1 [insert briefing type here] [insert program name here] for [insert name and organization of...
TRANSCRIPT
1
[insert briefing type here][insert program name here]
for[insert name and organization of
person(s) to be briefed here]
[insert “month day, year” of brief here]
Briefed by:[insert briefer’s name here]
[insert briefer’s organization code here]
[insert briefer’s phone number here]
[Insert briefer’s e-mail address here]Insert program
logo in this area
Distribution Statement
2
Programlogohere
Key Stakeholders
Name Organization
APM
MDA
DT Coordinator
COMOPTEVFOR (OTD)
COMOPTEVFOR (OTC)
CNO (N912)
CNO (N-sponsor)
JITC
DOT&E (if required)
Others (as required)
-PMW, SYSCOMS, Service
3
ProgramlogoherePurpose of Briefing
4
ProgramlogohereBriefing Outline
5
Programlogohere
Program Overview
• ACAT
• Program Phase
• Milestone or Decision that this phase of test will support
• Mission
• Inventory Objective (quantities)
6
Programlogohere
ADM Exit Criteria andAction Item Status
R Required at this time, but not completed
G Completed
Y In progress & on schedule
Program Information StatusApproved
DateComments
ADM Exit Criteria
ADM Exit Criteria 1
ADM Exit Criteria 2
ADM Exit Criteria N
Action Items
Action Items 1
Action Items 2
Action Items N
7
ProgramlogohereConcept/Requirement
8
Programlogohere
System OverviewComponent/System Description
9
Programlogohere
System OverviewCapability Enabler
10
Programlogohere
Deployed/MobileUnits
BASE
IMAFISC
PierConnections
CLINIC
TRNG CENHQ
TELEPORT/STEPLong Haul (DISN & Commercial)
TRAININGCENTER
USN/USMCLOGISTIC BASE
NAVALAMPHIBIOUS
BASE
NOC
BASE
MC AIRSTATION
End-to-End Connectivity
NMCI atthe Pier
Development StrategyEnd-to-End Capability
11
Programlogohere
Program OverviewAccomplishments/History
12
Programlogohere
Program OverviewPrevious Guidance
(if Required)
13
Programlogohere
Acquisition Coordination Team (ACT)• The following (Program Name) ACT members have been briefed on the program status and concur with the fielding of (Program Name).
Program Manager VariesAcquisition PM VariesProject Engineer VariesResource Sponsor VariesRequirements Sponsor VariesContracts Mr. David Ryan SPAWAR 02 (858) 537-0314Contracts Mr. Mark Lopez SPAWAR 02 (619) 524-7168Contracts Ms. Marcia Rutledge SPAWAR 02 (619) 524-7201Legal Mr. David Beale SPAWAR 00C-1 (619) 524-7049Operational Test Director VariesAcquisition Management Ed Butrovich PEO C4I-AM (619) 524-7652Technical Director (Comms & Networks)
Charlie Suggs PEO C4I-TD (619) 524-7237
Technical Director (C2/ISR) Greg Settelmayer PEO C4I-TD (619) 524-7182T&E Manager John Hartford PEO C4I-T&E (858) 537-8914T&E Requirements Coordinator Varies OPNAV, N912PEO Installations Susan Senese PEO C4I-M (858) 537-0620Fleet Modernization Ruth Youngs Lew PEO C4I-M (858) 537-0613PEO Logistics Joe Frankwich PEO C4I-AM (619) 524-7314Business Financial Manager(BFM)
Susie Drew/ Program BFM
PEO C4I (619) 524-7359
Comptroller Yvonne Carlson SPAWAR 01 (619) 524-7125Cost Analysis Mourad Yacoub SPAWAR 01-6 (619) 524-7160Command Information Officer Jacqueline Todd SPAWAR 08 (619) 524-7063Counterintelligence Kurt Fabrizio SPAWAR 00-NCIS (619) 524-7152
Env., Safety and Health Jerry Olen SPAWAR/ NFESC (858) 537-0255
System Security/Information Assurance
Ed Burr PEO C4I (619) 524-7519
Spectrum Management Dave Southworth SPAWAR (619) 553-3248Interoperability Certification / Information Support Plans
Greg Settelmayer/ Charlie Suggs
PEO C4I-TD (619) 524-7182/ (619) 524-7237
Manpower Analysis Janet Garrington SPAWAR 04H (858) 537-8950Security Pat Varney SPAWAR 08 (858) 537 8898Human Systems Integration Carol Robinson SPAWAR 05-5 (858) 537-8907C4I Technical Authority Dennis Pinkard SPAWAR 05 (858) 537-0673
14
Programlogohere
Program Information and Documentation Status
R Required at this time, but does not exist B Requires development or updating w/in 12 months
O Required at this time and under development/update G Current, with all required approvals
Y In approval cycle. Expected Date in Comments NR Not required. Rationale in Comments
Program Information StatusApproved
DatePlanned
DateComments
ACAT Designation LetterAcquisition Decision MemorandumAcquisition Program BaselineAcquisition StrategyAffordability AssessmentAnalysis of AlternativesCAIV Objectives CDD/CPDClinger-Cohen ComplianceEnv. Safety & Health EvaluationEVMIA StrategyInformation Support Plan (ISP)InfoSec Certification and AccreditationInitial Capabilities DocumentJITC Interoperability CertificationLCCE/Economic Analysis/ICEIndependent Logistics AssessmentLow Rate Initial Prod (LRIP) DecisionNavy Training System Plan (NTSP)OP Test PlanPost-Deployment Performance ReviewProgram Protection PlanRisk Assessment Safe for Test CertificationTechnology Development Strategy (TDS)Test & Evaluation Master PlanTest Results (DT&E/OT&E/FOT&E)
15
Programlogohere
[insert program name]Program Overview Chart
DATE OF REPORT: MM/DD/YYYY
PM / Sponsor Cost Schedule PerformanceProgrammaticCompliance
LogisticsContract
Execution
Contact Info hereContact Info here
Description:Program Start Date: MM / YY[Insert program description here]
Joint or International:[Insert joint or International details]
Key Performance ParametersKPP Objective Threshold DemoOP Avail .90 .90 .98S/W Reliability 200 hrs 200 hrs 1000 hrsS/W Mean 5 sec 5 sec 3.2 secxxxx x x x
Acquisition ObjectivesQuantity 650IOC 12 / 99Target Price (unit) $Various$M (FY XX) $610.12
Contractor DataContractor Litton DSDValue / Type $NA / GSAStart / Complete APR97 / APR03
Contractor XXXValue / Type $XX / XXXStart / Complete XXX / XXX
Cost Data ($ in M)*Cost Objective Threshold Current Est.R&D 0 0 0Proc 300.3 300.3 380O&S 250.5 250.5 276.1xxxx x x x
* Values from last approved APB
(IT) ACAT Level:MDA:
Budget Source:
OverallVolatility
Contract Execution Ratings:G= CPI/SPI .95 or >Y= CPI/SPI .85 -.94R = CPI/SPI < .85
APPR $M Subhead Project Total PY CY BY BY+1 BY+2 BY+3 BY+4 To Complete TotalRDT&E,N - OPN,P - Qty - OPN, I - Qty - OMN - Spares - SCN - OCF - Total -$ -$ -$ -$ -$ -$ -$ -$ -$
OSD T&E Oversight: Y/N
SCHEDULEFY by QuartersMilestones
TestingDevelopmentProductionInstallation
R&D / Studies
FY 00I II III IV
FY 01I II III IV
FY 02I II III IV
FY 03I II III IV
FY 04I II III IV
FY 05I II III IV
FY 06I II III IV
FY 07I II III IV
201
CDR
3 3
SVR
MS IIIDMS-IIB&C
FOT&E
LRIP
OPEVAL
5
IOC MSD FOC
Microsoft Word Document
16
Programlogohere
Insert Program Name: ADNSCurrent FY: XXXX
INC II Budget:(Most Current Budget) * See Note 1Then-Year $K
APPN PY FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 To Complete TotalRDT&E 428 200 - - - - - 628 OPN 21,128 17,091 12,500 3,691 - - - 54,410 OMN 1,461 3,692 4,913 5,392 5,141 4,760 3,551 28,910
Total 23,017 20,983 17,413 9,083 5,141 4,760 3,551 83,948
QTY Inc II Procurement 38/4 38 9 11 100 QTY Inc II Installation 9/4 53 23 11 100
* See Note 2Then-Year $K
APPN PY FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 To Complete Total
RDT&E 428 200 - - - - 628
OPN 20,673 19,373 11,403 4,494 - - - 55,943 OMN 1,461 3,692 4,913 5,392 5,141 4,760 3,551 28,910
Total 22,562 23,265 16,316 9,886 5,141 4,760 3,551 85,481
DELTA (Budget Minus LCCE Feb-05)Then-Year $K
APPN PY FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 To Complete TotalRDT&E 0 0 0 0 0 0 0 - OPN 455 (2,282) 1,097 (803) 0 0 0 (1,533) OMN 0 0 0 0 0 0 0 -
Total 455 (2,282) 1,097 (803) 0 0 0 (1,533)
Affordability by Increment
Notes
1. FY05 includes 11 LRIP systems and 27 Increment II Upgrade Kits which are on CODE B hold pending FRP
2. Target Inventory Objective of 110 systems
* Current procurement and install schedule includes 96 ships and 4 shore sites
* Remaining 10 systems planned for FY09 not shown in table, Program direction expects INC III installation to begin and INC II to end in FY09
17
ProgramlogohereSPAWAR 01-6 Cost Risk
Rating RISK
1.0-2.0 LOW
>2.0-3.0 MODERATE
>3.0-4.0 HIGH
>4.0-5.0 VERY HIGH
Cost-Weighted RatingRating Methods Rating Data
1 The basic method used to perform this analysis is exceptionally well documented and time tested; one or more other techniques have been used to verify the estimate provided.
1 Very complete, well-authenticated, highly relevant data, such as recent contractor actual costs, official catalog prices, etc. have been used.
2 The basic method used to perform this analysis is well documented, but no double-check or authentication has been possible.
2 The data used generally are relevant and from a reputable source; however, they are incomplete, preliminary, or not completely current.
3 The basic method used to perform this analysis has been documented, but has not been widely used or approved.
3 The data used have been obtained from official or standard sources; however, notable inconsistencies, lack of currency, or gaps in data reduce the confidence in the estimate.
4 A highly arbitrary method of analysis has been used.
4 The data used to make the estimate are highly suspect, or doubtful relevance, very sparse in quantity, and characterized by major inconsistencies.
5 The analysis is almost pure guesswork, and little or no confidence can be placed in it.
5 An almost total lack of current, reliable, relevant data makes the cost estimate completely uncertain.
Source: FAA Life Cycle Cost Handbook, 3 June 2002
Two Digit Confidence Index
Two Digit Confidence Index *METHOD. DATA METHOD. DATA
SCORE 1.64 1.48 1.54 1.33
TOTAL LCC PROGRAM COSTS ONLY
* Confidence Index based on weighted averages
18
Programlogohere
Cost as an Independent Variable(CAIV)
19
ProgramlogohereAnalysis of Alternatives
KPP ALT 1 ALT 2 ALT 3 ALT 4
KPP 1
KPP 2
KPP 3
KPP 4
LCC ($TYM)Then Year Millions
$ $ $ $
20
Programlogohere
• Source Documents:– Typical source documents that effect strategy are ICD/CDD/CPD,
AoA, etc.
• Approach: Single Step or Evolutionary – Each increment requires a MS C and if development a MS B.
These could be supported by one CDD containing all capabilities and multiple CPDs supporting each increment of useable capability. Each increment could use the same CDD (revalidated each time) for the MS B and would have a separate CPD for the MS C. This method supports Evolutionary acquisition, the preferred approach. See CJCSI 3170 for other Evolutionary approached
Acquisition Strategy (Requirements and Approach)
21
Programlogohere
Acquisition Strategy (Program Structure)
Concept Decision
Milestone A
RFP Development
Milestone B
Contract Award
Development Test/OA
Milestone C/LRIP Decision
Operational Test
IOC
FRP Decision
FY03 FY04 FY05 FY06 FY07 FY08 FY09 FY10
22
Programlogohere
Acquisition Strategy (Business Approach)
Current ContractsProgram Product or Service Total Contract ValueCompeted Contract Type Period of Performance Approved AP
Y or N FFP 10/1/03 - 9/30/04 Y or N
New Procurement Actions• Proposed [name of effort] Contract
– Competitive or Sole Source (if sole source provide justification– Contract Type:– Estimated contract value: – Period of Performance:– Acquisition Objectives:– Estimated Contract Award:– Status of Acquisition Plan:
23
Programlogohere
Contractor Name, Contract Number, Contract Type, Short Contract Title
Contract EV Metrics and Performance Projections
YSolvency (Provide
comments in notes page)
PEO and Program Manager/PMS-XXX, Program Acronym, ACAT XX, Date Reported
Microsoft Excel Worksheet
Cost Schedule Variance Trends
($30,000)
($25,000)
($20,000)
($15,000)
($10,000)
($5,000)
$0
$5,000
J-98
J-98
A-98
S-98
O-98
N-98
D-98
J-99
F-99
M-99
A-99
M-99
J-99
J-99
A-99
S-99
O-99
N-99
D-99
J-00
F-00
M-00
A-00
M-00
J-00
J-00
A-00
S-00
O-00
N-00
D-00
Do
lla
rs i
n T
ho
us
an
ds
Cost Variance ($1,460) Sched Variance ($809) Mgmt Reserve $1,968 10% Thresholds PM VAC ($24,000) CONTR VAC ($22,500)
START
COMPLETE
CPI:
SPI:EVM Gold Card
24
ProgramlogohereCPARS/IPARS/Award Fee Matrix
Contractor PM Name/Gov’t PM Name Date of Review: ddmmmyy
Contractor:
Program:
Contract Number:
Item: (CPAR, IPAR or AF) AF CPAR AF AF IPAR CPAR IPAR AF IPAR IPAR IPAR CPAR
Period Ending: (Mmm YY) Jan 02 Apr 02 Jul 02 Jan 03 Mar 03 Apr 03 Jun 03 Jul 03 Sep 03 Dec 03 Mar 04 Apr 04
Months Covered: (NR) 6 12 6 6 3 12 3 6 3 3 3 12
Areas to Evaluate
a. Technical (Quality of Product) EXC EXC EXC EXC
(1) Product Performance VG VG VG VG
(2) Systems Engineering SAT SAT SAT SAT
(3) Software Engineering MARG MARG MARG MARG
(4) Logistics Support/Sustainment UNSAT UNSAT UNSAT UNSAT
(5) Product Assurance EXC EXC EXC EXC
(6) Other Technical Performance EXC EXC EXC EXC
b. Schedule SAT SAT SAT SAT
c. Cost Control MARG MARG MARG MARG
d. Management UNSAT UNSAT UNSAT UNSAT
(1) Management Responsiveness EXC EXC EXC EXC
(2) SubContract Management VG VG VG VG
(3) Program Mgmt and Other Mgmt SAT SAT SAT SAT
e. Other Areas MARG MARG MARG MARG
(1) Communications EXC EXC EXC EXC
(2) Support to Government Tests EXC EXC EXC EXC
Award Fee Percentage: 85% 70% 90% 84%
N00000-00-C-0000
Contract Start Date:
Estimated Completion Date:
MMM YY
MMM YY
((Contractor Name))
((Program Name))
25
Programlogohere
LOGISTICS SUPPORT
(Compliance with DoD/SECNAV 5000 series and policy documents)
Logistics Requirement Compliance Exception Notes
Independent Logistics Assessment (ILA)
GREEN/YELLOW/RED Rating?
When completed?
Navy Training System Plan (NTSP)
NTSP completed? Sustainment Training in Place? YES/NO
Diminishing Manufacturing Sources & Matl. Shortages (DMSMS)
DMSMS Process/Tool used to ID Obsolescence challenges?
YES/NO
Unique Identification (UID) Policy implementation
DFARS Clause 252.211-7003 in contract/contract mods?
YES/NO
Digital Product and Technical Data
Manuals, Drawings, Illustrations available in approved digital
formats?
YES/NO
Human Systems Integration (HSI)
HSI factors addressed in AS, SEP, and NTSP?
YES/NO
Performance Based Logistics (PBL) implementation
PBL strategy considered and decision documented in BCA?
YES/NO
26
Programlogohere
Program AssessmentInstallation Readiness
Place the assessment rating
icon here. Delete the remaining.
Place the assessment rating
icon here. Delete the remaining.
Afloat ShipClass/Shore System FY QTY APPN
Total Procurement
($)Total Install
($)
ECP/ (EC or FCB)
Install Documentation
StatusAfloat - SCD/ILS
CertShore -
WorkScope/FRCB
System Draw ing
Status ICD or IRD (if applicable)
Certif icationSSIL/P P L Status
DITSCAP Info
IATO/ATO Status
AfloatExample
SystemName FY07 20 OPN 200K 20K 100%
ECP XXX
SCD Phase I - ApprovedILS Cert - Approved Approved
IATOApproved None
FY08
FY09
FY10
FY11
ShoreExample
SystemName FY07 10 80%
Workscope - CompletedFRCB - Approved Approved
ATOApproved None
FY08
FY09
FY10
FY11
Fielding Issues
Budget Installs Thru FYDPBy Fiscal Year
% of Budgeted Installs in
Spider
Install Readiness Status
Assessment
27
ProgramlogohereNESI SUMMARY
Technical Evaluation Summary
Count ScoringNo Evaluation
No Compliance (0)
Low Compliance (1)
Some Compliance (2)
Complete Compliance (4)
Waived
Waived (Registered)
131 Total Tests
Evaluation Count
Total Score
2.26 Mean Score
Best Possible Total Score
Percent of Best Possible Score
Acquisition Evaluation Summary
Count ScoringNo Evaluation
No Compliance (0)
Low Compliance (1)
Some Compliance (2)
Complete Compliance (4)
Waived
Waived (Registered)
35 Total Tests
Evaluation Count
Total Score
3.31 Mean Score
Best Possible Total Score
Percent of Best Possible Score
28
ProgramlogohereNESI Status
0
1
2
3
4
Acq
uis
itio
n
0 1 2 3 4
Technical
No Compliance
Complete Compliance
Some Compliance
Low Compliance
The “Mean Score” from each summary chart automatically
creates the Maturity level.
The “Mean Score” from each summary chart automatically
creates the Maturity level.
29
Programlogohere
Interoperability(Net Ready)
30
Programlogohere
PEO C4I Review Checklist
31
Programlogohere
PEO C4I Review Checklist
32
Programlogohere
PEO C4IReview Checklist
33
Programlogohere
PEO C4IReview Checklist
34
Programlogohere
e
LIK
EL
IHO
OD
e
d
c
b
a
CONSEQUENCEdcba
HighMedium
Low Medium
Risk Advisory Board:[Mr. X, PMA xxx][Ms. Y, XYZ Corp][Ms. Z, DASN YY]
• •
•
• A brief description of Issue # 4 and rationale for its rating.
• Approach to remedy/mitigation
• A brief description of Issue # 4 and rationale for its rating.
• Approach to remedy/mitigation• A brief description of Issue # 3 and rationale for its rating.
• Approach to remedy/mitigation
• A brief description of Issue # 3 and rationale for its rating.
• Approach to remedy/mitigation
• A brief description of Issue # 2 and rationale for its rating.
• Approach to remedy/mitigation
• A brief description of Issue # 2 and rationale for its rating.
• Approach to remedy/mitigation
• A brief description of Issue # 1 and rationale for its rating.
• Approach to remedy/mitigation
• A brief description of Issue # 1 and rationale for its rating.
• Approach to remedy/mitigation
• A brief description of Issue # 5 and rationale for its rating.
• Approach to remedy/mitigation
• A brief description of Issue # 5 and rationale for its rating.
• Approach to remedy/mitigation
• A brief description of Issue # 6 and rationale for its rating.
• Approach to remedy/mitigation
• A brief description of Issue # 6 and rationale for its rating.
• Approach to remedy/mitigation
•
• •
Acronyms:[IMA= Intermediate Maintenance Activity]
Program Risk Assessment
Acrobat Document
35
ProgramlogohereKey Issues
No further action required
Significant interest outside Program
Cannot be solved within the Program
Legend
Issue Due Date Response Status
36
Programlogohere
Other Decision Factors and Challenges
• [List as appropriate]
• Example: Acquisition Coordination Team, Chaired by [insert name] concurred that [insert program name] is ready for OT&E on [date]
• Example: Acquisition Coordination Team, Chaired by [insert name] concurred that [insert program name] is ready to enter SDD Phase
37
ProgramlogoherePM Assessment
38
ProgramlogohereRecommendations