinnati, Ohio QMS-20 2016 FEC QUALITY MANUAL Federal Equipment Company 5298 River Rd Cincinnati, Ohio 45233 www.federalequipment.com www.fecheliports.com www.usdrillhead.com www.orionseals.com www.tkf.com REVISION:

More information

How to Use the Government Furnished Property Attachments: A Step-by-Step Tutorial

How to Use the Government Furnished Property Attachments: A Step-by-Step Tutorial How to Use the Government Furnished Property Attachments: A Step-by-Step Tutorial Presented by: Defense Procurement and Acquisition Policy (DPAP) 1 This information:» Should not be construed as changing

More information

0. 0 TABLE OF CONTENTS

0. 0 TABLE OF CONTENTS QUALITY MANUAL Conforming to ISO 9001:2008 0. 0 TABLE OF CONTENTS Section Description ISO 9001 Clause Page 0 TABLE OF CONTENTS n/a 2 1 PIMA VALVE, INC. DESCRIPTION n/a 3 2 QUALITY MANUAL DESCRIPTION 4.2.2

More information

NR CHECKLIST Rev. 1. QAM IMP References NBIC Part 3, 1.8 Y N Y N a. Organization. Company Name/Certificate Number: Page 1 of 26

NR CHECKLIST Rev. 1. QAM IMP References NBIC Part 3, 1.8 Y N Y N a. Organization. Company Name/Certificate Number: Page 1 of 26 Company Name/Certificate Number: Page 1 of 26 a. Organization a.1. Has the Organizational Structure of the program identified the levels of management responsible for the Quality System Program, including

More information

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017 SECTION 01 4000 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

Injection Mold Tooling Responsibilities

Injection Mold Tooling Responsibilities Injection Mold Tooling Responsibilities Part Supplier (PS) Managed Tooling Introduction This document contains tooling specific responsibilities. When conflicts arise between program specific statements

More information

REFERENCES Overview Quality Assurance Engineering Program...5

REFERENCES Overview Quality Assurance Engineering Program...5 TABLE OF CONTENTS REFERENCES... 4 CHAPTER 1 QAE GUIDANCE OVERVIEW 1.1. Overview... 5 1.2. Quality Assurance Engineering Program...5 CHAPTER 2 QAE MANAGEMENT STRUCTURE 2.1. Heads of DCMA QA-HQ and Operations...6

More information

Information Technology Services Project Management Office Operations Guide

Information Technology Services Project Management Office Operations Guide Information Technology Services Project Management Office Operations Guide Revised 3/31/2015 Table of Contents ABOUT US... 4 WORKFLOW... 5 PROJECT LIFECYCLE... 6 PROJECT INITIATION... 6 PROJECT PLANNING...

More information

Quality Manual ISO 9001:2000

Quality Manual ISO 9001:2000 Quality Manual ISO 9001:2000 Page 2 of 23 TABLE OF CONTENTS COVER PAGE...1 TABLE OF CONTENTS...2 SIGNATURES...3 QUALITY POLICY...4 INTRODUCTION...5 CORPORATE PROFILE...9 4.O QUALITY MANAGEMENT SYSTEM...10

More information

DATA ITEM DESCRIPTION

DATA ITEM DESCRIPTION DATA ITEM DESCRIPTION Title: Test Plans/Test Procedures Number: DI-SESS-81704 Approval Date: 20061122 AMSC Number: F7658 Limitation: N/A DTIC Applicable: N/A GIDEP Applicable: N/A Preparing Activity: 10

More information

PART THREE: Work Plan and IV&V Methodology (RFP 5.3.3)

PART THREE: Work Plan and IV&V Methodology (RFP 5.3.3) PART THREE: Work Plan and IV&V Methodology (RFP 5.3.3) 3.1 IV&V Methodology and Work Plan 3.1.1 NTT DATA IV&V Framework We believe that successful IV&V is more than just verification that the processes

More information

Manage Deliverables - Construction Step 6 February 2015

Manage Deliverables - Construction Step 6 February 2015 Manage Deliverables - Construction Step 6 February 2015 1 Construction Phase Step 1: Needs Development Step 2: Scope Development Step 3: Selection of Design Team Step 4: Design Phase Step 5: Selection

More information

Procurement Standard Text Codes Revision I - Dated 20 April, 2005

Procurement Standard Text Codes Revision I - Dated 20 April, 2005 THE CODES LISTED HEREIN ARE ADDITIONAL REQUIREMENTS THAT MAY BE REFERENCED IN ORBITAL S PURCHASE DOCUMENTS. THE FIRST PORTION OF THIS FORM LISTS THE CODES AND THEIR TITLES SORTED BY THEIR CODE GROUPS.

More information

SIKORSKY AIRCRAFT TOOLING BULLETIN SA7303 December 15, 2015

SIKORSKY AIRCRAFT TOOLING BULLETIN SA7303 December 15, 2015 Sikorsky Aircraft Tooling Bulletin Page 1 of 9 1.0 INTRODUCTION: Most Special Tooling (ST) used by Sikorsky suppliers is provided by Sikorsky or through Government funding. This document establishes supplier

More information

Page 1 / 11. Version 0 June 2014

Page 1 / 11. Version 0 June 2014 Page 1 / 11 CORRESPONDENCE MATRIX NQSA NSQ-100 version 0 NUCLEAR SAFETY AND QUALITY MANAGEMENT SYSTEM REQUIREMENTS Model for quality management in design & development, manufacturing, erection, commissioning

More information

FOR PLANNING PURPOSES ONLY!

FOR PLANNING PURPOSES ONLY! COMPANY (Bus. Area, Facility or Unit) Unique Identification (UID) And Radio Frequency Identification (RFID) Implementation Approach Dated February 17, 2005 FOR PLANNING PURPOSES ONLY! TABLE OF CONTENTS.

More information

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC PREPARED BY: Metropolitan Washington Airports Authority Washington Dulles International Airport Engineering

More information

NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP)

NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP) NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP) PROJECT: SERVER REPLACEMENT November 28, 2016 OVERVIEW 1. Project Background and Description The Northeast Texas Public Health

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Consulting Services for Development of the Business Intelligence & Analytics Office Date: 9/11/2017 Project Name: Business Intelligence & Analytics Program

More information

CHAPTER 2: IMPLEMENTATION PHASES AND OFFERINGS

CHAPTER 2: IMPLEMENTATION PHASES AND OFFERINGS CHAPTER 2: IMPLEMENTATION PHASES AND OFFERINGS Objectives Introduction The objectives are: Describe the purpose of the phase planning activity, preconditions, and deliverables in the implementation methodology.

More information

COMPLIANCE WITH THIS PUBLICATION IS MANDATORY

COMPLIANCE WITH THIS PUBLICATION IS MANDATORY Template modified: 27 May 1997 14:30 BY ORDER OF THE SECRETARY OF THE AIR FORCE AIR FORCE INSTRUCTION 63-501 31 MAY 1994 Certified Current 4 November 2009 Acquisition AIR FORCE ACQUISITION QUALITY PROGRAM

More information

Desk Audit of. Based on Federal Transit Administration (FTA) Quality Assurance and Quality Control Guidelines FTA-IT

Desk Audit of. Based on Federal Transit Administration (FTA) Quality Assurance and Quality Control Guidelines FTA-IT Desk Audit of Based on Federal Transit Administration (FTA) Quality Assurance and Quality Control Guidelines FTA-IT-90-5001-02.1 Reviewed by: Element Requirements Applicable 1. Is a quality policy defined

More information

4. RELATED DOCUMENTS AND FORMS 4.1. AS ISO Cambridge Valley Machining, Inc. QMS procedures, including, but not limited to:

4. RELATED DOCUMENTS AND FORMS 4.1. AS ISO Cambridge Valley Machining, Inc. QMS procedures, including, but not limited to: Approved By: Purchasing Manager Candice Lane (signature on file) Date: 5/26/17 Approved By: Process Owner James D. Moore (signature on file) Date: 5/26/17 1. PURPOSE 1.1. To define Cambridge Valley Machining,

More information

Supplier Quality Manual

Supplier Quality Manual including subsidiaries of Mexico and Canada Supplier Quality Manual Issue date: March 1, 2010 Revised: April 7, 2011 Page 1 of 14 Corporate Quality Statement Quality plays a vital role in SCHOTT Gemtron

More information

EVANS CAPACITOR COMPANY

EVANS CAPACITOR COMPANY DISTRIBUTION LIST: Location Book # Quality Manager 0001 President 0002 CEO 0003 Engineering Manager 0004 Production Manager 0005 Office Manager 0006 Page 1 of 33 REV A 11/18/03 TABLE OF CONTENTS Page Distribution

More information

DCMA INSTRUCTION 2501 CONTRACT MAINTENANCE

DCMA INSTRUCTION 2501 CONTRACT MAINTENANCE DCMA INSTRUCTION 2501 CONTRACT MAINTENANCE Office of Primary Responsibility: Contract Maintenance Capability Effective: August 14, 2017 Releasability: Cleared for public release New Issuance Incorporates:

More information

Title: PROCUREMENT QUALITY REQUIREMENTS CWCDS Dayton, OH

Title: PROCUREMENT QUALITY REQUIREMENTS CWCDS Dayton, OH Page 1 of 7 QUALITY CLAUSES Clause A - Quality System Requirements All references to the term "Government" in any of the documents referenced below shall be replaced with the term "Curtiss Wright Controls

More information

SECTION C - DESCRIPTION / SPECIFICATIONS / STATEMENT OF WORK

SECTION C - DESCRIPTION / SPECIFICATIONS / STATEMENT OF WORK SECTION C - DESCRIPTION / SPECIFICATIONS / STATEMENT OF WORK C.1. OBJECTIVE The objective of OASIS is to provide Government agencies with total integrated solutions for a multitude of professional service

More information