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

Size: px
Start display at page:

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

Transcription

1 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 12-Dec N/A 6. ISSUED BY CODE N ADMINISTERED BY (If other than Item 6) CODE S2404A NAVAIR Aircraft Division Pax River BUNDY ROAD, Bldg 441 Patuxent River MD 670 natia.johnson@navy.mil DCMA Manassas George Carter Way Chantilly VA NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. National Technologies Associates, Inc Shirlington Road, Suite 700 Arlington VA 226 9B. DATED (SEE ITEM 11) CAGE CODE [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. - 10B. DATED (SEE ITEM 13) 8V131 FACILITY CODE 01-Dec THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers 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 one (1) copy 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 ACKNOWLEDGEMENT 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) SEE SECTION G 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 [X] D. OTHER (Specify type of modification and authority) FAR (a) Bilateral Modification and FAR Limitation of Funds E. IMPORTANT Contractor [ ] is not, [ X ] is required to sign this document and return 1 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Sally Fecteau, Contracts Director Rita A Pegg, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/sally Fecteau 12-Dec-14 BY /s/rita A Pegg 12-Dec-14 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN PREVIOUS EDITION UNUSABLE STANDARD FORM 30 (Rev ) Prescribed by GSA FAR (48 CFR)

2 2 of 2 GENERAL INFORMATION The purpose of this modification is to (1) Provide incremental funding for continued contract performance, (2) Update Section G - SEA Allotment of Funds clause, and (3) Add C-TXT-ECMRA clause to Section C - Required Enterprise-Wide Contractor Manpower Reporting Application (ECMRA) information. Accordingly, said Task Order is modified as follows A conformed copy of this Task Order is attached to this modification for informational purposes only. The Line of Accounting information is hereby changed as follows The total amount of funds obligated to the task is hereby increased from $ by to. CLIN/SLIN Type Of Fund From ($) By ($) To ($) APN RDT&E APN APN APN APN APN RDT&E APN APN APN 0.00 The total value of the order is hereby increased from $ by to. The Period of Performance of the following line items is hereby changed as follows CLIN/SLIN From To

3 1 of 64 SECTION B SUPPLIES OR SERVICES AND PRICES CLIN - SUPPLIES OR SERVICES For Cost Type Items Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 4000 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60S Air Vehiclein accordance with SOW 4.1 and CDRLs (Funding - APN-1) (APN) 1.0 LO R706 Funding in support of CLIN 4000 (APN) R706 Funding in support of CLIN 4000 (APN) 4010 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60S AMCM/LINK-16 in accordance with SOW 4.2 and CDRLs. (RDT&E) 1.0 LO $ $ R706 Funding in support of CLIN 4010 (RDT&E) R706 Funding in support of CLIN 4010 (RDT&E) 40 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60R in accordance with SOW 4.3 and CDRLs(Funding - APN-1)(APN) 1.0 LO $ $ $ 4001 R706 Funding in support of CLIN 40 (APN) 4002 R706 Funding in support of CLIN 40 (APN) 4030 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60in accordance with SOW 4.4 and CDRLs (Funding - O&MN) (Fund Type - OTHER) 1.0 LO $ $ R706 Funding in support of CLIN 4030 (O&MN,N) R706 Funding in support of CLIN 4030 (O&MN,N) R706 Funding in support of CLIN 4030 (Fund Type -OTHER) 4040 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60in accordance with SOW 4.5 and CDRLs (Funding - APN-5) (Fund Type- OTHER) 1.0 LO

4 2 of 64 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R706 Funding in support of CLIN 4040 (APN) 4050 R706 Data for 4000 Series CLINs NSP (Fund Type - OTHER) 4100 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60S Air Vehiclein accordance with SOW 4.1 and CDRLs (Funding - APN-1) (Fund Type- OTHER) 1.0 LO $ 1.0 LO $ R706 Funding in support of CLIN 4100 (Fund Type -OTHER) R706 Funding in support of CLIN 4100 (Fund Type -OTHER) R706 Funding in support of CLIN 4100 (Fund Type -OTHER) 4110 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60S AMCM/LINK-16 in accordance with SOW 4.2 and CDRLs(RDT&E) 1.0 LO $ R706 Funding in support of CLIN 4110 (RDT&E) R706 Funding in support of CLIN 4110 (RDT&E) 41 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60R in accordance with SOW 4.3 and CDRLs(Funding - APN-1)(Fund Type - OTHER) 1.0 LO 4101 R706 Funding in support of CLIN 41 (Fund Type -OTHER) 4102 R706 Funding in support of CLIN 41 (Fund Type -OTHER) 4103 R706 Funding in support of CLIN 41 (Fund Type -OTHER) 4130 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60in accordance with SOW 4.4 and CDRLs (Funding - O&MN) (Fund Type - OTHER) 1.0 LO R706 Funding in support of CLIN 4130 (O&MN,N) R706 Funding in support of CLIN 4130 (O&MN,N) R706 Funding in support of CLIN 4130 (Fund Type -OTHER)

5 3 of 64 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 4140 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60in accordance with SOW 4.5 and CDRLs (Funding - APN-5) (Fund Type- OTHER) 1.0 LO $ R706 Funding in support of CLIN 4140 (Fund Type -OTHER) R706 Funding in support of CLIN 4140 (Fund Type -OTHER) R706 Funding in support of CLIN 4140 (Fund Type -OTHER) 4150 R706 Data for 4100 Series CLINs NSP (Fund Type - OTHER) 40 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60H-60S Air Vehicle in accordance with SOW 4.1 and CDRLs (Funding - APN-1) (Fund Type- OTHER) 1.0 LO $ 1.0 LO $ 4001 R706 Funding in support of CLIN 40 (Fund Type -OTHER) 4002 R706 Funding in support of CLIN 40 (Fund Type -OTHER) 4210 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60S AMCM/LINK-16 in accordance with SOW 4.2 and CDRLs. (RDT&E) 1.0 LO $ R706 Funding in support of CLIN 4210 (RDT&E) R706 Funding in support of CLIN 4210 (RDT&E) 42 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60R in accordance with SOW 4.3 and CDRLs(Funding - APN-1)(Fund Type - OTHER) 1.0 LO 4201 R706 Funding in support of CLIN 42 (Fund Type -OTHER) 4202 R706 Funding in support of CLIN 42 (Fund Type -OTHER) 4230 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60in accordance with SOW 4.4 and CDRLs (Funding - O&MN) (Fund Type - OTHER) 1.0 LO

6 4 of 64 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R706 Funding in support of CLIN 4230 (O&MN,N) R706 Funding in support of CLIN 4230 (O&MN,N) R706 Funding in support of CLIN 4230 (O&MN,N) R706 Funding in support of CLIN 4230 (O&MN,N) 4240 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60in accordance with SOW 4.5 and CDRLs (Funding - APN-5) (Fund Type- OTHER) 1.0 LO R706 Funding in support of CLIN 4240 (Fund Type -OTHER) R706 Funding in support of CLIN 4240 (Fund Type -OTHER) R706 Funding in support of CLIN 4240 (Fund Type -OTHER) 4250 R706 Data for 40 Series CLINs NSP (Fund Type - OTHER) 4300 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60S Air Vehiclein accordance with SOW 4.1 and CDRLs (Funding - APN-1) (Fund Type- OTHER) 1.0 LO 1.0 LO R706 Funding in support of CLIN 4300 (APN) R706 Funding in support of CLIN 4300 (APN) 4310 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60S AMCM/LINK-16 in accordance with SOW 4.2 and CDRLs. (RDT&E) 1.0 LO R706 Funding in support of CLIN 4310 (RDT&E) 43 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60R in accordance with SOW 4.3 and CDRLs(Funding - APN-1)(Fund Type - OTHER) 1.0 LO 4301 R706 Funding in support of CLIN 43 (APN) 4302 R706 Funding in support of CLIN 43 (APN) 4330 R706 Provide Integrated Logistics Supportand Contractor Support Services 1.0 LO

7 5 of 64 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF for PMA-299, H-60in accordance with SOW 4.4 and CDRLs (Funding - O&MN) (Fund Type - OTHER) 4340 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60in accordance with SOW 4.5 and CDRLs (Funding - APN-5) (Fund Type- OTHER) 1.0 LO R706 Funding in support of CLIN 4340 (APN) R706 Funding in support of CLIN 4340 (APN) R706 Funding in support of CLIN 4340 (APN) R706 Funding in support of CLIN 4340 (APN) R706 Funding in support of CLIN 4340 (APN) 4350 R706 Data for 4300 Series CLINs NSP (Fund Type - OTHER) 1.0 LO For ODC Items Item PSC Supplies/Services Qty Unit Est. Cost 6000 R706 ODC in support of CLIN 4000 (Funding - APN-1)(APN) 1.0 LO R706 ODC Funding in support of CLIN 4000 (APN) R706 ODC Funding in support of CLIN 4000 (APN) 6010 R706 ODC in support of CLIN 4010 (RDT&E) 1.0 LO R706 ODC funding in support of CLIN 4010 (RDT&E) R706 ODC funding in support of CLIN 4010 (RDT&E) 60 R706 ODC in support of CLIN 40 (Funding - APN-1)(APN) 1.0 LO 6001 R706 ODC funding in support of CLIN 40 (APN) 6002 R706 ODC funding in support of CLIN 40 (APN) 6030 R706 ODC in support of CLIN 4030 (Funding - O&MN) (Fund Type - OTHER) 1.0 LO R706 ODC funding in support of CLIN 4030 (O&MN,N) R706 ODC funding in support of CLIN 4030 (Fund Type -OTHER) 6040 R706 ODC in support of CLIN 4040 (Funding APN-5)(Fund Type - OTHER) 1.0 LO R706 ODC funding in support of CLIN 4040 (APN) 6100 R706 ODC in support of CLIN 4100 (Funding - APN-1)(Fund Type - OTHER) 1.0 LO R706 Funding in support of CLIN 6100 (Fund Type -OTHER) R706 Funding in support of CLIN 6100 (Fund Type -OTHER) 6110 R706 ODC in support of CLIN 4110 (RDT&E) 1.0 LO

8 6 of 64 Item PSC Supplies/Services Qty Unit Est. Cost R706 Funding in support of CLIN 6110 (RDT&E) R706 Funding in support of CLIN 6110 (RDT&E) 61 R706 ODC in support of CLIN 41 (Funding - APN-1)(Fund Type - OTHER) 1.0 LO 6101 R706 Funding in support of CLIN 61 (Fund Type -OTHER) 6102 R706 Funding in support of CLIN 61 (Fund Type -OTHER) 6130 R706 ODC in support of CLIN 4130 (Funding - O&MN) (Fund Type - OTHER) 1.0 LO R706 Funding in support of CLIN 6130 (Fund Type -OTHER) R706 Funding in support of CLIN 6130 (Fund Type -OTHER) 6140 R706 ODC in support of CLIN 4140 (Funding? APN-5)(Fund Type - OTHER) 1.0 LO R706 Funding in support of CLIN 6140 (Fund Type -OTHER) R706 Funding in support of CLIN 6140 (Fund Type -OTHER) 60 R706 ODC in support of CLIN 40 (Funding - APN-1)(Fund Type - OTHER) 1.0 LO 6001 R706 Funding in support of CLIN 60 (Fund Type -OTHER) 6002 R706 Funding in support of CLIN 60 (Fund Type -OTHER) 6210 R706 ODC in support of CLIN 4210 (RDT&E) 1.0 LO R706 Funding in support of CLIN 6210 (RDT&E) 62 R706 ODC in support of CLIN 42 (Funding - APN-1)(Fund Type - OTHER) 1.0 LO 6201 R706 Funding in support of CLIN 62 (Fund Type -OTHER) 6202 R706 Funding in support of CLIN 62 (Fund Type -OTHER) 6230 R706 ODC in support of CLIN 4230 (Funding - O&MN) (Fund Type - OTHER) 1.0 LO R706 Funding in support of CLIN 6230 (O&MN,N) R R706 ODC in support ofclin 4240 (Funding APN-5) (Fund Type- OTHER) 1.0 LO R706 Funding in support of CLIN 6240 (Fund Type -OTHER) R706 Funding in support of CLIN 6240 (Fund Type -OTHER) 6300 R706 ODC in support of CLIN 4300 (Funding - APN-1)(Fund Type - OTHER) 1.0 LO R706 Funding in support of CLIN 6300 (APN) 6310 R706 ODC in support of CLIN 4310 (RDT&E) 1.0 LO R706 Funding in support of CLIN 6310 (RDT&E) 63 R706 ODC in support of CLIN 43 (Funding - APN-1)(Fund Type - OTHER) 1.0 LO 6301 R706 Funding in support of CLIN 63 (APN) 6302 R706 Funding in support of CLIN 63 (APN) 6330 R706 ODC in support of CLIN 4330 (Funding - O&MN) (Fund Type - OTHER) 1.0 LO 6340 R706 ODC in support of CLIN 4340 (Funding APN-5) (Fund Type- OTHER) 1.0 LO

9 7 of 64 Item PSC Supplies/Services Qty Unit Est. Cost R706 Funding in support of CLIN 6340 (APN) R706 Funding in support of CLIN 6340 (APN) For Cost Type Items Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 7000 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60Air Vehicle in accordance with SOW 4.1 and CDRLs(Funding - APN-1)(Fund Type - OTHER) 1.0 LO Option 7010 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60S AMCM/LINK-16 in accordance with SOW 4.2 and CDRLs. (RDT&E) 1.0 LO Option 70 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60R in accordance with SOW 4.3 and CDRLs(Funding - APN-1)(Fund Type - OTHER) 1.0 LO Option 7030 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60in accordance with SOW 4.4 and CDRLs (Funding - O&MN) (Fund Type - OTHER) 1.0 LO Option 7040 R706 Provide Integrated Logistics Supportand Contractor Support Services for PMA-299, H-60in accordance with SOW 4.5 and CDRLs (Funding - APN-5) (Fund Type- OTHER) 1.0 LO Option 7050 R706 Data for 7000 Series Clins NSP (Fund Type - OTHER) 1.0 LO $ Option For ODC Items Item PSC Supplies/Services Qty Unit Est. Cost 9000 R706 ODC in support of CLIN 7000 (Funding - APN-1)(Fund Type - OTHER) 1.0 LO Option

10 8 of 64 Item PSC Supplies/Services Qty Unit Est. Cost 9010 R706 ODC in support ofclin 7010 (RDT&E) 1.0 LO Option 90 R706 ODC in support of CLIN 70 (Funding - APN-1)(Fund Type - OTHER) 1.0 LO Option 9030 R706 ODC in support of CLIN 7030 (Funding - O&MN) (Fund Type - OTHER) 1.0 LO Option 9040 R706 ODC in support of CLIN 7040 (Funding? APN-5)(Fund Type - OTHER) 1.0 LO Option Clauses specified in Section B of the Seaport-e basic contract are incorporated into this order if applicable. The task order Contracting Officer and/or Contract Specialist will bilaterally create additional CLINs during performance of this task order to accommodate the multiple type of funds that will be used under this order. All CLINs are Cost Plus Fixed Fee or Cost Reimburseable to include travel, materials and NMCI. Approved Subcontractors Avian Engineering, LLC. Aviation Management Analytical Consultants, LLC. (AVMAC) DCS Corporation Don Selvey Enterprises, Inc. (DSE) Synectic Solutions, Inc.

11 9 of 64 SECTION C DESCRIPTIONS AND SPECIFICATIONS Performance-Based Statement of Work (PBSOW) Naval Air Systems Command PMA-299 H-60 Multi-Mission Helicopter Program Integrated Logistics Support (ILS) Contractor Support Services (CSS) 1.0 Introduction. This requirement is for the procurement of Acquisition Logistics and In-Service Logistics support services to the Navy Multi-Mission Helicopter Program Office (PMA-299). PMA-299 is responsible for acquisition logistics, sustainment, and life cycle support of multiple H-60 variants including SH-60B, SH-60F, HH-60H, MH-60R and MH-60S. The three primary Integrated Product Teams (IPTs) within PMA-299 are In-Service, MH-60R and MH-60S which are supported by multiple Tier 2 product IPTs for Air Vehicle, Mission Avionics, Flight Avionics, and Integrated Self Defense/Weapons. Both the MH-60R and MH-60S are ACAT 1C programs in Full Rate Production and include Pre-Planned Product Improvement upgrades in Mission Systems and Flight Avionics and the addition of new missions for Airborne Mine Counter Measures (AMCM) and Armed Helicopter. PMA-299 programs range from Systems Development and Demonstration phase to Operations and Support phase. 2.0 Scope. There are multiple Logistics Functional Leads Assistant Program Manager for Logistics (APML), (IPT) Deputy APMLs, Logistics Element Managers (LEMS), and Fleet staffs that are supported by this task order. The requirement is to provide ILS program management and logistics support services in the key areas of program/financial management, configuration management, modification management, inventory management, acquisition logistics, and sustainment logistics. Specific knowledge and experience requirements include maintenance planning and logistics support analysis, supply support and provisioning, technical data and publications (paper & electronic), support equipment, design interface, Depot Integrated Maintenance Planning (IMP), Title 10 Core depot establishment, Performance Based Logistics (PBL), modification planning and management, readiness analysis and reporting, Cost Wise Readiness processes, ILS element support requirements demand modeling & projection (spares/repairs, support equipment, publications), administration of the Resource Allocation and Management Program (RAMP) database, Naval Air Logistics Command Management Information System (NALCOMIS) baseline management, review and update of Weapon System Planning Documents (WSPD), and the Naval Air Systems Command (NAVAIR) procurement process including Procurement Initiation Document/Procurement Request (PID/PR), and other acquisition documents.

12 10 of Place of Performance. The requirement shall be performed at the following locations 60% at Patuxent River, MD / % on Government site 5% at Philadelphia, PA / 100% on Government site 7% at Cherry Point, NC / 0% on Government site 7% at Norfolk, VA / 0% on Government site 3% at Huntsville, AL / 100% on Government site 3% at Jacksonville, FL / 50% on Government site 2% at Richmond, VA / 100% on Government site 7% at San Diego, CA / 100% on Government site 3% at Tucson, AZ / 100% on Government site 3% at Owego, NY / 100% on Government site * All percentages are approximations 4.0 Requirements. The SOW for this task order is identified by specific platforms and types of appropriated funds. For billing and tracking purposes, reference NAVAIR ALT I SPECIAL PAY INSTRUCTIONS FOR PAYING OFFICE. 4.1 MH-60S Support. MH-60S APN-1 (CLINs 4000, 4100, 40, 4300, and 7000) - The MH-60S is a newly manufactured helicopter created via an Engineering Change Proposal (ECP) to the U.S. Army UH-60L helicopter that combines the proven airframe of the Army UH-60 with the marinized power plants and dynamic components of the Navy HH/SH-60 series helicopters. New airframe design elements include a modified tail cone bulkhead and cargo handling system. A new-design Common Cockpit, to be used on both the MH-60S and MH-60R, has been installed. Estimated aircraft to be procured is 275. Existing, common components were used to the maximum extent possible to reduce development costs and expedite the Fleet Introduction. The MH-60S supports several primary mission areas Combat Support, Armed Helicopter, and Organic Airborne Mine Countermeasures (OAMCM). Combat Support missions include Vertical Replenishment (VERTREP), Vertical Onboard Delivery (VOD), and Amphibious Search & Rescue (SAR). Armed Helo missions include Combat Search & Rescue

13 11 of 64 (CSAR), Surface Warfare (SUW), Anti-terrorism/Force Protection (AT/FP), and Special Warfare Support (SWS). Armed Helo mission equipment is highly common with the MH-60R. The MH-60S is designated an ACAT IC program and planned as an evolutionary acquisition program. Initial Operating Capability (IOC) was achieved in FY 02 with the Combat Support capability. The Contractor shall provide logistics program management support for the MH-60S in the following areas Logistics Program Management. The Contractor shall provide logistics program management support to the MH-60S APML and the Air Vehicle, Armed Helicopter, Mission Systems, and Flight Avionics DAPMLs through the review and sustainment of MH-60S specific logistics documents such as Acquisition Logistics Support Plan (ALSP), Logistics Requirements Funding Summary (LRFS), User Logistics Support Summary (ULSS), logistics integrated master schedule, Weapon System Planning Document (WSPD), Life Cycle Cost Analysis, SOW and CDRLs. The contractor shall assist in the development and update program management briefings for the APML/DAPML s. The contractor shall update the ALSP and ULSS when necessary. The contractor shall update the LRFS as changes occur in requirements and in the budget process. The contractor shall review and update the WSPD annually and facilitate a review by all stakeholders. The contractor shall assist in the development and maintain Integrate Master Schedules for logistics. The contractor shall perform Life Cycle Cost Analysis and provide recommendations for Total Ownership Cost reduction. The contractor shall assist in the development of SOWs and CDRLs for procurement actions. The Contractor shall provide logistics support pertaining to MH-60S ILS Acquisition contracts, modification / sustainment contracts, annual spend plans, Logistics Program and Process Reviews (LPPRs), logistics working groups, Integrated Logistics Assessments (ILAs), Initial Operational Capability Supportability Reviews (IOCSRs), Program Management Reviews (PMRs), Configuration Management (CM), Flight Hour Program (FHP) Cost Adjustments, Cost Wise Readiness, Naval Aviation Readiness Improvement Initiative Program (NAVRIIP), Product Enterprise Teams (PETs), Integrated Maintenance Program (IMP), Technical Directives, Rapid Action Maintenance Engineering Changes (RAMECs), Bulletins, Engineering Investigations (EIs), Reduction in Total Ownership Cost (RTOC) and communication with Logistics Element Managers (LEMs), Industry and Fleet activities.

14 12 of 64 The contractor shall track the status and progress of ILS acquisition, modification and sustainment contracts from pre-rfp stage through contract close out. The contractor shall assist in the development and update annual ILS budgets and spend plans for logistics funding and will track the execution of logistics funding. The contractor shall provide administrative support for LPPR s and logistics working groups including agenda s, briefing material, and coordinating for meeting spaces. The contractor shall provide support for the resolution of logistics deficiencies identified in the ILA and/or IOCSR. The contractor shall provide logistics program status to the IPT for inclusion in the PMR to include; status of ILS elements, deficiencies, mitigation plans, and current fleet readiness data. The contractor shall provide ILS configuration management support to include; review and staffing of Engineering Change Proposals (ECP) and Technical Directives (TD), development of Configuration Change Board briefings, development and staffing of the NAVAIR 4130 forms for ECP s and TD s, and management of changes within the e Power database. The contractor shall review ECP s for Flying Hour Program cost impact and develop cost adjustment sheets. The contractor shall assist the APML in supporting the Naval Aviation Readiness Improvement Initiative Program (NAVRIIP), Product Enterprise Teams (PETs), and the Current Readiness Cross-functional Team by reviewing fleet readiness and cost drivers and developing mitigation plans and status reports. The contractor shall assist NAVAIR, CNAF, and Type Wings through the review and staffing of TD s, RAMEC s and Bulletins within their assigned organizations. The contractor shall track the status of EI s. The contractor shall assess the logistics supportability and affordability of the weapon system and provide recommendations for Total Ownership Cost Reduction (R-TOC) projects. This assessment will include maintenance alternatives and identification of advantages and disadvantages of maintenance concepts. The contractor shall track and analyze fleet cost and readiness performance and provide briefings and status as directed. The contractor shall interface with Logistics Element Managers, industry personnel, and Fleet activities to perform these tasks Maintenance Planning & Design Interface. The Contractor shall provide technical expertise and recommendation on MH-60S maintenance planning and design interface matters to include Logistics Support Analyses (LSAs), maintenance philosophy, maintenance plans,

15 13 of 64 Reliability Centered Maintenance (RCM) data and Level of Repair Analysis (LORA). The contractor shall review and staff maintenance plans, RCM data, and LORA s and provide recommendations for approval Technical Data. The Contractor shall provide technical expertise and recommendation on MH-60S Organizational, Intermediate and Depot (O-I-D) level publications, Interactive Electronic Technical Manuals (IETMs), and Portable Electronic Maintenance Aids (PEMA). The contractor shall review technical data contract deliverables including Organizational, Intermediate and Depot (O-I-D) level publications, and Interactive Electronic Technical Manuals (IETMs) and provide recommendations for approval Supply Support. The Contractor shall provide technical expertise and recommendation on Navy H-60 supply support to include provisioning, sparing analysis, repair contracts, and Performance Based Logistics (PBLs). The contractor shall review provisioning documentation deliverables including Engineering Data for Provisioning (EDFP) and Design Change Notices (DCN) for accuracy and completeness and provide recommendations for approval. The contractor shall update provisioning files and data bases with approved data. The contractor shall perform a sparing analysis as a result of new systems or major changes to configuration or Fleet concept of operation. The contractor shall monitor the status and performance of repair contracts and provide recommendations to improve repair turn-around-time or correction of supply support deficits. The contractor shall assist in the development and maintain a spares procurement schedule and quantity that will support the approved WSPD and the H-60 concept of operations. The contractor shall assist the program office and NAVICP in the development of the PBL plan, performance based agreements, business case analysis, performance metrics, SOW and CDRLS necessary to award a PBL contract. The contractor shall assist NAVICP and DLA to expedite spares and repair requirements that impact the current readiness of the H-60 Fleet Support Equipment. The Contractor shall provide technical expertise and recommendation on MH-60S support equipment matters to include Support Equipment (SE) verification and procurement, SE Requirement Documents (SERDs), SE Requirements Management Information System (SERMIS) and Operational Test Program Sets (OTPS). The contractor shall assist the APML, DAPML s and Support Equipment Program Officer at NAWC AD Lakehurst in the development and execution of the Organizational, Intermediate and Depot Support Equipment procurement strategy including changes to budget and funding

16 14 of 64 requirements. The contractor shall review SERDs and provide recommendations for approval Manpower & Personnel & Training. The Contractor shall provide technical expertise and recommendation on MH-60S manpower and personnel analyses and training. The contractor shall assist PMA-5 in the development and update of the Naval Training Systems Plan (NTSP). The contractor shall provide recommendations for program office approval of Manpower Estimate Reports (MER), Preliminary Squadron Manning Documents (PSQMD), and Activity Manning Documents (AMD). The contractor shall assist the APML/DAPML in the development of an initial and cadre training plan including the development of SOW and CDRLs to support procurement Facilities & Ship Integration. The Contractor shall provide technical expertise and recommendation on MH-60S facilities and ship integration issues resulting from standing up of new squadrons, operating from and around new locations and operating from and around new ships. The contractor shall review Facilities Requirements Documents (FRD) and Site Activation Support Plans (SASP) and provide recommendations for approval Packaging, Handling, Storage & Transportation (PHS&T). The Contractor shall provide technical expertise and recommendation on MH-60S PHS&T issues. The contractor shall assist the program office and NAVICP in the identification and resolution of PHS&T issues Computer Resources Support. The Contractor shall provide technical expertise and recommendation on MH-60S computer resources support issues. The contractor shall assist the program office in the development of a Computer Resources Life Cycle Management Plan including a long range sustainment plan. 4.2 MH-60S Airborne Mine Counter Measures Logistics Program Management Support. MH-60S RTD&E (CLINs 4010, 4110, 4210, 4310, and 7010) The Contractor shall provide logistics program management support for the technical execution and tracking of the Airborne Mine Countermeasures (AMCM) program development, integration and test Logistics Program Management. The Contractor shall provide support to the MH-60S APML and the AMCM DAPML through the review and sustainment of AMCM specific logistics documents such as Acquisition Logistics Support Plan (ALSP), Logistics Requirements Funding Summary (LRFS), User Logistics Support Summary (ULSS), logistics integrated master schedule, Life Cycle Cost Analysis, and various acquisition documents.

17 15 of 64 The contractor shall assist in the development and update program management briefings for the APML/DAPML s. The contractor shall update the ALSP and ULSS when necessary. The contractor shall update the LRFS as changes occur in requirements and in the budget process. The contractor shall assist in the development and maintain Integrate Master Schedules for logistics. The contractor shall perform Life Cycle Cost Analysis and provide recommendations for Total Ownership Cost reduction Maintenance Planning & Design Interface. The Contractor shall provide technical expertise and recommendation on AMCM maintenance planning and design interface matters to include Logistics Support Analyses (LSAs), maintenance philosophy, maintenance plans, Reliability Centered Maintenance (RCM) data and Level of Repair Analysis (LORA). The contractor shall review and staff maintenance plans, RCM data, and LORA s and provide recommendations for approval Technical Data. The Contractor shall provide technical expertise and recommendation on AMCM Organizational, Intermediate and Depot (O-I-D) level publications, Interactive Electronic Technical Manuals (IETMs), and Portable Electronic Maintenance Aids (PEMA). The contractor shall review technical data contract deliverables including Organizational, Intermediate and Depot (O-I-D) level publications, and Interactive Electronic Technical Manuals (IETMs) and provide recommendations for approval Supply Support. The Contractor shall provide technical expertise and recommendation on AMCM supply support to include provisioning, sparing analysis, repair requirements, and PBLs. The contractor shall review provisioning documentation deliverables including Engineering Data for Provisioning (EDFP) and Design Change Notices (DCN) for accuracy and completeness and provide recommendations for approval. The contractor shall update provisioning files and data bases with approved data. The contractor shall perform a sparing analysis as a result of new systems or major changes to configuration or Fleet concept of operation. The contractor shall monitor the status and performance of repair contracts and provide recommendations to improve repair turn-around-time or correction of supply support deficits. The contractor shall assist in the development and maintain a spares procurement schedule

18 16 of 64 and quantity that will support the approved WSPD and the H-60 concept of operations. The contractor shall assist the program office and NAVICP in the development of the PBL plan, performance based agreements, business case analysis, performance metrics, SOW and CDRLS necessary to award a PBL contract. The contractor shall assist NAVICP and DLA to expedite spares and repair requirements that impact the current readiness of the H-60 Fleet Support Equipment. The Contractor shall provide technical expertise and recommendation on AMCM support equipment matters to include Support Equipment (SE) verification & procurement, SE Requirement Documents (SERDs), SE Requirements Management Information System (SERMIS) and Operational Test Program Sets (OTPS). The contractor shall assist the APML, DAPML s and Support Equipment Program Officer at NAWC AD Lakehurst in the development and execution of the Organizational, Intermediate and Depot Support Equipment procurement strategy including changes to budget and funding requirements. The contractor shall review SERDs and provide recommendations for approval Manpower & Personnel & Training. The Contractor shall provide technical expertise and recommendation on AMCM manpower and personnel analyses and training. The contractor shall assist PMA-5 in the development and update of the Naval Training Systems Plan (NTSP). The contractor shall provide recommendations for program office approval of Manpower Estimate Reports (MER), Preliminary Squadron Manning Documents (PSQMD), and Activity Manning Documents (AMD). The contractor shall assist the APML/DAPML in the development of an initial and cadre training plan including the development of SOW and CDRLs to support procurement Facilities & Ship Integration. The Contractor shall provide technical expertise and recommendation on AMCM facilities and ship integration issues resulting from standing up of new squadrons, operating from and around new locations and operating from and around new ships. The contractor shall review Facilities Requirements Documents (FRD) and Site Activation Support Plans (SASP) and provide recommendations for approval Packaging, Handling, Storage & Transportation (PHS&T). The Contractor shall provide technical expertise and recommendation on AMCM PHS&T issues. The contractor shall assist the program office and NAVICP in the identification and resolution of PHS&T issues.

19 17 of Computer Resources Support. The Contractor shall provide technical expertise and recommendation on AMCM computer resources support issues. The contractor shall assist the program office in the development of a Computer Resources Life Cycle Management Plan including a long range sustainment plan. 4.3 MH-60 Romeo Logistics Program Management Support. MH-60R APN-1 (CLINs 40, 41, 42, 43, and 70) - The MH-60R is a newly manufactured aircraft with avionics upgrades. Significant avionics improvements above the SH-60B Block I are being incorporated that will increase weapon system performance, reduce logistics cost, and increase operational readiness. Operation and Support (O&S) cost avoidance will be achieved by reducing current helicopter Type/Model/Series (TMS), reducing training duplications, use of common dynamic components, and incorporation of a cockpit common with the MH-60S. The MH-60R is intended to conduct its primary missions of Surface Warfare (SUW) and Anti-Submarine Warfare (ASW) in both open-ocean and littoral environments. The MH-60R was designed to ease configurability, which allows assets to flex and surge according to mission priority requirements. Secondary missions include Search and Rescue (SAR), Medical Evacuation (MEDEVAC), Vertical Replenishment (VERTREP), Naval Surface Fire Support (NSFS), Communications Relay (COMREL), logistics support and personnel transport. The MH-60R program is designated as an ACAT 1C program and is post MS-III having reached Initial Operating Capability in January 06 at Naval Air Station North Island, Fleet Replacement Squadron HSM-41. The Program of Record is currently 300 aircraft with approximately 50 aircraft delivered to date Logistics Program Management. The Contractor shall provide logistics program management support to the MH-60R APML and the Air Vehicle, Weapons, Mission Systems, & Flight Avionics DAPMLs through the review and sustainment of MH-60R specific logistics documents such as Acquisition Logistics Support Plan (ALSP), Logistics Requirements Funding Summary (LRFS), User Logistics Support Summary (ULSS), logistics integrated master schedule, Weapon System Planning Document (WSPD), Life Cycle Cost Analysis, and various acquisition documents. The contractor shall assist in the development and update program management briefings for the APML/DAPML s. The contractor shall update the ALSP and ULSS when necessary. The contractor shall update the LRFS as changes occur in requirements and in the budget process. The contractor shall review and update the WSPD annually and facilitate a review by all stakeholders. The contractor shall assist in the development and maintain Integrate Master Schedules for logistics. The contractor shall perform Life Cycle Cost Analysis and provide recommendations for

20 18 of 64 Total Ownership Cost reduction. The contractor shall assist in the development of SOWs and CDRLs for procurement actions. The Contractor shall provide logistics program management support pertaining to MH-60R ILS Acquisition contracts, modification / sustainment contracts, annual spend plans, Logistics Program and Process Reviews (LPPRs), logistics working groups, Integrated Logistics Assessments (ILAs), Initial Operational Capability Supportability Reviews (IOCSRs), Program Management Reviews (PMRs), Configuration Management (CM), Flight Hour Program (FHP) Cost Adjustments, Cost Wise Readiness, Naval Aviation Readiness Improvement Initiative Program (NAVRIIP), Product Enterprise Teams (PETs), Integrated Maintenance Program (IMP), Technical Directives, Rapid Action Maintenance Engineering Changes (RAMECs), Bulletins, Engineering Investigations (EIs), Reduction in Total Ownership Cost (RTOC) and communication with Logistics Element Managers (LEMs), Industry and Fleet activities. The contractor shall track the status and progress of ILS acquisition, modification and sustainment contracts from pre-rfp stage through contract close out. The contractor shall assist in the development and update annual ILS budgets and spend plans for logistics funding and will track the execution of logistics funding. The contractor shall provide administrative support for LPPR s and logistics working groups including agenda s, briefing material, and negotiation of the contract for meeting spaces. The contractor shall provide support for the resolution of logistics deficiencies identified in the ILA and/or IOCSR. The contractor shall provide logistics program status to the IPT for inclusion in the PMR to include; status of ILS elements, deficiencies, mitigation plans, and current fleet readiness data. The contractor shall provide ILS configuration management support to include; review and staffing of Engineering Change Proposals (ECP) and Technical Directives (TD), development of Configuration Change Board briefings, development and staffing of the NAVAIR 4130 forms for ECP s and TD s, and management of changes within the e Power database. The contractor shall review ECP s for Flying Hour Program cost impact and develop cost adjustment sheets. The contractor shall assist the APML in supporting the Naval Aviation Readiness Improvement Initiative Program (NAVRIIP), Product Enterprise Teams (PETs), and the Current Readiness Cross-functional Team by reviewing fleet readiness and cost drivers and developing mitigation plans and status reports. The contractor shall assist NAVAIR, CNAF, and Type Wings through the review and staffing of TD s, RAMEC s and Bulletins within their assigned organizations.

21 19 of 64 The contractor shall track the status of EI s. The contractor shall assess the logistics supportability and affordability of the weapon system and provide recommendations for Total Ownership Cost Reduction (R-TOC) projects. This assessment will include maintenance alternatives and identification of advantages and disadvantages of maintenance concepts. The contractor shall track and analyze fleet cost and readiness performance and provide briefings and status as directed. The contractor shall interface with Logistics Element Managers, industry personnel, and Fleet activities to perform these tasks Maintenance Planning & Design Interface. The Contractor shall provide technical expertise and recommendation on MH-60R maintenance planning and design interface matters to include Logistics Support Analyses (LSAs), maintenance philosophy, maintenance plans, Reliability Centered Maintenance (RCM) data and Level of Repair Analysis (LORA). The contractor shall review and staff maintenance plans, RCM data, and LORA s and provide recommendations for approval Technical Data. The Contractor shall provide technical expertise and recommendation on MH-60R Organizational, Intermediate and Depot (O-I-D) level publications, Interactive Electronic Technical Manuals (IETMs), and Portable Electronic Maintenance Aids (PEMA). The contractor shall review technical data contract deliverables including Organizational, Intermediate and Depot (O-I-D) level publications, and Interactive Electronic Technical Manuals (IETMs) and provide recommendations for approval Supply Support. The Contractor shall provide technical expertise and recommendation on Navy H-60 supply support to include provisioning, sparing analysis, repair requirements, and PBLs. The contractor shall review provisioning documentation deliverables including Engineering Data for Provisioning (EDFP) and Design Change Notices (DCN) for accuracy and completeness and provide recommendations for approval. The contractor shall update provisioning files and data bases with approved data. The contractor shall perform a sparing analysis as a result of new systems or major changes to configuration or Fleet concept of operation. The contractor shall monitor the status and performance of repair contracts and provide recommendations to improve repair turn-around-time or correction of supply support deficits. The contractor shall assist in the development and maintain a spares procurement schedule and quantity that will support the approved WSPD and the H-60 concept of operations.

22 of 64 The contractor shall assist the program office and NAVICP in the development of the PBL plan, performance based agreements, business case analysis, performance metrics, SOW and CDRLS necessary to award a PBL contract. The contractor shall assist NAVICP and DLA to expedite spares and repair requirements that impact the current readiness of the H-60 Fleet Support Equipment. The Contractor shall provide technical expertise and recommendation on MH-60R support equipment matters to include Support Equipment (SE) verification and procurement, SE Requirement Documents (SERDs), SE Requirements Management Information System (SERMIS) and Operational Test Program Sets (OTPS). The contractor shall assist the APML, DAPML s and Support Equipment Program Officer at NAWC AD Lakehurst in the development and execution of the Organizational, Intermediate and Depot Support Equipment procurement strategy including changes to budget and funding requirements. The contractor shall review SERDs and provide recommendations for approval Manpower & Personnel & Training. The Contractor shall provide technical expertise and recommendation on MH-60R manpower and personnel analyses and training. The contractor shall assist PMA-5 in the development and update of the Naval Training Systems Plan (NTSP). The contractor shall provide recommendations for program office approval of Manpower Estimate Reports (MER), Preliminary Squadron Manning Documents (PSQMD), and Activity Manning Documents (AMD). The contractor shall assist the APML/DAPML in the development of an initial and cadre training plan including the development of SOW and CDRLs to support procurement Facilities & Ship Integration. The Contractor shall provide technical expertise and recommendation on MH-60R facilities and ship integration issues resulting from standing up of new squadrons, operating from and around new locations and operating from and around new ships. The contractor shall review Facilities Requirements Documents (FRD) and Site Activation Support Plans (SASP) and provide recommendations for approval Packaging, Handling, Storage & Transportation (PHS&T). The Contractor shall provide technical expertise and recommendation on MH-60R PHS&T issues. The contractor shall assist the program office and NAVICP in the identification and resolution of PHS&T issues Computer Resources Support. The Contractor shall provide recommendations and

23 21 of 64 expertise for development and maintenance on MH-60R computer resources support issues. The contractor shall assist the program office in the development of a Computer Resources Life Cycle Management Plan including a long range sustainment plan. 4.4 H-60 In-Service Logistics Program Management Support. O&MN (CLINs 4030, 4130, 4230, 4330, and 7030) - The H-60 Legacy aircraft consist of the SH-60B, SH-60F, HH-60H, MH-60R, and MH-60S platforms. These aircraft provide all-weather capability for detection, classification, localization, interdiction and attack of ships and submarines and deploy on Aircraft Carrier, Nuclear-Powered (CVN) and Cruiser/Destroyer (CRUDES) ships. Secondary missions include Search and Rescue (SAR), Medical Evacuation (MEDEVAC), Vertical Replenishment (VERTREP), Fleet Support, and Communications Relay Logistics Program Management. The Contractor shall provide logistics program management support to the In-Service APML and the Air Vehicle, Weapons, Mission Systems, and Flight Avionics DAPMLs through the review and sustainment of SH-60B/F and HH-60H specific logistics documents such as Logistics Requirements Funding Summary (LRFS), User Logistics Support Summary (ULSS), logistics integrated master schedule, Weapon System Planning Document (WSPD), Life Cycle Cost Analysis, and various acquisition documents. The contractor shall assist in the development and update program management briefings for the APML/DAPML s. The contractor shall update the ALSP and ULSS when necessary. The contractor shall update the LRFS as changes occur in requirements and in the budget process. The contractor shall review and update the WSPD annually and facilitate a review by all stakeholders. The contractor shall assist in the development and maintain Integrate Master Schedules for logistics. The contractor shall perform Life Cycle Cost Analysis and provide recommendations for Total Ownership Cost reduction. The contractor shall assist in the development of SOWs and CDRLs for procurement actions. The Contractor shall provide support with the coordination and execution of the In-Service modification / sustainment activities, annual spend plans, Logistics Program and Process Reviews (LPPRs), logistics working groups, Program Management Reviews (PMRs), Configuration Management (CM), Flight Hour Program (FHP) Cost Adjustments, Cost Wise Readiness, Naval Aviation Readiness Improvement Initiative Program (NAVRIIP), Product Enterprise Teams (PETs), Integrated Maintenance Program (IMP), Technical Directives, Rapid Action

24 22 of 64 Maintenance Engineering Changes (RAMECs), Bulletins, Engineering Investigations (EIs), Reduction in Total Ownership Cost (RTOC) and communication with Logistics Element Managers (LEMs), Industry and Fleet activities. The contractor shall track the status and progress of ILS acquisition, modification and sustainment contracts from pre-rfp stage through contract close out. The contractor shall assist in the development and update annual ILS budgets and spend plans for logistics funding and will track the execution of logistics funding. The contractor shall provide administrative support for LPPR s and logistics working groups including agenda s, briefing material, and negotiation of the contract for meeting spaces. The contractor shall provide support for the resolution of logistics deficiencies identified in the ILA and/or IOCSR. The contractor shall provide logistics program status to the IPT for inclusion in the PMR to include; status of ILS elements, deficiencies, mitigation plans, and current fleet readiness data. The contractor shall provide ILS configuration management support to include; review and staffing of Engineering Change Proposals (ECP) and Technical Directives (TD), development of Configuration Change Board briefings, development and staffing of the NAVAIR 4130 forms for ECP s and TD s, and management of changes within the e Power database. The contractor shall review ECP s for Flying Hour Program cost impact and develop cost adjustment sheets. The contractor shall assist the APML in supporting the Naval Aviation Readiness Improvement Initiative Program (NAVRIIP), Product Enterprise Teams (PETs), and the Current Readiness Cross-functional Team by reviewing fleet readiness and cost drivers and developing mitigation plans and status reports. The contractor shall assist NAVAIR, CNAF, and Type Wings through the review and staffing of TD s, RAMEC s and Bulletins within their assigned organizations. The contractor shall track the status of EI s. The contractor shall assess the logistics supportability and affordability of the weapon system and provide recommendations for Total Ownership Cost Reduction (R-TOC) projects. This assessment will include maintenance alternatives and identification of advantages and disadvantages of maintenance concepts. The contractor shall track and analyze fleet cost and readiness performance and provide briefings and status as directed. The contractor shall interface with Logistics Element Managers, industry personnel, and Fleet activities to perform these tasks.