Trident II Missile Acquisition Report 2016
Trident II Missile Acquisition Report 2016
RCS: DD-A&T(Q&A)823-178
Table of Contents
PB - President’s Budget
PE - Program Element
PEO - Program Executive Officer
PM - Program Manager
POE - Program Office Estimate
RDT&E - Research, Development, Test, and Evaluation
SAR - Selected Acquisition Report
SCP - Service Cost Position
TBD - To Be Determined
TY - Then Year
UCR - Unit Cost Reporting
U.S. - United States
USD(AT&L) - Under Secretary of Defense (Acquisition, Technology and Logistics)
Program Information
Program Name
Trident II (D-5) Sea-Launched Ballistic Missile UGM 133A (Trident II Missile)
DoD Component
Navy
Responsible Office
References
Approved APB
Navy Acquisition Executive (NAE) Approved Acquisition Program Baseline (APB) dated September 10, 2011
The TRIDENT II (D5) Sea-Launched Ballistic Missile UGM 133A (TRIDENT II (D5) missile) developed an improved
Submarine Launched Ballistic Missile with greater accuracy and payload capability at equivalent ranges as compared to the
TRIDENT I (C4) system. TRIDENT II (D5) enhances United States (U.S.) strategic deterrence by providing a survivable sea-
based system capable of engaging the full spectrum of potential targets. It enhances the U.S. position in strategic arms
negotiation by providing a weapon system with performance and payload flexibility that accommodates various treaty
initiatives. The TRIDENT II (D5) missile's increased payload allows the deterrent mission to be achieved with fewer
submarines.
Executive Summary
On November 2, 2015, SSP completed a Demonstration and Shakedown Operation flight operation with a fully configured
D5 Life Extension (LE) missile involving all of the LE missile electronics packages and the Guidance LE subsystem. This
flight test was a critical milestone as D5 LE remains on track for initial fleet introduction (IFI) in FY 2017. The operation was
the first flight test for two fully configured D5 LE missiles with all LE missiles electronics packages and the Guidance LE
subsystem.
In the area of rocket motors and post boost control system gas generators, the TRIDENT II (D5) missile program has
maintained the solid rocket motor unit cost from FY 2014 PB, however, the Navy is actively engaged with Lockheed Martin
and Orbital ATK to aggressively lower their respective overheads as the industrial base shrinks. The Navy is cautiously
watching the industrial base as the decreasing demand is expected to continue and will accelerate downward as both the
Air Force and the National Aeronautics and Space Administration (NASA) reduce their procurements,increasing the risk of
future unit costs. NASA is expected to make a decision whether to switch from solid to liquid propulsion systems for the
next generation Space Launch Vehicles in the coming years. If NASA were to decide upon the liquid propulsion options,
costs could significantly increase for the TRIDENT II (D5) missile. The current budget maintains buying 12 rocket motor
sets per year through FY 2017 and increases to 14 sets in FY 2018 in order to address age out concerns. Due to the high
rate of TRIDENT II (D5) missile production in the early years of the program, a significant portion of the inventory will age out
in the near term driving the quantities to increase in FY 2018.
T
here are no significant software-related issues with this program at this time.
Threshold Breaches
Nunn-McCurdy Breaches
Current UCR Baseline
PAUC None
APUC None
Original UCR Baseline
PAUC None
APUC None
Schedule
Schedule Events
SAR Baseline Current APB
Current
Events Production Production
Estimate
Estimate Objective/Threshold
Milestone I (Initiate Concept Definition) Oct 1977 Oct 1977 Apr 1978 Oct 1977
Commence Advanced Dev Phase Oct 1980 Oct 1980 Apr 1981 Oct 1980
Milestone II (Commence FSD) Oct 1983 Oct 1983 Apr 1984 Oct 1983
First Development Flight Test Jan 1987 Jan 1987 Jul 1987 Jan 1987
Milestone III (Production Approval)/ Award Initial Missile Apr 1987 Apr 1987 Oct 1987 Apr 1987
Production
IOC (may be less than full msl outload) Dec 1989 Dec 1989 Jun 1990 Mar 1990
D5 LE System CDR N/A Feb 2011 Aug 2011 Jan 2011
First Guidance Only Flight Test (DASO-23) N/A Feb 2012 Aug 2012 Feb 2012
Second Guidance Only Flight Test (DASO-24) N/A Aug 2012 Feb 2013 Apr 20131
First Missile Electronics Flight Test (PTM-1/DASO-25) N/A Sep 2013 Mar 2014 Apr 2013
IFI for FCEA/Interlocks N/A Apr 2017 Oct 2017 Apr 2017
EHW#2 at Bangor IOC N/A Oct 2017 Apr 2018 Oct 2017
First Operational Flight Test (CET) N/A Oct 2018 Apr 2019 Oct 2018
1
APB Breach
Change Explanations
None
Performance
Track to Budget
RDT&E
Appn BA PE
Navy 1319 07 0101221N
Project Name
0951 JOINT WARHEAD FUZE SUSTAINMENT
PROGRAM
Navy 1319 04 0603371N
Project Name
0951 TRIDENT II/TRIDENT II (Sunk)
Navy 1319 04 0604327N
Project Name
9611 HARD AND DEEPLY BURIED TARGET (Sunk)
DEFEAT SYSTEM/Advanced Conventional
Strike Capability Demonstration
Navy 1319 04 0604363N
Project Name
0951 TRIDENT II/TRIDENT II (Sunk)
Procurement
Appn BA PE
Navy 1507 01 0101228N
Line Item Name
1150 TRIDENT II (D-5) Missile (Sunk)
1250 TRIDENT MODS (Shared)
Notes
The funding profile for Proc (Weapons Proc, Navy (WPN)) does not match that found in the FY 2017 PB controls for WPN
after FY 2011. Beginning in FY 2012, WPN funding is shared between Acquisition and O&S costs in the SAR and,
hence, the O&S costs are not reflected in the TRIDENT II (D5) missile acquisition.
MILCON
Appn BA PE
Navy 1205 01 0202576N
Project Name
Facilities Restoration and MOD- Grounds (Shared) (Sunk)
Navy 1205 01 0203176N
Project Name
Facilities Restoration and MOD- Fleet Ops (Shared) (Sunk)
Navy 1205 01 0212176N
Project Name
Cost Summary
Confidence Level
Confidence Level of cost estimate for current APB: 50%
TRIDENT II D-5 is currently in the process of reconciling the program office estimate with our Internal Independent Cost
Estimate (IICE). Costs are being compared at the point estimate which is approximately 17 to 18% and are making a
comparison at the 50% estimate. The plan is to have this reconciliation completed in the near future.
Total Quantity
SAR Baseline
Current APB
Quantity Production Current Estimate
Production
Estimate
RDT&E 30 28 28
Procurement 815 533 533
Total 845 561 561
Funding Summary
Appropriation Summary
FY 2017 President's Budget / December 2015 SAR (TY$ M)
To
Appropriation Prior FY 2016 FY 2017 FY 2018 FY 2019 FY 2020 FY 2021 Total
Complete
RDT&E 9729.6 84.8 111.9 108.8 63.6 65.2 20.8 0.0 10184.7
Procurement 26214.6 603.1 614.1 615.7 658.4 704.0 616.1 521.3 30547.3
MILCON 926.1 0.0 0.0 0.0 65.3 0.0 0.0 0.0 991.4
Acq O&M 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0
PB 2017 Total 36870.3 687.9 726.0 724.5 787.3 769.2 636.9 521.3 41723.4
PB 2016 Total 36868.7 708.5 769.5 739.8 804.1 784.4 462.0 521.3 41658.3
Delta 1.6 -20.6 -43.5 -15.3 -16.8 -15.2 174.9 0.0 65.1
Quantity Summary
FY 2017 President's Budget / December 2015 SAR (TY$ M)
FY FY FY FY FY FY To
Quantity Undistributed Prior Total
2016 2017 2018 2019 2020 2021 Complete
Development 28 0 0 0 0 0 0 0 0 28
Production 0 533 0 0 0 0 0 0 0 533
PB 2017 Total 28 533 0 0 0 0 0 0 0 561
PB 2016 Total 28 533 0 0 0 0 0 0 0 561
Delta 0 0 0 0 0 0 0 0 0 0
Annual Funding
1319 | RDT&E | Research, Development, Test, and Evaluation, Navy
TY $M
2013 -- -- -- -- -- -- 56.2
2014 -- -- -- -- -- -- 83.8
2015 -- -- -- -- -- -- 81.7
2016 -- -- -- -- -- -- 84.8
2017 -- -- -- -- -- -- 111.9
2018 -- -- -- -- -- -- 108.8
2019 -- -- -- -- -- -- 63.6
2020 -- -- -- -- -- -- 65.2
2021 -- -- -- -- -- -- 20.8
Subtotal 28 -- -- -- -- -- 10184.7
Annual Funding
1319 | RDT&E | Research, Development, Test, and Evaluation, Navy
BY 1983 $M
2018 -- -- -- -- -- -- 50.4
2019 -- -- -- -- -- -- 28.9
2020 -- -- -- -- -- -- 29.0
2021 -- -- -- -- -- -- 9.1
Subtotal 28 -- -- -- -- -- 8806.3
Annual Funding
1507 | Procurement | Weapons Procurement, Navy
TY $M
Annual Funding
1507 | Procurement | Weapons Procurement, Navy
BY 1983 $M
2024 -- --
Subtotal 533 14077.6
Annual Funding
1205 | MILCON | Military Construction, Navy and Marine
Corps
TY $M
Fiscal
Year Total
Program
1984 79.3
1985 82.4
1986 126.3
1987 21.0
1988 18.1
1989 15.4
1990 7.6
1991 70.5
1992 --
1993 --
1994 --
1995 --
1996 --
1997 --
1998 --
1999 --
2000 5.7
2001 1.1
2002 4.2
2003 7.2
2004 --
2005 --
2006 2.8
2007 --
2008 28.7
2009 --
2010 --
2011 --
2012 78.0
2013 264.4
2014 24.9
2015 88.5
2016 --
2017 --
2018 --
2019 65.3
Subtotal 991.4
Annual Funding
1205 | MILCON | Military Construction, Navy and Marine
Corps
BY 1983 $M
Fiscal
Year Total
Program
1984 72.8
1985 73.4
1986 109.3
1987 17.6
1988 14.6
1989 12.0
1990 5.7
1991 51.3
1992 --
1993 --
1994 --
1995 --
1996 --
1997 --
1998 --
1999 --
2000 3.6
2001 0.7
2002 2.6
2003 4.3
2004 --
2005 --
2006 1.6
2007 --
2008 15.4
2009 --
2010 --
2011 --
2012 38.8
2013 129.7
2014 12.0
2015 42.1
2016 --
2017 --
2018 --
2019 28.8
Subtotal 636.3
None
Nuclear Costs
Classified Nuclear Cost information is provided in the classified annex to this submission.
Unit Cost
BY 1983 $M BY 1983 $M
BY 1983 $M BY 1983 $M
Revised
Item Original UCR Current Estimate % Change
Baseline (Dec 2015 SAR)
(Jun 2002 APB)
Program Acquisition Unit Cost
Cost 25943.7 27704.3
Quantity 568 561
Unit Cost 45.676 49.384 +8.12
Average Procurement Unit Cost
Cost 17155.2 18261.7
Quantity 540 533
Unit Cost 31.769 34.262 +7.85
BY 1983 $M TY $M
Item Date
PAUC APUC PAUC APUC
Original APB Jul 1987 31.428 21.581 42.034 31.162
APB as of January 2006 Jun 2002 45.676 31.769 66.098 51.266
Revised Original APB Jun 2002 45.676 31.769 66.098 51.266
Prior APB Jun 2002 45.676 31.769 66.098 51.266
Current APB Sep 2011 49.819 34.534 74.848 57.492
Prior Annual SAR Dec 2014 49.303 34.166 74.257 57.156
Current Estimate Dec 2015 49.384 34.262 74.373 57.312
Cost Variance
Summary TY $M
Item RDT&E Procurement MILCON Total
SAR Baseline (Production 9453.2 25396.9 668.4 35518.5
Estimate)
Previous Changes
Economic -34.6 -347.3 +4.5 -377.4
Quantity -48.0 -6671.1 -- -6719.1
Schedule +75.3 +1713.6 +108.0 +1896.9
Engineering -0.8 +93.1 +8.5 +100.8
Estimating +761.4 +7681.9 +198.3 +8641.6
Other -- -- -- --
Support -- +2597.0 -- +2597.0
Subtotal +753.3 +5067.2 +319.3 +6139.8
Current Changes
Economic -3.7 -43.2 -2.3 -49.2
Quantity -- -- -- --
Schedule -- -- -- --
Engineering -- -- -- --
Estimating -18.1 +157.4 +6.0 +145.3
Other -- -- -- --
Support -- -31.0 -- -31.0
Subtotal -21.8 +83.2 +3.7 +65.1
Total Changes +731.5 +5150.4 +323.0 +6204.9
CE - Cost Variance 10184.7 30547.3 991.4 41723.4
CE - Cost & Funding 10184.7 30547.3 991.4 41723.4
Summary BY 1983 $M
Item RDT&E Procurement MILCON Total
SAR Baseline (Production 8434.9 17588.5 532.9 26556.3
Estimate)
Previous Changes
Economic -- -- -- --
Quantity -40.0 -3930.8 -- -3970.8
Schedule +32.7 -32.2 +35.1 +35.6
Engineering +1.3 +50.4 +4.2 +55.9
Estimating +385.9 +3453.6 +61.2 +3900.7
Other -- -- -- --
Support -- +1081.1 -- +1081.1
Subtotal +379.9 +622.1 +100.5 +1102.5
Current Changes
Economic -- -- -- --
Quantity -- -- -- --
Schedule -- -- -- --
Engineering -- -- -- --
Estimating -8.5 +65.4 +2.9 +59.8
Other -- -- -- --
Support -- -14.3 -- -14.3
Subtotal -8.5 +51.1 +2.9 +45.5
Total Changes +371.4 +673.2 +103.4 +1148.0
CE - Cost Variance 8806.3 18261.7 636.3 27704.3
CE - Cost & Funding 8806.3 18261.7 636.3 27704.3
RDT&E $M
Base Then
Current Change Explanations
Year Year
Revised escalation indices. (Economic) N/A -3.7
Congressional reductions FY 2016 which resulted in Mk5A funding decreases. (Estimating) -6.7 -13.9
Adjustment for current and prior escalation. (Estimating) +0.7 +1.4
Decreases due to revised estimates. (Estimating) -2.5 -5.6
RDT&E Subtotal -8.5 -21.8
Procurement $M
Base Then
Current Change Explanations
Year Year
Revised escalation indices. (Economic) N/A -43.2
Congressional reductions FY 2016 which resulted in Mk5A funding decrease. (Estimating) -4.4 -10.0
Revised funding due to the Balanced Budget Amendment. (Estimating) -2.7 -6.0
Increases due to revised estimates for Strategic Programs Alteration Kits (Flight Control +67.8 +162.9
Electronics Assembly, Interlocks, Command Sequencer, and Missile Inverter).
(Estimating)
Adjustment for current and prior escalation. (Estimating) +4.7 +10.5
Adjustment for current and prior escalation. (Support) +2.3 +4.5
Decrease in Other Support due to realignment from Other Weapons Support to O&S for -16.6 -35.5
refresh and replacement of Extended Navy Test Beds necessary to support life of the
program. (Support)
Procurement Subtotal +51.1 +83.2
MILCON $M
Base Then
Current Change Explanations
Year Year
Revised escalation indices. (Economic) N/A -2.3
Revised Project Estimates for the Motor Transfer Facility project at the Utah Test and +2.0 +4.2
Training Range. (Estimating)
Adjustment for current and prior escalation. (Estimating) +0.9 +1.8
MILCON Subtotal +2.9 +3.7
Contracts
Contract Identification
Appropriation: Procurement
Contract Name: Guidance FY 11 Production
Contractor: Charles Stark Draper Laboratory
Contractor Location: 55 Technology Square
Cambridge, MA 02139
Contract Number: N00030-11-C-0014
Contract Type: Fixed Price Incentive(Firm Target) (FPIF), Firm Fixed Price (FFP), Cost Plus Incentive Fee
(CPIF)
Award Date: February 10, 2011
Definitization Date: June 22, 2011
Contract Price
Initial Contract Price ($M) Current Contract Price ($M) Estimated Price At Completion ($M)
Target Ceiling Qty Target Ceiling Qty Contractor Program Manager
178.5 181.9 N/A 178.5 181.9 N/A 178.5 178.5
Contract Variance
Item Cost Variance Schedule Variance
Cumulative Variances To Date (12/31/2015) +1.5 -1.4
Previous Cumulative Variances +1.8 -1.3
Net Change -0.3 -0.1
The unfavorable net change in the schedule variance is due to completion of deliverables as this contract comes to a close,
but for which performance has not yet been recorded.
Notes
Current Contract Ceiling Price contains the CPIF, FFP efforts and FPIF. FFP efforts are not included in the variance data
reported above.
This contract is more than 90% complete; therefore, this is the final report for this contract.
Contract Identification
Appropriation: Procurement
Contract Name: Guidance FY11 Omnibus
Contractor: Charles Stark Draper Laboratory
Contractor Location: 55 Technology Square
Cambridge, MA 02139
Contract Number: N00030-11-C-0005
Contract Type: Cost Plus Incentive Fee (CPIF)
Award Date: December 28, 2010
Definitization Date: December 28, 2010
Contract Price
Initial Contract Price ($M) Current Contract Price ($M) Estimated Price At Completion ($M)
Target Ceiling Qty Target Ceiling Qty Contractor Program Manager
142.9 N/A N/A 494.3 N/A N/A 476.6 476.6
Contract Variance
Item Cost Variance Schedule Variance
Cumulative Variances To Date (12/31/2015) +3.5 -2.9
Previous Cumulative Variances +5.7 -1.5
Net Change -2.2 -1.4
The unfavorable net change in the schedule variance is due to completion of deliverables as this contract comes to a close,
but for which performance has not yet been recorded.
Notes
This contract is more than 90% complete; therefore, this is the final report for this contract.
Contract Identification
Appropriation: Procurement
Contract Name: Guidance FY12 Production
Contractor: Charles Stark Draper Laboratory
Contractor Location: 55 Technology Square
Cambridge, MA 02139
Contract Number: N00030-12-C-0005
Contract Type: Fixed Price Incentive(Firm Target) (FPIF), Firm Fixed Price (FFP)
Award Date: May 04, 2012
Definitization Date: May 04, 2012
Contract Price
Initial Contract Price ($M) Current Contract Price ($M) Estimated Price At Completion ($M)
Target Ceiling Qty Target Ceiling Qty Contractor Program Manager
236.7 35.7 651 236.7 35.7 651 236.7 236.7
Contract Variance
Item Cost Variance Schedule Variance
Cumulative Variances To Date (12/31/2015) 0.0 -2.7
Previous Cumulative Variances -1.1 -7.4
Net Change +1.1 +4.7
The favorable net change in the schedule variance is due to accelerometer sensor production and corrections to
performance data with minimal impact to performance analysis. Materials that were originally delayed in receipt at the time
of the last SAR submission were delivered over the course of FY 2015 leading to a large positive change in schedule
variance.
Notes
Initial Target Price and Current Target Price represent the total contract values. Ceiling prices reflect the value of the FFP
CLINs, which are the only CLINs with ceilings. Therefore, Ceiling price will be lower than Target Price for this contract.
This contract is more than 90% complete; therefore, this is the final report for this contract.
Contract Identification
Appropriation: Procurement
Contract Name: TRIDENT II FY12 P&DSS
Contractor: Lockheed Martin Space Systems
Contractor Location: 1111 Lockheed Martin Way
Sunnyvale, CA 94089
Contract Number: N00030-12-C-0100
Contract Type: Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF), Fixed Price Incentive(Firm
Target) (FPIF)
Award Date: October 01, 2011
Definitization Date: December 16, 2011
Contract Price
Initial Contract Price ($M) Current Contract Price ($M) Estimated Price At Completion ($M)
Target Ceiling Qty Target Ceiling Qty Contractor Program Manager
334.7 590.7 N/A 1134.9 590.7 N/A 1134.9 1134.9
Contract Variance
Item Cost Variance Schedule Variance
Cumulative Variances To Date (12/31/2015) +23.9 -11.8
Previous Cumulative Variances +34.1 -13.5
Net Change -10.2 +1.7
The favorable net change in the schedule variance is due to 1) Schedule recovery for a Circuit Card Assembly milestone; 2)
Partial schedule recovery on the Flight Control and Interlocks Chassis builds at the Missile Integrated Support Facility; and
3) Schedule recovery for the delivery of Thruster Assemblies and Thruster Cartridges.
Notes
Initial Target Price and Current Target Price represent the total contract values. Ceiling Prices reflect the value of the FFP
CLINs, which are the only CLINs with ceilings. Therefore, Ceiling Price will be lower than Target Price for this contract.
This contract is more than 90% complete; therefore, this is the final report for this contract.
Contract Identification
Appropriation: Procurement
Contract Name: Guidance FY13 SPALT
Contractor: Charles Stark Draper Laboratory
Contractor Location: 55 Technology Square
Cambridge, MA 02139
Contract Number: N00030-13-C-0007
Contract Type: Fixed Price Incentive(Firm Target) (FPIF)
Award Date: March 08, 2013
Definitization Date: March 08, 2013
Contract Price
Initial Contract Price ($M) Current Contract Price ($M) Estimated Price At Completion ($M)
Target Ceiling Qty Target Ceiling Qty Contractor Program Manager
252.8 28.9 651 257.8 28.9 651 257.8 257.8
Contract Variance
Item Cost Variance Schedule Variance
Cumulative Variances To Date (12/31/2015) +0.3 -3.6
Previous Cumulative Variances -0.3 -1.9
Net Change +0.6 -1.7
The unfavorable net change in the schedule variance is due to delays caused by the late receipt of SPALT materials. These
materials used to produce accelerometers have seen ongoing delays for over a year which is an issue affecting Guidance
subsystem contracts in multiple fiscal years. Another issue has been delays in circuit card assemblies and component
production due to a brief factory shutdown due to quality management issues are also contributing to the variance. The
factory is now functioning at full capacity with maximum efficiency.
Notes
Initial Target Price and Current Target Price represent the total contract values. Ceiling Prices reflect the value of the FFP
CLINs, which are the only CLINs with ceilings. Therefore, Ceiling Price will be lower than Target Price for this contract.
Contract Identification
Appropriation: Procurement
Contract Name: TRIDENT II FY13 P&DSS
Contractor: Lockheed Martin Space Systems
Contractor Location: 1111 Lockheed Martin Way
Sunnyvale, CA 94089
Contract Number: N00030-12-C-0101
Contract Type: Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF), Fixed Price Incentive(Firm
Target) (FPIF)
Award Date: October 01, 2012
Definitization Date: December 20, 2012
Contract Price
Initial Contract Price ($M) Current Contract Price ($M) Estimated Price At Completion ($M)
Target Ceiling Qty Target Ceiling Qty Contractor Program Manager
592.2 516.7 N/A 1661.9 516.7 N/A 1661.9 1661.9
Contract Variance
Item Cost Variance Schedule Variance
Cumulative Variances To Date (12/31/2015) +20.7 -13.5
Previous Cumulative Variances +32.0 -9.3
Net Change -11.3 -4.2
The unfavorable net change in the schedule variance is due to 1) Schedule delay in second tier subcontractors for circuit
card assembly; 2) Re-test and rework of accelerometer components due to subcontractor quality control, and 3) First,
Second, and Third Stage rocket motors production delays due to focus on quality training and unscheduled down time on
the rocket motor precision drilling machine.
Notes
Initial Target Price and Current Target Price represent the total contract values. Ceiling Prices reflect the value of the FFP
CLINs, which are the only CLINs with ceilings. Therefore, Ceiling Prices will be lower than Target Price for this contract.
Contract Identification
Appropriation: Procurement
Contract Name: TRIDENT II FY14 P&DSS
Contractor: Lockheed Martin Space Systems
Contractor Location: 1111 Lockheed Martin Way
Sunnyvale, CA 94089
Contract Number: N00030-13-C-0100
Contract Type: Cost Plus Fixed Fee (CPFF), Fixed Price Incentive(Firm Target) (FPIF)
Award Date: September 17, 2013
Definitization Date: November 05, 2013
Contract Price
Initial Contract Price ($M) Current Contract Price ($M) Estimated Price At Completion ($M)
Target Ceiling Qty Target Ceiling Qty Contractor Program Manager
98.0 529.5 N/A 756.2 529.5 N/A 756.2 756.2
Contract Variance
Item Cost Variance Schedule Variance
Cumulative Variances To Date (12/31/2015) +23.0 -9.2
Previous Cumulative Variances +17.7 -6.3
Net Change +5.3 -2.9
The unfavorable net change in the schedule variance is due to 1) First article inspection quality management activities and
reprioritization to meet Strategic Weapons Facility, Atlantic cable demand; and 2) Delay in delivery of second stage igniter
Strategic Systems Program Alteration conversions. Schedule recovery is expected without program impacts.
Notes
Initial Target Price and Current Target Price represent the total contract values. Ceiling Prices reflect the value of the FFP
CLINs, which are the only CLINs with ceilings. Therefore, Ceiling Price will be lower than Target Price for this contract.
Contract Identification
Appropriation: Procurement
Contract Name: TRIDENT II FY 15 P&DSS
Contractor: Lockheed Martin and Space
Contractor Location: 1111 Lockheed Martin Way
Sunnyvale, CA 94089
Contract Number: N00030-14-C-0100
Contract Type: Cost Plus Incentive Fee (CPIF), Fixed Price Incentive(Firm Target) (FPIF)
Award Date: July 07, 2014
Definitization Date: August 19, 2014
Contract Price
Initial Contract Price ($M) Current Contract Price ($M) Estimated Price At Completion ($M)
Target Ceiling Qty Target Ceiling Qty Contractor Program Manager
146.3 549.6 N/A 786.7 549.6 N/A 786.7 786.7
Contract Variance
Item Cost Variance Schedule Variance
Cumulative Variances To Date (12/31/2015) +14.9 +3.4
Previous Cumulative Variances -- --
Net Change +14.9 +3.4
The favorable cumulative schedule variance is due to 1) Supplier is ahead of schedule on producing the First Stage and
Second Stage motor chocks, Third Stage (TS) dollies and TS Motor Supports and completion of machining and welding for
Aerospike Protective Caps; 2) Early delivery of Integrated Valve Assembly Current Monitor Assembly, Preamplifier L Band,
and Source Controlled Drawing Low Cost Test Missile Kit Telemetry Transmitter; and 3) Early delivery of Source Controlled
Drawings of a required Pressure Transducer.
Notes
This is the first time this contract is being reported.
Initial Target Price and Current Target Price represent the total contract values. Ceiling Prices reflect the value of the FFP
CLINs, which are the only CLINs with ceilings. Therefore, Ceiling Price will be lower than Target Price for this contract.
Contract Identification
Appropriation: Procurement
Contract Name: FY 14 Guidance SPALT
Contractor: Charles Stark Draper Laboratory
Contractor Location: 55 Technology Square
Cambridge, MA 02139
Contract Number: N00030-14-C-0001
Contract Type: Fixed Price Incentive(Firm Target) (FPIF)
Award Date: March 01, 2014
Definitization Date: April 28, 2014
Contract Price
Initial Contract Price ($M) Current Contract Price ($M) Estimated Price At Completion ($M)
Target Ceiling Qty Target Ceiling Qty Contractor Program Manager
283.2 40.0 750 283.2 40.0 750 283.2 283.2
Contract Variance
Item Cost Variance Schedule Variance
Cumulative Variances To Date (12/31/2015) +2.7 -8.0
Previous Cumulative Variances -- --
Net Change +2.7 -8.0
The unfavorable cumulative schedule variance is due to 1) Delayed receipt of accelerometer materials. This slip in delivery
will not affect the timeline of the overall guidance system; 2) Delays on sensors on previous contracts contributing to delays
in gyroscope production; and 3) Delays in circuit card assemblies and component production due to a brief factory
shutdown due to quality management issues. The factory is now functioning at full capacity with maximum efficiency.
Notes
This is the first time this contract is being reported.
Initial Target Price and Current Target Price represent the total contract values. Ceiling Prices reflect the value of the FFP
CLINs, which are the only CLINs with ceilings. Therefore, Ceiling Price will be lower than Target Price for this contract.
Contract Identification
Appropriation: Procurement
Contract Name: FY 15 Guidance SPALT
Contractor: Charles Stark Draper Laboratory
Contractor Location: 55 Technology Square
Cambridge, MA 02139
Contract Number: N00030-15-C-0003
Contract Type: Fixed Price Incentive(Firm Target) (FPIF)
Award Date: February 02, 2015
Definitization Date: February 02, 2015
Contract Price
Initial Contract Price ($M) Current Contract Price ($M) Estimated Price At Completion ($M)
Target Ceiling Qty Target Ceiling Qty Contractor Program Manager
302.4 41.0 869 302.4 41.0 869 302.4 302.4
Contract Variance
Item Cost Variance Schedule Variance
Cumulative Variances To Date (12/31/2015) +0.9 -2.2
Previous Cumulative Variances -- --
Net Change +0.9 -2.2
The unfavorable cumulative schedule variance is due to an extended delay in subcontractor billing receipts that has
prevented the recording of performance. This variance will correct once invoiced are received.
Notes
This is the first time this contract is being reported.
Initial Target Price and Current Target Price represent the total contract values. Ceiling Prices reflect the value of the FFP
CLINs, which are the only CLINs with ceilings. Therefore, Ceiling Price will be lower than Target Price for this contract.
Contract Identification
Appropriation: Procurement
Contract Name: FY 15 Guidance Omnibus Life Extension
Contractor: Charles Stark Draper Laboratory
Contractor Location: 55 Technology Square
Cambridge, MA 02139
Contract Number: N00030-14-C-0054
Contract Type: Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF)
Award Date: September 30, 2014
Definitization Date: September 30, 2014
Contract Price
Initial Contract Price ($M) Current Contract Price ($M) Estimated Price At Completion ($M)
Target Ceiling Qty Target Ceiling Qty Contractor Program Manager
10.0 N/A 1 49.7 N/A 1 49.7 49.7
Contract Variance
Item Cost Variance Schedule Variance
Cumulative Variances To Date (12/31/2015) +2.5 -0.6
Previous Cumulative Variances -- --
Net Change +2.5 -0.6
The unfavorable cumulative schedule variance is due to delays in completing system qualification testing due to system test
issues.
Notes
This is the first time this contract is being reported.
Initial Target Price and Current Target Price represent the total contract value. Ceiling Prices reflect the value of the FFP
CLINs, which are the only CLINs with ceilings. Therefore, Ceiling Price will be lower than Target Price for this contract.
Deliveries
Percent
Delivered to Date Planned to Date Actual to Date Total Quantity
Delivered
Development 28 28 28 100.00%
Production 425 425 533 79.74%
Total Program Quantity Delivered 453 453 561 80.75%
Total missiles procured for the TRIDENT II (D5) missile program is 561. Of that number, 28 of those missiles were
RDT&E missiles, with the remainder of 533 to be procured using Weapons Procurement, Navy (WPN) funding. Strategic
Systems Programs (SSP) uses the number of 533 as O&S costs began in FY 2000 and end in FY 2042. That time
period would only cover the 533 procured missiles and would not support the 28 RDT&E missiles which were procured in
the late 1980s prior to IOC in 1990.
The costs reflected in this section are for FYs 2000-2042. This is due to the fact that TRIDENT II (D5) missile did not
have to establish an O&S APB or report O&S costs. FY 2000 was the first year that SSP was required to begin showing
O&S costs for TRIDENT II (D5) missile in its SAR.
Sustainment Strategy
With the collaboration of SSP and its industry partners, life cycle sustainment is the basic premise of the TRIDENT II (D5)
missile program and its life extension. The strategy is to reduce O&S costs, provide a full range of logistics support,
maintain critical reliability and accuracy requirements and implement the Shipboard Systems Integration (SSI) refresh
schedule. A total of 533 TRIDENT II (D5) missiles will be procured for this program that will support the OHIO-Class
submarine through FY 2042. The TRIDENT II (D5) missile will be the initial strategic weapon system (SWS) for the OHIO
-Class Replacement Program (ORP).
The TRIDENT II (D5) missile SWS is completing its 26th year of deployment and has reached its original design life goal.
Like any other aging weapon system, increased maintenance and repair will be required to sustain a safe, reliable, and
accurate SWS. SSP's "Cradle to Grave" responsibility requires a broad range of engineering knowledge and unique skill
sets to support the Navy's primary nuclear deterrent system. As such, engineering support spanning all phases of the
weapon system life cycle is provided by one organization (SSP). Operational Engineering Support (OES) is required for
the establishment of a "closed loop" system which includes the following: 1) collecting data from the Fleet; 2) measuring
weapons system performance; 3) analyzing the data collected to identify performance deficiencies; 4) investigating
problems identified; 5) developing solutions to resolve the deficiencies and problems; and 6) implementing corrective
actions to the Fleet. The SSP life cycle budget maintains the industrial base and expertise in the workforce and ensures
that those skill sets will be available for the follow-on ORP.
The TRIDENT II (D5) missile SWS achieved Milestone I in October 1977; Milestone II in October 1983; and Milestone III in
April 1987. At that time, program life cycle cost estimates and service cost positions were not required. At the request of
the Assistant Secretary of the Navy (ASN) (Research, Development & Acquisition (RDA)), SSP submitted an Internal ICE
for only the acquisition portion of the TRIDENT II (D5) Life Extension Program, therefore no O&S cost estimate is
available. ASN (RDA) has determined that the current APB is to remain open.
Antecedent Information
The TRIDENT II (D5) weapon system replaced the TRIDENT I (C4) weapon system. O&S costs and assumptions for
the TRIDENT I (C4) system are not available.
While the TRIDENT II (D5) missile program will procure 533 WPN missiles there will never be a time when SSP will
support a total of 533 missiles in a given year. This is due to the flight test program as ever year a certain number of
missiles are tested for reliability and accuracy.
Maintenance: Provides for the repair, overhaul, and missile processing of the TRIDENT II (D5) missiles' SWS at the
Strategic Weapons Facilities (SWFs).
Sustaining Support: Provides for the sustainment of the TRIDENT II (D5) missiles' SWS to include SSI efforts,
replacement of aging rocket motors, tooling and test equipment, modifications required for treaty obligations, SWS
training at the SWFs, and salaries and benefits for the SSP employees.
Indirect Support: Provides for real property maintenance including funding for recurring maintenance, major repair
projects, and minor construction in support of the Fleet Ballistic Missiles and TRIDENT II (D5) facilities. The last year
of funding for these efforts was FY 2003.
$1.1741M x 533 missiles = $625.795M as the average O&S costs for all missiles per year (in BY $).
$625.795M x 43 years = $26,909M as the cost of O&S costs for all missiles from FY 2000-FY 2042 (in BY $).
O&S Costs for TRIDENT II (D5) missile include 1st, 2nd, and 3rd stage rocket motor disposal. At this time, these are the
only disposal/demilitarization costs anticipated for the TRIDENT II (D5) missile. Any further disposal/demilitarization
costs will be determined once final decisions have been made in regards to the OHIO-Class Replacement
Program. The costs displayed in this section reflect infrastructure costs required for maintaining a disposal program.