Ground Theater Air Control System (GTACS)


STATEMENT OF WORK (SOW)
9/01/97



Contract Number: DCA100-96-D-0051
Task Order Number: 0028
DEIS II Tracking Number: 0088-AIRF

1. Task Monitors (TMs):

a. Primary TM:

Name: Ms Leslie Hight
Organization: SM-ALC/LHY
Address: McClellan AFB, CA 95652
Phone No: 916-643-5953 ext 303
Fax No: 916-643-0650
Internet Address: hight.leslie@sma1.mcclellan.af.mil

b. AlternateTM:
Name: Mr. James Miller
Organization: SM-ALC/LHY
Address: McClellan AFB, CA 95652
Phone No: 916-643-4491 ext 339
Fax No: 916-643-0650
Internet Address: millerja@sma1.mcclellan.af.mil

2. Task Order Title: Ground Theater Air Control System (GTACS) Support

3. Background: This Task Order will implement the efforts begun under Delivery Order 131 and continued under Delivery Order 226, in support of the GTACS System Program Office (SPO). This Task Order is required to perform the specific tasks listed in paragraph 6.0 for support of the USAF GTACS SPO. The USAF GTACS SPO requires a variety of automation support services and qualified personnel with the ability to upgrade and support the evolving and demanding end-user software and devices that are constantly added to the complex automation environment.

The keystone of the Ground Theater Air Control System (GTACS) is the Modular Control Equipment (MCE), an automated computer-based information system operating in a proprietary environment that provides a variety of automated information functions such as aircraft surveillance, flight follow, control, and communication functions within the GTACS. MCE is part of a Joint Program with the United States Marine Corps (USMC). The USMC equivalent of the MCE is the Tactical Air Operations Module (TAOM). The Marine Corps TAOM is included in the current core of the Block I Global Command and Control System GCCS)--Unified Build and designated as a Category II -- Legacy System (non Core Application). Eventhough MCE and TAOM are nearly identical, MCE is identified as an "other" system in the GCCS environment and not a legacy or migration system. However, in all MCE functions we still intend to use the GCCS (non Core Application) and migrate towards a Defense Information Infrastructure (DII) Common Operating Environment (COE), capable of interfacing with the GCCS compliant application software . The GTACS GCCS migration towards the DII COE will be a joint effort with the USMC.

MCE has numerous upgrades, interfaces, and integration efforts underway with the goal of meeting DISA guidelines and consistent with their application in GCCS, Contingency Theater Automated Planning System (CTAPS), Theater Missile Defense (TMD) and Theater Battle Management (TBM). One upgrade is the MCE operator console unit which is targeted to be a common work station, which can be removed from MCE and used in various applications including incorporation into GCCS COE as a core application. The MCE migration strategy involves replacing the AN/AYK-14 computer with commercial processors and replacing the proprietary Digital Data Bus (DDB) with a commercial Local Area Network (LAN). Also planned is the replacement of GCCS software with software being developed for the Regional/Sector Air Operations Center (R/SAOC) program..

The GTACS Combat Information Center (CIC) is targeted as an application for the common work station. The CIC could become a GCCS based MCE using the common work station, interfacing with the MCE closed architecture over a gateway. Additionally, the Joint Tactical Information Distribution System (JTIDS) capability would be included in the CIC in conjunction with a front end TADIL message processor. This would allow for easy transition to a common computer (eliminating the current MCE AN/AYK-14 computer and its associated logistics support costs) and opening up the MCE architecture for use with GCCS. The applications within MCE and the GTACS for migrating towards the GCCS are numerous. As the MCE Migration Strategy Report is revised and updated, more GTACS/MCE applications for migration to GCCS will be identified, documented, and implemented.

4. Objectives:

a. To revise the GTACS migration strategy as a result of GTACS restructuring and implement software/hardware changes for transitioning the MCE from a closed architecture legacy system to an open architecture that uses a common operating environment The Systems/Requirements Analysis, Program/Project Management, System Configuration Management, Life Cycle Management/Life Cycle Support Analysis, and Software Management support to the GTACS SPO will be provided by on-site Program Management and technical support personnel at Sacramento Air Logistics Center (SM-ALC), McClellan AFB, CA, Langley AFB, VA, Electronic Systems Center (ESC), Hanscom AFB, MA, and at Litton Data Systems Division (DSD), Agoura Hills , CA, (the MCE developer and prime contractor).

b. To determine what affect that current scheduled upgrades and modifications to the MCE will have on the migration objectives and developed strategies. Integration of current system scheduled upgrades and on-the-job training to receiving users of the MCE and MCE interfacing systems/equipment such as Automated Air Tasking Order (AATO), MCE SIM, Modern Tracking System (MTS), JTIDS Module (JM), and Data Link Translator. MCE upgrades including software, firmware, and hardware modifications shall be provided by a GTACS Site Support Team operating out of Langley AFB, VA. Depending on the scope of the upgrade the GTACS SST will also provide informal, i.e. OJT type, operator and maintenance training as required.

c. To determine and document what affect the planned and executed upgrades/improvements to MCE will have on migration objectives and developed strategies. The necessary Systems Requirements Analyses, Software Quality Control and Life Cycle Support Analyses will be provided.

5. Scope: GTACS support is an effort to provide system management, integration and information automation planning support to GTACS, its applications and customer support to SM-ALC/LHY both at McClellan AFB and at geographically separate operating sites (See para 5). SOW Tasks include:

a. Task 1 -Contract and Task Order Management (DEIS SOW Task 1)
b. Task 2 -Integration Program Development and Management (DEIS SOW Task 2)
c. Task 3 -Integration Strategies (DEIS SOW Task 8)
d. Task 4 -Standard/Common/Migration Application Deployment (DEIS SOW Task 9)
e. Task 5 -Standard/Common/Migration Application Operations and Maintenance Management (DEIS SOW Task 10)

6. Specific Tasks: Specific tasks to be performed by the contractor on this task order include:

6.1 Task 1 -Contract and Task Order Management (DEIS SOW Task 1)

Subtask 1 -Contract -Level Program Management. Provide the technical and functional activities at the Contract Level needed for the Program Management of this SOW. Include productivity and management methods such as Quality Assurance, Configuration Management, Work Breakdown Structuring, and Human Engineering at the Contract Level. Provide the centralized administrative, clerical, documentation and related functions.

Subtask 2 - TO Management. Prepare TO Management Plan (A003) describing the technical approach, organizational resources and management controls to be employed to meet the cost, performance and schedule requirements throughout TO execution. Prepare and submit a quarterly Progress Report (A007) monitoring the quality assurance, configuration management, and security management applied to the TO (as appropriate to the specific nature of the SOW).

Subtask 3 - Contract/Task Management. The contractor shall employ a Task Order (TO) project management structure to ensure the efficient execution of all efforts described herein and the capability to report on the status of work performed. A project manager and project leader will be assigned to interface with the SM-ALC/LHY Action Officer (AO) and Operations Center Integrated Product Team (IPT) personnel.

Subtask 4 -Monthly Reports. The contractor shall prepare and submit monthly Contractor's Progress, Status and Management Reports (A002) identifying the accomplishments for the prior month and the objectives for the next month. The contractor shall manage and report the status of funding expenditures against planned expenditures.

Subtask 5 -Status Reports. The contractor shall prepare and submit quarterly, a Technical Report (A005) for each user site visit made by the Site Support Team during the preceding 90 days. The report shall include the objectives of the visit, accomplishments, any problems encountered, and recommendations.

Subtask 6 -Centralized Program Support. The contractor shall provide technical editing and configuration management support to the GTACS SPO at SM-ALC, McClellan AFB, CA, to maintain a central repository for all documentation created by the program, to collect field report data and prepare status and activity reports required under this effort.

Deliverables: A002 A005 A003 A007

6.2 Task 2 -Integration Program Development and Management (DEIS SOW Task 2)

Subtask 1 -Analysis and Review. The contractor shall continue to examine the evolving GTACS technical/management requirements/issues, and prepare and submit quarterly a Progress Report (A007) which provides effective solutions to information management integration efforts to include:

a. Interoperability issues, including JTIDS/TADIL-J/IJMS, and Data Link Translator (DLT) integration.

b. Automated Air Tasking Order and Automated Airspace Control Order (AACO) integration (Contingency Theater Air Control Systems (TACS) Automated Planning System (CTAPS)) with MCE.

c. Open systems environment including the integration of a DII Common Operating Environment (COE) and GCCS compliant R/SAOC software with the required MCE extensions. Monitor R/SAOC software development to determine impacts to the MCE CCS Migration Plan and schedule.

d. Integration of Tactical Missile Defense (TMD) and Theater Battle Management (TBM) capabilities.

e. Integration and fielding of a Modern Tracking System.

f. GCCS migration impacts and integration issues with MCE P3I Software Version 109 being developed by the Software Consortium.

Subtask 2 -Configuration Management Plan. The contractor shall revise the Configuration Management Plan (CMP) initially delivered under Delivery Order 131 and updated under Delivery Order 226 to reflect changes to procedures for documenting and managing the baseline configurations for GTACS equipment. The contractor shall prepare and submit the revised CMP (A072) 90 days after the effective date of this task order and provide updates quarterly.

Subtask 3 -Integration Management Support. The contractor shall assist the GTACS SPO in the management of the integration efforts by reviewing and identifying integration issues and problems, such as compliance with policy, standards and engineering practices. The contractor shall
prepare and submit a quarterly Progress Report (A007) which documents findings and provides effective solutions to integration management efforts.

Deliverables: A007 A072

6.3 Task 3 -Integration Strategies (DEIS SOW Task 8)

Subtask 1 -Integration and Migration Strategy. The contractor shall re-examine and evaluate GTACS programs affected by the GTACS restructuring and identify integration implications, including scope, relationships, resource requirements, and cost. The contractor shall revise and document the findings in the final MCE Migration Study Report which was started under Delivery Order 131 and completed under Delivery Order 226. The contractor shall submit a draft of the revised MCE Migration Report 210 days after receipt of order as Revision 1 to MCE Migration Study Report (A107). The contractor shall provide a final to Revision 1 of the MCE Migration Study 45 days after receipt of Government comments to the draft.

Subtask 2 -Technical Assessment. The contract shall examine current and emerging technologies for their effectiveness and /or potential application to customer needs relative to use of the GCCS (non Core Application) and migration towards a Defense Information Infrastructure (DII) Common Operating Environment (COE), capable of interfacing with the GCCS compliant application software to an open architecture initiated under Delivery Order 131. The examination shall include the current data on the MCE, MCE P3I, and planned upgrades and improvements, such as TBM and TMD, migration, SIM Workstation, Gateway Integration, DOD infrastructure, non-DOD Government and commercial. The results of the technical assessment shall be documented and included in the Revision 1 to MCE Migration Study Report (A107).

Subtask 3 - Data Assessment. The contractor shall review and analyze the data related to the information support provided to the functional elements of DOD. The results of the data assessment shall be documented and included in Revision 1 to MCE Migration Study Report (A107).

Subtask 4 - Assessment Tools and Methods. The contractor shall develop the necessary tools and/or modify existing tools and methods to enable a disciplined process of assessment. Type of tools may include templates, checklists, models, and guidelines. The results of the tools and methods assessment shall be documented and included in Revision 1 to MCE Migration Study Report (A107).

Deliverables: A107

6.4 Task 4 -Standard/Common/Migration Application Deployment (DEIS SOW Task 9)

Subtask 1 - Define Objectives. The contractor shall prepare and submit quarterly, a Progress Report (A007) to provide the GTACS SPO with objectives and priorities for integrating upgrades to GTACS equipment as a result of the GTACS restructuring. The study shall include interim and target baselines and architectures for the MCE, the detailed standards for compliance for each baseline and architecture, including the control documents for managing the data exchange.

Subtask 2 - Application Integration. The contractor shall assist the GTACS SPO with integration of hardware and software upgrades to GTACS equipment designed to migrate to the Defense Information Infrastructure (DII) Common Operating Environment (COE), capable of interfacing with the GCCS compliant application software as a result of the GTACS restructuring. The equipment the contractor may be required to upgrade, integrate into existing systems, and field shall include but not be limited to : JTIDS/TADIL-J/IJMS, Data Link Translator (DLT) Program, Automated Air Tasking Order and Automated Airspace Control Order (AACO), DII Common Operating Environment (COE) and GCCS compliant R/SAOC software , Tactical Missile Defense (TMD)/Theater Battle Management (TBM) capabilities, Modern Tracking System, and MCE P3I Software Version 109. The contractor shall prepare and submit quarterly, a Technical Report (A005) for each equipment upgrade, integration or fielding supported by the Site Support during the preceding 90 days.

Subtask 3 - Integration Conversion and Implementation Planning. The contractor shall update and refine the time phased schedule, revising data submitted under Delivery Order 131 and 226, for the implementation of identified improvements to GTACS equipment, including what changes will be made, when they will be made, how they will be implemented, how they will be sustained, and life cycle costs. This planned upgrade schedule shall include locations, organizations and related issues, as well as new performance baseline target for each update and be included in Revision 1 to MCE Migration Study Report (A107).

Deliverables: A005 A007 A107

6.5 Task 5 -Standard/Common/Migration Application Operations and Maintenance Management (DEIS SOW Task 10)

Subtask 1-Training. The contractor shall develop, conduct, and administer training programs at the user level to provide for a smooth transition to planned/completed upgrades. The contractor training shall consider migration applications and cover both operations and maintenance at the user and management levels. The training will include informal on-the-job training for general and orientation classes. The contractor shall develop, maintain, and provide to each user not later then 15 days before start of training, a training information package (A104) on the course material being taught. Training may be conducted both on and off user sites.

Subtask 2-Field Support. The contractor shall provide an MCE Qualified Site Support Team (SST) to provide technical support for installing and integrating proposed software, firmware, and hardware modifications. This team shall support initial fielding and training for new systems, install software and hardware modifications/upgrades and provide associated training for fielded systems. The SITE Support Team shall support software and hardware testing, evaluation and integration. The Site Support Team shall provide advanced operations and maintenance training for fielded systems as directed by the Special Projects Director. The contractor shall prepare and submit quarterly, a Technical Report (A005) to include all support provided by the Site Support during the preceding 90 days.

Subtask 3 -Information Dissemination . The contractor shall participate in and support briefings, conferences, trade shows and seminars related to technical requirements and functional areas as directed by the GTACS SPO.

Deliverables: A005 A104

7.0 Place of Performance: Work performed under this TO shall be conducted at the following contractor and Government sites:

Government Site Hanscom AFB, MA
Government Site Langley AFB, VA
Contractor Site Hampton, VA
Government Site McClellan AFB, CA
Contractor Site Litton (Data Systems Division)-Agoura Hills, CA

The contractor shall be responsible for providing adequate facilities for their personnel for the duration of this TO. The Government will provide all necessary facilities such as office space and support for contractor personnel supporting this TO at a Government facility. The following is all local and long distance travel which will be conducted during performance of this TO:

Number Number Number

From/ToNumber
of Trips
Number
of People
Number
of Days
Hampton, VA /Boston, MA 4 3 5
Hampton, VA /Washington, DC 1 1 3
Hampton, VA/Ft.Walton Bch, FL325
Hampton, VA/Kuwait City, KW1210
Hampton, VA/Spangdahlem AB, GE227
Hampton, VA/Aviano, IT1210
Hampton, VA/Aviano, IT1110
Hampton, VA/Gulfport, MS115
Hampton, VA/Phoenix, AZ215
Hampton, VA/Valdosta, GA115
Hampton, VA/Salt Lake City, UT115
Hampton, VA/Savannah, GA 115
Hampton, VA/Cincinnati, OH115
Hampton, VA/Worcester, MA115
Hampton, VA/Alcoa, TN115
Hampton, VA/Remy, PR117
Hampton, VA/State College, PA115
Hampton, VA/Volk Field, WI115
Hampton, VA/Panama City, FL115
Hampton, VA/Wichita, KS125
Hampton, VA/Sacramento, CA215
Hampton, VA/Agoura Hills, CA2 15
Hampton, VA/San Diego, CA215
Hampton, VA/Indianapolis, IN325
Hampton, VA/Tuscon, AZ115
Hampton, VA/N.Smithfield, RI3210
Hampton, VA/Shreveport, LA1 15
Hampton, VA/Mt.Home, ID115
Hampton, VA/Kekaha, HI117
Hampton, VA/Osan, Korea229
Hampton, VA/Oklahoma City, OK117
Hampton, VA/Van Nuys, CA125
Hampton, VA/Warrenton, OR115
Sacramento, CA/Los Angeles, CA425
Sacramento, CA/Boston, MA325
Sacramento, CA/San Diego, CA325
Sacramento, CA/Hampton, VA325
Boston, MA/Los Angeles, CA325
Boston, MA/San Diego, CA225
Boston, MA/Hampton, VA215
Boston, MA/Washington, DC113
Boston, MA/Indianapolis, IA215
Boston, MA/Sacramento, CA215
 

8.0 Period of Performance/Contract Type:

8.a The period of performance shall be 301 calendar days after TO award.

8.b The contract shall be let as a Time and Material Contract..

9.0 Deliverable/Delivery Schedule: The contractor shall submit the following deliverables in accordance with the contract (Section F.5):
Task Deliverable Title CDRL/DID# Calendar Days
After TO Award
1 Contractors Progress, Status
and Management Report
A002/DI-MGMT-80227 Monthly, beginning
15 days after the 1st
full month.
1 Task Order Management Plan A003/DI-MGMT-80347 Draft 30 days, final 45 days after receipt of Government comments, quarterly up dates thereafter
1/4/5 Technical Report-Study/Services A005/DI-MGMT-80508 Quarterly, beginning 90 days after 1st full month
1/2/4 Progress Report (Studies) A007/DI-A-5014A Quarterly, beginning 90 days after 1st full month
2 Configuration Management Plan A072/DI-CMAN-80858A Quarterly, beginning 90 days after 1st full month
3/4 Revisions to Existing Government Documents (Revision 1 to MCE Migration Study Report) A107/DI-ADMN-80925 Draft 210 days, final
45 days after receipt
of Government
comments
5 Training Information Package A104/DI-ILSS-81099 Provide to each user
NLT 15 days before
start of each training
session.

10. Security: The classification of certain data to be used in connection with this delivery order is NATO/NATO SECRET. All personnel will be cleared to handle at least NATO/NATO SECRET material and COMSEC material. Contractor may request a waiver for personnel that will not be required to handle classified material.

11. Government Furnished Property (Furnished Information (GFI)
The government will provide an appropriate work environment and furniture for all task members located at Government sites listed in paragraph 5. The Government will furnish computer equipment and supplies necessary to accomplish task order, or as an alternative the contractor may rent/lease the required equipment and supplies.

12. Packaging, Packing, and Shipping Instructions: See paragraph D.1 of the DEIS II contract.

13. Inspection and Acceptance Criteria: See paragraph E of the DEIS II contact.

14. Accounting and Appropriation Data: See Item 17 of the DD Form 1155, Order for Supplies or Services.

15. Other Pertinent Information of Special Considerations: There is no anticipated Conflict of Interest between this effort and any known current or future tasks.

FORM 1155 CSC TO 28

2/10/98 jlw