Twelfth Period Award Fee Evaluation International Space Station Contract NAS 1510000 - PowerPoint PPT Presentation

1 / 38
About This Presentation
Title:

Twelfth Period Award Fee Evaluation International Space Station Contract NAS 1510000

Description:

... GNC team did an outstanding job of supporting the 8A GNC ... This led to a well-planned and systematic activation and checkout of the GNC system for 8A. ... – PowerPoint PPT presentation

Number of Views:163
Avg rating:5.0/5.0
Slides: 39
Provided by: wwwnasaw
Category:

less

Transcript and Presenter's Notes

Title: Twelfth Period Award Fee Evaluation International Space Station Contract NAS 1510000


1
Twelfth Period Award Fee EvaluationInternational
Space StationContract NAS 15-10000
  • Executive Summary
  • Boeing continues to provide excellent
    technical performance in the deployment of
    hardware and software and in support of the
    on-orbit vehicle. This is apparent in the
    continued outstanding success of the on-orbit
    vehicle.
  • Progress was made this period in dealing with
    significant management issues highlighted in
    the mid-term evaluation.
  • NASA remains concerned with the contractors
    ability to effectively plan and manage to
    metrics, quality escapes, accurate reporting and
    forecasting of financial data, and the resulting
    impact and ultimate cost.

2
  • Twelfth Period Final Evaluation
  • International Space Station
  • Contract NAS 15-10000
  • April 2002

3
Twelfth Period Award Fee Evaluation International
Space Station Contract NAS 15-10000
  • A. Program Management
  • Summary
  • The contractor has implemented a process for
    managing and tracking the IO activity and
    continues to implement improvements to the
    process. The contractor has been aggressively
    managing work package adjustments as well as
    expedited approval of certain urgent change
    proposals. Through this period the truss
    activity and, in general, proactive truss
    schedule management has been a significant
    weakness. The contractor has recognized this and
    has updated the S1/P1 schedules and reorganized
    the element teams. Additionally, cost reporting
    has been a serious weakness this period.
  • Strengths
  • The contractor developed and implemented an IO
    management process (WPRR) and continues to
    develop improved processes for increased insight
    into the day to day implementation of IO work
    content and for increased efficiencies in
    management of IO content.
  • An outstanding scheduling process was put in
    place at KSC that accurately portrays work
    content for a given day, tracks progress daily
    and incorporates problems encountered. It is
    used for analyzing the critical path and deriving
    metrics for management review. Implementation of
    the scheduling process has resulted in
    significant progress toward effective and
    efficient planning of work activities and
    resource utilization on S1/P1.
  • Realignment and augmentation of the management
    teams at KSC for both the inboard and outboard
    truss teams has resulted in improved focus and
    insight into resolution of processing challenges
    and problems. Additionally, the staffing of
    distinct truss teams, down to the QA / technician
    level, has resulted in improved continuity and
    overall ownership by the teams.
  • The Avionics and Software team has been very
    proactive in preparing for consolidation of
    tasks, such as in aggressive hiring of
    critical skills and transfer of contracts. This
    is expected to result in a smooth transition of
    tasks from HB and CP to Houston.

A - 1
4
Twelfth Period Award Fee Evaluation International
Space Station Contract NAS 15-10000
  • A. Program Management
  • Strengths (cont.)
  • Boeings continued proactive participation in the
    Integrated Program Schedule Panel (IPSP) has been
    exceptional as a result of experienced personnel
    assignments in the software scheduling area. The
    Software Plan to launch, which is now being
    statused weekly at the IPSP, is an example of the
    result of these assignments.
  • Boeing developed a new product to facilitate
    accurate and timely annual property NF-1018
    reporting by incorporating their own internal
    form called a BF-1018. The BF-1018 has more
    specific property reporting instructions, which
    resulted in a more accurate and timely NF-1018
    submittal. Boeing's submittal of the NF-1018 for
    '01 has been the most accurate property report
    under the contract to date, as evidenced by
    feedback from JSC's financial management office.
    In addition, the first on-orbit property report
    was outstanding.
  • Boeing contracts did an outstanding job of
    turning around urgent proposals when Authority to
    Proceed was needed quickly. Ninety days are
    normally allowed to build a proposal, however,
    SSCNs 4407, 5936, 5949 and 4823 were developed in
    significantly less time. In addition, the
    contractor was instrumental in finalizing
    paperwork and negotiations to meet the short time
    constraints.
  • Weakness
  • The contractor has not been able to adequately
    portray the financial posture of the baseline
    contract. Presentations at the Space Station
    Program Control Board (SSPCB) , Cost, Schedule,
    Technical Reviews (CSTRs), and Quarterly Program
    Manager Reviews do not clearly define key
    management metrics, such as fiscal year reserves
    and performance issues, and provide no summary
    perspective or conclusions regarding the fiscal
    posture. In numerous instances, the contractor
    could not explain the data being presented and
    actual data and information were not in sync with
    forecasts. Additionally, the quality and
    consistency in detailed presentations vary widely
    across Super Cost Account Managers

A-2
5
Twelfth Period Award Fee EvaluationInternational
Space StationContract NAS 15-10000
  • Program Management (cont.)
  • Weaknesses (cont.)
  • Boeing technical offices are not adequately
    supporting the change proposal process. Examples
    include
  • Recent LKP data delivery dates (I.e. 5046 5811)
    continue to slip.
  • In some cases, NASA has begun negotiations based
    on proposal data, only to be informed that actual
    work costs are already in excess of proposal data
    before negotiations even begin.
  • Planning and scheduling of required work to
    support definitization by the required
    authorization to proceed (ATP) date particularly
    in the area of external carriers.
  • In a formal audit, DCAA found Boeings estimating
    system to be inadequate in part in the area of
    subcontract and material costs. Although the
    contractors response previously indicated that
    all corrective actions had been completed, NASA,
    DCAA, and the DCMA were not satisfied that
    adequate training had been provided. Since that
    time, Boeing has established an adequate
    corrective action plan. DCAA intends to monitor
    the effectiveness of the training by auditing
    proposals over the next few months.
  • In a formal audit, DCAA found Boeings Billing
    System to be inadequate in part. Furthermore,
    NASA requested a supplemental audit because of an
    over billing of 46M in November 2001. NASA
    requested that DCAA perform quarterly voucher
    reviews as a result. Boeing is cooperating with
    NASA to resolve this issue and has an adequate
    corrective action plan in place.
  • The contractor did not manage the S0 truss
    activity effectively. Significant management and
    performance issues on S0 impacted S0 and
    downstream truss schedules and resolution was not
    proactive or timely and resulted in additional
    Program cost.

A-3
6
Twelfth Period Final Evaluation International
Space Station Contract NAS 15-10000
  • B. 1 Vehicle Hardware Production
  • Summary
  • The contractor has exhibited improved
    performance in development and final assembly of
    the truss elements through incorporation of
    several process improvements. Additionally,
    preparation and support of FCAs and ARBs
    continues to be a strength through this period.
    However, slow closure of engineering paper
    against the elements continues to be a
    significant concern relative to the ability to
    maintain a full understanding of the effort to
    complete each element.
  • Strengths
  • Boeing support of FCA and ARB milestone
    activities continues to be a strength. During
    this period the P3/S3 and P5/S5 FCAs were
    completed. Also, P4/S4, P5, and P1/S1 ARBs were
    completed and the elements DD250d.
  • The contractor has done an outstanding job of
    applying lessons learned from earlier missions to
    assembly tasks on 9A, 11A, 12A and 13A resulting
    in improved schedule performance and fewer PRs
  • Added assembly drawing notes to streamline the
    resolution of dents/dings/scratches
  • Revised the shroud fit-check process to include
    onsite thermal support and buy-in
  • P4 MT rail fit-up and match drilling
  • Solar array wing buildup
  • P3/S3 MLI shroud fit checks
  • The Contractor has implemented process
    improvements to streamline flight preparation of
    truss elements
  • Significantly streamlined ground processing
    activities through the implementation of the
    Discrepancy Report system to expedite minor
    repairs and return-to-print anomalies.
  • Implemented a new process by which shroud
    modifications can be performed without class 1
    control or Configuration Management tracking.
  • Developed a method to install the S1 and P1 Pump
    Module Assemblies (PMA) and Crew Equipment
    Translation Aid (CETA) carts in the Space Station
    Processing Facility (SSPF), thereby eliminating
    the need to return to the Operations and Checkout
    (OC) building.

B.1-1
7
Twelfth Period Final Evaluation International
Space Station Contract NAS 15-10000
  • B. 1 Vehicle Hardware Production
  • Strengths (continued)
  • Boeing EVR team did a notable job in the DDTE of
    the Camera Berthing and Centerline System. The
    technical products met the aggressive schedule to
    ensure that only minor schedule impacts were seen
    in the MBS ground processing at KSC.
  • The Structure and Mechanisms team has done an
    outstanding job of completing the work on MCASS,
    PAS, CAS and the test tool PCAS. The completion
    of the work on MCASS was schedule critical and
    the team met critical milestones.
  • The contractor has done an outstanding job of
    accommodating new or unplanned work on S0 and the
    Mobile Transporter and still maintain Program
    milestones. These new or unplanned items were
    due to several factors that included requirement
    changes, problem reports taken during processing,
    and hardware design or manufacturing issues.
    Some examples include reworking of the Mobile
    Transporter captive nut retainers with no
    significant impact to the Ready for Shuttle
    Integration date and reworking of the fluid
    umbilical multilayer insulation blankets without
    any impact to the Installation into the Canister
    date.
  • The contractor has done a notable job of
    performing planned work earlier than scheduled to
    ensure the work does not affect the critical
    path. Some examples of this include the SVS
    target installations and surveys, handrail label
    installations, flight cover removals in the OC
    building versus at the Pad, and completion of 13
    S1 QD leak checks to support S0 problem
    resolution.
  • The contractor did an outstanding job
    coordinating and executing the Passive Common
    Attach Mechanism interface test with the Mobile
    Base System (MBS) Common Attach System (MCAS).
    The hardware arrived early at KSC and the test
    was completed on time. No anomalies were noted
    during the test. No retesting had to be
    performed. The management of the test was
    outstanding.

B.1-2
8
Twelfth Period Final Evaluation International
Space Station Contract NAS 15-10000
  • B. 1 Vehicle Hardware Production
  • Strengths (continued)
  • The Boeing Outboard Truss test team continues to
    perform exceptionally well. Their methodology
    for team make-up, procedural/test script
    development, dry-running procedures with
    high-fidelity test equipment, effective use of
    lessons learned, and test execution is
    outstanding. During this period the Outboard
    Truss test team successfully completed the P4 and
    S4 command and response tests and the functional
    checkout of the two 12A flight wings ahead of
    schedule and without ANY Problem Reports (PR)
    taken or procedural deviations required.
  • Weaknesses
  • The contractor continues to defer paper closure
    until late in the processing flow, causing a
    large commitment of resources at that time and
    increasing the risk that open issues will not be
    identified early enough to minimize impacts to
    element flow.
  • Inadequate performance associated with open paper
    closure forced rescheduling of the Flight 8A LPA
    from 12/18/01 to 01/29/02.
  • Truss elements S1 and P1 (Flights 9A, 11A) have a
    combined 1369 post-ARB open items documented in
    OPMT as of 3/18/02, including approximately 606
    KSC items.
  • Significant amount of S0 open paper encountered
    at both LPA and SORR, requiring significant
    efforts at end of process which increases both
    risk and cost to the Program.
  • KSC build books and open paper closures were not
    maintained as current, resulting in closure
    inefficiencies which cost the Program.

B.1-3
9
Twelfth Period Final Evaluation International
Space Station Contract NAS 15-10000
  • B. 1 Vehicle Hardware Production
  • Weaknesses (cont.)
  • The contractor needs to focus more attention on
    ensuring quality procedures, training, attention
    to detail and workmanship in the development of
    flight hardware. Examples of problems associated
    with these items include
  • S0 problems (1) Improper 1-g Umbilical
    installation, (2) Inadvertent loading of MT by
    Zero-g Support Equipment (ZSE) during
    MT-to-S0 mate, (3) Use of silver-plated
    fasteners, (4) Improper installation of umbilical
    thermal blankets, (5) Click Bond installation
    failures.
  • During the removal of quick disconnect (QD) 164
    from the P1 truss, the contractor failed to
    follow approved procedure and established flight
    cleanliness requirements by using a red hacksaw
    to remove the QD. The recovery effort associated
    with this failure has been very costly.
  • The contractor failed to implement established
    program cleanliness practices and quality control
    in manufacture of the Pump Module Assembly (PMA)
    test stands for P1 and S1 in MEIT. A foam plug
    intended to prevent contamination during welding
    procedures was left in a line resulting in foam
    particles throughout much of the plumbing. In
    addition, the heat exchanger used during the test
    was not properly passivated, resulting in
    corrosion and subsequent contamination of the
    loop.
  • Boeing failed to direct their contractor
    (Parker-Symetrics) to update the Internal Self
    Sealing Quick Disconnect Acceptance Test
    Procedure (ATP) which was mandated by SSCM 4879.
    Boeings failure to direct Parker-Symetrics
    resulted in several hundred QDs delivered to
    NASA with inadequate leak testing.
  • The contractor is still lacking in the planning
    and coordination of Cargo Element envelope
    checks. 8A DPA measurements remaining to be
    taken, as well as the results of those which have
    been, are not being reported to Boeing KSC.

B.1-4
10
Twelfth Period Final Evaluation International
Space Station Contract NAS 15-10000
  • B. 1 Vehicle Hardware Production
  • Weaknesses (cont.)
  • Although improving, Boeing continues to be slow
    to identify and/or resolve significant hardware
    issues. Examples include
  • An on-orbit failure of the Launch to Activation
    (LTA) heater thermostats during the 5A mission in
    early 2001 remained an open issue for S0 late
    into the 8A Processing Flow.
  • The contractor missed the latching motor valve
    from the QPIP 1459 corrective action
    investigation and forced last minute engineering
    analysis to fly as is with accepted risk.
  • Late identification of Mated QD Hydraulic Lockup
    issue resulted in impacts to 8A LPA, turnover to
    Shuttle, and SORR.
  • In the area of Inboard Truss testing, The
    contractor needs to focus more attention on
    ensuring quality procedures, training, and
    attention to detail in preparing for and
    implementing testing. Examples include
  • Revision C of the P1 TRD had been released and no
    updates or hand writes to the P1 P1000 or P1100
    procedures written to Revision B requirements had
    been incorporated into the procedure.
  • AT P1000 and P1100 Test Readiness Reviews,
    schedules were not provided and test
    configuration specific exceptions to the
    referenced drawing were not documented.
  • Boeing missed testing the 8A MBSU S0-1A/1B RBI 11
    output copper path which provides primary power
    to the Node 2 DDCU (N2NAD-1B) even though it was
    in the procedure. Boeing has reviewed part of
    the root cause and has taken action to resolve.

B.1-5
11
Twelfth Period Final Evaluation International
Space Station Contract NAS 15-10000
  • B.2 Technical Performance - Avionics and
    Software Production
  • Summary
  • The contractors performance in the avionics
    and software areas has been solid this period.
    Major strengths included SSMMU delivery, 8A
    transition, and improved PR cycle times.
    Although improving, ECZ and CCS software schedule
    performance remains a major problem.
  • Strengths
  • The Boeing support to the CDH Hardware Team has
    continued to be outstanding. All SSMMU sets
    were delivered eight months ahead of the
    pre-6A implementation schedule and all on-board
    Command and Control MDMs and Payload MDMs were
    upgraded with the SSMMU. This completes the
    on-board mass memory upgrade effort.
  • Boeings support for the successful 8A software
    on-orbit transition was outstanding, adding
    functionality to CC, GNC, PEP, and ECZ. A very
    effective Software Transition Readiness Review
    preceded this milestone.
  • The prime instituted several valuable process
    improvements
  • The average flow time for PRs in analysis was
    reduced.
  • Instituted an Avionics Equipment Board to more
    efficiently manage avionics hardware.
  • Improved SMC processes for Caution Warning
    (including CW impacts of PRs), FCA/PCA, software
    ICDs, Stage Test DVOs, and SPNs. Also notable
    support for assessment of PCS development
    programs.
  • EME expertise continues to be of top-notch
    quality and has provided notable support of
    testing, design reviews, IP integration, and
    anomaly resolution teams.

B.2-1
12
Twelfth Period Final Evaluation International
Space Station Contract NAS 15-10000
  • B.2 Technical Performance - Avionics and
    Software Production (cont.)
  • Strengths (Continued)
  • The Boeing GNC team did an outstanding job of
    supporting the 8A GNC activation and checkout
    TIM. This led to a well-planned and systematic
    activation and checkout of the GNC system for 8A.
  • The contractor has performed beyond expectations
    in supporting testing, in such areas as 8A stage
    testing, NASA/NASDA JEM CDH Joint Test 2,
    planning for APM Joint Test 3A, supporting the
    MEIT-3 CDH reassessment study, and test support
    at KSC (e.g. S1 S-Band re-acceptance, video and
    CDH support for S0 Combined Functional Test,
    GNC support to Regression test, and overall EME
    support).
  • Software teams have shown notable flexibility to
    accommodate late requests for new PPLs and
    patches, e.g. the Ku-band patch which was
    accelerated from CCS R4 to R3.
  • The contractor has aggressively instituted fault
    trees to resolve Avionics PRACAs.
  • The contractor provided notable facility support
    in developing requirements for ISIL enhancements,
    multiple test rig releases and upgrades, and
    planning for software management on the new Sun
    6800 in the MBF.
  • Superior initiative was shown by the DIT, e.g.
    trying to reduce the number of Standard Out
    products each cycle, helping the IPs integrate
    CGS tools, and ensuring that the customer had the
    best RCL possible for upcoming Timeliner testing.
  • The contractor was highly effective in isolating
    cable harness wiring problems of the Integrated
    Truss Segment S0.

B.2-2
13
Twelfth Period Final Evaluation International
Space Station Contract NAS 15-10000
  • B.2 Technical Performance - Avionics and
    Software Production (cont.)
  • Strengths (Continued)
  • The contractor has successfully supported
    unplanned tasks without interrupting avionics and
    software work, e.g. supporting the CARD and Node
    3 relocation study.
  • Boeing has demonstrated exemplary performance in
    the delivery, test and integration of software
    products for quick turnaround (i.e. 24 hours) to
    support MOD/MCC-H real-time operations and
    testing.
  • Weaknesses
  • The contractor continues to have problems meeting
    ECZ and CCS software schedules.
  • Although the development cycle time for large
    IFLs was reduced, the contractor continues to
    commit to unrealistic schedules for Build
    Specification Reports (BSRs) and IFLs resulting
    in delivery dates not being met. Also, customers
    continued to find BSR errors.

B.2-3
14
Twelfth Period Midterm Evaluation Exhibit
A International Space Station Contract NAS
15-10000
  • B.3 Technical Performance Cargo Integration
    Hardware
  • Summary
  • Overall, the contractor has shown improvement
    for this period. The contractor has made some
    progress in planning, coordinating, and
    integrating across the various projects.
    However, the contractors management needs to be
    more proactive and involved on a daily basis.
    This daily involvement is needed to help
    facilitate timely communication, integration
    across multiple projects, identification of
    issues, and delivery of hardware per the agreed
    to schedule.
  • Strengths
  • Strong technical support was provided for
    negotiating FRAM connector design with
    ESA/Columbus. Quick turnaround on issue
    resolution and actions. Contractor demonstrated
    flexibility and desire to work with IP
    limitations.
  • The contractor has made significant improvement
    in schedule management and tracking for External
    Carriers projects. Using these improved tools,
    performance to plan has improved.
  • The contractors performance on recent ESP2 and
    FSE design reviews has been outstanding. The most
    significant example is the recent completion of
    ESP2 IDR2. The presentations and data package
    were well done and led to meaningful discussions
    with the participants. All major issues were
    identified and documented for follow-up.
  • The contractor has made progress in day to day
    project management. Specifically, the contractor
    has a much better set of project schedules in
    place.
  • The contractor has improved in coordinating their
    ground activities with the KSC Payload Ground
    Operations Contractor (PGOC) for External
    Carriers FSE support. An example of this is the
    work the contractor did on the UF1 LMC FRAM
    integration.

B.3-1
15
Twelfth Period Midterm Evaluation International
Space Station Contract NAS 15-10000
  • B. 3 Technical Performance Cargo Integration
    Hardware
  • Strengths (cont.)
  • The contractor has made substantial progress in
    their strategic planning. Specific examples
    include the updated version of the External
    Carriers Office Hardware Development Strategic
    and Tactical Plans and development of a plan to
    react to failures during assembly and a steady
    state plan post-assembly.
  •  Weaknesses
  • The contractor continues to have significant
    lapses indicating a reactive rather than
    proactive management style. A specific example
    is the recent attempt to deliver the PCU FSE, in
    spite of the fact that required structural
    analysis for carrier types identified in the FSE
    specification were not complete. When questioned,
    the contractor stated the subject requirements
    were incorrect. While this assessment may be
    true, identification of this issue AT DELIVERY is
    unsatisfactory. This led to an avoidable delay in
    acceptance (FCA/PCA) of this hardware.
  • The contractor continues to lack technical
    communication and integration across different,
    related External Carriers projects. An example
    of this would be the FRAM and FRAM connector
    projects. The contractor has been slow to
    integrate these two projects, where connector
    delivery and integration into the FRAM assemblies
    is essential to assure FSE deliveries to ULF1 and
    subsequent missions. Another example of this
    would be the FRAM Connector (K) CDR. In this
    instance, the connector design review meeting
    started, without data packages being distributed
    in advance to FRAM personnel ( others).
  • The contractor needs to improve on assuring
    rigorous manufacturing standards for External
    Carriers hardware. Examples of this include the
    rework of the passive FRAMs and the UTAS, where
    easily avoided manufacturing process faults
    resulted in needless cost and schedule impacts.
  •  

B.3-2
16
Twelfth Period Midterm EvaluationInternational
Space StationContract NAS 15-10000
B. 3 Technical Performance Cargo Integration
Hardware
  • Weakness (continued)
  • The contractor needs to improve on the timeliness
    associated with identifying long lead items, and
    then following through on the procurement.
    Examples of this include the procurements
    associated with the FHRC and UTA FSE.
  • The contractors management needs to be more
    pro-active and involved on a daily basis. It is
    unclear if the management is involved in the
    daily implementation, across the various
    projects. This daily involvement is needed to
    help facilitate communication, integration across
    multiple projects, and delivery of hardware per
    the agreed to schedule. In addition, this daily
    involvement will allow the contractor to better
    understand the customers concerns/issues.

B.3-3
17
Twelfth Period Final Evaluation International
Space Station Contract NAS 15-10000
  • B.4 Technical Performance Launch Package
    Integration
  • Summary
  • The contractor has improved performance
    during this period and demonstrated superior
    initiative and provided quality support to the
    Launch Package and Manifesting teams.
  • Strengths
  • The Boeing Mission Managers and their supporting
    organizations have improved their inputs of the
    hardware handling and processing requirements
    to the Launch Package Teams, Stowage and Packing
    organizations.
  • Boeing demonstrated superior initiative in
    developing an ISS Manifest Analysis Tool (IMAT).
    The IMAT has resulted in significant process
    improvements and has greatly improved ISS ability
    to respond quickly and accurately to changing
    requirements.
  • The contractor has provided notable support in
    assuring that Boeing hardware and products are
    delivered per schedule to support UF-2.
  • Boeing has instituted a weekly telecon to status
    the Boeing hardware manifested for a specific
    flight. These meetings are used to help identify
    and resolve any hardware processing/delivery
    issues and have helped to reduce the number of
    surprises regarding late hardware deliveries.
    They have become instrumental in helping to
    involve the appropriate parties, including
    management, necessary to make critical decisions
    and establish recovery plans for late deliveries.
  • Weaknesses
  • Although improving, identification of shortages
    and/or late deliveries continue to be identified
    too late in the process (ie shortly before the
    required hardware on-dock date).

B.4-1
18
Twelfth Period Midterm Evaluation International
Space Station Contract NAS 15-10000
  • B.5 Technical Performance Preparation for
    Flight
  • Summary
  • The Boeing VIPeR team has performed exceptionally
    well this period, providing analysis supporting
    ISS Assembly Flights and ISS on-orbit
    operations. Boeing continues to provide notable
    support in the conduct of CoFR reviews and Stage
    Integration Reviews and in providing the products
    that support these reviews. The Boeing EBIT Team
    has shown weakness in overall management with the
    absence of detailed schedules and late delivery
    of flight critical analysis.
  • Strengths
  • The VIPER team continues to perform in an
    outstanding manner. Specific examples include
  • The integration and development of the ISS
    external stowage configuration report through
    flight 4R.
  • Continued improvement of tool development for
    on-orbit data correlation to improve quality of
    data inputs and outputs and improved means of
    delivering quality products to customers. These
    include initial development and peer review of
    the SETI power/thermal mission support tool for
    targeted use during the 8A mission, development
    of an automatic on-orbit data download
    capability, and process improvements in the
    delivery of the Semi-Annual Performance
    Assessment Report (SAPAR).
  • Exceptional and timely response in developing a
    SSODB repository for flight attitudes for the ISS
    Program.
  • Leading an effort to develop a process for
    including the international partners
    capabilities into the SSODB.
  • Supporting NASAs assessments to maintain 3
    versus 6 crew.

B.5-1
19
Twelfth Period Midterm Evaluation International
Space Station Contract NAS 15-10000
  • B.5 Technical Performance Preparation for
    Flight
  • Strengths
  • Boeing has performed exceptionally well in
    maintaining and closing issues associated with
    Stage Integration Review 7 (SIR 7, ULF-1, 12A,
    12A.1) and in preparing for SIR 8 (13A, 13A.1,
    and 15A).
  • Boeing has done an outstanding job preparing for
    and conducting the Launch Package Assessments
    (LPA) and the CoFR Stage Operations Readiness
    Review (SORR).
  • The contractor Incorporated stage verification
    compliance milestones into the OPMT to insure
    time visibility and action for the verification
    products that support CoFR.
  • The Boeing KSC Imagery Group has established new
    procedures for providing imagery status of the
    different flights. The report is updated monthly
    and contain easy to understand graphics depicting
    acquired imagery vs. total number of images to be
    acquired, schedule, and budget data. Boeings
    outstanding management tools applies for tracking
    imagery have resulted in timely delivery of Pre
    Flight Imagery Plans and actual images.
  • Boeing performance has greatly improved in the
    on-orbit installation drawing task. They have
    recently implemented the Operations Sequence
    Report, which ensures better coordination with
    MOD and less rework for both teams in support of
    SORR.
  • Weaknesses
  • Boeing has not provided a detailed schedule from
    which to manage the EBIT process. There is a
    lack of efficiency in the management of the
    process and products which result in the late
    delivery of flight critical analysis.

B.5-2
20
Twelfth Period Final Evaluation International
Space Station Contract NAS 15-10000
  • B.6 Technical Performance Assemble, Sustain and
    Operate On-Orbit Vehicle
  • Summary
  • The contractor continues to provide
    exceptional technical leadership and support to
    the on-orbit vehicle, resolving issues in a
    timely manner and ensuring the proper resources
    and skills are available when required in the
    majority of cases.
  • Strengths
  • The contractor continues to provide superior
    technical leadership and support to on-orbit ISS
    operations. Some examples of exceptional
    support include
  • Extensive fault tree and root cause investigation
    for the BGA anomaly, identifying potential flight
    attitude solutions and identifying a potential
    fix (thermal blanket) and manufacturing/flying it
    within one month.
  • ISS environments and contamination team showed
    outstanding progress on development of
    understanding of the ISS plasma charging hazard
    resulting from PV array driven charging for
    vehicle configurations prior to flight 12A.
  • Boeing's CDH MER support has been very
    responsive to the flight control team. They have
    supported the CDH flight controllers positively
    with timely results. On multiple occasions, the
    CDH flight controllers have been able to quickly
    correct problems while preserving the appropriate
    data because of the quick turnaround of requests
    to the MER CDH personnel.
  • The SM Loads and Dynamics team has provided
    timely mission support with prompt VAC analyses,
    IP support, and very critical analysis/assessment
    of loading events associated with hardware
    malfunction off-nominal performance of ISS
    hardware.

B.6 -1
21
Twelfth Period Final Evaluation International
Space Station Contract NAS 15-10000
  • B.6 Technical Performance Assemble, Sustain
    and Operate On-Orbit Vehicle (cont.)
  • Strengths
  • The majority of the contractors MER systems
    consoles continue to maintain strong
    relationships with the Flight Control Team
    counterparts, resulting in the ability to address
    significant on-orbit issues in a timely manner.
  • Boeing management has provided valuable
    suggestions to training content restructuring
    that has helped reduce future cost of training.
    In addition, they are working to ensure a smooth
    transition between JSC and Marshall for payload
    training responsibilities.
  • Weaknesses
  • None Identified

B.6-2
22
Twelfth Period Midterm EvaluationInternational
Space StationContract NAS 15-10000
  • B. 7 Utilization
  • Summary
  • The contractor continues to provide
    exceptional hardware and software technical
    expertise in supporting the integration of
    payloads with the ISS. During this period of
    performance, Utilization has met all requirements
    in support of integration of payloads into
    Destiny. Management of PaRIS interfaces with the
    Habitat Holding Racks (HHRs) has been inadequate,
    resulting in cost and schedule impacts.
  • Strengths
  • The contractor has continued to excel in the area
    of payload flight SW deliveries and related
    documentation. All products were delivered on
    schedule and within budget even though numerous
    payload manifest changes continue to occur as
    well as late payload developer submittals.
  • Extensive support was provided for the MELFI
    verification review prior to MELFI being shipped
    to KSC from Europe. This support helps abate the
    risk of late verification issues arising at KSC
    which could impact the ULF-1 launch readiness.
  • Completed and delivered all Payload Rack Checkout
    Units (PRCU) and Suitcase Test Environment for
    Payloads (STEP) units. Timely delivery and
    acceptance of PRCU unit 6 allowed the MSG project
    to conduct sub-rack verification for the UF-2
    mission. Completed and delivered all Payload Rack
    Checkout Units (PRCU) and Suitcase Test
    Environment for Payloads (STEP) units. Timely
    delivery and acceptance of PRCU unit 6 allowed
    the MSG project to conduct subrack verification
    for the UF-2 mission. The contractors
    proactiveness and ingenuity in the delivery
    process prevented delays in the delivery of these
    units. In addition, the Boeing team has also
    provided a well thought out and thorough forward
    plan for transitioning into sustaining tasks.
  • In a mere 3 1/2 working months, the contractor
    designed, developed, fabricated, tested, and
    delivered the Passive Common Attach System
    Simulator (PCASS) (SSCN 5811). Not only was the
    PCASS delivered ahead of schedule, but it far
    exceeded its performance requirements. This
    early delivery allowed the completion of critical
    path testing of the MBS ahead of schedule,
    earning recognition from senior ISS management.

B.7 -1
23
Twelfth Period Midterm EvaluationInternational
Space StationContract NAS 15-10000
  • B. 7 Utilization
  • Strengths (continued)
  • Completed the S3, MCAS, and keel revised envelope
    analyses, completing the process for S3 sites.
    Results are captured in PIRNs scheduled for final
    End to End Berthing Integration Team (EBIT)
    approval on March 6 and the Payload Control
    Boards formal CR to update the document. The
    contractor was able to perform this task which
    required multi ISS and SSP discipline integration
    when it was not carried as a high priority by
    those teams.
  • The administrative services being provided for
    the PSCP have been exemplary. Meeting minutes
    have been generated on average in two days time.
    In addition, the minutes have been accurate,
    requiring very minimal if any modifications.
    This quick turnaround of minutes allows PSCP
    decisions and direction to get out to the payload
    SW community quickly allowing them to respond and
    implement in a timely fashion.
  • The contractor has processed a significant amount
    of PIRNs which resulted in a better defined
    interface for ISPRs. In addition, a new
    structured process has been set up to handle PIRN
    traffic related to core systems interface
    documentation.
  • Weaknesses
  • Inadequate coordination with Boeing HHR Project
    on the PaRIS ICD resulted in a HHR schedule delay
    and cost impact.

B.7-2
24
Twelfth Period Final Evaluation
International Space Station
Contract NAS 15-10000
  • B. 8 Logistics Maintenance
  • Summary
  • The contractor has performed exceptionally well
    during this period in all areas of logistics
    support. Of note is their development of
    on-orbit maintenance planning, the support to the
    S5 flight article move, a new management plan on
    new spares procurements, the tracking and
    management of the depot certifications, and the
    support to logistics data systems. In addition,
    the contractor has shown marked improvement in
    the delivery of logistics data products. The
    contractor needs to continue to work on ensuring
    that data required by other organizations to
    support development of logistics products, are
    provided in a timely manner so that product
    deliverables arent impacted.
  • Strengths
  • The contractor has done an exceptional job
    developing on-orbit maintenance plans. Examples
    include
  • Performing a superior integrated analysis
    validating the delivery plans for Nitrogen and
    Ammonia tanks during assembly, and providing new
    insight into post assembly plans.
  • Developing a comprehensive plan for addressing
    potential failures of cable boxes on-orbit that
    allowed the Program to avoid potential costs of
    additional spares procurement and FSE development
    beyond the baseline.
  • Developing and coordinating an EVA scenario for
    removal and replacement of a Utility Transfer
    Assembly within a single EVA sortie. By providing
    this quality product at the right time, the
    Program will be able to defer FY02 and 03 cost of
    FSE.
  • The contractor has provided outstanding support
    in the development and implementation of a
    Common Spares Pool approach with the
    International Partners.

B.8-1
25
Twelfth Period Final EvaluationInternational
Space Station Contract NAS 15-10000
  • B. 8 Logistics Maintenance (cont.)
  • Strengths (continued)
  • The contractor has implemented several corrective
    actions to improve forecasting and management of
    the spares schedules. These include
  • Implementing a monthly Super CAM meeting to
    review the cost, schedule and performance for
    spares hardware.
  • Streamlining the weekly spares VTC to more
    clearly focus on specific cost and schedule
    milestones.
  • Initiating a review team to closely monitor PIO
    proposal implementation process from inception to
    definitization. This has successfully reduced
    the total cycle time to implement new
    procurements.
  • The contractor support of logistics data systems
    has been exceptional. During this period the
    contractor completed the KSC PGOC transition from
    KIMS to GOLD on December 01, 2001 as planned. To
    meet this date, the contractor overcame
    significant technical challenges to accomplish
    this task on time including resolving issues with
    the KSC to JSC server interfaces. In addition,
    the contractor identified several problems with
    the Enhanced Automated Graphical Logistics
    Environment (EAGLE) Software and quickly worked
    with the vendor to develop user friendly
    solutions.
  • The contractor delivery of logistics data
    products has been greatly improved. Examples of
    this include
  • Exceeding the minimum provisioning data
    requirement by five ORUs in support of the
    Provisioning Technical Documentation Meeting.
  • Converting the Lockheed-Martin Mil-Std-1388 2A
    data to Mil-Std-1388 2B data and training
    engineering personnel on how to use the EAGLE 2B
    Software System.
  • Converting CSA Logistics Support Analysis 2A data
    to 2B data .

B.8-2
26
Twelfth Period Final EvaluationInternational
Space Station Contract NAS 15-10000
  • B. 8 Logistics Maintenance (cont.)
  • Weaknesses
  • The contractor has not provided detailed
    schedules of their development plans for the
    end-to-end external maintenance scenarios. This
    lack of detailed schedules has impacted the
    ability of institutional organizations, such as
    MOD, Crew Office and Engineering, to support this
    effort.
  • The electronic delivery of the OP04 (maintenance
    procedure) and OP05 (illustrated parts breakdown)
    needs improvement. The contractor was late in
    providing an essential cross reference table
    which caused the LSAR Review of the data to slip
    one (1) week.
  • The contractor did not adequately monitor the
    schedule and cost performance of the Lockheed
    Martin Sunnyvale spares.

B.8-3
27
Twelfth Period Final Evaluation International
Space Station Contract NAS 15-10000
  • B. 9 Technical Performance - Configuration
    Management and Data Management/Integration
  • Summary
  • Boeing Configuration Management and Data
    Management/Integration has demonstrated overall
    highly effective performance during this
    evaluation period. Boeing continues to provide
    outstanding support on the on-orbit mission
    configuration status accounting activities. The
    performance of the SW CM team in configuring the
    IFLs, patches and PPLs has been outstanding.
    Improvement is needed in coordination and
    planning with engineering, quality and CM to
    enable the closure of open paper in time to
    support the COFR reviews.
  • Strengths
  • Boeing KSC continues to provide outstanding
    support of the on orbit configuration
    reconciliation efforts with on orbit stage
    reconciliation 99.5 complete.
  • Boeing has made notable progress in implementing
    change process improvement initiatives
    (streamlined SSCMs, CR reduction) and has
    aggressively worked the NASA initiated Open CR
    Performance Improvement Plan.
  • Boeing Software CM has improved the quality of SW
    status accounting by consolidating site data into
    PVCS.
  • Boeing Data Management continues to provide
    outstanding support to the Program Data
    Management and Integration Team (PDIT) in the
    development and implementation of a streamlined
    process for receiving and tracking Boeing data
    deliverables.
  • The Boeing VDI team did a notable job resolving
    issues and meeting the October and January
    milestone VMDB data deliveries. Outstanding
    support in defining Application Support Data Base
    (ASDB) requirements and helping define VMDB
    Requirements Database (VRD) data for conversion
    was also provided.

B.9-1
28
Twelfth Period Final Evaluation International
Space Station Contract NAS 15-10000
  • B. 9 Technical Performance - Configuration
    Management and Data Management/Integration
  • Weaknesses
  • Boeing was delinquent in providing completed
    build paper and engineering rationale for
    subsequent as-designed vs. as-built discrepancies
    on the S0 truss in time for the 8A SORR. This
    resulted in a CoFR exception which required
    extraordinary effort by engineering and CM to
    complete last minute waivers prior to the FRR.
    Late waivers were also processed on the 7A.1 and
    UF-1 missions.

B.9-2
29
Twelfth Period Final Evaluation International
Space Station Contract NAS 15-10000
  • B. 10 Technical Performance International and
    GFE Integration
  • Summary
  • The contractor has provided outstanding
    support to the MSFC Node Projects Office, ESA SW
    and Systems Engineering Integration. The
    contractor has provided notable support and
    coordination regarding FGB stowage
    enclosures,RSC-E integration activities for UF-2,
    Increment 5, and for the 7P and 4S Stage
    Operations Readiness Reviews. The contractor has
    not performed well in the areas of Columbus
    Avionics and Software schedule maintenance,
    action item and issue resolution.
  • Strengths
  • Boeing provided outstanding support to the the
    Node 2/3 Projects for the following Node
    activities
  • Working with NASA and Alenia to coordinate the
    planning, installation, and testing of CBM
    concurrently with Alenia activities.
  • Supporting the Node 3 PIDS baselining effort.
  • Providing lessons learned from other elements and
    an independent assessment of the Node 2 human
    factors and logistics verification program during
    the Node 2 Verification TIM.
  • The Contractors effort in defining SW
    interfaces, as well as systems engineering
    technical support associated with ESA/Columbus
    integration continues to be a strength. The
    contractor assumed responsibility for the
    development and maintenance of the ESA/Columbus
    SW ICD.
  • Boeing provided notable support and coordination
    in regards to the FGB stowage enclosures. Boeing
    has kept the task on schedule and provided status
    on a regular basis. Boeing support and effort
    helped to integrate the MPLM stowage of the
    enclosures for Flight UF-2. Additionally, Boeing
    coordinated the enclosure installation crew
    training in Moscow.

B.10-1
30
Twelfth Period Final Evaluation International
Space Station Contract NAS 15-10000
  • B. 10 Technical Performance International and
    GFE Integration
  • Strengths (cont.)
  • Boeing continues to effectively coordinate with
    RSC-E, the Service Module Debris Panel (SMDP) and
    TDK (Transportation Device for Debris Panels)
    integration activities for Flight UF-2. Boeing
    has provided the technical data (interface and
    thermal loads data) needed by NASA and RSC-E for
    integration analysis and certification of this
    payload. Boeing coordinated design of the
    stowage adapter for the temporary stowage of the
    SMDP on Pressurized Mating Adapter-1.
    Additionally, Boeing provided notable support in
    organizing UF-2 and Increment 5 crew training in
    Moscow.
  • Boeing support was instrumental to the successful
    7P and 4S Stage Operations Readiness Reviews.
  • Weaknesses
  • IP Integration support with regard to schedule
    maintenance, tracking and closure of action
    items, and meeting minutes continues to be weak.
  • IP integration support to negotiations of issue
    resolution for the ESA Columbus hardware
    interfaces and test 3A has been ineffective.
  • The contractor was delinquent in providing
    interface information on the TVCIC/PTU interface
    to allow the Floating Potential Measurement Unit
    (FPMU) to be integrated in place of the PTU. This
    information was requested in November however
    the complete, technically correct information was
    not provided until April 3rd. By this time, the
    design was so far along that design changes of
    the qual FPMU hardware were required, resulting
    in cost and schedule impacts.

B.10-2
31
Twelfth Period Final Evaluation International
Space Station Contract NAS 15-10000
  • B11. Technical Performance Safety and Mission
    Assurance
  • Summary
  • The contractor actively participated in ISS
    flight operations, stage operations, and
    pre-flight and post-flight activities and was
    proactively engaged in the resolution of
    technical issues and in-flight anomalies
    throughout the reporting period. The submittal of
    FMEA/CIL worksheets has occurred in a timely
    manner. However, Critical Item presentations are
    not provided to ISS management on schedule,
    resulting in late identification of risk to
    management.
  • Strengths
  • The contractor proactively supported the 8A SSRMS
    brakes-on berthing loads issue. The contractor
    accurately characterized the risks and provided
    options to minimize the risk.
  • The contractor successfully backfilled
    nonconformance reports from major Boeing sites
    into the PRACA system, ahead of the agreed-to
    schedule.
  • Software Safety captured hazard analysis results
    for Computer Based Control Systems into a
    database structure. The delivery of the hazard
    data in this format enables JSC to use computer
    based tools to produce hazard traceability and
    command restrictions for use in Operations
    products. This product is a significant value to
    the safety review process.

B.11 -1
32
Twelfth Period Final Evaluation International
Space Station Contract NAS 15-10000
  • B11. Technical Performance Safety and Mission
    Assurance
  • Weaknesses
  • During this period, twelve (12) mishaps were
    recorded where ISS personnel were injured on duty
    or ISS hardware was damaged. Although
    Boeing-ISS/GO management is placing emphasis on
    safe work practices and safety awareness,
    continued improvement in safety awareness is
    needed.
  • The contractor is not actively managing resources
    at the HB and Huntsville sites. This is
    evidenced by cost overruns in quality assurance
    that are not being dealt with in a timely manner.
  • The contractor did not adequately coordinate and
    integrate SMA issues prior to, and during,
    several ISS flight reviews (7P and 8A SORR, 8A
    delta SORR).
  • The contractor continued to experience problems
    in providing necessary audit material and action
    item closure for PCAs.
  • During the S1/P1 PCA, the contractor was unable
    to provide build paper and draft ADPs for
    review/audit, making it difficult to accomplish
    the objective of the PCA and led to large numbers
    of actions. The audit also revealed a general
    lack of quality discipline in the manufacturing
    and test documentation.
  • The contractor is slow in closing action items
    assigned at the PCA/AR and the closure dates are
    routinely pushed to the right against the launch.
  • First time quality of Reliability Block Diagram
    models is not at the desired level, which
    requires additional reviews and increased
    man-hours to ensure the model is accurate and
    complete.
  • The contractor failed to review the
    implementation of design changes or operational
    controls to eliminate the hazards associated with
    the TCS braid flex hose sharp issue. The
    Contractor also failed to initiate a SCAN report
    to notify other US Hardware Providers and
    International Partners of the issue. Only after
    NASA Management involvement was a SCAN initiated.

B.11-2
33
Twelfth Period Award Fee Evaluation International
Space Station Contract NAS 15-10000
  • Small and Disadvantaged Business (SDB) (15)
  • Summary
  • The contractor continues to exceed the NASA
    SDB goal of 8. The contractors current overall
    contract SDB percentage is 8.2.
  • Strengths
  • Boeing set in place their infrastructure for the
    addition of the HUB/Veterans/HBCU-MI goals by
    performing an information systems upgrade that
    captures input of these new supplier diversity
    goals.
  • Boeings supplier, Muniz Engineering, certified
    as a Service Disabled Veteran business. This
    contract is valued at approximately 2.98M, which
    equates to about 1.5.
  • Boeing's Protege', Cimarron, completed and
    received ISO certification.
  • Boeing set in place an HBCU/MI initiative by
    implementing the 3rd year teacher in residence at
    Prairie View AM University.
  • Weaknesses
  • None

C.1 -1
34
Twelfth Period Final Evaluation International
Space Station Contract NAS 15-10000
  • COST POOL
  • Cost Performance
  • This factor measures contractor cost performance
    in support of executing the program baseline
    plan.
  • Summary
  • The variance to the contract level funding
    baseline, as evaluated through the March 2002
    financial reports, was a 6.4 under-spend, which
    when adjusted for performance, showed a potential
    range of actual performance from the 6.4
    under-run to a 3.6 overrun. There are
    indications of a potential budget impact to
    future years due to performance within the period
    (estimates up to 10.3M). The figures are
    estimates which indicate nominal performance.
    See the cost assessment summary attachment.

Cost -1
35
Twelfth Period Final Evaluation International
Space Station Contract NAS 15-10000
Cost Performance SEE EXCEL SHEET
Cost-2
36
Twelfth Period Final Evaluation International
Space Station Contract NAS 15-10000
  • Cost Management
  • This factor measures contractors effectiveness
    in implementing the FY 2002 program baseline.
  • Summary
  • The contractor expended significant effort on
    the development of new financial reporting
    systems (OPP/Cobra) and the implementation of the
    new NASA Form 533. There continues to be
    significant problems in the cost management area.
    Financial reports were late and contained
    excessive errors, the earned value management
    system has degraded and the risk and opportunity
    system is not adequately portraying risks.
  • Strengths
  • The customer reporting team was very responsive
    in providing detailed variance information and
    supporting data, and resolving discrepancies in
    the reports. A particular example was the
    ability to quickly provide extensive historical
    data to the independent cost estimating teams
    supporting the program.
  • Boeing implemented a NASA Form 533 M/Q during the
    period. The transition to this comprehensive
    financial report allowed for the discontinuation
    of five existing reports. The new document
    provides detailed total cost, a six-month
    forecast, fiscal year forecast, and latest
    revised estimate down to the 4th level Work
    Breakdown Structure (WBS). In addition, the
    program now has visibility down to the 4th level
    on total cost and EPs and at the 2nd level WBS
    by cost element. Additional visibility is
    provided for spares and subcontractors.

Cost-3
37
Twelfth Period Final Evaluation International
Space Station Contract NAS 15-10000
  • Weaknesses
  • Continued significant issues with financial
    reporting
  • Reconciliation issues between the financial
    reports and management presentations remained a
    significant concern. Financial reports did not
    reconcile with management presentations or the
    SuperCAM database until March.
  • Boeing financial reports continue to contain
    excessive errors and unexplained problems.
    Boeings deficiencies in the Forecast Report/533
    and the primary earned value report reduced the
    governments confidence in the Boeing financial
    systems and processes.
  • Deliveries continue to be late. The forecast
    report/533 (PC27) was delivered late 3 out of 5
    occurrences. It was 4 days late in December, 5
    days late in January and 11 days late in
    February.
  • A complete SuperCAM database, which includes
    detailed earned value data, has not been
    available since December.

Cost - 4
38
Twelfth Period Final Evaluation International
Space Station Contract NAS 15-10000
  • Weaknesses (cont.)
  • The Earned Value Management System (EVMS) has
    degraded examples include
  • The contractor reported a 95M increase to the
    Variance at Completion for the DDTE work due to
    past period reconciliation. This action
    indicates a significant failure in the primary
    early warning tool for the contract. NASA has
    not received adequate explanations of this
    performance.
  • The Defense Contract Audit Agency found
    discrepancies in data between the EVMS and
    accounting systems for 1999.
  • The inability to properly measure performance on
    new work (OPD), for example the External
    Carriers, indicates this tool is unreliable.
  • Risk Opportunities Management System
  • Boeing failed to meet NASAs requirement to phase
    data by fiscal year.
  • The system failed to consistently capture rate
    issues.

Cost - 5
Write a Comment
User Comments (0)
About PowerShow.com