Canada - Buyandsell.gc.ca

advertisement
Public Works and Government Services
Canada
Travaux publics et Services
gouvernementaux Canada
1 1
RETURN BIDS TO:
RETOURNER LES SOUMISSIONS À:
Title - Sujet
Bid Receiving - PWGSC / Réception des
soumissions - TPSGC
11 Laurier St. / 11, rue Laurier
Place du Portage , Phase III
Core 0A1 / Noyau 0A1
Gatineau, Québec K1A 0S5
Bid Fax: (819) 997-9776
Solicitation No. - N° de l'invitation
Date
W8485-100224/C
2013-09-10
North Warning Service Renewal Contr
Client Reference No. - N° de référence du client
W8485-100224
GETS Reference No. - N° de référence de SEAG
PW-$$NX-005-24012
File No. - N° de dossier
CCC No./N° CCC - FMS No./N° VME
005nx.W8485-100224
REQUEST FOR PROPOSAL
DEMANDE DE PROPOSITION
Proposal To: Public Works and Government
Services Canada
We hereby offer to sell to Her Majesty the Queen in right
of Canada, in accordance with the terms and conditions
set out herein, referred to herein or attached hereto, the
goods, services, and construction listed herein and on any
attached sheets at the price(s) set out therefor.
Proposition aux: Travaux Publics et Services
Gouvernementaux Canada
Nous offrons par la présente de vendre à Sa Majesté la
Reine du chef du Canada, aux conditions énoncées ou
incluses par référence dans la présente et aux annexes
ci-jointes, les biens, services et construction énumérés
ici sur toute feuille ci-annexée, au(x) prix indiqué(s).
Comments - Commentaires
Solicitation Closes - L'invitation prend fin
at - à 02:00 PM
on - le 2013-11-07
Time Zone
Fuseau horaire
Eastern Daylight Saving
Time EDT
F.O.B. - F.A.B.
Plant-Usine:
Destination:
9
Other-Autre:
Address Enquiries to: - Adresser toutes questions à:
Buyer Id - Id de l'acheteur
Morin , Nancy
005nx
Telephone No. - N° de téléphone
FAX No. - N° de FAX
(819) 939-5031 (
( )
)
-
Destination - of Goods, Services, and Construction:
Destination - des biens, services et construction:
DEPARTMENT OF NATIONAL DEFENCE
DGAEPM
101 COLONEL BY DR.
OTTAWA
Ontario
K1A0K2
Canada
Instructions: See Herein
Instructions: Voir aux présentes
Vendor/Firm Name and Address
Raison sociale et adresse du
fournisseur/de l'entrepreneur
Delivery Required - Livraison exigée
Delivery Offered - Livraison proposée
See Herein
Vendor/Firm Name and Address
Raison sociale et adresse du fournisseur/de l'entrepreneur
Issuing Office - Bureau de distribution
North Warning System & Assoc. Projects/Bureau du
système d'alerte du nord et projets associés
Aerospace Systems Directorate
Dir. des systèmes aérospaciaux
455 Blvd de la Carrière,
11 ieme étage
Gatineau
Quebec
K1A 0K2
Canada
Telephone No. - N° de téléphone
Facsimile No. - N° de télécopieur
Name and title of person authorized to sign on behalf of Vendor/Firm
(type or print)
Nom et titre de la personne autorisée à signer au nom du fournisseur/
de l'entrepreneur (taper ou écrire en caractères d'imprimerie)
Signature
Page 1 of - de 171
Date
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
TABLE OF CONTENTS
PART 1 - GENERAL INFORMATION
1. Introduction
2. Summary
3. Debriefings
PART 2 - BIDDER INSTRUCTIONS
1. Standard Instructions, Clauses and Conditions
2. Submission of Bids
3. Conflict of Interest
4. Enquiries - Bid Solicitation
5. Applicable Laws
6. Mandatory Site Visit
7. Controlled Goods Program
8. Basis for Canada's Ownership of Intellectual
9. Tabular Format Software
10. Reference Material/Historical Data
PART 3 - BID PREPARATION INSTRUCTIONS
1.
2.
3.
4.
5.
Bid Preparation Instructions
Section I and Section II: Inuit Benefits and Technical Bids
Section III: Tabular Format Worksheet
Section IV: Financial Bid
Section V: Certifications
PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION
1.
2.
3.
4.
5.
Conduct of the Evaluation
Nature of Mandatory and Rated Requirements
Evaluation Procedures
Bidder's Time for Responding During Evaluation
Basis of Selection
APPENDIX 1 to PART 4 - EVALUATION AND SELECTION METHODOLOGY
1.
2.
3.
4.
Inuit Benefits (IB) Evaluation
Mandatory Requirements to Achieve Inuit Benefits
Allowable Criteria to Achieve Inuit Benefits (ACIBS)
Inuit Training and Development Program (ITDP)
Page 2 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
APPENDIX 2 to PART 4 - EVALUATION AND SELECTION METHODOLOGY
1.
2.
3.
4.
Technical Evaluation
Multi-Phased Evaluation
Financial Criteria
Evaluation Criteria
APPENDIX 3 to PART 4 - EXAMPLE OF MULTI STEP EVALUATION
1. Definitions
2. Example of the Plot of the Cumulative PTG versus Number of Questions
3. Example of the Comparative Process
APPENDIX 4 to PART 4 - IMPORTANCE OF EACH SECTION OF THE SOW
PART 5 - CERTIFICATIONS
1. Mandatory Certifications Required Precedent to Contract Award
PART 6 - SECURITY, FINANCIAL AND OTHER REQUIREMENTS
1.
2.
3.
4.
Security Requirement
Financial Capability
Controlled Goods Program
Insurance Requirements
PART 7 - RESULTING CONTRACT CLAUSES
1. Requirement
2. Care, Custody and Control
3. Standard Clauses and Conditions
4. Security Requirement
5. Term of Contract
6. Authorities for Canada; Contractor's Representative
7. Payment
8. Invoicing Instructions
9. Expenditure Limitation, Contract
10. Certifications
11. Applicable Laws
12. Priority of Documents
13. Defense Contract
14. Insurance Requirements
Page 3 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
Representation and Warranties
Limitation of Liability
Controlled Goods Program
Government Furnished Equipment
Government Furnished Resources
Tabular Format - Disclosure of Information - Contractor
Successor Rights
Access to Work
Consultants and Others
Shipment of Hazardous Materials
Inspection and Acceptance
Quality Plan
ISO 9001:2008 Quality Management System Requirements (Quality Assurance Code Q)
Quality Assurance Authority (Department of National Defence) - (Canadian-Based
Contractor)
29. Release Documents (Department of National Defence) - (Canadian-Based Contractor)
30. Release Documents - Distribution
ANNEXES TO THE CONTRACT
ANNEX "A", STATEMENT OF WORK;
ANNEX "B", BASIS OF PAYMENT;
ANNEX "C", INSURANCE REQUIREMENTS
ANNEX "D" INUIT BENEFIT REQUIREMENTS;
ANNEX "E", INDEFINITE QUANTITIES IQ/TASKS
ANNEX "F", MANAGEMENT AND CONTROL OF THE PERFORMANCE INCENTIVE
FEE;
ANNEX "G", SECURITY REQUIREMENTS CHECK LIST;
ANNEX "H", DND 626 TASK AUTHORIZATION FORM
ANNEX "I" , LIST OF DEFINITIONS, ACRONYMS AND ABBREVIATIONS;
ANNEX "J" , MANAGEMENT INCENTIVE PROGRAM
ANNEX "K", FEDERAL CONTRACTORS PROGRAM FOR EMPLOYMENT EQUITY CERTIFICATION
Page 4 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
PART 1 - GENERAL INFORMATION
1.
Introduction
The bid solicitation and resulting contract document is divided into seven (7) parts plus
annexes as follows:
Part 1 General Information: provides a general description of the requirement;
Part 2 Bidder Instructions: provides the instructions, clauses and conditions applicable to
the bid solicitation;
Part 3 Bid Preparation Instructions: provides Bidders with instructions on how to prepare
their bid;
Part 4 Evaluation Procedures and Basis of Selection: indicates how the evaluation will be
conducted, the evaluation criteria that must be addressed in the bid, if applicable,
and the basis of selection;
Part 5 Certifications: includes the certifications to be provided;
Part 6 Security, Financial and Other Requirements: includes specific requirements that
must be addressed by Bidders; and
Part 7 Resulting Contract Clauses: includes the clauses and conditions that will apply to
any resulting contract.
The Annexes include the Statement of Work, the Inuit Benefits Requirements, the Basis of
Payment, the Security Requirements Check List (SRCL), the Insurance Requirements, the
Indefinite Quantities/Tasks, the Management and Control of the Performance Incentive
Fee, list of Definitions, Acronyms and Abbreviations, Management Value Incentive
Program and the DND 626 Task Authorization Form.
2.
Summary
(i)
The North Warning System (NWS) consists of a Management Office located in
Gatineau, Québec, eleven (11) Long Range Radar (LRR) sites located in northern
Canada and Labrador, thirty-six (36) Short Range Radar (SRR) sites in northern
Canada, a communication component consisting of the on-site communications for
local voice and ground/air/ground radio communications at the sites and the Long
Haul Satellite Communications providing the operational and administrative links
between the northern sites and the Canadian Air Defence Sector (CADS) at North
Page 5 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Bay, Ontario, five (5) Logistics Support Sites located in northern Canada to
support the Long Range Radar and Short Range Radar sites, a NWS Control
Center (NWSCC) located at North Bay, Ontario and a NWS Support Center
(NWSSC) located at North Bay, Ontario as fully described in the Statement of
Work at Annex "A".
3.
(ii)
Under the Contract, the Contractor will be responsible for the entire NWS
program, as fully detailed in the Statement of Work attached at Annex "A".
(iii)
The requirement for this solicitation is that the successful Bidder who is awarded a
Contract will have full care, custody and control for the NWS throughout the
duration of the Contract.
(iv)
The National Security exceptions provided for in the trade agreements have been
invoked; therefore, this procurement is excluded from all of the obligations of all
the trade agreements.
(v)
There is a security requirement associated with this requirement. For additional
information, consult Part 6 Security, Financial and Other Requirements, and Part 7
- Resulting Contract Clauses. Bidders should consult the "Security Requirements
for PWGSC bid solicitations - Instructions for Bidders" (http://www.tpsgcpwgsc.gc.ca/app-acq/lc-pl/lc-pl-eng.html#a31) document on the Departmental
Standard Procurement Documents Web site.
(vi)
This procurement is subject to the Inuvialuit Final Agreement, the Nunavut Land
Claims Agreement, the Labrador Inuit Agreement, and the Cooperation
Agreement between Inuvialuit Regional Corp (IRC) and the Department of
National Defence.
(vii)
pursuant to section 01 of Standard Instructions 2003, Bidders must submit a
complete list of names of all individuals who are currently directors of the Bidder.
Furthermore, as determined by the Special Investigations Directorate,
Departmental Oversight Branch, each individual named on the list may be
requested to complete a Consent to a Criminal Record Verification form and
related documentation.
Debriefings
Bidders may request a debriefing on the results of the bid solicitation process. Bidders
should make the request to the Contracting Authority within 15 working days of receipt of
the results of the bid solicitation process. The debriefing may be in writing, by telephone
or in person.
Page 6 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
PART 2 - BIDDER INSTRUCTIONS
1.
Standard Instructions, Clauses and Conditions
All instructions, clauses and conditions identified in the bid solicitation by number, date
and title are set out in the Standard Acquisition Clauses and Conditions Manual
(https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-andconditions-manual) issued by Public Works and Government Services Canada.
Bidders who submit a bid agree to be bound by the instructions, clauses and conditions of
the bid solicitation and accept the clauses and conditions of the resulting contract.
The 2003 (2013-06-01) Standard Instructions - Goods or Services - Competitive
Requirements, are incorporated by reference into and form part of the bid solicitation and
are amended as follows:
(a)
Subsection 5.4 of 2003, Standard Instructions - Goods or Services Competitive Requirements, is amended as follows:
Delete:
Insert:
(b)
sixty (60) days
two hundred and forty (240) days
Subsection 14 of 2003, Standard Instructions - Goods or Services Competitive Requirements, is amended as follows:
Delete:
(d) in its entirety;
Insert:
(d) or a price certification along with the required analysis in
accordance with the Contract Cost Principles 1031-2 dated
(2012-07-16). In this event the Bidder would have to complete the
following certification:
The Bidder certifies that the price quoted is based on costs
computed in accordance with Contract Cost Principles, 1031-2
dated (2012-07-16), and includes an estimated amount of profit of
$ ____.
Add:
(g)
In the event that the Bidder's proposal is the sole compliant bid
received, the two following clauses will form part of any resulting
contract: C0101C (2010-01-11) Discretionary Audit; and
C0711C (2008-05-12) Time Verification.
Page 7 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
2.
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Submission of Bids
Bids must be submitted only to Public Works and Government Services Canada (PWGSC)
bid Receiving Unit by the date, time and place indicated on page 1 of the bid solicitation.
Due to the nature of the bid solicitation, bids transmitted by facsimile or electronically to
PWGSC will not be accepted.
3.
Conflict of interest
Canada has employed the assistance of the following private sector contractors in the
preparation of this solicitation.
-
ASC Group Inc.
The Public Sector Company
Responses to this solicitation from any such contractor or with respect to which such
contractor (or any subcontractor, employee, agent or representative of that contractor
who was involved in the preparation of this solicitation) is in any manner directly or
indirectly involved will be deemed to be in conflict of interest (real or perceived) and will
not be considered. By submitting a bid, the Bidder represents that there is no such conflict
of interest as stated above. It is within Canada's sole discretion to determine whether a
conflict of interest exists.
For the purposes of this Article, it is not a conflict of interest for Bidders to receive
training from ASC Group Inc. in the use of the Tabular Format software in order to enable
Bidders to submit a proposal.
4.
Enquiries - Bid Solicitation
All enquiries must be submitted in writing to the Contracting Authority no later than
fourteen (14) calendar days before the bid closing date. Enquiries received after that time
may not be answered.
Bidders should reference as accurately as possible the numbered item of the bid
solicitation to which the enquiry relates. Care should be taken by Bidders to explain each
question in sufficient detail in order to enable Canada to provide an accurate response.
Technical enquiries that are of a "proprietary" nature must be clearly marked "proprietary"
at each relevant item. Items identified as proprietary will be treated as such except where
Canada determines that the enquiry is not of a proprietary nature. Canada may edit the
questions or may request that the Bidder do so, so that the proprietary nature of the
question is eliminated, and the enquiry can be answered with copies to all Bidders.
Page 8 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Enquiries not submitted in a form that can be distributed to all Bidders may not be
answered by Canada.
5.
Applicable Laws
Any resulting contract must be interpreted and governed, and the relations between the
parties determined, by the laws in force in the province of Ontario.
Bidders may, at their discretion, substitute the applicable laws of a Canadian province or
territory of their choice without affecting the validity of their bid, by deleting the name of
the Canadian province or territory specified and inserting the name of the Canadian
province or territory of their choice. If no change is made, the Bidder acknowledges and
agrees that the applicable laws specified above will apply.
6.
Mandatory Site Visit
A mandatory site visit will be held at the NWS Logistics Support Site, Cambridge Bay,
Nunavut on 15 October 2013 and the NWS facilities, 22 Wing North Bay, Ontario on 18
October 2013. Bidders or Bidders' representatives must attend the mandatory site visits.
For each person attending the mandatory site visit, a security screening/clearance level
SECRET is required in order to enter the General Restricted Area (GRA). Details on the
visit itinerary will be provided to registered Bidders once site clearances are approved.
Bidders are requested to limit their groups to no more than four (4) representatives.
A Visit Clearance Request (VCR) application is required when a security cleared
individual must visit a government/commercial organization in Canada or abroad, for the
purpose of having access to Classified information and assets on an oral, physical or visual
basis, or where access to installations is restricted in the interest of national security.
In order to gain access to the site, bidders or bidders' representatives will have to submit a
Visit Clearance Request (VCR) no later than NOON, 17 September 2013 (or before) for it
to be processed in time for the visit dates, Bidders or bidders' representatives will not be
permitted to proceed on CLASSIFIED visit without prior clearance authorization from
PWGSC CISD. Bidders must communicate with the Contracting Authority before
submitting the Visit Clearance Request to confirm attendance and obtain all required
documentation.
Bidders will be required to sign an attendance form. Bidders should confirm in their bids
that they have attended the site visit. Bidders who do not attend or send a representative
will not be given an alternative appointment and their bids will be rejected as
non-compliant.
Page 9 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Questions related to COMSEC or controlled goods and/or ITAR shall be submitted in
writing to the Contracting Authority. Answers will be provided in writing to the Bidders
meeting the security requirements of Part 7 of this RFP.
Any clarifications or changes to the bid solicitation resulting from the site visits will be
included as an amendment to the bid solicitation.
7.
Controlled Goods Program
A9130T (2011-05-16)
8.
Basis for Canada's Ownership of Intellectual Property
The Department of National Defence has determined that any intellectual property rights
arising from the performance of the Work under the resulting contract will belong to
Canada, on the grounds of National Security.
9.
Tabular Format Software
(i)
Distribution of Worksheet; Distribution of TF Software: The Tabular Format
software official copy for this solicitation is available only from the Contracting
Authority. It will be distributed following a TF familiarization session to be held on
17 September 2013, 455 Boul. de la Carriere, Gatineau, Quebec. The session will
start at 9 o'clock and last from two to three hours. Bidders are requested to
communicate with the Contracting Authority before the familiarization session to
confirm attendance and to obtain a copy of the Acknowledgement Agreement.
Bidders should provide, in writing, to the Contracting Authority, the names of the
person(s) who will be attending.
All potential Bidders will be required to sign an Acknowledgement Agreement and
acknowledgment of receipt prior to obtaining the CD-ROM containing the
Tabular Format software. The Bidder must have the Acknowledgement agreement
signed by an individual who has the authority to bind the Bidder. Only one copy of
the Tabular Format software CD-ROM will be available for each Bidder. It is the
Bidder's responsibility to ensure all those having access to the Tabular Format
software, including its subcontractors, are subject to the same terms as those
contained in the Acknowledgement Agreement. A version of the Tabular Format
software will be made available to Bidders who indicate their intent to attend the
Mandatory site visit at Cambridge Bay, Nunavut and North Bay, Ontario. A link to
the ASC Group Inc. secure server to download the Tabular Format software will
be provided once the Acknownedgement Agreement has been signed and delivered
to the Contracting Authority. The soft copy will be returned to the Bidder after the
end of each bidding period if an additional partial bid is required.
Page 10 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
10.
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
(ii)
Buyer ID - Id de l'acheteur
CCC No./N° CCC - FMS No/ N° VME
Disclosure of Information: The spreadsheets / worksheet utilized in the bidding
process contain information proprietary to ASC Group Inc. The Bidder is hereby
advised that spreadsheets / worksheet shall only be released to its personnel and
subcontractors on a "Need-To-Know" basis and under no circumstances can they
be distributed outside of the Bidder's organization except to its subcontractors.
The Bidder shall ensure that all of its personnel and the personnel of its
subcontractors are bound by these same terms and conditions regarding disclosure
of information in advance of any disclosure. Upon completion of the bidding
process, all soft copies of the spreadsheets / worksheets must be deleted from the
Bidder's and subcontractors networks and systems, including back-up copies,
with a certification that no soft copies have been retained by the Bidder and/or its
subcontractors. The Bidder may retain hard copies of all documentation submitted
for bidding purposes.
Reference Material/Historical Data
The NWS FTP website will maintain all DND specific references listed in the Statement of
Work along with all historical data/communications generated throughout the Industry
Engagement Phase. Bidders who did not register for the Industry Engagement Phase are
to submit a request via-email to the Contracting Authority to obtain the access code to the
FTP site.
Page 11 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
PART 3 - BID PREPARATION INSTRUCTIONS
1.
Bid Preparation Instructions
1.1
Canada requests that Bidders provide their bid in separately bound sections as
follows:
Section I:
Inuit Benefits Bid - (6 hard copies, and 1 soft copy on CD-ROM) ;
Section II:
Technical Bid - (6 hard copies, and 1 soft copy on
CD-ROM) ;
Section III:
Tabular Format Worksheet - (3 hard copies, and 1 soft copy on
CD-ROM) ;
Section IV:
Financial Bid - (3 hard copies, and 1 soft copy on
CD-ROM) ; and
Section V:
Certifications - (3 hard copies, and 1 soft copy on
CD-ROM) ;
If there is a discrepancy between the wording of the soft copy and the hard copy,
the wording of the hard copy will have priority over the wording of the soft copy.
1.2
The binding should be capable of being easily taken apart to facilitate distribution
of the various sections to the evaluation team members. Loose leaf is preferred.
1.3
It is recommended that bids follow the response format / instructions as detailed
below:
1.3.1 Paper: Use 8 ½ x 11 inch bond paper.
1.3.2 Title Page: The first page of each volume of the Bidder's proposal, after the
cover page, should be the Title Page, which should contain:
1.3.2.1
1.3.2.2
1.3.2.3
1.3.2.4
1.3.2.5
the title of the Bidder's bid and the volume number;
the name and address of the Bidder;
the name, address and telephone number of the Bidder's
contact;
the bid date; and
the solicitation number.
1.3.3 In April 2006, Canada issued a policy directing federal departments and
agencies to take the necessary steps to incorporate environmental
Page 12 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
considerations into the procurement process Policy on Green Procurement
(http://www.tpsgc-pwgsc.gc.ca/ecologisation-greening/achats-procurement
/politique-policy-eng.html). To assist Canada in reaching its objectives,
bidders are encouraged to:
1)
use paper containing fibre certified as originating from a
sustainably-managed forest and/or containing minimum 30%
recycled content; and
2)
use an environmentally-preferable format including black and white
printing instead of colour printing, printing double sided/duplex,
using staples or clips instead of cerlox, duotangs or binders.
1.4
Table of Contents: The page following the Title Page of each volume of the bid
should be the Table of Contents. The Table of Contents should contain a listing of
all sections and sub-sections with associated page numbers. It should also list the
associated tables, figures, and appendices contained in the part of the proposal to
which it refers.
1.5
Headers & Footers: Each subsequent page of each volume of the bid should
include a header and/or footer that include the following information:
1.5.1 the bid title;
1.5.2 the Bidder's name;
1.5.3 the date of the bid; and
1.5.4 the page number.
1.6
Numbering System: Bidders are requested to prepare their bids using a numbering
system corresponding to that of this solicitation. The Technical Bid should be
divided by section corresponding to Part 4, Appendix 2, Evaluation and Selection
Methodology and Part 7, Annex "A", Statement of Work. All descriptive material,
technical manuals and brochures referenced are to be included in the Bidder's bid.
1.7
When preparing the bid, the Bidder should do so in conjunction with the stated
Evaluation Procedures and Criteria against which the bid will be evaluated. Bids
not prepared in conjunction with the stated Evaluation Procedures and Criteria will
be more difficult to evaluate and could result in a lower Technical Evaluation
score.
1.8
Bidders are requested to submit their bids in hard copy format and provide the
number of copies specified in 1.1 above. In addition, Bidders are also required to
submit (1 copy) of their entire proposal in soft copy on CD-ROM using MS office
format software. Only one electronic version of the Tabular Format worksheet will
Page 13 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
be used for the entire process. The original submission will be returned to the
Bidder at each stage of the bidding process where a resubmission is permitted.
1.9
For the Second Partial bid and the Final Bid, Bidders are requested to submit their
bids in hard copy format and provide the number of copies specified in 1.1 above
including one copy of their entire proposal in soft copy on CD-ROM using MS
office format software. Both the hard copy and soft copy shall show all mark ups.
1.10
If there is a discrepancy between the wording of the soft copy and the wording of
the hard copy, the wording of the hard copy will take precedence over the wording
of the soft copy.
1.11
Prices must appear in the Financial Bid only and must only be submitted for
the Final Bid. No prices must be indicated in any other section of the bid,
unless authorized in writing by the Contracting Authority.
1.12
Except as specifically provided otherwise in this solicitation, Canada will only
evaluate a Bidder's bid on the documentation provided as part of that bid.
References in a bid to additional information not submitted with the bid, such as:
1.12.1 website addresses where additional information can be found;
1.12.2 technical manuals or brochures not submitted with the bid; or
1.12.3 existing standing offers, supply arrangements or contracts with the
Government of Canada, will not be considered and, therefore, references to
them in response to any mandatory requirement can result in the bid being
declared non-responsive.
2.
Section I and Section II - Inuit Benefits and Technical Bids
2.1
All Sections excluding the Tabular Format worksheet, organization charts,
résumés, cover page, table of contents and certifications required will be limited to
750 pages, one sided or 375 double sided, 8-1/2" x 11", 12 points or larger (charts
and graphs can be 10 points or larger). Where the bid exceeds 750 pages one sided
or 375 double sided, the first 750 pages single sided, or 375 double sided will be
evaluated and the remainder of the bid will be given no consideration. If this
requirement cannot be met, the onus is on the Bidder to request an amendment to
the
Solicitation and indicate why it cannot be met. Any amendment to this
solicitation is at Canada's discretion and, if made, will be published by the
Contracting Authority prior to bid closing.
2.2
The responses for the Evaluation and Selection Methodology and the Statement of
Work must be supported by a narrative or additional documentation that
substantiates each response and demonstrates the Bidder's understanding of the
Page 14 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
requirements as well as how the Bidder proposes to satisfy the requirement. Where
it is necessary to refer to other documentation that is included in the bid, Bidders
should include the precise location of the reference material including the title of
the document, and the page and paragraph numbers.
2.3
3.
A Bidder's response which does not reveal the Bidder's understanding of the task
or the Bidder's ability to carry it out (for example, a restatement of the
requirements with a statement to the effect of - "Intend to perform") will, for
Mandatory requirements, be considered non-responsive and given no further
consideration.
Section III: Tabular Format Worksheet
The Bidder must include the following in its bid:
3.1
4.
Three (3) printed copies plus one (1) soft copy of the Tabular Format worksheet
with all input cells completed EXCEPT the input cells, profit percentages and the
worksheet entitled "PRICE SCHEDULE", must be submitted by bid closing date.
Three (3) printed copies and one (1) soft copy must be submitted at each
subsequent stage of the bidding process. The Final Bid must include three (3)
printed copies and one soft (1) copy of the Tabular Format worksheet with all
input cells completed including the input cells for all Costing, Profit percentages
and the worksheet entitled "PRICE SCHEDULE" including all tables listed in the
Basis of Payment at Annex B.
Section IV:
Financial Bid
4.1
In the Financial Bid, the Bidder must include a cost summary in accordance with
the Evaluation and Selection Methodology, for the services requested in the
Statement of Work.
4.2
All Costs and prices shall only appear in the Financial Bid Section; the Tabular
Format Worksheet and all the tables listed in the Basis of Payment at Annex "B".
All Costs and prices shall not appear or be presented in any other section.
4.3
Bidders must submit their Financial Bid in accordance with the following pricing
basis:
4.3.1 Prices must be firm (in Canadian funds) with Canadian customs duties and
excise taxes as applicable included, and Goods and Services Tax (GST) or
Harmonized Sales Tax (HST), as applicable, excluded.
Page 15 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
4.3.2 The total estimated amount of GST and HST is to be shown separately, if
applicable.
4.3.3 Bids shall be assessed on an FOB destination basis.
5.
Section V:
Certifications
Bidders must submit the certifications required under Part 5 - Certifications.
Page 16 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION
1.
Conduct of the Evaluation
In conducting its evaluation of bids, Canada may, but will have no obligation to do the
following:
2.
(a)
Seek clarification or verification from the Bidder regarding any or all information
provided by the Bidder with respect to this solicitation;
(b)
Contact any or all references supplied by the Bidder to verify and validate any
information submitted by the Bidder;
(c)
Request, prior to award of any contract, specific information with respect to any
Bidder's legal capacity or status;
(d)
Conduct a survey of the Bidder's facilities or its technical capabilities to determine
if they are adequate to meet the requirements of this solicitation;
(e)
Correct any error in the extended pricing of bids, by using the unit pricing. Any
errors in quantities of the bids will be changed to reflect the quantities described in
the solicitation; and
(f)
Verify any information provided by the Bidder through independent research or by
contacting third parties.
Nature of Mandatory and Rated Requirements
2.1
Mandatory Requirements
This solicitation contains mandatory requirements. All elements of this solicitation
that are mandatory requirements are identified with the words "shall", "must",
"mandatory", or "(M)". An entire section of this solicitation may be designated as
mandatory.
Bids must comply with each and every mandatory requirement. Whether or not
expressly stated for each mandatory requirement in this solicitation, if a bid does
not comply with a mandatory requirement, the bid will be considered
non-responsive and will receive no further consideration.
2.2
Rated Requirements
Page 17 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
This solicitation also contains rated requirements (i.e. elements that will be given a
score). All elements of this solicitation that will be rated are identified with the
word "rated" or "(R)". An entire section of this solicitation may be designated as
rated.
Rating will be conducted in accordance with the evaluation methodology described
in this solicitation. Bidders who fail to submit complete bids with all the
information requested by this solicitation will be rated accordingly.
2.3
Mandatory and Rated Requirements
A requirement may be designated as both mandatory and rated. In such case, the
mandatory requirement must be satisfied in the Bidder's bid and will also be rated
in accordance with the evaluation methodology described in this solicitation.
2.4
Additional Information
In addition to the rated and mandatory requirements, this solicitation provides
information that although not itself a mandatory or rated requirement should be
taken into account by Bidders in preparing their bids.
3.
Evaluation Procedures
(a)
Bids will be assessed in accordance with the entire requirement of the bid
solicitation including the Inuit Benefits, technical and financial evaluation criteria.
(b)
An evaluation team composed of representatives of Canada will evaluate the bids.
3.1
Inuit Benefits Evaluation
Bids will be evaluated in accordance with the Inuit Benefits Evaluation Plan set out
in Appendix 1 to this Part 4. Each bid will be evaluated against the evaluation
criteria identified therein for the total requirement of this solicitation and in
conjunction with the accompanying SOW.
3.2
Technical Evaluation
Bids will be evaluated in accordance with the Evaluation and Selection
Methodology specified in Appendix 2 - Evaluation and Selection Methodology, to
this Part 4. Each bid will be evaluated against the evaluation criteria identified
therein for the total requirement of this solicitation and in conjunction with the
accompanying SOW to determine the Bidder's technical score.
Page 18 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
3.3
Buyer ID - Id de l'acheteur
CCC No./N° CCC - FMS No/ N° VME
Financial Evaluation
For evaluation purposes only, the price will be calculated as follows:
3.3.1 The price of the bid will be evaluated in Canadian dollars, the Goods and
Services Tax (GST) or the Harmonized Sales Tax (HST), as applicable,
excluded, FOB destination, Canadian customs duties and excise taxes, as
applicable, included.
3.3.2 The sum of all firm all-inclusive prices derived from the completed Tabular
Format spreadsheets, including the Option Periods, and excluding the
Transition-In costs/prices.
3.3.3 For Indefinite Quantities (IQ) tasks:
a)
The sum of all firm hourly rates, firm overtime hourly rates per Contract
Year, including the Option Periods, multiplied by 1950 hours; Example
below:
CATEGORY
Professional Engineer
Engineer
Engineering
Drafting Technologist
Project Coordinator
Journeyman
Apprentice
Professional
Skilled Labour
Cook/Chef
Janitor
Site Supervisor
Wildlife Monitor
Unskilled Labourer
CATEGORY
Professional Engineer
Engineer
YEAR X - FIRM HOURLY RATE
HOURS
RATE
EXTENDED
1950
$
$
1950
$
$
1950
$
$
1950
$
$
1950
$
$
1950
$
$
1950
$
$
1950
$
$
1950
$
$
1950
$
$
1950
$
$
1950
$
$
1950
$
$
1950
$
$
YEAR X - FIRM HOURLY OVERTIME
RATE
HOURS
RATE
EXTENDED
1950
$
$
1950
$
$
Page 19 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
Engineering
Technologist
Drafting Technologist
Project Coordinator
Journeyman
Apprentice
Professional
Skilled Labour
Cook/Chef
Janitor
Site Supervisor
Wildlife Monitor
Unskilled Labourer
b)
CCC No./N° CCC - FMS No/ N° VME
1950
$
$
1950
1950
1950
1950
1950
1950
1950
1950
1950
1950
1950
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
The sum of profit percentages for subcontracts per Contract Year,
including Option Periods multiplied by $6,000,000. Example below:
SUBCONTRACT
AMOUNT
YEAR 1
YEAR 2
YEAR 3
YEAR 4
YEAR 5
YEAR 6
YEAR 7
YEAR 8
YEAR 9
YEAR 10
c)
EXTENDED
PROFIT
$6,000,000
$6,000,000
$6,000,000
$6,000,000
$6,000,000
$6,000,000
$6,000,000
$6,000,000
$6,000,000
$6,000,000
%
%
%
%
%
%
%
%
%
%
$
$
$
$
$
$
$
$
$
$
The sum of profit percentages for material/equipment procurement per
Contract Year, including Option Periods multiplied by $3,500,000.
Example below:
PROCUREMENT
AMOUNT
YEAR 1
YEAR 2
YEAR 3
YEAR 4
$3,500,000
$3,500,000
$3,500,000
$3,500,000
Page 20 of - de 171
EXTENDED
PROFIT
%
%
%
%
$
$
$
$
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
YEAR 5
YEAR 6
YEAR 7
YEAR 8
YEAR 9
YEAR 10
d)
$3,500,000
$3,500,000
$3,500,000
$3,500,000
$3,500,000
$3,500,000
FREIGHT AMOUNT
YEAR 2
YEAR 3
YEAR 4
YEAR 5
YEAR 6
YEAR 7
YEAR 8
YEAR 9
YEAR 10
4.
CCC No./N° CCC - FMS No/ N° VME
%
%
%
%
%
%
$
$
$
$
$
$
The sum of profit percentages for transportation/freight per Contract Year,
including Option Periods multiplied by $1, 250,000. Example below:
YEAR 1
3.3.4
Buyer ID - Id de l'acheteur
$1,250,000
$1,250,000
$1,250,000
$1,250,000
$1,250,000
$1,250,000
$1,250,000
$1,250,000
$1,250,000
$1,250,000
EXTENDED
PROFIT
%
%
%
%
%
%
%
%
%
%
$
$
$
$
$
$
$
$
$
$
The Transition-In costs/prices will be excluded as part of the overall
Transition-In Financial Evaluation, however they will be evaluated
throughout the multi-phased technical evaluation described in Appendix 2,
Section 2. Transition-In costs/prices that are based on unrealistically low,
high costs/prices, incomplete costs/prices or are significantly inflated or
insufficient to cover costs/prices based on the Transition-In requirements
may be grounds for eliminating a bid either on the basis that the Bidder
does not understand the requirement or has made an unrealistic bid.
Bidder's Time for Responding During Evaluation
In addition to any other time periods prescribed in this solicitation:
4.1
Requests for Clarifications
If Canada seeks clarification or verification from a Bidder regarding its bid, the
Bidder will have two (2) working days or such longer period as is specified in
writing by the Contracting Authority to provide the necessary information to the
Page 21 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Contracting Authority. Failure to meet this deadline may result in the bid being
considered non-responsive and receiving no further consideration.
5.
Basis of Selection
5.1
5.2.
To be declared responsive, a bid must:
(a)
Comply with all the requirements of the bid solicitation; and
(b)
Meet all mandatory criteria; and
(c)
Obtain the required maximum Area Under the Cumulative PTG curve and
minimum Ratio to Best Score for the technical evaluation criteria, which
are subject to point rating.
Bids not meeting (a), (b) and (c) will be declared non-responsive and receive no
further consideration. The responsive bid with the lowest evaluated price
(excluding Transition-In costs/prices) will be recommended for award of a
contract.
Page 22 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
APPENDIX 1 to PART 4
EVALUATION AND SELECTION METHODOLOGY
1.
INUIT BENEFITS (IB) EVALUATION
1.1.
All Bidders shall provide a General IB Plan in their bid, which must also include
separate Sub-plans for IB Human Resources (HR), IOC Subcontracting and IB
Skills Development. The General Plan and noted Sub-plans must include sufficient
detail to enable Canada to evaluate whether the Bidder's General IB Plan achieves
the mandatory NWS Inuit Benefits requirements. The General IB Plan and
included IB HR, IOC Subcontracting and IB Skills Development Sub-plans are to
be in accordance with the Statement of Work (SOW).
1.2.
Bidders' bids shall meet the Mandatory Requirements for achieving IB (MRIB) to
be considered for further evaluation. Each MRIB will be evaluated as Acceptable
or Unacceptable. Bids which fail to achieve Acceptable on any one of the MRIBs
will be deemed non-responsive and given no further consideration. Table 1:
Percentage Points Allocation Rating for MRIB identifies the percentage of
available points allocated against the criteria for each rating.
Table 1: Percentage Points Allocation Rating for MRIB
Rating
Response against criteria
% of Points allocated
against the criterion
Acceptable
Information provided clearly
100%
identifies how the MRIB will be
achieved
Unacceptable Information provided does not
0%
clearly identify how the MRIB will
be achieved.
1.3.
Bids that meet the Requirements MRIB-2 and MRIB-3 will proceed to evaluation
of the Allowable Criteria to Achieve Inuit Benefits (ACIB) and Inuit Training and
Development Program (ITD Program). For each of these criteria the Bidder's Bids
will be evaluated and rated as Acceptable, Questionable or Unacceptable. Table 2:
Percentage Points Allocation Rating for ACIB and ITD Program identifies the
percentage of available points for each rating.
Table 2: Percentage Points Allocation Rating for ACIB and ITD Program
Rating Response against
% of Points allocated
criteria
against the criterion
Page 23 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
Acceptable
Questionable
Unacceptable
1.4.
Buyer ID - Id de l'acheteur
CCC No./N° CCC - FMS No/ N° VME
Meets 7 or more of the Evalution
Criteria in Section 1.4
Meets 4 to 6 of the Evaluation
Criteria in Section 1.4
Does not meet at least 4 of the
Evaluation Criteria in Section 1.4
100%
50%
0%
Evaluation Criteria
1.4.1. For the purposes of ACIBs and the ITD Program, the following
considerations will apply:
2.
i.
The nature of the benefit is clear and the parties involved are clearly
identified;
ii.
The benefit contributes to community economic development in a
substantial and sustainable fashion;
iii.
The benefit represents an innovative solution to generate economic
advantages for Inuit Beneficiaries;
iv.
The benefit is sustainable and supportive of long term skill
development and may lead to an increase in self reliance;
v.
The benefit enhances Inuit Beneficiaries' competitiveness;
vi.
The benefit does not have a negative impact on the existing
economy (e.g. duplicating existing facilities or displacing existing
workers);
vii.
The benefit is realistic and implementable;
viii.
The benefit fits in with the overall IB program; and
ix.
The benefit is compliant with the spirit of the applicable and
existing CLCAs and the 1992 Inuvialuit-DND Co-operation
Agreement.
Mandatory Requirements to Achieve Inuit Benefits
2.1.
MRIB-1: Achieving the minimum IB FFP Commitment of 13%. This MRIB-1 will
be evaluated in two phases.
Page 24 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
MRIB-1a: Bidders shall demonstrate in the General IB Plan portion of their bid
how they will achieve a minimum IB FFP Commitment of 13% in each Contract
Year.
MRIB-1b: Mandatory minimum 13% Commitment will be assessed during the
Final Bid Evaluation, in accordance Section 2.1.4 (c) of Appendix 2 to Part 4. Bids
which do not clearly identify a 13% FFP Commitment in each Year will be deemed
Unacceptable and receive no further consideration.
2.1.1 MRIB-1 Evaluation: Bids will be evaluated on the basis of the
combination of IB for MRIB-2 and MRIB-3 as well as any additional
Transactions that are included as outlined in ACIB-1 through ACIB-3
shown in the Transactions Table for MRIB-1 and are either Acceptable or
Unacceptable.
2.2
MRIB-2: Achieving a minimum 20% Inuit Beneficiary Salaries This MRIB-2 will
be evaluated in two phases;
MRIB-2a: Bidders must demonstrate and complete the Transaction Tables
provided at Annex "D". The Transaction Tables will be expanded to include the list
of position titles linked to the job descriptions as provided in the Inuit HR Plan as
well as the percentage of IB that each position will contribute. The positions
identified on the Transaction Tables as IB shall be in line with the Staff Category in
the Tabular Format worksheets. (Acceptable or Unacceptable) .
MRIB-2 b: The Mandatory minimum 20% Inuit Beneficiary Salaries will be
assessed during the Final Bid Evaluation, in accordance Section 2.1.4 c). of
Appendix 2 to Part 4. Bids which do not clearly identify a 20% Inuit Beneficiary
Salary level will be deemed Unacceptable and receive no further consideration.
2.3
MRIB-3: Achieving a minimum of three (3) Inuit Beneficiaries as a Manager or
Supervisor (Acceptable or Unacceptable)
2.3.1 Bidders are required to include the following detail while completing the
Transaction Tables provided in at Annex "D", the same Transaction Tables
as is requested for in 2.2. The Transaction Tables will be expanded to
include the list of position titles linked to the job descriptions for
Supervisors or Managers as provided in the Inuit HR Plan along with the
percentage IB that each position will contribute. The positions identified on
the Transactions Table as IB Supervisors and Managers shall be in line with
the Staff Category in the Tabular Format worksheets.
Page 25 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
2.3.2 MRIB-3 Evaluation: MRIB-3 will be evaluated as Acceptable if the
Transaction Table clearly identifies that the Bid includes at least 3
Supervisors or Managers who is an Inuit Beneficiaries. MRIB-3 will be
evaluated as Unacceptable if the Transaction Table does not clearly identify
that the Bidder's Bid includes at least 3 Supervisors or Managers who are
Inuit Beneficiaries.
3.
Allowable Criteria to Achieve Inuit Benefits (ACIBs)
3.1.
If MRIBs 2 and 3 have been evaluated as Acceptable, ACIBs may be used to
achieve MRIB-1.
3.2.
ACIB are point rated criteria. A minimum score of 50% of available points must be
awarded for a bid to be considered responsive. Bids which fail to achieve a
minimum score of 50% for ACIB will be deemed non-responsive and given no
further consideration.
3.3.
ACAB-1: Firm Fixed Price IOC Subcontracts (up to 100 points)
3.3.1. If the Bidder's bids includes IOC Subcontracting for FFP activities, the
Bidder should ensure proper procedures and practices are in place to
actively solicit and engage in subcontracts with IOCs using sound business
practices.
3.3.2. Bidders are required to complete the Transaction Tables provided in Annex
"D". The Transaction Tables will be expanded to include a reference to the
paragraph number from the Statement of Work (SOW), the Category and
line item in the Tabular Format worksheet where it can be located along
with the percentage IB for each subcontracted activity. The Subcontracted
activities shall be in line with the information provided in the Tabular
Format worksheets.
3.3.3. ACIB-1 Evaluation: Bids will be evaluated on the criteria set out in
sections paragraph 1.3 and 1.4.
3.4.
ACIB-2: Reinvestment Initiatives (up to 50 points)
3.4.1. The Bidder may propose innovative means to achieve FFP IB other than
described in this solicitation. If proposed measures are deemed acceptable
by Canada, the points distribution will be adjusted accordingly, 50 points
for ACIB-1 and 50 points for ACIB-2. If more than one proposed measure
Page 26 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
is deemed applicable by Canada the 50 points allocated for ACIB-2 will be
divided equally between the proposed measures.
3.4.2. If the Bidder's bids includes Reinvestment Initiatives to achieve the IB FFP
Target of 13% IB, the Bidder shall provide sufficient detail and evidence in
its bid to enable Canada to consider it applicable to achieve the minimum
mandatory IB FFP Target.
3.4.3. Bidders are required to complete the Transaction Tables provided in Annex
"D". The Transaction Tables will be expanded to include all proposed
measures to be evaluated by Canada and shall reference the paragraph
number from the Statement of Work (SOW), the Category and line item in
the Tabular Format worksheetwhere the proposed measure can be located
along with the percentage IB for each proposed measure. The proposed
measure shall be in line with the information provided in the Tabular
Format worksheets.
3.4.4. ACIB-2 Evaluation: Bidders will be evaluated based on the criteria set out
in sections 1.3 and 1.4.
4.
Inuit Training and Development Program (ITDP)
4.1.
The Bidder's proposed ITD Program is evaluated on a point-rated basis. A
minimum score of 50% of the total available points must be awarded for a bid to
be considered responsive. Bids which fail to achieve a minimum score of 50% for
ITD Program will be deemed non-responsive and given no further consideration.
4.2.
The ITDP is funded up to $2M annually, paid for by Canada. Activities that are
paid for by this $2M fund shall not to be applied to the IB FFP Commitment
requirements. Any expenses incurred above and beyond the $2M annual funding in
a Contract Year may be applied to the IB FFP Commitment if they otherwise meet
the Criteria and shall be accounted for under ACIB-2.
4.3.
A maximum of 100 points may be awarded for the ITD Program plan.
4.4.
ITDP-1: Inuit Training and Development (50 points)
4.4.1. Bidders are required to complete the Transactions Table provided in Annex
"D". The Transactions Table will include the number of courses offered,
the number of Inuit Beneficiaries to be trained, proposed locations for the
training, associated costs to be incurred for each Inuit Beneficiary to be
trained and professional association fees for associate or student members.
Page 27 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
4.4.2. ITDP-1 Evaluation: Bidders will be evaluated based on the criteria set out
in sections 1.3 and 1.4.
4.5.
ITDP-2: Annual Conference on Effectively Bidding for Government and
Contractor Issued Projects (30 points)
4.5.1. Bidders are required to complete the Transaction Tables provided in Annex
"D". The Transaction Tables will include the proposed activities and
locations of Annual Conferences on Effectively Bidding for Government
and Contractor Issued Projects.
4.5.2. ITDP-2 Evaluation: Bidders will be evaluated on based on the criteria set
out in sections 1.3 and 1.4.
4.6.
ITDP-3: Inuit Beneficiary Recruitment (20 points)
4.6.1. Bidders are required to complete the Transaction Tables provided in Annex
"D". The Transaction Tables will include the proposed activities for
recruiting and retaining Inuit Beneficiaries.
4.6.2. ITDP-3 Evaluation: Bidders will be evaluated on based on the criteria set
out in sections 1.3 and 1.4.
Page 28 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
APPENDIX 2 to PART 4
EVALUATION AND SELECTION METHODOLOGY
1.
TECHNICAL EVALUATION
1.1
BID EVALUATION OBJECTIVE
The objective of the bid evaluation process is to enable Canada to select a lowest
evaluated price responsive bid. A responsive bid will be determined by the Bidders
ability to demonstrate a high level of competence and capability for the operation
and the maintenance of the North Warning System as outlined in the SOW.
Tabular Format worksheets, preloaded with a detailed breakdown of the work
requirements, will be provided to Bidders and will be used by Bidders in the
preparation of their bids where indicated. For each line item of work, the Bidder
will provide the required description of the proposed approach to perform the
work and a description of the resources which will be devoted to that work.
Partial Bids which contain Price schedules, Profit Percentages, or overall
pricing will be considered non-responsive and receive no further
consideration.
2.
MULTI-PHASED EVALUATION
2.1
GENERAL
This solicitation will utilize a multi-phased evaluation process: Evaluation of
Mandatory Criteria; Initial Partial Bid Evaluation; Second Partial Bid Evaluation
(optional) and Final Bid Evaluation.
This Section 2 provides a detailed description of the methodologies that will be
used for each evaluation phase.
For the purposes of this solicitation:
"Partial Bid" means any bid submission which has complied with all mandatory
criteria and is eligible for evaluation during the Initial Partial Bid evaluation or, if
exercised by Canada, the Second Partial Bid evaluation, and does not include any
Page 29 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Price schedules, Profit Percentages, and or overall pricing within the Tabular
Format worksheet and/or the tables listed at Annex "B".
"Final Bid" means the bid submission designated by the Contracting Authority as
the Bidders final bid submission, and which must include all Price Schedules, Profit
Percentages and overall pricing within the Tabular Format worksheet and the
tables listed at Annex "B".
2.1.1 Mandatory Criteria Evaluation
Mandatory criteria will be evaluated prior to evaluating any other criteria.
If a bid does not comply with any of the mandatory criteria, the bid will be
considered non-responsive and receive no further consideration.
2.1.2 Initial Partial Bid Evaluation
(a)
Initial Partial Bids will be evaluated using the Point-Rated Technical
Criteria described at section 4.2 of this Appendix 2. Bidder responses to
the evaluation criteria will be evaluated as follows:
Rating
Response against criteria
Acceptable
Bidder’s response against that
criterion fully addresses all
elements of the criterion
Questionable Bidder’s response against that
criterion addresses the major
elements, but not all elements, of
the criterion
Unacceptable Bidder’s response against that
criterion does not fully address the
major elements of the criterion
% of available
points allocated
to the criterion
100%
50%
0%
(b)
The results of the evaluation will be used to determine which Initial Partial
Bids have the most reasonable expectation of satisfying the requirement.
For each bid, Ratio to Best Score and the plot of Cumulative Points to Go
(PTG) versus Number of Questions will be used to identify those bids
offering the best technical solution for the requirement.
(c)
Initial Partial Bids will be given further consideration if one of the
following criteria is met:
Page 30 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
(i)
The Bidder's Area Under the Cumulative PTG curve is less than or
equal to 1.50 times the Area Under the Averaged Cumulative PTG
curve of all Bidders; or
(ii)
The Bidder's Ratio to Best Score is equal to or greater than 0.90.
This comparative process, including recalculation of averages and
ratios based on those remaining Bidders, will be repeated so long as
at least one bid can be excluded. Initial Partial Bids will continue to
be declared unsuccessful until all remaining bids meet at least one of
the above criteria. Should only one bid remain, the bid having the
Area Under the Cumulative PTG curve closest to 1.50 times the
Area Under the Average Cumulative PTG curve will not be
eliminated and will be included for questions along with the
successful bid.
Appendix 3 to this Part 4 contains an explanation of the
terminology and an example of the Ratio to Best Score and Area
Under the Cumulative PTG curve comparative process and
illustrates how bids will be analyzed and selected for further
evaluation or rejected on the basis of either Ratio to Best Score or
the Area Under the Cumulative PTG curve.
(d)
During the Initial Partial Bid evaluation, the evaluation team will generate a
written non-leading question for each element of the Bidder's Initial Partial
Bid that is rated as "Questionable" or "Unacceptable". Any Bidder whose
bid is still being considered will be provided with a limited number of these
technical evaluation questions. In order to maintain a reasonable level of
effort by the evaluation team and Bidders, Canada does not intend to ask
all technical evaluation questions generated. The Bidder achieving the
highest technical evaluation score will be provided a minimum of 20% of
all questions generated against its bid. All other Bidders will be given a
sufficient number of questions such that, if all questions are answered
satisfactorily, a Bidder will be able to achieve an equivalent technical
evaluation score to the Bidder with the highest technical evaluation score.
Questions will be provided in a declining order of importance based on the
best opportunity for improving the Bidder's overall technical evaluation
score (i.e. questions against line items where the maximum number of
points were lost).
(e)
All resource loading "staff category" submitted as part of the Initial Partial
Bid will be reviewed for completeness. Completeness will be determined by
Page 31 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
reviewing the Tabular Format spreadsheets which are to be completed in
accordance with the instructions provided with the TF Software. All Price
Schedules, Profit Percentages and overall pricing are to be left blank until
the Final Bid submission. Bidders whose bids are still being considered will
be provided with all questions generated from this review.
(f)
Canada reserves the right to ask any other clarification questions regarding
the bid, whether or not these questions may impact the technical evaluation
score.
(g)
While Bidders who receive non-leading questions may request, in writing,
further explanation of the questions posed by Canada, Canada will not
provide information about any other bid or any information as to how the
Bidder should complete its bid or respond to Canada's questions. Any
adjustments to a bid by a Bidder are at the Bidder's sole discretion and will
be made solely by the Bidder.
(h)
Following the completion of the Initial Partial Bid evaluation, Canada may
elect to proceed directly to Final Bid evaluation if upon completion of the
Initial Partial Bid evaluation at least 50% of the remaining Bidders are
within the Second Partial Bid evaluation thresholds. In such instance, only
those Bidders that have met the Initial Partial Bid evaluation thresholds will
be notified of Canada's decision to proceed directly to a Final Bid and the
deadline for submission of Final Bids.
(i)
If Canada elects to proceed with a Second Partial Bid evaluation, only
those Bidders that have met the Initial Partial Bid evaluation requirements
to progress in the evaluation process will be notified of Canada's decision
to proceed to a Second Partial Bid evaluation.
2.1.3 Second Partial Bid Evaluation (Optional)
(a)
The Second Partial Bid for those Bidders still being considered will
be re-assessed against the evaluation criteria in accordance with the
criteria in section 4.2.
(b)
Second Partial Bids will be given further consideration if one of the
following criteria is met:
(i)
The Area Under the Cumulative PTG curve is less than or
equal to 1.250 times the Area Under the Average
Cumulative PTG curve of all Bidders still being considered;
or
Page 32 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
(ii)
CCC No./N° CCC - FMS No/ N° VME
The Ratio to Best Score is greater than or equal to 0.950.
This comparative process, including recalculation of averages and
ratios based on those remaining Bidders, will be repeated so long as
at least one bid can be excluded. Initial Partial Bids will continue to
be declared unsuccessful until all remaining bids meet at least one of
the above criteria. Should only one bid remain, then the bid having
the Area Under the Cumulative PTG curve closest to 1.250 times
the Area Under the Average Cumulative PTG curve will not be
eliminated and will be included for questions along with the
successful bid
(c)
During this re-assessment process, the evaluation team will again
generate a written non-leading question for each element of the
Bidder's bid that is rated as "Questionable" or "Unacceptable". Any
Bidder whose bid is still being considered will be provided with a
limited number of these technical evaluation questions. In order to
maintain a reasonable level of effort by the evaluation team and
Bidders, Canada does not intend to ask all technical evaluation
questions generated. The Bidder achieving the highest technical
evaluation score will be provided a minimum of 20% of all
questions generated against its bid. All other Bidders will be given a
sufficient number of questions such that, if all questions are
answered satisfactorily, a Bidder will be able to achieve an
equivalent technical evaluation score. Questions will be provided in
a declining order of importance based on the best opportunity for
improving the Bidder's overall technical evaluation score (i.e.
questions against line items where the maximum number of points
were lost).
(d)
All resource loading "staff category" information submitted as part
of the Second Partial Bid will be reviewed for completeness.
Completeness will be determined by reviewing the Tabular Format
spreadsheets which are to be completed in accordance with the
instructions provided with the TF software. All Price Schedules,
Profit Percentages and overall pricing are to be left blank until the
Final Bid submission. Bidders whose bids are still being considered
will be provided with all questions generated from this review.
(e)
Canada reserves the right to ask any other clarification questions
regarding the bid, whether or not these questions may impact the
technical evaluation score.
Page 33 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
(f)
There will be no option for the Bidder to request further
explanation of the questions posed by Canada. Canada will not
provide information about any other bid or any information as to
how the Bidder should complete its bid or respond to Canada's
questions. Any adjustments to a bid by a Bidder are at the Bidder's
sole discretion and will be made solely by the Bidder.
(g)
Only those Bidders that have met the Second Partial Bid evaluation
requirements to progress in the evaluation process will be notified
of the date for submission of the Final Bid.
2.1.4 Final Bid Evaluation
Upon completion of Initial Partial Bid Evaluation or Second Partial Bid
Evaluation, as applicable, the Contracting Authority will notify remaining
Bidders that a Final Bid is required, and the date by which the bid must be
submitted. Final Bids which are not submitted on or before the date
specified by the Contracting Authority will be considered
non-responsive and receive no further consideration.
The Final Bid for the remaining Bidders will be first re-assessed against the
Mandatory Criteria at Section 4.1 of this Appendix 2. Bids which fail to
pass any one of these mandatory criteria will be considered non-responsive
and given no further consideration.
Those Final Bids that meet all of the mandatory criteria will be re-assessed
against the Point-Rated Technical Criteria at Section 4.2 of this Appendix
2. Final Bids will be considered technically responsive if one of the
following criteria is met:
(i)
The Area Under the Cumulative PTG curve is less than or equal to
1.150 times the Area Under the Average Cumulative PTG curve of
all Bidders still being considered; or
(ii)
The Ratio to Best Score is greater than or equal to 0.9750.
This comparative process, including recalculation of averages and ratios
based on those remaining Bidders, will be repeated so long as at least one
bid can be excluded. Bids will continue to be declared unsuccessful until all
remaining bids meet at least one of the above criteria.
Page 34 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
For those Final Bids that meet all of the mandatory criteria and are
declared technically responsive, all costing and pricing information
submitted as part of the Final Bid will be reviewed for completeness.
Completeness will be determined by reviewing the Tabular Format
spreadsheets and applicable tables in Annex B which are to be completed
with all price schedules and profit percentages. Prices that are based on
unrealistically high, low, incomplete costs or are significantly insufficient to
cover costs based on a Bidder's solution to the technical requirement may
be grounds for eliminating a bid either on the basis that the Bidder does not
understand the requirement or has made an unrealistic bid.
3.
FINANCIAL CRITERIA
The lowest evaluated price to Canada for a bid will be the sum to the following price
factors:
i)
all firm all-inclusive prices, derived from the completed Tabular Format
spreadsheets, (excluding Transition-In costs/prices); and
ii)
the sum of all IQ tasks as described in Section 3.3, Financial Evaluation, of this
Part 4.
Subject to the requirements of this solicitation, the Bidder who submits a technically
responsive bid with the lowest evaluated price will be recommended for award of a
contract.
4.
EVALUATION CRITERIA
4.1
MANDATORY REQUIREMENTS
Bids must comply with each mandatory requirement. If a bid does not comply with
all of the mandatory requirements, the bid will be considered non-responsive and
receive no further consideration.
It is mandatory for Bidders to provide a statement of compliance, or non
compliance, with supporting or explanatory remarks if necessary for each article of
the solicitation and Resulting Contract Clauses, including Annexes. It is also
mandatory for Bidders to demonstrate how they will meet all requirements of the
SOW.
Inuit Benefit Requirements
Page 35 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
It is mandatory for Bidders to demonstrate how they will achieve in each Contract
Year:
i)
ii)
iii)
Inuit Benefits equivalent to thirteen percent (13%) of the Firm Fixed Price
excluding profit and taxes for that Contract Year ; and
a workforce having 20% of Salaries paid to Inuit Beneficiaries; and
the employment of at least three (3) Inuit Beneficiaries in a Supervisor or
Manager role.
Bidders must provide a General Inuit Benefits Plan in accordance with Paragraph
2.F.37. of the SOW. Bidders must also complete the Transaction Tables at Annex
"D".
Bids that do not demonstrate how the Bidder will achieve the Inuit Benefit
Requirements will be considered non-responsive and given no further
consideration.
1.
Technical Requirements (SOW Paragraphs C to G)
It is mandatory for Bidders to provide a response to each line item for
paragraphs C through G of the SOW. Bids must describe how support will
be provided for all line items of paragraph C through G of the SOW.
Bids that do not provide a response for how support will be provided
for each line item for paragraphs C through G will be considered
non-responsive and given no further consideration.
2.
Key Personnel Requirements
It is mandatory for Bidders to provide Key Personnel in accordance with
Paragraph 2.C.1.a of the SOW.
Bids that do not demonstrate how the Bidder will achieve the Key
Personnel Requirements will be considered non-responsive and given no
further consideration.
4.2
POINT-RATED TECHNICAL CRITERIA
1.
Relative Importance of Sections and General Evaluation Categories
The Sections with the highest relative importance have the highest number
of average points per line item of the SOW even though they do not
necessarily have the highest number of points in total (i.e. an important
Page 36 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
section with few line items might have fewer total points than a section
with less overall importance but a very large number of line items). The
individual line items are weighted to allocate points based on the overall
importance of the line item within the Section. A summary table of points
available for each section and line item can be found in Appendix 4 to this
Part 4.
2.
Section 2 - Management and Administration
Bidders should provide the following details for Section 2 of the SOW
(separately) using the Criteria No. for presentation. Example: the first
criteria in the Experience Category ("Relevant Experience of the
Bidder...") would be numbered paragraph "2.1 a)" under the title "2.1
Experience" in the Bidder's Technical bid.
Criteria No.
Criteria Description
2.1
2.1 a)
Experience
Relevant Experience of the Bidder
The Bidder should have relevant experience, either
through its parent companies, as a prime contractor, or
as a subcontractor, undertaking and successfully
implementing at least two projects of similar size,
scope and complexity within the last five years or one
ongoing project of at least ten years or more.
2.1 b)
Evidence of Efficient, Quality Performance
The Bidder should provide evidence of having
provided added value on previous contracts where
"added value" is defined as a better quality service at
the same price or improved efficiency resulting in cost
savings to the client.
The Bidder should describe past and current contracts,
providing the following information:
- Name of the client;
- Role of the Bidder in the contract (prime,
subcontractor, JV, partner etc…);
Page 37 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
- Names of, and relationship to, any subcontractors
involved in the contract;
- Scope of the contract;
- Duration of the contract;
- Value of the contract;
- Various component functions and their magnitude;Assessment of results achieved;
- Successful value added initiatives during the
performance of the contract;
- Names, titles and telephone numbers of the business
references (references may be checked).
2.2
2.2 a)
Personnel and Resources
Corporate Resources
Committed corporate resources will enable the on-site
management staff to effectively and efficiently carry
out the services identified in this SOW. In order to
demonstrate this commitment, the Bidder should
identify the corporate resources (personnel, training,
finances, management consultants, etc.) available to the
on-site management staff on an ongoing basis (from
contract award through contract close out).
2.2 b)
Staff Positions
The Bidder should provide an appropriate job
description which describes minimum education,
qualifications and experience, ongoing training and
responsibilities/duties for each position identified in the
Staff Category in the Tabular Format spreadsheets.
The description of previous contract experience should
include the following information:
- Name of client;
- Functional areas delivered in the contract;
- Whether the Bidder had a role in the contract (prime,
subcontractor etc.) or whether the staff member was
employed other than by the Bidder
- Duration including dates;
- Assessment of results achieved;
Page 38 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
- Value of the contract;
- Names, titles, and telephone numbers of references
(references may be checked);
- Roles and responsibilities of the individual proposed.
2.2 c)
Contract Criteria
The Bidder should provide an appropriate response to
each criteria described in paragraph B of the SOW.
2.3
2.3 a)
2.3 a) (i)
Management
Organization Plan
Corporate Organization
The Bidder should have a corporate organization that
will support the services identified in this SOW.
The corporate organization description submitted
should include, but not be limited to:
2.3 a)(i)a.
An Organization Chart showing relationships of all
positions identified in the Tabular Format spreadsheets
and applicable tables in Annex B;
2.3 a)(i)b.
Lines of authority and responsibility (if joint venture,
also discuss distribution of operational control among
companies) including a description of the proposed
management control system, explaining how it is used
to plan, monitor and control the work, cost and
schedule. Indicate whether, and if so where, this
system is currently in use by the Bidder;
2.3 a)(i)c.
Relationships and internal controls including a
description of how the CSM will effectively manage
the work including a definition of his/her relationship
to senior company official(s) who render decisions. All
such decision areas and their impact on the work
should be specifically identified. The CSM's
relationship to vital control functions of the Bidder
such as workload control, resource allocation, budget
and so forth should be described;
Page 39 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
2.3 a)(ii)
CCC No./N° CCC - FMS No/ N° VME
Project Organization
The Bidder should provide a project organization that
will efficiently and effectively carry out the functions
required in the performance of any resulting contract.
The project organization planned should include:
2.3 a)(ii)a.
Organization chart linking Section 2 Managers with
other Section Managers. Also complete the Staff
Category in the Tabular Format spreadsheets and
applicable tables in Annex B and provide the
relationship between the Organization chart and the
Staff Category;
2.3 a)(ii)b.
2.3 a)(ii)c.
2.3 a)(ii)d.
2.3 b)
Lines of authority and responsibility
Relationship and internal controls;
Accountability for the tasks.
Management Plan
The Bidder is requested to provide a Management Plan
covering as a minimum the following elements:
2.3 b)(i)
Staffing Plan
It is critical that the selected Bidder be able to secure
and maintain a qualified workforce without disrupting
the ongoing operations.
2.3 b)(i)a.
Recruitment strategy and selection plan to be used to
attract and retain qualified personnel;
2.3 b)(i)b.
Training methodology, both initial and recurring, to
ensure that all of its personnel understand, comply and
adhere to all relevant legislation, regulations and
security policies; ensure proper initial and regenerative
training of its personnel; provide its personnel with
appropriate resources and equipment to carry out their
respective duties; establish personnel identification and
dress code; and, provide sufficient numbers of
qualified, competent personnel to effectively and
efficiently perform services required;
Page 40 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
2.3 b)(i)c.
Replacement strategy including transportation and
relocation arrangements to fulfill personnel
requirements which are not available in the local labour
market for both temporary and full-time positions and
Bidder's plan, if any, for filling key positions from
Corporate Headquarters staff, as required, to maintain
high quality management;
2.3 b)(i)d.
Contingency plan which identifies potential causes of
work disruption as a result of labour disruptions and
the Bidders plan to minimize disruption to services.
2.3 b)(i)e.
Description of the human resource selection process
used to select personnel for the NWS project;
2.3 b)(i)f.
List any impediments that might prevent the Bidder
from achieving the proposed plan and strategies for
mitigating that risk.
2.3 b)(ii)
Subcontract Management Plan
This section should describe the Bidder's plan for the
management of subcontracts.
The Bidder should include the following information:
2.3 b)(ii)a.
2.3 b)(ii)b.
Identification of areas of work to be subcontracted;
Description of methodology and system to:
2.3 b)(ii)b.1
Qualify subcontractors, including certification and
licensing,
2.3 b)(ii)b.2
2.3 b)(ii)b.3
Award subcontracts,
Delegate responsibility to subcontractors,
2.3 b)(ii)b.4
Integrate, monitor, control and assess subcontractor
activities,
2.3 b)(ii)b.5
Assist in the establishment/development of local
enterprises;
Page 41 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
2.3 b)(ii)c.
List any impediments that might prevent the Bidder
from achieving the proposed plan and strategies for
mitigating that risk.
2.3 b)(iii)
Procurement Plan
Describe, for each instance of a subcontracted activity,
the proposed plan for procurement of goods and
services required for the operations and maintenance of
the NWS.
2.3 b)(iv)
Risk Management
This section should describe the Bidder's plans to
minimize risk. The Bidder should include the following
information:
2.3 b)(iv)a.
Identification of major risk areas as determined by the
Bidder. The Bidder's assessment of risk should include
the categories of performance, cost, schedule and
service quality;
2.3 b)(iv)b.
Proposed activities for minimizing risks (such as
predictive activities and work-around solutions);
2.3 b)(iv)c.
Impact in terms of performance, cost, schedule or
service quality of these proposed activities.
2.3 b)(v)
Quality Management Plan
This section should include a description of the quality
control (QC) concepts and the organization of the QC
unit that the Bidder proposes to use to sustain the
quality of the operation throughout any resulting
contract and to identify the planning associated with
QC activities. The criteria for execution of QC criteria
using SeeSOR are located in paragraphs C and F in
Section 2 of the SOW.
2.4
2.4 a)
Method of Operation
Contract Criteria
Page 42 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Based on paragraphs C through G of the SOW for
Section 2, the Bidder should follow the instructions
provided in Part A, Annex A, paragraph 3.2 D.
3.
Sections 3 to 17 of the SOW
Provide the following details for each Section of the SOW (separately)
using the Criteria No. for presentation by replacing the "X" with the
appropriate section number. Example: the first criteria in the Experience
Category ("The Bidder or its subcontractors should have specific
experience...") for Section 3 would be numbered paragraph "3.1.a)" under
the title "3.1 Experience" in the Bidder's Technical bid.
Criteria No.
Criteria Description
X.1
X.1 a)
Experience
The Bidder or its subcontractors should have specific
experience in the Section functions and the Bidder
should provide a description of such experience. The
following information should be provided for each
contract:
- Name of the client (i.e. department, agency, company
etc.);
- Role of the Bidder in the contract (specifically which
tasks the bidder was responsible for);
- Names and roles/responsibilities of any
subcontractors involved in providing the service;
- Scope of the contract;
- Duration of the contract;
- Value of the contract;
- Names, titles and telephone numbers of the business
references (references may be checked).
X.2
X.2 a)
Personnel and Resources
Corporate Resources
The Bidder should identify the corporate resources
(personnel, training, finances, management consultants,
etc.), specific to the Section function, available to
on-site Section management.
Page 43 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
X.2 b)
CCC No./N° CCC - FMS No/ N° VME
Staff Positions
The Bidder should provide an appropriate job
description which describes minimum education,
qualifications and experience, ongoing training and
responsibilities/duties for each position identified in the
Staff Category in the Tabular Format spreadsheets and
applicable tables in Annex B.
X.2 c)
Contract Criteria
The Bidder should provide an appropriate response to
each criteria described in paragraph B of the SOW.
X.3
X.3 a)
Management
The Bidder should provide a Section Organization
Chart, which should include all positions from Section
Manager through Front Line Supervisors of the
workforce. The Bidder should also complete the Staff
Category in the Tabular Format spreadsheets and
applicable tables in Annex B and provide the
relationship between the Organization chart and the
Staff Categories.
X.3 b)
The Bidder should outline lines of authority and
responsibility to effectively manage the work.
The Bidder should outline the accountability for task
function to maximize performance quality.
X.3 c)
X.4
X.4 a)
Method of Operation
The Bidder should include a plan which ensures that
NWS operations and maintenance are not disrupted by
proposed methods and procedures outlined in X.4 b)
X.4 b)
Contract Criteria
Based on paragraphs C through G of the SOW for
each Section, the Bidder should follow the instructions
provided in Appendix 2 to Part 4, paragraph 4.2. 4.
Page 44 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
4.
Buyer ID - Id de l'acheteur
CCC No./N° CCC - FMS No/ N° VME
Method of Operation Response against Paragraphs C through G of the
SOW for each Section
Bidders should:
(i)
address each criteria in paragraphs C to G with a specific, precise
description of proposed methods, frequencies and procedures to be
used in meeting the criteria. The bid should document sound
operational practices and any innovations to be used in minimizing
costs. Canada requests that the actual SOW paragraph numbers C
to G be followed to organize the information in such a manner that
evaluators can readily and easily locate all information relevant to
the criteria. The explanation should show a thorough understanding
of the criteria being addressed. Evaluation will be based on the
substance and quality, not the length, of the response.
(ii)
complete the Specific Resource Allocation List (SRAL) Category
in the Tabular Format spreadsheets for each paragraph C, D, F and
G criteria. For each criteria (i.e. SOW line item number), the
proposed number of annual direct labour hours to be used shall be
described. These values will be compared to the Bidder's written
description of each criteria to determine the technical feasibility of
the bid.
(iii)
provide explanations as considered necessary for any warnings
against the Staff Category that indicate Solution Hours exceed
Productive Hours in the Tabular Format spreadsheets.
(iv)
for paragraph G criteria, also complete the Contractor Furnished
Material (CFM), and Contractor Furnished Equipment and
Facilities (CFE, F) Categories in the Tabular Format spreadsheets.
It is Canada's request that Bidders provide as detailed a breakdown of
information as possible. A more detailed breakdown of resource allocations
provides greater assurance that a Bidder fully understands the requirements
of the SOW. If determined to be absolutely necessary, aggregating two or
more criteria resources may be indicated for one criteria. Should this be
done, an explanation of where resources have been aggregated should be
provided. Where resources described are aggregate values the entire
criteria included in the described resources should be indicated.
Page 45 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
APPENDIX 3 to PART 4
EXAMPLE OF MULTI STEP EVALUATION
1.
2.
Definitions
1.1
"Area Under the Cumulative PTG curve" is defined and calculated for each bid as
the sum of all Cumulative PTG.
1.2
"Average Area Under the Cumulative PTG curve" is defined as the sum of all
remaining Bidders Area Under the Cumulative PTG curve, divided by the number
of all remaining Bidders.
1.3
"Cumulative PTG" is defined as the sum of PTG for all criteria.
1.4
"Cumulative PTG vs. Number of Questions" is defined as a curve or table
representing all Cumulative PTG values plotted in the y axis, with the total number
of questions posed by Canada sorted in descending order from highest Cumulative
PTG on the x-axis.
1.5
"Points to Go" (PTG) is defined as the points lost for any evaluation criteria that
has been rated Questionable (50% of the available points lost) or Unacceptable
(100% of the available points lost). Because a question from Canada is prepared
for each Questionable or Unacceptable criterion rating, each question has an
associated PTG value.
1.6
"Ratio to Average Cum PTG" is the Area Under the Cumulative PTG curve for a
bid divided by the Average Area under the Cumulative PTG curves for all bids.
1.7
"Ratio to Best Score" is defined as a bid's total technical evaluation score (Points
Scored) divided by the highest total technical evaluation score of all bids.
Example of the Plot of the Cumulative PTG versus Number of Questions
2.1
The following provides sample calculations for one bid (bid G) of:
A.
B.
C.
Points to Go (PTG);
Cumulative PTG; and
Area Under the Cumulative PTG curve.
Page 46 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Quest PTG G Cum PTG
#
G
494.9 3335.7
352.3 2840.8
335.9 2488.4
335.9 2152.6
303.7 1816.7
299.5 1513.0
277.5 1213.6
125.6
936.1
118.4
810.4
86.3
692.0
82.1
605.7
57.9
523.7
46.5
465.7
45.3
419.2
42.3
373.9
42.7
331.6
42.3
288.9
42.3
246.6
33.4
204.3
28.8
170.9
28.3
142.1
22.0
113.8
21.6
91.8
14.4
70.2
14.4
55.8
11.0
41.5
9.3
30.5
8.9
21.1
7.6
12.3
4.7
4.7
Area: 22,013.6
Cum PTG
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
3500
3000
2500
2000
1500
1000
500
0
Cum PTG vs. # of Questions - Bid G
1
6
11
16
21
Number of Questions
26
Step 1:
PTG values are determined through technical evaluation.
Step 2:
All Criteria with PTG are sorted from most points lost to least points lost.
Step 3:
The Cumulative PTG is determined for each criteria and noted.
Page 47 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Step 4:
3.
The Area Under the Cumulative PTG curve, used for the purposes of
determining whether a bid moves on to a subsequent evaluation is calculated and
noted (22,013.6 in this example).
Example of the Comparative Process
3.1
The following examples describes the comparative process for the Ratio to Best
Score and Area Under the Cumulative PTG curve to be used to identify bids which
will be subject to further consideration.
3.2
Initial Partial Bid Evaluation. Through the evaluation and comparative process a
bid is retained for further evaluation if:
A.
B.
Cut 1
Max Cumulative
PTG
Points Scored
Ratio to Best
Score
Sum of
Cumulative PTG
(area Under the
curve)
Ratio to Average
Cumulative PTG
Cut 2
Cumulative PTG
Ratio to Average
Cumulative PTG
The Ratio to Best Score is greater than .90; or
The Ratio to Average Cum PTG is less than 1.50.
Bid A
2,124
Bid B
1,881
Bid C
3,587
Bid D
6,957
Bid E
576
Bid F
4,003
Bid G
3,336
37,876
0.96
38,119
0.97
36,413
0.92
33,043
0.84
39,424
1
35,997
0.91
36,664
0.93
14,158
13,438
27,596
53,512
3,599
33,355
22,014
0.59
0.56
1.15
2.23
0.15
1.39
0.92
14,158
13,438
27,596
3,599
33,355
22,014
0.74
0.71
1.45
0.19
1.75
1.16
Average
23,953
19,027
Repeated re-calculation of Ratio to Average Cumulative PTG and eliminations are
conducted until only bids meeting the above criteria remain provided that, if only
one bid remains, of those bids which meet neither (A) nor (B), the bid with the
Ratio to Average Cumulative PTG closest to 1.50 will be retained for further
evaluation as well.
Initial Partial Bid Evaluation
Cut 1: bid D, with a Ratio to Best Score of .84 (less than .90), and Ratio to
Average Cumulative PTG of 2.23 (greater than 1.50), is eliminated.
Page 48 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Cut 2: bid F remains in spite of a Ratio to Average Cumulative PTG of 1.75
(greater than 1.50) because the Ratio to Best Score of .91 (greater than
.90), All other bids are within limits for both Ratios.
3.3
Upon completion of the Initial Partial Bid review, questions arising from
Questionable or Unacceptable ratings will be provided to each Bidder.
3.4
Second Partial Bid Evaluation (Optional). Through the evaluation and comparative
Cut 1
PTG
Points Scored
Ratio to Best Score
Cumulative PTG
Ratio to Average
Cumulative PTG
Cut 2
Cumulative PTG
Ratio to Average
Cumulative PTG
Bid A
1,203
38,797
0.97
4,011
1.02
Bid B
1,134
38,866
0.98
4,050
1.03
Bid C
1,790
38,210
0.96
4,474
1.14
4,011
1.08
4,050
1.09
4,474
1.2
Bid D
Bid E
204
39,796
1
2,044
0.52
2,044
0.55
Bid F
2,474
37,526
0.94
4,948
1.26
Bid G
2,407
37,593
0.94
4,011
1.02
Average
4,011
1.08
3,718
3,923
process a bid is retained for further evaluation if:
A.
B.
The Ratio to Best Score is greater than .950, or
The Ratio to Average Cumulative PTG is less than 1.250.
Repeated re-calculation of Ratio to Average Cumulative PTG and eliminations are
conducted until only bids meeting the above criteria remain provided that, if only
one bid remains of those bids which meet neither (A) nor (B), the bid with the
Ratio to Average Cumulative PTG closest to 1.250 will be retained for further
evaluation as well.
Second Partial Bid Evaluation
Cut 1: bid F, with a Ratio to Best Score of .94 (less than .950), and Ratio to
Average Cumulative PTG of 1.26 (greater than 1.25), is eliminated. Bid G,
with a Ratio to Average Cumulative PTG of 1.02 (less than 1.250),
remains despite a Ratio to Best Score of .94 (less than .950).
Cut 2: bid G, with a Ratio to Average Cumulative PTG of 1.08 (less than 1.250),
remains in spite of a Ratio to Best Score of .94 (less than .950). All other
bids are within limits for both ratios and remain in consideration.
Page 49 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
3.5
Upon completion of the Second Partial Bid evaluation, a second set of questions
arising from Questionable or Unacceptable ratings will be provided to each Bidder
as described in 2.1.4 to Part 4.
3.6
Final Bid Evaluation. For bids that have not been eliminated, the process illustrated
at paragraph 3.4 is repeated a final time with the exception that if only one bid
qualifies, no other bids will be considered to remain. Through the evaluation and
comparative process a bid is retained for further evaluation if:
A.
B.
The Ratio to Best Score is greater than .975, or
The Ratio to Average Cumulative PTG is less than 1.150.
The responsive bid with the lowest evaluated price will be recommended for award
of a contract.
Page 50 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Appendix 4 - Importance of each Section of the SOW
The relative importance of each Section of the SOW, where 1 is the least important, is as follows
also represented is the descending order of importance of the SOW Sections:
Section
Number
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
Section Name
Relative
Weighting
Management and Administration
Transition-in
Transition-out
Operations Support
Contractor Support
Emergency Services
Supply/ Material Processing
Bulk Fuel
Airlift
Cargo Movement
Vehicle and Mobile Support Equipment Maintenance
Radar, Comm. and Ancillary Systems
Facilities Management
System Sustainment
Environmental Protection and Regulatory Compliance
Environmental Protection and Regulatory Compliance
10
1
1
9
1
3
6
6
7
6
6
9
8
10
7
5
SOW sections in descending order of importance
Most Important
Management and Administration,
Least Important
System Sustainment
Operations Support,
Radar, Comm. and Ancillary Systems
Facilities Management
Airlift,
Environmental Protection and Regulatory
Compliance
Supply/Material Processing,
Bulk Fuel,
Cargo Movement,
Vehicle and Mobile Support Equipment
Maintenance
Information Management
Emergency Services
Contractor Support,
Transition-in,
Transition-out
Page 51 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
Page 52 of - de 171
CCC No./N° CCC - FMS No/ N° VME
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
PART 5 - CERTIFICATIONS
Bidders must provide the required certifications and documentation to be awarded a contract.
Canada will declare a bid non-responsive if the required certifications and related documentation
are not completed and submitted as requested.
The certifications provided by bidders to Canada are subject to verification by Canada at all times.
Canada will declare a bid non-responsive, or will declare a contractor in default, if any
certification made by the Bidder is found to be untrue whether during the bid evaluation period or
during the contract period.
The Contracting Authority will have the right to ask for additional information to verify the
Bidder's certifications. Failure to comply with this request will also render the bid non-responsive
or will constitute a default under the Contract.
1.
MANDATORY CERTIFICATIONS REQUIRED PRECEDENT TO CONTRACT
AWARD
1.1
CODE OF CONDUCT AND CERTIFICATIONS - RELATED
DOCUMENTATION
By submitting a bid, the Bidder certifies that the Bidder and its affiliates are in
compliance with the provisions as stated in Section 01 Code of Conduct and
Certifications- Bid of Standard Instructions 2003. The related documentation
therein required will assist Canada in confirming that the certifications are true.
1.2
FEDERAL CONTRACTORS PROGRAM FOR EMPLOYMENT EQUITY
- BID CERTIFICATION
By submitting a bid, the Bidder certifies that the Bidder, and any of the Bidder's
members if the Bidder is a Joint Venture, is not named on the Federal Contractors
Program (FCP) for employment equity "FCP Limited Eligibility to Bid" list
(http://www.labour.gc.ca/eng/standards_equity/eq/emp/fcp/list/inelig.shtml)
available from Human Resources and Skills Development Canada (HRSDC) Labour's website
Canada will have the right to declare a bid non-responsive if the Bidder, or any
member of the Bidder if the Bidder is a Joint Venture, appears on the "FCP
Limited Eligibility to Bid " list at the time of contract award.
Page 53 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Canada will also have the right to terminate the Contract for default if a
Contractor, or any member of the Contractor if the Contractor is a Joint Venture,
appears on the "FCP Limited Eligibility to Bid" list during the period of the
Contract.
The Bidder must provide the Contracting Authority with a completed annex
Federal Contractors Program for Employment Equity - Certification, before
contract award. If the Bidder is a Joint Venture, the Bidder must provide the
Contracting Authority with a completed annex Federal Contractors Program for
Employment Equity - Certification, for each member of the Joint Venture.
1.3
FORMER PUBLIC SERVANT CERTIFICATION A3025T (2013-07-10)
Contracts awarded to former public servants (FPS) in receipt of a pension or of a
lump sum payment must bear the closest public scrutiny, and reflect fairness in the
spending of public funds. In order to comply with Treasury Board policies and
directives on contracts with FPS, bidders must provide the information required
below before contract award.
Definitions
For the purposes of this clause, "former public servant" is any former member of a
department as defined in the Financial Administration Act, R.S., 1985, c. F-11, a
former member of the Canadian Armed Forces or a former member of the Royal
Canadian Mounted Police. A former public servant may be:
a.
b.
c.
d.
an individual;
an individual who has incorporated;
a partnership made of former public servants; or
a sole proprietorship or entity where the affected individual has a
controlling or major interest in the entity.
"lump sum payment period" means the period measured in weeks of salary, for
which payment has been made to facilitate the transition to retirement or to other
employment as a result of the implementation of various programs to reduce the
size of the Public Service. The lump sum payment period does not include the
period of severance pay, which is measured in a like manner.
"pension" means a pension or annual allowance paid under the Public Service
Superannuation Act (PSSA), R.S., 1985, c.P-36, and any increases paid pursuant
to the Supplementary Retirement Benefits Act, R.S., 1985, c.S-24 as it affects the
PSSA. It does not include pensions payable pursuant to the Canadian Forces
Superannuation Act, R.S., 1985, c.C-17, the Defence Services Pension
Page 54 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Continuation Act, 1970, c.D-3, the Royal Canadian Mounted Police Pension
Continuation Act , 1970, c.R-10, and the Royal Canadian Mounted Police
Superannuation Act, R.S., 1985, c.R-11, the Members of Parliament Retiring
Allowances Act , R.S., 1985, c.M-5, and that portion of pension payable to the
Canada Pension Plan Act, R.S., 1985, c.C-8.
Former Public Servant in Receipt of a Pension
As per the above definitions, is the Bidder a FPS in receipt of a pension?Yes( )
No( )
If so, the Bidder must provide the following information, for all FPS in receipt of a
pension, as applicable:
a.
b.
name of former public servant;
date of termination of employment or retirement from the Public Service.
By providing this information, Bidders agree that the successful Bidder's status,
with respect to being a former public servant in receipt of a pension, will be
reported on departmental websites as part of the published proactive disclosure
reports in accordance with Contracting Policy Notice: 2012-2 and the Guidelines
on the Proactive Disclosure of Contracts.
Work Force Reduction Program
Is the Bidder a FPS who received a lump sum payment pursuant to the terms of a
work force adjustment directive? Yes ( ) No ( )
If so, the Bidder must provide the following information:
a.
b.
c.
d.
e.
f.
g.
name of former public servant;
conditions of the lump sum payment incentive;
date of termination of employment;
amount of lump sum payment;
rate of pay on which lump sum payment is based;
period of lump sum payment including start date, end date and number of
weeks;
number and amount (professional fees) of other contracts subject to the
restrictions of a work force adjustment program.
For all contracts awarded during the lump sum payment period, the total amount
of fees that may be paid to a FPS who received a lump sum payment is $5,000,
including Applicable Taxes.
Page 55 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
1.4
Buyer ID - Id de l'acheteur
CCC No./N° CCC - FMS No/ N° VME
STATUS AND AVAILABILITY OF RESOURCES
The Bidder certifies that, should it be awarded a contract as a result of the bid
solicitation, every individual proposed in its bid will be available to perform the
Work as required by Canada's representatives and at the time specified in the bid
solicitation or agreed to with Canada's representatives. If, for reasons beyond its
control, the Bidder is unable to provide the services of an individual named in its
bid, the Bidder may propose a substitute with similar qualifications and experience.
The Bidder must advise the Contracting Authority of the reason for the
substitution and provide the name, qualifications and experience of the proposed
replacement. For the purposes of this clause, only the following reasons will be
considered as beyond the control of the Bidder: death, sickness, maternity and
parental leave, retirement, resignation, dismissal for cause or termination of an
agreement for default.
If the Bidder has proposed any individual who is not an employee of the Bidder,
the Bidder certifies that it has the permission from that individual to propose
his/her services in relation to the Work to be performed and to submit his/her
résumé to Canada. The Bidder must, upon request from the Contracting Authority,
provide a written confirmation, signed by the individual, of the permission given to
the Bidder and of his/her availability.
_______________
Signature
1.5
_________
Date
EDUCATION AND EXPERIENCE A3010T (2010-08-16)
The Bidder certifies that all the information provided in the résumés and
supporting material submitted with its bid, particularly the information pertaining
to education, achievements, experience and work history, has been verified by the
Bidder to be true and accurate. Furthermore, the Bidder represents and warrants
that every individual proposed by the Bidder for the requirement is capable of
performing the Work described in the resulting Contract.
Page 56 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
PART 6 - SECURITY, FINANCIAL AND OTHER REQUIREMENTS
1.
SECURITY REQUIREMENT
1.
2.
Before award of a contract, the following conditions shall be met:
a.
the Bidder shall hold a valid organization security clearance as indicated in
Part 7 Resulting Contract Clauses;
b.
the Bidder's proposed individuals requiring access to classified or protected
information, assets or sensitive work site(s) must meet the security
requirement as indicated in Part 7 Resulting Contract Clauses;
c.
the Bidder shall provide the name of all individuals who will require access
to classified or protected information, assets or sensitive work sites.
2.
Canada will not delay the award of any contract to allow bidders to obtain the
required clearance.
3.
For additional information on security requirements, bidders should consult the
"Security Requirements for PWGSC Bid Solicitations - Instructions for Bidders"
(http://www.tpsgc-pwgsc.gc.ca/app-acq/lc-pl/lc-pl-eng.html#a31) document on
the Departmental Standard Procurement Documents Web site.
FINANCIAL CAPABILITY A9033T (2012-07-16)
1.
Financial Capability Requirement: The Bidder must have the financial capability to
fulfill this requirement. To determine the Bidder's financial capability, the
Contracting Authority may, by written notice to the Bidder, require the submission
of some or all of the financial information detailed below during the evaluation of
bids. The Bidder must provide the following information to the Contracting
Authority within fifteen (15) working days of the request or as specified by the
Contracting Authority in the notice:
a.
Audited financial statements, if available, or the unaudited financial
statements (prepared by the Bidder's outside accounting firm, if available,
or prepared in-house if no external statements have been prepared) for the
Bidder's last three fiscal years, or for the years that the Bidder has been in
business if this is less than three years (including, as a minimum, the
Balance Sheet, the Statement of Retained Earnings, the Income Statement
and any notes to the statements).
Page 57 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
b.
If the date of the financial statements in (a) above is more than five months
before the date of the request for information by the Contracting Authority,
the Bidder must also provide, unless this is prohibited by legislation for
public companies, the last quarterly financial statements (consisting of a
Balance Sheet and a year-to-date Income Statement), as of two months
before the date on which the Contracting Authority requests this
information.
c.
If the Bidder has not been in business for at least one full fiscal year, the
following must be provided:
i.
the opening Balance Sheet on commencement of business (in the
case of a corporation, the date of incorporation); and
ii.
the last quarterly financial statements (consisting of a Balance Sheet
and a year-to-date Income Statement) as of two months before the
date on which the Contracting Authority requests this information.
d.
A certification from the Chief Financial Officer or an authorized signing
officer of the Bidder that the financial information provided is complete and
accurate.
e.
A confirmation letter from all of the financial institution(s) that have
provided short-term financing to the Bidder outlining the total of lines of
credit granted to the Bidder and the amount of credit that remains available
and not drawn upon as of one month prior to the date on which the
Contracting Authority requests this information.
f.
A detailed monthly Cash Flow Statement covering all the Bidder's activities
(including the requirement) for the first two years of the requirement that is
the subject of the bid solicitation, unless this is prohibited by legislation.
This statement must detail the Bidder's major sources and amounts of cash
and the major items of cash expenditures on a monthly basis, for all the
Bidder's activities. All assumptions made should be explained as well as
details of how cash shortfalls will be financed.
g.
A detailed monthly Project Cash Flow Statement covering the first two
years of the requirement that is the subject of the bid solicitation, unless
this is prohibited by legislation. This statement must detail the Bidder's
major sources and amounts of cash and the major items of cash
expenditures, for the requirement, on a monthly basis. All assumptions
made should be explained as well as details of how cash shortfalls will be
financed.
Page 58 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
2.
If the Bidder is a joint venture, the financial information required by the
Contracting Authority must be provided by each member of the joint venture.
3.
If the Bidder is a subsidiary of another company, then any financial information in
1. (a) to (f) above required by the Contracting Authority must be provided by the
ultimate parent company. Provision of parent company financial information does
not satisfy the requirement for the provision of the financial information of the
Bidder, and the financial capability of a parent cannot be substituted for the
financial capability of the Bidder itself unless an agreement by the parent company
to sign a Parental Guarantee, as drawn up by Public Works and Government
Services Canada (PWGSC), is provided with the required information.
4.
Financial Information Already Provided to PWGSC: The Bidder is not required to
resubmit any financial information requested by the Contracting Authority that is
already on file at PWGSC with the Contract Cost Analysis, Audit and Policy
Directorate of the Policy, Risk, Integrity and Strategic Management Sector,
provided that within the above-noted time frame:
a.
the Bidder identifies to the Contracting Authority in writing the specific
information that is on file and the requirement for which this information
was provided; and
b.
the Bidder authorizes the use of the information for this requirement.
It is the Bidder's responsibility to confirm with the Contracting Authority that this
information is still on file with PWGSC.
5.
Other Information: Canada reserves the right to request from the Bidder any other
information that Canada requires to conduct a complete financial capability
assessment of the Bidder.
6.
Confidentiality: If the Bidder provides the information required above to Canada in
confidence while indicating that the disclosed information is confidential, then
Canada will treat the information in a confidential manner as permitted by the
Access to Information Act, R.S., 1985, c. A-1, Section 20(1) (b) and (c).
7.
Security: In determining the Bidder's financial capability to fulfill this requirement,
Canada may consider any security the Bidder is capable of providing, at the
Bidder's sole expense (for example, an irrevocable letter of credit from a registered
financial institution drawn in favour of Canada, a performance guarantee from a
third party or some other form of security, as determined by Canada).
Page 59 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
3.
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
CONTROLLED GOODS PROGRAM A9130T (2011-05-16)
1.
As the resulting contract will require the production of or access to controlled
goods that are subject to the Defence Production Act, R.S. 1985, c. D-1, bidders
are advised that within Canada only persons who are registered, exempt or
excluded under the Controlled Goods Program (CGP) are lawfully entitled to
examine, possess or transfer controlled goods. Details on how to register under the
CGP are available at: Controlled Goods Program and registration is carried out as
follows:
a.
When the bid solicitation includes controlled goods information or
technology, the Bidder must be registered, exempt or excluded under the
CGP before receiving the bid solicitation. Requests for technical data
packages or specifications related to controlled goods should be made in
writing to the Contracting Authority identified in the bid solicitation and
must contain the CGP registration number or written proof of exemption
or exclusion of the Bidder and of any other person to whom the Bidder will
give access to the controlled goods.
b.
When the bid solicitation does not include controlled goods information or
technology but the resulting contract requires the production of or access
to controlled goods, the successful Bidder and any subcontractor who will
be producing or accessing controlled goods must be registered, exempt or
excluded under the CGP before examining, possessing or transferring
controlled goods.
c.
When the successful Bidder and any subcontractor proposed to examine,
possess or transfer controlled goods are not registered, exempt or excluded
under the CGP at time of contract award, the successful Bidder and any
subcontractor must, within seven (7) working days from receipt of written
notification of contract award, ensure that the required application(s) for
registration or exemption are submitted to the CGP. No examination,
possession or transfer of controlled goods must be performed until the
successful Bidder has provided proof, satisfactory to the Contracting
Authority, that the successful Bidder and any subcontractor are registered,
exempt, or excluded under the CGP.
Failure to provide proof, satisfactory to the Contracting Authority, that the
successful Bidder and any subcontractor are registered, exempt or
excluded under the CGP, within thirty (30) days from receipt of written
notification of contract award, will be considered a default under the
resulting contract except to the extent that Canada is responsible for the
failure due to delay in processing the application.
Page 60 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
4.
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
2.
Buyer ID - Id de l'acheteur
CCC No./N° CCC - FMS No/ N° VME
Bidders are advised that all information on the Application for Registration (or
exemption) Form will be verified and errors or inaccuracies may cause significant
delays and/or result in denial of registration or exemption.
INSURANCE REQUIREMENTS G1007T (2011-05-16)
The Bidder must provide a letter from an insurance broker or an insurance company
licensed to operate in Canada stating that the Bidder, if awarded a contract as a result of
the bid solicitation, can be insured in accordance with the Insurance Requirements
specified in Annex "C".
If the information is not provided in the bid, the Contracting Authority will so inform the
Bidder and provide the Bidder with a time frame within which to meet the requirement.
Failure to comply with the request of the Contracting Authority and meet the requirement
within that time period will render the bid non-responsive.
Page 61 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
PART 7 - RESULTING CONTRACT CLAUSES
The following clauses and conditions apply to and form part of any contract resulting from the bid
solicitation.
1.
2.
3.
REQUIREMENT
1.1
The Contractor must perform all of the Work as set forth in the Contract and
Statement of Work at Annex "A".
1.2
The Contractor must achieve the Mandatory Inuit Benefits for each Contract Year,
including any exercised Option Period(s), as set forth at Annex "D" and Statement
of Work at Annex "A".
1.3
Indefinite Quantity (IQ) Task Authorizations (TA). A portion of the Work to be
performed under the Contract will be on an "as and when requested basis" using an
IQ Task Authorization as set forth at Annex "E". The Work described in the IQ
Task Authorization must be in accordance with the scope of the Contract.
CARE CUSTODY AND CONTROL
2.1.
The Contractor shall have complete care, custody and control of the Work and
shall direct and supervise the Work so as to ensure compliance with the Contract.
The Contractor shall have the overall control of the NWS worksites and shall be
responsible for for co-ordination of all worksite activity and for management of all
worksites health and safety policies, standards, directives, protocols, workers
compensation, labour legislation and other requirements specified in the Statement
of Work.
2.2
Full care, custody and control of the NWS shall transfer to the Contractor during
the Transition-In Period. Following transfer to the Contractor, Canada shall not
assume nor be deemed to have care, custody or control at any time.
STANDARD CLAUSES AND CONDITIONS
All clauses and conditions identified in the Contract by number, date and title are set out in
the Standard Acquisition Clauses and Conditions Manual
(http://sacc.pwgsc.gc.ca/sacc/index-e.jsp) issued by Public Works and Government
Services Canada, and apply to and form part of the Contract.
3.1
General Conditions
1031-2 (2012-07-16) Contract Cost Principles
Page 62 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
2035 (2013-06-27), General Conditions - Higher Complexity - Services, as
amended
3.2
Supplemental General Conditions
4001 (2013-01-28) - Hardware Purchase, Lease and Maintenance.
4002 (2010-08-16) - Software Development or Modification Services
4003 (2010-08-16) - Licensed Software
4007 (2010-08-16) - Canada to own Intellectual Property Rights in Foreground
Information.
3.3
Amendments to General Conditions
3.3.1 2035 (2013-06-27), General Conditions - Higher Complexity - Services is
amended to add the following paragraph 9 to 2035 05:
1.
Despite inspection and acceptance of the Work by or on behalf of Canada
and without restricting any other provision of the Contract or any
condition, warranty or provision imposed by law, the Contractor warrants
that, for twelve (12) months (or any other period stated in the Contract),
the Work will be free from all defects in design, material or workmanship,
and will conform to the requirements of the Contract. The warranty period
begins on the date of delivery, or if acceptance takes place at a later date,
the date of acceptance.
2.
In the event of a defect or non-conformance in any part of the Work during
the warranty period, the Contractor, at the request of Canada to do so,
must as soon as possible repair, replace or otherwise make good at its own
option and expense the part of the Work found to be defective or not in
conformance with the requirements of the Contract.
3.
The Work or any part of the Work found to be defective or
non-conforming will be returned to the Contractor's plant for replacement,
repair or making good. However, when in the opinion of Canada it is not
expedient to remove the Work from its location, the Contractor must carry
out any necessary repair or making good of the Work at that location. In
such cases, the Contractor will be responsible for all Costs (including travel
and living expenses) incurred in so doing, Canada will not reimburse these
Costs.
4.
The Contractor must pay the transportation cost associated with returning
the Work or any part of the Work to the Contractor's plant pursuant to
subsection 3. The Contractor must also pay the transportation cost
Page 63 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
associated with forwarding the replacement or returning the Work or part
of the Work when rectified to the delivery point specified in the Contract
or to another location directed by Canada.
5.
The Contractor must remedy all data and reports pertaining to any
correction or replacement under this section, including revisions and
updating of all affected data, manuals, publications, software and drawings
called for under the Contract, at no cost to Canada.
6.
If the Contractor fails to fulfill any obligation described in this section
within a reasonable time of receiving a notice, Canada will have the right to
remedy or to have remedied the defective or non-conforming work at the
Contractor's expense. If Canada does not wish to correct or replace the
defective or non-conforming work, an equitable reduction will be made in
the Contract Price.
7.
The warranty period is automatically extended by the duration of any
period or periods where the Work is unavailable for use or cannot be used
because of a defect or non-conformance during the original warranty
period. The warranty applies to any part of the Work repaired, replaced or
otherwise made good pursuant to subsection 2, for the greater of:
a.
b.
4.
the warranty period remaining, including the extension, or
ninety (90) days or such other period as may be specified for that
purpose by agreement between the Parties.
SECURITY REQUIREMENTS
4.1
The Contractor must, at all times during the performance of the Contract, hold a
valid Facility Security Clearance at the level of SECRET, with approved
Document Safeguarding and Production Capabilities at the level of SECRET,
issued by the Canadian Industrial Security Directorate (CISD), Public Works and
Government Services Canada (PWGSC) as well as Communications-Electronic
Security (COMSEC) account at the level of SECRET, issued by the
Communications Security Establishment Canada (CSEC).
4.2
This contract includes access to controlled goods. Prior to access, the contractor
must be registered in the Controlled Goods Program of Public Works and
Government Services Canada.
4.3
The Contractor personnel requiring access to sensitive work site(s) must EACH
hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.
Page 64 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Until the security screening of the Contractor personnel required by this Contract
has been completed satisfactorily by the CISD, PWGSC, the Contractor personnel
MAY NOT ENTER sites without an escort.
4.4
The Contractor personnel requiring access to PROTECTED information, assets
or sensitive work site(s) must EACH hold a valid personnel security screening at
the level of SECRET, granted or approved by the CISD, PWGSC. Until the
security screening of the Contractor personnel required by this Contract has been
completed satisfactorily by the Canadian Industrial Security Directorate, Public
Works and Government Services Canada, the Contractor personnel MAY NOT
HAVE ACCESS to PROTECTED information or assets, and MAY NOT
ENTER sites where such information or assets are kept, without an escort.
4.5
The Contractor personnel requiring access to CLASSIFIED information, assets or
sensitive work site(s) must be a permanent resident of Canada or a citizen of
Canada or the United States of America and must EACH hold a valid
personnel security screening at the level of SECRET, granted or approved by
CISD/PWGSC.Until the security screening of the Contractor personnel required
by this Contract as been completed satisfactorily by the Canadian Industrial
Security Directorate, Public Works and Government Services Canada, the
Contractor personnel MAY NOT HAVE ACCESS to CLASSIFIED information
or assets, and MAY NOT ENTER sites where such information or assets are
kept, without an escort.
4.6
The Contractor personnel requiring access to FOREIGN CLASSIFIED
information, assets or sensitive work site(s) must be a permanent resident of
Canada or a citizen of Canada or the United States of America and must
EACH hold a valid personnel security screening at the level of SECRET, granted
or approved by CISD/PWGSC. Until the security screening of the Contractor
personnel required by this Contract has been completed satisfactorily by the
Canadian Industrial Security Directorate, Public Works and Government Services
Canada, the Contractor personnel MAY NOT HAVE ACCESS to CLASSIFIED
information or assets, and MAY NOT ENTER sites where such information or
assets are kept, without an escort.
4.7
The Contractor personnel requiring access to COMSEC information/assets must
be citizens of Canada, hold a valid security clearance commensurate with the
information/assets that will be accessed, have a need-to-know and have undergone
a COMSEC briefing and signed a COMSEC Briefing certificate. Access by foreign
nationals or resident aliens must be approved by the Head IT Security Client
Services at CSEC on a case-by-case basis.
Page 65 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
4.8
The Contractor MUST NOT utilize its Information Technology systems to
electronically process, produce or store any sensitive CLASSIFIED information
until CISD/PWGSC has issued written approval. After approval has been granted,
these tasks may be performed at the level of SECRET.
4.9
Subcontracts which contain security requirements are NOT to be awarded without
the prior written permission of CISD/PWGSC.
4.10
The Contractor must comply with the provisions of the:
(a)
Security Requirements Check List and security guide (if applicable),
attached at Annex G;
(b)
Industrial Security Manual (latest edition) and the Industrial COMSEC
Material Control Manual (ICMCM), issued through CISD/PWGSC.
NOTE: Keying material and associated devices bearing (or intended to bear) the
caveat, "CRYPTO", are subject to special safeguards at all times, whether:
in bulk storage; in custody at user locations; in current use; or awaiting
destruction. Keying Material must be stored in a locked, approved security
container, in an area protected by security guards or by an intrusiondetection system when left unattended by COMSEC account personnel or
authorized users.
5.
TERM OF CONTRACT:
5.1
Term of the Contract
a)
The term of the Contract is from date of Contract award to March 31,
2019 inclusive, subject to the exercise of any options provided for herein
and a Transition-Out Period, if required, in which case, the term of the
Contract shall also include the Option Period(s) and Transition-Out Period
(as applicable).
b)
The Transition-In start date (the date upon which the Contractor must start
Transition-In) is April 1, 2014.
c)
The Operation and Maintenance start date (the date upon which the
Contractor must start Operations and Maintenance) is October 1, 2014.
d)
The Transition-Out start date (the date upon which the Contractor must
start Transition-Out) is April 1, 2019 unless Canada exercises the Option
Period(s) provided for herein. If Option Period 1 is exercised, the
Page 66 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Transition-Out start date is April 1, 2022, and, if the Option Period 2 is
exercised, the Transition-Out start date is April 1, 2024. Should any further
Contract extensions occur, Canada will adjust the Transition-Out start date
accordingly.
5.2
Option to Extend the Contract
The Contractor grants to Canada the irrevocable option to extend the term of the
Contract, at Canada's sole discretion, for two (2) additional option periods under
the same terms and conditions (each an "Option Period" and collectively, the
"Option Periods"). Option Period 1 will be for three (3) years and Option Period 2
will be for two (2) years. The Contractor agrees that, for any extension of the
Contract, it will be paid in accordance with the applicable provisions as set out in
the Basis of Payment.
Canada may exercise its options at any time by sending a written notice to the
Contractor ninety (90) days prior to the date upon which Transition-Out would
begin. The option(s) may only be exercised by the Contracting Authority, and will
be evidenced for administrative purposes only, through a contract amendment.
6.
AUTHORITIES FOR CANADA; CONTRACTOR'S REPRESENTATIVE
6.1
Contracting Authority
For the purposes of this Contract, the Contracting Authority is:
Public Works and Government Services Canada
Defence and Major Projects Sector
North Warning System Office
455 Blvd. de la Carriére
Gatineau, Québec (Sector Hull)
K1A 9K2
Attention.:
Telephone.:
E-mail address:
Nancy Morin
(819) 939-5031
Nancy.Morin@pwgsc.gc.ca
The Contracting Authority (or delegated representative) is responsible for the
management of the Contract and any changes to the Contract must be authorized
in writing by the Contracting Authority. The Contractor must not perform work in
excess of or outside the scope of the Contract based on verbal or written requests
or instructions from anybody other than the Contracting Authority.
Page 67 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
6.2
Buyer ID - Id de l'acheteur
CCC No./N° CCC - FMS No/ N° VME
Project Authority
For the purposes of this Contract, the Project Authority is:
Department of National Defence
Director Aerospace Equipment Program Management
Radar and Communication System (DAEPM R&CS)
455 Blvd. de la Carriére
Gatineau, Québec (Sector Hull)
K1A 9K2
Attention.:
Telephone.:
Lieutenant-Colonel A. Tupper
819 939-4987
The Project Authority (or delegated representative) is the representative of the
department or agency for whom the Work is being carried out under the Contract
and is responsible for all matters concerning the technical content of the Work
under the Contract. The Project Authority is also the Inspection Authority.
Technical matters may be discussed with the Project Authority; however, the
Project Authority has no authority to authorize changes to the scope of the Work.
Changes to the scope of the Work can only be made through a contract
amendment issued by the Contracting Authority.
6.3
Procurement Authority
For the purposes of this Contract, the Procurement Authority is:
Department of National Defence
Director Aerospace Procurement (DAP-7)
Radar and Communications Systems
455 Blvd. de la Carriére
Gatineau, Québec (Sector Hull)
K1A 9K2
Attention.:
Telephone.:
DAP 7-2-2
819 939-4916
The Procurement Authority is the representative of the department or agency
whom is responsible for IQ matters under the Contract. The Procurement
Authority is responsible for the implementation of IQs and approval Government
Furnished Equipment and processes required for the administration of the
Contract. The Contractor may discuss administrative matters identified in the
Contract with the Procurement Authority however the Procurement Authority has
Page 68 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
no authority to authorize changes to the scope of the Work. Changes to the scope
of Work can only be made through a contract amendment issued by the
Contracting Authority.
6.4
Contractor's Representative
For the purposes of this Contract, the Contractor's Representative is:
Name:
_________
Title:
_________
Address:
__________
Telephone: ___-___-_____
Facsimile: ___-___-_____
E-mail address: ____________
If the Contractor is a joint venture, it is the responsibility of the parties to the joint
venture to keep the other parties informed. Canada assumes no obligation with
respect thereto.
7.
PAYMENT
7.1
Basis of Payment
In consideration of the performance of the Work in accordance with the Contract,
the Contractor will be paid in accordance with the Basis of Payment, Annex "B".
7.2
Profit in the Case of a Contract Amendment
The Contractor acknowledges and agrees that the profit included in the price of
any Work added to the Contract by amendment will not exceed the profit
percentage provided in the Tabular Format Spreadsheet and the amounts detailed
in the Basis of Payment for the Contract Year in which the Contractor is entitled to
invoice for the Work.
7.3
Method of Payment
(a)
For the Operation and Maintenance Phase:
The Contractor will be paid on a monthly basis for Work delivered in
accordance with each section of the Statement of Work in accordance with
the Basis of Payment, Annex B. Where Work in any given month is not
delivered as required, the monthly payment will be prorated to reflect the
Page 69 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
percentage of the total Work, which, in Canada's opinion, has been actually
delivered during the month.
(b)
For the Transition-In Phase:
The Contractor will be paid in accordance with the ceiling price indicated
in the Basis of Payment at Annex B.
(c)
(d)
For the Transition-Out Phases:
(i)
The monthly amount payable will be in accordance with the firm lot
price indicated in the Basis of Payment, Annex B for the specific
month of the Transition-Out Phase.
(ii)
If the Transition-Out commencement date is adjusted as a result of
the exercise of an Option Period or the term of the Contract is
other wise extended, the monthly billing rates for the final Contract
Year will apply until the Transition-Out Phase actually commences.
For the IQ Tasks:
Firm or ceiling prices negotiated by the Procurement Authority, and/or the
Contracting Authority, as applicable prior to the work being authorized, or
subject to a limitation of expenditure, costs reasonably and properly
incurred, as determined by government audit in accordance with the rates
and profits detailed in the Basis of Payment, Annex B.
(e)
For the Payments for Variations in Quantities (VIQ):
When it is determined, in accordance with the Basis of Payment, that the
Contractor is to make payment to Canada as a result of changes in the
quantities of Work required under the Contract from the estimated
quantities, the Contractor shall include the amount as a credit on the
progress claim for the month immediately following the completion of the
VIQ process. Any amount due to Canada upon completion of the Contract
shall be deducted by the Contractor from the progress claim submitted for
the final month of the Contract, with any excess amounts being paid by
cheque.
(f)
For the Performance Incentive Fee (PIF):
Page 70 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
The Performance Incentive Fee (PIF), if any, is payable after the end of the
performance period to which it relates, and will be paid 30 days after the
PIF Board's record of decision.
8.
INVOICING INSTRUCTIONS
8.1
T1204 - Invoicing Instructions
1.
Pursuant to paragraph 221(1)(d) of the Income Tax Act, R.S.C. 1985, c.1
(5th Supp.), payments made by departments and agencies to contractors
under applicable services contracts (including contracts involving a mix of
goods and services) must be reported on a T1204 Government Service
Contract Payments slip.
2.
To enable departments and agencies to comply with this requirement, the
Contractor must provide the following information with its first invoice:
3.
8.2
(a)
the legal name of the Contractor, i.e. the legal name associated with
its business number or Social Insurance Number (SIN), as well as
its address and postal code;
(b)
the status of the Contractor, i.e. an individual, a sole proprietorship,
a corporation, or a partnership;
(c)
the business number of the Contractor if the Contractor is a
corporation or a partnership and the SIN if the Contractor is an
individual or a sole proprietorship. In the case of a partnership, if
the partnership does not have a business number, the partner who
has signed the Contract must provide its SIN;
(d)
in the case of a joint venture, the business number of all parties to
the joint venture who have a business number or their SIN if they
do not have a business number.
If the information includes a SIN, the information should be provided in a
separate envelope marked "PROTECTED" and attached to the invoice.
Firm Price Activities
Invoicing for the Operation and Maintenance Phase, the Transition-Out Phase, the
Variation in Quantities (VIQ) and the Performance Incentive Fee (PIF), if any, will
be as follows:
Page 71 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
The Contractor will be paid no more frequently than monthly, unless otherwise
agreed to by all parties. Payment will be made provided that:
1.
2.
A copy of all deliverables has been provided to the Contracting Authority.
The Contractor must submit a claim for payment using form PWGSCTPSGC 1111, Claim for progress Payment.
The following details must be included:
a. all information required on form PWGSC-TPSGC 1111;
b. all applicable information detailed under the section entitled "Invoice
Submission" of the general conditions;
c. amount claimed for the preceding month broken down by SOW section and
by Contract Line Item of the Basis of Payment;
d. a breakdown of the monthly and running totals for each Section;
e. holdback, if any
f. Goods and Services Tax (GST) or Harmonized Sales Tax (HST), as
appropriate.
The Goods and Services Tax or Harmonized Sales Tax (GST/HST), as
applicable, must be calculated on the total amount of the claim before the holdback
is applied. At the time the holdback is claimed, there will be no GST/HST payable
as it was claimed and payable under the previous claims for progress payments.
3. The Contractor must prepare and certify one original and two (2) copies of the
claim on form PWGSC-TPSGC 1111, and forward it to the Procurement
Authority identified under the section entitled "Authorities" of the Contract for
appropriate certification after inspection and acceptance of the Work takes place.
The Procurement Authority will then forward the original and two (2) copies of
the claim to the Contracting Authority, if applicable, for certification and onward
submission to the Payment Office for the remaining certification and payment
action.
4. The Contractor must not submit claims until all work identified in the claim is
completed.
5. Progress payments shall be regarded as interim payments only. The Minister shall
have the right to conduct interim or final cost/time verifications or audits and to
make adjustments from time to time during the performance of the Work. Any
overpayments resulting from such progress payments or otherwise the Contractor
shall promptly refund to Canada.
8.3
For IQ Tasks, Transition-In and the Management Value Incentive Program
Page 72 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Payment on completion/delivery, milestone payments, progress payments or a
combination of one or more will be negotiated by the Contracting Authority prior
to issuance of the task and, as applicable, will be incorporated into each IQ Task
Authorization, if any.
i)
For Payment on Completion/Delivery:
Canada will pay the Contractor upon completion and delivery of all of the
Work in accordance with the payment provisions of the Contract if:
ii)
a.
an accurate and complete invoice and any other documents required
by the Contract have been submitted in accordance with the
invoicing instructions provided in the Contract;
b.
all such documents have been verified by Canada;
c.
the Work delivered has been inspected and accepted by Canada.
For Milestones Payment:
1.
Canada will make milestone payments in accordance with the
Schedule of Milestones detailed in the Contract and the payment
provisions of the Contract, up to ________ percent of the amount
claimed and approved by Canada if:
a.
an accurate and complete claim for payment using form
PWGSC-TPSGC 1111, Claim for Progress Payment, and
any other document required by the Contract have been
submitted in accordance with the invoicing instructions
provided in the Contract;
b.
the total amount for all milestone payments paid by Canada
does not exceed _____ percent of the total amount to be
paid under the Contract;
c.
all the certificates appearing on form PWGSC-TPSGC 1111
have been signed by the respective authorized
representatives;
d.
all work associated with the milestone and as applicable any
deliverable required have been completed and accepted by
Canada.
Page 73 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
2.
iii)
Buyer ID - Id de l'acheteur
CCC No./N° CCC - FMS No/ N° VME
The balance of the amount payable will be paid in accordance with
the payment provisions of the Contract upon completion and
delivery of all Work required under the Contract if the Work has
been accepted by Canada and a final claim for the payment is
submitted.
For Progress Claims
Canada will make progress payments in accordance with the payment
provisions of the Contract, no more than once a month, for cost incurred in
the performance of the Work, up to _____ percent of the amount claimed
and approved by Canada if:
1.
A copy of all deliverables has been provided to the Contracting Authority.
2.
The Contractor must submit a claim for payment using form PWGSCTPSGC 1111, Claim for Progress Payment.
The following details must be included:
(i)
(ii)
(iii)
(iv)
(v)
(vi)
all information required on form PWGSC-TPSGC 1111;
all applicable information detailed under the section entitled
"Invoice Submission" of the general conditions;
amount claimed for the preceding month broken down by Work
and by Contract Line Item of the Basis of Payment;
a breakdown of the monthly and running totals for each Section;
holdback, if any
Goods and Services Tax (GST) or Harmonized Sales Tax (HST),
as appropriate.
Each claim must be supported by:
a copy of the invoices, receipts, vouchers for all direct expenses, travel and
living expenses.
3.
The Goods and Services Tax or Harmonized Sales Tax (GST/HST), as
applicable, must be calculated on the total amount of the claim before the
holdback is applied. At the time the holdback is claimed, there will be no
GST/HST payable as it was claimed and payable under the previous claims
for progress payments.
4.
The balance of the amount payable will be paid in accordance with the
payment provisions of the Contract upon completion and delivery of all
Page 74 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
work required under the Contract if the Work has been accepted by
Canada and a final claim for the payment is submitted.
5.
The Contractor must prepare and certify one (1) original and two (2)
copies of the claim on form PWGSC-TPSGC 1111, and forward it to the
Procurement Authority identified under the section entitled "Authorities" of
the Contract for appropriate certification after inspection and acceptance of
the Work takes place.
The Procurement Authority will then forward the original and two (2)
copies of the claim to the Contracting Authority, if applicable, for
certification and onward submission to the Payment Office for the
remaining certification and payment action.
9.
6.
The Contractor must not submit claims until all work identified in the claim
is completed.
7.
Progress payments shall be regarded as interim payments only. The
Minister shall have the right to conduct interim or final cost/time
verifications or audits and to make adjustments from time to time during
the performance of the Work. Any overpayments resulting from such
progress payments or otherwise the Contractor shall promptly refund to
Canada.
EXPENDITURE LIMITATION - CONTRACT
9.1
Firm Price Elements ($TBD)
No increase in the liability of Canada or in the price of Work specified as "Firm
Price" in the Basis of Payment, resulting from any design changes, modifications or
interpretations of specifications, made by the Contractor, will be authorized or
paid to the Contractor unless such changes, modifications or interpretations, have
been approved, in writing, by the Contracting Authority, prior to their
incorporation into the Work. The Contractor is obliged to complete the work
required under the Contract within the firm price specified unless an increase is
authorized by the Contracting Authority.
9.2
Limitation of Expenditure for the Estimated Overall Cost for all IQ Task
Authorizations
Canada's total liability to the Contractor under this Contract for all IQ Task
Authorizations, inclusive of any revisions, shall not exceed $ 150,000,000, Goods
and Services Tax (GST) or Harmonized Sales Tax (HST) extra, as applicable.
Page 75 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
No increase in the total liability of Canada or in the price of the Work resulting
from any design changes, modifications or interpretations of the specifications, will
be or paid to the Contractor unless such changes, modifications or interpretations,
have been approved, in writing, by the Contracting Authority, prior to their
incorporation into the Work. The Contractor is obliged to complete the work
required under the Contract within the firm price specified unless an increase is
authorized by the Contracting Authority.
9.3
Performance Incentive Fee ($TBD)
Canada's liability under this Contract for Performance Incentive Fee as detailed in
the Basis of Payment, Annex B, shall be limited to the amount approved by the
Performance Incentive Fee Board (PIF Board) but shall not exceed in each
Contract Year, $__TBD, Goods and Services Tax (GST) and/or Harmonized
Sales Tax (HST) extra.
10.
CERTIFICATIONS
Compliance with the certifications specified in the Statement of Work and those provided
by the Contractor in its bid is a condition of the Contract and subject to verification by
Canada during the term of the Contract. If the Contractor does not comply with any
certification or it is determined that any certification made by the Contractor in its bid is
untrue, whether made knowingly or unknowingly, Canada has the right, pursuant to the
default provision of the Contract, to terminate the Contract for default.
11.
APPLICABLE LAWS
The Contract must be interpreted and governed, and the relations between the parties
determined, by the laws in force in the province of Ontario.
12.
PRIORITY OF DOCUMENTS
If there is a discrepancy between the wording of any documents that appear on the list, the
wording of the document that first appears on the list has priority over the wording of any
document that subsequently appears on the list.
(a)
(b)
(c)
(d)
Articles of Agreement;
Annex "I", List of Definitions, Acronyms and Abbreviations;
the Supplemental General Conditions, 4001 (2013-01-28) - Hardware Purchase,
Lease and Maintenance.
the Supplemental General Conditions 4007 (2010-08-16) - Canada to Own
Intellectual Property in foreground Information;
Page 76 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
File No. - N° du dossier
W8485-100224
005nxW8485-100224
(f)
(g)
(h)
(i)
(j)
(k)
(l)
(m)
(n)
(o)
(p)
(q)
(r)
13.
005nx
Client Ref. No. - N° de réf. du client
(e)
Buyer ID - Id de l'acheteur
CCC No./N° CCC - FMS No/ N° VME
the Supplemental General Conditions 4002 (2010-08-16) Software Development
or Modification Services;
the Supplemental General Conditions 4003 (2010-08-16) Licensed Software;
the General Conditions 2035 (2013-06-27) Higher Complexity Services;
Annex "A", Statement of Work;
Annex "D" Inuit Benefit Requirements;
Annex "B", Basis of Payment;
Annex "G", Security Requirements Check List;
Annex "C", Insurance Requirements;
Annex "E", Indefinite Quantities (IQ) Tasks;
Annex "F", Management and Control of the Performance Incentive Fee;
Annex "J", Management Incentive Program;
Annex "H", DND 626 Task Authorization Form
Annex “K”, Federal Contractors Program for Employment Equity- Certification;
and
The Contractor's Bid dated _________________
DEFENCE CONTRACT
The Contract is a defence contract within the meaning of the Defence Production Act,
R.S.C. 1985, c. D-1, and must be governed accordingly.
14.
15.
INSURANCE REQUIREMENTS
14.1
The Contractor must comply with the insurance requirements specified in Annex
"C".
14.2
The Contractor is responsible for deciding if additional insurance coverage is
necessary to fulfill its obligations under the Contract and to ensure compliance
with any applicable law. Any additional insurance coverage is at the Contractor's
expense, and for its own benefit and protection.
14.3
The Contractor must forward to the Contracting Authority within ten (10) days
after the date of award of the Contract, a Certificate of Insurance evidencing the
insurance coverage and confirming that the insurance policy complying with the
requirements is in force. Coverage must be placed with an Insurer licensed to carry
out business in Canada. The Contractor must, if requested by the Contracting
Authority, forward to Canada a certified true copy of all applicable insurance
policies.
REPRESENTATIONS AND WARRANTIES
Page 77 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
The Contractor has made statements in its proposal that has resulted in the award of this
Contract in relation to its experience and expertise. The Contractor represents and
warrants that all such statements are true and acknowledges that Canada has relied on
such statements in awarding this Contract to the Contractor. The Contractor further
represents and warrants that it has, and at all times during the term of the Contract will
have, the skills, qualifications, expertise and experience necessary to perform and manage
the Work in accordance with this Contract.
16.
LIMITATION OF LIABILITY - N0002C (2008-05-12)
16.1
This section applies despite any other provision of the Contract and replaces the
section of the general conditions entitled "Liability". Any reference in this section
to damages caused by the Contractor also includes damages caused by its
employees, as well as its subcontractors, agents, and representatives, and any of
their employees.
16.2
Whether the claim is based in contract, tort, or another cause of action, the
Contractor's liability for all damages suffered by Canada caused by the Contractor's
performance of or failure to perform the Contract is limited to $50,000,000. This
limitation of the Contractor's liability does not apply to:
a.
b.
16.3
17.
any infringement of intellectual property rights; or
any breach of warranty obligations.
The Contractor agrees to pay to Canada the amounts of all of Canada's losses,
liabilities, damages, costs, and expenses resulting from any claim made by a third
party relating to the Contract, including the complete costs of defending any legal
action by a third party. The Contractor agrees that Canada is not required to have
satisfied its liability to the third party before the Contractor is obliged to pay
Canada in respect of that liability. The Contractor also agrees, if requested by
Canada, to defend Canada against any third party claims.
CONTROLLED GOODS PROGRAM
17.1
B4060C (2011-05-16)
The Contract involves controlled goods as defined in the Schedule to the Defence
Production Act. The Contractor must identify those controlled goods to the
Department of National Defence.
17.2
A9131C (2011-05-16)
Page 78 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
1. As the Contract requires production of or access to controlled goods that
are subject to the Defence Production Act R.S. 1985, c. D-1, the
Contractor and any subcontractor are advised that, within Canada, only
persons who are registered, exempt or excluded under the Controlled
Goods Program (CGP) are lawfully entitled to examine, possess or transfer
controlled goods. Details on how to register under the CGP are available
at: Controlled Goods Program
2. When the Contractor and any subcontractor proposed to examine, possess
or transfer controlled goods are not registered, exempt or excluded under
the CGP at time of contract award, the Contractor and any subcontractor
must, within seven (7) working days from receipt of written notification of
the contract award, ensure that the required application(s) for registration
or exemption are submitted to the CGP. No examination, possession or
transfer of controlled goods must be performed until the Contractor has
provided proof, satisfactory to the Contracting Authority, that the
Contractor and any subcontractor are registered, exempt or excluded under
the CGP.
Failure of the Contractor to provide proof, satisfactory to the Contracting
Authority, that the Contractor and any subcontractor are registered,
exempt or excluded under the CGP, within thirty (30) days from receipt of
written notification of contract award, will be considered a default under
the Contract except to the extent that Canada is responsible for the failure
due to delay in processing the application.
3. The Contractor and any subcontractor must maintain registration,
exemption or exclusion from the CGP for the duration of the Contract and
in any event for so long as they will examine, possess or transfer controlled
goods.
18.
GOVERNMENT FURNISHED EQUIPMENT
18.1
Canada will make available to the Contractor, throughout the term of the Contract,
the Government Furnished Equipment specified in Section 8.G.1 of Annex A of
the Statement of Work.
18.2
Government Furnished Equipment detailed in Section 8.G.1 of Annex A of the
Statement of Work are to be properly maintained by the Contractor in accordance
with Article 23 - Government Property of General Conditions 2035.
Page 79 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
19.
20.
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
18.3
Buyer ID - Id de l'acheteur
CCC No./N° CCC - FMS No/ N° VME
All Government Furnished Equipment is to be used solely for performing Work
related to the Operation and Maintenance of the North Warning System under the
Contract or as otherwise authorized by the Contracting Authority.
GOVERNMENT FURNISHED RESOURCES
19.1
Canada will make available to the Contractor, throughout the term of the Contract,
Government Furnished Resources in accordance with the terms of the applicable
provisions of the Statement of Work relevant to each item.
19.2
Should the Government Furnished Resources not be available, then the Contractor
shall, within two (2) working days, provide the Contracting Authority with an IQ
proposal to provide an alternate Airlift plan to fulfill its obligations under the
Contract. Should the Contractor not provide this, then Canada shall not be
responsible from the failure of the Contractor to perform its obligations under this
Contract.
19.3
All Government Furnished Resources is to be used solely for performing Work
related to the Operation and Maintenance of the North Warning System under the
Contract. The Government Furnished Resources is not to be used, unless
authorized by the Contracting Authority, for any Work that is rejected by Canada
or requires correction as directed by the Inspection Authority. Should the
Contracting Authority authorize the use of Government Furnished Resources for
Work that is rejected or requires correction, then such costs will be reimbursed by
the Contractor to Canada.
TABULAR FORMAT - DISCLOSURE OF INFORMATION - CONTRACTOR
The spreadsheets/worksheets involved in the administration of the Contract contain
information proprietary to ASC Group Inc. The Contractor agrees not to provide the
spreadsheets / worksheets to the Contractor's personnel or to its subcontractors except on
a "Need To Know" basis and will under no circumstances, distribute them outside of the
Contractor's organization except to its subcontractors. The Contractor must ensure that all
subcontractors are bound by these same terms and conditions regarding disclosure of
information.
21.
SUCCESSOR RIGHTS
It is understood and agreed that if, during the terms of this Contract and any extension or
renewal thereof, the Contractor incurs additional costs as a result of or arising out of any
declaration, award, order or judgment by a labour board, tribunal or similar body or by a
court of competent jurisdiction dealing with successor rights, binding the Contractor to
any collective agreement between any previous Contractor and any employee organization
Page 80 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
or trade union which applies, the Contractor shall bear full liability and hold the Crown
harmless for any costs (including salary, pensions, benefits and other employer
remuneration) directly or indirectly resulting from such ruling.
22.
ACCESS TO WORK
The Contractor shall, upon receipt of a request from Canada, permit access to the Work at
any time during working hours where any part of the Work is being carried out, to
authorities referred to in Article 6, or its representatives, as necessary for the performance
of their duties as they relate to the Contract.
23.
CONSULTANTS AND OTHERS
Canada may enter into separate arrangements with consultants, contractors or other
parties to assist the Minister during the performance of this Contract.
When such parties are assisting the Minister in the performance of this Contract or
carrying out work, the Contractor shall:
a.
provide such parties with access to the Work, to the Contractor's employees (and
its contractors, if applicable) and to all such necessary things and information
related to the Work in order to enable these parties to carry out their obligations,
in the same manner as the Contractor is required to provide access under Article
22 above;
b.
co-operate with such parties in the carrying out of their duties and obligations;
c.
co-ordinate and schedule the Work with the work of the other contractors and
workers;
d.
participate with other contractors and workers in reviewing their schedules when
directed to do so by the Contracting Authority.;
e.
where part of the Work is affected by or depends upon the work of other
contractors or workers for its proper execution, promptly report to the
Contracting Authority in writing and prior to proceeding with that part of the
Work, any apparent deficiencies in such work. Failure by the Contractor to so
report shall invalidate any claims against Canada by reason of the deficiencies in
the work of other contractors or workers except those deficiencies that are not
then reasonably discoverable; and
f.
carry out its duties for safety at the place of work in accordance with the
applicable federal, provincial or territorial laws for safety at the place of work.
Page 81 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
The Contracting Authority is responsible for timely identification of the need for such
access.
24.
SHIPMENT OF HAZARDOUS MATERIALS D3010C (2012-07-16)
1.
The Contractor must mark dangerous goods/hazardous products material which is
classed as dangerous / hazardous as follows:
a.
b.
2.
shipping container - in accordance with the Transportation of Dangerous
Goods Act, 1992, c. 34; and
immediate product container - in accordance with the Hazardous Products
Act, R.S., 1985, c. H-3.
The Contractor must provide bilingual Material Safety Data Sheets, indicating the
NATO Stock Number as follows:
a.
two (2) hard copies:
i.
ii.
one (1) copy to be enclosed with the shipment, and
one (1) copy to be mailed to:
National Defence Headquarters
MGen George R. Pearkes Building
101 Colonel By Drive
Ottawa, Ontario K1A 0K2
Attention: DSCO 5-4-2
b.
one (1) copy sent by email to the following address:
MSDS-FS@FORCES.GC.CA in word processing format (i.e. MS Word or
WordPerfect).
3.
The Contractor will be responsible for any damages caused by improper
packaging, labelling or carriage of goods/products.
4.
The Contractor must ensure they adhere to all levels of regulations regarding
dangerous goods/hazardous products as set forth by federal, provincial and
municipal laws and by-laws.
5.
The Contractor must contact the consignee (i.e. Supply Depot Traffic Section) at
least 48 hours before shipping dangerous goods/hazardous products in order to
schedule a receiving time.
Page 82 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
25.
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
INSPECTION, AND ACCEPTANCE -D5328C (2007-11-30):
The Project Authority is the Inspection Authority. All reports, deliverable items,
documents, goods and all services rendered under the Contract are subject to inspection
by the Inspection Authority or its designated representative. Should any report,
document, good or service not be in accordance with the requirements of the Statement of
Work and to the satisfaction of the Inspection Authority, as submitted, the Inspection
Authority will have the right to reject it or require its correction at the sole cost and
expense of the Contractor, before recommending payment.
26.
QUALITY PLAN D5402C (2012-07-16)
No later 1 October 2015 the Contractor must submit for acceptance by the Department of
National Defence (DND) a Quality Plan prepared according to the latest issue (at contract
date) of ISO 10005:2005 "Quality management systems - Guidelines for quality plans".
The Quality Plan must describe how the Contractor will conform to the specified quality
requirements of the Contract and specify how the required quality activities are to be
carried out, including quality assurance of subcontractors. The Contractor must include a
traceability matrix from the elements of the specified quality requirements to the
corresponding paragraphs in the Quality Plan.
The documents referenced in the Quality Plan must be made available when requested by
the Contracting Authority or DND.
If the Quality Plan was submitted as part of the bidding process, the Contractor must
review and, where appropriate, revise the submitted plan to reflect any changes in
requirements or planning which may have occurred as a result of pre-contract
negotiations.
Upon acceptance of the Quality Plan by DND, the Contractor must implement the Quality
Plan. The Contractor must make appropriate amendments to the Quality Plan throughout
the term of the Contract to reflect current and planned quality activities. Amendments to
the Quality Plan must be acceptable to DND.
If the Contract includes the option for software design, development or maintenance of
software, the Contractor must interpret the requirements of ISO 9001:2008 "Quality
management systems - Requirements", according to the guidelines of the latest issue (at
contract date) of ISO/IEC 90003:2004 "Software engineering - Guidelines for the
application of ISO 9001:2000 to computer software".
Page 83 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
27.
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
ISO 9001:2008 Quality Management System - Requirements (Quality Assurance
Code Q) D5540C (2010-08-16)
In the performance of the Work, the Contractor must comply with the requirements of:
ISO 9001:2008 - Quality management systems - Requirements, published by the
International Organization for Standardization (ISO), current edition at date of submission
of Contractor's bid.
It is not intended that the Contractor be registered to ISO 9001; however, the Contractor's
quality management system must address all requirements appropriate to the scope of the
Work. Only exclusions in accordance with clause 1.2 of ISO 9001 are acceptable.
Assistance for Government Quality Assurance (GQA)
The Contractor must provide the Quality Assurance Representative (QAR) with the
accommodation and facilities required for the proper accomplishment of GQA and must
provide any assistance required by the QAR for evaluation, verification, validation,
documentation or release of product.
The QAR must have the right of access to any area of the Contractor's or subcontractor's
facilities where any part of the Work is being performed. The QAR must be afforded
unrestricted opportunity to evaluate and verify Contractor conformity with quality system
procedures and to validate product conformity with the requirements of the Contract. The
Contractor must make available for reasonable use by the QAR the equipment necessary
for all validation purposes. Contractor personnel must be made available for operation of
such equipment as required.
When the QAR determines that GQA is required at a subcontractor's facilities, the
Contractor must provide for this in the purchasing document and forward copies to the
QAR, together with relevant technical data as the QAR may request.
The Contractor must notify the QAR of non-conforming product received from a
subcontractor when the product has been subject to GQA.
For the design, development or maintenance of software, the Contractor must interpret the
requirements of ISO 9001:2008 "Quality management systems - Requirements", according
to the guidelines of the latest issue (at contract date) of ISO/IEC 90003:2004 "Software
engineering - Guidelines for the application of ISO 9001:2000 to computer software".
28.
QUALITY ASSURANCE AUTHORITY (DEPARTMENT OF NATIONAL
DEFENCE) - CANADIAN-BASED CONTRACTOR) D5510C (2012-07-16)
Page 84 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
All work is subject to Government Quality Assurance performed at the Contractor's or
subcontractor's facility, and at the installation site, by the Director of Quality Assurance,
or its designated Quality Assurance Representative (QAR).
Director of Quality Assurance
National Defence Headquarters
MGen George R. Pearkes Building
101 Colonel By Drive
Ottawa, ON K1A 0K2
E-mail: ContractAdmin.DQA@forces.gc.ca
Within forty-eight (48) hours of Contract award, the Contractor must contact the QAR.
The name, location and phone number of the QAR can be obtained from the nearest
National Defence Quality Assurance Region (NDQAR) listed below:
·
·
·
·
·
·
·
·
·
·
·
Atlantic - Halifax 902-427-7224 or 902-427-7150
Québec - Montreal 514-732-4410 or 514-732-4477
Québec - Québec City 418-694-5998, ext. 5996
National Capital Region - Ottawa 613-996-1827
Ontario - Toronto 416-635-4404, ext. 6081 or 2754
Ontario - London 519-964-5757
Manitoba/Saskatchewan - Winnipeg 204-833-2500, ext. 6574
Alberta - Calgary 403-410-2320, ext. 3830
Alberta - Edmonton 780-973-4011, ext. 2276
British Columbia - Vancouver 604-225-2520, ext. 2460
British Columbia - Victoria 250-363-5662
The Contractor is responsible for performing, or having performed, all inspections and
tests necessary to substantiate that the material or services provided conform to the
requirements of the Contract.
The Contractor must provide, at no additional cost, all applicable test data, all technical
data, test pieces and samples as may reasonably be required by the QAR to verify
conformity to the requirements of the Contract. The Contractor must forward at its
expense such technical data, test data, test pieces and samples to such location as the QAR
may direct.
Quality control, inspection and test records that substantiate conformity to the specified
requirements, including records of corrective actions, must be retained by the Contractor
for three (3) years from the date of completion or termination of the Contract and must be
made available to the QAR upon request.
Page 85 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
29.
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
RELEASE DOCUMENTS (DEPARTMENT OF NATIONAL DEFENCE) CANADIAN-BASED CONTRACTOR) D5606C (2012-07-16)
Unless otherwise directed by the Department of National Defence (DND) Quality
Assurance Authority, the signature of the DND Quality Assurance Representative on the
release document is not required.
Material must be released for shipment using either DND form CF 1280, Certificate of
Release, Inspection and Acceptance, or a release document containing the same
information. The Contractor must prepare the release document(s).
For return of repair and overhaul material to the Canadian Forces Supply System
Upgrade, use forms DND 2227/DND 2228 in lieu of DND form CF 1280.
30.
RELEASE DOCUMENTS - DISTRIBUTION D5620C (2012-07-16)
The Contractor must prepare the release documents in a current electronic format and
distribute them as follows:
a.
b.
c.
d.
e.
f.
g.
One (1) copy mailed to consignee marked: "Attention: Receipts Officer";
Two (2) copies with shipment (in a waterproof envelope) to the consignee;
One (1) copy to the Contracting Authority;
One (1) copy to DAP 7-2-2
One (1) copy to the Quality Assurance Representative;
One (1) copy to the Contractor; and
For all non-Canadian contractors, one (1) copy to:
DQA/Contract Administration
National Defence Headquarters
Mgen George R. Pearkes Building
101 Colonel By Drive
Ottawa, ON K1A OK2
E-mail: ContractAdmin.DQA@forces.gc.ca.
NOTE: For into-plane refuelling contracts b, c and d above are not required.
Page 86 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
ANNEX "B"
BASIS OF PAYMENT
B1.
In consideration of the provision of the Work detailed in the SOW, the Contractor will be
paid in accordance with this Annex "B", Basis of Payment.
1.1
All prices are FOB including all delivery charges to destination, Canadian customs
duties and excise taxes, if applicable, included. Goods and Services Tax (GST) or
Harmonized Sales Tax (HST), as applicable, excluded.
a.
Transition-In (Section 3 of the SOW)
Effective 1 April 2014 - 30 Sept 2014, an IQ Task shall be generated for
the Transition-in Work outlined in Section 3 of the SOW. The Contractor
will be paid its costs reasonably and properly incurred to a ceiling price,
subject to downward adjustment only. All payments are subject to
government audit.
Total Estimated Cost: $____________.
b.
Transition -Out (Section 4 of the SOW)
For the Transition-Out Work, if any, outlined in Section 4 of the SOW, the
Contractor shall be paid a firm monthly lot price as follows:
1 April 2019- 30 Sept 2019
FIRM MONTHLY LOT PRICE
Month 1
Month 2
Month 3
Month 4
Month 5
Month 6
FIRM PRICE:
$
$
$
$
$
$
$
1 April 2022- 30 Sept 2022
FIRM MONTHLY LOT PRICE
Month 1
Month 2
Month 3
Month 4
$
$
$
$
or
Page 87 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Month 5
Month 6
FIRM PRICE:
$
$
$
1 April 2024- 30 Sept 2024
FIRM MONTHLY LOT PRICE
Month 1
Month 2
Month 3
Month 4
Month 5
Month 6
FIRM PRICE:
$
$
$
$
$
$
$
or
c.
Management and Administration (Section 2 of the SOW)
For the management and administration services outlined in Section 2 of
the SOW, the Contractor will be paid the firm monthly lot price as follows:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 1 (1 Oct. 2014- 31 Mar. 2015)
Year 2 (1 Apr. 2015- 31 Mar. 2016)
Year 3 (1 Apr. 2016- 31 Mar. 2017)
Year 4 (1 Apr. 2017- 31 Mar. 2018)
Year 5 (1 Apr. 2018- 31 Mar. 2019)
$
$
$
$
$
FIRM
ANNUAL
PRICE
$
$
$
$
$
OPTION 1, IF EXERCISED:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 6 (1 Apr. 2019- 31 Mar.
2020)
Year 7 (1 Apr. 2020- 31 Mar 2021)
Year 8 (1 Apr. 2021- 31 Mar.
2022)
FIRM
ANNUAL
PRICE
$
$
$
$
$
$
OPTION 2, IF EXERCISED:
YEAR
FIRM
MONTHLY
LOT PRICE
Page 88 of - de 171
FIRM
ANNUAL
PRICE
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Year 9 (1 Apr. 2022- 31 Mar. 2023) $
Year 10 (1 Apr. 2023- 31 Mar. 2024) $
d.
$
$
Operations Support (Section 5 of the SOW)
For the operation and support services outlined in Section 5 of the SOW,
the Contractor will be paid the firm, monthly lot price as follows:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 1 (1 Oct. 2014- 31 Mar. 2015)
Year 2 (1 Apr. 2015- 31 Mar. 2016)
Year 3 (1 Apr. 2016- 31 Mar. 2017)
Year 4 (1 Apr. 2017- 31 Mar. 2018)
Year 5 (1 Apr. 2018- 31 Mar. 2019)
$
$
$
$
$
FIRM
ANNUAL
PRICE
$
$
$
$
$
OPTION 1, IF EXERCISED:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 6 (1 Apr. 2019- 31 Mar.
2020)
Year 7 (1 Apr. 2020- 31 Mar 2021)
Year 8 (1 Apr. 2021- 31 Mar.
2022)
FIRM
ANNUAL
PRICE
$
$
$
$
$
$
OPTION 2, IF EXERCISED:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 9 (1 Apr. 2022- 31 Mar. 2023) $
Year 10 (1 Apr. 2023- 31 Mar. 2024) $
e.
FIRM
ANNUAL
PRICE
$
$
Contractor Support (Section 6 of the SOW)
For the support services outlined in Section 6 of the SOW, the Contractor
will be paid the firm, monthly lot price as follows:
YEAR
FIRM
MONTHLY
LOT PRICE
Page 89 of - de 171
FIRM
ANNUAL
PRICE
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
Year 1 (1 Oct. 2014- 31 Mar. 2015)
Year 2 (1 Apr. 2015- 31 Mar. 2016)
Year 3 (1 Apr. 2016- 31 Mar. 2017)
Year 4 (1 Apr. 2017- 31 Mar. 2018)
Year 5 (1 Apr. 2018- 31 Mar. 2019)
CCC No./N° CCC - FMS No/ N° VME
$
$
$
$
$
$
$
$
$
$
OPTION 1, IF EXERCISED:
YEAR
FIRM
MONTHLY LOT
PRICE
FIRM
ANNUAL
PRICE
Year 6 (1 Apr. 2019- 31 Mar.
2020)
Year 7 (1 Apr. 2020- 31 Mar 2021)
Year 8 (1 Apr. 2021- 31 Mar.
2022)
$
$
$
$
$
$
OPTION 2, IF EXERCISED:
YEAR
FIRM
MONTHLY
LOT PRICE
FIRM
ANNUAL
PRICE
Year 9 (1 Apr. 2022- 31 Mar. 2023) $
Year 10 (1 Apr. 2023- 31 Mar. 2024) $
f.
$
$
Fire Services (Section 7 of the SOW)
For the fire services outlined in Section 7 of the SOW, the Contractor will
be paid the firm, monthly lot price as follows:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 1 (1 Oct. 2014- 31 Mar. 2015)
Year 2 (1 Apr. 2015- 31 Mar. 2016)
Year 3 (1 Apr. 2016- 31 Mar. 2017)
Year 4 (1 Apr. 2017- 31 Mar. 2018)
Year 5 (1 Apr. 2018- 31 Mar. 2019)
$
$
$
$
$
FIRM
ANNUAL
PRICE
$
$
$
$
$
OPTION 1, IF EXERCISED:
YEAR
FIRM
MONTHLY
LOT PRICE
Page 90 of - de 171
FIRM ANNUAL
PRICE
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
Year 6 (1 Apr. 2019- 31 Mar.
2020)
Year 7 (1 Apr. 2020- 31 Mar 2021)
Year 8 (1 Apr. 2021- 31 Mar.
2022)
CCC No./N° CCC - FMS No/ N° VME
$
$
$
$
$
$
OPTION 2, IF EXERCISED:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 9 (1 Apr. 2022- 31 Mar. 2023) $
Year 10 (1 Apr. 2023- 31 Mar. 2024) $
g.
FIRM
ANNUAL
PRICE
$
$
Supply/Maintenance Processing (Section 8 of the SOW)
For the supply and maintenance processing services outlined in Section 8 of
the SOW, the Contractor will be paid the firm, monthly lot price as
follows:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 1 (1 Oct. 2014- 31 Mar. 2015)
Year 2 (1 Apr. 2015- 31 Mar. 2016)
Year 3 (1 Apr. 2016- 31 Mar. 2017)
Year 4 (1 Apr. 2017- 31 Mar. 2018)
Year 5 (1 Apr. 2018- 31 Mar. 2019)
$
$
$
$
$
FIRM
ANNUAL
PRICE
$
$
$
$
$
OPTION 1, IF EXERCISED:
YEAR
FIRM
MONTHLY LOT
PRICE
FIRM
ANNUAL
PRICE
Year 6 (1 Apr. 2019- 31 Mar.
2020)
Year 7 (1 Apr. 2020- 31 Mar 2021)
Year 8 (1 Apr. 2021- 31 Mar.
2022)
$
$
$
$
$
$
OPTION 2, IF EXERCISED:
YEAR
FIRM
MONTHLY
LOT PRICE
Page 91 of - de 171
FIRM
ANNUAL
PRICE
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Year 9 (1 Apr. 2022- 31 Mar. 2023) $
Year 10 (1 Apr. 2023- 31 Mar. 2024) $
h.
$
$
Bulk Fuel (Section 9 of the SOW)
For the bulk fuel services outlined in Section 9 of the SOW, the Contractor
will be paid the firm, monthly lot price as follows:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 1 (1 Oct. 2014- 31 Mar. 2015)
Year 2 (1 Apr. 2015- 31 Mar. 2016)
Year 3 (1 Apr. 2016- 31 Mar. 2017)
Year 4 (1 Apr. 2017- 31 Mar. 2018)
Year 5 (1 Apr. 2018- 31 Mar. 2019)
$
$
$
$
$
FIRM
ANNUAL
PRICE
$
$
$
$
$
OPTION 1, IF EXERCISED:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 6 (1 Apr. 2019- 31 Mar.
2020)
Year 7 (1 Apr. 2020- 31 Mar 2021)
Year 8 (1 Apr. 2021- 31 Mar.
2022)
FIRM
ANNUAL
PRICE
$
$
$
$
$
$
OPTION 2, IF EXERCISED:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 9 (1 Apr. 2022- 31 Mar. 2023) $
Year 10 (1 Apr. 2023- 31 Mar. 2024) $
i.
FIRM
ANNUAL
PRICE
$
$
Airlift (Section 10 of the SOW)
For the airlift services outlined in Section 10 of the SOW, the Contractor
will be paid the firm, monthly lot price as follows:
YEAR
FIRM
MONTHLY
LOT PRICE
Page 92 of - de 171
FIRM
ANNUAL
PRICE
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
Year 1 (1 Oct. 2014- 31 Mar. 2015)
Year 2 (1 Apr. 2015- 31 Mar. 2016)
Year 3 (1 Apr. 2016- 31 Mar. 2017)
Year 4 (1 Apr. 2017- 31 Mar. 2018)
Year 5 (1 Apr. 2018- 31 Mar. 2019)
CCC No./N° CCC - FMS No/ N° VME
$
$
$
$
$
$
$
$
$
$
OPTION 1, IF EXERCISED:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 6 (1 Apr. 2019- 31 Mar.
2020)
Year 7 (1 Apr. 2020- 31 Mar 2021)
Year 8 (1 Apr. 2021- 31 Mar.
2022)
FIRM
ANNUAL
PRICE
$
$
$
$
$
$
OPTION 2, IF EXERCISED:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 9 (1 Apr. 2022- 31 Mar. 2023) $
Year 10 (1 Apr. 2023- 31 Mar. 2024) $
j.
FIRM
ANNUAL
PRICE
$
$
Cargo Movement (Section 11 of the SOW)
For the cargo movement services outlined in Section 11 of the SOW, the
Contractor will be paid the firm, monthly lot price as follows:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 1 (1 Oct. 2014- 31 Mar. 2015)
Year 2 (1 Apr. 2015- 31 Mar. 2016)
Year 3 (1 Apr. 2016- 31 Mar. 2017)
Year 4 (1 Apr. 2017- 31 Mar. 2018)
Year 5 (1 Apr. 2018- 31 Mar. 2019)
$
$
$
$
$
FIRM
ANNUAL
PRICE
$
$
$
$
$
OPTION 1, IF EXERCISED:
YEAR
FIRM
MONTHLY
LOT PRICE
Page 93 of - de 171
FIRM
ANNUAL
PRICE
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
Year 6 (1 Apr. 2019- 31 Mar.
2020)
Year 7 (1 Apr. 2020- 31 Mar 2021)
Year 8 (1 Apr. 2021- 31 Mar.
2022)
CCC No./N° CCC - FMS No/ N° VME
$
$
$
$
$
$
OPTION 2, IF EXERCISED:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 9 (1 Apr. 2022- 31 Mar. 2023) $
Year 10 (1 Apr. 2023- 31 Mar. 2024) $
k.
FIRM
ANNUAL
PRICE
$
$
Vehicle and Mobile Support Equipment (Section 12 of the SOW)
For the vehicle and mobile support equipment services outlined in Section
12 of the SOW, the Contractor will be paid the firm, monthly lot price as
follows:
YEAR
FIRM
MONTHLY LOT
PRICE
Year 1 (1 Oct. 2014- 31 Mar. 2015)
Year 2 (1 Apr. 2015- 31 Mar. 2016)
Year 3 (1 Apr. 2016- 31 Mar. 2017)
Year 4 (1 Apr. 2017- 31 Mar. 2018)
Year 5 (1 Apr. 2018- 31 Mar. 2019)
$
$
$
$
$
FIRM
ANNUAL
PRICE
$
$
$
$
$
OPTION 1, IF EXERCISED:
YEAR
FIRM
MONTHLY LOT
PRICE
FIRM
ANNUAL
PRICE
Year 6 (1 Apr. 2019- 31 Mar.
2020)
Year 7 (1 Apr. 2020- 31 Mar 2021)
Year 8 (1 Apr. 2021- 31 Mar.
2022)
$
$
$
$
$
$
OPTION 2, IF EXERCISED:
YEAR
FIRM
MONTHLY
LOT PRICE
Page 94 of - de 171
FIRM
ANNUAL
PRICE
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Year 9 (1 Apr. 2022- 31 Mar. 2023) $
Year 10 (1 Apr. 2023- 31 Mar. 2024) $
l.
$
$
Radar, Communications and Ancillary Systems (Section 13 of the
SOW)
For the radar, communications and ancillary systems services outlined in
Section 13 of the SOW, the Contractor will be paid the firm, monthly lot
price as follows:
FIRM
MONTHLY
LOT PRICE
YEAR
Year 1 (1 Oct. 2014- 31 Mar. 2015)
Year 2 (1 Apr. 2015- 31 Mar. 2016)
Year 3 (1 Apr. 2016- 31 Mar. 2017)
Year 4 (1 Apr. 2017- 31 Mar. 2018)
Year 5 (1 Apr. 2018- 31 Mar. 2019)
$
$
$
$
$
FIRM ANNUAL
PRICE
$
$
$
$
$
OPTION 1, IF EXERCISED:
YEAR
FIRM
MONTHLY LOT
PRICE
FIRM
ANNUAL
PRICE
Year 6 (1 Apr. 2019- 31 Mar.
2020)
Year 7 (1 Apr. 2020- 31 Mar 2021)
Year 8 (1 Apr. 2021- 31 Mar.
2022)
$
$
$
$
$
$
OPTION 2, IF EXERCISED:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 9 (1 Apr. 2022- 31 Mar. 2023) $
Year 10 (1 Apr. 2023- 31 Mar. 2024) $
m.
FIRM
ANNUAL
PRICE
$
$
Facilities Management (Section 14 of the SOW)
For the facilities management services outlined in Section 14 of the SOW,
the Contractor will be paid the firm, monthly lot price as follows:
YEAR
FIRM
Page 95 of - de 171
FIRM
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
MONTHLY
LOT PRICE
Year 1 (1 Oct. 2014- 31 Mar. 2015)
Year 2 (1 Apr. 2015- 31 Mar. 2016)
Year 3 (1 Apr. 2016- 31 Mar. 2017)
Year 4 (1 Apr. 2017- 31 Mar. 2018)
Year 5 (1 Apr. 2018- 31 Mar. 2019)
$
$
$
$
$
ANNUAL
PRICE
$
$
$
$
$
OPTION 1, IF EXERCISED:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 6 (1 Apr. 2019- 31 Mar.
2020)
Year 7 (1 Apr. 2020- 31 Mar 2021)
Year 8 (1 Apr. 2021- 31 Mar.
2022)
FIRM
ANNUAL
PRICE
$
$
$
$
$
$
OPTION 2, IF EXERCISED:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 9 (1 Apr. 2022- 31 Mar. 2023) $
Year 10 (1 Apr. 2023- 31 Mar. 2024) $
n.
FIRM
ANNUAL
PRICE
$
$
System Sustainment (Section 15 of the SOW)
For the system sustainment services outlined in Section 15 of the SOW, the
Contractor will be paid the firm, monthly lot price as follows:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 1 (1 Oct. 2014- 31 Mar. 2015)
Year 2 (1 Apr. 2015- 31 Mar. 2016)
Year 3 (1 Apr. 2016- 31 Mar. 2017)
Year 4 (1 Apr. 2017- 31 Mar. 2018)
Year 5 (1 Apr. 2018- 31 Mar. 2019)
$
$
$
$
$
FIRM
ANNUAL
PRICE
$
$
$
$
$
OPTION 1, IF EXERCISED:
YEAR
FIRM MONTHLY
LOT PRICE
Page 96 of - de 171
FIRM
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
ANNUAL
PRICE
Year 6 (1 Apr. 2019- 31 Mar.
2020)
Year 7 (1 Apr. 2020- 31 Mar 2021)
Year 8 (1 Apr. 2021- 31 Mar.
2022)
$
$
$
$
$
$
OPTION 2, IF EXERCISED:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 9 (1 Apr. 2022- 31 Mar. 2023) $
Year 10 (1 Apr. 2023- 31 Mar. 2024) $
o.
FIRM
ANNUAL
PRICE
$
$
Environmental Protection and Regulatory Compliance (Section 16 of
the SOW)
For the environmental protection and regulatory compliance outlined in
Section 16 of the SOW, the Contractor will be paid the firm, monthly lot
price as follows:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 1 ( 1 Oct. 2014 - 31 Mar. 2015)
Year 2 ( 1 Apr. 2015- 31 Mar. 2016)
Year 3 ( 1 Apr. 2016 - 31 Mar. 2017)
Year 4 ( 1 Apr. 2017 - 31 Mar. 2018
Year 5 ( 1 Apr. 2018 - 31 Mar. 2019)
$
$
$
$
$
FIRM
ANNUAL
PRICE
$
$
$
$
$
OPTION 1, IF EXERCISED:
YEAR
FIRM
MONTHLY LOT
PRICE
Year 6 (1 Apr. 2019- 31 Mar.
2020)
Year 7 (1 Apr. 2020- 31 Mar 2021)
Year 8 (1 Apr. 2021- 31 Mar.
2022)
$
$
$
$
$
$
Page 97 of - de 171
FIRM
ANNUAL
PRICE
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
OPTION 2, IF EXERCISED:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 9 (1 Apr. 2022- 31 Mar. 2023) $
Year 10 (1 Apr. 2023- 31 Mar. 2024) $
p.
FIRM
ANNUAL
PRICE
$
$
Information Management (Section 17 of the SOW)
For the information management services outlined in Section 17 of the
SOW, the Contractor will be paid the firm, monthly lot price as follows:
YEAR
FIRM
MONTHLY LOT
PRICE
Year 1 ( 1 Oct. 2014 - 31 Mar. 2015)
Year 2 ( 1 Apr. 2015- 31 Mar. 2016)
Year 3 ( 1 Apr. 2016 - 31 Mar. 2017)
Year 4 ( 1 Apr. 2017 - 31 Mar. 2018
Year 5 ( 1 Apr. 2018 - 31 Mar. 2019)
$
$
$
$
$
FIRM
ANNUAL
PRICE
$
$
$
$
$
OPTION 1, IF EXERCISED:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 6 (1 Apr. 2019- 31 Mar.
2020)
Year 7 (1 Apr. 2020- 31 Mar 2021)
Year 8 (1 Apr. 2021- 31 Mar.
2022)
FIRM
ANNUAL
PRICE
$
$
$
$
$
$
OPTION 2, IF EXERCISED:
YEAR
FIRM
MONTHLY
LOT PRICE
Year 9 (1 Apr. 2022- 31 Mar. 2023) $
Year 10 (1 Apr. 2023- 31 Mar. 2024) $
1.2
VARIATIONS IN QUANTITY OF WORK (VIQ)
For Variation in Quantity (VIQ), the following applies:
Page 98 of - de 171
FIRM
ANNUAL
PRICE
$
$
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
1.2.1. Fluctuations in Work
When:
a)
The actual quantity of the services provided by the Contractor in
any Contract Year differs from the estimated quantity indicated
against the relevant line item (or items) in the SOW for that Year;
and
b)
That difference does not result from a permanent change of the kind
referred to in paragraph 1.2.2 below; and
c)
The actual quantity of the services provided by the Contractor
represents plus or minus ten percent (10%) of the estimated
quantity for the relevant line item (or line items) in the SOW for
that Year; then, the price for that Year only will be adjusted
(upwards or downwards) to account for the cost (calculated in
accordance with paragraph 1.2.3 below) of that part of the
difference in the Work which the ten percent (10%) threshold
described in c) applies.
1.2.2. Permanent Change in Condition
When the actual quantity of the services provided by the Contractor in any
Contract Year differs from the estimated quantity against the relevant line
item (or items) in the SOW for that Year and the parties agree that the
difference results from a permanent change in the conditions (for example,
the number of systems requiring maintenance), and the change has not been
incorporated into the Contract by formal amendment:
a)
The price of the Contract will be adjusted to take account of the
actual cost of the increase or decrease in Work (calculated in
accordance with paragraph 1.2.3 below) directly resulting from that
difference during that Contract Year and for each remaining
Contract Year.
b)
The revised estimated quantities indicated against the relevant line
items in the SOW will be adjusted to reflect the increase or
decreases referred to in paragraph (a) and will be used for the
calculations of VIQ, if applicable, for the following Contract Year.
1.2.3. Calculation of Adjustment
Page 99 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
a)
Within 21 days after the end of each Contract Year, the Contractor
must provide the Contracting Authority with a VIQ Report; and
b)
The VIQ Report will compare the estimated quantities of each line
item specified in the SOW with the actual quantities delivered. The
analysis must be undertaken for each line item and be consistent
with the Specific Resource Allocation List (SRAL) and the Tabular
Format spreadsheets. Details to be provided are:
c)
(i)
total labour hours worked;
(ii)
the relevant estimated quantity in respect of a full Contract
Year (or where applicable, the relevant estimated quantity
adjusted pro rata in respect of part of a Contract Year);
(iii)
the actual quantity delivered by the Contractor;
(iv)
methods used by the Contractor to record the quantity of
Work;
(v)
the variation in units between the estimated quantity and the
actual quantity;
(vi)
the percentage by which the actual quantity varies from the
estimated quantity;
(vii)
whether or not the variation is considered to be a permanent
change in condition;
(viii)
the quantity of Work for which adjustment is claimed;
(ix)
the number of labour hours which that variation represents;
(x)
cost per unit of Work;
(xi)
the total proposed labour cost of the variation; and
(xii)
a breakdown of the total proposed material and equipment
costs of the variation.
Material and equipment costs must be included separately in the
analysis of each line item for the purposes of this VIQ Report.
Page 100 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
d)
For the purposes of determining the amount of the adjustment to
the price for the fluctuations in Work for the past Contract Year,
the quantity of Work will be determined by the difference between
the actual quantity and the part of the relevant estimated quantity
that exceeds plus or minus 10%, as is appropriate. For example, if
the actual quantity performed is 80 units of work, and the relevant
estimated quantity is 100 units, the difference which will form the
basis of the adjustment will be 10 fewer units of work and if the
actual quantity performed is 125 units and the relevant estimated
quantity is 100 units, the difference which will form the basis of the
adjustment will be 15 more units of work.) In all instances (whether
more or less labour hours are incurred) the rates used to calculate
the cost of said hours will be consistent with the Tabular Format
worksheets. Adjustment will be made to account for actual material
and equipment cost associated with the quantities calculated. Price
adjustments will only be made when there is an actual cost or
savings as a result of the variation. Supporting documentation is
required to substantiate any costs incurred.
e)
For the purposes of determining the amount of the adjustment in
the Contract Price for a permanent change in condition for the
Contract Years following the Contract Year for which the VIQ
Report is submitted, the difference in the cost of the Work will be
negotiated by the Contracting Authority and the Contractor, only
when there is an actual cost or savings as a result of the variation,
and based on the reasonable number of labour hours represented by
that difference and the cost of such labour hours. In all instances,
the rates used to calculate the cost of said hours will be consistent
with the Tabular Format worksheets. The Contracting Authority
and the Contractor will negotiate in good faith to reach agreement
upon the number of labour hours and the amount of adjustment.
f)
In the event that the Contractor fails to deliver the VIQ Report
required above within the required time or Canada considers the
report to be materially inaccurate, the Contracting Authority will
obtain an assessment of the actual quantities delivered by the
Contractor from the Project Authority for the purposes of adjusting
the Contract Price in accordance with this provision.
1.2.4 Canada's Analysis
Page 101 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W8485-100224/C
B2.
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
a)
Canada shall be entitled to carry out an analysis of the kind referred
to in section 1.2.3 b) and for that purpose to carry out an audit of
Contractor's records.
b)
If Canada considers that adjustments are necessary to amounts
provided by the Contractor in the VIQ Report, the Contracting
Authority will so advise the Contractor and provide its analysis to
the Contractor.
c)
The parties will negotiate in good faith to determine the proper
adjustments pursuant to section 1.2.3 above.
INDEFINITE QUANTITIES (IQ) TASKS
2.1
Labour Rates
The Contractor will be paid the firm hourly rates inclusive of overheads and profit
for IQ Task Authorization requirements related to but not included within the
scope of Work.
The Contractor shall indicate in its price proposals what portion of the Work, if
any, will be completed using personnel for which the Contractor is being
reimbursed under the Firm Price portion of the Contract (i.e. contributed labour).
The level of effort associated with the contributed labour shall be specified in the
Contractor's price proposal; however, the labour costs associated with this task
will not be billable under the IQ Task Authorizations. Other costs associated with
the work will be negotiated prior to the task being authorized. (eg: Travel and
Living).
The Work will be negotiated between the Procurement Authority and/or
Contracting Authority (as applicable) and the Contractor as a firm price, or ceiling
price subject to downward adjustment prior to the Work being authorized.
FIRM HOURLY RATE
CATEGORY
Professional Engineer
Engineer
Engineering
Technologist
Drafting Technologist
Project Coordinator
Journeyman
Year 1
Year 2
Year 3
Year 4
Year 5
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
Page 102 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
Apprentice
Professional
Skilled Labour
Cook / Chef
Janitor
Site supervisor
Wildlife Monitor
Unskilled Labourer
$
$
$
$
$
$
$
$
CCC No./N° CCC - FMS No/ N° VME
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
OPTION 1, IF EXERCISED:
CATEGORY
Professional Engineer
Engineer
Engineering Technologist
Drafting Technologist
Project Coordinator
Journeyman
Apprentice
Professional
Skilled Labour
Cook/Chef
Janitor
Site supervisor
Wildlife Monitor
Unskilled Labourer
Year 6
$
$
$
$
$
$
$
$
$
$
$
$
$
$
FIRM HOURLY RATE
Year 7
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
Year 8
OPTION 2, IF EXERCISED:
CATEGORY
Professional Engineer
Engineer
Engineering Technologist
Drafting Technologist
Project Coordinator
Journeyman
Apprentice
Professional
Skilled Labour
Cook/Chef
$
$
$
$
$
$
$
$
$
$
FIRM HOURLY RATE
Year 9
Year 10
$
$
$
$
$
$
$
$
$
$
Page 103 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
Janitor
Site supervisor
Wildlife Monitor
Unskilled Labourer
2.2
CCC No./N° CCC - FMS No/ N° VME
$
$
$
$
$
$
$
$
Overtime
The Contractor shall not be reimbursed for costs incurred for any work in excess
of a Normal Work Day unless authorized in writing in advance by the Procurement
Authority and/or Contracting Authority (as applicable) and such costs are actually
incurred by the Contractor.
The Contractor will be paid the firm hourly rates inclusive of overheads and profit
for authorized overtime as follows:
FIRM HOURLY RATE
CATEGORY
Professional Engineer
Engineer
Engineering
Technologist
Drafting Technologist
Project Coordinator
Journeyman
Apprentice
Professional
Skilled Labour
Cook / Chef
Janitor
Site supervisor
Wildlife Monitor
Unskilled Labourer
Year 1
Year 2
Year 3
Year 4
Year 5
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
OPTION 1, IF EXERCISED:
CATEGORY
Professional Engineer
Engineer
Engineering Technologist
Drafting Technologist
$
$
$
$
FIRM HOURLY RATE
Year 6
Year 7
$
$
$
$
$
$
$
$
Page 104 of - de 171
Year 8
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
Project Coordinator
Journeyman
Apprentice
Professional
Skilled Labour
Cook/Chef
Janitor
Site supervisor
Wildlife Monitor
Unskilled Labourer
$
$
$
$
$
$
$
$
$
$
CCC No./N° CCC - FMS No/ N° VME
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
OPTION 2, IF EXERCISED:
CATEGORY
Professional Engineer
Engineer
Engineering Technologist
Drafting Technologist
Project Coordinator
Journeyman
Apprentice
Professional
Skilled Labour
Cook/Chef
Janitor
Site supervisor
Wildlife Monitor
Unskilled Labourer
2.3
$
$
$
$
$
$
$
$
$
$
$
$
$
$
FIRM HOURLY RATE
Year 9
Year 10
$
$
$
$
$
$
$
$
$
$
$
$
$
$
Subcontracted Work
For authorized Work completed by Subcontractors related to an IQ Task
Authorization, the Contractor will be reimbursed its cost reasonably and properly
incurred in the performance of the Work, at cost, plus a profit of ___%.
The profit on Subcontracted Work will be exclusive to the Contractor's first tier
Subcontractor only and provided that the work has been delivered and accepted in
Page 105 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
accordance with the IQ Task Authorization. All Work executed by entities other
than the first tier Subcontractor (i.e. through a further subcontract) shall not be
subject to profit paid by Canada.
2.4
Travel and Living
For commercial travel, the Contractor will be reimbursed its authorized travel and
living expenses, reasonably and properly incurred in the performance of the Work,
at cost, without any allowance for profit and administrative overhead in
accordance with the meal, private vehicle and incidental expenses provided in
Appendices B, C and D of the National Joint Council Travel Directive and with the
other provisions of the directive referring to "travelers", rather than those referring
to "employees".
All travel must have the prior authorization of the "Procurement Authority and/or
Contracting Authority, as applicable. All payments are subject to government
audit.
2.5
Advance Approval in Cases of Urgency
If, during the execution of an approved IQ Task Authorization, the Contractor
encounters an urgent requirement (as defined below), the Contractor shall attempt
to contact the Procurement Authority by telephone or e-mail to obtain prior
approval for the work required to resolve the urgent requirement, failing which,
the Contractor may proceed to do the work necessary to resolve the urgent
requirement provided that:
a)
the Contractor continues to attempt contact with Procurement Authority
until such time as contact is achieved; and
b)
the total cost of the non-approved work does not exceed fifteen thousand
dollars ($15,000).
In the event the Contractor is not able to resolve the urgent requirement, in full, at
the cost specified in 2.5 b) above, then the Contractor shall do that work necessary
to prevent significant or serious incident, or significant costs, loss or damage to
Canada's Property. In no event shall Canada's liability to the Contractor for
non-approved work exceed fifteen thousand dollars.
In all cases of urgency, full support must be provided by the Contractor as to why
the regular process for approval could not be followed along with justification for
Page 106 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
the costs. This information must be provided to the Procurement Authority no
later than the first business day following the urgent requirement occurrence.
For the purposes of this provision, urgency is defined as a need of pressing
emergency in which delay would be injurious to the public interest, An emergency
may be an actual or imminent life-threatening situation, a disaster which endangers
the quality of life or has resulted in the loss of life, or one that may result in
significant costs, loss or damage to Canada's property.
2.6
Weather Delays
This Article applies to all Work subject to an authorized IQ Task Authorization
carried out at a Northern Site (LRR and SRR) only unless expressly excluded in an
authorized IQ Task Authorization for a particular effort.
In the event the Work cannot be initiated or completed in accordance with the
schedule as provided in the IQ Task Authorization and such delay is caused by
weather, then the Contractor shall be reimbursed for its actual personnel costs
actually incurred during the period of the delay on the basis of a Normal Work Day
subject to the following:
2.7
a)
personnel for whom the claim is being made were identified in the IQ Task
Authorization;
b)
all such personnel departed on the scheduled departure day;
c)
the Contractor notified the Contracting Authority of the delay; and
d)
the Contractor provides supporting documentation to justify costs incurred
as a result of the delay.
Materials and Equipment
For authorized materials and equipment related to a Task Authorization, the
Contractor will be paid its cost reasonably and properly incurred for materials and
equipment required to perform the IQ Task Authorization plus a profit of __%.
2.8
IQ Transportation and/or Freight
Page 107 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
For authorized Transportation and/or freight related to an IQ Task Authorization,
the Contractor will be paid its cost reasonably and properly incurred, plus a profit
of __%. All transportation charges are to be prepaid by the Contractor and shown
as a separate item on the invoice, supported by a certified copy of the prepaid
transportation bill.
2.9
Omnibus GFE / Transportation and/or Freight
For authorized work related to an omnibus task authorization, the Contractor will
be paid its cost reasonably and properly incurred, without any allowance for
overhead and profit. All transportation charges are to be prepaid by the Contractor
and shown as a separate item on the invoice, supported by a certified copy of the
prepaid transportation bill.
2.10
IB Training and Development Omnibus IQ Task Authorization
The Contractor will be paid its cost reasonably and properly incurred, without any
allowance for overhead and profit, for the Inuit Training and Development
Omnibus IQ Task Authorization.
2.11
Payment of Canada's Costs for Late Completion
a.
For the purposes of this Article, "period of delay" means the number of
Days commencing on the Day fixed by the DND 626 for completion of the
IQ Task Authorization and ending on the Day immediately preceding the
Day on which the IQ Task Authorization is completed and the Work
accepted by the Technical Authority, but does not include any Day within a
period of extension granted by the Procurement Authority and/or
Contracting Authority, as applicable or any other Day on which completion
of the Work was delayed by reason of an Excusable Delay.
b.
If the Contractor does not complete the Work by the Day fixed for its
completion by the DND 626 but completes it thereafter, the Contractor
shall pay Canada an equal amount to the aggregate of:
a)
all labour and travelling expenses incurred by Canada in respect of
persons overseeing the performance of the Work during the period
of delay;
b)
the cost incurred by Canada as a result of the inability to use the
completed Work for the period of delay; and
Page 108 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
c)
B3.
Buyer ID - Id de l'acheteur
CCC No./N° CCC - FMS No/ N° VME
all costs and expenses incurred or sustained by Canada during the
period of delay as a result of the Work not being completed by the
Day fixed for its completion.
CLAUSES TO BE USED IN IQ TASK AUTHORIZATIONS.
In addition to the General Conditions 2035 and these articles of agreement, the following
clauses may be added to an individual IQ Task Authorizations, as required.
C0008T (2007-05-25) - Price Support - Non-competitive Bid;
C0204C (2013-04-25) - Basis of Payment - Limitation of Expenditure-Task
Authorizations
C0210C (2013-04-25)- Basis of Payment - Pre-contractual Work;
C0305C (2008-05-12) - Cost Submission
C0711C (2008-05-12) - Time Verification
C0101C (2010-01-11) - Discretionary Audit
B4.
PERFORMANCE INCENTIVE FEE (PIF)
4.1
The Performance Incentive Fee (PIF) program encourages Contractor excellence
in meeting Contract requirements and maximizing performance in those key areas
as are identified by Canada from time to time. The maximum PIF amount is paid
for achieving the maximum level of beneficial performance in these key areas. The
maximum PIF requires exceptional, but not unrealistic performance.
4.2
The Management and Control of PIF is detailed in Annex "F". In each Contract
Year the maximum available PIF is equivalent to eight percent (8%) of the FFP for
that Contract Year. PIF allocations are as follows:
4.3
(a)
Forty-percent (40%) of the total available PIF will be available for award
as IB FFP PIF;
(b)
Ten percent (10%) of the total available PIF will be available for award as
IB IQ PIF; and
(c)
Fifty percent (50%) of the total available PIF will be available for award
based upon overall mission performance.
PIF awards are at the sole and absolute discretion of Canada.
Page 109 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
ANNEX "C"
INSURANCE REQUIREMENTS
C1.
G2001C (2008-05-12) Commercial General Liability Insurance
1.
The Contractor must obtain Commercial General Liability Insurance, and
maintain it in force throughout the duration of the Contract, in an amount usual for
a contract of this nature, but for not less than $50,000,000 per accident or
occurrence and in the annual aggregate.
2.
The Commercial General Liability policy must include the following:
a.
Additional Insured: Canada is added as an additional insured, but only with
respect to liability arising out of the Contractor's performance of the
Contract. The interest of Canada should read as follows: Canada, as
represented by Public Works and Government Services Canada.
b.
Bodily Injury and Property Damage to third parties arising out of the
operations of the Contractor.
c.
Products and Completed Operations: Coverage for bodily injury or
property damage arising out of goods or products manufactured, sold,
handled, or distributed by the Contractor and/or arising out of operations
that have been completed by the Contractor.
d.
Personal Injury: While not limited to, the coverage must include Violation
of Privacy, Libel and Slander, False Arrest, Detention or Imprisonment and
Defamation of Character.
e.
Cross Liability/Separation of Insureds: Without increasing the limit of
liability, the policy must protect all insured parties to the full extent of
coverage provided. Further, the policy must apply to each Insured in the
same manner and to the same extent as if a separate policy had been issued
to each.
f.
Blanket Contractual Liability: The policy must, on a blanket basis or by
specific reference to the Contract, extend to assumed liabilities with respect
to contractual provisions.
g.
Employees and, if applicable, Volunteers must be included as Additional
Insured.
Page 110 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
h.
Employers' Liability (or confirmation that all employees are covered
by Worker's compensation (WSIB) or similar program)
i.
Broad Form Property Damage including Completed Operations: Expands
the Property Damage coverage to include certain losses that would
otherwise be excluded by the standard care, custody or control exclusion
found in a standard policy.
j.
Notice of Cancellation: The Insurer will endeavour to provide the
Contracting Authority thirty (30) days written notice of policy cancellation.
k.
If the policy is written on a claims-made basis, coverage must be in place
for a period of at least 12 months after the completion or termination of the
Contract.
l.
Owners' or Contractors' Protective Liability: Covers the damages that the
Contractor becomes legally obligated to pay arising out of the operations
of a subcontractor.
r.
Litigation Rights: Pursuant to subsection 5(d) of the Department of Justice
Act, S.C. 1993, c. J-2, s.1, if a suit is instituted for or against Canada which
the Insurer would, but for this clause, have the right to pursue or defend on
behalf of Canada as an Additional Named Insured under the insurance
policy, the Insurer must promptly contact the Attorney General of Canada
to agree on the legal strategies by sending a letter, by registered mail or by
courier, with an acknowledgement of receipt.
For the province of Québec, send to:
Director Business Law Directorate,
Québec Regional Office (Ottawa),
Department of Justice,
284 Wellington Street, Room SAT-6042,
Ottawa, Ontario, K1A 0H8
For other provinces and territories, send to:
Senior General Counsel,
Civil Litigation Section,
Department of Justice
234 Wellington Street, East Tower
Ottawa, Ontario K1A 0H8
Page 111 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
C2.
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
2.
Buyer ID - Id de l'acheteur
CCC No./N° CCC - FMS No/ N° VME
A copy of the letter must be sent to the Contracting Authority. Canada reserves
the right to co-defend any action brought against Canada. All expenses incurred by
Canada to co-defend such actions will be at Canada's expense. If Canada decides
to co-defend any action brought against it, and Canada does not agree to a
proposed settlement agreed to by the Contractor's insurer and the plaintiff(s) that
would result in the settlement or dismissal of the action against Canada, then
Canada will be responsible to the Contractor's insurer for any difference between
the proposed settlement amount and the amount finally awarded or paid to the
plaintiffs (inclusive of costs and interest) on behalf of Canada.
G2002C (2008-05-12) Errors and Omissions Liability
1.
The Contractor must obtain Errors and Omissions Liability (a.k.a. Professional
Liability) insurance, and maintain it in force throughout the duration of the
Contract, in an amount usual for a contract of this nature but for not less than
$10,000,000 per loss and in the annual aggregate, inclusive of defence costs.
2.
If the policy is written on a claims-made basis, coverage must be in place for
a period of at least 12 months after the completion or termination of the Contract.
3.
The following endorsement must be included:
Notice of Cancellation: The Insurer will endeavour to provide the Contracting
Authority thirty (30) days written notice of cancellation.
C3.
G2020C (2008-05-12) Automobile Liability Insurance:
1.
The Contractor must obtain Automobile Liability Insurance, and maintain it in
force throughout the duration of the Contract, in an amount usual for a contract of
this nature, but for not less than $2,000,000 per accident or occurrence.
2.
The policy must include the following:
a.
b.
c.
d.
e.
f.
Third Party Liability - $2,000,000 Minimum Limit per Accident or
Occurrence
Accident Benefits - all jurisdictional statutes
Uninsured Motorist Protection
Notice of Cancellation: The Insurer will endeavour to provide the
Contracting Authority thirty (30) days written notice of cancellation
OPCF/SEF/QEF #3 - Drive Government Automobiles Endorsement
OPCF/QEF/SEF #4B - Permission to Carry Radioactive Material
Endorsement
Page 112 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
g.
h.
i.
j.
k.
Buyer ID - Id de l'acheteur
CCC No./N° CCC - FMS No/ N° VME
OPCF/QEF/SEF #4a - Permission to Carry Explosives
OPCF/SEF/QEF #6a - Permission to Carry Passengers for Compensation
or Hire
OPCF/SEF/QEF #6b - School Bus Endorsement
OPCF/SEF/QEF #6c - Public Passenger Vehicles Endorsement
OPCF/SEF/QEF #6f - Public Passenger Vehicles - Combined Limits for
Passengers and road liability Passenger Hazard/Bodily Injury Minimum
Limits required:
8 to 12 Passengers: $5,000,000
13 or more Passengers: $8,000,000
l.
m.
C4.
Liability for Physical Damage to Non-owned Automobiles: Ontario OPCF
27 or 27B / Québec: QEF #27 / Other Provinces: SEF#27
OPCF/SEF/QEF #44 or #44R - Family Protection Endorsement - Private
Passenger Vehicle
G2030C (2008-05-12) Aviation Liability Insurance
1.
The Contractor must obtain Aviation Liability Insurance for Bodily Injury
(including passenger Bodily Injury) and Property Damage, and maintain it in force
throughout the duration of the Contract, in an amount usual for a contract of this
nature, but for not less than $50,000,000 per accident or occurrence and in the
annual aggregate.
2.
The Aviation Liability policy must include the following:
a.
Additional Insured: Canada is added as an additional insured, but only with
respect to liability arising out of the Contractor's performance of the
Contract. The interest of Canada should read as follows: Canada,
represented by Public Works and Government Services Canada.
b.
Notice of Cancellation: The Insurer will endeavour to provide the
Contracting Authority thirty (30) days written notice of policy cancellation.
c.
Cross Liability/Separation of Insureds: Without increasing the limit of
liability, the policy must protect all insured parties to the full extent of
coverage provided. Further, the policy must apply to each Insured in the
same manner and to the same extent as if a separate policy had been issued
to each.
Page 113 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
d.
Contractual Liability: The policy must, on a blanket basis or by specific
reference to the Contract, extend to assumed liabilities with respect to
contractual provisions.
e.
Employees and, where applicable, Volunteers must be included as
Additional Insured.
f.
Aviation Passenger Liability and inclusive Medical Payments: If sub-limits
are applicable to Contractor's policy conforming to international carriage
agreements or otherwise, such sub-limits must in any event be, not less
than, $300,000 per person. The per accident limit should be no less than
$300,000 multiplied by the number of passengers.
g.
If the policy is written on a claims-made basis, coverage must be in place
for
a period of at least 12 months after the completion or termination
of the Contract.
h.
Employers Liability (unless we have confirmation that all employees are
covered by Worker's compensation (WSIB) or similar program)
i.
Hangarkeeper's Liability: To cover loss of and/or damage to aircraft on the
ground in the care, custody or control of the Contractor.
l.
Non-owned Aircraft Liability: To protect the Contractor for liabilities
arising from its use of aircraft owned by other parties including Canada.
n.
Permission to Transport Hazardous Goods. The Insured must also obtain
all the applicable provincial or federal permission to transport hazardous
material in addition to this endorsement.
o.
Litigation Rights: Pursuant to subsection 5(d) of the Department of Justice
Act, S.C. 1993, c. J-2, s.1, if a suit is instituted for or against Canada which
the Insurer would, but for this clause, have the right to pursue or defend on
behalf of Canada as an Additional Named Insured under the insurance
policy, the Insurer must promptly contact the Attorney General of Canada
to agree on the legal strategies by sending a letter, by registered mail or by
courier, with an acknowledgement of receipt.
For the province of Québec, send to:
Director Business Law Directorate,
Page 114 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Québec Regional Office (Ottawa),
Department of Justice,
284 Wellington Street, Room SAT-6042,
Ottawa, Ontario, K1A 0H8
For other provinces and territories, send to:
Senior General Counsel,
Civil Litigation Section,
Department of Justice
234 Wellington Street, East Tower
Ottawa, Ontario K1A 0H8
A copy of the letter must be sent to the Contracting Authority. Canada reserves
the right to co-defend any action brought against Canada. All expenses incurred by
Canada to co-defend such actions will be at Canada's expense. If Canada decides
to co-defend any action brought against it, and Canada does not agree to a
proposed settlement agreed to by the Contractor's insurer and the plaintiff(s) that
would result in the settlement or dismissal of the action against Canada, then
Canada will be responsible to the Contractor's insurer for any difference between
the proposed settlement amount and the amount finally awarded or paid to the
plaintiffs (inclusive of costs and interest) on behalf of Canada.
C5.
G2040C (2008-05-12) Environmental Impairment Liability Insurance
1.
The Contractor must obtain Contractors Pollution Liability Insurance, and
maintain it in force throughout the duration of the Contract, in an amount usual for
a contract of this nature, but for not less than $100,000,000 per accident or
occurrence and in the annual aggregate.
2.
If the policy is written on a claims-made basis, coverage must be in place for a
period of at least 12 months after the completion or termination of the Contract.
3.
The Contractors Pollution Liability Insurance policy must include the following:
a.
Additional Insured: Canada is added as an additional insured, but only with
respect to liability arising out of the Contractor's performance of the
Contract. The interest of Canada as additional insured should read as
follows: Canada, represented by Public Works and Government Services
Canada.
b.
Notice of Cancellation: The Insurer will endeavour to provide the
Contracting Authority thirty (30) days written notice of policy cancellation.
Page 115 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
c.
Separation of Insureds: The policy must apply to each Insured in the same
manner and to the same extent as if a separate policy had been issued to
each.
d.
Contractual Liability: The policy must, on a blanket basis or by specific
reference to the Contract, extend to assumed liabilities with respect to
contractual provisions.
e.
Incidental Transit Extension: The policy must extend to losses arising from
any waste, products or materials transported, shipped, or delivered via any
transportation mode to a location beyond the boundaries of a site at which
the Contractor or any entity for which the Contractor is legally liable is
performing or has performed the operations described in the contract.
f.
Storage Tank Third-Party Liability - The policy must extend to off-site
third party bodily injury and property damage due to releases from storage
tanks (above and below ground). Coverage must include corrective action
and clean-up due to releases from storage tanks.
g.
Litigation Rights: Pursuant to subsection 5(d) of the Department of Justice
Act, S.C. 1993, c. J-2, s.1, if a suit is instituted for or against Canada which
the Insurer would, but for this clause, have the right to pursue or defend on
behalf of Canada as an Additional Named Insured under the insurance
policy, the Insurer must promptly contact the Attorney General of Canada
to agree on the legal strategies by sending a letter, by registered mail or by
courier, with an acknowledgement of receipt.
For the province of Québec, send to:
Director Business Law Directorate,
Québec Regional Office (Ottawa),
Department of Justice,
284 Wellington Street, Room SAT-6042,
Ottawa, Ontario, K1A 0H8
For other provinces and territories, send to:
Senior General Counsel,
Civil Litigation Section,
Department of Justice
234 Wellington Street, East Tower
Page 116 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Ottawa, Ontario K1A 0H8
A copy of the letter must be sent to the Contracting Authority. Canada reserves
the right to co-defend any action brought against Canada. All expenses incurred by
Canada to co-defend such actions will be at Canada's expense. If Canada decides
to co-defend any action brought against it, and Canada does not agree to a
proposed settlement agreed to by the Contractor's insurer and the plaintiff(s) that
would result in the settlement or dismissal of the action against Canada, then
Canada will be responsible to the Contractor's insurer for any difference between
the proposed settlement amount and the amount finally awarded or paid to the
plaintiffs (inclusive of costs and interest) on behalf of Canada.
C6.
G3001C (2008-05-12) All Risk Property Insurance
The Contractor must obtain All Risks Property insurance while the Government Property
is under its care, custody or control, and maintain it in force throughout the duration of
the Contract, in an amount of not less than $50,000,000. The Government's Property must
be insured on Replacement Cost basis.
1.
Administration of Claims: The Contractor must notify Canada promptly about any
losses or damages to Government Property and monitor, investigate and document
losses of or damage to ensure that claims are properly made and paid.
2.
The All Risks Property insurance policy must include the following:
a.
Notice of Cancellation: The Insurer will endeavour to provide the
Contracting Authority at least thirty (30) days written notice of policy
cancellation.
b.
Loss Payee: Canada as its interest may appear or as it may direct.
c.
Waiver of Subrogation Rights: Contractor's Insurer to waive all rights of
subrogation against Canada as represented by the Department of National
Defence and Public Works and Government Services Canada for any and
all loss of or damage to the property however caused.
Page 117 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
ANNEX "D"
INUIT BENEFITS REQUIREMENTS
D1.
OBJECTIVE
The objectives of the North Warning System (NWS) Inuit Benefits (IB) requirements are
long-term, sustainable and meaningful economic benefits for Inuit Beneficiaries and Inuit
Owned Companies (IOCs). These objectives will be achieved through activities such as
on-the-job training, mentorship and skills development at all levels of employment, and
active solicitation and engagement of IOCs including the procurement of goods and
services from the IOCs -in accordance with the mandatory requirements herein.
D2.
D3.
SCOPE
1.
The Contract contains Mandatory Requirements for Achieving Inuit Benefits
(MRIBs) which must be achieved in each Contract Year. MRIBs are assessed at
the end of each Contract Year.
2.
The Contract also contains Allowable Criteria for Achieving Inuit Benefits
(ACIB), which may be implemented to achieve the MRIB for each Contract Year.
ACIBs are assessed at the end of each Contract Year.
3.
The Contract also provides for an Inuit Benefits Performance Incentive Fee (IB
PIF) award program, to encourage the Contractor to undertake additional Inuit
Benefits initiatives beyond the IB FFP Commitment and encourage IOC
participation in IQ work. The IB PIF is further defined in Annex "F".
4.
Only work performed and accepted in a Contract Year is eligible for IB
consideration.
INUIT BENEFIT REQUIREMENTS
1.
For each Contract Year, the Contractor shall, for that Year:
a.
meet the IB FFP Commitment of thirteen percent (13%) of the FFP
(excluding profits and taxes); and
b.
pay at least twenty-percent (20%) of its Salaries to Inuit Beneficiary
employees; and
Page 118 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
D4.
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
c.
employ at least three (3) Inuit Beneficiaries in a Supervisor or Manager
Position; and
d.
Prepare, deliver and implement a General Inuit Benefit Management Plan
and an IQ Inuit Training and Development Plan.
CALCULATING THE INUIT BENEFITS:
1.
Firm Fixed Price Salaries/Wages
1.1
2.
Salaries or wages paid to Inuit Beneficiaries in a Contract Year
shall be included in the IB FFP Commitment calculation or shall
be excluded from the IB FFP Commitment calculation for that
Contract Year as follows:
i.
Salaries paid to Inuit Beneficiary employees of the Contractor
executing FFP or IQ Work under the Contract shall only be
included in the calculation of IB FFP Commitment;
ii.
Wages paid to Inuit Beneficiaries who are Temporary Workers
shall be included in the calculation of IB FFP Commitment only to
the extent the Temporary Workers are executing FFP Work; and
iii.
Wages paid to Inuit Beneficiaries who are Temporary Workers
shall be included in the calculation of IB IQ calculations only to the
extent the Temporary Workers are executing IQ Work.
Firm Fixed Price IOC Subcontracts
2.1
Actual costs (excluding profits and taxes) which have been paid in a
Contract Year to the Contractor's first tier IOC Subcontractor(s) for FFP
Work executed by the first tier IOC Subcontractor will be included, on a
percentage basis, in the calculation of AB FFP Commitments in accordance
with Table 1: IB FFP Percentage Allocation for IOC Subcontracts,
provided that the Work has been delivered and accepted in accordance
with the Contract in that Contract Year.
2.2
FFP Work executed by entities other than the first tier IOC Subcontractor
(i.e. through a further subcontract, a services contract with a third party or
other arrangement) is excluded from the calculation of IB FFP
Commitments.
Page 119 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
Buyer ID - Id de l'acheteur
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
CCC No./N° CCC - FMS No/ N° VME
Table 1: IB FFP Percentage Allocation for IOC Subcontractors
Requirement
Services
Goods
Transportation
Services
3.
4.
Criteria
Percentage allocation to IB
FFP Commitment
30% or more of subcontract costs are
costs of labour which is paid to Inuit
Beneficiaries as either Salaries or
wages
Less than 30% of subcontract costs
are costs of labour which is paid to
Inuit Beneficiaries as either Salaries or
wages
50% or more of subcontract costs are
for goods purchased from an IOC
Less than 50% of subcontract costs
are for items purchased from an IOC
Subcontract is with an IOC who
executes all transportation costs
100% of costs of Services
paid
50% of costs of Services
paid
100% of costs of goods
paid
50% of costs of goods
paid
100% of costs of Services
paid
Firm Fixed Price - Reinvestment Initiatives
3.1
If the Contractor proposes and Canada approves a Reinvestment Initiative,
the portion of the Reinvestment Initiative paid to either Inuit Beneficiaries
or IOCs shall be allocated to the IB FFP Commitment up to a maximum of
two percent (2%) of the value of the FFP (excluding profits and taxes). No
profit or mark up may be charged by the Contractor for any Reinvestment
Initiative undertaken.
3.2
Any Reinvestment Initiative Proposal must contain sufficient detail to
enable Canada to assess whether Canada's goals and objectives for the
North may be met.
Indefinite Quantity (IB IQs)
4.1
Unlike IB FFP, due to uncertainty in the NWS IQ program from year to
year, there is no mandatory minimum percentage IB required for the IQ
program. The Contractor is encouraged to make every reasonable effort to
maximize IB achievements in the IQ portion of the Contract in accordance
with the requirements of the CLCAs and the 1992 Inuvialuit-DND
Co-operation Agreement (Treasury Board Contract Policy Notice 1997-8
Section 9).
Page 120 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
4.2
Buyer ID - Id de l'acheteur
CCC No./N° CCC - FMS No/ N° VME
The following amounts will be included in the calculation of IB IQ for a
Contract Year as the percentage of IQ Work:
a.
Wages paid to Temporary Worker Inuit Beneficiaries in a Contract
Year who are hired solely for IQ Work execution;
b.
Actual costs (excluding profits and taxes) which have been paid in a
Contract Year pursuant to Subcontracts with IOCs for IQ Work
will be included, on a percentage basis, in the calculation of IB IQ
in accordance with Table 2: IB IQ Percentage Allocation for IOC
Subcontracts, provided that the IQ Work has been delivered and
accepted in accordance with the Contract or Task Authorization, as
applicable.
Table 2: IB IQ Percentage Allocation for IOC Subcontractors
Requirement
Services
Goods
Transportation
Services
D5.
Criteria
Percentage allocation to IB
FFP Commitment
30% or more of subcontract costs
are costs of labour which is paid to
Inuit Beneficiaries as either Salaries
or wages
Less than 30% of subcontract costs
are costs of labour which is paid to
Inuit Beneficiaries as either Salaries
or wages
50% or more of subcontract costs
are for goods purchased from an IOC
Less than 50% of subcontract costs
are for items purchased from an IOC
Subcontract is with an IOC who
executes all transportation costs
100% of costs of Services
paid
50% of costs of Services
paid
100% of costs of goods
paid
50% of costs of goods
paid
100% of costs of Services
paid
MANAGEMENT PLANS
1.
General Inuit Management Plan
The Contractor shall prepare, submit for approval and implement a General Inuit
Benefits Management Plan, in accordance with the requirements in Section 2.F.37
of the SOW.
Page 121 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
2.
Buyer ID - Id de l'acheteur
CCC No./N° CCC - FMS No/ N° VME
Inuit Training and Development (ITD) Program:
2.1
The Contractor shall develop and manage an Inuit Training and
Development Program (ITD Program) in accordance with the requirements
in Section 2.F.39 of the SOW.
2.2
The ITD Program must actively recruit, develop and train Inuit
Beneficiaries for employment at the NWS and foster employee-retention
and skills development for Inuit Beneficiary employees at all levels.
2.3
In support of these objectives, Canada will provide up to two million
dollars ($2M) in funding for approved ITD Program activities in each
Contract Year. Activities carried out using ITD Program funds are
excluded from IB FFP Commitment and IB IQ calculations.
2.4
The Contractor shall use a portion of the ITD Program funds to provide a
minimum of one (1) annual conference for the purposes of training Inuit
Beneficiaries and/or IOCs on how to properly and effectively bid for
Government- and Contractor-issued projects.
2.5
ITD Program activities will be administered using the DND 626 IQ process
and any claims for reimbursement from the ITD Program fund must be
pre-approved pursuant to the DND 626 process.
2.6
ITD Program cost claims must be approved by the Contracting Authority
in accordance with PWGSC Contract Cost Principles 1031-2, and may
include costs such as:
a.
transportation and accommodation (if required) to and from
learning institutions;
b.
tuition fees;
c.
core business training activities (those that are covered by Course
Training Standards);
d.
recruitment activities;
e.
professional association fees for associate or student members;
f.
costs associated with personal development for Inuit Beneficiaries
(whether Employees or Temporary Workers); or
Page 122 of - de 171
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8485-100224/C
005nx
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8485-100224
005nxW8485-100224
g.
2.7
D6.
Buyer ID - Id de l'acheteur
CCC No./N° CCC - FMS No/ N° VME
costs for hosting the annual training conference.
Costs incurred by the Contractor in a Contract Year to provide the ITD
Program in excess of the ITD Program funds may be eligible for inclusion
in the calculation of IB FFP Commitments for that Contract Year provided
that such costs:
a.
were incurred for pre-approved ITD Program activities;
b.
are considered reasonable and in accordance with PWGSC
Contract Cost Principles 1031-2;
c.
are not costs for which the Contractor is otherwise eligible to claim
rebates; and
d.
are not costs applied to calculation of the IB FFP Commitments or
IB IQ PIF.
VERIFICATION AND ACCESS TO RECORDS/ACCOUNTS
The provisions of General Conditions 2035 apply to the Inuit Benefit requirements records
and accounts.
D7.
FAILURE TO ACHIEVE IB REQUIREMENTS
1.
The Contractor must achieve the mandatory Inuit Benefit requirements as set
forth herein, in each Contract Year to be eligible for consideration for IB FFP and
IB IQ PIF awards for that Year, notwithstanding achievement of any other
eligibility requirements.
2.
If the Contractor fails to achieve the mandatory Inuit Benefits requirement in any
Contract Year, Canada may deem the Contractor in default of the Contract, or, at
its sole discretion, permit the Contractor to submit a proposal pursuant to which
the Contractor proposes alternative means to achieve Canada's objectives for the
North. The acceptance of any proposal will be at the sole discretion of Canada and
Canada may reject a proposal at its option. Acceptance of a proposal in one
Contract Year does not guarantee acceptance of a proposal for any other Contract
Year. Further, the proposal must fulfill all of its requirements within two (2)
months of the end of the Contract Year in which the Contractor failed to meet the
mandatory Inuit Benefit requirements. Inuit Benefits achieved in excess of the IB
FFP Commitment pursuant to such a proposal cannot be applied to any other
Contract Year and will not be used to determine any IB FFP or IB IQ PIF award.
Page 123 of - de 171
Page 124 of - de 171
Benefit
Annual Percentage IB Achieved
MRIB-1: Achieving a minimum 13% Inuit Benefit
MRIB-1
Summary % from MRIB-2 and MRIB-3
MRIB-2 & MRIB-3
Summary % from ACIB-1
ACIB-1
Summary % from ACIB-2
ACIB-2
Note: Bidders are NOT to include any costing or pricing in the above Transaction Table. Bidders will include costing and
pricing information in the TF worksheet based on instructions provided with the TF Software. Percentages identified in the
above Transaction Table must align with the Percentages in the TF worksheet.
MRIB-1 Transaction Table
Instructions for Completing MRIB-1 Transaction Table: Provide the summary percentage from each of MRIB-2, MRIB-3,
ACIB-1, and ACIB-2 as well as the total which is MRIB-1.
SCHEDULES
Wages paid to Inuit Beneficiaries (including those in
a Supervisory or Management Role)
MRIB-2: Achieving a minimum 20% Inuit Beneficiary
Employment
&
MRIB-3: Achieving a minimum of Three (3) Inuit
Beneficiary employed in a Supervisory or Management
Role
Annual Percentage
IB Achieved
Number of Positions
Job Title
Labour List for MRIB-2 and MRIB-3
Skill Category
Page 125 of - de 171
Temp /Full Time
Salaries Wages
Employment
Benefits
Percentage IB Achieved
Any details provided above must align with the details provided in the General IB Plan, IB HR Sub-plan, IOC Subcontracting
Sub-plan and IB Skills Development Sub-plan.
MRIB-2 & MRIB-3 (Total)
Note: Bidders are NOT to include any costing or pricing in the above Transaction Table. Bidders will include costing and
pricing information on the Tabular Format spreadsheet based on the instructions provided with the TF Software. Percentages
identified in the above Transaction Table must align with the Percentages in the Tabular Format spreadsheet based on
instructions provided with the TF Software.
Employer paid benefits for Inuit Beneficiaries
(including those in a Supervisory or Management
Role)
Criteria
Benefit
MRIB-2 and MRIB-3 Transaction Table
Instructions for completing MRIB-2 and MRIB-3 Transaction Table: Provide the summary percentage for IBs in the Percentage
IB Achieved column. The summary percentage should be calculated by the summation of all IB paid to Inuit Beneficiaries as
provided in the Labour List below. Supervisory or Management Positions must be clearly identified in the Labour List.
RI - 4
RI - 3
RI - 3
RI - 2
RI -1
ACIB-2 (Total)
ACIB-1 (Total)
Page 126 of - de 171
Note: Bidders are NOT to include any costing or pricing in the above Transaction Table. Bidders will include costing and pricing information on the Tabular Format
spreadsheet based on the instructions provided with the TF Software. Percentages identified in the above Transaction Table must align with the Percentages in the
ACIB-2: Reinvestment Initiatives (RIs) If the
Bidder chooses to propose RIs, the Bidder shall
reflect them here.
Other:
Other:
engineering and architectural consulting, facilities
maintenance activities:
office supplies, computers and office electronics,
cleaning supplies:
general food and perishables, commissary items,
clothing, linens:
heavy equipment, PGS, POL, industrial equipment,
PPE:
Other:
yGeneral Instructions for ACIB-1 and ACIB-2: Provide a description for the scope of services that will be used to achieve IB. Provide a clear link to the appropriate tab
within the Tabular Format spreadsheet and paragraph line item of the SOW. Provide the summary percentage for IBs in the Percentage IB Achieved column.
ySpecific Instructions for ACIB-1: Include the name and registration number of the IOC intended for subcontract on FFP activities
ySpecific Instructions for ACIB-2: Along with a brief description a full proposal should be included as an attachment to this Transaction Table.
Benefit
Criteria
Description
Annual Percentage IB
Achieved
ACIB-1: IOC FFP Subcontracts
Percentage of FFP funds expended by the Contractor on
Subcontracts with IOC.
air transportation, local freight and hauling, vehicle
leasing:
fuel storage and delivery, water delivery, waste removal,
fuel maintenance
accommodations, office leases, warehousing leases:
Instructions for Completing ACIB-1 and ACIB-2 Transaction Table:
ACIB-1, and ACIB-2 Transaction Table
Course Offerings for Inuit Beneficiaries to
include description and training institution of
course and number of individuals intended for
training.
Travel and Hospitality (as allowable by PWGSC
Contracting Manual 1031-2) associated with
training.
Professional association fees for associate or
student members.
Conference Details and Fees
Transportation and Hospitality (not for
conference attendees, only contractor
employees, as allowable by PWGSC
Contracting Manual 1031-2)
Inuit Beneficiary Recruitment Activities
ITDP-1 Inuit Training and
Development
IITDP-2: Annual Conference on
Effectively Bidding for Government
and Contractor Issued Projects
ITDP-3: Inuit Beneficiary
Recruitment
Description
ITDP-2 (Total)
ITDP-1 (Total)
Annual Portion of ITD
Program Budget (in $)
Page 127 of - de 171
ITDP-3 (Total)
Note: Any details provided above must align with the details provided in the General IB Plan, IB HR Sub-plan, IOC Subcontracting Sub-plan and IB
Skills Development Sub-plan.
Criteria
Benefit
ITD Program Budget (in dollars).
ySpecific Instructions for ITDP-1: Provide a description for the courses to be included, locations of course offerings, certificates that are to be achieved and
transportation and hospitality that will be required for individuals on course.
ySpecific Instructions for ITDP-2: Provide a description of topics for discussion, method of delivery, proposed location of conference and transportation
and hospitality that may be required.
ySpecific Instructions for ITDP-3: Provide a brief description of recruitment and retention strategies for Inuit Beneficiaries trained and developed through
the ITD Program.
yGeneral Instructions for ITDP-1, ITDP-2 and ITDP-3: Provide a summary of costs for Training and Development of Inuit Beneficiaries in the Portion of
ITDP-1, ITDP-2 and ITDP-3 Transaction Table
Instructions for Completing ITDP-1, ITDP-2 and ITDP-3 Transaction Table:
Tabular Format spreadsheet based on instructions provided with the TF Software. Any details provided above must align with the details provided in the General IB
Plan, IB HR Sub-plan, IOC Subcontracting Sub-plan and IB Skills Development Sub-plan
Page 128 of - de 171
ANNEX "E"
INDEFINITE QUANTITY (IQ) TASK AUTHORIZATION
E1.
E2.
GENERAL
1.1
The IQ Work to be performed under the Contract will be called up on an "as and
when requested basis" using an IQ Task Authorization.
1.2
The effort required for the preparation, management and oversight of IQ Task
Authorizations and the IQ Work by the Contractor is work already defined in each
applicable article of the SOW and shall not be included in the cost of the IQ Task
Authorization.
1.3
Task Authorizations shall only be authorized on a DND 626, Requisition of a
Contract, and must be executed by the Procurement Authority and (subject to
Section 2.2) the Contracting Authority.
1.4
Should Canada decide to proceed with the IQ Work as described in an IQ Task
Authorization, a DND 626 Form will be executed by the Procurement Authority
and (subject to Section 2.2) the Contracting Authority and issued to the
Contractor. The Contractor shall sign and return an acknowledgement copy of the
DND 626 Form to the Procurement Authority and/or the Contracting Authority,
as applicable.
1.5
In the event that Canada and the Contractor cannot agree on an IQ Task
Authorization, Canada reserves the right to engage third parties to implement the
IQ Work.
IQ TASK AUTHORIZATION PROCESS
2.1
The following process shall be utilized to review and approve any request for IQ
Work and the associated IQ Task Authorization approval.
For Specific IQ Task Authorizations
a.
The Contractor shall provide to the Procurement Authority:
i.
a complete Statement of Work for the IQ Work;
ii.
a copy of the technical conformance certificate, signed by the
Project Authority, certifying that the IQ Work requirements are
justified;
Page 129 of - de 171
iii.
a description which identifies the impact, if any, to other areas of
the Work as a result of implementing the IQ Work. If no impact
will occur, the Contractor must provide a statement to this effect;
and
iv.
any other information which would reasonably be required for the
Procurement and/or Contracting Authority to review the
Contractor Statement of Work.
b.
The Procurement Authority will review the Contractor documents, and will
advise the Contractor what portion of the work, if any, will be
recommended as an IQ Task Authorization and the anticipated basis of
payment and/or procurement strategy. Based upon this, the Contractor
shall provide a fully priced proposal.
c.
The Contractor's price proposal will be submitted to the Procurement
Authority with a copy to the Contracting Authority and must address, as a
minimum, the following:
i.
background to the requirement describing the requirement in
straight forward, non-technical language;
ii.
previously completed phases of a similar project, if any;
iii.
Price breakdown (labour category, hours of labour, labour rates,
materials and equipment, subcontracts costs, travel and living costs,
transportation and taxes);
iv.
a description of the complexity of the task, rated as high, medium
or low risk, along with risk identification and risk mitigation
strategies that have been developed to either reduce the severity of
the risk or the impact of the risk;
v.
a list of all deliverables for the IQ Work and firm delivery dates;
vi.
a transportation plan and what GFE/GF resources are required;
vii.
a logistics plan;
viii.
a detailed schedule of the work with start and finish dates;
x.
a description of Inuit Benefits, if any, being provided by the IQ
Work;
Page 130 of - de 171
(d)
2.2
xi.
If a subcontractor is proposed, the Contractor shall submit a
request as identified in General Conditions 2035 and must also
include the as a minimum, the following:
1.
documentation evidencing bids solicited from a minimum of three
(3) potential subcontractors (or an explanation as to why this
condition was not met);
2.
a narrative description of the bids received and the number of
compliant bids;
3.
identification of the method of selection, (i.e. the lowest compliant
proposal or best value) along with justification for best value and
the methodology described in the solicitation; and
4.
in the event that only one subcontractor is capable of doing the
work, full justification of the reason for only one subcontractor,
certification that the price is considered fair and reasonable and a
cost breakdown.
Following submission of the price proposal, Canada and the Contractor
will negotiate the final IQ Work, including mutually agreeable labour
content, start and finish dates, estimated amounts for materials and
equipment, and estimated amounts for travel and living. Following
conclusion of the negotiations, the Contractor will submit a final proposal,
including the revised pricing.
Task Authorization Limit
The Procurement Authority may authorize individual task authorizations up to a
limit of $100,000.00, Goods and Services Tax (GST) or Harmonized Sales Tax
(HST) included, inclusive of any revisions.
Any task authorization to be issued in excess of that limit must be authorized by
the Procurement Authority and Contracting Authority before issuance.
2.3
IQ Task Authorizations for the Yearly Omnibus Task Authorization
a.
At the beginning of each Contract Year, an Omnibus IQ Task
Authorization will be generated on the following basis:
i.
Corrective Maintenance /Preventative Maintenance requirements
that exceed the Job limit threshold outlined in the SOW. Prior to
initiating this, the Contractor shall estimate the total cost of the Job.
If the total estimated cost exceeds the Job limit threshold in the
Page 131 of - de 171
SOW, then the Contractor must submit a request for incremental
funding, a business case and a detailed explanation as to how the
work is within scope of the SOW CM/PM activities but will exceed
the Job limit threshold.
E3.
ii.
The Contractor shall submit a proposal for additional design
services that exceed the estimated quantity detailed in 15.C.3 of
Annex A and/or specialized designs outside of the core capability
required by 15.C.3 of Annex A provided that the business cases and
options analysis detailed in 15.C.1.c of Annex A has been approved
by Canada.
iii.
Government Furnished Equipment (GFE). The Contractor shall
submit a request for approval to purchase or replace the existing
GFE. Rationale and a detailed explanation as to why the existing
equipment is to be replaced, or new equipment is being proposed,
must accompany a price proposal.
iv.
Transportation and Freight for IQs. The Contractor shall submit a
request for approval for Transportation and associated
services related to the movement of Government Furnished
Equipment and Material, not included as Contractor re-supply and
retrograde material or firm fixed price activities, including
augmentation of Government Furnished Airlift.
v.
All transportation and freight costs are to be made by the most
direct and economical means consistent with normal shipping
practice, unless otherwise directed (as in the case when
transportation costs are part of the unit price). They are to be
shown as a separate item on the request for approval.
REPORTS:
3.1
The Contractor must compile and maintain records on its provision of services to
Canada under authorized IQ Task Authorizations issued under the Contract.
3.2
The Contractor must provide this information in accordance with the reporting
requirements detailed below. If information is not available, the reason must be
indicated. If no services were conducted during a given period, the Contractor
must still provide a "NIL" report.
3.3
The information must be submitted on a quarterly basis to the Contracting
Authority along with a copy to the Procurement Authority, no later than seven (7)
calendar days after the end of the reporting period.
Page 132 of - de 171
3.4
The quarterly periods are defined as follows:
1st quarter:
2nd quarter:
3rd quarter:
4th quarter:
3.5
April 1 to June 30;
July 1 to September 30;
October 1 to December 31; and
January 1 to March 31.
Reporting Requirement- Details:
A detailed and current record of all authorized IQ Task Authorizations must be
kept for each contract with a task authorization process. This record must contain:
- the authorized task number or task revision number(s);
- a title or a brief description of each authorized task;
- the total estimated cost specified in the authorized IQ Task Authorization of
each task, GST or HST extra
- the total amount, GST or HST extra, expended to date against each authorized
task;
- a listing of all revisions, along with a description of each revision, the revised
costs; and consideration provided, if any.
- the start and completion date for each authorized task; and
- the active status of each authorized task, as applicable.
- the category of work.
Page 133 of - de 171
ANNEX "F"
MANAGEMENT AND CONTROL OF THE PERFORMANCE INCENTIVE FEE (PIF)
PROGRAM
F1.
OVERVIEW; ROLES AND RESPONSIBILITIES
(a)
The Performance Incentive Fee (PIF) program encourages Contractor excellence
in meeting Contract requirements and maximizing performance in key areas. The
maximum PIF amount is paid for achieving the maximum level of beneficial
performance. The maximum PIF requires exceptional, but not unrealistic
performance.
(b)
In each Contract Year the maximum total available PIF is equivalent to eight
percent (8%) of the Firm Fixed Price (FFP) for that Contract Year. Key areas will
be identified by Canada for each Contract Year.
(c)
PIF is assessed for each of mission performance (Mission Performance PIF) and
Inuit Benefits (IB PIF). Mission Performance PIF includes Prime Mission
Equipment (PME) Availability PIF, Airlift Scheduling PIF and Key Personnel PIF.
(d)
PIF, if any, is awarded at the end of each Contract Year following review by the
PIF Review Board.
(e)
PIF awards are at the sole and absolute discretion of Canada.
1.1.
PIF Review Board
(a)
The PIF Review Board (the Board) is comprised of DND and PWGSC
management representatives:
DND
Director General Aerospace Equipment Procurement
Management (Review Board Chair)
Director Radar & Communications
Director Aerospace Procurement
Deputy Director NWSO / Air Combat Command
Detachment Commander
PWGSC
Director, DMPS, Acquisitions
(b)
Position
DGAEPM
DAEPM(R&CS)
DAEPM(DAP)
DAEPM(R&CS) 2
Position
The Board is responsible for:
i.
approving the PIF Award Requirements and PIF Program for each
Contract Year;
Page 134 of - de 171
1.2
ii.
authorizing the amount of PIF available for award each Contract
Year;
iii.
providing, where appropriate, instructions to the PIF Evaluation
Team (PET);
iv.
reviewing and considering the Performance Evaluation Team (PET)
Report for each evaluation period;
v.
reviewing the Performance Evaluation Team (PET) Report, as
deemed necessary, with the PET Chair, the Contractor, and if
necessary, other Government agencies;
vi.
conducting the annual PIF evaluation as described in Section 2.0;
vii.
specifying the amount of the PIF awarded and the basis for that
award; and
viii.
signing and issuing the PIF Decision Report.
(c)
While the Board will review and consider the recommendations presented
in the PET Report, the Contractor's response to the PET Report and the
PET's response to the Contractor's response, and may also chose to hold a
PET Report discussion meeting, the Board is not required to accept any
recommendations.
(d)
The decision of the Board as set out in the PIF Decision Report is final.
PIF Performance Evaluation Team (PET)
(a)
The PET is comprised of DND and PWGSC personnel at the following
levels:
DND
NWS Program Manager & Air Defence Systems Life
Cycle Manager (PET Chair)
NWS Communications and Electronics Manager
NWS Facilities Manager
NWS Program Operations Manager
NWS Procurement Manager
PWGSC
NWS Contracting Authority
(b)
The PET is responsible for:
Page 135 of - de 171
Position
DAEPM(R&CS) 3
DAEPM(R&CS) 3-3
DAEPM(R&CS) 3-4
DAEPM(R&CS) 3-5
DAEPM(DAP) 7-2
Position
1.3
conducting ongoing evaluations of Contractor performance in
accordance with the Contract;
ii.
preparing and submitting the PET Report to the Board for review;
iii.
reviewing Contractor responses to Quality Corrective Action
Reports (QCARs); and
iv.
recommending changes to the PIF Evaluation Plan for
consideration and approval by the Board.
PET Chair
(a)
F2.
i.
A PET Chair will also be designated by Canada. The PET Chair is
responsible for:
i.
scheduling and chairing PET meetings;
ii.
consulting with/inviting team members from other organizations
supported by the Contract (examples may include AFTEC and the
Air Lift Carrier) to PET meetings;
iii.
preparing the PET Report;
iv.
seeking approval for the PET Report;
v.
arranging for non-PET members to assist the PET to perform its
functions; and
vi.
ensuring the timeliness of the PIF PET evaluations.
PIF EVALUATION PROCESS
(a)
While Contractor performance reviews are a regular part of Contract management,
for the purposes of the PIF, only Contract Notices (CNs), Contractor responses to
CNs and those key areas of the Contract for which PIF may be awarded will form
the basis of the PIF performance award review by the PET during the evaluation
period. This evaluation will serve as the basis for the PET Report.
(b)
The PET will prepare and submit a PET Report to the Contractor and the Board
for each evaluation period.
(c)
The Contractor must submit its response to the PET Report to the PET Chair
within ten (10) days of delivery of the PET Report.
Page 136 of - de 171
F3.
(d)
The PET may prepare a response to the Contractor's PET Report response, and
will submit the Contractor's response as well as its response to the Contractor's
response to the Board.
(e)
The Board may chose, at its sole discretion, to hold a PET Report meeting and, if
so, such meeting will be attended by the Board, PET and Contractor. The purpose
of this meeting will be to enable the Board to seek clarification on submitted
reports or such other clarification as it deems necessary to enable it to decide on a
PIF award. However, neither the Contractor nor the PET will be entitled to submit
new information at this meeting.
(f)
If a PET Report meeting is held, the Board will prepare the PIF Decision Report,
which will set out the amount of PIF to be awarded, and provide the PIF Decision
Report to the PET and the Contracting Authority.
(g)
The Contracting Authority will provide the PIF Decision Report to the Contractor
within thirty (30) days of receipt.
(h)
Payment of any PIF award will be made in accordance with the Payment
provisions in the Contract.
ACHIEVING PIF
(a)
The following describes the various types of PIF awards and areas of work for
which the Contractor is eligible for a PIF award.
3.1
Inuit Benefits (IB)
(a)
The IB PIF accounts for fifty percent (50%) of the total amount of
available PIF in each Contract Year and is available for both the FFP and
IQ portions of the Contract.
i.
IB FFP Portion of Contract: If the Contractor achieves IBs in
excess of thirteen percent (13%) of the FFP portion of the Work
(excluding profit and taxes), the Contractor is eligible to receive IB
PIF as set forth in Table 2 in Appendix 1 to this Annex. Figure 1
below provides an illustration of the IB FFP PIF award potential.
Page 137 of - de 171
IB FFP P erfo rmance Incentive
10 0 %
% of IB F FP PIF Received
90%
80%
70%
60%
50%
40%
30%
20%
10%
0%
1 3%
15 %
17 %
1 9%
2 1%
23 %
25%
% of F F P F u n ds t o IB
Figure 1 - Measurement of IB PIF for FFP Portion of Contract
ii.IB IQ Portion of Contract: IQ Work which meets the requirements of the
IB IQ work in Annex D is eligible for consideration for IB IQ PIF as set
forth in Table 3 in Appendix 1 to this Annex. Figure 2 below provides an
illustration of the IB IQ PIF award potential.
IB IQ Performance Incentive
% of IB IQ PIF Received
100%
90%
80%
70%
60%
50%
40%
30%
20%
10%
0%
0%
5%
10%
15%
20%
% of IQ Fund s to IB
25%
Figure 2 - Measurement of IB PIF for IQ Portion of Contract
Page 138 of - de 171
30%
Prime Mission Equipment (PME) Availability
(a)
The availability of PME is critical to the success of the NWS mission and is
the primary indicator of the overall health of the NWS.
(b)
Ninety-six percent (96%) availability is required for each of the PME
systems in accordance with paragraph 5.C.13 of the SOW. Availability
above ninety-six percent (96%) throughout the duration of the Contract
Year suggests that PME is being maintained at a high level along with
Prime Mission Support Equipment (PMSE) (e.g. diesel electric generators,
fuel supply systems, control and monitoring systems, etc.). The failure of
PMSE will result in PME failure.
(c)
A PIF will be awarded for PME availability in excess of ninety-six percent
(96%) as follows:
i.
PME availability for each LRR, SRR and GAG Radio for the NWS
will be calculated on a monthly basis, using the Equipment Status
Report data that is calculated to the minute. The monthly average
for each of LRR, SRR and GAG Radio for the NWS will be
determined to two (2) decimal places as the basis for assessment.
ii.
If the Contractor achieves an average availability in excess of
ninety-six percent (96%), the Contractor will be eligible for
consideration for PME PIF as set forth in Tables 4-6 in Appendix 1
to this Annex. Figures 3 and 4 below illustrate the PME PIF award
potential.
Radar Availability PIF
% of PIF Received
3.2
100%
90%
80%
70%
60%
50%
40%
30%
20%
10%
0%
96%
LRR
SRR
97%
98%
Radar Availability
99%
Figure 3 - LRR and SRR Availability PIF
Page 139 of - de 171
100%
% of PIF Received
GAG Availability PIF
100%
90%
80%
70%
60%
50%
40%
30%
20%
10%
0%
96%
97%
98%
99%
100%
GAG Availability
Figure 4 - GAG Availability PIF
3.3
Airlift Scheduling PIF
(a)
Airlift Scheduling PIF is available for accuracy of the monthly airlift
schedule.
(b)
The Contractor must maintain and submit reports each month for
scheduled flights that are (i) aborted; (ii) cancelled; and (iii) initially
unscheduled, in accordance with the following:
i.
Scheduled flights which are aborted: In cases where a flight is
aborted due to poor weather, an aircraft maintenance issue,
emergency response, etc. a flight log shall be submitted to
substantiate the aborted flight. If the flight is rescheduled, it should
then appear on the next weekly update to the monthly schedule and
this would be considered an acceptable variance. If the flight is not
rescheduled, then the Contractor shall provide a written explanation
as to why, as this could indicate the flight was not strictly required
in the first place. If such justification is not provided, this change
would not be considered an acceptable variance.
ii.
Scheduled flights which are cancelled: In cases where a flight is
cancelled due to poor weather, an aircraft maintenance issue,
emergency response, etc. the Contractor shall provide and written
explanation and attach applicable supporting documentation as to
why the flight was cancelled. However, cancelled flights due to the
unavailability of personnel, equipment, and/or materials are not
considered acceptable. Canada will determine if the justification
provided is deemed acceptable. If the flight is rescheduled, it should
then appear on the next weekly update to the monthly schedule and
this would be considered an acceptable variance. If the flight is not
Page 140 of - de 171
rescheduled, then the Contractor shall provide a written explanation
as to why, as this could indicate the flight was not strictly required
in the first place. If such justification is not provided, this change
would not be considered an acceptable variance.
iii.
(c)
Unscheduled flights which occur: Unscheduled flights may occur
to address emergency situations such as health and safety concerns,
site failures or imminent site failures. They may also serve as
alternates to scheduled flights that did not occur for legitimate
reasons. Regardless of the cause, the Contractor shall provide a
written explanation with supporting documentation for all
unscheduled flights which occur.
Acceptable variances in Airlift will be evaluated as a percentage of
accuracy. If the Contractor achieves an accuracy within ten percent (10%)
of the initial forecast on Airlift Scheduling, it will be eligible for
consideration for Airlift PIF as set forth Table 7 in Appendix 1 to this
Annex. Figure 5 illustrates the Airlift PIF award potential.
Airlift PIF
% of PIF Received
100%
80%
60%
40%
20%
0%
90%
95%
100%
105%
110%
Forecasting Accuracy
Figure 5 - Airlift PIF
3.4
F4.
Key Personnel
(a)
A PIF will be available for successful implementation of the requirement
for Key Personnel in accordance with the Program Management Plan
detailed in paragraph 2.C.1.a of the SOW.
(b)
The Contractor must achieve the requirements for Key Personnel one
hundred percent (100%) of the time during the Contract Year to be eligible
for consideration for 100% of the Key Personnel PIF.
PIF AWARD ALLOCATIONS
4.1
Maximum Total PIF
Page 141 of - de 171
A maximum total PIF of eight percent (8%) of the Firm Fixed Price (FFP) for each
Contract Year will be available for PIF award in that Year.
4.2
PIF Allocations
PIF allocations are as follows (See: Table 1 - Summary of PIF Allocations):
(a)
Forty-percent (40%) of the available PIF will be designated as IB FFP PIF;
(b)
Ten-percent (10%) of the available PIF will be designated as IB IQ PIF;
and
(c)
Fifty-percent (50%) of the available PIF will be designated as Mission
Performance PIF as follows:
i.
Thirty-five-percent (35%) of the available mission performance PIF
will be designated as Prime Mission Equipment (PME) Availability
PIF, allocated as follows:
-
twenty-percent (20%) for Long Range Radar (LRR)
Availability;
seven-and-one-half-percent (7.5%) for Short Range Radar
Availability; and
seven-and-one-half-percent (7.5%) for Ground-Air-Ground
Radio Availability;
ii.
Ten-percent (10%) of the available Mission Performance PIF will
be designated as Airlift Scheduling PIF; and
iii.
Five-percent (5%) of the available Mission Performance PIF will be
designated as Key Management Personnel (KMP) PIF.
Table 1: Summary of PIF Allocations
Total Amount Allocated for PIF:
PIF Allocations:
IB
FFP:
IQ:
Radar Availability:
Mission
F5.
Airlift:
Key Management Plan:
PIF REDUCTION
Page 142 of - de 171
100.0%
%
40.0%
10.0%
LRR 20.0%
SRR 7.5%
GAG 7.5%
10.0%
5.0%
5.1
Contract Notice
(a)
Contract Notices (CNs) indicate concern with the performance of the
Contractor, and, as such, are considered by the PET when conducting its
evaluation.
(b)
Subject to paragraph 5.1 (e) and 5.3 of this Annex, the PIF available for
award in any Contract Year shall be automatically reduced for each CN the
Contractor receives in that Contract Year as follows:
i.
The first CN will result in a reduction of 10% of total available
PIF;
ii.
The second CN will result in a reduction of 40% of total available
PIF; and
iii.
The third CN will result in a reduction of 100% of total available
PIF.
(c)
A CN will be issued by the Contracting Authority with a QCAR detailing
the concern and will include a deadline for the Contractor to resolve the
issue to the satisfaction of the Contracting Authority.
(d)
A CN may be issued for concerns deemed significant enough by the
Contracting Authority to warrant a CN, including, but not limited to:
(e)
i.
failing to achieve and maintain compliance with applicable
environmental laws and regulations;
ii.
failing to manage and perform IQ Work in accordance with the
Contract and IQ Task Authorization;
iii.
failing to achieve and maintain compliance with applicable
occupational health and safety laws and regulations;
iv.
failing to manage and perform Work in accordance with the
Contract and SOW;
v.
failing to fly the minimum airlift hours for each zone; or
vi.
failing to meet the Mandatory Requirements for Inuit Benefits.
Should a QCAR be resolved effectively, efficiently and to the satisfaction
of the Contracting Authority during the Contract Year in which the PIF
award is being considered, resulting in minimized risk and negative impact,
Page 143 of - de 171
then the PIF Board may take this into consideration when applying the
reduction towards the PIF award.
(f)
5.2
Should the QCAR not be resolved as required in (e), then the PIF
reductions in (b) shall be applied by the Board to any PIF award.
Failing to Achieve the Mandatory Requirements for Inuit Benefits
Failure to achieve the Mandatory Requirements for Inuit Benefits as specified in
Annex D in any Contract Year will result in no IB PIF being awarded for that
Contract Year. Should a CN be issued with respect to IB requirements, such CN
may also impact the award of any Mission Performance PIF.
5.3
Failing to Achieve the Required Minimums for Mission Performance
In each Contract Year, the minimum Mission Performance requirements of the
FFP portion of the Contract as set forth in the SOW must be met before a Mission
Performance PIF award will be considered. Failure to achieve the minimum
Mission Performance requirements will result in no mission performance PIF for
that Contract Year. Should a CN be issued with respect to minimum Mission
Performance requirements, such CN may impact the award of the other available
Mission Performance PIF, but will not impact the award of IB PIF.
F6.
F7.
CHANGES TO THE PIF PROGRAM
(a)
Canada may, at its discretion modify the various PIF award categories and or the
percentage of PIF available for each PIF award category to encourage exceptional
performance in areas deemed crucial or important to the successful operations and
maintenance of the NWS.
(b)
In such an event, the Contracting Authority will issue a revised Annex "F" by way
of an administrative amendment and the revised Annex "F" shall apply to the
following Contract Year.
NO WAIVER OR LIMIT
PIF is an incentive program, not a mechanism by which Canada manages the failure to
achieve Contract requirements; such mechanisms are described elsewhere in the Contract.
A reduction or award of PIF does not operate as a waiver or limit on the rights or
remedies otherwise available to Canada regarding Contractor performance or
non-performance including the issuance of Contract Notices.
Page 144 of - de 171
APPENDIX 1 - PIF Award Tables
Table 2 - IB PIF for FFP
IB
(% of FFP)
[ 13.00%
13.50%
14.00%
14.50%
15.00%
15.50%
16.00%
16.50%
17.00%
17.50%
18.00%
18.50%
19.00%
19.50%
20.00%
20.50%
21.00%
21.50%
22.00%
22.50%
23.00%
23.50%
24.00%
24.50%
m25.00%
IB PIF Received
(% of PIF)
0.00%
0.70%
1.10%
1.80%
2.90%
4.70%
7.60%
11.90%
18.20%
26.90%
37.80%
50.00%
62.20%
73.10%
81.80%
88.10%
92.40%
95.30%
97.10%
98.20%
98.90%
99.30%
99.60%
99.80%
100.00%
Page 145 of - de 171
Table 3 - IB PIF for IQ
IB
(% of FFP)
0.00%
1.00%
2.00%
3.00%
4.00%
5.00%
6.00%
7.00%
8.00%
9.00%
10.00%
11.00%
12.00%
13.00%
14.00%
15.00%
16.00%
17.00%
18.00%
19.00%
20.00%
21.00%
22.00%
23.00%
24.00%
25.00%
26.00%
27.00%
28.00%
29.00%
m30.00%
IB PIF Received
(% of PIF)
0.00%
0.60%
0.80%
1.20%
1.70%
2.40%
3.50%
4.90%
7.00%
9.80%
13.60%
18.50%
24.80%
32.30%
40.90%
50.00%
59.10%
67.70%
75.20%
81.50%
86.40%
90.20%
93.00%
95.10%
96.50%
97.60%
98.30%
98.80%
99.20%
99.40%
100.00%
Page 146 of - de 171
Table 4 - LRR Availability PIF
LRR Availability
(% of FFP)
96.00%
96.25%
96.50%
96.75%
97.00%
97.25%
97.50%
97.75%
98.00%
98.25%
98.50%
98.75%
99.00%
99.25%
99.50%
99.75%
100.00%
RA PIF Received
( % of PIF)
0.00%
0.10%
0.20%
0.60%
1.70%
4.60%
11.80%
26.80%
50.00%
73.20%
88.20%
95.40%
98.30%
99.40%
99.80%
99.90%
100.00%
Page 147 of - de 171
ANNEX "I"
DEFINITIONS AND ACRONYMS
I1. Definitions In this Contract, the following terms shall have the following meaning:
Administrative Support MSE means passenger and light cargo carrying vehicles assigned to
support day to day site operations.
Allowable Criteria to Achieve Inuit Benefits (ACIB) means those Inuit Benefits which may be
used to achieve the IB FFP Commitment in a Contract Year, such as engaging temporary
workers, subcontracting to IOCs and Reinvestment Initiatives.
Attended LRR Site means an LRR site which, although normally unmanned, has a contingent of
at least 6 persons executing Work at the site for no less than seven (7) consecutively scheduled
days.
Authority Granting Access means the individual given authority by the Contractor to grant
access.
Beyond Economical Repair (BER) means a condition classification assigned to unserviceable
equipment which is either obsolete, or as the result of the application of financial criteria, is
considered uneconomical to repair because such repair costs will exceed seventy-five percent
(75%) of the acquisition costs (excluding transportation costs) for replacement equipment.
Bitmap Logger (BML) means, for the AN/FPS 124, the Oracle database that captures all radar
set parameters, alarms, faults and switch actions.
Canadian Air Defence Sector (CADS) means the military operational organization established
within 22 Wing North Bay having control and operating authority for the NWS.
Canadian Forces Fire Marshall (CFFM) means the authority having jurisdiction for all fire
protection and prevention issues for the NWS.
Category (CAT-1) GFE MSE means GFE MSE required for daily site operations, or otherwise
to support normal operations.
Category (CAT-2) GFE MSE means GFE MSE required to supplement site operations on a
periodic basis.
Ceiling Price means the maximum price to be paid to the contractor as established in the contract
and beyond for which the contractor will not receive additional compensation for the defined
work. As provided in the contract, the ceiling price may be subject to downward revision based
on a pre-established payment formula.
Page 148 of - de 171
Collocated Site means an occupied Logistical Support Site (LSS) collocated with the CAM-M or
the FOX-M radar stations.
Complex Project difficulty arising from managing and keeping track of huge numbers of different
interconnected tasks and activities; complexity arising from interconnection between multiple
interdependent solution options, normally where there are no precedence for that technique or
approach in the organization. This can also apply to very technical or design problems where
complexity is created by ambiguity related to multiple potential interpretations of goals or
objectives. Also relates to changing environmental or strategic direction outside the control of the
project team.
Comprehensive Land Claim Agreement (CLCA) means the Inuvialuit Final Agreement; Nunavut
Land Claims Agreement; or the Labrador Inuit Land Claims Agreement, as the context requires;
and Comprehensive Land Claim Agreements (CLCAs) means one or more of them, as the
context requires.
Configuration Item (CI) means an aggregation of hardware and/or software, or any of its
discrete portions, which satisfies an end use function and is designated for configuration
management.
Configuration Management means the process that identifies functional and physical
characteristics of an item during its life cycle, controls changes to those characteristics, provides
information on status of change actions and audits the conformance of configuration items to
approved configuration baselines.
Consumables mean items that are (i) consumed or expended or which lose original identity by
incorporation in or attachment to another assembly; (ii) under five thousand dollars (Cdn) in
value; and (iii) not ITAR/CTAT controlled items.
Contract Year means the 1st day of April of one year to the 31st day of March of the following
year.
Controlled Technology Access and Transfer (CTAT) means technical data (including software),
material or equipment that is specifically designed or modified for strategic or military purpose.
Cooperation Agreement between Inuvialuit Regional Corp (IRC) and DND means the
agreement between the IRC and the DND regarding participation of the Inuvialuit in the activities
occurring on NWS sites in the Inuvialuit Settlement Region.
Corrective Maintenance (CM) means those actions taken to restore full serviceability after
failure/functional degradation has occurred and includes all repair and replacement tasks not
previously identified in the Contractor's Preventive Maintenance Plan. Corrective maintenance is
also referred to as Labour Use Code (LUC) 74 maintenance.
Page 149 of - de 171
Corrective Maintenance (CM) Job Limit means the initial twenty-five-thousand dollars in costs
(excluding any material that may be supplied as GFM) for each corrective maintenance (CM) job
which is paid by the Contractor and not reimbursed by Canada or claimable under this Contract.
Cost means cost determined in accordance with Contract Cost Principles DSS-MAS 1031 2.
Customer Support Request (CSR) means requests for site access and support, submitted by
Canada or its representatives who are directly involved in the operation and maintenance of the
NWS.
Depot Level Maintenance means maintenance activities including the repair, fabrication,
rebuilding, assembly overhaul, modification, prototyping, refurbishment, rebuilding, test, analysis,
repair-process design, in-service engineering, upgrade, painting and disposal of parts, assemblies,
subassemblies, software, components, or end items that require shop facilities, tooling, support
equipment, and/or personnel of higher technical skills, or processes beyond the organizational
level capability.
Direct Labour Hours means those hours of labour expended by Contractor personnel or
Temporary Workers who are directly involved in the provision of actual hands-on Work and
excludes those activities not directly related to the hands-on Work, including management,
administrative support, supervision, travel time or other indirect efforts.
EcoNet means the database used to track information related to fuel storage tanks, contaminated
sites and solid wastes landfills managed by DND/CF (eg. Location, type, contents, compliance
etc.), including compliance with applicable laws and regulations.
Electronic Support Equipment means equipment required to support either Prime Mission
Equipment (PME) or site operations (i.e. Telephone PBX).
Emergency Maintenance means maintenance that is required to be done in order to prevent or
correct failure that involves immediate risk to life, limb, the environment or Government property.
Emergency maintenance is also referred to as Labour Use Code (LUC) 72 maintenance.
Engineering Change Request (ECR) means a request for an engineering change to: correct a
drawing or engineering document error; correct a usability, reliability or safety problem; fix a
software problem or product defect; improve performance and/or functionality; improve
productivity; lower cost; incorporate new customer requirements; enhance installation, service or
maintenance; or, respond to regulatory requirements.
Equipment Status Reports means a report detailing equipment status changes for PME subject to
and prepared in accordance with CFACM 50-301 (ESR Procedures Manual).
Expendability, Reparability, Recoverability Category (ERRC) means a categorization process
that identifies ownership (US or Canadian), type of equipment and reparability.
Page 150 of - de 171
Fire Services Manager means the designated Contractor representative having responsibility for
maintenance and implementation of the Fire Services Plan, and the organization, management and
functions of the Industrial Fire Brigade.
Fire Services Training Coordinator means the designated Contractor representative having
responsibility for coordinating effective, consistent, and quality training within the Industrial Fire
Brigade training and education program.
Firm Fixed Price (FFP) means the price for Work which normally is not subject to any
adjustment unless certain provisions (such as a Contract change or variation in quantity) are
included in the Contract.
First Line Maintenance means field level maintenance (replacement).
Government Furnished Equipment Mobile Support Equipment (GFE MSE) means those
vehicles or equipment provided by DND (NWSO) for the Contractor's use in direct support of the
operation and maintenance of the NWS.
Government Property means all materials, parts, components, specifications, equipment,
software, articles and things supplied to the Contractor by or on behalf of Canada for the
purposes of performing the Contract including, for greater certainty the NWS and anything
acquired by the Contractor in any manner in connection with the Work the cost of which is paid
by Canada under the Contract, including government issue under the Defence Production Act.
Incipient Level Fire Fighting means fire fighting performed inside or outside of an enclosed
structure or building in which the progression has not developed beyond that which can be
extinguished using either portable fire extinguishers or hand lines flowing up to 473l/min (125
gpm).
Increased Readiness/Reconstitution means the manning of an otherwise unattended site to
ensure an increased level of readiness to decrease response time on PME to 15 minutes.
Indefinite Quantity Labour Categories are defines as follows:
CATEGORY
DESCRIPTION
Page 151 of - de 171
Professional Engineer
A person who holds a current designation as a
professional engineer in one or more Canadian
province and/or territory.
engineer
A person who:
1) has a bachelor's degree in engineering from
a Canadian university with an accredited
engineering program, but who does not hold a
current designation as a professional engineer
in a Canadian province or territory;
Engineering Technologist
Drafting Technologist
Project Coordinator
Journeyman
Apprentice
Professional
Skilled Labour
Cook/Chef
Janitor
Site Supervisor
2) has a degree in engineering from outside of
Canada, but which is recognized as being
equivalent by a Canadian university with an
accredited engineering program.
A person who has a diploma in engineering
technology from a post secondary educational
institution.
A person who has a diploma in drafting
technology from a post secondary educational
institution.
A person who has the educational background
and/or the work experience to assume
responsibility for the on-site implementation of
a given IQ project.
A person who is a certified journeyman in at
least one Canadian province or territory.
A person who is not a journeyman, but is
working in a trade under the supervision of a
certified journeyman.
Aside from the professional categories noted
above, a person who has the academic
credentials to qualify as a professional in their
field of practice.
A person who has experience in a particular
field, but lacks the academic credentials to
qualify as a professional in that field.
A person who is qualified to provide culinary
services .
A person who has the requisite experience to
provide janitorial services.
A person who has the requisite experience to
supervise the day to day operation of a Long
Page 152 of - de 171
Wildlife Monitor
Unskilled Labourer
Range Radar site when it is attended for the
purpose of implementing IQ work.
A person qualified and authorized to provide
persons working outdoors with protection
from dangerous wildlife .
A person who is performing a task which
requires no formal education or experience.
Indefinite Quantity (IQ) Requirements means those requirements that cannot be included in the
FFP of the Contract as the scope, frequency, predictability recurrence cannot be determined
precisely. Indefinite quantity requirements are also referred to as Labour Use Code (LUC) 76
requirements.
Industrial Fire Brigade means an organized group of at least 3 individuals within an industrial
occupancy who are knowledgeable, trained, and skilled in, at a minimum basic fire-fighting
operations, and whose full-time occupation may or may not be the provision of fire suppression
and related activities.
International Traffic in Arms Regulations (ITAR) means those regulations pursuant to the
Arms Export Control Act of the United States of America, which control the export and import
of defence-related articles and services on the United States Munitions List.
Inuit Beneficiary means an individual who is registered with an LCA.
Inuit Benefits (IBs) means those benefits for Inuit Beneficiaries as described in the Inuit Benefits
Plan and which are achieved in a CLCA region.
Inuit Benefits Firm Fixed Price Commitment (IB FFP Commitment) means the Inuit Benefits
which must be derived from the Firm Fixed Price portion (excluding profits and taxes) of the
Work in each Contract Year and is equivalent to thirteen percent (13%) of the FFP portion of the
Work (excluding profits and taxes) for that Contract Year.
Inuit Benefits on Firm Fixed Price (IB FFP) means those Inuit Benefits achieved through FFP
Work.
Inuit Benefits on Indefinite Quantity (IB IQ) means those Inuit Benefits achieved through IQ
Work.
Inuit Training and Development Program (ITD Program) means the Contractor proposed and
Canada approved Inuit training and development program.
Inuit-Owned Company (IOC) means a business entity: (i) located in a CLCA region; (ii) which
meets the requirements of such CLCA to be designated as an IOC under that CLCA; and (iii) is
confirmed as an IOC by the LCA for that CLCA.
Page 153 of - de 171
Labour Use Code means the code used to track deployment of labour for specifically identified
activities or Work. For example, Labour Use Code LUC 72 - Emergency Maintenance.
Land Claims Authority (LCA) means the authority related to CLCAs as follows: (i) for the
Inuvialuit Final Agreement, the Inuvialuit Regional Corporation; (ii) for the Nunavut Land Claims
Agreement, the Nunavut Tunngavik Inc.; (iii) for the Labrador Inuit Land Claims Agreement, the
Nunatsiavut Government;
and Land Claims Authorities (LCAs) means one or more LCA, as the context requires.
Limited Technical Inspection (LTI) means a detailed mechanical inspection to determine if
equipment is functioning in a manner and to a standard to which it was designed, or which is
required in a given set of circumstance.
Line Repairable Unit (LRU) means a component that can be replaced at first line maintenance.
Logistical Support Site (LSS) means a warehouse and staging site for first line maintenance and a
workshop where technicians perform limited second line maintenance.
Long Range Radar (LRR) means an air surveillance system capable of detection and
interrogation of targets up to 250 nautical miles, and includes the AN/FPS-117 radar.
Long Term Tenants means NWSO and NWSO sponsored representatives that are at collocated
sites for an extended period of time and include AFTAC personnel at LSS Cambridge Bay and the
Airlift Carrier crews at Hall Beach and Cambridge Bay.
Maintenance Control System (MCS) means the system that controls the AN/FPS 117 radar and
determines faults, provides status of the system and reconfigures radar set for optimization.
Major Engine Overhaul means a fixed scope of work including, but not limited to the
replacement of components from both the top end and bottom end of an engine intended to return
it to as close to its original specification as possible.
Manager for the purpose of Inuit Benefits this means a Contractor employee who oversees and is
accountable for the activities of five or more Contractor employees, and has financial management
responsibilities, and includes manager trainees.
Mandatory Requirements for Inuit Benefits (MRIB) means those Inuit Benefits which must be
achieved by the Contractor in each Contract Year as more fully described in Annex D of the
Contract.
Mean Time Between Failure (MTBF) means the predicted elapsed time between inherent
failures of a system during operation.
Mean Time To Repair (MTTR) means the average time required to repair a failed component or
device.
Page 154 of - de 171
Medical Emergency means a personal injury or illness which is a direct threat to life and/or limb.
Minor CM means a CM having an estimated completion time of less than one hour of labour and
for which the required resources are available on site.
Minor Modification means work completed under the fixed firm price contract requiring any
change to form, fit or function (whether or not the item is configuration managed or not) where
estimated costs do not exceed $25,000 per job. Minor modifications are also referred to as
Labour Use Code (LUC) 78 modifications.
Minor Engine Overhaul means a fixed scope of work including, but not limited to the
replacement of components from the top end on an engine, and an inspection of the bottom end,
to ensure its continued performance until it is due for a major overhaul.
Mission Capable (MICAP) means to report and resolve mission capability of the radar due to
failed parts.
Mission Control Commander (MCC) means the operational authority for the CADS.
MSE Job Limit means the limit for MSE, being eighty (80) or less hours to complete a specific
MSE task.
NATO Stock Number (NSN) means the 13-digit numeric coding system used to define and
identify NATO military supply equipment. This is referred to in the USA as the National Stock
Number.
Normal Readiness means 96% availability as calculated in accordance with Section 5, Table 5-2.
Normal Work Day means eight (8) consecutive hours, exclusive of a meal period.
North Warning System Control Centre (NWSCC) the focal point for reporting in all matters
relating to mission operations, located in the North Bay Above Ground Complex.
North Warning System Support Centre (NWSSC) located at 22 Wing North Bay and provides
depot level maintenance, training and logistics support for the AN/FPS-124 radar, LHCN
equipment, and electronic control components of the NWS Power Generation Systems (PGS) and
their associated Static Uninterruptible Power Supply (SUPS) units.
Notice to Airmen (NOTAM) means a notice submitted to NAV CANADA containing
information concerning the establishment, condition or change in any aeronautical facility, service,
procedure or hazard, the timely knowledge of which is essential to personnel concerned with
flight operations.
Page 155 of - de 171
NWS means the North Warning System as more specifically described in Section 1 of the NWS
SOW.
Occupational Health and Safety Incident means an injury to a person which may require the
application of first aid or medical treatment, but does not pose a threat to life or limb.
Operational Imperative means a situation where the contractor is required to initiate, redirect or
refocus work effort as a result of a military priority requirement.
Performance Database Support Software (PDSS) means an Oracle database that captures all
AN/FPS 117 radar set parameters, alarms, faults and switch actions.
Power Generating System (PGS) means a system which provides power to sustain complete
operation of the LRR and SRR sites and equipment on a 24 hour/day, 365 day /year basis.
Predictive Maintenance means a maintenance process which determines the condition of in-service
equipment in order to predict when maintenance should be performed.
Preventive Maintenance (PM) means predetermined, recurring and scheduled work to service
and preserve NWS equipment and Government Property, including MSE, so that it can effectively
meet its designed purpose with a minimum of unscheduled downtime and to prolong its useful
life, in accordance with an established preventive maintenance program described in SOW Parts
13.C1 and 14.C.1. Preventive maintenance is also referred to as Labour Use Code (LUC) 73
maintenance.
Preventive Maintenance Inspection (PMI) means the care and servicing by personnel for the
purpose of maintaining equipment and facilities in satisfactory operating condition by providing
for systemic inspection, detection and correction of incipient failures either before they occur or
before they develop into major defects.
Prime Mission Equipment (PME) means those elements of the NWS that provide radar data to
the North Bay Above Ground Complex along with Ground/Air/Ground voice communications
access including: the AN/FPS-117 radar; the AN/FPS-124 radar; the G/A/G radios and the
LHCN;
Realty Asset Information System (RAIS) means a database used to track and report on the
inventory of realty assets across CF/DND, and provides the ability to associate property data with
environmental data, construction engineering information and facilities investment information by
extracting data from other Infrastructure and Environment (I&E) applications.
Reimbursable Customer Support Request (CSR) means requests submitted by Canada for site
access and support when Canada has entered into separate arrangements with consultants,
contractors and/or other parties to assist Canada in the performance of this Contract.
Page 156 of - de 171
Reinvestment Initiatives means those initiatives proposed by the Contractor and accepted by
Canada, which are carried out in the CLCA regions for the benefit of Inuit Beneficiaries (for
example, profit sharing with IOCs).
Remote Control Group (RCG) means, the monitoring and control system which controls the
AN/FPS 124 radar and determines faults, provides status of the system, reconfigures radar set for
optimization, in conjunction with the BML.
Report of Surplus (ROS) means a report describing all surplus items held in inventory.
Response Time means the elapsed time from when a requirement is identified, by or to the
Contractor, until (i) the requisite qualified personnel, equipment, necessary tools and
parts/materials are on site and available; and (ii) work is commenced at the work site.
Salary or Salaries means those wages paid to full-time or permanent part-time employees of the
Contractor employed for the purposes of the Work under the Contract and includes benefits paid
to such employees but does not include bonuses, lump sum payments, management incentive
payments or severance payments.
Second Line Maintenance means workshop level maintenance (repair).
Security Incident means any incident which compromises or has the potential to compromise the
physical security of NWS sites or the NWS Contractor's sites, NWS electronic data or hard copy
data; constitutes or could constitute a controlled goods violation; theft; vandalism; and, incidents
or threats of physical violence.
SeeSOR means the monitoring and performance reporting software program used to evaluate
service delivery directly against the SOW requirements
Self-Help Project means work designed and implemented by the Contractor at no cost to Canada
(including labour and material), and requiring no dedicated Government furnished transportation.
Self-help projects are also referred to as Labour Use Code (LUC) 77 projects.
Shop Repairable Unit (SRU) means a component that can be repaired/replaced at second or third
line maintenance.
Short Range Development (SRD) Site means a fully operational Short Range Radar site located
outside of North Bay, Ontario, used for testing and development of modifications prior to them
being implemented on the NWS, and for the training of staff on SRR site systems and equipment.
Short Range Radar (SRR) means an air surveillance system capable of detection and
interrogation of targets up to 130 nautical miles and includes the AN/FPS-124 radar.
Significant Incident means (i) any incident, excluding those specifically described in the SOW
(fire, medical emergency, medical incident, environmental, security, aircraft overdue, aircraft
Page 157 of - de 171
incident and vehicle incident), that could cause concern for the DND, Canadian Forces or
Minister of National Defence as described in Defence Administrative Orders and Directives
(DAOD) 2008-3 "Issue and Crisis Management", or otherwise negatively impacts NWS B77
operations, (ii) a requirement to quarantine fuel or any incident involving quarantined fuel and (iii)
any corrective maintenance item with a total cost to repair above the CM Job Limit.
Site Display Units (SDUs) means a display unit for the UPX 39 MSSR control the radar and
determine faults, provide status of the system and reconfigure radar set for optimization.
Standing Job means work performed for a predetermined requirement which recurs regularly in
the same location, for which an accurate job description is written, but for which resource
requirements cannot be accurately forecasted. Standing jobs are also referred to as Labour Use
Code (LUC) 75 jobs.
Stocktaking means the procedure of counting and reconciling actual holdings of Government
Supplied Materiel and Government Furnished Equipment (GFM/GFE) held under the Contractor's
responsibility with applicable records and documentation in a given point in time.
Supervisor for the purpose of Inuit Benefits this means a Contractor employee who oversees and
is accountable for the activities of two or more Contractor employees, and includes Supervisor
trainees.
Support Equipment means all other NWS systems other than those identified as PME. This
includes Power Generation Systems (PGS); fuel systems; ventilation systems; electrical
distribution systems; and Static Uninterruptable Power Supply (SUPS).
Systems Maintenance (SM) Section means the Military Section located in the above Ground
Complex in North Bay, being the operational control authority for the NWS.
Technical Library means the Contractor maintained central registry and distributing authority for
all NWS-related publications, technical documentation and drawings.
Temporarily Attended Site means a radar station that has personnel stationed at the station for a
specified period of time for specific projects or maintenance activities. The radar station is
considered to be a Temporarily Attended Site during the period of time that personnel are
stationed at the site.
Temporary Worker means an individual engaged for a specifically defined task and/or specifically
defined period, who is not on the Contractor's payroll and who is not entitled, at law, to benefits.
Third Line Maintenance means depot level maintenance (refurbishment).
Third Party Support (TPS) means the support provided by the Contractor to an individual, a
group of individuals or a Government or corporate organization involved in operations or
activities not directly associated with the operation and maintenance of the NWS, and for which
Page 158 of - de 171
the Contractor's costs is to be reimbursed by that individual, or the group of individuals or by that
Government or corporate organization.
Third Party Support (TPS) means support provided to an individual, a group of individuals or a
Government or corporate organization involved in operations or activities not directly associated
with the operation and maintenance of the NWS.
Transaction means an activity as identified in a Transaction Table.
United States Air Force Supply System Operating Instructions (SSOI) means operating
instructions which detail procedures to operate the USAF Enterprise Solution-Supply (ES-S) in
order to track USAF-owned assets (GFA).
United States Federal Logistics Catalogue (FED LOG) means the US logistics information
system that allows retrieval of information from the Federal Logistics Information System (FLIS).
United States Government Furnished Assets (GFA) means assets supplied by the United States
Air Force (USAF) that pertain to radars, radomes, and G/A/G radios, and their integral
components as specified in USAF technical orders, including test equipment, for use by the
Contractor in providing the Work.
Unsatisfactory Condition Report (UCR) means a document used to report deficiencies in NWS
equipment, material, software, and technical documentation, maintenance procedures and training.
Variation in Quantity (VIQ) has that meaning as is provided in Annex B of the Contract
Wildlife Monitor or bear monitor means an individual responsible for monitoring for wildlife,
providing protection and preservation of/from wildlife to/from NWS visitors.
Work Management System means a computerized system that provides the resources necessary
to effectively and efficiently manage the Work for the duration of the Contract.
I2. The follow acronyms shall apply to this Contract:
AA
AANDC
ACIB
AFB
AFTAC
AICC
ALC
API
AQAP
ATE
Accountable Advance
Aboriginal And Northern Development Canada
Allowable Criteria For Achieving Inuit Benefits
Air Force Base
Air Force Technical Applications Centre
Airborne Intercept Common Control
Air Logistics Centre
American Petroleum Institute
Allied Quality Assurance Publication
Automatic Test Equipment
Page 159 of - de 171
AWOS
BCP
BER
BML
C&A
C&E
CA
CADC
CADD
CADS
CARS
CCC
CCR
CDF
CDN
CD-ROM
CEA
CEAA
CECAB
CET
CF
CFAA
CFFM
CFR#
CFSM
CFTO
CGP
CGSC
CI
CISD
CLC
CLCA
CM
CMO
CMS
CN
CO2
COMSEC
COTS
CPAR
CPCI
CPIN
Automated Weather Observation System
Business Continuity Plan
Beyond Economical Repair
Bit Map Logger
Certification And Accreditation
Communications And Electronics
Contract Authority
Crown Assets Disposal Corporation
Computer Aided Design And Drafting
Canadian Air Defence Sector
Canadian Aviation Regulations
Care, Custody And Control
Canadian Coastal Radar
Central Distribution Frame
Canadian
Compact Disk - Read Only Memory
Certified Environmental Auditor
Canadian environmental Assessment Act
Canadian Environmental Certification Approvals Board
Certified Engineering Technologist
Canadian Forces
Canadian Fire Alarm Association
Canadian Forces Fire Marshall
Canadian Forces Registration Number
Canadian Forces Supply Manual
Canadian Forces Technical Order
Controlled Goods Program
Canadian Government Cataloguing System
Configuration Item
Canadian Industrial Security Directorate
Canada Labour Code
Comprehensive Land Claim Agreement
Corrective Maintenance
Contract Management Office
Control And Monitoring System
Contract Notice
Carbon Dioxide
Communications Security
Commercial Off The Shelf
Contractor Performance Assessment Report
Computer Program Configuration Items
Computer Program Identification Number
Page 160 of - de 171
CPR
CRYPTO
CSA
CSEC
CSN
CSO
CSR
CSTB
CTAT
CTS
CY
DAEPM
DAOD
DAP
DEG
DEW
DIMSEC
DLA
DLCU
DND
DOD
DOLI
DREAM
DRMIS
DSCO
EC
ECR
EDP
EIA
EIN
EMS
EP
EPP
ERM
ERP
ERRC
ERT
ESD
ESR
ES-S
F&LS
FAT
Cardiopulmonary Resuscitation
Cryptographic
Canadian Standards Association
Communications Security Establishment Canada
Canadian Switchboard Network
Company Security Officer
Customer Support Request
Communications Systems Test Bed
Controlled Technology Access And Transfer
Course Training Standards
Current Year
Directorate Of Aerospace Equipment Program Management
Defence Administrative Orders And Directives
Directorate Of Aerospace Procurement
Diesel Electric Generator
Distant Early Warning
Director Information Management Security
Defence Logistics Agency
Distant Early Warning Line Clean Up
Department Of National Defence
Department Of Defence
Date Of Last Inventory
Deficiency Report Entry And Mail Submitter
Defence Resource Management Information System
Director Of Supply Chain Operations
Environment Canada
Engineering Change Request
Emergency Destruction Plan
Environmental Impact Assessment
Equipment Identification Number
Environmental Management System
Environmental Protection
Environmental Protection Plan
Emergency Response Manager
Emergency Response Plan
Expendability Recoverability Repairability Category
Emergency Response Team
Electrostatic Discharge
Equipment Status Report
Enterprise Solution - Supply
Fire And Life Safety
Factory Acceptance Test
Page 161 of - de 171
FCA
FCP
FCS
FEDLOG
FFP
FIFO
FOB
FSP
FY
FYO&SP
G/A/G
GFA
GFE
GFM
GG
GPC
GQA
GST
HAZMAT
HAZWOPER
HPA
HPR
HR
HRSDC
HST
HVAC
IAW
IB
IFA
IMS
IOC
IQ
IRC
ISO
IT
ITAR
ITD
ITDP
ITSD
JV
LCA
Facility condition Assessment
Federal Contractors Program
Facility Condition Survey
Federal Logistics Data
Fixed Firm Price
Fist In First Out
Freight On Board
Fire Services Plan
Fiscal Year
Five Year Operations And Sustainment Plan
Ground-Air-Ground
Government Furnished Asset
Government Furnished Equipment
Government Furnished Material
Ground Ground
Government Purchase Card
Government Quality Assurance
Goods And Services Tax
Hazardous Material
Hazardous Waste Operations And Emergency Response
Training
Hazardous Products Act
High Priority Requirement
Human Resources
Human Resources And Skills Development Canada
Harmonized Sales Tax
Heating Ventilating And Air Conditioning
In Accordance With
Inuit Benefits
Inuvialuit Final Agreement
Information Management System
Inuit Owned Company
Indefinite Quantity
Inuvialuit Regional Corporation
International Standards Organization
Information Technology
International Traffic In Arms Regulations
Inuit Training And Development
Inuit Training And Development Plan
Information Technology Security Directive
Joint Venture
Land Claim Agreement
Page 162 of - de 171
LCMM
LCMS
LHCN
LOCID
LRR
LRU
LSS
LSS-C
LSSE
LSS-F
LSS-G
LSS-I
LSS-Q
LTI
LTMP
LUC
MCS
MICAP
MOU
MRIB
MS
MSC
MSDS
MSE
MSSR
MTBCMA
MTBF
MTTR
NAADM
NATO
NBCC
NDQAR
NDSI
NDT
NFCC
NFPA
NMS
NORAD
NSN
NWB
NWS
NWSCC
Life Cycle Material Manager
Life Cycle Management Services
Long Haul Communication Network
Location Identification
Long Range Radar
Line Replaceable Unit
Logistics Support Site
Logistics Support Site Cambridge Bay
Life Safety Systems Electronics
Logistics Support Site Hall Beach
Logistics Support Site Goose Bay
Logistics Support Site Inuvik
Logistics Support Site Iqaluit
Limited Technical Inspection
Long Term Maintenance Plan
Labour Use Code
Maintenance Control system
Mission Capable
Memorandum Of Understanding
Mandatory Requirements For Achieving Inuit Benefits
Microsoft
Meteorological Services Canada
Material Safety Data Sheet
Mobile Support Equipment
Monopulse Secondary Surveillance Radar
Mean Time Between Corrective Maintenance Action
Mean Time Between Failure
Mean Time To Repair
North American Air Defence Modernization
North American Treaty Organization
National Building Code Of Canada
National Defence Quality Assurance Region
National Defence Security Instructions
Non-destructive Testing
National Fire Code Of Canada
National Fire Protection Association
National Master Specification
North American Aerospace Defence (Command)
Nato Stock Number
Nunavut Water Board
North Warning System
North Warning System Control Centre
Page 163 of - de 171
NWSCI
NWSO
NWSSC
O&M
O/S
OEM
OH&S
ORA
OVL
P.ENG
PA
PBX
PCB
PET
PFET
PGS
PIF
PLC
PM
PME
PMI
PMP
PMR
PMSE
POL
PPE
PTG
PWGSC
QA
QAR
QC
QCARS
QDR
QETE
R&CS
R&O
R&Q
RADES
RAMM
RCG
RCMP
RDO
North Warning System Catalogue Identifier
North Warning System Office
North Warning System Support Centre
Operations & Maintenance
Operating System
Original Equipment Manufacturer
Occupational Health And Safety
Outside Repair Agency
Organization Visibility List
Professional Engineer
Project Authority
Public Exchange
Polychlorinated Biphenyls
Performance Evaluation Team
Portable Fire Extinguisher Training
Power Generation System
Performance Incentive Fee
Programmable Logic Controller
Preventive Maintenance
Prime Mission Equipment
Preventive Maintenance Inspection
Preventive Maintenance Program
Project Management Review
Prime Mission Support Equipment
Petroleum Oil And Lubricants
Personal Protective Equipment
Points To Go
Public Works And Government Services Canada
Quality Assurance
Quality Assurance Representative
Quality Control
Quality Corrective Action Report
Quality Deficiency Report
Quality Engineering Test Establishment
Radar And Communications Systems
Repair And Overhaul
Rations And Quarters
Radar Evaluation Squadron
Realty Asset Management Manual
Remote Control Group
Royal Canadian Mounted Police
Redistribution Order
Page 164 of - de 171
REMIS
RF
RICC
RMP
ROS
SACC
SAR
SCADA
SDR
SIN
SM
SNIC
SNUD
SOP
SOS
SOW
SRAL
SRCL
SRD
SRR
SRU
SSOI
STS
SUPS
TA
TASS
TB
TCTO
TDG
TDGA
TF
TIP
TO
TOP
TPS
TRA
UAR
UCR
UHF
ULC
US
USAF
Reliability and Maintainability Information System
Radio Frequency
Remote Interface Communications Controller
Risk Management Plan
Report Of Surplus
Standard Acquisition Clauses And Conditions
Search And Rescue
Supervisory Control And Data Acquisition
Supply Discrepancy Report
Social Insurance Number
System Maintenance
Snow And Ice Control
Stock Number User Directory
Standard Operating Procedure
Statement Of Sensitivity
Statement Of Work
Specific Resource allocation List
Security Requirements Check List
Short Range Development
Short Range Radar
Shop Replaceable Unit
Supply System Operating Instruction
Storage Tank Systems
Static Uninterruptable Power Supply
Technical Authority
Trusted Associate Sponsorship System
Technical Bulletin
Time Compliant Technical Order
Transportation Of Dangerous Goods
Transportation Of Dangerous Goods Act
Tab Format
Transition-In Plan
Technical Order
Transition-Out Plan
Third Party Support
Threat And Risk Assessment
Unattended Radar
Unsatisfactory Condition Report
Ultra High Frequency
Underwriters Laboratory Of Canada
United States
United States Air Force
Page 165 of - de 171
VFR
VHF
VIN
VIQ
VMN
WCN
WHMIS
WO
WSIB
Visual Flight Rules
Very High Frequency
Vehicle Identification Number
Variation In Quantity
Video Monitoring System
Work Control Number
Workplace Hazardous Materials Information System
Work Order
Workplace Safety And Insurance Board
Page 166 of - de 171
ANNEX "J"
MANAGEMENT INCENTIVE PROGRAM
J1.
General
A Management Value Incentive Program (MVIP) promotes the reduction of costs of
Work delivery, while maintaining or improving performance of the Work. MVIP provides
for the reimbursement of Contractor Implementation Costs, as well as a sharing of Net
Savings for those MVIPs accepted by Canada.
The Contractor is encouraged to voluntarily undertake an MVIP in the performance of the
Work by investing its own resources to develop and submit MVIP change proposals for
review by Canada.
In order to qualify as an MVIP under the Contract, the proposed change must:
a)
b)
c)
J2.
relate to an existing Contract requirement for which the Contractor is required to
obtain prior approval from Canada for a formal amendment to the Contract;
result in actual cost reductions/ savings to Canada that can be clearly defined and
measured; and
not degrade overall performance, quality, maintainability, or reliability of the NWS.
Definitions
"Allowable Costs" shall be determined in accordance with the Contract Cost Principles
1031-2 (2012-07-16).
"Collateral Costs" means the costs to Canada that result directly from implementation of
the MVIP (such as any net increases in the cost of testing, operations, maintenance and
logistics support). The term does not include the normal administration costs of
processing the MVIP.
"Collateral Savings" means the savings to Canada that result directly from
implementation of the MVIP (such as any net decreases in the cost of testing, operations,
maintenance and logistics support).
"Contractor Implementation Costs" means the Allowable Costs the Contractor incurs
pursuant to an executed IQ Task Authorization and Contract amendment as approved by
the Contracting Authority.
"Gross Savings” means the reduction in price in the Work which is the subject of the
MVIP as a result of implementing the MVIP.
"Net Savings" means the Gross Savings minus the Contractor Implementation Costs.
Page 167 of - de 171
"Sharing Base" means the negotiated percentage distribution of the Net Savings to each
of the Contractor and Canada for an accepted MVIP.
J3.
MVIP Preparation and Submission
Each MVIP shall be submitted as a complete business case and, at a minimum, shall
include the following:
a)
A detailed description of the existing state, the proposed changes, the expected
impact in terms of efficiencies/cost savings, and an explanation as to whether the
proposal will result in short term or long lasting effects and savings; and
b)
At least the following financial data:
i.
ii.
iii.
iv.
v.
vi.
J4.
A detailed price breakdown of the existing Contract requirement;
A revised price breakdown of the Contract requirement showing the impact
of the MVIP;
An estimate of the Gross Savings achieved by the MVIP;
A detailed breakdown of the Contractor's Implementation Costs associated
with the MVIP;
A description and estimate of the Collateral Costs associated with the
MVIP; and
A description and estimate of the Collateral Savings associated with the
MVIP.
Sharing Base
Net Savings shall be shared between Canada and the Contractor on an x% + y% = 100%
basis where x% to the contractor and y% to Canada will be negotiated on a case-by-case
basis for each MVIP.
Collateral Costs and Collateral Savings shall be taken into consideration by Canada solely
to determine the acceptability of an MVIP as a good business case. These amounts shall
not be a factor in determining Net Savings.
J5.
Review and Acceptance/Rejection Process
Canada will review each MVIP and the Contracting Authority will respond within thirty
(30) days requesting additional information, advising on the status of the MVIP review, or
identifying that additional time is required to review and decide upon an action to be
taken.
The Contracting Authority will notify the Contractor in writing as to whether the MVIP is
accepted or rejected. If rejected, an explanation of the reasons for rejection will be
Page 168 of - de 171
provided. Should Canada decide to proceed with the MVIP, the Contracting Authority
and Contractor will negotiate the Sharing Basis.
The decision to accept or reject the MVIP is solely at the discretion of Canada. Canada
does not guarantee the acceptance of any MVIP submission at any time.
Should Canada accept the MVIP, the Contracting Authority will:
(i)
(ii)
issue an IQ Task Authorization to authorize the Contractor to proceed with the
implementation of the MVIP; and
issue a Contract amendment to capture the MVIP changes and/or modifications of
the Work, as well as the change to the costs.
Any amendment to the Contract shall only be effective upon execution by the Contracting
Authority and the Contractor. Any work or modifications conducted by the Contractor in
the absence of a Contract amendment is at the Contractor's sole risk and expense.
Upon approval of the MVIP, the Contractor must complete the Work required under the
Contract within the firm price specified, whether or not it implements the MVIP, unless an
increase is authorized by the Contracting Authority.
J6.
Payment
Canada shall reimburse one hundred percent (100%) of the Contractor Implementation
Costs as itemized in the Contract amendment. Payment shall be made in accordance with
the IQ Task Authorization.
Canada shall pay the Contractor x% of the Net Savings resulting from an accepted MVIP
as an incentive payment provided that the MVIP is complete and all Work is completed
with no remaining deficiencies and/or issues, and has been inspected and accepted by
Canada.
All costs are subject to audit by Canada.
MVIP payments shall not constitute excess profit under any profit audit by Canada, but
rather shall be set aside and considered Contract cost savings.
Page 169 of - de 171
ANNEX "K"
FEDERAL CONTRACTORS PROGRAM FOR EMPLOYMENT EQUITY CERTIFICATION
I, the Bidder, by submitting the present information to the Contracting Authority, certify that the
information provided is true as of the date indicated below. The certifications provided to Canada
are subject to verification at all times. I understand that Canada will declare a bid non-responsive,
or will declare a contractor in default, if a certification is found to be untrue, whether during the
bid evaluation period or during the contract period. Canada will have the right to ask for
additional information to verify the Bidder's certifications. Failure to comply with such request by
Canada will also render the bid non-responsive or will constitute a default under the Contract.
For further information on the Federal Contractors Program for Employment Equity visit
HRSDC-Labour's website.
Date:___/____/____(YYYY/MM/DD)
(If left blank, the date will be deemed to be the bid solicitation closing date.)
Complete both A and B.
A. Check only one of the following:
( ) A1.
The Bidder certifies having no work force in Canada.
( ) A2.
The Bidder certifies being a public sector employer.
( ) A3.
The Bidder certifies being a federally regulated employer being subject to the
Employment Equity Act.
( ) A4.
The Bidder certifies having a combined work force in Canada of less than 100
employees (combined work force includes: permanent full-time, permanent
part-time and temporary employees [temporary employees only includes those who
have worked 12 weeks or more during a calendar year and who are not full-time
students]).
A5.
The Bidder has a combined workforce in Canada of 100 or more employees; and
( ) A5.1. The Bidder certifies already having a valid and current Agreement to
Implement Employment Equity (AIEE) in place with HRSDC-Labour.
OR
( ) A5.2. The Bidder certifies having submitted the Agreement to Implement
Employment Equity (LAB1168) to HRSDC-Labour. As this is a
condition to contract award, proceed to completing the form
Agreement to Implement Employment Equity (LAB1168), duly signing
it, and transmit it to HRSDC-Labour.
Page 170 of - de 171
B. Check only one of the following:
( ) B1. The Bidder is not a Joint Venture.
OR
( ) B2.
The Bidder is a Joint venture and each member of the Joint Venture must provide
the Contracting Authority with a completed annex Federal Contractors Program
for Employment Equity - Certification. (Refer to the Joint Venture section of the
Standard Instructions)
Page 171 of - de 171
NWS O&M
CONTRACT RENEWAL
SOW Section 1:
NORTH WARNING SYSTEM
EXISTING CONCEPT OF OPERATIONS
AND
MAINTENANCE
NORTH WARNING SYSTEM OFFICE,
OTTAWA, ONTARIO
1/22
rev 1
Table of Contents
1.0
INTRODUCTION
2.0
AIM OF DOCUMENT
3.0
EVOLUTION OF ARCTIC SURVEILLANCE O&M
3.1
DEW Line Era Support.
3.2
North Warning System pre-2000.
3.3
NWS 2000 – 2013.
4.0
OVERVIEW OF THE NORTH WARNING SYSTEM TODAY
4.1
NWS Mission.
4.2
Geography and Environment Impact.
4.3
Equipment:
4.3.1
Prime Mission Equipment (PME).
4.3.2
Support Equipment.
4.3.3
Other Equipment Systems.
4.4
Facilites:
4.4.1
Radar Sites.
4.4.1.1
Long Range Radars (LRRs):
4.4.1.1.1
Main/LSS sites.
4.4.1.1.2
Main Sites.
4.4.1.1.3
Auxiliary (Aux) Sites.
4.4.1.1.4
East Coast Sites.
4.4.1.1.5
PIN-3 site.
4.4.1.2
Short Range Radars (SRRs):
4.4.1.2.1
Type I SRR sites.
4.4.1.2.2
Type II SRR sites.
4.4.1.2.3
SRR Research and Development Facility (SRD).
4.4.2
Logistics Support Sites (LSSs):
4.4.2.1
Attended:
4.4.2.2
Community Based:
4.4.3
North Warning System Control Centre (NWSCC).
4.4.4
North Warning System Support Centre (NWSSC).
4.5
Government Furnished Material.
4.6
Government Furnished Transportation.
5.0
OPERATIONAL GUIDANCE
5.1
Operational Priorities.
5.2
Operational Availability.
5.3
Operational Readiness.
5.3.1
Readiness-Normal.
5.3.1.1
Readiness-Normal–LRR.
5.3.1.2
Readiness-Normal–SRR.
5.3.1.3
Readiness-Normal–Ultra High Frequency (UHF) Radios.
5.3.1.4
Readiness-Normal–Very High Frequency (VHF) Radios.
5.3.2
Increased Readiness.
2/22
rev 1
5.4
Restoral of Service.
5.5
Site Preservation.
5.6
Airlift Support.
6.0
SERVICE DELIVERY CONCEPT
6.1
General.
6.1.1
Care, Custody and Control.
6.1.2
Zone Concept.
6.1.3
Unattended Radar Operation.
6.2
Remote Monitoring and Control.
6.2.1
General.
6.3
Logistics Support.
6.3.1
Depot.
6.3.2
Logistics Support Sites (LSS).
6.3.3
Fuel and fuel storage.
6.3.4
Material Resupply Process.
6.4
Maintenance Support
6.4.1
General.
6.4.2
Preventive Maintenance (PM).
6.4.3
Corrective Maintenance (CM).
6.4.3.1
First and Second Line.
6.4.3.2
Third Line.
6.4.3.3
Commercial Facility Repair.
6.4.4
Emergency Maintenance.
6.5
Other Responsibilities of Note
6.5.1
General.
6.5.2
Risk Ownership.
6.5.3
Environmental Stewardship.
6.5.4
Health and Safety.
6.5.5
Site Access Control:
6.5.5.1
Support to NWSO.
6.5.5.2
Support to non-NWSO Parties.
6.5.6
Life Cycle Management.
6.5.7
Sustainment Projects.
7.0
ORGANIZATIONAL INTERACTIONS
7.1
NWSO
7.2
Canadian Air Defence Sector (CADS):
7.3
22 Wing North Bay Facility Hosting.
7.4
USAF Technical Authorities.
7.5
USAF NWSO Detachment.
7.6
Regulatory Agencies.
7.7
Contractor Management Office (CMO):
ANNEX A - MAP OF THE NWS ZONES, LSS AND RADAR SITES
ANNEX B - LIST OF SITES
ANNEX C - FLIGHT DISTANCES
3/22
rev 1
NORTH WARNING SYSTEM
CONCEPT OF OPERATIONS
AND
MAINTENANCE
1.0
INTRODUCTION
1.1
During the early years of radar activity in the Arctic there was a
permanent military and civilian contractor presence at all sites
operating and maintaining the radars. Over time the military
element was removed, and with the advancement of technology
and changing concepts, contactor presence diminished until the
present day where North Warning System (NWS) radar sites in
Canada run in a fully unattended mode, managed by an Operating
and Maintenance (O&M) contractor. Radar sites span the Arctic
from Labrador to the Alaska/Yukon border, with North Bay being
the center for monitoring and controlling critical site systems.
AIM OF DOCUMENT
2.1
This document describes the existing O&M concept for the NWS.
It provides the reader with an overview of the current approach,
requirements, and Canadian expectations for successful delivery
of services.
3.0
EVOLUTION OF ARCTIC SURVEILLANCE O&M
3.1
Distant Early Warning (DEW) Line Era Support. During the
DEW Line era all radar sites were co-manned 24/7 by military staff
and contractor technicians. Resupply originated via weekly
“vertical” flights from Winnipeg to CAM-M and FOX-M stations,
from there carrying on with “horizontal” flights across the radar
chain.
3.2
North Warning System pre-2000. Constructed between 1986
and 1992 (with the exception of eight existing Distant Early
Warning Line sites, circa 1950) the NWS is the product of the
North American Aerospace Defence Modernization (NAADM)
Memorandum of Understanding between the United States and
Canada. The NWS O&M activity was a contracted service from its
initial start-up and the first time that Canada used a contractor to
operate and maintain a major defence system. NWS support was
designed using a five zone concept linking the southern operations
to zone logistic sites and thence zone radar sites. Planning
started in 1993 for unattended operations at nine LRR sites (with
4/22
rev 1
personnel remaining at CAM-M and FOX-M). The sites were then
phased through minimum manning in 1994/5 to fully unattended in
1995. The other elements of the NWS, the Short Range Radar
(SRR) sites, were designed to operate unattended.
3.3
NWS 2000 – Present. Today the operations and maintenance
concept has evolved to contractor Care, Custody and Control of
the entire NWS and its components. Under this concept, the
contractor has full responsibility for delivering radar data. This
means, at he working level, responsibility for all NWS O&M
activities, ensuring adherence and compliance with all regulatory
requirements and responsibility for developing and implementing
an effective sustainment program. In return the contractor is given
control over prime mission equipment, supporting equipment and
site infrastructure while Canada maintains overall configuration
authority and project implementation approval.
4.0
OVERVIEW OF THE NORTH WARNING SYSTEM TODAY
4.1
NWS Mission. The NWS provides the capability to detect
airborne threats within the NWS surveillance area, to provide
warning and assessment data on those threats, and provide a
command and control capability to the Canadian Air Defence
Sector (CADS) of the North American Aerospace Defence
Command (NORAD).
4.2
Geography and Environment Impact.
4.2.1
The NWS sites are strategically positioned across the Arctic and
down the Labrador coast, in the harshest of Canadian
environments. The remote locations and severe Arctic climate
afford the contractor only a small window of opportunity each year
for outdoor projects and major maintenance activities, typically
from June to September. In addition to most regular preventive
maintenance tasks, emergency repairs and indoor projects can be
performed throughout the year, although access may be severely
limited due to weather conditions which restrict flying (icing,
conditions, high winds etc).
4.2.2
A map and listing of the radar sites can be found in Annexes A and
B, respectively.
5/22
rev 1
4.3
Equipment:
4.3.1
Mission Equipment that supports the NWS includes both Canadian
and United States owned Prime Mission Equipment (PME),
Support Equipment and other equipment systems.
4.3.2
Prime Mission Equipment (PME). The PME supporting the NWS
includes the Lockheed Martin AN/FPS-117 Long Range Radar
(LRR), the AN/FPS-124 Short Range Radar (SRR), originally
developed and manufactured by Unisys, and Ground-Air-Ground
(G/A/G) UHF/VHF tactical radios.
4.3.3
Support Equipment. The Support Equipment consists of, primarily;
the satellite ground based Long Haul Communications Network
(LHCN), the Power Generation System (PGS), Control and
Monitoring System (CMS) and Supervisory Control and Data
Acquisition system (SCADA).
4.3.4
Other Equipment Systems. Other systems of note supporting the
NWS include Fuel Delivery Systems, Fire Monitoring and
Suppression Systems, telephone switches, HVAC systems, Mobile
Support Equipment (MSE) (wheeled and tracked), the Automated
Weather Observation System (AWOS) and Video Monitoring
Systems (VMN).
4.4
Facilities:
4.4.1
Radar Sites. There are two categories of radar sites, with unique
sub-configurations as described below:
4.4.1.1 Long Range Radars (LRRs): There are 11 LRR sites in Canada
extending from BAR-2 at Shingle Point in the Yukon to LAB-6 at
Cartwright in Labrador. LRR sites are equipped with AN/FPS-117
radars, G/A/G radios and LHCN connectivity. Site infrastructure
consists of buildings and their integral mechanical and electrical
systems, fire detection and suppression systems, power
generation systems, fuel storage and distribution systems, radar
towers and radomes, ground satellite terminal buildings and
radomes, AWOS compounds, roads, helipads and runways. All
LRRs are accessible by runways, two of which are commercial
airports: Hall Beach and Cambridge Bay. The LRR sites have the
appropriate infrastructure to accommodate personnel for extended
periods of maintenance, both at the site, and as a base of
operations for maintenance at nearby SRRs. There are five distinct
LRR site configurations:
6/22
rev 1
4.4.1.1.1 Main/Logistics Sites. Two sites, CAM-M (Cambridge Bay) and
FOX-M (Hall Beach), are DEW Line era main sites co-located with
Logistics Support Sites (LSSs), which are occupied on a
continuous basis.
4.4.1.1.2 Main Sites. Two sites are unattended DEW Line era Main sites
including PIN-M (Cape Parry) and DYE-M (Cape Dyer).
4.4.1.1.3 Auxiliary (Aux) Sites. Three sites are unattended DEW Line era
Auxiliary Sites including BAR-2 (Stokes Point), CAM-3 (Sheppard
Bay) and FOX-3 (Dewar Lakes);
4.4.1.1.4 East Coast Sites. There are three modern era East Coast sites,
BAF-3 (Brevoort Island), LAB-2 (Saglek) and LAB-6 (Cartwright).
4.4.1.1.5 PIN-3 site. Lady Franklin Point, designated PIN-3 is currently
without a radar or supporting infrastructure other than garages,
fuel storage facilities and satellite ground terminals. The site will
be rebuilt in due course with a new tower and accommodations
hosting a refurbished AN/FPS-117 radar.
4.4.1.2 Short Range Radars (SRRs): There are 36 unattended SRR sites
in Canada, extending from BAR-1 at Komakuk Beach in the Yukon
to LAB-5 at Tukialik Bay in Labrador and one research and
development radar facility in North Bay Ontario. SRR sites are
equipped with AN/FPS-124 radar, G/A/G radios, LHCN and
support communications equipment. Site infrastructure consists of
a technical services building and the integral mechanical and
electrical systems, power generation systems, fuel storage and
distribution systems, fire detection and suppression systems, radar
towers, satellite ground terminal radomes, helipad, AWOS
compounds (at selected sites), and a beach re-supply area. The
SRR site building houses PME, support equipment and a
segregated room that can be used as a shelter. There are three
types of SSR sites:
4.4.1.2.1 Type I SRR sites. These sites are equipped with two tactical
G/A/G radios (one UHF and one VHF) as well as a VHF helicopter
monitor radio;
4.4.1.2.2 Type II SRR sites. These sites are only equipped with a VHF
helicopter monitor radio; and
4.4.1.2.3 SRR Research and Development Facility (SRD). The SRD in
North Bay, Ontario is used for training, testing and development. It
is configured as a Type I site.
7/22
rev 1
4.4.2
Logistics Support Sites (LSSs): The NWS in Canada is divided
into five zones, each with a supporting LSS. Each LSS is
comprised of warehousing and workshop facilities and is
interconnected with other NWS elements via the Long Haul
Communications Network (LHCN). Each LSS is staffed to provide
logistics and maintenance support for the assigned NWS sites
within the zone. LSS Hall Beach, LSS Cambridge Bay and LSS
Goose Bay are co-located with commercial airfields. LSS Iqaluit
and LSS Inuvik are within several kilometers of commercial
airfields. LSSs are categorized as follows:
4.4.2.1 Attended: Two LSSs are co-located with LRR Main sites (Hall
Beach and Cambridge Bay); and
4.4.2.2 Community Based: Two facilities are co-located with military
facilities in Inuvik and Iqaluit; and one LSS is located on the 5
Wing Goose Bay air base.
4.4.3
North Warning System Control Centre (NWSCC). The NWSCC is
located in the 22 Wing North Bay Above Ground Complex (AGC)
designated the David L. Pitcher Building. The NWSCC staff liaises
with, and responds to, the 22 Wing System Maintenance (SM)
Section to coordinate maintenance. The NWSCC is the focal point
for reporting matters related to mission operations. The NWSCC
staff monitors site and system status, control systems and
provides direction to maintenance technicians at the LSSs. The
Contractor’s staff at the NWSCC performs maintenance on NWS
LHCN and Control and Monitoring equipment (CMS), Programmer
Logic Control (PLC) and Supervisory Control and Data Acquisition
(SCADA) system located in the David L. Pitcher Building.
4.4.4
North Warning System Support Centre (NWSSC). The NWSSC is
located at 22 Wing North Bay (Building 109) and is staffed and
operated by the Contractor. The role of the NWSSC is to provide
depot level maintenance, training and logistics support for the
AN/FPS-124 radar, LHCN equipment, and electronic control
components of the NWS Power Generation Systems (PGS) and
their associated Static Uninterruptible Power Supply (SUPS) units.
The Short Range Development Site (SRD), located approximately
20 kilometers outside North Bay, is an integral part of the NWSSC
and is used for training, problem resolution and testing as well as
software and communications interface development.
8/22
rev 1
4.5
Government Furnished Material. Apart from PME, support
equipment and other major GFE listed above, Canada also
provides site fuel, test equipment and leased satellite transponder
access.
4.6
Government Furnished Transportation. Transportation from
Logistics sites to radar facilities is provided via fixed/rotary wing
aircraft supplied under another Government contract tailored in
each zone to accommodate the unique nature of those areas and
the projected annual work.
4.7
Vehicles are available at all LSSs and the LRRs for personnel and
materiel transport between facilities and the runway or adjacent
hamlet.
5.0
OPERATIONAL GUIDANCE
5.1
Operational Priorities. The mission of the NWS is to maintain
continuous radar surveillance of, and a measure of control over,
the northern approaches to North America; contributing to North
American defence and Canadian sovereignty. The Department of
National Defence (DND) and the Canadian Forces (CF) are
required by international and domestic obligation to ensure that the
NWS is successful and properly maintained. The ability of the
facility to be self-preserving or survivable in an unattended mode
with minimal human intervention is critical to mission success.
PME integrity is paramount at all times and the equipment must
survive, to the greatest extent possible, any catastrophic site event
in order to resume operations once the site is repaired and
operations restored.
5.2
Operational Availability. The Contractor is expected to provide
useable radar and G/A/G radio signals between NWS sites and
the CADS demarcation point (Central Distribution Frame at North
Bay (CDF)) a minimum of 96% of the time on a monthly basis for
each site.
5.3
Operational Readiness.
5.3.1
Readiness-Normal. The Contractor operates and maintains the
NWS at a normal level of readiness such that radar data and
G/A/G radio communications are available to the CDF at the
performance standard specified in the SOW. The Contractor
achieves PME outage restoral times as specified in the SOW
except in cases where site preservation is at risk, wherein the
9/22
rev 1
Contractor provides an immediate response as specified in the
SOW to ensure site preservation.
5.3.1.1 Readiness-Normal–LRR. The Contractor shall provide continuous
radar data from each NWS LRR to the CDF at the performance
standard as specified in the SOW. The Contractor ensures that
restoral for interruption of LRR data occurs within 72 hours.
5.3.1.2 Readiness-Normal–SRR. The Contractor shall provide continuous
radar data from each NWS SRR to the CDF at the performance
standard as specified in the SOW. The Contractor ensures that
restoral for interruption of SRR data occurs at the next opportunity
for a site visit. However, if the adjacent site's radar is also
unserviceable, one of the affected radars must be restored within
72 hours.
5.3.1.3 Readiness-Normal–Ultra High Frequency (UHF) Radios. The
Contractor provides the following continuous UHF G/A/G radio
communications to the CDF at the performance standard as
specified in the SOW: LRRs – Guard, Airborne Intercept Common
Control (AICC), and one (1) tactical channel, and at Type I SRRs
one (1) tactical radio. The Contractor ensures that restoral for LRR
UHF G/A/G radio communication as specified in the SOW occurs
within 72 hours. The Contractor ensures that restoral for Type I
SRR UHF G/A/G radio communication specified in the SOW
occurs at the next opportunity for a site visit. However, if the
adjacent site’s tactical UHF radio is also unserviceable, one of the
affected tactical UHF radios must be restored within 72 hours.
5.3.1.4 Readiness-Normal–Very High Frequency (VHF) Radios. The
Contractor provides continuous VHF guard and G/A/G radio
communications channels from LRR sites and VHF G/A/G radio
communications from Type I SRR sites to the CDF at the
performance standard as specified in the SOW. The Contractor
ensures that restoral of LRR VHF G/A/G radio communications
specified in the SOW occurs within 72 hours. The Contractor
ensures that restoral of Type I SRR VHF Tactical G/A/G radio
communications specified in the SOW occurs at the next available
site visit, unless the adjacent site’s VHF radio is also
unserviceable, in which case one of the affected VHF radios will
be restored within 72 hours.
5.3.2
10/22
Increased Readiness. The Contractor may be asked to provide
an increased level of readiness to decrease response time, when
directed by the NWSO Technical Authority (NWSO TA). This work
may entail the reconstitution of one, several, or all NWS LRR sites.
rev 1
Reconstitution of sites requires the contractor to staff the site(s) for
the period of the reconstitution effort which may be either of shortterm duration of up to 30 days or a long-term, indefinite duration.
There is a Reconstitution Kit at each unattended LRR, comprising
adequate materials and supplies, excluding perishables, to support
eight persons for up to 30 days.
5.4
Restoral of Service. When either continuous radar data or G/A/G
radio communications from an LRR are interrupted, restoration is
required within 72 hours. Generally speaking, i.e. when adjacent
site’s PME is fully operational, SRRs are required to be restored at
next available opportunity to visit the site. Response times for
other faults may be deferred if the fault does not affect operational
effectiveness, site preservation, security or safety. Otherwise, for
situations that threaten site integrity, security or safety, response
will be as soon as possible to prevent the loss or limit the damage
to the site and its equipment, and protect personnel.
5.5
Site Preservation. For situations that threaten site integrity,
security or safety, response is expected to be immediate to protect
life, limb, the environment and government property. Situations
which have the potential to cause loss or damage to a site and its
equipment and precipitate an immediate response include:
a. Heat or power failure, which could expose sites to risk of
damage;
b. Loss of power generating redundancy when the last remaining
serviceable Diesel Electric Generator (DEG) is brought on line;
c. Loss of remote monitoring and control capability, either directly
or through the loss of communication to the site (Site Isolation);
d. Loss of structural integrity of sites which would expose
equipment and facilities to damage;
e. Excessive snow load on structures or snow blocking air intake
or exhaust vents;
f. Fire alarms;
g. Loss of satellite communications;
h. Fuel spills, low fuel levels or suspected fuel leaks; and
i.
11/22
Intrusion alarms
rev 1
5.6
Airlift Support. The Contractor relies on Government furnished
airlift to move personnel and air transportable equipment between
LSSs and radar sites. The contractor has available in each zone
one dedicated helicopter with a specific maximum number of flying
hours available each month and also predetermined fix-wing hours
within each zone for heavier, larger lift into LRR sites. Finally,
there are an additional two supplemental helicopters available
across all zones to a maximum number of flying hours. Weather is
a critical factor in the execution of preventive and corrective
maintenance activities and project implementation since, in all
cases, the final decision to fly rests with the pilot and will always
take weather into account. Annex C provides further flight details.
6.0
CURRENT SERVICE DELIVERY CONCEPT
6.1
General.
6.1.1
Care, Custody and Control. Under this concept the contractor has
full responsibility for delivering radar data, which at the working
level means responsibility for all NWS O&M activities, ensuring
adherence and compliance with all regulatory requirements and
responsibility for developing and implementing an effective
sustainment program. In return the contractor is given
responsibility for prime mission equipment, supporting equipment
and site infrastructure while Canada maintains overall
configuration authority and project implementation approval.
6.1.2
Zone Concept. NWS is divided into five zones, supported directly
from a Logistics Support site within each zone. The LSSs are
administered and supported by a Maintenance Manager and
maintenance/logistics staff in North Bay. The LSSs are staffed full
time with a zone manager who schedules and oversees zone
work, responds to incidents involving radar site operations
(typically directed from North Bay) and supports activities/visits
initiated by the CMO or NWSO.
6.1.3
Unattended Radar Operation. Technological advances have
enabled LRR site operations to move from a manned presence to
fully unattended operations and although beneficial in terms of
reduced manpower utilization, there are inherent complexities and
risk with unattended systems which are remotely managed. Most
of the NWS sites are unattended on a permanent basis and the
contractor deploys personnel and resources from the LSSs by
Government-furnished airlift, to carry out contractually require work
at the radar sites. The facilities are remotely monitored and
12/22
rev 1
controlled from North Bay 24/7. Each radar site’s sensor and
monitoring information is automatically sent to CADS, located at
22 Wing North Bay, over the LHCN.
6.2
Remote Monitoring and Control.
6.2.1
All essential systems at the NWS radar sites interface with the
LHCN and are monitored and controlled from the NWSCC.
Essential systems include the LHCN, the AN/FPS-117 and
AN/FPS-124 radars, G/A/G radio, power generation, fire detection
and suppression, environmental control, intrusion/access control,
and automated weather observation system. The NWSCC, in
liaison with 22 Wing System Maintenance (SM) Section, controls
system parameters, conducts remote maintenance troubleshooting
and performs initial equipment reset/restart and fault diagnosis.
NWS remote trouble shooting reset/restart and fault diagnosis is
achieved through: SCADA, Maintenance Control System (MCS),
Remote Controller Group (RCG) and Programmable Logic
Controller (PLC) and non-PLC Control and Monitoring Systems
(CMS).
6.3
Logistics Support.
6.3.1
Depot. Logistics support for the NWS includes: coordinating of
repairs, primarily from North Bay; supply support and
transportation, including sealift; warehousing of spares, stocks and
tools.
6.3.2
Logistics Support Sites (LSS). The contractor deploys personnel
and material from LSSs located at Inuvik, NWT; Cambridge Bay,
Hall Beach, and Iqaluit, Nunavut; and Goose Bay, Labrador, to
carry out maintenance, equipment modifications, sustainment
projects and other work at NWS sites.
6.3.3
Fuel and Fuel Storage. Fuel (Jet A1) is provided and delivered to
each site. In most cases fuel is transferred by ocean going vessel
to beach facilities, the exceptions include FOX-3, Dewar Lakes
where the fuel is delivered by fixed wing transport, CAM-CB, Gjoa
Haven where fuel is supplied by a Fuel Bowser from the adjacent
hamlet and CAM-4, Pelly Bay and FOX-5, Broughton Island where
the fuel is transferred via rotary wing transport. Bulk fuel storage
is maintained at the beach (if applicable) and summit adjacent the
radar facilities. The fuel transfer process from beach facility to
summit tanks is site dependent, ether by fuel truck, pipeline or
helicopter lift. Reserves for two to three years supply are typically
maintained at each site.
13/22
rev 1
6.3.4
Material Resupply Process. Transport of bulk cargo and heavy
equipment/materials is conducted via summer sealift to
beachheads adjacent to the destination radar site.
6.4
Maintenance Support
6.4.1
General. Facility maintenance is achieved through preventive
maintenance, remote monitoring and control, corrective
maintenance activities including emergency repairs, as well as
planned work initiatives to ensure sustainment of the system to
meet performance requirements. Sites are normally serviced
directly from the LSS or from adjacent LRRs with short stays when
this can be performed efficiently and effectively. When not within
air transport limits, and during the annual summer work period,
LRR facilities may be used for staging support programs to other
radar installations within the zone.
6.4.2
Preventive Maintenance (PM). PM is performed on all systems,
sub-systems, facilities etc. supporting the NWS. PM is managed
through a documented program and tracked through a work
management system.
6.4.3
Corrective Maintenance (CM):
6.4.3.1 First and Second Line. First-line and limited second-line CM
support is provided by the LSSs. When a fault cannot be cleared
remotely from the NWSCC its probable cause and corrective
measures are communicated by the NWSCC to regional LSS.
Depending on the criticality of the fault and defined allowable
downtime, technicians from the LSS respond by traveling to the
radar site to perform corrective maintenance.
6.4.3.2 Third Line. Second and third line (depot level) maintenance is
provided by the NWSSC. The NWSSC also provides third-line
repair and overhaul coordination for all NWS equipment. Depot
level (third-line) maintenance, including software support, is
provided through the USAF for AN/FPS-117 radar and G/A/G
radios and by the NWS contractor for AN/FPS-124 radar Line
Replaceable Unit/Shop Replaceable Units (LRUs/SRUs), LHCN
and PGS controller systems. Repair and overhaul of DEGs is
handled on site by the contractor.
6.4.3.3 Commercial Facility Repair. Equipment not supported by the
United States Air Force (USAF) or the NWSSC is sent to a
designated commercial facility for repair and overhaul.
14/22
rev 1
6.4.4
Emergency Maintenance. From time to time immediate action
(work) will be required to protect life, limb, the environment and
Government Property, correct immediate fire, safety or health
hazards and to preclude a reduction in operational effectiveness.
An emergency requires immediate action to carry out an
investigation and to implement a temporary or, where possible,
permanent repair.
6.5
Other Responsibilities of Note
6.5.1
General. The Contractor is responsible for delivering an
operational NWS, which requires administrative services, financial
management, logistics management, risk management, quality
management, security, health and safety, information services, site
management, maintenance, monitoring and control, life cycle
maintenance, configuration control, fire protection, sustainment
engineering, Five Year Operations and Sustainment Planning,
small project management, project contracting, third party
customer support, customer (government) support, airlift/sealift
fuel coordination and environmental stewardship. The Contractor
reports progress regularly, and reports issues to the NWSO as
they develop, both verbally and in writing.
6.5.2
Risk Ownership. Along with responsibility for the operation and
maintenance of the NWS, the Contractor also accepts the full
spectrum of risk inherent with activities related to this contact
including operations and maintenance activities and sustainment
projects. The service contract is structured such that the Crown
has minimum exposure to risk and negative consequences.
6.5.3
Environmental Stewardship. The Contractor exercises due
diligence and provides environmental stewardship in accordance
with DND’s policies and all applicable Federal, Provincial and
Territorial legislation. Of note, regulations such as the Storage
Tank System (STS) Regulations and Nunavut Water License do
not distinguish between Owner and Operator when violations
occur.
6.5.4
Health and Safety. The Contractor exercises due diligence and
provides a safe working environment in accordance with DND’s
policies and applicable legislation. NWS facilities and sites must
not pose a safety hazard to Contractor’s staff or anyone else
granted access to a site. The Contractor must ensure that site
visitors adhere to applicable safety regulations.
15/22
rev 1
6.5.5
Site Access Control. Care, custody and control of all aspects of
the North Warning System gives the Contractor complete control
over the delivery of surveillance data to NORAD operators. With
this authority comes significant responsibility as the contractor
must at all times adhere to applicable regulations, is responsible
for the safety of all personnel on site, and is accountable for the
safety, security and integrity of all facilities and equipment.
Accordingly, there is an implicit duty to scrutinize all non-contractor
requests to visit sites and to ensure visits occur on a noninterference basis. All requests to the contractor for customer
support must be coordinated with NWSO and all contractor
proposals to support a third party or deny a third party request
must be reviewed by NWSO. The NWSO TA may veto the
contractor's proposed response to a third party support request
(TPS) request.
6.5.5.1 Support to NWSO. Members of NWSO or organizations and
personnel sponsored by NWSO to complete NWS related
business will submit support requests to the contractor for
coordination.
6.5.5.2 Support to Third Parties (non-North Warning activities). From time
to time the contractor will receive requests to provide support to
personnel or organizations not affiliated with the NWS. The
location and infrastructure available at the NWS sites, given it is
such a remote and austere region, invites regular requests for
support particularly in the wake of growing northern exploration.
Thus, the contractor can expect requests for support from other
Government Departments and Agencies, including DND
organizations not affiliated with the NWS mission, and nongovernmental (commercial or private) organizations. The
contractor may or may not wish to support such requests, but
NWSO reserves the right at all times to review and possibly veto
the contractor’s recommendation.
6.5.6
Life Cycle Management. The NWS is expected to remain in
operation until at least 2030. The onus is on the contractor to
maximize the life expectancy of existing infrastructure and systems
through the process of thorough assessment and analysis design
and implement sustainment projects.
6.5.7
Sustainment Projects. The Contractor is responsible for the
design and implementation of sustainment projects agreed to by
the NWSO TA. Sustainment projects are meant to maintain
capability through the replacement of obsolete or non-supportable
16/22
rev 1
technology or to meet legislative requirements or evolving
performance requirements.
7.0
ORGANIZATIONAL INTERACTIONS
7.1
NWSO. The NWSO Technical Authority (NWSO TA) is supported
by the Procurement Authority (PA) and Contract Authority (CA).
The NWSO was established in Ottawa in 1986 to operate and
maintain the NWS sites in Canada on behalf of both governments.
It is co-staffed by DND and USAF personnel and is the Canadian
and American focal point for NWS O&M program management.
The Directorate of Aerospace and Equipment Program
Management (DAEPM) Radar and Communications Systems
(R&CS), is designated the Director of the NWS with DAEPM
(R&CS) 3 designated NWSO Technical Authority. The Deputy
Director position is filled by the USAF and co-located with the
NWS office in Ottawa. The NWSO TA has oversight of the Quality
Assurance Program.
7.2
CADS. The Canadian Air Defence Sector (CADS), located at 22
Wing North Bay, is responsible for providing surveillance,
identification, control and warning for the aerospace defence of
Canada and North America at the Sector Air Operations Centre.
Personnel of 21 Aerospace Control and Warning Squadron staff
the "nerve center" of the CADS from 22 Wing's state-of-the-art
two-story above ground complex that was officially opened in
2006. Duty crews, which include aerospace controllers and
aerospace control operators, run the operation on eight-hour
shifts. Their job is to monitor all radar feeds of air traffic
approaching Canadian airspace.
7.3
22 Wing System Maintenance (SM) Section. The SM Section
reports to the Mission Control Commander and is staffed by
military technicians who are responsible for monitoring availability
and quality of radar data and G/A/G communications on behalf of
the MCC. The SM Section provides the interface between the
MCC and the Contractor’s staff in the NWSCC.
7.4
USAF Technical Authorities. Hill Air Force Base provides the
technical authorities for life cycle management of the AN/FPS-117
and AN/FPS-124 radars. Third line maintenance support for
AN/FPS-117 parts resides In the USAF Logistics System. Third
line maintenance of the AN/FPS-124 is performed at the NWSSC
in North Bay.
17/22
rev 1
7.5
USAF NWSO Detachment. The USAF Detachment oversees the
execution of US contracts providing material and services to the
Contractor, specifically bulk fuel and airlift transport.
7.6
Regulatory Agencies. The Contractor is expected to have a
positive professional relationship with regulatory agencies having
interest in NWS sites, particularly Environment Canada and the
Nunavut Water Board whose inspectors visit selected sites each
year.
7.7
Contractor Management Office (CMO): The CMO is the focal
point for planning, organizing and managing the work specified in
the SOW and ensures all Inuit Benefit requirements are met. The
CMO must be located in the National Capital Area.
___________________________________________________________
18/22
rev 1
ANNEX A - Map of the NWS Zones, LSS and Radar Sites
19/22
rev 1
ANNEX B – List of Sites by Zone
Zone 1
LSS Inuvik
LRR
BAR2
PINM
20/22
SRR
BAR1
BARB
BARBA3
BAR3
BARDA1
BAR4
BARE
PIN1BD
PIN1BG
Zone 2
LSS
Cambridge
Bay
LRR
SRR
PINPIN-3 2A
CAM- PINM
CB
CAM- PIN3
DA
PINEB
CAMA3A
CAM1A
CAMB
CAM2
CAMCB
CAMD
Zone 3
LSS Hall
Beach
Zone 4
LSS Iqaluit
Zone 5
LSS Happy
Valley Goose Bay
LRR SRR
LRR SRR LRR SRR
FOX- CAM- DYE- FOX- LAB- LABM
4
M
4
2
1
F0X- CAM- BAF- FOX- LAB- LAB3
5A
3
5
6
3
CAMBAFLABFA
2
4
FOXBAFLAB1
4A
5
FOXBAFA
5
FOX2
FOXB
FOXCA
rev 1
21/22
42
79
110
105
105
250
250
85
46
101
53
80
146
189
149
158
199
307
362
138
86
36
66
207
207
233
233
49
98
48
60
294
244
150
185
291
329
Flight Time
(Rtn)
BAR-BA3
BAR-3
BAR-DA1
BAR-2
BAR-2
PIN-M
PIN-M
BAR-1
BAR-B
BAR-4
BAR-E
PIN-1BD
PIN-1BG
BAR-1
BAR-B
BAR-4
BAR-E
PIN-1BD
PIN-1BG
CAM-B
CAM-1A
CAM-A3A
PIN-EB
PIN-3
PIN-3
CAM-CB
CAM-CB
CAM-2
PIN-2A
PIN-CB
PIN-DA
PIN-2A
PIN-CB
PIN-DA
CAM-2
CAM-3
CAM-D
Fixed Wing /
Helicopter
CAM-M
PIN-3
CAM-M
Zone 2 - LSS Cambridge Bay
CAM-CB
To
From
PIN-M
BAR-2
Inuvik
Zone 1 - LSS Inuvik
Inuvik
Zone
Sites
One Way Distance
(S.M.)
ANNEX C - Flight Distances
H
H
H
H
FW
H
FW
H
H
H
H
H
H
H
H
H
H
H
H
H
H
H
H
H
FW
H
FW
H
H
H
H
H
H
H
H
0.8
1.5
2.1
2.0
1.3
4.7
3.1
1.6
0.9
1.9
1.0
1.5
2.7
3.5
2.8
3.0
3.7
5.7
6.8
2.5
1.6
0.7
1.2
3.8
2.6
4.3
2.9
0.9
1.8
0.9
1.1
5.4
4.5
2.8
3.4
6.0
6.8
rev 1
FOX-M
FOX-M
FOX-3
Iqaluit
Zone 4 - LSS Iqaluit
FOX-M
Zone 3 - LSS Hall Beach
CAM-3
Broughton
Iqaluit
Broughton
Goose Bay
Zone 5 LSS - Goose Bay
Iqaluit
LAB-2
Goose
Bay
LAB-6
22/22
FOX-A
FOX-1
FOX-2
CAM-FA
CAM-5A
CAM-3
CAM-3
CAM-D
CAM-4
FOX-3
FOX-3
FOX-B
FOX-CA
CAM-D
CAM-4
FOX-B
FOX-CA
BAF-5
BAF-4A
BAF-3
BAF-3
BAF-2
DYE-M
Broughton
Broughton
DYE-M
DYE-M
FOX-5
FOX-4
FOX-5
FOX-4
LAB-4
LAB-5
LAB-6
LAB-2
LAB-2
LAB-1
LAB-3
LAB-1
LAB-3
Cartwright
Cartwright
105
58
152
62
111
304
304
39
97
250
250
50
53
270
215
202
304
194
153
139
139
170
289
299
299
94
289
10
96
294
329
167
128
141
367
367
118
103
482
266
155
15
H
H
H
H
H
H
FW
H
H
H
FW
H
H
H
H
H
H
H
H
H
FW
H
H
H
FW
H
FW
H
H
H
H
H
H
H
H
FW
H
H
H
H
FW
H
2.0
1.2
3.1
1.3
2.3
6.3
3.8
0.8
2.0
5.2
3.1
1.0
1.1
5.6
4.4
4.2
6.3
3.6
2.8
2.6
1.7
3.1
5.3
5.5
3.7
1.7
3.6
0.2
1.8
5.4
6.0
3.4
2.6
2.9
7.5
4.6
2.4
2.1
9.8
5.4
1.9
0.3
rev 1
Information and Qualifications
Restricted - Contracts
Restricted - Contracts
Refer to attachment NWS O&M CONTRACT RENEWAL; SOW Section 1: NORTH WARNING SYSTEM CONCEPT OF
OPERATIONS AND MAINTENANCE
PROJECT BACKGROUND
09, September, 2013
2012-09-14
1.A
Line Item
NWS
Section 1
Page 1 of 216
SOR
Restricted - Contracts
REFERENCES:
The notations against the references have the following meaning:
M - Adherence to the policies, procedures, act, orders and regulations contained therein is mandatory.
G - The policies and procedures contained therein are not mandatory, but proposals for alternatives must be submitted in full
detail to, and be accepted by the Technical Authority. Furthermore, alternatives must fully interface with procedures in use
globally.
R - Reference only.
For definition of terms see Section 1.A PROJECT BACKGROUND, Attachment "SOW Section 1: NORTH WARNING SYSTEM
CONCEPT OF OPERATIONS AND MAINTENANCE".
DEFINITIONS
The Contractor's business processes will comply with the most recent version of ISO 9001 and 14001 requirements. All reports
shall have associated procedures to the applicable ISO standard and be made available online. Procedures shall be made
available to the NWSO TA for audit upon request.
All deliverables will either follow the format specified in this SOW or will have its format developed/recommended by the
Contractor, reviewed by the NWSO TA and approved by Canada.
Ensure that DND operations/activities are not disrupted by the Contractor proposed methods and procedures without prior
approval of Canada.
Notwithstanding any emergency which may arise, the Contractor is responsible for meeting the performance standards of all line
items of this SOW at all times.
09, September, 2013
2013-08-20
2.A.3
2012-06-18
2.A.2.a
2012-06-18
2.A.2
2013-08-20
2.A.1.f
2012-05-09
2.A.1.e
2012-05-09
2.A.1.d
2012-09-12
2.A.1.c
2012-09-11
2.A.1.b
Maintain a workforce capable of completing all required tasks of the SOW. In the establishment of work priorities, the Operations
and Maintenance (O&M) of equipment and systems supporting the North Warning System (NWS) shall be the highest priority.
Provide management and administration for the following, as detailed in paragraph C of this section:
1) program management;
2) quality management;
3) maintenance of technical libraries;
4) risk management;
5) occupational health & safety;
6) training;
7) significant incidents;
8) security;
9) emergency services;
10) work management;
11) variation in quantity;
12) rations, potable water and ancillary support;
13) Inuit Benefits (IB) program management.
all while providing best value to Canada.
2.A.1.a
2013-03-20
SCOPE OF WORK
2.A.1
Information and Qualifications
Restricted - Contracts
GENERAL REQUIREMENTS
MANAGEMENT AND ADMINISTRATION
2.A
Line Item
NWS
Section 2
Page 2 of 216
SOR
Information and Qualifications
Restricted - Contracts
09, September, 2013
Restricted - Contracts
The Contractor assumes all responsibility for the health and safety of all personnel granted access to NWS sites. Follow
provisions for General Safety as detailed in Section 2.C.5. Comply with measures not otherwise specified in this SOW, but
which are consistent with prudent management and industry practices. Ensure that employees are in possession of appropriate
2.A.4.a
2013-08-20
SAFETY PROVISIONS
Labrador Inuit Land Claims Agreement (M)
Nunavut Land Claims Agreement (M)
Co-operation Agreement between the Inuvialuit Regional Corporation and the Department of National Defence Concerning the
Operation and Maintenance of the North Warning System - February 2, 1992 (M)
Inuvialuit Final Agreement (M)
ISO 10005 Quality Management Systems - Guidelines for Quality Plans, latest edition (G)
Monthly Mandatory IB Management Report Template (M)
Treasury Board Secretariat Framework for the Management of Risk (G)
NWS Security Plan (G)
NWS Risk Management Plan (G)
NWS General Health and Safety Plan (G)
ISO standards 9001 and 14001 (M)
Historical 5 Year Business Plan (G)
Facilities Condition Assessment (2009 or most current) (G)
CSEC Industrial COMSEC Material Control Manual ITSD-CSD-01,
Directives for the Application of Communications Security in the Government of Canada (M)
Course Training Standards (G)
The more stringent standards, laws, codes and/or regulations shall apply with respect to the application of Provincial, Territorial,
Federal and DND standards, laws, codes and/or regulations. When any other discrepancy exists the most stringent requirement
will be followed. Comply with the most current version of all publications and industry standards identified. DND will ensure that
the Contractor has access to DND documents deemed necessary by the Contractor and DND to successfully accomplish the
assigned task.
MANAGEMENT AND ADMINISTRATION
2.A.4
2013-08-22
2.A.3.o
2013-08-22
2.A.3.n
2013-08-22
2.A.3.m
2013-08-22
2.A.3.l
2013-03-22
2.A.3.k
2013-03-12
2.A.3.j
2012-09-04
2.A.3.i
2012-06-05
2.A.3.h
2012-06-05
2.A.3.g
2012-06-05
2.A.3.f
2009-07-29
2.A.3.e
2011-08-18
2.A.3.d
2011-06-09
2.A.3.c
2011-08-18
2.A.3.b
2013-08-22
2.A.3.a
Line Item
NWS
Section 2
Page 3 of 216
SOR
Information and Qualifications
Restricted - Contracts
Restricted - Contracts
The Contracts Manager shall:
a. Possess a post secondary degree or diploma in an area directly related to one or more of the requirements of this SOW, and
b. Have a minimum of ten (10) years experience working in contracts management of which five (5) were as a contracts
manager.
The Safety Officer shall be a Canadian Registered Safety Professional or eligible for designation as a Canadian Registered
Safety Professional.
The Satellite Office Managers shall have a post-secondary degree or diploma in a trade or technical field and a minimum ten (10)
years collective experience directly related to one or more requirements of their position.
The Quality Systems Officer shall:
a. Possess a post secondary qualification; either a degree or diploma in a field directly related to one or more requirements of
this SOW;
b. Have successfully passed an ISO Auditor course within the last 12 months; and
c. Have a minimum three (3) years experience working in an organization with a documented Quality Management System.
The Program Manager shall:
a. Possess a post secondary qualification; either a degree in the field of engineering or science or a technology diploma;
b. Possess a Project Management Professional (PMP) certificate or be eligible for PMP certification; and
c. Have a minimum of five (5) years experience managing a complex project.
The contractor shall staff the following key personnel with, at a minimum, the stated qualifications. Where a post secondary
degree or diploma is stated, the degree or diploma must be from a university or a college which has been granted the authority to
award degrees or diplomas by its provincial ministry of education, and be a member of the Association of Universities and
Colleges of Canada (AUCC) or Association of Canadian Community Colleges (ACCC), as appropriate. Degrees and diplomas
from educational institutions outside of Canada can be accepted, provided they are granted equivalency from a Canadian
university or college meeting the requirements stated above.
PERSONNEL QUALIFICATIONS
09, September, 2013
2013-08-20
2.B.1.e
2013-08-20
2.B.1.d
2013-08-20
2.B.1.c
2013-08-20
2.B.1.b
2013-08-20
2.B.1.a
2013-09-09
2.B.1
2012-05-31
2.B
2012-05-11
2.A.6.b
The Contractor shall establish and maintain an Emergency Contact List for key personnel who are available 24/7 in the event of
an emergency, as further defined in 2.C.9.
Core hours are deemed to be Monday to Friday, 9:00 a.m. to 3:00 p.m., Eastern Time. Unless otherwise stated in each Section,
Contractor is to have staff available at a minimum in these core hours.
2.A.6.a
2013-08-20
HOURS OF OPERATION
A full description of the facilities, works, equipment and infrastructure is provided in the Facilities Condition Assessment (2009)
and accompanying documents, as per 2.A.3.c, and are available to the Contractor to support their operations, for a description of
electronic Prime Mission Equipment, refer to Section 13.
EXISTING CONDITIONS
environmental clothing for operations at NWS sites under extreme weather conditions. Provide all Contractor personnel with
Personal Protective Equipment (PPE), ensure that they are trained in its use, and employ it as required in the performance of
their regular duties. Ensure precautionary measures are taken to prevent attack by wildlife, such as bears.
MANAGEMENT AND ADMINISTRATION
2.A.6
2013-08-20
2.A.5.a
2012-05-30
2.A.5
Line Item
NWS
Section 2
Page 4 of 216
SOR
Information and Qualifications
Restricted - Contracts
Restricted - Contracts
Contractor shall ensure sufficient staff are trained in emergency rescue for expected working conditions to complete the work in
this SOW, including at a minimum confined space rescue and high angle or tower rescue.
Emergency Rescue:
COMSEC Custodian and Alternate Custodian shall posses a LEVEL II (SECRET) security clearance in accordance with CSEC
Industry COMSEC Material Control Manual ITSD-CSD-01.
All Contractor personnel shall meet the requisite security requirements, as defined by the Security Requirements Checklist
(SRCL) before being allowed to visit or work in any NWS sites, LSSs, and North Bay NWS locations.
SECURITY
All Contractor personnel working at NWS sites shall be Standard First Aid trained with CPR level A within 12 months of Contract
award and remain current throughout the duration of the Contract.
All Contractor staff and any subcontractors working on the Contractor's behalf shall have the required qualifications and
experience to perform their assigned duties, and any other training, experience and/or qualifications required by paragraph B of
each Section of this SOW.
Contractor Staff:
The Fire Services Officer shall be a certified NFPA 1021 Fire Officer 2 by a national certification organization acceptable to the
Canadian Forces Fire Marshal's Office (e.g. International Fire Service Accreditation Congress or ProBoard Fire Service
Professional Qualifications System).
The Environmental Services Officer shall possess:
a. a post secondary diploma or degree in the sciences;
b. be designated a Certified Canadian Environmental Practitioner or eligible for designation as a Certified Canadian
Environmental Practitioner; and
c. have a minimum of ten (10) years of direct experience in the provision of environmental services.
The Operations Manager shall:
a. posses a post secondary degree or diploma in a field directly related to the requirements of this SOW;
b. have a minimum of ten (10) years of direct experience in their field; and
c. have a minimum of three (3) years of experience managing an operations or technical services function.
The Technical Services Manager shall:
a. have a degree in engineering or a diploma in engineering technology;
b. be eligible for certification as a P. Eng. or CET;
c. have at least ten (10) years of direct experience working in an engineering or other technical services department; and
d. have a minimum of three (3) years of experience managing an engineering or technical services function.
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2012-09-19
2.B.4.a
2012-05-30
2.B.4
2012-05-30
2.B.3.b
2012-09-19
2.B.3.a
2012-06-15
2.B.3
2013-08-20
2.B.2.b
2012-09-19
2.B.2.a
2012-05-30
2.B.2
2013-08-20
2.B.1.i
2013-08-20
2.B.1.h
2013-08-20
2.B.1.g
2013-08-20
2.B.1.f
Line Item
NWS
Section 2
Page 5 of 216
SOR
PROGRAM MANAGEMENT
2.C.1
09, September, 2013
PERFORMANCE REQUIREMENTS
Major Requirement
MANAGEMENT AND ADMINISTRATION
2.C
Line Item
NWS
Section 2
Restricted - Contracts
Related Information
Restricted - Contracts
Estimated Qty
Page 6 of 216
Performance Standard
SOR
Implement the Program Management
Plan.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2012-09-14
2.C.1.a
Line Item
NWS
Section 2
Restricted - Contracts
Implement the Program Management Plan, as per 2.F.1.
The Program Management Plan shall describe the
Contractor's approach to meeting the requirements of
this SOW, and to achieve Normal Readiness. The plan
shall document the Contractor's organization, the
location of it's offices, and detail key personnel within the
organization, their responsibilities and location within the
reporting structure. The Plan shall include, at a
minimum, the following key personnel:
(1) Program Manager, as per 2.B.1.a, who is
responsible for the overall implementation of the NWS
SOW;
(2) Quality Systems Officer, as per 2.B.1.b, who is
responsible for the preparation, maintenance and
implementation of the NWS Quality Management Plan;
(3) Satellite Office Managers, as per 2.B.1.c, who are
responsible for the daily operation of the LSSs, the
NWSSC and the NWSCC;
(4) Safety Officer, as per 2.B.1.d, who is responsible for
the preparation, maintenance and implementation of the
Occupational Health and Safety Plan;
(5) Contract Manager, as per 2.B.1.e, who is
responsible for the administration of the NWS O&M
Contract;
(6) Technical Services Manager, as per 2.B.1.f, who is
responsible for infrastructure sustainment requirements
in the SOW, including life cycle material management
(LCMM), configuration management of NWS configured
items, and performing trend analysis on NWS installed
equipment and systems. The Technical Services
Manager also has responsibility for the management and
implementation of IQ projects;
(7) Operations Manager, as per 2.B.1.g, who is
responsible for the preparation, maintenance and
implementation of the Five Year Operations &
Sustainment Plan, including the NWS PMI program,
scheduling and performing corrective maintenance on
NWS equipment and systems, monitoring and control of
the NWS, radar operations, coordination of airlift, sealift
and fuel resupply;
(8) Environmental Services Officer, as per 2.b.1.h, who
is responsible for ensuring compliance with all federal,
provincial and territorial legislation;
(9) Chief Security Officer, as per 2.B.1.i, who is
Related Information
Restricted - Contracts
Implementation of 1 Plan.
Estimated Qty
Page 7 of 216
Key management positions to be staffed
at all times by incumbents or authorized
acting personnel. No example of a key
management position vacant or otherwise
occupied by acting personnel for more
than 4 months. No example of more than
2 key management positions vacant or
otherwise staffed by acting personnel
simultaneously.
Performance Standard
SOR
Attend conferences, working groups
and meetings.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2013-03-20
2.C.1.b
Line Item
NWS
Section 2
Restricted - Contracts
Attend meetings, working groups and conferences.
Contractor representatives are to be qualified on the
subject matter to be discussed. A schedule for regular
meetings will be agreed to every March for the following
contract year. Regular scheduled meetings per year
include:
1) 6 meetings in the United States, annually;
2) 5 meetings in North Bay, annually;
3) 4 Progress Review Meetings (PMR) annually. PMRs
are scheduled and chaired by the PWGSC Contracting
Authority;
4) 65 meetings in the National Capital Area annually,
either regularly scheduled or ad hoc in nature.
Agendas and minutes are to be prepared as per Section
2.F.2.
(10) Fire Services Officer, as per 2.B.1.j, who is
responsible for the preparation, maintenance and
implementation of the Fire Services Plan.
Related Information
Restricted - Contracts
Estimated 80 meetings
annually.
Estimated Qty
Page 8 of 216
Not more than 8 meetings cancelled
annually at the request of the Contractor.
For scheduled meetings, provide any
required information/material a minimum
of two days ahead of the scheduled
meeting.
Performance Standard
SOR
Implement the Five Year Operations
and Sustainment Plan (FYO&SP).
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2012-09-19
2.C.1.c
Line Item
NWS
Section 2
Restricted - Contracts
Implement the FYO&SP as described in 2.F.3. The
following development activities are required, at a
minimum, in any given year:
(1) tendering, awarding and implementing approved
projects for the CY,
(2) completing final designs, environmental impact
assessments (EIAs) and obtaining final approval for
projects scheduled for implementation in CY+1 and for
projects in CY+2 if material pre-positioning by sealift is
required for those projects in CY+1;
(3) procuring material for CY+1 projects which is
required to be prepositioned;
(4) completing the business cases, preliminary design,
and preliminary EIA for projects planned for
implementation in CY+2 which do not require material
prepositioning by sealift, and for CY+3;
(5) identifying new work for inclusion in CY+4 (year five
of the FYO&SP); and,
(6) implementation of recurring maintenance, major
maintenance activities, and major maintenance
programs for the CY;
(7) procurement of material for CY+1 major maintenance
activities which require prepositioning in the CY;
The Operations Manager shall be responsible for
establishing the FYO&SP, preparing monthly updates,
and ensuring that the most recent version of the
FYO&SP is available to all stakeholders. In all cases,
established procedures shall be followed for additions or
deletions of work on the plan, rescheduling of work
within the CY, or movement of work from one year of the
plan to another. In all cases, where warranted, the
FYO&SP shall provide mitigation strategies to eliminate
or mitigate any negative impacts on implementation of
the plan.
Related Information
Restricted - Contracts
Implementation of 1 plan.
Estimated Qty
Page 9 of 216
No example of work in on the plan being
added, deleted or rescheduled without
following established procedures. Not
more than 3 examples of IQ activities from
the CY of the FYO&SP not being
implemented in the CY.
Performance Standard
SOR
TECHNICAL LIBRARY
09, September, 2013
2.C.3
2012-06-20
2.C.2.b
Conduct quality monitoring.
Implement the Quality Management
Plan.
2.C.2.a
2012-09-11
QUALITY MANAGEMENT
Administer OEM warranty recalls and
Service Bulletins for all GFE.
Manage inter-office business
communications.
Major Requirement
MANAGEMENT AND ADMINISTRATION
2.C.2
2012-09-11
2.C.1.e
2013-08-20
2.C.1.d
Line Item
NWS
Section 2
Restricted - Contracts
Conduct audits to ensure quality standards are met for
the requirements of this SOW, and as per the required
ISO standards. Use SeeSOR quality checklists to
measure performance against established performance
criteria. Analyze all reports to detect potential problem
areas and to initiate proactive preventive and/or
corrective action. Track non-compliances electronically.
Establish corrective action plans to address
non-conformances. Submit audit reports detailing
findings, corrective action plans to address
non-conformances as per 2.F.6.
Implement the Quality Management Plan, as defined in
2.F.5 to meet the requirements of this SOW. Conduct
audits as required to be compliant to ISO standards and
ensure that work is being performed to required
standards.
Ensure that PM and CM programs are implemented so
as not to void GFE warranties. Assist the NWSO when
required to resolve warranty issues. The Contractor
shall maintain a record of GFE under warranty and
advise the NWSO TA of all instances where the warranty
applies before taking any repair action.
Provide same day person-to-person management and
high-level technical contact. As per 2.F.4, maintain,
online, a current organization chart listing all permanent
personnel indicating functional responsibilities and
contact names, telephone numbers and e-mail
addresses. Personnel in the NWSCC shall liaise with
and respond to DND operations in the CADS through the
SM Section on a 24/7 basis regarding the provision of
radar and communications data from the NWS radar
sites, and reporting incidents which specifically effect
PME. Provide e-mail capability to facilitate
communication and interchange of electronic
correspondence. The e-mail capability shall include
internet e-mail for personnel when away from the office.
Related Information
Restricted - Contracts
Continuous quality monitoring
of all work related activities of
the SOW.
Implementation of 1 plan.
10 recalls per year.
Inter-office communications is
an on-going requirement.
Estimated Qty
Page 10 of 216
No instances of not using SeeSOR for
quality activities. Ensure that each NWS
site (including CMO, NWSSC, NWSCC,
and LSSs) is audited at least once every
two years. No example of 2 major
non-conformance items upon audit by the
NWSO TA. Not more than 3 minor
non-conformances upon audit by the
NWSO TA.
The quality system must be implemented
to the required ISO standards.
No incidence of warranty recalls and
service bulletins not being actioned. No
incidence of warranties being voided due
to actions or omissions of the Contractor.
No instance of personnel in the NWSCC
not available to liaise with and respond to
DND operations in the CADS through the
SM Section on a 24/7 basis.
Performance Standard
SOR
Control and issue all technical services
documentation.
Control and issue drawings for all
installed equipment.
Maintain a Technical Library.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2012-09-24
2.C.3.c
2013-08-20
2.C.3.b
2013-08-20
2.C.3.a
Line Item
NWS
Section 2
Restricted - Contracts
Control and issue all technical services documentation,
including, at a minimum:
1) Preventive Maintenance routines;
2) Configuration control documentation and associated
forms;
3) Installation or modification instructions or bulletins;
4) Other technical documentation produced during the
implementation of this SOW;
5) All vendor and government provided technical
publications;
6) All MSE technical manuals and publications.
In all cases, documents to indicate their revision status
and date. Section 15.F.13 refers.
Maintain an accurate and up to date set of NWS as-built
drawings, vendor drawings and government supplied
drawings for installed equipment in accordance with
Directorate of Supply Chain Operations (DSCO)
requirements. Issue new or revised drawings in
approved format.
Maintain a technical library to serve as a central registry,
document control system and distribution authority for all
NWS-related publications and drawings for installed
equipment, systems and MSE. Ensure procedures
governing the NWS technical library and sub-libraries
(local to LSSs, LRRs and SRRs) for control and
maintenance of publications are consistent with ISO
9001 requirements. Procure, issue and distribute
publications, documents and revisions. Maintain
amendment records. Ensure that the assigned
account/plate number is indicated on all publications
requisitions. Provide online access (to Contractor and
DND representatives) to an up-to-date library index, as
per 2.F.7. Ensure that the index lists documents by
alphanumeric designation, title, revision status and
location. Provide NWSO access to library documents
during normal hours of operation, as per 2.A.6.a. No
tasks associated with the performance of this SOW shall
be negatively affected by lack of access to library items.
Related Information
Restricted - Contracts
There are approximately
54,000 documents to be held.
There is an average of 1322
combined changes made from
the C&E and Facilities side
annually.
Estimated 40,000 total
drawings held. Estimated
8,900 updates annually.
Main Technical Library at
CMO, 1 Technical Library for
each LSS, sub-libraries at the
NWSSC, the NWSCC, each
LRR site and SRR site.
Environmental documentation
to be held at each NWS site.
Estimated Qty
Page 11 of 216
Documentation held at the CMO not out of
date more than 3 days. Documentation
held at the NWSCC, the NWSSC and
LSSs not out-of-date by more than 3
weeks. Documentation held at LRR sites
and SRR sites updated at the first site visit
after being issued. The appropriate
documents are retrievable within 10
minutes 90% of the time and within 2
hours 100% of the time or are
appropriately signed out with a specified
return date and time.
New drawings to be issued within 20
business days of receipt.
No example of the technical library or
sub-libraries not being available to the
NWSO TA during normal hours of
operation. Not more than 2 examples
annually of electronic documents not
retrieved within 10 minutes upon request
by the NWSO TA. Not more than 3
examples annually of hard copy
documents not being located within 30
minutes upon request of the NWSO TA.
No example of documents not in the
library that have not been appropriately
signed out, and who signed them out.
Performance Standard
SOR
Conduct monthly safety inspections at
LSSs, the NWSSC and the NWSCC.
Implement Occupational Health and
Safety Program.
GENERAL SAFETY
Implement and maintain an NWS Risk
Management Plan (RMP).
RISK MANAGEMENT
Prepare updates for Defence
Resource Management Information
System (DRMIS).
Maintain a current, searchable, online
database of digital photos.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2013-03-25
2.C.5.a.1
2012-06-21
2.C.5.a
2011-07-08
2.C.5
2012-09-14
2.C.4.a
2011-07-08
2.C.4
2013-08-20
2.C.3.e
2012-05-15
2.C.3.d
Line Item
NWS
Section 2
Restricted - Contracts
Conduct a monthly safety inspection at LSSs, the
NWSSC and the NWSC, the inspection to be based on
a checklist proposed by the Contractor and approved by
the Crown. Any finding not corrected at the time of the
inspection shall be tracked in the Contractor's work
management system until corrective action has been
completed. The results of the inspection shall be
submitted as per 2.F.11.
Implement Occupational Health and Safety Plan as per
2.F.10, activities are detailed in 2.C.5.a.1 to 2.C.5.a.8
Implement an NWS RMP as per 2.F.9. Ensure that all
incident reports are reviewed and risk registers are
created/updated as appropriate to minimize impacts to
cost, schedule, performance and safety. Take action to
eliminate or mitigate impacts and advise the NWSO TA
accordingly.
Prepare quarterly reports of new/modified realty assets
to facilitate an update to the DRMIS. Report to be in
Contractor format, NWSO reviewed and approved by
Canada. Reports are to be submitted as per 2.F.8.
Digital photos depicting: 1) All current sites, equipment
and Mobile Support Equipment (MSE); and 2)
Modifications and projects in progress. Digital photo
database accessed through a graphical user interface
and using metadata terminology to allow for the
searching on a minimum of 4 searchable fields, viewing
and printing of all digital photographs. Assign
standardized site and date labels to each photograph in
the digital photo database for version control.
Out-of-date/superseded photographs to be archived.
Import existing database and update the digital photo
database. There are approximately 2000 pictures/year.
Related Information
Restricted - Contracts
7 inspections monthly
Estimated 12 reviews annually
based on incident reports of a
nature which would cause a
review/update of risk registers.
Preparation of 4 reports.
1 database with approximately
2000 pictures/year.
Estimated Qty
Page 12 of 216
No example of the required inspections
not taking place. No example of issues
uncorrected after 3 months.
No example of risk registers not being
reviewed and updated as appropriate
upon receipt of an incident report.
No example of the reports not being
prepared.
No more than 5 errors in technical
information/labels in 100 sampled items.
Performance Standard
SOR
Investigate medical emergencies.
Prepare annual OH&S report to
HRSDC.
Conduct OH&S training.
Establish and maintain Occupational
Health and Safety Committees, and
Occupational Health and Safety
Representatives.
Conduct annual NWS site safety
inspections.
Conduct quarterly safety inspections at
LRR sites and SRR sites.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2012-07-27
2.C.5.a.7
2012-05-15
2.C.5.a.6
2012-07-27
2.C.5.a.5
2012-05-15
2.C.5.a.4
2012-06-21
2.C.5.a.3
2012-05-15
2.C.5.a.2
Line Item
NWS
Section 2
Restricted - Contracts
Investigate medical emergencies. Document the
status/results of the investigation, and submit reports as
per 2.F.16.
Prepare the annual Occupational Health and Safety
report as required by the Canada Labour Code Part XV,
Section 15.10 to HRSDC. Submit as per 2.F.15.
Conduct OH&S training in accordance with 2.C.6.
Establish and maintain Occupational Health and Safety
Committees for work places that have 20 or more
employees, as per the Canada Labour Code, Part II.
Produce and post minutes on the safety board for each
work location within 10 business days of the meeting as
per 2.F.14. Establish an Occupational Health and
Safety Representative at work locations with less than
20 employees.
Perform annual safety inspections at NWS locations as
follows: 1) LSSs - annually; 2) LRR sites - annually; 3)
SRR sites - a minimum of 2 sites per zone inspected
annually, with different sites being visited in subsequent
years until all sites in the Zone have been inspected; 4)
SRD - annually; 5) NWSCC - annually; 6) NWSSC annually. Inspections are to be performed by qualified
personnel. The inspections to include, as a minimum: 1)
Ensuring compliance, adequacy, quality and diligence of
field level inspections being completed by staff; 2)
review the Occupational Health and Safety Plan to
confirm its applicability and currency; 3) Provide training
to site staff as required. Any findings not corrected at the
time of the inspection are to be tracked in the
Contractor's work management system until corrective
action has been completed. Safety inspection reports
are to be submitted as per 2.F.13.
Conduct quarterly inspections for the all sites in the
NWS. The inspection shall be based on a checklist
proposed by the Contractor and approved by the Crown.
Any finding not corrected at the time of the inspection
shall be tracked in the Contractor's work management
system until corrective action has been completed.
Submit the results of the inspection as per 2.F.12.
Related Information
Restricted - Contracts
1 investigation annually.
1 report annually.
OH&S courses as per CTSs
included in 2.C.6.
1 committee for each of CMO,
NWSSC and NWSCC, total of
3. Each committee to meet
minimum 9 times annually as
per CLC, Part II. One
Representative at each of
LSS.
27 inspections annually.
45 inspections quarterly
Estimated Qty
Page 13 of 216
No example of a medical emergency not
being investigated.
No example of the report not being
submitted as required.
No example of an employee performing
work without the required OH&S training.
Not more than 2 individuals with expired
training upon audit.
No instance of the committees not being
formed, or meeting as required by the
CLC Part II. No instance of
Representatives not being appointed at
required locations.
Not more than 3 inspections not
completed annually. No example of a
finding not corrected at the time of the
inspection outstanding longer than 6
months
Not more than 3 sites not receiving the
required quarterly inspection. No example
of a finding not corrected at the time of the
inspection outstanding longer than 4
months.
Performance Standard
SOR
Operate a key control program.
Implement an NWS Security Plan.
SECURITY
Investigate significant Incidents.
SIGNIFICANT INCIDENTS
Provide regenerative training for
NWSO and NWSO sponsored
personnel.
Prepare Course Training Standards.
Provide all contractor personnel with
job-specific training (initial and
regenerative) as per CTSs.
TRAINING
Investigate occupational health and
safety incidents.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2012-09-11
2.C.8.a.1
2012-09-14
2.C.8.a
2011-07-08
2.C.8
2012-07-27
2.C.7.a
2011-09-21
2.C.7
2012-09-11
2.C.6.c
2012-05-15
2.C.6.b
2013-08-20
2.C.6.a
2011-07-08
2.C.6
2012-09-11
2.C.5.a.8
Line Item
NWS
Section 2
Restricted - Contracts
Receive, secure, issue, log, and inventory all keys
placed in the custody of the Contractor for all facilities
and installations of the NWS.
Implement an NWS Security Plan as detailed in 2.F.22,
including:
Investigate significant incidents. Document the
status/results of the investigation, and submit reports as
per 2.F.21.
Provide regenerative training to NWSO and NWSO
sponsored personnel. During development of the
annual training plan, as per 2.F.19, two (2) positions on
each PME course shall be offered to NWSO and/or
NWSO sponsored personnel. Upon delivery of the
annual training plan, canvass NWSO for upcoming NWS
training requirements for NWSO and NWSO sponsored
personnel. Ensure that additional positions are offered
to NWSO and NWSO sponsored personnel on a space
available basis. Provide support to NWSO and NWSO
sponsored trainees attending training at northern NWS
locations.
Prepare new Course Training Standards for newly
installed equipment and systems. Include these new
CTSs in the on-going training program.
Provide all contractor personnel with job-specific training
(initial and regenerative) to meet the requirements of this
SOW as per the CTSs to be provided in 2.F.18. The
provision of training is to be planned annually as per
2.F.19, and an annual report is to be submitted as per
2.F.20.
Investigate occupational health and safety incidents.
Document the status/results of the investigation, and
submit reports as per 2.F.17.
Related Information
Restricted - Contracts
Implementation of 1 key
control program.
An average of 10 significant
incident reports annually.
Estimated a total of 3 persons
per year.
Estimated 2 new CTSs to be
developed annually.
40 training courses annually.
17 investigations annually.
Estimated Qty
Page 14 of 216
All keys to be accounted for within 24
hours of inspection.
No incident of a significant incident not
being reported.
No example of NWSO or NWSO
sponsored personnel not receiving
regenerative training, or support for
training occurring at NWS sites.
No example of new CTSs not being
developed and incorporated into the
training program.
Training shall be provided as per the CTS
or as per industry standard and best
practice 100% of the time.
No instance of an occupational health and
safety incident not being investigated.
Performance Standard
SOR
Investigate security incidents.
Maintain Mode IV crypto capability.
Implement COMSEC program in
accordance with the CSEC Industry
COMSEC Material Control Manual
ITSD-CSD-01.
Establish and maintain COMSEC
account.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2012-05-15
2.C.8.a.5
2013-03-13
2.C.8.a.4
2012-05-15
2.C.8.a.3
2012-05-15
2.C.8.a.2
Line Item
NWS
Section 2
Restricted - Contracts
Investigate security incidents, such as intrusion alarms,
theft or vandalism. Document the status/results of the
investigation, and submit reports as per 2.F.23.
Maintain the capability to load Mode IV crypto codes at
each LRR location. Ensure sufficient operational keymat
is available to load Mode IV crypto code, including
KOI-18/KYK-13 fill devices, batteries and fill cables.
Coordinate, track and schedule crypto keying
requirements at all sites. Activate and operate the site
Mode IV equipment as directed by the SM Section
through the NWSCC. Notify the NWSO TA of any
tasking from the SM section.
Implement COMSEC program including COMSEC
Standard Operating Procedures in accordance with the
CSEC Industry COMSEC Material Control Manual
ITSD-CSD-01. The program is to include an Emergency
Destruction Plan (EDP) also in accordance with the
CSEC Industry COMSEC Material Control Manual
ITSD-CSD-01. The EDP shall be available at every
NWS site or Contractor location where COMSEC
material is held.
COMSEC material is handled through Communication
Security Establishment Canada (CSEC) and CSEC is
the COMSEC Authority for the account. Establish
COMSEC account through CSEC ITSD.
Related Information
Restricted - Contracts
An average of 25 incident
reports annually.
Currently 10 LRR Sites. A
total of 11 LRR sites, once
PIN-3 is rebuilt and operating.
Implementation of 1 COMSEC
program.
Establishment and
maintenance of 1 COMSEC
account.
Estimated Qty
Page 15 of 216
No instance of a security incident not
being investigated.
100% compliance.
100% compliance with CSEC Industry
COMSEC Material Control Manual
ITSD-CSD-01.
100% compliance with CSEC Industry
COMSEC Material Control Manual
ITSD-CSD-01.
Performance Standard
SOR
Implement the Emergency Response
Plan (ERP).
EMERGENCY SERVICES
Record site visitor information.
Conduct security inspections.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2013-03-14
2.C.9.a
2011-11-18
2.C.9
2013-08-20
2.C.8.a.7
2013-03-20
2.C.8.a.6
Line Item
NWS
Section 2
Restricted - Contracts
Implement the Emergency Response Plan as per 2.F.27
to safeguard life, the environment, government property
and maintain NWS operational capability in the event of
an emergency situation arising. The plan shall include,
at a minimum, the following:
Ensure that each individual visiting an NWS location
signs a Visitor Register. Registers are to be held at
each LSS, each LRR site, the NWSCC and the NWSSC.
Register to contain name of the visitor, security
clearance, time in, time out and sites visited. Retain site
visitor registers as per 2.F.25.
The Security Officer, or his qualified designate is to
conduct security inspections at NWS sites, as follows:
1) LSSs - annually;
2) LRR sites - annually;
3) SRR sites - a minimum of 2 sites inspected annually
per Zone, with different sites being visited in subsequent
years until all sites in the Zone have been inspected;
4) SRD - annually;
5) NWSCC - annually;
6) NWSSC - annually.
The inspections are to include, at a minimum, a review
of physical security, controlled goods management,
COMSEC management and an audit of the site visitor
register. Deficiencies noted are to be corrected at the
time of the inspection. Any findings not corrected at the
time of the inspection are to be recorded and tracked
until corrective action has been completed. All findings
not corrected at the time of the inspection to be
completed within 6 months. Regardless of corrective
action, all noted deficiencies are to be included in the
security inspection report. Reports are to be prepared
and submitted no later than 15 business days upon
completion of the inspection. Submit reports as per
2.F.24.
Related Information
Restricted - Contracts
Implementation of 1 plan.
Estimated 875 visitors
annually for the entire NWS.
27 inspections annually.
Estimated Qty
Page 16 of 216
No example of an emergency not being
actioned as per the ERP.
No instances of staff or visitors not signing
in. Not more than 1 error or omission per
register annually.
Not more than 3 sites missing their
inspection annually.
Performance Standard
SOR
Communications Plan
Roles and Responsibilities
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2013-03-14
2.C.9.a.2
2013-03-14
2.C.9.a.1
Line Item
NWS
Section 2
Restricted - Contracts
Establish a communications plan within 12 hours of the
emergency occurring. The communications plan shall be
implemented to ensure that accurate information with
regard to the nature and status of the emergency is
delivered in a timely manner to the NWSO TA. The
communications plan shall also address interfaces with
the media and regulatory agencies where warranted. In
the event of activation of the ERP, submit the
communications plan as per 2.F.41.
With allowances for the unplanned nature of a particular
emergency, the plan shall the roles and responsibilities
of key Contractor staff and/or internal organizations in
the event an emergency occurs, including at a minimum:
1) The role of the Contractor's 24/7 organization in initial
emergency identification, notification and response; 2)
The appointment of an Emergency Response Manager
(ERM). The ERM shall be appointed within 6 hours of
the emergency occurring. The ERM's name and contact
information shall be provided to NWSO, and the ERM
shall serve as the single point of contact to NWSO for
the duration of the emergency. The ERM shall have
overall authority for management of the emergency,
including initiating material procurement, securing
transportation and engaging third parties as required to
provide effective containment/mitigation measures, as
appropriate, to the emergency, and/or otherwise manage
the situation to completion; 3) The establishment of and
Emergency Response Team (ERT). The ERT shall be
established within 12 hours of the emergency occurring
and shall be accountable to the ERM. The ERT will be
composed of the Contractor's staff whose skill set best
matches the nature of the emergency and/or third
parties at the Contractor's discretion. The plan shall also
address backfilling, where necessary, of staff appointed
to the ERT to ensure that the remainder of NWS
operations are minimally impacted.
Related Information
Restricted - Contracts
Implementation of 1
communications plan.
1 description of roles and
responsibilities included in the
ERP.
Estimated Qty
Page 17 of 216
The NWSO TA is kept informed of the
status of the emergency as detailed in the
Contractor's plan. No example of details
of the emergency communicated to the
media without prior knowledge and
concurrence of the NWSO TA.
Roles and responsibilities within the
Contractor's organization are clearly
defined.
Performance Standard
SOR
Annual Exercise
Reconstitution
Interrelationships
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2013-03-14
2.C.9.a.5
2013-03-14
2.C.9.a.4
2013-03-14
2.C.9.a.3
Line Item
NWS
Section 2
Restricted - Contracts
The ERP shall be exercised at a minimum annually as a
desk top exercise and shall include the NWSO TA as a
participant. The exercise shall be documented, and
based, at the Contractor's discretion, on an emergency
which can reasonable be expected to occur which would
negatively effect NWS operations. Upon completion of
the exercise, a report shall be provided to the NWSO TA
summarizing the effectiveness of the exercise,
particularly any shortcomings identified, and how those
shortcomings are to be addressed, up to and included
an update to the ERP. The report is to be submitted as
per 2.F.28.
In conjunction with 2.E.1, the ERP shall address the
requirement to reconstitute LRR sites to provide
increased readiness, and as directed by DND. The plan
will address, at a minimum: 1) The identification and
maintenance of a reconstitution kit for each site; 2) A
staffing plan to meet the requirement, and to backfill as
required to ensure a minimal impact on NWS
operations; 3) The transportation requirements to
support the reconstitution effort.
The plan shall document its relationship to incident
reporting, specifically when a particular incident is
classified as an emergency, triggering implementation of
the ERP. The plan shall address, at a minimum: 1) fires;
2) environmental incidents; 3) medical emergencies; 4)
aircraft incidents; 5) security incidents; 6) other
significant incidents, such as natural disasters; 7) threats
to national security, as determined and communicated
by DND, which may require increased readiness for the
NWS. The plan shall document its relationship to the
Contractor's Business Continuity Plan, as defined in
2.C.9.b, specifically, when an emergency constitutes a
threat to the Contractor performing its contractual duties
as per this SOW, triggering activation of the BCP. The
plan shall document its relationship to the Risk
Management Plan, specifically, how root causes of the
emergency and corrective actions are addressed
through the RMP to eliminate or mitigate a recurrence of
the emergency.
Related Information
Restricted - Contracts
Implementation of 1 exercise
annually.
1 plan to reconstitute LRR
sites included in the ERP.
1 description of
interrelationships between the
ERP and other plans/reports
in this SOW.
Estimated Qty
Page 18 of 216
No example of the annual exercise not
being performed.
LRR sites are reconstructed as per the IQ
request.
Description of interrelationships is clearly
documented in the plan.
Performance Standard
SOR
Maintain emergency rations at SRR
sites.
Maintain emergency shelters at LRR
sites.
Implement a Business Continuity Plan.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2013-03-25
2.C.9.d
2013-03-25
2.C.9.c
2013-03-13
2.C.9.b
Line Item
NWS
Section 2
Restricted - Contracts
Maintain emergency rations at SRR sites. All SRR site
emergency rations to allow for 3 meals per day,
including water for 8 persons for 14 days
Each LRR site has an emergency shelter which is to be
maintained in a fully functioning condition at all times.
Maintenance routines are to be implemented as per
Sections 13.C.1.a and 14.C.1.a as applicable. All LRR
site emergency shelters are to contain emergency
rations to allow for 3 meals per day, including water for 8
persons for 14 days.
For an emergency which negatively impacts the
Contractor's ability to meet its contractual obligations
under this SOW, implement the Business Continuity
Plan (BCP) as per 2.F.29 to eliminate or mitigate the
impact of the emergency on normal NWS operations.
The plan shall address, at a minimum: 1) Loss of access
of the Contractor's staff to one or more of it's key places
of work due to fire, natural disaster or other catastrophic
event; 2) Loss of the NWS information management
system; 3) Loss of a significant number of the
Contractor's staff due to epidemic. As a response to an
emergency, the BCP is to follow, as appropriate, those
elements of the ERP with respect to management of the
emergency, and communications related to the status
efforts to effect corrective action. The plan shall
document its relationship to the Risk Management Plan,
specifically, how root causes of the emergency which
triggers the BCP and corrective actions are addressed
through the RMP to eliminate or mitigate a recurrence of
the emergency. The BCP shall be exercised at a
minimum annually as a desk top exercise and shall
include NWSO as a participant. The exercise shall be
documented, and based, at the Contractor's discretion,
on an emergency which can reasonable be expected to
trigger the BCP. Upon completion of the exercise, a
report shall be provided to NWSO summarizing the
effectiveness of the exercise, particularly any
shortcomings identified, and how those shortcomings
are to be addressed, up to and including an update to
the BCP. The report is to be submitted as per Section
2.F.30. The BCP shall be reviewed and updated at a
minimum annually.
Related Information
Restricted - Contracts
336 rations per site for 36
SRR sites.
Maintain emergency shelters
at LRR sites, total of 11.
Maintain emergency rations
for 3 meals per day for 8
persons for 14 days (total of
336 rations per site).
Implementation of 1 plan.
Estimated Qty
Page 19 of 216
No example of required minimum rations
being unavailable. Not more than 2
examples annually of expired rations
found on site.
No instances of emergency shelters not
being fully serviceable. No instance of
emergency rations not being available on
each site. Not more than two site
annually with expired rations.
No example of an emergency impacting
the Contractor's ability to fulfill it's
contractual obligations not been
addressed as per the BCP, in conjunction
with the ERP.
Performance Standard
SOR
Maintain and create Equipment
Identification Numbers (EINs).
Implement Work Management Plan.
WORK MANAGEMENT SYSTEM
Implement emergency rescue
operations.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2012-09-11
2.C.10.a.1
2012-05-16
2.C.10.a
2011-10-27
2.C.10
2013-08-07
2.C.9.e
Line Item
NWS
Section 2
Restricted - Contracts
Maintain already established EINs and create new EINs
for newly installed assets. Ensure that EINs are broken
down to the levels required by Life Cycle Management
Services (LCMS), as specified in Part 15 of this SOW.
Implement Work Management Plan with the capability
as described in 2.F.31, and as follows:
Contractor to ensure sufficient staff working at NWS
sites have the requisite training to provide emergency
rescue operations for occasions where personnel
working or living on NWS sites are injured. At a
minimum, the Contractor is to have the capability to
provide confined space and high angle rescue.
Related Information
Restricted - Contracts
Estimated average of 5,900
new EINs generated annually.
Sufficient LSS staff to be
trained. All subcontractors
implementing related work on
behalf of the Contractor to
have rescue plans in place.
Estimated Qty
Page 20 of 216
No example of an EIN not being assigned.
Emergency rescue operations to be
conducted in all cases of a severe injury.
Performance Standard
SOR
Manage hard copy project files.
Manage an electronic project file
tracking system.
Manage work orders.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2013-03-13
2.C.10.a.4
2013-03-13
2.C.10.a.3
2012-07-27
2.C.10.a.2
Line Item
NWS
Section 2
Restricted - Contracts
Manage active and historical hard copy LUC 76, LUC 77
and LUC 78 NWS project files. All information for
projects is to be retained in a hard copy file system as
defined in 2.F.34. Active project files are to be available
the next business day upon request. Historical project
files are to be available within 3 business days upon
request.
Manage an electronic project file tracking system to
track LUC 76, LUC 77 and LUC 78 project files, as
defined in 2.F.33.
Manage NWS work via individual, unique work order
number. Prior to initiating a work order, validate work
requests, and for valid work requests, ensure all
information is available for creation of the work order.
Ensure that each work order contains the following, at a
minimum:
(1) unique work order number;
(2) LUC;
(3) job location (site, building and system as
appropriate);
(4) scope of proposed work;
(5) justification for proposed work;
(6) labour and material requirements;
(7) EIN;
(8) date of request;
(9) contact information of originator;
(10) status code to indicate progression of the work;
(11) a priority code indicating the urgency of the work.
Update work orders as work proceeds to ensure up to
date information is available up to completion and
closure of the work order. Closed work orders are to
remain available for historical purposes. Cancelled work
orders are similarly to remain available for historical
purposes. The Contractor shall ensure that corrective
maintenance required to protect life, limb and/or the long
term health of personnel, safeguard the environment, or
to protect Government Property is treated as LUC 72
emergency maintenance, and has priority over other CM
work. The Contractor shall manage any backlog of work
to ensure that corrective maintenance work orders are
completed within one (1) year of approval.
Related Information
Restricted - Contracts
Approximately 2,500 project
files to be maintained, with an
estimated 15 new projects
annually.
1 system tracking an
estimated 15 projects
annually.
Approximately 7,500 work
orders annually.
Estimated Qty
Page 21 of 216
No example of a lost project file upon
audit. Not more than 3 examples annually
of a current project file not available within
one business day upon request. Not
more than 1 example annually of a
historical project file not available within 3
business days upon request.
Contractor to demonstrate an electronic
project file tracking system. New projects
added to the tracking system within 5
business days. Updates to project file
status to be added within 3 business days.
No example of work being performed
without an associated work order.
Performance Standard
SOR
Remove sewage at LSS-I and LSS-Q.
Provide potable water at 36 SRR sites.
Provide potable water at 8 LRR sites
and 2 collocated LSS.
Ensure potable water is available at
LSS Iqaluit and LSS Inuvik.
RATIONS, POTABLE WATER &
ANCILLARY SUPPORT
Manage variation in quantity.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2012-05-24
2.C.12.d
2012-09-11
2.C.12.c
2013-03-13
2.C.12.b
2013-08-07
2.C.12.a
2012-05-24
2.C.12
2012-09-14
2.C.11.a
2012-05-16
2.C.11
Line Item
NWS
Section 2
Restricted - Contracts
Sewage at LSS-I and LSS-Q is held in a holding tank,
which requires periodic pump-out.
Provide potable water at 36 SRR sites.
Provide potable water at 8 LRR sites (LAB-6, LAB-2,
BAF-3, DYE-M, FOX-3, CAM-3, PIN-M, BAR-2) and 2
collocated sites CAM-M and FOX-M by transferring
water from lakes/reservoirs and operating the existing
water filtration systems. Water to be treated in
accordance with all Federal and Provincial requirements
within the operating parameters of the existing filtration
systems. Establish and implement a water testing
program to continuously monitor water quality to
guarantee potability. Gather and record information for
Potable Water System Activity Report as per Section
14.F.2.
Ensure potable water is available at LSS Iqaluit and LSS
Inuvik.
Manage variation in quantity for all requirements in this
SOW. Produce monthly VIQ report, as per 2.F.35, and
annual VIQ report, as per 2.F.36.
Related Information
Restricted - Contracts
Two locations to have sewage
removed.
For SRR sites, an estimated 6
litres per person per day.
Anticipated site personnel
loading is as per the
Contractors staffing plan,
projects scheduled on the Five
Year Operations &
Sustainment Plan, and CSR
and TPS requirements
detailed in Section 6.
An estimated 200 litres per
person per day. Anticipated
site personnel loading is as
per the Contractors staffing
plan, projects scheduled on
the Five Year Operations &
Sustainment Plan, and CSR
and TPS requirements
detailed in Section 6. Existing
water transfer methodology for
each site is provided in Table
2-1.
Provide enough water for
drinking, hand washing and
basic kitchen functions for the
Contractor's staff at these
locations, and to meet the
requirements of Section 6 of
this SOW.
Manage VIQ for all line items
in this SOW, as applicable.
Estimated Qty
Page 22 of 216
No example of sewage overflow, or
kitchen or washroom unavailable due to
sewage holding tank at capacity.
All personnel attending any SRR site to
have adequate potable water.
No incident of poor quality drinking water
in the potable water distribution system.
No incidents where the storage tanks or
water supply runs dry while personnel on
the sites. No incident of incorrect
operation of filtration equipment.
No incident of failure to ensure adequate
potable water at these locations.
Contractor to demonstrate effective
management of VIQ.
Performance Standard
SOR
INUIT BENEFITS (IB) PROGRAM
MANAGEMENT
Laundry and cleaning service.
Provide rations.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2013-03-13
2.C.13
2012-07-10
2.C.12.f
2012-05-24
2.C.12.e
Line Item
NWS
Section 2
Restricted - Contracts
Provide laundry, repair and cleaning services for all
NWS rugs, carpeting, curtains, bedding, linen and
special purpose/protective clothing.
Contractor is to provide rations for staff, and to meet the
requirements of Section 6.
Related Information
Restricted - Contracts
Laundry and cleaning services
for the Contractor's staff at
LSS-C and LSS-F, and to
support authorized activities at
unattended NWS sites,
particularly those detailed in
Section 6.
3 meals per day for each of
the Contractor's staff, and as
per the estimated quantity in
Section 6.
Estimated Qty
Page 23 of 216
No example of unclean bedding or
protective clothing issued to a new user.
All personnel working and living on NWS
sites to receive adequate rations.
Performance Standard
SOR
Implement the General IB Plan
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2013-08-20
2.C.13.a
Line Item
NWS
Section 2
Restricted - Contracts
Implement the General Inuit Benefits Program
Management Plan as per 2.F.37. The Plan shall
document the Contractor's methods and approaches to
meeting or exceeding the contractually required IB in
this contract, including at a minimum:
1. Strategies for the recruitment and retention of Inuit
employees from within the LCAs included in this contract
for FFP positions, particularly those for supervisory and
management positions;
2. Strategies for the recruitment of temporary Inuit
employees from within the LCAs included in this contract
for FFP work;
3. What role, if any, the IQ Inuit Training and
Development Program, further detailed in 2.C.13.b and
2.E.4, will play in assisting the Contractor in meeting its
contractually required IB;
4. Strategies for the procurement of goods and services
from Inuit owned companies within the LCAs included in
this contract in support of FFP activities;
5. Any other Contractor proposed measures which are
approved by Canada, that result in a direct IB;
6. A description of how the Contractor will work with
outside organizations that have experience or mandates
in various aspects of contracting with Inuit Beneficiaries
or IOC, which may include agencies such as:
a. Economic Development and Transportation
(Government of Nunavut);
b. Nunavut Arctic College/NAC (Government of
Nunavut);
c. Aboriginal Affairs & Northern Development
(Government of Canada);
d. CAN-NOR (Government of Canada);
e. HRSDC (Government of Canada);
f. PWGSC (Government of Canada).
7. Risks analysis and mitigation strategies associated
with achieving the contractually required Inuit benefits
for the duration of the contract.
The plan shall include as an Annex a detailed program
for the current Fiscal Year which details specific targets
to meet or exceed the required Inuit benefits, including,
but not limited to, targets for:
1. Hiring of new permanent Inuit employees, and
retention of existing Inuit employees to ensure that the
contractually required Inuit workforce is maintained or
Related Information
Restricted - Contracts
Implementation of 1 plan
Estimated Qty
Page 24 of 216
The Contractor is to demonstrate that a
current plan is in place and is being
actively managed. Implementation of the
IB plan results in achieving, at a minimum,
the contractually required IB 100 % of the
time.
Performance Standard
SOR
Nil
2.D.1
09, September, 2013
WATCH KEEPING REQUIREMENTS
Implement IQ Inuit Training and
Development Plan.
Major Requirement
MANAGEMENT AND ADMINISTRATION
2.D
2013-03-20
2.C.13.b
Line Item
NWS
Section 2
Restricted - Contracts
Implement the IQ Inuit Training and Development Plan
as per 2.E.4 and 2.F.39 to provide training and
development to individuals and companies who are
beneficiaries within the three LCAs included in this
Contract. The plan shall document how the Contractor
intends to use this program to:
1. Actively recruit, employ, train and develop Inuit
beneficiaries in the Contractor's entire workforce;
2. Hold annual conferences intended to train Inuit
sub-contractors on how to properly and effectively bid for
Government and Contractor issued NWS projects;
3. Support other initiatives directly related to providing
value added benefits to LCA beneficiaries;
The plan shall include as an Annex a detailed program
for the current Fiscal Year which details the objectives
and budget for the Fiscal Year, including, but not limited
to:
1. Number, location and target audience for
conferences;
2. Details of training proposed for or continuing into the
FY for Inuit beneficiaries e.g. post secondary education,
on the job training, or other specialized courses;
3. Any other initiative proposed by the Contractor and
approved by Canada which demonstrate a direct Inuit
benefit.
Submit quarterly IQ IB Training and Development
Program Reports as per 2.F.40.
Submit monthly IB program reports as per 2.F.38.
Related Information
Restricted - Contracts
Implementation of 1 plan.
Estimated Qty
Page 25 of 216
The Contractor is to demonstrate that an
annual Inuit training and development
program is in place, and is being actively
managed with achievable targets.
Performance Standard
SOR
Produce and maintain Program
Management Plan.
RECORDS AND DELIVERABLES
There are no other pre-determined IQ
requirements associated with this
section, IQ may be ordered by the
Project Authority on an as required
basis for any work within the scope of
this section.
Provide AN/FPS-117 training for
Canadian Coastal Radar technicians.
Implement annual Inuit training and
development program.
Provide training to NWSO and/or
NWSO sponsored personnel.
09, September, 2013
2013-08-20
2.F.1
2013-03-20
2.F
2011-08-30
2.E.6
2012-10-16
2.E.5
2013-03-20
2.E.4
2012-05-14
2.E.3
2012-05-14
2.E.2
Provide initial cadre training.
Provide increased
readiness/reconstitution of NWS sites.
2.E.1
2013-08-20
INDEFINITE QUANTITY (IQ)
REQUIREMENTS
Major Requirement
MANAGEMENT AND ADMINISTRATION
2.E
Line Item
NWS
Section 2
Restricted - Contracts
Produce and maintain a Program Management Plan that
details the requirements of 2.C.1.a. The Project
Management Plan is to be in a format proposed by the
Contractor, with the format reviewed and approved by
Canada. The Plan is to be updated at a minimum
annually by 01 April, or more frequently as
circumstances warrant.
All Records and Deliverables identified in this SOW shall
be made available online in the NW IMS.
See Contract Terms and Conditions for details regarding
negotiation of the IQ job.
Provide AN/FPS-117 training for Canadian Coastal
Radar technicians.
Implement the annual Inuit training and development
program as detailed in 2.C.13, and 2.F.37.
For requirements beyond those covered in 2.C.6.c, and
at the request of NWSO, provide training for NWSO and
NWSO sponsored personnel up to and including
dedicated courses.
Review projects and modifications identified for
implementation to determine training impacts and any
applicable initial cadre training to be incorporated into
the associated project or modification.
Provide increased readiness/reconstitution of NWS
sites, upon request of the NWSO TA. The LRR sites to
be staffed to a level to provide the required level of
response time on PME specified by the NWSO TA.
Related Information
Restricted - Contracts
1 plan, updated a minimum
annually.
Nothing additional
1 program with an annual
budget of $2M.
Ten LRR sites to have
increased
readiness/reconstitution.
Estimated Qty
Page 26 of 216
No example of the plan not being
available. Not more than 2 technical
errors or omissions in the plan upon
review and audit by the NWSO TA. No
example of the plan not being reviewed
and updated annually by 01 April.
All jobs completed to the agreed standard
of quality. 90% of jobs completed by the
agreed completion date. All jobs
completed no later than 10% of the
Conduct Period beyond the agreed
completion date.
Training to be implemented as per the
terms and conditions of the IQ project.
The program is implemented and
administered as detailed in 2.C.13 and
2.F.37.
All jobs completed to the agreed standard
of quality. 90% of jobs completed by the
agreed completion date. All jobs
completed no later than 10% of the
Conduct Period beyond the agreed
completion date.
Performance Standard
SOR
Produce agenda and minutes for all
meetings.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2012-07-27
2.F.2
Line Item
NWS
Section 2
Restricted - Contracts
Agenda may be waived by the Crown, otherwise agenda
to contain the purpose of the meeting and planned items
for discussion; the names of the Chairperson, OPI and
other intended participants. After meetings prepare
meeting minutes containing (but not limited to):
1) List of Attendees;
2) Items discussed during the meeting;
3) Milestones accomplished to date;
4) Status of previous action items;
5) New action items identified, their relative due dates
and person responsible; and
6) Space for NWSO TA and Contractor signatures.
Minutes may be waived by the Crown.
Agendas to be available electronically to all meeting
participants two days prior to meeting. Minutes to be
available electronically for review to all meeting
participants for a minimum three working days after
meetings.
Related Information
Restricted - Contracts
Estimated 80 Agendas and 80
Minutes annually
Estimated Qty
Page 27 of 216
The Agenda to be complete, accurate and
distributed to all participants no later than
2 full working days prior to the meeting.
The minutes are to be complete, accurate
and submitted as draft to the NWSO TA
for review no later than 5 working days
after the meeting. Meeting minutes must
be updated and submitted for signature
within 3 working days following receipt of
comments.
Performance Standard
SOR
Produce and maintain a Five Year
Operations & Sustainment Plan
(FYO&SP).
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2012-09-11
2.F.3
Line Item
NWS
Section 2
Restricted - Contracts
Produce and maintain a Five Year Operations &
Sustainment Plan (FYO&SP). The plan shall include, at
a minimum:
1) Control and monitoring procedures for how items are:
a. added to the plan;
b. removed from the plan;
c. rescheduled within the CY;
d. rescheduled to a later year of the plan.
In all cases, updates to the plan shall be accompanied
by mitigation plans to ensure that program and financial
targets as appropriate are met for the CY.
2) An annual narrative for CY through CY+4 inclusive,
outlining planned work, including at a minimum:
a. capital projects;
b. scheduled recurring maintenance activities;
c. planned major maintenance and/or major
maintenance initiatives;
d. scheduled resupply activities (bulk fuel, dry goods);
e. major procurement activities;
f. contractually required inspections and audits;
g. minor modifications;
h. TPSs.
The narrative will outline the approach to procurement,
staffing and transportation to ensure that the planned
work is completed in the intended year.
3) Supporting documentation, to include, at a minimum:
a. completed and approved CY designs for capital
projects;
b. completed and approved CY+1 designs for those
capital projects which require material
procurement/prepositioning in the CY;
c. business cases and preliminary designs for those
CY+1 capital projects which do not require
procurement/prepositioning of material in the CY;
d. business cases for CY+2 capital projects;
e. CY sealift consist;
f. CY transportation plan;
g. CY staffing requirements, specifically for site
ramp-ups;
h. CY MSE requirements;
i. CY CSRs;
j. CY TPSs.
4) A CY schedule for all CY activities, as detailed in 2.a
through 2.h above, as applicable. The CY schedule is to
Related Information
Restricted - Contracts
Preparation and maintenance
of 1 plan annually.
Estimated Qty
Page 28 of 216
No example of the FYO&SP not being
available. No example of the FYO&SP
not being issued by 01 April. Not more
than 5 technical errors or omissions in the
plan upon audit by the NWSO TA. Not
more than 3 examples of information on
the CY schedule out of date more than
one month upon audit by the NWSO TA.
No example of changes to the FYO&SP
without knowledge and consent of the
NWSO TA, as per established
procedures. No example of the CY-1
analysis not being submitted by 01 May.
Not more than 3 technical errors or
omissions in the CY-1 analysis upon audit
by the NWSO TA.
Performance Standard
SOR
Produce and maintain Contractor
organization chart and contact
information.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2013-08-07
2.F.4
Line Item
NWS
Section 2
Restricted - Contracts
Produce and maintain an organizational chart describing
the Contractor's permanent staff. The chart shall include
the names and roles of the staff, their business phone
numbers and business email addresses, and clearly
show reporting relationships. The Organization Chart is
to be updated and posted within 5 business days of any
change to permanent staff, their role within the
Contractor's organization, or their contact information.
c. work not initially planned, but added to the CY, why it
was added, and the impact completing this work has on
later years of the plan. The CY-1 analysis is to be in a
comprehensive narrative format as proposed by the
Contractor, and as approved by the NWSO TA. The
CY-1 analysis is considered to be part of the FYO&SP,
and is to be submitted as an addendum to the FYO&SP
no later than 01 May.
Related Information
Restricted - Contracts
One organization chart,
updated as changes occur.
Estimated Qty
Page 29 of 216
No example of the organization chart not
being available. Not more than 3
examples annually of the organization
chart being out of date by more than 5
days.
Performance Standard
SOR
Establish and maintain an NWS Risk
Management Plan.
Provide DRMIS Information Update
Maintain a Library Index.
Submit quality audit reports.
Produce and maintain a Quality
Management Plan compliant to ISO
9001 and ISO 14001.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2012-09-14
2.F.9
2013-03-25
2.F.8
2011-10-25
2.F.7
2012-09-11
2.F.6
2013-03-13
2.F.5
Line Item
NWS
Section 2
Restricted - Contracts
Establish and maintain an NWS Risk Management Plan
based on the Treasury Board Secretariat Risk
Management Policy. Reference 2.A.3.g is provided as a
guidance document. Ensure that all program risks are
identified and responded to in a way that minimizes
impacts to safety, the environment, government
property, cost, schedule and performance. All issues
that the Contractor should reasonably be aware of are
identified to the NWSO TA within one week of
identification of new risks.
Submit quarterly DRMIS reports as per 2.C.3.e. Reports
are to be submitted within 10 business days following
the end of the quarter.
Maintain and make available electronically, a Library
Index as specified in this SOW in 2.C.3.a, listing
documents by location and post changes as they occur.
Utilizing SeeSOR, prepare audit reports of Contractor
performance against SOW requirements and ensure that
these reports are available to the NWSO TA. Reports to
be submitted monthly, due no later than 2 business days
following the end of the month. Submit other audit
reports conducted to comply with required ISO
standards.
Produce and maintain a Quality Management Plan
compliant to ISO standards, as per 2.A.1.f to ensure the
requirements of this SOW are met. The plan itself is to
be prepared in accordance with the latest edition of ISO
10005 Quality Management Systems - Guidelines for
Quality Plans. The Plan is to detail the Contractor's
quality management system, how SeeSOR is integrated
into the quality program and how the Contractor ensures
it's business process will meet the requirements of the
ISO standards. All deliverables in this SOW shall have a
documented audit trail (plan, process and associated
quality record(s)). All ISO documentation to be made
available to the NWSO TA for audit upon request. The
plan shall be reviewed and updated at a minimum
annually, or more frequently as circumstances warrant.
Related Information
Restricted - Contracts
1 Risk Management Plan, with
12 updates annually.
Submission of 4 reports
annually.
1 Library Index, with 35
updates annually
15 reports, annually
1 plan updated annually at a
minimum.
Estimated Qty
Page 30 of 216
Risk Management Plan to include all
required information and be updated
within one week of any new risk
identification.
No example of a report being submitted
later than 10 business days following the
end of the quarter. No more than 2
technical errors per report.
The library index will be accurate and will
be updated within 3 business days of any
changes that occur.
Report includes all required information.
No example of a SeeSOR report not being
submitted within 2 business days following
the end of the month. Not more than 5
corrective actions outstanding longer than
4 months. Not more than 2 corrective
actions outstanding longer than 6 months.
No example of a corrective action
outstanding longer than 12 months.
No example of the plan not being
available. No example of the plan not
being updated at a minimum annually.
Performance Standard
SOR
Submit annual Health and Safety
Report to Human Resources and Skills
Development Canada (HRDSC).
Prepare and post Occupational Health
and Safety Committee meeting
minutes.
Submit annual NWS site safety
inspection reports.
Submit quarterly safety inspections for
LRR sites and SRR sites.
Submit monthly safety inspections for
LSSs, the NWSSC and the NWSCC.
Establish and maintain an NWS
Occupational Health and Safety Plan.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2012-09-11
2.F.15
2012-09-14
2.F.14
2012-09-14
2.F.13
2012-09-14
2.F.12
2012-09-14
2.F.11
2012-09-14
2.F.10
Line Item
NWS
Section 2
Restricted - Contracts
Submit annual Occupational Health and Safety report as
detailed in paragraph 2.C.5.a.6, with an information copy
to NWSO.
Prepare and post Occupational Health and Safety
Committee meeting minutes, as per CLC, Part II, and as
detailed in 2.C.5.a.4. Minutes to be posted within 10
business days of the meeting.
Submit annual NWS site safety inspection reports, as
detailed in Section 2.C.5.a.3. The reports shall be
submitted within 20 working days after completion of the
inspection.
Submit quarterly safety inspection reports, as detailed in
2.C.5.a.2. The results of the inspection shall be
forwarded electronically to the Safety Officer no later
than 15 business days after the end of the quarter.
Submit monthly safety inspection reports, as detailed in
2.C.5.a.1. The results of the inspection shall be
forwarded electronically to the Safety Officer no later
than 5 business days after completion of the inspection.
Establish and maintain an NWS Occupational Health
and Safety Plan to meet the requirements of the Canada
Labour Code and the pertinent occupational safety acts,
ordinances and regulations of the applicable jurisdiction
where NWS work is being performed. Reference 2.A.3.f
is provided as a guidance document. The Plan is to
outline the Contractor's OH&S policies to maintain the
health and safety of all persons working and/or living at
NWS sites, how legislative compliance is maintained,
training requirements for staff applicable to their work
location and assigned duties, and the specific
requirements detailed in paragraph 2.C.5. The Plan is
to be reviewed at a minimum annually, or more
frequently as is warranted.
Related Information
Restricted - Contracts
Submission of 1 report
annually, with 1 information
copy submitted to Canada.
27 meeting minutes.
27 reports annually
45 reports quarterly
7 reports monthly.
1 Plan updated at a minimum
annually.
Estimated Qty
Page 31 of 216
Report to include all required information
and submitted in accordance with the
Canada Labour Code Part XV, Section 15
100% of the time.
Not more then two instances annually of
the minutes not being posted within 10
business days. No instance of minutes
not being posted.
Not more than 3 reports submitted later
than 20 days after completion. No
instances of corrective action outstanding
beyond 6 months.
Not more than 3 reports not being
submitted within 15 business days after
the end of the quarter to the Safety
Officer.
Not more than 2 examples of the report
not being submitted within 5 business
days to the Safety Officer.
No example of the Plan not being
available upon request. No example of
the plan not being reviewed and updated
at least annually. Not more than 3
technical errors or omissions upon review.
Performance Standard
SOR
Establish and maintain CTSs.
Submit occupational health and safety
incident reports.
Submit Medical Emergency Reports.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2013-05-07
2.F.18
2012-09-14
2.F.17
2012-09-14
2.F.16
Line Item
NWS
Section 2
Restricted - Contracts
Establish and maintain CTS for all Contractor provided
training to meet the requirements of this SOW.
Representative CTSs have been provided as reference
documents 2.A.3.a. CTSs are to include, at a minimum:
(1) prerequisite qualifications or skills;
(2) performance objectives to be achieved;
(3) training resources required;
(4) performance standard to be achieved;
(5) practical or written evaluation method(s) to be
employed;
(6) course duration; and
(7) course capacity.
In conjunction with 2.C.5.a.8, Submit initial and follow up
occupational health and safety incident reports. The
initial report shall be submitted within 24 hours of the
incident occurring, with follow-up reports submitted as
required until the incident has been fully investigated,
and corrective action has been completed. Follow-up
reports are to document the status of the investigation
and corrective actions which are planned/completed until
such time as the incident is considered closed. Amend
the Risk Management Plan as per Section 2.C.4 if
warranted to eliminate or mitigate the chance of the
incident recurring.
In conjunction with 2.C.5.a.7, submit initial and follow-up
medical emergency reports. The initial report shall be
submitted within 6 hours of the emergency occurring,
with follow-up reports submitted as required until the
emergency has been fully investigated, and corrective
action has been completed. Follow-up reports are to
document the status of the investigation and corrective
actions which are planned/completed until such time as
the incident is considered closed. If the medical
emergency has a broader impact on NWS personnel, or
has the potential to have a broader effect e.g. an
epidemic, activate the Emergency Response Plan, as
per 2.C.9. Follow-up reports are to document the status
of the investigation and corrective actions which are
planned/completed until such time as the incident is
considered closed. If warranted, update the Risk
Management Plan as per Section 2.C.4 to eliminate or
mitigate the chance of the medical emergency recurring.
Related Information
Restricted - Contracts
Approximately 80 CTS to be
maintained
17 reports annually.
1 report annually.
Estimated Qty
Page 32 of 216
All CTSs to be up to date and current for
each course held.
No more than 2 occupational health and
safety incident reports being submitted
later than the required 24 hours. No
instances of a report being submitted later
than 72 hours after occurrence.
Corrective actions arising from the
incident investigation are to be completed
within 3 months.
All reports to be submitted in the required
timeline. Corrective actions arising from
the incident investigation are to be
completed within 3 months.
Performance Standard
SOR
Submit significant incident reports.
Prepare and submit annual training
summary report.
Develop annual training plan.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2013-09-05
2.F.21
2012-09-11
2.F.20
2013-08-20
2.F.19
Line Item
NWS
Section 2
Restricted - Contracts
In conjunction with 2.C.7.a, submit initial and follow-up
significant incident reports. The initial report shall be
submitted to Canada within 6 hours of the incident
occurring, with follow-up reports submitted no later than
72 hours as required until the incident has been fully
investigated, and corrective action has been completed.
If the significant incident is deemed to be an emergency,
activate the Emergency Response Plan, as per 2.C.9.
Follow-up reports are to document the status of the
investigation and corrective actions which are
planned/completed until such time as the incident is
considered closed. If warranted, update the Risk
Management Plan as per Section 2.C.4 to eliminate or
mitigate the chance of the significant incident recurring.
Prepare and submit an annual training summary report.
The report is to detail all training provided, broken down
by course, date, student, and pass no pass status. If the
student did not pass, the report shall detail the corrective
measures taken or planned to ensure that the student
does pass, and if warranted, how the student's work will
be managed until such time as he/she attains or renews
their qualification as appropriate. The report is to cover
the period of 01 April through 31 March inclusive, and is
to be submitted by 15 April of the following year. The
report is to be in a format proposed by the Contractor,
and approved by the NWSO TA.
Develop annual training plan based on the most current
listing of CTSs. The annual training plan is to include
training requirements for all Contractor employees and
provide student spaces for NWSO TAs in various
courses as determined by the Contractor through
discussions with the NWSO, and as per Section 2.C.6.c.
The training plan is to be in Contractor format, reviewed
and approved by the Canada. The training plan is to be
submitted annually by 1 April, and is to cover the period
01 April through 31 March inclusive. The plan is to be
revised as required throughout the year to account for
changes in schedule and personnel, and the revised
plan is to be submitted to the NWSO TA within 5
business days of any update.
Related Information
Restricted - Contracts
10 significant incident reports
annually.
1 report submitted annually.
1 plan submitted annually by
01 April, with updates
throughout the year as
required.
Estimated Qty
Page 33 of 216
Not more than one incident annually of a
report not being submitted in the required
timeline.
No example of the report not being
submitted by 15 April. Not more than two
errors or omissions in the report upon
review by the NWSO TA. No example of
Contractor staff maintaining equipment,
operating equipment, or otherwise
performing a task which requires
specialized training without having
received required training, or having
expired training.
No example of the plan not being
available by 01 April. Not more than 3
omissions or errors in the plan upon audit
by the NWSO TA. Not more than 2
instances annually of a revision to the
plan not being provided to the NWSO TA
within 5 business days.
Performance Standard
SOR
Submit annual Business Continuity
Plan exercise report.
Produce and maintain Business
Continuity Plan (BCP).
Submit annual Emergency Response
Plan exercise report.
Produce and maintain an Emergency
Response Plan (ERP).
Retain site visitor registers.
Submit security inspection reports.
Submit security incident reports.
Establish and maintain an NWS
Security Plan.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2011-09-22
2.F.30
2011-09-22
2.F.29
2011-09-22
2.F.28
2013-03-14
2.F.27
2012-09-11
2.F.25
2012-09-14
2.F.24
2013-03-13
2.F.23
2012-09-14
2.F.22
Line Item
NWS
Section 2
Restricted - Contracts
Submit annual Business Continuity Plan exercise report,
as detailed in 2.C.9.b.
Produce and maintain Business Continuity Plan, as
detailed in Section 2.C.9.b.
Submit annual Emergency Response Plan exercise
report, as per Section 2.C.9.a.
Produce and maintain an Emergency Response Plan
(ERP) as detailed in 2.C.9.a. The ERP shall be
reviewed and updated at a minimum annually. The plan
shall be available at all of the Contractor's work
locations, and a current controlled copy shall be
provided to the NWSO TA.
Retain site visitor registers as described in 2.C.8.a.7.
Retain registers for the life of the NWS contract.
Submit security inspection reports, as defined in
2.C.8.a.6.
In conjunction with 2.C.8.a.5, submit initial and follow-up
reports for security incidents. The initial report shall be
submitted within 6 hours of the incident occurring, with
follow-up reports submitted as required until the incident
has been fully investigated, and corrective action has
been completed. Follow-up reports are to document the
status of the investigation and corrective actions which
are planned/completed until such time as the incident is
considered closed. If the security incident has a broader
impact on NWS operations, or has the potential to have
a broader impact, activate the Emergency Response
Plan, as per 2.C.9. Amend the Risk Management Plan
as per Section 2.C.4 if warranted to eliminate or mitigate
the chance of the security incident recurring.
Establish and maintain an NWS Security Plan.
Reference 2.A.3.h is provided as a guidance document.
The Plan is to meet, at a minimum, all requirements of
2.C.8. The Plan to be updated at a minimum annually
by1 April, or more frequently as circumstances warrant.
Related Information
Restricted - Contracts
1 report submitted annually.
1 plan updated annually.
1 report submitted annually.
1 plan, updated annually.
1 register at each of 9 LRRs, 5
LSSs, the NWSCC and the
NWSSC.
27 reports annually.
25 reports annually.
1 Plan, updated annually
Estimated Qty
Page 34 of 216
No example of the report not being
submitted.
No example of the BCP not being in place
at contract start. No example of the plan
not being reviewed and updated annually.
No example of the report not being
submitted.
Not more than three technical errors or
omissions in the plan upon review by the
NWSO TA.
No instance of the visitor register not
being available for Audit.
Not more than 2 reports submitted later
than 15 business days upon completion of
the inspection.
Not more than 1 instances of the report
not being submitted within the required
timeline annually.
No example of the plan not being
available. No example of the plan not
being updated at a minimum annually.
Performance Standard
SOR
Prepare and maintain a Work
Management Plan.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2012-09-11
2.F.31
Line Item
NWS
Section 2
Restricted - Contracts
Prepare and maintain a Work Management Plan to meet
the requirements detailed in 2.C.10. The plan is to
document the Contractor's approach to effectively and
efficiently managing all NWS work, and shall detail, at a
minimum, the following:
1) the use of an electronic Work Management System,
as further defined in 2.F.32, specifically how it will be
incorporated into daily operations to meet the
requirements of this SOW;
2) implementation of a work reception function to record
incoming work requests;
3) implementation of a work analysis function to
categorize, prioritize determine work request feasibility,
4) implementation of a monitoring function to provide
data and work status update(s), and to manage any
backlog of work;
5) the Contractor's approach to implementing work,
given the Concept Of Operations, and the challenges of
the NWS environment.
The plan shall be reviewed and updated at a minimum
annually by 01 April, or more frequently as
circumstances warrant. A controlled copy of the plan
shall be provided to the NWSO TA.
Related Information
Restricted - Contracts
1 plan, updated at a minimum
annually with one controlled
copy provided to the NWSO
TA.
Estimated Qty
Page 35 of 216
No instance of the Plan not being
available. No instance of a controlled
copy of the Plan not being provided to the
NWSO TA. No instance of the Plan not
being updated at a minimum annually.
Not more than 3 technical errors or
omissions in the Plan upon audit by the
NWSO TA.
Performance Standard
SOR
Develop and maintain an electronic
project file tracking system.
Develop and maintain an electronic
Work Management System.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2012-09-14
2.F.33
2013-03-13
2.F.32
Line Item
NWS
Section 2
Restricted - Contracts
Develop and maintain an electronic project file tracking
system to track at a minimum LUC 76, LUC 77 and LUC
78 project files. The tracking system shall contain the
following, at a minimum the following mandatory
information:
1) unique project file number;
2) project name;
3) LUC; and
4) status code, which is to be an indication of the
physical location of the file.
As per 2.C.10, establish and maintain an electronic
NWS Work Management System has the following
minimum capability to:
1) track work by individual serial numbered work order;
2) control work by separating it into identifiable
categories as specified in this SOW;
3) capture work order cost data for labour, materials and
subcontracts;
4) schedule work;
3) provide exception reporting for overdue maintenance
tasks;
4) capture the data and measurements collected by
maintenance technicians;
5) analyze and manage any backlog of work;
6) track the progress of work using defined status codes,
7) report of the status of work by zone, site, building
system, work category, and EIN, as appropriate;
8) retain records of all completed work orders, and
generate related reports for analysis;
9) retain records of all cancelled work orders, and
generate related reports for analysis;
10) track outage time by for Prime Mission Equipment
(PME) for which availability data is required by this
SOW.
Related Information
Restricted - Contracts
1 project file tracking system.
1 system, which includes an
estimated 12,000 Work
Orders annually.
Estimated Qty
Page 36 of 216
No example of an electronic project file
tracking system not being in place. Not
more than 3 examples annually of a
project file not being accurately tracked by
the system. No example of a project file
being lost.
No example of an electronic Work
Management System not being available,
with, at a minimum, the above stated
capability.
Performance Standard
SOR
Establish and maintain General Inuit
Benefits Management Plan.
Produce an annual VIQ report.
Prepare Monthly Variations in Quantity
(VIQ) Report.
Develop and maintain a hard copy
project file system.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2013-03-14
2.F.37
2011-11-22
2.F.36
2013-08-07
2.F.35
2012-09-14
2.F.34
Line Item
NWS
Section 2
Restricted - Contracts
Establish and maintain a General Inuit Benefits
Management Plan as described in 2.C.13.a. The plan is
to be reviewed and updated at a minimum annually
within 15 business days of the start of the Fiscal Year.
The update is to specifically, at a minimum, include the
annual program for the current Fiscal Year. Starting in
year 2, and for each year thereafter, preparation of the
annual program is to include a narrative on the success
of the previous year's program, lessons learned, and
how those lessons learned are incorporated into the
current year's program.
The report must contain the same information as
required for the monthly report and be presented in
spreadsheet format as specified in the Variations in
Quantity sub-clause under the Basis of Payment clause
in the Contract.
Begin submitting report after the fifth month of each
contract year and submit monthly thereafter. For each
line item of paragraph C to G of each section of the
SOW, present an analysis of the workload trends that
indicate the potential for an overrun of workload in
excess of 10% of the Estimated Quantity for that specific
line item. Also, present an analysis of the workload
trends that indicate under run of workload in excess of
10%. The reports will be used as a vehicle for
determining future funding requirements.
Develop and maintain a standardized hard copy project
file system which holds all documentation relevant to the
design, contracting, implementation and claim for
payment for each LUC 76, LUC 77 and LUC 78 project.
Each hard copy file is to include at a minimum:
1) unique project file number;
2) unique project name;
3) LUC;
4) provision to record a status code which represents
the current stage the project is at. Status codes are to
cover all stages of the project file from initiation to
archive.
Related Information
Restricted - Contracts
1 plan updated annually.
1 report at end of each
contract year
7 reports per year beginning in
the sixth month of each
contract year
1 hard copy project file
system.
Estimated Qty
Page 37 of 216
The Contractor is to demonstrate a
current plan is in place. The plan is to
updated within 15 days of the start of the
Fiscal Year 100% of the time.
To be 100% complete and submitted to
the Project Authority and Contracting
Authority within 21 calendar days of the
end of the contract year.
Report submitted to the Project Authority
within 5 business days of each month
end. Each report is at least 98%
complete and accurate.
No example of project file missing
required information.
Performance Standard
SOR
Submit monthly Inuit benefits
management program reports.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2013-03-14
2.F.38
Line Item
NWS
Section 2
Restricted - Contracts
As per 2.C.13.a, submit monthly Inuit Benefits
Management Program reports. The reports are to be
submitted within 5 days following month end. The
monthly reports are to include a year to date variance on
targets detailed in the program. Where targets are not
being met, the report is to include a corrective action
plan to ensure the annual program meets its intended
objectives. Starting in year 2 and for each year
thereafter, submission of the annual program is to
include a narrative on the success of the previous year's
program, lessons learned, and how those lessons
learned are incorporated into the current year's program.
The monthly report shall contain, at a minimum, the
following:
1. FFP performed by Inuit Beneficiaries who are
Permanent Employees:
a. Name;
b. AANDC Registration Number;
c. Registry Group Number and Name;
d. Hours worked;
e. Salaries Paid;
f. Benefits Paid.
2. FFP performed by Inuit Beneficiaries who are
Temporary Workers:
a. Name;
b. AANDC Registration Number;
c. Registry Group Number and Name;
d. Hours worked;
e. Salaries Paid;
f. Benefits Paid.
3. FFP performed by Inuit Beneficiaries who are IOC
Subcontracts:
a. Name of IOC;
b. AANDC Registration Number of employees
performing the work;
c. Registry Group Number and Name;
d. Value of billed services less Profits and Taxes;
e. Paragraph reference from the SOW.
4. FFP performed by Inuit Beneficiaries who are IOC
Subcontractors:
a. Name of IOC;
b. AANDC Registration Number of employees
performing the work;
c. Registry Group Number and Name;
Related Information
Restricted - Contracts
12 reports annually.
Estimated Qty
Page 38 of 216
No more than 1 report annually submitted
later than 5 days following month end. All
reports are complete and accurate 100%
of the time.
Performance Standard
SOR
Submit quarterly IQ Inuit Training and
Development Program Reports.
Establish and maintain IQ Inuit
Training And Development Plan.
Major Requirement
MANAGEMENT AND ADMINISTRATION
09, September, 2013
2013-08-07
2.F.40
2013-03-14
2.F.39
Line Item
NWS
Section 2
Restricted - Contracts
In conjunction with 2.C.13.b and 2.E.4, submit quarterly
Inuit training and development program reports.
Quarterly reports are to be submitted within 10 business
days of the end of the quarter. The quarterly reports are
to include a year to date variance for both objectives and
budget. Where objectives and/or budget are not being
met, the report is to include a corrective action plan to
ensure the annual program meets its budget and
intended objectives.
Establish and maintain an IQ Inuit Training and
Development Plan as described in 2.C.13.b. The plan is
to be reviewed and updated at a minimum annually
within 15 business days of the start of the Fiscal Year.
The update is to specifically, at a minimum, include the
annual program for the current Fiscal Year. Starting in
year 2, and for each year thereafter, preparation of the
annual program is to include a narrative on the success
of the previous year's program, lessons learned, and
how those lessons learned are incorporated into the
current year's program.
g. DND 626 reference number.
Related Information
Restricted - Contracts
Four reports annually.
1 plan updated annually.
Estimated Qty
Page 39 of 216
Not more than one report annually
submitted later than 10 business days
following month end. All variances are
adequately explained.
The Contractor is to demonstrate that a
current plan is in place. The plan is
submitted within 15 business days of the
start of the Fiscal Year 100% of the time.
Performance Standard
SOR
Personal use of GFE/GFM by the
Contractor or his employees is not
permitted.
09, September, 2013
2011-10-24
2.G.1.b
2013-03-13
2.G.1.a
GFM/GFE is as detailed in 8.G.1.
GOVERNMENT FURNISHED
2.G.1
2009-11-05
MATERIAL, EQUIPMENT AND
FACILITIES
Submit Emergency Response
Communications Plan
Major Requirement
MANAGEMENT AND ADMINISTRATION
2.G
2013-03-14
2.F.41
Line Item
NWS
Section 2
Restricted - Contracts
Personal use of GFE/GFM by the Contractor or his
employees is not permitted.
As per 2.C.9.a.2, upon activation of the Emergency
Response Plan (ERP), submit the Emergency Response
Communications Plan. The plan is to be submitted
within 12 hours of activation of the ERP.
Related Information
Restricted - Contracts
Personal use of GFE/GFM by
the Contractor or his
employees is not permitted.
1 communications plan
submitted per emergency as it
arises.
Estimated Qty
Page 40 of 216
Personal use of GFE/GFM by the
Contractor or his employees is not
permitted.
No example of the communications plan
not being submitted within 12 hours of
activation of the ERP.
Performance Standard
SOR
Information and Qualifications
Restricted - Contracts
HOURS OF OPERATION
Restricted - Contracts
Descriptions of existing conditions are provided in all Sections of this SOW as appropriate.
DESCRIPTION OF EXISTING CONDITIONS
Comply with measures not otherwise specified in this contract, but which are consistent with prudent management and industry
practices.
SAFETY PROVISIONS
Transition Out Plan (TOP), as provided by Canada (M)
REFERENCES The notations against the references have the following meanings: M - Adherence to the policies, procedures,
act, orders and regulations contained therein is mandatory. G - The policies and procedures contained therein are not
mandatory, but proposals for alternatives must be submitted in full detail to, and be accepted by the Technical Authority.
Furthermore, alternatives must fully interface with procedures in use globally.
For definition of terms see Section 1.A PROJECT BACKGROUND, Attachment "SOW Section 1: NORTH WARNING SYSTEM
CONCEPT OF OPERATIONS AND MAINTENANCE".
DEFINITIONS
The Contractor is to prepare and implement a Transition In Plan (TIP) to assume Care, Custody and Control (CCC) of the NWS
as detailed in this SOW. The TIP is to align with the Transition Out Plan (TOP) as provided by Canada. The TIP is to take into
consideration the following parameters:
a. The total transition period will be 01 April 2014 to 30 September 2014;
b. CCC of all NWS sites will remain with the out-going Contractor until 31 July 2014. At that time, CCC of all NWS sites will be
transferred to the new Contractor.
c. As part of implementation of a Transition Out Plan (TOP) executed to close out the current contract, the following will occur:
i. A full physical inventory of all USAF assets will be conducted at all NWS locations;
ii. A full inventory of all Canadian accountable GFE and GFM with a value greater than $500, less installed equipment, and
attractive items, will also be conducted at all NWS sites;
iii. There will be a site acceptance visit for each NWS location performed in conjunction with (i) and (ii) above coordinated with a
representative from Canada. COMSEC will be transferred from the out-going Contractor to the in-coming Contractor at that time
as well;
d. Reference Plans provided in this SOW are deemed by Canada to be adequate to Manage the requirements of this SOW
during the Transition-In period and three months thereafter.
e. Transition meetings will be scheduled weekly for the duration of the transition period.
SCOPE OF WORK
GENERAL REQUIREMENTS
TRANSITION IN
09, September, 2013
2012-11-06
3.A.6
2012-11-06
3.A.5.a
2012-11-06
3.A.5
2012-11-06
3.A.4.a
2012-11-06
3.A.4
2013-03-23
3.A.3.a
2012-11-08
3.A.3
2012-11-06
3.A.2.a
2012-11-06
3.A.2
2013-08-08
3.A.1.a
2012-11-06
3.A.1
2012-11-06
3.A
Line Item
NWS
Section 3
Page 41 of 216
SOR
Information and Qualifications
Restricted - Contracts
Restricted - Contracts
All personnel shall meet the requisite security requirements as defined by the Security Requirements Checklist (SRCL) before
being allowed to visit or work at any NWS location.
SECURITY
The Transition-In Manager must have at least 10 years experience managing complex projects, and direct experience in
transition-in on one or more projects. The Transition-In Manager must be familiar with project management of multi-disciplinary
services/functions as demonstrated through work history. Any replacement Transition-In Manager must be approved by the
Crown.
TRAINING AND EXPERIENCE
PERSONNEL QUALIFICATIONS
Refer to paragraph 2.A.6.a
TRANSITION IN
09, September, 2013
2012-11-06
3.B.2.a
2012-11-06
3.B.2
2012-11-06
3.B.1.a
2012-11-06
3.B.1
2012-11-06
3.B
2013-08-08
3.A.6.a
Line Item
NWS
Section 3
Page 42 of 216
SOR
INDEFINITE QUANTITY (IQ)
REQUIREMENTS
Provide 24/7 remote monitoring and
control of NWS sites as Care, Custody
and Control of Zones is transitioned
from the current to the new contract.
WATCH KEEPING
Implement finalized TIP.
Finalize Draft TIP.
TRANSITION-IN IMPLEMENTATION
Attend Scheduled Transition Meetings.
Establish Transition Team.
TRANSITION-IN ADMINISTRATION
PERFORMANCE REQUIREMENTS
Major Requirement
TRANSITION IN
09, September, 2013
2012-11-09
3.E
2012-11-13
3.D.1
2012-11-07
3.D
2012-11-09
3.C.2.b
2013-08-08
3.C.2.a
2012-11-08
3.C.2
2013-03-23
3.C.1.b
2012-11-07
3.C.1.a
2012-11-06
3.C.1
2012-11-06
3.C
Line Item
NWS
Section 3
As defined in Section 5.D.1.
Restricted - Contracts
Implement the finalized TIP, as per 3.F.3.
Within 30 days of Contract start, finalize the draft TIP
submitted as per 3.F.3. Review Transition Out Plan
(TOP) for the current contract as provided in 3.A.3.a.
Rationalize discrepancies between draft TIP and TOP to
ensure a smooth transition of CCC on the NWS from the
current contract to the new contract. Revise the draft
TIP to accommodate Canada's requirements to
participate in site hand over as detailed in the TOP.
Submit final TIP as per 3.F.4.
Attend weekly scheduled transition meetings with the
NWSO TA. Meetings can only be
rescheduled/cancelled with the approval of the NWSO
TA. Prepare agendas and meeting minutes as per
3.F.2.
Within 5 days of Contract award, establish a Transition
Team. Provide an organization chart showing the team
and the reporting structure up to the Transition-In
Manager. Identify roles and responsibilities for each
team member. Include all contact information for the
team including names, phone numbers and email
addresses on the organization chart. Submit Transition
Team organization chart as per 3.F.1.
Related Information
Restricted - Contracts
As defined in Section 5.D.1.
Implementation of 1 plan.
Finalization of one draft plan.
26 meetings.
Establishment of 1 team.
Estimated Qty
Page 43 of 216
Contractor to demonstrate adequate staff
who have the required training to provide
24/7 monitoring and control of all NWS
sites for which it has assumed CCC.
Contractor to demonstrate that following
implementation of the TIP that they have
assumed all requirements detailed in this
SOW.
The final tip is submitted to the NWSO TA
within 30 days of Contract award.
Contractor to demonstrate that all
meetings were held unless
rescheduled/cancelled with the approval
of the NWSO TA by producing signed
minutes.
Contractor to have the team assembled
within 5 days of contract award.
Contractor to demonstrate that the team
has the combined skill set to implement
the TIP.
Performance Standard
SOR
Submit Transition-In Meeting Agendas
and Minutes.
Submit Transition Team Organization
Chart.
RECORDS AND DELIVERABLES
There are no pre-determined IQ
requirements associated with this
Section.
Major Requirement
TRANSITION IN
09, September, 2013
2013-08-08
3.F.2
2012-11-07
3.F.1
2012-11-09
3.F
2012-11-07
3.E.1
Line Item
NWS
Section 3
Restricted - Contracts
Submit Transition-In meeting agendas and minutes as
detailed in 3.C.1.c. Agendas are to be submitted at least
one working day prior to meetings. Minutes are to be
submitted no more than two working days following
meetings.
Submit transition team organization chart as defined in
3.C.1.a. The chart is to be submitted within 5 days of
contract award.
Related Information
Restricted - Contracts
26 agendas and 26 meeting
minutes.
1 organization chart.
Estimated Qty
Page 44 of 216
Contractor to produce agendas and
signed minutes.
Organization chart is submitted within 5
days of contract award. Chart has all
required information.
Performance Standard
SOR
Submit Draft TIP.
Major Requirement
TRANSITION IN
09, September, 2013
2013-08-08
3.F.3
Line Item
NWS
Section 3
Restricted - Contracts
Submit draft TIP which is based on the requirements
provided in 3.A.1 and demonstrates how the Contractor
intends to assume all responsibilities of this SOW as
follows:
1. Management and Administration;
2. Operations Support;
3. Customer and Third Party Support;
4. Fire Services;
5. Supply/Material Processing;
6. Bulk Fuel
7. Airlift
8. Cargo Movement
9. Vehicles and Mobile Support Equipment
10. Radar, Communications and Ancillary Equipment
11. Facilities Management;
12. System Sustainment;
13. Environmental Protection and Regulatory
Compliance;
14. Information Management.
Specifically, the draft TIP must include the following:
a. Identification of the transition team;
b. A proposed detailed schedule for assuming CCC of
the NWS, including site visits to witness inventory
conducted as part of the TOP, and to participate in site
handover;
c. A staffing plan to take over CCC of the NWS by 31
July 2014. In particular, the staffing plan must address
the requirements of the SRCL to ensure that all
personnel have the required security clearance to
perform their assigned duties;
d. A training schedule for staff, and how this will be
completed prior to staff assuming their assigned duties
in conjunction with the transfer of CCC of NWS sites;
e. A procurement schedule for any Contractor supplied
equipment, material and/or mobile support equipment;
f. A schedule for delivery of required plans and related
documentation (templates etc.) required by this SOW;
g. Any interim measures implemented by the Contractor
to meet the requirements of the SOW through the
transition period;
h. Personnel requirements from the LSS forward to
implement the transition plan;
i. A risk mitigation strategy to ensure that the Contractor
is ready to assume full CCC of the NWS by 31 July
Related Information
Restricted - Contracts
Preparation of one draft plan.
Estimated Qty
Page 45 of 216
The draft plan provides enough detail to
demonstrate how the Contractor will
assume full responsibilities for all
requirements of this SOW within the
transition period.
Performance Standard
SOR
Government furnished equipment,
material and mobile support equipment
is as per 8.G.1.
GOVERNMENT FURNISHED
MATERIAL, EQUIPMENT AND
FACILITIES
Submit Final TIP.
Major Requirement
TRANSITION IN
09, September, 2013
2012-11-09
3.G.1.a
2012-11-08
3.G.1
2012-11-08
3.G
2013-08-08
3.F.4
Line Item
NWS
Section 3
Restricted - Contracts
Government furnished equipment, material and mobile
support equipment is as per 8.G.1.
Within 30 days of Contract start, finalize the draft TIP, as
detailed in 3.C.2.a and submit as Final TIP..
2014.
Related Information
Restricted - Contracts
Submission of one finalized
plan.
Estimated Qty
Page 46 of 216
The final plan demonstrates how the
Contractor will assume full responsibilities
for all requirements of this SOW within the
transition period.
Performance Standard
SOR
Information and Qualifications
Restricted - Contracts
SECURITY
Restricted - Contracts
The Transition-Out Manager must have at least 10 years experience managing complex projects, and direct experience in
transition-in on one or more projects. The Transition-Out Manager must be familiar with project management of multi-disciplinary
services/functions as demonstrated through work history. Any replacement Transition-Out Manager must be approved by the
Crown.
TRAINING AND EXPERIENCE
PERSONNEL QUALIFICATIONS
Refer to Paragraph 2.A.6.a
HOURS OF OPERATION
Descriptions of existing conditions are provided in all Sections of this SOW as appropriate.
DESCRIPTION OF EXISTING CONDITIONS
Comply with measures not otherwise specified in this contract, but which are consistent with prudent management and industry
practices.
SAFETY PROVISIONS
Transition Out Plan (TOP), as provided by Canada (G)
REFERENCES
For definition of terms see Section 1.A PROJECT BACKGROUND, Attachment "SOW Section 1: NORTH WARNING SYSTEM
CONCEPT OF OPERATIONS AND MAINTENANCE".
DEFINITIONS
The Contractor is to revise and maintain a Transition Out Plan (TOP) as provided by Canada to be implemented at the end of
this contract. The TOP is to be reviewed and updated as required annually to incorporate lessons learned from implementation
of the TIP, as per Section 3 of this SOW, address any changes to the contract, or how the Contractor implements the
requirements of this SOW. A finalized plan is to be ready for implementation no later than 60 days prior to the end of this
contract.
SCOPE OF WORK
GENERAL REQUIREMENTS
TRANSITION OUT
09, September, 2013
2012-11-08
4.B.2
2012-11-13
4.B.1.a
2012-11-08
4.B.1
2012-11-08
4.B
2013-08-08
4.A.6.a
2012-11-08
4.A.6
2012-11-08
4.A.5.a
2012-11-08
4.A.5
2012-11-08
4.A.4.a
2012-11-08
4.A.4
2013-03-23
4.A.3.a
2012-11-08
4.A.3
2012-11-08
4.A.2.a
2012-11-08
4.A.2
2013-03-23
4.A.1.a
2012-11-08
4.A.1
2012-11-08
4.A
Line Item
NWS
Section 4
Page 47 of 216
SOR
Information and Qualifications
Restricted - Contracts
Restricted - Contracts
All personnel shall meet the requisite security requirements as defined by the Security Requirements Checklist (SRCL) before
being allowed to visit or work at any NWS location.
TRANSITION OUT
09, September, 2013
2012-11-08
4.B.2.a
Line Item
NWS
Section 4
Page 48 of 216
SOR
WATCH KEEPING
Implement Finalized TOP.
TRANSITION OUT IMPLEMENT
Schedule And Attend TOP Meetings.
Establish Transition-Out Team.
Maintain A Current TOP.
TRANSITION OUT ADMINISTRATION
PERFORMANCE REQUIREMENTS
Major Requirement
TRANSITION OUT
09, September, 2013
2012-11-09
4.D
2013-03-23
4.C.2.a
2012-11-09
4.C.2
2012-11-09
4.C.1.c
2013-03-23
4.C.1.b
2013-03-23
4.C.1.a
2012-11-08
4.C.1
2012-11-08
4.C
Line Item
NWS
Section 4
Restricted - Contracts
Implement the finalized TOP, as per 4.F.1. The TOP is
to be implemented to ensure CCC of all NWS sites is
transferred from this contract to the next contract within
a defined 6 month transition period.
Schedule and attend weekly scheduled TOP meetings
with the NWSO TA. Meetings can only be
rescheduled/cancelled with the approval of the NWSO
TA. Prepare agendas and meeting minutes as per
4.F.3.
No later than 30 days prior to the start of the transition
period, establish a Transition-Out Team. Provide an
organization chart showing the team and the reporting
structure up to the Transition-Out Manager. Identify
roles and responsibilities for each team member.
Include all contact information for the team including
names, phone numbers and email addresses on the
organization chart. Submit Transition-Out Team
organization chart as per 4.F.2.
Within 1 year of Contract start, finalize the TOP as
provided by Canada with lessons learned from
implementation of the TIP as per Section 3, and taking
into consideration how the Contractor meets the
requirements of this SOW. Review and update the TOP
at a minimum annually to take into consideration any
changes in the mission, the contract, or how the
Contractor meets the requirements of this SOW. The
annual review and update is to be completed no later
than 60 days prior to the end of the Fiscal Year. Submit
finalized TOP as per 4.F.1.
Related Information
Restricted - Contracts
Implementation of 1 plan.
26 meetings.
Establishment of 1 team.
One plan to be reviewed and
updated annually.
Estimated Qty
Page 49 of 216
Contractor to demonstrate that following
implementation of the TOP, CCC of the
NWS has been fully transitioned to the
new contract.
Contractor to demonstrate that all
meetings were held unless
rescheduled/cancelled with the approval
of the NWSO TA by producing signed
minutes.
Contractor to have the team assembled
within 30 days prior to the end of the
contract. Contractor to demonstrate that
the team has the combined skill set to
implement the TOP.
Contractor to demonstrate that the TOP
reflects the requirements of the Contract
as they exist at the time of the review.
Performance Standard
SOR
Government furnished equipment,
material and mobile support equipment
is as per 8.G.1.
GOVERNMENT FURNISHED
MATERIAL, EQUIPMENT AND
FACILITIES
Submit Transition Out Meeting
Agendas and Minutes.
Submit Transition Team Organization
Chart.
Update and Maintain TOP.
RECORDS AND DELIVERABLES
There are no pre-determined IQ
requirements associated with this
Section.
INDEFINITE QUANTITY (IQ)
REQUIREMENTS
Maintain 24/7 remote monitoring and
control of NWS sites until Care,
Custody and Control of Zones is
transitioned from the current to the
new contract.
Major Requirement
TRANSITION OUT
09, September, 2013
2012-11-09
4.G.1.a
2012-11-09
4.G.1
2012-11-09
4.G
2013-08-08
4.F.3
2013-08-08
4.F.2
2013-08-08
4.F.1
2012-11-09
4.F
2012-11-09
4.E.1
2012-11-09
4.E
2013-08-08
4.D.1
Line Item
NWS
Section 4
Restricted - Contracts
Government furnished equipment, material and mobile
support equipment is as per 8.G.1.
Submit Transition Out meeting agendas and minutes as
detailed in 4.C.1.c. Agendas are to be submitted at least
one working day prior to meetings. Minutes are to be
submitted no later than two working days following
meetings.
Submit transition team organization chart as defined in
4.C.1.b. The chart is to be submitted within 30 days of
contract end.
Update And Maintain TOP as detailed in 4.C.1.a.
Updates are to be completed no later than 60 days prior
to the end of the Fiscal Year.
As defined in Section 5.D.1.
Related Information
Restricted - Contracts
26 agendas and 26 meeting
minutes.
1 organization chart.
1 plan updated annually.
As defined in Section 5.D.1.
Estimated Qty
Page 50 of 216
Contractor to produce agendas and
signed minutes.
Organization chart is submitted within 30
days of contract end. Chart has all
required information.
Contractor to demonstrate that the plan
has been reviewed and updated as
required at a minimum annually.
Contractor to demonstrate adequate staff
to provide 24/7 monitoring and control of
all NWS sites for which it has CCC to
meet the availability requirements of this
SOW.
Performance Standard
SOR
Restricted - Contracts
Readiness-Normal–Very High Frequency (VHF) Radios: Provide continuous VHF guard and G/A/G radio communications
channels from LRR sites and VHF G/A/G radio communications from Type I SRR sites to the CADS demarcation point (CDF) in
accordance with the performance standard of 96% availability. Ensure that restoral of LRR VHF G/A/G radio communications
specified above occurs within 72 hours. Ensure that restoral of Type I SRR VHF Tactical G/A/G radio communications specified
above occurs at the next site visit, whether it is preventive maintenance, corrective maintenance or an opportunity visit where
space on the aircraft allows for the presence of necessary technical personnel, parts, materials, tools or test equipment; unless
Notwithstanding the above, ensure restoral of SRR UHF G/A/G radio communications occurs within 90 calendar days of
interruption.
Ensure that restoral for the LRR UHF G/A/G radio communication specified above occurs within 72 hours. Ensure that restoral
for Type I SRR UHF G/A/G radio communication specified above occurs at the next site visit, whether it is preventive
maintenance, corrective maintenance or an opportunity visit where space on the aircraft allows for the presence of the necessary
technical personnel, parts, materials, tools or test equipment; unless the adjacent site's Tactical UHF radio is also unserviceable,
in which case, one of the affected Tactical UHF radios will be restored within 72 hours.
Readiness-Normal-Ultra High Frequency (UHF) Radios: Provide the following continuous UHF G/A/G radio communications to
the CADS demarcation point (CDF) in accordance with the performance standard of 96% availability to include:
a. LRRs - Guard, Airborne Intercept Common Control (AICC), and one (1) Tactical channel; and
b. Type I SRRs - UHF Tactical channel.
Readiness-Normal–Short Range Radar (SRR): Provide continuous radar data from each NWS SRR to the CADS demarcation
point (CDF) in accordance with the performance standard of 96% availability. Ensure that restoral for interruption of SRR data
occurs at the next site visit, whether it is preventive maintenance, corrective maintenance or an opportunity visit where space on
the aircraft allows for the presence of necessary technical personnel, parts, materials, tools or test equipment; unless the
adjacent site's radar is also unserviceable, in which case, one of the affected radars will be restored within 72 hours of both
radars being unserviceable.
Notwithstanding the above, ensure restoral of SRR data occurs within 90 calendar days of interruption.
Readiness-Normal–Long Range Radar (LRR): Provide continuous primary and secondary radar data from each NWS LRR to
the CADS demarcation point (CDF) in accordance with the performance standard of 96% availability. Ensure that restoral for
interruption of LRR data occurs within 72 hours.
09, September, 2013
2013-03-08
5.A.1.f
2013-08-20
5.A.1.e
2013-03-08
5.A.1.d
2013-03-08
5.A.1.c
2013-03-08
5.A.1.b
Readiness-Normal: Operate and maintain the NWS at a normal level of operational readiness (as specified in Table 13-5) such
that PME radar data and G/A/G radio communications are available to the CDF 96% of the time. 96% shall be calculated
monthly, quarterly and annually.
Operate and maintain the North Warning System (NWS) at a level of readiness to achieve not less than the minimum
performance requirements for availability of radar data and Ground/Air/ Ground (G/A/G) radio communications, site preservation,
equipment outage restoral times, operational flexibility and environmental protection detailed in this SOW. Unless directed
otherwise by NWSO, maintain all NWS sites in an operational status, providing radar data and G/A/G radio signals over
government furnished communication circuits (satellite transponder) to the NWS Canadian Air Defence Sector (CADS)
demarcation point. The CADS demarcation point shall be the Combined Distribution Frame (CDF) in the Above Ground
Complex (David L. Pitcher building) at 22 Wing North Bay. The Contractor shall operate out of the North Warning System
Control Centre (NWSCC), located in the Above Ground Complex.
2013-03-09
5.A.1.a
Information and Qualifications
Restricted - Contracts
SCOPE OF WORK
OPERATIONS SUPPORT
5.A.1
Line Item
NWS
Section 5
Page 51 of 216
SOR
Information and Qualifications
Restricted - Contracts
SCADA operator manuals (M)
SAFETY PROVISIONS
5.A.3.b
5.A.4
Restricted - Contracts
CFACM 50-301 (ESR Procedures Manual) (M)
5.A.3.a
09, September, 2013
REFERENCES The notations against the references have the following meanings: M - Adherence to the policies, procedures,
act, orders and regulations contained therein is mandatory. G - The policies and procedures contained therein are not
mandatory, but proposals for alternatives must be submitted in full detail to, and be accepted by the Project Authority.
Furthermore, alternatives must fully interface with procedures in use globally.
For definition of terms see Section 1.A PROJECT BACKGROUND, Attachment "SOW Section 1: NORTH WARNING SYSTEM
CONCEPT OF OPERATIONS AND MAINTENANCE".
DEFINITIONS
Provide qualified personnel at the North Warning System Control Center (NWSCC) to perform the following duties:
1) Monitor the status of and control remote NWS site equipment;
2) Monitor the quality of data and signals;
3) Analyze and correct system faults;
4) Change equipment parameters and configuration;
5) Request authorization from Systems Maintenance (SM) Section 24 hours in advance, 2 hours prior to and immediately in
advance of taking Prime Mission Equipment (PME) out of service for routine maintenance, training or modification purposes;
6) Provide direction to, and coordinate the activities of, Contractor personnel performing maintenance and repair activities on
NWS PME;
7) Verify operational status of NWS equipment after downtime;
8) Enter data and ensure the accuracy of the Equipment Status Report (ESR) portion of Work Orders;
9) Provide SM Section with updates for corrective maintenance, site and equipment status;
10) Inform SM Section immediately of NWS site emergencies and incidents as specified throughout this SOW;
11) Inform SM Section of the requirement of the Contractor to take PME or site out of service to preserve equipment or facilities.
12) Inform SM Section immediately of outages or incidents impacting on site preservation as specified in this Section of the
SOW;
13) Advise immediately by telephone, NWSO and CADS personnel on a NWSO Contact List, of NWS site emergencies or
outages/incidents impacting on site preservation as specified in this Section of the SOW;
14) Advise applicable Contractor personnel of any condition that will require on-site corrective action;
15) Coordinate equipment downtime related to external agencies with SM Section; and
16) Respond to NWSO or CADS requests for clarification on the status of NWS operations and maintenance activities.
Alarms, actions or queries could occur simultaneously. Ensure that personnel are available to respond to and mitigate in a
timely manner all alarms, actions and queries.
Notwithstanding the above, ensure restoral of SRR VHF Tactical G/A/G radio communications occurs within 90 calendar days of
interruption.
OPERATIONS SUPPORT
5.A.3
2012-06-18
5.A.2.a
2012-06-18
5.A.2
2013-08-20
5.A.1.h
2011-10-31
5.A.1.g
Line Item
NWS
Section 5
Page 52 of 216
SOR
Information and Qualifications
Restricted - Contracts
NWSCC - The NWSCC is located in the Above Ground Complex in North Bay. The NWSCC liaises with, and responds to, the
SM section. As well, the NWSCC is the focal point for reporting in all matters relating to mission operations and is responsible
for 24 hours-a-day, 7 days-a-week (hereafter referred to as 24/7) status monitoring and control of, and reporting on, Federal Real
Property systems, and PME/Non-PME electronic equipment at all remote sites. The NWSCC provides direction to maintenance
technicians at the LSSs.
5.A.5.a
Restricted - Contracts
All personnel shall meet the requisite security requirements, as defined by the Security Requirements Checklist (SRCL) before
being allowed to visit or work in any NWS site.
SECURITY
Provide qualified Facilities personnel who have graduated from a post secondary program in an electromechanical systems or
CF military equivalent (QL 5) and have at least 5 years on the job training working with electromechanical systems.
Provide qualified Communications personnel who have graduated from a post secondary program in an electronics field or CF
military equivalent (QL 5) and have at least 5 years on the job training working with electronics systems.
09, September, 2013
2013-03-09
5.B.2.a
2012-06-15
5.B.2
2013-08-20
5.B.1.c
2013-08-20
5.B.1.b
2013-08-20
5.B.1.a
Provide qualified Radar personnel who have graduated from a post secondary program in an electronics field or CF military
equivalent (QL 5) and have at least 5 years on the job training working with electronics systems.
TRAINING AND EXPERIENCE
5.B.1
2013-03-09
PERSONNEL QUALIFICATIONS
5.B
2012-06-15
5.A.6.b
All assets are to be maintained to provide functionality 24/7. Point of contact to be available as per Section 2.A.6.a.
Shift workers: 24/7/365. Day Staff: 1) Radar specialist personnel working normal business hours; 2) Communications
specialist personnel working normal business hours; and 3) Facilities specialist personnel working normal business hours.
5.A.6.a
2011-07-07
HOURS OF OPERATIONS
5.A.6
2013-03-15
DESCRIPTION OF EXISTING CONDITIONS
All work performed by the Contractor or his agents must comply with communication and electronics general safety practices as
detailed in Original Equipment Manufacturer (OEM) manuals Canadian Forces Technical Orders (CFTO) and USAF Technical
Orders.
Comply with measures not otherwise specified in this Contract but which are consistent with prudent management and industry
practices.
OPERATIONS SUPPORT
5.A.5
2013-03-15
5.A.4.a
Line Item
NWS
Section 5
Page 53 of 216
SOR
Report all system outages,
emergencies and incidents.
5.C.1
09, September, 2013
2013-08-20
PERFORMANCE REQUIREMENTS
Major Requirement
OPERATIONS SUPPORT
5.C
Line Item
NWS
Section 5
Restricted - Contracts
Report all PME outages. Provide SM Section with
updates for corrective maintenance, site and equipment
status on PME via the ESR system, as per Section
5.F.3. Update when status changes. Report all
non-PME outages via a Work Order System, as per
Section 5.F.3. Inform SM Section within 15 minutes of
NWS site emergencies and incidents. Report
emergencies and incidents as specified in this SOW.
Respond to NWSO or CADS requests for clarification on
the status of NWS operations and maintenance
activities. Respond to queries from, interface with and
interact with the military authorities of the CADS, SM
Section. Interactions may occur through telephone,
internet or in person. Quarantine all manual and
electronic logs after any significant incidents identified by
or reported to the NWSCC. Confirm operational status
of NWS equipment after downtime.
Related Information
Restricted - Contracts
3500 emergencies, incidents
or outages per year for an
average of 15 minutes each.
Estimated Qty
Page 54 of 216
Report all PME outages greater than 2
minutes to SM and update when status
changed. Report all non-PME outages via
a Work Order System that are detected by
the NWSCC within 1 hour.
Report non-PME outages, not detected by
the NWSCC, within 24 hours of end of site
visit. Inform SM Section within 15 minutes
of NWS site emergencies and incidents.
Advise within 15 minutes by telephone,
NWSO and CADS personnel on an
NWSO Contact List, of NWS site
emergencies or outages/incidents
impacting on site preservation.
Quarantine all manual and electronic logs
after any significant incidents identified by
or reported to the NWSCC. Confirm
operational status of NWS equipment
after any downtime.
Performance Standard
SOR
Request authorization from SM Section
prior to taking PME out of service for a
scheduled activity.
Change equipment parameters.
Respond to site preservation.
Major Requirement
OPERATIONS SUPPORT
09, September, 2013
2011-11-02
5.C.4
2013-03-08
5.C.3
2013-03-19
5.C.2
Line Item
NWS
Section 5
Restricted - Contracts
Request authorization from SM Section 24 hours in
advance, 2 hours prior to and immediately in advance of,
taking PME out of service for scheduled maintenance,
training or modification purposes. Log all requests.
Attend monthly PMI schedule meetings with CADS
personnel.
Respond to requests from CADS (either Maintenance
Control System (MCS) for AN/FPS117/ Remote Control
Group (RCG) for AN/FPS 124) to change radar
parameters to meet mission requirements as directed.
Log all parameter changes as directed by CADS.
Upon notification (site alarms, etc) of a condition that
jeopardizes site preservation, initiate response within 2
minutes of situations that threaten site preservation in
accordance with Contractor developed (NWSO TA
reviewed and Crown accepted) SOPs, to prevent the
unacceptable loss of, or damage to, a site and its
equipment, or mitigate until site is restored to full
operability. Ensure that this response takes priority over
normal readiness restoral time considerations.
Situations which have the potential to cause loss or
damage to a site and its equipment and precipitate a
response include:
(1) Heat or power failure, which could expose sites to
risk of damage;
(2) Loss of power generating redundancy when the last
remaining serviceable Diesel Electric Generator (DEG)
is brought on line;
(3) Loss of remote monitoring and control capability,
either directly or through the loss of communication to
the site;
(4) Loss of structural integrity of sites which would
expose equipment and facilities to damage;
(5) Fire alarms; and
(6) Fuel spills, low fuel levels or suspected fuel leaks.
Report outages or incidents impacting site preservation
as specified in paragraph 2.F.21.
Related Information
Restricted - Contracts
10 times per day for 5 minutes
per request for Radar and 10
times per day for 5 minutes
per request for Comms. Once
per year per site for Facilities
for 5 minutes per request.
10 times per day for 10
minutes per request.
21 per year for an average of
5 hours for each event.
Estimated Qty
Page 55 of 216
No instances of valid customer
complaints. All PME outage requests
logged and ESRs initiated for all
reportable equipment status changes and
report status changes to SM.
Complete all requests to change
equipment parameters within 10 minutes
95% of the time, and within 30 minutes
100% of the time. Log entries complete
and accurate 100% of the time.
Initiate response within 2 minutes to
situations that threatened site
preservation IAW SOPs.
Performance Standard
SOR
Respond to queries and requests for
information.
Coordinate equipment downtime.
Major Requirement
OPERATIONS SUPPORT
09, September, 2013
2011-11-23
5.C.6
2011-11-23
5.C.5
Line Item
NWS
Section 5
Restricted - Contracts
Respond to e-mails, telephone calls and
correspondence regarding NWS maintenance
information or assistance from NWSO TA or NWSO
approved agencies.
Liaise with SM Section. Log all notifications. Initiate
ESRs for any reportable equipment status changes and
report status changes to SM. Confirm operational status
of NWS equipment after downtime and prior to return to
operational control.
Related Information
Restricted - Contracts
Maintenance
Technologist/Technician
RADAR = 10 queries per day;
10 minutes per query.
Maintenance
Technologist/Technician
Communications = 10 queries
per day; 10 minutes per query.
Maintenance
Technologist/Technician
Facilities = 10 queries per day;
10 minutes per query.
Supervisor RADAR = 20
queries per day; 10 minutes
per query.
Supervisor Communications =
20 queries per day; 10
minutes per query.
Supervisor Facilities = 20
queries per day; per 10
minutes per query.
Facilities = 47 occurrences,
annually
Radar = 94 occurrences,
annually
Communications = 94
occurrences, annually
1 hour per downtime
occurrence
Estimated Qty
Page 56 of 216
All queries answered within same day
95% of the time, and within 2 business
days 100% of the time. All queries
finalized within one week.
All government approved/sponsored
agencies planned downtime satisfied. All
requests logged.
Performance Standard
SOR
Monitor and respond to automated
notifications and alarms.
Provide annual synthetic operational
scenario evaluation to verify the
validity of the training and to ensure
the competency of the personnel.
Major Requirement
OPERATIONS SUPPORT
09, September, 2013
2013-03-08
5.C.8
2013-03-08
5.C.7
Line Item
NWS
Section 5
Restricted - Contracts
Quarantine all manual and electronic logs after any
significant incidents identified by or reported to the
NWSCC.
Alarms originate from all NWS sites (including the
NWSCC equipment). Response will consist of remotely
analyzing and correcting system faults from the NWSCC
or dispatching repair teams to mitigate damage/loss to
site infrastructure and mitigate loss of operational
capability. Monitoring systems include, but are not
limited to:
(a) Supervisory Control and Data Acquisition (SCADA);
(b) Control and Monitoring System (CMS) (Power
Generating Systems (PGS) and facility monitoring);
(c) Alcatel 5620 Multiplexer Controller;
(d) Bandwidth Management System; and
(e) Fuel Monitoring and Fire Reporting Systems.
Annual synthetic operational evaluation to be situational
in nature and scenario based. Scenarios related to
facilities, radar and communications procedures. Results
of the evaluation will be measured against the minimum
performance standards as detailed in the SOW and
Standing Operating Procedures (SOP). The evaluation
shall be conducted as a desk top exercise and shall
include NWSO as a participant. Upon completion of the
exercise, a report shall be provided to NWSO
summarizing the effectiveness of the exercise,
particularly any shortcomings identified, and how those
shortcomings are to be addressed, up to and included
an update of applicable plans and/or procedures. The
report is to be submitted within 15 business days of the
test, as per Section 5.F.7.
Related Information
Restricted - Contracts
Monitor 24/7,1000 actions per
day, 80% are minor and
average 2 minutes per action
and the remaining 20% are
major and average 10 minutes
per action with 25% of the
actions for Radar, 25% of the
actions for Comms and 50%
of the actions for facilities.
1 evaluation, annually
Estimated Qty
Page 57 of 216
Action all alarms within one (1) minute of
notification/alarm 95% of the time. No
example of an alarm not responded to
within 3 minutes. Corrective action
initiated within two (2) minutes of
notification/alarm 95% of the time. no
example of corrective action taking longer
than 5 minutes.
No example of the exercise not being
performed annually. 90% of the activities
are performed within the established
standards.
Performance Standard
SOR
Monitor and respond to the helicopter
radio.
Monitor the quality of radar data and
initiate appropriate corrective action.
Operate, monitor and respond to
Security and Video Monitoring System
(SAVMS) alarms.
Major Requirement
OPERATIONS SUPPORT
09, September, 2013
2013-08-20
5.C.11
2011-11-23
5.C.10
2013-03-09
5.C.9
Line Item
NWS
Section 5
Restricted - Contracts
Respond to and initiate voice communications with NWS
O&M aircraft travelling in the North. Attempt to initiate
contact with overdue aircraft to determine location and
status. Report overdue aircraft as per 10.C.11. Log all
helicopter radio calls in accordance with 5.F.2
Monitor both LRR and SRR radar data continuously in
accordance with readiness levels detailed in 5.A.1.a to
5.A.1.f. Ensure optimal radar data is available at the
operations centre. Data quality and status is assured by
monitoring and analyzing data provided by the
Maintenance Control System (MCS) for the AN/FPS 117
radar, PDSS for the AN/FPS 117, SDUs for the UPX 39
MSSR, RCG for the AN/FPS 124 and the BML for the
AN/FPS 124. Quarantine all manual and electronic logs
after any significant incidents identified by or reported to
the NWSCC.
Respond to security alarms (alarms to the security
systems are audible). Initiate voice communications.
Report intrusions to 22 Wing/NWSO/Rangers/RCMP in
accordance with SOP. Quarantine all manual and
electronic logs after any significant incidents identified by
or reported to the NWSCC. Monitor security systems
including security alarms and cameras remotely through
data communications links to the NWSCC. When alarm
systems are activated the Contractor shall:
(1) Verify that the alarm is caused by an intruder by
confirming the initial indication(s) with other sensors;
(2) Advise SM Section of the intrusion and provide
follow-up information;
(3) With the use of the Public Address, attempt to
contact the intruder. If successful, advise the SM
Section of name, purpose of visit and other relevant data
pertaining to the intrusion;
(4) Make a log entry as to date, time, site and any other
relevant data pertaining to the intrusion;
(5) Open a work order so that the site is surveyed for
damage on the next site visit;
(6) Submit a Security Incident Report in accordance with
2.F.23; and
(7) Report all security incidents occurring at North Bay
NWS locations to the 22 Wing military police, with copy
to NWSO.
Related Information
Restricted - Contracts
50 calls per day during the
peak season (June through
September). 5 calls per day
for the remaining 8 months for
15 minutes per call.
20 alarms a day; 10 LRR
alarms and 10 SRR alarms.
Typical LRR alarm actions
require, 30 minutes for
evaluation and resolution.
Typical SRR alarm actions
require, 15 minutes for
evaluation and resolution.
Estimated 25 security
incidents annually.
Estimated Qty
Page 58 of 216
No example of a call not being answered.
Follow up on overdue aircraft 100% of the
time within 30 minutes of expected
arrival/departure time.
All major alarms acknowledged within 2
minutes 95% of the time, and within 5
minutes 100% of the time. ESRs opened
on reportable PME outages greater than 2
minutes 100% of the time. Quarantine all
manuals and electronic logs after any
significant incidents identified by or
reported to the NWSCC 100% of the time.
All security alarms responded to within 2
minutes 100% of the time. All security
intrusion alarms reported to 22
Wing/NWSO/Rangers/RCMP/Military
Police IAW SOP with in 30 minutes.
Quarantine all manual and electronic logs
after any significant incidents identified by
or reported to the NWSCC within 15
minutes. Create and log Security Incident
reports as described in Section 2.F.36 of
this SOW. Open work orders within 30
minutes so that the site is surveyed for
damage on the next site visit.
Performance Standard
SOR
Provide 24/7 remote monitoring and
control of NWS sites and the SRD from
the Above Ground Complex in North
Bay.
5.D.1
09, September, 2013
2013-03-08
5.E.2
Provide monitoring and control
services for Canadian Coastal Radars
(CCR).
Respond to NWSO TA direction (or
delegated authority) for immediate
corrective maintenance due to
operational reasons (e.g. flight safety,
DND special localized operations) for
the restoral of an outage.
5.E.1
2012-05-23
INDEFINITE QUANTITY (IQ)
REQUIREMENTS
5.E
2011-11-23
WATCH KEEPING REQUIREMENTS
Maintain North Warning System Radar
and G/A/G communications
Operational Readiness.
Provide technical assistance to remote
site maintenance personnel.
Major Requirement
OPERATIONS SUPPORT
5.D
2012-09-13
5.C.13
2012-09-13
5.C.12
Line Item
NWS
Section 5
Restricted - Contracts
Provide monitoring and control services for Canadian
Coastal Radars (CCR).
OP Imperative situations are directed by the NWSO TA.
Level of effort for OP Imperative situations could lead to
the maintenance schedule being waived.
Provision of remote monitoring and control includes:
(1) Radar systems personnel at the NWSCC on a 24/7
basis;
(2) Communications systems personnel at the NWSCC
on a 24/7 basis; and
(3) Facilities systems personnel at the NWSCC on a
24/7 basis.
Operate and maintain the NWS at a level of readiness to
achieve not less than the minimum performance
requirements for availability of radar data and
Ground/Air/ Ground (G/A/G) radio communications, site
preservation, equipment outage restoral times,
operational flexibility and environmental protection as
detailed in paragraphs 5.A.1.a to 5.A.1.f.
Technical assistance includes: troubleshooting,
restoration, fault isolation and equipment
reconfiguration.
Related Information
Restricted - Contracts
4 Canadian Coastal Radar
installations.
Nothing Additional
Minimum three qualified
personnel on duty at all times.
See paragraph 5.B for
personnel qualifications.
PME listed in Table 13-2.
30 calls per day (averaging 30
minutes per call) during the
peak season (June through
September).
12 calls per day for the
remaining 8 months.
Calls split evenly between all
disciplines (Radar, Comms
and Facilities) with supervisor
oversight.
Estimated Qty
Page 59 of 216
Monitoring and control services to be
provided as per the terms and conditions
of the IQ project.
All actions completed to the agreed
standard of quality.
All NWSCC shift positions must be
manned 24/7 100% of the time.
Site restoral times achieved and minimum
96% availability is achieved for radar and
G/A/G communications at the
demarcation point.
Respond to all requests for assistance
from site maintenance personnel 100% of
the time. No validated customer
complaints.
Performance Standard
SOR
09, September, 2013
2013-08-20
5.F.2
Retain log books.
Establish, maintain and update SOPs
for responding to and reporting all
significant site events, including
equipment outages.
5.F.1
2013-08-20
RECORDS AND DELIVERABLES
There are no other pre-determined IQ
requirements associated with this
section, IQ may be ordered by the
Project Authority on an as required
basis for any work within the scope of
this section.
Major Requirement
OPERATIONS SUPPORT
5.F
2011-11-22
5.E.3
Line Item
NWS
Section 5
Restricted - Contracts
Log books to be maintained for the Network Control
Facility, Electronic Control Facility, Maintenance Control
Facility, equipment parameter changes and for the
helicopter monitor. Retain log books for the duration of
the contract. Equipment parameter change log book to
include: (1) Time, date of request; (2) Requesting
authority (name and initials); and (3) Parameter
changes.
SOP to include approved, prioritized Contact List by
event type, security considerations, immediate course of
action and approvals if required.
See Contract Terms and Conditions for details regarding
negotiation of the IQ job.
Related Information
Restricted - Contracts
Minimum five (5) log books.
100 log book entries per day
for 1 minute per entry. Log
Book entries split evenly
between all disciplines (Radar,
Comms and Facilities). Daily
supervisory review.
1 SOP, updated as required.
Nothing additional
Estimated Qty
Page 60 of 216
Log books are to be updated on a
continual basis. Log book entries are
accurate. All log book entries are
complete.
SOP reviewed to ensure information is
100% accurate and current. SOP is
adhered to 100% of the time.
All jobs completed to the agreed standard
of quality. 90% of jobs completed by the
agreed completion date. All jobs
completed no later than 10% of the
Conduct Period beyond the agreed
completion date.
Performance Standard
SOR
Open/update ESRs and Work
Requests/Work Orders.
Major Requirement
OPERATIONS SUPPORT
09, September, 2013
2013-03-08
5.F.3
Line Item
NWS
Section 5
Restricted - Contracts
Open/update ESRs and Work Requests/Work Orders.
ESRs are required for all PME whenever the equipment
status changes from fully serviceable. Reports will be
completed in cooperation with the SM section. Provide
SM Section with updates for corrective maintenance, site
and equipment status. ESR Data Fields to include:
(a) ESR Number;
(b) Site;
(c) Equipment;
(d) Channel Assembly;
(e) Work Unit Codes (WUC) (where available USAF
equipment);
(f) Start Date;
(g) Start Time;
(h) Downtime Code;
(i) Scheduled/Unscheduled;
(j) Delay Code;
(k) Status - Channel;
(l) Status - Subsystem;
(m) Stop Time;
(n) Julian Date;
(o) Related Facility; and
(p) Remarks.
Refer to 1 Cdn Air Div Orders, Vol 4, 4-308 Equipment
Status Reports (ESR) and CFACM 50-301 (ESR
Procedures Manual) and Standard Operating
Procedures for reporting on ESRs. Work Request/Work
Order data fields to include, at a minimum:
(a) work request/order number
(b) Labour Use Code (LUC);
(c) site;
(d) system/location;
(e) scope of work;
(f) justification;
(g) labour;
(h) material;
(i) Equipment Identification Number (EIN);
(j) Julian date;
(k) remarks;
(l) contact information for originator.
Related Information
Restricted - Contracts
Estimated 7,500 ESRs and
work orders opened annually.
Estimated Qty
Page 61 of 216
ESRs will be opened within 10 minutes of
a system/equipment failure. ESR data is
accurate and complete 95%. Not more
than 1 in 20 errors in a random sample of
Work Request/Work Orders.
Performance Standard
SOR
Submit annual synthetic operational
scenario test report.
Produce and maintain Operations
Support Plan.
Produce and update daily status board
for PME.
Produce PME radar data and G/A/G
communications availability that is
calculated on a monthly basis for each
NWS site using the formula contained
at Table 13-5 to this section.
Major Requirement
OPERATIONS SUPPORT
09, September, 2013
2011-12-15
5.F.7
2012-09-13
5.F.6
2012-05-23
5.F.5
2013-08-20
5.F.4
Line Item
NWS
Section 5
Restricted - Contracts
Submit annual synthetic operational scenario test report,
as detailed in 5.C.7.
Produce and maintain Operations Support Plan. The
plan shall document, at a minimum, the Contractor's
approach to: 1) reporting system emergencies,
incidents and outages; 2) response to site preservation;
3) changing NWS equipment parameters; 4) taking PME
out of service; 5) coordination of equipment downtime; 6)
support to the NWSO TA for requests and queries; 7)
conducting an annual operational evaluation; 8)
provision of 24/7 monitoring of NWS sites; 9) monitoring
and response to automated notifications and alarms; 10)
operation of SAVMS; 11) monitoring the quality of radar
data and signals, and initiation of corrective action where
warranted; 12) monitoring and response to helicopter
radio; 13) provision of technical assistance to LSS staff;
and, 14) maintaining NWS radar and G/A/G operational
readiness. The plan shall be reviewed and updated at a
minimum annually. One controlled copy of the plan shall
be provided to the NWSO TA.
Status board will be in electronic format available on line
and updated to midnight of the previous day of any
status changes to NWS PME. Currently status board is
linked to ESR system and is automatically updated
when ESR status is entered or changed.
Availability Reports are required for all PME listed in
Table 13-2. Use Table 13-2 to track whenever the
equipment status changes from serviceable to
non-mission capable (Red Status). Reports will be
completed in cooperation with the SM Section. These
reports are currently manually produced. Provide
useable PME radar data and G/A/G communications
between NWS sites and the CADS demarcation point
(CDF) 96% of the time on a monthly basis for each site.
Provide radar and G/A/G radio signal availability that is
calculated on a monthly basis for each NWS site using
the formula contained at Table 13-5 to this section and
in accordance with readiness levels detailed in
paragraphs 5.A.1.a to 5.A.1.f. The report is to include
year to date performance by site, by equipment type,
and for the entire system.
Related Information
Restricted - Contracts
1 report per year.
1 Plan, one controlled hard
copy provided to the NWSO
TA.
50 ESRs per day: 20 Comms
ESRs per day; 20 Radar ESRs
per day; and 10 Facilities
ESRs per day. 10 Minutes per
ESR with
Daily supervisory review.
12 Reports per year.
Estimated Qty
Page 62 of 216
No example of the report not being
submitted within 15 business days of the
test.
No instance of a controlled copy of the
plan not being provided to the NWSO TA.
No instance of the plan not being
reviewed and updated at a minimum
annually. Not more than 3 technical
errors or omissions in the plan upon
review by the NWSO TA.
Status board reflects current status of all
NWS PME. Updates occur within 10
minutes of status changes 95% of the
time, and within 20 minutes 100% of the
time..
The report is available electronically 10
working days after the end of month.
Report will be 100% accurate in
accordance with availability formulae.
Performance Standard
SOR
09, September, 2013
Restricted - Contracts
The Contractor is responsible for the health and safety of all personnel working on and visiting NWS sites and work locations.
6.A.4.a
2013-03-09
SAFETY PROVISIONS
Customer Support Request Form (G)
DND/USAF AFTAC Memorandum of Understanding (M)
Third Party Support Request Form (G)
REFERENCES The notations against the references have the following meanings: M - Adherence to the policies, procedures,
act, orders and regulations contained therein is mandatory. G - The policies and procedures contained therein are not
mandatory, but proposals for alternatives must be submitted in full detail to, and be accepted by the Project Authority.
Furthermore, alternatives must fully interface with procedures in use globally.
For definition of terms see Section 1.A PROJECT BACKGROUND, Attachment "SOW Section 1: NORTH WARNING SYSTEM
CONCEPT OF OPERATIONS AND MAINTENANCE".
DEFINITIONS
6.A.4
2012-09-17
6.A.3.c
2011-05-17
6.A.3.b
2012-09-17
6.A.3.a
2009-09-24
6.A.3
2012-06-18
6.A.2.a
2012-06-18
6.A.2
Personnel granted access for purposes not related to the O&M of the NWS are to be considered Third Party Support. Third
party support is initiated through submission of a CSR/TPS form. Given that TPS requests are for activities not related to the
O&M of the NWS, the TPS support solution is to be submitted to the NWSO TA, and it is subject to veto and a request for
resubmission by the NWSO TA.
Provide support to personnel requiring or otherwise granted access to NWS sites. Personnel requiring access to NWS sites for
purposes directly related to the O&M of the NWS are to be considered Customer Support. Customer support is to be initiated
through submission of a Customer Support Request/Third Party Support (CSR/TPS) form, which may be for activities such as:
1. inspection and audits;
2. demonstrations and briefings;
3. implementation of IQ work;
4. performance of particular or specialized work on NWS installed equipment and/or systems by authorized and qualified third
parties;
5. supporting various agencies in accordance with established letters of agreement, Service Level Agreements and/or
Memorandums Of Understanding.
It is incumbent on the NWSO requestor to define on the CSR/TPS form what support is required and will include: rations;
quarters; ground transportation; access to contractor staff for demonstrations; AUTOVON access and other requirements unique
to the purpose of the CSR. In all cases, support for CSRs shall be to the same level as provided to the Contractor's employees.
6.A.1.a
2013-08-08
SCOPE OF WORK
6.A.1
Information and Qualifications
Restricted - Contracts
GENERAL REQUIREMENTS
Customer & THIRD PARTY SUPPORT
6.A
Line Item
NWS
Section 6
Page 63 of 216
SOR
Restricted - Contracts
All personnel shall meet the requisite security requirements, as defined by the Security Requirements Checklist (SRCL) before
being allowed to visit or work in any NWS sites, LSSs, and North Bay NWS locations.
SECURITY
All wildlife monitors shall have a valid firearms licence.
09, September, 2013
2012-06-15
6.B.2.a
2011-07-11
6.B.2
2013-08-08
6.B.1.b
2011-07-11
6.B.1.a
All Contractor personnel working at NWS sites must be Standard First Aid trained with CPR level C within 12 months of contract
award and remain current throughout the duration of the Contract.
TRAINING & EXPERIENCE
6.B.1
2011-07-11
PERSONNEL QUALIFICATIONS
All assets are to be maintained to provide functionality 24/7. Point of contact to be available as per Section 2.A.6.a.
6.B
2012-06-15
6.A.6.a
2009-09-24
6.A.6
HOURS OF OPERATIONS
NIL
6.A.5.a
Comply with measures not otherwise specified in this contract, but which are consistent with prudent management and industry
practices.
When visit poses significant risk from wildlife, ensure precautionary measures are taken to prevent attack by wildlife, such as
bears.
DESCRIPTION OF EXISTING CONDITIONS
2011-07-11
Information and Qualifications
Restricted - Contracts
Personal Protective Equipment (PPE) - It is the responsibility of the Contractor to provide PPE to its employees and ensure that
all site visitors are made aware of PPE requirements prior to departing for remote sites.
Customer & THIRD PARTY SUPPORT
6.A.5
2011-05-18
6.A.4.d
2011-06-23
6.A.4.c
2011-07-11
6.A.4.b
Line Item
NWS
Section 6
Page 64 of 216
SOR
Participate in inspections and audits.
Provide ground transport.
Manage Customer Support Requests
(CSRs).
CUSTOMER SUPPORT
Maintain CSR/TPS file.
09, September, 2013
2013-03-12
6.C.2.c
2012-05-28
6.C.2.b
2013-08-08
6.C.2.a
2011-10-31
6.C.2
2013-08-08
6.C.1.b
2013-08-08
6.C.1.a
Implement the use of CSR/TPS Quality
Form.
GENERAL REQUIREMENTS FOR
CSR & TPS
6.C.1
2011-10-31
PERFORMANCE REQUIREMENTS
Major Requirement
Customer & THIRD PARTY SUPPORT
6.C
Line Item
NWS
Section 6
Restricted - Contracts
Provide qualified personnel to assist with inspections
and audits of NWS sites and provide associated
technical information to NWSO and NWSO sponsored
personnel. Ensure that supporting personnel are
prepared to explain the role and operation of the site and
related O&M activities, having due regard for
operational, security and safety requirements.
On a non-interference basis, provide ground
transportation to NWSO and NWSO sponsored
personnel at LSSs and radar sites to the same level as
is provided to Contractor employees.
Using existing CSR/TPS form as provided, manage all
CSRs upon submission, including cost reimbursable
CSRs as defined in 6.E.5. Develop a proposed support
plan based on CSR requirements. Within 5 business
days of receipt of a CSR, forward CSR to NWSO TA,
complete with the proposed support plan. The NWSO
TA may request amendments to the plan. In cases
where the request has been made a minimum of 15
business days in advance, and the Contractor cannot
satisfy the request due to legitimate conflicting priorities,
the Contractor will work with the NWSO TA to
reschedule the request, or to provide the requested
support to the extent possible.
Maintain database of CSR/TPS request forms and
CSR/TPS Quality Forms as per 6.F.4.
The purpose of this form, reference 6.F.2, is to allow
NWSO, NWSO sponsored personnel and third parties
as well as long term tenants to comment on the standard
and level of service provided. This document will be
used to ensure the quality of service is at a high
standard.
Related Information
Restricted - Contracts
5 inspection requests per
year, 16 hours duration
5 audit requests per year, 72
hours duration.
Estimate 150 CSR requests
per year, 3 days each, and 1-2
hours per day per visit.
245 CSR per year, average
duration of 10 days.
Estimated 10 cost
reimbursable CSRs annually,
average duration 10 days.
1 file, 325 CSR/TPS requests
and 875 CSR/TPS Quality
Forms annually.
Estimated at 875 personnel
total annually for CSRs and
TPSs.
Estimated Qty
Page 65 of 216
No instance of failing to participate in
inspections and audits involving NWSO
and NWSO sponsored personnel parties.
Not more than 2 instances annually of
ground support not being provided as
specified.
Contractor to demonstrate documented
procedures for the management of CSRs.
No instance of a CSR not being
responded to. Not more than 3 instances
annually of the CSR complete with the
support plan not being provided to the
NWSO TA within 5 business days.
No example of the file not being available.
Database to be accurate to within 5
business days.
All Long Term Tenants, Customers and
Third Party visitors shall be given a
CSR/TPS Quality Form.
Performance Standard
SOR
THIRD PARTY SUPPORT
Provide On-site Orientation and Fire
Response Briefing.
Provide wildlife monitor.
Provide Mobile Support Equipment
(MSE).
Provide support to government
provided airlift services.
Provide Rations and Quarters.
Participate in demonstrations and
briefings.
Major Requirement
Customer & THIRD PARTY SUPPORT
09, September, 2013
2012-09-17
6.C.3
2013-08-08
6.C.2.i
2012-05-28
6.C.2.h
2012-05-28
6.C.2.g
2013-08-08
6.C.2.f
2012-07-27
6.C.2.e
2012-04-18
6.C.2.d
Line Item
NWS
Section 6
Restricted - Contracts
Provide on-site orientation to all personnel, identify any
hazards and provide a fire response muster briefing.
Record briefing particulars as per 6.F.1.
Provide wildlife monitor when required to support CSR,
based on time of year, work site and location. Wildlife
monitors required to support IQ work are to be included
in the IQ costing proposal.
On a non-interference basis, provide MSE with operator
to NWSO and NWSO sponsored personnel.
Provide meals, janitorial services, Government furnished
lodgings and equipment support for ongoing or
day-to-day airlift operations as well as provide access to
meteorological information and office space at Hall
Beach and Cambridge Bay.
Rations will be provided at all sites and while in transit,
to the same standard as provided to the Contractor's
employees. Quarters will be furnished at CAM-M,
FOX-M; this will include cleaning the rooms prior to
arrival, housekeeping services during the stay, and
cleaning after departure. At unattended radar sites
quarters will be provided to the same level as is provided
to Contractor employees.
Provide qualified personnel to perform demonstrations
and provide briefings of NWS systems. Ensure that
supporting personnel are prepared and qualified to turn
on equipment (where permissible) and explain the role
and operation of the system and related O&M activities,
having due regard for operational, security and safety
requirements.
Related Information
Restricted - Contracts
245 requests per year,
average 30 minute duration.
Approximately 15 CSR visits
will require a wildlife monitor.
During peak Summer activities
15 requests of 8 hour duration
per year.
Support for Helicopter Crews:
3 persons at CAM-M and
FOX-M 365 day/yr.
Support for Fuel Lift at FOX-3
and FOX-M:
4 personnel for 30 days
Estimated at 245 CSR
requests per year, of average
10 days each, and 3
personnel.
2 demonstration requests per
year, 8 hours duration
2 briefing requests per year, 4
hours duration.
Estimated Qty
Page 66 of 216
No instance of failing to provide on-site
orientation and fire response briefing to all
personnel.
No instance of failing to provide wildlife
monitor for a CSR.
Not more than 2 instances annually of
MSE not being provided as specified.
No instance of failing to provide support to
airlift contractors.
Not more than 2 instances annually of
rations and quarters not being provided as
specified.
No instance of failing to participate in
demonstrations and briefings involving
NWSO and NWSO sponsored personnel
parties.
Performance Standard
SOR
INDEFINITE QUANTITY (IQ)
REQUIREMENTS
Support Facility Condition Assessment
(FCA).
6.E
6.E.1
Support to Search and Rescue (SAR).
09, September, 2013
2012-05-28
6.E.3
2013-08-08
6.E.2
Provide emergency services.
Nil
6.D.1
2013-08-08
WATCH KEEPING REQUIREMENTS
Provide equipment maintenance and
R&Q to AFTAC personnel at LSS
Cambridge Bay.
Manage Third Party Support (TPS)
requests.
Major Requirement
Customer & THIRD PARTY SUPPORT
6.D
2013-08-08
6.C.3.b
2013-08-08
6.C.3.a
Line Item
NWS
Section 6
Restricted - Contracts
Support will include the release of helicopter for Search
and Rescue as well as provide fuel, meals, lodgings and
other support to SAR employees and volunteers.
Support to SAR will be validated as an excusable delay.
Provide support to emergency services such as
emergency resupply to communities (water/fuel etc).
Review by Canada should be sought prior to providing
support. However if loss of life is a consideration without
the added support, the discretion will lie with the
Contractor. Provide a detailed invoice to Canada for all
services rendered under this line item.
Canada may initiate a Facility Condition Assessment to
update the 2009 FCA and create a plan for sustainment
work of NWS infrastructure. Provide support for this
endeavour.
Provide Air Force Technical Applications Center
(AFTAC) personnel at LSS Cambridge Bay services as
outlined in the DND/USAF Joint Seismic Research
Facility in Cambridge Bay Memorandum of
Understanding (MOU). Provide detailed invoice to
Canada as per 6.F.3.
Using existing TPS form as provided, manage all TPS
requests upon submission. Within 5 business days of
receipt of a TPS, forward to Canada with a
recommendation for rejection or a proposed support
plan. If the recommendation is to reject, provide
justification. If the TPS is to be supported, develop and
provide the support plan based on requirements of the
TPS, and incorporate all requirements of this SOW for
any person working or visiting NWS sites. Any
recommendation to reject may be vetoed by Canada.
Record fire and safety briefings as per 6.F.1. All
approved TPS requests are not to impact NWS
operations. No TPS is to be supported with government
furnished transportation.
Related Information
Restricted - Contracts
Provide R&Q support to 4
persons at Site 365 day/yr.
Provide Equipment
Maintenance up to $5000.00
per year.
80 TPS requests annually.
Estimated Qty
Page 67 of 216
No instance of SAR not being supported.
Provide service as negotiated with the
NWSO.
To be identified as requirement is defined.
No instance of failing to provide support to
Central Recording Station personnel at
LSS Cambridge Bay.
No example of a TPS request not being
forwarded. No example of a TPS request
being approved by the Contractor not
being accompanied by the support plan.
Not more than 2 TPS request being
supported not being submitted to the
NWSO TA for veto in whole or in part a
minimum of 5 business days prior to the
scheduled visit. No example of a TPS
impacting NWS operations. No example
of TPS personnel not fully complying with
NWS fire, safety, environmental and
security requirements.
Performance Standard
SOR
Establish and maintain a CSR/TPS file.
Prepare and provide accounting and
finance records for AFTAC.
09, September, 2013
2013-08-08
6.F.4
2013-08-08
6.F.3
2012-07-27
6.F.2
Prepare and maintain CSR/TPS quality
form.
Record safety and fire orientation.
6.F.1
2012-09-13
RECORDS AND DELIVERABLES
There are no other pre-determined IQ
requirements associated with this
section, IQ may be ordered by the
Project Authority on an as required
basis for any work within the scope of
this section.
Support cost reimbursable CSRs.
Major Requirement
Customer & THIRD PARTY SUPPORT
6.F
2012-03-19
6.E.5
2013-08-08
6.E.4
Line Item
NWS
Section 6
Restricted - Contracts
Establish and maintain a CSR/TPS file as per 6.1.b
Maintain detailed records of financial and accounting
data for AFTAC.
Develop and maintain a CSR/TPS quality form. Form to
provide the opportunity for NWSO and NWSO
sponsored personnel the opportunity to comment on
experience and service provided.
Keep records of all visitors, indicating security
clearance, most recent PFET and purpose of visit.
See Contract Terms and Conditions for details regarding
negotiation of the IQ job.
The Contractor may be requested to support particular
CSRs on a cost reimbursable basis.
Related Information
Restricted - Contracts
1 file
1 record per month for
AFTAC.
One Quality form developed
and maintained.
One per visit (50 CSR, 50 TPS
visits) and one for each of the
long term tenants at
Cambridge Bay
Nothing additional
Estimated Qty
Page 68 of 216
No example of the file not being available.
100% accuracy in accounting delivered no
later than 2 days after due date.
No errors in the form.
No instances of failure to achieve 100%.
All jobs completed to the agreed standard
of quality. 90% of jobs completed by the
agreed completion date. All jobs
completed no later than 10% of the
Conduct Period beyond the agreed
completion date.
Performance Standard
SOR
DND Fire Safety Plan Template (G)
NFPA 1021 - Standard for Fire Officer Professional Qualifications (M)
NFPA 921 - Guide for Fire & Explosion Investigations (M)
NFPA 1620 - Standard for Pre-Incident Planning (G)
Realty Asset Management Manual - Chapter 10, or substitute (M)
Restricted - Contracts
NFPA 1081 - Standard for Industrial Fire Brigade member Professional Qualifications (M)
NFPA 551 - Guide for the Evaluation of Fire Risk Assessment (G)
NFPA 1041 - Standard for Fire Service Instructor Professional Qualifications (M)
Defence Administrative Order & Directive (DAOD) 4007-1: Reporting and Investigation of Fires & Incidents (M)
NFPA 600 - Standard on Industrial Fire Brigades (M)
NWS Fire Services Plan (G)
REFERENCES The notations against the references have the following meanings:
M - Adherence to the policies, procedures, act, orders and regulations contained therein is mandatory. G - The policies and
procedures contained therein are not mandatory, but proposals for alternatives must be submitted in full detail to, and be
accepted by Canada. Furthermore, alternatives must fully interface with procedures in use globally.
For definition of terms see Section 1.A PROJECT BACKGROUND, Attachment "SOW Section 1: NORTH WARNING SYSTEM
CONCEPT OF OPERATIONS AND MAINTENANCE".
DEFINITIONS
09, September, 2013
2013-09-05
7.A.3.k
2011-09-06
7.A.3.j
2013-08-23
7.A.3.i
2013-08-23
7.A.3.h
2013-03-18
7.A.3.g
2013-08-23
7.A.3.f
2011-09-06
7.A.3.e
2011-09-06
7.A.3.d
2013-03-18
7.A.3.c
2013-03-18
7.A.3.b
2012-09-17
7.A.3.a
2013-08-23
7.A.3
2012-06-18
7.A.2.a
2012-06-18
7.A.2
2013-08-23
7.A.1.b
Continually plan, develop and sustain a fire protection and fire prevention program, allowing inspections of all Emergency
Service related areas by Canada and support audits by Canadian Forces Fire Marshall (CFFM).
Provide the following services for all personnel: emergency operations, stand up and maintenance of Industrial Fire Brigade to
fight incipient stage fires (in accordance with NFPA 600), fire protection and fire prevention.
2012-05-28
7.A.1.a
Information and Qualifications
Restricted - Contracts
SCOPE OF WORK
GENERAL REQUIREMENTS
FIRE SERVICES
7.A.1
2009-09-22
7.A
Line Item
NWS
Section 7
Page 69 of 216
SOR
Fire Prevention and Fire Protection Coverage includes Active and Passive Fire Protection systems installed throughout the NWS
as described in the 2009 Baseline Study.
7.A.5.a
Restricted - Contracts
Industrial Fire Brigade Members shall be employees qualified to meet the "Entrance Requirements" and "Incipient Industrial Fire
Brigade Members" chapters outlined in NFPA 1081 as well as the "Medical and Job Related Physical Requirements" section
outlined in NFPA 600 for Incipient Stage Fire Fighting. All Industrial Fire Brigade Members shall be trained to NFPA 600
Industrial Fire Brigade Leaders and Assistant Fire Brigade Leaders shall be employees qualified to meet the "Entrance
Requirements" and "Industrial Fire Brigade Leader" chapters outlined in NFPA 1081 as well as the "Medical and Job Related
Physical Requirements" section outlined in NFPA 600 for Incipient Stage Fire Fighting. All Industrial Fire Brigade Leaders and
Assistant Fire Brigade Leaders shall be trained to NFPA 600 Incipient Stage Fire Fighting.
The Fire Services Training Coordinator shall be an employee who is a certified NFPA 1041 Fire Service Instructor 2 by a national
certification organization acceptable to the Canadian Forces Fire Marshal's Office (e.g. International Fire Service Accreditation
Congress or ProBoard Fire Service Professional Qualifications System).
09, September, 2013
2013-03-18
7.B.1.d
2012-05-29
7.B.1.c
2012-05-28
7.B.1.b
2013-08-23
7.B.1.a
The Fire Services Officer shall be an employee who is a certified NFPA 1021 Fire Officer 2 by a national certification organization
acceptable to the Canadian Forces Fire Marshal's Office (e.g. International Fire Service Accreditation Congress or ProBoard Fire
Service Professional Qualifications System).
TRAINING AND EXPERIENCE
7.B.1
2012-06-15
PERSONNEL QUALIFICATIONS
7.B
2012-06-15
7.A.6.b
All assets are to be maintained to provide functionality 24/7. Point of contact to be available as per Section 2.A.6.a.
Emergency response personnel shall be available "on call" at LSS-C, LSS-F and at all attended LRR sites" on a 24/7 basis.
7.A.6.a
2013-08-23
HOURS OF OPERATION
7.A.6
2012-09-07
DESCRIPTION OF EXISTING CONDITIONS
Waiver - NWS Maintenance, Inspection and Testing of Fire Detection, Suppression and Alarm Systems, as provided by the
CFFM, 7665-0, dated 01 April 2009.
Provide all Contractor necessary personnel with Personal Protective Equipment (PPE) and ensure site visitors comply with PPE
requirements.
Comply with measures not otherwise specified in this contract, but which are consistent with prudent management and industry
practices.
7.A.5
2012-05-29
7.A.4.n
2011-11-02
7.A.4.d
2011-09-06
7.A.4.c
2011-09-06
7.A.4.b
Initiate emergency procedures as provided in the Contractor's Emergency Services Plan in the event of disaster, breakdown or
contamination.
Ensure that employees are in possession of appropriate environmental clothing for operations at NWS sites under extreme
weather conditions.
2011-09-06
7.A.4.a
Information and Qualifications
Restricted - Contracts
SAFETY PROVISIONS
FIRE SERVICES
7.A.4
Line Item
NWS
Section 7
Page 70 of 216
SOR
Information and Qualifications
Restricted - Contracts
Restricted - Contracts
All personnel shall meet the requisite security requirements, as defined by the Security Requirements Checklist (SRCL) before
being allowed to visit or work in any NWS sites, LSSs, and North Bay NWS locations.
SECURITY
Incipient Stage Fire Fighting.
FIRE SERVICES
09, September, 2013
2012-06-15
7.B.2.a
2012-06-15
7.B.2
Line Item
NWS
Section 7
Page 71 of 216
SOR
Conduct Portable Fire Extinguisher
Training (PFET) for Contractor
employees.
Respond to all fire alarms.
09, September, 2013
2013-03-15
7.C.4
2013-03-15
7.C.3
2013-08-23
7.C.2
Provide an Industrial Fire Brigade
Trained to Perform Incipient Level Fire
Fighting.
Implement the Fire Services Plan
(FSP).
7.C.1
2012-05-17
PERFORMANCE REQUIREMENTS
Major Requirement
FIRE SERVICES
7.C
Line Item
NWS
Section 7
Restricted - Contracts
LSS staff who are not part of the fire brigade, Contractor
personnel who occasionally visit LSSs, LRR sites and/or
SRR sites and temporary hires who will be working and
living on NWS sites are to receive Portable Fire
Extinguisher Training (PFET), and are to be instructed
on fire safety in their areas of responsibility. Employees
who are in this category shall receive PFET within 24
hours of arriving on a site, and PFET training shall be
regenerative on a 4 year cycle. Employees shall receive
a training certificate/card upon completion of the training.
Respond to all fire alarms with a fire brigade meeting the
requirements of 7.B.1.d. In the event that the alarm is
the result of a fire, as opposed to a false alarm, the
brigade is to provide incipient fire fighting commensurate
with their training, and if warranted, activate the
Emergency Response Plan as detailed in 2.C.9. Submit
fire incident reports for each alarm, even for false
alarms, as per 7.F.6. In the event of a fire, conduct a fire
investigation as per 7.C.9.
Each LSS must have the capability to form a fire brigade
consisting of, at a minimum, 1 fire brigade leader, 1
assistant fire brigade leader, and fire brigade members
to respond to fire alarm conditions. At LSS-C, LSS-F,
and all attended LRR sites a brigade shall be available
at all times. All members of the brigade shall be trained
in accordance with the requirements of 7.B.
Implement the Fire Services Plan (FSP) as described in
7.F.1.
Related Information
Restricted - Contracts
Estimated 85 persons
annually.
Estimated 7 alarms per year.
Estimated one fire every 10
years.
1 fire brigade each at LSS-C,
LSS-F, and all attended LRR
sites consisting of, at a
minimum, 1 fire brigade
leader, 1 assistant fire brigade
leader, and fire brigade
members.
Implementation of 1 plan.
Estimated Qty
Page 72 of 216
No example of a member of the
Contractor staff on an NWS site without
PFET training. New employees to receive
PFET training within 30 days of being
hired. Not more than1% of the
Contractor's staff to have expired PFET
training upon audit by the NWSO TA.
All fire alarms to be responded to
immediately.
No instance of a fire brigade not being in
place at all times at LSS-C, LSS-F and at
all attended LRR sites. No example of fire
brigade leader and assistant fire brigade
leader not being in place.
No instance of the plan not being
implemented as described.
Performance Standard
SOR
Practice fire drills in accordance with
the National Fire Code of Canada.
Perform Fire Warden inspections.
Major Requirement
FIRE SERVICES
09, September, 2013
2013-08-23
7.C.6
2013-08-23
7.C.5
Line Item
NWS
Section 7
Restricted - Contracts
Contractor shall practice fire drills to ensure that all
personnel are aware of, and have the necessary
knowledge of the action to be taken in the event of fire.
Drills shall be conducted, at a minimum, as follows:
1) semi-annually at LSS-I and LSS-Q;
2) quarterly at LSS-C and LSS-F;
3) within 48 hours after an LRR site is attended, and
monthly thereafter until the site is unattended.
Note that fire drills at LSS-G are conducted by 5 Wing
Goose Bay fire department. The fire drill scenario and
the results of the drill shall be recorded in a log. The log
is to be submitted to Canada upon request, as per 7.F.3.
Perform daily Fire Warden inspections at all sites while
attended, including community based LSS's (i.e. LSS-I,
LSS-Q, and LSS-G), to ensure that personnel are not
exposed to avoidable hazards. The Fire Warden shall
immediately correct any unsafe conditions. Deficiencies
that cannot be readily corrected will be tracked through
the NW WMS to completion. The inspection shall be
based on a checklist which is tailored to the unique
characteristics of particular NWS sites. The inspection
shall include, as a minimum:
1) Ensuring all exits and fire escapes are clearly
marked, function properly and are unencumbered;
2) Interior and exterior fire protection systems are
active, and there are no trouble alarms on any fire panel;
3) Fire protection equipment is in place;
4) Work sites are cleaned up at the end of the day, and
all combustible materials are properly disposed of;
5) The circumstances under which a fire picket will be
established based on the Fire Warden identifying a
significant fire risk which cannot be readily corrected.
The Fire Warden checklist shall be annotated with the
name of the Fire Warden, the date, site, findings, actions
taken or pending, and work orders and/or ESRs opened
to track outstanding deficiencies. All checklists are to be
retained as per the requirements of this contract.
Checklist shall be submitted to Canada upon request as
per Section 7.F.7.
Related Information
Restricted - Contracts
12 fixed drills at LSSs,
annually. Estimated 12 drills
annually for attended LRR
sites.
Approximately 1,250
inspections annually.
Estimated Qty
Page 73 of 216
No instance of practice drills not being
performed and recorded.
No instance of a daily Fire Warden
inspection not being exercised.
Performance Standard
SOR
Conduct fire investigations.
Issue Hot Work or other Hazardous
Process Permit.
Conduct Fire Prevention and Life
Safety Inspections at NWS locations.
Major Requirement
FIRE SERVICES
09, September, 2013
2013-08-26
7.C.9
2013-08-23
7.C.8
2013-08-26
7.C.7
Line Item
NWS
Section 7
Restricted - Contracts
In the event that an alarm as detailed in 7.C.3 is an
actual fire, the Fire Services Officer shall conduct fire
investigations as per DAOD 4007-1 and NFPA 921. In
the case of a Cat 1 fire, notify the CFFM immediately,
secure the fire scene, and await direction from the
CFFM. Submit fire investigation reports as per 7.F.10.
Issue Hot Work or other Hazardous Process Permit to
personnel carrying out burning/welding/cutting
operations. When hot work or hazardous process are
being done the area of work shall be checked and
inspected for hazards prior to and following hot work or
hazardous process operations as required by the NFCC.
The Fire Services Officer shall retain a copy of all Hot
Work Permits.
Conduct Fire Prevention and Life Safety Inspections at
NWS locations as follows:
1) LSSs - semi-annually;
2) LRR sites - annually;
3) SRR sites - a minimum of 2 sites inspected annually
per Zone, with different sites being visited in subsequent
years until all site in the Zone have been inspected;
4) SRD - annually;
5) NWSCC - semi-annually;
6) NWSSC - semi-annually.
The inspections shall include, at a minimum:
1) An inspection of all buildings to NFC classification
and RAMM 10 Section 4 (or replacement);
2) Ensuring compliance, adequacy, quality and
diligence of field level inspections being completed by
Fire Wardens;
3) Performing fire evacuation drills to ensure staff
knowledge and level of training;
4) review the Fire Services Plan to confirm its
applicability and currency;
5) Provide training to site staff as required;
6) An assessment of the fire protection facilities, and
make recommendations for improvements.
Fire Prevention Inspection reports are to be submitted
as per 7.F.4. Any findings not corrected at the time of
the inspection are to be tracked in the North Warning
Work Management System until corrective action has
been completed. All findings not corrected at the time of
the inspection to be completed within 6 months.
Related Information
Restricted - Contracts
Estimate one fire investigation
every 10 years.
Estimated 15 permits
annually.
34 inspections annually.
Estimated Qty
Page 74 of 216
All fires are investigated to the
requirements of DAOD4007-1 and NFPA
921.
100% of hot work or hazardous process to
be issued a Hot Work or other Hazardous
Process Permit.
All LSS, LRR site, SRD NWSCC and
NWSSC inspections completed. Not
more than 1 SRR site inspection not
completed annually. No example of a
finding not corrected at the time of the
inspection not being tracked in the NW
Work Management System. Not more
than 3 findings not corrected at the time of
the inspection outstanding longer than 6
months. No example of a finding not
corrected at the time of the inspection
outstanding longer than 12 months.
Performance Standard
SOR
There are no other pre-determined IQ
requirements associated with this
section, IQ may be ordered by the
Project Authority on an as required
basis for any work within the scope of
this section.
7.E.1
Establish and maintain a Fire Services
Plan (FSP).
7.F.1
09, September, 2013
2013-08-26
RECORDS AND DELIVERABLES
7.F
2013-08-23
INDEFINITE QUANTITY
REQUIREMENTS
WATCH KEEPING REQUIREMENTS
Perform Fire Services Officer review of
all IQ project files.
Major Requirement
FIRE SERVICES
7.E
2012-04-06
7.D.1
7.D
2013-08-23
7.C.10
Line Item
NWS
Section 7
Restricted - Contracts
Contractor to establish and maintain a Fire Services
Plan (FSP) which includes an organizational statement,
identification of emergency services personnel (including
industrial fire brigade personnel), roles and
responsibilities of the command structure, fire training,
fire prevention inspection, response to fires: (1) at
unattended LRR sites and SRR sites, as received by the
Contractor's 24/7 organization; (2) fire incidents from
attended sites where a full industrial fire brigade is
present, as defined in 7.C.1; fire investigation, and a
detailed description and physical location of the fixed
and portable fire protection equipment and systems. The
FSP to be reviewed and updated biannually. Controlled
copies are to be distributed to each LRR, each LSS, the
NWSSC, the NWSCC, the CMO and Canada.
Reference 7.A.3.a is provided as a guidance document.
See Contract Terms and Conditions for details regarding
negotiation of the IQ job. IQ requests for emergency
services and firefighting are to be approved by Canada.
Perform Fire Services Officer review of all IQ project files
to ensure compliance of the designs and the approach
to implementation to the required references stated in
this SOW. Include a signed Fire Marshal Certificate in
each file, as per 7.F.9.
Related Information
Restricted - Contracts
Maintenance of 1 FSP. 18
controlled copies distributed.
Nothing additional.
Estimated 15 designs
annually.
Estimated Qty
Page 75 of 216
No instance of FSP not being produced
and disseminated. Not more than 4
technical errors or omissions in the plan
upon review and audit.
All jobs completed to the agreed standard
of quality. 90% of jobs completed by the
agreed completion date. All jobs
completed no later than 10% of the
Conduct Period beyond the agreed
completion date.
No example of a project proceeding
without a signed Fire Marshal Certificate.
Performance Standard
SOR
Submit Fire Warden checklists.
Submit fire incident reports.
Maintain Fire Safety Plan for each
NWS Site
Submit Fire Prevention Inspection
reports.
Submit fire drill log.
Provide a Fire Brigade Organization
Chart.
Major Requirement
FIRE SERVICES
09, September, 2013
2013-08-26
7.F.7
2013-03-08
7.F.6
2013-08-26
7.F.5
2013-08-26
7.F.4
2013-08-26
7.F.3
2012-09-13
7.F.2
Line Item
NWS
Section 7
Restricted - Contracts
Submit Fire Warden checklists as conducted under
7.C.5 at the request of the Canada within two business
days.
In conjunction with 7.C.9, submit initial and follow-up
reports for fire incidents. The initial report shall be
submitted within 6 hours of the incident occurring, with
follow-up reports submitted as required until the incident
has been fully investigated, and corrective action has
been completed.
Fire Services Officer to prepare and maintain Fire Safety
Plans using the DND Fire Safety Plan template. Fire
Safety Plans are to be distributed and maintained for
each site in accordance with the National Fire Code of
Canada. Fire Safety Plans are to be reviewed and
revised at a minimum annually or more frequently as
circumstances warrant. Fire safety Plans for LSS-G will
be done by the DND Goose Bay Fire Department.
Submit Fire Prevention Inspection reports, as detailed in
Section 7.C.7, no later than 20 working days following
the inspection.
Submit the fire drill log as prepared in 7.C.6 to the
Canada upon request within two business days.
The Fire Brigade organization chart shall detail the
positions of personnel on the fire brigade. The LSS
Manager shall have contact information for brigade
members on hand for after hour's calls. Organization
charts are to be located outside the main office of the
site manager for each zone.
Related Information
Restricted - Contracts
Estimated 3 requests per year.
Estimated 7 reports annually.
Fire Safety Plans required for
9 LRR sites, 4 LSSs, 36 SRR
sites and the SRD.
34 reports annually.
Estimated two requests
annually.
5 Fire Brigade organization
charts (one for each zone).
Estimated Qty
Page 76 of 216
No example of a request not being
actioned. Not more than one example of
a request being actioned later than two
business days annually.
All reports are submitted within the
required timeline without exception.
No example of a current Fire Safety Plan
not being posted in a prominent location
at each required site.
Not more than 3 reports submitted later
than 20 business days following the
inspection. No example of reports
submitted later than 30 business days
following the inspection.
No example of a request not being
actioned. Not more than one example of
a request being actioned later than two
business days annually.
No instance of the Fire Brigade
Organization Chart not being posted. No
instance of the LSS Manager not having
contact information for brigade members.
Charts to be accurate and up to date
within 3 business days of any change.
Performance Standard
SOR
Submit fire investigation reports.
Submit Fire Marshal Certificates for all
IQ project files.
Maintain a log of all fire alarms, and
fire protection system malfunction
alarms.
Major Requirement
FIRE SERVICES
09, September, 2013
2013-08-26
7.F.10
2013-08-26
7.F.9
2013-08-26
7.F.8
Line Item
NWS
Section 7
Restricted - Contracts
In conjunction with 7.C.9, submit fire investigation
reports. Reports are to be submitted to Canada as per
the requirements of DAOD 4007-1 and NFPA 921.
Upon completion and review of the report, or sooner if
warranted, update the Risk Management Plan, as
detailed in 2.C.4, to eliminate or otherwise mitigate the
chance of reoccurrence.
Submit Fire Marshal Certificates for all IQ project files,
as per 7.C.10.
Maintain a log of all fire alarms, and fire protection
system malfunction alarms. The log shall contain, as a
minimum, the name of the individual making the entry,
the site, date, time, alarm details, immediate actions
taken upon receipt of the alarm, the ESR or Work Order
opened to track the alarm, and the time the log entry
was completed. The entry for each alarm event is to be
completed within 12 hours after occurrence. Provide the
Canada with a copy of the log upon request within 2
business days,
Related Information
Restricted - Contracts
Estimated one fire
investigation report submitted
every 10 years.
Estimated 15 designs
annually.
Maintenance of 1 log with an
estimated 50 entries annually.
Estimate two requests
annually from the Canada for
a copy of the log.
Estimated Qty
Page 77 of 216
All reports are completed and submitted
as per the stated references.
No example of a project proceeding
without a signed Fire Marshal Certificate.
No example of the log not being available
upon request by the Canada. Not more
than two alarm log entries completed later
than 12 hours after occurrence.
Performance Standard
SOR
Restricted - Contracts
The Contractor will ensure a physical inventory of all USAF assets maintained in ES-S is conducted at least annually. This
inventory also requires the Contractor to update ES-S database records to reflect the Date-Of-Last-Inventory (DOLI). USAF
The Contractor shall ensure that no USAF parts are consumed without funds being available in the ES-S. When appropriate the
USAF Accountable Officer may require pre-approval for Issue request.
All assets that were originally sourced or procured with US funds, but not through the ES-S, require management control with
applicable USAF directives. Assets procured from commercial sources (i.e. Form 9 and Government Purchase Cards (GPC))
will be reviewed by the USAF Accountable Officer semi-annually to determine candidates for addition to the Organization
Visibility List/ES-S management.
NWS materiel provided by the US DoD is supported logistically by the United States Air Force (USAF) Enterprise Solution Supply (ES-S). AFMAN 23-110 is the principal authority for managing USAF materiel. Additionally all applicable USAF
regulations supporting the proper administration and control of USAF assets must be followed. Operational Instructions are
permitted to assist with supporting daily operations; however, the overarching and final authority for procedural matters is
AFMAN-23-110.
The North Warning System Support Centre (NWSSC) at 22 Wing North Bay provides logistics support for the repair of
AN/FPS-124 radars, LHCN equipment and PGS control equipment. The USAF provides depot level repair of AN/FPS-117 radar
and G/A/G radios through a designated Air Logistics Center (ALC). Equipment not supported by the USAF or the NWSSC is
repaired by commercial sources. In addition to providing support for the NWSSC repair mission, the NWSSC also serves as a
customs consolidation point, repair coordination point for repairable equipment being repaired by commercial sources and a
warehouse for the LSSs and NWS radar sites.
NWS installed equipment and systems are provided with a suite of spares and are to be supported to the Line Replaceable Unit
(LRU) level at the LSSs and the LRRs, and at the Shop Replaceable Unit (SRU) level at the applicable repair depot(s). This
sparing concept ensures that the sites have sufficient spares to effect repair of the equipment and maintain the operational
availability requirements specified in this SOW.
09, September, 2013
2013-09-04
8.A.1.g
2013-09-04
8.A.1.f
2013-09-04
8.A.1.e
2013-09-04
8.A.1.d
2013-09-04
8.A.1.c
2013-09-04
8.A.1.b
The Contractor shall keep track of all GFE/GSM, whether it is in use, in stock, in transit, in repair, in quarantine, etc. As a
fundamental policy, all supply transactions and movement of materiel must be traceable from start to end. Therefore, all
transactions concerning the movement of materiel or the transfer of responsibility for items of materiel must be supported by
appropriate computer transactions. The Contractor shall be able to query the Inventory Management System (IMS) and produce
any reports (NSN/PN, Sites/Location, Usage (dormant stock), Critical Items, etc.) upon request.
Maintain inventory control of Government Furnished Equipment (GFE) and Government Supplied Materiel (GSM) through
standardized and documented procedures for the following activities: cataloguing and establishing stock levels; requisitioning
and procurement processing; receipts and issues; repair/Beyond Economical Repair (BER) and disposal transactions;
processing stock checks and inventory adjustments; and identification and reporting of lost and/or damaged equipment and
materiel. Maintain forecasting of GFE/GSM spares requirements; track repairs; standardized warehousing/stock locations;
accurate cataloguing; up-to-date inventory balances and authorized sparing levels; redistribution of GFE/GSM spares/parts; and
requisition follow-ups. Maintain proper packaging for USAF and Canadian assets. Assets will be stored and shipped in the
original reusable containers received from the USAF/DoD sources of supply. Primary Reference AFI- 24-203, Chapter 9.
2013-09-03
8.A.1.a
Information and Qualifications
Restricted - Contracts
SCOPE OF WORK
GENERAL REQUIREMENTS
SUPPLY/MATERIAL PROCESSING
8.A.1
2009-07-28
8.A
Line Item
NWS
Section 8
Page 78 of 216
SOR
Information and Qualifications
Restricted - Contracts
Restricted - Contracts
Hazardous Materiel safety and Management Manual (A-GG-040-004-AG-001) (M)
AF123-111 Management of Government Property in Possession of the Air Force (M)
USAF AFMAN 23-110 USAF Supply Manual (M)
A-LM-184-001/JS-001 Special Instructions - Repair and Overhaul Contractors (M)
International Traffic in Arms Regulations (ITAR) (M)
USAF Technical Orders (M)
USAF SSOI (Supply System Operating Instruction), Formerly NWSP (G)
AF9000 process DAP07.001-02 NWS - LOGISTICS - CANADIAN MATERIEL DISPOSAL (G)
A-LM-007-014/AG-001 Canadian Forces Supply Manual (G)
A-LM-187 Series Packaging and Preservation - General and Detailed procedures DND packaging and Handling Procedures (M)
A-LM-186-001/JS-001 Warehousing and Materiels Handling Manual (G)
NWSO Disposal Form (or equivalent, as provided by NWSO TA) (M)
USAF Form 9 (M)
REFERENCES
For definition of terms see Section 1.A PROJECT BACKGROUND, Attachment "SOW Section 1: NORTH WARNING SYSTEM
CONCEPT OF OPERATIONS AND MAINTENANCE".
DEFINITIONS
established procedures for inventory losses meeting the reporting threshold. The Contractor will provide a formal letter to the
USAF Accountable
Officer, reflecting the results of all inventories. The Contractor will ensure an itemized report/listing of each asset inventoried is
attached and clearly
reflects the transactions processed for each asset.
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2013-09-04
8.A.3.m
2013-09-04
8.A.3.l
2013-09-04
8.A.3.k
2013-09-04
8.A.3.j
2013-09-04
8.A.3.i
2013-09-04
8.A.3.h
2013-09-04
8.A.3.g
2013-09-04
8.A.3.f
2013-09-04
8.A.3.e
2013-09-04
8.A.3.d
2013-09-04
8.A.3.c
2012-09-17
8.A.3.b
2012-07-23
8.A.3.a
2012-07-23
8.A.3
2012-06-18
8.A.2.a
2012-06-18
8.A.2
Line Item
NWS
Section 8
Page 79 of 216
SOR
Restricted - Contracts
Information and Qualifications
SECURITY
Restricted - Contracts
Personnel shall complete USAF Base-Level Supply Customer Training if required. Reference AFMAN 23-110, Vol II, pt 2,
Chapter 2.37.
- Block I (General Supply Indoctrination),
- Block II (Repair Cycle training)
- Block III (Equipment Management training.)
ITAR / Controlled Goods Training - all contractor staff involved in shipping of NWS materiels to have ITAR / Controlled Goods
training.
09, September, 2013
2012-06-15
8.B.2
2013-09-04
8.B.1.c
2013-09-04
8.B.1.b
2013-09-04
8.B.1.a
All personnel providing service within this section shall hold the qualifications necessary to perform the task assigned to them.
TRAINING AND EXPERIENCE
8.B.1
2012-11-13
PERSONNEL QUALIFICATIONS
All assets are to be maintained to provide functionality 24/7. Point of contact to be available as per Section 2.A.6.a.
HOURS OF OPERATIONS
8.B
2013-09-04
8.A.6.a
2009-09-23
8.A.6
2013-09-05
8.A.5.b
Recreational and moral equipment provided as GFE at contract start, including but not limited to such items as televisions and
fitness equipment, will not be replaced at Government expense.
GFE / GSM is distributed at NWS Support Centre, three LSS warehouses, two Co-located LSS/LRR warehouses and limited
sparing at the nine LRRs, and 36 SRRs, at freight forwarder(s) or repair facilities.
8.A.5.a
2013-09-04
DESCRIPTION OF EXISTING CONDITIONS
Properly label hazardous material, provide the workplace with Material Safety Data Sheets (MSDS) per WHMIS and train
personnel in the handling of hazardous materials.
8.A.5
2009-05-08
8.A.4.c
2013-09-04
8.A.4.b
Comply with the applicable regulations for packaging and handling, preparation and certification, authorization, and shipment of
hazardous materiel as defined by provincial, federal, and international laws/regulations.
Warehouse personnel and forklift operators shall wear proper safety gear in the performance of their duties (i.e. safety shoes,
hard hats, and gloves) in accordance with Health Canada requirements.
8.A.4.a
2013-09-04
SAFETY PROVISIONS
PWGSC's Controlled Goods Directorate's Web Site (M)
http://ssi-iss.tpsgc-pwgsc.gc.ca/dmc-cgd/index-eng.html
AF9000 process EMT09.058 - Write-Off of Government Owned Materiel (Public Accounts) Held at Contractor Facilities (G)
AFI 24-203, Chapter 9 - Air Force Reusable Container Program (M)
SUPPLY/MATERIAL PROCESSING
8.A.4
2013-09-04
8.A.3.p
2013-09-04
8.A.3.o
2013-09-04
8.A.3.n
Line Item
NWS
Section 8
Page 80 of 216
SOR
Information and Qualifications
Restricted - Contracts
Restricted - Contracts
Personnel shall meet the requisite requirements as defined by Trusted Associate Sponsorship System (TASS) for access to
USAF computer systems. The contractor will coordinate with the NWSO TA for TASS in a timely manner to ensure no
delays/work stoppages occur that limits the contractor's ability to access ES-S.
All personnel shall meet the requisite security requirements, as defined by the Security Requirements Checklist (SRCL) before
being allowed to visit or work on any NWS sites, LSSs, or North Bay NWS locations.
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2013-09-04
8.B.2.b
2013-09-04
8.B.2.a
Line Item
NWS
Section 8
Page 81 of 216
SOR
Perform inventory control of
DND-owned equipment and materiel
INVENTORY
Train Supply Specialist for USAF
Supply System operations.
Maintain USAF SSOI for the NWS.
Implement Supply/Materiel Processing
Plan.
PERFORMANCE REQUIREMENTS
Major Requirement
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2013-09-04
8.C.2.a
2012-07-09
8.C.2
2013-09-04
8.C.1.b
2013-09-04
8.C.1.a
2013-09-04
8.C.1
2011-05-09
8.C
Line Item
NWS
Section 8
Restricted - Contracts
Inventory control to include, but not be limited to,
entering data transactions in the Inventory Management
System(IMS) for all materiel processing (including
project materiel), e.g., requisitions, issues, receipts,
repairs, shipments, disposals, cataloguing and inventory
adjustments. Inventory control is imperative in order to
ensure accuracy of data for the following reports:
a. Inventory Balance Table as per 8.F.3
b. Contractor Held Inventory (CHI) Report (contract
clause) as per 8.F.4; and
c. Other reports as found in this section
Supply Specialist for USAF Supply System operations
will be required to attend a USAF supply course to learn
basic system transaction requirements. Depending on
availability, training may be provided on Contractor's
site. Any government-initiated supply system changes
will require additional training at USAF expense. Any
Contractor-initiated personnel changes will require
additional training at Contractor's expense.
Contractor will be provided the USAF SSOI on contract
effective date and will be responsible to maintain with
updates and revisions as per 8.F.2.
Implement Supply/Materiel Processing Plan, as per
8.F.1, including the requirements of 8.C.1 though
8.C.12, as follows:
Related Information
Restricted - Contracts
Total unique line items are
18,975 - valued at approx.
$90M.
Three Contractor personnel at
the beginning of the contract,
as well as all replacement
hires (if required).
1 review and update annually.
Estimated Qty
Page 82 of 216
All transactions shall be processed in the
IMS and required reports, as per Section
8.F of this SOW, are submitted to the
NWSO with no more than one error found
in each report.
Contractor to demonstrate that all
personnel accessing the USAF supply
system have the required training.
All updates to be completed, up to date
and accurate no later than five days after
the end of the USAF fiscal year (30 Sep).
Performance Standard
SOR
Stock level maintenance.
Perform inventory control of USAF
GFA through USAF ES-S.
Major Requirement
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2013-09-04
8.C.2.c
2013-09-04
8.C.2.b
Line Item
NWS
Section 8
Restricted - Contracts
Use a combination of LCMM data, as per Section 15,
and consumption data to maintain minimum and
maximum levels for each commodity while taking into
account limited storage space and transportation modes.
Forecast sufficient sparing levels to ensure there are no
incidents of failure in the system attributed to lack of
equipment or materiel due to the Contractor's
management. Conduct an annual review of and
recommend changes to entitlement levels. Submit
GFE/GSM Stock Level Entitlements Report as per 8.F.5.
Where spares are required to support multiple sites,
determine the optimal storage location, considering
warehouse capability, and transportation accessibility.
Ensure special storage precautions for items susceptible
to freezing.
Maintain separate inventory control of USAF-owned
assets, to include entering data transactions in the
USAF ES-S for all materiel processing (including project
materiel), e.g., requisitions, issues, receipts, turn-ins,
repairs, shipments, disposals, cataloguing and inventory
adjustments. This requires monitoring system-generated
reports on document transactions, repair cycles, stock
number user directory, funding/expenditures, equipment
and supply point listings, transaction status and history
and MICAP status. In conjunction with 8.C.2.a, maintain
the Inventory Balance Table, and submit reports as per
8.F.3. Provide a certification statement on current supply
management listings, (i.e. Q13, R14, R12) that all assets
are physically accounted for. In accordance with 8.F.3,
2.C.7 and 2.F.21, report any variance to the authorized
inventory balance to the NWSO Technical
Authority/Accountable Officer for ES-S within 24 hours of
discovery or first business day after discovery. Provide
initial Inquiry results due to shortage or excess inventory
within five business days. Ensure records are updated
annually to reflect physical inventory balances, and no
DOLI records exceed 365 days from date of last
inventory. Identify and report all USAF assets to the
USAF Accountable Officer. USAF assets to be identified
and reported on include those that are physically in
possession, but not reflected on any accountability
records.
Related Information
Restricted - Contracts
Stock level maintenance is
on-going. A minimum of one
annual review of entitlements.
Total unique line items is 791,
total quantity is 4867 assets,
valued at $273M.; 1200
Supply System transactions
per month to monitor
(automated follow-ups,
catalogue changes, supply
depot status updates, etc.)
Estimated Qty
Page 83 of 216
Contractor to demonstrate a minimum of
one annual review of entitlements. No loss
of the mission due to inadequate
entitlement levels.
No Loss or misuse of USAF GFE. All
stocktaking completed annually. Not more
than one error in the inventory from a
random sample of 20 items; 100% of the
time.
Performance Standard
SOR
Inventory adjustments.
DND Stocktaking Requirements and
Inventory Adjustments
Major Requirement
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2013-09-04
8.C.2.e
2013-09-04
8.C.2.d
Line Item
NWS
Section 8
Restricted - Contracts
Any inventory adjustments (items brought on charge,
stock type change, stock code conversions, change of
location, shelf life, unit of issue changes, etc.) performed
as part of inventory maintenance activities must be
reported to the NWSO TA on a monthly basis via the
Monthly Inventory Adjustment Report as per 8.F.7.
Conduct cyclical stocktaking on a two-year cycle for all
GFE / GSM (50% of NWS sites performed in the first
year and the remaining 50% of NWS Sites in the second
year) with the exception of Controlled Goods. 100%
Stocktaking of Controlled Goods must be done annually.
Note: Loss of controlled goods must be reported to the
NWSO TA and the CTAT/ITAR Office immediately. The
stocktaking process consists of:
a. Prepare stocktaking plan as part of the Supply /
Materiel Processing Plan;
b. Conduct stocktaking as per approved plan
(comparison of inventory records to physical inventory
and verification of item's serviceability);
c. When no discrepancy is found, prepare and submit
the Stocktaking Summary Report (SSR)as per 8.F.6.a to
TA
d. When inventory deficiencies or surpluses are
discovered as a result of a stocktaking performed,
prepare and submit a Stocktaking Investigation Report
(SIR) as per 8.F.6.b to the TA. Note: The Contractor is
responsible for any discrepancies in stockholdings
versus stock records
e. Upon approval of the SSR and/or SIR, the
Contractor must perform inventory adjustments; and
f.
Retain copies of stocktaking paperwork within the
contract file.
Note: In order to assess the effectiveness and efficiency
of materiel management, random stock takings may be
conducted by DND at any time.
Related Information
Restricted - Contracts
Estimated 450 line item
inventory adjustments
completed annually.
See Table 8.1 and Table 12.1.
For stocktaking, approximately
26 sites annually, with all sites
completed over two years. All
controlled goods to be
accounted for annually.
Estimated Qty
Page 84 of 216
All inventory adjustments reported as
specified 100% of the time.
No loss or misuse of Canadian GFE. All
stocktaking completed over the two-year
period and required reports submitted. Not
more than one error in the inventory from
a random sample of 20 items from a site.
Performance Standard
SOR
Coordinate repairs.
REPAIR
USAF Stocktaking Requirements and
Inventory adjustments.
Major Requirement
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2013-09-04
8.C.3.a
2013-09-04
8.C.3
2013-09-04
8.C.2.f
Line Item
NWS
Section 8
Restricted - Contracts
Coordinate the repair of unserviceable items based on
priority to maintain available sparing levels to meet
operational requirements as specified in this SOW, and
as further defined in 13.C.2.c.
Coordinate the repair of items designated as repairable
in the NWS Catalogue through vendors, the NWSSC, or
the designated USAF ALC. Items designated as
repairable will include, but not be limited to, LHCN, PGS,
SUPS, AN/FPS-117 Radar, AN/FPS-124 Radar and
G/A/G Radio LRUs/SRUs including test equipment
calibration and repairs, as further detailed in 13.C.2.c.
Consolidate AN/FPS-117 Radar and G/A/G Radio
repairable items to be forwarded to a designated USAF
repair facility. Report through the ES-S repair status for
AN/FPS-124 radar items.
Conduct stocktaking as specified in this 8.C.2.b. Where
variances are identified, recommend inventory
adjustments for all USAF-owned equipment and spares.
Provide initial report of all inventory variance within 24
hours of discovery to the USAF Accountable Officer. All
adjustments or corrections to accountable records must
be accomplished within 30 days following initial
comparison of the count to the record balance. Ensure
USAF Accountable Officer approval prior to processing
inventory adjustment.
Related Information
Restricted - Contracts
Estimated 1510 repair items
annually.
Two inventory adjustments
annually
Estimated Qty
Page 85 of 216
Not more than 1 error in a random sample
of 20 for each of the NWS Catalogue and
the ES-S Stock Number User Directory
(SNUD) for repairable items identified by
the Contractor 100% of the time.
Electronic tracking to be in accordance
with 2.C.10 100% of the time.
Initial reporting of all inventory variance
within 24 hours of discovery. All
adjustments or corrections to accountable
records must be accomplished within 30
days following initial comparison of the
count to the record balance.
Performance Standard
SOR
Repairs of DND Assets
Major Requirement
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2013-09-04
8.C.3.b
Line Item
NWS
Section 8
Restricted - Contracts
Maintain an electronic work management system in
accordance with 2.C.10 to track and record materiel and
labour data for repairs. A Monthly Repair Status Report,
as per 8.c.11.a, for items on repair lines will be provided
to the NWSO for review.
Ship unserviceable items to repair facility/vendors for
assessment. The items may be repaired if the repair
cost provided by vendor is below the MRC (75% of the
replacement cost). Where the cost of shipping exceeds
the replacement value of the item being shipped, advise
the NWSO and request approval to dispose, replace or
repair the item. When the repair cost of an item meets or
exceeds the 75% threshold, recommend repair or
disposal and replacement action to the NWSO.
Supporting documents and quotes will be required for
decision making. Exceptions to the 75% BER level will
be made for items having limited spares as determined
by the LCMM as per Section 15 of this SOW.
In accordance with 8.C.5 the Contractor shall identify
repairable items in the NWS Catalogue and IMS
through the use of Stock Types . A list of DND repairable
items (including item's purchase price and Maximum
Repair Cost (MRC)) will be provided to the Contractor.
The MRC is subject to many variables and may be
continuously changing and as such must be reviewed on
a periodic basis. The Contractor shall provide an
updated Repairable Items list to the NWSO TA on a
monthly basis
Related Information
Restricted - Contracts
Estimated Qty
Page 86 of 216
Performance Standard
SOR
General requirements.
WAREHOUSING
Test equipment repair and calibration.
Repair contracts.
Repairs of USAF Assets
Major Requirement
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2013-09-04
8.C.4.a
2012-07-23
8.C.4
2013-09-04
8.C.3.f
2013-09-04
8.C.3.d
2013-09-04
8.C.3.c
Line Item
NWS
Section 8
Restricted - Contracts
Maintain an electronic warehousing and stock location
system for NWS equipment and materiel. Use a
standardized stock locator system at each site.. Follow
the warehousing procedures contained in 8.A.3.c,
8.C.12 for Hazardous Materiel, and Section 16. Control
NWS materiel using the First-In-First-Out (FIFO)
principle for items identified as having a specific shelf life
with a time expiration date.
Electronically manage and control test equipment and
track calibration frequency, last calibration date and
calibration due date for each test equipment item.
Schedule test equipment for calibration and coordinate
the repair of unserviceable test equipment in accordance
with the Test Equipment Maintenance Plan as detailed in
13.F.8 to meet the operational requirements of this
SOW. Submit Test Equipment Repair and Calibration
Report annually as per 13.F.9.b
Identify repair sources for items identified as repairable
in the NWS Catalogue that are not repaired by the
Contractor. Ensure that repair sources are original
equipment manufacturers (OEMs), their authorized
distributors or other service providers who possess the
necessary qualifications and expertise. Maintain a listing
of approved repair vendors.
Repairable items shall be identified by the Contractor in
the NWS Catalogue and in the ES-S Stock Number User
Directory (SNUD) through the use of ERRC Codes as
specified in 8.C.5. Maintain an electronic work
management system in accordance with 2.C.10 to track
and record materiel and labour data for repairs. Process
repair documentation in the ES-S as appropriate for
items that follow the USAF repair process. For
AN/FPS-117 radar and G/A/G radio unserviceable items,
consolidate, package and document for return to the
USAF. Ship these unserviceable items to a designated
USAF repair facility with ES-S generated shipping
documentation based on shipping exception codes.
These items are exchanged on a one-for-one basis from
the USAF.
Related Information
Restricted - Contracts
One electronic capability to
track warehousing of NWS
inventory.
Approximately 1500 pieces of
test equipment to be tracked.
Approximately 90 repairs and
450 calibrations annually.
Estimated at 50 repair
contracts.
Estimated 1510 repair items
annually.
Estimated Qty
Page 87 of 216
Not more than one error in 20 randomly
selected electronic records for inventory
100% of the time.
Contractor to demonstrate an electronic
capability to track test equipment, its
repair and its calibration. No
non-calibrated test equipment used on the
NWS equipment.
Contractor to demonstrate repair contracts
are in place for those items not repaired
in-house. No example of repairs being
delayed due to the lack of a repair
contract being in place.
Not more than one error in a random
sample of 20 for each of the NWS
Catalogue and the ES-S Stock Number
User Directory (SNUD) for repairable
items identified by the Contractor 100% of
the time. Electronic tracking to be in
accordance with 2.C.10 100% of the time.
Performance Standard
SOR
Implement warehousing and materiels
handling procedures for DND
equipment.
Implement USAF GFA warehousing.
Major Requirement
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2013-09-04
8.C.4.e
2013-09-04
8.C.4.b
Line Item
NWS
Section 8
Restricted - Contracts
Implement warehousing, using the ALM- 186 as
guidance, to include materiel warehousing, location
system (bin labelling), packaging and preservation,
disposal, materiel management (receipts,
issues/redistribution of materiel, shelf life program,
Canadian ownership and Stock Type and Inventory
Category Codes, critical items, stocktaking, QN,
cataloguing and stock levels for operational
requirements), HAZMAT, electrostatic discharge (ESD)
asset management, and special storage characteristics.
Implement warehousing, using the ALM- 186 as
guidance, to include issues/redistribution of materiel,
shelf life program, USAF ownership and ERRC codes,
critical items and stock levels for operational
requirements, receipts, bin labelling, cataloguing data,
electrostatic discharge (ESD) asset management,
stocktaking and data entry. Provide customs broker to
process customs documentation.
Related Information
Restricted - Contracts
Canadian GFE/GFM: Total
unique line items is 2113, total
quantity is 11558 items.
USAF GFE: Total unique line
items is 791, total quantity is
4867 assets.
Estimated Qty
Page 88 of 216
Support equipment and material: Not
more than one error in a random sample
of 20 items.
Prime Mission Equipment (radar and
spares, test equipment, GAG radios,
LHCN): Not more than one error in 20
samples for inventory accuracy. Support
equipment and materiel: Not more than
one error in a random sample of 50 items.
No instance of failure to meet the mission
requirements due to items being delayed
due to a warehousing problem.
Performance Standard
SOR
Cataloguing
Major Requirement
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2013-09-04
8.C.5
Line Item
NWS
Section 8
Restricted - Contracts
(i) N - US Consumable item: is consumed in use or loses
its identity by incorporation or attachment to another
assembly. Consumable items are issued to a work order
or bill of materiel and do not have repair capability, as
detailed in the USAF SSOI;
(ii) P - US field-level repair item has been determined to
cost more than 75% of the acquisition cost to
Ensure the NWS catalogue identifies item accountability
through the use of ERRC codes/Stock Type. For
Canadian GFE/GSM Stock Type codes shall be applied
in accordance with 8.A.3.e (Canadian Forces Supply
Manual, Volume 11 Chapter 3). For USAF GFE, ERRC
codes N, P, T, S and U will be as assigned in the
Federal Logistics Data (FEDLOG) and shall be applied
as follows:
Maintain an electronic NWS Catalogue of equipment,
materiel and spares/parts. Accurately catalogue
equipment, materiel and spares/parts used in support of
the North Warning System. Ensure that the NWS
catalogue contains the standard parameters used to
research both US and Canadian materiel and contains
at a minimum the following mandatory data fields:
(1) Unique Identification Number;
(2) NATO Stock Number;
(3) Standardized description/characteristics of the item;
(4) Unit of Issue;
(5) Unit Cost;
(6) Expendability, Recoverability, Reparability Category
(ERRC) Code (USAF)/Stock Type (DND);
(7) End Application Code;
(8) Manufacturer;
(9) Part Number;
(10) Ownership (US or CDN or CFE);
(11) UN and HAZMAT Class, including disposal method;
(12) CAGE Code;
(13) Configuration Item;
(14) Buyer name (or ES-S);
(15) Calibration frequency;
(16) Reparability;
(17) Source of repair; and
(18) DMIL/ITAR code (in accordance with CFSM Volume
II Chapter titled "Controlled Goods").
Related Information
Restricted - Contracts
One electronic cataloguing
capability.
Estimated Qty
Page 89 of 216
No instance of not updating the Catalogue
based on most recent procurement and
disposal initiatives.
Performance Standard
SOR
REQUISITIONING
Issue and redistribute within theatre
stock general requirements
Major Requirement
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2012-07-09
8.C.7
2013-09-04
8.C.6
Line Item
NWS
Section 8
Restricted - Contracts
Issue and redistribute materiel from within theatre stock
in the most efficient and cost-effective manner. Evaluate
the cost-effectiveness of redistribution within the NWS
versus the cost of procuring an item through commercial
sources or requisitioning through the ES-S. Consider
factors including transportation costs and methods,
source availability and priority of the requirement.
Review authorized stock levels and determine optimal
positioning of spares based on failure rates, number of
spares and transportation limitations. Where
operationally and economically feasible, redistribute
assets for use at other locations within the NWS.
Respond to Redistribution Orders (RDOs) from the ES-S
when spares are available and exceed authorized levels
to meet the operational requirements of other USAF
locations. Reverse Post of RDOs require pre-approval
from the NWSO TA for ES-S/USAF Accountable Officer.
Provide RDO shipping, including preparation of shipping
and customs documentation. In Robbing is the act of
removing parts or components from serviceable
equipment not in-use, then installing it on similar
non-serviceable equipment, in order to bring that in-use
equipment to an operational state. Robbing includes the
principle that action be taken immediately to obtain
replacement, by normal means, for those parts removed
from the robbed equipment. Robbing shall be rigidly
controlled, kept to an absolute minimum and must be
properly recorded and approved by the TA.
ERRC codes/Stock Types are only to be changed with
the approval of the NWSO TA. Prepare NWS Catalogue
as per 8.F.10.
Related Information
Restricted - Contracts
Issuing and redistribution of
theatre stock is on-going.
Respond to an estimated 12
RDOs annually.
Estimated Qty
Page 90 of 216
100% of the time, RDOs responded within
the time identified on the RDO.
Requisitions for replacement items
submitted 100% of the time.
Performance Standard
SOR
PROCUREMENT
Mission Capable (MICAP) and High
Priority Requirements (HPR) situations
AN/FPS 117 and G/A/G radio
equipment.
Requisitions for GFE and/or
AN/FPS-124 Radar Spares
Requisitioning General requirements.
Major Requirement
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2012-07-15
8.C.8
2013-09-04
8.C.7.d
2013-09-04
8.C.7.c
2013-09-04
8.C.7.b
2013-09-04
8.C.7.a
Line Item
NWS
Section 8
Restricted - Contracts
Mission Capable (MICAP) and High Priority
Requirements (HPR) situations: Obtain spares/parts to
satisfy the requirement, while ensuring minimal
interruption of the NWS mission. Process MICAPs and
HPRs as the highest priority. Satisfy MICAP and HPR
requirements through redistribution of available theatre
spares/parts, procurement through NWSO, robbing, or
demands on the ES-S. Establish MICAPs for USAF
assets through the ES-S when there are no available
spares/parts in stock. Report MICAP status changes to
NWSO until the requisition has been satisfied.
AN/FPS 117 and G/A/G radio equipment, spares and
piece parts supplied by the US DoD ES-S.
Estimated three MICAP/HPRs
annually.
Estimated 300 US DoD
requisitioned items annually.
Estimated five requisitions for
GFE monthly
Prepare requisitions for procurement of GFE and/or
AN/FPS-124 Radar Spares (proposal or DND 2227
form) and submit to the NWSO for approval and
procurement. Requirements will be evaluated on a case
by case basis and may be procured by the Government
or the Contractor. In the case of a contractor
procurement, the contractor shall track shipment
information including destination, requisition number,
and estimated delivery date, and notify LSSs of incoming
shipments.
Maintain and update Outstanding Requisitions List for
GFE and AN/FPS-124 SRR Spares and submit list to
NWSO on a monthly basis, as per 8.F.12.b.
Ongoing activity, one
electronic system for
prioritizing and tracking
requisitions.
Estimated Qty
Requisitions shall be raised using the IMS (NWS
inventory), ES-S, or commercial procurement. GFE and
AN/FPS-124 Radar spares requisitions will be processed
through the NWSO. Implement and maintain follow-up
procedures for tracking and hastening requisitions (i.e.
NWS inventory, ES-S, or commercial procurement).
Ensure that these procedures include codes indicating
the status of each requisition, including at a minimum:
new requirements, in procurement, in transit,
back-ordered, inspection and testing, and receiving to
monitor each requisition as it moves through the
process.
Related Information
Restricted - Contracts
Page 91 of 216
Contractor to demonstrate that all
MICAP/HPRs are expedited as the
highest priority. No instance of delays due
to improper requisitioning.
No example of US AN/FPS-117 or G/A/G
radios unserviceable due to delays in
obtaining spare from improper
requisitioning.
No example of operational delays caused
by improper requisitioning. All
requisitioning actions to have an audit trail
No instance of the Contractor failing to
meet the mission due to improper
requisitioning. All requisitioning actions to
have a comprehensive audit trail.
Performance Standard
SOR
Labelling.
Packaging.
PACKAGING, LABELLING &
SHIPPING
Receipting
Manage the procurement of DND
owned GFE and AN/FPS-124 Radar
Spares
Manage the procurement of DND
materiel
Coordinate the procurement of USAF
equipment/materiel.
Major Requirement
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2013-09-04
8.C.10.b
2013-09-04
8.C.10.a
2012-07-09
8.C.10
2013-09-04
8.C.9
2013-09-04
8.C.8.c
2013-09-05
8.C.8.b
2013-09-04
8.C.8.a
Line Item
NWS
Section 8
Restricted - Contracts
Label shipments based on content, destination and
transportation mode. Ensure that special labelling for
Hazardous Materiel or for urgent shipments such as
MICAP, and HPR is displayed prominently for ease of
identification.
Materiel to be transported must be packaged to ensure
its security and for the prevention of damage. The
Contractor shall ensure that HAZMAT is prepared for
shipment in accordance with the requirements of
applicable Transportation of Dangerous Goods (TDG)
regulations as further detailed in 8.C.12.e. and Section
16.
Inspect and receipt incoming materiel, including testing
of NWSSC repaired LRUs, to verify conformance of
purchased materiel, equipment, and services against
specifications. The Contractor must provide confirmation
to the NWSO, that procured GFE/Radar 124 Spares
have been received. Identify and track receipts through a
status code system, including partial shipments and
discrepancies including overages, and lost or damaged
items. Report any discrepancies in shipments to the
vendor/shipper to ensure that corrective action including
replacement or credit is provided by the vendor/shipper.
Manage procurement of GFE and AN/FPS-124 Radar
Spares when directed by Canada
The Contractor shall procure materiel in support of NWS
maintenance using FFP. Procurement shall be done in
accordance with Government of Canada policies and
regulations. The Contractor shall provide a monthly
report of all items procured in support of NWS as per
8.F.13.
Coordinate the procurement of USAF
equipment/materiel via Form 9 and Government
Purchase Cards through the Accountable Officer. Submit
semi-annual procurement report as per 8.F.13.
Related Information
Restricted - Contracts
Labelling is an on-going
requirement
Packaging of materiel is an
on-going requirement.
Receipting is on-going.
Estimated 150 GFE/ AN/FPS
-124 Radar Spares
procurement actions annually.
Estimated FFP procurement
$1.55 million annually.
Excluding approximately
$660K for freight annually.
Estimated five items procured
annually.
Estimated Qty
Page 92 of 216
No instance of a package improperly
labelled. All HAZMAT packaging to be
labelled as required by legislation.
No examples of materiel or equipment
damaged during transport due to poor
packaging. All hazardous materiels
packaged as per regulatory requirements.
All discrepancies in receipts shall be
documented and reported to the USAF
Accountable Officer or the NWSO, as
appropriate, within two business days. No
more than one instance annually of a
shipment to/from the US delayed in
customs due to improper documentation.
100% of procurements to have prior
approval of the NWSO TA, and to have a
complete audit trail.
No example of operational delays caused
by improper procurement. All
procurements to have a comprehensive
audit trail.
No, instance of USAF/DoD managed
assets procured from commercial sources
without prior approval from USAF/DOD
item managers. Procurements
coordinated with USAF Accountable
Officer 100% of the time
Performance Standard
SOR
Disposal of DND owned equipment
and materiel
DISPOSAL
Shipping.
Major Requirement
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2013-09-04
8.C.11.a
2012-07-02
8.C.11
2013-09-04
8.C.10.c
Line Item
NWS
Section 8
Restricted - Contracts
Items identified as obsolete, scrap, surplus, or BER shall
be reported immediately to the NWSO for disposal
action. The Contractor shall complete the CF1303
Disposal Certificate form as per 8.F.14.a and submit to
the NWSO for approval and disposal instructions. Action
disposal instructions from the NWSO TA, which may
direct furtherance to a Crown Assets Distribution site,
Canadian Forces Supply Depot or other DND facility,
local disposal, electronic waste facilities, etc.. The
Contractor must comply with procedures and complete
applicable supporting documents for items going to GC
Surplus. Once disposal of an item is approved, it shall
be done as quickly as possible. Justification for delays in
the disposal of items shall be provided to the NWSO.
Provide confirmation to the NWSO that military items
have been disposed of by completing the Certificate of
Demilitarization (DND 2586) as per 8.F.14.b. Submit
Annual Disposal Report for DND Owned Equipment and
Materiel as per 8.F.14.c.
Group and consolidate items for shipping by destination
to meet priority requirements and required delivery dates
including shipment of USAF-owned items to US
destinations. Provide Customs Broker and process
documents required to support the shipping function
including manifests, Shipper's Declarations (HAZMAT),
and customs documents for items being shipped to and
from the US. Ensure that USAF owned materiel is
properly manifested and marked as US Government
property and identified as duty-free. All staff involved in
shipping shall be ITAR-trained.
Related Information
Restricted - Contracts
Estimated 325 disposals
annually (excludes MSE).
Shipping is an on-going
activity.
Estimated Qty
Page 93 of 216
No disposal proceeding without NWSO
TA approval.
All manifests are accurate. All HAZMAT
shipments accompanied by appropriate
declarations. No more than one instance
annually of a shipment to/from the US
delayed in customs due to improper
documentation. Contractor to demonstrate
that all staff involved in shipping has valid
ITAR training.
Performance Standard
SOR
HAZMAT Training.
HAZARDOUS MATERIAL &
HAZARDOUS WASTE
MANAGEMENT
Dispose of GFE MSE.
Disposal of USAF owned equipment
and materiel.
Major Requirement
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2013-09-04
8.C.12.a
2013-09-04
8.C.12
2013-09-04
8.C.11.c
2013-09-04
8.C.11.b
Line Item
NWS
Section 8
Restricted - Contracts
The Contractor shall ensure that personnel receive
HAZMAT training to the appropriate level. The
Contractor shall ensure that all HAZMAT training is
recorded in personnel files. The Contractor shall ensure
that personnel associated with the transportation of
dangerous goods shall be trained and certified for the
specified modes of transport. The Contractor shall
ensure that all training packages are updated in
accordance with federal requirements, and that
personnel maintain certification.
The requirements of this section with respect to
hazardous materiel and hazardous waste management
must be considered complementary to those
requirements detailed in section 16.
Dispose of MSE. Prior authorization from the Crown is
required before any disposal is processed. Upon
approval of the ROS and direction from the NWS
GFEMSE TA, the Contractor to arrange to move the
asset to the designated DND Remarketing Agency. The
Contractor may remove the MSE from the Government
Loan once the item is delivered to the aforementioned
facility. Exclusions: CTAT, ITAR/HAZMAT items, which
have regulated guidelines for disposal. Submit MSE
disposal reports as per 8.F.14.e.
Dispose of USAF equipment and materiel. Prior
authorization is required before any disposal is
processed. Ensure that if instructions from the USAF
ALC Item Manager authorize disposal through CADC,
the disposition letter (USAF) accompanies the ROS
submitted to the Crown for approval. Mandatory
coordination with the NWS TA for ES-S is required prior
to disposal of USAF assets. The Contractor to ensure
that the USAF Supply System is updated to report
shipment to DLA disposition services. Exclusion: CTAT,
ITAR/HAZMAT items, which have regulated guidelines
for disposal. Submit Disposal Report for USAF GFE as
per 8.F.14.d.
Related Information
Restricted - Contracts
All Contractor personnel
involved in handling HAZMAT.
Estimated at 20 disposals
annually.
Estimated 25 disposals
annually.
Estimated Qty
Page 94 of 216
All personnel handling HAZMAT to be
trained as appropriate. No more than two
instances annually of personnel with
expired training handling HAZMAT
materiel.
No disposal proceeding without NWSO
TA approval 100% of the time.
No disposal proceeding without USAF
approval 100% of the time.
Performance Standard
SOR
Packaging and storage of HAZMAT.
Receipting, identification and tracking
of HAZMAT.
Selection and procurement of
HAZMAT.
Major Requirement
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2013-09-04
8.C.12.d
2013-09-04
8.C.12.c
2013-09-04
8.C.12.b
Line Item
NWS
Section 8
Restricted - Contracts
The Contractor shall ensure that HAZMAT materiels are
packaged and stored in accordance with the National
Fire Code of Canada, the Canadian Environmental
Protection Act, and the Hazardous Products Act (HPA)
and all applicable federal, provincial, and territorial
regulations and guidelines.
The Contractor shall establish and implement
procedures for receipting, identification and tracking of
hazardous materiels and hazardous waste. The
Contractor shall inspect all HAZMAT to ensure that it is
packaged properly and/or the correct type of container
has been used, that the container is in good condition,
and that it is properly labelled in accordance with
WHMIS, where applicable, before being placed in
storage. Ensure that Materiel Safety Data Sheets
(MSDS) accompany WHMIS regulated items. HAZMAT
items are to be identified as such in an electronic
Hazardous Materiels List/Catalogue as controlled items
with a unique identifier, and tracked online through their
life cycle until disposal. The Contractor shall be capable
of electronically:
(1) querying HAZMAT by zone;
(2) querying HAZMAT by type; and
(3) separating retrograded HAZMAT items.
Maintain the Hazardous Materiels List/Catalogue as per
8.F.16.
The Contractor shall create and maintain a Hazardous
Materiels List/Catalogue identifying all HAZMAT items
that are approved for use in the O&M of the NWS. The
Contractor shall ensure that any purchased HAZMAT
product which is not on the Hazardous Materiels
List/Catalogue is added to the list. The Contractor shall
give preference to materiels that are not subject to
control by Transportation of Dangerous Goods (TDG)
Regulations and/or the Workplace Hazardous Materiels
Information System (WHMIS). Maintain the Hazardous
Materiels List/Catalogue as per 8.F.16 and submit to
NWSO semi-annually for review.
Related Information
Restricted - Contracts
Packaging and storage of
HAZMAT are on-going.
Receipting, identification, and
tracking of HAZMAT are
on-going.
Selection and procurement of
hazardous materiels on-going.
Estimated Qty
Page 95 of 216
Contractor to demonstrate all HAZMAT is
packaged and stored as per legislative
requirements 100% of the time.
Contractor to demonstrate that all
HAZMAT is electronically identified and
tracked.
No instance where new HAZMAT
materiels were purchased and not added
to the Hazardous Materiels List.
Performance Standard
SOR
Schedule and attend Supply
Management Meetings.
MEETINGS
Disposal of HAZMAT.
Transport of HAZMAT.
Major Requirement
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2013-09-04
8.C.13.a
2012-10-02
8.C.13
2013-09-04
8.C.12.g
2013-09-04
8.C.12.e
Line Item
NWS
Section 8
Restricted - Contracts
Schedule and attend the following USAF Supply
Management Meetings: two two-day forums for
Contractor Logistics Reviews - forum to discuss: ES-S
processes, compliance, accountability procedural
changes impacting NWSO operations - Semi-annually
(Spring/Fall). One Supply Working Group meeting forum to discuss USAF/DoD Supplier performance in
supporting NWSO - conducted at Hill AFB, Utah.
Prepare agendas and minutes as per 2.C.1.b and 2.F.2.
Waste HAZMAT will be tracked electronically and
identified in the catalogue as "Not For Local Disposal".
Ensure that each waste HAZMAT container is labelled
with an NWS Waste Label, complete with a site-specific
unique reference number and waste identification, and
maintain a record of all waste containers. Retrograde
HAZMAT annually such that there is no build-up on site.
The Contractor shall ensure that waste disposal and
recycling practices are compliant with applicable
legislation. The Contractor shall ensure that Certificates
of Acceptance and Certificates of Destruction, as per
8.F.18, are obtained from final disposal subcontractors.
The Contractor shall retain all documentation related to
HAZMAT from initial identification through to disposal for
the minimum period required by law or as specified in
the Contract, whichever period of time is longer.
The Contractor shall prepare all hazardous materiel for
shipment in accordance with the TDG Act. The
Contractor shall maintain policies to control and monitor
the transport of HAZMAT and its supply routes, in
accordance with the TDG Act and all applicable federal,
provincial and territorial regulations and guidelines. The
Contractor shall transport dangerous goods in
accordance with all applicable federal laws for the given
mode of transport, from the initial preparation of the
dangerous goods for shipment through to the receiving
of the dangerous goods at the final destination. The
Contractor shall ensure that all carriers, subcontracted
by the Contractor for the transportation of dangerous
goods and hazardous wastes, have current licenses and
permits. TDG documentation shall be retained as per
8.F.17.
Related Information
Restricted - Contracts
Three meetings annually
One annual HAZMAT
retrograde program of an
estimated 130 tonnes.
Transport of HAZMAT is
on-going.
Estimated Qty
Page 96 of 216
Contractor to demonstrate that meetings
are held by producing signed minutes
submitted no later than five business days
following the meeting.
No HAZMAT left at a beach location over
the winter. No HAZMAT on site longer
than two shipping seasons.
Contractor to demonstrate that the
transport of all HAZMAT is compliant with
legislation 100% of the time.
Performance Standard
SOR
INDEFINITE QUANTITY (IQ)
REQUIREMENTS
Procure Canadian GFE and GFM.
8.E
8.E.1
09, September, 2013
2013-09-04
8.F.2
Report updates to USAF SSOI for the
NWS.
Provide and maintain a Supply/Materiel
Processing Plan.
8.F.1
2013-09-04
RECORDS AND DELIVERABLES
8.F
2012-04-13
8.E.2
There are no other pre-determined IQ
requirements associated with this
section, IQ may be ordered by the
Project Authority on an as required
basis for any work within the scope of
this section.
There are no watch keeping
requirements.
8.D.1
2012-06-06
WATCH KEEPING REQUIREMENTS
Major Requirement
SUPPLY/MATERIAL PROCESSING
8.D
Line Item
NWS
Section 8
Restricted - Contracts
Updates are to be reviewed by NWSO and approved by
the Crown.
Provide and maintain a Supply/Materiel Processing Plan.
The Plan must cover, at a minimum, all of the major
requirements of 8.C.1 The Plan must be reviewed and
updated at a minimum annually. One hard copy of the
controlled Plan is to be delivered to, and approved by,
the NWSO.
See Contract Terms and Conditions for details regarding
negotiation of the IQ job.
Procure Canadian GFE and GFM.
Related Information
Restricted - Contracts
One review and one update
annually.
One Plan.
Nothing additional
Estimated Qty
Page 97 of 216
Contractor to demonstrate all SSOIs
completed by 30 Sep each year.
No instance of the Plan not being
available. No instance of the Plan not
being updated at a minimum annually. Not
more than three technical errors or
omissions in the plan upon review and
audit by the NWSO. No example of a
controlled copy of the Plan not being
provided to the NWSO.
All jobs completed in compliance with the
terms and conditions negotiated for the
individual IQ project.
Performance Standard
SOR
Stocktaking.
GFE/GSM Stock Level Entitlements
Report.
Contractor Held Inventory (CHI)
Report.
Provide Inventory Balance Table for all
Canadian GFE, GSM, all controlled
goods and USAF GFE.
Major Requirement
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2013-09-04
8.F.6
2013-09-04
8.F.5
2013-09-04
8.F.4
2013-09-04
8.F.3
Line Item
NWS
Section 8
Restricted - Contracts
The Contractor will have included a plan for stocktaking
in his submission of the Supply / Materiels Processing
Plan at 8.F.1. The following reports shall flow from that
Plan.
Provide an annual Stock Level Entitlements report
containing the following information, but not limited to:
(1) NSN, US catalogued part number, or Canadian
catalogued part number;
(2) maximum levels;
(3) minimum levels; and
(4) changes to entitlement levels for Crown approval.
Entitlements are to be established by the Contractor and
appropriate Technical Authority (TA). Levels are not to
be adjusted upward or downward by the Contractor
without approval from appropriate TA.
Prepare and submit CHI Report annually as directed by
the NWSO.
Provide the updated Inventory Balance Table to NWSO
in electronic format monthly and on CD semi-annually.
To include the following data elements for each
inventory item, but not limited to:
(1) Catalogue Identification Number;
(2) NSN and US catalogued part number or Canadian
catalogued part number;
(3) Description;
(4) Quantity;
(5) Adjusted quantity (BER, disposals, losses, etc.);
(6) Unit Value;
(7) Line Item Total Value;
(8) Grand Total Dollar Value;
(9) ERRC Code (USAF)/Stock Type (DND);
(10) Status (i.e. serviceable, repairable and quarantine);
and
(11) Location (i.e. Site, Building, Shelf - where
applicable);
(12) DMIL/ITAR code (in accordance with CFSM Volume
II Chapter titled "Controlled Goods").
Report is to be in a format proposed by the Contractor,
and approved by the NWSO. Approval or comments will
be provided to the Contractor from the NWSO 30 days
after receipt of Inventory Balance Table report.
Related Information
Restricted - Contracts
One report, annually.
One annual report to be
submitted to NWSO by approx
mid- Apr (TBA each year).
Electronically - 12 tables/year.
Compact Disc (CD) - two
tables/year (31 Mar and 30
Sep).
Estimated Qty
Page 98 of 216
No more than one error in a random
sample of 20. Report is complete with all
information.
Not more than one error in a random
sample of 20. Report is complete with all
information.
Not more than one error in a random
sample of 20. Report is complete with all
information.
Performance Standard
SOR
Repairs
Loss/Damage Report for Canadian
GFE, USAF GFE, and Controlled
Goods.
Monthly Inventory Adjustment Report.
Stocktaking Investigation Report.
Stocktaking Summary Report.
Major Requirement
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2013-09-04
8.F.9
2013-09-04
8.F.8
2013-09-04
8.F.7
2013-09-04
8.F.6.b
2013-09-04
8.F.6.a
Line Item
NWS
Section 8
Restricted - Contracts
For losses and damages, provide a report to the NWSO
within 48 hours of discovery. Report to contain the
following information, but not limited to:
(1) Catalogue Identification Number;
(2) NSN, US catalogued part number, or Canadian
catalogued part number;
(3) Description;
(4) Quantity;
(5) Unit Value;
(6) Line Item Total Value;
(7) Grand Total Dollar Value;
(8) ERRC code/Stock Type;
(9) DMIL/ITAR code (in accordance with CFSM Volume
II Chapter titled "Controlled Goods");
(10) Source of repair/Manufacturer/Vendor;
(11) Date of loss/damage
(12) Reason for loss or damage
(13) Location of loss or damage.
(14) Investigation;
(15) Corrective Action and recommendation; and
(16) NWSO Comments (blank).
Submit Monthly Inventory Adjustment Report as per
8.C.2.e. Include explanations for variances due to
procurement, disposals, issues to work orders and/or
ESRs etc. Report is to be submitted within five business
days of month end and to be in a format proposed by the
Contractor, and approved by the NWSO. Approval or
comments will be provided to the Contractor from the
NWSO seven days after receipt of Inventory Adjustment
Report.
Prepare and submit a Stocktaking Investigation Report
for deficiencies and surpluses, in required format, to the
NWSO.
Provide Stocktaking Summary Report, in required format
(Stocktaking Register), to the NWSO upon completion of
cyclic count.
Related Information
Restricted - Contracts
12 reports annually.
One report, annually.
One report, annually.
Estimated Qty
Page 99 of 216
All loss and damage reports for GFE and
USAF GFE must be submitted to the
NWSO within 48 hours of discovery.
Report is complete with all information.
No more than one instance annually of a
report being submitted later than five
business days after the month end. All
reports to be submitted, "Nil reports"
required.
Report is complete with all information
and all deficiencies and surpluses have
been investigated and resolved.
Report is complete with all information.
Performance Standard
SOR
Monthly Repair Status Report for DND
Repairable Items.
Repairable Items List for DND Owned
Equipment.
Major Requirement
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2013-09-04
8.F.9.b
2013-09-04
8.F.9.a
Line Item
NWS
Section 8
Restricted - Contracts
Contractor must submit a monthly Repair Status Report
for items at repair facilities. Report to include the
following mandatory fields, but not limited to:
(1) Item number
(2) NSN/Part number
(3) Description
(4) Item condition
(5) Source of repair/Vendor
(6) Date item shipped to vendor for repair
(7) EDD
(8) Date item returned to Contractor
(9) Cost for repair; and
(10) Transportation cost.
Contractor must maintain the repairable items list and
submit updated list to the NWSO semi-annually. The list
must include the mandatory fields:
1) Catalogue Identification Number;
(2) NSN and US catalogued part number or Canadian
catalogued part number;
(3) Description;
(4) Quantity;
(5) Adjusted quantity (BER, disposals, losses, etc.);
(6) Unit Value;
(7) Line Item Total Dollar Value;
(9) Stock Type (DND);
(10) Status (i.e. serviceable, repairable and quarantine);
(11) Location (i.e. Site, Building, Shelf - where
applicable); and
(12) DMIL/ITAR code.
Related Information
Restricted - Contracts
12 reports annually.
Two reports annually.
Estimated Qty
Page 100 of 216
Report is complete with all required
information
No more than one error in a random
sample of 20. Report is complete with all
information.
Performance Standard
SOR
DND 2227 Form.
Requisitions for GFE and AN/FPS-124
SRR Spares.
Submit Semi-Annual OVL Report
Summarizing USAF Assets Procured
from Commercial Sources (i.e. Form 9
and GPC) to the USAF Accountable
Officer.
NWS Catalogue.
Major Requirement
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2013-09-04
8.F.12.a
2013-09-04
8.F.12
2013-09-04
8.F.11
2013-09-04
8.F.10
Line Item
NWS
Section 8
Restricted - Contracts
Contractor must use DND 2227 form when requesting
procurement of GFE and AN/FPS-124 SRR Spares.
Form will be provided by DND.
Submit a semi-annual OVL report summarizing USAF
assets procured from commercial sources (i.e. Form 9
and GPC) to the USAF Accountable Officer. Reports
are to be submitted by five business days following 31
Mar and 30 Sep annually.
Contractor must catalogue NWS items in the IMS with
the following mandatory data fields, but not limited to:
(1) Catalogue Identification Number;
(2) NATO Stock Number;
(3) Standardized description/characteristics of the item;
(4) Unit of Issue;
(5) Unit Cost;
(6) Expendability, Recoverability, Reparability Category
(ERRC) Code (USAF)/Stock Type (DND);
(7) End item identification i.e. Mobile Support Equipment
(MSE), Power Generating Systems (PGS), Long Haul
Communications Network (LHCN), etc.;
(8) Manufacturer;
(9) Part Number;
(10) Ownership (US or CDN or CFE);
(11) UN and HAZMAT Class, including disposal method;
(12) CAGE Code;
(13) Configuration Item;
(14) Buyer name (or ES-S);
(15) Calibration frequency;
(16) Reparability;
(17) Source of repair; and
(18) DMIL/ITAR code (in accordance with CFSM Volume
II Chapter titled "Controlled Goods").
For USAF items, use FEDLOG or a US source; for
Canadian items, use FEDLOG or CGCS. Update the
NWS catalogue to accurately reflect these sources for
equipment, materiel and spares/parts used in support of
the NWS. Maintain the NWS catalogue; ensure standard
parameters used to research both US and Canadian
materiel.
Related Information
Restricted - Contracts
Estimated five requisitions
monthly.
Two reports annually.
Estimated Qty
Page 101 of 216
No example of operational delays caused
by improper requisitioning. All
requisitioning actions to have a
comprehensive audit trail.
No example of the reports not being
provided 100% of the time.
All items to be catalogued within 30 days
of receipt. Not more than one error in a
random sample of 20.
Performance Standard
SOR
Annual Disposal Report for DND
Owned Equipment and Materiel.
Certificate of Demilitarization (DND
2586).
Disposal Certificate Form (CF 1303).
Disposal
Provide monthly Procurement Report
for all GSM procured in support of this
SOW. Approved procurement of GFE
and AN/FPS-124 SRR Spares must
also be reported on this report.
Outstanding Requisitions List for GFE
and AN/FPS-124 SRR Spares.
Major Requirement
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2013-09-04
8.F.14.c
2013-09-04
8.F.14.b
2013-09-04
8.F.14.a
2013-09-04
8.F.14
2013-09-04
8.F.13
2013-09-04
8.F.12.b
Line Item
NWS
Section 8
Restricted - Contracts
Prepare an annual Disposal Report to include the
following mandatory fields, but not limited to:
(1) Catalogue identification number
(2) NSN, Part #
(3) Description
(4) Stock Type
(5) Quantity
(6) Unit Price
(7) Extended Dollar value
(8) Transportation Cost; and
(9) Outstanding disposals.
The Contractor must provide confirmation that the items
have been disposed of (as per NWSO's disposal
instructions) within 72 hours of disposal using the DND
2586 form.
The Contractor must complete the CF 1303 form and
submit to the NWSO for approval and disposal
instructions within 72 hours of identification.
Report to contain, at a minimum:
(1) Description;
(2) Quantity;
(3) Unit Value;
(4) Grand Total Dollar Value;
(5) ERRC code(USAF)/Stock Type (DND);
(6) NSN, US catalogued part number, or Canadian
catalogued part number; and
(7) Location.
(8) PO number
(9) Date procured
(10) EDD
(11) Transportation cost;
(12) Receipt date (added to inventory); and
(13) Catalogue identification number.
Report is to be in a format proposed by the Contractor
and submitted to the NWSO on a monthly basis.
Related Information
Restricted - Contracts
One report, annually.
Estimated 325 DND 2586
forms submitted to the NWSO
annually.
Estimated 325 CF 1303 forms
submitted to the NWSO
annually.
One report monthly.
One monthly report.
Estimated Qty
Page 102 of 216
Report is complete with all information. No
more than one error in a random sample
of 20.
DND 2586 forms are complete with all
information and reported within the
timeframe.
CF1303 forms are complete with all
information and reported within the
timeframe.
Report is complete with all information. No
more than one error in a random sample
of 20.
No instance of the reports not being
provided 100% of the time.
Performance Standard
SOR
TDG documentation.
Hazardous Materiels List/Catalogue.
Electronic MSDS Database.
MSE disposal reports.
Disposal Report for USAF GFE
Major Requirement
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2013-09-04
8.F.17
2013-09-04
8.F.16
2013-09-04
8.F.15
2013-09-04
8.F.14.e
2013-09-04
8.F.14.d
Line Item
NWS
Section 8
Restricted - Contracts
For hazardous materiels and waste transported as per
8.C.12.e , the Contractor must retain the following
shipping documents for the minimum period required by
law or as specified in the Contract, whichever period of
time is longer:
(1) those used for TDG by road;
(2) Shipper's Declarations for Dangerous Goods used
for TDG by air;
(3) International Maritime Organization Dangerous
Goods Declarations used for TDG by sea; and
(4) federal waste manifests used for TDG of waste
HAZMAT.
The Contractor must provide these documents within
two business days upon request to Government or
Government-sponsored agencies conducting
inspections and audits.
Create and maintain Hazardous Materiels List/Catalogue
as per this SOW. The list is to be current to within five
business days of any change. Submit list to NWSO
semi-annually for review. List to be in a format proposed
by the Contractor and approved by the NWSO.
Maintain an electronic MSDS database accessible by
the Contractor's employees. Any additions, deletions, or
updates of MSDS sheets will be implemented within five
business days.
Prepare a ROS (NWSO Disposal Form (or equivalent,
as provided by NWSO TA)) or BER containing
NSN/Part#, description (VIN#, CFR#, Make, Model,
Year, Odometer and Fuel Type), location, quantity and
reason for disposal.
Prepare a Report of Surplus (NWSO Disposal Form (or
equivalent, as provided by NWSO)), containing the
following information: BER, obsolescence, Beyond Shelf
Life, NSN/Part #, description, location of the materiel,
quantity and reason for disposal.
Related Information
Restricted - Contracts
Estimated 100 documents
annually.
Two reports/year (30 Sep / 30
Mar). Estimated ten HAZMAT
procurements, requiring ten
updates to List annually.
One electronic database with
an estimated two updates
annually (note that updates
normally contain multiple
individual sheets).
Estimated 20 MSE disposals
annually.
One report per disposal,
estimated 350 disposals
annually.
Estimated Qty
Page 103 of 216
The Contractor must demonstrate that all
TDG documentation is retained. Not more
than one instance of a request for TDG
documentation being met later than two
business days.
List must be current to within five business
days. That is, no later than five days after
a new HAZMAT asset is acquired, the List
must be updated with its particulars.
The Contractor to demonstrate an
electronic MSDS database capability. Not
more than two instances annually where
the database is not updated within five
business days. Not more than one
instance in a random sample of 50 of an
MSDS being out of date, or otherwise
incorrect .
100% of items authorized for disposal to
have an approved audit trail to disposal
location. All information on report is
complete.
100% of items authorized for disposal to
have an approved audit trail to disposal
location. All information on report is
complete.
Performance Standard
SOR
TRANSFER OF CARE, CUSTODY &
CONTROL OF GFE, GFM & GFA
MATERIALS, EQUIPMENT AND
FACILITIES
Certificates of Acceptance &
Certificates of Destruction of Waste
HAZMAT.
Major Requirement
SUPPLY/MATERIAL PROCESSING
09, September, 2013
2013-03-15
8.G.1
2013-03-15
8.G
2013-09-04
8.F.18
Line Item
NWS
Section 8
Restricted - Contracts
A listing of all GFE, GFM and GFA is provided as Table
8-1. During Transition, the Contractor shall be provided
a listing of all GFE, GFM and GFA. GFE, GFM and GFA
will be managed throughout the course of this contract
as detailed in this SOW, and be turned back to Canada
less fair wear and tear. Details of Transition In, and
Transition Out are as per Sections 3 and 4 of this SOW
respectively.
Warehouses are located at the 5 LSSs and at the
NWSSC. Small storage rooms are located at the LRRs,
SRRs, SRD and the NWSCC.
Retain Certificates of Acceptance from waste HAZMAT
disposal companies, and subsequent Certificates of
Disposal once the waste HAZMAT has been disposed
of. Retain all documentation as required by legislation or
to contract end, whichever is longer. Certificates to be
made available to the NWSO upon request within two
business days.
Related Information
Restricted - Contracts
Estimated 15 Certificates
annually.
Estimated Qty
Page 104 of 216
Contractor to demonstrate that all
Certificates are on file. All Certificates
made available to the NWSO within two
business days 100% of the time.
Performance Standard
SOR
09, September, 2013
Restricted - Contracts
In the case of disaster, breakdown, or contamination, initiate the emergency procedures as provided in the Emergency
Response Plan, or as recommended by NWSO. Reference SOW Section 2.
9.A.4.a
2009-10-29
SAFETY PROVISIONS
MOU W5829-01-0136/01- NX (Pending) (M)
NWS Bulk Fuel Inventory (M)
MOU W5829-01-0137/01-NX (M)
MOU W5829-01-0135/01-NX (M)
DQAO 2-42/DNWSO 4-2 form (NWS Policy 104, Nov 93) (M)
DD Form 250-1 (M)
C-82-010-007/TP-000: Procedures and Responsibilities for Aviation Fluids Handling (M)
CAN/CGSB.3.23: Aviation Turbine Fuel, most recent edition (M)
REFERENCES The notations against the references have the following meanings: M - Adherence to the policies, procedures,
act, orders and regulations contained therein is mandatory. G - The policies and procedures contained therein are not
mandatory, but proposals for alternatives must be submitted in full detail to, and be accepted by the Project Authority.
Furthermore, alternatives must fully interface with procedures in use globally.
For definition of terms see Section 1.A PROJECT BACKGROUND, Attachment "SOW Section 1: NORTH WARNING SYSTEM
CONCEPT OF OPERATIONS AND MAINTENANCE".
DEFINITIONS
9.A.4
2013-09-05
9.A.3.h
2013-03-08
9.A.3.g
2013-03-13
9.A.3.f
2013-03-13
9.A.3.e
2012-03-23
9.A.3.d
2012-03-23
9.A.3.c
2013-03-08
9.A.3.b
2013-03-08
9.A.3.a
2009-11-05
9.A.3
2012-06-18
9.A.2.a
2012-06-18
9.A.2
2013-03-08
9.A.1.b
Determine the annual requirement for government provided fuel. Test fuel prior to and following delivery to the beach head by the
government furnished airlift or sea lift, to ensure that it meets the indicated specifications for aviation or PGS usage. Fuel type is
aviation turbine fuel, kerosene type Jet A-1, in accordance with the latest edition of CAN/CGSB.3.23 with FSII, and conductivity
additive. Fuel is delivered with a minimum Cetane number of 40.0, a freeze point of minus 52 degrees Celsius or lower, and is
stored and dispensed from storage tanks certified for aviation use.
Plan for and manage the annual resupply of bulk fuel for the NWS sites. Bulk fuel is provided by the U.S. as a Government
Furnished Resource to the Canadian Government.
9.A.1.a
2012-03-21
SCOPE OF WORK
9.A.1
Information and Qualifications
Restricted - Contracts
GENERAL REQUIREMENTS
BULK FUEL
9.A
Line Item
NWS
Section 9
Page 105 of 216
SOR
Information and Qualifications
Restricted - Contracts
A 36 month supply of fuel is normally provided for each LRR site, and a 24 month supply for each SRR site. The exceptions are
CAM-MAIN and FOX-MAIN, both of which serve as staging sites for fuel to be forwarded to adjacent sites, and therefore receive
additional stores of fuel. Fuel is transferred in a variety of methods, as described in Table 1. The 2009 Facilities Condition
Assessment Survey provides additional information regarding general and specific equipment at each site.
9.A.5.a
Restricted - Contracts
All personnel shall meet the requisite security requirements, as defined by the Security Requirements Checklist (SRCL) before
being allowed to visit or work in any NWS sites, LSSs, and North Bay NWS locations.
SECURITY
09, September, 2013
2012-06-15
9.B.2.a
2012-06-15
9.B.2
2012-06-14
9.B.1.a
Staff involved in the POL Services must have completed Fuel Handling Courses or worked within the petroleum industry for 5
years and have Fall Arrest, Hazardous Material Training and Confined Space Training.
TRAINING AND EXPERIENCE
9.B.1
2012-06-15
PERSONNEL QUALIFICATIONS
All assets are to be maintained to provide functionality 24/7. Point of contact to be available as per Section 2.A.6.a.
This is a year-round operation when weather permits.
HOURS OF OPERATION.
Preventative and corrective maintenance is performed on the bulk fuel storage and handling systems as detailed in Section 14.
The complete transfer system is to be inspected and repaired as required prior to any fuel transfer operation.
9.B
2012-06-15
9.A.6.b
2009-08-25
9.A.6.a
2009-08-25
9.A.6
2012-09-13
9.A.5.c
2013-09-09
9.A.5.b
Prior to commencement of bulk fuel delivery by Government contracted carriers, the Contractor shall ensure fuel from the beach
tanks has been transferred to the site's summit tanks prior to the arrival of the bulk fuel sea lift vessel. The Contractor is to
ensure that all fuel tanks are certified for service as per the requirements of Section 14. The majority of fuel is delivered to NWS
beach tanks by sea lift operations via barges or ocean-going vessels that have been contracted by the USAF. Sea lift of fuel
usually starts in June and runs through September. Other methods for refuelling sites include helilift to some selected sites,
C-130 Hercules aircraft from FOX-MAIN to FOX-3, and sites CAM-4, CAM-CB and FOX-5 have their fuel procured from the local
community and transfer it with either GF MSE or community based fuel bowsers.
DESCRIPTION OF EXISTING CONDITIONS
9.A.5
2012-06-14
Comply with measures not otherwise specified in this contract, but which are consistent with prudent fuel management and
industry practices.
Staff involved in the fuel and POL services shall wear appropriate safety gear in the performance of their duties according to
Health Canada, Occupational Health and Safety guidelines, and DND General Safety Regulations. Fuel handlers will comply with
the Environment Protection certification requirements.
BULK FUEL
9.A.4.c
2009-08-05
9.A.4.b
Line Item
NWS
Section 9
Page 106 of 216
SOR
Inspect and repair bulk fuel transfer
equipment prior to commencing
transfers.
Liaise with Government Contractors
09, September, 2013
2012-06-14
9.C.1.c
2013-08-20
9.C.1.b
2012-09-13
9.C.1.a
Establish and manage an annual bulk
fuel transfer program.
Implement a Bulk Fuel Management
Plan. Refer to 9.F.1
9.C.1
2013-08-20
PERFORMANCE REQUIREMENT
Major Requirement
BULK FUEL
9.C
Line Item
NWS
Section 9
Restricted - Contracts
Inspect and repair bulk fuel transfer equipment prior to
commencing transfers. Ensure that PMIs on bulk fuel
systems are completed, as per Section 14. Implement
any corrective maintenance items identified during the
PMIs to ensure that all bulk fuel transfer systems and
equipment are fully functional prior to transfers taking
place. Ensure all work is tracked via LUC 73 and LUC
74 work orders, or others, as appropriate.
Liaise with the Government fuel suppliers to arrange for
schedules and to ensure current schedule information is
correct for arrival times and dates.
Establish and manage an annual bulk fuel transfer
program to ensure that all required transfers occur. The
annual program is to include, at a minimum:
(1) Sites where transfers are to take place, and how
each transfer is to happen (pipeline, tanker, heli-lift);
(2) Number of crews, crew size and training of crew
members;
(3) A schedule on which the transfers are to occur, which
is to be incorporated into the CY of the FYO&SP;
(4) A risk assessment for the annual program identifying
threats to the completing the transfers, and providing
contingencies/mitigating strategies to eliminate or
mitigate these risks.
The annual program is to be prepared and submitted by
01 April to the NWSO TA for monitoring purposes.
Implement a Bulk Fuel Management Plan. The plan is to
include, at a minimum, the following:
Related Information
Restricted - Contracts
Estimated at 27 sites per year
on average.
As required for an estimated
33 -35 different delivery
locations per year.
Preparation and
implementation of one 1
program annually.
Estimated Qty
Page 107 of 216
100% compliance.
No instance of fuel delivery delays or
omission due to lack of coordination
between contractor and Government fuel
supplier.
No example of the program not being
produced annually.
Performance Standard
SOR
Provide wildlife protection for refuelling
activities.
Mark Aviation Tanks.
Execute Bulk Fuel Transfer Operations
(Beach Tanks to Summit Tanks)
Participate in bulk fuel transfer
operations (Refuelers to Beach
Tanks).
Major Requirement
BULK FUEL
09, September, 2013
2013-08-21
9.C.1.g
2013-08-21
9.C.1.f
2013-08-21
9.C.1.e
2013-08-21
9.C.1.d
Line Item
NWS
Section 9
Restricted - Contracts
Ensure wildlife protection for the fuel transfer crew.
Pending certification for aviation use, mark aviation fuel
tanks as "certified" or "Not Certified For Use" in
accordance with C-82-010-007/TP-000.
Transfer bulk fuel to the site's summit tanks from the
beach storage tanks and marshalling area storage tanks
and/or intermediate marshalling area storage tanks
utilizing either:
(1) fuel transfer line;
(2) rotary-wing aircraft, report in accordance with 9.F.5;
(3) fixed wing aircraft;
(4) tank trucks; or
(5) any combination of the above.
Participate in bulk fuel transfers from the refuelers
(barges or ship vessel) to the site's beach storage tanks,
and from community suppliers. Provide personnel to
support refuelling operations by accompanying
government fuel suppliers the entire duration of site
refuel operations. Sign fuel suppliers invoice for receipt
of fuel quantities per 9.F.3 and 9.F.4.
Related Information
Restricted - Contracts
33 -35 sites per year average.
Estimated 30 tanks annually.
30 sites per year on average.
Volume by site is at a
minimum that required to
receipt amounts in 9.C.1.d.
Estimated at 33 - 35 sites per
year on average over a 15
week period. Estimated
average volume of transfers in
litres as follows:
Community Supplied:
CAM-CB: 82,000;
CAM-4: 115,000;
FOX-5: 104,000.
Average SRR Site Sealift
Delivery: 67,000.
Average Sealift Delivery to
LRR sites:
BAR-2: 635,000;
PIN-MAIN: 440,000;
CAM-MAIN: 1,100,000;
CAM-3: 406,000;
FOX-MAIN: 1,900,000;
FOX-3 (transferred from
FOX-MAIN): 385,000;
DYE-MAIN: 708,000;
BAF-3: 300,000;
LAB-2: 605,000;
LAB-6: 640,000.
Estimated Qty
Page 108 of 216
Performed 100% of the time as required.
Must conform 100% of the time.
No example of a site failing due to lack of
fuel transferred to the summit. No
example of fuel delivery delayed or
aborted due to insufficient capacity at the
beach tanks.
No example of a required transfer not
taking place due to factors deemed to be
in the Contractor's control.
Performance Standard
SOR
Reconstitute out of specification or
contaminated bulk fuel.
Quarantine out of specification or
contaminated fuel.
Conduct fuel testing.
Major Requirement
BULK FUEL
09, September, 2013
2013-08-21
9.C.1.j
2012-06-05
9.C.1.i
2013-08-21
9.C.1.h
Line Item
NWS
Section 9
Restricted - Contracts
When fuel on inventory is determined by laboratory
testing to be contaminated or otherwise out of
specification, take measures to return the fuel to a
useable state. All such measures are to be taken in
consultation with a CSA certified laboratory. Where fuel
cannot be reconstituted, it is to be disposed of in
accordance with the requirements of Section 8 & 16.
Quarantine fuel which tests as or is suspected as being
contaminated or otherwise out of specification. Issue
instructions to all Site Managers and other end users,
including Government Suppliers for airlift, identifying the
site and tank (tank has been tagged and locked) that is
quarantined. Report instances of quarantined fuel to the
NWSO TA in accordance with 9.F.7.
Take samples and perform Schedule A, Schedule B,
Schedule C and Particulate testing of bulk fuel as follows
at a minimum:
(1) Upon fuel delivery prior to discharge from the vessel;
(2) post-discharge, when receiving bulk fuel delivery;
(3) periodic testing of inventory;
(4) pre-shipment for bulk fuel transfer via aircraft from
site to site;
(5) decanting; and
(6) for a crashed aircraft.
Test samples to be submitted to a fuel testing laboratory
that is accredited by the Standards Council of Canada.
Record fuel test results, which are to include, at a
minimum:
(1) Fuel quality;
(2) Date testing was conducted;
(3) Method of testing;
(4) Results of test,
Retain hard copy reports of test results upon their return
from a testing laboratory and hard copy results from
GFE fuel test set in accordance with 9.F.6.
Related Information
Restricted - Contracts
5 instances per year.
5 instances per year.
An average of 33 - 35 sites
visited annually. Estimated
annual number and type of
test: 70 Schedule A; 90
Schedule B; 245 Schedule C;
30 Particulate.
Estimated Qty
Page 109 of 216
Performed 100% of the time as required in
accordance with CAN/CGSB-3.23.
Performed 100% of the time as required
Performed 100% of the time as required.
Performance Standard
SOR
Produce fuel forecast.
Record and reconcile bulk fuel
inventory.
Perform Tank Dipping for Fuel Volume.
Major Requirement
BULK FUEL
09, September, 2013
2013-03-08
9.C.1.m
2013-08-22
9.C.1.l
2013-08-22
9.C.1.k
Line Item
NWS
Section 9
Restricted - Contracts
Produce a forecast for bulk fuel requirements for delivery
during CY+1, CY+2 and CY+3. Ensure that forecast in
incorporated into the FYO&SP. Ensure that the forecast
includes the requirements for each site forecasted in
litres for aviation, MSE and PGS usage. Plan must
reflect a 36 month capacity for LRR sites and 24 month
capacity for SRR sites. Submit forecast to NWSO TA by
01 February.
Maintain an up-to-date inventory for bulk fuel through
accurate recording of receipts, issues and transfers.
Ensure bulk fuel inventory levels are within normal
parameters using as a base yearly operating gains and
losses resulting from usage and temperature
fluctuations. Ensure that these inventories are confirmed
through "tank dipping" as per 9.C.1.k. Maintain fuel
inventory data records which include:
(1) location;
(2) identification (LOCID, tank number);
(3) status, in use, out-of-use or decommissioned;
(4) content – certified as Aviation or PGS;
(5) quantities in litres;
(6) receipts, issues, and transfers (including to and
from);
(7) date of verification of level and method used; and
(8) calculated level.
Discrepancies identified during reconciliation are to be
investigated immediately. Where the discrepancy
cannot be readily reconciled, a report of a suspected
spill must be made as per the requirements of Section
16. Discrepancies which cannot be reconciled, and are
determined not to be the result of a fuel spill are to be
reported to the NWSO TA as a significant incident as per
9.F.9.
Dip tanks to determine fuel level. Verify temperature of
the fuel and calculate adjusted volume. Tank dips are to
be taken:
(1) upon receipt of fuel;
(2) during fuel transfer operations;
(3) each scheduled O&M preventive maintenance site
visit, and;
(4) when a fuel spill occurs to confirm the volume of the
spill.
Discrepancies are to be reconciled as per 9.C.1.l.
Related Information
Restricted - Contracts
1 forecast annually.
1654 record/reconciliations
per year.
Approximately 2,900 tank dips
performed annually for the
NWS.
Estimated Qty
Page 110 of 216
No example of the forecast not being
prepared. Forecast to be accurate to
within 5%.
Bulk fuel inventory to be accurate to within
10 days of a site visit 100% of the time.
Tank dipping shall occur as specified 95%
of the time for items 1, 2 and 4 and 90%
of the time for item 3, when weather
conditions allow for it.
Performance Standard
SOR
INDEFINITE QUANTITY (IQ)
REQUIREMENTS
Recondition fuel delivered by the
government supplier which is
determined to be contaminated or
otherwise out of specification.
9.E
9.E.1
09, September, 2013
2012-04-09
9.F.2
Submit annual fuel transfer program.
Establish and maintain a Bulk Fuel
Management Plan.
9.F.1
2012-03-21
RECORDS AND DELIVERABLES
9.F
2012-03-22
9.E.2
There are no pre-determined IQ
requirements associated with this
section, IQ may be ordered by the
NWSO TA on an as required basis for
any work within the scope of this
section.
Nil
9.D.1
2012-06-05
WATCH KEEPING REQUIREMENTS
Attend semi-annual Airlift and Bulk
Fuels Meeting and brief the bulk fuel
program.
Perform on-site fuel transfers to meet
mission requirements.
Major Requirement
BULK FUEL
9.D
2013-03-18
9.C.1.o
2012-06-14
9.C.1.n
Line Item
NWS
Section 9
Restricted - Contracts
Submit annual fuel transfer program, as defined in
9.C.1.a.
Establish and maintain a Bulk Fuel Management Plan
which covers, at a minimum, all requirements in Section
9.C.1. The plan is to be reviewed and updated annually
no later than 15 February. One controlled copy of the
plan is to be submitted to the NWSO TA.
See Contract Terms and Conditions for details regarding
negotiation of the IQ job.
Where fuel delivered by the government supplier is
determined to be contaminated or otherwise out of
specification, the NWSO TA may request that the
Contractor recondition the fuel on an IQ basis.
Attend semi-annual Airlift and Bulk Fuels Meeting and
brief the bulk fuel program.
Perform on-site fuel transfers to meet mission
requirements. Transfers are to including, at a minimum:
from beach/apron tanks to summit tanks to ensure
beach/apron capacity is available to receipt new fuel; to
PGS tanks; to aviation fuel tanks; to vehicle refuelers;
to day tanks (furnaces, boilers).
Related Information
Restricted - Contracts
1 program submitted annually
by 01 April.
1 plan, updated annually, with
one controlled copy held by
the NWSO TA.
Nothing additional.
Estimate 1 instance in 3 years.
2 briefings annually.
Estimated at 50 transfers
annually.
Estimated Qty
Page 111 of 216
No example of the program not being
submitted by 01 April.
No example of the plan not being
available. No example of the plan not
being updated by 15 February in a given
year. No example of a controlled copy of
the plan not being provided to the NWSO
TA.
All jobs completed to the agreed standard
of quality specific to the IQ request.
Reconditioning of fuel to the required
standard 100% of the time.
No example of the briefings not being
made.
No example of the mission being
negatively impacted by a lack of fuel in for
the PGS, aircraft, vehicles or heating
elements.
Performance Standard
SOR
Report Bulk Fuel Discrepancies
Submit Bulk Fuel Inventory Listing.
Report instances of quarantined fuel.
Retain and submit fuel test records.
Report Rotary Refuelling
Report Bulk Fuel Delivery.
Submit Fuel Supplier Receipts.
Major Requirement
BULK FUEL
09, September, 2013
2012-04-09
9.F.9
2012-04-09
9.F.8
2012-03-22
9.F.7
2012-04-09
9.F.6
2012-04-09
9.F.5
2013-08-22
9.F.4
2013-08-22
9.F.3
Line Item
NWS
Section 9
Restricted - Contracts
Report to the NWSO TA discrepancies of bulk fuel
inventory levels that cannot be reconciled as significant
incidents.
Submit bulk fuel inventory listing as defined in Section
9.C.1.l upon request of the NWSO TA. The listing is to
be provided within one business day.
Report and record all instances of bulk fuel put under
quarantine due to it being contaminated, or otherwise
out of specification as a significant incident, as defined
in Section 2.C.7.
Retain all fuel test records as performed in Section
9.C.1.h. Submit copies of fuel test results upon request
of the NWSO TA within 2 business days.
Produce, maintain and provide to the NWSO TA,
summary reports organized by East and West for each
NWS site the total fuel transferred upon completion of
the rotary summit tank refuelling effort.
Produce, maintain and provide to the NWS TA,
summary reports organized by East and West for each
NWS site upon completion of the bulk fuel delivery, the
quantity of fuel off-loaded at each site from the sea lift
barge and/or tanker vessel, reference 9.C.1.d. Report is
due 15 days after the last barge/tanker delivery date for
the West and the East.
For each NWS site upon completion of the bulk fuel
delivery, record the quantity of fuel off-loaded at each
site from the sea lift barge and/or tanker vessel, utilizing
a DQAO 2-42/DNWSO 4-2 form (NWS Policy 104, Nov
93). Ensure that the report includes signed copies of sea
lift and fuel delivery receipts. Report is due 15 days after
the last barge/tanker delivery date for the West and the
East. 9.C.1.d refers.
Related Information
Restricted - Contracts
1 instance annually.
Estimated to be 4 requests
annually.
Less than 5 instances per
year.
Estimated to be 4 requests
annually.
2 reports per year.
2 reports per year.
33 - 35 Sites per year on
average
Estimated Qty
Page 112 of 216
No example of a discrepancy not being
reported.
No example of the inventory not being
provided upon request. Not more than
one example annually of the inventory
provided later than the next business day.
No example of the inventory being
provided later than 2 business days.
Required 100% of the time with 100%
record accountability for each instance.
No example of fuel test records being lost
or otherwise unavailable. No example of
fuel test records not being provided upon
request. Not more than one example
annually of fuel test records provided later
than 2 business days. No example of the
fuel test records being provided later than
4 business days.
Report to be received 2 weeks after
completion of transfer activity 98% of the
time.
Delivered 100% of the time on time, with
98% data accuracy.
Must conform 100% of the time, 98%
accuracy of data.
Performance Standard
SOR
GFE/GFM is as detailed in 8.G.1.
MATERIALS, EQUIPMENT AND
FACILITIES
Prepare Airlift and Bulk Meeting
briefing on bulk fuel, as per 9.C.1.o.
Submit fuel forecast.
Major Requirement
BULK FUEL
09, September, 2013
2013-03-14
9.G.1.a
2012-03-23
9.G.1
9.G
2013-03-18
9.F.11
2012-09-13
9.F.10
Line Item
NWS
Section 9
Restricted - Contracts
Prepare Airlift and Bulk Meeting briefing on bulk fuel, as
per 9.C.1.o.
Submit fuel forecast as defined in Section 9.C.1.m.
Related Information
Restricted - Contracts
2 briefings annually.
1 forecast annually.
Estimated Qty
Page 113 of 216
No example of the briefings not being
prepared.
No example of the fuel forecast not being
delivered by 15 February in a given year.
Not more than 3 technical errors or
omissions in the forecast upon review by
the NWSO TA.
Performance Standard
SOR
09, September, 2013
10.A.5
DESCRIPTION OF EXISTING CONDITIONS
There are no specific safety provisions other than what is stated in 10.A.3.a.
10.A.4.a
2011-05-16
SAFETY PROVISIONS
Government Furnished Airlift Estimate (G)
Main Rotary Wing Flight Operations Delay Average (G)
10.A.4
2013-09-05
10.A.3.d
2013-09-05
10.A.3.c
2012-09-17
10.A.3.b
Aviation Fuel Tank Listing (M)
Restricted - Contracts
USAF Government Furnished Airlift Statement of Work for all 7 Airlift contracts HTC711-10-D-R001 through -R008 inclusive. (R)
10.A.3.a
2013-08-22
REFERENCES The notations against the references have the following meanings: M - Adherence to the policies, procedures,
act, orders and regulations contained therein is mandatory. G - The policies and procedures contained therein are not
mandatory, but proposals for alternatives must be submitted in full detail to, and be accepted by the Project Authority.
Furthermore, alternatives must fully interface with procedures in use globally. (R) Reference Only.
For definition of terms see Section 1.A PROJECT BACKGROUND, Attachment "SOW Section 1: NORTH WARNING SYSTEM
CONCEPT OF OPERATIONS AND MAINTENANCE".
DEFINITIONS
During the cross-over (September-October) of the U.S. fiscal year, usually for a week, airlift may be funded by Canada. Flying
allowed during this period is for emergency situations associated with either equipment or personnel and justifiable project
support. All flights during this period must be pre-authorized by the NWSO TA.
10.A.3
2012-06-18
10.A.2.a
2012-06-18
10.A.2
2012-06-08
10.A.1.c
2011-07-05
10.A.1.b
A specific number of hours/miles are provided to the Contractor each year based on the requested number of hours/miles by the
contractor and the amount of funding the Government has to provide for airlift resources. If the contracted hours/miles are
exceeded then the Contractor will be responsible for incurred costs associated with the exceeded hours/miles. Ensure the most
cost effective means are used to maximize the allotted airlift resources.
Airlift is provided to Canada for use on this contract by the United States Air Force per the Memorandum of Understanding
between both countries. Airlift hereafter will be denoted as Government Contracted Airlift. Government Contracted Airlift will be
with commercial air carriers hereafter referred to as Airlift Carriers. Utilize Government Contracted Airlift for the movement of
personnel and cargo between NWS locations as required for delivery of services as stated in this SOW. Airlift for contractor
personnel and cargo into and out of LSS Zones shall be by commercial air carriers operating on established scheduled routes
and is not reimbursed by the Government.
2012-06-08
10.A.1.a
Information and Qualifications
Restricted - Contracts
SCOPE OF WORK
GENERAL REQUIREMENTS
AIRLIFT
10.A.1
2009-08-26
10.A
Line Item
NWS
Section 10
Page 114 of 216
SOR
SECURITY
09, September, 2013
2012-06-18
10.B.2
2012-06-18
10.B.1.a
Restricted - Contracts
All personnel providing service within this section shall hold the qualifications necessary to perform the task assigned to them.
TRAINING AND EXPERIENCE
10.B.1
2012-06-18
PERSONNEL QUALIFICATIONS
10.B
2012-06-15
10.A.6.b
All assets are to be maintained to provide functionality 24/7. Point of contact to be available as per Section 2.A.6.a.
This is a year-round operation when weather permits.
10.A.6.a
Current flight operations for the NWS fall under the Commercial Air Service Standards 702 Aerial Work (for freight, slinging etc),
and 703 Air Taxi operations (passenger carriage), 704 Commuter Operations (covers helicopter over 12,500lbs). Specifically,
the rotary wing carriers operate under two different ops environment depending on the time of year. For summer operations, the
helicopters fly VFR day with a single pilot from March 15 to Oct 1 when daylight is more than 12 hours. For winter operations, the
helicopters fly VFR with 2 pilot crew, day and night from Oct 1 to March 15 when daylight is less than 12 hours. Helicopters are
equipped IFR and crew is IFR qualified (this is required for night flight) however they do not fly IFR due to a lack of approved
instruments and procedures at the radar sites. Night approaches to sites require some AWOS information and good camera
images along with CARS weather minima for night flight. In both scenarios, summer or winter the operations are still limited by
the crews 14 hour duty day.
Aviation fuel located on each NWS site will be provided at no cost to the airlift Carrier.
Air Carrier invoices will be verified and inspected by the NWSO TA by utilizing the Contractor's flight log and flight manifest
information.
Government-contracted airlift may from time to time be unavailable for service to the Contractor due to scheduled or
unscheduled aircraft maintenance and the requirement to participate in search and rescue operations. Under these
circumstances, or for any other reason not attributable to the Contractor, when the service (including alternate sources) is
unavailable for the Contractor's normal O&M activities, and when this unavailability directly impacts the Contractor’s ability to
meet performance standards as required in this SOW, the delay caused by the aircraft unavailability shall be deemed an
Excusable Delay as defined in the Contract.
HOURS OF OPERATIONS
2012-06-15
Information and Qualifications
Restricted - Contracts
Government-contracted airlift will include:
(1) a rotary-wing aircraft and its crew based at each of the five LSSs and available on a 12 hour flight day, 7 days-a-week basis;
(2) two supplemental rotary-wing aircraft and its crew that rotate between each of the five LSSs and available on a 12 hour flight
day, 7 days-a-week basis during the months of June - September;
(3) on call fixed-wing aircraft based at the adjacent communities specified in Government-Contracted Airlift contracts, available
with 48 hours notice on an as required basis for routine day-to-day NWS support; and
(4) rotary-wing for fuel transfer for all SRR sites, and heavy lift fixed-wing aircraft, utilizing bladder fuel tanks for bulk fuel transfer
between Hall Beach and LRR FOX-3, as detailed in Section 9.
AIRLIFT
10.A.6
2013-03-14
10.A.5.e
2012-06-08
10.A.5.d
2011-11-22
10.A.5.c
2012-06-08
10.A.5.b
2012-06-08
10.A.5.a
Line Item
NWS
Section 10
Page 115 of 216
SOR
Information and Qualifications
Restricted - Contracts
Restricted - Contracts
All personnel shall meet the requisite security requirements, as defined by the Security Requirements Checklist (SRCL) before
being allowed to visit or work in any NWS sites, LSSs, and North Bay NWS locations.
AIRLIFT
09, September, 2013
2012-06-18
10.B.2.a
Line Item
NWS
Section 10
Page 116 of 216
SOR
Perform loading and unloading
operations as requested by Airlift
Carrier personnel.
Manage Government furnished airlift
resources.
09, September, 2013
2012-06-08
10.C.4
2013-08-22
10.C.3
2013-08-22
10.C.2
Schedule Government furnished airlift
resources.
Establish and manage an Airlift
program plan.
2013-08-22
10.C.1
Major Requirement
PERFORMANCE REQUIREMENTS
AIRLIFT
10.C
Line Item
NWS
Section 10
Restricted - Contracts
A maximum of 9000 lbs per flight for fixed wing
operations and a maximum 3000 lbs for rotary
operations.
Ensure that number of allotted hours/miles provided for
airlift support are not exceeded. Notify the NWSO TA
when 75% of the USAF hours/miles have been utilized
by the Airlift Carrier provide for each zone.
Liaise with the Airlift Carriers to coordinate and schedule
airlift support to meet mission requirements 48 hours in
advance, planning must include maximum utilization of
NWS fuel vice having the Airlift Carrier buying
commercial fuel. Reference 10.F.1 through 10.F.3 and
10.F.5 through 10.F.7
Establish and manage an Airlift program with processes
for management of resources, loading and unloading
operations, notification of airlift carrier maintenance,
hazardous material shipping. Reference 10.F.11,
updates as required.
Related Information
Restricted - Contracts
600 loading events/year
Estimated average rotary wing
flights annually by Zone:
Zone 1: 500 hours;
Zone 2: 500 hours;
Zone 3: 600 hours;
Zone 4: 600 hours;
Zone 5: 600 hours.
Estimated average fixed wing
flights annually by Zone:
Zone 1: 95,000 miles;
Zone 2: 95,000 miles;
Zone 3: 85,000 miles;
Zone 4: 85,000 miles;
Zone 5: 72,000 miles.
Estimated average rotary wing
flights annually by Zone:
Zone 1: 240;
Zone 2: 164
Zone 3: 197:
Zone 4: 137;
Zone 5: 173.
Estimated average fixed wing
flights annually by Zone:
Zone 1: 78;
Zone 2: 30;
Zone 3: 48;
Zone 4: 54;
Zone 5: 44.
1 plan.
Estimated Qty
Page 117 of 216
No instance of loading/unloading
operations resulting in a flight delay 99%
of the time.
No example of allotted hours/miles
exceeded. No example of not notifying
the NWSO TA when 75% of hours/miles
have been reached.
No instance of delay in the conduct of
NWS services due to errors or omissions
in scheduling Government furnished airlift
resources. Overall accuracy in
scheduling airlift to be a minimum of 90%.
The plan with each QA/AC inspection Only one instance of non-conformance.
Performance Standard
SOR
Major Requirement
Ensure a vehicle capable of towing
aircraft is made available to the Carrier
at Hall Beach and Cambridge Bay.
Ensure Site 115V electricity and
electrical hook-up is made available to
airlift carriers at all NWS sites.
Ensure hangar space at LSS
Cambridge Bay and LSS Hall Beach is
made available for the helicopter and
its equipment assigned to each of
Zones 2 and 3
Coordinate all hazardous material
shipments with the Airlift Contractor as
required.
Notify the NWSO TA of any Airlift
Carrier maintenance impacting
Contractor's operations.
Review all Airlift Carrier provided flight
logs for completeness and accuracy.
Sign the flight logs signifying they are
complete and correct. There must be a
flight log for every flight.
AIRLIFT
09, September, 2013
2012-03-30
10.C.10
2011-11-22
10.C.9
2011-09-16
10.C.8
2011-09-16
10.C.7
2013-08-22
10.C.6
2013-08-22
10.C.5
Line Item
NWS
Section 10
Restricted - Contracts
Contractor will not be towing aircraft. That will be
accomplished by Carrier.
No other related information.
No other related information.
Provide notification to the air carrier that he is
transporting hazardous material on the flight manifest.
Notify the NWSO TA within 24 hours of any maintenance
required by the Airlift Carrier when said maintenance
impacts the Contractor's maintenance or project
schedule. Provide an impact statement on what the
unavailability of airlift will have. In accordance with
10.F.12 and 10.F.3, provide mitigating measures to
eliminate or reduce these impacts. As per 10.E.1,
alternate airlift may be provided by Canada in these
instances.
Ensure that flight logs (reference 10.F.4) include the
following:
(1) number of legs and actual destination(s) including
any aborted legs;
(2) time up and time down for each leg;
(3) flight time and distance for each leg;
(4) fuel consumed for each leg;
(5) refuelling location, if any, to include tank number (if
NWS fuel tank) and quantity taken;
(6) description and weight of cargo for each leg;
(7) number of passengers for each leg; and
(8) if flight has cost-reimbursable charges.
Contractor must not sign Flight Log if information is
incomplete.
Related Information
Restricted - Contracts
1 vehicle at each location.
47 sites
24/7 365 days a week
150 times per year
Estimated at 10 instances
annually.
Estimated average rotary wing
flights annually by Zone:
Zone 1: 240;
Zone 2: 164
Zone 3: 197:
Zone 4: 137;
Zone 5: 173.
Estimated average fixed wing
flights annually by Zone:
Zone 1: 78;
Zone 2: 30;
Zone 3: 48;
Zone 4: 54;
Zone 5: 44.
Estimated Qty
Page 118 of 216
A vehicle (GFE) capable of towing aircraft
shall be made available to the Carrier
when requested, 100% of the time.
Ensure site 115V electricity and electrical
hook-up is made available to airlift carriers
at all NWS sites 100% of the time when
requested by the airlift contractor.
Hangar space at LSS Cambridge Bay and
LSS Hall Beach shall be made available
to the airlift contractor 100% of the time
when requested by the airlift contractor.
100% of the time.
Notify the NWSO TA of any
maintenance/schedule delay due to the
Air Carrier within 48 hours 100% of the
time.
Comply 100% of the time. Notify NWSO
TA of incomplete Flight Logs by next
weekly update 100% of the time; and/or if
not provided, the Contractor must notify
the NWSO TA this situation by the next
weekly update 100% of the time.
Performance Standard
SOR
Major Requirement
INDEFINITE QUANTITY (IQ)
REQUIREMENTS
Provide additional airlift.
10.E
10.E.1
09, September, 2013
2011-09-16
10.E.2
There are no other pre-determined IQ
requirements associated with this
section, IQ may be ordered by the
Project Authority on an as required
basis for any work within the scope of
this section.
Nil
10.D.1
2012-06-08
WATCH KEEPING REQUIREMENTS
Deploy GFE portable heaters to
support rotary wing operations.
Attend semi-annual Airlift and Bulk
Fuels Meeting and brief the airlift
program.
Provide Aviation Fuel for Airlift Carrier.
Action aircraft incidents.
Action instances of aircraft overdue.
AIRLIFT
10.D
2013-08-22
10.C.16
2013-03-18
10.C.15
2013-08-22
10.C.13
2012-09-14
10.C.12
2012-09-14
10.C.11
Line Item
NWS
Section 10
Restricted - Contracts
See Contract Terms and Conditions for details regarding
negotiation of the IQ job.
Where Government Contracted Airlift is unavailable or is
otherwise insufficient to meet the requirements of this
SOW, additional airlift may be provided by Canada on a
cost reimbursable basis.
At the request of the rotary wing crew, deploy GFE
portable heaters to support rotary wing operations.
Attend semi-annual Airlift and Bulk Fuels Meeting and
brief the airlift program.
If available and not in quarantine, provide the capability
for authorized aircrews to refuel at NWS sites detailed in
Table 10-1. Ensure certified aviation fuel and necessary
connections at these sites.
Action aircraft incidents to provide support/assistance as
required to preserve life, property and the environment.
In cases where an emergency landing is required at an
NWS site, implement the Emergency Response Plan.
Render first aid for any personnel injured. In case of
fire, take action to evacuate passengers and extinguish
the fire. In cases of a catastrophic incident, preserve the
scene for investigation. Submit incident reports as per
10.F.8.
Action instances of aircraft which are 30 minutes
overdue at their scheduled destination and for which the
position is unknown. The Contractor shall take action to
follow-up with NavCan Flight Services to ascertain the
status of the aircraft.
Related Information
Restricted - Contracts
Nothing additional
Estimated at 72 deployments
annually.
2 meetings annually.
Refuelling locations as per
Table 10-1.
An average of 3 aircraft
incidents annually.
An average of 1 incident of
aircraft overdue annually.
Estimated Qty
Page 119 of 216
All jobs completed to the agreed standard
of quality. 90% of jobs completed by the
agreed completion date. All jobs
completed no later than 10% of the
Conduct Period beyond the agreed
completion date.
100% compliance with rotary wing crew
request for deployment of heaters.
No example of the briefings not being
made.
Performed 100% of the time as required.
No instance of an aircraft incident not
being actioned.
No instance of an aircraft overdue not
being actioned.
Performance Standard
SOR
Maintain a repository of flight logs.
Provide Monthly Air Carrier
Performance Assessment Report
09, September, 2013
2013-08-22
10.F.4
2012-09-14
10.F.3
2013-03-09
10.F.2
Provide Monthly Airlift schedule
Forecast Annual Airlift
2013-03-09
10.F.1
Major Requirement
RECORDS AND DELIVERABLES
AIRLIFT
10.F
Line Item
NWS
Section 10
Restricted - Contracts
Maintain a repository of flight logs and submit copies to
NWSO TA on an as requested basis. Flight Log should
be in the repository within 48 hours after receipt.
Utilizing the CPAR reference document evaluate the Air
Carrier’s performance for the preceding month and
submit to the NWSO TA by the tenth day of each month,
to include: availability of the aircraft to support the flying
schedule; air carrier controlled flight delays; and
statement certifying quality of service provided by the Air
Carrier.
Produce and maintain a monthly airlift schedule and
submit to the NWS TA by the twenty-fifth day of each
month for the following month. Ensure that the schedule
identifies zone, date, aircraft type and task type and
estimated hours/miles. Provide a variance report in
narrative format with the weekly update to clearly explain
all changes, including:
1. aborted flights;
2. scheduled flights which did not occur;
3. unscheduled flights which occurred.
Include applicable back up documentation e.g. flight
logs, weather reports, ESRs, Work Orders etc. to
substantiate the variances. Submit the document to the
NWSO TA by Tuesday of each week. Update the
current monthly schedule weekly to reflect actual flight
occurrences and any scheduled changes.
Produce, maintain and provide to the NWSO TA an
annual airlift requirement forecast of hours/miles/aircraft
type for the period 01 October to 30 September, as
follows: (1) by the end of the transition in period for the
first year of the Contract to reflect current year and
following year requirements; and (2) by 31 August of the
second contract year and for subsequent years to reflect
the current year and following year airlift requirements.
Ensure that forecasts are divided by zone, by aircraft
type (rotary/fixed-wing) and by task type. Document is
broken into two parts: a planning document reflecting
each airlift requirement; and, a summary document
reflecting the total requirement.
Related Information
Restricted - Contracts
900 flight logs/year
12 reports/year for each of the
7 carriers
64 schedules/year
(12 monthly schedules + 52
weekly updates = 64
submissions).
1 report/year based on the
requirements for 8 airlift
contracts.
Estimated Qty
Page 120 of 216
Data on the flight log shall be correct
100% of the time and have 100% on time
delivery.
Provide all data entry requirements 100%
of the time. Meet required delivery date
100% of the time.
All schedules are to be submitted. No
more than 6 schedules submitted later
than as required in Related Information.
Schedules must reflect a cumulative
accuracy of 90% of execution for required
flights and hours/miles when compared to
the original submitted airlift requirement
for the year. Exceptions will be allowed
for weather, SAR, IQ/CSR/TPS
cancellations, and emergency situations.
100% of meeting required delivery dates.
Forecast must reflect a minimum of 90%
accuracy in current year execution for
each airlift contract requirement.
Performance Standard
SOR
Major Requirement
Submit aircraft incident reports.
Provide Bulk Fuel Resupply Airlift
Forecast
Maintain a repository of flight manifest
Provide a flight manifest to the Airlift
Carrier for each flight that occurs in the
five NWS zones.
AIRLIFT
09, September, 2013
2013-08-22
10.F.8
2013-08-22
10.F.7
2013-08-22
10.F.6
2013-08-22
10.F.5
Line Item
NWS
Section 10
Restricted - Contracts
In conjunction with 10.C.12, submit initial and follow-up
reports for aircraft incidents. The initial report shall be
submitted within 6 hours of the incident occurring, with
follow-up reports submitted as required until the incident
has been fully investigated, and corrective action has
been completed. Should the aircraft incident constitute
an emergency, activate the Emergency Response Plan,
as per Section 2.C.9. Follow-up reports are to document
the status of the investigation and corrective actions
which are planned/completed until such time as the
incident is considered closed. Review and update the
Risk Management Plan, Section 2.C.4, as warranted.
Ensure that the airlift schedule details the requirement
for both rotary-wing aircraft and for a heavy lift fixed-wing
aircraft to transfer fuel from Hall Beach to LRR FOX-3.
Produce, maintain and submit to NWS TA an annual
airlift requirement forecast for the transfer of bulk fuel by
air, for the period 01 October to 30 September,
(1) by the end of the transition in period for the first year
of the Contract;
(2) by 31 August for subsequent years.
Maintain a repository of flight manifest and submit
copies to NWSO TA on an as requested basis. Flight
Log should be in the repository within 48 hours after
receipt.
Prior to aircraft departure, provide the following
information from the flight manifest to the aircraft pilot for
preparation of the flight log:
(1) proposed destination(s);
(2) Listing of cargo, including weight;
(3) names and number of passengers;
(4) unique flight number;
(5) purpose of trip; and
(6) notification of HAZMAT material being transported.
Following review and certification of the flight log, update
the flight manifest with accurate information pertaining to
the actual flight. Maintain flight manifests and logs on file
for audit purposes for the duration of the contract.
Related Information
Restricted - Contracts
3 reports annually.
2 reports first year, 1 report
per year thereafter.
900 manifests/year
900 flights/year
Estimated Qty
Page 121 of 216
No example of the report not being
submitted within the required timeline.
100% of meeting required delivery dates.
Forecast must reflect a 95% accuracy in
estimation of total bulk fuel airlift
requirement.
Data on the flight manifests shall be
correct 100% of the time and have 100%
on time delivery
Provide all information required 100% of
the time with 100% accuracy
Performance Standard
SOR
Major Requirement
Provide Impact Statement
Provide airlift Plan
Prepare Airlift and Bulk Meeting
briefing on airlift.
Maintain Bulk Fuel Tank List
AIRLIFT
09, September, 2013
2013-08-22
10.F.12
2013-08-22
10.F.11
2013-03-18
10.F.10
2013-08-22
10.F.9
Line Item
NWS
Section 10
Restricted - Contracts
For airlift down time provide impact statement as per
10.C.6.
Provide and maintain an airlift program plan. per 10.C.1.
Prepare Airlift and Bulk Meeting briefing on airlift, as per
10.C.15.
Maintain and provide a list of bulk fuel tanks which are
aviation-certified to any authorized aircrew accessing
NWS fuel. Current list is provided as reference 10.A.3.b.
Related Information
Restricted - Contracts
7 instances
1 Plan Annually
2 briefings annually.
Updated and provided as
required when tanks are
added or removed from
service, or when fuel in these
tanks is quarantined.
Estimated Qty
Page 122 of 216
No Instance of the impact statement not
being submitted.
No instance of the plan not being
submitted.
No example of the briefings not being
prepared.
Delivered 100% of the time with 100%
data accuracy.
Performance Standard
SOR
Procure and manage a sealift cargo capability for the movement of Government-furnished and Contractor-furnished equipment
and material excluding bulk fuel as follows:
(1) movement of cargo to NWS sites;
(2) lateral movement of cargo between sites; and
(3) retrograde of cargo including waste and hazardous waste from NWS sites.
11.A.1.a
Nothing Specific
SAFETY PROVISIONS
There are no specific safety provisions.
DESCRIPTION OF EXISTING CONDITIONS
Airlift transportation is provided by the USAF to move cargo to FOX-3 from LSS-F, Hall Beach. Where cargo is required for the
implementation of preventive or corrective maintenance, and the weight and cube of that cargo can be accommodated by
airframes under USAF provided Airlift contracts, then lateral movement of cargo is allowable under those contracts. All other
cargo movement is the responsibility of the Contractor. The Contractor can utilize available space on the fuel barges that have
been contracted by USAF for bulk fuel transfer for the western NWS sites. The only charge should be that of gross weight of
material moved since the base fee has already been paid for by the USAF through the weight of the bulk fuel transported.
11.A.3.a
11.A.4
11.A.4.a
11.A.5
11.A.5.a
09, September, 2013
11.B
PERSONNEL QUALIFICATIONS
Restricted - Contracts
All assets are to be maintained to provide functionality 24/7. Point of contact to be available as per Section 2.A.6.a.
11.A.6.a
2012-06-15
HOURS OF OPERATIONS
11.A.6
2013-03-14
REFERENCES The notations against the references have the following meanings: M - Adherence to the policies, procedures,
act, orders and regulations contained therein is mandatory. G - The policies and procedures contained therein are not
mandatory, but proposals for alternatives must be submitted in full detail to, and be accepted by the Project Authority.
Furthermore, alternatives must fully interface with procedures in use globally.
11.A.3
2012-06-18
11.A.2.a
For definition of terms see Section 1.A PROJECT BACKGROUND, Attachment "SOW Section 1: NORTH WARNING SYSTEM
CONCEPT OF OPERATIONS AND MAINTENANCE".
DEFINITIONS
11.A.2
2012-06-18
Investigate and employ the most cost effective method for movement of cargo in support of NWS operations.
11.A.1.b
2013-08-22
SCOPE OF WORK
11.A.1
Information and Qualifications
Restricted - Contracts
GENERAL REQUIREMENTS
CARGO MOVEMENT
11.A
Line Item
NWS
Section 11
Page 123 of 216
SOR
Information and Qualifications
Restricted - Contracts
Restricted - Contracts
All personnel shall meet the requisite security requirements, as defined by the Security Requirements Checklist (SRCL) before
being allowed to visit or work in any NWS sites, LSSs, and North Bay NWS locations.
SECURITY
All personnel providing service within this section shall hold the qualifications necessary to perform the task assigned to them.
TRAINING AND EXPERIENCE
CARGO MOVEMENT
09, September, 2013
2012-06-18
11.B.2.a
2012-06-18
11.B.2
2012-06-18
11.B.1.a
2013-03-21
11.B.1
Line Item
NWS
Section 11
Page 124 of 216
SOR
09, September, 2013
2013-08-22
11.C.2
Establish Shipping Agent Contracts as
required.
Implement the Cargo Movement Plan.
11.C.1
2013-08-22
PERFORMANCE REQUIREMENTS
Major Requirement
CARGO MOVEMENT
11.C
Line Item
NWS
Section 11
Restricted - Contracts
Establish contracts for freight forwarding of the cargo
requirements of the NWS sites to shipping agents at the
embarkation ports, and submit in accordance with
11.F.2.
Implement the Cargo Movement Plan (ref. 11.F.1) for the
activities of 11.C.2 and 11.C.3 to manage and control
the delivery, transfer and retrograde of cargo in support
of NWS operations. The plan should include ground
transportation, airlift and sea lift as deemed appropriate
by the Contractor.
Related Information
Restricted - Contracts
2 contracts per year.
Implementation of 1 plan.
Estimated Qty
Page 125 of 216
Contracts are established to meet
movement requirements 100% of the
time.
95% compliance of plan execution.
Performance Standard
SOR
Manage all cargo movement activities.
Major Requirement
CARGO MOVEMENT
09, September, 2013
2013-08-22
11.C.3
Line Item
NWS
Section 11
Restricted - Contracts
Manage all cargo movement activities including but not
limited to the following:
(1) Arrange contracts for cargo and submit as per
11.F.2;
(2) Assemble a detailed cargo requirement list and
submit as per 11.F.3;
(3) Plan, organize and document all cargo activities and
submit as per 11.F.3;
(4) Coordinate the movement of cargo from the vendor
to the points of embarkation;
(5) Coordinate the loading and offloading operation
between the carrier and Contractor personnel;
(6) Prepare hazardous materials cargo for transport;
(7) Prepare retrograde cargo and cargo to be transferred
for shipment and place it at the site warehouse or high
water mark as agreed with the carrier (material must be
removed within a year);
(8) Ensure that MSE or other cargo support equipment is
serviceable and available;
(9) Communicate with carriers to establish exact date
and time of arrivals;
(10) Receipt and warehouse cargo within 30 days of
delivery; and
(11) Provide road transportation where physically and
economically possible.
Related Information
Restricted - Contracts
Estimated average annual
cargo movement for a typical
SRR site:
Northbound sealift: 3 tonnes;
Southbound sealift: 0 tonnes;
Inbound airlift: 8.25 tonnes;
Outbound airlift: 6.5 tonnes.
Estimated average annual
cargo movement for a typical
unattended LRR site:
Northbound sealift: 95 tonnes;
Southbound sealift: 13.5
tonnes;
Inbound airlift: 30.5 tonnes;
Outbound airlift: 23 tonnes.
Estimated average annual
cargo movement for LSS-C
(CAM-MAIN):
Northbound sealift: 46 tonnes;
Southbound sealift: 36
tonnes;
Inbound airlift: 40 tonnes;
Outbound airlift: 46 tonnes;
Inbound commercial airlift: 52
tonnes;
Outbound commercial airlift:
13 tonnes.
Estimated average annual
cargo movement for LSS-F
(FOX-MAIN):
Northbound sealift: 147
tonnes;
Southbound sealift: 74
tonnes;
Inbound airlift: 46 tonnes;
Outbound airlift: 53 tonnes;
Inbound commercial airlift: 33
tonnes;
Outbound commercial airlift:
25 tonnes;
Inbound C-130 airlift: 32.5
tonnes;
Outbound C-130 airlift: 24.5
tonnes.
Estimated Qty
Page 126 of 216
No incident of retrograde material being
stored at beach head in excess of 1 year.
Maintenance and/or work projects shall
not be impacted due to lack of planning
cargo material movement 98% of the time.
Performance Standard
SOR
INDEFINITE QUANTITY (IQ)
REQUIREMENTS
Provide for additional cargo
movement.
11.E
11.E.1
Document Cargo Activities.
09, September, 2013
2013-08-23
11.F.3
2012-04-10
11.F.2
Submit cargo movement contracts.
Provide and maintain a Cargo
Movement Plan
11.F.1
2013-08-22
RECORDS AND DELIVERABLES
11.F
2011-11-22
11.E.2
There are no other pre-determined IQ
requirements associated with this
section, IQ may be ordered by the
Project Authority on an as required
basis for any work within the scope of
this section.
Nil
11.D.1
2012-09-14
WATCH KEEPING REQUIREMENTS
Provide wildlife protection.
Major Requirement
CARGO MOVEMENT
11.D
2013-03-09
11.C.4
Line Item
NWS
Section 11
Restricted - Contracts
Document all activities performed in 11.C.3 and submit
listings of cargo to be moved annually at the request of
the NWSO TA. The request is to be filled within 2
business days. The final Sealift Consists to be provided
one week after sailing. IQ items shall be separated from
fixed-price items.
Submit cargo movement contracts at the request of the
NWSO TA within two business days.
Provide and maintain a Cargo Movement Plan,
implemented at 11.C.1. The Plan shall cover, at a
minimum, the Contractor's approach to: 1) procurement
and management of a sea lift capability; 2) establishing
shipping agent contracts; 3) managing all cargo activities
in accordance with 11.C.3; and, 4) provision of wildlife
monitoring services. The Plan shall have associated
documented procedures compliant to ISO standards.
The Plan shall be reviewed and updated at a minimum
annually. One hard copy of the controlled Plan is to be
delivered to the NWSO TA.
See Contract Terms and Conditions for details regarding
negotiation of the IQ job.
Provide additional cargo movement as required by the
NWSO TA for items not covered under the fixed price of
the contract on a reimbursable basis. Cargo will be
primarily for IQ project material.
Make provisions for wildlife protection in support of cargo
movement operations at NWS sites.
Related Information
Restricted - Contracts
Two listings annually.
FOX-M/FOX-3 Listing and the
Sealift Consist List Provided
Annually.
Estimated at one request
annually.
1 Plan.
Nothing additional
Estimated an average of 7
additional cargo movements
annually.
27 sites per year average.
Estimated Qty
Page 127 of 216
No example of the request not being
actioned. No example of the
SealifConsists not being provided within
the timeframe specified.
No example of the request not being
actioned.
No instance of the Plan not being
available. No instance of the Plan not
being updated at a minimum annually.
Not more than 3 technical errors or
omissions in the plan upon review and
audit by the NWSO TA. No example of a
controlled copy of the Plan not being
provided to the NWSO TA. Plan should
reflect a 95% accuracy of actual
execution.
All jobs completed to the agreed standard
of quality. 90% of jobs completed by the
agreed completion date. All jobs
completed no later than 10% of the
Conduct Period beyond the agreed
completion date.
No example of cargo movements not
happening due to circumstances within
the Contractor's control.
Performed 100% of the time as required.
Performance Standard
SOR
NWS GFE MSE PM Program.
12.A.3.c
DESCRIPTION OF EXISTING CONDITIONS
The current vehicles and equipment held at NWS locations and available for the Contractor's use are detailed in Table 12-1.
There are approximately 170 pieces of equipment at both attended (2) and unattended (9) NWS locations as dictated by
operational requirements and this provision of the SOW.
12.A.5
12.A.5.a
09, September, 2013
2012-11-05
12.A.5.b
Restricted - Contracts
The vehicles listed in Table 12-5 include Administrative Support vehicles - passenger/light cargo carrying vehicles at NWS
locations Inuvik, NWT, Iqaluit, Nunavut; Goose Bay, Newfoundland Labrador; and, North Bay, Ontario, may be retained by the
Contractor for one year post contract award. Thereafter, all Contractor required Administrative Support vehicles at these
locations will be furnished by Contractor. The current GFE MSE will be disposed of in accordance with Section 8.C.11.c of the
SOW.
See paragraph 2.A.4 for General Safety provisions.
12.A.4.a
2011-05-18
SAFETY PROVISIONS
12.A.4
2012-06-12
Manufacturers' (OEM) specifications and recommendations for use, servicing, maintenance and repair of GFE MSE. Table 12-1
refers. (M)
CSA B620 - Highway Tanks and Portable Tanks for the Transportation of Dangerous Goods, most recent edition (M)
REFERENCES
The notation (M) against references within this Section has the following meaning: Adherence to the policies, procedures, act,
orders and regulations contained therein is mandatory. When discrepancies exist between publications, that most stringent
requirement will be followed unless written authority is granted by NWSO Technical Authority (TA).
For definition of terms see Section 1.A PROJECT BACKGROUND, Attachment "SOW Section 1: NORTH WARNING SYSTEM
CONCEPT OF OPERATIONS AND MAINTENANCE".
DEFINITIONS
NWSO TA retains the right to conduct Technical Inspections of the GFE MSE fleet.
12.A.3.b
2013-03-09
12.A.3.a
2013-09-05
12.A.3
2012-06-18
12.A.2.a
2012-06-18
12.A.2
2009-09-24
12.A.1.c
2011-05-18
12.A.1.b
Accident damage to GFE MSE caused by Contractor personnel is reported and repaired at the Contractor's expense.
Manage and control NWS Government Furnished Equipment (GFE) Mobile Support Equipment (MSE) assets to support work
detailed in this SOW. Ensure that GFE MSE is used for its intended/designed purpose. This includes personnel and cargo
movement; construction equipment; and, provision of vehicle maintenance services including washing and cleaning. Report on
the operation, inspection, servicing and maintenance of Department of National Defence (DND) owned equipment GFE MSE.
2012-06-11
12.A.1.a
Information and Qualifications
Restricted - Contracts
SCOPE OF WORK
GENERAL REQUIREMENTS
VEHICLES AND MOBILE SUPPORT EQUIPMENT
12.A.1
2009-10-01
12.A
Line Item
NWS
Section 12
Page 128 of 216
SOR
All assets are to be maintained to provide functionality 24/7. Point of contact to be available as per Section 2.A.6.a.
Restricted - Contracts
All personnel shall meet the requisite security requirements, as defined by the Security Requirements Checklist (SRCL) before
being allowed to visit or work in any NWS sites, LSSs, and North Bay NWS locations.
SECURITY
Drivers and Operators of Personal Occupancy Vehicles and Heavy Equipment are to be fully trained and licensed to operate the
type of vehicle and or equipment assigned. Qualifications will be in accordance with current Provincial/Territorial Regulations the
vehicle and or equipment will be operated in.
Heavy Equipment Mechanics shall be a qualified 420A or equivalent and possess the diesel endorsement. 420A is restricted to
Off-Road equipment/earth moving equipment i.e. graders, loaders and backhoes. Heavy Equipment Mechanics shall also be
qualified to maintain the specialty vehicles in Table 12-1. A Provincial or Territorial Certificate of Qualification is required. Military
QL 5, journeymen qualifications with appropriate qualification with 5 years proven hands-on field experience within the last 10
years in heavy equipment could also be considered.
Vehicle technicians shall be a qualified Motor Vehicle Mechanic 310S and/or 310T including diesel endorsement. Note: 310S
Automotive service Technician up to 9,000Kg. A Provincial or Territorial Certificate of Qualification is required. Military QL 5,
journeymen qualifications with appropriate qualification with 5 years proven hands-on field experience within the last 10 years in
vehicle maintenance could also be considered.
Operators of GFE MSE being operated on airport ramps or runways shall be authorized to do so by the appropriate Airport
Authority.
Operators of GFE MSE shall complete a Safe Backing Course and if so employed shall be experienced or trained on driving
vehicles with attached trailer.
09, September, 2013
2012-06-18
12.B.2.a
2012-06-18
12.B.2
2012-06-11
12.B.1.i
2009-08-11
12.B.1.h
2009-08-11
12.B.1.g
2009-08-11
12.B.1.f
2011-05-18
12.B.1.e
2012-06-11
12.B.1.d
Operators of GFE MSE containing or coming in contact with hazardous material shall have TDG training.
Operators of GFE MSE shall possess air brake certification.
12.B.1.c
2012-06-11
Operators of GFE MSE shall be qualified in accordance with current Provincial or Territorial Regulations for vehicle class being
operated.
12.B.1.b
2009-06-29
12.B.1.a
GFE MSE Maintenance Coordinator (GFE MSE Maint Coord) shall be trained and experienced to maintain vehicles/equipment at
Table 12-1 and be current on vehicle component diagnostic equipment and meet the qualifications at 12.B.2 through 12. B.8.
TRAINING AND EXPERIENCE
12.B.1
2013-03-09
PERSONNEL QUALIFICATIONS
12.B
2012-06-15
12.A.6.a
Information and Qualifications
Restricted - Contracts
HOURS OF OPERATION
VEHICLES AND MOBILE SUPPORT EQUIPMENT
12.A.6
Line Item
NWS
Section 12
Page 129 of 216
SOR
Maintain vehicle/equipment location
and status system.
12.C.1.a
09, September, 2013
2013-08-23
12.C.2.b
Perform annual Limited Technical
Inspections (LTI's).
Implement Vehicle and Mobile Support
Equipment Maintenance Plan.
12.C.2.a
2012-06-12
MAINTENANCE
Maintain annual certification of fuel
trucks.
Track hours, oil burnt and fuel used by
vehicles and MSE.
12.C.2
2013-03-09
12.C.1.d
2013-03-09
12.C.1.c
2012-09-14
12.C.1.b
Perform GFE MSE accident/incident
notification and investigation.
OPERATIONS
12.C.1
2013-08-23
PERFORMANCE REQUIREMENTS
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
Each vehicle and vehicle component and system to be
inspected and necessary repair parts are determined
and recommended repair options are costed. Where
spare parts are recommended as a result of the annual
LTI's, a breakdown of funds recommended shall be
presented by site and unit. The mechanical inspection
and recommended repair action portions of the LTI form
at Table 12-2 are to be completed at respective NWS
locations, 12.F.3 refers. In addition to annually, LTIs are
to be performed under the following circumstances: (1)
upon acceptance of new GFE MSE; (2) when GFE MSE
is recommended for disposal; (3) upon loan to NWS
sponsored agency or personnel and upon return from
such loan; and (4) upon use on NWS approved projects
and upon return from such use.
Implement Vehicle and Mobile Support Equipment
Maintenance Plan in accordance with 12.F.1.
Maintain certification of fuel trucks as required by CSA
B620. Submit certification reports as per 12.F.11.
Track running hours, total fuel consumption in litres and
total engine oil used (burnt) in litres on all vehicles and
MSE by zone. Submit quarterly reports as per 12.F.8.
Report all vehicle accidents, including those by third
parties, to the NWSO TA in accordance with 12.F.5.
Conduct investigations as required to determine the root
cause and preventive actions to prevent a recurrence.
Maintain vehicle/equipment location and status both
remotely and at the site level. Indicate each vehicle's
serviceability status, next inspection frequency, defect if
unserviceable, site location and if dispatched, location
and nature of duties. If vehicle is assigned to a function,
the function and the operator is to be indicated, where
practical. Report in accordance with 12.F.9.
VEHICLES AND MOBILE SUPPORT EQUIPMENT
12.C
Line Item
NWS
Section 12
Estimated 230 LTIs annually.
Table 12-1 refers.
1 Plan
Annual certification for all fuel
trucks as per Table 12-5.
Continuous tracking when
vehicles and MSE are used.
Average of 9 incidents
annually.
One system.
Estimated Qty
Page 130 of 216
95% of annual LTIs completed on all GFE
MSE by 01 December. All relevant
header and inspection criterion completed
per legend. No conflicts with
recommended repair action.
No instance of vehicle or MSE failure due
to not adhering to the plan.
All fuel trucks in service shall have a
current valid certification.
Not more than 3 instances annually of this
information not being tracked and
recorded.
No incidence of GFE MSE accident
damage not being reported.
No more than 1 error at any one point in
time. No instance of repeated errors. No
more than 2 field omissions at any one
point in time. No instance of omission of
vehicle/equipment on display board.
Performance Standard
SOR
WATCH KEEPING REQUIREMENTS
There are no watch keeping
requirements in this section.
INDEFINITE QUANTITY
12.D
12.D.1
12.E
09, September, 2013
GENERAL
Manage and implement procurement
of vehicle and MSE spares.
Track vehicle and MSE cumulative
cost data.
Provide recovery and/or breakdown
service (Service Calls) at NWS LRR
locations.
Perform CM Repair of all
vehicles/equipment defects identified
during LTIs, PMs or vehicle/equipment
operation.
Perform PM on all vehicles/equipment
and related attachments.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
Manage and implement the procurement of vehicle and
MSE spares. In cases of unforeseen circumstances,
with the exception of those arising from LTIs, provide
quotes, justification and an impact statement for spares
over $1,000. No procurement of aforementioned spares
without prior approval from the NWSO TA. Submit
quotes, justification and impact statement to the NWSO
TA as per 12.F.13.
Track vehicle and MSE cumulative cost data. Submit
annual vehicle and MSE cumulative cost data report as
per 12.F.2.
Provide as required on-site repair and towing services.
Breakdown includes, but is not limited to, boosting
batteries, tire/track repair, refuelling activities. Within
capabilities utilizing non-conventional recovery
equipment such as dump trucks, graders, dozers or
front-end loaders to provide recovery and heavy lift
assistance. Maintain a recovery/breakdown log as per
12.F.7.
Perform CM activities on GFE MSE up to the MSE job
limit. Determine maintenance requirements through
inspections and observations and perform all related
tasks in accordance with applicable manufacturer's
(OEM) specifications and recommendations or
Contractor proposed, NWSO TA approved procedures.
Conduct PM on GFE MSE listed in accordance with the
PM plan detailed in 12.F.10. Determine vehicle
maintenance requirements through inspections and
observations and perform all related tasks in accordance
with applicable manufacturer's (OEM) recommendations
and specifications. When vehicles are in use, the 10
hour PM may be performed as a daily or pre-operation
inspection by the assigned vehicle/equipment operator.
VEHICLES AND MOBILE SUPPORT EQUIPMENT
12.C.3
2013-08-23
12.C.2.g
2013-03-09
12.C.2.f
2013-03-18
12.C.2.e
2013-08-23
12.C.2.d
2013-08-23
12.C.2.c
Line Item
NWS
Section 12
Approximately $250K in
procurement annually.
Track required data for
vehicles included in Table
12-5.
Estimated at 2 recoveries per
year.
Estimated 300 CM work
orders per year.
See Table 12-1
Estimated Qty
Page 131 of 216
Contractor to demonstrate documented
processes and procedures to manage the
procurement of MSE spares. No example
of spares in excess of $1,000 in value
being procured without prior authorization
by the NWSO TA.
Contractor to demonstrate upon audit that
procedures are in place for tracking of the
required information.
Recovery services provided without
negative impact to Site operations or
project activities 98% of the time.
Recovery operations to be conducted in
such a manner as to avoid additional
damage to the equipment or the terrain
100% of the time.
No more than 10% repairs required on
previously repaired components in current
contract year. No instances of warranty
repairs performed as out of warranty
repair.
Perform PM inspections on all GFE MSE
assets in accordance with the PM plan
98% of the time. CAT 1 GFE MSE is
available to support essential Site
operations. CAT 2 GFE MSE is available
to support normal Site operations on
demand.
Performance Standard
SOR
09, September, 2013
2013-03-09
12.F.2
Provide annual vehicle and MSE
cumulative cost data report.
Provide and maintain a Vehicle and
Mobile Support Equipment
Maintenance Plan
12.F.1
2012-09-14
RECORDS AND DELIVERABLES
There are no other pre-determined IQ
requirements associated with this
section, IQ may be ordered by the
Project Authority on an as required
basis for any work within the scope of
this section.
Perform CM on GFE MSE beyond the
MSE job limit.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
Provide annual vehicle and MSE cumulative cost data
report. The report will have the following data fields at a
minimum: NWS Location; NWS Catalogue Identifier
(NWSCI); Canadian Forces Registration Number
(CFR#); Equipment Description; Work Order Number
(WO#); Work Order Date (day-month-year); Description
of Maintenance Performed; Material and Labour Cost;
and, Cost to Date. Report data by Zone, By Site, by
Vehicle from in-service date to date being reported for
each GFE MSE assets. Refer to Table 12-5.
Provide and maintain a Vehicle and Mobile Support
Equipment Maintenance Plan. The Plan shall cover, at a
minimum, the Contractor's approach to: 1) maintaining
vehicle/equipment status; 2) reporting and investigating
vehicle incidents; 3) performing annual LTIs; 4)
performing PM on vehicle and equipment; 5) performing
CM on equipment and vehicles; 6) provision of recovery
and/or breakdown services at LRR sites; and, 7)
provision of customer support for responding to queries,
joint technical review meetings, and technical
inspections. The Plan shall be reviewed and updated at
a minimum annually. One hard copy of the controlled
Plan is to be delivered to the NWSO TA.
See Contract Terms and Conditions for details regarding
negotiation of the IQ job.
Perform CM on GFE MSE beyond the MSE job limit.
VEHICLES AND MOBILE SUPPORT EQUIPMENT
12.F
2011-12-09
12.E.2
2013-08-23
12.E.1
Line Item
NWS
Section 12
1 annual report.
1 Plan.
Nothing additional.
10 per year.
Estimated Qty
Page 132 of 216
Received by 1 December each year 100%
of the time. Errors and omissions correct
within five business days 100% of the
time.
No example of the Plan not being
available. No instance of the Plan not
being updated at a minimum annually.
Not more than 3 technical errors or
omissions in the plan upon review and
audit by the NWSO TA. No example of a
controlled copy of the Plan not being
provided to the NWSO TA.
All jobs completed to the agreed standard
of quality. 90% of jobs completed by the
agreed completion date. All jobs
completed no later than 10% of the
Conduct Period beyond the agreed
completion date.
No instance of commencing the work
without authorization by the NWSO TA
100% of the time. All jobs completed to
the agreed standard of quality 98% of the
time. 90% of jobs completed by the
agreed completion date. Remaining 10%
to be completed within the contract year
unless TA agrees to cross into next
contract year.
Performance Standard
SOR
Submit quarterly vehicle and MSE
hours, oil burnt and fuel tracking
report.
Maintain LRR Site recovery/service call
activity log.
Submit GFE and MSE vehicle incident
reports.
Provide a list of GFE MSE that is
recommended for replacement.
Provide Limited Technical Inspection
(LTI) Reports.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
As per 12.C.1.c, submit quarterly report on running
hours, total fuel consumption in litres and total engine oil
used (burnt) in litres on all vehicles and MSE by zone.
The report is to be in a format proposed by the
Contractor, and accepted by Canada. Quarters are to
run on calendar year. Reports are to be submitted by
the 15th day of the month following the quarter being
reported.
Report to include GFE MSE and personnel involved,
nature of recovery/service call and timings.
In conjunction with 12.C.1.b, submit initial and follow-up
reports for vehicle incidents. Incorporate Table 12-5 MSE Accident Report Template into the report. The
initial report shall be submitted within 8 hours of the fire
occurring, with follow-up reports submitted as required
until the incident has been fully investigated, and
corrective action has been completed. Follow-up reports
are to document the status of the investigation and
corrective actions which are planned/completed until
such time as the incident is considered closed. Update
the Risk Management Plan, Section 2.C.4, as warranted
to eliminate or mitigate the chance of similar vehicle
incidents from recurring.
Provide a list of GFE MSE that is recommended for
replacement. Replacements are to be justified through
LCMM best practices, as defined in Section 15. The list
is to be provided to the NWSO TA annually by 15
December.
Document results of each LTI. LTI form at Table 12-2 or
Contractor proposed, NWSO TA approved format to be
used. Header information must be complete and
accurate. All inspection and maintenance requirements
to be indicated and the required repair parts to be priced
and totalled. When requested, the Contractor GFE MSE
Maint Coord must be prepared to recommend
appropriate corrective action.
VEHICLES AND MOBILE SUPPORT EQUIPMENT
09, September, 2013
2013-03-09
12.F.8
2013-03-09
12.F.7
2013-03-14
12.F.5
2012-07-09
12.F.4
2013-03-18
12.F.3
Line Item
NWS
Section 12
4 reports per year.
1 at each Site with GFE MSE
assets.
9 per year
1 list, submitted 15 December.
170 LTIs. Annually by 01
December.
Estimated Qty
Page 133 of 216
All reports to be submitted with not more
than 1 instance annually of it being
submitted late to the NWSO TA.
100% compliance.
Not more than 1 incident report not
submitted within the required timeline.
Received by 15 December 100% of the
time.
Provide reports by 1 December 100% of
the time. Errors and omissions correct
within five business days 100% of the
time.
Performance Standard
SOR
Canada to provide military license
plates.
09, September, 2013
2012-09-14
12.G.1.b
2013-03-14
12.G.1.a
Government to provide MSE and
related equipment in support of the
provisions of this SOW.
GOVERNMENT FURNISHED
12.G.1
2009-11-05
MATERIALS AND EQUIPMENT
Submit quotes, justification and impact
statements for vehicle and MSE spares
procurement.
Submit monthly Vehicle and MSE
Purchase Order Status Reports.
Submit fuel truck certification reports.
Establish and maintain a GFE MSE
PM program.
Provide GFE MSE Fleet Management
Report.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
The NWSO TA will arrange for Canadian military license
plates for vehicles owned by Canada.
The current vehicles and equipment at NWS locations
that are available to the Contractor are detailed in Table
12-1.
Submit quotes, justification and impact statements for
vehicle and MSE spares procurement.
Submit monthly Vehicle and MSE Purchase Order
Status Reports. The reports are to include a listing of all
purchase orders for all repair and overhaul activity and
spares procurement. The report is to detail, at a
minimum: purchase order number; status; line#; item #;
description; unit costs; unit of measurement; order
quantity; line cost; quantity received; and total line cost.
Reports are to be submitted by the 5th day of the month
following the month being reported.
As per 12.C.1.d, submit fuel truck certification reports.
All reports are to be submitted no later than 30
November.
establish and maintain GFE MSE PM program.
Incorporate OEM requirements and technical service
bulletins. GFE MSE PM program to be reviewed and
updated at a minimum annually, or more frequently as
warranted.
The report is to list data on all GFE MSE assets and
have the following data fields: NWS Location; Equipment
Identification Number (EIN); Item Number; NWS
Catalogue Identifier (NWSCI); Equipment Configuration
Code (ECC); Canadian Forces Registration Number
(CFR#); Equipment Description; OEM Model/Part
Number; Serial Number; Total Accumulated Hours;
Fiscal Year Into Service (FY In); Fiscal Year Due Out
(FY Due Out); Life Cycle Expectancy (Life Expectancy);
In- Service Years; and, Remarks.
VEHICLES AND MOBILE SUPPORT EQUIPMENT
12.G
2013-03-09
12.F.13
2013-03-14
12.F.12
2013-03-09
12.F.11
2012-09-20
12.F.10
2013-03-09
12.F.9
Line Item
NWS
Section 12
Estimated 20 instances
annually.
12 reports annually.
An annual report for each fuel
truck listed in Table 12-5.
1 plan.
Quarterly (by the 15th of the
month following the quarter
being reported).
Estimated Qty
Page 134 of 216
All required documentation submitted to
the NWSO TA for each instance detailed
in Related Information. No example of a
procurement proceeding without the prior
approval of the NWSO TA.
All reports submitted as required in
Related Information.
All reports are submitted by 30 November.
Plan in place and reviewed and updated
at a minimum annually.
All reports submitted. No more than one
instance annually of a report being
submitted late. No more than 3 technical
errors per report upon review and audit.
All corrections required shall be
completed within five business days.
Performance Standard
SOR
All remaining GFE/GFM is as detailed
in 8.G.1.
Government to provide MSE PM and
CM spares, replacement parts and
components.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
A total of $250,000 per year GFE MSE PM and CM
spares, replacement parts and components required to
maintain GFE MSE to support the provision of services
under this SOW. Procure as part of IQ as per 12.E.2.
VEHICLES AND MOBILE SUPPORT EQUIPMENT
09, September, 2013
2013-03-14
12.G.1.d
2013-03-14
12.G.1.c
Line Item
NWS
Section 12
Estimated Qty
Page 135 of 216
Performance Standard
SOR
Restricted - Contracts
Readiness-Normal-VHF Radios: Continuous VHF guard and G/A/G radio communications channels from LRR sites and VHF
G/A/G radio communications from Type I SRR sites to the CADS demarcation point (CDF) at the performance standard as
specified in this SOW. Restoral of LRR VHF G/A/G radio communications specified above occurs within 72 hours. Ensure that
restoral of Type I SRR VHF Tactical G/A/G radio communications specified above occurs at the next site visit, whether it is
preventive maintenance, corrective maintenance or an opportunity visit where space on the aircraft allows for the presence of
necessary technical personnel, parts, materials, tools or test equipment; unless the adjacent site's VHF radio is also
unserviceable, in which case, one of the affected VHF radios will be restored within 72 hours.
Readiness-Normal-UHF Radios: Continuous UHF G/A/G radio communications to the CADS demarcation point (CDF) at the
performance standard as specified in this SOW. UHF G/A/G radio communications include LRRs Guard, Airborne Intercept
Common Control (AICC) and one (1) channel of Tactical Radio and Type I SRR UHF Tactical Radio. Restoral for LRR UHF
G/A/G radio communication specified above occurs within 72 hours. Ensure that restoral for Type I SRR UHF Tactical radio
occurs at the next site visit, whether it is preventive maintenance, corrective maintenance or an opportunity visit where space on
the aircraft allows for the presence of necessary technical personnel, parts, materials, tools or test equipment; unless the
adjacent site's Type I SRR UHF Tactical Radio is also unserviceable, in which case, one of the affected Type I SRR UHF
Tactical Radios will be restored within 72 hours.
Readiness-Normal-SRR: Continuous radar data from each NWS Short Range Radar (SRR) to the CADS demarcation point
(CDF) at the performance standard as specified in this SOW. Restoral for interruption of SRR data occurs at the next site visit,
whether it is preventive maintenance, corrective maintenance or an opportunity visit where space on the aircraft allows for the
presence of necessary technical personnel, parts, materials, tools or test equipment; unless the adjacent site's radar is also
unserviceable, in which case, one of the affected radars will be restored within 72 hours.
Readiness-Normal-LRR: Continuous radar data from each NWS Long Range Radar (LRR) provided to the CADS demarcation
point (CDF) at the performance standard as specified in this SOW. Restoral for interruption of LRR data occurs within 72 hours.
09, September, 2013
2013-03-14
13.A.1.b.iv
2013-03-14
13.A.1.b.iii
2013-03-14
13.A.1.b.ii
2013-03-14
13.A.1.b.i
2013-03-14
13.A.1.b
Maintain all NWS sites in an operational status, providing radar data and G/A/G radio signals over government furnished
communication circuits (satellite transponder) to the NWS Canadian Air Defence Sector (CADS) demarcation point. The CADS
demarcation point shall be the Central Distribution Frame (CDF) in the Above Ground Complex at 22 Wing North Bay.
Operational readiness "Readiness-Normal" is a normal level of readiness such that Prime
Mission Equipment (PME) radar data and G/A/G radio communications are available to the CADS demarcation point (CDF) at
the performance standard as specified in this SOW. Achieve PME outage restoral times as specified below. In cases where site
preservation is at risk, provide an immediate response to ensure site preservation. Site restoral times are as follows:
Provide all personnel and technical services required to manage, supervise and perform the operations and maintenance of the
North Warning System (NWS) radar, communication and ancillary equipment. This work includes, but is not limited to, testing,
on-site repair, technical training, configuration management, depot level maintenance and engineering, and engineering
functions in support of all NWS radar, communication and ancillary systems to ensure that the defined performance standards
and life expectancies of the systems are met. Reconfiguration, upgrade or modification of existing equipment or systems may be
required from time to time, as directed by the NWSO TA. Ensure that all work performed conforms to Technical Manuals,
Original equipment Manufacturers' (OEM) Directives and best commercial practices using applicable codes, regulations and
acts.
2013-03-14
13.A.1.a
Information and Qualifications
Restricted - Contracts
SCOPE OF WORK
GENERAL REQUIREMENTS
RADAR, COMMUNICATIONS & ANCILLARY SYS
13.A.1
2011-11-07
13.A
Line Item
NWS
Section 13
Page 136 of 216
SOR
Information and Qualifications
Restricted - Contracts
HOURS OF OPERATION
09, September, 2013
13.A.6
2012-05-18
13.A.5.b
Currently, PMs are conducted as per Volume II of the PMP.
Restricted - Contracts
Site radar and communications equipment conditions will be identified by the latest LCMM data supplied per reference 15.A.3.d.
The FPS-117/124 radars, the FPS117 Radome, and the GAG radios are US assets maintained by Canada. Depot support for the
FPS-117 rests with the USAF at Hill AFB, the GAG radios depot support rests with USAF at Warner Robbins AFB, while depot
support for the FPS-124 all depot ATE rests with Canada in North Bay.
13.A.5.a
2013-03-14
DESCRIPTION OF EXISTING CONDITIONS
Ensure that employees are in possession of suitable clothing for operations at NWS Sites. Contractor personnel will not be
permitted on government furnished aircraft without this clothing in their possession. Employees must have a special awareness
of working in extreme climatic conditions and must be aware of Arctic wildlife (such as polar bears, wolves, etc.). Personal
Protective Equipment (PPE) is the responsibility of the Contractor to provide to its employees.
13.A.5
2013-03-08
13.A.4.c
2011-07-11
13.A.4.b
Provide training for RF radiation, electroshock, fall arrest, tower rescue, CPR training, first aid, Arctic survival, fire arms safety
and access to appropriate Contractor supplied safety equipment as detailed in Section 7.
In accordance with NFPA 1500, recognize the hazards inherent to the trade and working environment such as:
(1) Long term effects of high noise levels;
(2) Electrical shock; (3) HAZMAT substances (e.g. Jet A-1, glycol, etc.);
(4) Powered and pressurize systems;
(5) RF radiation; and
(6) Working in confined spaces.
13.A.4.a
2013-03-14
SAFETY PROVISIONS
Refer to Table 13-4 for an additional list of reference documentation.
Volume II of the PM Program (G)
REFERENCES
The notations against the references have the following meanings: M - Adherence to the policies, procedures, act, orders and
regulations contained therein is mandatory. G - The policies and procedures contained therein are not mandatory, but proposals
for alternatives must be submitted in full detail to, and be accepted by the NWSO TA. Furthermore, alternatives must fully
interface with procedures in use globally.
For definition of terms see Section 1.A PROJECT BACKGROUND, Attachment "SOW Section 1: NORTH WARNING SYSTEM
CONCEPT OF OPERATIONS AND MAINTENANCE".
DEFINITIONS
Unless directed otherwise by NWSO TA, maintain all NWS sites in an operational status, providing radar data and G/A/G radio
signals over government furnished communication circuits (satellite transponder) to the NWS Canadian Air Defence Sector
(CADS) demarcation point.
RADAR, COMMUNICATIONS & ANCILLARY SYS
13.A.4
2013-03-08
13.A.3.b
2012-09-20
13.A.3.a
2013-09-05
13.A.3
2012-06-18
13.A.2.a
2012-06-18
13.A.2
2013-09-05
13.A.1.c
Line Item
NWS
Section 13
Page 137 of 216
SOR
Information and Qualifications
Restricted - Contracts
All Contractor personnel working at all NWS locations must be First Aid Level C trained and have a valid CPR certification within
the past 12 months. First Aid and CPR certification shall remain current throughout the contract.
13.B.1.a
Restricted - Contracts
Minimum qualifications skills for Contractor personnel performing second line maintenance are:
(1) successful completion of a two-year Community College Electronics Engineering Technician program or post-secondary
certifications or Military Equivalent (QL5) and five years related job experience in maintaining complex electronic systems;
(2) ability to read and comprehend technical and administrative instructions written in English;
Minimum qualifications skills for Contractor personnel performing first line maintenance are:
(1) successful completion of a two-year Community College Electronics Engineering technician program or post-secondary
certifications or military equivalent (QL5) and two years related job experience in maintaining complex electronic systems;
(2) ability to read and comprehend technical and administrative instructions written in English;
(3) ability to use common electrical test equipment; and
(4) successful completion of appropriate NWS equipment specialty training.
Minimum skill levels for Contractor work involving system programming analysis are:
(1) bachelor degree in computer science; and
(2) five years of progressively more complex systems design and programming experience.
Or
(1) diploma in computer science; and
(2) eight years of progressively more complex systems design and programming experience.
Minimum skill levels for Contractor work involving computer systems programming are:
(1) at a minimum, a post-secondary certificate, diploma or degree in computer science; and
(2) two years of progressively more complex systems design and programming experience.
Or
(1) five years of progressively more complex systems design and programming experience;
Minimum skill levels for Contractor work involving electronics maintenance are:
(1) successful completion of a two-year Community College Electronic Technician program or CF Military Equivalent (QL5);
(2) successful completion of Depot equipment specialty training;
(3) five years related job experience in maintaining complex electronic systems;
(4) ability to read and comprehend technical and administrative instructions written in English; and
(5) experience in the use of common and specialized electronic test and repair equipment.
09, September, 2013
2013-08-28
13.B.1.g
2013-08-28
13.B.1.f
2013-03-08
13.B.1.e
2013-03-14
13.B.1.d
2013-08-28
13.B.1.c
2013-08-28
13.B.1.b
Minimum skill levels for Contractor work involving electrical engineering.
(1) successful completion of a Bachelor Level University program in Electrical Engineering;
(2) successful completion of Depot equipment specialty training;
(3) five (5) years related (RF or Communications discipline) job experience in Electrical Engineering;
(4) ability to read and comprehend technical and administrative instructions written in English; and
(5) experience in the use of common and specialized electronic test and repair equipment.
TRAINING & EXPERIENCE
13.B.1
2011-07-11
PERSONNEL QUALIFICATIONS
All assets are to be maintained to provide functionality 24/7. Point of contact to be available as per Section 2.A.6.a.
RADAR, COMMUNICATIONS & ANCILLARY SYS
13.B
2012-06-15
13.A.6.a
Line Item
NWS
Section 13
Page 138 of 216
SOR
Restricted - Contracts
Information and Qualifications
09, September, 2013
Restricted - Contracts
All personnel shall meet the requisite security requirements, as defined by the Security Requirements Checklist (SRCL) before
being allowed to visit or work in any NWS sites, LSSs, and North Bay NWS locations.
13.B.2.a
2012-06-18
SECURITY
Initial training for current AWOS System is conducted by Environment Canada and Coordinated by NWSO. Regenerative
training will be the responsibility of the contractor and conducted at the discretion of the Contractor. the current Training is 10
days and has a max student capacity of 8 per course.
Training course for encryption equipment is coordinated by NWSO and conducted at the CF School of Communications and
Electronics in Kingston, ON. Training is mandatory before technicians perform any PM or CM activities.
Current course is a 9 day training and a maximum capacity of 8 students.
(4) successful completion of NWS equipment specialty training.
RADAR, COMMUNICATIONS & ANCILLARY SYS
13.B.2
2013-08-28
13.B.1.i
2013-08-28
13.B.1.h
Line Item
NWS
Section 13
Page 139 of 216
SOR
Operate and maintain equipment at
Maintenance Support Facility and
Operations Support facility.
Implement a Preventive Maintenance
(PM) Program for Radar,
Communications and Ancillary
equipment at all NWS sites.
PREVENTIVE MAINTENANCE (PM)
PERFORMANCE REQUIREMENTS
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
Tables 13-2 and 13-3 refer. Operate and maintain
equipment at the Maintenance Support Facility at the
NWSSC and the Operations Control center at the
NWSCC in accordance with Technical Orders (TOs),
Original Equipment Manufacturer (OEM) specifications
and NWSO TA approved procedures. Equipment at the
Maintenance Support Facility is in direct support of the
Depot functions, including the Communications System
Test Bed (CSTB), Automatic Test Equipment (ATE) and
equipment mock-ups. Use the Short Range
Development (SRD) site to hot test repaired
AN/FPS-124 radar parts and to develop and test new
systems and components prior to field installation and
use. Use the CSTB to hot test repaired LHCN parts and
to test new components prior to field installation and
use. Maintain installed SRD radar, communications and
electronics equipment. PM standards are based on
OEM recommendations, applicable TOs as listed in
Table 13-4, predictive maintenance indicators and OEM
standards.
Provide all labour and material to implement an NWS
PM Program as detailed in 15.F.12. Work is to be
scheduled and implemented as part of the Five Year
Operations & Sustainment Plan, as per Section 2.C.1.c.
Specialties include:
(a) AN/FPS-117 and AN/FPS-124 Radar;
(b) G/A/G radio (UHF/VHF) and ancillary equipment;
(c) Private Branch Exchange (PBX) Systems;
(d) Long Haul Communications Network (LHCN);
(e) Video Monitoring Network (VMN);
(f) SCADA
(g) PLC (CMS and RICC)
(h)Automated Weather Observation System (AWOS);
(i) Grounding and Lightening Protection Systems;
(j) Public Address (PA) System; and
(k) Radomes.
RADAR, COMMUNICATIONS & ANCILLARY SYS
09, September, 2013
2013-03-14
13.C.1.b
2013-08-28
13.C.1.a
2011-06-27
13.C.1
2009-07-16
13.C
Line Item
NWS
Section 13
Operation of 18 systems with
4 PM activities on each of the
18 systems annually.
Estimated 128 task to be
performed (5 monthly, 26
quarterly, 29 biannually, 46
annually, 10 biennially, 2 on a
5 year cycle, 1 on a 10 year
cycle and 9 as required).
Estimated Qty
Page 140 of 216
PM tasks to be completed 100% of the
time. No instances of deviation from PM
standards.
PM tasks to be completed during first visit
85% of the time. Remaining 15% of PM
tasks to be completed on second visit
100% of the time. No instances of
deviation from PM standards as defined in
Volume II of the PM Program.
Performance Standard
SOR
Perform or coordinate LUC 74 CM on
failed and functionally degraded radar,
communications and ancillary
equipment at all NWS sites.
CORRECTIVE MAINTENANCE
Calibration of Automated Weather
Observation System (AWOS)
equipment.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
Perform or coordinate LUC 74 CM on failed or
functionally degraded AN/FPS-117 and AN/FPS-124
Radar, G/A/G radio ancillary equipment, VHF/UHF
radios, PBX systems, LHCN, VMN, AWOS, grounding
and lightening protections system and PA System at all
NWS sites. See Tables 13-2 and 13-3 for a complete
listing of equipment. All USAF material for CM work will
be provided as GFM and managed by the Contractor.
All other costs for implementation of the CM work up to
the CM Job Limit shall be borne by the Contractor.
Ensure that CM work includes fault diagnosis,
replacement of Line Replaceable Units (LRU) and Shop
Repairable Units (SRU), resetting equipment, reloading
software, alignment, adjustment and equipment testing.
Perform repair activities as specified in applicable
Maintenance Manuals or OEM recommendations as well
as applicable regulations. All replacement parts must
operate as original and must not create an increased
risk to readiness normal or reduce the operating
efficiency or life span of the equipment or system.
Failure that involves immediate risk to operational
readiness must be treated as an emergency and efforts
to correct or mitigate these risks must be implemented
immediately. For assets that cannot be repaired by the
Contractor, coordinate and distribute the asset to the
appropriate OEM or repair facility as determined by the
Contractor for CM. After CM work has been completed,
receive and evaluate condition status of repaired asset.
Table 13-3 identifies applicable AWOS equipment.
Check calibration of AWOS equipment to OEM
specifications annually. Verify calibration in accordance
with DAOD 8012-0 and DAOD 8012-1. Confirm
calibration of sensors. Conduct annual meteorology
inspection in accordance with DAOD 8012-0 and DAOD
8012-1 and produce reports as defined in 13.f.4. This
should be done in conjunction with PM visits.
RADAR, COMMUNICATIONS & ANCILLARY SYS
09, September, 2013
2013-08-28
13.C.2.a
2009-08-19
13.C.2
2013-08-28
13.C.1.c
Line Item
NWS
Section 13
See 14.C.2.a for a breakdown
of combined Electronics and
Facilities work orders.
Zone 1= 7 sites, Zone 2= 4
sites, Zone 3= 4 site, Zone 4=
6 sites, Zone 5= 4 sites, North
Bay= 1 site (Total 26 sites)
Estimated Qty
Page 141 of 216
Not more than 60 CM work orders per
Zone open longer than 4 months; Not
more than 20 CM work orders per Zone
open longer than 6 months; Not more
than 3 CM work orders per site open
longer than 6 months; No example of a
CM work order open longer than 12
months.
All AWOS equipment provides accurate
data to Meteorological Services Canada
(MSC) on a continuous basis.
No instances where CM was not
completed or delayed due to unavailability
of parts under the Contractor's
responsibility. No incidence of CM work
orders older than 1 year.
Restoral Time of LRR and SRR data will
be as described in 13.A.1.b.i and
13.A.1.b.ii. Restoral Time of NWS UHF
and VHFG/A/G Radios will be as
described in 13.A.1.b.iii and 13.A.1.b.iv.
No incidence of deviations from
established OEM standards. No
incidence of AWOS data being
suppressed due to expired calibration
period.
Performance Standard
SOR
Perform Depot level maintenance and
repair.
Perform Emergency CM on failed and
functionally degraded equipment and
facilities that pose immediate risk to
the mission, the environment and
OH&S
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
Perform Depot level maintenance and repair capabilities
of LRUs/SRUs, with parts procured under FFP, software
maintenance and system integration testing, to sustain
the following NWS equipment and systems fully
operational:
(1) AN/FPS-124 radar (including software maintenance,
modification, refinement and firmware);
(2) On-site communications (including, but not limited to,
SAVMS, PA system, PBX, PLC.);
(3) LHCN;
(4) NWSSC maintenance equipment;
(5) Automated Test Equipment (ATE) hardware including
Test Program Sets (TPS);
(6) HVAC systems;
(7) PGS;
(8) Potable water systems;
(9) Sewage systems;
(10) fire systems; and
(11) SCADA and associated site sensor systems.
Perform Emergency CM as LUC 72 work orders on
failed or functionally degraded equipment or systems to
protect life, the environment and government property
for AN/FPS-117 and AN/FPS-124 Radar, G/A/G radio
ancillary equipment, VHF/UHF radios, PBX systems,
LHCN, VMN, AWOS, grounding and lightening
protections system and PA System at all NWS sites.
See Tables 13-2 and 13-3 for a complete listing of
equipment. Repair efforts should be continued until
systems are operational or until risk has been mitigated
allowing for further planning. Perform repair activities on
equipment as specified in applicable Maintenance
Manuals or OEM recommendations as well as applicable
regulations. All replacement parts must operate as
original and must not create an increased risk to the
environment and health and safety of individuals or
reduce the operating efficiency/life span of the
equipment or system. All emergencies are to have an
accompanying incident report applicable to the nature of
the emergency as defined throughout this SOW
(environmental, fire, significant etc.). Implement the
Emergency Response Plan if warranted, as defined in
Section 2.C.9.a
RADAR, COMMUNICATIONS & ANCILLARY SYS
09, September, 2013
2013-08-28
13.C.2.c
2013-08-28
13.C.2.b
Line Item
NWS
Section 13
890 LRUs repaired per year.
2 emergency CM's per zone
annually, plus 4 operational
imperative CM's annually.
Estimated Qty
Page 142 of 216
All software and firmware changes are
performed in accordance with specified
standards 100% of the time.
No incidence of unscheduled outages as
a result of improper software or firmware
maintenance 100% of the time.
No instance of unscheduled outage of
PME due to unavailability of LRUs 100%
of the time.
No example of an emergency not being
responded to immediately upon detection.
Performance Standard
SOR
Maintain Firmware and Software
Perform Depot Level
Software/Hardware Engineering
Depot Level System Sustainment
Engineering
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
Use AQAP 2210 as a guidance document for the
development of a Software Project Quality Plan for each
ECR requiring a software/firmware change in order to
manage the maintenance and control of firmware and
software for NWS equipment listed in section 13.C.2.c.
The software/firmware change effort for a line of code
includes requirement definition, code changes, version
description document, preparation and implementation
of the validation plan and version control acceptance.
Edit existing software/firmware. Install upgrades,
backups store master copy and one (1) duplicate in
separate locations. See Table 13-1 for current list of
Firmware/Software. Software support services to
include, but not limited to, the control, maintenance,
development, testing, reproduction, installation, and
backup.
Perform Depot level software/hardware engineering on
electronic systems equipment either in-house or through
OEM maintenance depots when applicable for those
systems identified in section 13.C.2.c. Develop a Depot
Level Engineering Support Plan using ISO 15288;2008
as a guidance document for all depot activities to include
by not limited to the repair, fabrication, manufacture,
rebuilding, assembly overhaul, modification, prototyping,
refurbishment, test, analysis, repair-process design,
in-service engineering, upgrades, painting and disposal
of parts, assemblies, subassemblies, software
components, or end items that require shop facilities,
tooling, support equipment, and/or personnel of higher
technical skills, or processes beyond the organizational
level capability. Final acceptance of the associated work
on approved ECRs will be by the NWSO TA per review
of the each project's deliverables following the guidance
of Section 15.C.2.
In conjunction with LCMMs, perform system sustainment
engineering efforts to monitor and correct operational
sustainment problems, such as technology
obsolescence, diminishing sources of piece parts, aging
systems, reliability performance degradation, to prolong
in-service life, modifications and support equipment
obsolescence studies at depot level for systems
identified in section 13.C.2.c.
RADAR, COMMUNICATIONS & ANCILLARY SYS
09, September, 2013
2013-08-28
13.C.2.d.ii
2013-03-14
13.C.2.d.i
2013-08-28
13.C.2.d
Line Item
NWS
Section 13
See Estimated Quantity for
13.C.2.d
See Estimated Quantity for
13.C.2.d
Approximately 11,000 man
hours of software and
hardware engineering per
year.
Estimated Qty
Page 143 of 216
A plan must be developed and updated
for each approved project 100% of the
time.
No instances of unscheduled outages as
a result of improper software/firmware
maintenance by the contractor.
No instances of unscheduled outages due
to engineering obsolescence sustainment
issues not identified by the contractor. A
least 90% of projects opened are
completed within a 6 month period 100%
of the time.
Reference performance standard from
section 15.C.1
Performance Standard
SOR
Coordinate maintenance, calibration
and repair of government furnished
electronic support equipment,
including tools, test equipment and
fixtures.
Coordinate R&O activities for USAF
furnished NWS AN/FPS-117 radar and
G/A/G radio LRUs and
sub-assemblies.
Coordinate third party external R&O.
Implement Frequency Management
Plan.
OTHER MAINTENANCE
Utilize CPIN Program for USAF
Software
Perform Depot Level Change
Management
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
Government furnished test equipment and tools are
calibrated and repaired at a separate government
contracted calibration facility. Monitor and maintain the
test equipment inventory to ensure that PM/CM
requirements are met. Ensure that all test equipment is
calibrated, repaired and available to ensure that PM/CM
requirements are performed without delay. Rotate test
equipment as required through the calibration facility,
Maintenance, calibration and repair of test equipment
carried out in accordance with Test Equipment
Maintenance Plan at LI 13.F.8.
Receive, evaluate condition status and distribution of
assets for 11 FPS-117 radars and 157 G/A/G radios to
the appropriate OEM or repair facility as determined by
the USAF. Handling and transportation is covered under
Section 8 in the SOW.
Receive, evaluate condition status and distribute assets
of any equipment not supported at the Maintenance
Support Facility to the appropriate OEM or alternate
repair facility as determined by the Contractor. Handling
and transportation is covered under Section 8 in the
SOW.
Implement Frequency Management Plan, as described
in Section 13.F.5.
Maintain and update CPIN listing and associated
deliverables for all USAF owned firmware and software.
Provide a copy to the USAF TA in the NWSO.
All software/firmware/hardware changes suggested by
the contractor shall be submitted to the NWSO TA
through the ECR process as described in Section
15.C.2.
RADAR, COMMUNICATIONS & ANCILLARY SYS
09, September, 2013
2013-08-28
13.C.3.d
2013-03-14
13.C.3.c
2013-03-14
13.C.3.b
2012-02-15
13.C.3.a
2011-07-12
13.C.3
2013-03-14
13.C.2.d.iv
2013-03-14
13.C.2.d.iii
Line Item
NWS
Section 13
Rotate 193 pieces of test
equipment per year through
the NWSSC per year and 230
pieces of test equipment
through the LSSs per year.
216 LRUs per year.
There is an average of 1732
transaction LRUs that pass
through the NWSSC for
shipping to other vendors per
year.
Estimated 5 changes annually.
See Estimated Quantity for
13.C.2.d
See Estimated Quantity for
13.C.2.d
Estimated Qty
Page 144 of 216
No instance of calibrated test
equipment/tools being unavailable to
conduct PM and CM.
No PM or CM activities missed due to
un-calibrated equipment.
No incidence of non availability of USAF
repaired parts attributable to the
Contractor. All LRUs tested and
inspected upon return from the repair
facility 100% of the time. The Contractor
properly managed/coordinated USAF
external repair and overhaul (R&O) 100%
of the time.
No incidence of non availability of third
party repaired parts attributable to the
Contractor. All LRUs tested and inspected
upon return from the repair facility 100%
of the time. The Contractor properly
managed/coordinated external repair and
overhaul (R&O) 100% of the time.
No example of changes not being
implemented.
No instance of not providing the labelling
and associated documentation within 30
days of project acceptance by NWSO
TA.100% of the time.
100% of the time.
Performance Standard
SOR
Nil
INDEFINITE QUANTITY (IQ)
REQUIREMENTS
13.D.1
13.E
09, September, 2013
WATCH KEEPING REQUIREMENTS
Conduct radar, communications and
ancillary equipment Technical
Engineering Inspections.
TECHNICAL ENGINEERING
INSPECTIONS
Implement Network Switching Plan.
Assist, coordinate and support
Government testing and investigations.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
During inspections, site record drawings will be
confirmed and redlined, in accordance with 2.C.3.b, (on
site) as required and a copy will be left on site. Original
drawings to be amended as per redline changes. This
includes inspections and site acceptance testing for
NWSO approved projects/modifications. In addition,
provide qualified personnel in support of inspection and
testing activities to include, but not limited to, witnessing
installations, site acceptance tests and modifications.
Conduct Technical Engineering Inspections, including,
but not limited to, grounding and bonding of radar,
communications and ancillary equipment, tools and test
equipment, work areas, technical documentation, parts
(storage and packaging), safety (signage, PPE) and
condition of equipment to ensure that electronic
equipment performs as designed. Inspections are to be
conducted based on the Technical Engineering
Inspection Plan as per 13.F.1, and reports are to be
submitted as per 13.F.2.
Implement Network Switching Plan, as described in
Section 13.F.3.
QETE, Radar Evaluation Squadron (RADES) and other
USAF agencies, for example, require support to enable
completion of tests or investigations on NWS sites.
Perform AN/FPS 124 target simulator tests for radar
baseline efforts. 84 RADES performs radar baseline
evaluations on all USAF radars every ten years.
FPS-124 Simulator tests are performed on radars prior
to 84 RADES evaluations. Conduct pre-baseline tests
using government furnished test equipment. Conducting
external tests requires 8 hours per site in the North, plus
20 hours of support in North Bay per year.
RADAR, COMMUNICATIONS & ANCILLARY SYS
13.D
2013-08-28
13.C.4.a
2009-12-14
13.C.4
2012-04-13
13.C.3.f
2013-08-28
13.C.3.e
Line Item
NWS
Section 13
10 LRRs annual, 3 LSS,
annually and
18 SRRs, annually.
SRD, every two years
NWSCC and NWSSC,
alternating years.
Estimated 5 changes annually.
1 AN/FPS 117 site per year
5 AN/FPS 124 sites per year
plus SRD
1 QETE investigation per year.
Estimated Qty
Page 145 of 216
No instance of Technical Engineering
Inspection not being completed within the
year scheduled.
No example of changes not being
implemented.
AN/FPS-124 Target simulator for tested
sites completed within 30 days of test
flight. All other support to be completed
within 30 days of request.
Performance Standard
SOR
Produce annual Technical Engineering
Inspection Plan.
13.F.1
09, September, 2013
2011-11-07
RECORDS AND DELIVERABLES
There are no other pre-determined IQ
requirements associated with this
section, IQ may be ordered by the
Project Authority on an as required
basis for any work within the scope of
this section.
Perform PM and CM on Canadian
Coastal Radars.
Procure test equipment.
Perform CM work on jobs in excess of
the CM Job Limit.
Implement Minor Modifications projects
on Communication and Electronic
Systems to be tracked under LUC 78.
Implement LUC 78 Minor Modifications
projects required for TCTO's and
tracked under LUC 78.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
Includes all technical engineering inspections related to
radar, communications and ancillary equipment,
including Grounding and Bonding of Radar,
Communications and Ancillary equipment, tools and test
equipment, work areas, technical documentation, parts
(storage and packaging), safety (signage, PP&E, etc)
and condition of equipment. Plan to include schedules.
See Contract Terms and Conditions for details regarding
negotiation of the IQ job.
Perform PM and CM on Canadian Coastal Radars.
As requested by the NWSO TA, procure test equipment
to replace that which is obsolete or BER.
Perform CM work on jobs in excess of the CM Job Limit.
Implement Minor Modification projects on
Communication and Electronic Systems to be tracked
under LUC 78.
Implement LUC 78 Minor Modifications projects, to
include Time Compliant Technical Orders (TCTO's).
RADAR, COMMUNICATIONS & ANCILLARY SYS
13.F
2012-10-16
13.E.5
2012-10-16
13.E.4
2012-06-11
13.E.3
2012-07-17
13.E.2
2013-08-28
13.E.1.b
2013-08-28
13.E.1.a
Line Item
NWS
Section 13
1 plan complete with
schedule.
Nothing additional.
4 Canadian Coastal Radar
installations.
Estimated $100k for Canadian
Communications and
Electronic Systems annually.
Estimated $100K for USAF
directed radar modifications
annually
Estimated Qty
Page 146 of 216
The Technical Engineering Inspection
Plan delivered in soft copy by 15 Jan of
each current year.
All jobs completed in accordance with the
IQ request.
PM and CM services to be provided as
per the terms and conditions of the IQ
project.
No instance of exceeding the Job Limit
without authorization. No instance of not
completing the work within the timeframe
negotiated with NWSO TA.
Minor modifications projects completed as
per directed 100% of the time. Minor
modifications and projects completed no
later than FY of planned completion.
Minor modifications projects completed as
per directed 100% of the time. Minor
modifications and projects completed no
later than FY of planned completion.
Performance Standard
SOR
Produce and maintain Network
Switching Plan.
Produce annual Technical Engineering
Inspection Reports.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
The Network Switching Plan shall be updated and
available on-line within 30 working days of any change.
Network Switching Plan to include all NWS telephone
(secure/not secure) and fax numbers and detail
connectivity (interface control document) to Canadian
Switched Network (CSN) and commercial access.
The Network Switching Plan shall be prepared and
available on-line in Contractor format and shall include
All NWS telephone (secure/not secure) numbers; All fax
numbers; A detailed connectivity (interface control
document) to CSN and commercial access,
Maintenance Personnel Skill Levels, Preventive
Maintenance, Maintenance Responsibilities, Preventive
Maintenance Plan, System definition, Characteristics of
System and Subordinate Elements, GG Voice Switching,
Traffic considerations, Ground-Air- Ground, Trunking
Requirements, Transmission Plan and Orderwire
system. Network switching plan for TCP/IP networks to
include all TCP/IP networks located within the NWSCC,
NWSSC, CMO and at all LRR/SRR sites. The Network
Switching Plan shall be prepared and available on-line in
Contractor format and shall include a detailed
connectivity (interface control document0for all
networks, Maintenance Personnel Skill Levels,
Preventive Maintenance, Maintenance Responsibilities,
Preventive Maintenance Plan, System definition and
Characteristics of the System.
Technical engineering inspections reports should detail
all engineering related to radar, communications and
ancillary equipment, including Grounding and Bonding of
Radar, Communications and Ancillary equipment, tools
and test equipment, work areas, technical
documentation, parts (storage and packaging), safety
(signage, PP&E, etc) and condition of equipment. All
LRR and stand alone LSSs annually, SRR bi-annually
and NWSSC & NWSCC in alternating years.
RADAR, COMMUNICATIONS & ANCILLARY SYS
09, September, 2013
2013-08-28
13.F.3
2013-03-14
13.F.2
Line Item
NWS
Section 13
5 updates per year.
10 LRRs annual, 3 LSS,
annually and
18 SRRs, annually.
SRD, every two years
NWSCC and NWSSC,
alternating years.
Estimated Qty
Page 147 of 216
Network Switching Plan to be submitted 3
months after hand over date. Network
Switching to be reviewed annually and
updated within 30 days of any changes.
Network Switching Plan to be accurate
and complete 99% of the time.
All Inspection Reports to be delivered in
soft copy within 20 working days of
completion of inspection.
Performance Standard
SOR
Maintain the Frequency Management
Plan.
Produce AWOS Meteorological
Inspection Report.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
This document establishes guidelines of the
management of the North Warning System (NWS)
frequency spectrum. The radio spectrum includes all
Radar, Radio, Long Haul Communications Network
(LHCN) and Ground-Air-Ground (GAG) operational
frequencies. The spectrum is managed under the policy
and procedures stated in the National Defence
publication "Management of the Radio Spectrum (DNDP
35)". This document provides a system level view of the
Radio Frequency (RF) Plan developed for the North
Warning System (NWS) Radar and Communications
System. It considers the Radar and Radio equipment
required and the topics that pertinent to the detailed
frequency plans and allocations.
Annual AWOS Meteorological Inspection Reports shall
be prepared in accordance with DAOD
8012-1Meteorological and Oceanographic Products and
Services Programme and available on-line in Contractor
format for all 26 AWOS equipped sites. Annual AWOS
Meteorological Inspection Reports shall be available
on-line NLT 30 November of each year.
RADAR, COMMUNICATIONS & ANCILLARY SYS
09, September, 2013
2013-03-14
13.F.5
2013-03-14
13.F.4
Line Item
NWS
Section 13
Update as required,
approximately 5 per year.
Zone 1= 7 sites, Zone 2= 4
sites, Zone 3= 4 site, Zone 4=
6 sites, Zone 5= 4 sites, North
Bay= 1 site (Total 26 sites); 1
report per site plus review of
one DND report per zone.
Estimated Qty
Page 148 of 216
Frequency Management Plan to be
submitted 3 months after hand over date.
Frequency Management Plan to be
reviewed annually and updated within 30
days of any change. Frequency
Management Plan to be accurate and
complete 99% of the time. Changes
updated within 30 days of a change notice
100% of the time.
All reports submitted by 30 November of
each year.
Performance Standard
SOR
Produce and maintain Depot
Maintenance Plan.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
The Depot Maintenance Plan shall describe in detail the
Contractor's method of managing and performing repair
and overhaul on all equipment for which it has been
authorized. All repairs shall conform to instructions in
D-02-002-003/SG-000 "Standard for Repair and
Overhaul of Ground Radar, Navigation Aids and
Ancillary Equipment by Civilian Contractors".
The Depot Maintenance Plan shall detail the functional
areas of the NWSSC repair and overhaul activity and
describe, but not limited to:
a. Procedures for determining and assigning repair
priorities for each repairable item received at the
NWSSC;
b. Methods for marking and identifying repairable items
as they are cycled through the NWSSC;
c. Methods of identifying all repairable items:
1) on hand at the NWSSC awaiting repair;
2) on hand at the NWSSC in process of being repaired;
3) on hand at the NWSSC awaiting repair pending
receipt of repair parts;
4) on hand, repaired, awaiting serviceability verification;
5) on hand, repaired, serviceability verified, awaiting
shipment;
6) shipped;
7) transitioned through the NWSSC and forwarded to an
"Outside Repair Agency" (ORA); and
8) received from ORA repair and on hand at the
NWSSC.
d. Means of identifying and tracking items modified by
the NWSSC or ORB;
e. Means of tracking piece part consumption;
f. Accountability of piece part usage and labour required
to return a repairable item to a fully serviceable state;
g. Functional description of the "elements" of the repair
and overhaul process i.e. receipt/cleaning/fault
analysis/component replacement/serviceability
check/quality control;
h. Stages of Quality Control throughout the repair
process;
i. Subcontracting process for "Outside Repair Agency"
repair; and
j. A repair and test scheme for each repairable item.
RADAR, COMMUNICATIONS & ANCILLARY SYS
09, September, 2013
2013-09-05
13.F.6
Line Item
NWS
Section 13
Updated when changes occur.
Approximately 5 times per
year.
Estimated Qty
Page 149 of 216
The plan to be reviewed annually,
maintained current, and adhered to 100%
of the time.
All noted changes, errors and/or
deficiencies to be rectified within 5
business days 100% of the time.
Performance Standard
SOR
NWSSC Repair Summary Report
Produce and maintain Depot
Maintenance Reports.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
The information defined by the content above shall be
capable of being sorted according to repairable type,
critical piece parts for each type of repairables and
provide a consumed/remaining status for common piece
part spares as defined by the NWSO request. Format
shall be tabular in nature with the 1st column determined
by the sort requested.
For all types of repairables include the following
information:
a. Status of common repair piece part spares;
b. Status of Accountable Advance (AA) spares; and
c. Recommendations.
The Report shall be prepared and available on-line
quarterly in Contractor format. The Contractor shall
provide the following information on all equipment cycled
through the NWSSC or ORA for repair, overhaul or
modification. For each type of repairable, the Report
shall include:
a. NSN or OEM part number;
b. Parent (next higher) assembly;
c. Number of corrective actions on this type of
repairable;
d. Total number of man hours expended on this type of
repairable;
e. Average number of man hours expended on this type
of repairable;
f. Average turn-around time on this type of repairable
(excluding transportation); and
g. Status of unique piece parts for this type of repairable
(critical items):
(1)number and types consumed; and
(2)number and types remaining in stock.
The Depot Maintenance Report shall be prepared and
available on-line in Contractor format. The following four
(4) Depot Maintenance Reports shall be included as part
of the Depot Maintenance Plan:
a. NWSSC Repair Summary Report;
b. NWSSC Repair and Overhaul Report;
c. Non-NWSSC Repairable Repair and Overhaul
Vendors List; and
d. Software Maintenance Summary Report.
RADAR, COMMUNICATIONS & ANCILLARY SYS
09, September, 2013
2013-08-28
13.F.7.a
2013-03-14
13.F.7
Line Item
NWS
Section 13
1 report per Quarter
As per 13.F.7.a through
13.F.7.e
Estimated Qty
Page 150 of 216
In accordance with the performance
Standard at 13.F.7.
Available online no later than 15 working
days after the end of each quarter. All
reports to be complete and accurate.
Performance Standard
SOR
NWSSC Repair and Overhaul Report
Non-NWSSC Repairable Repair and
Overhaul Vendors List
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
The Report shall be prepared and made available
on-line quarterly in Contractor format. The Report shall
provide the following information on all items processed
through the NWSSC or through an "Outside Repair
Agency" (ORA) quarter:
a. NSN or OEM part number;
b. Serial number (where applicable);
c. Parent (next higher) assembly;
d. Present status (i.e. return to service, spare, beyond
economical repair (BER),under repair, awaiting parts,
forwarded to ORA, etc);
e. Modification status (i.e. mods up-to-date; if mods
installed, by whom? NWSSC or ORA, mod recorded and
mod label affixed);
f. Present location of part (i.e. depot stock, LSS stock,
on repair line, at ORA, installed at (site));
g. Labour time to repair; and
h. Component(s) consumed to effect repair (N/A ORA
repair).
Non-NWSSC Repairable Repair and Overhaul Vendors
List
The Report shall be prepared and made available
on-line quarterly in Contractor format. The Report shall
provide a summary listing of all repair and overhaul
vendors maintaining equipment beyond the capabilities
of the NWSSC. The Report shall:
a. Identify components of the AN/FPS-124 UAR, WCN
and the PGS controller which cannot be repaired at the
MWSSC;
b. Identify repair and overhaul vendors for each
component identified in a; and
c. Provide estimated vendor repair time for each
component identified in a.
RADAR, COMMUNICATIONS & ANCILLARY SYS
09, September, 2013
2013-08-28
13.F.7.c
2013-08-28
13.F.7.b
Line Item
NWS
Section 13
1 report per Quarter
1 report per Quarter
Estimated Qty
Page 151 of 216
In accordance with the performance
Standard at 13.F.7.
In accordance with the performance
Standard at 13.F.7.
Performance Standard
SOR
Software Maintenance Summary
Report
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
a. Prioritized list of Computer Program Configuration
Items (CPCIs) being modified at the NWSSC or other
agencies. It shall identify and describe the affected
system/version/sub-version with a brief description of the
software maintenance performed on each CPCI;
b. The location where the CPCI modification took/will
take place;
c. Name, designation, and telephone number of the
person responsible for each CPCI modification not
completed;
d. Completion percentage for each CPCI authorized for
modification;
e. The mount of time spent or to be spent on each
modification and combined total time spent;
f. The start date, completion date or estimated
completion date for each CPCI modification;
g. The number of lines of code changed or estimated to
be changed for each CPCI modification;
h. The total man hours expended for each GPCI and a
combined man hour total; and
i. Recommendations to improve software maintenance
activities (test equipment, procedures).
The Report shall be prepared and available on-line
annually in Contractor format. The Report is a summary
of software maintenance activities performed at the
NWSSC or at outside agencies. The Software
Maintenance Summary Report shall include:
RADAR, COMMUNICATIONS & ANCILLARY SYS
09, September, 2013
2013-08-28
13.F.7.d
Line Item
NWS
Section 13
1 report per year
Estimated Qty
Page 152 of 216
In accordance with the performance
Standard at 13.F.7.
Performance Standard
SOR
Obsolescence Sustainment
Engineering Reports
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
Sustainment Engineering Reports shall be prepared
quarterly and available on-line in contractor format and
at a minimum include:
a. NSN or OEM part number;
b. Serial number (where applicable);
c. Parent (next higher) assembly;
d. Present status (i.e. return to service, spare, beyond
economical repair (BER),under repair, awaiting parts,
forwarded to ORA, etc);
e. Modification status (i.e. mods up-to-date and mod
label affixed);
f. present location of part (i.e. depot stock, LSS stock, on
repair line, at ORA, installed at (site)); and
g. The sustainment issue;
(1)Failure history;
(2)Description: Common LRU/SRU nomenclature;
(3)Quantity: Number of units installed per SRR;
(4)Operational Units: Number of units installed across
the NWS;
(5)Spares: Number of spares on hand;
(6)Sparing Level: A calculation of the number of spares
compared to the number of installed units;
(7)Percentage: Percentage of fielded units that have
failed;
(8)Annual Avg: The annual failure rate average;
(9)MTBF: Mean Time Between Failure (in units of 1E6,
or 1,000,000 hours); and
(10)Spares/Annual Avg: A calculation of the length of
time that the NWS fleet can remain operational before
failures would begin to cause mission capability
problems (assuming no repair source). This calculation
is an attempt to profile the worst case life expectancy.
This calculation takes into consideration the sparing
level and failure rate (a hypothetical time to depletion). It
should be stressed that this number is a projection
based on the assumption that the failure rates will
remain constant. This assumption may not be correct.
Therefore, these numbers are an indicator of, not a
predictor of end of life estimates. In addition, this
number provides a common reference point to compare
sustainment issues facing each item.
RADAR, COMMUNICATIONS & ANCILLARY SYS
09, September, 2013
2013-08-28
13.F.7.e
Line Item
NWS
Section 13
1 report per Quarter
Estimated Qty
Page 153 of 216
In accordance with the performance
Standard at 13.F.7.
Performance Standard
SOR
Produce and maintain Test Equipment
Reports.
Produce and maintain Test Equipment
Maintenance Plan.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
The Test Equipment Maintenance Report shall be
prepared and available on-line in Contractor format. The
following four (4) Test Equipment Maintenance Reports
shall be included as part of the Test Equipment
Maintenance Plan as described in 13.F.11:
a. Test Equipment Master List;
b. Test Equipment Calibration Report;
c. Test Equipment Calibration Non-Compliance Report;
and
d. Test Equipment Repair Report.
The Test Equipment Maintenance Plan shall be
prepared and made available on-line in Contractor
format. The Plan shall describe in detail the Contractor's
method of calibrating or having calibrated, and of
repairing or having repaired, all test equipment. The
Plan shall include:
a. Responsibilities of Contractor personnel for test
equipment calibration at all NWS facilities;
b. Method of authorizing test equipment/instruments for
all sites and facilities;
c. Facilities to be used for repair of test equipment;
d. Facilities to be used for various levels of calibration;
e. Procedures for transporting test equipment to/from
calibration or repair facilities;
f. Procedures for rotating spare test equipment to ensure
that each site has full complement of authorized test
equipment at all times; and
g. Documentation such as labels, forms, and messages
(with instructions for completion of each) to control and
record the location and status of all test equipment.
RADAR, COMMUNICATIONS & ANCILLARY SYS
09, September, 2013
2013-03-14
13.F.9
2013-08-28
13.F.8
Line Item
NWS
Section 13
As per 13.F.9.a through
13.F.9.d
1 Plan, updated when
changes occur.
Estimated Qty
Page 154 of 216
Available online within 15 working days
after the end of each quarter. All reports
to be complete and accurate.
The Plan to be reviewed annually,
maintained current, adhered to and
amendments issued for acceptance within
30 working days and changes
incorporated and disseminated 100% of
the time. All noted errors and/or
deficiencies rectified within 5 business
days 100% of the time.
Performance Standard
SOR
Test Equipment Calibration
Non-Compliance Report
Test Equipment Calibration Report
Test Equipment Master List;
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
The Report shall be prepared and made available
on-line quarterly in Contractor format. The Report shall
provide a summary of test equipment items not
calibrated in accordance with the schedule of
requirements of the Test Equipment Maintenance Plan.
The Report shall include:
a. Equipment nomenclature;
b. Equipment model;
c. Equipment serial number;
d. Date calibration due;
e. Calibration facility;
f. Date calibration rescheduled; and
g. Reason for non-compliance.
The Report shall be prepared and made available
on-line quarterly in Contractor format. The Report shall
document calibration of test equipment for which the
Contractor is responsible. The Report shall include the
following:
a. Equipment nomenclature;
b. Equipment model;
c. Equipment serial number;
d. Date of calibration;
e. Calibration facility;
f. Date next calibration due; and
g. Location (after calibration).
Test Equipment Master List shall be organized by NSN
and by Site/Location.
The List shall be prepared and made available on-line
quarterly in Contractor format. The Contractor shall
provide a Master List of all Test Equipment for which the
Contractor is responsible. The List shall include the
following:
a. Site;
b. NSN;
c. Nomenclature;
d. Serial number;
e. Calibration interval;
f. Date of last calibration; and
g. Date next calibration due.
RADAR, COMMUNICATIONS & ANCILLARY SYS
09, September, 2013
2013-08-28
13.F.9.c
2013-08-28
13.F.9.b
2013-08-28
13.F.9.a
Line Item
NWS
Section 13
1 report per Quarter
1 report per Quarter
1 report per Quarter
Estimated Qty
Page 155 of 216
In accordance with the performance
Standard at 13.F.9.
In accordance with the performance
Standard at 13.F.9.
In accordance with the performance
Standard at 13.F.9.
Performance Standard
SOR
Produce and maintain Software Project
Quality Plan
Software Maintenance Plan
Produce and maintain CPIN
Documentation
Test Equipment Repair Report.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
Utilizing AQAP 150 as a reference, create and maintain
a Software Project Quality Plan that covers all systems
referenced in Section 13.C.2.c.
Utilizing AQAP 150 as a reference, create and maintain
a Software Maintenance Plan that covers all systems
referenced in Section 13.C.2.c.
Produce and submit a copy of CPIN software/firmware
package to the NWSO USAF TA.
The Report shall be prepared and made available
on-line quarterly in Contractor format. The Report is a
summary of repairs to NWS test equipment. The Report
shall include:
a. Equipment nomenclature;
b. Equipment model;
c. Equipment serial number;
d. Date sent for repair;
e. Repair facility; and
f. Date received from repair facility.
RADAR, COMMUNICATIONS & ANCILLARY SYS
09, September, 2013
2013-03-14
13.F.12
2013-03-14
13.F.11
2013-03-14
13.F.10
2013-08-28
13.F.9.d
Line Item
NWS
Section 13
30 software projects per year
1 Plan, updated when
changes occur.
10 packages per year
1 report per Quarter
Estimated Qty
Page 156 of 216
Initial plan to be submitted as part of the
ECR approval request 100% of the time,
The Plan to be accurate and complete
with no more than 5 errors identified
during inspection at least 100%% of the
time.
The plan is to be completed within 30
days after final acceptance of software
change by NWSO TA 100% of the time.
The Plan to be reviewed annually,
maintained current, adhered to and
amendments issued for acceptance as
necessary and changes incorporated and
disseminated 100% of the time.
The Plan to be accurate and complete
with no more than 10 errors identified
during inspection at least 95% of the
time.
All noted errors and/or deficiencies
rectified within 5 business days 100% of
the time.
No instance of not providing the CPIN
package within 30 days after NWSO TA
acceptance.
In accordance with the performance
Standard at 13.F.9.
Performance Standard
SOR
09, September, 2013
2012-06-14
13.G.1.a
Utilize Government issued spares to
repair Radar and G/A/G radios.
GOVERNMENT FURNISHED
13.G.1
2009-11-05
MATERIALS, EQUIPMENT AND
FACILITIES
Produce and maintain a Depot Level
Engineering Support Plan
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
It is the Contractor's responsibility to identify and
maintain quantities and pre-position spares to achieve
96% availability. Spares quantities require NWSO TA
approval.
Using ISO 15288:2008 as the guidance document
produce and maintain a support plan as described in
section 13.C.2.c.2. Review the plan each year to
accommodate any changes defined.
RADAR, COMMUNICATIONS & ANCILLARY SYS
13.G
2013-03-14
13.F.13
Line Item
NWS
Section 13
See Section 8 for details
1 Plan, updated when
changes occur
Estimated Qty
Page 157 of 216
96% Availability achieved.
The Plan to be reviewed annually,
maintained current, adhered to and
amendments issued for acceptance as
necessary and changes incorporated and
disseminated 100% of the time.
The Plan to be accurate and complete
with no more than 10 errors identified
during inspection at least 95% of the
time.
All noted errors and/or deficiencies
rectified within 5 business days 100% of
the time.
Performance Standard
SOR
Information and Qualifications
Restricted - Contracts
NFPA 14 - Standard for the Installation of Standpipe and Hose Systems (G)
NFPA 13 - Standard for the Installation of Sprinkler Systems (M)
NFPA 12 - Standard on Carbon Dioxide Extinguishing Systems (M)
NWS Site Plans and Site historical Data (M)
MOU Between DND and the Hamlet of Hall Beach (M)
Canada Water Act (M)
Volume I of the PM Program (G)
Guidance For Drinking Water In Areas of Federal Jurisdiction (M)
ASTM E2018 - Property Condition Assessment Process (G)
Guidelines for Canadian Drinking Water Quality. (M)
Restricted - Contracts
REFERENCES The notations against the references have the following meanings: M - Adherence to the policies, procedures,
act, orders and regulations contained therein is mandatory. G - The policies and procedures contained therein are not
mandatory, but proposals for alternatives must be submitted in full detail to, and be accepted by the Project Authority.
Furthermore, alternatives must fully interface with procedures in use globally. Note: All references are the latest edition of the
specified code and regulation. When any discrepancy exists between any publication, the most stringent requirement will be
followed unless written authority is granted by Canada.
For definition of terms see Section 1.A PROJECT BACKGROUND, Attachment "SOW Section 1: NORTH WARNING SYSTEM
CONCEPT OF OPERATIONS AND MAINTENANCE".
DEFINITIONS
Provide all personnel and technical services required to manage, supervise and perform inspections, testing, monitoring,
operation, maintenance and repair activities on Buildings, Structures, Lands and Grounds; Heating, Ventilation and Air
Conditioning; Power Generating Systems; Electrical Systems; Bulk Fuel Systems; Potable Water Systems; Waste Water
Systems; and Active and Passive Fire Protection Systems. While managing the noted infrastructure and systems the Contractor
will be employing methods and techniques designed to provide the most efficient operation, obtain the highest practical operating
reliability, conserve energy, minimize financial resource requirements in a safe conscious manner.
SCOPE OF WORK
GENERAL REQUIREMENTS
FACILITIES MANAGEMENT
09, September, 2013
2013-08-27
14.A.3.j
2013-03-15
14.A.3.i
2012-05-18
14.A.3.h
2012-09-07
14.A.3.g
2013-08-29
14.A.3.f
2011-11-07
14.A.3.e
2012-05-18
14.A.3.d
2012-05-18
14.A.3.c
2009-11-20
14.A.3.b
2011-11-07
14.A.3.a
2013-03-15
14.A.3
2012-06-18
14.A.2.a
2012-06-18
14.A.2
2013-03-15
14.A.1.a
2011-07-15
14.A.1
2012-02-13
14.A
Line Item
NWS
Section 14
Page 158 of 216
SOR
Restricted - Contracts
Information and Qualifications
Restricted - Contracts
NFPA 720 - Standard for the Installation of Carbon Monoxide (CO) Detection and Warning Equipment (M)
NFPA 80 - Standard for Fire Doors and Other Opening Protectives (M)
NFPA 10 - Standard for Portable Fire Extinguishers (M)
National Fire Code Of Canada (M)
Canadian Electrical Code (M)
National Building Code Of Canada (M)
Tank Inspection Report Templates - Vertical & Horizontal (G)
Long Term Maintenance Plan for NWS DEGS (G)
American Petroleum Institute Standards for Inspection and Repair of Fuel Tanks (M)
Historical POL tank inspection reports.
NFPA 2001 - Standard on Clean Agent Fire Extinguishing Systems (M)
NFPA 750 - Standard on Water Mist Fire Protection Systems (M)
NFPA 170 - Standard for Fire Safety and Emergency Symbols (G)
NFPA 96 - Standard for Ventilation Control and Fire Protection of Commercial Cooking Operations (M)
NFPA 30 - Flammable and Combustible Liquids Code (M)
NFPA 25 - Standard for the Inspection, Testing, and Maintenance of Water-Based Fire Protection Systems (M)
NFPA 20 - Standard for the Installation of Stationary Pumps for Fire Protection (M)
NFPA 17A - Standard for Wet Chemical Extinguishing Systems (M)
NFPA 17 - Standard for Dry Chemical Extinguishing Systems (M)
NFPA 15 - Standard for Water Spray Fixed Systems for Fire Protection (G)
FACILITIES MANAGEMENT
09, September, 2013
2012-05-18
14.A.3.zd
2013-08-27
14.A.3.zc
2013-08-27
14.A.3.zb
2012-05-18
14.A.3.za
2012-05-18
14.A.3.z
2012-05-18
14.A.3.y
2013-09-03
14.A.3.x
2012-09-21
14.A.3.w
2013-03-22
14.A.3.v
2012-09-14
14.A.3.u
2012-09-14
14.A.3.t
2012-05-18
14.A.3.s
2012-05-18
14.A.3.r
2012-05-18
14.A.3.q
2012-09-07
14.A.3.p
2012-05-18
14.A.3.o
2012-05-18
14.A.3.n
2012-05-18
14.A.3.m
2012-05-18
14.A.3.l
2012-05-18
14.A.3.k
Line Item
NWS
Section 14
Page 159 of 216
SOR
As per Section 2.A..4.
14.A.4.a
Transport Canada Advisory Circular (AC) No. 300-004 for Unpaved Runway Surfaces
ULC S536 - Inspection & Testing of Fire Alarm Systems (M)
ULC S524 - Standard for the Installation of Fire Alarm Systems (M)
Drinking Water Safety Act (M)
Guidelines for Effluent Quality and Waste Water Treatment of Federal Establishments (EPS 1-EC-76-1) (G)
CSA C22.2 No 141 - Emergency Lighting Equipment (M)
ULC S537 - Verification of Fire Alarm Systems (M)
Historical Tower Inspection Reports (G)
FOX-MAIN Beach Clean-Up Reference Map (M)
PIN-MAIN Beach Clean-Up Reference Map (M)
CFFM Waiver, Reference Number 7665-0, Dated 07 April 2009.
SAFETY PROVISIONS
HOURS OF OPERATION
Restricted - Contracts
CAM-M, FOX-M and LAB-6 are supported from commercially operated airports and are not maintained by the contractor. An
agreement is in place however allowing the contractor, with permission, to clear snow if deemed necessary.
09, September, 2013
14.A.6
2012-05-22
14.A.5.c
2011-07-12
14.A.5.b
NWS airfields are "NOTAM closed" to the public.
Refer to Site plans, Site Historical Data and Facility Condition Assessment (2009) Survey and subsequent upgrades, for
information regarding the various equipment at (36) SRRs, (9) LRRs, (3) LSSs, SRD and 2 main sites.
14.A.5.a
2011-06-30
DESCRIPTION OF EXISTING CONDITIONS
14.A.5
2011-11-18
Information and Qualifications
Restricted - Contracts
NFPA 1962 - Standard for the Care, Use, Inspection, Service Testing & Replacement Of Fire Hose, Couplings, Nozzles, and Fire
Hose Appliances (M)
FACILITIES MANAGEMENT
14.A.4
2013-09-03
14.A.3.zp
2013-08-27
14.A.3.zo
2013-08-27
14.A.3.zn
2013-03-22
14.A.3.zm
2013-03-22
14.A.3.zl
2013-08-27
14.A.3.zk
2013-08-27
14.A.3.zj
2013-08-29
14.A.3.zi
2012-10-09
14.A.3.zh
2012-10-09
14.A.3.zg
2012-05-23
14.A.3.zf
2013-08-27
14.A.3.ze
Line Item
NWS
Section 14
Page 160 of 216
SOR
TRAINING AND EXPERIENCE
14.B.1
SECURITY
Restricted - Contracts
Within 6 months of assuming Care, Custody and Control of a site, the Contractor shall have all staff maintaining active Fire
Alarm systems, voice communications systems and fire suppression releasing panels trained by a technician who is registered
with the Canadian Fire Alarm Association (CFAA) as having successfully completed the "Fire Alarm Technology" program,
having worked as an apprentice to a person who has been a CFAA registered technician for a period of not less than 1 year, and
with at least 5 years of experience working primarily on fire alarm systems. This training is to be regenerative on a 5 year cycle.
In addition, all contractor staff maintaining these systems must have successfully completed the following CFAA courses:
1. An Introduction to the Fire Detection and Alarm Industry;
2. Basic Electricity;
3. Life Safety Systems Electronics (LSSE);
4. Fire Alarm Systems.
Within 6 months of assuming Care, Custody and Control of a site fitted with a Clean Agent Suppression System, the Contractor
shall have all staff maintaining these systems trained on site by the OEM, or the OEM's authorized designate. All OEM training is
to be regenerative on a 5 year cycle.
Within 6 months of assuming Care, Custody and Control of a site fitted with a Carbon Dioxide Fire Suppression System, the
Contractor shall have all staff maintaining these systems trained on site by the OEM, or the OEM's authorized designate. All
OEM training is to be regenerative on a 5 year cycle.
Within 6 months of assuming Care, Custody and Control of a site fitted with a Kitchen Fire Suppression System, the Contractor
shall have all staff maintaining these systems trained by the OEM, or the OEM's authorized designate. All OEM training is to be
regenerative on a 5 year cycle.
Within 6 months of assuming Care, Custody and Control of a site fitted with a Sprinkler System, Standpipe System or Fire Pump,
the Contractor shall have all staff maintaining these systems trained on site by a person who is a Certified Sprinkler System
Installer (Red Seal Interprovincial recognized) with at least 5 years of experience. Training is to be regenerative on a 5 year
cycle.
Maintenance and Repair Personnel working on or are involved in the Bulk Fuel Systems will have completed fuel handling
courses and hazardous material training. All in accordance with Provincial/Territorial legislation.
All technicians working on the NWS will have the prerequisite skills, qualifications, training and required Provincial or Territorial
certification to efficiently and effectively perform the tasks to which they are assigned. Apprentices can be considered as an
option if sufficient journeymen are available for supervision (1 for 1).
09, September, 2013
2012-06-18
14.B.2
2013-03-18
14.B.1.h
2013-03-15
14.B.1.g
2013-03-15
14.B.1.f
2013-03-15
14.B.1.e
2013-03-15
14.B.1.d
2011-07-12
14.B.1.c
2011-11-29
14.B.1.b
2011-11-18
14.B.1.a
All personnel working in a Northern Environment will possess the physical capabilities to perform their required duties with no
restriction and having demonstrated that they are fully capable to understand and perform the tasks to which they are assigned.
All in accordance with Provincial/Territorial legislation.
PERSONNEL QUALIFICATIONS
2013-03-15
Information and Qualifications
Restricted - Contracts
All assets are to be maintained to provide functionality 24/7. Point of contact to be available as per Section 2.A.6.a.
FACILITIES MANAGEMENT
14.B
2011-11-18
14.A.6.a
Line Item
NWS
Section 14
Page 161 of 216
SOR
Information and Qualifications
Restricted - Contracts
Restricted - Contracts
All personnel shall meet the requisite security requirements, as defined by the Security Requirements Checklist (SRCL) before
being allowed to visit or work in any NWS sites, LSSs, and North Bay NWS locations.
FACILITIES MANAGEMENT
09, September, 2013
2012-06-18
14.B.2.a
Line Item
NWS
Section 14
Page 162 of 216
SOR
Perform POL tank cleaning and
inspection.
09, September, 2013
2013-08-30
14.C.1.b
2013-08-28
14.C.1.a
Implement a Preventive Maintenance
(PM) Program for equipment and
systems in this Section at NWS
installations (Main Sites, Northern
Auxiliary Sites, East Coast Sites, SRR
Sites and LSS's).
PREVENTIVE MAINTENANCE (PM)
14.C.1
2011-06-27
PERFORMANCE REQUIREMENTS
Major Requirement
FACILITIES MANAGEMENT
14.C
Line Item
NWS
Section 14
Restricted - Contracts
Clean and inspect vertical POL tanks at a maximum
every 5 years, or more frequently as required by the
most recent tank inspection report. Clean and inspect
horizontal POL tanks at a maximum every 10 years, or
more frequently as required by the most recent tank
inspection report. Inspection of all POL tanks is to be in
accordance with reference 14.A.3.x. In all cases, POL
tank inspection is to ensure compliance with STS
Regulations. Tank inspection reports are to be submitted
as per Section 14.F.7.
Provide all labour and material to implement Volume I of
the PM Program as provided in Section 15.F.12. Work
is to be scheduled and implemented as part of the Five
Year Operations & Sustainment Plan, as per Section
2.C.1.c. A listing of all PM tasks shall be maintained
on-line. Specialties include: Buildings, Structures,
Lands and Grounds; Heating, Ventilation and Air
Conditioning; Power Generating Systems; Electrical;
Bulk Fuel; Potable Water; Waste Water; and Active and
Passive Fire Protection Systems. Facilities PME is
considered to be PGS, fire protection systems, fuel
transfer systems and sleep mode equipment.
Completion of PMIs on Facilities PME is to be
considered the priority. PM shall be tracked as tasks in
the NWS work management system. PM tasks not
completed shall be recorded as exception, and included
in the report detailed in Section 15.F.15. PM exceptions
shall remain open, and shall be completed at the earliest
opportunity.
Related Information
Restricted - Contracts
Vertical tanks to be inspected
every 5 years, or as per the
requirements of the latest
inspection. Horizontal tanks
are to be cleaned every 10
years. Number of tanks by
site and by type are as per the
latest Facilities Condition
Assessment. As of 31 March
2012, a total of 96 horizontal
tanks have been procured,
and will be installed over time
as per the FYO&SP.
There are approximately 343
task to implement (22 monthly,
98 quarterly, 13 biannually,
164 annually, 11 biennially, 5
on a three year cycle, 1 on a
five year cycle and 29 task
cards based on hours of
operation).
Estimated Qty
Page 163 of 216
Vertical tanks to be inspected at a
minimum every 5 years, or more
frequently as per the latest tank inspection
report. Horizontal tanks to be inspected at
a minimum every 10 years, or more
frequently as per the latest tank inspection
report. No instance of tanks exceeding
either the 5 or 10 year cycle for LRRs and
SRRs respectively. No example of a
violation of the STS regulations due to
required tank inspections not being
performed.
Complete 85% of the scheduled PM tasks
within the quarter and the remainder by
the following quarter.
Performance Standard
SOR
Implement Long Term Maintenance
Plan for NWS DEGS.
Provide maintenance and minor
repairs of airfield pavement at LAB 2.
Implement Erosion Control and SNIC
Plan.
Implement Corrosion Protection Plan.
Major Requirement
FACILITIES MANAGEMENT
09, September, 2013
2012-09-21
14.C.1.f
2012-05-22
14.C.1.e
2013-09-05
14.C.1.d
2013-08-29
14.C.1.c
Line Item
NWS
Section 14
Restricted - Contracts
Bear all costs for implementation of a Long Term
Maintenance Plan for NWS DEGS, as detailed in
Section 14.F.8. Engine overhauls are not subject to the
CM Job Limit, and no GFM shall be provided. Establish
an annual DEG repair and overhaul program, based on
the requirements of the plan, and integrate into the CY of
the FYO&SP.
Minor repairs may include cracks, surface breaks,
heaves, settlements, joint spalls, surface scaling, joint
sealing, deteriorated shoulders, pavement paint
markings, drainage pipes, catch basins, culverts and
ditches. Coordinate airfield repair schedule and
emergency airfield repair work with contract air carrier at
least 24 hours in advance of work initiation.
Perform Erosion Control and SNIC duties in accordance
with the plan detailed in Section 14.F.5. MSE available
for this work is as detailed in Section 12. Ensure that
gravel surfaces are maintained to a level required to
support normal NWS operations. Implement site
specific SNIC plans to allow for normal NWS operations
in winter months and to mitigate erosion of gravel
surfaces during the spring melt. Establish an annual
program, based on the requirements of the plan, and
integrate into the CY of the FYO&SP. Guarantee
airfield, apron and roads at FOX-3 are serviceable to
support the annual bulk fuel resupply in summer months.
Coordinate airfield repair schedule and emergency
airfield repair work with contract air carrier at least 24
hours in advance of work initiation.
Implement Corrosion Protection Plan, as per Section
14.F.1. Establish an annual program, based on the
requirements of the plan, and integrate into the CY of the
FYO&SP.
Related Information
Restricted - Contracts
36 SRR sites with 3 x Lister
HL-6 engines; 1 SRD with 3 x
Lister HL-6 engines; 3 LRR
sites with 4 x Caterpillar 3406
engines; 4 LRR sites with 3 x
Caterpillar 3406 engines; 1
LRR site with 3 x Caterpillar
3408 engines; 1 LRR site with
3 x Caterpillar 3412 engines; 1
LRR site with 1 x Caterpillar
3406 engine, 1 x Caterpillar
3408 engine and 3 x
Caterpillar 3412 engines. 1
LRR site with engines TBD.
5 repairs per year.
Gravel surfaces include roads,
runways, aprons, building
pads and related slopes,
sealift access points, and
other surfaces as described in
the latest Baseline Study, and
site reference drawings
provided. An estimated 275
cubic meters used annually for
each LRR site for general
maintenance purposes.
Implementation of 1 plan over
47 sites.
Estimated Qty
Page 164 of 216
Annual DEG overhaul program is entered
into the CY of the FYO&SP. No example
of normal NWS operations impacted due
to errors or omissions in the
implementation of the CY program of the
LTMP. Not more than 1 scheduled
overhaul not happening in the current
year.
No instance of disruption of flying
operations as result of a failure to
maintain or repair the airfield.
CY of FYO&SP to have activities related
to erosion control. No example of normal
NWS operations impacted due to errors or
omissions in the Erosion Control and
SNIC Plan.
CY of FYO&SP to have some activities
related to corrosion prevention. No
example of a violation of the STS
Regulations related to errors or omissions
in the Corrosion Protection Plan, or
implementation of the annual program as
part of CY activities in the FYO&SP.
Performance Standard
SOR
Perform PM tasks on water based fire
suppression systems including fire
pumps.
Maintain certification of fire protection
system cylinders.
Implement NWS Gravel Plan.
Major Requirement
FACILITIES MANAGEMENT
09, September, 2013
2013-08-28
14.C.1.i
2012-10-17
14.C.1.h
2013-09-03
14.C.1.g
Line Item
NWS
Section 14
Restricted - Contracts
PM tasks to be performed in accordance with the NFCC
and NFPA 25. All PM tasks, up to and including quarterly
PM tasks on water based fire suppression systems
including fire pumps, to be performed by a journeyman
who meets the requirements of 14.B.1.d. All other PM
tasks to be performed by a Certified Sprinkler System
Installer (Red Seal Interprovincial recognized) with a
minimum of 5 years of experience. Submit water based
fire suppression system PM reports as per 14.F.9.
Maintain certification of fire protection system cylinders.
Ensure that testing and certification of cylinders is
completed for all types of gases and or clean agents in
service on the NWS as required by relevant NFPA
standards. Discharge of cylinders prior to shipment for
testing only to be performed by OEM or OEM's
authorized designate.
Implement NWS Gravel Plan, as per Section 14.F.4.
Use government furnished gravel crushers to provide
gravel for maintenance as detailed in 14.C.1.d.
Establish an annual program, based on the
requirements of the plan, and integrate into the CY of the
FYO&SP. Forecast CY+1 and CY+2 requirements to
determine movement of crushers by sealift. Gravel to be
crushed in accordance with Transport Canada Advisory
Circular (AC) No. 300-004 standards for gravel roads
and airfields.
Related Information
Restricted - Contracts
Water based fire suppression
systems including fire pumps
at BAF-3, LAB-2 and LAB-6.
Commissioning dates for all
three sites approximately
1988. 5 year PMI last
completed 2011. 20 year PMI
is pending.
CO2 cylinders by site, type
and date of last test as
follows:
BAR-2: 31 x 75 lbs, last
tested in 2005;
PIN-MAIN: 57 x 100lbs, last
tested in 2006;
CAM-MAIN: 57 x 100lbs, last
tested in 2006;
CAM-3: 31 x 75 lbs, last tested
in 2005;
FOX-MAIN: 145 x 100 lbs, last
tested in 2007;
FOX-3: 31 x 75 lbs, last tested
in 2005;
DYE-MAIN: 46 x 75 lbs, last
tested in 2007.
Minimum estimated quantity of
gravel per site is as per
14.C.1.d. Amount of gravel to
be crushed per site is as
determined by the Contractor
based on annual requirements
and movement of the crushers
as per the Contractor's plan.
Estimated Qty
Page 165 of 216
Contractor to demonstrate 100%
compliance with the noted standards.
No example of fire protection system
cylinders in service without required
testing and certification.
No instance of adequate gravel stockpile
not being available to meet the
requirements of 14.C.1.d.
Performance Standard
SOR
Perform PM tasks on clean agent fire
suppression systems.
Perform PM tasks on carbon dioxide
fire suppression systems.
Perform PM tasks on kitchen fire
suppression systems.
Major Requirement
FACILITIES MANAGEMENT
09, September, 2013
2013-08-28
14.C.1.l
2013-08-28
14.C.1.k
2013-08-28
14.C.1.j
Line Item
NWS
Section 14
Restricted - Contracts
PM tasks to be performed in accordance with the NFCC
and NFPA 2001. All PM tasks up to and including
quarterly PM tasks on clean agent fire suppression
systems to be performed by a journeyman who meets
the requirements of 14.B.1.g. All PM tasks greater than
quarterly at all LRR sites and a minimum of two (2) SRR
sites per zone, on a rotational basis, annually are to be
performed by a person who is qualified to manufacturer's
requirements, is an employee of a company which is
certified by Underwriters' Laboratory of Canada (ULC) to
the appropriate service category for this type of
suppression agent, and who has a minimum of 5 years
of experience. At the remaining SRR sites, all other PM
tasks greater than quarterly are to be performed by a
journeyman who meets the requirements of 14.B.1.g.
Submit clean agent fire suppression system PM reports
as per 14.F.9.
PM tasks to be performed in accordance with the NFCC
and NFPA 12. All PM tasks up to and including quarterly
PMIs on carbon dioxide fire suppression systems to be
performed by a journeyman who meets the requirements
of 14.B.1.f. All other PM tasks to be performed by the
OEM, or by an OEM authorized representative. Submit
carbon dioxide fire suppression system PM reports as
per 14.F.9.
PM tasks to be performed in accordance with the NFCC,
NFPA 17, NFPA 17A, and NFPA 96. All PM tasks up to
and including quarterly PM tasks on kitchen fire
suppression systems to be performed by a journeyman
who meets the requirements of 14.B.1.e. All other PM
tasks to be performed by the OEM or by an OEM
authorized representative. Submit kitchen fire
suppression system PM reports as per 14.F.9.
Related Information
Restricted - Contracts
Clean agent fire suppression
systems are at all NWS sites.
Carbon dioxide fire
suppression systems are
located at BAR-2, PIN-MAIN,
CAM-MAIN, CAM-3,
FOX-MAIN, FOX-3 and
DYE-MAIN.
Kitchen fire suppression
systems at BAR-2, PIN-MAIN,
CAM-MAIN, CAM-3,
FOX-MAIN, FOX-3,
DYE-MAIN, BAF-3, LAB-2 and
LAB-6.
Estimated Qty
Page 166 of 216
Contractor to demonstrate 100%
compliance with the noted standards.
Contractor to demonstrate 100%
compliance with the noted standards.
Contractor to demonstrate 100%
compliance with noted standards.
Performance Standard
SOR
Perform annual beach clean-up at
PIN-MAIN and FOX-MAIN.
Perform PM tasks on all emergency
lighting systems.
Perform PM tasks on all passive fire
protection systems.
Perform PM tasks on all portable fire
extinguishers.
Perform PM tasks on fire alarm
systems, voice communication
systems and fire suppression releasing
panels.
Major Requirement
FACILITIES MANAGEMENT
09, September, 2013
2012-10-08
14.C.1.q
2013-08-28
14.C.1.p
2013-08-28
14.C.1.o
2013-08-28
14.C.1.n
2013-08-29
14.C.1.m
Line Item
NWS
Section 14
Restricted - Contracts
Perform annual beach clean-up at PIN-MAIN and
FOX-MAIN to remove debris deposited due to winter ice
scouring action. Areas to be inspected and cleaned as
per maps 1 and 2. Dispose of waste collected as per
the requirements detailed in Section 16.
PM tasks to be performed in accordance with the NFCC
and CSA C22.2 No 141. Submit emergency lighting
system PM reports as per 14.F.9.
PM tasks to be performed in accordance with the NFCC
and NFPA 80. At a minimum, exercise fire doors to
ensure proper operation and inspect the integrity of fire
breaks. Submit passive fire protection system PM
reports as per 14.F.9.
PM tasks to be performed in accordance with the NFCC
and NFPA 10. Ensure annual certification of all portable
extinguishers is performed by the OEM, or by an OEM
authorized representative. Submit portable fire
extinguisher PM reports as per 14.F.9
PM tasks to be performed in accordance with the NFCC
and ULC S536. All PM tasks up to and including
quarterly PM tasks (quarterly PM tasks to include the
monthly) on fire alarm, voice communications systems
and fire suppression releasing panels are to be
performed by a journeyman who meets the requirements
of 14.B.1.h. All PM tasks greater than quarterly at all
LRR sites and a minimum of two (2) SRR sites per zone,
on a rotational basis, annually are to be performed by a
technician who is registered with the Canadian Fire
Alarm Association (CFAA) as having successfully
completed the "Fire Alarm Technology" program, having
worked as an apprentice to a person who has been a
CFAA registered technician for a period of not less than
1 year, and with at least 5 years of experience working
primarily on fire alarm systems. At the remaining SRR
sites, all other PM tasks greater than quarterly are to be
performed by a journeyman who meets the requirements
of 14.B.1.h. Submit fire alarm system, voice
communication system, and fire suppression releasing
panel PM reports as per 14.F.9.
Related Information
Restricted - Contracts
1.5 cubic metres of debris per
site per year.
Emergency lighting exists at
all NWS sites.
Passive fire protection
systems exist at all NWS sites.
Estimated to be 500 portable
extinguishers in total.
Fire alarm systems, voice
communication systems and
releasing panels are on all
NWS sites.
Estimated Qty
Page 167 of 216
Contractor to demonstrate an annual
program to perform the clean-up.
Contractor to demonstrate 100%
compliance with the noted standards.
Contractor to demonstrate 100%
compliance with the noted standards.
Contractor to demonstrate 100%
compliance with the noted standards.
Contractor to demonstrate 100%
compliance with the noted standards.
Performance Standard
SOR
Perform Emergency CM on failed and
functionally degraded equipment and
facilities that pose immediate risk to
the mission, the environment and
OH&S.
Perform or coordinate LUC 74 CM on
failed and functionally degraded
equipment and facilities at all NWS
sites up to set job limits.
CORRECTIVE MAINTENANCE (CM)
Implement current year program of the
NWS LRR Site Radar Tower
Management Plan.
Major Requirement
FACILITIES MANAGEMENT
09, September, 2013
2013-03-22
14.C.2.b
2013-08-28
14.C.2.a
2011-06-27
14.C.2
2013-03-23
14.C.1.r
Line Item
NWS
Section 14
Restricted - Contracts
Perform Emergency CM as LUC 72 work orders on
failed or functionally degraded equipment or systems to
protect life, the environment and government property
for equipment and system defined in 14.A.1.a. Repair
efforts should be continued until systems are operational
or until risk has been mitigated allowing for further
planning. Perform repair activities on equipment as
specified in applicable Maintenance Manuals or OEM
recommendations. All replacement parts must operate
as original and must not create an increased risk to the
environment and health and safety of individuals or
reduce the operating efficiency/life span of the
equipment or system. All emergencies are to have an
accompanying incident report applicable to the nature of
the emergency as defined throughout this SOW
(environmental, fire, significant etc.). Implement the
Emergency Response Plan if warranted, as defined in
Section 2.C.9.a
Perform or coordinate LUC 74 CM up to Corrective
Maintenance Job Limit on failed or functionally degraded
equipment and systems as detailed in 14.A.1.a. See
14.C.2.d through 14.C.2.j for particular requirements for
maintaining NWS active and passive fire protection
systems. All material for CM work will be provided as
GFM. All other costs for implementation of the CM work
up to the CM Job Limit shall be bourne by the
Contractor. Perform repair activities on equipment as
specified in applicable Maintenance Manuals or OEM
recommendations. Repair efforts should be continued
until systems are operational. All replacement parts must
operate as original and must not create an increased
risk to the environment and health and safety of
individuals or reduce the operating efficiency/life span of
the equipment or system.
Implement the current year program of the NWS LRR
Site Radar Tower Management Plan as detailed in
14.F.10. Activities for the current year are to be entered
on the Five Year Operations and Sustainment Plan.
Submit radar tower inspection reports as per 14.F.11.
Related Information
Restricted - Contracts
Estimated 70 LUC 72 CM
incidents annually.
Breakdown of annual average
LUC 74 work orders for both
Facilities and Electronics
equipment and systems by
required labour hours as
follows: 1400 at 0.5 hours or
less; 950 greater than 0.5
hours, up to 1 hour; 675
greater than 1 hour, up to 2
hours; 250 greater than 2
hours, up to 3 hours; 375
greater than 3 hours, up to 5
hours; 225 greater than 5
hours, up to 8 hours; and 425
greater than 8 hours.
Implementation of 1 annual
program as detailed in 14.F.10
to include ten (10) tower
inspections to CSA S37-01,
NDT of three (3) towers.
Estimate repair of two (2)
cracks annually.
Estimated Qty
Page 168 of 216
No example of an emergency not being
responded to immediately upon detection.
Not more than 60 CM work orders per
Zone open longer than 4 months; Not
more than 20 CM work orders per Zone
open longer than 6 months; Not more
than 2 CM work orders per site open
longer than 6 months; Not more than one
item open longer than 12 months and
none open longer than 18 months.
Contractor to demonstrate that a current
year program is documented, and that
activities are included on the Five Year
Operations and Sustainment Plan.
Records of completed work are to be
submitted as per 14.F.11.
Performance Standard
SOR
OPERATIONAL ACTIVITIES
Perform CM on emergency lighting.
Perform CM on passive fire protection
systems.
Perform CM on fire alarm systems,
voice communications systems and
fire suppression releasing panels.
Perform CM on clean agent fire
suppression systems.
Perform CM on carbon dioxide fire
suppression systems.
Perform CM on kitchen fire
suppression systems.
Perform CM on water based fire
protection systems including fire
pumps.
Coordinate and perform repair and
overhaul of facilities equipment.
Major Requirement
FACILITIES MANAGEMENT
09, September, 2013
2011-09-20
14.C.3
2013-08-28
14.C.2.j
2013-08-28
14.C.2.i
2013-08-28
14.C.2.h
2013-08-28
14.C.2.g
2013-08-28
14.C.2.f
2013-08-28
14.C.2.e
2013-08-28
14.C.2.d
2013-03-15
14.C.2.c
Line Item
NWS
Section 14
Restricted - Contracts
CM to be performed in accordance with the NFCC and
CSA C22.2 No. 141.
CM to be performed in accordance with the NFCC and
NFPA 80.
CM to be performed in accordance with the NFCC, ULC
S524, ULC S536, and ULC S537. CM on fire alarm
systems, voice communications systems and fire
suppression releasing panels is to be performed to the
LRU level by a journeyman who meets the requirements
of 14.B.1.h. All other CM to be performed by the OEM,
or the OEM's authorized designate.
CM to be performed in accordance with in accordance
with the NFCC and NFPA 2001. CM on clean agent fire
suppression systems is to be performed to the LRU level
by a journeyman who meets the requirements of
14.B.1.g. All other CM to be performed by the OEM, or
the OEM's authorized designate.
CM to be performed in accordance with the NFCC and
NFPA 12. CM on carbon dioxide fire suppression
systems is to be performed to the LRU level by a
journeyman who meets the requirements of 14.B.1.f. All
other CM to be performed by the OEM, or the OEM's
authorized designate.
CM to be performed in accordance with the NFCC,
NFPA 17, NFPA 17A, and NFPA 96. CM on kitchen fire
suppression systems is to be performed to the LRU level
by a journeyman who meets the requirements of
14.B.1.e. All other CM to be performed by the OEM, or
the OEM's authorized designate.
CM to be performed in accordance with the NFCC,
NFPA 13, NFPA 20, and NFPA 25. CM is to be
performed to the LRU level by a journeyman who meets
the requirements of 14.B.1.d. All other CM to be
performed by a person who is a Certified Sprinkler
System Installer (Red Seal Interprovincial recognized)
with a minimum of 5 years of experience.
Coordinate and perform repair and overhaul of facilities
equipment as per 13.C.2.c.
Related Information
Restricted - Contracts
CM is included in 14.C.2.a.
CM is included in 14.C.2.a.
CM is included in 14.C.2.a.
CM is included in 14.C.2.a.
CM is included in 14.C.2.a.
CM is included in 14.C.2.a.
CM is included in 14.C.2.a.
As per 13.C.2.c
Estimated Qty
Page 169 of 216
Contractor to demonstrate 100%
compliance with the noted standards.
Contractor to demonstrate 100%
compliance with the noted standards.
Contractor to demonstrate 100%
compliance with the noted standards.
Contractor to demonstrate 100%
compliance with the noted standards.
Contractor to demonstrate 100%
compliance with the noted standards.
Contractor to demonstrate 100%
compliance with the noted standards.
Contractor to demonstrate 100%
compliance with the noted standards.
As per 13.C.2.c.
Performance Standard
SOR
Nil.
INDEFINITE QUANTITY
REQUIREMENTS
14.D.1
14.E
09, September, 2013
WATCH KEEPING REQUIREMENTS
Implement LUC 78 Minor Modification
projects.
Monitor and test sewage effluent.
Establish and Update NWS Facilities
Condition Survey (FCS).
Major Requirement
FACILITIES MANAGEMENT
14.D
2013-03-18
14.C.3.c
2012-09-14
14.C.3.b
2013-09-05
14.C.3.a
Line Item
NWS
Section 14
Restricted - Contracts
Implement LUC 78 Minor Modification projects.
Maximum of $25K per each occurrence.
Monitor and test sewage effluent as defined in Section
14.F.3.
Establish and Update an NWS Facilities Condition
Survey (FCS). Reference 2.A.3.c is provided as a
reference document. Using 14.A.3.zi as a starting point,
by 30 November of year three (3) of the contract, the
NWS FCS is to be established and include all NWS
Northern sites, all LSSs and the SRD. Thereafter, all
sites are to be visited over a two year period, with the
updated FCS submitted by 30 November with the sites
visited in that year. All findings are to be recorded in the
update. Any finding not corrected at the time of the
inspection is to be tracked to completion in the NWS
Work Management System.
The report is to include, at a minimum, the information in
14.A.3.zi, and in addition, is to include for each site:
1. major maintenance initiatives which occurred, and
how they impact the condition/life span of facilities;
2. any IQ work, and how it impacts the condition/life
span of facilities;
3. historical CM listing, sorted by system;
4. historical PM listing, particularly PM that was missed.
The FCS is to compliment the annual Trend Analysis
Report, as per 15.F.5, and the Five Year Operations and
Sustainment Plan, as per 2.C.1.c to provide an overview
of how the service life of NWS facilities is being
sustained. The FCS is also to be used as supporting
documentation for Transition Out, as detailed in Section
4 of this SOW. Submit the Facilities Baseline as per
14.F.6
Related Information
Restricted - Contracts
Estimated at $100K in facilities
LUC 78 projects annually.
CAM-MAIN and FOX-MAIN,
monthly, estimated 6
ramp-ups longer than one
month annually.
1 FCS to be prepared in
accordance with Related
Information by 30 November
of year three of the contract.
Subsequently, 51 locations to
be visited over a two year
period, with 1 updated FCS
submitted annually.
Estimated Qty
Page 170 of 216
All LUC 78 projects completed in the year
scheduled.
No example of sewage monitoring not
being completed. No example of a
violation of the NWB licenses due to
errors or omissions in sewage monitoring.
Not more than 2 SRR sites missed over a
two year period. No example of a site not
visited within 3 years.
Performance Standard
SOR
Establish and maintain a Corrosion
Protection Plan.
14.F.1
09, September, 2013
2013-08-28
RECORDS AND DELIVERABLES
There are no other pre-determined IQ
requirements associated with this
section, IQ may be ordered by the
NWSO on an as required basis for any
work within the scope of this section.
Perform PM and CM on Canadian
Coastal Radars.
Maintain DEW Line Clean Up (DLCU)
landfill sites.
Perform LUC 78 Minor Modification
projects in excess of annual
cumulative limit.
Perform CM work on jobs in excess of
the CM Job Limit.
Major Requirement
FACILITIES MANAGEMENT
14.F
2011-09-21
14.E.5
2012-10-16
14.E.4
2012-10-10
14.E.3
2012-09-14
14.E.2
2012-07-17
14.E.1
Line Item
NWS
Section 14
Restricted - Contracts
Establish and maintain a Corrosion Protection Plan. The
plan is to address corrosion prevention measures for
metal surfaces on NWS sites, including, at a minimum:
(1) POL tanks;
(2) POL pipelines;
(3) painting of LRR site radar towers at least once every
10 years;
(4) metal helipads and walkways;
(5) building pilings;
(6) building trim and other metal facades;
(7) water and sewage tanks;
(8) SRR site towers.
The plan is to document the approach and methodology
to the overall prevention of corrosion on NWS sites. The
plan is to clearly document how STS regulatory
compliance is to be met. The plan is to be reviewed at a
minimum annually.
See Contract Terms and Conditions for details regarding
negotiation of the IQ job.
Perform PM and CM on Canadian Coastal Radars.
Upon the request of the NWSO TA, perform periodic
maintenance of DLCU landfills at NWS LRR sites.
Scope of work to be provided by the NWSO TA.
Perform LUC 78 Minor Modification projects in excess of
annual cumulative limit.
Perform CM work on jobs in excess of the CM Job Limit.
Related Information
Restricted - Contracts
1 plan.
Nothing Additional
4 Canadian Coastal Radar
installations.
Estimated Qty
Page 171 of 216
No example of the plan not being
available.
All jobs completed to the agreed standard
of quality. 90% of jobs completed by the
agreed completion date. All jobs
completed no later than 10% of the
Conduct Period beyond the agreed
completion date.
PM and CM services to be provided as
per the terms and conditions of the IQ
project.
All jobs completed in accordance with the
IQ request.
No instance of exceeding the Job Limit
without authorization. No instance of not
completing the work within the timeframe
negotiated with NWSO TA.
Performance Standard
SOR
Prepare and maintain an NWS Gravel
Plan.
Prepare and submit Sewage System
Activity Report.
Prepare and submit Potable Water
System Activity Report.
Major Requirement
FACILITIES MANAGEMENT
09, September, 2013
2013-08-28
14.F.4
2013-08-28
14.F.3
2013-08-28
14.F.2
Line Item
NWS
Section 14
Restricted - Contracts
Prepare and maintain an NWS Gravel Plan to meet the
requirements of 14.C.1.g. The plan is to include the
approach to crushing gravel e.g. done in house or
subcontracted, location of crushers, MSE available by
site to support gravel crushing, how MSE will be used to
maximum efficiency for crushing operations, a forecast
for gravel requirements for the CY through CY+4 to be
added to the FYO&SP, borrow pit locations, and volume
of existing stockpiles. The annual forecast will be in
Contractor format, to be reviewed and accepted by
Canada. The initial plan is to be prepared no later than
6 months after contract award, and then is to be
reviewed and updated at a minimum annually by 30
November.
Prepare and submit electronically a monthly Sewage
System Activity Report. The report will include, at a
minimum:
(1) the volume of treated sewage effluent discharged at
CAM-MAIN and FOX-MAIN, and effluent testing as per
the task card;
(2) for any LRR site with visits in excess of 1 month
duration, volume of sewage discharged and effluent
testing as per the task card;
(3) CM activities performed; and,
(4) any abnormal operating conditions and malfunctions.
Where appropriate, LOCIDs should be indicated. Report
as required to Territorial, Provincial or Federal agencies.
Activity report to be in Contractor format, reviewed by
NWSO TA and approved by the Crown. The report to be
submitted to the NWSO TA at the end of each month.
Prepare and submit electronically a monthly Potable
Water System Activity Report. The report will include,
at a minimum, quantity of chemicals used and water
treated, water transfer information (total fresh water
consumption, quantity of water in storage) testing results
from the Volume 1 of the PM Program, PM activities
performed, CM activities performed and any abnormal
operating conditions and malfunctions. Where
appropriate, LOCIDs should be indicated.
Activity report to be in Contractor format, reviewed by
the NWSO TA and approved by the Crown.
The activity report to be submitted to the NWSO at the
end of the month.
Related Information
Restricted - Contracts
1 plan, updated annually.
12 reports annually and report
as required to Territorial,
Provincial or Federal
agencies.
12 reports annually.
Estimated Qty
Page 172 of 216
No example of the plan not being
available. No example of the plan not
being updated annually.
All expected elements of the report are
present. Report submitted to Canada
within 10 days after the end of each
calendar month.
All expected elements of the report are
present. Report submitted to the NWSO
the 10th of every month (or next business
day).
Performance Standard
SOR
Establish and maintain POL tank
inspection report database.
Submit updated NWS Facilities
Condition Survey (FCS).
Establish and maintain an Erosion
Control and Snow and Ice Control
(SNIC) Plan for NWS.
Major Requirement
FACILITIES MANAGEMENT
09, September, 2013
2012-09-14
14.F.7
2013-09-05
14.F.6
2012-04-17
14.F.5
Line Item
NWS
Section 14
Restricted - Contracts
Establish and maintain POL tank inspection report
database. The database is to include all historical POL
tank inspection reports, as provided under Section
14.A.3.v, and is to incorporate all new POL tank
inspection reports required as per Section 14.C.1.b.
New tank reports are to be incorporated into the
database within 20 business days of it being finalized
and accepted. Copies of tank inspection reports are to
be provided to the NWSO TA upon request within 2
business days.
Submit the updated FCS as per 14.C.3.a. The FCS is to
be submitted no later than 30 November annually. The
format is to be proposed by the Contractor, and as
accepted by the NWSO TA, using 2.A.3.c as a
reference.
Establish and maintain an Erosion Control and Snow
and Ice Control (SNIC) Plan for NWS. The plan shall
address, at a minimum the following to ensure that they
are serviceable to the extent required to support normal
NWS operations:
(1) providing maintenance and incidental repairs to
gravel airfields and aprons at BAR-2, PIN-MAIN, PIN-3,
CAM-3, FOX-3, DYE-MAIN and BAF-3;
(2) providing maintenance and incidental repairs to
gravel roads, shoulders, parking areas and other gravel
surfaces at LSS-I, BAR-2, PIN-MAIN, PIN-3, CAM-MAIN,
CAM-3, FOX-MAIN, FOX-3, LSS-Q, DYE-MAIN, BAF-3,
LAB-2 and LAB-6;
(3) gravel helipads;
(4) maintenance and incidental repairs to sealift points;
(5) clearing and maintenance of ditches, catch basins,
swales and culverts;
(6) maintaining a SNIC plan for each NWS LRR site to
allow for normal operations when a particular site is
attended in winter months and/or to mitigate erosion of
gravel surfaces during the spring melt.
The plan will be in Contractor format, reviewed by the
NWSO TA and approved by the Crown. The plan to be
reviewed and updated annually by 30 November to
incorporate lessons learned from the previous year.
Related Information
Restricted - Contracts
1 database.
Submission of 1 updated FCS
annually.
1 plan updated annually.
Estimated Qty
Page 173 of 216
No example of the database not being
available. Not more than 4 examples
annually of tank inspection reports not
entered into the database within 20
business days. No examples annually of
a tank inspection report not entered into
the database within 40 business days.
Not more than 2 examples annually of
tank reports not being provided to the
NWSO TA within 2 business days upon
request.
The FCS is complete including all sites by
30 November of contract year 3. The
report is submitted by 30 November. The
FCS contains, at a minimum, that
information contained in 2.A.3.c.
No example of the plan not being
available. No example of the plan not
being updated annually.
Performance Standard
SOR
Prepare and submit active and passive
fire protection system PM task reports.
Maintain the Long Term Maintenance
Plan for NWS DEGS.
Major Requirement
FACILITIES MANAGEMENT
09, September, 2013
2013-08-28
14.F.9
2012-02-15
14.F.8
Line Item
NWS
Section 14
Restricted - Contracts
Within 6 months of assuming Care, Custody and Control
of the North Warning System sites, the O&M Contractor
shall prepare draft checklist documentation in electronic
format for all preventative maintenance inspection,
testing, and maintenance tasks on all active and passive
fire protection and life safety systems. The draft
electronic checklists shall be submitted to Canada for
review and acceptance prior to being used. Checklist
documentation shall be broken down by the frequency of
the PM task (i.e. frequency of the inspection, testing, and
maintenance requirements) for each of the active and
passive fire protection and life safety system as required
within the latest editions of the following standards:
1. NFPA 12 for all mechanical and electrical
components of a Carbon Dioxide (CO2) Extinguishing
System;
2. NFPA 25 for all Water Based Fire Protection Systems
Including Fire Pumps used for fire protection purposes;
3. NFPA 17 for Dry-Chemical Extinguishing Systems or
NFPA 17A for Wet-Chemical Extinguishing Systems as
part of a Kitchen Extinguishing System;
4. NFPA 96 for Kitchen Exhaust Hoods used for
ventilation control as part of a Kitchen Extinguishing
Systems;
5. NFPA 2001 for all Clean Agent systems such as
FM-200 Systems; and
6. ULC S536 for all Fire Alarm Systems, Voice
Communication Systems, and Fire Suppression
Releasing Panels.
All reports are to be prepared within 15 days of
completion of the PM task, and posted on-line. Provide
reports to Canada for audit purposes within 5 business
days of being requested.
Maintain the Long Term Maintenance Plan for NWS
DEGS, as provided by the NWSO TA as per Section
14.A.3.w. The plan covers the maintenance philosophy,
concept, approach, methods and scope of work for the
repair and overhaul of NWS DEGS. The plan is to be
reviewed and updated at a minimum annually with
information gathered from the previous year's repair and
overhaul data.
Related Information
Restricted - Contracts
Approximately 700 reports
annually for all systems at all
sites. Estimated 12 requests
for reports from Canada
annually.
Maintenance of 1 plan.
Estimated Qty
Page 174 of 216
All requests by Canada for reports met
within 5 business days. Not more than 1
report in a random sample of 20 with
errors or omissions.
No instance of the plan not being
available. No instance of the plan not
being reviewed and updated as required
annually.
Performance Standard
SOR
GOVERNMENT FURNISHED
14.G.1
09, September, 2013
2011-07-15
MATERIALS, EQUIPMENT AND
FACILITIES
Submit NWS LRR Site Radar Tower
Inspection Reports.
Establish and maintain NWS LRR Site
Radar Tower Management Plan.
Major Requirement
FACILITIES MANAGEMENT
14.G
2013-03-23
14.F.11
2013-03-23
14.F.10
Line Item
NWS
Section 14
Restricted - Contracts
Submit inspection reports prepared as part of
implementation of the NWS LRR Site Radar Tower
Management Plan as per 14.C.3.d for each tower
inspected/repaired each year. The reports are to clearly
detail the inspection and/or testing completed, any
repairs completed at the time of the inspection, or
planned to be completed, and when they will be
completed. All reports are to be submitted to the NWSO
TA no later than 30 November.
Establish and maintain an NWS LRR Site Radar Tower
Management Plan. The plan is to document the
Contractor's approach to ensuring the life cycle of all
NWS LRR site radar towers extends beyond the end of
the current contract. Incorporate the findings of previous
tower studies as per Table 14-1 as applicable into the
plan. The plan is to document at a minimum:
1. cross reference to the preventive maintenance
routines included in the NWS Preventive Maintenance
Plan;
2. cross references, as appropriate, to the Corrosion
Prevention Plan, as per 14.C.1.c;
3. include an inspection to CSA S37-01 Antennas,
Towers, and Antenna-Supporting Structures on all LRR
site towers annually;
4. implementation of non-destructive testing (NDT) on
a minimum of 3 LRR site towers annually;
5. the scope and approach to implementing repair of
any cracks found. FFP repair of cracks is subject to a
Radar Tower CM Job Limit of $50K per site annually.
Where applicable, address towers at individual sites
where a particular or unique issue exits or is otherwise
discovered during the course of annual inspections, and
what additional measures are proposed for that
particular tower. The plan is contain an Annex which
details the annual program for the current Fiscal Year.
Starting in year 2, and for each year thereafter, the
annual program is to incorporate lessons learned from
implementation of the previous year's program.
Related Information
Restricted - Contracts
Ten (10) CSA S37-01
inspection reports annually.
Three (3) NDT inspection
reports annually.
1 plan updated at a minimum
annually.
Estimated Qty
Page 175 of 216
A report for each tower inspected and/or
repaired to be submitted by 30 November
100% of the time.
Contractor is to demonstrate that a current
plan is in place. The plan is to document
the Contractor's approach to ensuring the
life cycle of all NWS LRR site radar towers
extends past the term of the contract.
Performance Standard
SOR
GFM/GFE is as per paragraph 8.G.1.
Major Requirement
FACILITIES MANAGEMENT
09, September, 2013
2013-03-18
14.G.1.a
Line Item
NWS
Section 14
Restricted - Contracts
Related Information
Restricted - Contracts
Estimated Qty
Page 176 of 216
Performance Standard
SOR
Information and Qualifications
Restricted - Contracts
Restricted - Contracts
For definition of terms see Section 1.A PROJECT BACKGROUND, Attachment "SOW Section 1: NORTH WARNING SYSTEM
CONCEPT OF OPERATIONS AND MAINTENANCE".
DEFINITIONS
LCMMs have the primary responsibility managing the life cycle for NWS installed equipment and systems for which they are
assigned, which include:
1) radar towers;
2) buildings and structures, including SGT radomes;
3) HVAC;
4) PGS;
5) electrical systems;
6) bulk fuel storage and handling systems;
7) potable water systems;
8) waste water systems;
9) fire systems;
10) G/A/G radio (UHF/VHF) and ancillary equipment;
11) PBX systems;
12) LHCN;
13) VMN;
14) grounding and lightning protection systems;
15) PA systems;
16) MSE.
In addition, the Contractor shall employ Subject Matter Experts (SMEs) to work with US and Canadian LCMMs for the following
systems:
17) AN/FPS-117 and AN/FPS-124 radars and radomes for both (in conjunction with US LCMM);
18) AWOS (in conjunction with Canadian LCMM);
The LCMM has overall authority for managing all phases of equipment life cycle, including conception, acquisition, in service and
disposal, and also has responsibility for the management of NWS configured items.
This Section outlines the requirements for sustainment of NWS systems and installed equipment. R&CS's philosophy is to
implement a maintenance program geared towards maximizing the life cycle of existing systems and installed equipment while
meeting or exceeding mission requirements. Modification or replacement of existing systems or installed equipment is to only be
for the following reasons:
1) legislative compliance, particularly for occupational health and safety and environmental protection;
2) obsolescence, specifically that equipment or a system or spare parts of a system, are discontinued, and no substitute can be
found;
3) changing mission requirements which in turn result in an increase or decrease in the performance of a given system;
4) a proposal for a system modification or replacement to realize a cost efficiency which is accompanied by a business case
which demonstrates a payback of 3 years or less.
SCOPE OF WORK
GENERAL REQUIREMENTS
SYSTEM SUSTAINMENT
09, September, 2013
2012-06-18
15.A.2.a
2012-06-18
15.A.2
2013-03-19
15.A.1.b
2013-03-19
15.A.1.a
2011-08-10
15.A.1
2012-02-14
15.A
Line Item
NWS
Section 15
Page 177 of 216
SOR
SECURITY
Restricted - Contracts
The Contractor shall assign qualified personnel to perform life cycle management in the following functional areas:
1. civil/structural;
2. mechanical/electrical with specialization in power generation;
3. electrical/electronics with specialization in radar; and
4. electrical/electronics with specialization in communication systems.
LCMMs must have a degree, diploma or trade designation in a related discipline, and have a minimum of 10 years of related
experience for the systems they are responsible for. Provide regenerative LCMM training for LCMMs.
TRAINING & EXPERIENCE
PERSONNEL QUALIFICATIONS
All assets are to be maintained to provide functionality 24/7. Point of contact to be available as per Section 2.A.6.a.
HOURS OF OPERATION
Existing conditions are as described in the 2009 Baseline Study.
DESCRIPTION OF EXISTING CONDITIONS
Nothing Additional
SAFETY PROVISIONS
Configuration Item (CI) Baseline (G)
NWS Configuration Management Plan (G)
National Master Specification (NMS) (G)
Historical LCMM data (G)
Restricted - Contracts
Information and Qualifications
CFTO C-98-001-003/MS-004, Site Record Drawings (G)
CFTO-98-000-MIS/SF-003, DND CAD Standard (G)
REFERENCES
SYSTEM SUSTAINMENT
09, September, 2013
2011-08-10
15.B.2
2013-03-22
15.B.1.a
2012-02-06
15.B.1
2011-08-04
15.B
2012-06-15
15.A.6.a
2011-08-10
15.A.6
2012-04-19
15.A.5.a
2011-08-10
15.A.5
2011-11-08
15.A.4.a
2011-08-10
15.A.4
2012-06-28
15.A.3.g
2012-06-07
15.A.3.f
2012-02-06
15.A.3.e
2011-06-16
15.A.3.d
2012-06-07
15.A.3.b
2012-09-04
15.A.3.a
2011-08-10
15.A.3
Line Item
NWS
Section 15
Page 178 of 216
SOR
Information and Qualifications
Restricted - Contracts
Restricted - Contracts
All personnel shall meet the requisite security requirements, as defined by the Security Requirements Checklist (SRCL) before
being allowed to visit or work in any NWS sites, LSSs, and North Bay NWS locations.
LCMMs must have the minimum security clearance to allow for on-site inspection of the equipment/systems they are responsible
for. At a minimum, LCMMs must have Enhanced Reliability. LCMMs requiring access to operational areas of the site require a
secret security clearance.
SYSTEM SUSTAINMENT
09, September, 2013
2012-06-18
15.B.2.b
2012-04-19
15.B.2.a
Line Item
NWS
Section 15
Page 179 of 216
SOR
Perform core LCMM duties.
Implement LCMM Plan
PERFORMANCE REQUIREMENTS
Major Requirement
SYSTEM SUSTAINMENT
09, September, 2013
2013-03-19
15.C.1.a
2012-04-24
15.C.1
2011-08-04
15.C
Line Item
NWS
Section 15
Restricted - Contracts
Perform core LCMM duties to include, at a minimum:
1) Maintain Volumes I and II of the NWS PM Program
and all associated task cards. Update task cards
including maintenance intervals and methods to ensure
continued serviceability of equipment and systems;
2) Ensure regulatory compliance by auditing existing
equipment and systems against current legislation, and
by reviewing and assessing any impact proposed
legislation will have, and when it will happen. Prepare
plans to accommodate regulatory compliance;
3) Ensure the currency of all technical documentation,
including drawings;
4) Conduct analysis on failed equipment and systems.
Identify root causes and implement preventive actions;
5) Initiate/investigate UCRs. Initiate corrective actions
for valid UCRs.
6) Initiate/investigate ECRs. Initiate corrective actions
for valid ECRs.
7) Prepare standard operating procedures and technical
service bulletins;
8) Establish training standards and requirements for
technicians operating and/or maintaining equipment;
9) Identify reliable sources of spares to ensure the long
term serviceability of installed equipment and systems;
10) Establish and maintain sparing levels to ensure
maintenance can be performed in a timely manner, and
is not delayed due to a lack of spares;
11) Monitor the effectiveness of repair and overhaul of
equipment to ensure required standards/quality is met.
Implement LCMM Plan, as detailed in Section 15.F.1,
and as per Sections 15.C.1.a through 15.C.1.d.
Related Information
Restricted - Contracts
Perform core LCMM duties for
systems defined in 15.A.1.b.
Estimated Qty
Page 180 of 216
Contractor to demonstrate LCMM
positions are staffed as per the
organization chart submitted under 2.F.4,
and the chart is to detail the systems each
LCMM is responsible for.
Performance Standard
SOR
Perform trend analysis.
Major Requirement
SYSTEM SUSTAINMENT
09, September, 2013
2013-03-19
15.C.1.b
Line Item
NWS
Section 15
Restricted - Contracts
Conduct trend analysis for systems and equipment
outlined in Section 15.A.1.b. Analyze factors including,
but not limited to: technology obsolescence; diminishing
sources of piece parts; aging systems; reliability
performance degradation; failures in equipment or
structures such as cracks in radar towers, preventive
maintenance records; and, corrective maintenance
records. Use trend analysis data to maximize the
service life of installed equipment and systems by
determining when maintenance procedures need to be
amended, additional or supplemental training
requirements for personnel, appropriate sparing levels,
and when mid-life refits of systems are required. Where
the LCMM proposes a business case for a system
modification or replacement to realize a cost efficiency,
provide trend analysis data as part of the business case.
Trend analysis shall be conducted by site and
equipment type, and shall include, as a minimum:
1) Establishing performance benchmarks from an
analysis of historical data;
2) Establishing acceptable performance deviation
thresholds from the baseline;
3) Projecting expected future performance;
4) Monitoring in-service performance by measuring key
indicators such as MTBF, MTBCMA and MTTR.
Highlight instances where in-service performance does
not meet expectations, and take corrective actions as
appropriate;
Submit a trend analysis report as per Section 15.F.5.
Related Information
Restricted - Contracts
Perform trend analysis for
systems as defined in
15.A.1.b.
Estimated Qty
Page 181 of 216
Contractor to demonstrate documented
processes to capture, analyze and
present trend data.
Performance Standard
SOR
Implement Configuration Management
Plan.
Prepare plans for the decommissioning
of equipment and/or systems.
Prepare business cases and options
analysis.
Major Requirement
SYSTEM SUSTAINMENT
09, September, 2013
2013-03-20
15.C.2
2013-03-19
15.C.1.d
2013-03-19
15.C.1.c
Line Item
NWS
Section 15
Restricted - Contracts
Implement Configuration Management Plan, as detailed
in Section 15.F.6, and as per Sections 15.C.2.a through
15.C.2.d.
Prepare plans for the decommissioning of obsolete
equipment and/or systems. Disposal activities are to be
coordinated with the requirements of Section 8. The
plan shall include, as a minimum:
1) Dismantling instructions;
2) Care and handling of hazardous materials;
3) Disposition of the decommissioned equipment;
4) Identification, removal from stock, and disposal of
obsolete spares;
5) Identification, removal from NWS libraries and
disposal of obsolete documentation.
For equipment/systems to be decommissioning as part
of IQ, the decommissioning plan is to be included in the
final design package.
Prepare business cases and options analysis to
address:
1) life extension of equipment and/or systems through
modification, mid-life refit or critical spares procurement;
2) issues of legislative compliance, particularly for
occupational health and safety and environmental
protection;
3) obsolescence, specifically that equipment or a
system or spare parts of a system, are discontinued, and
no substitute can be found;
4) changing mission requirements which in turn result in
an increase or decrease in the performance of a given
system;
5) proposals for modification or replacement of a
system to realize a cost efficiency which demonstrates a
payback of 3 years or less.
Business cases and options analysis for obsolete
equipment and systems must be accompanied by an
approved UCR. Option analysis and business cases
shall determine technical feasibility, costing and an
evaluation of associated risks for viable options to
address the UCR.
Related Information
Restricted - Contracts
Estimate 3 decommissioning
plans annually.
Estimated 15 business cases
annually.
Estimated Qty
Page 182 of 216
No example of equipment/systems
decommissioned without a documented
plan. Each plan is to be complete with all
required information as appropriate for the
equipment/system being
decommissioned. No example of an error
or omission in the disposition of
hazardous materials/waste during
implementation of the decommissioning
plan.
All business cases and options analysis
are accompanied by an approved UCR.
No more than 3 business cases found
with more than 3 technical errors or
omissions annually.
Performance Standard
SOR
Update CI Baseline.
Perform configuration status
accounting.
Perform configuration audits.
Perform configuration management for
the systems defined in 15.A.1.b.
Major Requirement
SYSTEM SUSTAINMENT
09, September, 2013
2012-06-28
15.C.2.d
2013-03-20
15.C.2.c
2012-09-14
15.C.2.b
2013-03-20
15.C.2.a
Line Item
NWS
Section 15
Restricted - Contracts
Update CI Baseline, as described in 15.F.7. The CI
baseline is to be updated within 20 business days of any
change.
Perform configuration status accounting using a
Configuration Item (CI) database to record and report
NWS configuration status. The Contractor shall make
this database available online, and shall ensure that the
database includes the following information: (1) technical
data index; (2) support items specific to the associated
CI (e.g. tools and test equipment); and (3) Configuration
Items, including: next higher assembly/module,
part/software module number, serial number, revision
number, version number, specification/specification
control number, OEM/vendor/ repair sub-contractor,
location and status (ECRs pending and completed).
Perform an annual configuration audit to verify the
integrity of configuration management data and
procedures. A minimum of 25% of configured items are
to be audited. The results of the audit are to be
submitted by 01 November, or the first business day
thereafter, annually, as per 15.F.9.
Perform configuration management for the systems
defined in 15.A.1.b including hardware, software,
firmware and technical data. The Contractor shall ensure
that configuration management encompasses: (1)
configuration item identification; (2) configuration
management control; (3) configuration change
management and approval; (4) configuration status
accounting; (5) configuration audits; and (6)
configuration documentation and forms management.
Perform Configuration Management in accordance with
the Configuration Management Plan.
Related Information
Restricted - Contracts
Estimated 15 updates
annually.
Maintenance of 1 database.
Audit of a minimum of 25% of
CI items annually.
Perform configuration
management for the systems
defined in 15.A.1.b.
Estimated Qty
Page 183 of 216
All required updates implemented within
20 business days of a change.
Database to be up to date to within 5
business days of a change.
No example of a minimum of 25% of CIs
not being audited annually.
Contractor to demonstrate documented
procedures for the implementation of
configuration management of NWS
equipment and systems as required by
this SOW.
Performance Standard
SOR
Provide preliminary designs.
Provide design labour estimate.
Provide engineering services.
Major Requirement
SYSTEM SUSTAINMENT
09, September, 2013
2013-03-19
15.C.3.b
2013-03-19
15.C.3.a
2013-03-20
15.C.3
Line Item
NWS
Section 15
Restricted - Contracts
Options analysis and business cases are prepared by
the LCMM as per 15.C.1.c. Provide preliminary designs
for the preferred option of the options analysis. Open a
LUC 76 work order and assign a unique project number
and project name, and add the project to the FYO&SP.
Each preliminary design shall include, as a minimum:
(1) draft scope of work, outlining the project
requirements, any risks associated with completing the
project, and to normal NWS operations while the work is
on-going, and mitigation strategies to eliminate or
mitigate these risks;
(2) preliminary drawing package, showing
equipment/system layout;
(3) preliminary cost estimates for labour and materials;
(4) preliminary environmental, fire, and airfield
certificates;
(5) draft monitoring and control plan, as applicable.
The Contractor shall submit preliminary designs for
review and acceptance by the NWSO TA.
Prepare a design labour estimate for the preferred
option from approved option analysis for:
1) Engineering hours;
2) Technologist hours;
3) Drafting hours;
Hours for all disciplines is to include all time required to
prepare preliminary and final designs, including that for
site investigation if required. The estimate is also to be
accompanied by a schedule for completion of the
design. Forward the design labour estimate and
schedule to the NWSO TA for review and acceptance.
Provide a basic in-house engineering capability for civil,
mechanical, electrical, electronics (speciality in
communications and radar) and software projects arising
from options analysis and business cases prepared as
per 15.C.1.c. The scope of work for these designs is as
detailed in 15.C.3.a through 15.C.3.e inclusive. Submit
design estimates as per 15.F.16. Manage design labour
hours during preparation of the design. Submit quarterly
design hour variance reports as per 15.F.16. Highlight
variances to the NWSO TA. Negotiate revisions to
approved design estimates to address scope changes
agreed to by the Contractor and the NWSO TA. Submit
complete design packages as per 15.F.18.
Related Information
Restricted - Contracts
Estimated 15 preliminary
designs per year.
15 design labour estimates
annually.
Estimated 12,000 total
productive design hours
annually. Estimated 3,000
total productive drafting hours
annually.
Estimated Qty
Page 184 of 216
No example of a preliminary design being
submitted to the NWSO without signed
environmental, fire marshal and airfield
waiver certificates, as required. No
example of a final design proceeding
without acceptance of the preliminary
design by the NWSO TA.
No example of a design proceeding
without acceptance of the design labour
estimate by the NWSO TA.
Contractor to demonstrate an in-house
electrical, mechanical and civil design
capability.
Performance Standard
SOR
Provide implementation drawings.
Provide technical specifications.
Provide final designs.
Major Requirement
SYSTEM SUSTAINMENT
09, September, 2013
2013-08-26
15.C.3.e
2013-03-22
15.C.3.d
2013-03-19
15.C.3.c
Line Item
NWS
Section 15
Restricted - Contracts
Provide implementation drawing packages to completely
describe the IQ work. All drawings are to be to the
standards described in 15.F.13. Drawing packages are
also to be supplemented with the following, where
appropriate:
1) Existing NWS drawings as references to show the
location of existing buildings, structures, works, location
of services and land contours;
2) Shop drawings for equipment/systems to be supplied
as part of the work.
Provide technical specifications which describe the work,
and the standards to which it is to be completed.
Specifications for facilities projects are to conform to the
standards prescribed in the National Master
Specification (NMS) Specifier's Instruction Manual.
Specifications for electronics and software projects are
to be in a format proposed by the Contractor and
accepted by the NWSO TA.
Provide final designs for approved preliminary designs.
Each final design shall include, as a minimum, as
applicable:
1) final technical specification, as detailed in Section
15.C.3.d;
2) final engineering drawings, as detailed in Section
15.C.3.e;
3) final cost estimates;
4) final environmental, fire, and airfield certificates;
5) factory acceptance test (FAT) plan, as applicable;
6) commissioning plan;
7) list of spares;
8) list of special tools;
9) maintenance procedures for newly installed
equipment;
10) training plan for technicians who are to operate and
maintain the new installation;
11) list of deliverables e.g. O&M manuals;
12) decommissioning plan provided by the LCMM as per
15.C.1.d, as appropriate.
Final designs are to be submitted to the NWSO TA for
acceptance and approval by the Canadian Forces Fire
Marshal. The Contractor shall be responsible for, and
mitigate, design errors and omissions.
Related Information
Restricted - Contracts
Estimated 15 sets of
engineering drawings per
year, one set per final design,
estimated an average of 15
drawings per set.
Estimated 15 technical
specifications per year, one
per final design.
Estimated 15 final designs per
year.
Estimated Qty
Page 185 of 216
Each drawing set to be complete and
clearly provide all details required to
construct the work.
All specifications prepared in NMS format
or other format as accepted by the NWSO
TA.
No example of a final design being
submitted to the NWSO without signed
environmental, fire marshal and airfield
waiver certificates, as required. No
example of a final design entering the
implementation process without
acceptance by the NWSO TA. All final
design packages deemed to be "biddable
and buildable".
Performance Standard
SOR
INDEFINITE QUANTITY
REQUIREMENTS
Nil
WATCH KEEPING REQUIREMENTS
Manage OMNIBUS 626s.
Provide Engineering Support to sub
contractors.
Provide IQ Management.
Major Requirement
SYSTEM SUSTAINMENT
09, September, 2013
2011-08-04
15.E
2011-08-30
15.D.1
2012-03-02
15.D
2013-03-20
15.C.6
2013-03-19
15.C.5
2013-09-05
15.C.4
Line Item
NWS
Section 15
Restricted - Contracts
Manage OMNIBUS 626s, including but not limited to
those for: GFE over $1K; GFE under $1K; MSE spares;
PGS spares; cost reimbursable CSRs; freight; 124
spares. Report to PWGSC when 75% of the ONMIBUS
dollar amount has been committed to the Project
Authority.
For projects designed by the Contractor and
implemented by a separate contracting authority, the
Contractor shall provide design assistance during project
implementation as the design authority.
Manage IQ projects. Management services are to
include, as a minimum, and as appropriate for each IQ
project:
1) Provision of engineering designs;
2) Preparation of tender documents;
3) Tendering, bid analysis and award;
4) Preparation of implementation proposals, complete
with all costs to complete the project;
5) Contracting services to third parties as appropriate
who will implement the work in whole or in part;
6) Securing licenses and/or permits for the work;
7) Material procurement;
8) Financial administration, including the preparation and
submission of claims for payment, and 75% notification
of commitment of IQ dollar amount;
9) Review and approval of project deliverables, as
specified in the final design;
10) Preparation of AS-BUILT drawings;
11) Preparation and submission of Final completion
Certificate;
12) Project close-out;
13) Preparation of the IQ status report, as defined in
15.F.14.
Related Information
Restricted - Contracts
Estimated 8 OMNIBUS 626s
to be managed annually.
Estimated that design
assistance will be required
once every two years.
Approximately 15 projects
annually.
Estimated Qty
Page 186 of 216
75% notifications +/- 5% to be made
100% of the time. No example of an
OMNIBUS 626 being overspent.
No instance of failing to provide
assistance as the design authority.
Contractor to demonstrate effective
management of all IQ projects as per the
terms and conditions of the IQ contract.
Performance Standard
SOR
Submit ECRs
Submit option analysis/business
cases.
Prepare and Submit Unsatisfactory
Condition Reports (UCR).
Establish and maintain a Life Cycle
Material Management Plan
RECORDS AND DELIVERABLES
There are no other pre-determined IQ
requirements associated with this
section, IQ may be ordered by the
Project Authority on an as required
basis for any work within the scope of
this section.
Provide additional engineering design
services.
Major Requirement
SYSTEM SUSTAINMENT
09, September, 2013
2013-03-19
15.F.4
2013-03-19
15.F.3
2013-03-19
15.F.2
2013-08-26
15.F.1
2011-08-04
15.F
2012-11-01
15.E.2
2013-03-20
15.E.1
Line Item
NWS
Section 15
Restricted - Contracts
Submit ECRs, as required by the LCMM Plan.
Submit option analysis/business cases, as required by
the LCMM Plan, to the NWSO TA for approval.
Submit UCRs to the NWSO TA to identify shortcomings
with equipment, material, software, publications and
procedures. UCRs to be in a format developed by the
contractor and accepted by the NWSO TA. The
Contractor shall, upon NWSO TA approval, implement
any resulting configuration change.
Establish and maintain an LCMM Plan. The plan shall
include at a minimum:
1) the systems for which LCMM is to be performed;
2) the requirements of 15.C.1;
3) how information from incident reporting, remote
monitoring and inspections and audits feeds into the
LCMM process;
4) the role of the LCMM in configuration management.
Initial Plan to be submitted 9 Months after Contract Start
Date, The plan is to be reviewed and updated annually
as a minimum.
See Contract Terms and Conditions for details regarding
negotiation of the IQ job.
For approved business cases and options analysis as
per 15.C.1.c provide engineering design services in
addition to those detailed in 15.C.3. Additional design
services as IQ are to address requirements beyond the
estimated quantity detailed in 15.C.3, and/or for
specialized designs outside of the core capability
required by 15.C.3.
Related Information
Restricted - Contracts
25 ECRs annually
15 options analysis business
cases annually.
50 UCRs annually
Updates as required, annually
reviewed.
Nothing additional.
Estimated Qty
Page 187 of 216
Each ECR is submitted with all
substantiating back up information. No
more than 3 ECRs returned annually due
to further information being required.
Each option analysis/business case is
submitted with all substantiating back up
information. No more than 3 option
analysis/business cases returned annually
due to further information being required.
No ore than 5 UCRs submitted annually
with technical errors or omissions.
Plan submitted 10 days after any change
and reviewed annually in accordance with
the RI 95% of the time.
All jobs completed to the agreed standard
of quality. 90% of jobs completed by the
agreed completion date. All jobs
completed no later than 10% of the
Conduct Period beyond the agreed
completion date.
Performance Standard
SOR
Retain CI baseline.
Establish and maintain a Configuration
Management Plan
Submit trend analysis report.
Major Requirement
SYSTEM SUSTAINMENT
09, September, 2013
2012-06-28
15.F.7
2013-03-19
15.F.6
2013-08-26
15.F.5
Line Item
NWS
Section 15
Restricted - Contracts
Retain the CI baseline, as provided by the NWSO TA.,
as new equipment/systems are implemented and items
are permanently removed from use, as per 15.C.2.d.
Establish and maintain a Configuration Management
Plan detailing policies, procedures, organization and
scheduled events related to configuration management.
Reference 15.A.3.f is provided as a reference document.
The plan is to be reviewed and updated at a minimum
annually by 31 January, or more frequently as warranted
by system changes.
Develop and submit a trend analysis report for systems
and equipment outlined in Section 15.A.1.b. Analyze
factors including, but not limited to: technology
obsolescence; diminishing sources of piece parts; aging
systems; reliability performance degradation; preventive
maintenance records; and, corrective maintenance
records. The report is to document efforts taken,
underway or planned to ensure that equipment and
systems meet or exceed service life expectations at
minimal cost. The report shall address, at a minimum:
1) Mean Time Between Failure (MTBF);
2) Mean Time Between Corrective Maintenance Action
(MTBCMA);
3) Mean Time To Repair (MTTR);
4) Availability;
5) baseline or benchmark data; and
6) OEM or industry data, reports and recommendations.
The report is to provide a historical corrective
maintenance work order review for the complete NWS,
sorted by year and by month for:
1) work orders open less than 90 days;
2) work orders open 91 days to 180 days;
3) work orders open longer than 180 days.
The report is to include an executive summary, outlining
any major concerns in trending, and corrective actions
underway or planned to address negative trending and
any relevant costing data. The report is to be submitted
annually by 01 November, or the first working day
thereafter.
Related Information
Restricted - Contracts
Provision of 1 baseline.
1 plan, updated as required,
reviewed at a minimum
annually.
1 report, submitted annually.
Estimated Qty
Page 188 of 216
The Contractor must demonstrate that the
CI baseline is available, current and in
electronic format.
Plan submitted 10 days after any change
and reviewed annually in accordance with
the RI 95% of the time.
The report is submitted by 01 November
each year. Trends are substantiated by
historical records. Failures or trends in
diminishing performance are not to be
related to lack of PMI being completed.
Performance Standard
SOR
Prepare and Submit USAF Deficiency
Reports.
Submit annual CI audit report.
Maintain, online, Configuration
Management documentation database.
Major Requirement
SYSTEM SUSTAINMENT
09, September, 2013
2013-08-26
15.F.10
2013-03-20
15.F.9
2013-08-26
15.F.8
Line Item
NWS
Section 15
Restricted - Contracts
Prepare and submit USAF Deficiency Reports to NWSO
to identify deficiencies for G/A/G radio, AN/FPS-117
AN/FPS-124 radar and radomes.
Submit annual CI audit report, as conducted as per
15.C.2.b. The results of the audit are to be submitted by
01 November, or the first business day thereafter.
Maintain, online, Configuration Management
documentation database of documents produced by the
Contractor in support of Configuration Management work
or furnished to the Contractor by the Government in a
commercially, currently available electronic format, as
follows: (1) AFTO Form 22; (2) Form AF 1067; (3)
Document Change Notices (DCNs); (4) Engineering
Change Requests (ECRs); (5) USAF Deficiency Report;
(6) Request For Waivers (RFWs); (7) Standard Change
Forms (SCFs); and (8) Unsatisfactory Condition Reports
(UCRs). Documents noted above shall be made
available within five days of approval by NWSO. (1)
Technical Bulletins (TBs); and (2) Technical Orders
(TOs); TBs and TOs shall be made available within one
week of either being issued to the Contractor by the
Government or of being completed by the Contractor.
Related Information
Restricted - Contracts
25 USAF Deficiency Reports
annually.
1 report, submitted annually.
Maintenance of 1 database
with an estimated 75 updates
annually.
Estimated Qty
Page 189 of 216
USAF Deficiency Reports to be submitted
in accordance with the RI 95% of the time.
No example of the report not being
submitted annually.
Database to be up to date to within 5
business days upon receipt/generation of
Configuration Management
documentation.
Performance Standard
SOR
Submit Quarterly Maintenance Reports
Major Requirement
SYSTEM SUSTAINMENT
09, September, 2013
2013-03-20
15.F.11
Line Item
NWS
Section 15
Restricted - Contracts
Prepare and submit Quarterly Maintenance Reports.
The reports are to include,
(1) A summary by discipline (Communication &
Electronic versus Facilities), site, equipment, work order,
ESR and task card number, as appropriate for:
(a) Preventive maintenance inspection exception report
(LUC 73 work orders), including reason for the
exceptions. When a complete site misses its PMI visit in
a particular quarter, a narrative report as to why it was
missed is required. The report shall detail the
chronological efforts to make the visit, and the reasons
those efforts failed;
(b) Corrective maintenance completed (LUC 72,
emergency maintenance, LUC 74 corrective
maintenance work orders);
(c) Listing of outstanding CM, grouped by open 1 - 90
days, open 91 - 180 days, and open longer than 180
days;
(d) Capital projects completed (LUC 76);
(e) Self help projects completed (LUC 77);
(f) Minor modification projects completed (LUC 78);
(2) Power Generation Report. The Power Generation
Report shall be in a format as provided by the NWSO
TA.
(3) A narrative addressing the deviations between work
scheduled to happen in the quarter as per the Five Year
Operations And Sustainment Plan (Sections 2.C.1.c,
and 2.F.7), and work not completed. The narrative is to
describe the impact these deviations have on, as a
minimum, budget, labour resources and transportation,
and is to include a corrective action plan to eliminate or
mitigate these impacts.
The format for the overall Quarterly Maintenance Report
is to be as proposed by the Contractor, and approved by
Canada. Reports are due 15 business days following
completion of the quarter.
Related Information
Restricted - Contracts
4 reports annually.
Estimated Qty
Page 190 of 216
No more than one instance annually of the
report being submitted late. Each report
contains, at a minimum, all information
detailed in Related Information.
Variances on work planned, but not
completed, are adequately explained, and
are not due to errors or omissions in the
Contractor's contractual obligations.
Performance Standard
SOR
Produce and maintain technical
documentation, including production
and maintenance of engineering
drawings and diagrams.
Establish and maintain an NWS
Preventive Maintenance (PM) Program
for systems and equipment described
in this SOW.
Major Requirement
SYSTEM SUSTAINMENT
09, September, 2013
2013-03-20
15.F.13
2013-03-20
15.F.12
Line Item
NWS
Section 15
Restricted - Contracts
Master drawings to be maintained at a central location
as defined in Section 2 of this SOW. Prepare
documentation for new equipment and system
installations. Update documentation for modified
equipment and systems. Remove documentation from
decommissioned equipment and systems. Ensure that
drawings conform to accepted professional practice and
to the standards prescribed in: (1)
CFTO-98-000-MIS/SF-003, Drawings Standards and
Symbols;
(2) CFTO C-98-001-003/MS-004, Site Record Drawings.
Create new drawings electronically using a
Computer-Aided Design and Drafting (CADD) program.
Maintain site record drawings provided by the
Government to the Contractor at Contract start. Redline
discrepancies between site record drawings and actual
field conditions. Maintain two copies of site record
drawings at each site. Ensure that both copies of site
record drawings are redlined and one copy retained at a
central location for revision of the applicable master
drawing(s). Issue two copies of the revised drawings to
the applicable site. After contact award date all
contractor produced drawings and diagrams shall be
online. Updated drawings are to be submitted to the
NWSO TA for furtherance to DSCO 5, in accordance
with standards, within 30 days after any approved
change.
Establish and maintain an NWS PM Program for
systems and equipment described in this SOW.
References 13.A.3.d and 14.A.3.d are provided as
reference documents. During the life of the contract,
create and maintain PM routines for newly installed
equipment and systems, update current PM routines for
existing equipment and systems, and delete PM routines
for decommissioned equipment and systems. Ensure
that new or revised PM tasks are issued prior to the start
of the next scheduled round of quarterly PMIs. As a
minimum, one controlled copy of the PM Program is to
be maintained at each NWS radar site, including the
SRD, one at the NWSSC, one at the NWSCC, one at
the Contractor's CMO, and one is to be provided to the
NWSO TA.
Related Information
Restricted - Contracts
There are approximately
54,000 documents recorded in
the Library Index. There is an
average of 1322 combined
changes made from the C&E
and Facilities side.
1 program, with an estimated
25 amendments annually. A
total of 51 controlled copies
distributed.
Estimated Qty
Page 191 of 216
Documentation to be updated within 30
days after any approved change.
Contractor managed documentation and
drawings available at each site location
100% of the time. Drawings and
diagrams are accurate and complete and
reflect the current configuration of the
site/equipment. Drawings to be updated
and made available online within 30 days
of any approved changes. Contractor
produced redline drawings available at
each site location 100% of the time.
No instance of installed equipment or
systems not having a current task card
issued. No instance of a controlled copy
of the PM Program not being at each
NWS location. Not more than 5 instances
annually of amendments to task cards
being out of date more than 90 days at
unattended sites.
Performance Standard
SOR
Submit engineering drawings.
Submit technical specifications.
Submit final designs.
Submit preliminary designs.
Submit quarterly design estimate
variance report.
Submit design labour estimates.
Submit monthly IQ Status Report.
Major Requirement
SYSTEM SUSTAINMENT
09, September, 2013
2013-03-20
15.F.20
2013-03-20
15.F.19
2013-03-20
15.F.18
2013-03-20
15.F.17
2012-11-01
15.F.16
2012-11-01
15.F.15
2012-09-14
15.F.14
Line Item
NWS
Section 15
Restricted - Contracts
Submit engineering drawings. Requirements are as
detailed in 15.C.3.e.
Submit technical specifications. Requirements are as
detailed in 15.C.3.d.
Submit final designs. Requirements are as detailed in
15.C.3.c.
Submit preliminary designs. Requirements are as
detailed in 15.C.3.b.
Submit quarterly design estimate variance report. The
report is to detail each design, hours expended for each,
and an estimate to complete. Provide written
explanations of variances. Reports are to be submitted
within 10 business days upon completion of the quarter.
Prepare design labour hour estimates for each project.
The estimate is to include all hours required by all
disciplines.
Submit monthly IQ status report that includes the
following information: 1) On-going and planned IQ work
for current fiscal year for all phases of the work; 2) Job
work order numbers; 3) Schedule showing status of
major milestones; 4) Number of labour hours, by skill
set, estimated to complete each phase of the project; 5)
Number of labour hours, by skill set, put against each
phase of the project; and 6) Any other pertinent
information required to track the progress of the various
IQ work. The report is to keep a running total of all IQ
work done during a contract year. The report is to be
submitted within 10 business days following the end of
the month.
Related Information
Restricted - Contracts
Estimated 15 sets of
engineering drawings
annually.
Estimated 15 technical
specifications annually.
Estimated 15 final designs
annually.
Estimated 15 preliminary
designs annually.
4 reports annually.
Estimated 15 design estimates
to be prepared annually.
12 reports annually
Estimated Qty
Page 192 of 216
All final designs have stamped
engineering drawings.
All final designs have approved technical
specifications.
No example of an IQ project being
implemented without an approved final
design. All final designs have signed
preliminary environmental screening and
fire marshal certificates, and have
stamped drawings and approved
specifications.
No example of a final design proceeding
without an approved preliminary design.
All preliminary designs have signed
preliminary environmental screening and
fire marshal certificates.
All reports submitted on time. All
variances are adequately explained.
Contractor to demonstrate that no design
proceeds without an approved estimate.
Not more than two reports annually
submitted later than 10 business days
following the end of the month. No
example of a report submitted later than
15 business days following the end of the
month. Not more than 2 technical errors
or omissions in any given report.
Performance Standard
SOR
Federal Halocarbon Regulations (M)
Transportation of Dangerous Goods Act (M)
16.A.3.b
16.A.3.c
09, September, 2013
Canadian Environmental Protection Act (M)
Restricted - Contracts
This list of references is offered for guidance purpose only and is not all inclusive.
The notations against the references have the following meanings:
M - Adherence to the policies, procedures, act, orders and regulations contained therein is mandatory.
G - The policies and procedures contained therein are not mandatory, but proposals for alternatives must be submitted in full
detail to, and be accepted by the Project Authority. Furthermore, alternatives must fully interface with procedures in use globally.
REFERENCES
For definition of terms see Section 1.A PROJECT BACKGROUND, Attachment "SOW Section 1: NORTH WARNING SYSTEM
CONCEPT OF OPERATIONS AND MAINTENANCE".
DEFINITIONS
16.A.3.a
2012-06-27
16.A.3
2012-06-18
16.A.2.a
2012-06-18
16.A.2
2009-11-26
16.A.1.b
The Contractor is responsible to adhere to the policies, procedures, act, orders and regulations as stated in this SOW.
Provide all services as detailed in paragraphs C to G of this section. In particular, provide, implement and manage Environmental
Protection oversight. Perform the following functions as they relate to environmental matters in accordance with the applicable
references:
(1) define and ensure currency of regulatory and contractual requirements;
(2) establish environmental policy, procedures, objectives, and targets;
(3) develop and implement training programs;
(4) ensure the proper selection, transport, handling, and storage of hazardous materials and manage their disposal;
(5) ensure the proper handling, storage, transport, and disposal of non-hazardous waste;
(6) maintain proper procedures for erosion control and natural resource protection;
(7) perform internal audits of performance and status;
(8) identify required corrective and preventive actions;
(9) conduct environmental impact assessments and define technical specifications;
(10) establish and manage a spill response program;
(11) perform remediation projects (existing and new);
(12) maintain the Workplace Hazardous Material Information System (WHMIS); and
(13) communicate with senior management, NWSO, and other agencies.
16.A.1.a
2012-06-27
SCOPE OF WORK
16.A.1
Information and Qualifications
Restricted - Contracts
GENERAL REQUIREMENTS
ENVIRONMENTAL PROTECTION AND REGULAT
16.A
Line Item
NWS
Section 16
Page 193 of 216
SOR
Canadian Environmental Assessment Act (M)
Fisheries Act (M)
Species At Risk Act (M)
Migratory Birds Convention Act (M)
Arctic Waters Pollution Prevention Act (M)
16.A.3.f
16.A.3.g
16.A.3.h
16.A.3.i
16.A.3.j
Environmental Protection Pan for the NWS (G)
16.A.3.p
Comply with measures not otherwise specified in this contract, but which are consistent with prudent management and industry
practices.
16.A.4.a
HOURS OF OPERATION
09, September, 2013
16.A.6
2013-03-07
16.A.5.b
Restricted - Contracts
Currently, the environmental oversight requirement is fulfilled by a dedicated Environmental Section. In addition to interacting
with the NWSO TA, the Environmental Section liaises with the Federal, Provincial and Territorial regulatory agencies.
Existing environmental conditions are described in the existing EPP for the NWS. Sites conditions survey/baseline information
will additionally contain descriptions of existing environmental conditions.
16.A.5.a
2009-06-25
DESCRIPTION OF EXISTING CONDITIONS
16.A.5
2009-08-17
SAFETY PROVISIONS
16.A.4
2013-03-07
MOU Parks Canada (M)
16.A.3.o
2013-09-05
16.A.3.n
NFPA 471 - Recommended Practice for Responding to Hazardous Materials Incidents (G)
NWB Licenses for PIN-3, CAM-M, CAM-3, FOX-M, FOX-3, DYE-M and BAF-3 (M)
16.A.3.m
2013-03-07
DND Environmental Assessment Manual (G)
16.A.3.l
2013-09-05
16.A.3.k
Information and Qualifications
Restricted - Contracts
A -GG-040-004/AG-001 - General Safety Program - Hazardous Materials Safety And Management Manual. (M)
Canada Labour Code, Part II (M)
16.A.3.e
2013-08-26
Hazardous Products Act (M)
ENVIRONMENTAL PROTECTION AND REGULAT
16.A.3.d
Line Item
NWS
Section 16
Page 194 of 216
SOR
Restricted - Contracts
Information and Qualifications
Emergency contacts for all environmental matters shall be designated and available 24/7/365.
16.A.6.c
All personnel providing service within this section shall hold the qualifications necessary to perform the task assigned to them.
16.B.1
Restricted - Contracts
All personnel shall meet the requisite security requirements, as defined by the Security Requirements Checklist (SRCL) before
being allowed to visit or work in any NWS sites, LSS's, and North Bay NWS locations.
SECURITY
Environmental Audit team members shall have sufficient educational background and years of relevant experience; the degree of
involvement and roles in similar projects must be identified. The audit team shall be led by an employee of the firm certified with
the Canadian Environmental Certification Approvals Board (CECAB) as a Certified Environmental Auditor (CEA.) Other factors
weighted toward assessing qualifications of personnel, in addition to CEA certification, shall include number of environmental
compliance audits on federal facilities, number of environmental compliance audits conducted on DND bases and the type and
complexity of all audits conducted, by the personnel.
Employees responsible for hazardous waste handling and for the maintenance of the storage facilities shall have 40-Hour
Hazardous Waste Operations and Emergency Response Training (HAZWOPER) or equivalent.
Employees responsible for the hazardous waste packaging function shall posses a recognized certification in the Transportation
of Dangerous Goods Act (TDGA.)
Each person responsible for the handling or shipment of hazardous waste and materials must be qualified regarding hazardous
waste management as required by Federal Regulations. Additionally, personnel responsible for the proper packaging and
shipping of hazardous materials for transportation must be certified.
The Environmental Protection (EP) portion of this contract is to be managed by a qualified person as per 2.B.1.h
09, September, 2013
2012-06-18
16.B.3.a
2012-06-18
16.B.3
2009-11-26
16.B.2.h
2009-08-17
16.B.2.g
2013-08-26
16.B.2.e
2009-08-17
16.B.2.d
2012-06-13
16.B.2.c
2011-11-15
16.B.2.b
All necessary Contractor shall possess the requisite skills, sufficient training and experience in the handling of hazardous
materials to satisfactorily accomplish the collection, packaging, storage and disposal functions at the NWS, and as specified in
this section.
Ensure that Environmental Department personnel are provided with regenerative training to enable them to effectively carry out
all of the Statement of Work's responsibilities.
16.B.2.a
2009-08-17
TRAINING & EXPERIENCE
16.B.2
2012-06-18
PERSONNEL QUALIFICATIONS
16.B
2012-06-15
Single Point of Contact for all environmental matters shall be designated and available Monday to Friday between 08:00 and
16:30 EST.
All assets are to be maintained to provide functionality 24/7.
ENVIRONMENTAL PROTECTION AND REGULAT
16.A.6.b
2012-06-15
16.A.6.a
Line Item
NWS
Section 16
Page 195 of 216
SOR
Prepare quarterly Environmental
Information Update reports.
Provide Environmental Awareness and
Protection training to all personnel.
Liaise on environmental matters with
outside agencies, including federal,
territorial and provincial governments.
GENERAL REQUIREMENTS
09, September, 2013
2013-03-07
16.C.2.c
2013-08-26
16.C.2.b
2012-09-14
16.C.2.a
2012-06-19
16.C.2
2012-06-26
16.C.1.a
Implement and maintain the
Environmental Management System
(EMS).
ENVIRONMENTAL MANAGEMENT
SYSTEM
16.C.1
2012-06-19
PERFORMANCE REQUIREMENTS
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
Prepare quarterly Environmental Information Update
reports to document new or modified fuel tanks or tank
systems, landfills and contaminated sites. "NIL" reports
are required. Submit reports as per 16.F.2.a.
Conduct Environmental Awareness and Protection
training as per the CTS (paragraph 2.C.6 refers) for all of
the Contractor's permanent staff. Each of the
Contractor's staff is to receive this training at a minimum
one time. All permanent staff are to be trained by the
end of the Transition In period. All permanent staff
subsequently hired are to be trained within 3 months of
hire date. Training records are to be retained as per the
requirements of 2.C.6.
Liaise with outside agencies, including federal, territorial
and provincial governments on environmental issues
such as compliance, permits, inspections and
emergencies.
Implement and maintain the Environmental Management
System (EMS) as defined in 16.F.1.a. The EMS shall
use the EPP, as defined in 16.F.1.b, as the primary
resource for ensuring environmental compliance. The
EMS shall incorporate all of the requirements of the EPP
as documented, with particular requirements further
detailed in paragraphs 16.C.2 through 16.C.7 inclusive.
The EMS shall be administered as per the requirements
of ISO 14001.
ENVIRONMENTAL PROTECTION AND REGULAT
16.C
Line Item
NWS
Section 16
4 reports prepared annually.
All of the Contractor's
permanent personnel.
Estimated 20 events annually.
Implementation and
maintenance of 1 EMS.
Estimated Qty
Page 196 of 216
All reports are prepared.
All permanent staff to receive
Environmental Awareness training within
3 months of hire date. No more than 3
examples annually of person not receiving
the required training within 3 months.
No instance of failure to include
appropriate agencies or governments.
Contractor to demonstrate that the EMS is
established and in use by the end of the
transition in phase.
Performance Standard
SOR
Update Legal and Other Requirements
Database.
Update environmental aspects and
impacts database.
Prepare and implement annual
environmental objectives and targets.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
Update the Legal and Other Requirements database as
provided by the NWSO TA. The database is specific to
environmental subject matter, and contains the federal,
provincial, and territorial legislation and other
requirements, such as regulations, guidelines and codes
of practice that apply to NWS activities. Monitor for new
or amended regulations, guidelines and codes of
practice which impact NWS operations, and include
these updates in the database as required. Take
necessary measures to ensure that NWS operations
comply with regulatory requirements. Ensure a current
version of the legal and other requirements database is
available as per 16.F.2.d.
Update environmental aspects and impacts database as
provided by the NWSO TA. Review NWS work, work
methods and procedures to determine if new or
previously unidentified aspects and impacts are
identified, and update the database accordingly.
Develop appropriate preventive or mitigating measures,
and integrate these measures into NWS operations.
The database is to be reviewed and updated at a
minimum annually, or more frequently as circumstances
warrant. Ensure a current version of the aspects and
impacts database is available as per 16.F.2.c.
Prepare and implement annual environmental
objectives, which serve as overall environmental goals
consistent with the environmental policy detailed in the
EMS, and associated targets which detail performance
requirements which arises from the environmental
objectives. Objectives and associated targets are
established to realize an overall improvement in
environmental performance of NWS operations.
Objectives and targets are to be selected such that they
can be implemented within a one year time frame, or be
part of a larger initiative with well defined annual
milestones. Preparation of the annual objectives and
targets is to be accompanied by a narrative regarding
the status of the previous year's objectives and targets,
detailing in particular the reasons why any objective or
target was not met. Submit environmental objectives
and targets to the NWSO TA for review and comment as
per 16.F.2.b.
ENVIRONMENTAL PROTECTION AND REGULAT
09, September, 2013
2012-09-14
16.C.2.f
2012-09-14
16.C.2.e
2012-09-14
16.C.2.d
Line Item
NWS
Section 16
Update of one database,
estimated at once in two
years.
One database, updated at a
minimum annually.
One set of objectives and
targets annually.
Estimated Qty
Page 197 of 216
Contractor must demonstrate that the
database is current.
Contractor demonstrates that the
database has been reviewed and updated
at a minimum annually.
Contractor to demonstrate annual
objectives and targets have been
communicated to staff, and must
demonstrate how objectives and targets
are incorporated into CY activities.
Performance Standard
SOR
Maintain spill kits at all NWS radar
sites.
Prepare environmental incident
reports.
ENVIRONMENTAL INCIDENT
MANAGEMENT
Prepare semi-annual Environmental
Status Reports.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
Maintain spill kits at all NWS radar sites. GFE spill kits
are detailed in Reference 16.A.3.q. Contractor is to
maintain a spill kit as detailed in its own EPP and
associated Spill contingency Plan as per 16.F.3.b.
Prepare environmental incident reports as detailed in
16.F.3.a. Where the incident is a spill, implement the
Spill Contingency Plan as per 16.C.3.b below.
Prepare a semi-annual report which summarizes all
environmental program activities performed at NWS
sites during the reporting period. The report will contain
updates on the following sections:
a. fuel spills;
b. listing of active LUC 74 work orders on the POL
infrastructure sorted by site;
c. wildlife encounters;
d. Halocarbon release;
e. environmental impact assessments;
f. on-site waste PCB materials awaiting disposal;
g. training programs (# people trained);
h. potable water management (testing reports completed and results in accordance with Nunavut water
licenses);
i. quality control (inspections completed, non
conformances observed and closed);
j. conclusions and recommendations.
The reports are to be in a format proposed by the
Contractor, and approved by Canada, and submitted as
per 16.F.2.e.
ENVIRONMENTAL PROTECTION AND REGULAT
09, September, 2013
2013-03-07
16.C.3.b
2012-07-27
16.C.3.a
2012-06-19
16.C.3
2012-09-14
16.C.2.g
Line Item
NWS
Section 16
Spill kits required at 36 SRR
sites, 1 SRD site, 9 LRR sites,
2 co-located LSSs and 3
community based LSSs.
70 reports annually.
2 reports annually.
Estimated Qty
Page 198 of 216
All NWS radar sites are to have a
complete spill kit as documented in the
Contractor's Environmental Protection
Plan. Any portion of the spill kit
consumed during clean-up of a spill to be
replaced within 60 days.
All environmental reports prepared.
The reports are complete with a minimum
of the information detailed in Related
Information and are technically accurate.
Performance Standard
SOR
Implement the Hazardous Materials
General Management Plan.
SOLID WASTE MANAGEMENT
Perform annual spill response
simulation exercise.
Provide Spill Response training to all
LSS staff, POL technicians, and all
Southern staff whose duties require
them to travel to NWS sites.
Conduct spill sampling and
assessment.
Implement Spill Contingency Plan for
POL and hazardous materials spills.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
Implement a Hazardous Materials Management Plan as
described in 16.F.4.a.
The requirements of this section with respect to
hazardous material and hazardous waste management
must be considered complimentary to those
requirements detailed in section 8.
Annually, perform at a minimum one simulated spill
response exercise. The scenario is to be developed by
Environmental Services staff, and be based on a spill of
a size and location which poses a direct threat to fish
habitat. The purpose of the simulation is to test
contingency response procedures and identify any areas
of activity requiring improvement, as well as ensuring
staff preparedness. Results of the simulation are
recorded for review by the Contractor and the NWSO
TA, and submitted as per 16.F.3.d.
Training topics include but are not limited to types and
causes of spills possible at NWS sites, reporting
procedures, spill kit familiarization, spill response actions
for a variety of scenarios, post-spill site assessment,
post-spill review, and health and safety. Incorporate into
the Environmental Protection Plan (EPP) for the NWS.
Instruction methods will include lectures, audio-visual
presentations, and field simulations exercises. Training
is to be regenerative on a 2 year cycle.
Conduct spill sampling and assessment to delineate the
extent of a spill, and/or to determine the rate of
remediation of an existing or legacy spill. Spill sampling
procedures are to be maintained as per 16.F.3.c.
Implement Spill Contingency Plan for POL and
hazardous materials spills as described in 16.F.3.b.
ENVIRONMENTAL PROTECTION AND REGULAT
09, September, 2013
2012-06-26
16.C.4.a
2012-07-05
16.C.4
2012-06-26
16.C.3.f
2013-08-26
16.C.3.e
2012-06-25
16.C.3.d
2013-08-26
16.C.3.c
Line Item
NWS
Section 16
Implementation of 1 plan.
Minimum 1 Spill Response
Simulation Exercise performed
per year.
All LSS staff and POL
technicians are to be trained.
Estimated 2 examples
annually of spill
assessment/delineation being
required.
Estimated 23 spills reported
annually with approximately:
14 at 10 litres or less; 7 at
between 10 litres and 100
litres; 2 greater than 100 litres.
Estimated Qty
Page 199 of 216
Compliance with the plan 100% of the
time.
Minimum 1 Spill Response Simulation
Exercise performed per year.
Initial training of staff to be completed
within 4 months of Contract start. All new
staff requiring training thereafter to be
trained within 3 months of start date.
Upon audit by the NWSO TA, not more
than 2 examples of a new hire not being
trained within 3 months of start, and not
more than 4 persons with expired training.
Existing or legacy spills delineated as
required.
All spills are reported. All spills less than
205 litres cleaned up within 3 days of
discovery. All spills less than 1000 litres
cleaned up within 15 days of discovery.
No example of enforcement action taken
by a regulator due to inadequate response
to a spill. Clean up criteria must comply
with CCME Canada Wide Standards for
Petroleum hydrocarbons in soil and
CCME Soil Quality guidelines.
Documented Substantiations will be
required in cases of non-compliance with
this Performance Standard Ref. 10.F.2
Performance Standard
SOR
Obtain and/or assist the NWSO TA in
obtaining required permits for
implementation of work in this SOW.
PERMITS AND LICENSES
Provide properly labelled containers for
HAZMAT waste at each NWS site.
Collect and dispose of
general/non-hazardous wastes.
Provide Transportation of Dangerous
Goods training.
Implement Storage and Tracking of
Waste HAZMAT Plan.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
Obtain and/or assist the NWSO TA in obtaining required
permits for implementation of work in this SOW, such as
Nunavut Water Board licenses.
Label in accordance with Federal/Territorial regulations.
Collect and disposal of general/non-hazardous wastes
off site as per the procedures and protective measures
for solid waste described in 16.F.4.g. Open burning of
any waste is not permitted. In all instances where the
site is governed by a NWB license, comply with
requirements of the license with respect to the disposal
of solid waste. Clean up all spillage of non-hazardous
wastes that occur in the course of handling during
collection and disposal. Most non-hazardous waste in
each Zone can be brought back to the host LSS for
disposed of in Inuvik, Cambridge Bay, Hall Beach, Iqaluit
and Goose Bay, subject to the Contractor having
agreements in place with those communities.
Provide Transportation of Dangerous Goods (TDG)
training by road, sea and/or air to all personnel involved
in the transport of dangerous goods, as per the
appropriate CTS.
Implement Storage and Tracking of Waste HAZMAT
Plan as described in 16.F.4.c.
ENVIRONMENTAL PROTECTION AND REGULAT
09, September, 2013
2012-06-27
16.C.5.a
2012-06-19
16.C.5
2013-03-07
16.C.4.e
2013-08-26
16.C.4.d
2012-06-26
16.C.4.c
2013-03-07
16.C.4.b
Line Item
NWS
Section 16
Estimated 4 permits annually.
235 containers per year
Annual estimates: Zone 1 5,000 lbs; Zone 2 - 21,000 lbs;
Zone 3: 25,000 lbs; Zone 4 5,000 lbs; Zone 5 - 4,000 lbs.
All contractor personnel
directly involved in the
transportation of dangerous
goods.
Implementation of 1 plan.
Estimated Qty
Page 200 of 216
100% required permits obtained.
Provide within 60 days of Transition-In
period. Labels, when affixed, to be
accurate 100% of the time. No instance
of failure to provide properly labelled
containers for HAZMAT waste.
No stockpiling of general/non-hazardous
waste at SRR sites for more than 3
months. No stockpiling at an LRR site for
more than one year. No waste left over
the winter at beach locations.
No example of a person involved in TDG
not being trained or the training not being
current as per the CTS.
No enforcement action taken by a
regulator due to non-compliance with
storage, transport or disposal of HAZMAT.
Performance Standard
SOR
Attend NWB license site inspections.
Ensure compliance with NWB
licenses.
Administer Nunavut Water Board
(NWB) licenses.
Comply with special requirements for
O&M of BAR-B and BAR-1.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
A qualified person shall attend all site inspections
conducted by a NWB representative. Assist the NWB
inspector in his/her inspection. Sites are inspected
every two years.
Continually audit NWS work being performed against the
requirements of the licenses to guarantee compliance.
Where work planned has the potential to conflict with the
requirements of any NWB license, prepare plans to
modify the work to guarantee compliance with the
license.
Administer Nunavut Water Board (NWB) licenses for
PIN-3, CAM-MAIN, CAM-3, FOX-MAIN, FOX-3,
DYE-MAIN and BAF-3 as follows:
SRR BAR-B (Stokes Point) and SRR BAR-1 (Komokuk
Beach) are located in Ivvavik National Park, Yukon
Territory, as such special requirements for their
operation and maintenance have been identified in the
Inuvialuit Final Agreement (IFA) and in the Cooperation
Agreement between the Inuvialuit Regional Corporation
and the Department of National Defence. The
Cooperation Agreement allowed for the construction of
the Stokes Point SRR site under the conditions that the
site:
a. did not damage wildlife or wildlife habitat;
b. did not infringe upon native land use; and
c. adhered to the Parks Canada rules and procedures
for the National Park.
BAR-1 (Komakuk Beach) SRR site was constructed prior
to the expansion of the park boundaries and is now
subject to the National Parks Act and associated
regulations. BAR-1 will be managed according to
regulations in effect for Ivvavik National Park.
Coordinate with Parks Canada to secure required
permits for access to BAR-1 and BAR-B for required
O&M activities.
ENVIRONMENTAL PROTECTION AND REGULAT
09, September, 2013
2012-09-14
16.C.5.c.2
2012-06-26
16.C.5.c.1
2012-06-25
16.C.5.c
2012-06-25
16.C.5.b
Line Item
NWS
Section 16
7 inspections to be attended
over two years.
7 licenses to be continually
audited.
2 Sites
Estimated Qty
Page 201 of 216
All inspections by a NWB inspector
accompanied by a qualified representative
of the Contractor.
No example of a representative of the
NWB finding a non-compliance with the
license during an audit.
No instance of enforcement action taken
by a regulator due to lack of compliance.
Performance Standard
SOR
ASSESSMENTS & AUDITS
Prepare semi-annual EC halocarbon
reports.
Update NWS halocarbon inventory.
Implement halocarbon management
plan.
HALOCARBON MANAGEMENT
Prepare NWB license annual reports.
Monitor sewage effluent.
Monitor domestic water consumption.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
Prepare semi-annual EC halocarbon reports as
described in 16.F.6.c.
Update NWS halocarbon inventory as described in
16.F.6.b.
Implement halocarbon management plan as described
in 16.F.6.a.
Prepare NWB license annual reports. Include all
information required by the report, including, but not
limited to: a summary of water use and waste disposal
activities; a list of unauthorized discharge activities and
follow up actions taken; any revisions to the spill
contingency plan including contact information; a
description of all progressive and or final reclamation
work undertaken; a progress report for the remediation
of contaminated soil including clean-up activity and
monitoring results; a summary of all information
requested and monitoring results; and additional
information as may be requested by the Water Board.
Submit reports as per 16.F.5.d.
Monitor sewage effluent for each LRR site which is
governed by a NWB license. Investigate root causes for
sewage sample results which are outside acceptable
parameters. Develop and implement corrective actions.
Retain sewage effluent test results as per 16.F.5.c.
Include sewage effluent test results in the annual report
as per 16.F.5.d.
Monitor domestic water consumption for each LRR site
which is governed by a NWB license. Ensure annual
maximum site usage does not exceed that allowed by
the license. Investigate all instances of excessive use in
order to ensure it is justified. Retain domestic water
consumption records as per 16.F.5.b. Include
explanations for excessive usage in the annual report as
per 16.C.5.d.
ENVIRONMENTAL PROTECTION AND REGULAT
09, September, 2013
2012-06-21
16.C.7
2012-09-14
16.C.6.c
2012-06-27
16.C.6.b
2012-06-26
16.C.6.a
2012-06-19
16.C.6
2013-08-26
16.C.5.c.5
2012-09-14
16.C.5.c.4
2012-09-14
16.C.5.c.3
Line Item
NWS
Section 16
2 reports prepared annually.
Updating of 1 inventory,
estimated at 2 updates
annually.
Implementation of 1 plan.
7 reports annually.
7 sites requiring on-going
monitoring of sewage.
7 sites requiring on-going
monitoring of domestic water
usage.
Estimated Qty
Page 202 of 216
All reports prepared and accurate 100% of
the time.
Contractor to demonstrate that the
inventory is available and up to date within
10 business days of a change.
No example of enforcement action by a
regulator due to non-compliance with the
plan.
All reports submitted on time without
exception, no later than 10 days prior to
the submission due date to the NWB.
No example of accurate sewage sample
results failing to be provided.
No site exceeding it's maximum allotment
of water annually. No example of
accurate water consumption data failing to
be provided.
Performance Standard
SOR
Nil
INDEFINITE QUANTITY
REQUIREMENTS
Implement response to environmental
incidents beyond the insurance
deductable.
16.D.1
16.E
16.E.1
09, September, 2013
2012-09-14
WATCH KEEPING REQUIREMENTS
Conduct annual Environmental Audits
for NWS sites.
Update EIA database.
Complete Environmental Impact
Assessments (EIAs).
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
In the event that the cost of response/remediation
activities to an environmental incident exceeds the
amount of the insurance deductable for such
occurrences, the NWSO TA may request a proposal to
complete the response/remediation activities as IQ.
Ensure that the auditing program includes assessments
of the Contractor’s conformance to procedures and
guiding documents and examinations of the physical
status of NWS sites, including the sampling of
contaminated sites. Maintain all audit records online.
Any findings not corrected at the time of the inspection
shall be entered into the Contractor's Work Management
System and tracked until corrective action has been
completed. All sites are to be audited over a two year
period. Upon completion of the audits, review Risk
Registers in the Risk Management Plan and update
accordingly for those conditions that currently conform to
standards, but pose potential risks warranting corrective
actions.
Update EIA database as described in 16.F.7.b. EIA
database to include all preliminary and final EIAs
completed.
Screen proposed IQ projects, programs and activities for
potential environmental impacts in accordance with
CEAA and territorial environmental assessment acts.
Appropriate mitigation measures for potential impacts
will be identified and included in project specifications.
Projects not captured by CEAA or territorial
environmental assessment acts will require "due
diligence" EIAs to be generated.
ENVIRONMENTAL PROTECTION AND REGULAT
16.D
2013-08-26
16.C.7.c
2013-03-18
16.C.7.b
2013-03-18
16.C.7.a
Line Item
NWS
Section 16
Completion of 51 audits over
two years (36 SRR sites, 11
LRR sites, 3 LSS (Inuvik,
Iqaluit and Goose bay) and the
SRD).
Estimated at 15 entries
annually.
Estimated 15 preliminary and
15 final EIAs annually.
Estimated Qty
Page 203 of 216
Not more than 5 sites missing their
inspection annually. Provided an IQ
Project is not required: Not more than 8
findings outstanding longer than 4
months. Not more than 3 findings
outstanding longer than 8 months. No
example of a finding outstanding longer
than 12 months.
The EIA database is available, in
electronic format and all EIAs are
included.
No example of a project not receiving an
EIA.
Performance Standard
SOR
Submit annual environmental
objectives and targets.
Submit quarterly Environmental
Information Update reports.
Establish and maintain an
Environmental Protection Plan for the
NWS.
09, September, 2013
2012-06-21
16.F.2.b
2013-03-07
16.F.2.a
2012-06-20
16.F.2
2013-08-26
16.F.1.b
2012-06-27
16.F.1.a
Provide a documented Environmental
Management System (EMS).
ENVIRONMENTAL MANAGEMENT
SYSTEM
16.F.1
2012-06-20
RECORDS AND DELIVERABLES
There are no pre-determined Indefinite
Quantity (IQ) requirements, IQ may be
ordered on an as required basis for
any work within the scope of this
section.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
Submit annual environmental objectives and targets as
described in 16.C.2.d to the NWSO TA for review and
comment by 01 February annually.
In conjunction with 16.C.2.c, submit quarterly
Environmental Information Update reports. The report is
to be in a format proposed by the Contractor and
acceptable to the NWSO TA. Each report is due within
10 business days from the end of the quarter.
Establish and maintain an Environmental Protection
Plan for the NWS. Reference 16.A..3.q is provided as a
guidance document. Review and update the plan at a
minimum annually by 01 April, or more frequently as
circumstances warrant. A controlled hard copy is to be
held at each NWS site (including the LSSs), the SRD,
the NWSSC, the NWSCC, the Contract Management
Office, and one copy delivered to the NWSO TA.
Provide a documented Environmental Management
System (EMS) for the NWS to the requirements of ISO
14001. The EMS shall document the Contractor's
environmental policy and approach to guaranteeing
compliance for all work in this SOW to the requirements
of this Section. The EMS shall incorporate the EPP, as
defined in 16.F.1.b, as the primary governing document
on environmental matters. The EMS is to be reviewed
and updated at a minimum annually, or more frequently
as circumstances warrant. EMS documentation is to be
made available to the NWSO TA upon request.
See Contract Terms and Conditions for details regarding
negotiation of IQ.
ENVIRONMENTAL PROTECTION AND REGULAT
16.F
2011-12-09
16.E.2
Line Item
NWS
Section 16
One set of annual
environmental objectives and
targets submitted annually.
Submission of 4 reports
annually.
Review and maintenance of 1
plan annually. 55 controlled
copies distributed and
maintained current.
1 EMS updated at a minimum
annually. EMS documentation
to be available to the NWSO
TA upon request.
Nothing additional
Estimated Qty
Page 204 of 216
Annual environmental objectives and
targets submitted by 01 February
annually.
All reports are submitted. Not more than
1 report submitted late annually.
Documented evidence that the EPP is
updated at a minimum annually by 01
April. A controlled and current copy of
the EPP is at all required locations. Not
more than 3 instances annually of a
controlled copy of the EPP being found
out of date.
Contractor to demonstrate that the EMS is
documented and in use to govern
environmental compliance for day to day
NWS work.
All jobs completed to the agreed standard
of quality, 90% of jobs completed by the
agreed completion date. All jobs
completed no later than 10% of the
Conduct Period beyond the agreed
completion date.
Performance Standard
SOR
Establish and maintain spill sampling
and assessment procedures.
Establish and maintain a Spill
Contingency Plan.
Submit Environmental Incident
Reports.
ENVIRONMENTAL INCIDENT
MANAGEMENT
Submit semi-annual Environmental
Status Reports.
Establish and maintain a current Legal
and Other Requirements Records
database specific to environmental
subject matter.
Establish and maintain an
Environmental Aspects and Impacts
database.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
Establish and maintain spill sampling and assessment
procedures. Reference 16.A.3.q is provided as a
guidance document. The procedures shall be reviewed
at a minimum annually in conjunction with updates to the
EPP, or more frequently as circumstances warrant.
Establish and maintain a Spill Contingency Plan.
Reference 16.A.3.q is provided as a guidance
document. The plan shall be reviewed at a minimum
annually in conjunction with updates to the EPP, or more
frequently as circumstances warrant.
In with conjunction 16.C.3.a, submit Environmental
Incident Reports. The reports provide details of
environmental incidents (POL Spill, Halocarbon
Release, wildlife encounter, discovery of fuel/HAZMAT
Caches HAZMAT Spill) on NWS sites. The initial report
shall be submitted within 6 hours of the environmental
incident occurring, with follow-up reports submitted as
required until the incident has been fully investigated,
and corrective action has been completed. Should the
environmental incident constitute an emergency,
activate the Emergency Response Plan, as per Section
2.C.9. Follow-up reports are to document the status of
the investigation and corrective actions which are
planned/completed until such time as the incident is
considered closed. Review and update the Risk
Management Plan, Section 2.C.4, as warranted to
eliminate or mitigate a recurrence of the environmental
incident.
Submit semi-annual Environmental Status Reports, as
detailed in 16.C.2. g to the NWSO TA by 31 January and
31 July each year.
Establish and maintain a current Legal and Other
Requirements Database in electronic format. Reference
16.A.3.q is provided as a guidance document. Update
the database as per 16.C.2.f.
Establish and maintain an Environmental Aspects and
Impacts database in electronic. Reference 16.A.3.q is
provided as a guidance document. Update the database
as per 16.C.2.e.
ENVIRONMENTAL PROTECTION AND REGULAT
09, September, 2013
2012-09-21
16.F.3.c
2012-09-21
16.F.3.b
2013-03-07
16.F.3.a
2012-06-21
16.F.3
2012-09-14
16.F.2.e
2012-09-21
16.F.2.d
2012-09-21
16.F.2.c
Line Item
NWS
Section 16
1 procedure reviewed and
updated annually.
1 plan reviewed and updated
at a minimum annually.
Estimated 70 reports annually.
2 reports annually.
Provision of one current
electronic database.
Provision of one current
electronic database.
Estimated Qty
Page 205 of 216
The procedure is current and updated
annually.
Plan is in place and is reviewed and
updated at a minimum annually.
All environmental incidents are reported.
No more than 2 examples annually of a
report not being submitted as per related
information above. Reports to be
technically accurate with the information
available at the time of reporting.
100% submission, 100% of the time.
Reports are submitted by January 31st
and July 31st, annually.
The Contractor must demonstrate that the
Legal and Other Requirements database
is available, current and in electronic
format.
The Contractor must demonstrate that the
Aspects and Impacts database is
available, current and in electronic format.
Performance Standard
SOR
Submit Hazardous Waste Report.
Submit annual waste HAZMAT storage
area inspection checklists.
Retain HAZMAT waste inventory.
Establish and maintain a Storage and
Tracking of Waste HAZMAT Plan.
Retain HAZMAT inventory.
Establish and maintain a HAZMAT
General Management Plan.
SOLID WASTE MANAGEMENT
Submit after action report for Spill
Response Simulation Exercises.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
Submit a Hazardous Waste Report. The report contains
detail of all Hazardous Waste handling, locations and
disposal including but not limited to waste descriptions,
quantity of waste types. Provide report to NWSO TA.
Submit annual waste HAZMAT storage area inspection
checklists as required by the Storage and Tracking of
Waste HAZMAT Plan. All checklists to be completed by
30 September.
Retain an inventory of all HAZMAT on the NWS by type
and by site as required by the Storage and Tracking of
Waste HAZMAT Plan. The inventory shall be in
electronic format, and updated continually as HAZMAT
is generated through normal site operations. The
inventory is to be current to within 15 days. The
inventory, in whole or in part, is to be submitted to the
NWSO TA upon request within 2 business days.
Establish and maintain a Storage and Tracking of Waste
HAZMAT Plan. Reference 16.A.3.q is provided as a
reference document. The plan shall be reviewed at a
minimum annually in conjunction with updates to the
EPP, or more frequently as circumstances warrant.
Retain HAZMAT inventory as required by the HAZMAT
General Management Plan. The inventory shall be in
electronic format, and describe all HAZMAT on the NWS
by type and by site. The inventory shall be current within
15 business days of a change.
Establish and maintain a HAZMAT General Management
Plan. Reference 16.A.3.q is provided as a reference
document. The plan shall be reviewed at a minimum
annually in conjunction with updates to the EPP, or more
frequently as circumstances warrant.
Submit report on Spill Response Simulation Exercise, as
per 16.C.3.e, to NWSO TA. Report to Include: number of
participants, locations, frequency, exercise detail,
successes/failures, lessons learned.
ENVIRONMENTAL PROTECTION AND REGULAT
09, September, 2013
2012-06-26
16.F.4.f
2013-03-07
16.F.4.e
2013-03-07
16.F.4.d
2013-03-07
16.F.4.c
2013-03-07
16.F.4.b
2013-03-07
16.F.4.a
2012-06-25
16.F.4
2012-09-14
16.F.3.d
Line Item
NWS
Section 16
1 report annually.
Submission of 48 checklists
annually.
1 inventory, updated as
required. Estimated 2
requests for a copy of the
inventory annually by the
NWSO TA.
1 plan reviewed and updated
at a minimum annually.
1 inventory, updated as
required.
1 plan reviewed and updated
at a minimum annually.
1 report for each Spill
Response Simulation
Exercises.
Estimated Qty
Page 206 of 216
Submit accurate and complete report by
January 31st, annually to NWSO TA.
Report to include include all sites. No
instance of failure to submit the report.
All checklists completed as required.
The inventory is available and current to
within 15 days. All requests for the
inventory satisfied within 2 business days.
Plan is in place and is reviewed and
updated at a minimum annually.
HAZMAT inventory available on request
within 2 business days. Inventory is
current to within 15 business days of a
change.
Plan is in place and is reviewed and
updated at a minimum annually.
Submit report within 30 days of
completion of exercises. No instances of
not submitting the report.
Performance Standard
SOR
Submit semi-annual EC halocarbon
release reports.
Retain NWS Halocarbon Inventory.
Establish and maintain a Halocarbon
Management Plan.
HALOCARBON MANAGEMENT
Submit annual NWB licenses reports
for BAF-3, DYE-M, FOX-M, FOX-3,
CAM-M and CAM-3.
Retain annual sewage effluent test
results.
Retain annual domestic water
consumption records.
Retain permit to operate in Ivvavik
National Park.
PERMITS & LICENSES
Establish and maintain procedures and
protective measures for solid waste
management.
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
In addition to reporting halocarbon incidents as per
16.F.3.a, submit semi-annual report to Environment
Canada for halocarbon releases greater than 10kg, but
less than 100kg. Each report is to be submitted by 31
January and 31 July annually.
Retain NWS Halocarbon Inventory detailed in
Halocarbon Management Plan as per 16.C.6.a, and as
provided by the NWSO TA. The inventory is to be
updated as halocarbon containing equipment changes.
The inventory is to be accurate within 10 business days
of any change to halocarbon containing equipment.
Establish and maintain a Halocarbon Management Plan.
Reference 16.A.3.q is provided as a guidance
document. The plan shall be reviewed at a minimum
annually in conjunction with updates to the EPP, or more
frequently as circumstances warrant.
Submit annual NWB license reports as described in
16.C.5.c.5.
Retain annual sewage effluent test results, as detailed in
16.C.5.c.4.
Retain annual domestic water consumption records, as
detailed in 16.C.5.c.3.
Retain permit to operate in Ivvavik National Park, as
required by 16.C.5.b.
Establish and maintain procedures and protective
measures for solid waste management. Reference
16.A.3.q is provided as a guidance document. The
procedures shall be reviewed at a minimum annually in
conjunction with updates to the EPP, or more frequently
as circumstances warrant.
ENVIRONMENTAL PROTECTION AND REGULAT
09, September, 2013
2013-03-07
16.F.6.c
2012-06-27
16.F.6.b
2012-09-21
16.F.6.a
2012-06-21
16.F.6
2013-08-26
16.F.5.d
2012-06-28
16.F.5.c
2012-06-28
16.F.5.b
2012-06-27
16.F.5.a
2012-06-21
16.F.5
2012-09-21
16.F.4.g
Line Item
NWS
Section 16
2 reports annually.
Provision of 1 inventory, with
an estimated 5 updates
annually.
1 plan reviewed and updated
at a minimum annually.
6 reports annually.
Sewage effluent test records
from 7 sites.
Water consumption records
from 7 sites.
1 permit.
1 set of procedures reviewed
and updated at a minimum
annually.
Estimated Qty
Page 207 of 216
All reports are submitted on time, and are
100% accurate.
The inventory is in place and accurate to
within 10 business days of any change.
Plan is in place and is reviewed and
updated at a minimum annually.
Draft reports to be submitted to the
Canada a minimum of 15 business days
prior to due date for submission to the
NWB. Draft reports not to contain more
than 5 technical errors or omissions. No
instance of the report not being submitted
to the NWB on schedule. All information
required by the report is included.
All required records are available.
All required records are available.
Permit is secured and is current.
Procedures are in place and are reviewed
and updated at a minimum annually.
Performance Standard
SOR
Government furnished equipment and
materials as per Section 8 of this
SOW.
GOVERNMENT FURNISHED
MATERIAL, EQUIPMENT AND
FACILITIES
Submit biennial NWS site
environmental audit reports.
Retain EIA database.
Submit EIAs.
ASSESSMENTS & AUDITS
Major Requirement
Related Information
Restricted - Contracts
Restricted - Contracts
Submit biennial NWS site environmental audit reports
completed as per 16.C.7.c. Audit reports are to be
submitted by 30 October of the audit year.
Retain EIA database as detailed in 16.C.7.b, and as
provided by the NWSO TA. Updates to the database
are to be within 10 business days upon completion of a
given EIA.
Submit EIAs prepared as detailed in 16.7.a.
ENVIRONMENTAL PROTECTION AND REGULAT
09, September, 2013
2012-09-14
16.G.1.a
2012-06-18
16.G.1
2009-06-19
16.G
2013-08-26
16.F.7.c
2013-03-18
16.F.7.b
2013-03-18
16.F.7.a
2012-06-21
16.F.7
Line Item
NWS
Section 16
Submission of 48 audit reports
(36 SRR sites, 11 LRR sites
and the SRD) every two years.
Estimated 400 records in the
database, with an estimated
15 entries annually.
Estimated 15 preliminary and
15 final EIAs annually.
Estimated Qty
Page 208 of 216
No more than 5 sites missing their
biennial audit. All reports are submitted
by 30 October of the audit year.
The EIA database is available and current
to within 10 business days.
A completed EIA is submitted with every
project.
Performance Standard
SOR
Restricted - Contracts
The contractor shall be responsible for the connectivity of the NW IMS and their own IT systems. It is Canada's intent to host the
NW IMS in the same location as the Contractors IT system. The contractor shall be responsible for providing connectivity and
access for their personnel who are not residing in the LRR/LSS's, connectivity for those personnel residing in the LRR/LSS's will
be a combination of utilizing the DND satellite backbone to North Bay, where the contractor shall combine the user data streams
between the NWSCC, NWSSC and be responsible for connectivity back to their own IT Systems and the NW IMS through
Operate and maintain the NW IMS as an unclassified system. Ensure that no Contractor proprietary data or any other
governemntclasified data is entered into the NW IMS.
The Government shall retain ownership of the NW IMS and all data records generated in the performance of this contract. Upon
contract conclusion, the current state of NW IMS then and all data records (including historical) generated in the performance of
the SOW will be transferred back to the Government.
Provide to NWS personnel full access to the NW IMS via a web-based portal application.
Ensure that all data, plans, reports and correspondence to support and execute this SOW are generated in an electronic format
specified by the this SOW and reside on the NW IMS. Ensure that this information is separate either logically, physically, or both,
from other Contractor information to prevent unauthorized access to NWS data.
as described per the SOW.
(1) financial and project cost accounting;
(2) project management;
(3) configuration management;
(4) life cycle management;
(5) work management;
(6) equipment status reporting;
(7) logistics management;
(8) records and document management;
(9) quality assurance and quality control; and
(10) human resources management;
09, September, 2013
2013-09-05
17.A.1.g
2013-08-30
17.A.1.f
2013-04-19
17.A.1.e
2013-04-19
17.A.1.d
2013-04-19
17.A.1.c
2013-04-19
17.A.1.b
Utilize the NW IMS for the effective management of the NWS O&M process. The Contractor shall ensure that this system
continues to support the functional requirements of:
The government will provide an information management system platform (hereafter known as the North Warning (IMS) to the
contractor that includes all of the NWS Data, the application software (COTS/Developed) and hardware to serve as a baseline in
order for the contractor to meet the data requirements of this SOW. Section 17.G.1 provides a complete listing of HW/SW
included. The Contractor will provided access to the NW IMS after contract award, along with training on the various aspects of
the system as it pertains to the requirements of this SOW. The contractor will be responsible to either modify, acquire, and/or
develop solutions for the NW IMS for those requirements of the SOW the NW IMS currently does not meet within 6 months after
Transition Out.
17.A.1.a
2013-08-30
SCOPE OF WORK
17.A.1
Information and Qualifications
Restricted - Contracts
GENERAL REQUIREMENTS
INFORMATION MANAGEMENT
17.A
Line Item
NWS
Section 17
Page 209 of 216
SOR
Information and Qualifications
DESCRIPTION OF EXISTING CONDITIONS
Currently the government has a network infrastructure in-place to support the NW IMS connectivity between the NWS LSS/LRR,
17.A.5
17.A.5.a
09, September, 2013
Restricted - Contracts
There are no specific safety provisions.
17.A.4.a
2013-04-19
SAFETY PROVISIONS
(G) NW IMS REMIS ICD
(G) NW IMS Forms Guide
(G) NW IMS Hardware and Software listing
(G) NW IMS Configuration Scripts and Documentation
(G) MAXIMO 7 User Guide
(G) MAXIMO 7 EAM User Guide
17.A.4
2013-09-05
17.A.3.i
2013-09-05
17.A.3.h
2013-09-05
17.A.3.g
2013-04-19
17.A.3.f
2013-09-05
17.A.3.e
2013-09-05
17.A.3.d
2013-04-19
17.A.3.c
(G) NWS IMS Communications Architecture Schematic
(G) Work Management System Users Guide
17.A.3.b
REFERENCES The notations against the references have the following meanings: M - Adherence to the policies, procedures,
act, orders and regulations contained therein is mandatory. G - The policies and procedures contained therein are not
mandatory, but proposals for alternatives must be submitted in full detail to, and be accepted by the Project Authority.
Furthermore, alternatives must fully interface with procedures in use globally.
For definition of terms see Section 1.A PROJECT BACKGROUND, Attachment "SOW Section 1: NORTH WARNING SYSTEM
CONCEPT OF OPERATIONS AND MAINTENANCE".
DEFINITIONS
The Contractor will be responsible to provide their own IT system for those requirements and needs that are contractor specific.
The contractor shall be responsible for the administration, support, and life cycle maintenance of the NW IMS. This includes
maintenance of all NW IMS documentation to reflect any changes to the system for the life of the contract.
(M) A-IM-100-000/AG-001 Certification and Accreditation requirements
2013-04-19
Restricted - Contracts
commercial means. The method of connectivity shall be included in the C&A documentation package for accreditation. Refer to
17.G.1.a, including licensing for various program applications.
INFORMATION MANAGEMENT
17.A.3.a
2009-08-27
17.A.3
2012-06-18
17.A.2.a
2012-06-18
17.A.2
2013-04-19
17.A.1.i
2013-08-30
17.A.1.h
Line Item
NWS
Section 17
Page 210 of 216
SOR
Information and Qualifications
Restricted - Contracts
The NW IMS shall be available 24/7. Point of contact to be available as per Section 2.A.6.a.
17.A.6.a
Restricted - Contracts
All personnel shall meet the requisite security requirements, as defined by the Security Requirements Checklist (SRCL) before
being allowed to visit or work in any NWS sites, LSSs, and North Bay NWS locations.
SECURITY
09, September, 2013
2013-04-19
17.B.2.a
2012-06-18
17.B.2
2013-04-19
17.B.1.a
All personnel providing service within this section shall hold the qualifications necessary to perform the task assigned to them.
TRAINING AND EXPERIENCE.
17.B.1
2013-08-30
PERSONNEL QUALIFICATIONS
17.B
2013-04-19
HOURS OF OPERATIONS
A complete listing of all NW IMS applications and data directories is will be provided to the contractor as part of the Transition In
Plan per this SOW.
SSC locations and the SCC in North Bay, Ontario
INFORMATION MANAGEMENT
17.A.6
2013-04-19
17.A.5.b
Line Item
NWS
Section 17
Page 211 of 216
SOR
Support Ad-Hoc Queries.
Provide Portal web site access.
Develop and Implement SOW
Requirements for the NW IMS
Acquire and Maintain Software
Application Licensing for the NW IMS.
Maintain Data Integrity.
Provide Data Information
09, September, 2013
2013-04-23
17.C.4
2013-04-23
17.C.3
2013-08-30
17.C.2
2013-08-30
17.C.1.d
2013-04-23
17.C.1.c
2013-04-23
17.C.1.b
2013-04-23
17.C.1.a
Operate and Maintain the NW IMS
Establish and manage a Data
Management program.
17.C.1
2013-08-30
PERFORMANCE REQUIREMENTS
Major Requirement
INFORMATION MANAGEMENT
17.C
Line Item
NWS
Section 17
Restricted - Contracts
The NW IMS will support ad-hoc queries executed by
the NWSO TA, providing details or summaries from data
records. Contractor to provide assistance to NWS
personnel in the development of ad-hoc queries.
Access to the NW IMS by NWS users to be through a
portal web site application provided by the Contractor.
Ensure the web portal application has the capability to
save, print, edit and export NW IMS generated reports
into the remote government workstation's applicable
Microsoft Office application. Access to the NW IMS by
NWS personnel shall be 24/7 365 days a year.
Provide a review of the SOW requirements to determine
what functionality the NW IMS currently does not
support. Develop the functionality required and
implement into the NW IMS. This includes customization
efforts using government provided COTS applications in
order to meet and deliver those requirements within the
NW IMS.
The Contractor shall acquire all necessary NW IMS
licenses required for their personnel to operate and
access the NW IMS. Canada shall have their own
software application licensing to access the various
applications of the IMS.
All data to be accurate and updated within 24 hours of
occurrence (unless otherwise specified in this SOW).
Ensure that all data, plans, reports and correspondence
to support and execute this SOW are generated in an
electronic format compatible with MS Office applications
and reside on the NW IMS for access by NWS
personnel 24/7 365 day
Operate and Maintain all hardware and software
associated with the NW IMS. This includes ensuring
licensing is current and updates are implemented within
a week of receipt. The NWSO IT TA shall be notified for
each occurrence.
As per the contract clause SACC D5540C, fully comply
with the requirements of ISO 9001:2008 or later for each
of the following major requirements.
Related Information
Restricted - Contracts
40 queries annually.
40 NWSO Users
approximately 25
Approximately 200 users for
the WMS application. TBD for
the remaining applications.
100% of data
5000 to 7000
documents/records generated
and updated per year.
1 system
1 program
Estimated Qty
95% compliance
Page 212 of 216
System will have 98% availability.
100% compliance, all requirements
completed within 6 months after
Transition-in.
No instance of not being able to execute
the requirements of the SOW due to lack
of application licensing.
95% compliance with each inspection.
95% compliance
98% operational availability 24/7, 365
days each year. NWSO TA notification
100% of the time.
95% compliance with each ISO 9001
inspection.
Performance Standard
SOR
Ensure Access Authority and Data
Security
Develop and Maintain NW IMS Access
Security
Develop and Maintain System Security
Plan.
Submit Pre-Defined Queries.
Major Requirement
INFORMATION MANAGEMENT
09, September, 2013
2013-08-30
17.C.6.b
2013-04-23
17.C.6.a
2013-04-23
17.C.6
2013-08-30
17.C.5
Line Item
NWS
Section 17
Restricted - Contracts
Ensure that personnel accessing the IMS possess a
valid security clearance of in accordance with the
instructions of the SRCL.
Maintain the following access control and data security
measures:
(1) restrict physical access to servers;
(2) restrict administrative rights to the operating system
(O/S) to a minimum of personnel;
(3) establish password policy and control;
(4) maintain an access control list to protect each object
including but not limited to menus, files and tables;
(5) assign and control object and system privileges by
user;
(6) control new account creation;
(7) enable software auditing to record logins and user
transactions on critical objects;
(8) maintain virus detection and protection capability;
and
(9) detect and isolate unauthorized system users, either
from external threats or internal sabotage.
The Contractor shall protect the NW IMS from malicious
attacks and unintentional compromises. The Contractor
shall install, configure and maintain all hardware and
software required to provide this protection. The
Contractor shall maintain software monitoring to detect
intrusion attempts, and the Contractor shall investigate
security breaches and suspected security breaches. All
incidents shall be reported as specified in Section 2 of
the SOW.
Develop a NW IMS Security Plan which address security
measures so that only authorized recipients have access
to NWS data. NW IMS security to include: 1) access
security; 2) User access control and data security; 3)
Security incident handling and response; and 4) Data
backup, storage, and control. Ensure that IS security
procedures conform to DND IS security requirements as
detailed in NDSI Chapter 70.
Develop queries to support requirements for SOW
Section 2 through 16 Paragraph F line items.
Related Information
Restricted - Contracts
As required
As required
1 Plan
75 queries per year
Estimated Qty
Page 213 of 216
100 % compliance
100 % compliance
100% compliance
95% compliance
Performance Standard
SOR
Monitor System Data Classification.
Provide Technical Support.
Provide NW IMS Admin Read-Only
Access
Maintain Data Exchange.
Establish data address directory
structure.
Major Requirement
INFORMATION MANAGEMENT
09, September, 2013
2013-04-23
17.C.11
2012-08-30
17.C.10
2013-08-30
17.C.9
2011-11-22
17.C.8
2013-04-23
17.C.7
Line Item
NWS
Section 17
Restricted - Contracts
Monitor all data to ensure that data entered or stored on
the NW IMS meets the requirements of the Certifications
and Accreditation.
5000 - 7000
records/documents annually.
5 e-mail/telephone
queries/day, 4 in person
response to the NWSO per
year.
5 accounts
Provide an Admin User accounts to the NWS/ IT TA with
read only access to entire NW IMS for quality control
purposes.
Provide IM system technical Support from 8:00 am to
4:00 pm (Eastern Time) Monday through Friday to assist
with NWS personnel with questions/problems pertaining
to the IM system. Technical support shall be provided
through e-mail, telephone and in person when
necessary.
5000 - 7000
records/documents.
1 directory structure
Estimated Qty
All contractor data generated by the execution of this
SOW shall be exchanged via electronic means, unless
prior NWSO approval is received for hard copy
transmission. Data provided by the Contractor to be in a
file type that is compatible with Microsoft Office
applications.
For all data generated by the execution of this SOW, a
table of contents depicting directory structure of
files/documents/records to be provided to NWS users
when accessing the NW IMS. Organizational structure of
the directory should follow the construct of the SOW
(i.e...by sections), with the address directory to be no
more than 4 levels deep in order to minimize time of
data search.
Related Information
Restricted - Contracts
Page 214 of 216
100% compliance
95% compliance
100% compliance
100% compliance
95% compliance
Performance Standard
SOR
Generate Reliability and Maintainability
Information System (REMIS) data file
Develop and Maintain an IMS Users
Guide
Perform Data Protection.
Operate the NW IMS within the
guidelines of the C&A.
Maintain Accreditation/Certification
Major Requirement
INFORMATION MANAGEMENT
09, September, 2013
2013-09-05
17.C.16
2013-08-30
17.C.15
2013-04-23
17.C.14
2013-04-23
17.C.13
2013-08-30
17.C.12
Line Item
NWS
Section 17
Restricted - Contracts
Generate a REMIS data query and save to CD per the
NW IMS-REMIS ICD
Develop within 6 months after contract award and
maintain an NW IMS users guide that describes all of
the applications and their functionality contained in the
NW IMS as well as a updated file structure providing
information about each data deliverable. It shall also
include a complete listing, updated regularly of all report
queries developed, complete with instruction on how to
execute the query properly.
Perform all actions required to provide continual data
backup, off-site/local storage and restoral for the
duration of the contract on a daily, non interference
basis.
Operate the NW IMS within the guidelines of the C&A
If high risk is identified through the TRA, the Contractor
to mitigate the risk to a minimum acceptable level, in
cooperation with NWSO. The Contractor to maintain the
NW IMS Certification and Accreditation current and
up-to-date. The Contractor will conduct a
re-accreditation in accordance with DND document
A-IM-100-000/AG-001 for changes that affect the
configuration and security posture of NW IMS.
(1) organize the physical site survey;
(2) draft the Statement of Sensitivity (SOS) for NWSO
TA approval;
(3) perform a Threat and Risk Assessment (TRA);
(4) complete system description(s); and
(5) submit all required documentation to NWSO for
Director Information Technology Security (DIM Sec)
approval.
Submit within 6 months after contract award and
maintain Certification and Accreditation (C&A)
documentation of proposed IM system in accordance
with the requirements of DND document
A-IM-100-000/AG-001. Initiate the C&A process as soon
as the final NW IMS layout is determined. As part of
the C&A, the Contractor will:
Related Information
Restricted - Contracts
Monthly, total of 12 annually.
1 Guide, updated quarterly as
required.
At a minimum 1 full data back
up monthly, total of 12
annually.
1 NW IMS
Maintain System Certification
Estimated Qty
Page 215 of 216
100% compliance
100% compliance
100% compliance
100% compliance
100% compliance
Performance Standard
SOR
Nil
INDEFINITE QUANTITY (IQ)
REQUIREMENTS
There are no other pre-determined IQ
requirements associated with this
section, IQ may be ordered by the
Project Authority on an as required
basis for any work within the scope of
this section.
17.D.1
17.E
17.E.1
09, September, 2013
2013-08-30
17.G.1.a
NW IMS data, software/hardware,
network equipment, and network
connectivity between the North Bay
facilities and the NWS LSS/LRRs.
GOVERNMENT FURNISHED
17.G.1
2009-11-05
MATERIALS, EQUIPMENT AND
FACILITIES
Establish and maintain System
Security Plan.
Provide Data Files.
17.G
2011-11-22
17.F.4
2013-08-30
17.F.3
2012-09-14
17.F.2
Develop and Provide
Accreditation/Certification
Documentation.
Provide Data Protection Procedures.
17.F.1
2013-04-23
RECORDS AND DELIVERABLES
17.F
2011-12-09
WATCH KEEPING REQUIREMENTS
Major Requirement
INFORMATION MANAGEMENT
17.D
Line Item
NWS
Section 17
Restricted - Contracts
A complete listing of material is attached in Section 8.
Establish and maintain System Security Plan.
Ensure that all data, plans, reports and correspondence
to support and execute this SOW to be generated in an
electronic format specified by the government and will
reside on the NW IMS for access by NWS personnel.
Ensure all documentation associated with
Accreditation/Certification is provided to the NWSO TA.
Produce and maintain procedures to provide for data
backup and restoral and off-site storage.
See Contract Terms and Conditions for details regarding
negotiation of the IQ job.
Related Information
Restricted - Contracts
1 Plan
5000 to 7000
records/documents per year.
1 set of
accreditation/certification
documentation and updates
1 set of procedures
Nothing additional
Estimated Qty
Page 216 of 216
100% compliance.
95% compliance.
100% compliance
100% compliance
All jobs completed to the agreed standard
of quality. 90% of jobs completed by the
agreed completion date. All jobs
completed no later than 10% of the
Conduct Period beyond the agreed
completion date.
Performance Standard
SOR
Download