STATEMENT OF WORK

Requisition #: 296213

Title: Support for Implementation of the ERMS

Revision Number:0

Date:12/19/2016

1.0Objective

The Tank Operations Contractor (TOC) is requesting services to provide functional support to Electronic Requirement Management System (ERMS) project lead to complete action plan deliverable tasks for Fiscal Year (FY) 2017.

2.0Background/Introduction

This work provides administrative or program support functions only. No hands-on field work activities will be performed.

An Electronic Requirement Management System (ERMS) tool, an electronic database management program used to identify, capture, trace, verify, and link requirements flow-down to implementing mechanisms, has been procured to provide requirements managers and subject matter experts a tool that documents the flow-down approach. IBM Rational DOORS®, a commercial off-the-shelf Windows based software application, was selected as the ERMS tool. The establishment of this management program will address a number of corrective actions from an FY16 TOC-wide assessment on Requirements Management. Specific focus-areas for application of the tool will be directed by the assessment conclusions, by interface with the Risk Management group, and by senior management direction.

The ERMS will provide WRPS Requirement Area Managers (RAMs) with a defendable Requirements Management Tool to manage technical and programmatic requirements. The Tool Development will establish the system and associated processes that provide the capability to effectively and efficiently demonstrate and communicate a systematic top-down/bottom-up model-based approach to manage Tank Operations Contract (TOC) requirements, design requirements, and derived requirements in project-wide documents as they flow down to the implementing mechanisms that satisfy or implement a requirement and that support Operational Readiness Reviews. Using the tool will create a reproducible, transferable, and reportable flow-down of requirements that will minimize loss of knowledge with RAM or Subject Matter Expert (SME) turnover.

3.0Scope

Activities scheduled for the ERMS include coordination support required during initial implementation of the TOC functional area requirements being input into the ERMS and include the following:

Subcontractor shall perform Project Management tasks including:

• Provide direction to technical support staff for ERMS program development

• Manage ongoing change control processes for the ERMS

• Conduct continuing-education training, orientations, presentations, and briefings, as needed

Subcontractor shallassist in process development and provide direction to WRPS RAMs and SMEs in the following areas. Some direct performance in these areas will be required.

• Loading Requirement sets into the ERMS, where previous efforts have not incorporated the TOC or WTP contracts

• Loading Requirement sets from the WTP ERMS, where requirements have been incorporated in the WTP contract

• Support RAMs/SMEs in managing the implementing document list in the ERMS

• Provide technical and requirements management interface support to WRPS organizations implementing the ERMS

• Assist the WRPS ERMS lead in continuing-education training, orientations, presentations, and briefings, as needed.

• Develop metrics and performance measures for continuous improvement of and maintenance of the ERMS.

Deliverables to include evidence of database advancement in the areas identified by the FY-16 Requirements Management Assessment and management input. Deliverables will also include weekly reports showing activities completed in the areas listed above.

4.0Submittals

In support of the work scope established in Section 3.0 above, submittals are listed on the Master Submittal Register (MSR).

Submittals shall be provided using the TOC Incoming Letter of Transmittal (form A-6005-315). All transmittal subject headings shall contain, at a minimum, the subcontract number, submittal number, and submittal description.

Submittals shall be provided in electronic format unless available only as a hard copy. Electronic submittals may be sent to or delivered via a WRPS designated File Transfer Protocol (FTP) site. Electronic formats must be non-password protected in one of the following formats:

  • Microsoft® Office Compatible
/
  • Moving Picture Expert Group (MPEG)

  • Portable Document Format (PDF)
/
  • Extensible Markup Language (XML)

  • Tagged Image File Format (TIFF)
/
  • HyperText Markup Language (HTML)

  • Graphics Interchange Format (GIF)
/
  • Comma Separated Values (CSV)

  • Joint Photographic Experts Group (JPEG)
/
  • Text (TXT)

  • Windows Media Video (WMV)

5.0Acceptance Criteria

All deliverable documentation shall be complete, accurate, legible, and reproducible. Before delivery, design media and documents shall be reviewed by qualified Subcontractor personnel for technical adequacy and appropriate content.

6.0Configuration Management and Standards

6.1Configuration Management Requirements

There are no specific Configuration Management requirements applicable to this SOW.

6.2Applicable Standards

There are no specific applicable standards identified for this SOW.

7.0ESH&Q Requirements

7.1Quality Assurance Requirements

The Subcontractor shall follow standard commercial quality practices.

7.2Special ESH&Q Requirements

Preliminary hazard assessment PHA ID: 31 is to be used for general office duties performed in TOC-controlled office facilities only. Prior to performing any activities outside of the office facility, a job hazard analysis (JHA) must be completed to cover the activities to be performed. The JHA must be approved by a TOC Safety Representative.

7.3Price-Anderson Amendments Act Requirements

This 7.3 section and the General Provisions Article 2.11 entitled, Price-Anderson Amendments Act (PAAA), are both determined to be not applicable.

8.0Verification/Hold Points

Not Applicable

9.0Reserved

10.0Work Location/Potential Access Requirements

The primary office locations will be offsite. Access will be provided to computer station in 1818 Terminal Drive. There will be no need for access to radiologically controlled areas.

11.0Training

HGET is mandatory for work on Hanford Site and facility-specific training may be required.

12.0Qualifications

Professional experience with requirements management databases and DOORs programming.

13.0Special Requirements

Subcontractor shall not execute any work without prior approval from WRPS technical Point of Contact, Marty Hinton or the Buyer’s Technical Representative (BTR).

14.0Reporting/Administration

Not Applicable.

15.0Workplace Substance Abuse Program Requirements

A Workplace Substance Abuse Program is not required for this SOW.

Page 1 of 4(B-2 040616)