Annex A-1
Annex A-1
Annex A-1
Create successful ePaper yourself
Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.
NATO UNCLASSIFIED<br />
Acquisition Support Group<br />
Rebecca.Benson@ncia.nato.int<br />
Telephone: +32 (0) 2 707 8328<br />
Fax: +32 (0) 2 707 8770<br />
NCIA/ACQ/ASG/2012/1964<br />
20 July 2012<br />
TO:<br />
FROM:<br />
SUBJECT:<br />
See Attached Distribution List<br />
The General Manager, NATO C3 Agency<br />
INVITATION FOR BID IFB-CO-13514-AMN12<br />
Provision of Remote Access and Network Monitoring Services<br />
REFERENCES:<br />
A- Project serial 2012/5VA30597-0<br />
B- NATO Authorization Serial AC/4-DS (2011) 0030<br />
C- AC/4-D(2011)0009-FINAL Non-Article 5 NATO-LED Operations<br />
Alliance Operations and Missions NSIP Procurement Regulations<br />
D. NC3a-BE/ACQ/ASG/12/0555, Notification of Intent dated 18 June<br />
2012.<br />
Dear Sir/Madam:<br />
1. Your firm is hereby invited to participate in an International Competitive Bid under Alliance<br />
Operations and Missions (AOM) Procedures for the provision of Remote Access and<br />
Network Monitoring Services.<br />
2. NATO has the intention to place one contract to cover the entire scope of the project.<br />
Bidders are advised that the award will be based on the proposal evaluated as the lowest<br />
price, technically compliant in accordance with the selection criteria set forth in the<br />
Bidding Instructions.<br />
3. The scope of the effort described in the prospective contract for “Provision of Remote<br />
Access and Network Monitoring Services” will consist of services and supplies to support<br />
a distinct AMN 2012 capability enhancement efforts:<br />
a. NATO Airborne Early Warning (NAEW) Ground Entry Point<br />
NATO UNCLASSIFIED<br />
Page - 1 - of 6
NATO UNCLASSIFIED<br />
IFB-CO-13508-AMN12<br />
NCIA/ACQ/ASG/2012/1964<br />
4. THE CLOSING TIME FOR SUBMISSION OF BIDS IN RESPONSE TO THIS<br />
INVITATION FOR BID (IFB) IS 14:00 (BRUSSELS TIME) ON<br />
28 September 2012.<br />
5. This Invitation for Bid consists of the Bidding Instructions (Book I) and the Prospective<br />
Contract (Book II). The Prospective Contract contains the Schedule of Supplies and<br />
Services (Part I), Terms and Conditions of the Contract (Part II and III) and the Statement<br />
of Work (Part IV). The Statement of Work and <strong>Annex</strong>es sets forth detailed specifications<br />
governing the performance requirements of the contract.<br />
6. The overall security classification of this bid is NATO UNCLASSIFIED when separated<br />
from RESTRICTED <strong>Annex</strong>es. In order to receive the RESTRICTED <strong>Annex</strong>es, Bidders<br />
are requested to contact Sarah Hazbroek at Sarah.Hazebroek@.nc3a.nato.int for further<br />
instructions in how to obtain mentioned <strong>Annex</strong>es.<br />
7. The Bidders have the right to request IFB clarifications as outlined in section 2.7 of the<br />
Bidding Instructions (Book I).<br />
8. You are requested to complete and return the enclosed acknowledgement of receipt<br />
(Attachment A) within 10 days of receipt of this IFB, informing this Agency of your<br />
intention to bid. Your firm is not bound by its initial decision, and if you decide to reverse<br />
your stated intention at a later date, you are requested to advise us by a separate letter.<br />
9. Prospective Bidders are advised that the NATO C3 Agency reserves the right to cancel<br />
this IFB at any time in its entirety and bears no liability for bid preparation costs incurred<br />
by firms or any other collateral costs if bid cancellation occurs.<br />
10. The Purchaser Point of Contact for all information concerning this Invitation For Bid is:<br />
NATO CI AGENCY<br />
Boulevard Leopold III<br />
B - 1110 Brussels<br />
Attn.: Ms. Rebecca Benson (ACQ/ASG)<br />
Tel: 00 32 2 707 8328<br />
Email: rebecca.benson@nc3a.nato.int<br />
FOR THE GENERAL MANAGER<br />
///Signed///<br />
Tom Herway<br />
Chief of Contracts<br />
NATO UNCLASSIFIED<br />
Page - 2 - of 6
NATO UNCLASSIFIED<br />
IFB-CO-13508-AMN12<br />
NCIA/ACQ/ASG/2012/1964<br />
Bidders (sent separately in electronic version)<br />
Distribution for IFB<br />
NATO Delegations (Attn: Infrastructure Adviser):<br />
Albania 1<br />
Belgium 1<br />
Bulgaria 1<br />
Canada 1<br />
Croatia 1<br />
Czech Republic 1<br />
Denmark 1<br />
Estonia 1<br />
France 1<br />
Germany 1<br />
Greece 1<br />
Hungary 1<br />
Iceland 1<br />
Italy 1<br />
Latvia 1<br />
Lithuania 1<br />
Luxembourg 1<br />
The Netherlands 1<br />
Norway 1<br />
Poland 1<br />
Portugal 1<br />
Romania 1<br />
Slovakia 1<br />
Slovenia 1<br />
Spain 1<br />
Turkey 1<br />
United Kingdom 1<br />
United States 1<br />
Ministries: Belgian Ministry of Economic Affairs – Service Défense & Technologie 1<br />
Embassies in Brussels (Attn: Commercial Attaché):<br />
Albania 1<br />
Bulgaria 1<br />
Canada 1<br />
Croatia 1<br />
Czech Republic 1<br />
Denmark 1<br />
Estonia 1<br />
France 1<br />
Germany 1<br />
Greece 1<br />
Hungary 1<br />
NATO UNCLASSIFIED<br />
Page - 3 - of 6
NATO UNCLASSIFIED<br />
IFB-CO-13508-AMN12<br />
NCIA/ACQ/ASG/2012/1964<br />
Iceland 1<br />
Italy 1<br />
Latvia 1<br />
Lithuania 1<br />
Luxembourg 1<br />
The Netherlands 1<br />
Norway 1<br />
Poland 1<br />
Portugal 1<br />
Romania 1<br />
Slovakia 1<br />
Slovenia 1<br />
Spain 1<br />
Turkey 1<br />
United Kingdom 1<br />
United States 1<br />
NATO HQ<br />
NATO Office of Resources 1<br />
Management and Implementation Branch<br />
Attn: Deputy Branch Chief<br />
Director, NATO HQ C3 STAFF 1<br />
Attn: Executive Coordinator<br />
SACEUREP (as applicable) 1<br />
Attn: Infrastructure Assistant<br />
Strategic Commands<br />
HQ SACT , Attn. C-06 1<br />
SHAPE, Attn: J4 and J6 1<br />
NATO UNCLASSIFIED<br />
Page - 4 - of 6
NATO UNCLASSIFIED<br />
IFB-CO-13508-AMN12<br />
NCIA/ACQ/ASG/2012/1964<br />
NATO Agencies<br />
NCIA<br />
CRO Programme Manager (Mr. Tim Murphy) 1<br />
NLO (Mr. Laurent Foissy) 1<br />
DACQ (Mr. Kevin Scheid) 1<br />
CAB/RCAB Secretary (Ms. Marie-Louise Le Bourlot) 1<br />
Legal Adviser (Ms. Simona Rocchi) 1<br />
CAT5/CH Ms. Lillian Rossini 1<br />
CAT9/CH Mr. Malcolm Green 1<br />
CAT5 PM (LTC Martin Rudy) 1<br />
CAT9 DPM (Mr. Jakob Thur) 1<br />
ACQ/ASG PCO (Ms. Tiziana Pezzi) 1<br />
ACQ/ASG SCO (Ms. Rebecca Benson) 1<br />
DOP/ILS (Mr. Ron Spijkerman) 1<br />
Registry 1<br />
NATEXs<br />
CZECH REPUBLIC 1<br />
DENMARK 1<br />
FRANCE 1<br />
HUNGARY 1<br />
GERMANY 1<br />
GREECE 1<br />
ITALY 1<br />
NETHERLANDS 1<br />
NORWAY 1<br />
POLAND 1<br />
SPAIN 1<br />
TURKEY 1<br />
UK 1<br />
USA 1<br />
NATO UNCLASSIFIED<br />
Page - 5 - of 6
NATO UNCLASSIFIED<br />
IFB-CO-13508-AMN12<br />
NCIA/ACQ/ASG/2012/1964<br />
Attachment A<br />
Acknowledgement of Receipt of Invitation for Bids<br />
IFB-CO-13514-AMN12<br />
We hereby advise that we have received Invitation for Bids IFB-CO-13514-AMN12<br />
on ........................................., together with all enclosures listed in the Table of Contents.<br />
CHECK ONE<br />
{ } As of this date and without commitment on our part, we do intend to submit a bid.<br />
{ } We do not intend to submit a bid.<br />
{ } We are reviewing the requirements of the IFB and will notify you of our decision<br />
as soon as possible.<br />
Signature:<br />
_________________________________________<br />
Printed Name: _________________________________________<br />
Title:<br />
Company:<br />
Address:<br />
_________________________________________<br />
_________________________________________<br />
_________________________________________<br />
NATO UNCLASSIFIED<br />
Page - 6 - of 6
N A T O<br />
U N C L A S S I F I E D<br />
INVITATION FOR BID<br />
IFB-CO-13514-AMN12<br />
Provision of AMN NAEW Ground Entry Point<br />
NATO Authorisation Serial No AC/4-DS(2011) 0030<br />
Project Serial Number 2012/5VA30597-0<br />
BOOK I: BIDDING INSTRUCTIONS<br />
N A T O<br />
U N C L A S S I F I E D
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
Table of Contents<br />
SECTION 1: INTRODUCTION .................................................................................................................... 2<br />
1.1 SCOPE ...................................................................................................................................................... 2<br />
1.2 OVERVIEW OF THE PROSPECTIVE CONTRACT .......................................................................... 2<br />
1.3 GOVERNING RULES, ELIGIBILITY, AND EXCLUSION PROVISION .......................................... 3<br />
1.4 SECURITY ................................................................................................................................................ 3<br />
SECTION 2: GENERAL BIDDING INFORMATION ................................................................................ 5<br />
2.1 GENERAL ................................................................................................................................................. 5<br />
2.2 DEFINITIONS ........................................................................................................................................... 5<br />
2.3 ELIGIBILITY ............................................................................................................................................. 6<br />
2.4 BID DELIVERY TIME AND BID CLOSING ......................................................................................... 6<br />
2.5 REQUESTS FOR EXTENSION OF BID CLOSING DATE ............................................................... 7<br />
2.6 PURCHASER POINT OF CONTACT ................................................................................................... 8<br />
2.7 REQUEST FOR IFB CLARIFICATIONS ............................................................................................. 8<br />
2.8 REQUESTS FOR WAIVERS AND DEVIATIONS .............................................................................. 9<br />
2.9 AMENDMENT OF THE IFB ................................................................................................................... 9<br />
2.10 CANCELLATION OR WITHDRAWAL OF THE IFB ........................................................................ 10<br />
2.11 MODIFICATION AND WITHDRAWAL OF BIDS ............................................................................. 10<br />
2.12 BID VALIDITY ........................................................................................................................................ 10<br />
2.13 BID GUARANTEE ................................................................................................................................. 11<br />
2.14 ELECTRONIC TRANSMISSION OF INFORMATION AND DATA ............................................... 13<br />
2.15 SUPPLEMENTAL AGREEMENTS ..................................................................................................... 13<br />
SECTION 3: BID PREPARATION INSTRUCTIONS ............................................................................ 14<br />
3.1 GENERAL ............................................................................................................................................... 14<br />
3.2 BID PACKAGE CONTENT .................................................................................................................. 14<br />
3.3 BID PACKAGE MARKING .................................................................................................................. 15<br />
3.4 BID ADMINISTRATION (VOLUME I) ................................................................................................. 15<br />
3.5 PRICE PROPOSAL (VOLUME II) ....................................................................................................... 16<br />
3.6 TECHNICAL PROPOSAL (VOLUME III) ........................................................................................... 17<br />
SECTION 4: BID EVALUATION .............................................................................................................. 22<br />
4.1 GENERAL ............................................................................................................................................... 22<br />
4.2 ADMINISTRATIVE CRITERIA ............................................................................................................ 23<br />
4.3 PRICE CRITERIA .................................................................................................................................. 23<br />
ANNEX A-1<br />
ANNEX A-2<br />
ANNEX A-3<br />
ANNEXES B<br />
ANNEXES C<br />
ANNEX D<br />
BIDDING SHEETS<br />
INSTRUCTIONS FOR THE PREPARATION OF BIDDING SHEETS<br />
INSTRUCTIONS FOR COMPLETING CONTRACTOR PRICING SUMMARY<br />
PRESCRIBED ADMINISTRATIVE FORMS AND CERTIFICATES<br />
CLARIFICATION REQUEST FORMS<br />
TECHNICAL PROPOSAL CROSS REFERENCE/COMPLIANCE MATRIX TABLE<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 1 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
SECTION 1:<br />
INTRODUCTION<br />
1.1 Scope<br />
1.1.1 The purpose of this competition is to award a contract to provide for AMN<br />
capability enhancements in support of NAEW, Remote access, European POP, Network<br />
Monitoring and Information Assurance.<br />
1.1.2 This IFB and prospective contract addresses a distinct AMN-2012 capability<br />
enhancements in support of :<br />
NATO Airborne Early Warning (NAEW) Ground Entry Point<br />
1.1.3 This project will enhance airborne C2 for the NAEW through provision of a<br />
Ground Entry Point (GEP) in ISAF which shall serve as an extension to the existing<br />
AMN Core and IS infrastructure and allows users on board the aircraft remote access to<br />
the collaborative chat services. The GEP encompasses HF and UHF Radios and<br />
Modems, Satellite Phones, Routers, Servers and Application Software for instant<br />
messaging in Chat Rooms. This provisioning includes the full cycle from design and<br />
development through production delivery, implementation, integration and security<br />
accreditation. NCIA has developed a first prototype for the GEP with limited<br />
functionality, and the statement of work will include enhanced functional and technical<br />
specifications.<br />
1.1.4 The present Invitation for Bid, in particular its SOW and its annexes define the<br />
requirements for the AMN capability enhancements in support of NAEW Ground Entry<br />
Point.<br />
1.2 Overview of the Prospective Contract<br />
1.2.1 In accordance with the terms and conditions of the contract, the contractor shall<br />
be required to supply, install, and certify the AMN capability enhancements in support of<br />
NAEW in its entirety as a turnkey solution.<br />
1.2.2 In addition, the contractor shall provide initial training services for operators and<br />
maintenance technicians.<br />
1.2.3 The contract will have a number of options, which if exercised, shall be fulfilled<br />
by the contractor.<br />
1.2.4 The contract resulting from this Invitation for Bid shall be awarded on a Firm<br />
Fixed Price basis. The Purchaser liabilities at the time of contract signature shall be<br />
limited to the effort relevant to the Basic Contract as defined in the Statement of Work.<br />
Performance associated with Evaluated Options shall be subject to formal Purchaser<br />
request, in accordance with Article 8 (Options) of the contract Special Provisions, and<br />
shall not constitute an obligation on the part of the Purchaser at the time of contract<br />
signature<br />
1.2.5 The Capabilities shall be delivered 12 months after contract award.<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 2 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
1.3 Governing Rules, Eligibility, and Exclusion Provision<br />
1.3.1 This solicitation is an Invitation For Bid (IFB). It is based on NON-ARTICLE 5<br />
NATO-LED OPERATIONS ALLIANCE OPERATIONS AND MISSIONS NSIP<br />
PROCUREMENT REGULATIONS (AC/4-D(2011)0009-FINAL-AS1), lowest price<br />
technically compliant Procedures. The successful bid pursuant to this IFB will be that<br />
bid which is the lowest price technically compliant in accordance with the evaluation<br />
criteria.<br />
1.3.3 This IFB will not be the subject of a public bid opening.<br />
1.3.3 An award of the contract will be made on a Firm Fixed Price Basis to the lowest<br />
compliant Bidder.<br />
1.3.4 The Bidder shall refer to the Purchaser all queries for a resolution of possible<br />
conflicts found in information contained in this document in accordance with the<br />
procedures set forth in 2.6 "Requests for IFB Clarifications".<br />
1.4 Security<br />
1.4.1 This Invitation for Bid has been classified as NATO UNCLASSIFIED. Separate<br />
NATO RESTRICTED <strong>Annex</strong>es will be mailed to bidders who respond with positive<br />
intent to bid and confirmation of request for subject classified <strong>Annex</strong>es.<br />
1.4.2 For the purpose of the performance under the contract, the Contractor shall be<br />
required to handle and store classified material up to the level of “NATO SECRET” and<br />
shall therefore possess at the time of contract award the appropriate facility and<br />
personnel clearances. Should a Contractor be unable to perform the contract due to the<br />
fact that the facility clearance has not been provided by their respective national security<br />
agency, this lack of clearance cannot be the basis for a claim of adjustment or an<br />
extension of schedule, nor the lack of clearance be considered a mitigating<br />
circumstance in the case of an assessment of Liquidated Damages or a determination<br />
of Termination for Default by the Purchaser.<br />
1.4.3 Contractor personnel that will work at NATO sites are required to possess a<br />
security clearance of “NATO SECRET”. Contractor personnel without such a clearance,<br />
confirmed by the appropriate national security authority and transmitted to the<br />
appropriate NATO security officer in accordance with the specific instructions contained<br />
in this IFB, will be denied access to the site. Denial of such access by the Purchaser<br />
may not be used by the Contractor as the basis for a claim of adjustment or an<br />
extension of schedule, nor can the denial of access be considered a mitigating<br />
circumstance in the case of an assessment of Liquidated Damages or a determination<br />
of Termination for Default by the Purchaser.<br />
1.4.4 All NATO CLASSIFIED material entrusted to the Contractor shall be handled and<br />
safeguarded in accordance with applicable security regulations. The Contractor shall be<br />
required to possess a Facility clearance of "NATO SECRET" for those sites in which he<br />
intends to handle and store NATO classified material in the conduct of work under this<br />
contract.<br />
1.4.5 Bidders are advised that contract signature will not be delayed in order to allow<br />
for the processing of security clearances for personnel or facilities and, should the<br />
N A T O U N C L A S S I F I E D<br />
Page 3 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
otherwise successful Bidder not be in a position to accept the offered Contract within a<br />
reasonable period of time, because the firm‟s personnel or facilities do not possess the<br />
appropriate security clearance(s), the Purchaser may determine the Bidder‟s Offer to be<br />
non-compliant and offer the Contract to the next ranking Bidder. The Bidder who would<br />
not sign the Contract shall be liable for forfeiture of the Bid Guarantee in such cases.<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 4 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
SECTION 2:<br />
GENERAL BIDDING INFORMATION<br />
2.1 General<br />
2.1.1 Bidders shall prepare and submit their Bid in accordance with the requirements<br />
and format set forth in this IFB. Compliance with all bid submission requirements is<br />
mandatory. Failure to submit a bid in conformance with the stated requirements may<br />
result in a determination of non-compliance by the Purchaser and the elimination of the<br />
bid from further consideration.<br />
2.2 Definitions<br />
2.2.1 The term “Assembly” as used herein means an item forming a portion of<br />
equipment that can be provisioned and replaced as an entity and which normally<br />
incorporates replaceable parts or groups of parts.<br />
2.2.2 The term “Sub-Assembly” as used herein refers to a portion of an assembly<br />
consisting of two or more parts that can be provisioned and replaced as an entity. The<br />
definition purposely excludes components and/or parts.<br />
2.2.3 In addition to the definitions given under NCIO General Contract Provisions of the<br />
Prospective Contract, the following definition of a “Bidder” shall also apply:<br />
2.2.4 The term “Bidder” shall refer to the bidding Company or consortium responding to<br />
this IFB. Bidders are at liberty to constitute themselves into any form of contractual<br />
arrangements or legal entity they desire, bearing in mind that in consortium-type<br />
arrangements a single judicial personality shall be established to represent that legal<br />
entity. A legal entity, such as an individual, Partnership or Corporation, herein referred<br />
to as the “Principal Contractor”, shall represent all members of the consortium towards<br />
the NATO CI AGENCY and/or NATO. The “Principal Contractor” shall be vested with full<br />
power and authority to act on behalf of all members of the consortium, within the<br />
prescribed powers stated in an irrevocable Power of Attorney issued to the “Principal<br />
Contractor” by all members associated with the consortium. Evidence of authority to act<br />
on behalf of the consortium by the “Principal Contractor” shall be enclosed and sent with<br />
the bid. Failure to furnish proof of authority shall be a reason for the bid being declared<br />
non compliant.<br />
2.2.5 The term "Compliance" as used herein means conformity to the requirements and<br />
standards specified in this Invitation for Bid.<br />
2.2.6 The term "Contractor" refers to a firm of a participating country which has signed<br />
a contract under which he will perform a service, manufacture a product, or carry out<br />
works for NATO.<br />
2.2.7 The term “Participating Country” as used herein means one of the contributory<br />
NATO nations in the Project, namely, (in alphabetical order): ALBANIA, BELGIUM,<br />
BULGARIA, CANADA, CROATIA, CZECH REPUBLIC, DENMARK, ESTONIA,<br />
FRANCE, GERMANY, GREECE, HUNGARY, ICELAND, ITALY, LATVIA, LITHUANIA,<br />
LUXEMBOURG, THE NETHERLANDS, NORWAY, POLAND, PORTUGAL, ROMANIA,<br />
SLOVAKIA, SLOVENIA, SPAIN, TURKEY, THE UNITED KINGDOM and THE UNITED<br />
STATES.<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 5 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
2.2.8 The term "Purchaser" refers to the authority issuing the IFB and/or awarding the<br />
contract (NCIA or its legal successor).<br />
2.3 Eligibility<br />
2.3.1 Only firms, which maintain an active Basic Ordering Agreement (BOA) with NCIA<br />
or have been nominated by their respective National Delegations, are eligible to engage<br />
in this competitive bidding process. In addition, all contractors, sub-contractors and<br />
manufacturers, at any tier, must be from participating countries.<br />
2.3.2 None of the work, including project design, labour and services shall be<br />
performed other than by firms from and within participating countries.<br />
2.3.3 No materials or items of equipment down to and including identifiable subassemblies<br />
shall be manufactured or assembled by a firm other than from and within a<br />
participating country.<br />
2.3.4 The intellectual property rights to all design documentation and related system<br />
operating software shall reside in NATO member countries, and no license fees, or<br />
royalty charges shall be paid by the Contractor to firms, individuals or governments<br />
other than within the NATO member countries.<br />
2.4 Bid Delivery Time and Bid Closing<br />
2.4.1 All bids shall be in the possession of the Purchaser at the address given<br />
hereafter before 14h00 (Brussels Local Time) on 28 September 2012 at which time<br />
and date bidding shall be closed. If necessary, extension(s) of the Bid Closing Date will<br />
be notified with the issuance of formal Amendments to the IFB.<br />
2.4.2 Bids shall be delivered to the following address:<br />
2.4.2.1 By Post:<br />
NATO CI Agency<br />
ACQ/ASG (ATTN: Ms. Rebecca Benson)<br />
Boulevard Leopold III<br />
1110 Brussels<br />
Belgium<br />
2.4.2.2 Hand Carried Service or courier:<br />
NATO CI Agency<br />
ACQ/ASG (ATTN: Ms. Rebecca Benson)<br />
Bâtiment Z<br />
Avenue du Bourget 140<br />
B-1110 Brussels<br />
2.4.3 Bids forwarded by electronic means are not permitted and will not be considered.<br />
Bidders shall note that electronic (CD ROM) copies of their Bid are required to be<br />
submitted with their “hard copy” in accordance with the submission prescriptions as<br />
further detailed in Section 3 of this Book I.<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 6 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
2.4.4 Bidders are advised that security or other personnel remaining on the premises<br />
outside of normal business hours will decline to sign or issue receipts for delivered<br />
items. It is the responsibility of the Bidder to ensure that delivery of the bid is performed<br />
during duty hours and days.<br />
2.4.5 Late Bids<br />
2.4.5.1 Bids which are delivered to the Purchaser after the specified time and date<br />
set forth above for Bid Closing are "Late Bids" and shall not be considered for award.<br />
Such Bids will be returned unopened to the Bidder at the Bidder's expense unless the<br />
Purchaser can determine that the Bid in question meets the criteria for consideration as<br />
specified below.<br />
2.4.5.2 Consideration of Late Bid – The Purchaser considers that it is the<br />
responsibility of the Bidder to ensure that the Bid submission arrives by the specified Bid<br />
Closing time. Considering the number and quality of express delivery services, courier<br />
services and special services provided by the national postal systems, a late Bid shall<br />
only be considered for award under the following circumstances:<br />
2.4.6 A Contract has not already been awarded pursuant to the Invitation for Bid, and<br />
2.4.6.1 The Bid was sent to the address specified in the IFB by ordinary,<br />
registered or certified mail not later than ten (10) calendar days before the Bid closing<br />
date and the delay was due solely to the national or international postal system for<br />
which the Bidder bears no responsibility (the official postmark for ordinary and<br />
Registered Mail or the date of the receipt for Certified Mail will be used to determine the<br />
date of mailing), or<br />
2.4.6.2 The Bid was hand carried, or delivered by a private courier service and the<br />
Bidder can produce a receipt which demonstrates that the delivery was made to the<br />
correct address and received by a member of the NATO CI Agency and the failure to be<br />
received by the Contracting Authority was due to mishandling within the Purchaser‟s<br />
organisation.<br />
2.4.6.3 A Late Bid which was hand-carried, or delivered by a private courier, for<br />
which a proper receipt cannot be produced, cannot be considered for award under any<br />
circumstances nor can late Bids which bear no post marks or for which documentary<br />
evidence of mailing date cannot be produced.<br />
2.5 Requests for Extension of Bid Closing Date<br />
2.5.1 All questions and requests for extension of bid closing date must be submitted in<br />
writing by fax or E-mail. Such questions shall be forwarded to the point of contact<br />
specified in paragraph 2.6 below and shall arrive not later than thirty-five (35) days<br />
prior to the stated "Bid Closing Date". The Purchaser is under no obligation to answer<br />
requests submitted after this time. Extensions to the bidding date are at the discretion of<br />
the Purchaser.<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 7 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
2.6 Purchaser Point of Contact<br />
2.6.1 The Purchaser point of contact for all information concerning this Invitation for Bid<br />
is:<br />
Ms. Rebecca Benson, Senior Contracting Officer<br />
Acquisition Support Group<br />
Tel: +32.2.707.8328<br />
Fax: +32.2.707.8271<br />
E-mail: rebecca.benson@NCIA.nato.int<br />
Bidders are required to send an electronic copy of any communication to:<br />
Attn: Mr. Martin Rudy, AMN-2012 Project Manager<br />
E-mail: martin.rudy@NCIA.nato.int<br />
A copy of all correspondence shall be sent to:<br />
NATO CI Agency<br />
Boulevard Leopold III<br />
B-1110 Bruxelles, Belgium<br />
Ms. Rebecca Benson, Senior Contracting Officer<br />
Fax: +32.2.707.8271<br />
E-mail: rebecca.benson@NCIA.nato.int<br />
2.7 Request for IFB Clarifications<br />
2.7.1 Bidders, at the earliest stage possible during the course of the solicitation period,<br />
are encouraged to query and seek clarification of any matters of a Contractual,<br />
administrative and technical nature pertaining to this IFB.<br />
2.7.2 All questions and requests for clarification shall be forwarded to the Purchaser<br />
via email using the Clarification Request Form provided at <strong>Annex</strong> C of this Book I.<br />
Such questions shall be forwarded to the points of contact specified in paragraph 2.6.1<br />
above and shall be received not later than thirty-five (35) calendar days prior to the<br />
stated "Bid Closing Date". The Purchaser is under no obligation to answer questions<br />
submitted after this time. Requests for clarification must address the totality of the<br />
concerns of the Bidder for any given area, as the Bidder will generally not be permitted<br />
to revisit areas of the IFB for additional clarification except as noted in 2.7.3 below.<br />
2.7.3 In the event clarification requests are answered and result in an extension to the<br />
Bid Closing Date, additional requests for clarification are limited only to the information<br />
provided as answers by the Purchaser to Bidder requests for clarification. Such<br />
additional requests shall arrive not later than seventeen (17) calendar days before the<br />
established Bid Closing Date.<br />
2.7.4 It is the responsibility of the Bidders to ensure that all Clarification Requests<br />
submitted bear no mark, logo or any other form or sign that may lead to reveal the<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 8 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
Bidders‟ identity in the language constituting the clarification itself. This prescription is<br />
not applicable to the mean used for the transmission of the clarification (i.e. email or<br />
form by which the clarification is forwarded).<br />
2.7.5 The Purchaser declines all responsibilities associated to any and all<br />
circumstances regardless of the nature or subject matter arising from the Bidders‟ failure<br />
or inability to abide to the prescription in paragraph 2.7.4.<br />
2.7.6 The Purchaser may provide for the removal of any form of identification in the<br />
body of the clarification request in those instances in which such practice is feasible as<br />
well as providing for a re-wording of the clarification request in those cases in which the<br />
original language submitted is deemed ambiguous, unclear, subject to different<br />
interpretation or revelatory of the Bidders identity.<br />
2.7.7 Bidders are advised that subsequent questions and/or requests for clarification<br />
included in a Bid shall neither be answered nor considered for evaluation and may be<br />
considered by the Purchaser as grounds for a determination of non-compliance.<br />
2.7.8 Except as provided above, all questions will be answered by the Purchaser and<br />
the questions and answers will be issued in writing to all prospective Bidders.<br />
2.7.9 The published answers issued by the Purchaser shall be regarded as the<br />
authoritative interpretation of the Invitation for Bid. Amendment to the language of the<br />
IFB included in the answers shall be incorporated by the Bidder in his offer.<br />
2.7.10 Where the extent of the changes implied by the response to a clarification<br />
request is of such a magnitude that the Purchaser deems necessary to issue revised<br />
documentation, the Purchaser will do so by the mean of the issuance of a formal IFB<br />
amendment pursuant to AC/4-DS-2261 and in accordance with paragraph 2.9 below.<br />
2.7.11 The Purchaser reserves the right to reject clarification requests clearly devised or<br />
submitted for the purpose of artificially obtain an extension of the bidding time (i.e.<br />
clarifications re-submitted using different wording where such wording does not change<br />
the essence of the clarification being requested).<br />
2.8 Requests for Waivers and Deviations<br />
2.8.1 Bidders are informed that requests for alteration to, waivers of, or deviations from<br />
the Schedules, the Special Contract Provisions, the terms and conditions in the NATO<br />
CI Agency‟s General Provisions, the Technical Specifications, the Statement of Work<br />
and any other Terms and Conditions of the Prospective Contract will not be considered<br />
after the Request for Clarification process.<br />
2.8.2 Requests for alterations to the other requirements, terms or conditions of the<br />
Invitation for Bid or the Prospective Contract may only be considered as part of the<br />
clarification process set forth in paragraph 2.7 above. Requests for alterations to the<br />
specifications, terms and conditions of the Contract which are included in a Bid as<br />
submitted may be regarded by the Purchaser as a qualification or condition of the Bid<br />
and may be grounds for a determination of non-compliance.<br />
2.9 Amendment of the IFB<br />
2.9.1 The Purchaser may revise, amend or correct the terms, conditions and/or<br />
specifications and provisions of the IFB at any time prior to the date set for the Bid<br />
N A T O U N C L A S S I F I E D<br />
Page 9 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
Closing. Any and all modifications will be transmitted to all Bidders by an official<br />
amendment designated as such and signed by the Contracting Authority. This process<br />
of IFB amendment issuance may be part of the clarification procedures set forth in<br />
paragraph 2.7 above or be an independent action on the part of the Purchaser.<br />
2.9.2 The Purchaser will consider the potential impact of amendments on the ability of<br />
prospective Bidders to prepare a proper Bid within the allotted time. The Purchaser<br />
may extend the "Bid Closing Date" at its discretion and such extension will be set forth<br />
in the amendment document.<br />
2.9.3 All revision or amendments issued by the Purchaser shall also be acknowledged<br />
by the Bidder in its Bid by completing the “Acknowledgement of Receipt of IFB<br />
Amendments” at <strong>Annex</strong> B-2. Failure to acknowledge receipt of all amendments may be<br />
grounds to determine the Bid to be non-compliant.<br />
2.10 Cancellation or Withdrawal of the IFB<br />
2.10.1 The Purchaser reserves the right to cancel or withdraw this IFB at any time prior<br />
to Contract award.<br />
2.10.2 No legal liability on the part of the Purchaser for payment of any sort shall arise<br />
and in no event will any Bidder have cause for action against the NATO CI Agency for<br />
the recovery of costs incurred in connection with submitting a Bid in response to this<br />
IFB.<br />
2.11 Modification and Withdrawal of Bids<br />
2.11.1 Bids, once submitted, may be modified by Bidders, but only to the extent that the<br />
modifications are in writing, conform to the requirements of the IFB, and are received by<br />
the Purchaser prior to the exact time and date established for Bid Closing. Such<br />
modifications shall be considered as an integral part of the submitted bid.<br />
2.11.2 Modifications to bids which arrive after the Bid Closing Date will be considered<br />
as "Late Modifications" and will be processed in accordance with the procedure set forth<br />
above concerning "Late Bids", except that unlike a "Late Bid", the Purchaser will retain<br />
the modification until a selection is made. A modification to a bid which is determined to<br />
be late will not be considered in the evaluation and selection process. If the Bidder<br />
submitting the modification is determined to be the successful Bidder on the basis of the<br />
unmodified bid, the modification may then be opened. If the modification makes the<br />
terms of the bid more favourable to the Purchaser, the modified bid may be used as the<br />
basis of contract award. The Purchaser, however, reserves the right to award a<br />
contract to the apparent successful Bidder on the basis of the bid submitted and<br />
disregard the late modification.<br />
2.11.3 A Bidder may withdraw his bid at any time prior to Bid Opening without penalty.<br />
In order to do so, an authorised agent or employee of the Bidder must provide an<br />
original statement of the firm's decision to withdraw the bid and remove the bid from the<br />
Purchaser's premises.<br />
2.12 Bid Validity<br />
2.12.1 Bidders shall be bound by the term of their bids for a period of 9 months starting<br />
from the Bid Closing Date specified at paragraph 2.4.1 above.<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 10 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
2.12.2 In order to comply with this requirement, the Bidder shall complete the Certificate<br />
of Bid Validity set forth in <strong>Annex</strong> B.4. Bids offering less than the period of time referred<br />
to above for acceptance by the Purchaser may be determined to be non-compliant.<br />
2.12.3 The Purchaser will endeavour to complete the evaluation and make an award<br />
within the period referred to above. However, should that period of time prove<br />
insufficient to render an award, the Purchaser reserves the right to request an extension<br />
of the period of validity of all bids which remain under consideration for award.<br />
2.12.4 Upon notification by the Purchaser of such a request for a time extension, the<br />
Bidders shall have the right to:<br />
accept this extension of time in which case Bidders shall be bound by the terms of their<br />
offer for the extended period of time and the Bid Guarantee and Certificate of Bid<br />
Validity extended accordingly; or<br />
refuse this extension of time and withdraw the bid, in which case the Purchaser will<br />
return to the Bidder his Bid Guarantee in the full amount without penalty.<br />
2.12.5 Bidders shall not have the right to modify their bids due to a Purchaser request<br />
for extension of the bid validity unless expressly stated in such request.<br />
2.13 Bid Guarantee<br />
2.13.1 The Bidder shall furnish with his Bid a Guarantee in an amount equal to Eighty-<br />
Nine Thousand Three Hundred Euros (€89,300.00) with validity equal to that of the bid<br />
as expressed in paragraph 2.12.1. The Bid Guarantee shall be in the form of an<br />
irrevocable, unqualified and unconditional Standby Letter of Credit (SLC) issued by a<br />
Belgian banking institution fully governed by Belgian legislation or issued by a non-<br />
Belgian financial institution and confirmed by a Belgian banking institution fully governed<br />
by Belgian legislation. In the latter case signed original letters from both the issuing<br />
institution and the confirming institution must be provided. The confirming Belgian bank<br />
shall clearly state that it will guarantee the funds, the drawing against can be made by<br />
the NCIA at its premises in Belgium. Bid Guarantees shall be made payable to the<br />
Treasurer, NATO CI Agency.<br />
2.13.2 Alternatively, a Bidder may elect to post the required Guarantee in cash or by<br />
certified cheque. If the latter method is selected, Bidders are informed that the<br />
Purchaser will cash the cheque on the Bid Closing Date.<br />
2.13.3 If the Bid Closing Date is extended after a Bidder's financial institution has issued<br />
a Bid Guarantee, it is the obligation of the Bidder to have such Bid Guarantee (and<br />
confirmation, as applicable) extended to reflect the revised Bid Validity date occasioned<br />
by such extension.<br />
2.13.4 Failure to furnish the required Bid Guarantee in the proper amount, and in the<br />
proper form and for the appropriate duration by the Bid Closing Date may be cause for<br />
the Bid to be determined non-compliant.<br />
2.13.5 In the event that a Bid Guarantee is submitted directly by a banking institution,<br />
the Bidder shall furnish a copy of said document in the Bid Administration Package.<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 11 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
2.13.6 The Purchaser will make withdrawals against the amount stipulated in the Bid<br />
Guarantee under the following conditions:<br />
2.13.7 The Bidder has submitted a bid and, after Bid Closing Date (including extensions<br />
thereto) and prior to the selection the compliant bid determined to represent the lowest<br />
compliant, withdraws his Bid, or states that he does not consider his bid valid or agree<br />
to be bound by his bid, or<br />
2.13.8 The Bidder has submitted a compliant bid determined by the Agency to<br />
represent the lowest compliant, but the Bidder declines to sign the Contract offered by<br />
the Agency, such Contract being consistent with the terms of the Invitation for Bid.<br />
2.13.9 The Purchaser has offered the Bidder the Contract for execution but the Bidder<br />
has been unable to demonstrate compliance with the security requirements of the<br />
Contract at the date of Contract signature,<br />
2.13.10 The Purchaser has entered into the Contract with the Bidder but the<br />
Bidder has been unable or unwilling to provide the Performance Guarantee required<br />
under the terms of the Contract within the time frame required.<br />
2.13.11 Bid Guarantees will be returned to Bidders as follows:<br />
2.13.11.1 to non-compliant Bidders forty-five (45) days after notification by the<br />
Purchaser of a non-compliant Bid (except where such determination is challenged by<br />
the Bidder; in which case the Bid Guarantee will be returned upon request forty-five (45)<br />
days after a final determination of non-compliance);<br />
2.13.11.2 to all other unsuccessful Bidders upon request within thirty (30) days<br />
following the award of the Contract to the successful Bidder;<br />
2.13.11.3 to the successful Bidder upon submission of the Performance Guarantee<br />
required by the Contract or, if there is no requirement for such a Performance<br />
Guarantee, upon Contract execution by both parties.<br />
2.13.11.4 pursuant to paragraph 2.12.4.b above.<br />
2.13.12 “Standby Letter of Credit" or “SLC” as used herein, means a written<br />
commitment by a Belgian financial institution either on its own behalf or as a<br />
confirmation of the Standby Letter of Credit issued by a non-Belgian bank to pay all or<br />
part of a stated amount of money, until the expiration date of the letter, upon<br />
presentation by the Purchaser of a written demand therefore. Neither the financial<br />
institution nor the Contractor can revoke or condition the Standby Letter of Credit. The<br />
term “Belgian financial institution” includes non-Belgian financial institutions licensed to<br />
operate in Belgium,<br />
2.13.13 A format substantially similar to the one set in <strong>Annex</strong> B-12 shall be used<br />
by the issuing financial institution to create a Standby Letter of Credit acceptable to the<br />
Purchaser.<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 12 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
2.14 Electronic Transmission of Information and Data<br />
2.14.1 The Purchaser will endeavour to communicate answers to requests for<br />
clarification and amendments to this IFB to the prospective Bidders as soon as<br />
practicable.<br />
2.14.2 Bidders are cautioned that except for those cases in which electronic<br />
transmission of documentation is not permissible (i.e. documents with security<br />
classification mandating specific transmission methods) the Purchaser will rely<br />
exclusively on electronic mail communication to manage all correspondence related to<br />
this IFB, including IFB amendments and clarifications.<br />
2.14.3 Notwithstanding paragraph 2.14.2 above and subject to feasibility, prospective<br />
Bidders may request to be notified also by fax or regular mail when IFB correspondence<br />
is released to them. Such requests shall be submitted to the points of contact specified<br />
in paragraph 2.6.1 above. Such requested method of notification shall not be construed<br />
as the Bidders‟ right to obtain an extension of the Bid Closing Date.<br />
2.14.4 Bidders shall note that where voluminous documentation is to be transmitted the<br />
Purchaser will consider electronic transmission as the sole feasible manner to promptly<br />
notify all Bidders pursuant to the prescription is paragraph 2.14.1. Consequently, in such<br />
cases, the Purchaser will notify the Bidders of the impossibility to resort to alternative<br />
methods of transmissions if this has been requested.<br />
2.15 Supplemental Agreements<br />
2.15.1 Bidders are required, in accordance with the certificate at <strong>Annex</strong> B-7 of these<br />
Instructions to Bidders, to disclose any prospective Supplemental Agreements that are<br />
required by national governments to be executed by NATO as a condition of Contract<br />
performance.<br />
2.15.2 Supplemental Agreements are typically associated with, but not necessarily<br />
limited to, national export control regulations, technology transfer restrictions and end<br />
user agreements.<br />
2.15.3 Bidders are cautioned that failure to provide full disclosure of the anticipated<br />
requirements and the terms thereof, to the best of the Bidder‟s knowledge and<br />
experience, may result in the Purchaser withholding award of the Contract or cancelling<br />
an executed Contract if it is discovered that the terms of such Supplemental<br />
Agreements contradict the terms of the Prospective Contract, including but not limited to<br />
those addressing authority to install use, modify, or provide to others to use or modify in<br />
accordance with the terms of the Contract any software, item, documentation and/or<br />
material regardless of the nature or content to be produced as a result of the<br />
performance under the prospective Contract.<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 13 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
SECTION 3: BID PREPARATION INSTRUCTIONS<br />
3.1 General<br />
3.1.1 Bidders shall prepare and submit their Bid in accordance with the requirements<br />
and format set forth in this IFB. Compliance with all bid submission requirements is<br />
mandatory. Failure to submit a bid in conformance with the stated requirements may<br />
result in a determination of non-compliance by the Purchaser and the elimination of the<br />
bid from further consideration.<br />
3.1.2 Bid proposals and all related documentation shall be submitted in the English<br />
language.<br />
3.1.3 Bidders shall not simply restate the IFB requirements. A Bid shall demonstrate<br />
that a Bidder understands the terms, conditions and requirements of the IFB and its<br />
ability to provide all the services and deliverables listed in the Schedules of the<br />
prospective Contract.<br />
3.1.4 Bidders are informed that although the Purchaser may request clarification of the<br />
bid, it is not required to do so and may make its determination on the content of the bid<br />
as written. Therefore, Bidders shall assume that inconsistencies, omissions, errors, lack<br />
of detail and other qualitative deficiencies in the submitted bid might result in the bid<br />
being declared non-compliant.<br />
3.1.5 Partial Bids and/or bids containing conditional statements will be declared noncompliant.<br />
3.1.6 Bidders are advised that the Purchaser reserves the right to incorporate the<br />
successful Bidder‟s Offer in whole or in part by reference in the resulting Contract.<br />
3.1.7 If no specific format has been established for electronic versions, Bidders shall<br />
deliver this type of documentation in an electronic format which is best suited for review<br />
and maintenance by the Purchaser (e.g., Project Master Schedule in MS Project format,<br />
Project Highlight Reports in MS Word).<br />
3.1.8 All documentation submitted as part of the Bid shall be “NATO UNCLASSIFIED”.<br />
3.2 Bid Package Content<br />
3.2.1 The complete Bid shall consist of three distinct and separated volumes<br />
described in the following subparagraphs. Detailed requirements for the structure and<br />
content of each of these packages are contained in these Bidding Instructions.<br />
3.2.1.1 Volume 1 - Bid Administration Package, containing one (1) hard copy and<br />
one soft copy of the documents specified in paragraph 3.4 below.<br />
3.2.1.2 Volume 2 - Price Proposal, containing one (1) hard copy and one soft<br />
copy of the Price Quotation specified in paragraph 3.5.<br />
3.2.1.3 Volume 3 - Technical Proposal, containing four (4) hard copies and one<br />
soft copy of the documents specified in paragraph 3.6. <br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 14 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
3.3 Bid Package Marking<br />
3.3.1 Each package shall be sealed and identified with the following markings:<br />
3.3.1.1 name and address of the Bidder,<br />
3.3.1.2 the words “SEALED BID” followed by “AMN12”,<br />
3.3.1.3 the appropriate package marking (e.g. Bid Administration, Price Quotation,<br />
Technical Proposal), and<br />
3.3.1.4 the Bid Number of this Invitation for Bid, “ IFB- CO-13514-AMN12”.<br />
3.3.2 All separate packages will be placed together in one or more bid<br />
container(s) or package(s) each bearing the following marking:<br />
3.3.2.1 name and address of the Bidder,<br />
3.3.2.2 the words “ SEALED BID” followed by “AMN12”, and<br />
3.3.2.3 the Bid Number of this Invitation for Bid “IFB- CO-13514-AMN12”.<br />
3.4 Bid Administration (Volume I)<br />
3.4.1 The Bid Administrative Package shall include the original of the Bid Guarantee<br />
required by paragraph 2.13 of the Bidding Instructions. If the Bid Guarantee is sent to<br />
the Purchaser directly from the Bidder's bank, a letter, in lieu of the actual Guarantee,<br />
shall be included specifying the details of the transmittal. Bidders are reminded that the<br />
Bid Guarantee shall reflect any extensions to the Bid Validity Date due to extensions in<br />
the Bid Closing Date.<br />
3.4.2 The Package shall include the Certificates set forth in <strong>Annex</strong>es to these Bidding<br />
Instructions, signed in the original by an authorised representative of the Bidder. The<br />
Certificates are as follows:<br />
3.4.2.1 <strong>Annex</strong> B-1(Certificate of Legal Name of Bidder)<br />
3.4.2.2 <strong>Annex</strong> B-2 (Acknowledgement of Receipt of IFB Amendments)<br />
3.4.2.3 <strong>Annex</strong> B-3 (Certificate of Independent Determination)<br />
3.4.2.4 <strong>Annex</strong> B-4 (Certificate of Bid Validity)<br />
3.4.2.5 <strong>Annex</strong> B-5 (Certificate of Exclusion of Taxes, Duties and Charges)<br />
3.4.2.6 <strong>Annex</strong> B-6 (Comprehension and Acceptance of Contract Special and<br />
General Provisions)<br />
3.4.2.7 <strong>Annex</strong> B-7 (Disclosure of Requirements for NCIA Execution of<br />
Supplemental Agreements) with the prospective text of such Agreements,<br />
as applicable.<br />
3.4.2.8 <strong>Annex</strong> B-8. (Certificate of Compliance AQAP 2110 or ISO 9001:2000 or<br />
Equivalent)<br />
3.4.2.9 <strong>Annex</strong> B-9 (List of Prospective Subcontractors)<br />
<strong>Annex</strong> B-10 (List of Proposed Key Personnel)<br />
3.4.2.10 <strong>Annex</strong> B-11 (Certificate of origin of Equipment, Services, and Intellectual<br />
Property<br />
3.4.3 A CD-ROM containing an electronic version of the documentation stated in<br />
above paragraphs.<br />
3.4.4 No indication disclosing or contributing to disclose the Bid Price shall be made<br />
part of the Bid Administration Package. Failure to abide to this prescription may result in<br />
the bid being declared non-compliant.<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 15 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
3.5 Price Proposal (Volume II)<br />
3.5.1 Bidders shall provide their price proposal by fully completing the unit price and<br />
total price columns for all line items identified in the Bidding Sheets. The structure of the<br />
Bidding Sheets shall not be changed nor should be varied any quantity indication or<br />
CLIN description. The prices provided shall be intended as the comprehensive total<br />
price offered for the fulfilment of all requirements as expressed in the IFB<br />
documentation including but not limited to those expressed in the SOW, under the terms<br />
and conditions specified in the prospective contract.<br />
3.5.2 Bidder‟s Price Proposal shall be Firm Fixed Price and not be conditioned to any<br />
specific term other than those contained in this IFB. Any comments supplied in the<br />
Bidding Sheets which are conditional in nature, relative to the offered prices, may render<br />
the Bid non-compliant.<br />
3.5.3 The Bidder shall provide a breakdown of the cost for undertaking the level of<br />
effort required for tasks for CLINs listed in the SSS by completing the Pricing Summary<br />
(see Pricing Summary Instructions at <strong>Annex</strong> A-3 for each CLIN and entering the<br />
resultant Firm Fixed price in the appropriate columns.)<br />
3.5.4 Bidders shall quote in their own national currency. Bidders may also submit bids<br />
in multiple currencies including other NATO member states' currencies under the<br />
following conditions:<br />
the currency is of a "participating country" in the project, and<br />
the Bidder can demonstrate, either through sub-contract arrangements or in its<br />
proposed work methodology, that it will have equivalent expenses in that currency. All<br />
major subcontracts and their approximate anticipated value should be listed on a<br />
separate sheet and included with the Price Quotation.<br />
3.5.5 Bidders are informed that the Purchaser, by virtue of his status stipulated in the<br />
provisions of the NC30 Charter, Article 67(e)(3), is exempt from all direct taxes (incl.<br />
VAT), and all customs duties on merchandise imported or exported. This provision<br />
reads as follows:<br />
"Each participating nation undertakes to grant to NCIA under the terms of Articles 9 and<br />
10 of the Ottawa Agreement, exemption from all direct taxes (except rates, taxes and<br />
dues which are no more than charges for public utility services) from the taxes on the<br />
sale of movable and immovable properties, and from customs and excise duties in<br />
respect of equipment imported or exported by NCIA or its appointed agents."<br />
3.5.5.1 Bidders shall therefore exclude from their Price Quotation all taxes, duties<br />
and customs charges from which the Purchaser is exempted by international<br />
agreement. Bidders are reminded of the requirement to complete the certification to this<br />
effect in <strong>Annex</strong> A-5.<br />
3.5.6 All prices quoted in the proposal shall be DDP (Delivery Duty Paid) to specified<br />
destination, in accordance with the International Chamber of Commerce INCOTERMS<br />
2000 and shall also cover all packaging, packing, preservation, insurance and<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 16 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
transportation charges. Prices quoted shall include all costs for items supplied and<br />
delivered to final destination.<br />
3.5.7 In preparing the Price Proposal, Bidders shall ensure that the prices of the Subitems<br />
total the price of the major item of which they constitute a part. The accuracy of<br />
the inputs of the Priced Proposal Sheets is the responsibility of the Bidder. The<br />
Purchaser in its favour may resolve ambiguous computation of prices.<br />
3.5.8 All metrics (e.g., cost associated with labour) will be assumed to be standard or<br />
normalised to 8 hour/day, for a five day working week at NATO sites and Contractor<br />
facilities located within Europe,8 hours/day at NATO sites and Contractor facilities<br />
located in the United States., and 10 hours/day at NATO sites and Contractor facilities<br />
located in Afghanistan.<br />
3.5.9 The Bidder understands that there is no obligation under this contract for NCIA to<br />
exercise any of the optional line items and that NCIA bears no liability should it decide<br />
not to exercise the options (totally or partially). Further, NCIA reserves the right to order<br />
another Contractor (or the same), to perform the tasks described in the optional line<br />
items of the current contract through a new contract with other conditions.<br />
3.5.10 Bid pricing requirements as addressed in this section are mandatory. Failure to<br />
abide to the prescriptions of bid submission referred herein may lead to the bid being<br />
declared non-compliant and not being taken into consideration for award.<br />
3.5.11 Except as required in the Bidding Instructions, no other documentation besides<br />
the Priced Proposal Sheets shall be included in the Price Quotation. Any other<br />
document of a contractual or technical nature will not be considered during evaluation<br />
and may be cause for a determination of non-compliance by the Purchaser.<br />
3.6 Technical Proposal (Volume III)<br />
3.6.1 Bidders shall prepare and submit a Technical Proposal in the following format:<br />
Table of Contents<br />
Section 1 Management<br />
Section 2 Technical Solution<br />
Cross Reference/Compliance Table at <strong>Annex</strong> C of Bidding Instructions.<br />
3.6.1.1 The Bidder shall complete the Cross Reference/Compliance Table at<br />
<strong>Annex</strong> D. In this table the Bidder shall include the references to the sections in his bid<br />
which describe how the respective requirements will be met.<br />
3.6.1.2 The Bidder shall also indicate whether or not he is compliant with the<br />
requirements set forth per section of the Cross Reference/Compliance Table.<br />
3.6.1.3 The completed table serves as an index for the Purchaser's Technical<br />
Evaluation Panel and also as an aide memoir to the Bidder to ensure that all the<br />
required information has been provided in the Technical Proposal<br />
3.6.2 Table of Contents<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 17 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
3.6.2.1 The Bidder shall address in its technical proposal all the requirements<br />
stated in the Bidding documents, and in particular all the requirements of the Statement<br />
Of Work. The Bidder shall compile a detailed Table of Contents which lists not only the<br />
Section Headings but also the major sub-sections, and topic headings required set forth<br />
in these Instructions or implicit in the organisation of the Technical Proposal.<br />
3.6.3 Section 1 Management<br />
The Bidders proposal shall address Management in the following format:<br />
Section 1.1 Project Management<br />
Section 1.2 Contractors Organisation and Personnel<br />
Section 1.3 Risk and Issue Management<br />
Section 1.4 Quality Assurance and Control<br />
Section 1.5 Configuration Management<br />
Section 1.6 System Acceptance<br />
3.6.3.1 Section 1.1: Project Management Plan & Project Master Schedule<br />
(a)<br />
(b)<br />
(c)<br />
(d)<br />
In this Section the Bidder shall describe all plans and schedules required for the<br />
management, administration, overview, planning and progress of the project in a<br />
Project Management Plan (PMP) and Project Master Schedule (PMS) as<br />
detailed in Part III, Statement of Work, Section 3, Project Management.<br />
The Bid shall furnish sufficient information regarding the Bidders proposed plan<br />
for management of the project to include his Project Management methodology.<br />
The Contractor shall submit a Draft PMP as part of their bid demonstrating a<br />
sound understanding of the project and its complexity. The Draft PMP shall<br />
include all sections of the PMP as described above, but with less detail and<br />
possibly some unknowns to be clarified during and after contract award.<br />
The Draft PMP shall acknowledge the requirement for the Purchasers review<br />
and acceptance of documentation deliverables, which mandates early<br />
submissions to ensure the delivery dates in the Schedule of Supplies and<br />
Services are met.<br />
3.6.3.2 Section 1.2: Contractors Organisation and Personnel<br />
(a)<br />
(b)<br />
The Draft PMP shall describe the Contractor‟s organisation, in particular, all<br />
major Contractor units and any Sub-Contractors involved in meeting the<br />
requirements of the Contract, and the portion of the overall effort and deliverable<br />
item(s) for which they are responsible. If several Contractor units or Sub-<br />
Contractors are involved, the management of these units and Sub-Contractors<br />
shall be described and reasons for this organisation justified.<br />
The Draft PMP shall contain evidence of competences of all major Contractor<br />
units and any Sub-Contractors involved in meeting the requirements of the<br />
Contract. This evidence shall demonstrate that the Contractor units and Sub-<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 18 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
Contractors have the expected knowledge and experience to meet the<br />
requirements of this Contract.<br />
(c)<br />
The Draft PMP shall describe the organisation used to manage and administer<br />
this project and the reporting requirements for the contractually required tasks.<br />
A chart, showing the Contractor‟s project management structure and detailing<br />
the relationship of the Contractor‟s Configuration Management and Quality<br />
Assurance programs shall be included.<br />
(d)<br />
(e)<br />
(f)<br />
(g)<br />
The Bidder shall describe its proposed Project Team Organisation and<br />
demonstrate how this meets the requirements of the Statement of Work.<br />
All team roles shall be identified and described in detail. The role descriptions<br />
shall include the assignment of authority and responsibility, consistent with the<br />
size of the project. The descriptions shall also be broken down by project phase<br />
to reflect the proposed program of work.<br />
The Bidder shall provide a detailed CV or resume of the project team reflecting<br />
each candidate‟s qualifications and experience. The Key Personnel shall meet<br />
the requirements detailed at Section 3.2 of the Statement of Work<br />
The Bidder shall provide confirmation that all the personnel working on the<br />
project has the required security clearance.<br />
3.6.3.3 Section 1.3: Risk and Issue Management<br />
(a)<br />
(b)<br />
(c)<br />
The Draft PMP shall address the Bidders approach to Risk and Issue<br />
Management<br />
An initial Risk Register shall be part of the Draft PMP submitted in the bid.<br />
The Proposal shall acknowledge the Purchasers use of Third Parties for<br />
Independent Verification and Validation to facilitate risk reduction<br />
3.6.3.4 Section 1.4: Quality Assurance and Control<br />
(a)<br />
(b)<br />
The Draft PMP shall address the Bidders approach to Quality Assurance and<br />
Control by including a draft Quality Assurance Plan.<br />
The Bidder shall include his QA-certificates as well as certificates for sub-<br />
Contractors proposed as part of the overall plan.<br />
3.6.3.5 Section 1.5: Configuration Management<br />
(a)<br />
(b)<br />
The Draft PMP shall address the Bidders approach to Configuration<br />
Management by including a draft Configuration Management Plan.<br />
The draft Configuration Management Plan shall demonstrate the planned<br />
implementation of CM functions to meet the requirements of the SOW involving<br />
Configuration Item (CI) identification, Configuration Control, Configuration<br />
Status Accounting and Configuration Verification.<br />
3.6.3.6 Section 1.6: System Acceptance<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 19 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
(a)<br />
The Draft PMP shall include address the different steps and their prerequisites<br />
in the procedure by which the deliverables are accepted by the Purchaser.<br />
3.6.4 Section 2 – Technical Solution<br />
Bidders shall prepare and submit a proposed Technical Solution addressing all the<br />
requirements of the SOW and in the following format:<br />
Table of Contents<br />
Section 2.1 System and Equipment Specifications<br />
Section 2.2 Integrated Logistics Support<br />
Section 2.3 Testing Programme - Organisation, Standards and Procedures<br />
Section 2.4 Security<br />
3.6.4.1 Section 2.1: System and Equipment Specifications<br />
(a) The determination of technical compliance in “System and Equipment<br />
Specifications” will be made by the Purchaser on the basis of the Bidder offering<br />
the equipment that is specified in the Statement of Work (SOW) as an integrated<br />
fully operational system.<br />
(b) The Bidder shall provide an overview of his proposed technical solution in his bid,<br />
including system architecture, hardware and software products that will be used<br />
and expected customizations.<br />
(c) The Bidder shall provide technical specifications and configurations for all<br />
equipment in his Bid.<br />
(d) The Bidder may offer equivalent or newer items that meet or exceed the<br />
minimum specifications in this document. For each alternate item offered the<br />
bidder must submit a detailed manufacturer‟s specification sheet for that item<br />
which explicitly and completely substantiates the fulfilment of the minimum<br />
criteria.<br />
3.6.4.2 Section 2.2: Integrated Logistics Support<br />
(a)<br />
In this Section, the Bidder shall provide an<br />
initial version of the Integrated Logistics Support Plan (ILSP) divided into sections<br />
for all elements of the Contractor‟s Integrated Logistics Support programme. The<br />
ILSP shall provide details covering the entire project from the delivery through<br />
acceptance and follow-on support period including, but not limited to:<br />
(i)<br />
(ii)<br />
(iii)<br />
(iv)<br />
Maintenance Concept<br />
Customer Support Concept<br />
Transportation Plan<br />
Initial Training Plan<br />
3.6.4.3 Section 2.3 Testing Programme - Organisation, Standards and<br />
Procedures<br />
(a) The Bidder shall include a sub-section which details the overall testing organisation<br />
which is proposed for this programme and the standards to which the test<br />
procedures will be written.<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 20 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
(b) The Bidder shall include a sub-section which indicates which major components,<br />
sub-assemblies and assemblies are proposed to be submitted for acceptance on the<br />
basis of prior testing and qualification and which are expected to undergo partial<br />
testing and extensive testing and evaluation. If there are elements of the System<br />
which are proposed to be submitted on the basis of a Certificate of Conformity<br />
based on prior test and qualification meeting the standards described in the SOW<br />
the Bidder shall provide proof of such testing through applicable certificates.<br />
(c) The Bidder shall provide a sub-section which shall describe the procedures and<br />
controls to be employed for testing of components, sub-assemblies and assemblies<br />
which are sub-contracted and tested at sub-contractor's facilities.<br />
(d) The Bidder shall provide a sub-section which provides a draft Project Test Plan as<br />
described in the Statement of Work. The draft Plan should be as detailed as<br />
practicable, although it is recognised that certain elements of the testing cannot be<br />
completely described at this time.<br />
3.6.4.4 Section 2.4 Security<br />
(a) The Bidder shall include a sub-section which details the methodology, activities and<br />
deliverables required for successful completion of the Security Accreditation for the<br />
proposed system. The sub-section shall address the constraints imposed by the<br />
applicable standards and policies and how the Bidder intends to abide by the stated<br />
requirements.<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 21 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
SECTION 4:<br />
BID EVALUATION<br />
4.1 General<br />
4.1.1 The evaluation of Bids will be made by the Purchaser solely on the basis of the<br />
requirements specified in this Invitation for Bid.<br />
4.1.2 The evaluation of bids and the determination as to the compliance or technical<br />
adequacy of the supplies and services offered will be based only on that information<br />
furnished by the Bidder and contained in his Bid. The Purchaser shall not be<br />
responsible for locating or securing any information that is not<br />
identified in the Bid.<br />
4.1.3 The Bidder shall furnish with his Bid all information requested by the Purchaser in<br />
the section of this IFB entitled "Bid Preparation". Significant omissions and/or cursory<br />
submissions may result in a determination of non-compliance without recourse to further<br />
clarification. The information provided by the Bidder in his proposal shall be to a level of<br />
detail necessary for the Purchaser to determine exactly what the Bidder proposes to<br />
furnish and whether the offer meets the technical, administrative and contractual<br />
requirements of this IFB.<br />
4.1.4 During the evaluation, the Purchaser may request clarification of the bid from the<br />
Bidder and the Bidder shall provide sufficient detailed information in connection with<br />
such requests as to permit the Purchaser to make a final determination based upon the<br />
facts. The purpose of such clarifications will be to resolve ambiguities in the bid and to<br />
permit the Bidder to state his intentions regarding certain statements contained therein.<br />
The purpose of the clarification stage is not to elicit additional information from the<br />
Bidder that was not contained in the original submission, or to allow the Bidder to<br />
supplement cursory answers or omitted aspects of the bid. The Bidder is not permitted<br />
any cardinal alteration of the bid regarding technical matters and shall not make any<br />
change to its price quotation at any time.<br />
4.1.5 The Purchaser reserves the right, during the evaluation and selection process, to<br />
verify any statements made concerning experience, facilities, or existing designs or<br />
materials by making a physical inspection of the Bidder's facilities and capital assets<br />
and by inspecting radar designs that are claimed to be in advanced prototype<br />
development, in production, or fielded. This physical inspection shall also apply to<br />
assertions in the proposal made on behalf of proposed subcontractors. The Bidder shall<br />
be responsible for providing access to his own or subcontractors' facilities and, within<br />
national security limitations, providing access to fielded radar equipment and systems.<br />
4.1.6 The contract resulting from this IFB will be awarded to the Bidder whose offer, as<br />
evaluated by the Purchaser, is the lowest priced bid in compliance with the<br />
requirements of this IFB. The evaluation will be conducted in accordance with NON-<br />
ARTICLE 5 NATO-LED OPERATIONS ALLIANCE OPERATIONS AND MISSIONS<br />
NSIP PROCUREMENT REGULATIONS (AC/4-D(2011)0009-FINAL-AS1. Evaluation of<br />
this IFB will be conducted in accordance with the “One Envelope” procedure in which<br />
only the Technical Proposal of the lowest Bidder is evaluated for compliance with the<br />
requirements of the IFB. The bidder who has offered the lowest priced, technically<br />
compliant bid will then be offered the contract for award.<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 22 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
4.1.7 Failure to satisfy any of the bidding requirements may result in a determination of<br />
non-compliance for the entire bid.<br />
4.2 Administrative Criteria<br />
4.2.1 Prior to commencement of the Price and Technical evaluation, Bids will be<br />
reviewed for compliance with the Bid Submission Requirements of this IFB. These are<br />
as follows:<br />
(a)<br />
(b)<br />
(c)<br />
(d)<br />
The Bid was received by the Bid Closing Date and Time<br />
The Bid was packed and marked properly<br />
The Administrative Package contained the Bid Guarantee in the required<br />
form, in the required amount and for the required validity.<br />
The Administrative Package contained all the information required in the<br />
originally signed copies and of the required Certificates in <strong>Annex</strong> B hereto.<br />
4.2.2 A Bid that fails to conform to the above requirements may be declared noncompliant<br />
and may not be evaluated further by the Purchaser.<br />
4.2.3 If it is discovered, during either the Price or Technical evaluation, that the Bidder<br />
has taken exception to the Terms and Conditions of the Prospective Contract, or has<br />
qualified and/or otherwise conditioned his offer on a modification or alteration of the<br />
Terms and Conditions or the language of the Statement of Work, the Bidder may be<br />
determined to have submitted a non-compliant bid.<br />
4.3 Price Criteria<br />
4.3.1 The Bid will be evaluated against the following criteria<br />
(e)<br />
(f)<br />
(g)<br />
(h)<br />
(i)<br />
(j)<br />
(k)<br />
(l)<br />
Compliance with the requirements for preparation and submission of the<br />
Price Quotation set forth in the Bid Preparation Section (Book I, Section<br />
3), Instructions For The Preparation Of Bidding Sheets (<strong>Annex</strong> A-2) and<br />
Instructions for Completing the Contractor‟s Pricing Summary (<strong>Annex</strong> A-3<br />
hereto).<br />
The Bidder must have furnished firm fixed prices for all items listed.<br />
All pricing data, i.e., quantities, unit prices, should be provided as reflected<br />
in the Bidding Sheets.<br />
Bid prices include all costs for items supplied, delivered, and supported.<br />
The Bidder must have provided accurate unit price of each of the subitems<br />
s/he added (if any).<br />
The currency of all line items is to be clearly indicated.<br />
The Bidder must have provided accurate unit price and total price for each<br />
line item.<br />
The grand total shall be accurate.<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 23 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
(m) Bidders shall quote in their own national currency or in the host nation<br />
currency, i.e., euros.<br />
(n)<br />
(o)<br />
(p)<br />
(q)<br />
(r)<br />
(s)<br />
All prices should be accurately entered into appropriate columns, and<br />
accurately totalled.<br />
Bidders shall indicated that in accordance with the treaties governing the<br />
terms of business with NATO, exclude from their prices all taxes, duties<br />
and customs charges from which the Purchaser has been exempted.<br />
Price quotes for each individual item(s), and totalled prices are accurate<br />
and realistic, (based on historic data, and/or market and competitive<br />
trends in the specified industrial sector(s)).<br />
Adequacy/Traceability of detailed price information.<br />
Price Realism of quoted prices<br />
Lowest determined total Firm Fixed Price offered for CLINs (Contract Line<br />
Items):<br />
a. CLINs 1 through 8<br />
4.3.2 Determination of Lowest Firm Fixed Price<br />
a. General: In order to determine the lowest offered price the Purchaser will<br />
convert all prices quoted into EURO for purposes of comparison. The exchange rate to<br />
be utilised by the Purchaser will be the „Spot‟ rates of the "European Central Bank" of<br />
the last working day preceding the Bid Closing Date.<br />
b. Basis of Price Comparison: The Total Price Offered for the Contract will be<br />
compared on the basis of the prices offered converted to EURO as stated in paragraph<br />
4.3.2 (a) above. This total price shall include all CLIN Items specified in the Bidding<br />
Sheets.<br />
4.3.3. Price Realism<br />
a. Otherwise successful Bidders that submit a price quotation so low/ or so high<br />
that it is not a realistic reflection of the objective cost of performance of the associated<br />
technical proposal may be considered by the Purchaser to have submitted an unrealistic<br />
offer.<br />
b. Indicators of an unrealistically low bid may be the following, amongst others:<br />
• Labour Costs that, when amortised over the expected or proposed direct labour<br />
hours, indicate average labour rates far below those prevailing in the bidder‟s locality for<br />
the types of labour proposed.<br />
• Direct Material costs that are considered to be too low for the amounts and<br />
types of material proposed, based on prevailing market prices for such material.<br />
• Numerous Line Item prices for supplies and services that<br />
cost or at nominal prices.<br />
are provided at no<br />
c. If the Purchaser has reason to suspect that a Bidder has artificially debased<br />
its prices in order to secure contract award, the Purchaser will request<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 24 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
clarification of the bid in this regard and the Bidder shall provide explanation<br />
on one of the following bases:<br />
• An error was made in the preparation of the Price Quotation. In such a case,<br />
the Bidder must document the nature of the error and show background documentation<br />
concerning the preparation of the Price Quotation that makes a convincing case that a<br />
mistake was made by the Bidder. In such a case, the Bidder shall petition the Purchaser<br />
to either remain in the competition and accept the Contract at the offered price, or to<br />
withdraw from the competition.<br />
• The Bidder has a competitive advantage due to prior experience or<br />
industrial/technological processes that demonstrably reduce the costs of Bidder<br />
performance and therefore the price offered is realistic. Such an argument must support<br />
the technical proposal offered and convincing and objectively describe the competitive<br />
advantage and the net savings achieved by this advantage over standard market<br />
practices and technology.<br />
• The Bidder recognises that the submitted Price Quotation is unrealistically low<br />
compared to its cost of performance and, for business reasons; the Bidder is willing to<br />
absorb such a loss. Such a statement can only be made by the head of the business<br />
unit submitting the Bid and will normally be made at the level of Chief Operating<br />
Officer or Chief Executive Officer. In such a case, the Bidder shall estimate the<br />
potential loss and show that the financial resources of the Bidder are adequate to<br />
withstand such reduction in revenue.<br />
4.3.3.1 If a Bidder fails to submit a comprehensive and compelling<br />
response on one of the bases above, the Purchaser may determine the Bid<br />
submitted as non-compliant. If the Bidder responds on the basis of 4.3.3(a) above and<br />
requests to withdraw from the competition, the Purchaser may, depending on the nature<br />
and gravity of the mistake, allow the Bidder to withdraw with or without penalty in terms<br />
of drawing on the Bid Guarantee.<br />
4.3.3.2 If the Purchaser accepts the Bidder‟s explanation of mistake in<br />
paragraph 4.3.3(a) and allows the Bidder to accept the Contract at the offered price, or<br />
the Purchaser accepts the Bidder‟s explanation pursuant to paragraph 4.3.3(c) above,<br />
the Bidder shall agree that the supporting pricing data submitted with his Bid will be<br />
incorporated by reference in the resultant contract. The Bidder shall agree as a<br />
condition of contract signature, that the pricing data will be the basis of determining fair<br />
and reasonable pricing for all subsequent negotiations for modifications of or additions<br />
to the contract and that no revisions of proposed prices will be made.<br />
4.3.3.3 If the Bidder presents a convincing rationale pursuant to<br />
paragraph<br />
4.3.3(b) above, no additional action will be warranted. The Purchaser, however,<br />
reserves its right to reject such an argument if the rationale is not compelling or capable<br />
of objective analysis. In such a case the Bid may be determined to be non-compliant.<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 25 of 26
N A T O<br />
U N C L A S S I F I E D<br />
IFB-CO-13514-AMN12<br />
Book I, Bidding Instructions<br />
4.2 Technical Criteria<br />
4.2.1 In order for a Bid to be determined to be compliant, the Bidder shall have<br />
submitted a completed cross reference table (annex D) which will assist the<br />
Purchaser in assessing the Bidder‟s compliancy, along with a Proposal which<br />
has met, after evaluation by the Purchaser, all the criteria which are listed in<br />
Book II, Part IV Prospective Contract , Statement of Work. The Purchaser will<br />
evaluate the Bidders Proposal by seeking objective evidence that the proposal<br />
fulfils the requirements expressed in each and every paragraph in the Statement<br />
of Work.<br />
N A T O<br />
U N C L A S S I F I E D<br />
Page 26 of 26
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong>es A1-A3<br />
ANNEX A – CERTIFICATES<br />
<strong>Annex</strong> A-1: Bidding Sheets<br />
IFB-CO-13514-AMN12<br />
On behalf of the firm stated below I hereby offer providing NCIA with the services and<br />
deliverables (collectively referred as “ITEMS”) set forth in the attached schedules, at<br />
the specified prices, and subject to the terms and conditions stated in the referred IFB<br />
included but not limited to those expressed in the <strong>Annex</strong>es and enclosures.<br />
Date : ........................<br />
Signature : ........................<br />
Name & Title : ........................<br />
Company : ........................<br />
Bid Reference : ........................<br />
NATO UNCLASSIFIED<br />
A-1
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong>es A1-A3<br />
<strong>Annex</strong> A-2:<br />
Sheets<br />
Instructions For The Preparation Of Bidding<br />
BIDDING SHEETS<br />
1. Bidders are required, in preparing their Price Quotation to utilise the<br />
Bidding Sheets provided as a separate excel file entitled, 03_IFB-CO-13514-<br />
AMN12 Book I Bidding Sheets.”<br />
2. Tab entitled, “Bidding Sheets” in the excel file described in point 1 lists the<br />
CLINs Bidders are required to quote in their entirety.<br />
3. All cells highlighted in yellow are to be filled out by the Bidder.<br />
3. The total price shall be indicated in the appropriate columns and in the currency<br />
quoted.<br />
4. If the price of a line item is expressed in different currencies, these shall be<br />
identified, and there shall be as many totals on that line item as there are<br />
currencies.<br />
5. In preparing the Price Quotation, Bidders shall ensure that the prices of the<br />
Sub-items total the price of the major item of which they constitute a part.<br />
Pricing for lower level items shall add to the total for the Sub-CLINs, and the<br />
Sub-CLIN totals shall add to the CLIN total. The Purchaser in its favour may<br />
resolve ambiguous computation of prices.<br />
6. The following example is offered as illustration:<br />
(a) Project Management CLINs 1. 1 through 1. 11 shall add to the Total at<br />
CLIN 1.<br />
7. Prices shall not include any provision for taxes or duties for which the<br />
Purchaser is exempt.<br />
NATO UNCLASSIFIED<br />
A-2
ANNEX A-3:<br />
SUMMARY<br />
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong>es A1-A3<br />
INSTRUCTIONS FOR COMPLETING CONTRACTOR PRICING<br />
Bidders are required to complete the Pricing Summary Form per CLIN located<br />
in the excel file entitled, “”2_IFB-CO-13514-AMN12 Book I Bidding Sheets.”<br />
All Bidders are required to fill out the Pricing Form PER Major CLIN. The final<br />
product will result in eight (8) Pricing Forms reflecting one (1) completed<br />
pricing form for each CLIN ( CLIN 1 through 8).<br />
Offerors shall be instructed to prepare their Price Quotations in sufficient detail to<br />
permit thorough and complete evaluation by the NCIA. Rates and prices quoted<br />
should be fully loaded with overhead, fringe, general and administrative costs and<br />
profit factored into the stated figure.<br />
Instructions to filling out the pricing summary sheets are located in the tab entitled,<br />
“instructions” in the excel file entitled, “”2_IFB-CO-13514-AMN12 Book I Bidding<br />
Sheets.”<br />
NATO UNCLASSIFIED<br />
A-3
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AM12<br />
Bidding Instructions <strong>Annex</strong>es B1-B12<br />
<strong>Annex</strong> B Prescribed Administrative Forms and Certificates<br />
NATO UNCLASSIFIED<br />
B-4
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AM12<br />
Bidding Instructions <strong>Annex</strong>es B1-B12<br />
<strong>Annex</strong> B-1<br />
Certificate of Legal Name of Bidder<br />
This Bid is prepared and submitted on behalf of the legal corporate entity specified<br />
below:<br />
FULL NAME OF CORPORATION:<br />
DIVISION (IF APPLICABLE):<br />
SUB DIVISION (IF APPLICABLE):<br />
____________________________________<br />
____________________________________<br />
____________________________________<br />
OFFICIAL MAILING ADDRESS<br />
__________________________________________________________________<br />
__________________________________________________________________<br />
__________________________________________________________________<br />
E-MAIL ADDRESS:<br />
TELEFAX No:<br />
____________________________________<br />
____________________________________<br />
POINT OF CONTACT REGARDING THIS BID:<br />
NAME:<br />
POSITION:<br />
TELEPHONE:<br />
____________________________________<br />
____________________________________<br />
____________________________________<br />
ALTERNATIVE POINT OF CONTACT:<br />
NAME:<br />
POSITION:<br />
TELEPHONE:<br />
____________________________________<br />
____________________________________<br />
____________________________________<br />
Date<br />
Signature of Authorised Representative<br />
Printed Name<br />
Title<br />
NATO UNCLASSIFIED<br />
B-5
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AM12<br />
Bidding Instructions <strong>Annex</strong>es B1-B12<br />
Company<br />
<strong>Annex</strong> B-2<br />
Acknowledgement of Receipt of IFB<br />
Amendments<br />
I confirm that the following amendments to Invitation for Bid n° IFB-CO-13514-<br />
AMN12 have been received and the Bid, as submitted, reflects the content of such<br />
amendments.<br />
Amendment no.<br />
Date of<br />
Issued<br />
Date of<br />
receipt<br />
Initials<br />
Date<br />
Signature of Authorised Representative<br />
Printed Name<br />
Title<br />
Company<br />
NATO UNCLASSIFIED<br />
B-6
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AM12<br />
Bidding Instructions <strong>Annex</strong>es B1-B12<br />
<strong>Annex</strong> B-3<br />
Certificate of Independent Determination<br />
It is hereby stated that:<br />
a. We have read and understand all documentation issued as part of IFB-CO-<br />
13514-AMN12. Our Bid submitted in response to the referred solicitation is fully<br />
compliant with the provisions of the IFB and the prospective contract.<br />
b. Our Bid has been arrived at independently, without consultation,<br />
communication or agreement, for the purpose of restricting competition, with any<br />
other Bidder or with any competitor;<br />
b. The contents of our Bid have not been knowingly disclosed by the Bidder and<br />
will not knowingly be disclosed by the Bidder prior to award, directly or indirectly to<br />
any other Bidder or to any competitor; and<br />
c. No attempt has been made, or will be made by the Bidder to induce any other<br />
person or firm to submit, or not to submit, a Bid for the purpose of restricting<br />
competition.<br />
Date : ........................<br />
Signature : ........................<br />
Name & Title : ........................<br />
Company : ........................<br />
Bid Reference : ........................<br />
NATO UNCLASSIFIED<br />
B-7
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AM12<br />
Bidding Instructions <strong>Annex</strong>es B1-B12<br />
<strong>Annex</strong> B-4<br />
Certificate of Bid Validity<br />
I, the undersigned, as an authorised representative of the firm submitting this<br />
Bid, do hereby certify that the pricing and all other aspects of our Bid will remain valid<br />
for a period of nine (9) months from the Bid Closing Date of this Invitation for Bid.<br />
….................................................<br />
Date<br />
….............................................................<br />
Signature of Authorised Representative<br />
….............................................................<br />
Title<br />
….............................................................<br />
Company<br />
NATO UNCLASSIFIED<br />
B-5
<strong>Annex</strong> B-5<br />
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AM12<br />
Bidding Instructions <strong>Annex</strong>es B1-B12<br />
Certificate of Exclusion of Taxes, Duties<br />
and Charges<br />
I hereby certify that the prices offered in the price quotation of this Bid exclude<br />
all taxes, duties and customs charges from which the Purchaser has been exempted<br />
by international agreement.<br />
.............................................................................................<br />
Date Signature of Authorised Representative<br />
….............................................................<br />
Title<br />
….............................................................<br />
Company<br />
NATO UNCLASSIFIED<br />
B-6
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AM12<br />
Bidding Instructions <strong>Annex</strong>es B1-B12<br />
<strong>Annex</strong> B-6<br />
Comprehension and Acceptance of<br />
Contract Special and General Provisions<br />
The Bidder hereby certifies that he has reviewed the Special Contract Provisions and<br />
the NC3O General Provisions set forth in the Prospective Contract, Book II of this<br />
Invitation for Bid. The Bidder hereby provides his confirmation that he fully<br />
comprehends the rights, obligations and responsibilities of the Contractor as set forth<br />
in the Articles and Clauses of the Prospective Contract. The Bidder additionally<br />
certifies that the offer submitted by the Bidder is without prejudice, qualification or<br />
exception to any of the Terms and Conditions and he will accept and abide by the<br />
stated Special and General Provisions if awarded the contract as a result of this<br />
Invitation for Bid.<br />
….....................................….............................................................<br />
Date<br />
Signature of Authorised Representative<br />
….............................................................<br />
Title<br />
….............................................................<br />
NATO UNCLASSIFIED<br />
B-7
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AM12<br />
Bidding Instructions <strong>Annex</strong>es B1-B12<br />
<strong>Annex</strong> B-7<br />
Disclosure of Requirements for NCIA<br />
Execution of Supplemental Agreements<br />
I, the undersigned, as an authorised representative of _______________________,<br />
certify the following statement:<br />
All supplemental agreements, defined as agreements, documents and/or<br />
permissions outside the body of the Contract but are expected to be required by my<br />
Government, and the governments of my subcontractors, to be executed by the<br />
NCIA as a condition of my firm’s performance of the Contract, have been identified,<br />
as part of the Bid.<br />
These supplemental agreements are listed as follows and/or are relevant to the<br />
following items:<br />
Examples of the terms and conditions of these agreements have been provided in<br />
our Offer. The anticipated restrictions to be imposed on NATO, if any, have been<br />
identified in our offer along with any potential conflicts with the terms, conditions and<br />
specifications of the Prospective Contract. These anticipated restrictions and<br />
potential conflicts are based on our knowledge of and prior experience with such<br />
agreements and their implementing regulations. We do not certify that the language<br />
or the terms of these agreements will be exactly as we have anticipated.<br />
The processing time for these agreements has been calculated into our delivery and<br />
performance plans and contingency plans made in the case that there is delay in<br />
processing on the part of the issuing government(s).<br />
We recognise that additional supplemental agreements, documents and permissions<br />
presented as a condition of Contract performance or MOU signature after our firm<br />
would be selected as the successful bidder may be cause for the NCIA to determine<br />
the submitted bid to be non-compliant with the requirements of the IFB;<br />
We accept that should the resultant supplemental agreements issued in final form by<br />
the government(s) result in an impossibility to perform the Contract in accordance<br />
with its schedule, terms or specifications, the contract may be terminated by the<br />
Purchaser at no cost to either Party.<br />
….............................................................<br />
Date<br />
Signature of Authorised Representative<br />
….............................................................<br />
Title<br />
….............................................................<br />
NATO UNCLASSIFIED<br />
B-8
Company<br />
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AM12<br />
Bidding Instructions <strong>Annex</strong>es B1-B12<br />
<strong>Annex</strong> B-8<br />
Certificate of Compliance<br />
AQAP 2110 or ISO 9001:2008 or Equivalent<br />
I hereby certify that _________________________(name of Company) possesses<br />
and applies Quality Assurance Procedures/Plans that are equivalent to the AQAP<br />
2110 or ISO 9001:2008 as evidenced through the attached documentation 1 .<br />
…..........................................................................................<br />
Date<br />
Signature of Authorised Representative<br />
….............................................................<br />
Title<br />
….............................................................<br />
Company<br />
1 Bidders must attach copies of any relevant quality certification.<br />
NATO UNCLASSIFIED<br />
B-9
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AM12<br />
Bidding Instructions <strong>Annex</strong>es B1-B12<br />
<strong>Annex</strong> B-9<br />
List of Prospective Subcontractors<br />
Name and<br />
Address of Sub-<br />
Bidder<br />
DUNS<br />
Number<br />
2<br />
Primary<br />
Location of<br />
Work<br />
Items/Services to<br />
be Provided<br />
Estimated<br />
Value of<br />
Sub-Contract<br />
Date : ........................<br />
Signature : ........................<br />
Name & Title : ........................<br />
Company : ........................<br />
Bid Reference : ........................<br />
2 Data Universal Numbering System (DUNS). Bidders are requested to provide this data in order to help NC3A<br />
to correctly identify Subcontractors. If a Subcontractor’s DUNS is not known this field may be left blank.<br />
NATO UNCLASSIFIED<br />
B-10
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AM12<br />
Bidding Instructions <strong>Annex</strong>es B1-B12<br />
<strong>Annex</strong> B-10<br />
List of Proposed Key Personnel<br />
Position<br />
SOW/Wor<br />
k Package<br />
Reference<br />
Labour Category Name Designation<br />
Period<br />
Date : ........................<br />
Signature : ........................<br />
Name & Title : ........................<br />
Company : ........................<br />
Bid Reference : ........................<br />
NATO UNCLASSIFIED<br />
B-11
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AM12<br />
Bidding Instructions <strong>Annex</strong>es B1-B12<br />
<strong>Annex</strong> B-11<br />
Certificate of Origin of Equipment,<br />
Services, and Intellectual Property<br />
The Bidder hereby certifies that, if awarded the Contract pursuant to this solicitation,<br />
he will perform the contract subject to the following conditions:<br />
(a) none of the work, including project design, labour and services shall be<br />
performed other than by firms from and within participating NATO member countries;<br />
(b) no material or items of equipment down to and including identifiable<br />
sub-assemblies shall be manufactured or assembled by a firm other than from and<br />
within a participating NATO member country. (A sub-assembly is defined as a<br />
portion of an assembly consisting of two or more parts that can be provisioned and<br />
replaced as an entity); and<br />
(c) The intellectual property rights to all design documentation and related<br />
system operating software shall reside in NATO member countries, and no license<br />
fees or royalty charges shall be paid by the Bidder to firms, individuals or<br />
Governments other than within the NATO member countries.<br />
Date : ........................<br />
Signature : ........................<br />
Name & Title : ........................<br />
Company : ........................<br />
Bid Reference : ........................<br />
NATO UNCLASSIFIED<br />
B-12
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AM12<br />
Bidding Instructions <strong>Annex</strong>es B1-B12<br />
<strong>Annex</strong> B-12<br />
Bid Guarantee - Standby Letter of Credit<br />
Standby Letter of Credit Number:<br />
Issue Date:<br />
Beneficiary:<br />
___________________________<br />
NATO CI Agency, Financial Management Office<br />
Boulevard Leopold III, B-1110, Brussels<br />
Belgium<br />
Expiry Date: ___________________________<br />
1. We, (issuing bank) hereby establish in your favour our irrevocable standby<br />
letter of credit number {number} by order and for the account of (NAME AND<br />
ADDRESS OF BIDDER) in the original amount of €89,300.00 (Eighty-Nine Thousand<br />
Three Hundred Euros). We are advised this Guarantee fulfils a requirement under<br />
Invitation for Bid CO-13514-AMN12 dated __________________.<br />
2. Funds under this standby letter of credit are available to you upon first<br />
demand and without question or delay against presentation of a certificate from the<br />
NATO CI Agency Contracting Officer that:<br />
a) (NAME OF BIDDER) has submitted a Bid and, after Bid Closing Date<br />
(including extensions thereto) and prior to the selection of the apparent lowest<br />
priced, technically compliant, has withdrawn his Bid, or stated that he does not<br />
consider his Bid valid or agree to be bound by his Bid, or<br />
b) (NAME OF BIDDER) has submitted a Bid determined by the Agency to<br />
be the apparent lowest priced, technically compliant, but (NAME OF BIDDER)<br />
has declined to execute the contract offered by the Agency, such contract<br />
being consistent with the terms of the Invitation for Bid, or<br />
c) The NATO CI Agency has offered (NAME OF BIDDER) the contract for<br />
execution but (NAME OF BIDDER) has been unable to demonstrate<br />
compliance with the security requirements of the contract within a reasonable<br />
time, or<br />
d) The NATO CI Agency has entered into the contract with (NAME OF<br />
BIDDER) but (NAME OF BIDDER) has been unable or unwilling to provide the<br />
Performance Guarantee required under the terms of the contract within the<br />
time frame required.<br />
NATO UNCLASSIFIED<br />
B-13
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AM12<br />
Bidding Instructions <strong>Annex</strong>es B1-B12<br />
3. This Letter of Credit is effective the date hereof and shall expire at our office<br />
located at (Bank Address) on __________________. All demands for payment must<br />
be made prior to the expiry date.<br />
4. It is a condition of this letter of credit that the expiry date will be automatically<br />
extended without amendment for a period of sixty (60) calendar days from the current<br />
or any successive expiry date unless at least thirty (30) calendar days prior to the<br />
then current expiry date the NATO CI Agency Contracting Officer notifies us that the<br />
Letter of Credit is not required to be extended or is required to be extended for a<br />
shorter duration.<br />
5. We may terminate this letter of credit at any time upon sixty (60) calendar days<br />
notice furnished to both (NAME OF BIDDER) and the NATO CI Agency by registered<br />
mail.<br />
6. In the event we (the issuing bank) notify you that we elect not to extend the<br />
expiry date in accordance with paragraph 4 above, or, at any time, to terminate the<br />
letter of credit, funds under this credit will be available to you without question or<br />
delay against presentation of a certificate signed by the NATO CI Agency Contracting<br />
Officer which states<br />
“The NATO CI Agency has been notified by {issuing bank} of its election not to<br />
automatically extend the expiry date of letter of credit number {number} dated {date}<br />
pursuant to the automatic renewal clause (or to terminate the letter of credit). As of<br />
the date of this certificate, no suitable replacement letter of credit, or equivalent<br />
financial guarantee has been received by the NATO CI Agency from, or on behalf of<br />
(NAME OF BIDDER), and the NATO CI Agency, as beneficiary, hereby draws on the<br />
standby letter of credit number ________ in the amount of € (Amount up to the<br />
maximum available under the LOC), such funds to be transferred to the account of<br />
the Beneficiary number ___________________ (to be identified when certificate is<br />
presented).”<br />
Such certificate shall be accompanied by the original of this letter of credit and a copy<br />
of the letter from the issuing bank that it elects not to automatically extend the<br />
standby letter of credit, or terminating the letter of credit.<br />
7. The Beneficiary may not present the certificate described in paragraph 6<br />
above until 20 (twenty) calendar days prior to a) the date of expiration of the letter of<br />
credit should {issuing bank} elect not to automatically extend the expiration date of<br />
the letter of credit, b) the date of termination of the letter of credit if {issuing bank}<br />
notifies the Beneficiary that the letter of credit is to be terminated in accordance with<br />
paragraph 6 above.<br />
8. Multiple drawings are allowed.<br />
9. Drafts drawn hereunder must be marked, “Drawn under {issuing bank} Letter<br />
of Credit No. {number}“ and indicate the date hereof.<br />
NATO UNCLASSIFIED<br />
B-14
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AM12<br />
Bidding Instructions <strong>Annex</strong>es B1-B12<br />
10. This letter of credit sets forth in full the terms of our undertaking, and this<br />
undertaking shall not in any way be modified, amended, or amplified by reference to<br />
any document, instrument, or agreement referred to herein (except the International<br />
Standby Practices (ISP 98) hereinafter defined) or in which this letter of credit is<br />
referred to or to which this letter of credit relates, and any such reference shall not be<br />
deemed to incorporate herein by reference any document, instrument, or agreement.<br />
11. We hereby engage with you that drafts drawn under and in compliance with<br />
the terms of this letter of credit will be duly honoured upon presentation of documents<br />
to us on or before the expiration date of this letter of credit.<br />
12. This Letter of Credit is subject to The International Standby Practices-ISP98<br />
(1998 Publication) International Chamber of Commerce Publication No.590.<br />
NATO UNCLASSIFIED<br />
B-15
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong> C<br />
INSERT COMPANY NAME HERE<br />
INSERT SUBMISSION DATE HERE<br />
INVITATION FOR BID<br />
IFB-CO-13514-AMN12<br />
Provision of AMN NAEW Ground Entry Point<br />
Clarification Requests Form<br />
NATO UNCLASSIFIED<br />
C-1
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong> C<br />
INSERT COMPANY NAME HERE<br />
INSERT SUBMISSION DATE HERE<br />
ADMINISTRATION or CONTRACTING<br />
Serial<br />
NR<br />
A.1<br />
IFB<br />
REF<br />
QUESTION ANSWER Status<br />
A.2<br />
A.3<br />
NATO UNCLASSIFIED<br />
C-2
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong> C<br />
INSERT COMPANY NAME HERE<br />
INSERT SUBMISSION DATE HERE<br />
PRICE<br />
Serial<br />
NR<br />
P.1<br />
IFB<br />
REF<br />
QUESTION ANSWER Status<br />
P.2<br />
P.3<br />
NATO UNCLASSIFIED<br />
C-3
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong> C<br />
INSERT COMPANY NAME HERE<br />
INSERT SUBMISSION DATE HERE<br />
TECHNICAL<br />
Serial<br />
NR<br />
T.1<br />
IFB<br />
REF<br />
QUESTION ANSWER Status<br />
T.2<br />
T.3<br />
NATO UNCLASSIFIED<br />
C-4
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong> D<br />
ANNEX D-TECHNICAL PROPOSAL CROSS REFERENCE/COMPLIANCE MATRIX TABLE<br />
BIDDING<br />
INSTRUCTION<br />
EVALUATION CRITERIA SOW REFERENCE<br />
BID REFERENCE<br />
COMPLIANT (C)<br />
OR<br />
NON-COMPLIANT (NC)<br />
Section 3.6.3.2<br />
Para. 3.2.1-2 Contractor’s Organisation<br />
The Bidder shall have described how it will establish the project<br />
management organisation to perform and manage all efforts<br />
necessary to discharge all of his responsibilities under this Contract.<br />
Section 3.6.3.2<br />
Para 3.2.3-7 Contractors Personnel<br />
The Bidder shall have defined their personnel structure and shall<br />
have included the management structure of their team.<br />
The Bidder shall have provided a list of Key Personnel assigned to<br />
the Contractor’s team and their respective roles, responsibilities and<br />
authority, as well as their qualifications, experiences and security<br />
clearances.<br />
Section 3.6.3<br />
Para 3.3.4-5 Project Management Plan<br />
The Bidder shall have included details of the proposed<br />
methodology for Project. This shall have included all aspects of<br />
Project Control and shall include a draft Project Master Schedule<br />
which ensures all critical dates will be met.<br />
NATO UNCLASSIFIED<br />
D-1
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong> D<br />
BIDDING<br />
INSTRUCTION<br />
EVALUATION CRITERIA SOW REFERENCE<br />
BID REFERENCE<br />
COMPLIANT (C)<br />
OR<br />
NON-COMPLIANT (NC)<br />
Section<br />
3.6.3.1(d)<br />
Para 3.4 PMP Review and Acceptance<br />
The Bid shall acknowledge the Bidders agreement to the provisions<br />
for PMP document review and acceptance.<br />
Section<br />
3.6.3.2(c)<br />
Para 3.5-7 Project Reporting<br />
The Bidder shall have included details of how the Project Reporting<br />
as identified in the SOW will be organised<br />
Section<br />
3.6.3.3.(c)<br />
Para 3.8 Independent Verification and Validation (IV&V)<br />
The Bid shall include full acknowledgement of the Purchasers use<br />
of Third Parties in support of the Project as stipulated in the SOW<br />
and The Special Provisions.<br />
Section 3.6.3.1<br />
Para 4.1 Contractor Activities and Deliverables<br />
The Bidder shall have adequately addressed the different Phases<br />
stipulated in the SOW for the GEP implementation methodology.<br />
Section 3.6.3.1<br />
Para 4.2 Survey Report<br />
The Bid shall adequately describe the Survey Phase and the<br />
resulting report as prescribed in the SOW<br />
NATO UNCLASSIFIED<br />
D-2
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong> D<br />
BIDDING<br />
INSTRUCTION<br />
EVALUATION CRITERIA SOW REFERENCE<br />
BID REFERENCE<br />
COMPLIANT (C)<br />
OR<br />
NON-COMPLIANT (NC)<br />
Section 3.6.3.1<br />
Para 4.3-4 System Design<br />
The Bid shall adequately describe the Design Phase and the<br />
process leading to the purchasers approval of the System Design<br />
prescribed in the SOW<br />
Section 3.6.3.1<br />
Para 4.5-4.6 System Development, Installation and Integration<br />
The Bidder shall provide a detailed description of the methodology<br />
and tools he will use for the System Development and Installation<br />
and Integration activities in accordance with the SOW.<br />
Section 3.6.4.4<br />
5.3.1 and 3.1.2. and 8.2 of <strong>Annex</strong> D Security Accreditation<br />
The Bidder has included an approach which positively describes<br />
how the Bidder intends to successfully perform the security<br />
accreditation process including all required documentation, as<br />
stated in the <strong>Annex</strong> D of the SOW.<br />
Section 3.6.4.4<br />
5.1.1 , and 3.1 of <strong>Annex</strong> D Hardware Security<br />
The Bidder has positively demonstrated that the proposed system<br />
will be composed of CIS devices which meet the minimum security<br />
requirements of the SOW, NATO Security policy and of the<br />
proposed Security Accreditation standards defined in <strong>Annex</strong> D of<br />
the SOW. The bidder indicates which security documents are used<br />
in reference to the system security design.<br />
NATO UNCLASSIFIED<br />
D-3
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong> D<br />
BIDDING<br />
INSTRUCTION<br />
EVALUATION CRITERIA SOW REFERENCE<br />
BID REFERENCE<br />
COMPLIANT (C)<br />
OR<br />
NON-COMPLIANT (NC)<br />
Section 3.6.4.4<br />
5.4, and section 9 of <strong>Annex</strong> D Software Security<br />
The Bidder has positively demonstrated that the proposed system<br />
will be composed of approved software, applications, and firmware<br />
which meet the security requirements of the SOW and of the<br />
Security Accreditation standards in <strong>Annex</strong> D of the SOW.<br />
Otherwise; bidder demonstrates intent to achieve compliance with<br />
NATO APFL.<br />
Section 3.6.4.4<br />
3.1.2 of <strong>Annex</strong> D Overall Security<br />
The Bidder has positively demonstrated in the bid a section<br />
describing the resources allocated, including the items that will be<br />
considered for Evaluation, the Security components of the GEP<br />
enhancement, and planned<br />
Schedule of work to deliver all required security documents, test<br />
plans.<br />
Section 3.6.4.4<br />
7.1 , 8.1.2 of <strong>Annex</strong> D Security Testing<br />
The Bidder positively demonstrates a plan which defines and<br />
accepts accountability for successful results developing and<br />
execution of a security Test plan for the system of delivery.<br />
NATO UNCLASSIFIED<br />
D-4
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong> D<br />
BIDDING<br />
INSTRUCTION<br />
EVALUATION CRITERIA SOW REFERENCE<br />
BID REFERENCE<br />
COMPLIANT (C)<br />
OR<br />
NON-COMPLIANT (NC)<br />
Section 3.6.4.4<br />
5.3 of <strong>Annex</strong> D Anti-virus<br />
The Bidder positively demonstrates a plan which defines and<br />
accepts accountability for how anti-virus shall be implemented.<br />
Section 3.6.4.4<br />
7.2 of <strong>Annex</strong> D CIAV & Vulnerability Testing<br />
The Bidder positively demonstrates a plan which defines<br />
accountability for successful results of CIAV and vulnerability<br />
testing.<br />
Section 3.6.4.2<br />
Paragraph 6.2.3 of the SOW Maintenance Concept<br />
The Bidder shall have provided a draft Maintenance Concept, as<br />
part of a draft ILSP, showing how 1st, 2nd, 3rd and 4th level of<br />
maintenance will be implemented and performed. As part of the<br />
draft Maintenance Concept, the Bidder shall have also provided:<br />
An initial set of project specific 1st level maintenance tasks<br />
(paragraph 6.3.1.1 of the SOW)<br />
An initial set of project specific 3rd level maintenance tasks<br />
(paragraph 6.3.1.5 of the SOW)<br />
A CV of the dedicated ILS expert responsible for managing all ILSactivities<br />
and assuring the quality of all ILS-deliverables<br />
NATO UNCLASSIFIED<br />
D-5
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong> D<br />
BIDDING<br />
INSTRUCTION<br />
EVALUATION CRITERIA SOW REFERENCE<br />
BID REFERENCE<br />
COMPLIANT (C)<br />
OR<br />
NON-COMPLIANT (NC)<br />
Section 3.6.4.2<br />
Paragraph 6.2.4 of the SOW Support Concept<br />
The Bidder shall have provided a draft Support Concept, as part of<br />
a draft ILSP, showing how 1st, 2nd and 3rd level support services<br />
will be implemented and performed. As part of the draft Support<br />
Concept, the Bidder shall have also provided:<br />
A project specific Problem Management process description<br />
(paragraph 6.3.1.4 of the SOW)<br />
A Problem Analysis Report template (paragraph 6.3.1.4 of the<br />
SOW)<br />
Section 3.6.4.2<br />
Paragraph 6.5.1 of the SOW Transportation Plan<br />
The Bidder shall have provided a draft Transportation Plan, as part<br />
of a draft ILSP, with details of all planned (partial-) shipments,<br />
locations, points of contact and transportation stages.<br />
As part of the draft Transportation Plan the Bidder shall have also<br />
provided an initial shipment schedule (relative to Effective Date of<br />
Contract). The initial shipment schedule shall also include all<br />
activities related to shipping: requests for customs forms, delivery of<br />
customs forms, delivery of notices of shipment, delivery of packing<br />
lists, delivery of material data sheets and system inventories.<br />
NATO UNCLASSIFIED<br />
D-6
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong> D<br />
BIDDING<br />
INSTRUCTION<br />
EVALUATION CRITERIA SOW REFERENCE<br />
BID REFERENCE<br />
COMPLIANT (C)<br />
OR<br />
NON-COMPLIANT (NC)<br />
Section 3.6.4.2<br />
Paragraph 6.7 of the SOW Initial Training Plan<br />
The Bidder shall have provided a detailed draft Work Breakdown<br />
Structure (WBS) of all training activities requested in paragraph 6.7<br />
of the SOW, in accordance with paragraph 3.3.5 of the SOW.<br />
The Bidder shall have also provided an initial schedule of all<br />
activities from this WBS.<br />
The Bidder shall have also provided a CV of the dedicated Training<br />
expert responsible for managing all activities related to training and<br />
assuring the quality of all training deliverables.<br />
Section 3.6.3.4<br />
Paragraph 7.1 of the SOW Quality Assurance Programme<br />
The Bidder shall have provided a draft Quality Assurance Plan<br />
(QAP; paragraph 7.1.5 of the SOW) that includes details of the QA<br />
programme, QA activities, responsibilities and controls for the<br />
Contractor and any sub-Contractors (paragraph 7.1.6 of the SOW),<br />
in accordance with AQAP-2130 (paragraph 7.1.2 of the SOW)<br />
Section 3.6.3.4<br />
Paragraph 7.1.6 of the SOW Quality Assurance Certificates<br />
The Bidder shall have provided all QA-certificates, relevant to<br />
section 7 of the SOW, and all QA-certificates of the same nature for<br />
all major sub-Contractors who are expected to manufacture and<br />
deliver critical elements of the system.<br />
NATO UNCLASSIFIED<br />
D-7
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong> D<br />
BIDDING<br />
INSTRUCTION<br />
EVALUATION CRITERIA SOW REFERENCE<br />
BID REFERENCE<br />
COMPLIANT (C)<br />
OR<br />
NON-COMPLIANT (NC)<br />
Section 3.6.3.5<br />
Paragraph 8.1 of the SOW Configuration Management Plan (CMP)<br />
The Bidder shall outline a draft Configuration Management (CM)<br />
Plan (CMP), as part of a draft Project Management Plan, showing<br />
how the CM programme will be implemented to carry out the<br />
following CM functions:<br />
Configuration Item (CI) identification (paragraph 8.3 of the SOW)<br />
Configuration Control (CC) (paragraph 8.4 of the SOW<br />
Configuration Status Accounting (CSA) (paragraph 8.5 of the SOW<br />
Configuration verification (paragraph 8.6 of the SOW)<br />
Section 3.6.4.3<br />
Paragraph 9.2 Testing The Bidder shall provide a plan identifying<br />
how the bidder will carry out all of the tests identified in Section 9.2,<br />
along with all of the test procedures that will be used to support the<br />
test plan. In particular, the bidder must show how the provisions of<br />
Section 9.2.3.2.4 will be met.<br />
Section 3.6.4.3<br />
Paragraph 9.2.3.4 Testing<br />
The Bidder shall provide a plan identifying how the bidder will satisfy<br />
the provisions of this section, as well as Para 9.2.3.5.1.<br />
NATO UNCLASSIFIED<br />
D-8
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong> D<br />
Section 3.6.4.3<br />
Paragraph 9.2.3.5.2 Testing<br />
The Bidder shall provide a plan identifying how the bidder will satisfy<br />
the requirement to support CIAV testing with the Nations.<br />
BIDDING<br />
INSTRUCTION<br />
EVALUATION CRITERIA SOW REFERENCE<br />
BID REFERENCE<br />
COMPLIANT (C)<br />
OR<br />
NON-COMPLIANT (NC)<br />
Section 3.6.4.3<br />
Paragraph 9.2.3.6 Testing<br />
The Bidder shall provide a plan identifying how the bidder will<br />
support the CCP process, Site Installation and Site Acceptance in<br />
ISAF.<br />
Section 3.6.4.3<br />
Paragraph 9.2.5 Testing<br />
The Bidder shall identify the Test Director and Test Operators.<br />
Section 3.6.4.3<br />
Paragraph 9.2.7 Testing<br />
The Bidder shall identify how the test environment will be<br />
maintained under configuration management during the required<br />
tests.<br />
Section 3.6.4.3<br />
Paragraph 9.3.2 FAT<br />
The Bidder shall identify the infrastructure that will be used during<br />
the FAT.<br />
NATO UNCLASSIFIED<br />
D-9
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong> D<br />
Section 3.6.4.3<br />
Paragraph 9.3.3, 9.3.4 FAT<br />
The Bidder shall outline how the bidder will satisfy the provisions of<br />
these sections.<br />
Section 3.6.4.3<br />
Paragraph 9.4.1 CIAV Tests<br />
The bidder shall outline how the bidder will satisfy CIAV testing, as<br />
described in section 9.4.<br />
BIDDING<br />
INSTRUCTION<br />
EVALUATION CRITERIA SOW REFERENCE<br />
BID REFERENCE<br />
COMPLIANT (C)<br />
OR<br />
NON-COMPLIANT (NC)<br />
Section 3.6.4.3<br />
Paragraph 9.5.1 Chat over RF testing<br />
The bidder shall explain how the Chat over RF testing will be<br />
performed.<br />
Section 3.6.4.3<br />
Paragraph 9.6.2 PSAT<br />
The bidder shall explain the bidder’s standard procedure to be used<br />
during PSAT, and verify that all PSAT requirements will be met.<br />
Section 3.6.4.3<br />
Paragraph 9.7 FSAT<br />
The bidder shall explain how the end-to-end requirement will be<br />
certified as part of the bidder’s test procedures.<br />
NATO UNCLASSIFIED<br />
D-10
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong> D<br />
Section 3.6.4.3<br />
Paragraph 9.8.1 TAP<br />
The bidder shall outline the content of the TAP which will be<br />
developed under this contract, and how this TAP meets all<br />
requirements in section 9.8.<br />
Section 3.6.4.3<br />
Paragraph 9.8.10 TAP<br />
The bidder shall outline the processes that the contractor will follow<br />
in the event of Class A, B and C test failures.<br />
BIDDING<br />
INSTRUCTION<br />
EVALUATION CRITERIA SOW REFERENCE<br />
BID REFERENCE<br />
COMPLIANT (C)<br />
OR<br />
NON-COMPLIANT (NC)<br />
Section 3.6.3.6<br />
Para 10.1 – 10.8 System Acceptance<br />
The Bid shall acknowledge the different steps and their<br />
prerequisites in the procedure by which the deliverables are<br />
accepted by the Purchaser.<br />
Section 3.6.4.1<br />
Sections 11.1.2 and 11.1.3 of the SOW GEP General<br />
Requirements<br />
The Bidder shall provide in their TP a clear functional and technical<br />
description of how the purpose requirements and the connectivity<br />
requirements of the AMN GEP are met.<br />
Section 3.6.4.1<br />
Section 11.1.4 of the SOW GEP General Requirements<br />
The Bidder shall offer in their Bid the system components described<br />
in the SOW.<br />
NATO UNCLASSIFIED<br />
D-11
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong> D<br />
Section 3.6.4.1<br />
Section 11.1.5 of the SOW GEP General Requirements<br />
The Bidder shall demonstrate in their TP how the environmental,<br />
transportation, and mechanical requirements are met by their<br />
proposal.<br />
Section 3.6.4.1<br />
Section 11.1.6 of the SOW GEP General Requirements<br />
The Bidder’s TP shall comply with the design requirements set forth<br />
in the SOW.<br />
BIDDING<br />
INSTRUCTION<br />
EVALUATION CRITERIA SOW REFERENCE<br />
BID REFERENCE<br />
COMPLIANT (C)<br />
OR<br />
NON-COMPLIANT (NC)<br />
Section 3.6.4.1<br />
Section 11.1.7 of the SOW GEP General Requirements<br />
The Bidder shall provide a detailed description of how the<br />
integration requirements of the SOW are met.<br />
Section 3.6.4.1<br />
Section 11.2.2 of the SOW GEP Functional Requirements<br />
The Bidder shall provide detailed rationales and demonstrations in<br />
their TP of how the requirements associated with the provision of<br />
antenna support and positioning are met.<br />
Section 3.6.4.1<br />
Section 11.2.3 of the SOW GEP Functional Requirements<br />
The Bidder shall provide detailed rationales and demonstrations in<br />
their TP of how the requirements associated with the provision of<br />
multi-bearer wireless traffic capacity are met.<br />
NATO UNCLASSIFIED<br />
D-12
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong> D<br />
Section 3.6.4.1<br />
Section 11.2.4 of the SOW GEP Functional Requirements<br />
The Bidder shall provide detailed rationales and demonstrations in<br />
their TP of how requirements associated with the provision of the<br />
traffic bonding function(s) are met.<br />
Section 3.6.4.1<br />
Section 11.2.5 of the SOW GEP Functional Requirements<br />
The Bidder shall provide detailed rationales and demonstrations in<br />
their TP of how the requirements associated with the provision of<br />
quality-of-service are met.<br />
BIDDING<br />
INSTRUCTION<br />
EVALUATION CRITERIA SOW REFERENCE<br />
BID REFERENCE<br />
COMPLIANT (C)<br />
OR<br />
NON-COMPLIANT (NC)<br />
Section 3.6.4.1<br />
Section 11.2.6 of the SOW GEP Functional Requirements<br />
The Bidder shall provide detailed rationales and demonstrations in<br />
their TP of how the requirements associated with the provision of<br />
traffic optimization function(s) are met.<br />
Section 3.6.4.1<br />
Section 11.2.9 of the SOW GEP Functional Requirements<br />
The Bidder shall provide detailed rationales and demonstrations in<br />
their TP of how the requirements associated with the provision of<br />
centralized monitoring and control function(s) are met.<br />
NATO UNCLASSIFIED<br />
D-13
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong> D<br />
Section 3.6.4.1<br />
Section 11.2.10 of the SOW GEP Functional Requirements<br />
The Bidder shall provide detailed rationales and demonstrations in<br />
their TP of how the requirements associated with the provision of<br />
authentication function(s) are met.<br />
Section 3.6.4.1<br />
Section 11.2.11 of the SOW GEP Functional Requirements<br />
The Bidder shall provide detailed rationales and demonstrations in<br />
their TP of how the requirements associated with the provision of<br />
authorization function(s) are met.<br />
BIDDING<br />
INSTRUCTION<br />
EVALUATION CRITERIA SOW REFERENCE<br />
BID REFERENCE<br />
COMPLIANT (C)<br />
OR<br />
NON-COMPLIANT (NC)<br />
Section 3.6.4.1<br />
Section 11.2.12 of the SOW GEP Functional Requirements<br />
The Bidder shall provide detailed rationales and demonstrations in<br />
their TP of how the requirements associated with the provision of<br />
accounting function(s) are met.<br />
Section 3.6.4.1<br />
Section 11.2.13 of the SOW GEP Functional Requirements<br />
The Bidder shall provide detailed rationales and demonstrations in<br />
their TP of how the requirements associated with the provision of<br />
confidentiality function(s) are met.<br />
NATO UNCLASSIFIED<br />
D-14
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong> D<br />
Section 3.6.4.1<br />
Section 11.2.14 of the SOW GEP Functional Requirements<br />
The Bidder shall provide detailed rationales and demonstrations in<br />
their TP of how the requirements associated with the provision of<br />
data protection policy function(s) are met.<br />
Section 3.6.4.1<br />
Section 11.3.1 of the SOW GEP Detailed Technical Requirements<br />
The Bidder shall provide detailed descriptions and technical data in<br />
their TP of how the detailed technical requirements for the HF radio<br />
subsystem are met.<br />
BIDDING<br />
INSTRUCTION<br />
EVALUATION CRITERIA SOW REFERENCE<br />
BID REFERENCE<br />
COMPLIANT (C)<br />
OR<br />
NON-COMPLIANT (NC)<br />
Section 3.6.4.1<br />
Section 11.3.2 of the SOW GEP Detailed Technical Requirements<br />
The Bidder shall provide detailed descriptions and technical data in<br />
their TP of how the detailed technical requirements for the UHF<br />
radio subsystem are met.<br />
Section 3.6.4.1<br />
Section 11.3.3 of the SOW GEP Detailed Technical Requirements<br />
The Bidder shall provide detailed descriptions and technical data in<br />
their TP of how the detailed technical requirements for the RF<br />
access router(s) are met.<br />
NATO UNCLASSIFIED<br />
D-15
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong> D<br />
Section 3.6.4.1<br />
Section 11.3.4 of the SOW GEP Detailed Technical Requirements<br />
The Bidder shall provide detailed descriptions and technical data in<br />
their TP of how the detailed technical requirements of the Iridium<br />
radio subsystem are met.<br />
Section 3.6.4.1<br />
Section 11.3.5 of the SOW GEP Detailed Technical Requirements<br />
The Bidder shall provide detailed descriptions and technical data in<br />
their TP of how the detailed technical requirements for the FO interfacility<br />
links are met.<br />
Section 3.6.4.1<br />
Section 11.3.6 of the SOW GEP Detailed Technical Requirements<br />
The Bidder shall provide detailed descriptions and technical data in<br />
their TP of how the interoperability requirements are met.<br />
BIDDING<br />
INSTRUCTION<br />
EVALUATION CRITERIA SOW REFERENCE<br />
BID REFERENCE<br />
COMPLIANT (C)<br />
OR<br />
NON-COMPLIANT (NC)<br />
Section 3.6.4.1<br />
Section 11.3.7 of the SOW GEP Detailed Technical Requirements<br />
The Bidder shall provide detailed descriptions and technical data in<br />
their TP of how the wireless bearer services requirements are met.<br />
Section 3.6.4.1<br />
Section 11.3.8 of the SOW GEP Detailed Technical Requirements<br />
The Bidder shall provide detailed descriptions and technical data in<br />
their TP of how the detailed technical requirements for networking<br />
services are met.<br />
NATO UNCLASSIFIED<br />
D-16
N A T O U N C L A S S I F I E D<br />
Releasable to ISAF<br />
IFB-CO-13514-AMN12<br />
Bidding Instructions <strong>Annex</strong> D<br />
Section 3.6.4.1<br />
Section 11.4.1 of the SOW GEP Performance Requirements<br />
The Bidder shall provide detailed descriptions and demonstrations<br />
of the performance requirements associated with the location of the<br />
HF/UHF antenna masts, including calculations and a description of<br />
the methodology used in the demonstrations.<br />
Section 3.6.4.1<br />
Section 11.4.2 of the SOW GEP Performance Requirements<br />
The Bidder shall provide detailed descriptions and demonstrations<br />
of the performance requirements associated with the provision of<br />
RF coaxial cables, including calculations and a description of the<br />
methodology used in the demonstrations.<br />
NATO UNCLASSIFIED<br />
D-17
IFB (ENTER PROJECT TITLE HERE) BIDDING SHEETS<br />
Contract Bidding Documentation<br />
ANNEX 1 to General Provisions - Bidding Sheets<br />
IFB CO-13514-AMN12<br />
The tabs contained in this workbook are the Basis of Estimate (BOE) for the proposal.<br />
Note: Two versions of these tabs are completed for the bid. One version without prices for the technical proposal and one priced version that corresponds to the pricing sheets<br />
Legend<br />
Summary Bidders Input Cells<br />
Description<br />
Headings / Background<br />
Bidder Input Cell<br />
To be Completed By NCIA Contracting<br />
Background / Information Only<br />
TOTAL MANDAYS<br />
TOTAL NUMBER OF TRIPS (TRAVEL)<br />
UNIT PRICE<br />
TOTAL PRICE<br />
Provide the total number of Man Days Priced in this CLIN or SUBCLIN<br />
Provide the number of trips included priced in this CLIN or Sub CLIN<br />
Provide the unit price for the item in your selected currency<br />
Provide the total price of all items in your selected currency<br />
Note: Two versions of these tabs are completed for the bid as per Book 1 Section 3. One version with level of effort and no pricing for the technical proposal (Module 3) and one priced version that corresponds<br />
to the pricing summary sheets in this workbook found in Module 2 - Price Quotation.<br />
2_IFB_CO_13514-AMN12 Bidding Sheets 1 COVER
CLIN Bidding Sheets Instructions<br />
INTRODUCTION<br />
All bidders are required to submit pricing details to demonstrate the Purchaser's Pricing Principles are being applied as part of their bids (in the absence of a pre-approved National Format). All data completed in these sheets shall be complete,<br />
verifiable and factual and include the required details. Any exclusions may render your bid as non compliant thus removing yourself from the bidding process.<br />
Input cells are colour coded YELLOW. Modify other cells as required and in accordance with the instructions below.<br />
Please use the CLIN PRICING sheets to provide the required pricing details FOR EACH CLIN. However replicate sheets as required. Please see Bidding Instructions for further details.<br />
FORM INPUTS<br />
PRICING SUMMARY ASSUMPTIONS<br />
Calendar Year:<br />
Economic Conditions (EC) of values:<br />
Currency:<br />
Quantity<br />
Unit Cost<br />
Total Estimated Cost<br />
Reference:<br />
Select Year 1 of the spread profile from the drop down list.<br />
Select the year that reflects the prices from the drop down list.<br />
Select currency of input values from drop down list.<br />
Enter quantities of proposed item(s) in the time profiling inputs to the right. If the labour rates change after Year 1 ,insert additional lines to reflect the new rates and insert hours in the<br />
appropriate year.<br />
Enter the unit cost of the proposed item(s).<br />
This is a calculated value (Quantity x Unit Price) and should not be altered.<br />
Provide necessary reference and narrative guidance to enable independent verification for reasonableness and applicability to certified pricing guidelines.<br />
CATEGORY DESCRIPTION APPLICATION<br />
1. DIRECT MATERIAL<br />
A. PURCHASED PARTS<br />
B. SUBCONTRACTED ITEMS<br />
C. OTHER<br />
2. MATERIAL OVERHEAD (OH)<br />
A. OH Rate (%) X TOTAL DIRECT MATERIAL<br />
B. [Expand as needed]<br />
3. DIRECT LABOUR<br />
4. LABOUR OVERHEAD<br />
A. OH Rate (%) X TOTAL DIRECT LABOUR<br />
B. [Expand as needed]<br />
5. SUBCONTRACT LABOUR<br />
6. SUBCONTRACT OVERHEAD<br />
A. OH Rate (%) X TOTAL SUBCONTRACT LABOUR<br />
B. [Expand as needed]<br />
7. SPECIAL EQUIPMENT<br />
8. TRAVEL<br />
9. OTHER DIRECT COSTS<br />
10. GENERAL & ADMINISTRATIVE (G&A)<br />
A. Rate in % X TOTAL TRAVEL<br />
B. Rate in % X TOTAL OTHER DIRECT COSTS<br />
C. [Expand as needed]<br />
11. TOTAL FEE / PROFIT %<br />
12. OTHER FACTORS<br />
GRAND TOTAL<br />
A. Purchased Equipment - Items purchased as part of the proposed solution. Please provide vendor<br />
quotes and/or invoices along with quantity and prices.<br />
B. Subcontracted Item - Items procured through sub contracts as part of the proposed solution. Please<br />
provide subcontractor quotes and/or invoices along with quantity and prices.<br />
C. Other Equipment/Materials - Items procured as part of the proposed solution. Please provide vendor<br />
quotes and/or invoices along with quantity and prices.<br />
1. Insert the Equipment Item Name(s).<br />
2. Provide a time phased (monthly) breakdown of quantities.<br />
3. Provide unit prices against each equipment item.<br />
4. Insert comments/descriptions/references under the 'Reference' column.<br />
A. This is the overhead charged to prices for material handling and/or other overhead associated with<br />
material costs. This may or may not apply to your prices. Provide all OH rates applied to TOTAL DIRECT<br />
MATERIAL calculations.<br />
B. If more lines are required, please insert additional lines.<br />
Direct labour is all effort directly expended by the bidder for the proposed solution.<br />
1. Insert the direct labour title(s).<br />
2. Provide a time phased (monthly) breakdown of labour hours.<br />
3. Provide hourly rates against each labour title.<br />
4. Insert comments/descriptions/references under the 'Reference' column.<br />
A. This is the labour overhead charged to prices for labour overheads. This may or may not apply to<br />
your prices. Provide all OH rates applied to TOTAL DIRECT LABOUR calculations.<br />
B. If more lines are required, please insert additional lines.<br />
In-direct labour is all effort expended by the sub-contractor for the proposed solution.<br />
1. Insert the subcontract labour title(s).<br />
2. Provide a time phased (monthly) breakdown of labour hours.<br />
3. Provide hourly rates against each labour title.<br />
4. Insert comments/descriptions/references under the 'Reference' column.<br />
A. This is the overhead charged to prices for subcontractor handling and/or other overhead associated<br />
with subcontractor costs. This may or may not apply to your prices. Provide all OH rates applied to<br />
SUBCONTRACT LABOUR calculations.<br />
B. If more lines are required, please insert additional lines.<br />
Special Equipment should include items that are either manufactured or procured and considered as<br />
developmental (non recurring) items required to validate the design. This could include unique to type<br />
testing equipment. For software projects, this includes any special equipment required for software<br />
testing purposes. Everything else is considered Direct Material.<br />
1. Insert the Special Equipment Item Name(s).<br />
2. Provide a time phased (monthly) breakdown of quantities.<br />
3. Provide unit prices against each equipment item.<br />
4. Insert comments/descriptions/references under the 'Reference' column.<br />
Includes all travel associated with the procurement and delivery of the proposed solution.<br />
1. Insert the Trip Name(s).<br />
2. Insert item trip descriptions required.<br />
3. Provide number of people travelling * number of trips as described above.<br />
4. Provide unit price per trip against each trip name.<br />
5. Insert comments/descriptions/references under the 'Reference' column including the location &<br />
reference to SOW.<br />
Additional direct costs directly expended by the bidder for the proposed solution that do not fit in any<br />
of the above categories.<br />
1. Insert the Other Direct Cost title(s).<br />
2. Provide a time phased (monthly) breakdown of unit quantities.<br />
3. Provide unit costs against each title.<br />
4. Insert comments/descriptions/references under the 'Reference' column.<br />
A. This is the overhead charged for handling travel arrangement and costs. This may or may not apply<br />
to your prices. Provide all OH rates applied to TRAVEL calculations.<br />
B. This is the overhead charged for Other Direct Costs. This may or may not apply to your prices.<br />
Provide all OH rates applied to OTHER DIRECT COST calculations.<br />
C. If more lines are required, please insert additional lines.<br />
Provide all FEE/PROFIT percentage applied to costs in accordance with your approved national<br />
accounting standards.<br />
Provide any OTHER FACTOR percentage applied to costs in accordance with your approved national<br />
accounting standards. Insert comments/descriptions/references under the 'Reference' column.<br />
The total shall feed into the SSS.<br />
Enter the items being purchased directly or through a subcontract: Unit price *<br />
Quantity (expand as needed using additional lines)<br />
Provide calculation of the OH rate to the base cost for MATERIALS<br />
(expand as needed using additional lines)<br />
Input the labour category and number of hours proposed in each category<br />
(expand as needed using additional lines)<br />
Provide calculation of the OH rate to the base cost for Labour<br />
(expand as needed using additional lines)<br />
Input the labour category and number of hours proposed in each category<br />
(expand as needed using additional lines)<br />
Provide calculation of the OH rate to the base cost for SUBCONTRACT LABOUR<br />
(expand as needed using additional lines)<br />
Enter the items being purchased: Unit price * Quantity<br />
(expand as needed using additional lines)<br />
Travel cost by category: transportation, per-diem,<br />
(expand as needed using additional lines)<br />
Enter the OTHER DIRECT COSTS being purchased directly or through a<br />
subcontract: Unit price * Quantity<br />
(expand as needed using additional lines)<br />
Provide calculation of the G&A rate to the base cost<br />
(expand as needed using additional lines)<br />
Provide application of the FEE/PROFIT to the base cost<br />
Provide calculation used in application of FACTORS into the price<br />
Total Price including direct cost, indirect cost, rates and factors as applied<br />
above. Please do not forget to amend the title to reflect the appropriate CLIN<br />
number.<br />
2_IFB_CO_13514-AMN12 Bidding Sheets 2 INSTRUCTIONS
NATO UNCLASSIFIED<br />
RELEASABLE TO ISAF<br />
IFB CO-13514-AMN12<br />
Book I, Bidding Instructions, Bidding Sheets<br />
CLIN<br />
Description.<br />
Bidder To Insert: Monetary Currency of Bid<br />
Ref Para<br />
in SOW<br />
Unit of<br />
Measure<br />
Qty Unit Price<br />
Total<br />
Firm Fixed Price<br />
Delivery / Finish date<br />
- weeks after EDC<br />
Delivery Site<br />
Project Activities and Project Management 0.00<br />
1 Project Management 0.00<br />
1.01 Project Management Plan 3.3 EA 1 0.00 0.00 4 weeks NCIA Brussels<br />
1.02 Project Highlight Reports/Project Progress Reports 3.5 LOT 1 0.00 0.00 every 2 weeks NCIA Brussels<br />
1.03 Project Progress Meeting Minutes 3.6.5 EA 8 0.00 0.00 every 6 weeks NCIA Brussels<br />
1.04 Final Survey Report 4.2 EA 1 0.00 0.00 7 weeks NCIA Brussels<br />
1.05 Final System Design Specification 4.3 EA 1 0.00 0.00 15 weeks NCIA Brussels<br />
1.06 Configuration Management Plan 8.1 EA 1 0.00 0.00 15 weeks NCIA Brussels<br />
1.07 Configuration Management Database (COTS database extract) 8.3 EA 1 0.00 0.00 15 weeks NCIA Brussels<br />
1.08 Functional Configuration Audit Report 8.6 EA 1 0.00 0.00 38 Weeks NCIA Brussels<br />
1.09 Physical Configuration Audit Report 8.6 EA 1 0.00 0.00 49 Weeks NCIA Brussels<br />
1.10 Configuration Management Report 8.5 EA 1 0.00<br />
0.00 every 4 weeks starting NCIA Brussels<br />
after 15 Weeks<br />
2 Activities and resulting Documents 0.00<br />
2.01 Final Test Plan and Procedures 9.3 EA 1 0.00 0.00 31 Weeks NCIA Brussels<br />
2.02 Factory Acceptance Test Report 9.3 EA 1 0.00 0.00 38 Weeks NCIA Brussels<br />
2.03 Fit-for-use Test Report ( CCP + CISAF 11 + CIAV + NAEW Test Reports) 4.6 / 9.4 EA 1 0.00 0.00 45 Weeks NCIA Brussels<br />
2.04 Security Management Implementation Plan <strong>Annex</strong> D/8.1.3 EA 1 0.00 0.00 31 Weeks NCIA Brussels<br />
2.05 Vulnerability Testing <strong>Annex</strong> D/7.2 EA 1 0.00 0.00 45 Weeks NCIA Brussels<br />
2.06 Security Risk Assessment (SRA) <strong>Annex</strong> D/8.2.1 EA 1 0.00 0.00 31 Weeks NCIA Brussels<br />
2.07 Security Risk Assessment (SRA) Report in MGR format <strong>Annex</strong> D/8.2.2 EA 1 0.00 0.00 31 Weeks NCIA Brussels<br />
2.08 SSRS <strong>Annex</strong> D/8.2.3 EA 1 0.00 0.00 31 Weeks NCIA Brussels<br />
2.09 Service Equipment Test <strong>Annex</strong> D/8.1.1 EA 1 0.00 0.00 31 Weeks NCIA Brussels<br />
2.10 Generic SecOPS <strong>Annex</strong> D/ 8.2.4 EA 1 0.00 0.00 31 Weeks NCIA Brussels<br />
2.11 SISRS/ISISRS technical inputs <strong>Annex</strong> D/8.2.9 EA 1 0.00 0.00 31 Weeks NCIA Brussels<br />
2.12 Security Test & Evaluation Plan <strong>Annex</strong> D/8.2.5 EA 1 0.00 0.00 52 Weeks NCIA Brussels<br />
2.13 NCSA CCP (if required) <strong>Annex</strong> D/8.1.4 EA 1 0.00 0.00 31 Weeks SHAPE<br />
2.14 Provisional Site Acceptance documentation 9.6 EA 1 0.00 0.00 49 Weeks NCIA Brussels<br />
2.15 Final Site Acceptance Documentation 9.7 EA 1 0.00 0.00 52 Weeks NCIA Brussels<br />
3 Installation and Migration 0.00<br />
3.01 Installation and basic testing of AEP Uplift 12.4 EA 1 0.00 0.00 11 Weeks SHAPE<br />
3.01 Installation and integration of the GEP 4.7 EA 1 0.00 0.00 45 Weeks ISAF<br />
4 Transportation<br />
4.01 Transportation AEP Uplift and Network Monitoring and IA tools to destination 12.3 1 0.00 10 Weeks CHOLET<br />
4.02 Transportation Contractors Staff to/from ISAF 1.2.3 LOT 1 0.00 0.00 52 Weeks ISAF<br />
4.03 Accomodation/Life Support of Contractors personnel in ISAF 1.2.3 LOT 1 0.00 0.00 52 Weeks ISAF<br />
4.04 Transportation NAEW GEP to ISAF LOT 1 0.00 0.00 46 Weeks ISAF<br />
5 ILS Deliverables 0.00<br />
5.01 Integrated Logistics Support Plan (incl. Maintenance Concept, Support Concept, Transportation Plan) 6.2, 6.3 EA 1 0.00 0.00 20 weeks NCIA Brussels<br />
5.02 Material Data Sheet (MDS), Initial Spare Parts List, Packing List(s), Notice of Shipment(s) 6.4, 6.5 LOT 1 0.00 0.00 see SOW NCIA Brussels<br />
5.03 TNA Report 6.7.2 EA 1 0.00 0.00 7 weeks NCIA Brussels<br />
5.04 Training Plan (POI Document II, POI Document III) 6.7.2.10, 6.7.3.9 EA 1 0.00 0.00 38 Weeks NCIA Brussels<br />
5.05 Training Material 6.7.3.11 EA 1 0.00 0.00 45 Weeks NCIA Brussels<br />
5.06 Training Evaluation Forms 6.7.4.3 EA 1 0.00 0.00 52 Weeks NCIA Brussels<br />
NATO UNCLASSIFIED<br />
RELEASABLE TO ISAF<br />
Page 3
NATO UNCLASSIFIED<br />
RELEASABLE TO ISAF<br />
IFB CO-13514-AMN12<br />
Book I, Bidding Instructions, Bidding Sheets<br />
CLIN<br />
Description.<br />
Ref Para<br />
in SOW<br />
Unit of<br />
Measure<br />
Qty Unit Price<br />
Total<br />
Firm Fixed Price<br />
Delivery / Finish date<br />
- weeks after EDC<br />
Delivery Site<br />
5.07 Operating and Maintenance Manuals (incl. OEM Manuals) 4.1.5 EA 1 0.00 0.00 31 Weeks NCIA Brussels<br />
5.08 Known Error Database (COTS database extract) 6.3.2 EA 1 0.00 0.00 38 Weeks NCIA Brussels<br />
5.09 Support and Maintenance Report 6.3.2 EA 1 0.00<br />
0.00 every 4 weeks starting NCIA Brussels<br />
after 38 Weeks<br />
Product Documentation (incl. COTS documentation, Certificate of Conformity, COTS Warranty statement, License<br />
0.00 52 Weeks NCIA Brussels<br />
5.10 6 LOT 1 0.00<br />
Agreement)<br />
6 Training 0.00<br />
6.01 Training Course 6.7 LOT 1 0.00 0.00 50 Weeks<br />
7 Ground Entry Point / Remote Access Service 0.00<br />
7.01 Server Section 11 EA 1 0.00 0.00 45 Weeks ISAF<br />
7.02 Server Software Package Section 11 LOT 1 0.00 0.00 45 Weeks ISAF<br />
7.03 Server Ancillaries [Cables, Routers, Switch, Adaptor, Memory] Section 11 LOT 1 0.00 0.00 45 Weeks ISAF<br />
7.04 Secure Access Control Server Section 11 LOT 1 0.00 0.00 45 Weeks ISAF<br />
7.05 HF Radio Section 11 EA 2 0.00 0.00 45 Weeks ISAF<br />
7.06 HF Modem Section 11 EA 2 0.00 0.00 45 Weeks ISAF<br />
7.07 HF Modem Control Guard Section 11 EA 2 0.00 0.00 45 Weeks ISAF<br />
7.08 HF IP Radio Access Router Section 11 EA 2 0.00 0.00 45 Weeks ISAF<br />
7.09 Ancillaries for HF [ disks, converter, power, FOM, Terminal, Filter, Cables, Equipment Controller] Section 11 LOT 1 0.00 0.00 45 Weeks ISAF<br />
7.10 Mast / HF Antenna + UHF Antenna Section 11 EA 2 0.00 0.00 45 Weeks ISAF<br />
7.11 UHF Radio Section 11 EA 2 0.00 0.00 45 Weeks ISAF<br />
7.12 UHF Modem Section 11 EA 2 0.00 0.00 45 Weeks ISAF<br />
7.13 UHF Modem Control Guard Section 11 EA 2 0.00 0.00 45 Weeks ISAF<br />
7.14 UHF IP Radio Access Router Section 11 EA 2 0.00 0.00 45 Weeks ISAF<br />
7.15 Ancillaries for UHF [ disks, converter, power, FOM, Terminal, Filter, Cables, Equipment Controller] Section 11 LOT 1 0.00 0.00 45 Weeks ISAF<br />
7.16 IRIDIUM L-Band Terminal Section 11 EA 4 0.00 0.00 45 Weeks ISAF<br />
7.17 IRIDIUM SIM card, Subscription and Call Charges Section 11 EA 4 0.00 0.00 45 Weeks ISAF<br />
7.18 Antenna( IRIDIUM L-Band) Section 11 EA 4 0.00 0.00 45 Weeks ISAF<br />
7.19 Mast ( IRIDIUM L-Band) Section 11 EA 1 0.00 0.00 45 Weeks ISAF<br />
7.20 Ancillaries for IRIDIUM L-Band [ Filter, cables] Section 11 LOT 1 0.00 0.00 45 Weeks ISAF<br />
7.21 Equipment cases (Outdoor Enclosure) 11.1.4.5 LOT 1 0.00 0.00 45 Weeks ISAF<br />
7.22 Air C2 Shelter Modification ( Migration , Single Entry Panel) 11.1.7 LOT 2 0.00 0.00 45 Weeks ISAF<br />
8 Maintenance and Support 0.00<br />
8.01 Maintenance and Support until FSA 6.3.2 LOT 1 0.00 0.00 38 Weeks to 52 Weeks as defined in SOW<br />
8.02 Warranty for developed Software (FSA + 1 year) 6.6 LOT 1 0.00 0.00 52 weeks + 1 year as defined in SOW<br />
8.03 COTS Software License(s) (incl. COTS Warranty, FSA + 1 year) 6.6 LOT 1 0.00 0.00 52 weeks + 1 year as defined in SOW<br />
GRAND TOTAL FIRM FIXED PRICE 0.00<br />
NATO UNCLASSIFIED<br />
RELEASABLE TO ISAF<br />
Page 4
OVERALL CLINs SUMMARY<br />
CLIN Summary Sheet<br />
Currency<br />
(please select from drop down list)<br />
Select Currency<br />
Calendar Year (Year 1):<br />
Select Year<br />
DETAILED DESCRIPTION OF COST ELEMENTS<br />
Economic Conditions (EC) of values:<br />
1. DIRECT MATERIAL<br />
A. PURCHASED EQUIPMENT<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Purchased Equipment Item Name Item description here 0 0.00<br />
Purchased Equipment Item Name Item description here 0 0.00<br />
B. SUBCONTRACTED EQUIPMENT/MATERIALS<br />
Subcontracted Equipment/Material<br />
Name<br />
Subcontracted Equipment/Material<br />
Name<br />
C. OTHER<br />
Item description here 0 0.00<br />
Item description here 0 0.00<br />
Other Equipment/Material Name Item description here 0 0.00<br />
Other Equipment/Material Name Item description here 0 0.00<br />
1. TOTAL DIRECT MATERIAL<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
2. MATERIAL OVERHEAD (OH)<br />
A. OH Rate (%) X TOTAL DIRECT MATERIAL<br />
B. [Expand as needed]<br />
HOURS RATE/HOUR TOTAL COST REFERENCE<br />
Select Year<br />
3. DIRECT LABOUR<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
3. TOTAL DIRECT LABOUR<br />
0 0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
4. LABOUR OVERHEAD<br />
A. OH Rate (%) X TOTAL DIRECT LABOUR<br />
B. [Expand as needed]<br />
HOURS RATE/HOUR TOTAL COST REFERENCE<br />
Select Year<br />
5. SUBCONTRACT LABOUR Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
5. TOTAL SUBCONTRACT LABOUR<br />
0 0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
6. SUBCONTRACT LABOUR OVERHEAD<br />
A. OH Rate (%) X TOTAL SUBCONTRACT LABOUR<br />
B. [Expand as needed]<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
7. SPECIAL EQUIPMENT<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Special Equipment Item Name Item description here 0 0.00<br />
Special Equipment Item Name Item description here 0 0.00<br />
7. TOTAL SPECIAL EQUIPMENT<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
8. TRAVEL<br />
Number of people *<br />
Number of trips<br />
Trip Name Item description here 0.00<br />
Trip Name Item description here 0.00<br />
8. TOTAL TRAVEL<br />
0.00<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
9. OTHER DIRECT COSTS<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Other Direct Cost Item description here 0 0.00<br />
Other Direct Cost Item description here 0 0.00<br />
9. TOTAL OTHER DIRECT COST<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
RATE (%) TOTAL COST REFERENCE<br />
10. GENERAL & ADMINISTRATIVE (G&A)<br />
A. Rate in % X TOTAL TRAVEL<br />
B. Rate in % X TOTAL OTHER DIRECT LABOUR<br />
C. [Expand as needed]<br />
11. TOTAL FEE / PROFIT %<br />
A. Total Fee / Profit<br />
12. OTHER FACTORS<br />
A. [Expand as needed]<br />
GRAND TOTAL (CLIN 1-8)<br />
30/07/2012 Page 5 of 13
CLIN 1<br />
CLIN Price Breakdown<br />
Currency<br />
(please select from drop down list)<br />
Select Currency<br />
Calendar Year (Year 1):<br />
Select Year<br />
DETAILED DESCRIPTION OF COST ELEMENTS<br />
Economic Conditions (EC) of values:<br />
1. DIRECT MATERIAL<br />
A. PURCHASED EQUIPMENT<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Purchased Equipment Item Name Item description here 0 0.00<br />
Purchased Equipment Item Name Item description here 0 0.00<br />
B. SUBCONTRACTED EQUIPMENT/MATERIALS<br />
Subcontracted Equipment/Material<br />
Name<br />
Subcontracted Equipment/Material<br />
Name<br />
C. OTHER<br />
Item description here 0 0.00<br />
Item description here 0 0.00<br />
Other Equipment/Material Name Item description here 0 0.00<br />
Other Equipment/Material Name Item description here 0 0.00<br />
1. TOTAL DIRECT MATERIAL<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
2. MATERIAL OVERHEAD (OH)<br />
A. OH Rate (%) X TOTAL DIRECT MATERIAL<br />
B. [Expand as needed]<br />
HOURS RATE/HOUR TOTAL COST REFERENCE<br />
Select Year<br />
3. DIRECT LABOUR<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
3. TOTAL DIRECT LABOUR<br />
0 0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
4. LABOUR OVERHEAD<br />
A. OH Rate (%) X TOTAL DIRECT LABOUR<br />
B. [Expand as needed]<br />
HOURS RATE/HOUR TOTAL COST REFERENCE<br />
Select Year<br />
5. SUBCONTRACT LABOUR Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
5. TOTAL SUBCONTRACT LABOUR<br />
0 0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
6. SUBCONTRACT LABOUR OVERHEAD<br />
A. OH Rate (%) X TOTAL SUBCONTRACT LABOUR<br />
B. [Expand as needed]<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
7. SPECIAL EQUIPMENT<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Special Equipment Item Name Item description here 0 0.00<br />
Special Equipment Item Name Item description here 0 0.00<br />
7. TOTAL SPECIAL EQUIPMENT<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
8. TRAVEL<br />
Number of people *<br />
Number of trips<br />
Trip Name Item description here 0.00<br />
Trip Name Item description here 0.00<br />
8. TOTAL TRAVEL<br />
0.00<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
9. OTHER DIRECT COSTS<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Other Direct Cost Item description here 0 0.00<br />
Other Direct Cost Item description here 0 0.00<br />
9. TOTAL OTHER DIRECT COST<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
RATE (%) TOTAL COST REFERENCE<br />
10. GENERAL & ADMINISTRATIVE (G&A)<br />
A. Rate in % X TOTAL TRAVEL<br />
B. Rate in % X TOTAL OTHER DIRECT LABOUR<br />
C. [Expand as needed]<br />
11. TOTAL FEE / PROFIT %<br />
A. Total Fee / Profit<br />
12. OTHER FACTORS<br />
A. [Expand as needed]<br />
GRAND TOTAL (CLIN 1)<br />
30/07/2012 Page 6 of 13
CLIN 2<br />
CLIN Price Breakdown<br />
Currency<br />
(please select from drop down list)<br />
Select Currency<br />
Calendar Year (Year 1):<br />
Select Year<br />
DETAILED DESCRIPTION OF COST ELEMENTS<br />
Economic Conditions (EC) of values:<br />
1. DIRECT MATERIAL<br />
A. PURCHASED EQUIPMENT<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Purchased Equipment Item Name Item description here 0 0.00<br />
Purchased Equipment Item Name Item description here 0 0.00<br />
B. SUBCONTRACTED EQUIPMENT/MATERIALS<br />
Subcontracted Equipment/Material<br />
Name<br />
Subcontracted Equipment/Material<br />
Name<br />
C. OTHER<br />
Item description here 0 0.00<br />
Item description here 0 0.00<br />
Other Equipment/Material Name Item description here 0 0.00<br />
Other Equipment/Material Name Item description here 0 0.00<br />
1. TOTAL DIRECT MATERIAL<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
2. MATERIAL OVERHEAD (OH)<br />
A. OH Rate (%) X TOTAL DIRECT MATERIAL<br />
B. [Expand as needed]<br />
HOURS RATE/HOUR TOTAL COST REFERENCE<br />
Select Year<br />
3. DIRECT LABOUR<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
3. TOTAL DIRECT LABOUR<br />
0 0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
4. LABOUR OVERHEAD<br />
A. OH Rate (%) X TOTAL DIRECT LABOUR<br />
B. [Expand as needed]<br />
HOURS RATE/HOUR TOTAL COST REFERENCE<br />
Select Year<br />
5. SUBCONTRACT LABOUR Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
5. TOTAL SUBCONTRACT LABOUR<br />
0 0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
6. SUBCONTRACT LABOUR OVERHEAD<br />
A. OH Rate (%) X TOTAL SUBCONTRACT LABOUR<br />
B. [Expand as needed]<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
7. SPECIAL EQUIPMENT<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Special Equipment Item Name Item description here 0 0.00<br />
Special Equipment Item Name Item description here 0 0.00<br />
7. TOTAL SPECIAL EQUIPMENT<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
8. TRAVEL<br />
Number of people *<br />
Number of trips<br />
Trip Name Item description here 0.00<br />
Trip Name Item description here 0.00<br />
8. TOTAL TRAVEL<br />
0.00<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
9. OTHER DIRECT COSTS<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Other Direct Cost Item description here 0 0.00<br />
Other Direct Cost Item description here 0 0.00<br />
9. TOTAL OTHER DIRECT COST<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
RATE (%) TOTAL COST REFERENCE<br />
10. GENERAL & ADMINISTRATIVE (G&A)<br />
A. Rate in % X TOTAL TRAVEL<br />
B. Rate in % X TOTAL OTHER DIRECT LABOUR<br />
C. [Expand as needed]<br />
11. TOTAL FEE / PROFIT %<br />
A. Total Fee / Profit<br />
12. OTHER FACTORS<br />
A. [Expand as needed]<br />
GRAND TOTAL (CLIN 2)<br />
30/07/2012 Page 7 of 13
CLIN 3<br />
CLIN Price Breakdown<br />
Currency<br />
(please select from drop down list)<br />
Select Currency<br />
Calendar Year (Year 1):<br />
Select Year<br />
DETAILED DESCRIPTION OF COST ELEMENTS<br />
Economic Conditions (EC) of values:<br />
1. DIRECT MATERIAL<br />
A. PURCHASED EQUIPMENT<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Purchased Equipment Item Name Item description here 0 0.00<br />
Purchased Equipment Item Name Item description here 0 0.00<br />
B. SUBCONTRACTED EQUIPMENT/MATERIALS<br />
Subcontracted Equipment/Material<br />
Name<br />
Subcontracted Equipment/Material<br />
Name<br />
C. OTHER<br />
Item description here 0 0.00<br />
Item description here 0 0.00<br />
Other Equipment/Material Name Item description here 0 0.00<br />
Other Equipment/Material Name Item description here 0 0.00<br />
1. TOTAL DIRECT MATERIAL<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
2. MATERIAL OVERHEAD (OH)<br />
A. OH Rate (%) X TOTAL DIRECT MATERIAL<br />
B. [Expand as needed]<br />
HOURS RATE/HOUR TOTAL COST REFERENCE<br />
Select Year<br />
3. DIRECT LABOUR<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
3. TOTAL DIRECT LABOUR<br />
0 0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
4. LABOUR OVERHEAD<br />
A. OH Rate (%) X TOTAL DIRECT LABOUR<br />
B. [Expand as needed]<br />
HOURS RATE/HOUR TOTAL COST REFERENCE<br />
Select Year<br />
5. SUBCONTRACT LABOUR Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
5. TOTAL SUBCONTRACT LABOUR<br />
0 0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
6. SUBCONTRACT LABOUR OVERHEAD<br />
A. OH Rate (%) X TOTAL SUBCONTRACT LABOUR<br />
B. [Expand as needed]<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
7. SPECIAL EQUIPMENT<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Special Equipment Item Name Item description here 0 0.00<br />
Special Equipment Item Name Item description here 0 0.00<br />
7. TOTAL SPECIAL EQUIPMENT<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
8. TRAVEL<br />
Number of people *<br />
Number of trips<br />
Trip Name Item description here 0.00<br />
Trip Name Item description here 0.00<br />
8. TOTAL TRAVEL<br />
0.00<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
9. OTHER DIRECT COSTS<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Other Direct Cost Item description here 0 0.00<br />
Other Direct Cost Item description here 0 0.00<br />
9. TOTAL OTHER DIRECT COST<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
RATE (%) TOTAL COST REFERENCE<br />
10. GENERAL & ADMINISTRATIVE (G&A)<br />
A. Rate in % X TOTAL TRAVEL<br />
B. Rate in % X TOTAL OTHER DIRECT LABOUR<br />
C. [Expand as needed]<br />
11. TOTAL FEE / PROFIT %<br />
A. Total Fee / Profit<br />
12. OTHER FACTORS<br />
A. [Expand as needed]<br />
GRAND TOTAL (CLIN 2)<br />
30/07/2012 Page 8 of 13
CLIN 4<br />
CLIN Price Breakdown<br />
Currency<br />
(please select from drop down list)<br />
Select Currency<br />
Calendar Year (Year 1):<br />
Select Year<br />
DETAILED DESCRIPTION OF COST ELEMENTS<br />
Economic Conditions (EC) of values:<br />
1. DIRECT MATERIAL<br />
A. PURCHASED EQUIPMENT<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Purchased Equipment Item Name Item description here 0 0.00<br />
Purchased Equipment Item Name Item description here 0 0.00<br />
B. SUBCONTRACTED EQUIPMENT/MATERIALS<br />
Subcontracted Equipment/Material<br />
Name<br />
Subcontracted Equipment/Material<br />
Name<br />
C. OTHER<br />
Item description here 0 0.00<br />
Item description here 0 0.00<br />
Other Equipment/Material Name Item description here 0 0.00<br />
Other Equipment/Material Name Item description here 0 0.00<br />
1. TOTAL DIRECT MATERIAL<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
2. MATERIAL OVERHEAD (OH)<br />
A. OH Rate (%) X TOTAL DIRECT MATERIAL<br />
B. [Expand as needed]<br />
HOURS RATE/HOUR TOTAL COST REFERENCE<br />
Select Year<br />
3. DIRECT LABOUR<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
3. TOTAL DIRECT LABOUR<br />
0 0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
4. LABOUR OVERHEAD<br />
A. OH Rate (%) X TOTAL DIRECT LABOUR<br />
B. [Expand as needed]<br />
HOURS RATE/HOUR TOTAL COST REFERENCE<br />
Select Year<br />
5. SUBCONTRACT LABOUR Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
5. TOTAL SUBCONTRACT LABOUR<br />
0 0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
6. SUBCONTRACT LABOUR OVERHEAD<br />
A. OH Rate (%) X TOTAL SUBCONTRACT LABOUR<br />
B. [Expand as needed]<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
7. SPECIAL EQUIPMENT<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Special Equipment Item Name Item description here 0 0.00<br />
Special Equipment Item Name Item description here 0 0.00<br />
7. TOTAL SPECIAL EQUIPMENT<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
8. TRAVEL<br />
Number of people *<br />
Number of trips<br />
Trip Name Item description here 0.00<br />
Trip Name Item description here 0.00<br />
8. TOTAL TRAVEL<br />
0.00<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
9. OTHER DIRECT COSTS<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Other Direct Cost Item description here 0 0.00<br />
Other Direct Cost Item description here 0 0.00<br />
9. TOTAL OTHER DIRECT COST<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
RATE (%) TOTAL COST REFERENCE<br />
10. GENERAL & ADMINISTRATIVE (G&A)<br />
A. Rate in % X TOTAL TRAVEL<br />
B. Rate in % X TOTAL OTHER DIRECT LABOUR<br />
C. [Expand as needed]<br />
11. TOTAL FEE / PROFIT %<br />
A. Total Fee / Profit<br />
12. OTHER FACTORS<br />
A. [Expand as needed]<br />
GRAND TOTAL (CLIN 4)<br />
30/07/2012 Page 9 of 13
CLIN 5<br />
CLIN Price Breakdown<br />
Currency<br />
(please select from drop down list)<br />
Select Currency<br />
Calendar Year (Year 1):<br />
Select Year<br />
DETAILED DESCRIPTION OF COST ELEMENTS<br />
Economic Conditions (EC) of values:<br />
1. DIRECT MATERIAL<br />
A. PURCHASED EQUIPMENT<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Purchased Equipment Item Name Item description here 0 0.00<br />
Purchased Equipment Item Name Item description here 0 0.00<br />
B. SUBCONTRACTED EQUIPMENT/MATERIALS<br />
Subcontracted Equipment/Material<br />
Name<br />
Subcontracted Equipment/Material<br />
Name<br />
C. OTHER<br />
Item description here 0 0.00<br />
Item description here 0 0.00<br />
Other Equipment/Material Name Item description here 0 0.00<br />
Other Equipment/Material Name Item description here 0 0.00<br />
1. TOTAL DIRECT MATERIAL<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
2. MATERIAL OVERHEAD (OH)<br />
A. OH Rate (%) X TOTAL DIRECT MATERIAL<br />
B. [Expand as needed]<br />
HOURS RATE/HOUR TOTAL COST REFERENCE<br />
Select Year<br />
3. DIRECT LABOUR<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
3. TOTAL DIRECT LABOUR<br />
0 0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
4. LABOUR OVERHEAD<br />
A. OH Rate (%) X TOTAL DIRECT LABOUR<br />
B. [Expand as needed]<br />
HOURS RATE/HOUR TOTAL COST REFERENCE<br />
Select Year<br />
5. SUBCONTRACT LABOUR Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
5. TOTAL SUBCONTRACT LABOUR<br />
0 0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
6. SUBCONTRACT LABOUR OVERHEAD<br />
A. OH Rate (%) X TOTAL SUBCONTRACT LABOUR<br />
B. [Expand as needed]<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
7. SPECIAL EQUIPMENT<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Special Equipment Item Name Item description here 0 0.00<br />
Special Equipment Item Name Item description here 0 0.00<br />
7. TOTAL SPECIAL EQUIPMENT<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
8. TRAVEL<br />
Number of people *<br />
Number of trips<br />
Trip Name Item description here 0.00<br />
Trip Name Item description here 0.00<br />
8. TOTAL TRAVEL<br />
0.00<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
9. OTHER DIRECT COSTS<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Other Direct Cost Item description here 0 0.00<br />
Other Direct Cost Item description here 0 0.00<br />
9. TOTAL OTHER DIRECT COST<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
RATE (%) TOTAL COST REFERENCE<br />
10. GENERAL & ADMINISTRATIVE (G&A)<br />
A. Rate in % X TOTAL TRAVEL<br />
B. Rate in % X TOTAL OTHER DIRECT LABOUR<br />
C. [Expand as needed]<br />
11. TOTAL FEE / PROFIT %<br />
A. Total Fee / Profit<br />
12. OTHER FACTORS<br />
A. [Expand as needed]<br />
GRAND TOTAL (CLIN 5)<br />
30/07/2012 Page 10 of 13
CLIN 6<br />
CLIN Price Breakdown<br />
Currency<br />
(please select from drop down list)<br />
Select Currency<br />
Calendar Year (Year 1):<br />
Select Year<br />
DETAILED DESCRIPTION OF COST ELEMENTS<br />
Economic Conditions (EC) of values:<br />
1. DIRECT MATERIAL<br />
A. PURCHASED EQUIPMENT<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Purchased Equipment Item Name Item description here 0 0.00<br />
Purchased Equipment Item Name Item description here 0 0.00<br />
B. SUBCONTRACTED EQUIPMENT/MATERIALS<br />
Subcontracted Equipment/Material<br />
Name<br />
Subcontracted Equipment/Material<br />
Name<br />
C. OTHER<br />
Item description here 0 0.00<br />
Item description here 0 0.00<br />
Other Equipment/Material Name Item description here 0 0.00<br />
Other Equipment/Material Name Item description here 0 0.00<br />
1. TOTAL DIRECT MATERIAL<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
2. MATERIAL OVERHEAD (OH)<br />
A. OH Rate (%) X TOTAL DIRECT MATERIAL<br />
B. [Expand as needed]<br />
HOURS RATE/HOUR TOTAL COST REFERENCE<br />
Select Year<br />
3. DIRECT LABOUR<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
3. TOTAL DIRECT LABOUR<br />
0 0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
4. LABOUR OVERHEAD<br />
A. OH Rate (%) X TOTAL DIRECT LABOUR<br />
B. [Expand as needed]<br />
HOURS RATE/HOUR TOTAL COST REFERENCE<br />
Select Year<br />
5. SUBCONTRACT LABOUR Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
5. TOTAL SUBCONTRACT LABOUR<br />
0 0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
6. SUBCONTRACT LABOUR OVERHEAD<br />
A. OH Rate (%) X TOTAL SUBCONTRACT LABOUR<br />
B. [Expand as needed]<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
7. SPECIAL EQUIPMENT<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Special Equipment Item Name Item description here 0 0.00<br />
Special Equipment Item Name Item description here 0 0.00<br />
7. TOTAL SPECIAL EQUIPMENT<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
8. TRAVEL<br />
Number of people *<br />
Number of trips<br />
Trip Name Item description here 0.00<br />
Trip Name Item description here 0.00<br />
8. TOTAL TRAVEL<br />
0.00<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
9. OTHER DIRECT COSTS<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Other Direct Cost Item description here 0 0.00<br />
Other Direct Cost Item description here 0 0.00<br />
9. TOTAL OTHER DIRECT COST<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
RATE (%) TOTAL COST REFERENCE<br />
10. GENERAL & ADMINISTRATIVE (G&A)<br />
A. Rate in % X TOTAL TRAVEL<br />
B. Rate in % X TOTAL OTHER DIRECT LABOUR<br />
C. [Expand as needed]<br />
11. TOTAL FEE / PROFIT %<br />
A. Total Fee / Profit<br />
12. OTHER FACTORS<br />
A. [Expand as needed]<br />
GRAND TOTAL (CLIN 6)<br />
30/07/2012 Page 11 of 13
CLIN 7<br />
CLIN Price Breakdown<br />
Currency<br />
(please select from drop down list)<br />
Select Currency<br />
Calendar Year (Year 1):<br />
Select Year<br />
DETAILED DESCRIPTION OF COST ELEMENTS<br />
Economic Conditions (EC) of values:<br />
1. DIRECT MATERIAL<br />
A. PURCHASED EQUIPMENT<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Purchased Equipment Item Name Item description here 0 0.00<br />
Purchased Equipment Item Name Item description here 0 0.00<br />
B. SUBCONTRACTED EQUIPMENT/MATERIALS<br />
Subcontracted Equipment/Material<br />
Name<br />
Subcontracted Equipment/Material<br />
Name<br />
C. OTHER<br />
Item description here 0 0.00<br />
Item description here 0 0.00<br />
Other Equipment/Material Name Item description here 0 0.00<br />
Other Equipment/Material Name Item description here 0 0.00<br />
1. TOTAL DIRECT MATERIAL<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
2. MATERIAL OVERHEAD (OH)<br />
A. OH Rate (%) X TOTAL DIRECT MATERIAL<br />
B. [Expand as needed]<br />
HOURS RATE/HOUR TOTAL COST REFERENCE<br />
Select Year<br />
3. DIRECT LABOUR<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
3. TOTAL DIRECT LABOUR<br />
0 0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
4. LABOUR OVERHEAD<br />
A. OH Rate (%) X TOTAL DIRECT LABOUR<br />
B. [Expand as needed]<br />
HOURS RATE/HOUR TOTAL COST REFERENCE<br />
Select Year<br />
5. SUBCONTRACT LABOUR Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
5. TOTAL SUBCONTRACT LABOUR<br />
0 0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
6. SUBCONTRACT LABOUR OVERHEAD<br />
A. OH Rate (%) X TOTAL SUBCONTRACT LABOUR<br />
B. [Expand as needed]<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
7. SPECIAL EQUIPMENT<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Special Equipment Item Name Item description here 0 0.00<br />
Special Equipment Item Name Item description here 0 0.00<br />
7. TOTAL SPECIAL EQUIPMENT<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
8. TRAVEL<br />
Number of people *<br />
Number of trips<br />
Trip Name Item description here 0.00<br />
Trip Name Item description here 0.00<br />
8. TOTAL TRAVEL<br />
0.00<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
9. OTHER DIRECT COSTS<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Other Direct Cost Item description here 0 0.00<br />
Other Direct Cost Item description here 0 0.00<br />
9. TOTAL OTHER DIRECT COST<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
RATE (%) TOTAL COST REFERENCE<br />
10. GENERAL & ADMINISTRATIVE (G&A)<br />
A. Rate in % X TOTAL TRAVEL<br />
B. Rate in % X TOTAL OTHER DIRECT LABOUR<br />
C. [Expand as needed]<br />
11. TOTAL FEE / PROFIT %<br />
A. Total Fee / Profit<br />
12. OTHER FACTORS<br />
A. [Expand as needed]<br />
GRAND TOTAL (CLIN 7)<br />
30/07/2012 Page 12 of 13
CLIN 8<br />
CLIN Price Breakdown<br />
Currency<br />
(please select from drop down list)<br />
Select Currency<br />
Calendar Year (Year 1):<br />
Select Year<br />
DETAILED DESCRIPTION OF COST ELEMENTS<br />
Economic Conditions (EC) of values:<br />
1. DIRECT MATERIAL<br />
A. PURCHASED EQUIPMENT<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Purchased Equipment Item Name Item description here 0 0.00<br />
Purchased Equipment Item Name Item description here 0 0.00<br />
B. SUBCONTRACTED EQUIPMENT/MATERIALS<br />
Subcontracted Equipment/Material<br />
Name<br />
Subcontracted Equipment/Material<br />
Name<br />
C. OTHER<br />
Item description here 0 0.00<br />
Item description here 0 0.00<br />
Other Equipment/Material Name Item description here 0 0.00<br />
Other Equipment/Material Name Item description here 0 0.00<br />
1. TOTAL DIRECT MATERIAL<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
2. MATERIAL OVERHEAD (OH)<br />
A. OH Rate (%) X TOTAL DIRECT MATERIAL<br />
B. [Expand as needed]<br />
HOURS RATE/HOUR TOTAL COST REFERENCE<br />
Select Year<br />
3. DIRECT LABOUR<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
3. TOTAL DIRECT LABOUR<br />
0 0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
4. LABOUR OVERHEAD<br />
A. OH Rate (%) X TOTAL DIRECT LABOUR<br />
B. [Expand as needed]<br />
HOURS RATE/HOUR TOTAL COST REFERENCE<br />
Select Year<br />
5. SUBCONTRACT LABOUR Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
Labour Category Name 0 0.00<br />
5. TOTAL SUBCONTRACT LABOUR<br />
0 0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
OH RATE (%) TOTAL COST REFERENCE<br />
6. SUBCONTRACT LABOUR OVERHEAD<br />
A. OH Rate (%) X TOTAL SUBCONTRACT LABOUR<br />
B. [Expand as needed]<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
7. SPECIAL EQUIPMENT<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Special Equipment Item Name Item description here 0 0.00<br />
Special Equipment Item Name Item description here 0 0.00<br />
7. TOTAL SPECIAL EQUIPMENT<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
8. TRAVEL<br />
Number of people *<br />
Number of trips<br />
Trip Name Item description here 0.00<br />
Trip Name Item description here 0.00<br />
8. TOTAL TRAVEL<br />
0.00<br />
QUANTITY UNIT COST TOTAL COST REFERENCE<br />
Select Year<br />
9. OTHER DIRECT COSTS<br />
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12<br />
Other Direct Cost Item description here 0 0.00<br />
Other Direct Cost Item description here 0 0.00<br />
9. TOTAL OTHER DIRECT COST<br />
0.00 0 0 0 0 0 0 0 0 0 0 0 0<br />
RATE (%) TOTAL COST REFERENCE<br />
10. GENERAL & ADMINISTRATIVE (G&A)<br />
A. Rate in % X TOTAL TRAVEL<br />
B. Rate in % X TOTAL OTHER DIRECT LABOUR<br />
C. [Expand as needed]<br />
11. TOTAL FEE / PROFIT %<br />
A. Total Fee / Profit<br />
12. OTHER FACTORS<br />
A. [Expand as needed]<br />
GRAND TOTAL (CLIN 8)<br />
30/07/2012 Page 13 of 13
N A T O U N C L A S S I F I E D<br />
CO-13514-AMN12<br />
Provision of AMN NAEW Ground Entry Point<br />
NATO Authorisation Serial No AC/4-DS(2011) 0030<br />
Project Serial Number 2012/5VA30597-0<br />
BOOK II<br />
Prospective Contract<br />
Book II, Page 1<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
NCIA CONTRACT<br />
1. Original Number __ of 2. IMIS No : Page 1 of<br />
3. Contract Number: CO-13514-AMN12 4. Effective date:<br />
5. Contractor: 6. Purchaser: NCIO represented by:<br />
The General Manager<br />
NCI Agency<br />
Boulevard Leopold III<br />
B-1110 Bruxelles<br />
Tel: +32(0)2 707 83.35<br />
Fax: +32(0)2 707 87.70<br />
7. CONTRACT SCOPE:<br />
8. TOTAL AMOUNT OF CONTRACT : CURRENCY XXXX<br />
9. PERIOD OF PERFORMANCE 10. LOCATION OF WORK<br />
11. CONTRACT<br />
12. Signature of Contractor 13. Signature of Purchaser<br />
14. Name and Title of Signer 15. Name and Title of Signer<br />
16. Date signed by the Contractor 17. Date signed by the Purchaser<br />
Book II, Page 2<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
TABLE OF CONTENTS<br />
Book II, The Prospective Contract<br />
PART I - CONTRACT SCHEDULES .......................................................................<br />
PART II - SPECIAL CONTRACT PROVISIONS ..................................................<br />
PART III – NC3O GENERAL CONTRACT PROVISIONS..................................<br />
PART IV – STATEMENT OF WORK ...................................................................<br />
Book II, Page 3<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
CO-13514-AMN12<br />
Provision of AMN NAEW Ground Entry Point<br />
PART I - CONTRACT SCHEDULES<br />
(This Section is the same as the bidding sheets and will be incorporated as the<br />
SSS from the bidding sheets submitted by the successful Bidder)<br />
Book II, Page 4<br />
N A T O U N C L A S S I F I E D
NATO UNCLASSIFIED<br />
IFB CO-13514-AMN12<br />
BOOK II-PART II<br />
CONTRACT SPECIAL PROVISIONS<br />
NATO UNCLASSIFIED
NATO UNCLASSIFIED<br />
INDEX OF CLAUSES<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
1. ALTERATIONS, MODIFICATIONS, AND DELETIONS OF THE NCIA CONTRACT GENERAL<br />
PROVISIONS ................................................................................................................................... 1<br />
2. TYPE OF CONTRACT ..................................................................................................................... 2<br />
3. SCOPE OF WORK TO PROVIDE ISAF DEPLOYABLE KITS ....................................................... 2<br />
4. DURATION OF CONTRACT………………………………………………………………………………2<br />
5. PARTICIPATING COUNTRIES ....................................................................................................... 2<br />
6. CONTRACT PRICE .......................................................................................................................... 3<br />
7. TRAVEL & PER DIEM ..................................................................................................................... 4<br />
8. PRICING OF CHANGES, MODIFICATIONS, FOLLOW-ON CONTRACTS AND CLAIMS ........... 4<br />
9. PAYMENTS AND INVOICES ........................................................................................................... 4<br />
10. OPTION ............................................................................................................................................ 6<br />
11. TRANSPORTATION OF EQUIPMENT ............................................................................................ 6<br />
12. SHIPMENT ....................................................................................................................................... 6<br />
13. SECURITY ........................................................................................................................................ 7<br />
14. LIQUIDATED DAMAGES ................................................................................................................ 8<br />
15. INTELLECTUAL PROPERTY RIGHT, INDEMNITY AND ROYALTIES ......................................... 9<br />
16. SUPPLEMENTAL AGREEMENT(S), DOCUMENTS AND PERMISSIONS ...............................10<br />
17. RIGHTS IN TECHNICAL DATA .....................................................................................................11<br />
18. CLAIMS ..........................................................................................................................................11<br />
19. INSURANCES ................................................................................................................................11<br />
20. CARE AND DILIGENCE OF PROPERTY - RISK OF LOSS ........................................................11<br />
21. REGULATIONS ..............................................................................................................................12<br />
22. INDEPENDENT CONTRACTOR ...................................................................................................12<br />
23. PERFORMANCE GUARANTEE ....................................................................................................13<br />
24. NON DISCLOSURE AGREEMENT ...............................................................................................17<br />
25. KEY PERSONNEL .........................................................................................................................17<br />
26. RESPONSIBILITY OF THE CONTRACTOR TO INFORM EMPLOYEES OF WORK<br />
ENVIRONMENT .............................................................................................................................19<br />
27. MESSING, LODGING, WATER AND LAUNDRY SERVICES. .....................................................22<br />
28. PURCHASER DELAY OF WORK .................................................................................................23<br />
29. USE AND POSSESSION PRIOR TO ACCEPTANCE ..................................................................24<br />
30. COMPREHENSION OF CONTRACT AND SPECIFICATIONS………………………………… .19<br />
31. TECHNICAL DIRECTION ..............................................................................................................20<br />
32. CONTRACT ADMINISTRATION ...................................................................................................25<br />
33. CONTRACTOR COTS RESPONSIBILITY…………………………………………………………21<br />
NATO UNCLASSIFIED
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
34. INDEMNITY ...................................................................................................................... 22<br />
35. WARRANTY………………………………………………………………………………………………....23<br />
36. PURCHASER USE OF THIRD PARTIES…………………………………..……………………………27<br />
37. POINTS OF CONTACT ...................................................................................................................27<br />
ANNEX A: DECLARATION.................................................................................................................A1<br />
NATO UNCLASSIFIED
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Part II – Contract Special Provisions<br />
1. ALTERATIONS, MODIFICATIONS, AND DELETIONS OF THE<br />
NCIA CONTRACT GENERAL PROVISIONS<br />
a. Article 7- Firm Fixed Price Contract of the General Provisions is<br />
supplemented by Special Provisions Article 6, Contract Price.<br />
b. Article 8, Performance Guarantee of the General Provisions is supplemented<br />
by Special Provisions Article 23, Performance Guarantee.<br />
c. Article 9, Participating Countries of the General Provisions is supplemented<br />
by Special Provisions Article 5, Participating Countries.<br />
d. Article 11, Security of the General Provisions is supplemented by Special<br />
Provisions Article 13, Security.<br />
e. Article 18, Claims of the General Provisions is supplemented by Special<br />
Provisions Article 18, Claims.<br />
f. Article 19, Pricing of Changes, Modifications, Claims, is supplemented by<br />
Special Provisions Article 8 Changes, Modifications, Follow-on Contracts and<br />
Claims.<br />
g. Article 23, Use and Possession Prior To Acceptance of the General<br />
Provisions is supplemented by Special Provisions Article 29, Use and<br />
Possession Prior to Acceptance.<br />
h. Article 25, Invoices and Payment of the General Provisions is supplemented<br />
by Special Provisions Article 9, Invoices and Payments<br />
i. Article 29, Patent and Copyright Indemnity of the General Provisions is<br />
supplemented by Special Provisions Article 15, Intellectual Property Right,<br />
Indemnity and Royalties.<br />
j. Article 30, Intellectual Property of the General Provisions is supplemented by<br />
Special Provisions Article 15, Intellectual Property Right, Indemnity and<br />
Royalties.<br />
k. Article 35, Purchaser Delay Of Work of the General Provisions is<br />
supplemented by Special Provisions Article 28, Purchaser Delay of Work.<br />
l. Article 37, Liquidated Damages of the General Provisions is supplemented by<br />
Special Provisions Article 14, Liquidated Damages.<br />
NATO UNCLASSIFIED<br />
P a g e 1 of 26
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
2. TYPE OF CONTRACT<br />
This is a Firm Fixed Price Contract.<br />
3. SCOPE OF WORK TO PROVIDE ISAF DEPLOYABLE KITS<br />
3.1 The Contractor shall deliver and install the items specified in Part I the<br />
Schedule of Supplies and Services (SSS) attached in accordance with Part III -<br />
Statement of Work (SOW) and for the firm fixed prices stated in this Contract.<br />
4. DURATION OF CONTRACT<br />
4.1 It is the Purchaser‟s intention that the present Contract covers the totality of<br />
the requirements as covered by the Schedule of Supplies and Services and the<br />
Statement of Work with the exception of the Options (if any), unless those<br />
options are formally exercised and funded in accordance with the prescriptions<br />
of Article 10, “Option”.<br />
4.2 The work under the Contract shall commence on effective date of Contract<br />
shown on the signature page and be completed in accordance with the<br />
Schedule of Supplies and Services and Statement of Work.<br />
5. PARTICIPATING COUNTRIES<br />
5.1 The following NATO member nations have agreed to fund this acquisition<br />
effort: (in alphabetical order): ALBANIA, BELGIUM, BULGARIA, CANADA,<br />
CROATIA, THE CZECH REPUBLIC, DENMARK, ESTONIA, FRANCE,<br />
GERMANY, GREECE, HUNGARY, ICELAND, ITALY, LATVIA, LITHUANIA,<br />
LUXEMBOURG, THE NETHERLANDS, NORWAY, POLAND, PORTUGAL,<br />
ROMANIA, SLOVENIA, SLOVAKIA, SPAIN, TURKEY, THE UNITED KINGDOM<br />
and THE UNITED STATES.<br />
5.2 The Contractor may issue sub-contracts to firms and purchase from<br />
qualified vendors in any NATO member nation. None of the work, including<br />
project design, labour and services, shall be performed other than by firms from<br />
and within participating countries and Afghanistan, as per NATO policy.<br />
5.3 The Contractor shall notify in writing to the Purchaser immediately upon<br />
being informed of any change in the nationality of its Sub-contractor(s) which<br />
would prevent the Contractor from further complying with Clause 4.2 above. Upon<br />
receipt of this information from the Contractor, the Purchaser may, within three<br />
months from this notification, require the Contractor to find an alternate<br />
subcontractor, complying with the requirements set out in Clause 5.2 above.<br />
NATO UNCLASSIFIED<br />
P a g e 2 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
5.4 Unless authorized by NATO Policy, no material or items of equipment<br />
down to and including identifiable sub-assemblies delivered under this Contract<br />
shall be manufactured or assembled by a firm other than from and within a<br />
participating country.<br />
5.5 The intellectual property rights to all designed documentation and system<br />
operating software shall reside in NATO member countries, and no license fee, or<br />
royalty charges shall be paid by the Contractor to firms, individuals or<br />
governments other than within the NATO member community.<br />
6. CONTRACT PRICE<br />
6.1 Firm Fixed Price:<br />
6.1.1 Firm Fixed Prices are established for the items specified in Part I -<br />
Schedule of Supplies and Services (SSS). The Fixed Prices include all expenses.<br />
The Purchaser assumes no liability for cost incurred by the Contractor in excess<br />
of the stated Fixed Prices except as provided under other provisions of this<br />
Contract.<br />
6.2 Option Price:<br />
6.2.1 The prices provided by the Contractor for the Options Tables in SSS shall<br />
be held firm and fixed for the period of performance of the contract as defined in<br />
Article 4 above.<br />
6.1.2 If these Options are exercised, delivery of the added items shall be to the<br />
destination specified in the SSS. If the Purchaser specifies a destination that is<br />
not part of the SSS, the Parties will agree to an equitable adjustment as may be<br />
required to reflect any additional costs incurred by the Contractor in making such<br />
delivery.<br />
NATO UNCLASSIFIED<br />
P a g e 3 of 29
7. TRAVEL & PER DIEM<br />
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
7.1 All travel and per diem costs are included in the Firm Fixed Prices,<br />
together with cost of lodging and subsistence costs for all individuals.<br />
8. PRICING OF CHANGES, MODIFICATIONS, FOLLOW-ON CONTRACTS<br />
AND CLAIMS<br />
8.1 The Purchaser may at any time, by written order designated or indicated to<br />
be a change order, and without notice to the sureties, if any, make changes within<br />
the scope of any Contract or Task Order, in accordance with Clause 16 –<br />
“Changes” of the Contract General Provisions.<br />
8.2 Changes, modifications, follow-on contracts of any nature, and claims shall<br />
be priced in accordance with Clause 19 – “Pricing of Changes, Amendments and<br />
Claims” of the Contract General Provisions, and with the "Purchaser's Pricing<br />
Principles" as set out in the <strong>Annex</strong> to the Contract General Provisions.<br />
8.3 Except otherwise provided for in this contract, prices quoted for the abovementioned<br />
changes, modifications, etc shall have a minimum validity period of six<br />
(6) months from submission.<br />
8.4 The pricing information contained in the cost breakdown sheets submitted<br />
with the Bidding sheets, as part of the Contractor‟s proposal, and especially the<br />
forward labour rates provided, will constitute the basis for any future negotiations<br />
related to possible future amendments to this Contract.<br />
9. INVOICES AND PAYMENTS<br />
9.1 Invoices in respect of any service and/or deliverable shall be prepared and<br />
submitted as specified hereafter and shall contain: Contract number (CO-13514-<br />
AMN12), Contract Amendment number (if any), PO Number [TBD], the<br />
identification of the performance rendered in terms of Contract Line Item Number<br />
(CLIN). The invoice shall also contain the extended totals minus previously<br />
invoiced amounts (if any) exclusive of taxes and duties for which relief is available<br />
as stated in Article “Taxes and Duties” of the Contract General Provisions.<br />
9.2 Any invoices associated with the Contract shall be sent in the form of one<br />
ORIGINAL to the following address:<br />
NCIA<br />
Financial Management Resource Centre (FMRC)<br />
Boulevard Leopold III<br />
1110 Brussels, Belgium<br />
9.3 Each invoice shall contain the following certificate:<br />
NATO UNCLASSIFIED<br />
P a g e 4 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
“I certify that the above invoice is true and correct, that the delivery of the abovedescribed<br />
items has been duly effected and/or that the above-mentioned services<br />
have been rendered and the payment therefore has not been received. The<br />
invoice amount is exclusive of VAT and exclusive of all Taxes and Duties as<br />
stipulated in Article “Taxes and Duties” of Contract General Provisions”.<br />
9.4 The certificate mentioned above shall be signed by a duly authorised<br />
company official on the designated original. Payment of the Services and<br />
Deliverables shall be made in the currency stated in Part 1, Schedule of Supplies<br />
and Services.<br />
9.5 The Contractor shall be entitled to submit invoices, no more than one invoice<br />
per month. Subject to the above, payment for the items under this Contract with the<br />
exception of the option items specified below shall be made in accordance with the<br />
following payments schedule<br />
<br />
<br />
<br />
<br />
<br />
10% at Purchaser acceptance of the Project Management Plan<br />
25% at Purchaser acceptance of the System Design Documentation<br />
25% at Purchaser approval of the Fit-For Use Test Report<br />
30% at Purchaser acceptance of the Provisional Site Acceptance<br />
documentation<br />
10% at Purchaser granting the Final Site Acceptance<br />
9.6 Invoice shall correspond to the successful completion of a Milestone, and<br />
shall contain the required documented evidence of the successful completion of<br />
each CLIN of that Milestone, including all required testing and acceptance<br />
documents for all the CLINs of that milestone.<br />
9.7 Payment schedule milestones are conditioned to the completion of all CLINs<br />
in the SSS with a scheduled delivery date which falls before the respective<br />
milestone.<br />
9.8 All payments, for the invoices specified above, shall be made to the<br />
Contractor's financial institution as indicated on the invoice within 45 calendar<br />
days after receipt by NCIA of the properly supported and certified invoices<br />
submitted after acceptance in writing by the Purchaser. Payments shall be<br />
deemed made when the cheque or bank transfer order is made by the Purchaser.<br />
9.9 The term of the contract may not be exceeded without prior approval of the<br />
Purchaser. In no case will the Purchaser make payment above the total of the<br />
corresponding CLIN.<br />
9.10 No payment shall be made with respect to undelivered supplies, tasks or<br />
services not performed.<br />
NATO UNCLASSIFIED<br />
P a g e 5 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
9.11 The Purchaser shall not bear any liability related to financial guarantees<br />
which the Contractor is required to provide under this Contract.<br />
9.12 Payments for services and deliverables shall be made in the currency stated<br />
by the Contractor for the relevant Contract Line Item.<br />
9.13 The Purchaser is released from paying interest on invoices resulting from<br />
any reason whatsoever.<br />
10. OPTION<br />
10.1 The Purchaser shall have the right to exercise the Option CLINs identified in<br />
the Schedule of Supplies and Services (SSS) at any time prior to the end of the<br />
warranty period.<br />
10.2 The Contractor understands that there is no obligation under this Contract for<br />
NCIA to exercise any of the optional line items and that NCIA bears no liability<br />
should it decide not to exercise the options (totally or partially). Further, NCIA<br />
reserves the right to order another Contractor (or the same), to perform the<br />
tasks described in the optional line items of the current Contract through a new<br />
Contract with other conditions.<br />
10.3 The Purchaser reserves the right to increase quantity of any of the contract<br />
CLINs and procure additional items at the same price as provided for this CLIN.<br />
If the Purchaser decides to do so, he shall inform the Contractor not later than 1<br />
month before the Final System Acceptance.<br />
11. TRANSPORTATION OF EQUIPMENT<br />
11.1 All supplies covered under this Contract, including items shipped under<br />
warranty for repair or otherwise, shall be transported to and from all destinations<br />
at the responsibility of the Contractor. The Purchaser shall not be liable for any<br />
storage, damage, accessorial or any other charges involved in such transporting<br />
of supplies.<br />
12. SHIPMENT<br />
12.1 The Point of Contact (POC) for all shipment instructions and shipments<br />
request is:<br />
Mr Jackie Robinson<br />
NATO CI Agency<br />
Boulevard Leopold III<br />
B-1110 Brussels<br />
Belgium<br />
NATO UNCLASSIFIED<br />
P a g e 6 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
Tel: +32 (0)2 707 8498<br />
Fax: +32 (0)2 707 8770<br />
E-mail: jackie.robinson@NCIA.nato.int<br />
12.2 All equipment and documentation required shall be delivered to<br />
KAIA, Depot 26, ISAF HQ, Kabul, Afghanistan.<br />
12.3 All consignments/packages shall be clearly marked with the following<br />
information:<br />
Contract Number:<br />
Contract Title:<br />
Project Number:<br />
CO-13514-AMN12<br />
Provision for Remote Access and Networking<br />
Monitoring Services<br />
Serial 2012/5VA30597-0<br />
12.4 All consignments must bear an „End User‟ identifier, consignments which<br />
do not bear such a marking or consignments marked for split „End Users‟ will be<br />
returned to the Contractor and or his agent. The Contractor shall be responsible<br />
for any additional cost(s) incurred by the Purchaser in respect of such<br />
consignments.<br />
13. SECURITY<br />
13.1 The Contractor is responsible, in accordance with NATO and National<br />
Security regulations, for the proper handling, storage and control of any classified<br />
documents and information as may be furnished to the Contractor in relation to<br />
the performance of the present Contract.<br />
13.2 The security classification of this Contract is “NATO UNCLASSIFIED” when<br />
separated from RESTRICTED <strong>Annex</strong>es.<br />
13.3 Contractor's personnel visiting or working at Purchaser‟s facilities in<br />
connection with this Contract shall hold a confirmed NATO SECRET security<br />
clearance valid for the duration of the Contract at the Effective Date of Contract<br />
(EDC). This requirement applies to all sub-Contracts issued by the Contractor for<br />
the effort under this prime Contract.<br />
13.4 It is the responsibility of the Contractor to ensure that his personnel obtain<br />
the required security clearances and transmit this information to the sites to be<br />
visited in adequate time that the site may perform the appropriate administration.<br />
NATO UNCLASSIFIED<br />
P a g e 7 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
13.5 The Contractor is advised that the personnel security process may be<br />
lengthy. The Purchaser bears no responsibility for the failure of the Contractor to<br />
secure the required clearances for its personnel within the necessary time.<br />
13.6 The Contractor bears full responsibility and liability under the Contract for<br />
delays arising from the failure of the Contractor to adhere to the security<br />
requirements.<br />
13.7 If during the performance of the Contract, Contractor's personnel need to be<br />
escorted because of non-availability of the security clearance required by the<br />
Site, the Contractor shall pay to the Purchaser a compensatory fee of 500 Euro<br />
per day of escort that may be deducted by the Purchaser univocally and at its<br />
sole discretion from any invoice submitted and relevant to the performance under<br />
this Contract.<br />
13.8 All NATO CLASSIFIED material entrusted to the Contractor shall be<br />
handled and safeguarded in accordance applicable security regulations.<br />
13.9 In the absence of valid security clearances for the Contractor's personnel<br />
during the performance of the Contract, the Purchaser reserves the right to<br />
terminate the Contract for “Default” as per the “Termination for Default” Article of<br />
the Contract General Provisions.<br />
14. LIQUIDATED DAMAGES<br />
14.1 If the Contractor fails to:<br />
14.1.1 successfully meet the required performance dates as defined in the<br />
Schedule of Supplies and Services, or any extension thereof, or<br />
14.1.2 deliver and obtain acceptance of the Deliverables or to acceptably perform<br />
the<br />
services as specified in the Schedule of Supplies and Services to this Contract,<br />
the actual damage to the Purchaser for the delay will be difficult or impossible to<br />
determine. Therefore, in lieu of actual damages the Contractor shall pay to the<br />
Purchaser, for each day of delinquency in achieving the requirements of 14.1.1<br />
and 14.1.2, fixed and agreed liquidated damages of 0.5% (one half of one per<br />
cent) per day of the total payment amount for each Payment Event as scheduled<br />
in the Article 9, Payments and Invoices.<br />
14.2 In addition, the Purchaser may terminate this Contract as provided in the<br />
Article<br />
NATO UNCLASSIFIED<br />
P a g e 8 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
entitled "Termination for Default” of the Contract General Provisions. In the event<br />
of such a termination, the Contractor shall be liable for Liquidated Damages<br />
accruing to the date of termination, as well as the excess costs provided in<br />
paragraph 2 of the Article.<br />
14.3 The Contractor shall not be charged with liquidated damages when the delay<br />
arises out of causes beyond the control and without the fault or negligence of<br />
the Contractor as defined in the Article entitled ”Termination for Default" of the<br />
Contract General Provisions. In such event, subject to the provisions of the<br />
“Disputes” Article of the Contract General Provisions, the Purchaser shall<br />
ascertain the facts and extent of the delay and shall extend the time for<br />
performance of the Contract when in his judgement the findings of fact justify an<br />
extension.<br />
14.4 Liquidated damages shall be payable to the Purchaser from the first day of<br />
delinquency and shall accrue at the rate specified to a maximum of 10% of the<br />
total payment amount for each Payment Event as scheduled in Article 9,<br />
Payments and Invoices. The aggregate sum of liquidated damages which may<br />
be applied for the total Contract will not exceed 10% of the value of the total<br />
Contract. These liquidated damages shall accrue automatically and without any<br />
further notice being required. Application of liquidated damages for any exercised<br />
Contract Options will be as specified in the written amendment to the Contract<br />
exercising the Option.<br />
14.5 The amount of Liquidated Damages due by the Contractor shall be<br />
recovered by the Purchaser in the following order of priority:<br />
a. By deducting such damages from the amounts due to the Contractor against<br />
the Contractor's invoices.<br />
b. By proceeding against any surety or deducting from the Performance<br />
Guarantee<br />
c. By reclaiming such damages through appropriate legal remedies.<br />
15. INTELLECTUAL PROPERTY RIGHT, INDEMNITY AND<br />
ROYALTIES<br />
15.1 The Contractor shall assume all liability and indemnify the Purchaser, its<br />
officers, agents and employees against liability, including costs for the<br />
infringement of any patents or copyright in force in any countries arising out of the<br />
manufacture, services performed or delivery of supplies, or out of the use or<br />
disposal by or for the account of the Purchaser of such supplies. The Contractor<br />
NATO UNCLASSIFIED<br />
P a g e 9 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
shall be responsible for obtaining any patent or copyright licences necessary for<br />
the performance of this Contract and for making all other arrangements required<br />
to indemnify the Purchaser from any liability for patent or copyright infringement in<br />
said countries.<br />
15.2 The Contractor shall exclude from his prices any royalty pertaining to<br />
patents which in accordance with agreements reached between NATO countries<br />
may be utilised free of charge by member nations of NATO and by NATO<br />
organisations.<br />
15.3 The Contractor shall report in writing to the Purchaser during the<br />
performance of this Contract:<br />
a. The royalties excluded from his price for patent utilised under the<br />
agreements mentioned in the paragraph above.<br />
b. The amount of royalties paid or to be paid by the Contractor directly<br />
to others in performance of this Contract.<br />
16. SUPPLEMENTAL AGREEMENT(S), DOCUMENTS AND<br />
PERMISSIONS<br />
16.1 The Contractor has submitted all relevant draft supplemental<br />
agreement(s), documents and permissions prior to contract award, the<br />
execution of which by the Purchaser is/are required by national law or<br />
regulation. If any supplemental agreements, documents and permissions are<br />
introduced after contract award, and it is determined that the Contractor failed to<br />
disclose the requirement for the execution of such agreement from the<br />
Purchaser prior to contract signature, the Purchaser may terminate this contract<br />
for Default, in accordance with Book II, Part III – NCIO General Provisions.<br />
16.2 Supplemental agreement(s), documents and permissions, the<br />
execution of which by the Purchaser is/are required by national law or regulation<br />
and that have been identified by the Contractor prior to the signature of this<br />
contract, but have not yet been finalised and issued by the appropriate<br />
governmental authority, are subject to review by the Purchaser. If such<br />
supplemental agreement(s), documents and permissions are contrary to<br />
cardinal conditions of the signed contract between the Parties, and the Parties<br />
and the appropriate governmental authority can not reach a mutual satisfactory<br />
resolution of the contradictions, the Purchaser reserves the right to terminate<br />
this contract and the Parties agree that in such case the Parties mutually release<br />
each other from claim for damages and costs of any kind, and any payments<br />
received by the Contractor from the Purchaser will be refunded to the Purchaser<br />
by the Contractor.<br />
NATO UNCLASSIFIED<br />
P a g e 10 of 29
NATO UNCLASSIFIED<br />
17. RIGHTS IN TECHNICAL DATA<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
17.1 The Contractor hereby grants the Purchaser the unrestricted rights without<br />
further payment to use duplicate or disclose, in whole or in part, any technical<br />
data, resulting directly from the performance of this Contract. For the purpose of<br />
this clause, “technical data” is defined to mean all recorded information of a<br />
technical nature to support, maintain or operate the services being purchased<br />
under this Contract. It is to include, but is not limited to, technical literature such<br />
as text in manuals, drawings, design documents, equipment instructions,<br />
illustrations, schematics or wiring diagrams, test procedures, parts lists, computer<br />
software etc.<br />
17.2 For computer software, subject to the application of a site license or any<br />
other form of restricted rights, the Purchaser shall have the rights to duplicate the<br />
computer software for back-up storage or all other similar operational<br />
requirements to permit the system equipment recovery in case of fire, flood or any<br />
other major system breakdown.<br />
17.3 As used in the above paragraph, “computer software” means a series of<br />
instructions or statements in a form acceptable to the computer designed to<br />
cause the computer to execute an operation or instructions. Computer software<br />
includes operating systems, assemblers, compilers, interpreters, data<br />
management systems, utility programmes and ADP equipment maintenance and<br />
diagnostic programmes, as well as applications programmes. Computer<br />
programmes may either be machine-dependent and may be general purpose in<br />
nature or designed to satisfy the requirements of a particular user.<br />
18. CLAIMS<br />
18.1 The decision rendered by the Authority on any Claim submitted in<br />
accordance of Clause 18 of General Provisions shall be final, without prejudice<br />
to the Purchaser‟s rights under Clauses 41 (Disputes) and 42 of the General<br />
Provisions (Arbitration).<br />
19. INSURANCES<br />
19.1 The Contractor is responsible for providing the necessary insurance for his<br />
personnel and equipment as needed in the area of operations and for<br />
performing the contract<br />
20. CARE AND DILIGENCE OF PROPERTY - RISK OF LOSS<br />
20.1 The Contractor shall use reasonable care to avoid damaging building,<br />
equipment, and vegetation (such as trees, shrub and grass) on the work site.<br />
NATO UNCLASSIFIED<br />
P a g e 11 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
20.2 If the Contractor damages any such building or equipment, he shall repair<br />
the damage as directed by the Purchaser and at no expenses to the Purchaser.<br />
If he fails or refuses to make such repair or replacement, the Contractor shall be<br />
liable for the cost thereof, which may be deducted from the Contract price.<br />
20.3 The Purchaser shall exercise due care and diligence for Contractor's and<br />
Purchaser‟s equipment, tools and materials at each Node (site) supplied and/or<br />
used for the performance of this Contract. Notwithstanding anything to the<br />
contrary herein contained in this Contract, the Purchaser will not assume any<br />
liability for damages occurring to or occasioned by said equipment, tools and<br />
materials except for (i) gross negligence or wilful misconduct of the Purchaser or<br />
his servants, agents or subcontractors or (ii) loss due to events covered under<br />
Clause 24 “Force Majeure”.<br />
21. REGULATIONS<br />
21.1 The Contractor shall be responsible for obtaining permits or licences to<br />
comply with national codes, laws and regulations or local rules and practices of<br />
the country of installation with the respect of any works carried out at the<br />
designated installation sites stated under this Contract.<br />
21.2 The Contractor shall take any necessary measure to protect the life and<br />
health of persons working or visiting the work area occupied by him. These<br />
measures include compliance with the country of installation‟s safety provisions.<br />
21.3 In the performance of all work under this Contract, it shall be the<br />
Contractor's responsibility to ascertain and comply with all applicable NATO<br />
security regulations as implemented by the local Headquarters' security Officer.<br />
22. INDEPENDENT CONTRACTOR<br />
22.1 The Personnel provided by the Contractor are at all times employees of the<br />
Contractor and not the Purchaser. In no case shall Contractor personnel act on<br />
behalf of or as an agent for NATO or any of its bodies. In no way shall the<br />
Contractor personnel claim directly or indirectly to represent NATO in an official<br />
capacity or claim themselves to be NATO employees.<br />
22.2 The Purchaser shall not be responsible for securing work permits, lodging,<br />
leases nor tax declarations, driving permits, etc., with national or local authorities.<br />
Contractors personnel employed under this Contract are not eligible for any<br />
diplomatic privileges or for NATO employee benefits.<br />
NATO UNCLASSIFIED<br />
P a g e 12 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
23. PERFORMANCE GUARANTEE<br />
23.1 As a guarantee of performance under the Contract, the Contractor shall<br />
deposit with the Purchaser within thirty (30) calendar days from the Effective Date<br />
of Contract, or the Contract Signature Date by both parties, whichever is the later,<br />
a bank guarantee to the value of ten per cent (10%) of the total contract price;<br />
23.2 The guarantee, the negotiability of which shall not elapse before the<br />
expiration of the warranty period, or such other period as may be specified in the<br />
Contract, shall be made payable to the Purchaser and may be in the form of<br />
certified cheques or a Standby Letter of Credit subject to the agreement of the<br />
Purchaser. In the case of a Standby Letter of Credit, payment shall be made to<br />
the Purchaser without question and upon first demand by the Purchaser against a<br />
certificate from the Purchaser's Contracting Authority that the Contractor has not<br />
fulfilled its obligations under the Contract. The Contractor shall have no right to<br />
enjoin or delay such payment.<br />
23.3 Certified Cheques issued to fulfil the requirements of the Performance<br />
Guarantee will be cashed by the Purchaser upon receipt and held in the<br />
Purchaser's account until the term of the Guarantee has expired.<br />
23.4 The standby letter of credit shall be subject to Belgian Law and financial<br />
practices and shall be issued by a Belgian bank or a Belgian affiliate of a non-<br />
Belgian bank licensed to operate in Belgium, unless otherwise specified by the<br />
Purchaser.<br />
23.5 The Contractor shall request in writing relief from the performance<br />
guarantee upon expiration of the warranty period or such other period as may be<br />
specified in the Contract and such relief will be granted by the Purchaser.<br />
23.6 The Contractor shall be responsible, as a result of duly authorised<br />
adjustments in the total contract price and/or period of performance by the<br />
Purchaser, for obtaining a commensurate extension and increase in the<br />
performance guarantee, the value of which shall not be less than ten per cent<br />
(10%) of the total contract price (including all amendments), and for depositing<br />
such guarantee with the Purchaser, within thirty (30) calendar days from the<br />
effective date of aforesaid duly authorised adjustment.<br />
23.7 The failure of the Contractor to deposit such Guarantee with the Purchaser<br />
within the specified time frame, or any extension thereto granted by the<br />
Purchaser's Contracting Authority, is a material breach of the Contract terms and<br />
conditions subject to the provisions of the Contract regarding Termination For<br />
Default.<br />
NATO UNCLASSIFIED<br />
P a g e 13 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
23.8 The rights and remedies provided to the Purchaser under this clause are in<br />
addition to any other rights and remedies provided by law or under this contract.<br />
The certificate described in 8(b) above shall not be regarded as a Termination for<br />
Default and this clause is in addition to and separate from the clause of the<br />
Contract detailing termination for default.<br />
23.9 If the Contractor elects to post the Performance Guarantee by Standby<br />
Letter of Credit, the form of the document shall be substantially as follows:<br />
PERFORMANCE GUARANTEE STANDBY LETTER OF CREDIT<br />
Standby Letter of Credit Number:<br />
Issue Date:<br />
Initial Expiry Date:<br />
Final Expiry Date:<br />
________________<br />
_________________<br />
_________________<br />
Beneficiary:<br />
NATO CI Agency, Financial Management Office<br />
Boulevard Leopold III, B-1110, Brussels<br />
Belgium<br />
1. We hereby establish in your favour our irrevocable standby letter of<br />
credit number {number} by order and for the account of (NAME AND<br />
ADDRESS OF CONTRACTOR) in the amount of<br />
________________________________________. We are advised<br />
this undertaking represents fulfilment by (NAME OF CONTRACTOR)<br />
of certain performance requirements under Contract No.<br />
______________________ dated ____________________ between<br />
the NATO CI Agency (“NCIA”) and (NAME OF CONTRACTOR).<br />
2. We hereby engage with you that drafts drawn under and in<br />
compliance with the terms of this letter of credit will be duly honoured<br />
upon presentation of documents to us on or before the expiration date<br />
of this letter of credit.<br />
3. Funds under this letter of credit are available to you without question<br />
or delay against presentation of a certificate signed by the NATO CI<br />
Agency Contracting Officer which states,<br />
“(NAME OF CONTRACTOR) has not fulfilled its<br />
obligations under Contract No. __________ dated<br />
_________ between NATO CI Agency and (NAME OF<br />
NATO UNCLASSIFIED<br />
P a g e 14 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
CONTRACTOR) (herein called the “Contract”), and the<br />
NATO CI Agency, as beneficiary, hereby draws on the<br />
standby letter of credit number ________ in the amount<br />
of $(Amount up to the maximum available under the<br />
LOC), such funds to be transferred to the account of<br />
the Beneficiary number ___________________(to be<br />
identified when certificate is presented).”<br />
Such certificate shall be accompanied by the original of this letter of<br />
credit.<br />
4. This Letter of Credit is effective the date hereof and shall expire at<br />
our office located at (Bank Address) on _________________.<br />
All demands for payment must be made prior to the expiry date.<br />
5. It is a condition of this letter of credit that the expiry date will be<br />
automatically extended without amendment for a period of one (1) year<br />
from the current or any successive expiry date unless at least 90<br />
(ninety) calendar days prior to the then current expiry date we notify<br />
you by registered mail and notify (NAME OF CONTRACTOR) that we<br />
elect not to extend this letter of credit for such additional period.<br />
However, under no circumstances will the expiry date extend beyond<br />
______________________ (“Final Expiry Date”) without amendment.<br />
6. We may terminate this letter of credit at any time upon 90 (ninety)<br />
calendar days notice furnished to both (NAME OF CONTRACTOR)<br />
and the NATO CI Agency by registered mail.<br />
7. In the event we (the issuing bank) notify you that we elect not to<br />
extend the expiry date in accordance with paragraph 6 above, or, at<br />
any time, to terminate the letter of credit, funds under this credit will be<br />
available to you without question or delay against presentation of a<br />
certificate signed by the NATO CI Agency Contracting Officer which<br />
states<br />
“The NATO CI Agency has been notified by {issuing<br />
bank} of its election not to automatically extend the<br />
expiry date of letter of credit number {number} dated<br />
{date} pursuant to the automatic renewal clause (or to<br />
terminate the letter of credit). As of the date of this<br />
certificate, no suitable replacement letter of credit, or<br />
equivalent financial guarantee has been received by<br />
the NATO CI Agency from, or on behalf of (NAME OF<br />
NATO UNCLASSIFIED<br />
P a g e 15 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
CONTRACTOR). (NAME OF CONTRACTOR) has,<br />
therefore, not fulfilled its obligations under Contract No.<br />
_______________ dated _____________ between<br />
NATO CI Agency and (NAME OF CONTRACTOR), and<br />
the NATO CI Agency, as beneficiary, hereby draws on<br />
the standby letter of credit number ________ in the<br />
amount of $(Amount up to the maximum available<br />
under the LOC), such funds to be transferred to the<br />
account of the Beneficiary number<br />
___________________ (to be identified when<br />
certificate is presented).”<br />
Such certificate shall be accompanied by the original of this letter of<br />
credit and a copy of the letter from the issuing bank that it elects not to<br />
automatically extend the standby letter of credit, or terminating the<br />
letter of credit.<br />
8. The Beneficiary may not present the certificate described in<br />
paragraph 7 above until 20 (twenty) calendar days prior to a) the date<br />
of expiration of the letter of credit should {issuing bank} elect not to<br />
automatically extend the expiration date of the letter of credit, b) the<br />
date of termination of the letter of credit if {issuing bank} notifies the<br />
Beneficiary that the letter of credit is to be terminated in accordance<br />
with paragraph 6 above.<br />
9. Multiple partial drawings are allowed to the maximum value of the<br />
standby letter of credit.<br />
10. This letter of credit sets forth in full the terms of our<br />
undertaking, and this undertaking shall not in any way be modified,<br />
amended, or amplified by reference to any document, instrument, or<br />
agreement referred to herein (except the International Standby<br />
Practices (ISP 98) hereinafter defined) or in which this letter of credit is<br />
referred to or to which this letter of credit relates, and any such<br />
reference shall not be deemed to incorporate herein by reference any<br />
document, instrument, or agreement.<br />
11. This Letter of Credit is subject to The International Standby<br />
Practices-ISP98 (1998 Publication) International Chamber of<br />
Commerce Publication No.590.<br />
NATO UNCLASSIFIED<br />
P a g e 16 of 29
NATO UNCLASSIFIED<br />
24. NON DISCLOSURE AGREEMENT<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
24.1 All Contractor and sub-Contractor personnel working at any NATO<br />
Organisation / Commands premises or having access to NATO classified /<br />
commercial-in-confidence information must certify and sign the Declaration<br />
attached hereto at <strong>Annex</strong> A and provide it to the NCIA Contracting officer prior to<br />
the commencement of any performance under this Contract.<br />
25. KEY PERSONNEL<br />
25.1 The key personnel proposed by the Contractor in his Project Management<br />
Plan‟<br />
and that satisfy the personnel requirements laid down in the SOW are considered<br />
to be key to the performance of this contract and may not be replaced by the<br />
Contractor with substitute personnel without the prior written approval of the<br />
Purchaser.<br />
25.2 If any options are exercised, the Key Personnel provisions will apply to the<br />
option period from the effective date of the Contract.<br />
25.3 The following personnel are considered to be Key Personnel for successful<br />
contract<br />
performance and is subject to the provisions of this Article as set forth in the<br />
following paragraphs:<br />
To be Filled At Contract Award Phase and Shall Reflect Key Personnel Listed in<br />
Winning Technical Proposal<br />
a. Project Manager :<br />
b. Technical Lead:<br />
c. Test Director:<br />
d. Quality Assurance Manager:<br />
25.4 Under the terms of this Article, Key Personnel may not be voluntarily<br />
diverted by the Contractor to perform work outside the Contract. In cases where<br />
the Contractor has no control over the individual‟s non-availability (e.g.,<br />
resignation, sickness, incapacity, etc.), the Contractor shall notify the Purchaser<br />
of a change of key personnel within 10 days of the date of knowledge of the<br />
prospective vacancy and offer a substitute with equivalent qualifications with no<br />
additional costs for the Purchaser.<br />
NATO UNCLASSIFIED<br />
P a g e 17 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
25.5 Contractor personnel proposed in substitution of previously employed<br />
Contractor Project Manager and Deputy Project Manager shall be interviewed<br />
and approved by NCIA, Project Manager before substitution acceptance is<br />
granted in writing by the Purchaser contracting Authority.<br />
25.6 In the event of a substitution of any key personnel listed in paragraph<br />
25.5 above and prior to commencement of performance, the Contractor shall<br />
provide a CV for the personnel proposed. The CV shall clearly stipulate:<br />
<br />
<br />
Full details of professional and educational background;<br />
Evidence that the personnel is qualified in pertinent contract related<br />
areas per the SOW;<br />
25.7 The Contractor shall take all reasonable steps to avoid changes to Key<br />
Personnel assigned to this project except where changes are unavoidable or are<br />
of a temporary nature. Any replacement personnel shall be of a similar grade,<br />
standard and experience as the individual to be substituted.<br />
25.8 Furthermore, even after acceptance of a Contractor‟s staff member on<br />
the basis of is/her CV and/or interview (Project Manager and Deputy Project<br />
Manager), the Purchaser reserves the right to reject the Contractor‟s staff<br />
member, if the individual is not meeting the required level of competence. The<br />
Purchaser will inform the Contractor, in writing in cases where such a decision is<br />
taken and the Contractor shall propose and make another staff member<br />
available within ten working days after the written notification. The Purchaser<br />
shall have no obligation to justify the grounds of its decision and its acceptance<br />
of staff members shall in no way relieve the Contractor of his responsibility to<br />
achieve the contractual and technical requirements of this Contract nor imply<br />
any responsibility to the Purchaser.<br />
25.9 After acceptance in writing by the Purchaser of a substitution of staff,<br />
based on a CV and/or interview, paragraph 25.8 shall be applicable again, if<br />
necessary.<br />
25.10 The Purchaser may at any time require the Contractor immediately to<br />
cease to employ the above named Key Personnel under the present contract if,<br />
in the opinion of the Purchaser, his/her employment is undesirable. The<br />
Contractor shall replace any such employee in accordance with paragraph 25.5<br />
and 25.6 above.<br />
25.11 In those cases where, in the judgement of the Purchaser, the inability of<br />
the Contractor to provide a suitable replacement in accordance with the terms of<br />
this clause may potentially endanger the progress under the contract, the<br />
NATO UNCLASSIFIED<br />
P a g e 18 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
Purchaser shall have the right to terminate the contract in accordance with the<br />
terms of the General Clause entitled “Default”.<br />
25.12 Any change of status or reorganisation of the Contractor‟s practice, or<br />
any change in the responsibility for the execution of the Contract shall be<br />
reported to the Purchaser immediately when the change or reorganisation is<br />
promulgated.<br />
25.13 The Contractor‟s Key Personnel required to interface directly with the<br />
Purchaser‟s counterparts, shall have the capability to readily communicate (oral<br />
and written fluency) in English and to provide, if requested official documents<br />
destined for distribution during the course of the Contract in English, as<br />
described under <strong>Annex</strong> C to the Statement of Work.<br />
25.14 The Purchaser may, for just cause, require the Contractor to remove<br />
his employee. Notice for removal will be given to the Contractor by the<br />
Purchaser in writing and will state the cause justifying the removal. The notice<br />
will either demand substitution for the individual involved and /or contain a notice<br />
for default and the remedies to be sought by the Purchaser.<br />
26. RESPONSIBILITY OF THE CONTRACTOR TO INFORM<br />
EMPLOYEES OF WORK ENVIRONMENT<br />
26.1 The Contractor shall inform his employees under this Contract of the terms<br />
of the Contract and the conditions of the working environment.<br />
26.2 Specifically, personnel shall be made aware of all risks associated with the<br />
performance under this Contract, the conditions of site in which the performance<br />
is to take place and living conditions while performing within the boundaries of the<br />
Contract.<br />
26.3 The selection of adequate personnel shall remain sole responsibility of the<br />
Contractor.<br />
27. CONTRACTOR PERFORMANCE IN OPERATIONAL AREA –<br />
AFGHANISTAN.<br />
27.1. The Contractor shall ensure all Contractors and sub-Contractors personnel are<br />
aware of the Travel Arrangements for personnel going into Afghanistan and the<br />
personnel protection requirements whilst in theatre as set out in the following<br />
paragraphs.<br />
NATO UNCLASSIFIED<br />
P a g e 19 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
27.2. Coordination of travel to Afghanistan, including booking seats on commercial<br />
aircraft, luggage arrangements and timing shall be the Contractor‟s responsibility, the<br />
cost of which shall be included in the firm fixed price of this Contract.<br />
27.3. The Purchaser may decide on a case by case basis, to mandate military air<br />
transportation to/from Afghanistan through a NATO designated airfield, normally<br />
through Germany but alternatively through any other NATO country in Europe. If<br />
military air transport is provided, the Contract will be amended to include the<br />
corresponding Option for use of NATO Military transportation in place of the<br />
Commercial Flight.<br />
27.4. All travel of Contractor personnel to Afghanistan shall be fully coordinated with<br />
the Purchaser, a minimum of 3 weeks in advance. While deployed in Afghanistan all<br />
Contractor personnel shall hand carry the following documents:<br />
27.4.1. Valid NATO Security Clearance (to be arranged by the Contractor through<br />
their national authorities)<br />
27.4.2. Letter of Assignment to ISAF (to be requested from the Purchaser)<br />
27.4.3. NATO Travel Order (to be requested from the Purchaser)<br />
27.4.4. Valid Passport<br />
27.4.5. Valid VISA (to be arranged by the Contractor)<br />
27.4.6. The ISAF Military Technical Agreement (provided by the Purchaser)<br />
27.5. All movement in theatre will be in military provided transport provided by the<br />
Purchaser and in accordance with the current force protection measures specified by<br />
HQ ISAF, commensurate with the threat level.<br />
27.6. All intra theatre travel shall be arranged through the NCIA field office in Kabul,<br />
and approved by the local NATO POC or other authorized personnel under military<br />
jurisdiction.<br />
27.7. To facilitate the booking of personnel, the following information will be required<br />
in advance of transportation:<br />
27.7.1. Full name of the person to be employed „on-site‟ and private address<br />
27.7.2. Gender (for billeting purposes)<br />
27.7.3. Passport number and nationality<br />
NATO UNCLASSIFIED<br />
P a g e 20 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
27.7.4. Emergency contact information (full name, telephone number, address)<br />
27.7.5. Blood Type<br />
27.8. Availability of military transport can be limited depending on operational<br />
priorities. The Contractor shall be responsible for flexible re-tasking of personnel in<br />
case transport to specific locations is not available.<br />
27.9. All Purchaser caused travel delays shall be reported back to the field office not<br />
later than 5 days after occurrence, and include:<br />
27.9.1. date and location when the delay occurred<br />
27.9.2. type of transport which was delayed<br />
27.9.3. reason for the delay<br />
27.9.4. Contractor staff involved<br />
27.9.5. alternative travel routes or activities to be performed which were investigated<br />
27.9.6. alternative activities actually performed<br />
27.10. A travel delay is defined as a delay of more than 24 hours on the planned<br />
travel itinerary.<br />
27.11. The Contractor shall make all attempts to provide the minimum number of<br />
personnel in theatre that is required to perform their required tasks.<br />
27.12. The Contractor shall be responsible for ensuring that the Contractor‟s<br />
personnel, including sub-Contractors personnel, are suitably briefed, protected,<br />
insured, and medically fit to work under this contract in line with the ISAF Security<br />
Standard Operation Procedures (SOP). As a minimum, the following must be<br />
accomplished:<br />
27.12.1. All „on-site‟ personnel shall be in possession of ballistic flak jackets/body<br />
armour and helmets.<br />
27.12.2. All „on-site‟ personnel shall have adequate medical and indemnity<br />
insurance.<br />
26.12.3. All „on-site‟ personnel shall have completed all national medical formalities<br />
required<br />
by the nation of which they are a citizen prior to departure and hold current medical<br />
certificates.<br />
NATO UNCLASSIFIED<br />
P a g e 21 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
27.12.4. For reasons of safety, security, communications and access all Contractor<br />
personnel shall attend the security briefing provided in theatre upon arrival.<br />
27.13. The Contractor shall be prohibited from carrying weapons in theatre.<br />
27.14. Unless otherwise authorized by the Purchaser, all „on-site‟ personnel shall<br />
have the appropriate NATO Secret security clearances to be unescorted on the<br />
NATO Compounds.<br />
26.15. Contractor personnel will be issued a regular ISAF ID card, which will show<br />
their status as a NATO Contractor. With their NATO Secret security clearance they<br />
will also be issued an ID card for Class 1 Security areas, if required.<br />
27.16. NATO reserves the right to refuse access to its facilities in which case the<br />
Contractor shall provide alternative qualified acceptable personnel.<br />
27.17. Office space will be provided by NATO whenever available. The Contractor<br />
should note that at most sites office space is at a premium and the Contractor should<br />
expect to work in austere conditions. Dedicated office space is highly unlikely at the<br />
majority of the sites. “Office space” under this Clause does not include the shelters<br />
and containers required to house the Contractor‟s equipment.<br />
27.18. Medical care can only be provided by ISAF to Contractor personnel in the<br />
case of life/limb threatening situations. Emergency medical evacuation from the ISAF<br />
theatre is a Contractor responsibility. While in theatre the Contractor‟s personnel<br />
must follow all security/safety regulations and instructions issued by NATO<br />
authorities.<br />
27.19. Any Contractor personnel that need an escort on the base, must be escorted<br />
by Contractor personnel with the proper NATO Security Clearance and Escort<br />
Privileges, as approved by the local Security Office.<br />
27.20. NATO reserves the right to refuse access to its facilities and the Contractor<br />
shall provide alternative qualified acceptable personnel.<br />
28. MESSING, LODGING, WATER AND LAUNDRY SERVICES.<br />
28.1. Messing, lodging, water, car rental, Internet access and laundry services in<br />
theatre are<br />
available for the Contractor‟s personnel working under this Contract. The costs of<br />
messing, lodging, water, car rental, Internet access and laundry services are the<br />
responsibility of the Contractor personnel.<br />
28.2 The approximate daily rates as of September 2011 are stated below. The<br />
Purchaser<br />
NATO UNCLASSIFIED<br />
P a g e 22 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
does not bear any responsibility for the accuracy of these rates or for any<br />
increase/decrease thereof:<br />
Lodging :<br />
1 Day - € 15 per person.<br />
Messing: 1 Day - € 20<br />
28.3 Water: Bottled water is available at the meals, additional bottled water can be<br />
purchased for about €1.00 per bottle.<br />
28.4 Laundry: laundry is drawn up on a per bag cost. The approximate cost is<br />
approximately €10 per bag. Approximately 1 -2 bags per week are usually sufficient<br />
depending on personal clothes washing habits.<br />
28.5 Car Rental: The contractor may at his own expense acquire a Rental Car if<br />
available.<br />
The costs are estimated at $60/Day.<br />
28.6 Internet access: The estimated cost for this service is $300/Month.<br />
29. PURCHASER DELAY OF WORK<br />
29.1 If the performance of all or any part of the work is delayed or interrupted by<br />
an act of the Purchaser in the administration of this Contract, which act is not<br />
expressly or implicitly authorised by this Contract, or by his failure to act within the<br />
time specified in this Contract (or within a reasonable time if no time is specified),<br />
an adjustment shall be made for any increase in the cost of performance of this<br />
Contract caused by such delay or interruption and the Contract modified in writing<br />
accordingly. Adjustment shall be made also in the delivery or performance dates<br />
and any other contractual provision affected by such delay or interruption.<br />
However, no adjustment shall be made under this clause for any delay or<br />
interruption (i) to the extent that performance would have been delayed or<br />
interrupted by any other clause, including the fault or negligence of the<br />
Contractor; or (ii) for which an adjustment is provided or excluded under any other<br />
provision of this Contract.<br />
29.2 No claim under this clause shall be allowed:<br />
29.2.1 For any costs incurred more than twenty (20) days before the Contractor<br />
shall have notified the Purchaser in writing of the act or failure to act involved; and<br />
29.2.2 Unless the claim, in an amount stated, is asserted in writing as soon as<br />
practicable after the termination of such delay or interruption, but not later than<br />
the date of final payment under the Contract.<br />
NATO UNCLASSIFIED<br />
P a g e 23 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
30. USE AND POSSESSION PRIOR TO ACCEPTANCE<br />
30.1 The Purchaser shall have the right upon notification of the Contracting<br />
Authority to purchase, take possession of or use any completed or partially<br />
completed work under the Contract but such possession or use shall not<br />
constitute acceptance as defined in the Contract, by the Purchaser.<br />
30.2 While the Purchaser has such use or is in such possession, the Contractor<br />
shall be relieved of the responsibility for loss or damage to the work other than<br />
that resulting from the Contractor's fault or negligence.<br />
30.3 If such prior possession or use by the Purchaser delays the progress of the<br />
work or causes additional expense to the Contractor, an equitable adjustment in<br />
the Contract price or the time of delivery will be made, and the Contract shall be<br />
modified in writing accordingly.<br />
31. COMPREHENSION OF CONTRACT AND SPECIFICATIONS<br />
31.1 The Contractor warrants that he has read, understood and agreed to each<br />
and all terms, articles, specifications and conditions specified in the Contract and<br />
that his signature of the Contract is an acceptance, without reservations, of the<br />
said Contract terms within their normal and common meaning.<br />
31.2 The tasks described in the Statement of Work are regarded as the<br />
performance requirements and constitute the object of the Contract. Accordingly,<br />
notwithstanding any conflict or inconsistency which hereafter may be found<br />
between achievement of the aforesaid performance requirements and adherence<br />
to the Contractor's proposed design for the work, the Contractor hereby warrants<br />
that the work to be delivered will meet or exceed the performance requirements of<br />
the said specifications.<br />
31.3 The Contractor hereby acknowledges that he has no right to assert against<br />
the Purchaser, its officers, agents or employees, any claims or demands with<br />
respect to the aforesaid specifications as are in effect on the date of award of this<br />
Contract:<br />
a. based upon impossibility of performance, defective, inaccurate, impracticable,<br />
insufficient or invalid specifications, implied warranties of suitability of such<br />
specifications, or<br />
b. otherwise derived from the aforesaid specifications, and hereby waives any<br />
claims or demands so based or derived as might otherwise arise.<br />
31.4 Notwithstanding the “Changes” Article of the Contract General Provisions,<br />
or any other Article of the Contract, the Contractor hereby agrees that no changes<br />
to the aforesaid specifications which may be necessary to permit achievement of<br />
NATO UNCLASSIFIED<br />
P a g e 24 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
the performance requirements specified herein for the Contractor's proposed<br />
work shall entitle the Contractor to any increase in the fixed price as set forth in<br />
this Contract or to any extension of the delivery times for the work beyond those<br />
set forth in Schedule of Supplies and Services.<br />
32. TECHNICAL DIRECTION<br />
32.1 The Contract will be administered by the NATO CI Agency in accordance<br />
with the Article of these Special Contract Provisions entitled “Contract<br />
Administration”.<br />
32.2 The Technical Direction of the Contract is the responsibility of the Project<br />
Manager his/her on-site representative(s) specified in the Statement of Work.<br />
Neither the Project Manager nor the Purchaser‟s on-site representative(s) have<br />
the authority to make changes to the terms, conditions or specifications of the<br />
Contract. If the Contractor believes that any technical direction received from<br />
these Purchaser‟s officials of the Purchaser constitutes a change to the terms,<br />
conditions and/or specifications of the Contract, he shall immediately inform in<br />
writing, the NCIA Contracting Authority with the specifics of such direction. The<br />
NCIA Contracting Officer will either confirm or revoke any such direction. If such<br />
direction is confirmed as a change, this change will be formalised by written<br />
amendment to the Contract pursuant to the Article “Changes” in the Contract<br />
General Provisions. Failure of the Contractor to notify the NCIA Contracting<br />
Authority of direction constituting change of the Contract will result in a waiver of<br />
any claims pursuant to such change.<br />
33. CONTRACT ADMINISTRATION<br />
33.1 The Purchaser is NATO CI Agency (NCIA). NCIA is the Point of Contact<br />
for all Contractual and Technical issues. The Contractor shall accept Contract<br />
modifications only in writing from NCIA.<br />
33.2 All notices and communications between the Contractor and the Purchaser<br />
shall be written and conducted in English. Contract modifications only become<br />
valid when received in writing from the General Manager, NATO CI AGENCY,<br />
and his authorised representative<br />
33.3 Formal letters and communications shall be personally delivered or sent by<br />
mail, registered mail, courier or other delivery service, to the official points of<br />
contact quoted in this Contract. Telefax or other electronic means may be used<br />
to provide an advance copy of a formal letter or notice which shall subsequently<br />
be delivered through the formal communications means.<br />
NATO UNCLASSIFIED<br />
P a g e 25 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
33.4 Informal notices and informal communications may be exchanged by any<br />
other communications means including telephone and e-mail.<br />
33.5 All notices and communications shall be effective upon receipt.<br />
34. CONTRACTOR COTS RESPONSIBILITY<br />
34.1 The Contractor shall monitor changes and/or upgrades to commercial off<br />
the shelf (COTS) software or hardware to be utilised under subject Contract.<br />
34.2 For COTS items which are or could be impacted by obsolescence issues,<br />
as changes in technology occur, the Contractor will propose substitution of new<br />
products/items for inclusion in this Contract. The proposed items should provide<br />
at least equivalent performance with lower prices and/or life-cycle support costs,<br />
or enhanced performance without a price or cost increase.<br />
34.3 The Contractor will provide price and performance data to support an<br />
improvement in performance and/or a reduction in price and/or life-cycle support<br />
costs. If necessary for evaluation by the Purchaser, the Contractor shall provide a<br />
demonstration of the proposed items. Should the Purchaser decide that the<br />
proposed item(s) should be included in the Contract, an equitable price<br />
adjustment will be negotiated and the proposed item(s) shall be added to the<br />
Contract by bilateral modification under the authority of this Article.<br />
34.4 The Contractor shall notify the Purchaser of any proposed changes in the<br />
commercial off the shelf software or hardware to be utilised. Such notification<br />
shall provide an assessment of the changes and the impact to any other items to<br />
be delivered under this Contract.<br />
35. INDEMNITY<br />
35.1 The Contractor will indemnify and hold harmless NATO, its servants or<br />
agents, against any liability, loss or damage arising out of or in connection of the<br />
Deliverables and Services under this Contract, including the provisions set out in<br />
Article "Intellectual Property Right Indemnities and Royalties".<br />
35.2 The parties will indemnify each other against claims made against the other<br />
by their own personnel, and their sub-Contractors (including their personal<br />
representatives) in respect of personal injury or death of such personnel or loss or<br />
destruction of or damage to the property of such personnel.<br />
35.3 NATO will give the Contractor immediate notice of the making of any claim<br />
or the bringing of any action to which the provisions of this Article may be relevant<br />
NATO UNCLASSIFIED<br />
P a g e 26 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
and will consult with the Contractor over the handling of any such claim and<br />
conduct of any such action and will not without prior consultation and without the<br />
consent of the Contractor settle or compromise any such claim or action.<br />
35.4 In the event of an accident resulting in loss, damage, injury or death arising<br />
from negligence or wilful intent of an agent, officer or employee of NATO for<br />
which the risk has been assumed by the Contractor, the cause of the accidents<br />
will be investigated jointly by the Parties and the extent to which NATO will be<br />
liable to recompense the Contractor will be determined together.<br />
36. WARRANTY<br />
36.1 Warranty shall start after purchaser confirmed FSA, as indicated in the<br />
SOW, and shall have a duration of a minimum of twelve (12) months for all<br />
hardware and software and for all services to be provided as part of this Contract.<br />
Until successful FSA, all hardware and software to be provided under this<br />
Contract shall be under the Contractor‟s responsibility.<br />
36.2 Notwithstanding inspection and acceptance by the Purchaser or its<br />
appointed agents of supplies furnished under the Contract or any provision of this<br />
Contract concerning the conclusiveness thereof, the Contractor warrants for the<br />
total duration of the above referred period and covering all items of hardware and<br />
software, that:<br />
a. all deliverables furnished under this Contract shall be free from defect and<br />
will conform with the specifications and all other requirements of this Contract;<br />
and,<br />
b. the system will, under normal conditions, perform without errors which<br />
make it unusable; and<br />
c. the preservation, packaging, packing and marking and the preparation for<br />
and method of, shipment of such supplies will conform to the requirements of this<br />
Contract.<br />
36.3 The Purchaser will inform the Contractor in writing of any defect within<br />
seven calendar days after its discovery and the circumstances of its discovery.<br />
The Contractor shall respond to a defect notification within one working day, by<br />
engaging with the Purchaser‟s personnel to identify the cause of the defect and to<br />
agree a resolution approach. The resolution of defects remains the Contractors<br />
responsibility within the warranty. The Contractor shall resolve all defects within 7<br />
calendar days of their first being reported for those items that need not be<br />
returned to the Contractor‟s facility for service or repair. Items needing service or<br />
repair at the Contractor‟s facility shall be repaired/replaced and dispatched back<br />
to the Purchaser within 30 days of their arrival at the Contractor‟s facility.<br />
NATO UNCLASSIFIED<br />
P a g e 27 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
36.4 The Contractor shall stipulate the address to which the Purchaser shall<br />
deliver equipment and material returned to the Contractor in accordance with the<br />
provisions of this Article. Transportation and handling charges for items returned<br />
under warranty claim to the Contractor will be the responsibility of the Purchaser,<br />
as well as responsibility for such supplies, i.e. damage and loss that may occur<br />
during transportation under warranty.<br />
36.5 The Contractor shall, at his option, repair, adjust or replace defective<br />
equipment and restore to the Purchaser equipment, which functions in<br />
accordance with the requirements of the Contract.<br />
36.6 In the event of the Contractor‟s failure to repair or replace failed equipment<br />
within the timeframes expressed in this Article, the Purchaser will have the right,<br />
at his discretion, and having given the Contractor due notice, to:<br />
a. remedy, or have remedied, the defective or non-conforming supplies, in<br />
both cases at the Contractor‟s expenses;<br />
b. equitably reduce the Contract price; and/or<br />
c. terminate for default that portion of the Contract relating to the defective<br />
work.<br />
36.7 Notwithstanding the provision of above paragraph 20.1, the warranty<br />
period shall be suspended for the length of time necessary to carry out repair or<br />
replacement.<br />
36.8 This right will be exercised although other contractual obligations remain in<br />
force. In the event that it is later determined that such supplies were found not to<br />
be defective or non-conforming within the provision of this article, an equitable<br />
adjustment will be made. Failure to reach such an equitable adjustment will be<br />
considered a dispute under the Contract and subject to resolution in accordance<br />
with the Article 41 “Disputes” of the NCIA Contract General Provisions.<br />
36.9 Upon achievement of FSA, the performance guarantee provided under this<br />
Contract shall be reduced to 5% and shall be released at the end of the longest<br />
warranty period, provided there are no pending issues related to the<br />
performance/warranty of the Contract.<br />
37. PURCHASER USE OF THIRD PARTIES<br />
37.1 The Purchaser shall have the right to use third parties, including<br />
commercial entities, to assist it in the management of this Contract and the<br />
evaluation of the Contractor‟s performance.<br />
37.2 The Contractor shall permit such third parties full and free access to its<br />
premises, and all data (including software), deliverable and non-deliverable,<br />
NATO UNCLASSIFIED<br />
P a g e 28 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Book II, Part II – Contract Special Provisions<br />
generated and/or used under this Contract, as and when required for the<br />
purposes of monitoring this Contract and shall ensure the same right of access to<br />
the premises of its subcontractors, by the inclusion of any such subcontracts of a<br />
provision substantially as set forth in this clause.<br />
37.3 The Contractor shall have no rights to raise claims, ask for delays or<br />
interrupt the performance of the contract on the basis of, or in connection with,<br />
the presence of third parties running parallel work on or related to this Project.<br />
38. POINTS OF CONTACT<br />
38.1 Official points of contact are:<br />
PURCHASER<br />
Contractual Issues:<br />
Technical Issues:<br />
NATO CI Agency<br />
NATO CI Agency<br />
ACQ/ASG<br />
CAT 9/CRO<br />
Boulevard Léopold III<br />
Boulevard Léopold III<br />
B-1110 Brussels B-1110 Brussels<br />
Belgium<br />
Belgium<br />
POC: Ms. Rebecca Benson POC: Mr. Jakob Thur<br />
Tel: +32 2 707 8328 Tel: +32 2 707 8432<br />
Fax: +32 2 707 8770 Fax: +32 2 707 8770<br />
E-mail: rebecca.benson@ncia.nato.int E-mail: jakob.thur@ncia.nato.int<br />
CONTRACTOR<br />
To be Filled By Contractor at Contract Award Phase<br />
Contractor (Contractual Issues):<br />
Contractor (Technical Issues):<br />
POC:<br />
Tel:<br />
GSM:<br />
Fax:<br />
E-mail:<br />
POC:<br />
Tel:<br />
GSM<br />
Fax:<br />
E-mail:<br />
END - OF – PAGE –<br />
NATO UNCLASSIFIED<br />
P a g e 29 of 29
NATO UNCLASSIFIED<br />
IFB-CO-13514-AMN12<br />
Part II – Contract Special Provisions<br />
ANNEX A: DECLARATION<br />
We, the undersigned........(Company) duly represented by ..... (hereinafter<br />
“Contractor”) do hereby certify that we shall ensure that the following conditions be<br />
accepted and observed by all (Contractor) employees working under CO-13514-<br />
AMN12<br />
__________________________________________________________________<br />
Date Full name (in block capitals) Signature<br />
=====================================<br />
TO BE SIGNED BY THE CONTRACTOR’S EMPLOYEES WORKING IN THE NATO'S PREMISES<br />
UPON COMMENCEMENT OF THEIR WORK.<br />
I UNDERSTAND:<br />
That I must preserve the security of all classified /commercial-in-confidence<br />
information which comes to my knowledge as a result of this Contract with NATO<br />
and that I undertake to comply with all relevant security regulations.<br />
That I must not divulge to any unauthorised person, even within my own company,<br />
any classified/commercial-in confidence information gained by me as a result of my<br />
Contract with NATO, unless prior permission for such disclosure has been granted<br />
by the General Manager of the NCIA or by his designated representative.<br />
That I must not, without the approval of the General Manager of the NCIA, publish<br />
(in any document, article, book, CD, video, film, play, or other form) any classified<br />
/commercial-in-confidence information which I have acquired in the course of my<br />
work under CO-13514-AMN12.<br />
That, at the end of Contract and after performance of all required tasks, I must<br />
surrender any official document or material made or acquired by me in the course<br />
of my work under CO-13514-AMN12, save such as I have been duly authorised to<br />
retain.<br />
That the provisions of the above Declaration apply not only during the period of<br />
work under CO-13514-AMN12, but also after my Contract has ceased and that I<br />
am liable to prosecution if either by intent or negligence I allow<br />
classified/commercial-in-confidence information to pass into unauthorised hands.<br />
Date Full Name (in Block Capitals) Signature<br />
NATO UNCLASSIFIED<br />
P a g e 1
NATO UNCLASSIFIED<br />
NATO COMMUNICATIONS AND INFORMATION<br />
AGENCY<br />
GENERAL CONTRACT PROVISIONS<br />
VERSION CONTROL: Final 21 June 2012, LA coordination 10 May 2012<br />
NATO UNCLASSIFIED<br />
1
NATO UNCLASSIFIED<br />
INDEX OF CLAUSES<br />
1. ORDER OF PRECEDENCE<br />
2. DEFINITION OF TERMS AND ACRONYMS<br />
3. AUTHORITY<br />
4. APPROVAL AND ACCEPTANCE OF CONTRACT TERMS<br />
5. LANGUAGE<br />
6. AUTHORISATION TO PERFORM/CONFORMANCE TO NATIONAL LAWS<br />
AND REGULATIONS<br />
7. FIRM FIXED PRICE CONTRACT<br />
8. PERFORMANCE GUARANTEE<br />
9. PARTICIPATING COUNTRIES<br />
10. SUB-CONTRACTS<br />
11. SECURITY<br />
12. RELEASE OF INFORMATION<br />
13. PURCHASER FURNISHED PROPERTY<br />
14. CONTRACTOR'S PERSONNEL WORKING AT PURCHASER'S<br />
FACILITIES<br />
15. HEALTH, SAFETY AND ACCIDENT PREVENTION<br />
16. CHANGES<br />
17. STOP WORK ORDER<br />
18. CLAIMS<br />
19. PRICING OF CHANGES, AMENDMENTS AND CLAIMS<br />
20. NOTICE OF SHIPMENT AND DELIVERY<br />
21. INSPECTION AND ACCEPTANCE OF WORK<br />
22. INSPECTION AND ACCEPTANCE OF DOCUMENTATION<br />
23. USE AND POSSESSION PRIOR TO ACCEPTANCE<br />
24. OWNERSHIP AND TITLE<br />
NATO UNCLASSIFIED<br />
2
NATO UNCLASSIFIED<br />
25. INVOICES AND PAYMENT<br />
26. TAXES AND DUTIES<br />
27. WARRANTY OF WORK (EXCLUSIVE OF SOFTWARE)<br />
28. RIGHT OF ACCESS, EXAMINATION OF RECORDS<br />
29. PATENT AND COPYRIGHT INDEMNITY<br />
30. INTELLECTUAL PROPERTY<br />
31. SOFTWARE WARRANTY<br />
32. NATO CODIFICATION<br />
33. RELEASE FROM CLAIMS<br />
34. ASSIGNMENT OF CONTRACT<br />
35. TRANSFER AND SUB-LETTING<br />
36. PURCHASER DELAY OF WORK<br />
37. CONTRACTOR NOTICE OF DELAY<br />
38. LIQUIDATED DAMAGES<br />
39. TERMINATION FOR DEFAULT<br />
40. TERMINATION FOR THE CONVENIENCE OF THE PURCHASER<br />
41. DISPUTES<br />
42. ARBITRATION<br />
43. SEVERABILITY<br />
44. APPLICABLE LAW<br />
ANNEX:<br />
PURCHASER’S PRICING PRINCIPLES<br />
NATO UNCLASSIFIED<br />
3
NATO UNCLASSIFIED<br />
1. ORDER OF PRECEDENCE<br />
In the event of any inconsistency in language, terms or conditions of the various<br />
parts of this Contract, precedence will be given in the following order:<br />
1.1. The Signature Page;<br />
1.2. The Contract Schedules, Part I;<br />
1.3. The Contract Special Provisions, Part II;<br />
1.4. The Contract General Provisions, Part III;<br />
1.5. The Statement of Work, Part IV of the Contract;<br />
1.6. The <strong>Annex</strong>es to the Statement of Work.<br />
2. DEFINITIONS OF TERMS AND ACRONYMS<br />
2.1. Assembly<br />
An item forming a portion of equipment that can be provisioned and<br />
replaced as an entity and which normally incorporates replaceable parts or<br />
groups of parts.<br />
2.2. Acceptance<br />
Acceptance is the act by which the Contracting Authority recognises in writing<br />
that the delivered Work meets the Contract requirements..<br />
2.3. Claims<br />
2.4. Clause<br />
A written demand or written assertion by one of the Parties seeking, as a<br />
matter of right, the payment of money in a sum certain, the adjustment or<br />
interpretation of Contract terms, or other relief arising under or in relation to<br />
this Contract.<br />
A provision of the Special or General Provisions of this Contract.<br />
2.5. Codification Authority<br />
The National Codification Bureau (NCB) or authorised agency of the country<br />
in which the Work is produced.<br />
2.6. Commercial Off-the-Shelf Items (COTS)<br />
The term “Commercially Off-the-Shelf Item (COTS)” means any item that:<br />
<br />
is a commercial item, customarily used by the general public, that<br />
has been sold, leased, or licensed to the general public or has been<br />
NATO UNCLASSIFIED<br />
4
NATO UNCLASSIFIED<br />
<br />
<br />
offered for sale, lease or license to the general public;<br />
is sold in substantial quantities in the commercial marketplace; and<br />
is offered to the Purchaser, under a contract or subcontract at any<br />
tier, without modification, in the same form in which it is sold in the<br />
commercial marketplace.<br />
2.7. Component<br />
A part or combination of parts, having a specific function, which can be<br />
installed or replaced only as an entity.<br />
2.8. Contractor Background IPR<br />
Any IPR owned by the Contractor or licensed by a third party to the<br />
Contractor which is not created in relation to or as the result of work<br />
undertaken for any purpose contemplated by the Contract and which is<br />
needed for the performance of the Contract or for the exploitation of<br />
Foreground IPR.<br />
2.9. Correction<br />
Elimination of a Defect.<br />
2.10. Contract<br />
The agreement concluded between the Purchaser and Contractor, duly<br />
signed by both contracting parties. The Contract includes the documents<br />
referred to in Clause 1 (Order of Preference).<br />
2.11. Contracting Authority<br />
The General Manager of the NCI Agency, the Director of Acquisition, the<br />
Chief of Contracts of the NCI Agency or the authorised representatives of the<br />
Chief of Contracts of the NCI Agency.<br />
2.12. Contractor<br />
2.13. Day<br />
2.14. Defect<br />
The person or legal entity from a Participating Country which has signed this<br />
Contract and is a Party thereto.<br />
A calendar day<br />
Any condition or characteristic in any Work furnished by the Contractor<br />
under the Contract that is not in compliance with the requirements of the<br />
Contract.<br />
NATO UNCLASSIFIED<br />
5
NATO UNCLASSIFIED<br />
2.15. Deliverable<br />
Any and all goods (including movable and immovable goods) to be delivered<br />
pursuant to the terms of this Contract including, without limitation, building,<br />
raw materials, components, intermediate Assemblies, Parts, end products,<br />
equipment, documentation, data, software.<br />
2.16. Design Defect<br />
Defect attributable to incompatibility, unsuitability or erroneous application of<br />
theory, drawings or formulae.<br />
2.17. Effective Date of Contract (or “EDC”)<br />
The date upon which this Contract is deemed to start. Unless otherwise<br />
specified, a Contract enters into force on the date of the last signature of the<br />
Contract by the Parties.<br />
2.18. Failed Component<br />
A part or combination of parts, having a specific function, which can be<br />
installed or replaced only as an entity which ceases to perform in a manner<br />
consistent with its intended use and specifications of the Contract.<br />
2.19. Foreground IPR<br />
2.20. IPR<br />
Any IPR created by the Contractor or any subcontractor of the Contractor in<br />
the course of or as the result of work undertaken for any purpose<br />
contemplated by the Contract. Purchaser Background IPR<br />
Any intellectual property rights of any qualification irrespective of their stage of<br />
development or finalisation, including but not limited to patents, trademarks<br />
(registered of not), designs and models (registered or not) and applications for<br />
the<br />
same, copyright (including on computer software), rights in databases, knowhow,<br />
confidential information and rights in records (whether or not stored on<br />
computer)<br />
which includes technical and other data and documents.<br />
2.21. Manufacturing Defect<br />
Defect attributable to improper manufacturing processes, testing or quality<br />
control procedures.<br />
NATO UNCLASSIFIED<br />
6
NATO UNCLASSIFIED<br />
2.22. NATO<br />
The North Atlantic Treaty Organisation. For the purpose of this contract, the<br />
term NATO includes NATO bodies, agencies, NATO nations and non-NATO<br />
nations to the extent that non-NATO nations are engaged in NATO<br />
Purposes.<br />
2.23. NCI AGENCY (NCIA)<br />
The NATO Communications and Information Agency. The NCIA is part of<br />
the NCIO. The General Manager of the Agency is authorised to enter into<br />
contracts on behalf of the NCI Organisation.<br />
2.24. NATO COMMUNICATIONS AND INFORMATION ORGANIZATION (NCIO)<br />
The NATO Communications and Information Organisation. The NCI<br />
Organisation constitutes an integral part of the North Atlantic Treaty<br />
Organisation (NATO) The NCI Organisation is the legal personality from<br />
whence flows the authority of its agent, the NCI Agency, to enter into<br />
contracts.<br />
2.25. NATO Purposes<br />
2.26. Part<br />
Activities conducted by or on behalf of NATO to promote the common<br />
defence and common interests of NATO, such as, among others, NATO<br />
operations, NATO procurement, NATO training and NATO maintenance.<br />
An item of an assembly or sub-assembly, which is not normally further<br />
broken down.<br />
2.27. Participating Country<br />
2.28. Parties<br />
A NATO member country that participates in financing the effort.<br />
The Contracting Parties to this Contract, i.e., the Purchaser and the<br />
Contractor.<br />
2.29. Purchaser<br />
The NCI Organisation, as represented by the General Manager, NCI<br />
Agency. The Purchaser is the legal entity who awards and administers the<br />
Contract on behalf of NATO and stands as one of the Contracting Parties.<br />
2.30. Purchaser Background IPR<br />
Any IPR owned by the Purchaser as of the Effective Date of Contract and<br />
which has been developed by, assigned to or licensed to the Purchaser<br />
NATO UNCLASSIFIED<br />
7
NATO UNCLASSIFIED<br />
prior to the Effective Date of Contract.<br />
2.31. Purchaser Furnished Property<br />
Any item of equipment, material, document, technical data, information and<br />
Software or any other item of property furnished by the Purchaser to the<br />
Contractor required or useful for the performance of the Contract. The<br />
Purchaser Furnished Property, if any, shall be detailed in the Contract.<br />
2.32. Software (Computer Software)<br />
A computer program comprising a series of instructions, rules, routines<br />
regardless of the media in which it is recorded, that allows or cause a<br />
computer to perform a specific operation or a series of operations.<br />
2.33. Software Defect<br />
Any condition or characteristic of Software that does not conform with the<br />
requirements of the Contract.<br />
2.34. Sub-Assembly<br />
A portion of an Assembly consisting of two or more parts that can be<br />
provisioned and replaced as an entity. The definition purposely excludes<br />
Components and/or Parts.<br />
2.35. Sub-contract<br />
Any agreement made by the Contractor with any third party in order to fulfil<br />
any part of the obligations under this Contract. Sub-contracts may be in any<br />
legal binding form, e.g., contract, purchase order, etc.<br />
2.36. Sub-contractor<br />
Any person or legal entity directly or indirectly under Sub-contract to the<br />
Contractor in performance of this Contract.<br />
2.37. Third Party IPR<br />
Any IPR owned by a third party not being the Purchaser or the Contractor or<br />
its Subcontractor, which is needed for the performance of the Contract or for<br />
the exploitation of Foreground IPR. This includes, for example, third party<br />
software, including open source software.<br />
2.38. Work<br />
Any deliverable, project design, labour or any service or any other activity to<br />
be performed by the Contractor under the terms of this Contract.<br />
NATO UNCLASSIFIED<br />
8
NATO UNCLASSIFIED<br />
3. AUTHORITY<br />
3.1. All binding contractual instruments and changes, including amendments,<br />
additions or deletions, as well as interpretation of and instructions issued<br />
pursuant to this Contract shall be valid only when issued in writing by the<br />
Purchaser and signed by the Contracting Authority only.<br />
3.2. No direction which may be received from any person employed by the<br />
Purchaser or a third party shall be considered as grounds for deviation from<br />
any of the terms, conditions, specifications or requirements of this Contract<br />
except as such direction may be contained in an authorised amendment to<br />
this Contract or instruction duly issued and executed by the Contracting<br />
Authority. Constructive change may not be invoked by the Contractor as a<br />
basis for Claims under this Contract.<br />
3.3. The entire agreement between the Parties is contained in this Contract and is<br />
not affected by any oral understanding or representation, whether made<br />
previously to or subsequently to this Contract.<br />
3.4. Personal notes, signed minutes of meetings, comments to delivered<br />
documentation and letters, e-mails and informal messages from project or<br />
other Purchaser staff which may indicate the intent and willingness to make<br />
changes to the Contract, do not implement the change to the Contract and<br />
shall not be used as a basis for claiming change to the Contract by the<br />
Contractor.<br />
4. APPROVAL AND ACCEPTANCE OF CONTRACT TERMS<br />
4.1. By his signature of the Contract, the Contractor certifies that he has read<br />
and unreservedly accepts and approves of all terms and conditions,<br />
specifications, plans, drawings and other documents which form part of<br />
and/or are relevant to the Contract. The Contractor further agrees that the<br />
terms of the Contract take precedence over any proposals or prior<br />
commitments made by the Contractor in order to secure the Contract.<br />
Contractor also hereby waives any and all rights to invoke any of the<br />
Contractor’s general and special terms and conditions of sales and/or<br />
supply.<br />
5. LANGUAGE<br />
5.1. All written correspondence, reports, documentation and text of drawings<br />
delivered to the Purchaser by the Contractor shall be in the English<br />
language.<br />
6. AUTHORISATION TO PERFORM/CONFORMANCE TO NATIONAL LAWS<br />
AND REGULATIONS<br />
6.1. The Contractor warrants that he and his Sub-contractors are duly authorised<br />
to operate and do business in the country or countries in which this Contract<br />
is to be performed and that he and his Sub-contractors have obtained or will<br />
obtain all necessary licences and permits required in connection with the<br />
NATO UNCLASSIFIED<br />
9
NATO UNCLASSIFIED<br />
Contract. No claim for additional monies with respect to any costs or delay to<br />
obtain the authorisations to perform shall be made by the Contractor.<br />
6.2. The Contractor acknowledges that he and his Sub-contractors are<br />
responsible during the performance of this Contract for ascertaining and<br />
complying with all applicable laws and regulations, including without<br />
limitation: labour standards, environmental laws, health and safety<br />
regulations and export controls laws and regulations in effect at the time of<br />
Contract signature or scheduled to go into effect during Contract<br />
performance. Failure to fully ascertain and comply with such laws,<br />
regulations or standards shall not be the basis for claims for change to the<br />
specifications, terms, conditions or monetary value of this Contract.<br />
7. FIRM FIXED PRICE CONTRACT<br />
7.1. This is a Firm Fixed Price Contract. The Firm Fixed Price of this Contract is<br />
as stated on the signature page of the Contract or any amendments thereto.<br />
The Purchaser assumes no liability for costs incurred by the Contractor in<br />
excess of the stated Firm Fixed Price except as may be authorised under<br />
certain provisions of this Contract.<br />
8. PERFORMANCE GUARANTEE<br />
8.1. As a guarantee of performance under the Contract, the Contractor shall<br />
deposit with the Purchaser within thirty (30) calendar days from the Effective<br />
Date of Contract a bank guarantee (the “Performance Guarantee”)<br />
denominated in the currency of the Contract, to the value of ten per cent<br />
(10%) of the total Contract price.<br />
8.2. The Performance Guarantee, the negotiability of which shall not elapse<br />
before the expiration of the warranty period, or such other period as may be<br />
specified in the Contract, shall be made payable to the Purchaser and shall<br />
be in the form of certified cheques or a Standby Letter of Credit subject to<br />
the agreement of the Purchaser. In the case of a Standby Letter of Credit,<br />
payment shall be made to the Purchaser without question and upon first<br />
demand by the Purchaser against a certificate from the Purchaser's<br />
Contracting Authority that the Contractor has not fulfilled its obligations under<br />
the Contract. The Contractor shall have no right to enjoin or delay such<br />
payment.<br />
8.3. Certified Cheques issued to fulfil the requirements of the Performance<br />
Guarantee will be cashed by the Purchaser upon receipt and held in the<br />
Purchaser's account until the term of the Performance Guarantee has<br />
expired.<br />
8.4. The standby letter of credit shall be subject to Belgian Law and shall be<br />
issued by (i) a Belgian bank, (ii) the Belgian subsidiary of a foreign bank<br />
licensed to provide financial services in Belgium; or (iii) an insurance<br />
company licensed to do business in Belgium and belonging to a Belgian<br />
banking institution provided the banking institution guarantees explicitly the<br />
NATO UNCLASSIFIED<br />
10
NATO UNCLASSIFIED<br />
demand for payment, unless otherwise specified by the Purchaser.<br />
8.5. The Contractor shall request in writing relief from the Performance Guarantee<br />
upon expiration of the warranty period or such other period as may be<br />
specified in the Contract and such relief may be granted by the Purchaser.<br />
8.6. The Contractor shall be responsible, as a result of duly authorised<br />
adjustments in the total contract price and/or period of performance by the<br />
Purchaser, for obtaining a commensurate extension and increase in the<br />
Performance Guarantee, the value of which shall not be less than ten per<br />
cent (10%) of the total contract price (including all amendments), and for<br />
depositing such guarantee with the Purchaser, within thirty (30) calendar<br />
days from the effective date of aforesaid duly authorised adjustment.<br />
8.7. The failure of the Contractor to deposit and maintain such Performance<br />
Guarantee with the Purchaser within the specified time frame, or any<br />
extension thereto granted by the Purchaser's Contracting Authority, is a<br />
material breach of the Contract terms and conditions subject to the<br />
provisions of the Contract regarding Termination for Default.<br />
8.8. The rights and remedies provided to the Purchaser under the present Clause<br />
are in addition to any other rights and remedies provided by law or under this<br />
Contract. The certificate described in Clause 8.2 above shall not be regarded<br />
as a Termination for Default and this Clause is in addition to and separate<br />
from the Clause of the Contract detailing termination for default.<br />
8.9. If the Contractor elects to post the Performance Guarantee by Standby Letter<br />
of Credit, the form of the document shall be substantially as follows:<br />
PERFORMANCE GUARANTEE STANDBY LETTER OF CREDIT<br />
Standby Letter of Credit Number:<br />
Issue Date:<br />
Initial Expiry Date:<br />
Final Expiry Date:<br />
________________<br />
_________________<br />
_________________<br />
Beneficiary: NCI Agency, Financial Management,<br />
Boulevard Leopold III, B-1110, Brussels<br />
Belgium<br />
1. We hereby establish in your favour our irrevocable standby letter of credit<br />
number {number} by order and for the account of (NAME AND ADDRESS OF<br />
CONTRACTOR) in the amount of<br />
_______________________________________. We are advised this<br />
undertaking represents fulfilment by (NAME OF CONTRACTOR) of certain<br />
performance requirements under Contract No. ______________________<br />
dated ____________________ between the NCI Agency (“NCIA and (NAME<br />
OF CONTRACTOR).<br />
NATO UNCLASSIFIED<br />
11
NATO UNCLASSIFIED<br />
2. We hereby engage with you that drafts drawn under and in compliance with the<br />
terms of this letter of credit will be duly honoured upon presentation of<br />
documents to us on or before the expiration date of this letter of credit.<br />
3. Funds under this letter of credit are available to you without question or delay<br />
against presentation of a certificate signed by the NCI Agency Contracting<br />
Officer which states:<br />
“(NAME OF CONTRACTOR) has not fulfilled its obligations<br />
under Contract No. __________ dated _________ between<br />
NCI Agency and (NAME OF CONTRACTOR) (herein called<br />
the “Contract”), and the NCI Agency, as beneficiary, hereby<br />
draws on the standby letter of credit number ________ in the<br />
amount denominated in the currency of the Contract,<br />
Amount up to the maximum available under the LOC), such<br />
funds to be transferred to the account of the Beneficiary<br />
number ___________________(to be identified when<br />
certificate is presented).”<br />
Such certificate shall be accompanied by the original of this letter of credit.<br />
4. This Letter of Credit is effective the date hereof and shall expire at our office<br />
located at (Bank Address) on _________________. All demands<br />
for payment must be made prior to the expiry date.<br />
5. It is a condition of this letter of credit that the expiry date will be automatically<br />
extended without amendment for a period of one (1) year from the current or<br />
any successive expiry date unless at least 90 (ninety) calendar days prior to the<br />
then current expiry date we notify you by registered mail and notify (NAME OF<br />
CONTRACTOR) that we elect not to extend this letter of credit for such<br />
additional period. However, under no circumstances will the expiry date extend<br />
beyond ______________________ (“Final Expiry Date”) without amendment.<br />
6. We may terminate this letter of credit at any time upon 90 (ninety) calendar days<br />
notice furnished to both (NAME OF CONTRACTOR) and the NCI Agency by<br />
registered mail.<br />
7. In the event we (the issuing bank) notify you that we elect not to extend the<br />
expiry date in accordance with paragraph 6 above, or, at any time, to terminate<br />
the letter of credit, funds under this credit will be available to you without<br />
question or delay against presentation of a certificate signed by the NCI Agency<br />
Contracting Officer which states:<br />
“The NCI Agency has been notified by {issuing bank} of its<br />
election not to automatically extend the expiry date of letter of<br />
credit number {number} dated {date} pursuant to the<br />
automatic renewal clause (or to terminate the letter of credit).<br />
As of the date of this certificate, no suitable replacement letter<br />
of credit, or equivalent financial guarantee has been received<br />
by the NCI Agency from, or on behalf of (NAME OF<br />
CONTRACTOR). (NAME OF CONTRACTOR) has, therefore,<br />
not fulfilled its obligations under Contract No.<br />
_______________ dated _____________ between NCI<br />
Agency and (NAME OF CONTRACTOR), and the NCI<br />
NATO UNCLASSIFIED<br />
12
NATO UNCLASSIFIED<br />
Agency, as beneficiary, hereby draws on the standby letter of<br />
credit number ________ in the amount of (Amount up to the<br />
maximum available under the LOC), such funds to be<br />
transferred to the account of the Beneficiary number<br />
___________________ (to be identified when certificate is<br />
presented).”<br />
Such certificate shall be accompanied by the original of this letter of credit and a<br />
copy of the letter from the issuing bank that it elects not to automatically extend<br />
the standby letter of credit, or terminating the letter of credit.<br />
8. The Beneficiary may not present the certificate described in paragraph 7 above<br />
until 20 (twenty) calendar days prior to a) the date of expiration of the letter of<br />
credit should {issuing bank} elect not to automatically extend the expiration date<br />
of the letter of credit, b) the date of termination of the letter of credit if {issuing<br />
bank} notifies the Beneficiary that the letter of credit is to be terminated in<br />
accordance with paragraph 6 above.<br />
9. Multiple partial drawings are allowed to the maximum value of the standby letter<br />
of credit.<br />
10. This letter of credit sets forth in full the terms of our undertaking, and this<br />
undertaking shall not in any way be modified, amended, or amplified by<br />
reference to any document, instrument, or agreement referred to herein (except<br />
the International Standby Practices (ISP 98) hereinafter defined) or in which<br />
this letter of credit is referred to or to which this letter of credit relates, and any<br />
such reference shall not be deemed to incorporate herein by reference any<br />
document, instrument, or agreement.<br />
11. This Letter of Credit is subject to The International Standby Practices-ISP98<br />
(1998 Publication) International Chamber of Commerce Publication No.590.<br />
9. PARTICIPATING COUNTRIES<br />
9.1. Unless prior written authorisation of the Purchaser has been obtained, none<br />
of the Work, shall be performed other than by firms from and within NATO<br />
Participating Countries. Unless otherwise specified in the Special Contract<br />
Provisions, the Participating Countries are the twenty-eight (28) Member<br />
Nations of the North Atlantic Treaty Organisation.<br />
9.2. Unless prior written authorisation of the Purchaser has been obtained, no<br />
material or items of equipment down to and including identifiable Sub-<br />
Assemblies shall be manufactured or assembled by a firm other than from<br />
and within a NATO Participating Country.<br />
9.3. The Contractor shall not place any Sub-contracts outside the NATO<br />
Participating Countries without the prior written authorisation of the<br />
Purchaser.<br />
9.4. Unless prior written authorisation of the Purchaser has been obtained, the<br />
intellectual property rights for all software and documentation incorporated<br />
by the Contractor and/or its Sub-contractors into the Work shall vest with<br />
persons or legal entities from and within NATO participating nations and no<br />
NATO UNCLASSIFIED<br />
13
NATO UNCLASSIFIED<br />
royalties or licence fees for such software and documentation shall be paid<br />
by the Contractor to any source that does not reside within a NATO<br />
participating nation.<br />
9.5. Any modification in the nationality, ownership and/or change of control of the<br />
Contractor and/or its Sub-contractor(s) shall be immediately notified in<br />
writing to the Purchaser with all necessary details to allow the Purchaser to<br />
determine whether or not the Contractor and/or its Sub-contractors continue<br />
to comply with the Clauses above. Non compliance with the Clauses above,<br />
by the Contractor and/or its Subcontractor may constitute ground for<br />
termination of this Contract under Clause 39 (Termination for Default).<br />
10. SUB-CONTRACTS<br />
10.1. The Contractor shall place and be responsible for the administration and<br />
performance of all Sub-contracts including terms and conditions which he<br />
deems necessary to meet the requirements of this Contract in full.<br />
10.2. Prior to the Sub-contractors being given access to any classified information,<br />
the Contractor shall ensure that any Sub-contractor that has a need to<br />
access classified information for the performance of any part of this Contract<br />
has been granted the appropriate facility and personnel security clearances<br />
by the Sub-contractor's national authorities and that such clearances are still<br />
in effect at the time the information is disclosed and remains in effect<br />
throughout the performance of the work to be carried out under the Subcontract<br />
concerned.<br />
10.3. The Contractor shall seek the approval in writing of the Purchaser prior to the<br />
placing of any Sub-contract if:<br />
10.3.1. the Sub-contract was not part of the Contractor’s original proposal;<br />
and<br />
10.3.2. the value of the Sub-contract is known or estimated to exceed 15 per<br />
cent of the total Contract value; or<br />
10.3.3. the Sub-contract is one of a number of Sub-contracts with a single<br />
Sub-contractor for the same or related Work under this Contract that<br />
in the aggregate are known or expected to exceed 15 per cent of the<br />
total Contract value.<br />
10.4. The Contractor shall inform the Purchaser of any change in Sub-contractors<br />
for Sub-contracts of a value known or estimated to exceed 15 per cent of the<br />
total Contract value.<br />
10.5. The Contractor shall submit a copy of any such proposed Sub-contract when<br />
seeking approval to the Contracting Authority but such approval by the<br />
Contracting Authority shall in no way relieve the Contractor of his<br />
responsibilities to fully achieve the contractual and technical requirements of<br />
this Contract.<br />
10.6. The Contractor shall, as far as practicable, select Sub-contractors on a<br />
NATO UNCLASSIFIED<br />
14
NATO UNCLASSIFIED<br />
competitive basis consistent with the objectives and requirements of the<br />
Contract.<br />
11. SECURITY<br />
11.1. The Contractor shall comply with all security measures as are prescribed by<br />
the Purchaser and the national security authority or designated security<br />
agency of each of the NATO countries in which the Contract is being<br />
performed. The Contractor shall be responsible for the safeguarding of<br />
classified information, documentation, material and equipment entrusted to<br />
him or generated by him in connection with the performance of the Contract.<br />
11.2. In particular the Contractor undertakes to:<br />
11.2.1. appoint an official responsible for supervising and directing security<br />
measures in relation to the Contract and communicating details of<br />
such measures to the Purchaser on request;<br />
11.2.2. maintain, preferably through the official responsible for security<br />
measures, a continuing relationship with the national security<br />
authority or designated security agency charged with ensuring that<br />
all NATO classified information involved in the Contract is properly<br />
safeguarded;<br />
11.2.3. abstain from copying by any means, without the authorisation of the<br />
Purchaser, the national security authority or designated security<br />
agency, any classified documents, plans, photographs or other<br />
classified material entrusted to him;<br />
11.2.4. furnish, on request, information to the national security authority or<br />
designated security agency pertaining to all persons who will be<br />
required to have access to NATO classified information;<br />
11.2.5. maintain at the work site a current record of his employees at the site<br />
who have been cleared for access to NATO classified information.<br />
The record should show the date of issue, the date of expiration and<br />
the level of clearance;<br />
11.2.6. deny access to NATO classified information to any person other than<br />
those persons authorised to have such access by the national<br />
security authority or designated security agency;<br />
11.2.7. limit the dissemination of NATO classified information to the smallest<br />
number of persons (“need to know basis”) as is consistent with the<br />
proper execution of the Contract;<br />
11.2.8. comply with any request from the national security authority or<br />
designated security agency that persons entrusted with NATO<br />
classified information sign a statement undertaking to safeguard that<br />
information and signifying their understanding both of their<br />
NATO UNCLASSIFIED<br />
15
NATO UNCLASSIFIED<br />
obligations under national legislation affecting the safeguarding of<br />
classified information, and of their comparable obligations under the<br />
laws of the other NATO nations in which they may have access to<br />
classified information;<br />
11.2.9. report to the national security authority or designated security agency<br />
any breaches, suspected breaches of security, suspected sabotage,<br />
or other matters of security significance which would include any<br />
changes that may occur in the ownership, control or management of<br />
the facility or any changes that affect the security arrangements and<br />
security status of the facility and to make such other reports as may<br />
be required by the national security authority or designated security<br />
agency, e.g. reports on the holdings of NATO classified material;<br />
11.2.10. apply to the Purchaser for approval before Sub-contracting any<br />
part of the work, if the Sub-contract would involve that the Subcontractor<br />
would have access to NATO classified information, and to<br />
place the Sub-contractor under appropriate security obligations no<br />
less stringent than those applied to his own contract;<br />
11.2.11. undertake not to utilise, other than for the specific purpose of the<br />
Contract, without the prior written permission of the Purchaser or his<br />
authorised representative, any NATO classified information furnished<br />
to him, including all reproductions thereof in connection with the<br />
Contract, and to return all NATO classified information referred to<br />
above as well as that developed in connection with the Contract,<br />
unless such information has been destroyed, or its retention has<br />
been duly authorised with the approval of the Purchaser. Such<br />
NATO classified information will be returned at such time as the<br />
Purchaser or his authorised representative may direct;<br />
11.2.12. classify any produced document with the highest classification of<br />
the NATO classified information disclosed in that document.<br />
12. RELEASE OF INFORMATION<br />
12.1. Except as otherwise specified elsewhere in the Contract and to the extent<br />
that it is demonstratively unavoidable and without prejudice to the Clause 11<br />
(Security), the Contractor and/or his employees shall not, without prior<br />
authorisation from the Purchaser, release to third parties any information<br />
pertaining to this Contract, its subject matter, performance there under or<br />
any other aspect thereof.<br />
12.2. The Contractor shall seek the prior written approval of the Purchaser before<br />
publishing any press release or disclosing any other information, orally or in<br />
writing, in relation to the Contract. The approval of the Purchaser shall be<br />
required for both the opportunity and the content of the information.<br />
12.3. This provision shall remain in effect after the termination of the Contract and<br />
shall cease to apply to any particular piece of information once that<br />
information becomes public knowledge other than through an act, default or<br />
NATO UNCLASSIFIED<br />
16
NATO UNCLASSIFIED<br />
omission of the Contractor or its Sub-contractors.<br />
13. PURCHASER FURNISHED PROPERTY<br />
13.1. The Purchaser shall deliver to the Contractor, for use only in connection with<br />
this Contract, the Purchaser Furnished Property at the times and locations<br />
stated in the Contract. In the event that Purchaser Furnished Property is<br />
not delivered by such time or times stated in the Schedule, or if not so<br />
stated, in sufficient time to enable the Contractor to meet such delivery or<br />
performance dates the Purchaser shall, upon timely written request made<br />
by the Contractor, and if the facts warrant such action, equitably adjust any<br />
affected provision of this Contract pursuant to Clause 16 (Changes).<br />
13.2. In the event that Purchaser Furnished Property is received by the Contractor<br />
in a condition not suitable for its intended use, the Contractor shall<br />
immediately notify the Purchaser. The Purchaser shall within a reasonable<br />
time of receipt of such notice replace, re-issue, authorise repair or otherwise<br />
issue instructions for the disposal of Purchaser Furnished Property agreed<br />
to be unsuitable. The Purchaser shall, upon timely written request of the<br />
Contractor, equitably adjust any affected provision of this Contract pursuant<br />
to Clause 16 (Changes).<br />
13.3. Title to Purchaser Furnished Property will remain in the Purchaser. The<br />
Contractor shall maintain adequate property control records of Purchaser<br />
Furnished Property in accordance with sound industrial practice and<br />
security regulations.<br />
13.4. Unless otherwise provided in this Contract, the Contractor, upon delivery to<br />
him of any Purchaser Furnished Property, assumes the risk of, and shall be<br />
responsible for, any loss thereof or damage thereof except for reasonable<br />
wear and tear, and except to the extent that Purchaser Furnished Property<br />
is consumed in the performance of this Contract.<br />
13.5. Upon completion of this Contract, or at such earlier dates as may be<br />
specified by the Purchaser, the Contractor shall submit, in a form<br />
acceptable to the Purchaser, inventory schedules covering all items of<br />
Purchaser Furnished Property.<br />
13.6. The inventory shall note whether:<br />
13.6.1. The property was consumed or incorporated in fabrication of<br />
final deliverable(s);<br />
13.6.2. The property was otherwise destroyed;<br />
13.6.3. The property remains in possession of the Contractor;<br />
13.6.4. The property was previously returned<br />
13.7. The Contractor shall prepare for shipment, deliver DDP at a destination<br />
agreed with the Purchaser, or otherwise dispose of Purchaser Furnished<br />
Property as may be directed or authorised by the Purchaser. The net<br />
NATO UNCLASSIFIED<br />
17
NATO UNCLASSIFIED<br />
proceeds of any such disposal shall be credited to the Contract price or paid<br />
to the Purchaser in such other manner as the Purchaser may direct.<br />
13.8. The Contractor shall not modify any Purchaser Furnished Property unless<br />
specifically authorised by the Purchaser or directed by the terms of the<br />
Contract.<br />
13.9. The Contractor shall indemnify and hold the Purchaser harmless against<br />
claims for injury to persons or damages to property of the Contractor or<br />
others arising from the Contractor’s possession or use of the Purchaser<br />
Furnished Property. The Contractor shall indemnify the Purchaser for<br />
damages caused by the Contractor to the Purchaser, its property and staff<br />
and arising out of the Contractor’s use of the Purchaser Furnished Property.<br />
14. CONTRACTOR'S PERSONNEL WORKING AT PURCHASER'S<br />
FACILITIES<br />
14.1. The term "Purchaser Facilities" as used in this Clause shall be deemed to<br />
include sites, property, utilities, ships or vessels and the term "Facility<br />
Representative" shall be deemed to refer to the authority designated by the<br />
Purchaser responsible for the site, property, utility, ship or vessel.<br />
14.2. The Facility Representative shall provide such available administrative and<br />
technical facilities for Contractor's personnel working at Purchaser's<br />
Facilities for the purpose of the Contract as in the opinion of the Facility<br />
Representative may be necessary for the effective and economical<br />
discharge of Work. The Facility Representative shall also determine whether<br />
these facilities will be provided free of charge to the Contractor or determine<br />
what charges are payable. The Contractor shall have no claim against the<br />
Purchaser for any such additional cost or delay or any additional cost or<br />
delay occasioned by the closure for holidays of said facilities, or other<br />
reasons, where this is generally published or made known to the Contractor<br />
by the Purchaser or his authorised representatives.<br />
14.3. The Contractor shall, except as otherwise provided for in the Contract, make<br />
good or, at the option of the Purchaser, pay compensation for all damage<br />
occurring to any Purchaser's Facilities occasioned by the Contractor, his<br />
servants, agents or Sub-contractors, arising from his or their presence and<br />
activities in, and use of, the Purchaser’s Facilities; provided that this<br />
Condition shall not apply to the extent that the Contractor is able to show<br />
that any such damage was not caused or contributed to, by his neglect, or<br />
default or the neglect or default of his servants, agents or Sub-contractors,<br />
or by any circumstances within his or their control.<br />
14.4. All property of the Contractor while at a Purchaser Facility shall be at the risk<br />
of the Contractor, and the Purchaser shall accept no liability for any loss or<br />
damage, except to the extent that any loss or damage is the result of a wilful<br />
act or gross negligence on the part of the Purchaser's employees or agents.<br />
NATO UNCLASSIFIED<br />
18
NATO UNCLASSIFIED<br />
15. HEALTH, SAFETY AND ACCIDENT PREVENTION<br />
15.1. If the Purchaser notifies the Contractor in writing of any non-compliance in<br />
the performance of this Contract with safety and health rules and<br />
requirements prescribed on the date of this Contract by applicable national<br />
or local laws, ordinances and codes, and the Contractor fails to take<br />
immediate corrective action, the Purchaser may order the Contractor to stop<br />
all or part of the Work until satisfactory corrective action has been taken.<br />
Such an order shall not entitle the Contractor to an adjustment of the<br />
Contract price or other reimbursement for resulting increased costs, or to an<br />
adjustment of the delivery or performance schedule.<br />
16. CHANGES<br />
16.1. The Purchaser may at any time, by written order of the Contracting Authority<br />
designated or indicated to be a change order (“Change Order”) make<br />
changes within the general scope of this Contract, including, without<br />
limitation, in any one or more of the following:<br />
16.1.1. Specifications (including drawings and designs);<br />
16.1.2. Method and manner of performance of the work, including<br />
engineering standards, quality assurance and configuration<br />
management procedures;<br />
16.1.3. Marking and method of shipment and packing;<br />
16.1.4. Place of delivery;<br />
16.1.5. Amount, availability and condition of Purchaser Furnished Property.<br />
16.2. The Purchaser shall submit a proposal for Contract amendment describing<br />
the change to the Contract.<br />
16.3. If any such Change Order causes an increase in the Contractor's cost of, or<br />
the time required for, the performance of any part of the Work under this<br />
Contract, whether or not changed by any such order, the Contractor shall<br />
submit a written proposal for adjustment to the Purchaser describing the<br />
general nature and amount of the proposal for adjustment. The Contractor<br />
shall submit this proposal for adjustment within thirty (30) days after receipt<br />
of a written Change Order under 16.1 above unless this period is extended<br />
by the Purchaser.<br />
16.4. If any such Change Order causes a decrease in the Contractor's cost of, or<br />
the time required for, the performance of any part of the Work under this<br />
Contract, whether or not changed by any such order, the Purchaser shall<br />
submit a proposal for adjustment within thirty (30) days from the issuance of<br />
the Change Order by submitting to the Contractor a written statement<br />
describing the general nature and amount of the proposal for adjustment.<br />
16.5. Where the cost of property made obsolete or in excess as a result of a<br />
NATO UNCLASSIFIED<br />
19
NATO UNCLASSIFIED<br />
change is included in the Contractor's claim for adjustment, the Purchaser<br />
shall have the right to prescribe the manner of disposition of such property.<br />
16.6. The Purchaser reserves the right to reject the introduction of the change,<br />
after the evaluation of the change proposal, even if the Purchaser initiated<br />
such change.<br />
16.7. Failure to agree to any requested adjustment shall be a dispute within the<br />
meaning of the Clause 41 (Disputes). However, nothing in this Clause shall<br />
excuse the Contractor from proceeding with the Contract as changed.<br />
16.8. No proposal for adjustment by the Contractor for an equitable adjustment<br />
shall be allowed if asserted after final payment and acceptance under this<br />
Contract.<br />
16.9. Any other written or oral order (which, as used in this paragraph includes<br />
direction, instruction, interpretation, or determination) from the Purchaser<br />
that causes a change shall be treated as a Change Order under this Clause,<br />
provided, that the Contractor gives the Purchaser a written notice within thirty<br />
(30) Days after receipt of such order stating (i) the date, circumstances, and<br />
source of the order; (ii) that the Contractor regards the order as a Change<br />
Order; and (iii) a detailed cost and time analysis of the impact of the change,<br />
and that the Order is accepted in writing by the Purchaser as a Change<br />
Order. The timely written notice requirement, as detailed above, remains in<br />
force in all cases, even where, for example, the Purchaser has positive<br />
knowledge of the relevant facts.<br />
16.10. All tasks and activities carried out by the Contractor in relation to the<br />
processing of the Change Order or in relation to this Clause shall form part of<br />
the Contractor’s routine work and cannot be charged as additional work.<br />
17. STOP WORK ORDER<br />
17.1. The Purchaser may, at any time, by written order to the Contractor, require<br />
the Contractor to stop all, or any part, of the Work called for by this Contract<br />
for a period of ninety (90) days after the order is delivered to the Contractor,<br />
and for any further period to which the Parties may agree.<br />
17.2. Any such stop work order shall be specifically identified as a stop work order<br />
issued pursuant to this Clause (the “Stop Work Order”). The Stop Work<br />
Order may include a description of the Work to be suspended, instructions<br />
concerning the Contractor’s issuance of further orders for material or<br />
services, guidance to the Contractor on actions to be taken on any Subcontracts<br />
and any suggestion to the Contractor for minimizing costs.<br />
17.3. Upon receipt of such a Stop Work Order, the Contractor shall forthwith<br />
comply with its terms and take all reasonable steps to minimise costs<br />
incurred allocable to the Work covered by the Stop Work Order during the<br />
period of work stoppage. Within a period of ninety (90) days after a Stop<br />
Work Order is delivered to the Contractor, or within any extension of that<br />
NATO UNCLASSIFIED<br />
20
NATO UNCLASSIFIED<br />
period to which the Parties shall have agreed, the Purchaser shall either:<br />
17.3.1. cancel the Stop Work Order; or<br />
17.3.2. terminate the Work covered by such Stop Work Order as provided<br />
in Clause 40 (Termination for Convenience of the Purchaser).<br />
17.4. If a Stop Work Order issued under this Clause is cancelled or the period of<br />
the Stop Work Order or any extension thereof expires, the Contractor shall<br />
resume work.<br />
17.5. An equitable adjustment shall be made in the delivery schedule or Contract<br />
price, or both, and the Contract shall be modified in writing accordingly, if:<br />
17.5.1. the Stop Work Order results in an increase in the time required for,<br />
or in the Contractor's cost properly allocable to, the performance of<br />
any part of this Contract, and<br />
17.5.2. the Contractor asserts a Claim for such adjustment within thirty (30)<br />
days after the end of the period of work stoppage; provided that, if<br />
the Purchaser decides the facts justify such action, he may receive<br />
and act upon any such claim asserted at a later date but prior to<br />
final payment under this Contract.<br />
17.6. If a Stop Work Order is not cancelled and the Work covered by such Stop<br />
Work Order is terminated for the convenience of the Purchaser the<br />
reasonable costs resulting from the Stop Work Order shall be allowed in<br />
arriving at the termination settlement.<br />
18. CLAIMS<br />
18.1. The Contractor shall specifically identify the Contract Clause(s) under which<br />
the Claim(s) is/are based.<br />
18.2. Claims shall be specifically identified as such and submitted:<br />
18.2.1. within the time specified in the Clause under which the Contractor<br />
alleges to have a Claim. If no time is specified in the Clause under<br />
which the Contractor intends to base his Claim, the time limit shall be<br />
sixty (60) days from the date the Contractor has knowledge or should<br />
have had knowledge of the facts on which he bases his Claim; and<br />
18.2.2. before final payment, pursuant to and with the exceptions specified<br />
in Clause 33 of these General Provisions entitled” Release from<br />
Claims”.<br />
18.2.3. Section 18.2.2 above shall only apply to those Claims for which the<br />
Contractor could not have had earlier knowledge and were not<br />
foreseeable.<br />
18.3. The Contractor shall be foreclosed from his Claim unless he presents<br />
complete documentary evidence, justification and costs for each of his<br />
NATO UNCLASSIFIED<br />
21
NATO UNCLASSIFIED<br />
Claims within ninety (90) calendar days from the assertion date of such<br />
Claims. Claims shall be supported by specifically identified evidence<br />
(including applicable historical and planned cost and production data from<br />
the Contractor's books and records). Opinions, conclusions or judgmental<br />
assertions not supported by such evidence will be rejected by the Purchaser.<br />
18.4. An individual breakdown of cost is required for each element of Contractor's<br />
Claims at the time of claim submission or for any material revision of the<br />
Claim.<br />
18.5. The Contractor shall present, at the time of submission of a Claim, an<br />
attestation as follows:<br />
I ....................................the responsible senior company<br />
official authorised to commit the ......................... with respect<br />
to its claims dated ...................................... being duly sworn,<br />
do hereby depose and say that: (i) the facts described in the<br />
claim are current, complete and accurate; and (ii) the<br />
conclusions in the claim accurately reflect the material<br />
damages or contract adjustments for which the Purchaser is<br />
allegedly liable.<br />
..................................………..<br />
……………………………..<br />
SIGNATURE<br />
Date<br />
18.6. Failure to comply with any of the above requirements shall result in automatic<br />
foreclosure of the Claim. This foreclosure takes effect in all cases and also<br />
where, for example, the Claim is based on additional orders, where the facts<br />
are known to the Purchaser, where the Claim is based on defective<br />
specifications of the Purchaser or an alleged negligence in the precontractual<br />
stage.<br />
18.7. Claims submitted by the Contractor will be reviewed by the Contracting<br />
Authority. The Contracting Authority will respond within sixty (60) days with a<br />
preliminary decision, based on an assessment and evaluation of the facts<br />
presented by the Parties, as to whether the Contracting Authority considers<br />
the Claim to have merit for consideration. If the preliminary decision of the<br />
Contracting Authority is that the Claim, as submitted is without merit, the<br />
Contractor shall have fourteen (14) days to present a rebuttal to the<br />
Contracting Authority and request reconsideration of the Contracting<br />
Authority’s decision. Within thirty (30) days receipt of the Contractor’s<br />
request for reconsideration, the Contracting Authority will issue a decision.<br />
The time requirements stated herein may be extended by the Contracting<br />
Authority in order to accommodate additional preparation efforts and fact<br />
finding discussions but the Contracting Authority may not unreasonable<br />
NATO UNCLASSIFIED<br />
22
NATO UNCLASSIFIED<br />
extend such a period. A decision that the submitted claim is without merit will<br />
be identified as such, will be issued in writing by the Contracting Authority<br />
and will be conclusive. A decision may only be challenged by the Contractor<br />
through the Disputes provisions described herein.<br />
18.8. A decision by the Purchaser that the claim has merit will result in a<br />
Contracting Authority request to enter into negotiations with the Contractor to<br />
arrive at a mutually agreed fair and equitable settlement. The Contracting<br />
Authority’s decision will contain a target date for the commencement and<br />
conclusion of such operations. If the Parties are unable to arrive at an<br />
agreement on a fair and reasonable settlement by the target date for<br />
conclusion, or any extension thereto made by the Contracting Authority, the<br />
latter may declare that negotiations are at an impasse and issue a<br />
preliminary decision as to the fair and reasonable settlement and the<br />
reasons supporting this decision. The Contractor shall have a period of thirty<br />
(30) days to present a rebuttal to the Contracting Authority and request<br />
reconsideration of the Contracting Authority’s decision. Within sixty (60) days<br />
of receipt of the Contractor’s request for reconsideration, the Contracting<br />
Authority will issue its decision on the request for reconsideration. This<br />
timeframe will be respected unless an authorisation is needed from a NATO<br />
or other authority , the schedule for which is beyond the Contracting<br />
Authority’s control. A decision of the Contracting Authority on the<br />
reconsideration of the matter will be identified as such, will be issued in<br />
writing by the Contracting Authority and will be conclusive. A decision on the<br />
reconsideration may only be challenged by the Contractor through the<br />
Disputes provisions described herein.<br />
18.9. No Claim arising under this Contract may be assigned by the Contractor<br />
without prior approval of the Purchaser.<br />
18.10. The Contractor shall proceed diligently with performance of this Contract,<br />
pending final resolution of any request for relief, claim appeal, or action<br />
arising under the Contract, and comply with any decision of the Contracting<br />
Authority.<br />
19. PRICING OF CHANGES, AMENDMENTS AND CLAIMS<br />
19.1. Contractor’s pricing proposals for Changes, amendments and Claims shall<br />
be priced in accordance with the Purchaser's Pricing Principles (<strong>Annex</strong> 1<br />
hereto and the sample spreadsheet and its “ Instructions to Complete” at<br />
Appendix 1) or the national government pricing rules and regulations for the<br />
Contractor's own country, where in force. The Contractor shall provide cost<br />
information accompanied by appropriate substantiation as required by the<br />
Purchaser in accordance with Purchaser’s Pricing Principles, or such other<br />
format as may be agreed between the Contractor and the Purchaser.<br />
19.2. With respect to Clause 19.1 above, when the price or price adjustment is<br />
based on adequate price competition, established catalogue or market price<br />
of commercial items sold in substantial quantities to the general public, or<br />
prices set by law or regulation, the Contractor shall be responsible for<br />
NATO UNCLASSIFIED<br />
23
NATO UNCLASSIFIED<br />
substantiation of such cases to the satisfaction of the Purchaser.<br />
19.3. For the purposes of verifying that the cost or pricing data submitted in<br />
conjunction with Clause 19.1 above are accurate, complete and current, the<br />
Purchaser or any Purchaser authorised representative shall have the right<br />
of access to the Contractor's facilities to examine, until the expiration of<br />
three (3) years from the date of final payment of all sums due under the<br />
Contract:<br />
19.3.1. those books, records, documents and other supporting data which<br />
will permit adequate evaluation and verification of the cost or pricing<br />
data submitted; and/or<br />
19.3.2. the computations and projections which were available to the<br />
Contractor as of the date of the Contractor price proposal.<br />
19.4. The Contractor, subject to the provisions of this Clause, shall require Subcontractors<br />
to provide to the Purchaser, either directly or indirectly:<br />
19.4.1. cost or pricing data;<br />
19.4.2. access to Sub-contractor's facilities and records for the purposes of<br />
verification of such cost or pricing data; and<br />
19.4.3. a Certificate of Current Cost or Pricing Data, when required.<br />
19.5. If any price, including profit, negotiated in connection with this Contract was<br />
proposed, taking any of the following into account: :<br />
19.5.1. the Contractor furnished cost or pricing data which was not<br />
complete, accurate and current as certified in the Contractor's<br />
Certificate of Current Cost or Pricing Data provided in accordance<br />
with Clause 19.6 below;<br />
19.5.2. a Sub-contractor, pursuant to Clause 19.4 above or any Subcontract<br />
clause therein required, furnished cost or pricing data which<br />
was not complete, accurate and current as certified in the Subcontractor's<br />
Certificate of Current Cost or Pricing Data;<br />
19.5.3. a Sub-contractor or prospective Sub-contractor furnished cost or<br />
pricing data which was required to be complete, accurate and<br />
current and to be submitted to support a Sub-contract cost estimate<br />
furnished by the Contractor but which was not complete, accurate<br />
and current as of the date certified in the Contractor's Certificate of<br />
Current Cost or Pricing Data; or<br />
19.5.4. the Contractor or a Sub-contractor or prospective Sub-contractor<br />
furnished any data, not within 19.5.1 through 19.5.3 above, which,<br />
as submitted, was not complete, accurate and current;<br />
then the price and/or cost shall be adjusted accordingly and the Contract<br />
shall be modified in writing as may be necessary to reflect such.<br />
19.6. At the time of negotiating any price, including profit, which is based upon the<br />
submission of cost or pricing data by the Contractor, the Contractor shall be<br />
NATO UNCLASSIFIED<br />
24
NATO UNCLASSIFIED<br />
required to submit a certificate of current cost or pricing data (“Certificate”).<br />
19.6.1. Such Certificates will certify that, to the best of the Contractor's<br />
knowledge and belief, cost or pricing data submitted to the<br />
Purchaser in support of any proposal for a price, price adjustment or<br />
claim, are accurate, complete and current, as per the completion of<br />
the negotiations or, in the case of a claim, as per the submission<br />
date of the claim.<br />
19.6.2. All such Certificates shall be in the format shown below and shall be<br />
dated and signed by a responsible officer of the company:<br />
CERTIFICATE OF CURRENT COST OR PRICING DATA<br />
This is to certify that cost or pricing data as submitted,<br />
either actually or by specific identification in writing to the<br />
Purchaser or his representative in support<br />
of......................................................(Claim, Amendment,<br />
ECP#, etc.,) are accurate, complete and current as of<br />
.................................(Date).<br />
By submitting the price proposal, the Contractor/sub-<br />
Contractor or prospective sub-Contractor grant the<br />
Purchaser or his authorized representative(s) the right to<br />
examine those records, data and supporting information,<br />
used as a basis for the pricing submitted.<br />
_______________________________________________<br />
Name of Company<br />
_______________________________________________<br />
Signature<br />
_______________________________________________<br />
Printed Name of Signatory<br />
_______________________________________________<br />
Title of Signatory<br />
_______________________________________________<br />
Date of Signature<br />
NATO UNCLASSIFIED<br />
25
NATO UNCLASSIFIED<br />
19.6.3. The Contractor shall insert the substance of this Clause 19.7 in<br />
each Sub-contract.<br />
19.7. For all additional or follow-up agreements which are made for Work which<br />
are furnished to the Purchaser without competition, the Contractor shall<br />
offer prices on a “Preferred Customer” basis, that is offer prices which are<br />
as favourable as those extended to any Government, Agency, Company,<br />
Organisation or individual purchasing or handling like quantities of<br />
equipment and/or Parts covered by the Contract under similar conditions.<br />
In the event that prior to completing delivery under this Contract the<br />
Contractor offers any of such items in substantially similar quantities to any<br />
customer at prices lower than those set forth herein, the Contractor shall so<br />
notify the Purchaser and the prices of such items shall be correspondingly<br />
reduced by a supplement to this Contract. Price in this sense means "Base<br />
Price" prior to applying any bonus, export tax reduction, turn-over tax<br />
exemptions and other reductions based on National Policies.<br />
20. NOTICE OF SHIPMENT AND DELIVERY<br />
20.1. Except as may be specified in the Special Contract Provisions, delivery of all<br />
items under this Contract shall be made by the Contractor on the basis of<br />
“Delivery Duty Paid” (DDP) as defined by the INCOTERMS 2000<br />
(International Chamber of Commerce Publication No. 560). It shall be noted,<br />
however, that because the Purchaser is exempted from direct taxes and duty<br />
as set forth in Clause 26 (Taxes and Duties), there is no duty to be paid by<br />
the Contractor.<br />
20.2. "Delivery" of required Work by the Contractor does not constitute<br />
"Acceptance" by the Purchaser for purposes of meeting the requirements of<br />
the Contract Schedule where Purchaser acceptance is the stated payment or<br />
schedule milestone.<br />
20.3. Thirty (30) Days, or such other period as specified in the Contract, prior to the<br />
delivery of any shipment of Work, the Contractor shall give prepaid notice of<br />
shipment to the Purchaser. The Notice of Shipment shall contain, as<br />
appropriate, the request for customs form 302, or equivalent document,<br />
which shall enable any carrier to conduct duty free import/export clearance<br />
through customs for the Purchaser on behalf of NATO.<br />
20.4. The customs form 302 is an official customs clearance declaration issued in<br />
advance of shipment by the Purchaser to provide certified information as to<br />
the duty free import, export, or transit of NATO consignments between<br />
NATO countries.<br />
20.5. The Notice of Shipment and request for Form 302 or equivalent document<br />
shall contain the following information:<br />
20.5.1. Purchaser's Contract number;<br />
20.5.2. Contract item number, designation and quantities;<br />
20.5.3. destination;<br />
NATO UNCLASSIFIED<br />
26
NATO UNCLASSIFIED<br />
20.5.4. number and description of the packages (gross and net weight);<br />
20.5.5. description of the goods and their value (for custom purpose only,<br />
not commercial value)<br />
20.5.6. consignor's name and address;<br />
20.5.7. consignee's name and address;<br />
20.5.8. method of shipment (i.e. road, rail, sea, air, etc.);<br />
20.5.9. name and address of freight forwarder.<br />
20.6. Forwarding Agents, Carriers or other responsible organisations shall be<br />
informed by the Contractor of the availability of Form 302 or equivalent<br />
document and how the form shall be utilised to avoid the payment of custom<br />
duties. Form 302 or equivalent document shall be incorporated in all<br />
shipping documents provided to the carrier.<br />
20.7. Upon receipt of the Notice of Shipment from the Contractor, the Purchaser<br />
may require the Contractor to send copies of the Notice of Shipment to the<br />
receiving parties and the Contractor shall comply with this requirement.<br />
21. INSPECTION AND ACCEPTANCE OF WORK<br />
21.1. For the purposes of this Clause, Work does not include documentation<br />
which is addressed in Clause 22 (Inspection and Acceptance of<br />
Documentation) hereafter.<br />
21.2. Unless otherwise specifically provided for in the Contract, all Work and all<br />
Parts and equipment incorporated in the Work are to be new and of the<br />
most suitable grade of their respective kinds for the purpose,<br />
notwithstanding the requirements for testing, inspection and performance as<br />
required under this Contract. All workmanship shall be as specified under<br />
the Contract or, if no workmanship standards are specified, best commercial<br />
or “state of the art” complying with relevant (National and International)<br />
standards.<br />
21.3. All Work may be subject to inspection and test by the Purchaser or his<br />
authorised representative(s) to the extent practicable at all times and places<br />
prior to Acceptance, including the period of manufacture, or after delivery or<br />
as otherwise specified in the Contract. For the purposes of inspection and<br />
testing the Purchaser may delegate as his representative the authorised<br />
National Quality Assurance Representative (NQAR) in accordance with<br />
STANAG 4107.<br />
21.4. No representative or NQAR appointed by the Purchaser for the purpose of<br />
determining the Contractor's compliance with the technical requirements of<br />
the Contract shall have the authority to change any of the specifications.<br />
Such changes may only be made by the Contracting Authority in writing in<br />
accordance with Clause 16 (Changes).<br />
21.5. The presence or absence of an NQAR or other Purchaser representative<br />
shall not relieve the Contractor from conforming to the requirements of this<br />
Contract.<br />
NATO UNCLASSIFIED<br />
27
NATO UNCLASSIFIED<br />
21.6. Acceptance or rejection of the Work shall be made as promptly as<br />
practicable after delivery, except as otherwise provided in the Contract.<br />
Failure to timely accept or reject the Work shall neither relieve the<br />
Contractor from responsibility for such Work nor impose liability on the<br />
Purchaser.<br />
21.7. In the event that any Work, or lots thereof, or services are defective in<br />
design, material, workmanship or manufacturing quality, or as a result of<br />
undue wear and tear or otherwise not in conformity with the requirements of<br />
this Contract, including any characteristic or condition which is or becomes<br />
at variance to the performance specifications, to the intended function of the<br />
Work or the function to which it could reasonably be expected that the Work<br />
would perform, the Purchaser shall have the right either to reject them (with<br />
or without instructions as to their disposition) or to require their correction or<br />
replacement. Work which has been rejected or required to be corrected or<br />
replaced shall, at the expense of the Contractor, be removed, or, if<br />
permitted or required by the Contracting Authority, corrected in place by the<br />
Contractor promptly after notice, and shall not thereafter be tendered for<br />
acceptance by the Contractor unless the former rejection or requirement of<br />
correction or replacement is withdrawn. If the Contractor fails promptly to<br />
remove, replace or correct such Work the Purchaser may either:<br />
21.7.1. by contract or otherwise return, replace or correct such Work or<br />
services and charge to the Contractor the cost incurred by the<br />
Purchaser; and/or<br />
21.7.2. terminate this Contract for default as provided in Clause 39<br />
(Termination for Default).<br />
21.8. When NQAR is not applicable based on the scale of the project, the<br />
Purchaser reserves the right to perform inspections through his own staff in<br />
accordance with the latest ISO standard at the time of inspection.<br />
21.9. Unless the Contractor corrects or replaces such Work within the delivery<br />
schedule, the Purchaser may require the delivery of such Work at a<br />
reduction in price which is equitable under the circumstances. Failure to<br />
agree to such reduction of price shall be a dispute within the meaning of<br />
Clause 41 (Disputes).<br />
21.10. If any inspection or test is made by the Purchaser's representatives on the<br />
premises of the Contractor or Sub-contractor, the Contractor, without<br />
additional charge, shall provide all reasonable facilities and assistance for<br />
the safety and convenience of the Purchaser's representatives in the<br />
performance of their duties. The NQAR or other Purchaser representatives<br />
shall have the right of access to any area of the Contractor's or his Subcontractor's<br />
premises where any part of the contractual work is being<br />
performed.<br />
21.11. If Purchaser inspection or test is made at a point other than the premises of<br />
the Contractor or Sub-contractor, it shall be at the expense of the Purchaser<br />
except as otherwise provided in this Contract; provided, that in case of<br />
rejection the Purchaser shall not be liable for any reduction in value of<br />
samples used in connection with such inspection or test.<br />
21.12. All inspections and tests by the Purchaser shall be performed in such a<br />
NATO UNCLASSIFIED<br />
28
NATO UNCLASSIFIED<br />
manner as not to unduly delay the Work.<br />
21.13. The Purchaser reserves the right to charge to the Contractor any additional<br />
cost of Purchaser inspection and test when Work is not ready at the time<br />
such inspection and test is requested by the Contractor or when reinspection<br />
or retest is necessitated by prior rejection.<br />
21.14. Acceptance or rejection of the Work shall be made as promptly as<br />
practicable after delivery, except as otherwise provided in this Contract, but<br />
failure to inspect and accept or reject Work shall neither relieve the<br />
Contractor from responsibility for such Work as are not in accordance with<br />
the Contract requirements nor impose liability on the Purchaser thereof.<br />
21.15. The inspection and test by the Purchaser of any Work or lots thereof, or<br />
services, does not relieve the Contractor from any responsibility regarding<br />
defects or other failures to meet the Contract requirements which may be<br />
discovered prior to acceptance.<br />
21.16. Acceptance of Work shall take place when the Contracting Authority<br />
confirms acceptance in writing of the Work in accordance with the<br />
procedure specified in the Contract, or if none is so specified then the<br />
Contracting Authority shall be deemed to have accepted the Work without<br />
prejudice to any other remedies, when and as soon as any of the following<br />
events have occurred:<br />
21.16.1. the Purchaser has taken the Work into use, except as<br />
specifically provided by Clause 23 (Use and Possession Prior to<br />
Acceptance);<br />
21.16.2. the Purchaser has not exercised its right of rejection of the<br />
Work within any period specified for that purpose in the Contract;<br />
21.16.3. there being no period for exercising the right of rejection<br />
specified in the Contract, a reasonable time, all the circumstances<br />
having been taken into account, has elapsed since inspection of the<br />
Work was effected in accordance with the Contract.<br />
21.17. Except as otherwise provided in this Contract, acceptance shall be<br />
conclusive except as regards latent defects, fraud, or such gross mistakes<br />
as amount to fraud.<br />
21.18. Unless otherwise specified in this Contract, the Contractor shall have or<br />
establish, implement and maintain an effective and economical quality<br />
control system necessary to satisfy the Contract requirement. The system<br />
shall provide for the early and prompt detection of deficiencies, trends and<br />
conditions which could result in unsatisfactory quality and for timely and<br />
effective corrective action. Objective evidence that the system is effective<br />
shall be readily available to the Purchaser and its authorised<br />
representatives. Records of all inspection and testing work by the<br />
Contractor shall be kept complete and available to the Purchaser’s<br />
representatives during the performance of this Contract and for such longer<br />
periods as may be specified elsewhere in this Contract.<br />
NATO UNCLASSIFIED<br />
29
NATO UNCLASSIFIED<br />
22. INSPECTION AND ACCEPTANCE OF DOCUMENTATION<br />
22.1. The Contractor shall provide to the Purchaser a draft version of the required<br />
documentation as provided by the Contract Schedule and the Statement of<br />
Work. Review of draft documentation under this Contract will be made by<br />
the Purchaser upon the delivery of these items by the Contractor. The<br />
review will be conducted by the Purchaser through duly authorised<br />
representatives.<br />
22.2. Upon delivery of the draft documentation, the Purchaser will have a period of<br />
review as provided by the Statement of Work. At the end of the review<br />
period or before if deemed practical by the Purchaser, the Purchaser's<br />
comments will be presented to the Contractor in writing. The substance of<br />
such comments will pertain to items of error, non-conformity, omission and<br />
guidance in relation to the requirements of the Statement of Work.<br />
22.3. Purchaser Review of the delivered items will emphasise the conformity with<br />
the requirements of the Statement of Work, thoroughness of analysis, logical<br />
bases of conclusions and models and coherence and completeness of<br />
presentation. The review process will also examine editorial and<br />
grammatical correctness and the suitability and accuracy of graphics<br />
supporting the text.<br />
22.4. The Contractor shall, after receipt of Purchaser comments, incorporate<br />
changes, revisions and corrections required by the Purchaser and present<br />
the revised documentation in final form to the Purchaser for inspection in<br />
accordance with the delivery date specified in the Schedule.<br />
22.5. During the review process the Contractor is not required to halt efforts on<br />
further tasks as identified in the Statement of Work. The Purchaser,<br />
however, shall not be held liable for any work carried out by the Contractor<br />
which is based on draft documentation yet to be reviewed.<br />
22.6. Upon receipt of the items in final form, the Purchaser will inspect the items for<br />
a period not exceeding two weeks (or as otherwise stated in the Statement<br />
of Work). At the end of the inspection, the Purchaser will notify the<br />
Contractor that:<br />
22.6.1. the items have been accepted;<br />
22.6.2. the acceptance of the items is deferred pending further revision; or<br />
22.6.3. the items are rejected and significantly fail to meet Contract<br />
requirements.<br />
22.7. In the case of Clause 22.6.2 above, the Contractor shall only be responsible<br />
for those revisions and corrections requested by the Purchaser and the<br />
Purchaser may not request additional revisions during inspection after<br />
required revisions have been made. However, if the Purchaser determines<br />
that a directed revision has not been made or if such directed revision was<br />
NATO UNCLASSIFIED<br />
30
NATO UNCLASSIFIED<br />
cause for revision of other portions of content which were not made by the<br />
Contractor, the Purchaser may withhold acceptance until such revisions are<br />
made by the Contractor.<br />
22.8. The Contractor shall provide to the Purchaser on request supporting<br />
technical data, computer software, databases and background analyses in<br />
order to validate findings contained in the delivered items.<br />
22.9. Purchaser acceptance shall be made in writing by the Contracting Authority.<br />
23. USE AND POSSESSION PRIOR TO ACCEPTANCE<br />
23.1. Except as otherwise provided in the Special Contract Provisions, the<br />
Purchaser shall have the right to take possession of, or use, any completed<br />
or partially completed Work under the Contract at any time, when notified<br />
by the Contracting Authority, however such possession or use shall not<br />
constitute Acceptance by the Purchaser, as defined in the Contract.<br />
23.2. While the Purchaser has such use or is in such possession, the Contractor<br />
shall be relieved of the responsibility for loss or damage to the Work<br />
concerned other than that resulting from the Contractor's fault, negligence<br />
or defect to the Work.<br />
23.3. If such prior possession or use by the Purchaser delays the progress of the<br />
Work or causes additional expense to the Contractor, an equitable<br />
adjustment in the Contract price or the time of delivery will be made, in<br />
accordance with the Clause 16 (Changes), and the Contract shall be<br />
modified in writing accordingly.<br />
24. OWNERSHIP AND TITLE<br />
24.1. Except as may be otherwise stated in the Special Contract Provisions and<br />
Clause 23 (Use and Possession prior to Acceptance), ownership and title to<br />
all Work will pass to the Purchaser only upon Acceptance by the Contracting<br />
Authority in writing. Where the Contract provides for Provisional Acceptance<br />
and Final Acceptance, ownership and title will pass to the Purchaser upon<br />
written notification of Final Acceptance.<br />
25. INVOICES AND PAYMENT<br />
25.1. Unless otherwise specified in the Special Contract Provisions, invoices shall<br />
only be submitted after delivery and Acceptance of the Work and for the total<br />
prices and currency(ies) as set out under the Schedule of Work.<br />
25.2. Invoices in respect of any Work or services shall be prepared and submitted<br />
to the Purchaser and shall contain all of the elements listed below:<br />
25.2.1. Contract number;<br />
25.2.2. Purchaser’s Purchase Order number ;<br />
25.2.3. accounting codes (as specified in this Contract);<br />
NATO UNCLASSIFIED<br />
31
NATO UNCLASSIFIED<br />
25.2.4. item number (as defined in the Contract);<br />
25.2.5. Contract description of Work or services, sizes, quantities, unit<br />
prices, and extended totals (exclusive of taxes and duties for which<br />
relief is available); and<br />
25.2.6. extended totals. Details of Bills of Lading or Freight Warrant<br />
numbers and weight of shipment shall be identified on each invoice<br />
as appropriate.<br />
25.3. In addition, documentary evidence of Acceptance including copies of<br />
certificates of conformity shall be submitted together with each invoice.<br />
Invoices shall not be submitted to the Purchaser without Acceptance having<br />
been previously made by the Purchaser.<br />
25.4. Each copy of the invoice shall contain the following certificate which shall be<br />
signed by a duly authorised company official on the designated original<br />
invoice:<br />
"I certify that the above invoice is true and correct, that the<br />
delivery of the above described items has been duly carried out<br />
and the payment thereof has not been received.<br />
Order placed for official use. Exemption from VAT Article<br />
42,§3&3*of VAT Code for Belgium or Article 151, §1b of the<br />
Council Directive 2006/112/EC dd. 28 November 2006 on intracommunity<br />
purchases and/or services.”.<br />
25.5. All invoices shall be addressed to the NCIA - Financial Management<br />
Either at the following addresses:<br />
NCIA<br />
Financial Management<br />
Boulevard Léopold III<br />
1110 Brussels<br />
Belgium<br />
OR<br />
shall be addressed to Financial Management at the following electronic<br />
address:<br />
“ncia-fmrc-bel_einvoices@ncia.nato.int”<br />
Once the manner of forwarding the invoice is chosen, the contractor shall<br />
keep this manner throughout the contract.<br />
25.6. All invoices submitted shall include the address of the bank to which<br />
payment shall be made, together with either pertinent information<br />
concerning the International Bank Account Number (IBAN) and BIC/SWIFT<br />
NATO UNCLASSIFIED<br />
32
NATO UNCLASSIFIED<br />
address or pertinent information concerning transit number/sort code,<br />
account number and SWIFT address. The Purchaser makes payment only<br />
by wire transfer and therefore wire transfer particulars shall be included on<br />
the invoice.<br />
25.7. Invoices will be settled by the Purchaser within sixty (60) days of receipt of a<br />
properly prepared and submitted invoice.<br />
25.8. The Contractor shall mention on the invoice the payment conditions in line<br />
with the Contract.<br />
26. TAXES AND DUTIES<br />
26.1. The Purchaser, by virtue of his status under the terms of Article IX and X of<br />
the Ottawa Agreement, is exempt from all direct taxes (incl. VAT) and all<br />
customs duties on merchandise imported or exported. The Contractor,<br />
therefore, certifies that the prices stipulated in this Contract do not include<br />
amounts to cover such direct taxes or customs duties.<br />
26.2. The Contractor shall be responsible for ensuring that his respective Subcontractors<br />
are aware that the Purchaser is exempt from taxes and customs<br />
duties. The Contractor (and his respective Sub-contractors) shall be<br />
responsible for complying with all applicable national and local legal and<br />
administrative procedures to ensure that authorities do not attempt to assess<br />
taxes and customs duties on goods and property imported or exported<br />
through NATO member nation frontiers under this Contract nor assess direct<br />
taxation (VAT) on goods sold to the NCIA under this Contract.<br />
26.3. The Purchaser shall give reasonable assistance in providing<br />
evidence/documents which might be required by the Contractor to ensure<br />
that NCIA receives tax exemption by virtue of its status under the Ottawa<br />
Agreement.<br />
26.4. If, after complying with all national and local legal and administrative<br />
procedures, the authorities persist in attempting to impose taxes or duties on<br />
goods provided under this Contract, the Contractor shall inform the<br />
Contracting Authority providing the particulars of the situation, the<br />
procedures which have been followed and the point of contact at the national<br />
authority which is attempting to impose taxation or duty. The Contracting<br />
Authority will examine the situation and attempt to clarify the legal and<br />
administrative basis of the difficulty. If the Contracting Authority so directs,<br />
the Contractor shall pay the required taxes and duties and file for<br />
reimbursement or rebate from the national authorities in accordance with<br />
national legislative and administrative procedures.<br />
26.5. In the event that the petition for reimbursement or rebate is denied by the<br />
national authorities concerned and providing that the Contractor and/or his<br />
Sub-contractor have complied with the national legislative and administrative<br />
procedures, the Purchaser shall reimburse the full amount of the payment(s)<br />
upon receipt of the Contractor's invoice indicating such tax or duty as a<br />
separate item of cost and fully identified by reference to any governmental<br />
law, regulation and/or instruction pursuant to which such tax or duty is<br />
NATO UNCLASSIFIED<br />
33
NATO UNCLASSIFIED<br />
enforced. The Contractor shall offer assistance and execute any such<br />
document that may be useful or required to ensure that Purchaser obtains<br />
the reimbursement of any tax or duty retained by a national authority.<br />
26.6. In the event of the Contractor and/or Sub-contractor not complying with<br />
national legislative or administrative procedures, taxes and duties paid by the<br />
Contractor and/or Sub-contractors shall not be reimbursed by the Purchaser.<br />
26.7. Following payment by the Purchaser of the taxes and/or duties pursuant to<br />
Clause 26.4 above, should the Contractor subsequently receive a rebate of<br />
any amount paid by the Purchaser, the Contractor shall immediately notify<br />
the Purchaser and the amount of such rebate shall be credited or reimbursed<br />
to the Purchaser, as directed. The Contractor shall be responsible for taking<br />
any and all action that could reasonably be required in order to obtain such<br />
rebate.<br />
26.8. The Contractor shall be liable for all other taxes, assessments, fees, licences,<br />
administrative charges or other Government assessments or charges which<br />
are applicable to the performance of this Contract. It is the Contractor's<br />
responsibility to inform himself of his liability in each country where such<br />
liability may arise.<br />
27. WARRANTY OF WORK (exclusive of Software)<br />
27.1. For the purpose of this Clause:<br />
27.1.1. “Acceptance” shall mean the act of an authorised representative of<br />
the Purchaser by which the Purchaser assumes title and ownership<br />
of delivered Work rendered as partial or complete performance of<br />
the Contract. “Acceptance” in this regard, unless specifically<br />
provided otherwise in the Contract Special Provisions, means final<br />
Acceptance where the Contract provides for Provisional or Partial<br />
Acceptance;<br />
27.1.2. “Correction” shall mean the elimination of a defect;<br />
27.1.3. “Work” shall not include software.<br />
27.2. The Contractor shall not be responsible under this Clause for the Correction<br />
of Defects in Purchaser Furnished Property, except for Defects in<br />
Contractor performed installation, unless the Contractor performs, or is<br />
obligated to perform, any modifications or other work on Purchaser<br />
Furnished Property. In that event, the Contractor shall be responsible for<br />
Correction of Defects that result from the modifications or other Work.<br />
27.3. Unless another period of time is indicated in the Contract Special Provisions,<br />
the duration of the warranty provided by the Contractor and its<br />
Subcontractors shall be twelve (12) months from the date of Acceptance<br />
under this Contract as notified in writing by the Contracting Authority.<br />
27.4. Any Work or parts thereof corrected or furnished in replacement and any<br />
services re-performed shall also be subject to the conditions of this Clause<br />
27 to the same extent as Work initially accepted. The warranty, with respect<br />
NATO UNCLASSIFIED<br />
34
NATO UNCLASSIFIED<br />
to these Work, or parts thereof shall be equal in duration to that set forth in<br />
Clause 27.3, and shall run from the date of delivery of the corrected or<br />
replaced Work.<br />
27.5. If the Contractor becomes aware at any time before Acceptance by the<br />
Purchaser (whether before or after tender to the Purchaser) or at a later<br />
time, that a Defect exists in any Work, the Contractor shall either promptly<br />
correct the Defect or promptly notify the Purchaser, in writing, of the Defect,<br />
using the same procedures prescribed in Clause 27.8.<br />
27.6. The Purchaser will notify in writing the Contractor of the existence of a Failed<br />
Component and return to the Contractor the Failed Component within thirty<br />
(30) Days of the discovery of such failure. The transport of the Failed<br />
Component shall be at the expense of the Purchaser. The notification of the<br />
failure will include as much information as practicable about the<br />
circumstances and operating environment at the time of the failure. Upon<br />
receipt of such notification by the Purchaser (which may precede receipt of<br />
the Failed Component), the Contractor shall ship to the location of the<br />
Failed Component an identical component for installation by Purchaser<br />
personnel. The Contractor shall ship such replacement component(s)<br />
Delivery Duty Paid. Such transportation and replenishment charges are<br />
included in the cost of line item of the Contract identified as the warranty.<br />
27.7. In such rare cases where the Failed Component is either too large to be<br />
easily transported or the Failed Component cannot be readily identified and<br />
isolated within the larger entity, the Contractor shall be notified by the<br />
Purchaser of the failure immediately by telephone, fax or e-mail. The<br />
Contractor shall provide technical support to the Purchaser personnel in<br />
identifying the Failed Component so as to afford the Purchaser the<br />
opportunity to return the Failed Component. In such a case where the<br />
Failed Component cannot be identified or is not cost effective or practical to<br />
ship to the Contractor’s facility, the Contractor may elect to send field<br />
service personnel to the site of the failure and repair such equipment on<br />
location. In this event, such field service personnel shall be dispatched to<br />
the site of the failure within forty-eight (48) hours of initial notification. The<br />
expense of the technical support and field service shall be borne by the<br />
Contractor.<br />
27.8. The Contractor shall conduct analysis of all Failed Components which are<br />
returned to him by the Purchaser or repaired in the field by Contractor field<br />
service personnel to determine the cause of the failure. The Contractor<br />
shall issue a report to the Purchaser within thirty (30) days of receipt of a<br />
returned item or field repair which contains the results of the analysis. The<br />
report shall contain the conclusion of the Contractor as to whether the cause<br />
of the failure was due to a Manufacturing Defect or a Design Defect and<br />
declare what course of remedial action the Contractor shall implement to<br />
prevent further failures of a similar nature. Repetitive failures of the same<br />
component may be grounds for a de facto determination by the Purchaser<br />
that a Design Defect exists.<br />
27.9. If the Purchaser determines that a Design Defect exists in any of the Work<br />
accepted by the Purchaser under this Contract, the Purchaser shall<br />
promptly notify the Contractor of the Defect, in writing, within ninety (90)<br />
NATO UNCLASSIFIED<br />
35
NATO UNCLASSIFIED<br />
days after discovery of the Defect. Upon timely notification of the existence<br />
of a Defect, or if the Contractor independently discovers a Design Defect or<br />
Manufacturing Defect in accepted Work, the Contractor shall submit to the<br />
Purchaser, in writing within thirty (30) days, a recommendation for corrective<br />
actions, together with supporting information in sufficient detail for the<br />
Purchaser to determine what corrective action, if any, shall be undertaken.<br />
27.10. The Contractor shall also prepare and furnish to the Purchaser data and<br />
reports applicable to any Correction required under this Clause (including<br />
revision and updating of all other affected data and already accepted<br />
documentation called for under this Contract) at no increase in the Contract<br />
price.<br />
27.11. In the event of timely notice of a decision not to correct or only to partially<br />
correct, the Contractor shall submit a technical and cost proposal within<br />
forty-five (45) days to amend the Contract to permit Acceptance of the<br />
affected Work in accordance with the revised requirement, and an equitable<br />
reduction in the Contract price shall promptly be negotiated by the Parties<br />
and be reflected in a supplemental agreement to this Contract.<br />
27.12. Within thirty (30) days after receipt of the Contractor's recommendations for<br />
corrective action and adequate supporting information in accordance with<br />
Clause 27.9, the Purchaser using sole discretion, shall give the Contractor<br />
written notice not to correct any Defect, or to correct or partially correct any<br />
Defect within a reasonable time.<br />
27.13. The Contractor shall promptly comply with any timely written direction from<br />
the Purchaser to correct or partially correct a manufacturing or Design<br />
Defect, at no increase in the Contract price.<br />
27.14. The Purchaser shall give the Contractor a written notice specifying any<br />
failure or refusal of the Contractor to:<br />
27.14.1. conduct analyses of Failed components and implement a<br />
course of remedial action as required by Clauses 27.7 and 27.8;<br />
27.14.2. provide replacement components, technical support or onlocation<br />
field repair service in accordance with Clauses 27.6 and<br />
27.7; or<br />
27.14.3. prepare and furnish data and reports as required by Clause<br />
27.10.<br />
27.15. The notice referred to in Clause 27.14 shall specify a period of time following<br />
receipt of the notice by the Contractor in which the Contractor must remedy<br />
the failure or refusal specified in the notice.<br />
27.16. If the Contractor does not comply with the Purchaser's written notice in<br />
Clause 27.14, the Purchaser may by Contract or otherwise:<br />
27.16.1. Obtain detailed recommendations for corrective action from its<br />
own resources or third parties and either:<br />
27.16.1.1. correct the Work;<br />
NATO UNCLASSIFIED<br />
36
NATO UNCLASSIFIED<br />
27.16.1.2. replace the Work, and if the Contractor fails to furnish<br />
timely disposition instructions, the Purchaser may<br />
dispose of the non-confirming Work for the Purchaser's<br />
account in a reasonable manner, in which case the<br />
Purchaser is entitled to reimbursement from the<br />
Contractor, or from the proceeds, for the reasonable<br />
expenses of care and disposition, as well as for excess<br />
costs incurred or to be incurred;<br />
27.16.1.3. obtain applicable data and reports; and/or<br />
27.16.1.4. charge the Contractor for the costs incurred by the<br />
Purchaser.<br />
27.17. In no event shall the Purchaser be responsible for any extension or delays in<br />
the scheduled deliveries or periods of performance under this Contract as a<br />
result of the Contractor's obligations to correct Defects, nor shall there be<br />
any adjustment of the delivery schedule or period of performance as a result<br />
of the Correction of Defects unless provided by a supplemental agreement<br />
with adequate consideration.<br />
27.18. The rights and remedies of the Purchaser provided in this Clause shall not<br />
be affected in any way by any terms or conditions of this Contract<br />
concerning the conclusiveness of inspection and Acceptance and are in<br />
addition to, and do not limit, any rights afforded to the Purchaser by any<br />
other Clause of this Contract or applicable law.<br />
28. RIGHT OF ACCESS, EXAMINATION OF RECORDS<br />
28.1. The Contractor shall give to the Purchaser and/or his representative(s) full<br />
and free access to his premises as and when required for the purpose of<br />
this Contract and shall ensure the same right of access to the premises of<br />
his Sub-contractors, by the inclusion in any such Sub-contracts of a<br />
provision substantially as set forth in this Clause.<br />
28.2. The Purchaser and/or his representative(s) shall continue to have such right<br />
of access and examination of records as set forth in Clause 28.1 above until<br />
final payment under the Contract or the end of the warranty provisions<br />
under the Contract, whichever occurs later.<br />
28.3. The expiration of the Purchaser’s rights as set forth in Clause 28.2 is further<br />
subject to the provisions of Clause 19 (Pricing of Changes, Amendments<br />
and Claims), where a three (3) year right is established following the<br />
agreement of contractual amendments or the settlement of claims based<br />
upon the submission of cost and pricing data.<br />
28.4. The period of access and examination described in Clause 28.1 above for<br />
records not related to cost aspects of a dispute or claim but which relate to<br />
issues of fact arising under either proceedings under Clause 41 (Disputes)<br />
or Clause 42 (Arbitration), or the settlement of claims made by either Party<br />
pursuant to the performance of this Contract, shall continue until such<br />
NATO UNCLASSIFIED<br />
37
NATO UNCLASSIFIED<br />
appeals, litigation or claims have been disposed of.<br />
29. PATENT AND COPYRIGHT INDEMNITY<br />
29.1. The Contractor shall assume all liability against any and all third party<br />
claims that the services, Work and/or parts thereof, in whole or in part,<br />
infringe(s) an IPR in force in any countries, arising out of the<br />
manufacture, import, export, performance of the services or delivery of<br />
Work and/or out of the use or disposal by, or for the account of, the<br />
Purchaser of such Services and/or Work. The Contractor shall<br />
reimburse and/or indemnify the Purchaser, its officers, agents,<br />
employees and/or consultants: (i) for all costs, fees, damages, awards,<br />
settlement amounts and any other expenses awarded to the third party<br />
right holder against Purchaser and/or the final beneficiaries of the Work<br />
in relation to said third party claim; and (ii) for the costs and expenses<br />
incurred by the Purchaser in relation to said third party claims, including<br />
attorney fees. The Contractor shall be responsible for obtaining any<br />
licences necessary for the performance of this Contract and for making<br />
all other arrangements required to indemnify the Purchaser from any<br />
liability for IPR infringement in said countries.<br />
29.2. Each Party shall immediately notify the other of any intellectual property<br />
infringement claims of which he has knowledge and which pertain to the<br />
Work under this Contract.<br />
29.3. This indemnity shall not apply under the following circumstances:<br />
29.3.1. Patents or copyright which may be withheld from issue by order of<br />
the applicable government whether due to security regulations or<br />
otherwise;<br />
29.3.2. An infringement resulting from specific written instructions from the<br />
Purchaser under this Contract;<br />
29.3.3. An infringement resulting from changes made to the Work by the<br />
Purchaser without the Contractor prior written consent;<br />
29.4. An infringement resulting from changes or additions to the Work subsequent<br />
to final delivery and Acceptance under this Contract.<br />
30. INTELLECTUAL PROPERTY<br />
30.1. Purchaser Background IPR<br />
30.1.1. The Contractor is licensed to use, non-exclusively and royalty-free<br />
any Purchaser Background IPR that is or will be made available for<br />
the sole purpose of carrying out the Work.<br />
30.1.2. The Contractor shall not use any Purchaser Background IPR other<br />
than for the purpose of carrying out the Work without the prior<br />
written agreement of the Purchaser. Any such agreement shall<br />
include the terms relating to such use.<br />
NATO UNCLASSIFIED<br />
38
NATO UNCLASSIFIED<br />
30.1.3. The Purchaser gives no warranty as to the validity of any Purchaser<br />
Background IPR. The Contractor shall not do anything or act in any<br />
way which is inconsistent with or prejudicial to the ownership by the<br />
Purchaser of any Purchaser Background IPR.<br />
30.2. Contractor Background IPR<br />
30.2.1. Any use of Contractor Background IPR for the purpose of carrying<br />
out the Work pursuant to the Contract shall, subject to any<br />
obligation on the part of the Contractor to make payments to any<br />
third party in respect of IPR which is licensed from such third party,<br />
be free of any charge to Purchaser. The Contractor hereby grants to<br />
NATO a non-exclusive, royalty-free and irrevocable licence to use<br />
and authorise others to use any Contractor Background IPR for the<br />
purpose of exploiting or otherwise using the Foreground IPR.<br />
30.2.2. Any use of Contractor Background IPR is not limited to the number<br />
of users or the number of licenses required by the Contract for the<br />
use of system. The Purchaser reserves the right to use the<br />
Contractor Background IPR for any number of users and number of<br />
licenses as required, at no additional cost to the Purchaser.<br />
30.3. Foreground IPR<br />
30.3.1. All Foreground IPR is the property of the Purchaser on behalf of<br />
NATO. Consequently, no statement shall be made restricting the<br />
rights of the Purchaser in the Foreground IPR. All Foreground IPR<br />
are immediately and exclusively transferred and assigned to the<br />
Purchaser as from their coming into existence or, as the case may<br />
be, as from the execution of this Contract for rights already in<br />
existence at the time of execution of this Contract.<br />
30.3.2. The Contractor shall ensure that suitable arrangements are in place<br />
between its employees, agents, consultants and itself regarding<br />
Foreground IPR generated by said employees, agents,<br />
Subcontractors and consultants to allow the Contractor to fulfil its<br />
obligations under Clause 30.3.1 above.<br />
30.3.3. The Contractor shall be entitled to use Foreground IPR on a nonexclusive,<br />
royalty free basis solely for the purpose of carrying out the<br />
Work.<br />
30.3.4. The Contractor shall not use any Foreground IPR other than for the<br />
purpose of carrying out the Work without the Purchaser's prior<br />
written agreement. Any such agreement shall include terms relating<br />
to such use.<br />
30.3.5. The Contractor shall provide the Purchaser, at the latest upon<br />
delivery of the Work and thereafter for the duration of the warranty<br />
and any purchased CLS agreement period, with full documented<br />
records of information in relation to the Work, including but not<br />
NATO UNCLASSIFIED<br />
39
NATO UNCLASSIFIED<br />
limited to, all drawings, specifications and other data that is<br />
necessary or useful to further develop, maintain and operate the<br />
Work.<br />
30.3.6. The Contractor shall:<br />
30.3.6.1. do all things necessary and sign all necessary or useful<br />
documents to enable the Purchaser to obtain the<br />
registration of the Foreground IPR as the Purchaser may<br />
require and select; and<br />
30.3.6.2. to execute any formal assignment or other documents as<br />
may be necessary or useful to vest title to any<br />
Foreground IPR in the Purchaser.<br />
30.3.7. The Contractor undertakes:<br />
30.3.7.1. to notify the Purchaser promptly of any invention or<br />
improvement to an invention or any design conceived or<br />
made by the Contractor; and<br />
30.3.7.2. to provide the Purchaser with such information as the<br />
Purchaser may reasonably request in order to: (i)<br />
determine the patentability of such invention or<br />
improvement; (ii) assess the need for registering such<br />
invention or improvement; and (iii) evaluate the potential<br />
value to the Purchaser of such a patent or registration if<br />
issued.<br />
30.3.8. If the Purchaser determines that it wishes to apply for one or more<br />
patents for the disclosed invention or improvement or for a<br />
registration for the disclosed design, it will prosecute such<br />
application(s) at its own expense. The Contractor undertakes to<br />
provide the Purchaser, at the Purchaser's expense, with such<br />
information and assistance as the Purchaser shall reasonably<br />
require to prosecute such application(s).<br />
30.4. Third Party IPR<br />
30.4.1. Where Third Party IPR is the subject of a licence or other agreement<br />
between the third party and the Purchaser or the Contractor, the<br />
Contractor shall not use any Third Party IPR for the purposes of<br />
carrying out work pursuant to the Contract without the prior written<br />
approval of the Purchaser. Contractor shall inform Purchaser in<br />
advance of any restrictions on the Purchaser’s use.<br />
30.4.2. If, after the award of the Contract, the Contractor becomes aware of<br />
the existence of any Third Party IPR which the Contractor is using or<br />
believes is needed for the performance of the Contract, the<br />
Contractor shall immediately give the Purchaser a written report<br />
NATO UNCLASSIFIED<br />
40
NATO UNCLASSIFIED<br />
30.5. Subcontractor IPR<br />
identifying such IPR and if they are compliant with the other<br />
provisions in the contract. Any Third Party IPR under this clause is<br />
subject to the prior written approval by the Purchaser.<br />
30.5.1. When placing a Sub-contract which is concerned with or involves the<br />
creation of IPR, the Contractor shall ensure that the Sub-contractor<br />
enters into the same agreement for the use of the IPR as stipulated<br />
in this Contract in such a way that the Purchaser will be entitled to<br />
use the IPR as agreed between the Purchaser and the Contractor.<br />
The Contractor shall include in the Sub-contract the content of the<br />
provisions of this Clause.<br />
31. SOFTWARE WARRANTY<br />
31.1. Statement of the Warranties<br />
31.1.1. The Contractor warrants that each Software delivered under this<br />
Contract will conform to all requirements specified in the Contract. This<br />
will also include Software design specifications, including software<br />
configuration.<br />
31.1.2. Regardless of the Purchaser initiation of or participation in<br />
developing Software design or specifications, each Software delivered<br />
under this Contract will conform to the essential Performance<br />
requirements set forth in this Contract, as those essential Performance<br />
requirements measured, tested, and verified by tests and procedures set<br />
forth in this Contract.<br />
31.2. Notification Requirement<br />
31.2.1. The Contractor agrees to notify the Purchaser in writing<br />
immediately after he first discovers that a defect(s) may exist in Software<br />
delivered under this Contract, unless the Purchaser has first notified the<br />
Contractor, in writing, of the same defect(s).<br />
31.2.2. The Purchaser shall notify the Contractor upon discovery that a<br />
defect(s) may exist in any Software accepted by the Purchaser under this<br />
Contract, unless the Contractor has first notified the Purchaser, in writing<br />
of the same defect(s).<br />
31.3. Duration of the Warranty<br />
31.3.1. For each Software delivered under this Contract, the Contractor<br />
Warranties stated in paragraph 31.1 above shall extend to all defects<br />
discovered within 12 months from the date of acceptance of the Software<br />
by the Purchaser.<br />
NATO UNCLASSIFIED<br />
41
NATO UNCLASSIFIED<br />
31.4. Purchaser Remedies for Breach<br />
31.4.1. The rights and remedies of the Purchaser under this Software<br />
Warranty:<br />
31.4.1.1. Are in addition to any rights and remedies of the Purchaser<br />
under any other provision of this Contract, including, but not limited<br />
to, the Purchaser’s rights in relation to latent defects, fraud, or gross<br />
mistakes that amount to fraud; and<br />
31.4.1.2. Shall apply notwithstanding inspection, acceptance, or any other<br />
clauses or terms of this Contract;<br />
31.4.2. In the event of any defect as defined herein with respect to a<br />
Software delivered under this Contract, the Purchaser, in its sole<br />
discretion may:<br />
31.4.2.1. Require the Contractor to take such action as may be necessary<br />
to eliminate the defect, at no additional cost to the Purchaser for<br />
materials, labour, transportation, or otherwise;<br />
31.4.2.2. Require the Contractor to supply, at no additional cost to the<br />
Purchaser, all materials and instructions necessary for the<br />
Purchaser to eliminate the defect and to pay costs reasonably<br />
incurred by the Purchaser in taking such action as may be<br />
necessary to eliminate the defect, or;<br />
31.4.2.3. Equitably reduce the contract price<br />
31.4.3. The Purchaser may elect the remedies provided in paragraph<br />
31.4.2.1 or 31.4.2.2 above notwithstanding any dispute respecting the<br />
existence of or responsibility for any alleged defect as defined herein with<br />
respect to any Software delivered under this contract, provided that the<br />
Contractor will not be required to pay costs incurred by the Purchaser<br />
under paragraph 31.4.2.2 until final determination of the defect. In the<br />
event that the alleged defect is subsequently determined not to be a<br />
defect subject to this warranty but the Contractor has incurred costs<br />
under paragraph 31.4.2.1 and 31.4.2.2 as required by the Contract by<br />
virtue of this paragraph 31.4.3, the contract price under this contract shall<br />
be equitably adjusted.<br />
31.4.4. Election by the Purchaser of the remedy provided under<br />
paragraph 31.4.2.1 and 31.4.2.2 above shall not preclude subsequent<br />
election of a different remedy under paragraph 31.4.2 if the defect is not<br />
successfully eliminated under the prior election with one month of the<br />
notification under paragraph 31.2 above.<br />
31.5. Limitations and Exclusions from Warranty Coverage<br />
31.5.1. This Software Warranty shall not apply to alleged defects that<br />
the Contractor demonstrates to be in or otherwise attributable to the<br />
NATO UNCLASSIFIED<br />
42
NATO UNCLASSIFIED<br />
Purchaser furnished property as determined, tested, and verified by the<br />
tests and procedures set forth in this Contract. Notwithstanding this<br />
paragraph , a defect is not attributable to Purchaser furnished property if<br />
it is the result of installation or modification of Purchaser furnished<br />
property by the Contractor or of the integration of Purchaser furnished<br />
property into any Software delivered under this Contract.<br />
31.5.2. Any Purchaser Furnished Property needs to be checked and<br />
approved by the Contractor. Approval is implied once the Contractor<br />
starts using the Purchaser Furnished Property.<br />
31.6. Markings<br />
31.6.1. All Software delivered under this Contract will be marked with, or<br />
the operating and/or maintenance manuals or instructions accompanying<br />
such Software will prominently include, notice of the existence of this<br />
warranty, its substance, its duration, and instructions to notify the<br />
Purchaser promptly if the Software is found to be defective.<br />
32. NATO CODIFICATION<br />
32.1. For the purposes of this Clause "Technical Data" means the drawings,<br />
specifications and technical documentation of those items designated by the<br />
Purchaser to support the equipment covered by the Contract, and required<br />
to fully identify the items and, if applicable, draft item identifications to the<br />
extent and in the form to be agreed between the Codification Authority and<br />
the Contractor.<br />
32.2. In order to ensure the orderly identification of equipment, the Contractor<br />
shall furnish at the request of the Codification Authority the Technical Data<br />
required for the identification of the items of supply to the NATO codification<br />
system in the time scale stated in this Contract.<br />
32.3. A recommended spare parts list or a similar data carrier prepared in<br />
accordance with instructions provided by the Purchaser as the basis for<br />
codification shall be supplied by the Contractor by the date established in<br />
this Contract.<br />
32.4. The Contractor shall supply or require his Sub-contractor(s)/supplier(s) to<br />
supply on request for the period of time specified in the Contract the<br />
relevant Technical Data for all items and sub-contracted items to the<br />
Codification Authority and the Purchaser. The Contractor shall require that<br />
each Sub-contractor/supplier shall include identical conditions in any<br />
subsequent order which he may place.<br />
32.5. The drawings, specifications, related documentation and, if applicable, draft<br />
item identifications, prepared when possible by the true manufacturer of the<br />
item, shall be supplied by the Contractor or his Sub-contractor(s)/supplier(s)<br />
direct to the Codification Authority and, if required, to the Purchaser as and<br />
when they become available or, at the latest within the time limits specified<br />
in the Contract. The Contractor shall inform the Codification Authority and<br />
NATO UNCLASSIFIED<br />
43
NATO UNCLASSIFIED<br />
Purchaser within twenty-one (21) Days of receipt of the request if the<br />
required Technical Data are not immediately available, and shall impose a<br />
similar obligation upon his Sub-contractor(s)/supplier(s)<br />
32.6. Except as hereinafter provided, the Contractor shall require the Subcontractor(s)/supplier(s)<br />
to furnish on request the information direct to the<br />
Codification Authority in the Sub-contractor(s)/supplier(s)' country, but the<br />
Contractor shall remain responsible for ensuring that the information is so<br />
furnished. In the event of a Sub-contract order being placed with a<br />
manufacturer in a non-NATO country, the Contractor shall be responsible<br />
for obtaining Technical Data from the Sub-contractor/supplier and furnishing<br />
it to the Purchaser.<br />
32.7. Technical Data relating to any Sub-contractor's/supplier's items shall include<br />
but not be limited to the name and address of the true manufacturer(s),<br />
his/their true reference number(s), drawing or item Part number(s) and<br />
applicable data in addition to any Part or reference number(s) allocated by<br />
the Contractor, plus draft item identification(s) if required by the Codification<br />
Authority.<br />
32.8. The Contractor shall provide the Technical Data required for codification of<br />
those items ordered with this Contract and also for the pertaining support<br />
items ordered with future contracts, including updating information regarding<br />
all agreed modifications, design or drawing changes made to the equipment<br />
or detailed Parts.<br />
32.9. If the Contractor has previously supplied Technical Data (for the purpose<br />
stated in Clause 31.2), the Contractor is to state this fact and indicate to<br />
whom they were supplied and the Contractor shall not under normal<br />
circumstances be required to make a further supply of the Technical Data<br />
already provided. The Technical Data furnished by the Contractor and Subcontractor(s)/supplier(s)<br />
are to be presented in accordance with the<br />
requirements for the preparation of item identification(s) as outlined in the<br />
Guide for Industry provided by the Codification Authority.<br />
32.10. The Contractor should contact the Codification Authority for any information<br />
concerning the NATO codification system. This information is to be found at:<br />
“http://www.nato.int/structur/ac/135/ncs_guide/e_guide.htm”<br />
33. RELEASE FROM CLAIMS<br />
33.1. Prior to final payment under this Contract, the Contractor and each assignee<br />
under this Contract shall execute and deliver a release discharging the<br />
Purchaser, its officers, agents and employees from all liabilities, obligations<br />
and claims arising out of or under this Contract subject only to the following<br />
exceptions:<br />
33.1.1. specified claims in stated amounts or in estimated amounts where<br />
the amounts are not susceptible to exact statement by the<br />
NATO UNCLASSIFIED<br />
44
NATO UNCLASSIFIED<br />
Contractor;<br />
33.1.2. claims for reimbursement of costs (other than expenses of the<br />
Contractor by reason of his indemnification of the Purchaser against<br />
patent liability) including reasonable expenses incidental thereto,<br />
incurred by the Contractor under the provisions of this Contract<br />
relating to patents.<br />
33.1.3. a patent infringement resulting from specific written instructions from<br />
the Purchaser under this Contract.<br />
33.1.4. a patent infringement resulting from changes or additions to the<br />
goods and services subsequent to final delivery and acceptance<br />
under this Contract.<br />
34. ASSIGNMENT OF CONTRACT<br />
34.1. The Purchaser reserves the right to assign this Contract, in whole or in part,<br />
to another NATO body, agency or representative within NATO or NATO<br />
Nations. In such a case, the Purchaser shall notify the Contractor<br />
accordingly in writing.<br />
34.2. NATO shall remain responsible for its obligations under the Contract and for<br />
the actions of the body, agency or representative to which this Contract may<br />
be assigned.<br />
35. TRANSFER AND SUB-LETTING<br />
35.1. The Contractor shall not give, bargain, sell, assign, sub-let or otherwise<br />
dispose of the Contract or any part thereof or the benefit or advantage of the<br />
Contract or any part thereof without the prior written consent of the<br />
Purchaser.<br />
36. PURCHASER DELAY OF WORK<br />
36.1. If the performance of all or any part of the Work is delayed or interrupted by<br />
an act of the Purchaser in the administration of this Contract, which act is not<br />
expressly or implicitly authorised by this Contract, or by the Purchaser’s<br />
failure to act within the time specified in this Contract (or within a reasonable<br />
time if no time is specified), an adjustment shall be made for any increase in<br />
the cost of performance of this Contract caused by such delay or interruption<br />
and the Contract modified in writing accordingly.<br />
36.2. Adjustment shall be made also in the delivery or performance dates and any<br />
other contractual provision affected by such delay or interruption. However,<br />
no adjustment shall be made under this Clause for any delay or interruption:<br />
36.2.1. to the extent that performance would have been delayed or<br />
interrupted by any other cause, including the fault or negligence of<br />
the Contractor; or<br />
NATO UNCLASSIFIED<br />
45
NATO UNCLASSIFIED<br />
36.2.2. for which an adjustment is provided or excluded under any other<br />
provision of this Contract.<br />
36.3. No claim under this Clause shall be allowed:<br />
36.3.1. if the Contractor has failed to notify the Purchaser in writing of the<br />
act or failure to act, indicating that this act or failure to act will result<br />
in a delay or increased costs;<br />
36.3.2. for any costs incurred more than twenty (20) Days before the<br />
Contractor shall have notified the Purchaser in writing of the act or<br />
failure to act involved; and<br />
36.3.3. unless the monetary claim, in an amount stated, is asserted in<br />
writing as soon as practicable after the termination of such delay or<br />
interruption, but not later than the date of final payment under the<br />
Contract.<br />
37. CONTRACTOR NOTICE OF DELAY<br />
37.1. In the event that the Contractor encounters difficulty in complying with the<br />
Contract schedule date(s) for whatever reason, including actual or potential<br />
labour disputes, the Contractor shall immediately notify the Contracting<br />
Authority in writing, giving pertinent details. This data shall be deemed to be<br />
informational in character and shall not be construed as a waiver by the<br />
Purchaser of any schedule or date, or of any rights or remedies provided by<br />
law or under this Contract.<br />
37.2. Notwithstanding the above the Contractor shall be deemed to be in delay<br />
without notice from the Purchaser and only by simple expiry of the due date.<br />
38. LIQUIDATED DAMAGES<br />
38.1. If the Contractor:<br />
38.1.1. fails to meet the delivery schedule of the Work or any performance<br />
milestones specified in the Schedule of Work to this Contract, or any<br />
extension thereof, or<br />
38.1.2. fails to obtain acceptance of the delivered Work as specified in the<br />
Contract, or, if no time for acceptance is specified in the contract<br />
within a reasonable time after work is delivered.<br />
the actual damage to the Purchaser for the delay will be difficult or<br />
impossible to determine. Therefore, in lieu of actual damages the Contractor<br />
shall pay to the Purchaser, for each day of delinquency in achieving the<br />
deadline or milestone, fixed and agreed liquidated damages of 1.0% (one<br />
per cent) per day of the associated payment set forth in the Schedule of<br />
Payments provided in the Special Contract Provisions. If no Schedule of<br />
Payments is specifically set forth in the Special Contract Provisions, the<br />
liquidated damages will be assessed against the price of the applicable<br />
contract line item (CLIN) of the Schedule of Supplies, Services and Prices.<br />
NATO UNCLASSIFIED<br />
46
NATO UNCLASSIFIED<br />
38.2. In addition to the liquidated damages referred to above, the Purchaser shall<br />
have the possibility of terminating this Contract in whole or in part, as<br />
provided in Clause 39 (Termination for Default). In the event of such<br />
termination, the Contractor shall be liable to pay the excess costs provided in<br />
Clause 38.5.<br />
38.3. The Contractor shall not be charged with liquidated damages when the delay<br />
arises out of causes beyond the control and without the fault or negligence of<br />
the Contractor as defined in Clause 39.6 (Termination for Default). In such<br />
event, subject to the provisions of Clause 41 (Disputes), the Purchaser shall<br />
ascertain the facts and extent of the delay and shall extend the time for<br />
performance of the Contract when in his judgement the findings of the fact<br />
justify an extension.<br />
38.4. Liquidated damages shall be payable to the Purchaser from the first day of<br />
delinquency and shall accrue at the rate specified in Clause 38.1 to 15% of<br />
the value of each line item individually and an aggregate sum of all<br />
delinquent items not to exceed 15% of the value of the total Contract. These<br />
liquidated damages shall accrue automatically and without any further notice<br />
being required.<br />
38.5. The rights and remedies of the Purchaser under this clause are in addition to<br />
any other rights and remedies provided by law or under this Contract.<br />
39. TERMINATION FOR DEFAULT<br />
39.1. The Purchaser may, subject to Clause 39.6 below, by written notice of default<br />
to the Contractor, terminate the whole or any part of this Contract if the<br />
Contractor, inclusive but not limited to:<br />
39.1.1. fails to make delivery of all or part of the Work within the time<br />
specified in the contract or any agreed extension thereof;<br />
39.1.2. fails to make progress as to endanger performance of this Contract<br />
in accordance with its terms;<br />
39.1.3. fails to meet the technical requirements or the Specifications of the<br />
Contract;<br />
39.1.4. fails to comply with Clause 11 (Security);<br />
39.1.5. transfer this Contract without the Purchaser’s prior written consent;<br />
39.1.6. breaches any provision of this Contract; or<br />
39.2. In the case of any of the circumstances set forth in Clause 39.1 above, the<br />
Purchaser shall issue a letter to the Contractor stating that an actual or<br />
potential default exists and requiring a response from the Contractor within<br />
ten (10) Days that identifies:<br />
NATO UNCLASSIFIED<br />
47
NATO UNCLASSIFIED<br />
39.2.1. in the case of late delivery of Work, when the Contractor shall deliver<br />
the Work and what circumstances exist which may be considered<br />
excusable delays under Clause 39.6.<br />
39.2.2. in the case of the other circumstances identified in Clause 39.1<br />
above, what steps the Contractor is taking to cure such failure(s)<br />
within a period of ten Days (or such longer period as the Purchaser<br />
may authorise in writing) after receipt of notice in writing from the<br />
Purchaser specifying such failure and identifying any circumstances<br />
which exist which may be considered excusable under Clause 39.6.<br />
39.3. The Purchaser shall evaluate the response provided by the Contractor or, in<br />
the absence of a reply within the time period mentioned in Clause 39.2, all<br />
relevant elements of the case, and make a written determination within a<br />
reasonable period of time that:<br />
39.3.1. sufficient grounds exist to terminate the Contract in whole or in part<br />
in accordance with this Clause and that the Contract is so<br />
terminated;<br />
39.3.2. there are mitigating circumstances and the Contract should be<br />
amended accordingly; or<br />
39.3.3. the Purchaser will enter a period of forbearance in which the<br />
Contractor must show progress, make deliveries, or comply with the<br />
Contract provisions as specified by the Purchaser. The Purchaser<br />
may apply other remedial actions as provided by this Contract during<br />
such period of forbearance. This period of forbearance shall in no<br />
event constitute a waiver of Purchaser’s rights to terminate the<br />
Contract for default.<br />
39.4. At the end of the period of forbearance, which may be extended at the<br />
Purchaser's discretion, the Purchaser may terminate this Contract in whole<br />
or in part as provided in Clause 39.1 if the Contractor has not made<br />
adequate progress, deliveries or compliance with the Contract provisions<br />
which were the terms of the period of forbearance.<br />
39.5. In the event the Purchaser terminates this Contract in whole or in part, as<br />
provided in Clause 39.1, the Purchaser may procure, upon such terms and in<br />
such manner as the Purchaser may deem appropriate, Work similar to those<br />
so terminated, and the Contractor shall be liable to the Purchaser for any<br />
excess costs for such similar Work; however, the Contractor shall continue<br />
the performance of this Contract to the extent not terminated under the<br />
provisions of this clause.<br />
39.6. Except with respect to the default of Sub-contractors, the Contractor shall not<br />
be held liable for a termination of the Contract for default if the failure to<br />
perform the Contract arises out of causes beyond the control and without the<br />
fault or negligence of the Contractor.<br />
39.6.1. Such causes may include, but are not restricted to, acts of God, acts<br />
of the public enemy, acts of the Purchaser in its contractual capacity,<br />
NATO UNCLASSIFIED<br />
48
NATO UNCLASSIFIED<br />
acts of sovereign governments which the Contractor could not<br />
reasonably have anticipated, fires, floods, epidemics, quarantine<br />
restrictions, strikes, freight embargoes, and unusually severe<br />
weather; but in every case the failure to perform must be beyond the<br />
control and without the fault or negligence of the Contractor.<br />
39.6.2. If the failure to perform is caused by the default of a Sub-contractor,<br />
and if such default arises out of causes beyond the control of both<br />
the Contractor and Sub-contractor, without the fault or negligence of<br />
either of them, the Contractor shall not be held liable for a<br />
termination for default for failure to perform unless the Work to be<br />
furnished by the Sub-contractor were obtainable from other sources<br />
in sufficient time to permit the Contractor to meet the required<br />
delivery schedule.<br />
39.7. If this Contract is terminated as provided in Clause 39.1, the Purchaser, in<br />
addition to any other rights provided in this Clause and the Contract, may<br />
require the Contractor to transfer title and deliver to the Purchaser, in the<br />
manner and to the extent directed by the Purchaser:<br />
39.7.1. any completed Work with associated rights ;<br />
39.7.2. such partially completed Work, materials, Parts, tools, dies, jigs,<br />
fixtures, plans, drawings, information, and Contract rights<br />
(hereinafter called "Manufacturing materials") with associated rights<br />
as the Contractor has specifically produced or specifically acquired<br />
for the performance of such part of this Contract as has been<br />
terminated;<br />
39.8. In addition to Clause 39.7, the Contractor shall, upon direction of the<br />
Purchaser, protect and preserve property in the possession of the Contractor<br />
in which the Purchaser has an interest.<br />
39.9. Payment for completed Work delivered to and accepted by the Purchaser<br />
shall be at the Contract price.<br />
39.10. Payment for manufacturing materials delivered to and accepted by the<br />
Purchaser and for the protection and preservation of property shall be in an<br />
amount agreed upon by the Contractor and Purchaser, failure to agree to<br />
such amount shall be a dispute within the meaning of Clause 41 (Disputes).<br />
39.11. The Purchaser may withhold from amounts otherwise due to the Contractor<br />
for such completed Work or manufacturing materials such sum as the<br />
Purchaser determines to be necessary to protect the Purchaser against loss<br />
because of outstanding liens or claims of former lien holders.<br />
39.12. If, after notice of termination of this Contract under the provisions of this<br />
Clause, it is determined for any reason that the Contractor was not in default<br />
under the provisions of this Clause, or that the default was excusable under<br />
the provisions of this Clause, the rights and obligations of the Parties shall be<br />
the same as if the notice of termination had been issued pursuant to Clause<br />
40 (Termination for the Convenience of the Purchaser).<br />
NATO UNCLASSIFIED<br />
49
NATO UNCLASSIFIED<br />
39.13. If after such notice of termination of this Contract under the provisions of this<br />
Clause, it is determined for any reason that the Contractor was not in default<br />
under the provisions of this Clause and that the Parties agree that the<br />
Contract should be continued, the Contract shall be equitably adjusted to<br />
compensate for such termination and the Contract modified accordingly.<br />
Failure to agree to any such adjustment shall be a dispute within the<br />
meaning of Clause 41 (Disputes).<br />
39.14. The rights and remedies of the Purchaser provided in this Clause shall not be<br />
exclusive and are in addition to any other rights and remedies provided by<br />
law or under this Contract.<br />
40. TERMINATION FOR THE CONVENIENCE OF THE PURCHASER<br />
40.1. The performance of Work under this Contract may be terminated by the<br />
Purchaser in accordance with this Clause in whole, or from time to time in<br />
part, whenever the Purchaser shall determine that such termination is in the<br />
best interest of the Purchaser.<br />
40.2. Any such termination shall be effected by delivery to the Contractor of a<br />
written notice of termination, signed by the Contracting Authority, specifying<br />
the extent to which performance of Work under the Contract is terminated,<br />
and the date upon which such termination becomes effective.<br />
40.3. After receipt of a Notice of Termination and except as otherwise directed by<br />
the Contracting Authority, the Contractor shall:<br />
40.3.1. stop the Work on the date and to the extent specified in the notice of<br />
termination;<br />
40.3.2. place no further orders or Sub-contracts for Work, Parts, materials,<br />
services or facilities, except as may be necessary for completion of<br />
such portion of the Work under the Contract as is not terminated;<br />
40.3.3. terminate all orders and Sub-contracts to the extent that they relate<br />
to the performance of Work terminated by the Notice of Termination;<br />
40.3.4. assign to the Purchaser, in the manner, at the times and to the<br />
extent directed by the Purchaser, all of the right, title and interest of<br />
the Contractor under the orders and Sub-contracts so terminated, in<br />
which case the Purchaser shall have the right, in its discretion, to<br />
settle or pay any or all claims arising out of the termination of such<br />
orders and Sub-contracts;<br />
40.3.5. settle all outstanding liabilities and all claims arising out of such<br />
termination of orders and Sub-contracts, with the approval or<br />
ratification of the Purchaser to the extent he may require, which<br />
approval or ratification shall be final for all the purposes of this<br />
Clause;<br />
40.3.6. transfer title and deliver to the Purchaser in the manner, at the times,<br />
NATO UNCLASSIFIED<br />
50
NATO UNCLASSIFIED<br />
and to the extent, if any, directed by the Contracting Authority of:<br />
40.3.6.1. the fabricated parts, work in process, completed work,<br />
Work, and other material produced as a part of, or<br />
acquired in connection with the performance of the Work<br />
terminated by the notice of termination, and<br />
40.3.6.2. the completed or partially completed plans, drawings,<br />
information, and other property which, if the Contract had<br />
been completed, would have been required to be<br />
furnished to the Purchaser;<br />
40.3.7. use his best efforts to sell, in the manner, at the times, to the extent,<br />
and at the price or prices directed or authorised by the Contracting<br />
Authority, any property of the types referred to in Clause 40.3.6<br />
above. However, the Contractor:<br />
40.3.7.1. shall not be required to extend credit to any Buyer; and<br />
40.3.7.2. may acquire any such property under the conditions<br />
prescribed by and at a price or prices approved by the<br />
Purchaser; and provided further that the proceeds of any<br />
such transfer or disposition shall be applied in reduction<br />
of any payments to be made by the Purchaser to the<br />
Contractor under this Contract or shall otherwise be<br />
credited to the price or cost of the Work or paid in such<br />
manner as the Contracting Authority may direct;<br />
40.3.8. complete performance of such part of the Work as shall not have<br />
been terminated by the Notice of Termination; and<br />
40.3.9. take such action as may be necessary, or as the Purchaser may<br />
direct, for the protection and preservation of the property related to<br />
this Contract which is in the possession of the Contractor and in<br />
which the Purchaser has or may acquire an interest.<br />
40.4. The Contractor may submit to the Purchaser a list, certified as to quantity and<br />
quality, of any or all items of termination inventory not previously disposed of,<br />
exclusive of items the disposition of which has been directed or authorised<br />
by the Purchaser, and may request the Purchaser to remove such items or<br />
enter into a storage agreement covering the same; provided that the list<br />
submitted shall be subject to verification by the Purchaser upon removal of<br />
the items, or if the items are stored, within forty-five (45) Days from the date<br />
of submission of the list, and any necessary adjustment to correct the list as<br />
submitted shall be made prior to final settlement.<br />
40.5. After receipt of a notice of termination, the Contractor shall submit to the<br />
Purchaser his termination Claim for the Work covered by the notice of<br />
termination, in the form and with certification prescribed by the Purchaser.<br />
Such claim shall be submitted promptly but in no event later than six (6)<br />
NATO UNCLASSIFIED<br />
51
NATO UNCLASSIFIED<br />
months from the effective date of termination, unless one or more extensions<br />
are granted in writing by the Purchaser, upon request of the Contractor made<br />
in writing within such six-month period or authorised extension thereof.<br />
However, if the Purchaser determines that the facts justify such action, the<br />
Purchaser may receive and act upon any such termination claim at any time<br />
after such six-month period or any extension thereof. Upon failure of the<br />
Contractor to submit his termination claim within the time allowed, the<br />
Purchaser may determine on the basis of information available to him, the<br />
amount, if any, due to the Contractor by reason of the termination and shall<br />
thereupon pay to the Contractor the amount so determined.<br />
40.6. Subject to the provisions of Clause 40.5, the Contractor and the Purchaser<br />
may agree upon the whole or any part of the amount or amounts to be paid<br />
to the Contractor by reason of the total or partial termination of Work<br />
pursuant to this Clause, which amount or amounts may include a reasonable<br />
allowance for profit on work done; provided that such agreed amount or<br />
amounts exclusive of settlement costs shall not exceed total Contract price<br />
as reduced by the amount of payments otherwise made and as further<br />
reduced by the Contract price of the Work not terminated. The Contract<br />
shall be amended accordingly and the Contractor shall be paid the amount<br />
agreed.<br />
40.7. In the event of the failure of the Contractor and the Purchaser to agree as<br />
provided in Clause 40.6 upon the whole amount to be paid to the Contractor<br />
by reason of the termination of Work pursuant to Clause 40, the Purchaser<br />
shall pay to the Contractor the amounts determined by the Purchaser as<br />
follows, but without duplication of any amounts agreed upon in accordance<br />
with Clause 40.6 the total of:<br />
40.7.1. for completed Work accepted by the Purchaser (or sold or acquired<br />
as provided in Clause 40.3 above) and not therefore paid for, a sum<br />
equivalent to the aggregate price for such Work computed in<br />
accordance with the price or prices specified in the Contract,<br />
appropriately adjusted for any saving of freight or other charges;<br />
40.7.2. the costs incurred in the performance of the Work terminated<br />
including initial costs and preparatory expense allocable thereto, but<br />
exclusive of any costs attributable to Work paid or to be paid for<br />
under Clause 40.7.1;<br />
40.7.3. the cost of settling and paying claims arising out of the termination of<br />
work under Sub-contracts or orders, as provided in Clause 40.3.5,<br />
which are properly chargeable to the terminated portion of the<br />
Contract, exclusive of amounts paid or payable on account of Work<br />
or materials delivered or services furnished by Sub-contractors or<br />
vendors prior to the effective date of the notice of termination, which<br />
amounts shall be included in the costs payable under Clause 40.7.2;<br />
and<br />
40.7.4. a sum, as profit on Clause 40.7.1 above, determined by the<br />
NATO UNCLASSIFIED<br />
52
NATO UNCLASSIFIED<br />
Purchaser to be fair and reasonable; provided, however, that if it<br />
appears that the Contractor would have sustained a loss on the<br />
entire Contract, had it been completed, no profit shall be included or<br />
allowed and an appropriate adjustment shall be made reducing the<br />
amount of the settlement to reflect the indicated rate of loss; and<br />
40.7.5. the reasonable costs of settlement, including accounting, legal,<br />
clerical and other expenses reasonably necessary for the<br />
preparation of settlement claims and supporting data with respect to<br />
the terminated portion of the Contract and for the termination and<br />
settlement of Sub-contracts there under, together with reasonable<br />
storage, transportation, and other costs incurred in connection with<br />
the protection, or disposition of property allocable to this Contract.<br />
40.8. The total sum to be paid to the Contractor under Clause 40.7 shall not<br />
exceed the total Contract price as reduced by the amount of payments<br />
otherwise made and as further reduced by the Contract price of Work not<br />
terminated.<br />
40.9. Except for normal spoilage, and except to the extent that the Purchaser shall<br />
have otherwise expressly assumed the risk of loss, there shall be excluded<br />
from the amounts payable to the Contractor, as provided in Clause 40.7<br />
above, the fair value, as determined by the Purchaser, of property which is<br />
destroyed, lost, stolen, or damaged so as to become undeliverable to the<br />
Purchaser, or to a buyer pursuant to Clause 40.3.7 above.<br />
40.10. The Contractor shall have the right to dispute, under the Clause 41<br />
(Disputes), any determination made by the Purchaser under Clauses 40.5<br />
and 40.7, except that if the Contractor has failed to submit his claim within<br />
the time provided in Clause 40.5 and has failed to request extension of such<br />
time, the Contractor shall be foreclosed from his right to dispute said<br />
determination. In any case where the Purchaser has made a determination<br />
of the amount due under Clauses 40.5 and 40.7, the Purchaser shall pay the<br />
Contractor the following:<br />
40.10.1. if there is no right of appeal hereunder or if no timely appeal has<br />
been taken, the amount so determined by the Purchaser, or<br />
40.10.2. if an appeal has been taken, the amount finally determined on<br />
such appeal.<br />
40.11. In arriving at the amount due to the Contractor under this Clause there shall<br />
be deducted:<br />
40.11.1. all unliquidated advance or other payments on account<br />
theretofore made to the Contractor, applicable to the terminated<br />
portion of this Contract;<br />
40.11.2. any claim which the Purchaser may have against the Contractor<br />
in connection with this Contract; and<br />
NATO UNCLASSIFIED<br />
53
NATO UNCLASSIFIED<br />
40.11.3. the agreed price for, or the proceeds of the sale of, any<br />
materials, Work, or other things acquired by the Contractor or sold,<br />
pursuant to the provisions of this Clause, and not otherwise<br />
recovered by or credited to the Purchaser.<br />
40.12. If the termination hereunder is partial, prior to the settlement of the<br />
terminated portion of this Contract, the Contractor may file with the<br />
Purchaser, in accordance with Clause 16 (Changes), a request in writing for<br />
an equitable adjustment of the price or prices relating to the continued<br />
portion of the Contract (the portion not terminated by the notice of<br />
termination), and such equitable adjustment as may be agreed upon shall be<br />
made in such price or prices.<br />
40.13. The Purchaser may from time to time, under such terms and conditions as it<br />
may prescribe, make partial payments and payments on account against<br />
costs incurred by the Contractor in connection with the terminated portion of<br />
this Contract whenever in the opinion of the Purchaser the aggregate of such<br />
payments shall be within the amount to which the Contractor will be entitled<br />
hereunder. If the total of such payment is in excess of the amount finally<br />
agreed or determined to be due under this Clause, such excess shall be<br />
payable by the Contractor to the Purchaser upon demand, together with<br />
interest calculated using the average of the official base rate(s) per annum of<br />
the deposit facility rate as notified by the European Central Bank or such<br />
other official source as may be determined by the Purchaser, for the period<br />
from the date the excess is received by the Contractor to the date such<br />
excess is repaid to the Purchaser, provided, however, that no interest shall<br />
be charged with respect to any such excess payment attributed to a<br />
reduction in the Contractor's claim by reason of retention or other disposition<br />
of termination inventory until ten days after the date of such retention or<br />
disposition or such later date as determined by the Purchaser by reason of<br />
the circumstances.<br />
40.14. Unless otherwise provided for in this Contract, the Contractor, from the<br />
effective date of termination and for a period of three years after final<br />
settlement under this Contract, shall preserve and make available to the<br />
Purchaser at all reasonable times at the office of the Contractor, but without<br />
direct charge to the Purchaser, all his books, records, documents, computer<br />
files and other evidence bearing on the costs and expenses of the Contractor<br />
under this Contract and relating to the work terminated hereunder, or, to the<br />
extent approved by the Purchaser, photographs, micro-photographs, or other<br />
authentic reproductions thereof.<br />
41. DISPUTES<br />
41.1. Except to the extent to which special provision is made elsewhere in the<br />
Contract, all disputes, differences or questions which are not disposed of by<br />
agreement between the Parties to the Contract with respect to any matter<br />
arising out of or relating to the Contract, other than a matter as to which the<br />
decision of the Contracting Authority under the Contract is said to be final<br />
NATO UNCLASSIFIED<br />
54
NATO UNCLASSIFIED<br />
and conclusive, shall be decided by the Contracting Authority. The<br />
Contracting Authority shall reduce his decision to writing and mail or<br />
otherwise furnish a copy thereof to the Contractor.<br />
41.2. The Contracting Authority shall not proceed with the evaluation and decision<br />
in respect of any claim until and unless the Contractor has submitted the<br />
attestation as foreseen in Clause 18 (Claims), as well as the complete proof<br />
and evidence of the claim (either by submission or by identification of the<br />
relevant documentation).<br />
41.3. The Contracting Authority's decision shall be final and conclusive unless,<br />
within 30 Days from the date of receipt of such copy, the Contractor mails or<br />
otherwise furnishes to the Contracting Authority his decision to open<br />
arbitration proceedings in accordance with the Clause 42 (Arbitration). The<br />
burden of proof for both receipt and delivery of such documentation shall be<br />
by signed and dated registered mail receipt or by hand receipt as<br />
acknowledged and signed by the Contracting Authority.<br />
41.4. Pending final decision of a dispute, the Contractor shall proceed diligently<br />
with the performance of the Contract, unless otherwise instructed by the<br />
Contracting Authority.<br />
42. ARBITRATION<br />
42.1. Within a period of thirty days from the date of receipt of the notification<br />
referred to in Clause 41.3 above, the Parties shall jointly appoint an<br />
arbitrator. In the event of failure to appoint an arbitrator, the dispute or<br />
disputes shall be submitted to an Arbitration Tribunal consisting of three<br />
arbitrators, one being appointed by the Purchaser, another by the other<br />
contracting party and the third, who shall act as President of the Tribunal, by<br />
these two arbitrators. Should one of the Parties fail to appoint an arbitrator<br />
during the fifteen days following the expiration of the first period of thirty<br />
days, or should the two arbitrators be unable to agree on the choice of the<br />
third member of the Arbitration Tribunal within thirty days following the<br />
expiration of the said first period, the appointment shall be made, within<br />
twenty-one days, at the request of the Party instituting the proceedings, by<br />
the Secretary General of the Permanent Court of Arbitration at The Hague.<br />
42.2. Regardless of the procedure concerning the appointment of this Arbitration<br />
Tribunal, the third arbitrator will have to be of a nationality different from the<br />
nationality of the other two members of the Tribunal.<br />
42.3. Any arbitrator must be of the nationality of any one of the member states of<br />
NATO and shall be bound by the rules of security in force within NATO.<br />
42.4. Any person appearing before the Arbitration Tribunal in the capacity of an<br />
expert witness shall, if he is of the nationality of one of the member states of<br />
NATO, be bound by the rules of security in force within NATO. If he is of<br />
another nationality, no NATO classified documents or information shall be<br />
communicated to him.<br />
NATO UNCLASSIFIED<br />
55
NATO UNCLASSIFIED<br />
42.5. An arbitrator, who, for any reason whatsoever, ceases to act as an arbitrator,<br />
shall be replaced under the procedure laid down in Clause 42.1 above.<br />
42.6. The Contractor agrees to submit to the Arbitration Tribunal only such issues,<br />
facts, evidence and proof which the Contractor had beforehand identified<br />
and submitted to the Contracting Authority for decision in accordance with<br />
Clause 41 (Disputes). The jurisdictional authority of the Arbitration Tribunal<br />
shall be restricted to consider only those identical issues, facts, evidence and<br />
proof so identified and submitted to the Contracting Authority.<br />
42.7. The Purchaser likewise agrees to restrict its submissions only to the<br />
information on which the Contracting Authority based its decision and not to<br />
introduce new information and arguments which cannot reasonably be<br />
deduced or inferred from the written decision of the Contracting Authority in<br />
response to the original dispute.<br />
42.8. The Arbitration Tribunal will take its decisions by a majority vote. It shall<br />
decide where it will meet and, unless it decides otherwise, shall follow the<br />
arbitration procedures of the International Chamber of Commerce in force at<br />
the date of signature of the present Contract.<br />
42.9. The awards of the arbitrator or of the Arbitration Tribunal shall be final and<br />
there shall be no right of appeal or recourse of any kind. These awards shall<br />
determine the apportionment of the arbitration expenses.<br />
Pending final decision of a dispute, the Contractor shall proceed diligently with the<br />
performance of the Contract, unless otherwise instructed by the Contracting<br />
Authority.<br />
43. SEVERABILITY<br />
43.1. If one or more of the provisions of this Contract is declared to be invalid,<br />
illegal or unenforceable in any respect under any applicable law, the validity,<br />
legality and enforceability of the remaining provisions shall not be affected.<br />
Each of the Parties shall use its best efforts to immediately and in good faith<br />
negotiate a legally valid replacement provision.<br />
44. APPLICABLE LAW<br />
44.1. This Contract shall be governed, interpreted and construed in accordance<br />
with the private contract law of the Kingdom of Belgium.<br />
* *<br />
NATO UNCLASSIFIED<br />
56
NATO UNCLASSIFIED<br />
ANNEX 1 TO GENERAL PROVISONS<br />
PURCHASER'S PRICING PRINCIPLES<br />
A. General<br />
1. With regard to all actions included in Clause 19,” Pricing of Changes,<br />
Amendments and Claims”, the Purchaser will honour the accounting<br />
standards and pricing principles to which the Contractor is required to<br />
conform by the national defence authority (or other governing national<br />
authority, as applicable) in the country of origin of the Contractor.<br />
Where such accounting standards are non-existent or incomplete, or<br />
where the Contractor is not required to conform to such standards and<br />
principles, the Parties agree that the Purchaser’s Pricing Principles<br />
contained herein shall govern.<br />
2. As may be requested by the Purchaser, the Contractor shall provide<br />
documentation. that the standards or principles employed in the<br />
submission of cost or pricing data are in conformance with governing<br />
national policies and regulation. The Contractor, when submitting a price<br />
proposal based upon national standards and regulations, shall provide a<br />
point of contact within the national body governing such standards and<br />
regulations in order to allow Purchaser verification and audit.<br />
3. Where such conformance cannot be demonstrated to the satisfaction of<br />
the Purchaser, the Purchaser’s Pricing Principles will govern.<br />
4. The Contractor shall clearly state whether national standards and rules<br />
or the Purchaser’s Pricing Principles and formats are the basis for the<br />
price proposal.<br />
5. Whether national standards or Purchaser pricing principles are applied,<br />
all cost and pricing data shall be verifiable, factual and include<br />
information reasonably required to explain the estimating process.<br />
6. The Contractor shall also incorporate provisions corresponding to those<br />
mentioned herein in all sub-contracts, and shall require price and cost<br />
analysis provisions be included therein.<br />
NATO UNCLASSIFIED<br />
57
NATO UNCLASSIFIED<br />
B. Purchaser’s Pricing Principles<br />
1. Allowable cost<br />
A cost is allowable for consideration by the Purchaser if the following conditions<br />
are fulfilled:<br />
(a) it is incurred specifically for the Contract or benefits both the Contract and<br />
other work or is necessary to the overall operation of the business although<br />
a direct relationship to any particular product or service cannot be<br />
established and is allocated to them in respective proportion according to<br />
the benefit received;<br />
i. Direct Costs<br />
A direct cost is any cost which can be identified specifically with a<br />
particular cost objective as generally accepted. Direct costs are not limited<br />
to items which are incorporated in the end product as material or labour.<br />
ii. Indirect Costs<br />
An indirect cost is one which is not readily subject to treatment as a direct<br />
cost. When presented these costs shall be accumulated in logical cost<br />
groupings in accordance with sound accounting principles and the<br />
Contractor’s established practices. An indirect cost may be allocated to<br />
more than one final cost objective. An indirect cost shall not be allocated<br />
to a final cost objective if other costs incurred for the same purpose, in like<br />
circumstances, have been included as a direct cost of that or any other<br />
final cost objective. Such costs shall be presented as overhead rates and<br />
be applied to each related direct cost grouping as presented in subparagraph<br />
5 hereafter.<br />
(b) The Contractor shall specify the allocation of costs to either of the cost<br />
groupings. The method by which costs are accumulated and distributed as<br />
part of direct or indirect costs cannot be modified during the duration of the<br />
Contract.<br />
(c) it is reasonable and expedient in its nature and amount and does not<br />
exceed that which would be incurred by an ordinary prudent person in the<br />
conduct of competitive business;<br />
(d)<br />
it is not liable to any limitations or exclusion as to types or amounts of cost<br />
items as set forth herein.<br />
(e) The Purchaser will review other costs presented against the contract and<br />
will determine if they would be allowable.<br />
NATO UNCLASSIFIED<br />
58
NATO UNCLASSIFIED<br />
2. Unallowable Costs<br />
In general all costs which cannot be shown by the contractor to be directly or<br />
indirectly of benefit to the Contract are totally unallowable. Examples of such<br />
costs are, among others:<br />
(a)<br />
(b)<br />
(c)<br />
Advertising costs<br />
Costs of remuneration, having the nature of profit sharing.<br />
Costs of maintaining, repairing and housing idle and excess facilities.<br />
(d) Fines and penalties as well as legal and administrative expenses resulting<br />
from a violation of laws and regulations.<br />
(e)<br />
Losses on other contracts or on expected follow-on contracts<br />
(f) Costs incurred for the creation of reserves for general contingencies or<br />
other reserves (e.g. for bad debts, including losses).<br />
(g) Losses on bad debts, including legal expenses and collection costs in<br />
connection with bad debts.<br />
(h)<br />
Costs incurred to raise capital.<br />
(i) Gains and losses of any nature arising from the sale or exchange of<br />
capital assets other than depreciable property.<br />
(j)<br />
(k)<br />
(l)<br />
Taxes on profits.<br />
Contractual penalties incurred.<br />
Commissions and gratuities.<br />
(m) Interest on borrowings.<br />
3. Rates and Factors<br />
(a) The Contractor shall inform the Purchaser of his rates and factors the<br />
basis upon which they were computed.<br />
(b) If the Contractor’s rates and factors for similar contracts placed with<br />
national or international public services have not been established or<br />
approved by a government agency or an agency accepted by his<br />
government, the Contractor shall provide the necessary data to support<br />
the proposed rates.<br />
NATO UNCLASSIFIED<br />
59
NATO UNCLASSIFIED<br />
(c) The term "provisional " used in the title of a rate or factor means a<br />
tentative rate established for interim billing purposes pending negotiation<br />
and agreement to the final rate or factor.<br />
(d) A rate or factor is pre-determined if it is fixed before or during a certain<br />
period and based on (estimated) costs to be incurred during this period.<br />
An rate or factor is post-determined if it is fixed after a certain period and<br />
based on costs actually incurred during this period. Pre-determined<br />
rates or factors shall be agreed upon as final rates whenever possible;<br />
otherwise the provisions of paragraph 3c above shall apply pending<br />
agreement to post-determined rates or factors.<br />
(e) Such rates or factors shall be determined on the basis of Contractor's<br />
properly supported actual cost experience.<br />
(f)<br />
If the rates or factors of the Contractor for similar contracts placed by<br />
national or international public services have been established or<br />
approved by a government agency or an agency accepted by his<br />
government and the Contractor proposes the application of these rates,<br />
he shall state the name and address of the agency which has accepted<br />
or approved the rates and the period for which they were established. If<br />
he proposes rates which vary from the rates mentioned above, he shall<br />
furthermore provide a justification for the difference.<br />
4. Profit/Benefit<br />
(a) Over the entire life cycle of a given acquisition, Profit and/or Benefit may be<br />
subject to negotiation.<br />
(b) Subcontracting profit/benefit amounts are dependent upon the size, nature<br />
and oversight needs of the subcontract(s) the prime contractor will use for<br />
work performance period.<br />
(c) Profit/benefit is considered by the Purchaser to be directly related to the<br />
anticipated risk of the Contractor during the performance of the Contract.<br />
When applicable to be completed in attached Enclosure 1 (Excel Workbook)<br />
NATO UNCLASSIFIED<br />
60
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
IFB_CO-13514-AMN12<br />
STATEMENT OF WORK<br />
Provision of AMN NAEW Ground Entry Point<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
This page is intentionally left blank<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
TABLE OF CONTENTS<br />
Section 1 INTRODUCTION 3<br />
1.1 Background information 3<br />
1.2 Requirements Overview 3<br />
Section 2 APPLICABLE DOCUMENTS 5<br />
2.1 Compliance Documents 5<br />
Section 3 PROJECT MANAGEMENT 9<br />
3.1 The Purchaser‟s Project Management Team (PMT) 9<br />
3.2 Contractor‟s Organisation and Personnel 9<br />
3.3 Project Management Plan 11<br />
3.4 PMP Review and Acceptance 14<br />
3.5 Project Progress Reporting 14<br />
3.6 Project Progress Review Meetings 15<br />
3.7 Ad Hoc Working Meetings 16<br />
3.8 Independent Verification and Validation (IV&V) 16<br />
Section 4 SCOPE OF WORK 19<br />
4.1 Contractor Activities and Deliverables 19<br />
4.2 Survey Report 20<br />
4.3 System Design Specification 22<br />
4.4 Design Review Meetings 25<br />
4.5 System Development 25<br />
4.6 Integration and Installation works 26<br />
4.7 Purchaser Furnished Items (PFI) 27<br />
Section 5 SYSTEM SECURITY REQUIREMENTS 29<br />
5.1 Security Criteria 29<br />
5.2 Security Documentation 29<br />
5.3 Accreditability 29<br />
5.4 AFPL Compliancy and the CCP Process 29<br />
Section 6 INTEGRATED LOGISTICS SUPPORT 31<br />
6.1 General Error! Bookmark not defined.<br />
6.2 Support planning 31<br />
6.3 Maintenance and support 33<br />
6.4 Supply Support 31<br />
6.5 Management and Control of Logistics Movements 35<br />
6.6 Warranty Services 41<br />
6.7 Training 42<br />
Section 7 QUALITY ASSURANCE/CONTROL 49<br />
7.1 Quality Assurance Programme 49<br />
7.2 Purchaser Quality Assurance Representative 50<br />
Section 8 CONFIGURATION MANAGEMENT 51<br />
8.1 General 51<br />
8.2 Baselines definition 51<br />
8.3 Configuration Item Identification 53<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 1
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
8.4 Configuration Control 54<br />
8.5 Configuration Status Accounting 55<br />
8.6 Configuration Verification 56<br />
8.7 Configuration Management Tools 57<br />
Section 9 TESTING 59<br />
9.1 Introduction 59<br />
9.2 General Principles 59<br />
9.3 Factory Acceptance Test 62<br />
9.4 CIAV Tests 63<br />
9.5 Chat over RF testing 64<br />
9.6 Provisional System Acceptance Test 64<br />
9.7 Final System Acceptance Test 65<br />
9.8 Test and Acceptance Plan 65<br />
Section 10 SYSTEM ACCEPTANCE 71<br />
10.2 Definitions 71<br />
10.3 Deficiency Procedure 72<br />
10.4 Provisional System Acceptance (PSA) 72<br />
10.5 Provisional System Acceptance Meetings 73<br />
10.6 Provisional System Acceptance Report 73<br />
10.7 Final System Acceptance (FSA) 74<br />
10.8 Final System Acceptance Meeting 74<br />
Section 11 GEP SYSTEM REQUIREMENTS SPECIFICATIONS 76<br />
11.1 General Requirements 76<br />
11.2 Functional Requirements 87<br />
11.3 Detailed Technical Requirements 92<br />
11.4 Performance Requirements 96<br />
Section 12 ABBREVIATIONS 98<br />
ANNEXES :<br />
<strong>Annex</strong> A<br />
<strong>Annex</strong> B<br />
<strong>Annex</strong> C<br />
<strong>Annex</strong> D<br />
<strong>Annex</strong> E<br />
<strong>Annex</strong> F<br />
<strong>Annex</strong> G<br />
<strong>Annex</strong> H<br />
NAEW E3A GEP Routing Design – NATO RESTRICTED – available on request<br />
NAEW Chat Platform Prototype Configuration<br />
JCHAT Interface Control Document<br />
Security Requirements – NATO RESTRICTED – available on request<br />
Air C2 Critical Design Specification (Extract)<br />
Chat Server Hardware Specification<br />
Cabling Standards<br />
Minimum Modelling Standards for ISAF Architecture<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 2
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
Section 1<br />
INTRODUCTION<br />
1.1 Background information<br />
1.1.1 The Afghanistan Mission Network (AMN) is a federated network with the ISAF<br />
Secret network as its core and extensions into national mission networks. The AMN 2012<br />
project represents the next phase of evolution of AMN.<br />
1.1.2 The operational situation in Afghanistan is dynamic and effective command and<br />
control depends on a robust and responsive enterprise-wide network that is able to<br />
leverage shared information and services. To support the decision-making process, ISAF<br />
coalition forces must be fully interlinked and network enabled to achieve real-time<br />
exploitation of information by NATO and national users.<br />
1.1.3 This Contract addresses a distinct AMN-2012 capability enhancements<br />
comprising the NATO Airborne Early Warning (NAEW) Ground Entry Point.<br />
1.2 Requirements Overview<br />
1.2.1 This project shall enhance airborne C2 for the NAEW through provision of a<br />
Ground Entry Point(GEP) in ISAF which shall serve as an extension to the existing AMN<br />
Core and IS infrastructure and allows users onboard the NAEW aircraft remote access to<br />
the collaborative chat services. This provisioning includes the full cycle from design and<br />
development through production delivery, implementation and integration.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 3
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
This page is intentionally left blank<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 4
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
Section 2<br />
APPLICABLE DOCUMENTS<br />
2.1 Compliance Documents<br />
2.1.1 Allied Quality Assurance Publications (AQAP).<br />
AQAP-2110 (Edition 2) NATO QA Requirements for Design,<br />
Development and Production, November 2006.<br />
AQAP-2210 (Edition 1) NATO Supplementary Software Quality<br />
Assurance Requirements to AQAP 2110, November 2006.<br />
AQAP -160 (Edition 1), NATO Integrated Quality Requirements for<br />
Software throughout the Life Cycle, September 2001.<br />
2.1.2 Standardization Agreements (STANAG)<br />
STANAG 6001(Edition 3), Language Proficiency Levels, February 2009.<br />
STANAG 4159, Ed.2, 1991, NATO Material Configuration Management<br />
Policy and Procedures for Multinational Joint Projects.<br />
STANAG 4107, Ed.8: MUTUAL ACCEPTANCE OF GOVERNMENT<br />
QUALITY ASSURANCE AND USAGE OF THE ALLIED QUALITY<br />
ASSURANCE PUBLICATIONS (AQAP).<br />
STANAG 5066 Edition 3. Profile for HF radio data communications<br />
2.1.3 NATO Communication and Information Systems Configuration Management<br />
Policy, Version 2.2, 2006, AC/322(SC/5)L(2006)0001;<br />
2.1.4 Allied Configuration Management Publications ACMP-1 to ACMP-7, Ed.2,<br />
2007:<br />
ACMP-1: NATO Requirements for the Preparation of Configuration<br />
Management Plans;<br />
ACMP-2: NATO Requirements for Configuration Identification;<br />
ACMP-3: NATO Requirements for Configuration Control – Engineering<br />
Changes, Deviations and Waivers;<br />
ACMP-4: NATO Requirements for Configuration Status Accounting and<br />
Configuration Data Management;<br />
ACMP-5: NATO Requirements for Configuration Audits;<br />
ACMP-6: NATO Configuration Management Terms and Definitions;<br />
ACMP-7: NATO Configuration Management - Guidance on the<br />
Application of ACMP 1 to 6;<br />
2.1.5 Allied Reliability and Maintainability Publications (ARMP), 2008:<br />
ARMP-1, Ed.4: NATO Requirements for Reliability and Maintainability;<br />
ARMP-4, Ed.4: Guidance for writing NATO R&M Requirements<br />
Documents;<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 5
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
ARMP-6, Ed.3: Guidance for Managing IN-Service R&M;<br />
ARMP-7, Ed.2: NATO R&M Terminology applicable to ARMPs;<br />
ARMP-9, Ed.1: Guide to the Management of Software R&M;<br />
2.1.6 Allied Quality Assurance publications<br />
AQAP-169 Edition 1 NATO Guidance for the use of AQAP-160.<br />
AQAP-2009 ed. 2 (November 2006) NATO guidance on the use of the<br />
AQAP 2000 series.<br />
AQAP-2070 ed. 1 (January 2004) NATO Mutual Government Quality<br />
Assurance (GQA) Process.<br />
AQAP-2130 Ed.3 2009, NATO Quality Assurance Requirements for<br />
Inspection and Test.<br />
AQAP-2110 Ed.3 2010, NATO QUALITY ASSURANCE<br />
REQUIREMENTS FOR DESIGN, DEVELOPMENT AND<br />
PRODUCTION.<br />
AQAP-2210 Ed.1 2011, NATO SUPPLEMENTARY SOFTWARE<br />
QUALITY ASSURANCE REQUIREMENTS TO AQAP-2110.<br />
2.1.7 SECURITY and SECURITY ACCREDITATION DOCUMENTS<br />
[C-M(2002)49], Security Within the North Atlantic Treaty Organisation<br />
dated 17 June 2002 with Corrigendum 1 dated 9 January 2004,<br />
Corrigendum 2 dated 11 May 2005, Corrigendum 3 dated 5 December<br />
2006, Corrigendum 4 dated 5 December 2006, Corrigendum 5 dated 3<br />
July 2007, Corrigendum 6 dated 9 December 2008, Corrigendum 7 dated<br />
19 August 2009, Corrigendum 8 dated 9 April 2010<br />
[AC/35-D/2004-REV2] “Primary Directive on INFOSEC”, 6 Dec 2010<br />
[AC/322-D/0052-REV2], C3B, PRIMARY DIRECTIVE on INFOSEC, 6<br />
December 2010<br />
[AC/35-D/2005-REV1], NATO Security Committee, INFOSEC<br />
MANAGEMENT DIRECTIVE for CIS, 19 October 2006<br />
[AC/322-D/0048-REV1], NC3B, INFOSEC TECHNICAL<br />
IMPLEMENTATION DIRECTIVE FOR COMPUTER AND LOCAL<br />
AREA NETWORK (LAN) SECURITY, 18 December 2007<br />
[AC/322-D(2004)0030], NC3B, INFOSEC TECHNICAL AND<br />
IMPLEMENTATION DIRECTIVE ON THE REQUIREMENT FOR,<br />
AND THE SELECTION, APPROVAL AND IMPLEMENTATION OF<br />
SECURITY TOOLS (ST), 17 May 2007<br />
[AC/322-D/0030-REV5], C3B, INFOSEC Technical and Implementation<br />
Directive for the Interconnection of Communications and Information<br />
Systems (CIS), 23 February 2011<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 6
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
[AC/35-D/1021] AC/35-D/1021-REV3 “Guidelines for the Security<br />
Approval or Security Accreditation of Communication and Information<br />
Systems (CIS)”, 31 January 2012(NU).<br />
[AC/35-D/1015-REV3], NATO Security Committee, GUIDELINES FOR<br />
THE DEVELOPMENT OF SECURITY REQUIREMENT<br />
STATEMENTS (SRSs), 31 January 2012<br />
[AC/35-D/1017-REV2], NATO Security Committee, GUIDELINES FOR<br />
SECURITY RISK ASSESSMENT AND RISK MANAGEMENT OF<br />
COMMUNICATION AND INFORMATION SYSTEMS (CIS), 26<br />
February 2003,<br />
[AC/35-D/1014-REV3], NATO Security Committee, GUIDELINES for<br />
the STRUCTURE and CONTENT of SECURITY OPERATING<br />
PROCEDURES (SecOPs) for COMMUNICATION INFORMATION<br />
SYSTEMS (CIS), 31 January 2012.<br />
[AC/322-N(2011)0021-REV2], NATO Interoperability Standards and<br />
Profiles, Version 5 (NISP v5) NATO UNCLASSIFIED, April 2011.<br />
[NCSA B-01-09] NCSA Change Management Operating and Support<br />
Instruction,<br />
[AMN CSRS], NC3A for AMN/ISAF, COMMUNITY SECURITY<br />
REQUIREMENTS STATEMENT for the AFGHAN MISSION<br />
NETWORK, Version 1.4b 1 August 2011<br />
[SOP 671], Joint Command ISAF HQ, STANDARD OPERATING<br />
PROCEDURE 671 THEATRE INFORMATION ASSURANCE<br />
ACCREDITATION STRATEGY, Last Update 13 May 2011<br />
Guidelines for the Structure and Content of Security Operating Procedures<br />
(SecOPs) for Communication and Information Systems (CIS)<br />
[SDIP-29], Facility Design Criteria And Installation of Equipment for the<br />
Processing of Classified Information.<br />
[SDIP-30], Installation of electrical equipment for the processing of<br />
classified information.<br />
[SDIP-293/1], INSTRUCTIONS FOR THE CONTROL AND<br />
SAFEGUARDING OF NATO CRYPTOMATERIAL<br />
2.1.8 Other NATO Documents.<br />
ADatP-34(E), NATO Interoperability Standards and Profiles, January<br />
2011 (NU)<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 7
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
2.1.9 Non-NATO.<br />
ADatP-35 Edition 1.1 (Draft) Part XII, System Object Category 201, July<br />
2008 (NU).<br />
NATO Architecture Framework, version 3, 2007 (NU).<br />
NATO Communication and Information Systems Configuration<br />
Management Directive, Version 1.0, 2006, AC/322(SC/5)L(2006)0001<br />
Enclosure 2;<br />
IEEE Standard 12207- 2008, IEEE Standard for Information Technology -<br />
Software Life Cycle Processes.<br />
ISO/IEC/IEEE 12207-1995, Standard for Information Technology –<br />
Software Life Cycle Processes, 1995;<br />
ISO/IEC 9001-2008, Quality Management Systems – Requirements,<br />
2008;<br />
ITIL V3; Best Practise for IT-Service Management;<br />
Military Handbook 61, Configuration Management Guidance, MIL-<br />
HDBK-61, 1997, Department of Defence, USA;<br />
Military Handbook 502, Acquisition Logistics, MIL-HDBK-502, 1997,<br />
Department of Defence, USA;<br />
The Defence Logistics Support Chain Manual, Joint Service Publication<br />
886, UK;<br />
ISO/IEC 1007, Ed.1, 2003: Quality management systems – Guidelines for<br />
Configuration Management;<br />
ISO/IEC 20000-1, Ed.1, 2005: Information Technology – Service<br />
Management, Part1: Specification;<br />
ISO/IEC 20000-2, Ed.1, 2005: Information Technology – Service<br />
Management, Part2: Code of Practice;<br />
ISO/IEC 12207, Ed.2, 2008: Systems and Software Engineering –<br />
Software Life Cycle Processes;<br />
ISO/IEC/IEEE 15288, Ed.2, 2008: Systems and Software Engineering –<br />
System Life Cycle Processes;<br />
ISO/IEC 14764, Ed.1, 2006: Software Engineering – Software Life Cycle<br />
Processes – Maintenance;<br />
2008 Unified Modelling Language (UML) 2.1, Object Modelling Group.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 8
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
Section 3<br />
PROJECT MANAGEMENT<br />
3.1 The Purchaser’s Project Management Team (PMT)<br />
3.1.1 The Project will be managed and subject to review by the Purchaser who will<br />
be represented by the NCIA Project Management Team. The PMT will include NCIA<br />
functional elements, including Contracting Office and Logistics. It will be chaired by<br />
the NCIA Project Manager.<br />
3.1.2 The PMT will be responsible for reviewing the deliverables for the<br />
supervision of the implementation and for acceptance of the system. The PMT will<br />
constitute the interface with the Contractor.<br />
3.2 Contractor’s Organisation and Personnel<br />
3.2.1 The Contractor shall establish a project management organisation for the<br />
purpose of performing and managing the efforts necessary to satisfactorily discharge<br />
his responsibilities under this Contract.<br />
3.2.2 The Contractor shall also provide all necessary manpower and resources to<br />
conduct and support the management and administration of operations in order to<br />
meet the objectives of the project, including taking all reasonable steps to ensure<br />
continuity of personnel assigned to work on this project.<br />
3.2.3 The personnel identified below shall be considered as Key Personnel in<br />
accordance with the Special Provisions of this Contract. Because of their role in<br />
coordinating with the Purchaser, all Key Personnel must be fluent in English, the<br />
working language of NATO<br />
3.2.4 Project Manager<br />
3.2.5 Technical Lead<br />
The Contractor shall designate a suitably qualified Project Manager<br />
(PM), who will direct and coordinate the activities of the Contractor's<br />
project team.<br />
The Project Manager shall have at least two years‟ experience as the<br />
project manager for an effort of similar scope, duration, complexity<br />
and cost, including the application of a formal project management<br />
methodology such as PRINCE2.<br />
The Project Manager shall be the Contractor's primary contact for the<br />
Purchaser's Project Manager.<br />
The Contractor shall designate a Technical Lead for the project.<br />
The Technical Lead shall lead the analysis, design, development,<br />
integration, and follow-on enhancement efforts of the Contractor.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 9
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
3.2.6 Test Director<br />
The Technical Lead shall possess a Master‟s degree in engineering or<br />
computer science, and shall have at least seven years‟ experience in<br />
engineering positions associated with the review, design,<br />
development, evaluation, planning and operation of electrical or<br />
electronic components, subsystems, or systems for government or<br />
commercial use.<br />
The Technical lead shall have a broad experience in establishing IP<br />
datalinks over HF, UHF and Iridium with the associated knowledge<br />
in IP Routing.<br />
The Contractor shall designate a Test Director for all test activities<br />
conducted under this Contract.<br />
The Test Director shall possess a Bachelor‟s degree in<br />
telecommunications engineering or computer science, and shall have<br />
at least seven years‟ experience in the design and execution of radio<br />
communications and information systems tests.<br />
3.2.7 Quality Assurance Manager<br />
The Contractor shall designate a qualified individual to serve as the<br />
Quality Assurance Manager for activities under this Contract.<br />
The Quality Assurance Manager shall report to a separate manager<br />
within the Contractor's organization at a level equivalent to or higher<br />
than the Project Manager.<br />
The Quality Assurance Manager shall possess a Bachelor‟s degree,<br />
and shall have at least seven years working with quality control<br />
methods and tools. At least four years supporting telecommunications<br />
system development and implementation projects.<br />
The Quality Assurance Manager shall have knowledge and<br />
experience in key Integrated Logistic Support (ILS) subject matter<br />
areas, especially in Configuration Management, Support and<br />
Maintenance.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 10
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
3.3 Project Management Plan<br />
3.3.1 The Contractor shall manage the project in accordance with a formal and<br />
recognised project management methodology such as PRINCE2 and within four (4)<br />
weeks of Contract Award, the Contractor shall submit a Project Management Plan<br />
(PMP) that describes how the Contractor will implement project/contract<br />
administration, including details of the controls that will be applied to supervise sub-<br />
Contractor performance. The plan shall also define the formal lines of<br />
communication between the Purchaser, the Contractor and any Sub-Contractor‟s. The<br />
Draft PMP furnished with the bid and its related documentation shall be the primary<br />
guideline in developing the PMP to be provided in accordance with the requirements<br />
set forth herein. Pending the approval of the PMP, the Bid Draft PMP shall constitute<br />
the documentation to which reference shall be made on any question that may arise in<br />
the preparation of the PMP.<br />
3.3.2 The PMP shall consider all project implementation aspects, which include<br />
management provisions, facilities, schedules, personnel assignments, external<br />
relationships, project control and project deliverables. The PMP shall be in sufficient<br />
detail to allow the Purchaser to assess the Contractor's plans and capabilities in<br />
implementing the entire project in conformance with the requirements specified. The<br />
PMP in its first straw man form has the relevant parts of the Project Management<br />
Section from his Bid divided into the PMP Sections 2, 6 and 7 and the Technical<br />
Section from his Bid divided into the PMP sections 3-5 and 8-9. The PMP Section 3<br />
will primarily address the SOW Section 11 and the <strong>Annex</strong>es. As there will be<br />
interdependencies between the 2 sections, the Contractor may for clarity divide the<br />
coverage differently eventually through some overlap, as long as all SOW<br />
requirements are covered and fully documented. The PMP to be prepared by the<br />
Contractor shall include as a minimum the following sections:<br />
Section 1: Introduction<br />
Section 2: Management and Programme Control<br />
Section 3: Design, Development and Implementation<br />
Section 4: Security Certification and Accreditation<br />
Section 5: Integrated Logistics Support incl. Maintenance and Training<br />
Section 6: Quality Control and Quality Assurance<br />
Section 7: Configuration Management<br />
Section 8: Testing<br />
Section 9: System Acceptance<br />
Section 2 of the PMP: Management and Programme Control<br />
3.3.3 The management part of the PMP shall define in detail how the Contractor<br />
intends to manage this project from Effective Date of Contract (EDC) to Final System<br />
Acceptance and shall include, but may not be limited to, the following aspects:<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 11
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
a. Project organization:<br />
Internal structure, including a project organizational diagram;<br />
Roles and responsibilities of each organizational unit;<br />
Key personnel, their qualifications, and their responsibilities;<br />
Organizational boundaries between the project organization and the<br />
parent and subcontracted organizations;<br />
b. Project management processes:<br />
Project start-up, including staffing, basis of cost and schedule<br />
estimates, and project infrastructure;<br />
Project control, including monitoring, reporting, and change<br />
management of work packages;<br />
Communications management, including Project Highlight Reports,<br />
Project Checkpoint Reviews, and all other communications with the<br />
Purchaser;<br />
Purchaser involvement via Joint Reviews, (in) formal meetings,<br />
reporting, modification and change, implementation, verification,<br />
approval, acceptance and access to facilities.<br />
Risk management, including the Contractor‟s process for risk<br />
identification, assessment, mitigation, monitoring, and reporting;.<br />
Issue management, including the identification, reporting, assessment,<br />
and logging of project issues;<br />
3.3.4 Project Master Schedule: The Contractor shall maintain a Project Master<br />
Schedule (PMS) that contains all Contract events and milestones, including Contractrelated<br />
Purchaser and IV&V activities and events (e.g., Purchaser reviews, provision<br />
of specific Purchaser-furnished items). The PMS shall correlate with the Project Work<br />
Breakdown Structure (PWBS) and also be traceable to performance and delivery<br />
requirements of this SOW.<br />
a. The PMS shall depict the sequence, duration, and relationship among<br />
PWBS, Task orders, work packages and work items, including internal<br />
QA events.<br />
b. The PMS shall identify the start and finish dates, duration,<br />
predecessors, successors, and resource requirements for each work<br />
item.<br />
c. The PMS shall include the delivery dates for all management products<br />
(e.g., project plans, Project Highlight Reports), including at least the<br />
initial version and the final one.<br />
d. The PMS shall include activity network, activity Gantt, milestone, and<br />
critical path views of the project schedule.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 12
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
3.3.5 Risk Management: The Contractor shall establish a risk management<br />
program and perform risk management throughout the period of performance of this<br />
Contract. As part of this, the Contractor shall establish and maintain a Risk Log for<br />
the project.<br />
a. In the Risk Log, the Contractor shall identify any management,<br />
technical, schedule, and cost risks.<br />
b. The Contractor shall rate each risk as High, Medium, or Low, based on<br />
its probability of occurrence and its impact on cost, schedule, and<br />
quality.<br />
c. The Contractor shall identify for each risk the measures being taken to<br />
mitigate any risk rated as high on any factor.<br />
d. The Contractor shall make the Risk Log available on the Project<br />
Website. The Contractor shall include in the Project Highlight Report a<br />
chart that lists all active risks rated high on any factor and note any<br />
significant forecasted changes in these risks.<br />
e. The Contractor shall update and brief the Risk Log at all Project<br />
Checkpoint Reviews and Design Reviews.<br />
3.3.6 Issue Management: The Contractor shall establish an issue management<br />
program and perform issue management throughout the period of performance of this<br />
Contract. As part of this, the Contractor shall establish and maintain an Issue Log for<br />
the project.<br />
a. In the Issue Log, the Contractor shall identify any management,<br />
technical, schedule, and cost issue.<br />
b. The Contractor shall rate each issue as High, Medium, or Low, and its<br />
impact on cost, schedule, and quality.<br />
c. The Contractor shall identify for each issue the measures being taken to<br />
resolve the issue.<br />
d. The Contractor shall include in the Project Highlight Report a chart<br />
that lists all active issues rated high on any factor and note any<br />
significant forecasted changes in these issues.<br />
e. The Contractor shall update and brief the Issue Log at all Project<br />
Progress Reviews and Design Reviews.<br />
Section 3 of the PMP: Design, Development and Implementation<br />
3.3.7 The Contractor shall provide documentation that describes all the individual<br />
components to be delivered as well as the planned configuration and interconnection<br />
of these to meet the requirements of this Contract. This section will contain the initial<br />
description of the planned system, and further detail shall be provided by the<br />
contractor in the System Design and Development phase in the form of a System<br />
Design Specification.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 13
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
Section 4-9 of the PMP<br />
3.3.8 The details to be provided in Sections 4 to 9 of the PMP shall address all<br />
project implementation and requirements contained in the respective Sections 5-10 of<br />
this SOW.<br />
3.4 PMP Review and Acceptance<br />
3.4.1 The Purchaser will review the PMP in detail for a period of 2 weeks after<br />
submission. During this review period the Contractor shall make available to the<br />
Purchaser technical and contractual support as necessary to enable the Purchaser to<br />
make a sound assessment of the plan. At the end of this period the Purchaser will<br />
provide the Contractor with a detailed appraisal of the plan.<br />
3.4.2 Within 2 weeks of receiving the Purchaser's appraisal of the PMP the<br />
Contractor shall incorporate all the modifications, additions and expansions required<br />
by the Purchaser. The Purchaser, provided that all comments are incorporated, will<br />
then formally accept the PMP.<br />
3.4.3 The Purchaser reserves the right to require the Contractor to make further<br />
changes in the plan, to correct any errors detected during the implementation or to<br />
reflect any technical or contractual changes necessary as a result of any supplemental<br />
agreement made to the contract.<br />
3.4.4 The approval of the PMP by the Purchaser signifies that the Purchaser agrees<br />
to the Contractor's approach in meeting the requirements. This approval in no way<br />
relieves the Contractor from his responsibilities to achieve the contractual and<br />
technical requirements of this contract. The requirements of the Contract supersede<br />
any statement in the PMP in case of any conflict, ambiguity or omission.<br />
3.4.5 The approved final PMP shall be updated as appropriate throughout the<br />
duration of the contract. Revisions of the PMP should be mutually agreed upon.<br />
3.5 Project Progress Reporting<br />
3.5.1 The Contractor shall prepare and submit a Project Highlight Report to the<br />
Purchaser Project Office on a bi-weekly basis, however a Highlight Report is not<br />
required for the weeks where a Project Progress Report are submitted as described<br />
below.<br />
3.5.2 This Highlight Report shall summarise the progress since the previous<br />
Highlight Report, accomplishments, schedule of deliveries against progress,<br />
difficulties encountered and resolution of any issues raised in previous reports. The<br />
Progress reports shall include, but not be limited to;<br />
a. Overall project progress : the activities performed and works<br />
completed during the preceding period;<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 14
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
b. Description of issues//risks that have occurred in the preceding period<br />
and the identified/proposed action.<br />
c. An up-to-date Project Master Plan (Gantt chart).<br />
3.5.3 Project Progress Reports (PPR) are to be submitted to the Purchaser 1 week<br />
in advance of the Project Progress Meetings (PPM).<br />
3.5.4 This PPR shall summarise the progress since the previous PPR,<br />
accomplishments, schedule of deliveries against progress, difficulties encountered and<br />
resolution of any issues raised in previous PPMs. The Progress reports shall include,<br />
but not be limited to;<br />
a. Overall project progress : the activities performed and works completed<br />
during the preceding two months period;<br />
b. Description of issues/problems/risks that have occurred in the preceding<br />
period and the identified/proposed solution.<br />
c. A list of Change Proposals with the current status.<br />
d. Configuration Status Reports (CSR) for the system and all<br />
documentation (CDRL).<br />
e. An up-to-date Project Master Schedule (Gantt chart).<br />
f. An Agenda for the upcoming PPM and, if necessary, include a<br />
summary of items to be discussed<br />
3.5.5 The Purchaser will confirm in writing the specific agenda with the<br />
Contractor 1 week prior to each PPM.<br />
3.6 Project Progress Review Meetings<br />
3.6.1 The Contractor shall attend Project Progress Meetings (PPM) with the<br />
Purchaser. The first PPM will be in the sixth (6 th ) week after the effective date of<br />
contract, and further PPMs shall be scheduled to occur approximately every six (6)<br />
weeks thereafter. The Purchaser reserves the right to increase or decrease the<br />
intervals between PPMs but meetings will not be called more frequently than every 4<br />
weeks. At any time during the Contract a PPM may be called off when mutually<br />
agreed that it is not required.<br />
3.6.2 Project Progress Meetings between the Contractor and the Purchaser shall<br />
normally alternate between the Purchaser‟s and the Contractor‟s facilities unless<br />
otherwise agreed by the parties at occasions when it may be deemed beneficial to the<br />
Purchaser. Meetings will be scheduled and chaired by the Purchaser's Project<br />
Manager. The Contractor shall ensure that the Contractor's Project Manager<br />
including technical-, ILS-, QA-staff…as appropriate shall attend.<br />
3.6.3 The normal PPM agenda will include:<br />
a. The Contractor‟s presentation of the Project Status Report;<br />
b. Schedule Review;<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 15
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
c. Discussion/resolution of issues and areas of concern;<br />
d. Any other business.<br />
3.6.4 During the meetings the Contractor may be requested to provide detailed<br />
presentations on specific tasks at the subsequent PPM as required by the Purchaser. A<br />
copy of the presentation material used at these activity reviews shall be handed over<br />
to the Purchaser. The Contractor shall be responsible for the following specific<br />
actions in the conduct of reviews:<br />
a. Develop a schedule and agenda for accomplishing the required reviews;<br />
b. co-ordinate the review, schedule and agenda and Purchaser participation,<br />
and provide the Purchaser with appropriate Progress Reports (see Section<br />
3.4 above) prior to the review;<br />
c. ensure participation of sub-Contractor‟s, vendors and suppliers, as<br />
necessary;<br />
d. organise and present briefings as necessary;<br />
3.6.5 The Contractor shall be responsible for producing minutes/records of PPMs<br />
and providing a draft copy for Purchaser comments within 1 week of the PPM. The<br />
Purchaser will provide comments made against the draft copy to the Contractor within<br />
2 weeks of receipt. The Contractor shall then return 3 final copies of the minutes to<br />
the Purchaser within 1 weeks of receipt of the Purchaser‟s comments. The Purchaser<br />
shall have 1 further week to either notify the Contractor, in writing, of any comments<br />
made against the minutes/records. If there are no comments, the minutes/records shall<br />
be taken as accepted by the Purchaser. The minutes shall not exceed five pages,<br />
unless specifically approved by the Purchaser. The Contractor shall not consider the<br />
minutes as the basis for changes to the terms and conditions or Scope of Work of the<br />
Contract in the Absence of a formal Contract Amendment.<br />
3.7 Ad Hoc Working Meetings<br />
3.7.1 Ad Hoc Working Meetings may be called subject to mutual agreement on<br />
request of either the Purchaser or the Contractor to resolve problems, clarify<br />
programme requirements or review progress. These meetings may generally be held<br />
in Afghanistan or the Purchaser's premises in Brussels and The Hague.<br />
3.8 Independent Verification and Validation (IV&V)<br />
3.8.1 The Purchaser will obtain a third party IV&V Contractor in support of the<br />
AMN -2012 Project. The objective of the IV&V activity will be the evaluation of the<br />
performance of the AMN-2012 Contractor‟s and the verification and validation of the<br />
work being performed under the related effort, in particular evaluation of Contractor<br />
deliverables.<br />
3.8.2 The IV&V Contractor will execute a non-disclosure agreement with the<br />
Purchaser addressing all activities associated with this contract.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 16
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
3.8.3 The IV&V Contractor shall also monitor, assess, and report on the AMN-<br />
2012 Contract in order to identify, as early as possible, perceived problem areas.<br />
3.8.4 The IV&V Contractor may be requested by the Purchaser to monitor<br />
Contractor activities related to the development, testing and implementation of the<br />
AMN INT-CORE capability. The Contractor shall fully support such activities and in<br />
particular:<br />
a. Make personnel available for answering questions and furnishing<br />
information related to the project.<br />
b. Allow the IV&V Contractor to inspect and monitor testing activities at<br />
Purchaser‟s facilities. The Contractor will be informed of any inspection by<br />
the Purchaser or the IV&V Contractor at least three days before such<br />
activity.<br />
c. Allow the IV&V Contractor to inspect and monitor the Contractor‟s services<br />
and deliverables applicable to this project.<br />
3.8.5 The Contractor shall transfer to the IV&V Contractor all information deemed<br />
necessary to perform the IV&V activities, on his own initiative or on request by the<br />
IV&V Contractor or the Purchaser.<br />
a. A non-exhaustive list of information that the Contractor shall transfer to the<br />
IV&V Contractor includes: minutes of meetings, planning documents,<br />
source code, configuration files, requirements documents and database,<br />
design, test, and other technical documentation.<br />
3.8.6 The Purchaser may engage the IV&V Contractor to review any Contract<br />
deliverables on behalf of the Purchaser.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 17
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
This page is intentionally left blank<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 18
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
Section 4<br />
SCOPE OF WORK<br />
4.1 Contractor Activities and Deliverables<br />
4.1.1 The services provided by the Contractor shall consist of delivery of<br />
hardware, software, technical specification documentation, and security<br />
documentation in support of the achievement of the overall security accreditation, as<br />
well as commissioning activities, installation, integration, testing, training and<br />
subsequent support/warranty activities, to meet all the requirements of this project as<br />
detailed in this document.<br />
4.1.2 Upon completion the Contractor shall have provided a fully integrated,<br />
operational and manageable NAEW Ground Entry Point located in ISAF.<br />
4.1.3 To fulfil the requirements of this Contract the Contractor shall utilise a<br />
structured approach as described below. The GEP implementation methodology shall<br />
consist of the following phases, the duration of which shall not extend beyond the<br />
period stated in the Schedule of Supplies and Services:<br />
a. System Design and Development<br />
b. Installation and Commissioning<br />
c. Final Acceptance<br />
4.1.4 System Design and Development encompasses all the activities associated<br />
with the preparation for the production and assembly of the NAEW GEP components<br />
as well as the activities involved in the planning for the implementation in ISAF, and<br />
the methodology deliverables include:<br />
a. Survey Report<br />
b. System Design Specification<br />
c. Test Plans, Procedures<br />
d. Factory Acceptance Testing<br />
e. CCP Testing (If applicable)<br />
f. CISAF11 Testing<br />
g. Coalition Interoperability Assurance & Validation<br />
h. Chat over RF Testing<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 19
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
4.1.5 Installation and Commissioning covers the transfer of the system from the<br />
factory to Theater and all activities associated with the implementation including<br />
preparations for and execution of installation, integration, testing and activation/cutover<br />
for operational use. The methodology deliverables include:<br />
a. Operating and Maintenance Manuals<br />
b. OEM Documentation<br />
c. System Acceptance Documentation<br />
4.1.6 Final Acceptance Phase After successful completion of the installation of all<br />
components to be delivered under this Contract and achieving the Provisional System<br />
Acceptance (PSA) the Contractor shall complete the documentation required for<br />
achieving compliance with NATO/ISAF AFPL requirements and achieving security<br />
accreditation, IAW <strong>Annex</strong> D of this SOW, while also proceeding to remedy all<br />
outstanding observations and deficiencies. The Methodology Deliverables are:<br />
a. Security Accreditation Documentation<br />
b. Final System Acceptance Documentation<br />
4.2 Survey Report<br />
4.2.1 The Contractor shall prepare for the installation and ascertain that the<br />
planned installation design will meet the Purchaser's requirements and have his<br />
approval. The Purchaser will make readily available any existing shelter information,<br />
drawings, wiring assignments and referenced documents that may be useful to the<br />
Contractor, with the understanding that the Contractor may update and change this<br />
information as well as adding any other information required to fulfil his obligations<br />
under this Contract.<br />
4.2.2 The Contractor shall conduct an initial survey at the sites identified for this<br />
project approximately 3 weeks after Contract Award. The site survey schedule will<br />
be provided to the Contractor one day after Contract award. A Purchaser<br />
representative will be present at the Survey.<br />
4.2.3 The Contractor shall conduct a site survey that:<br />
Serial Requirement<br />
1 Co-ordinates preliminary site installation periods<br />
2 Surveys the physical plant (server rooms, site layout, antenna farm<br />
etc.)<br />
3 Identifies and documents all equipment required to complete the<br />
installation<br />
4 Coordinates a proposed work schedule and strategy with the site<br />
including identification of unique technical and design issues to be<br />
considered during implementation<br />
5 Coordinates the installation with the site, identifying all<br />
responsibilities, tasks and their sequence<br />
6 Collects all information required to ensure a proper training program<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 20
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
4.2.4 The Contractor is responsible for collection of all the information it needs for<br />
a successful implementation during this site survey. NCIA and the local staff elements<br />
will provide assistance and introduction where deemed necessary.<br />
4.2.5 A Preliminary Survey Report shall be prepared by the Contractor during the<br />
survey. This report will serve as a record of the proceedings and the common<br />
understanding reached between the parties participating in the survey and shall be<br />
signed off by all participants.<br />
4.2.6 A final draft Survey Report shall be prepared by the Contractor and be<br />
submitted to the Purchaser within two (2) weeks after completion of the survey. The<br />
Survey Report shall confirm the overall plan for the specific installation and shall<br />
identify all necessary related activities such as eventual civil works required with<br />
associated responsibility boundaries for the Contractor and the Purchaser.<br />
4.2.7 The Purchaser will provide his comments or approval of Survey Report<br />
within 1 week.<br />
4.2.8 Approval of the Installation Plan by the Purchaser in no way relieves the<br />
Contractor of his responsibilities to achieve the contractual and technical requirements<br />
of this Contract.<br />
4.2.9 The schedule for submission of the Site Survey Report and approval of the<br />
Site Installation Plan shall be incorporated in the Project Implementation Plan, and<br />
updated by the Contractor before each Project Progress Meeting.<br />
4.2.10 The Site Survey Report shall as a minimum contain the following sections:<br />
a. Cover<br />
b. Preamble<br />
Shall identify date, exact location, contact details, sign off sheet<br />
Any relevant issues<br />
c. General information<br />
d. Site Support<br />
Relevant background information about the location<br />
List of site POC (local J6, J-engineers, FOC+)<br />
Local process authorisation required for trenching and Antenna<br />
Installations<br />
Onsite security requirements for Contractor‟s own and eventual sub-<br />
Contractor‟s personnel to execute their work.<br />
Transportation: cranes, access, lifting equipment.<br />
Grounding requirements (special provision if required)<br />
Connectivity (distance of FOC+ CIS room, availability of existing<br />
fibre cabling, trenching, and ducting requirements)<br />
Installation space for antennas,<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 21
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
e. Installation Plan<br />
The Contractor shall identify the exact equipment configuration to be<br />
installed<br />
The Contractor shall provide a map which identifies agreed<br />
installation locations, installed equipment, cables length and ducting.<br />
The Contractor shall make a recommendation on the installation of a<br />
required equipotential plane and required grounding network.<br />
Interfaces with Purchaser provided equipment (communications<br />
infrastructure, power supply)<br />
Description of the civil works to be executed such as fencing and<br />
ducting.<br />
Forecast of costs for civil works to be reimbursed by the Purchaser.<br />
- Responsibility matrix, which summarizes support agreements<br />
made between local staff, local sub-Contractor‟s and the Contractor.<br />
4.2.11 The Contractor is not required to conduct any major civil works as part of<br />
this Contract except for Fencing and Antenna cable trenching. The Contractor shall<br />
mount equipment, racking and cable guidance systems where appropriate.<br />
4.3 System Design Specification<br />
4.3.1 The Contractor shall establish, provide, and maintain the NAEW GEP<br />
System Design Specification (SDS) based on the Functional Baseline specified by the<br />
SRS in this contract.<br />
4.3.2 The SDS shall describe the NAEW GEP capability to a level of detail that is<br />
sufficient for the Purchaser to be able to understand how the NAEW GEP capability<br />
will be implemented, operated, and managed and shall include:<br />
a. NAEW GEP overall system, subsystem and interactions.<br />
b. NAEW GEP Services breakdown, Services, componentization and<br />
interactions.<br />
c. NAEW GEP Human-Machine Interaction.<br />
d. CSCI-level (Computer Software Configuration Item-level)<br />
functionality, design, and interfaces.<br />
e. NAEW GEP System-level and Service-level interfaces, including<br />
external Services interfaces.<br />
f. Core Service integration (at Service-level and host environment-level).<br />
g. Design of NAEW GEP data, services and persistence layers.<br />
h. System security design.<br />
i. For off-the-shelf products, the intended product and version, and note<br />
if any modifications, adaptations, or additional elements (such as<br />
macros or plug-ins) are required. Open Source Software (OSS) are to<br />
be disclosed (for review and approval of OSS conditions by the<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 22
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
Purchaser).<br />
j. For any elements that require development: design, development,<br />
documentation, unit testing, and integration approach.<br />
k. Sequence and scope of system tests of the initial or updated Allocated<br />
Baseline and any requirements for Purchaser support and participation.<br />
l. Life-cycle support issues, including, but not limited to: support<br />
requirements, training, maintenance, energy consumption, etc.<br />
4.3.3 The SDS shall identify the proposed Configuration Items (CI) and their<br />
design, functionality, interfaces, and data structures. For each CI, the SDS shall:<br />
4.3.4 Identify the functions used by a component;<br />
4.3.5 Identify the functional requirements that are realized by a component;<br />
4.3.6 Identify any constraints imposed upon it.<br />
4.3.7 Identify any off-the-shelf and government furnished equipment (GFE)<br />
components necessary to build, deploy, or execute this computer software component.<br />
4.3.8 The SDS shall identify any Interface Control Documents (ICD) and<br />
Applications Programming Interfaces (API) required to document and control the<br />
interface between the NAEW GEP system and external systems, services, or<br />
applications.<br />
4.3.9 The SDS shall identify all necessary customization (by parameterization or<br />
new software development) of the off-the-shelf packages that has to be performed.<br />
4.3.10 The SDS shall provide design information as an integrated set of model files<br />
using structured dataset format containing all the required data and relationships<br />
according to the SRS specifications The Contractor may use UML version 2.1 as a<br />
notation (used in this SOW for referencing work). The Contractor shall propose the<br />
most appropriate notation and representation to represent the underlying data in the<br />
SDS to be validated by the Purchaser at DR.<br />
4.3.11 The System Design shall include the following, but not limited to,<br />
architectural views and supporting information elements, as defined in the NATO<br />
Architecture Framework, Version 3.0 and in the Minimum Modelling Standards for<br />
ISAF Architecture (<strong>Annex</strong> H):<br />
a. NOV-1, High-Level Operational Concept Description.<br />
b. NOV-2, Operational Node Connectivity Description.<br />
c. NSOV-1, Service Taxonomy.<br />
d. NSOV-2, Service Definitions.<br />
e. NSV-1, System Interface Description.<br />
f. NSV-2, Systems Communication Description<br />
g. NTV-1, Technical Standard Profile<br />
4.3.12 This design information shall be available using the standard output and<br />
viewing capabilities of the latest commercial version of the architecture tool ARIS, as<br />
well as to compatible web browsers using the web publishing capabilities.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 23
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
4.3.13 The Design information shall be provided with an accompanying template to<br />
facilitate well-structured hard and soft copy output.<br />
4.3.14 The Contractor shall include an updated set of all the above design artefacts<br />
as part of the delivered Product Baseline.<br />
4.3.15 The SDS shall identify the minimum hardware and software specifications<br />
required to support the proposed system baseline, including the baseline design,<br />
maintenance, and test elements to be installed.<br />
4.3.16 The SDS shall provide a detailed list of the COTS components (hardware<br />
and software) proposed to be supplied as part of the Contract. The product name,<br />
manufacturer name, and manufacturer‟s part number, version, or release number shall<br />
be stated, as appropriate.<br />
4.3.17 The SDS shall provide a detailed specification sheet for each item of COTS<br />
equipment proposed to be supplied as part of the Contract.<br />
4.3.18 System Security Design Specification: The SDS shall include a System<br />
Security Design Specification to support accreditation of the NAEW GEP capability<br />
for use in the ISAF SECRET Wide Area Network (IS WAN). This annex to the SDS<br />
shall include:<br />
a. System access control, data protection, auditing, and information<br />
exchange requirements and design features.<br />
b. Backup, recovery, availability, and security requirements and design<br />
features.<br />
c. System configuration and administration requirements and design<br />
features.<br />
d. Security impacts, including any required adjustments and configuration<br />
changes to workstation baselines and network elements such as<br />
firewalls IDS‟s, and routers.<br />
e. The security features of any off-the-shelf products included in the<br />
system.<br />
f. For each security measure included in the SRS, the SDS shall either<br />
identify the matching security design feature or operational procedure.<br />
4.3.19 The System Security Design Specification shall be capable of being read and<br />
understood as a stand-alone document from the SDS.<br />
4.3.20 Requirements Traceability Matrix: As an appendix to the SDS, the<br />
Contractor shall provide and maintain a Requirements Traceability Matrix that<br />
guarantees the two way link between requirements (SRS), technical specifications<br />
(SDS), test scripts and test. The Contractor shall extend this matrix to the Allocated<br />
Baseline, Product Baseline, and the Test Plan to ensure the Purchaser can verify<br />
compliance throughout the project.<br />
4.3.21 Interface Control Document (ICD) : The Contractor shall produce NAEW<br />
GEP Interface Control Document, describing all external NAEW GEP interfaces to be<br />
developed or updated within this contract. The ICD shall refer to other ICDs where<br />
applicable.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 24
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
4.4 Design Review Meetings<br />
4.4.1 The Contractor shall organize and conduct design reviews to present its<br />
design of the NAEW GEP capability for approval prior to manufacturing and shall<br />
plan and prepare for design review meetings consisting of:<br />
a. Preliminary design review meeting to be held 6 weeks after Contract Award<br />
2 weeks before the meeting the Contractor shall provide preliminary SDS<br />
to the Purchaser, to allow him to prepare for the Preliminary Design<br />
Review (PDR) meeting.<br />
During the meeting the Contractor shall present the results of the design<br />
phase the Purchaser shall provide feedback and comments on the<br />
Preliminary SDS, which the Contractor shall follow.<br />
Within one week after the meeting the Purchaser shall provide a written<br />
summary of the feedback given during the meeting.<br />
b. Critical design review meeting<br />
2 weeks after the Preliminary Design Review Meeting the Contractor<br />
shall send the Revised SDS to the Purchaser. The Revised SDS shall be<br />
based on the Preliminary SDS and shall incorporate all comments and<br />
feedback provided by Purchaser at the Preliminary Design review<br />
meeting.<br />
A Critical design Review meeting shall be organised 1 week later unless<br />
the Purchaser accepts the Revised SDS as is.<br />
c. As required, the Contractor shall organise subsequent design reviews and<br />
shall deliver updated design documents as minor revisions that replace<br />
earlier versions of the documents the Functional Baseline.<br />
d. Review and acceptance of design documentation provided by the Contractor<br />
to the Purchaser shall not imply Purchaser acceptance of the NAEW GEP<br />
design. It remains the sole responsibility of the Contractor to prove the<br />
design through the regime of testing set forth in this Contract and it shall be<br />
the sole responsibility of the Contractor in the event that the system proves<br />
deficient in meeting the SRS.<br />
e. The design review meetings shall be held at Purchaser‟s premises in<br />
Brussels, unless otherwise mutually agreed.<br />
4.5 System Development<br />
4.5.1 The Contractor shall develop and integrate the components identified in the<br />
SDS and shall conduct the System Development and Integration activities.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 25
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
4.5.2 Whereas the Chat Server application will be Purchaser furnished, the<br />
Contractor‟s development and integration efforts are mainly targeted towards the<br />
primary system components such as the Routers and Servers associated with the<br />
wireless connectivity over the different RF bearers.<br />
4.5.3 For such custom adaptation as identified at DR and agreed to as part of the<br />
SDS, the Contractor shall adapt, integrate, document, and test software applications<br />
and scripts.<br />
4.5.4 The Contractor shall document the design, models, algorithms, data<br />
structures, and source code for all CIs it develops or adapts. This documentation shall<br />
be managed as part of the Contractor‟s Allocated and Product Baselines.<br />
4.5.5 The Contractor shall apply a formally defined and documented engineering<br />
method.<br />
4.5.6 The Contractor shall use the latest commercial version of a help authoring<br />
tool to generate on-line help documentation. In addition to the executable modules, all<br />
on-line help source and configuration files shall be delivered.<br />
4.5.7 The Purchaser reserves the right to monitor the Contractor's adaptation<br />
activities to ensure that sound engineering practices are followed and that the<br />
requirements of the SRS are met. The Contractor shall permit Purchaser personnel or<br />
IV&V Contractor to inspect the Allocated Baseline.<br />
4.5.8 The Purchaser shall retain ownership of the source code for any such<br />
software throughout its lifecycle.<br />
4.5.9 The Contractor shall deliver the source code and the tools required to allow<br />
future maintenance by the Purchaser.<br />
4.5.10 The contractor shall take steps to minimise the energy usage of the system, in<br />
order to ensure a cost effective 'total cost of ownership' of the system.<br />
4.6 Integration and Installation works<br />
4.6.1 The Contractor shall be responsible for all Integration and installation works<br />
to fulfil the requirements as specified in this Statement of Work, and as further<br />
defined in 0This includes but is not limited to:<br />
a. Integration of the GEP main shelter components into an existing ISAF<br />
Air C2 shelter and all the related installation works including Mast(s) ,<br />
Antennas, Power and Fibre Cabling.<br />
b. Installation of the Outdoor Radio enclosure and associated Mast,<br />
Antennas, Fibre Cabling and Power Cable facilities in an ISAF camp.<br />
c. Installation of GEP Operator Room components in the NAEW AMN<br />
OPS facility.<br />
d. The exact scope of the civil works such as Ducting and Fencing<br />
associated with the above shall be determined at the site survey.<br />
e. The Contractor shall deliver a fully operational and maintainable<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 26
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
NAEW Ground Entry Point.<br />
4.7 Purchaser Furnished Items (PFI)<br />
4.7.1 The following items will be provided by the Purchaser as Purchaser<br />
Furnished Items:<br />
a. Cryptographic equipment for the HF, UHF and IRIDIUM<br />
links.<br />
b. Microsoft Software for the Server Operating System(s).<br />
c. Chat Server Application for the GEP.<br />
4.7.2 Within 1 week after Contract award the Contractor shall provide the<br />
details of the Account to which the Cryptographic equipment shall be<br />
transferred.<br />
4.7.3 The Purchaser will provide the Operating Systems software with Licences<br />
within 4 weeks from Contract Award.<br />
4.7.4 The Purchaser will provide the Chat Server Application within 3 weeks<br />
from Contract Award.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 27
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
This page is intentionally left blank<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 28
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
Section 5<br />
SYSTEM SECURITY REQUIREMENTS<br />
5.1 Security Criteria<br />
5.1.1 The Contractor shall design and provide a System that meets the security<br />
criteria as specified in <strong>Annex</strong> D.<br />
5.2 Security Documentation<br />
5.2.1 The Contractor shall deliver all security documentation described in<br />
<strong>Annex</strong> D of this SOW.<br />
5.3 Accreditability<br />
5.3.1 The Contractor‟s implementation shall be accreditable in accordance with<br />
the NATO/ISAF Security Directives, policies and guidance. The<br />
Contractor shall be responsible in providing the documentation required<br />
for successful accreditation of the system and ensure NATO accreditation<br />
is achieved, IAW <strong>Annex</strong> D of this SOW.<br />
5.3.2 The Contractor shall deliver to the Purchaser all System security<br />
accreditation documentation prior to CIAV testing.<br />
5.4 AFPL Compliancy and the CCP Process<br />
5.4.1 The Contractor‟s shall choose software products and applications which<br />
are compliant with NATO‟s AFPL. If the products are not AFPL<br />
compliant, the contractor shall complete the NATO CCP process for the<br />
software or application to be implemented and included on to the NATO<br />
and ISAF AFPL. The contractor shall be responsible in successfully<br />
achieving inclusion for any new software upgrade or new introduction of<br />
software to the NATO/ISAF AFPL.<br />
5.4.2 The CCP Process shall be completed prior to the CIAV Testing.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 29
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
This page is intentionally left blank<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 30
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
Section 6<br />
INTEGRATED LOGISTICS SUPPORT<br />
6.1 Integrated Logistics Support Plan (ILSP)<br />
6.1.1 The Contractor shall develop and maintain the Product Baseline (PBL) -<br />
Integrated Logistics Support Plan (ILSP) that encapsulates all support element plans<br />
and concepts as defined below. It shall be addressed to the primary PBL stakeholders:<br />
the NATO Service Provision Authority and the NATO Operating Authority.<br />
6.1.2 The ILSP shall contain an introduction that explains the scope and purpose of<br />
the delivered capability. It shall include a description of the capability PBL and it<br />
shall contain references and definitions as applicable.<br />
6.1.3 The ILSP shall include the Maintenance Concept.<br />
6.1.3.1 The Contractor shall develop and maintain the Maintenance<br />
Concept for the provided capability, which defines the<br />
maintenance environment, constraints, locations, procedures,<br />
products, organisation and personnel skills required to maintain<br />
the capability product baseline.<br />
6.1.3.2 The maintenance concept shall be developed according to the<br />
STANAG 4174 (ARMP-4);<br />
6.1.3.3 The Maintenance Concept shall define the 1st, 2nd, 3rd, and 4th<br />
level maintenance tasks consistent with the requirements<br />
included in the maintenance section below. At each of these<br />
levels, the procedural description shall include objectives,<br />
triggering events, inputs, outputs, tasks, roles and responsibilities<br />
(in RACI-format), constraints, exceptional cases, and tool<br />
support.<br />
6.1.3.4 As part of the Maintenance Concept, the Contractor shall identify<br />
the recommended spare parts and describe the supply flow and<br />
the procedures for the provisioning of such parts, inventories, and<br />
consumable material.<br />
6.1.3.5 The Level 1 maintenance tasks shall be defined and designed for<br />
on-site users and operators and shall include, but are not limited<br />
to: day-to-day “housekeeping” tasks, visual inspections,<br />
verification of function and performance of the provided<br />
capabilities, and change of configuration settings for adaptation<br />
to the operational environment or use.<br />
6.1.3.6 The Level 2 maintenance tasks shall be defined and designed for<br />
non-specialized military maintenance personnel, on-site or<br />
remote, and shall include, but are not limited to: detailed<br />
inspections, limited calibrations, replacement of items without<br />
specialized equipment or skillset, and minor equipment repairs<br />
and modifications.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 31
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
6.1.3.7 The Level 3 maintenance tasks shall be defined and designed for<br />
specialized military maintenance personnel, on-site or remote,<br />
and shall include, but are not limited to: problem and<br />
modification analysis, complex repairs and/or replacements,<br />
detailed calibrations, supply support, overhaul and rebuild,<br />
implementation of major and/or critical changes, restoration (e.g.<br />
emergency maintenance) that requires specialized maintenance<br />
personnel and equipment, monitoring and coordination of<br />
transportation of faulty equipment out of theatre and replacement<br />
equipment back into theatre.<br />
6.1.3.8 The Level 4 maintenance tasks shall include, but are not limited<br />
to: repair of faulty Line Replaceable Units (LRUs) beyond the<br />
level 3, provisioning of replacement parts, complicated factory<br />
adjustments, and provision of maintenance releases at the<br />
Contractor‟s, Vendor‟s or Manufacturer‟s factory.<br />
6.1.4 The ILSP shall include the Customer Support Concept.<br />
6.1.4.1 The Contractor shall develop and maintain the Customer Support<br />
Concept for the provided capability, which defines the support<br />
environment, constraints, locations, procedures, products,<br />
organisation and personnel skills required to support the provided<br />
capability.<br />
6.1.4.2 The Customer Support Concept shall define the 1st, 2nd and 3rd<br />
level support activities consistent with the support model<br />
described below. At each of these levels, the procedural<br />
description shall include objectives, triggering events, inputs,<br />
outputs, tasks, roles and responsibilities (in RACI-format),<br />
constraints, exceptional cases, and tools support.<br />
6.1.4.3 For each Customer Support level detailed below, the Support<br />
Concept shall describe the process interfaces. The process<br />
interface description shall include the input and output<br />
information, its structure, the communication path (POC‟s), the<br />
time constraints for sending and receiving information, and<br />
quality criteria to evaluate the integrity of the interface.<br />
6.1.4.4 The Customer Support for Level 1 shall describe the interface<br />
between the existing NATO/ISAF Service Desk and the<br />
Contractor furnished Level 2 Customer Support.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 32
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
6.1.4.5 The Level 2 Customer Support shall describe the problem<br />
management process in accordance with the ISO/IEC 20000 and<br />
ITILv3 framework or equivalent. As part of problem<br />
management the Contractor shall perform the following tasks:<br />
(re-) evaluation of incident category, criticality and priority;<br />
identification of the root cause of the issue (e.g. by issue<br />
replication testing); identification of workarounds; identification<br />
and initial planning of possible short, medium and long-term<br />
solutions (e.g. workarounds, patches, or new releases); create<br />
change requests incl. schedule of implementation, and<br />
synchronization with the maintenance and warranty process; and<br />
monitor and control the approved change request during<br />
implementation, delivery of problem analysis reports and overall<br />
support reports when required.<br />
6.1.4.6 The Level 3 Customer Support shall describe the release<br />
management process in accordance with the ISO/IEC 20000 and<br />
ITILv3 framework or equivalent. In this process, the Contractor<br />
shall develop the solution (e.g. fix, repair, replace, patch, or<br />
release), test the solution and deliver and deploy the solution.<br />
6.1.5 The ILSP shall include the Transportation Plan.<br />
6.1.5.1 The Contractor shall develop and maintain the Transportation<br />
Plan in accordance with the requirements included in the<br />
Management and Control of Logistics Movement section below.<br />
6.1.5.2 The Transportation Plan shall define all planned (partial-)<br />
shipments, locations, points of contact, transportation stages,<br />
schedules, and alternative schedules with associated impact on<br />
the overall cost and schedule.<br />
6.1.5.3 The Transportation Plan shall describe the end-to-end route and<br />
stages of the transportation from the Contractor‟s origin to its<br />
final operational destination.<br />
6.1.5.4 The Transportation Plan shall introduce the deliverables from<br />
Section Error! Reference source not found..<br />
6.2 Provision of Maintenance<br />
6.2.1 The Contractor shall provide onsite 1 st , 2 nd and 3 rd Level maintenance and<br />
offsite 4 th Level maintenance during the Capability implementation phase<br />
starting from project PSA up to project FSA.<br />
6.2.2 The Contractor shall provide offsite 3 rd and 4 th Level Maintenance after<br />
project FSA for the duration of the Capability Warranty Period.<br />
6.2.3 The Contractor shall provide Supply Support as defined in Section Error!<br />
eference source not found..<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 33
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
6.2.4 The Contractor shall submit a monthly Maintenance Report starting one<br />
month after project PSA. The Maintenance Report shall summarise all<br />
Contractor performed maintenance tasks and deliverables, shows the<br />
Reliability, Maintainability and Operational Availability (A0)<br />
performance indicators and suggestions for maintenance performance<br />
improvements.<br />
6.3 Provision of Customer Support<br />
6.3.1 The Contractor shall provide onsite 1 st , 2 nd Customer Support and offsite<br />
3 rd Customer Support during the Capability implementation phase starting<br />
from project FAT up to PSA.<br />
6.3.2 The Contractor shall provide onsite 2 nd Level Customer Support and<br />
offsite 3 rd Level Customer Support from project PSA up to FSA.<br />
6.3.3 The Contractor shall provide offside 3 rd Level Customer Support after<br />
project FSA for the duration of the Capability Warranty period.<br />
6.3.4 The Purchaser‟s existing trouble-ticketing system shall be used for<br />
opening, modifying, tracking, and closing Trouble Tickets, and logging of<br />
all requests concerning the delivered capabilities.<br />
6.3.5 As part of the Customer Support provision, the Contractor shall create and<br />
maintain descriptions of all solutions (Quick solution, Work around,<br />
Patch, Baseline Release) to known issues in a COTS software database<br />
(“Known Error Database”). The Known Error Database shall link issues<br />
to solutions and corresponding documentation and expert POC.<br />
6.4 Operating & Maintenance Manual<br />
6.4.1 The Contractor shall update and maintain the Operating Manual based on<br />
the ABL and PBL and shall describe the complete system by the<br />
explanation of functional blocks and Configuration Items.<br />
6.4.2 The Operating Manual shall contain descriptions, with appropriate Asbuild<br />
drawings, of the mechanical, electrical, and electronic assemblies<br />
and sub-assemblies that comprise the applicable major PBL components.<br />
The Operating Manual shall take maximum advantage of existing COTS<br />
Vendor Original Equipment Manufacturer (OEM) Operating Instructions<br />
but shall include, but not is limited to, the following subject areas:<br />
6.4.2.1 Preface;<br />
6.4.2.2 A detailed integrated system block diagram showing all<br />
interfaces and a terminal description;<br />
6.4.2.3 General Equipment Descriptions;<br />
6.4.2.4 Installation and Commissioning Instructions;<br />
6.4.2.5 Standard Operating Instructions (Installation, Start/Stop,<br />
Monitoring, De-installation);<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 34
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
6.4.2.6 Alignment, Calibration and Configuration;<br />
6.4.2.7 Fault Finding Techniques;<br />
6.4.2.8 Drawings, Illustrations, Photographs, and Circuit Diagrams;<br />
6.4.2.9 Components List;<br />
6.4.3 The Contractor shall create and maintain the GEP Maintenance Manual<br />
and the Maintenance Tools & Equipment List;<br />
6.4.4 The Contractor shall develop and maintain the Maintenance Manual based<br />
on the GEP ABL and PBL;<br />
6.4.5 The Maintenance Manual shall define the in-depth, step by step procedure<br />
how to perform the 1st, 2nd and 3rd Level Maintenance tasks as identified<br />
in the Maintenance Concept;<br />
6.4.6 For all COTS Configuration Items of the PBL, the Maintenance Manual<br />
shall take maximum advantage of the existing COTS Vendor Original<br />
Equipment Manufacturer (OEM) Manuals and documentation,<br />
supplemented with the PBL adaptations, and additions;<br />
6.4.7 The Maintenance Manual shall define the required Maintenance Tools and<br />
Equipment List;<br />
6.4.8 The PBL and OBL Maintenance Tools and Equipment List shall define<br />
the required equipment to the same level of detail as the Material Data<br />
Sheet (MDS);<br />
6.5 Supply Support<br />
6.5.1 Material Data Sheet (MDS)<br />
6.5.1.1 The Contractor shall create and maintain the MDS for the<br />
duration of the project implementation. The MDS is site-specific<br />
and shall include all hardware items, software items/licenses,<br />
media and documents furnished under this Contract.<br />
6.5.1.2 The MDS shall, as a minimum, include the data elements cited<br />
below, if applicable.<br />
6.5.1.3 The Contractor shall provide the final MDS version as a hard<br />
copy as well as on electronic media in Microsoft Excel or Access<br />
database format ten (10) working days before PSA. The MDS<br />
template together with a full content description for each column<br />
(electronic format) shall be provided to the Contractor after<br />
contract award at the request of the Contractor. The minimum<br />
inventory/equipment data elements required are as follows:<br />
a. Contract Customer Line Item Number (CLIN);<br />
b. NATO Stock Number (NSN - if available);<br />
c. Nomenclature;<br />
d. Expendable/Repair code XB/ND;<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 35
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
6.5.2 Codification<br />
e. True Manufacturer Part Number;<br />
f. True Manufacturer Cage Code (or complete name &<br />
address);<br />
g. Vendor/Contractor Cage Number (or complete name &<br />
address);<br />
h. Vendor/Contractor Part Number;<br />
i. Quantity ordered;<br />
j. Order Unit;<br />
k. Serialized Item Tag;<br />
l. Serial number;<br />
m. Serial number software revision level;<br />
n. Serial number hardware revision level;<br />
o. Other serial number attributes;<br />
p. Currency;<br />
q. Unit Price;<br />
r. Warranty expiration date;<br />
s. Receiving NATO Depot;<br />
t. Extended Line Item Description;<br />
u. Part Number of next higher assembly;<br />
v. Quantity in the next higher assembly.<br />
6.5.2.1 On the basis that an adequate manufacturer‟s identification<br />
numbering system is in place, the NATO codification (as<br />
described in Clause 33 of the NCIO General Provisions) is not<br />
required.<br />
6.5.3 Initial Spare Parts (RSPL)<br />
6.5.3.1 The Contractor shall provide a fully detailed, site-specific and<br />
priced Recommended Spare Parts List (RSPL) which shall detail<br />
comprehensively all equipment necessary to meet the reliability<br />
and maintainability requirements as specified in 11.4.3. Delivery<br />
of the RSPL shall be in accordance with the Schedule of Supplies<br />
and Services. This RSPL shall include as a minimum:<br />
a. Item sequence number;<br />
b. Nomenclature;<br />
c. True Manufacturer's Part number;<br />
d. True Manufacturer's Identification Code;<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 36
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
e. Mean Time Between Failures (MTBF) - actual or predicted;<br />
f. Population, by terminal and total;<br />
g. Recommended quantity;<br />
h. Unit Price (including packing/packaging and shipment);<br />
i. Location (site or depot)<br />
6.5.3.2 The initial spare parts shall be individually identified, selected<br />
and ordered in the Contract.<br />
6.5.3.3 The initial spare parts shall be provided in adequate transport<br />
cases, protecting the parts during transportation and storage.<br />
6.6 Management and Control of Logistics Movements<br />
6.6.1 Transportation<br />
6.6.1.1 The Contractor shall provide the Transportation Plan twenty (20)<br />
working days before the first delivery in electronic format.<br />
6.6.1.1.1 The Transportation Plan shall provide the complete overview of<br />
planned (partial) shipments, including packing, staging, scheduling,<br />
routing, and POC‟s.<br />
6.6.1.2 For all equipment that is designated for NATO locations the<br />
following transportation routes shall be used:<br />
6.6.1.2.1 (1) Final destination ISAF (GEP equipment): Contractor -> NATO<br />
Depot 3, Brunssum, The Netherlands -> NATO Depot 26, Kabul,<br />
Afghanistan (NATO Air-bridge) -> ISAF location.<br />
6.6.1.2.2 (2) Final destination CHOLET, France (NIP equipment)-><br />
Contractor -> Cholet, France.<br />
6.6.1.2.3 (3) Final destination SHAPE (AEP equipment): Contractor -><br />
SHAPE, Mons, Belgium.<br />
6.6.1.3 Prior any shipment under this Contract, the Contractor shall<br />
provide the following information:<br />
6.6.1.3.1 Customs 302 Form Request (if required): Twenty (20) working<br />
days prior to shipment,<br />
6.6.1.3.2 MDS: Fifteen (15) working days prior shipment,<br />
6.6.1.3.3 Packing List: Ten (10) working days prior shipment,<br />
6.6.1.3.4 Notice of Shipment: Five (5) working days prior shipment.<br />
6.6.1.4 All shipments to and from the NATO Depot 3 at Brunssum, The<br />
Netherlands or Cholet, France or SHAPE, Mons, Belgium are at<br />
the expense of the Contractor.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 37
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
6.6.1.5 The Purchaser shall not be liable for any storage, damage, or any<br />
other charges involved in transportation of equipment by the<br />
Contractor, prior to the actual acceptance of such equipment at<br />
the designated destinations by the Purchaser or entity designated<br />
by the Purchaser.<br />
6.6.1.6 The Contractor shall create and maintain a Transportation Report<br />
that states the planned versus the current and final transportation<br />
results, including the delivery stages, location(s) and dates with<br />
the corresponding receiving NATO and non-NATO POC‟s and<br />
confirmations/signatures.<br />
6.6.2 Transportation of Cryptographic devices<br />
6.6.2.1 The handling and transportation of cryptographic devices shall be<br />
in accordance with SDIP-293/1<br />
6.6.3 Preservation and Packaging<br />
6.6.3.1 The Contractor shall, for the purpose of transportation, package,<br />
crate, or otherwise prepare items in accordance with the best<br />
commercial practices for the types of supplies involved, giving<br />
due consideration to shipping and other hazards associated with<br />
the transportation of consignments overseas.<br />
6.6.3.2 Any special packaging materials required for the shipment of<br />
items shall be provided by the Contractor at no extra cost to the<br />
Purchaser.<br />
6.6.4 Package Marking<br />
6.6.4.1 The packages or containers in which supplies are transported<br />
shall, in addition to normal mercantile marking, be marked with<br />
the following data on a separate nameplate (or transfer or<br />
stamping if nameplate is not practical):<br />
6.6.5 Packing Lists<br />
a. Purchaser project title;<br />
b. Purchaser contract number;<br />
c. Purchaser CLIN as per Schedule of Supplies and<br />
Services<br />
d. System/sub-system denomination;<br />
e. True Manufacturer's part number, serial number and<br />
revision level;<br />
f. Shipping address.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 38
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
6.6.5.1 The Contractor shall establish the packing lists in such a way as<br />
to permit easy identification of the items to be delivered at the<br />
sites. These packing lists shall reflect the same wording and<br />
sequence as those used in the contract schedule of supplies and in<br />
the invoices.<br />
6.6.5.2 Packing lists shall accompany the shipment. Each individual<br />
container/box from a consignment shall have one packing list in a<br />
weather-proof envelope affixed to the outside of each<br />
container/box, indicating exactly what is contained inside. One<br />
additional packing list shall be put inside each container/box.<br />
6.6.5.3 The Contractor shall also furnish one copy of the packing list in<br />
the English language to the Purchaser‟s ILS Office and to the<br />
Freight Forwarder, the number of copies required by this<br />
Forwarder. The ILS Office address is as follows:<br />
NATO CI Agency<br />
Boulevard Leopold III<br />
B-1110 Brussels<br />
Belgium<br />
Attn: Integrated Logistics Support (ILS) Office<br />
Tel: +32 2 707 8578<br />
Fax: +32 2 707 8770<br />
6.6.5.4 The packing lists shall contain the following information as a<br />
minimum:<br />
a. Shipping address;<br />
b. Package number and number of packages in the<br />
consignment;<br />
c. Purchaser project title;<br />
d. Purchaser contract number;<br />
e. Purchaser CLIN as per Schedule of Supplies and<br />
Services;<br />
f. Item description;<br />
g. Part number;<br />
h. NSN (if available);<br />
i. Serial number (if available);<br />
j. Quantity shipped;<br />
k. Number of the corresponding Customs Form 302<br />
(when required);<br />
l. Detailed weight and dimensions per<br />
box/pallet/container;<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 39
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
6.6.5.5 Where manufacture is under Government Quality Assurance<br />
Authority (GQAA) surveillance, the Contractor shall include<br />
Certificates of Conformance in each packing container, three<br />
each per pack, one inside and two outside in a waterproof<br />
envelope.<br />
6.6.6 Notice of Shipment and Request for Customs Form 302<br />
6.6.6.1 The Contractor shall give prepaid notice of shipment to the<br />
Purchaser‟s ILS Office and to such other persons as are<br />
designated.<br />
6.6.6.2 The Notice of Shipment shall contain, as appropriate, the request<br />
for Customs Form 302, or equivalent document, which shall<br />
enable any carrier to affect duty free import/export clearance<br />
through customs for the Purchaser on behalf of NATO.<br />
6.6.6.3 The Form 302 is an official Customs Clearance Declaration<br />
issued in advance of shipment to provide certified information as<br />
to the import, export, or transit of NATO consignments between<br />
certain NATO countries.<br />
6.6.6.4 The Form 302 is an accountable, certified document. It is<br />
serially numbered before issue and will be used for the duty free<br />
clearance through the Customs Authorities regardless of the<br />
mode of transportation. This applies to the release of shipments<br />
that arrive at destination under customs bonds or which are to be<br />
released from a custom bonded warehouse for actual delivery to<br />
the final destination.<br />
6.6.6.5 The Notice of Shipment and request for Form 302 or equivalent<br />
document shall contain the following information:<br />
a. Purchaser's contract number;<br />
b. CLIN designation and quantities;<br />
c. Destination;<br />
d. Number and dimensions of the packages (size;<br />
gross and net weight);<br />
e. Consignor's Name and Address;<br />
f. Consignee's Name and Address;<br />
g. Method of Shipment (road, rail, sea, air, etc.);<br />
h. Name and Address of Freight Forwarder.<br />
6.6.6.6 Forwarding Agents, Carriers or other responsible organizations<br />
shall be informed by the Contractor of the availability of Form<br />
302 or equivalent document and how the form shall be utilized to<br />
avoid the payment of custom duties. Form 302 or equivalent<br />
document shall be incorporated in all shipping documents<br />
provided to the carrier.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 40
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
6.6.6.7 If a country refuses to accept the Form 302 and requires the<br />
payment of customs duties, the Contractor shall pay these<br />
customs duties and the Purchaser shall reimburse the Contractor<br />
at actual cost against presentation of pertaining documents.<br />
Should such an event occur, the Contractor shall immediately<br />
inform the Purchaser in writing; and before paying, obtain from<br />
the Customs Officer a written statement establishing that the<br />
country refuses to accept the Form 302.<br />
6.7 Warranty Services<br />
6.7.1 The Contractor shall provide full warranty for all hardware/equipment<br />
furnished under this Contract for the period of one (1) year, starting at<br />
date of FSA. Hardware/equipment benefiting of longer warranty periods<br />
shall be identified by the Contractor.<br />
6.7.2 The Contractor shall provide full warranty (software assurance) for all<br />
software furnished under this Contract for the period of one (1) year,<br />
starting at date of FSA. Software benefiting of longer assurance periods<br />
shall be identified by the Contractor.<br />
6.7.3 The Contractor shall warrant that any developed software CI(s) shall<br />
perform according to design and that any defects discovered shall be<br />
corrected.<br />
6.7.4 During the warranty process, the Contractor shall identify and/or verify<br />
the warranty case, propose options for restoring the Capability and trigger<br />
the appropriate maintenance levels and support services;<br />
6.7.5 The Contractor shall repair/replace all hardware items and fix all software<br />
items received through the support services and/or maintenance levels as<br />
per their internal procedures with the highest priority allocated and shall<br />
be responsible to return the item to the original location, through express<br />
delivery or electronic submission within five (5) business days of receipt;<br />
6.7.6 If the Contractor becomes aware at any time before acceptance by the<br />
Purchaser that a defect exists in any hardware or software item, the<br />
Contractor shall coordinate with the Purchaser and promptly correct the<br />
defect.<br />
6.7.7 Transportation of unserviceable items and repaired/replacement items<br />
between Contractor and NATO Depot 3, Brunssum, The Netherlands, or<br />
Cholet, France or SHAPE, Mons, Belgium is the responsibility of the<br />
Contractor<br />
6.7.8 The Contractor shall be responsible for the provision of any alternative or<br />
superseding items, should the original part be no longer available,<br />
ensuring compliance with the original design and Capability provided by<br />
this Contract.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 41
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
6.7.9 During the warranty period, the Contractor shall be responsible for<br />
supplying all COTS hardware and/or software upgrades. The availability<br />
of COTS hardware and/or software upgrades shall be made known to the<br />
Purchaser and, if proposed for introduction by the Contractor for whatever<br />
reason, including any corrective action for an identified fault, shall always<br />
be subject to Purchaser approval.<br />
6.7.10 The Contractor shall not be responsible for the correction of defects in<br />
Purchaser furnished property, except for defects in installation, unless the<br />
Contractor performs, or is obligated to perform, any modifications or<br />
other work on such property. In that event, the Contractor shall be<br />
responsible for correction of defects that result from the modifications or<br />
other work.<br />
6.7.11 Defective magnetic and electronic media storage devices (i.e. CD-ROM‟s,<br />
diskettes, hard drives) shall remain NATO property, at no additional cost,<br />
and not be returned to the Contractor when being replaced. Any such<br />
defective storage devices shall be replaced by Contractor by new storage<br />
devices at no additional cost to the Purchaser.<br />
6.7.12 The Contractor shall submit a Warranty Report at most ten (10) working<br />
days after End of Warranty. The Warranty Report shall document all<br />
warranty cases identified during the warranty period, including a<br />
description of affected CI‟s, corrective action taken, cost and schedule<br />
details.<br />
6.8 Training<br />
6.8.1 General<br />
6.8.1.1 The Contractor shall follow the Training development process as<br />
defined in the NATO Bi-SC Directive 75-7.<br />
6.8.2 Analyse the Training Requirements<br />
6.8.2.1 Perform Task Analysis<br />
6.8.2.1.1 The Contractor shall conduct a Task Analysis in accordance with the<br />
NATO Bi-SC DIR 75-7, <strong>Annex</strong> F, to identify and list all user/operator and<br />
maintenance tasks for each Product Baseline (PBL) system, sub-system<br />
and integrated system;<br />
6.8.2.2 Perform Target Audience Analysis<br />
6.8.2.2.1 The Contractor shall conduct a Target Audience Analysis in accordance<br />
with the NATO Bi-SC DIR 75-7, <strong>Annex</strong> F, utilizing any information<br />
already determined by the Purchaser Training Manager and/or Purchaser<br />
Training Working Group (TrWG), and produce a summary population<br />
table in the format provided in NATO Bi-SC DIR 75-7, <strong>Annex</strong> H, Table<br />
2.<br />
6.8.2.3 Create a List of Operational Performance Standards (LOPS)<br />
6.8.2.3.1 The contractor shall produce a LOPS in accordance with NATO Bi-SC<br />
DIR 75-7, <strong>Annex</strong> F, and in the format of Table 1 in <strong>Annex</strong> H.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 42
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
6.8.2.4 Perform a Performance Gap Analysis<br />
6.8.2.4.1 The Contractor shall conduct a performance gap analysis in accordance<br />
with NATO Bi-SC DIR 75-7, <strong>Annex</strong> F, to determine which performance<br />
objectives (POs) need E&IT either in full or in part.<br />
6.8.2.5 Perform Difficulty Importance Frequency (DIF) Analysis<br />
6.8.2.5.1 The Contractor shall conduct a DIF or other equivalent criterion analysis<br />
in accordance with NATO Bi-SC DIR 75-7, <strong>Annex</strong> F, to determine the<br />
priority and training effort to be applied to the POs.<br />
6.8.2.6 Finalise the LOPS<br />
6.8.2.6.1 Once the Performance Gap and DIF analyses have been completed, the<br />
contractor shall finalise the LOPS by appending the need for training or<br />
partial training as per NATO Bi-SC DIR 75-7, <strong>Annex</strong> H, Table 2.<br />
6.8.2.7 Create Learning Objectives (LOs)<br />
6.8.2.7.1 The contractor shall take all the POs in the LOPS that require E&IT and<br />
create a list of LOs in accordance with NATO Bi-SC DIR 75-7, <strong>Annex</strong> G.<br />
6.8.2.8 Perform Training Options Analysis<br />
6.8.2.8.1 The contractor shall conduct a training option analysis, including a costbenefit<br />
analysis in accordance with NATO Bi-SC DIR 75-7, <strong>Annex</strong> G, to<br />
determine the alternatives for the overall training approach, setting and<br />
location. The preferred option will be recommended in the Training Needs<br />
Analysis (TNA) Final Report.<br />
6.8.2.9 Create TNA Final Report<br />
6.8.2.9.1 The contractor shall provide a TNA Report in accordance with NATO Bi-<br />
SC DIR 75-7, <strong>Annex</strong> H.<br />
6.8.2.10 Complete Programme of Instruction (POI) Document II<br />
6.8.2.10.1 The Contractor shall complete Part 1 and Part 2 of the NATO POI<br />
Document II in accordance with NATO Bi-SC DIR 75-7, <strong>Annex</strong> J.<br />
6.8.3 Design and Develop the Training Programme<br />
6.8.3.1 Perform Instructional Analysis<br />
6.8.3.1.1 The contractor shall perform an instructional analysis in accordance with<br />
NATO Bi-SC DIR 75-7, Chapter 3 that includes, but is not limited to, the<br />
following activities:<br />
6.8.3.1.1.1 Identify all components and sub-components of the tasks that make up<br />
the LOs.<br />
6.8.3.2 Apply target population information to determine current subject<br />
matter competence (knowledge, skills and attitude).<br />
6.8.3.3 Group and sequence the components (Enabling Objectives - EOs)<br />
and sub-components (teaching points) into units suitable for<br />
learning.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 43
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
6.8.3.4 Develop Enabling Checks. For each EO, the Contractor shall<br />
create and submit an Enabling Check and its scoring criteria.<br />
6.8.3.5 Develop a scalar diagram to document the content and structure<br />
of the instructional programme.<br />
6.8.3.6 Develop Learning Assessment Plan<br />
6.8.3.6.1 The contractor shall develop an assessment plan in accordance with Bi-SC<br />
Dir 75-7, Chapter 3, which includes, but is not limited to:<br />
6.8.3.6.1.1 A concept for achievement testing, that specifies how each LO, and<br />
critical EOs, will be assessed,<br />
6.8.3.6.1.2 A pass/fail policy, based on results of achievement tests,<br />
6.8.3.6.1.3 Test/retest policies,<br />
6.8.3.6.1.4 A concept for progress testing that specifies how each EO will be<br />
assessed;<br />
6.8.3.7 Define Instructional Strategies<br />
6.8.3.7.1 In accordance with the guidance provided in Bi-SC Directive 75-3,<br />
Chapter 3, the contractor shall identify instructional strategies covering:<br />
6.8.3.7.1.1 Instructional methods such as demonstration-performance, case studies<br />
or lectures,<br />
6.8.3.7.1.2 Instructional media (e.g., pictures, diagrams, video recordings, models,<br />
simulators, real equipment, ADL, CBT),<br />
6.8.3.7.1.3 Learning environment e.g., centralised instruction (bringing the learners<br />
to the instruction); distributed instruction (taking the course to the<br />
learners) or a combination of both;<br />
6.8.3.8 Propose Instructional Strategy<br />
6.8.3.8.1 To support the Purchaser's decision on the Instructional Strategy, the<br />
Contractor shall provide a Decision memo that:<br />
6.8.3.8.1.1 Reviews the proposed strategies for their potential effectiveness in<br />
meeting the performance requirement,<br />
6.8.3.8.1.2 Review costing for affordability and comparative efficiency,<br />
6.8.3.8.1.3 Consider risks and organizational impact,<br />
6.8.3.8.1.4 Develop a business case if resource implications are substantial;<br />
6.8.3.9 Complete POI Documentation<br />
6.8.3.9.1 The contractor shall complete POI Document III in accordance with Bi-<br />
SC Dir 75-7 Chapter 3 and <strong>Annex</strong> J;<br />
6.8.3.10 Create Instructional Specifications<br />
6.8.3.10.1 The contractor shall use the products of the Instructional Analysis to<br />
create instructional specifications approved by the Purchaser's Training<br />
Manager that include the:<br />
6.8.3.10.1.1 EOs,<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 44
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
6.8.3.10.1.2 Teaching points with pertinent references such as specific passages in<br />
technical publications,<br />
6.8.3.10.1.3 Enabling Checks where appropriate, with scoring criteria;<br />
6.8.3.11 Develop Training Material<br />
6.8.3.11.1 The Contractor shall use the results of the Training Needs Analysis to<br />
structure and develop all training material in such a way as to enable<br />
users/operators to adequately use/operate the provided capabilities and to<br />
enable customer support and maintenance staff to adequately perform<br />
customer support levels 1 and 2 and maintenance levels 1, 2 and 3,<br />
respectively.<br />
6.8.3.11.2 The Contractor shall make optimal use of materials already provided<br />
under this contract to support the training. This material includes, but is<br />
not limited to: user manuals, maintenance manuals, COTS equipment and<br />
COTS software documentation, design documents and As-Built drawings.<br />
The Contractor shall keep the amount of additional training material to a<br />
minimum.<br />
6.8.3.11.3 The Contractor shall not assume any knowledge or experience<br />
prerequisite for the users and future trainers, other than a working-level<br />
proficiency in the English language, basic user-knowledge of the<br />
Microsoft Windows Operating System, of the Microsoft 'Office' suite, and<br />
of the Microsoft Internet Explorer browser.<br />
6.8.3.11.4 All paper-based and audio-visual training material shall be in English. If<br />
narrators are used in electronic course material, they shall be native<br />
speakers with a neutral accent.<br />
6.8.3.11.5 The training material shall be approved by the Purchaser before the start<br />
of the training courses and as such shall be submitted in such a way to<br />
allow timely Purchaser review before use.<br />
6.8.3.11.6 The contractor shall produce appropriate training materials to include<br />
some or all of the following as required:<br />
6.8.3.11.7 Student Manuals. These are reference handbooks to be used and retained<br />
by the students. The content should be based on the POI,<br />
6.8.3.11.8 Instructor Guides. These are instructional guidelines for use by the<br />
instructor during training preparation and execution. They outline the<br />
specific training steps that must be provided to satisfy the training plan.<br />
EOs are linked to detailed steps and procedures in student manuals, user<br />
guides, and any on-line documentation. The Instructor Guide is best<br />
structured as a series of outline lessons, providing key points for the<br />
instructor to stress, some sample questions to ask, appropriate times to<br />
inject student progress tests and practical exercises, other instructional<br />
tips, and any activity aiding student learning of the related training<br />
objective,<br />
6.8.3.11.9 Self-training guides, providing the student with all necessary information<br />
to assist the students in learning without access to a trainer or instructorled<br />
course,<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 45
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
6.8.3.11.10 Hand-outs. These additional aids can supplement the student manuals<br />
when covering areas identified as difficult and/or particularly important.<br />
They shall cover alternative approaches and provide realistic examples of<br />
task execution,<br />
6.8.3.11.11 Computer Based Training (CBT) or other media where this is a<br />
recommended solution,<br />
6.8.3.11.12 Training aids of all types including real equipment, references and job<br />
aids,<br />
6.8.3.11.13 Question banks and some sample tests in a numbered sequence with<br />
guidance on where and when they should be used during the course;<br />
6.8.3.12 Provide Recommended Training Materials List<br />
6.8.3.12.1 The Contractor shall create and submit a summary of the recommended<br />
training materials, aids and equipment;<br />
6.8.3.13 Conduct Training and knowledge transfer to the NATO Inservice<br />
Training (IST)<br />
6.8.3.13.1 The Contractor shall create and submit course time tables, lesson plans<br />
and support materials for the PBL Training.<br />
6.8.3.13.2 Using the lesson plans and support materials, the Contractor shall conduct<br />
three trial serials (Pilots) of PBL Training for each course:<br />
6.8.3.13.3 Pilot 1 to be delivered by the contractor to the target population and the<br />
NATO instructors that will be responsible for the In-Service Training<br />
(IST),<br />
6.8.3.13.4 Pilot 2 to be delivered to the target population by the contractor assisted<br />
by the NATO instructors,<br />
6.8.3.13.5 Pilot 3 to be delivered to the target population by NATO Instructors<br />
assisted by the Contractor;<br />
6.8.3.13.6 The contractor shall submit an evaluation report for each Pilot course with<br />
recommendations for any corrective action as required;<br />
6.8.4 Initial Training Requirements<br />
6.8.4.1 The Contractor shall perform the following tasks per capability:<br />
Training development GEP AEP<br />
Analyse Training requirements Required Not Required<br />
Design and develop Training<br />
Programme<br />
Required<br />
Not Required<br />
Develop Training Material Required Not Required<br />
Conduct Training Required Not Required<br />
6.8.4.2 The Contractor shall conduct the following training courses at the<br />
following locations:<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 46
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
Capability Type of Training Location<br />
GEP<br />
User Training<br />
Administration and<br />
Maintenance Training<br />
ISAF<br />
ISAF<br />
6.8.4.1 The total amount of training sessions shall be 6 working days.<br />
The duration of the individual training types shall be refined<br />
during the Training Needs Analysis.<br />
6.8.4.2 The Contractor Instructors shall meet a minimum English<br />
language proficiency equivalent to SLP 4444 in accordance with<br />
NATO STANAG 6001.<br />
6.8.4.3 Training evaluation<br />
6.8.4.3.1 The Contractor shall include a feedback form with each hard copy of the<br />
Student Manual and request students to complete and return the form at<br />
the end of the course.<br />
6.8.4.3.2 The Contractor shall provide a draft feedback form for Purchaser review<br />
and acceptance prior to delivery of the Student Manual.<br />
6.8.4.3.3 The Contractor shall submit to the Purchaser a course report written<br />
within two (2) weeks after completion of each course. This report shall<br />
contain:<br />
a. Student attendance and performance record.<br />
b. Dates, location and hours of training<br />
c. Consolidated student feedback from feedback forms.<br />
d. Problems encountered (if any).<br />
e. Actions taken or recommended.<br />
f. Suggested follow-up actions.<br />
6.8.4.3.4 The Contractor shall, as directed by the Purchaser‟s Project Manager,<br />
revise the Training Materials for each course to reflect student feedback<br />
from the initial session of each course.<br />
6.8.4.3.5 The Contractor shall update the training material also whenever a<br />
modification, upgrade or version change is implemented to the capabilities<br />
provided under this Contract, for the duration of the project.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 47
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
This page is intentionally left blank<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 48
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
Section 7<br />
QUALITY ASSURANCE/CONTROL<br />
7.1 Quality Assurance Programme<br />
7.1.1 The Contractor shall be ISO 9001:2008 certified.<br />
7.1.2 The Contractor shall for the duration of this contract establish, implement<br />
and maintain a Quality Assurance Programme in accordance with AQAP-2130.<br />
7.1.3 The QA programme shall apply to all services and all products (both<br />
management products and specialist products) to be provided by the Contractor under<br />
this contract (this includes all hardware and software COTS as well as developed for<br />
this project – documentation and supplies that are designed, developed, acquired,<br />
maintained or used, including deliverable and non-deliverable items.).<br />
7.1.4 The QA programme shall ensure that procedures are developed, implemented<br />
and maintained to adequately control the design, development, production,<br />
purchasing, installation, inspection, testing, configuration management and customer<br />
support of all services and all products (both management products and specialist<br />
products), in accordance with the requirements of this Contract.<br />
7.1.5 The Contractor shall describe the QA programme in detail in the Quality<br />
Assurance Plan (QAP) to:<br />
a. define the quality requirements of the Contract;<br />
b. plan, implement and verify the application of the actions to<br />
cover for quality assurance activities;<br />
c. ensure compliance with contractual requirements;<br />
d. ensure that factors affecting product quality are adequately<br />
referenced;<br />
e. verify that quality documentation is in accordance with the<br />
agreed contractual requirements and quality system;<br />
f. verify tests are specified and rigorously carried out;<br />
g. verify problems are recorded and tracked.<br />
7.1.6 The QAP shall clearly indicate the QA activities, responsibilities, and<br />
controls for the Contractor and any sub-Contractor‟s. The Contractor shall include in<br />
the QAP the certificates of the same nature for all major sub-Contractor‟s who are<br />
expected to manufacture and deliver critical elements of the system and show how the<br />
provisions of the Prospective Contract regarding QA/QC will be inserted in all<br />
subcontracts and enforced by the Prime Contractor.<br />
7.1.7 The initial version of the QAP shall be provided to the Purchaser for<br />
acceptance. Upon Purchaser Acceptance, the QAP shall be placed under the<br />
Purchaser‟s Configuration Control Board.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 49
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
7.1.8 The acceptance of the QAP by the Purchaser signifies only that the Purchaser<br />
agrees to the Contractor‟s approach in meeting the requirements. This acceptance in<br />
no way relieves the Contractor from its responsibilities to meet the requirements<br />
stated in this Contract.<br />
7.1.9 The Contractor shall recognise and accept the application of AQAP-2070,<br />
which is herewith invoked.<br />
7.1.10 The Contractor shall reject non-conforming products and services.<br />
7.1.11 The Contractor shall review his QA program periodically and audit it for<br />
adequacy, compliance and effectiveness.<br />
7.1.12 If the Purchaser detects that the Contractor does not respect the QA program<br />
as described in the QAP, the Purchaser has the right to suspend the Contractor‟s<br />
activities without any compensation for the Contractor.<br />
7.2 Purchaser Quality Assurance Representative<br />
7.2.1 As provided under STANAG 4107, the Purchaser has the right to delegate<br />
some of the QAR responsibilities to a National Quality Assurance Representative<br />
(NQAR).<br />
7.2.2 The Contractor shall agree to provide all necessary assistance to the QAR or<br />
his delegated National Quality Assurance Representative (NQAR). The Contractor<br />
shall make his quality records, and those of his sub-Contractor‟s, available for<br />
evaluation by the QAR/NQAR throughout the duration of the Contract. Quality audits<br />
at the Contractor or sub-Contractor‟s premises will in principle only be executed by<br />
the QAR/NQAR if the documents provided by the Contractor do not sufficiently<br />
guarantee that a valid QA system is available.<br />
7.2.3 The AQAP-2070 will be used by the Purchaser as a guide for the evaluation<br />
of the Contractor‟s QA programme. Such evaluations shall not be used by the<br />
Contractor to avoid his own responsibility for ensuring that the QA requirements are<br />
met. The QAR will also use AQAP-2110 and AQAP-2210 as guide for QA.<br />
7.2.4 When satisfied that the products and/or services provided by the Contractor<br />
are in conformance with the terms of this contract, a Certificate of Conformity (CoC)<br />
per <strong>Annex</strong> B to STANAG 4107 will be countersigned and stamped by the cognisant<br />
NQAR(s). The preparation of the CoC(s) shall be the responsibility of the Contractor.<br />
CoC(s) shall be provided by the Contractor at the time of Provisional System<br />
Acceptance (PSA).<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 50
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
Section 8<br />
CONFIGURATION MANAGEMENT<br />
8.1 General<br />
8.1.1 The Contractor shall implement a Configuration Management (CM)<br />
programme as defined in STANAG 4427 Ed.2 and the ACMP 1-7, to carry out the<br />
Configuration Management functions as described in this SOW (configuration item<br />
identification, configuration control, configuration status accounting, and<br />
configuration verification).<br />
8.1.2 The Contractor shall ensure that an effective CM organization is established<br />
and maintained to implement and manage the CM programme throughout the duration<br />
of this Contract.<br />
8.1.3 The Contractor shall describe the CM programme and the CM organisation<br />
in a CM Plan. This CM plan shall be part of the Project Management Plan.<br />
8.1.4 The CM plan shall be structured according to the ACMP-1 Ed.2.<br />
8.1.5 Under the CM programme the Contractor shall maintain and update all<br />
project CIs as requested by changes within the project or external to the project<br />
throughout the duration of the contract<br />
8.2 Baselines definition<br />
8.2.1 The Contractor shall establish, maintain and control, for the duration of the<br />
Contract, three baselines: Functional Baseline (FBL), Allocated Baseline (ABL), and<br />
Product Baseline (PBL) as defined in ACMP-2 Ed.2.<br />
8.2.2 The Contractor shall also identify and maintain, for the duration of the<br />
Contract, the Operational Baseline (OBL).<br />
8.2.3 The Functional Baseline (FBL) is a set of documents that specifies the<br />
functional and non-functional requirements of the capabilities to be provided. The<br />
FBL is used as the approved basis for functional comparison. The FBL shall include<br />
the documents provided during the System Requirement Review such as the System<br />
Requirement Specifications (SRS).<br />
8.2.4 The Allocated Baseline (ABL) is a set of documents that specifies the design<br />
of the capabilities to be provided. The ABL is used as the approved basis for design<br />
comparison. The ABL shall include the documents provided during the Critical<br />
Design Review such as the SDS (including the Requirements Traceability Matrix), the<br />
Test Plan, but also any other documentation deemed appropriate by the Contractor to<br />
ensure requirements are reflected in the system during development and integration,<br />
can be demonstrated through a comprehensive set of tests, and can be delivered in the<br />
form of the Product Baseline. The design in the ABL shall meet the functional and<br />
non-functional requirements allocated in the FBL.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 51
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
8.2.5 The Product Baseline (PBL) is a set of products (systems, components),<br />
including supporting documents, that constitute the capabilities to be provided. The<br />
PBL is used as the approved basis for physical comparison. The PBL shall include the<br />
documents provided during the Product Baseline Review and shall contain all<br />
delivered configuration items (CIs) that comprise the systems and any subsequent<br />
releases. The Contractor shall provide an update of the Product Baseline for any<br />
changes made in the fielded Operational Baseline (e.g., warranty changes). The PBL<br />
shall meet the functional and non-functional requirements allocated in the FBL and<br />
the design of the ABL.<br />
8.2.6 The Operational Baseline (OBL) is defined as the PBL after Final System<br />
Acceptance (FSA) and formal Handover from the Implementation Authority (IA) to<br />
the Service Provision Authority (SPA) and Operational Authority (OA). The OBL<br />
includes all currently fielded IT infrastructure and CIS capabilities (hardware and<br />
software, including documentation and licenses).<br />
8.2.7 The Contractor shall include in the Product Baseline release package the<br />
following elements, as a minimum:<br />
a. All required software items.<br />
b. The source code [for contractor developed software], script,<br />
and configuration setting baseline, including the<br />
documentation for these items.<br />
c. Release notes, which include a description of what is new<br />
or changed in each software module.<br />
d. List of open known problems and faults.<br />
e. The SRS and SDS versions against which the baseline has<br />
been developed, including any databases or data files<br />
containing relevant requirements or design information<br />
(e.g., DOORS data files, Enterprise Architect data files).<br />
f. All design artefacts provided as part of the System Design<br />
Specification, updated to reflect the Product Baseline.<br />
g. Conversion programs and instructions.<br />
h. Plug-ins/add-ins, glue-code and interfaces.<br />
i. Parameter definitions.<br />
j. Initial data sets.<br />
k. Online help files.<br />
l. Test procedures and scripts for any automated tests, along<br />
with all source data for the manual and automated tests and<br />
including the documentation for these items.<br />
m. Copyright and license information.<br />
n. Instructions for system administration staff to follow to<br />
save the previously installed system baseline, to install the<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 52
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
new baseline, and to recover the old baseline if the new<br />
baseline installation must be interrupted or aborted.<br />
o. Installation scripts.<br />
p. Instructions on how to identify and report problems after<br />
acceptance.<br />
q. Instructions for the generation of new Product baselines,<br />
distribution and installation of new software versions, and<br />
any test procedures and test cases necessary to verify the<br />
generated baseline before distribution.<br />
r. Additional documentation artefacts identified in the SRS.<br />
8.3 Configuration Item Identification<br />
8.3.1 The Contractor shall propose the Configuration Item (CI) selection criteria to<br />
the Purchaser for approval based on the ACMP-2 Ed.2.<br />
8.3.2 The Contractor shall present the initial CI list and Baselines to the Purchaser<br />
for approval.<br />
8.3.3 The CI list shall include, but is not limited to, the following items:<br />
a. Any Contractor developed software item, including its<br />
source code and documentation;<br />
b. Any Off-The-Shelf (OTS), commercial or non-commercial<br />
software items (e.g. from the Microsoft corp. or open<br />
source communities), including their documentation;<br />
c. Any Contractor developed and/or OTS software that can be<br />
installed and uninstalled in a modular fashion, including<br />
their documentation.<br />
8.3.4 The Contractor shall store the Configuration Items and Configuration<br />
Baselines persistently in a COTS Configuration Management Database (CMDB) and<br />
shall keep it updated and consistent.<br />
8.3.5 Every CI shall have a unique identifier.<br />
8.3.6 The level of granularity for the Configuration Item selection shall reach at<br />
minimum:<br />
a. Line Replaceable Units (LRUs) – Hardware CIs,<br />
b. Software Assets and/or Firmware – Software CIs,<br />
c. Documentation delivered under this Contract –<br />
Documentation CIs.<br />
8.3.7 The Hardware CI attributes shall include, but is not limited to, the Material<br />
Datasheet (MDS) information.<br />
8.3.8 The Contractor shall enable the Purchaser real-time access to the CMDB.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 53
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
8.3.9 The Purchaser reserves the right to modify the CI structure and/or attributes.<br />
8.4 Configuration Control<br />
8.4.1 The Contractor shall implement the Configuration Control process for all CIs<br />
and Baselines in accordance with ACMP-3 Ed.2.<br />
8.4.2 The Contractor shall establish an internal Change Control Board (Contractor<br />
CCB) that prepares and processes all proposed changes (e.g. ECR, RFD, RFW, NOR)<br />
to any CI and/or Baseline prior submission to the Purchaser.<br />
8.4.3 The Purchaser reserves the right to call for a Contractor CCB and to<br />
participate as an advisory member.<br />
8.4.4 The Contractor shall use forms for ECR, RFD, RFW and NOR that are<br />
approved by the Purchaser. If the Contractor forms are not acceptable, then the forms<br />
shown in ACMP-7 Ed.2, <strong>Annex</strong>es A, B and C, shall apply.<br />
8.4.5 Engineering Change Request (ECR)<br />
8.4.5.1 The Contractor shall prepare and process the ECR for<br />
engineering, design, or development changes, including proposed<br />
classification, priority, schedule and cost;<br />
8.4.5.2 The ECR classification and priorities shall be implemented<br />
according to the ACMP-3 Ed.2. and Purchaser's agreement;<br />
8.4.5.3 The Contractor shall submit the preliminary ECR to the<br />
Purchaser PM at least three (3) working days prior the Contractor<br />
CCB;<br />
8.4.5.4 The Contractor shall present the preliminary ECR at the<br />
Purchaser Change Control Board (Purchaser CCB);<br />
8.4.5.5 The Contractor shall review and dispose the Purchaser approved<br />
ECR's linked to one or more CI's and in its configuration<br />
documentation;<br />
8.4.5.6 The Contractor shall update the CI status accounting records<br />
(CMDB), distribute change documentation, and verify change<br />
implementation.<br />
8.4.6 Request For Deviation (RFD)<br />
8.4.6.1 If the Contractor determines, prior to the development of a CI,<br />
that it is impossible to satisfy the mandatory requirements of the<br />
specification, the Contractor shall have a procedure for preparing<br />
and submitting an RFD to the Purchaser;<br />
8.4.6.2 The approval process shall follow the same path as for the ECR.<br />
8.4.7 Request For Waiver (RFW)<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 54
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
8.4.7.1 If the Contractor determines, either during or after the<br />
development of a CI, that it does not meet specified<br />
requirement(s), but nevertheless believes that the item is suitable<br />
for use "as is" or after rework by an approved method, the<br />
Contractor shall have a procedure for preparing and submitting<br />
an RFW to the Purchaser.<br />
8.4.7.2 The approval process shall follow the same path as for the ECR.<br />
8.4.8 Notice of Revision (NOR)<br />
8.4.8.1 Concurrent with the preparation of an ECR, the Contractor shall<br />
prepare a NOR for each drawing, associated list, specifications<br />
and other non-specification type documents (comprising the<br />
configuration identification for an item) which would require<br />
revision if the ECR were approved.<br />
8.4.8.2 The NOR shall be attached to their related ECR, unless otherwise<br />
specified in the contract.<br />
8.5 Configuration Status Accounting<br />
8.5.1 The Contractor shall implement the Configuration Status Accounting process<br />
for all CIs and Baselines in accordance with ACMP-4 Ed.2.<br />
8.5.2 The Contractor shall provide a COTS CSA system (CMDB) that shall be<br />
capable of recording and reporting on the CI's and Baseline(s) and shall maintain<br />
traceability of all proposed and approved configuration changes for each baseline.<br />
8.5.3 The Contractor shall utilise status accounting data elements to be able to:<br />
a. Provide the history of a CI or group of CI's (Initiation,<br />
Change, Revision, Disposal);<br />
b. Identify the current, approved configuration documentation,<br />
and identifier associated with changes;<br />
c. Record and report the status of proposed engineering<br />
changes from initiation to release;<br />
d. Record and report the results of configuration audits,<br />
including the status of identified discrepancies and action<br />
items;<br />
e. Record and report the status of deviations;<br />
f. Provide traceability of design and reconciliation of product<br />
configurations;<br />
g. Track configuration identifiers including serial or version<br />
numbers;<br />
h. Record and report test data, test results and test procedures;<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 55
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
i. Prepare CSA records and reports, unless otherwise<br />
specified in the contract;<br />
8.5.4 If requested, arises for data elements not included therein, the contractor<br />
shall identify the data element to the Purchaser along with a proposed definition.<br />
8.5.5 The Contractor's CSA system shall be capable of, but not be limited to,<br />
providing the following reports on demand:<br />
a. A list of configuration documents for a CI;<br />
b. A list of versions or revisions for a CI;<br />
c. A list of all ECR, deviations and waivers against a CI;<br />
d. A historical list of all changes including information on the<br />
change status and implementation status (e.g. progress);<br />
e. A list of all outstanding, programmed or planned audits;<br />
f. A list of all outstanding actions, corrective and otherwise,<br />
as a result of an audit against a CI;<br />
g. A list of CI which have been subject to an audit with the<br />
date of the audit, the result of the audit and the status of the<br />
audit;<br />
h. A breakdown list of the top level CI and all lower level CI.<br />
8.5.6 At PSA, in support of configuration auditing, and at FSA, the Contractor<br />
shall deliver a set of final CSA reports for each CI in both hard copy and in electronic<br />
media.<br />
8.6 Configuration Verification<br />
8.6.1 Upon request from the Purchaser, the Contractor shall support configuration<br />
audits to demonstrate that the actual status of all CIs matches the authorised state of<br />
CIs as registered in the CSA database (CMDB) according to ACMP-5 ed.2;<br />
8.6.2 The Contractor shall support the Functional Configuration Audit (FCA) and<br />
Physical Configuration Audit (PCA) by providing the required Baseline<br />
Documentation and/or CSA reports, and answering questions from the Purchaser's<br />
Auditor;<br />
8.6.3 The Contractor shall include in the CMP a description of the FCA and PCA<br />
audit procedures, conditions, entry and exit criteria, for the Purchaser's approval;<br />
8.6.4 The Contractor shall draft the Audit Reports for the FCA and PCA that<br />
summarises the Audit results for the Purchaser's approval;<br />
8.6.5 The Contractor shall solve any deficiencies found during the FCA and PCA<br />
within the agreed timeframe and update the Baseline accordingly;<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 56
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
8.6.6 The initial version of the ABL and PBL shall be provided to the Purchaser<br />
for acceptance. Upon Purchaser Acceptance, ABL and PBL shall be placed under the<br />
control of the Purchaser Configuration Control Board (CCB). The FBL is also under<br />
the control of the Purchaser CCB.<br />
8.6.7 The acceptance of the ABL and PBL by the Purchaser signifies only that the<br />
Purchaser agrees to the Contractor's approach in meeting the requirements. This<br />
acceptance in no way relieves the Contractor from its responsibilities to meet the<br />
requirements stated in this Contract;<br />
8.6.8 The Contractor shall perform all activities necessary to keep the contents of<br />
the FBL, ABL and PBL under Configuration Control and shall keep it current to<br />
reflect the progress of the project activities;<br />
8.7 Configuration Management Tools<br />
8.7.1 The Contractor shall create and maintain a COTS based Configuration<br />
Management Database (CMDB) that persists the Configuration Item (CI) attributes,<br />
(inter-) relationships, and Configuration Baselines;<br />
8.7.2 A COTS software version control program shall be used for any Contractor<br />
developed software;<br />
8.7.3 The Contractor shall maintain a version control scheme as part of its CM<br />
program and CMDB. This version control scheme shall allow for the unique<br />
identification of all changes to the CIs, no matter how minor the change;<br />
8.7.4 The Contractor shall update and maintain the CMDB for the duration of this<br />
contract;<br />
8.7.5 In case of use of non-COTS tools or the tools that deliver a proprietary<br />
database format, they shall be provided as part of the PBL.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 57
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
This page is intentionally left blank<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 58
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
Section 9<br />
TESTING<br />
9.1 Introduction<br />
This section outlines the testing requirements to be carried out during the<br />
implementation and acceptance of contract deliverables.<br />
9.2 General Principles<br />
9.2.1 The Contractor shall develop and maintain procedures for each test task<br />
supporting the test activities to be carried out which are described in the<br />
SOW and supporting <strong>Annex</strong>es. Each procedure shall identify any<br />
conditions which shall be satisfied prior to application of the test with, if<br />
applicable, a block diagram showing the proposed method of meeting the<br />
test requirements. This includes testing both at the Contractor and<br />
Purchaser premises.<br />
9.2.2 The Contractor shall provide the test procedures to the Purchaser in due<br />
time for the Purchaser‟s review and approval to occur at least two weeks<br />
prior to test execution.<br />
9.2.3 All deliverables to include hardware, software and firmware supplied by<br />
the Contractor under this contract shall be tested to meet the requirements<br />
of this contract.<br />
9.2.3.1 NATO testing consists of two phases – Project testing and<br />
Change Management Testing (see figure x). The contractor shall<br />
be responsible for achieving Project Testing Goals, and shall be<br />
responsible to support NATO performing the Change<br />
Management Testing.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 59
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
PROJECTP<br />
CHANGE MANAGEMENT PROJECT<br />
Testing Phase/Category<br />
Engineering Testing<br />
Fit-for-Purpose Testing<br />
Fit-for-Use Testing<br />
Interoperability Assurance and Validation<br />
Release<br />
Type of testing<br />
Unit Testing<br />
Integration Testing<br />
System Testing<br />
Regression Testing<br />
Functional testing<br />
Factory Acceptance Testing<br />
Installation Testing<br />
NATO Interoperability Testing<br />
Compatibility Testing<br />
Performance Testing<br />
Stress Testing<br />
Bandwidth Testing<br />
Penetration Testing<br />
Vulnerability Assessment<br />
Patch Testing<br />
National Network Extension Pre-Joining testing<br />
Coalition Interoperability Assurance & Validation (CIAV)<br />
Tactics, Techniques and Procedure (TTP) evaluation<br />
Final Release Authorization, Distribution, AFPL update,<br />
Service Catalogue update, Site Installation and Site<br />
Acceptance<br />
9.2.3.2 Project testing consists of two phases – Engineering Testing and<br />
Fit-for-Purpose Testing.<br />
9.2.3.2.1 Engineering testing consists of unit testing, Integration testing,<br />
System Testing, Regression Testing (as needed) and Functional<br />
Testing.<br />
9.2.3.2.2 Fit-for-Purpose Testing consists of confirming that the capability<br />
meets the requirements specified in this document, and culminates<br />
in the Factory Acceptance Test (FAT).<br />
9.2.3.2.3 The Contractor shall be responsible for integrating the Purchaser<br />
Furnished Items (PFI) into his test programme to the extent that<br />
PFE is an integral part of the system, sub-system or network.<br />
9.2.3.2.4 All Project Testing shall be the responsibility of the Contractor who<br />
shall provide all the personnel, documentation, equipment, test data<br />
and facilities required for installation, commissioning and execution<br />
of the test. The Contractor shall be entirely responsible for the coordination<br />
and performance of the tests, and shall ensure that an<br />
adequate number of Contractor‟s engineers and technicians are<br />
present to ensure the timely completion of all tests.<br />
9.2.3.3 Once the FAT report has been accepted by NATO, the contractor<br />
shall assist the Purchaser in handing the capability over to the<br />
NATO CIS Service Agency (NCSA) or its legal successor for<br />
further testing, and installation.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 60
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
9.2.3.4 Change Management Testing is performed by the Purchaser‟s<br />
designated representative NATO Service Provision Agency<br />
(NCSA); the contractor shall support these tests as follows: The<br />
contractor shall assist in installing and configuring hw and sw,<br />
preparing test plans, preparing tests, providing test data, and<br />
documenting test results. The Contractor shall provide a<br />
qualified engineer to support these requirements, with full<br />
technical knowledge of installing, configuring and testing the<br />
capabilities. The duration of the test is less than 10 days.<br />
9.2.3.5 Change Management Testing consists of Three Phases – Fit-for-<br />
Use Testing, Interoperability Assurance and Validation, and<br />
Release.<br />
9.2.3.5.1 Fit-for-Use Testing consists of Installation Testing, NATO<br />
Interoperability Testing, Compatibility Testing, Performance<br />
Testing, Stress Testing, Bandwidth Testing, Penetration Testing,<br />
Vulnerability Testing, and Patch Testing. The contractor shall<br />
support the Purchaser or his designated representative to pass these<br />
tests, as above. The Contractor shall provide a qualified engineer<br />
to support these requirements, with full technical knowledge of<br />
installing, configuring and testing the capabilities. Fit-for-Use<br />
Testing shall be performed at NCSA ( Mons, BE), and CISAF11<br />
(Lambersart, FRA). The test shall be performed using the Reference<br />
facility (Lambersart FR) to prove the GEP capability will function<br />
correctly and not disrupt any current capability The duration of the test<br />
is less than 10 days at each location.<br />
9.2.3.5.2 Interoperability Assurance and Validation consists of both CIAV<br />
and Tactics, Techniques and Procedure (TTP) Evaluation. The<br />
contractor shall support the Purchaser in performing the CIAV in<br />
the Purchaser‟s facilities [The Hague NLD], which involves<br />
interoperability testing with the Nations, and specifically includes<br />
end-to-end testing between the GEP and JCHAT clients which<br />
reside on National extensions to the AMN , and testing at the<br />
NAEW MOB[Geilenkirchen-DEU] between National AEW aircraft<br />
equipped with JCHAT clients, and the GEP.<br />
9.2.3.6 Release consists of Final Release Authorization, Distribution,<br />
AFPL approval (inclusion or update), Service Catalogue update,<br />
Site Installation and Site Acceptance. The Contractor shall<br />
ensure that the CCP process is successful and that each software<br />
item submitted to the CCP process is added to the NCSA (AFPL)<br />
for NS or IS, or both if applicable. The contractor shall support<br />
the Site Installation and Site Acceptance in ISAF.<br />
9.2.4 The Contractor shall provide the necessary duly calibrated test equipment,<br />
tools and any other items required for the satisfactory completion of the<br />
tests, and the recording of their results. This may include but not be<br />
limited to the following:<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 61
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
a. Performance Measurement Instruments<br />
c. Protocol Analyzers<br />
d. Installation Tools<br />
e. Test Plans and Procedures<br />
The test equipment will remain the property of the Contractor.<br />
9.2.5 The Contractor shall assign and provide a Test Director and Test<br />
Operators and the Purchaser and/or his delegated Representative will<br />
attend and witness testing.<br />
9.2.6 The Purchaser will have the right to demand repetition of tests, proof of<br />
the validity of the test equipment calibration, and performance of<br />
reasonable additional tests to clarify doubtful or marginal results. The<br />
Contractor shall make available to the Purchaser, all facilities, information<br />
and assistance necessary to permit a valid interpretation of the test results.<br />
9.2.7 The Test Environment will be under the control of the Purchaser during<br />
the testing period. Prior to the commencement of the tests, the Test<br />
Environment shall be baselined and no changes to hardware, software,<br />
firmware and/or configuration shall be introduced by the Contractor<br />
unless explicitly authorised in writing by the Purchaser. Failure to do so<br />
by the Contractor shall render the complete testing null and void.<br />
9.3 Factory Acceptance Test<br />
9.3.1 A Factory Acceptance Test (FAT) shall be conducted by the Contractor.<br />
During the FAT the Contractor shall pre-install the full system:<br />
9.3.2 The Contractor shall build the new infrastructure and satisfy all functional<br />
requirements as described in Section 11.2 of this SOW, The Contractor<br />
shall demonstrate and test a fully configured infrastructure.<br />
9.3.3 The FAT shall test all required functionality (as described in Section 11.2<br />
of this SOW) on the new installations. The FAT shall also include the<br />
following:<br />
• Correct installation of a healthy (test) domain structure<br />
• Correct installation of all security features (NATO approved<br />
security settings)<br />
• Correct installation and configuration of the storage<br />
infrastructure in accordance with the technical detailed design<br />
• Verification of the correct OS version and patch level of the<br />
network equipment<br />
• Verification of the correct hardware configuration of all server,<br />
storage, network and other equipment that is part of this SOW<br />
• Integration of some workstations in the test domain<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 62
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
9.3.4 During the FAT tests, the Contractor shall demonstrate that he is able to:<br />
• Create the new infrastructure using and following the<br />
installation documentation provided by the contractor<br />
• Create a healthy functional baseline on the new infrastructure<br />
following the installation documentation provided by the<br />
contractor<br />
• Obtain and test the correct equipment with the correct modules,<br />
interfaces and software<br />
• Demonstrate how the individual security mechanisms were<br />
tested by the Contractor prior to delivery, and the results of<br />
those tests, IAW, Service and Equipment Test documents-<br />
<strong>Annex</strong> D, para. 8.1.1.<br />
9.4 CIAV Tests<br />
9.4.1 Coalition Interoperability Assurance & Validation (CIAV) shall be<br />
conducted by the Contractor, during which he shall pre-install the entire<br />
new system in the Coalition Test and Evaluation Environment (CTE2) at<br />
NCIA The Hague (NLD) and at NAEW Geilenkirchen (DEU).<br />
9.4.2 The Contractor shall conduct CIAV testing at NCIA to demonstrate<br />
successful interoperability and assurance of the system being integrated<br />
by the Contractor. The Contractor shall perform testing on all items of the<br />
new infrastructure and establish together with the Purchaser that all<br />
systems and applications are interoperable and ready to receive data and<br />
users.<br />
9.4.3 The CIAV shall test all available functionality in the new installations.<br />
The CIAV shall include the following:<br />
a. Correct installation of the domain structure<br />
b. Correct installation and validation of all security features (NATO<br />
approved security settings)<br />
c. Verification of the correct OS version and patch level of the network<br />
equipment<br />
d. Verification of the correct hardware configuration of all server,<br />
network and other equipment that is part of this SOW.<br />
e. Verification of the correct configuration and proper functioning of the<br />
CHAT server<br />
f. Demonstration of Iridium based CHAT capability between NAEW<br />
users (on-ground) and users connected to other CHAT servers.<br />
g. The Contractor shall provide a report documenting the testing<br />
performed during CIAV.<br />
9.4.4 The CIAV shall establish if the Contractor is ready to start the<br />
implementation. The Purchaser will have the right to demand corrective<br />
action be taken in the event that the Contractor is unable to successfully<br />
complete the PMT.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 63
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
9.5 Chat over RF testing<br />
9.5.1 A further test of the system shall be conducted to verify the correct<br />
functioning of the Chat over the HF and UHF components. This test shall be<br />
performed in Geilenkirchen where Line-of-Sight can be established to the NAEW<br />
aircraft (on-ground).<br />
9.6 Provisional System Acceptance Test<br />
9.6.1 Upon completion of all work at the Site, the Contractor shall conduct a<br />
Provisional System Acceptance Test (PSAT) , which shall last no longer<br />
than 1 day and the purpose of which is to demonstrate that:<br />
• All supplied equipment at the site has been correctly installed<br />
and configured, is fully functional and is interoperable with<br />
existing equipment<br />
• All end user equipment within the site are able to communicate<br />
with one another, and join and collaborate with external AMN<br />
Chat Rooms.<br />
9.6.2 The Provisional System Acceptance Test shall follow a standard<br />
procedure – developed by the Contractor, approved by the Purchaser and<br />
included in the TAP, prior to the commencement of testing – with minor<br />
modifications related to the equipment physically delivered and to the<br />
local environment. The tests shall demonstrate that:<br />
• All supplied equipment meets, or exceeds, the Purchaser‟s<br />
stated specifications<br />
• All supplied equipment is in full working order<br />
• All supplied equipment has been configured by the Contractor<br />
and is fully integrated within the existing site AIS/Network<br />
infrastructure and has been implemented to meet specified<br />
NATO/ISAF standards for:<br />
o Information exchange<br />
o Hardware and software configuration<br />
o Security configuration<br />
o Network and communications configuration<br />
o Systems and services configuration<br />
o System administration and management<br />
• All has been completed<br />
9.6.3 The Contractor shall record any discrepancies discovered during the<br />
Provisional System Acceptance on observation sheet(s), with a statement<br />
on their required resolution. Depending on the severity of the discrepancy<br />
discovered, Provisional System Acceptance may be withheld until<br />
satisfactory resolution.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 64
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
9.7 Final System Acceptance Test<br />
9.7.1 The Final System Acceptance Test shall demonstrate that all supplied<br />
equipment is fully integrated within the AMN and that appropriate end users from<br />
NAEW can communicate with specified ISAF JCHAT end users within the AMN and<br />
meet the specified inter-site information exchange requirements.<br />
9.8 Test and Acceptance Plan<br />
9.8.1 As part of the PMP, the Contractor shall prepare a Test and Acceptance Plan<br />
(TAP) for Provisional System Acceptance and Final System Acceptance testing,<br />
which includes the TAP schedule, the procedures for the conduct of tests, Security<br />
Test and Evaluation Plan (ST&E), test reports, collection, collation, validation and<br />
presentation of test results for all deliverables covered under this contract.<br />
9.8.2 The TAP shall describe how the Contractor plans to meet the following<br />
objectives:<br />
Serial Requirement<br />
1 Confidence that system defects are detected early and tracked through<br />
to correction<br />
2 Compatibility among internal system components – hardware,<br />
software and assurance of security mechanisms (ST&E)aspects<br />
3 Compliance with the requirements and use cases of the provided<br />
system design.<br />
4 Demonstration that all specified integration and migration activities<br />
have been completed<br />
5 Demonstration of the required information exchange between intra-site<br />
end users and between end users at different Commands within the<br />
NATO WAN.<br />
9.8.3 Test Procedures<br />
9.8.3.1 The Contractor shall design the TAP test procedures so that the<br />
log from the test session records any problems found, the action<br />
taken, and the reason why the deliverable failed the test.<br />
9.8.4 TAP Management<br />
9.8.4.1 The Contractor‟s TAP shall nominate a Test Manager including<br />
the nominee‟s experience, qualifications, and hierarchy within<br />
the Contractor‟s project management structure. The Contractor<br />
shall describe in the TAP both the Contractor and Purchaser<br />
participants and roles in the test team.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 65
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
9.8.5 Security Test and Evaluation (ST&E) Plan<br />
9.8.5.1 The Contractor shall provide and maintain a Security Test and<br />
Evaluation Plan as specified in <strong>Annex</strong> D Para. 8.2.5, delivered<br />
with and as an <strong>Annex</strong> of the TAP, which shall detail the tests by<br />
which The Contractor demonstrates compliance with the security<br />
requirements provided by the Purchaser.<br />
9.8.5.2 The Contractor shall perform the successful execution of the<br />
Security Test & Evaluation Plans for IOC, IAW <strong>Annex</strong> D, para<br />
8.2.6.<br />
9.8.6 Test Reports<br />
9.8.6.1 The Contractor‟s TAP shall explain and give examples of how he<br />
will record the test reports, and how the test reports will serve as<br />
proof of acceptance of deliverables at Provisional Site<br />
Acceptance and Final System Acceptance.<br />
9.8.6.2 The results for each test called for in the test plan shall be<br />
recorded in a test report, using test results sheets incorporated in<br />
the relevant test procedure.<br />
9.8.6.3 Where the Purchaser or his representative has witnessed the<br />
testing, appropriate annotation shall be made on each page of the<br />
test results and the whole report signed on completion of that<br />
testing.<br />
9.8.6.4 Any failure to complete a test successfully shall be recorded by<br />
the Contractor, logged as a Deficiency Report, and noted in the<br />
report for the test.<br />
9.8.6.5 The original report plus one copy shall be distributed to the<br />
Purchaser for review within 15 working days after the<br />
completion of the test.<br />
9.8.6.6 The Contractor shall propose test reports that meet the following<br />
requirements:<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 66
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
Serial Requirement<br />
1 Tester‟s Name; Personal Details<br />
2 Date and Location of Test<br />
3 Configuration Item to be Tested<br />
4 Test Conditions and Scenario<br />
5 Test Sequence<br />
6 Required Specifications<br />
7 Required / Desired results<br />
8 Recorded Results of Test<br />
9 Documentation<br />
10 Comments<br />
11 Signatures and Names of Tester(s) and Witness(es)<br />
12 Acceptance Certificate<br />
9.8.6.7 The Purchaser will analyse each test report and provide his<br />
assessment within 15 working days of receipt of the test report:<br />
Result<br />
Accepted<br />
Not Accepted<br />
9.8.7 Classification of Failures<br />
Definition<br />
The item is accepted with no further testing.<br />
The item has failed to meet the required performance<br />
levels.<br />
9.8.7.1 Should a failure occur during testing, a failure report shall be<br />
raised by the Contractor and a preliminary investigation shall be<br />
immediately carried out in order to classify the failure as one of<br />
the following:<br />
9.8.7.2 Class “A”: there is evidence that the cause was an external or<br />
transient condition;<br />
9.8.7.3 Class “B”: there is mutual agreement that the cause was an<br />
inherent design or manufacturing deficiency in the unit under<br />
test; or<br />
9.8.7.4 Class “C”: when the specific nature of the cause cannot be<br />
immediately determined and a more detailed investigation is<br />
required before a conclusion can be drawn.<br />
9.8.8 Class “A” Failures<br />
9.8.8.1 In the event that a preliminary investigation results in the<br />
classification of a failure as is described above, the test shall be<br />
repeated at least three successive times.<br />
9.8.8.2 If the re-test is successful, the Purchaser will close the<br />
observation and testing shall be resumed from the point<br />
immediately after that where the failure occurred.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 67
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
9.8.8.3 If a failure is encountered prior to the successful completion of<br />
the re-test, the failure category shall be changed to class "B" or<br />
"C", as described below.<br />
9.8.9 Class “B” Failures<br />
9.8.9.1 In the event that a failure is classified as a Class "B" from above,<br />
the equipment shall be rejected and all testing related to that<br />
particular series of tests shall be suspended until such a time as<br />
the Contractor determines the specific cause of the failure and<br />
proposes appropriate remedial action acceptable to the Purchaser.<br />
9.8.9.2 Should the cause of the failure or the effect of the proposed<br />
remedial action be deemed by the Contractor to have no<br />
influence whatsoever on other areas of scheduled testing, he may<br />
propose to the Purchaser to continue testing in the other areas<br />
prior to the rectification of the cause of the failure.<br />
9.8.9.3 If such proposals are accepted by the Purchaser, the Purchaser<br />
will have the right to require repetition of any or all tests<br />
performed in these circumstances after the rectification of the<br />
cause of the failure and the subsequent re-tests, to prove they<br />
have been successfully completed.<br />
9.8.9.4 The Contractor shall be responsible for all costs related to the<br />
rectification of deficiencies or failures and subsequent re-testing<br />
caused by the design or production of the deliverables identified<br />
during the verification and/or testing cycles. The Contractor shall<br />
be responsible for any travel, subsistence and other incidental<br />
expenses incurred by the Purchaser as a result of the requirement<br />
for the re-performance of tests necessitated by test failures.<br />
9.8.9.5 After remedial action has been taken by the Contractor, the test<br />
may be resumed at the step during which the deficiency or failure<br />
was identified, however, the Purchaser will have the right to<br />
require that re-testing includes all of the tests related to the<br />
verification of that particular specification requirement.<br />
9.8.9.6 The Contractor shall seek the Purchaser's agreement of a<br />
mutually suitable time when testing shall be resumed, subsequent<br />
to the Purchaser having accepted the contents of a formal<br />
submission by the Contractor providing full details describing the<br />
cause of the failure and the recommended remedial actions to be<br />
taken.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 68
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
9.8.10 Class “C” Failure<br />
9.8.10.1 In the event that a failure is classified as a Class "C" from above,<br />
all testing shall be immediately suspended until such a time as<br />
the Contractor completes a detailed investigation and<br />
subsequently recommends to the Purchaser, that the failure<br />
should be re-classified as either a Class "A' or "B", as<br />
appropriate. The actions previously described relating to these<br />
classifications shall then be commenced.<br />
9.8.10.2 In this context, should it be determined that the test failure was<br />
due to a component failure and not attributable to a deficiency in<br />
equipment design, or a defective process during manufacture of<br />
the equipment, then the defective component may be replaced<br />
and the failure re-classified as a Class "A" failure.<br />
9.8.11 Tracking of Failures<br />
9.8.11.1 Should a failure (Class A, B and C) occur during testing, the<br />
event shall be recorded and logged along with the subsequent<br />
actions taken and details of the fault resolution.<br />
9.8.11.2 In conjunction with a Class A, B or C Test failure, the Contractor<br />
shall certify that the equipment to be implemented is identical to<br />
that which was originally tested and certified, or advise the<br />
Purchaser of design/construction changes which affect form, fit<br />
or function. In the latter case, the Purchaser, after review of such<br />
changes and their impact, will have the right to require test and<br />
certification of the modified equipment, at no cost to the<br />
Purchaser.<br />
9.8.12 Test waivers<br />
9.8.12.1 For some specific requirements, rather than perform actual tests<br />
the Contractor may choose to provide documentary evidence to<br />
show that these requirements are fulfilled.<br />
9.8.12.2 This documentary evidence may either be a rationale based on<br />
existing design orspecification documentation, or rely on<br />
previously successfully completed qualification testing to<br />
national or international standards for assemblies, subassemblies,<br />
components or parts.<br />
9.8.12.3 If the Contractor intends to rely on previously successfully<br />
completed qualification testing to national or international<br />
standards for assemblies, subassemblies, components or parts, the<br />
Contractor shall produce the following documentation:<br />
• The equipment specifications and true manufacturing number<br />
to demonstrate that the CI for which a test waiver is requested<br />
is identical to the equipment previously tested,<br />
• The test standards, procedures and methods employed on the<br />
testing;<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 69
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
• The nationally or internationally certified test results.<br />
9.8.13 A Statement in which the Contractor shall certify that the equipment to be<br />
implemented is identical to that which was originally tested and certified,<br />
or advise the Purchaser of design/construction changes which affect form,<br />
fit or function. In the latter case, the Purchaser, after review of such<br />
changes and their impact, shall have the right to require test and<br />
certification of the modified equipment, at no cost to the Purchaser.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 70
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
Section 10<br />
10.1 Introduction<br />
SYSTEM ACCEPTANCE<br />
10.1.1 This section outlines the System Acceptance procedure by which the<br />
deliverable items for which the Contractor is responsible under this contract will be<br />
accepted by the Purchaser. The procedure and documentation necessary at each stage<br />
of acceptance are defined to ensure that all contractual requirements are completed<br />
and that all deliverables are supplied to the Purchaser.<br />
10.2 Definitions<br />
10.2.1 Deficiency<br />
A deficiency is a formal record of any aspect that could jeopardise successful<br />
completion of the Contract.<br />
10.2.2 Clearance of a Deficiency<br />
A Deficiency is cleared when the Purchaser has endorsed that the corrective<br />
action taken in respect of the Deficiency has been completed to the Purchaser's<br />
satisfaction.<br />
10.2.3 Deficiency Classification<br />
10.2.4 Deficiency Classification is the classification which the Purchaser assigns to<br />
a Deficiency. The categories for classification are defined as:<br />
a. Critical<br />
Departure from the specification which must be rectified prior to the<br />
completion of FAT and before Provisional System Acceptance or Final<br />
System Acceptance can take place as applicable. The date by which<br />
this must be completed will be agreed at the Post Testing and Pre-TT<br />
Meetings.<br />
b. Deferment<br />
A departure from the specification which may be rectified before or<br />
after the Test Procedure can be declared as completed by the Purchaser<br />
and/or Provisional System Acceptance. The date by which this must be<br />
completed will be agreed at the Post Testing and/or Pre-TT Meetings.<br />
Deferments which are not completed by the due date shall become<br />
critical for Final System Acceptance unless the due date is modified by<br />
agreement.<br />
c. Omission<br />
A departure from the specification where it is agreed that no remedial<br />
action is necessary.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 71
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
10.3 Deficiency Procedure<br />
10.3.1 Deficiencies shall be recorded in accordance with the following procedure.<br />
The Contractor shall submit all deficiencies to the Purchaser for endorsement of the<br />
clearance action taken.<br />
10.3.2 A Deficiency shall be recorded when recognising any aspect that could<br />
jeopardise successful completion of the Contract. These aspects shall include but not<br />
be limited to:<br />
a. a design shortage or deficiency revealed in any design, implementation<br />
or test specification;<br />
b. any shortage or deficiency revealed by inspection or application of<br />
testing procedures;<br />
c. any comment raised by the Contractor concerning any aspect of the<br />
Contract;<br />
d. any comment raised by the Purchaser or his designated representative<br />
concerning any aspect of the Contract.<br />
10.3.3 Deficiency sheets shall be maintained by the Contractor and shall record the<br />
following information:<br />
a. the serial number of the deficiency sheet;<br />
b. the deficiency;<br />
c. sufficient information to define the context of the deficiency in terms<br />
of the articles to which it applies, the state of articles (including any<br />
appropriate environmental details, as applicable), and the date of the<br />
deficiency;<br />
d. the authorised personnel endorsing the deficiency;<br />
e. any clearance action taken, such as repair and testing, a specification<br />
modification, receipt of a written reply from the Contractor etc., as<br />
applicable;<br />
f. the authorised personnel endorsing the clearance and the date of<br />
clearance.<br />
10.4 Provisional System Acceptance (PSA)<br />
10.4.1 Provisional System Acceptance is defined as the action by which the<br />
Purchaser accepts part of the articles and facilities supplied by the Contractor, subject<br />
to satisfactory completion of the remainder of the Contract.<br />
10.4.2 Provisional System Acceptance takes place when the following requirements<br />
have been met satisfactorily by the Contractor:<br />
a. all deliverables, including documentation, test equipment, spares, etc.,<br />
for which the Contractor is responsible under the contract have been<br />
supplied;<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 72
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
b. a deliverables inventory has been provided which details all the<br />
deliverables to be supplied under the terms of the contract;<br />
c. the Site Installation Specification documents have been supplied with<br />
updates to accurately reflect the “As Built” configuration and<br />
verification of the accuracy of the Documentation has taken place;<br />
d. Certificate of Conformity (CoC)s has been supplied that the equipment<br />
conforms to the contractual standards and applicable manufacturing<br />
standards;<br />
e. Certificates of Conformity (CoCs) have been supplied confirming that<br />
the equipment has been officially certified to be in Conformance with<br />
the National codes, laws, regulations and local rules and practices of<br />
the Country of installation.<br />
f. Deficiency summary sheets which list all outstanding deficiencies,<br />
including a remarks column to briefly record the technical or<br />
operational significance, a decision column to record actions taken in<br />
respect of each deficiency, a clearance date column and a signature<br />
column have been supplied;<br />
g. A QA Report has been supplied by the Contractor's QA Organisation;<br />
h. A complete list of Keys, such as Activation Keys, Feature Keys,<br />
Password Lists and any other Password and/or Codes necessary for the<br />
Purchaser to operate the Cable Management System from day to day,<br />
has been supplied to the Purchaser.<br />
i. Integrated Logistics Support Plan delivered.<br />
j. Physical Configuration Audit Report accepted.<br />
k. Training Evaluation Forms approved.<br />
l. Operating & Maintenance Manual(s) delivered.<br />
m. Support Report delivered.<br />
10.4.3 PSA will be granted in writing from the Purchaser and the effective date of<br />
PSA shall be specified in this formal acceptance document.<br />
10.5 Provisional System Acceptance Meetings<br />
Provisional System Acceptance meetings will be convened and chaired by<br />
the Purchaser when he, on the basis of the Contractor‟s reporting, considers that the<br />
deliverables are ready for Provisional acceptance, .<br />
10.6 Provisional System Acceptance Report<br />
10.6.1 The documents listed below comprise the Provisional System Acceptance<br />
report which shall be prepared by the Contractor and submitted at the PSA meeting:<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 73
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
a. Certificates of Conformity that the equipment offered conforms to the<br />
contractual standards and is in Conformance with the National codes,<br />
laws, regulations and local rules and practices of the Country of<br />
installation. This shall include CoCs for all interfaces specified in<br />
Section 11;<br />
b. Deficiency Summary Sheets which shall list all outstanding<br />
Deficiencies. A Remarks column shall briefly record the technical or<br />
operational significance and a decision column shall record the Policy<br />
Decision taken in respect of each Deficiency. A clearance date column<br />
and a signature column are also required;<br />
c. Site Acceptance Test Report ;<br />
d. An Inventory of provided Supplies which shall detail all the<br />
deliverables furnished by the Contractor to meet the terms of the<br />
contract for the relevant PSA; the inventory shall include all Licence<br />
identifiers and keys.<br />
e. Design documents with updates to accurately reflect the „As Built‟<br />
configuration;<br />
f. A QA Report provided by the Contractor's QA Organisation.<br />
g. All Keys and Password lists have been received.<br />
10.7 Final System Acceptance (FSA)<br />
10.7.1 Final System Acceptance is defined as the act by which the Purchaser<br />
accepts all articles and facilities supplied by the Contractor.<br />
10.7.2 Final System Acceptance takes place when Provisional System Acceptance<br />
has been granted for all deliverables, and all deficiencies have been cleared.<br />
10.7.3 Final System Acceptance shall be granted in writing from the Purchaser and<br />
the effective date of Final System Acceptance shall be specified in this formal<br />
acceptance document. Except as otherwise provided in the contract, acceptance by<br />
Final System Acceptance shall be conclusive except as regards latent defects, fraud or<br />
such gross mistakes or negligence as to amount to wilful intent.<br />
10.8 Final System Acceptance Meeting<br />
10.8.1 The Final System Acceptance meeting will be convened and chaired by the<br />
Purchaser when he, on the basis of the Contractor‟s reporting, considers that the<br />
deliverables are ready for Final System Acceptance. The Purchaser will arrange the<br />
taking, typing and distribution of minutes of the Final System Acceptance meeting.<br />
The minimum requirement for this Final System Acceptance to take place will be<br />
fulfilled when:<br />
a. Provisional System Acceptance has been granted, and all observed<br />
deficiencies declared by the Purchaser as policy deferments have been<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 74
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
cleared as required.<br />
b. The date for Final System Acceptance shall be established taking into<br />
account paragraph 10.7.2. If there are no deficiencies open, regardless<br />
of classification type, then Final System Acceptance will take place<br />
within 6 weeks from the PSA.<br />
10.8.2 In signing the Acceptance Certificate, the Purchaser certifies that the<br />
equipment or work concerned is in accordance with the terms of the contract and<br />
thereby grants Final System Acceptance.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 75
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
Section 11<br />
GEP SYSTEM REQUIREMENTS<br />
SPECIFICATIONS<br />
11.1 General Requirements<br />
11.1.1 Scope<br />
11.1.1.1 The scope of this chapter of the SOW is to describe the requirements,<br />
characteristics, functionalities, and performance of the new Ground Entry Point of the<br />
NATO JCHAT capability of the Afghan Mission Network (AMN). As such, the<br />
requirements set forth in the following sections are Contractual requirements to be<br />
fulfilled.<br />
11.1.2 Purpose<br />
11.1.2.1 The AMN 2012 Ground Entry Point (GEP) shall allow the integration of<br />
the NATO E-3A and other National airborne early warning assets (e.g. UK E3-D,<br />
FRA E3-F, USA E-3B/C) into the core collaborative infrastructure provided by the<br />
AMN.<br />
11.1.2.2 The GEP shall provide a focal point for traffic flows and interfaces<br />
between ground and air, promoting scalable network solutions by localizing unique<br />
tuning and configuration requirements for interfaces and servers.<br />
11.1.2.3 Mission specialists on-board the Airborne Early Warning (AEW)<br />
platforms shall be able to participate in chat text exchanges which comprise one of the<br />
primary methods of communication between command entities.<br />
11.1.2.4 The provision of the GEP shall enable aircrews to participate in missioncritical<br />
chat rooms and shall enhance the use of assigned AEW platform(s) for ISAF.<br />
11.1.2.5 The GEP shall provide operational connectivity in support of text<br />
messaging services between users in the AMN and the AEW deployed nodes, as<br />
notionally shown in the GEP Operational Connectivity View of Figure 1Figure 1.<br />
GEP Operational Connectivity View..<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 76
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
Figure 1. GEP Operational Connectivity View.<br />
11.1.2.6 The GEP shall provide the following services: Authentication,<br />
Authorization and Accounting (AAA) Services, Confidentiality Services, Text Chat<br />
Services, Domain-Name Services, Network-Time Services, Networking Services, and<br />
Wireless Bearer Services adapted to the limited bandwidth to the airborne users.<br />
11.1.2.7 The GEP to be provided under this contract shall be similar to the<br />
prototype depicted and described in <strong>Annex</strong> A but with increased RF connectivity.<br />
11.1.2.8 The NAEW Airborne platforms can be configured to use an Internet Relay<br />
Chat client (mIRC) in place of the XMPP Client, and the GEP shall be capable of<br />
fully supporting this configuration by routing the mIRC chat traffic to a mIRC Server<br />
located in the AMN.<br />
11.1.2.9 Except for the Purchaser Furnished Items and the existing Air C2 Shelter,<br />
the Contractor shall provide the HW and SW required to satisfy the requirements of<br />
this contract.<br />
11.1.3 Connectivity Requirements<br />
11.1.3.1 The GEP shall interface with both the AMN Core Network using IP-over-<br />
Ethernet protocols and with the AEW platforms using IP-over-IRIDIUM, IP-over-HF,<br />
and IP-over-UHF wireless bearer services, as notionally depicted in the GEP Port<br />
View in Figure 2 below.<br />
Figure 2. GEP Port View.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 77
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
11.1.3.2 The GEP shall be able to operate as an anchor for two concurrent AEW<br />
aircraft sessions. In that Dual-AEW scenario, the GEP shall be able to establish with<br />
each AEW platform up to and including the following concurrent wireless bearers:<br />
two IP-over-IRIDIUM, one IP-over-HF, and one IP-over-UHF, as notionally depicted<br />
in Figure 3 below.<br />
Figure 3. Dual-AEW connectivity scenario representing the maximum multi-bearer<br />
connectivity requirement for the GEP.<br />
11.1.4 GEP System Components<br />
11.1.4.1 The GEP System is notionally depicted in Figure 5 and shall consist of the<br />
following main components:<br />
a. GEP Operator Room components;<br />
b. GEP Main Shelter components;<br />
c. GEP HF/UHF Outdoor Radio Enclosure;<br />
d. FO Inter-facility Links;<br />
e. GEP HF/UHF Antenna Masts.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 78
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
Figure 4. Main components of the GEP System.<br />
11.1.4.2 The AMN 2012 GEP Operator Room components shall include the GEP<br />
ground AEW operators management capability.<br />
a. The management capability shall be capable of remote control and<br />
monitoring of the RED and BLACK equipment in the Main Shelter and<br />
the Outdoor Radio Enclosure.<br />
b. An existing optical fibre connection from the NAEW OPS facility to<br />
the AMN ( CISAF11) shall be used for communication to the<br />
controlled components.<br />
11.1.4.3 The RED part of the GEP Main Shelter components shall include the<br />
following:<br />
a. A Service Access Router, providing a network connection to the AMN<br />
Core Network;<br />
b. A Contractor provided GEP Server, hosting the PFE-provided Text<br />
Chat Server;<br />
c. A NATO certified hardware appliance hosting a Remote Access Dial-<br />
In User Service (RADIUS) server providing Authentication,<br />
Authorization and Accounting (AAA) services for all wireless bearers.<br />
d. A Wireless Access Router, which shall manage the primary IP routing<br />
for the GEP, enabling and advertising IP routes between IRIDIUM,<br />
HF, UHF, LAN, and WAN bearers. It shall also manage the Point-to-<br />
Point Protocol (PPP) dial-in service, which shall be the media-access<br />
control mechanism for the full-duplex IRIDIUM SATCOM links.<br />
e. RF Access Router(s), which shall provide IP transport and mediaaccess<br />
control services for the two half-duplex HF and the two halfduplex<br />
UHF radio links.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 79
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
f. Four (4) PFI Type-1 SCIP cryptographic equipment, which shall<br />
provide a black interface between the Wireless Access Router and the<br />
IRIDIUM terminals.<br />
g. PFI Type-1 bulk cryptographic equipment, to provide Four (4) black<br />
interfaces between the HF and UHF Wireless Access Routers and their<br />
associated radios. The PFI may consist of either 4 single interface<br />
devices or 2 dual interface devices.<br />
h. FO cables connecting the GEP Main Shelter components to the AMN<br />
(CISAF11).<br />
11.1.4.4 The black part of the GEP Main Shelter components shall include the<br />
following:<br />
a. FO modems/multiplexers to terminate the serial connections between<br />
the cryptographic equipment and the HF and UHF radios of the GEP<br />
HF/UHF Outdoor Radio Enclosure;<br />
b. FO cables connecting the GEP Main Shelter to the GEP Outdoor Radio<br />
Enclosure and to the GEP Operator Room;<br />
c. One (1) HF modem and one (1) UHF modem;<br />
d. One (1) HF transceiver and one (1) UHF transceiver;<br />
e. Four (4) IRIDIUM L-Band Terminals;<br />
f. Four (4) L-band band-pass filters for the Iridium terminals;<br />
g. Four (4) IRIDIUM antennas and four (4) aerial poles.<br />
h. One Equipment Controller / IP adapter<br />
11.1.4.5 The GEP HF/UHF Outdoor Radio Enclosure shall include the following:<br />
a. An outdoor enclosure that shall house and provide environmental<br />
protection to the necessary equipment.<br />
b. One (1) HF modem and one (1) UHF modem;<br />
c. One (1) HF transceiver and one (1) UHF transceiver;<br />
d. A set of FO modems/multiplexers to terminate the set provided in the<br />
Main Shelter;<br />
e. One Equipment Controller / IP adapter;<br />
f. Adequate environmental protection for any location in ISAF to allow<br />
for continuous operation under any prevailing meteorological condition<br />
(see 11.1.5).<br />
g. Padlock protection of access to the interior of the enclosure<br />
11.1.4.6 The two GEP HF/UHF antenna masts shall include the following:<br />
a. Coaxial RF cables connecting the HF/UHF antennas to the GEP<br />
HF/UHF/IRIDIUM Radio Shelter and to the GEP HF/UHF Outdoor<br />
Radio Enclosure;<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 80
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
b. One (1) 12-m-tall mast with one (1) UHF and one (1) HF antenna.<br />
11.1.5 Environmental, Transportation and Mechanical Requirements<br />
11.1.5.1 Environmental and climatic conditions<br />
a. The Outdoor Enclosure shall withstand the climatic and environmental<br />
conditions stipulated below without showing any evidence of damage or<br />
permanent deformation.<br />
b. In operating and non-operating status the enclosure as a whole consisting of<br />
shell/housing pertaining components, air conditioning/ cooling and power<br />
distribution system, shall comply with AECTP 200 (edition 3) climatic<br />
categories A1, A2, A3 and B1, B2, B3 and C0, C1.<br />
c. Outside Temperature.<br />
High Temperature<br />
+ 49° C for operation<br />
+ 71° C for transport, storage and handling.<br />
Low Temperature<br />
- 32° C for operation<br />
- 33° C for transport, storage and handling<br />
d. Temperature shock<br />
0.12 ° C/min for natural conditions during transport. 3.5 ° C/min if<br />
equipment may be subjected to air drops. When moved from open<br />
environment into an acclimatised area, the equipment in the applicable<br />
storage/ transport packaging shall withstand the maximum expected<br />
temperature variation of 63 ° C.<br />
0.12 ° C/min for natural conditions during storage and handling. When<br />
moved from open environment into an acclimatised area, the equipment<br />
in the applicable storage/ transport packaging shall withstand the<br />
maximum expected temperature variation of 63 ° C.<br />
0.12 ° C/min for natural conditions in depot. When moved from open<br />
environment into an acclimatised area, the equipment in the applicable<br />
storage/ transport packaging shall withstand the maximum expected<br />
temperature variation of 63 ° C.<br />
e. Solar radiation<br />
1120 W/m² for operation, transport, storage, handling and depot.<br />
f. Heat Transfer.<br />
The overall coefficient of heat transfer of the enclosure shall be less than<br />
1.46 watts/m²/°K. This overall coefficient shall apply to the enclosure<br />
with the door closed and with all other openings in the panels covered.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 81
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
Sun protection devices shall be provided in support of the fulfilment of the<br />
STANAG 2895 related requirements (mainly A1 compliance). The sun<br />
protection device shall be light, easily removable for transport. Sun<br />
protection shall be provided at least for the roof; further sun protection<br />
shall depend on the sizing of the air conditioning/cooling of the enclosure.<br />
g. Humidity<br />
5 to 100% (saturation) for operation, transport and handling with the<br />
applicable change of temperature.<br />
h. Rain and water tightness. (Only applicable for enclosure shell and outside<br />
components). The following tests shall be done to obtain a high degree of<br />
water tightness for the material exposed to extended periods of rain in the<br />
worst locations in the world.<br />
The wind velocity shall be applied during the 2 hour steady-state rain fall<br />
testing.<br />
Droplet sizes should not be smaller than approximately 0.5 mm.<br />
Extreme: Duration of 5 min at rate 14 mm/min.<br />
High: duration of 25 min at rate 8 mm/min<br />
Steady state: duration of 120 min at rate 1,7 mm/ min and wind velocity of<br />
18m/sec.<br />
i. Snow load<br />
100 kg/m2 for large equipment surfaces and 50 kg/m2 for small<br />
equipment surfaces during operation, transport, storage and handling and<br />
depot<br />
j. Ice with a specific gravity of 0.85<br />
13 mm for operation. 37 mm for transportation, storage and handling.<br />
k. Hail<br />
Hailstones of up to 25 mm diameter, 0.9 g/m3 density and 58 m/s terminal<br />
velocity during operation, transport, storage and handling and depot.<br />
l. Wind<br />
22 m/s average and 39.6 m/s gustiness during operation, transport, storage<br />
and handling.<br />
m. Dust/sand particle size and concentration for external environment (Ref MIL<br />
standard 810)<br />
Up to 2.0 g/m3 of 150µm particles for operation, transport, storage and<br />
handling. Sedimentation rate as high as 2.0 g/m2/day<br />
Up to 1.0 g/m3 of 150µm particles for depot. Sedimentation rate as high<br />
as 2.0 g/m2/day.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 82
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
Note: Average particle hardness of 7 in the Mohs scale, occasionally<br />
reaching 9 on that scale.<br />
n. Min/max elevation<br />
0 to 4570m for operation, storage and handling<br />
0 to 12000m for transport<br />
o. Max/min atmospheric pressure<br />
1,087 to 503 mbar, for all conditions (operation, transport, storagehandling<br />
and depot). If equipment might be subjected to transportation in<br />
un-pressurized cargo- compartments, it shall be able to withstand<br />
minimum atmospheric pressures of 154 mBar.<br />
p. Mould growth.<br />
The enclosure shall withstand without substantial degradation limited<br />
contamination by the most relevant fungal species identified and listed in<br />
Table 1 of test method 308, [AECPTP300, 1998].<br />
While packaged for storage and handling, transport and depot, material<br />
shall withstand without substantial degradation, limited contamination by<br />
the same fungal species and shall manifest as medium growth severity.<br />
(Substantial amount of microbial growth. Substrate may exhibit visible<br />
structural change)<br />
q. Salt mist<br />
The enclosure shall withstand salt mist environments as severity level 4<br />
for all conditions (operation, transport, storage-handling and depot.)<br />
(Detail description of severity and test procedure are available in IEC68-<br />
2-52 and test method 309 of AECTP300, 1998).<br />
r. Acid atmosphere<br />
The enclosure shall withstand, in the pertaining operating configuration<br />
(i.e. when properly mounted in the intended assembly), occasional<br />
exposure to the acid rainfall conditions existing in heavily industrialized<br />
areas or in the proximity of fuel burning machinery or vehicles exhaust<br />
systems (Detailed description of severity and test procedure available in<br />
test 518 of [MILSTD810, 2000]).<br />
s. Contamination by fluids<br />
The enclosure shall withstand occasional contamination by exposure to<br />
the contaminant fluids listed in table I, method 504 in [MILSTD 810,<br />
2000].<br />
t. IP Rating<br />
IP65 (Protection against all dust penetration and against water jets from<br />
any direction) for transport, storage and handling and depot for outdoor<br />
enclosures, cables and connectors.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 83
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
IP54 (Protection against internal dust accumulation and against splashing<br />
water from any direction) when in operation.<br />
11.1.5.2 Transportation requirements<br />
a. Transport by Vehicle<br />
<br />
The enclosure with its payload shall be transportable by trucks or<br />
trailers on all-roads: motorway at 100 km/hour, unpaved road at 50<br />
km/hour, and country road at 25 km/hour, without sustaining any<br />
damage<br />
b. Transport by Air<br />
<br />
<br />
<br />
The system shall be transportable by transport aircraft and meet all the<br />
applicable C-130 safety and loading requirements.<br />
It shall be proven by technical analysis that the enclosure will not<br />
disintegrate in such a way that loose parts or debris will fly through the<br />
aircraft or harmful gases or fluids will become free in the case of crash<br />
landing.<br />
It shall also be proven by analysis that the corner fittings are capable of<br />
withstanding the loads of a crash landing without failure or breaking<br />
loose from the enclosure. The crash landing load cases are the<br />
following:<br />
Direction of loading<br />
Forward<br />
Backward<br />
Sideward<br />
Upward<br />
Downward<br />
Fixed Wing Aircraft<br />
8 g<br />
1.5 g<br />
1.5 g<br />
2 g<br />
4.5 g<br />
11.1.5.3 Mechanical Requirements<br />
a. Shock:<br />
<br />
b. Vibration:<br />
<br />
<br />
c. Acceleration:<br />
<br />
20 g, half sine mechanical shock for operation, transport, storage and<br />
handling.<br />
General military use including off-road transportation, occasional<br />
transport by aircrafts.<br />
Vibration: 5-20 Hz 0.05 g²/Hz and 20-150 Hz-3dB/Oct (1.7 f rms)<br />
random vibration conditions for operation, transport, storage and<br />
handling.<br />
≤ 2g for operation, storage, handling and depot<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 84
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
<br />
d. Bump<br />
<br />
<br />
<br />
≤ 10g for transport.<br />
25g, 6ms, 1000 pulses for operation<br />
40g, 6ms, 1000 pulses for transport, storage and handling<br />
25g, 6ms, 1000 pulses for depot<br />
e. Drop and topple<br />
<br />
30° face and corner and topple for all conditions (operation, transport,<br />
storage-handling and depot)<br />
f. Free-fall (for all conditions :operation, transport, storage-handling and<br />
depot):<br />
<br />
<br />
<br />
<br />
<br />
<br />
g. Finish.<br />
<br />
<br />
<br />
1000mm for items
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
11.1.5.4 Environmental compliance shall be demonstrated during the Factory<br />
Acceptance Testing.<br />
11.1.6 Design Requirements<br />
11.1.6.1 As a component system to the AMN, the AMN 2012 GEP shall be fully<br />
modular, capable of physically integrating into designated work areas for AMN CIS<br />
systems and equipment. The contractor shall design the AMN 2012 GEP to physically<br />
integrate into the existing AMN infrastructure.<br />
11.1.6.2 The GEP shall be designed to allow future virtualization of the GEP Chat<br />
Server within the AMN.<br />
11.1.6.3 The GEP shall be designed in a way allowing easy and rapid installation,<br />
removal, and maintenance of any subsystem or subassembly, by a crew of no more<br />
than two operators.<br />
11.1.6.4 The Contractor shall design and implement solutions that mitigate the risk<br />
of exposure to sand, dust, and moisture.<br />
11.1.6.5 All external connectors and cables shall have bungs and caps firmly<br />
attached to them so that they cannot be lost, in order to prevent the ingress of sand,<br />
water, and dust.<br />
11.1.6.6 All outdoor connectors, caps, nuts, bolts, and other small parts that can be<br />
dismantled, shall be permanently tied to their subsystem or equipment, so as to avoid<br />
losing them during deployment. Use of small screws is prohibited. Exceptions to this<br />
requirement shall be addressed on a case-by-case basis, and are subject to review and<br />
approval by the Purchaser.<br />
11.1.6.7 The GEP System shall be easily maintainable in the field with suitable<br />
access to the cables, the rear of the racks, and with all necessary tools provided as part<br />
of the current SOW.<br />
11.1.7 Integration Requirements<br />
11.1.7.1 The elements of the GEP Main Shelter components shall be integrated<br />
in/on the existing AirC2 Shelter. ( Ref <strong>Annex</strong> E).<br />
11.1.7.2 The BLACK indoor equipment of the GEP Main Shelter shall be installed<br />
to comply with the requirement for separation to the existing RED racks.(Ref 2.1.7<br />
SDIP-29 and SDIP-30)<br />
11.1.7.3 The separation distance between the BLACK RF equipment and the RED<br />
equipment ( COTS) shall be at least 2 meters, and the Contractor shall therefore install<br />
the HF, UHF and IRIDIUM equipment in the same rack as used for the Air C2 UHF<br />
radios. The remaining BLACK GEP equipment shall be installed in either the Air C2<br />
rack or in the RED #3 rack.<br />
11.1.7.4 To free up space in the Air C2 rack for the GEP radios, The Contractor<br />
shall migrate non-transmitting Air C2 equipment to the RED#3 rack. The migration<br />
shall be such that the full functionality of the Air C2 System is maintained.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 86
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
11.1.7.5 The migration shall be planned and accomplished with minimum<br />
disruption for the Air C2 system. The Contractor shall request scheduled downtime<br />
from the Purchaser at least 2 weeks prior to the planned time for migration, and no<br />
migration shall be undertaken without the Purchaser‟s agreement to the scheduled<br />
downtime.<br />
11.1.7.6 The Contractor shall ensure that the power and cooling limitations of the<br />
racks are not exceeded.<br />
11.1.7.7 The RED indoor equipment of the GEP Main Shelter shall be integrated<br />
into the existing RED#1 rack of the AirC2 Shelter, as notionally depicted in Figure 5<br />
below.<br />
Figure 5. Notional rack layout in the current AirC2 Shelter.<br />
11.1.7.8 The GEP HF/UHF Outdoor Radio Enclosure shall be installed at the<br />
location selected for the second HF/UHF Antenna Mast.<br />
11.1.7.9 The first HF/UHF Antenna Mast shall be installed at the existing main<br />
Antenna Farm.<br />
11.1.7.10 The second HF/UHF Antenna Mast shall be installed in a suitable location<br />
such that it does not generate interference to (nor is it interfered by) the radios<br />
connected to the antennas of the first HF/UHF Antenna Mast.<br />
11.1.7.11 The Contractor shall provide all the necessary modifications to the<br />
existing Signal Entry Panels of the existing shelter(s) to accommodate the additional<br />
RF and other signals feed-through connections.<br />
11.1.7.12 The IRIDIUM antennas shall be installed on top of a dedicated pole to be<br />
installed on top of the Air C2 / GEP Main Shelter, so that each antenna has line-ofsight<br />
with the horizon along any direction.<br />
11.2 Functional Requirements<br />
11.2.1 General Functional Requirements<br />
11.2.1.1 The GEP shall act as a Text Chat service provider located at the boundary<br />
edge between the high-speed ground AMN domain and the low bit-rate, long-delay<br />
wireless airborne domain.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 87
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
11.2.1.2 The GEP shall provide the Chat server for C2ISR collaboration across the<br />
AMN involving the NATO E3-A and other National AEW platforms, providing<br />
XMPP services as a standalone server tuned for the wireless AEW domain.<br />
11.2.1.3 The GEP Chat server at the GEP shall be federated with the AMN Chat<br />
server in the AMN Core Network. Chat clients shall connect to their respective server:<br />
clients in the airborne domain shall be connecting to the GEP server and clients in the<br />
AMN domain shall be connecting to the AMN JCHAT server.<br />
11.2.1.4 Access by clients in one domain to chat rooms in the other domain shall<br />
be supported by the XMPP server-to-server connection between GEP and AMN<br />
JCHAT. The GEP shall provide, manage, and isolate all XMPP chat-tuning required<br />
by the mobile wireless network, both at the TCP/IP networking level and at the<br />
application level.<br />
11.2.1.5 The GEP System shall Support XMPP-based chat messaging between the<br />
AMN Network and up to two airborne platforms featuring JCHAT clients and over a<br />
mix and/or a combination of HF, UHF, and IRIDIUM wireless bearer services.<br />
11.2.1.6 The GEP System shall Interface with AMN networking equipment located<br />
at the AMN (CISAF 11) Compound.<br />
11.2.1.7 In a Dual-AEW connectivity scenario, the GEP shall be able to establish<br />
two simultaneous IP-over-HF bearers: one long-range BLOS HF connection with an<br />
approaching AEW and a medium-range BLOS HF connection with an on-duty AEW.<br />
11.2.1.8 The NAEW Airborne platforms can be configured to use an Internet Relay<br />
Chat client (mIRC) in place of the XMPP Client, and the GEP shall be capable of<br />
routing the mIRC chat to a mIRC Server located in the AMN.<br />
11.2.2 Provision of Antenna Support and Positioning<br />
11.2.2.1 The GEP shall be provided with two independent HF/UHF mast systems:<br />
a long-range and a medium-range HF/UHF mast system. Each HF/UHF mast system<br />
shall be connected with RF coaxial cables to either the GEP Main Shelter or the GEP<br />
Outdoor Radio Enclosure.<br />
11.2.2.2 The long-range HF/UHF mast system shall include: a 12-m tall lattice<br />
antenna mast, a rotatable log-periodic (RLP) HF antenna, a UHF omni-directional<br />
antenna installed on top of the mast, a fall-arrest system, and ancillary equipment such<br />
as brackets, guy wires, cables, grounding and surge-arresting devices.<br />
11.2.2.3 The Site Survey report shall identify if there is an opportunity to use an<br />
existing mast.<br />
11.2.2.4 The medium-range HF/UHF mast system shall include: a 12-m tall mast, a<br />
sloping-vee dipole HF antenna, a UHF omni-directional antenna installed on top of<br />
the mast, a fall-arrest system in case the mast is not retractable, and ancillary<br />
equipment such as brackets, guy wires, cables, grounding and surge-arresting devices.<br />
11.2.3 Provision of Multi-bearer Wireless Traffic Capacity<br />
11.2.3.1 The GEP shall provide a multi-bearer wireless traffic capability to<br />
concurrently, and to the operators‟ discretion, establish multiple IP-over-IRIDIUM,<br />
IP-over-HF, and IP-over-UHF wireless links.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 88
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
11.2.4 Provision of Traffic Bonding Function<br />
11.2.4.1 The GEP shall be able to bond two IRIDIUM traffic streams into a single<br />
aggregate logical traffic stream associated with a particular GEP-AEW platform<br />
connection.<br />
11.2.5 Provision of Quality-of-Service<br />
11.2.5.1 The GEP shall be able to apply quality-of-service (QoS) mechanisms via<br />
class-of-service policy-based routing and wireless bearer-based routing.<br />
11.2.5.2 Class-of-service policy-based routing shall enable the following:<br />
a. Essential management traffic (routing, network management, DNS,<br />
network time protocol, etc.) shall be carried over the naturally-impaired<br />
wireless bearers irrespectively of the congestion level of the user traffic<br />
(e.g. text-chat traffic);<br />
b. User traffic shall be subject to different routing policies.<br />
11.2.5.3 Wireless bearer-based routing shall also enable the GEP to carry user<br />
traffic over specific wireless bearers, depending upon operators‟ configurations and/or<br />
type of traffic, in case the GEP-AEW connectivity is established via multiple wireless<br />
bearers (two IRIDIUM channels, one HF, and one UHF).<br />
11.2.6 Traffic Optimization Function<br />
11.2.6.1 In order to cope with the long delay and low throughput inherent to the<br />
wireless bearers used, the GEP shall implement the following mitigation strategies<br />
and configuration changes, referred to as tuning:<br />
a. Changes in TCP-connection parameters (i.e. initial estimates of the<br />
round-trip delay, maximum number of retries);<br />
b. Static, where possible, pre-configuration of directory and routing<br />
services;<br />
c. Elimination of unwanted traffic contributors to the ground-air serverclient<br />
connections over the wireless IP-bearers;<br />
d. Correction of potential timeout limitations that may subsist in software<br />
libraries used by the GEP;<br />
11.2.6.2 The GEP shall abstract the tuning aspects referred to in the previous<br />
paragraph from the AMN network, such that the tuning does not affect the protocol<br />
stacks used between the GEP and the AMN.<br />
11.2.7 Provision of Distributed Collaboration (Chat) Server<br />
11.2.7.1 The Contractor shall provide a Server ( See <strong>Annex</strong> F) on which he shall<br />
install the Purchaser furnished NATO Chat server application to be federated with the<br />
network of AMN XMPP Chat Servers.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 89
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
11.2.8 Power Supply Function<br />
11.2.8.1 The Contractor shall provide and install the Fiber cable and the Power<br />
cable for the Outdoor Radio enclosure. The Cables shall be installed in accordance<br />
with <strong>Annex</strong> G. The length of each of the cables are 500 meters.<br />
11.2.9 Centralized Monitoring and Control Function<br />
11.2.9.1 The GEP shall provide a GEP Management System (GMS) to centrally<br />
manage, monitor and control the equipment (servers, routers, switches, modems,<br />
radios, etc).<br />
11.2.9.2 The GEP remote control operator‟s console shall be deployed to the GEP<br />
Operator Room and shall provide the GEP operators with a centralized monitoring<br />
and control of the GEP from the users‟ perspective. It shall include the following<br />
monitoring and control functionality:<br />
11.2.9.3 Status and control (operating parameters, set-up, tear-down) of each<br />
wireless bearer, including HF/UHF radio parameters (modulations, frequencies,<br />
transmit power, receive power, etc) and bearing of the long- range HF antenna. This<br />
part shall be in the NATO UNCLASSIFIED domain.<br />
11.2.9.4 Equipment Controllers / IP adapters shall be provided and installed in the<br />
BLACK part of the Main Shelter and in the Outdoor Enclosure to facilitate the<br />
remote monitoring and control and for IP-over-Ethernet encapsulation of the<br />
monitoring and control data.<br />
11.2.9.5 Status and control of each GEP-AEW logical connections, including QoS<br />
parameters. This part shall be in the ISAF SECRET domain.<br />
11.2.9.6 The low-level management function shall be deployed to provide network<br />
support technicians with the means to monitor, diagnose, and configure all the<br />
remotely-managed active equipment in the GEP network.<br />
11.2.9.7 The low-level management console shall include a KVM (keyboard,<br />
visual display, and mouse) switch and rack-mounted KVM console that allows direct<br />
access to all servers and routers in the RED domain. A second low-level capability<br />
shall be provided for the equipment in the BLACK domain.<br />
11.2.10 Authentication Function<br />
11.2.10.1 Authentication for network services offered by the GEP shall be managed<br />
jointly by the GEP access control server, wireless-access-router, and secure-accessrouter,<br />
using a Remote-Dial-In-User-Service (RADIUS) protocol. Wireless routers<br />
shall refer access requests to the access control server, which shall grant access<br />
authorizations or refusals.<br />
11.2.10.2 Access by AEW systems to the GEP over IRIDIUM dial-up channel(s)<br />
shall be authenticated on a per-system basis using unique username (i.e., system<br />
name) and password as credentials. The wireless access router shall forward access<br />
requests and credentials to the access control server, and obtain access authorizations<br />
or refusals using the RADIUS protocol.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 90
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
11.2.10.3 Administrator and user access to GEP servers and routers shall be<br />
authenticated using credentials defined in accordance with NATO/ISAF Directives,<br />
guidance and policies. [AC/322-D/0048-REV1], NC3B, INFOSEC TECHNICAL<br />
IMPLEMENTATION DIRECTIVE FOR COMPUTER AND LOCAL AREA<br />
NETWORK (LAN) SECURITY, 18 December 2007]<br />
11.2.11 Authorisation Function<br />
11.2.11.1 Authorization services for dial-in users from IRIDIUM bearers, and<br />
ingress/egress routing between the GEP and external network (e.g., AMN) shall reside<br />
within the GEP access-control server.<br />
11.2.11.2 The GEP access-control server shall maintain a database of access rights<br />
by remote users and systems, both within the external network to the GEP (e.g. AMN)<br />
and deployed (e.g. AEW), to access and obtain GEP services.<br />
11.2.11.3 The GEP access control server shall provide an administration capability<br />
to view, add, modify, or delete users, systems, and their associated access rights.<br />
11.2.11.4 User Access authorization for text-chat services offered locally by the<br />
GEP (e.g., the XMPP Tactical Chat Service), whether for remote or local users, shall<br />
conform to policies defined for the AMN regarding applicable definitions of user<br />
rights and access to chat rooms and the server(s).<br />
11.2.11.5 Administration and management of text-chat authorization services for<br />
text-chat services shall be possible from the local GEP server.<br />
11.2.11.6 Administrator and user access to GEP servers and routers shall be<br />
authorized in accordance with AMN policies.<br />
11.2.12 Accounting Function<br />
11.2.12.1 The GEP access control server shall maintain a log of accountable system<br />
activity such as deployed system login failures, access-privilege changes, changes in<br />
system state, and route ingress/egress authorizations and refusals, in accordance with<br />
AMN CSRS [ See <strong>Annex</strong> D] .<br />
11.2.12.2 The GEP access control server shall also provide syslog service to the<br />
Radio access routers and maintain a log of accountable router system activity such as<br />
deployed-system login failures, access-privilege changes, changes in system state, and<br />
route ingress/egress authorizations and refusals, in accordance with AMN policies.<br />
11.2.13 Confidentiality Function<br />
11.2.13.1 The system shall provide confidentiality services to protect data up to<br />
NATO/MISSION SECRET levels of classification as they are transmitted over<br />
wireless bearers between the GEP and supported deployed systems.<br />
11.2.13.2 Interoperability requirements with existing deployed systems require that<br />
the GEP shall use the following Purchaser Furnished cryptographic equipment for<br />
confidentiality services:<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 91
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
11.2.13.3 Sectera L-Band Terminals with Black Digital Interface (BDI) units shall<br />
be used for confidentiality services for IRIDIUM dial-up bearers. As these units use<br />
Secure-Communications Interoperability Protocol (SCIP), they shall also be used to<br />
support session-key management and authorization functions.<br />
11.2.13.4 Compatible cryptographic equipment with KIV-7M/KG-84 encryption<br />
devices shall be used for confidentiality services on HF and UHF IP radio bearers to<br />
ensure interoperability with currently deployed systems.<br />
11.2.13.5 Confidentiality for users accessing text-chat services offered locally by the<br />
GEP (e.g., an XMPP Tactical Chat Service) shall conform to policies defined for the<br />
AMN.<br />
11.2.13.6 Administration and management of confidentiality services for text-chat<br />
services shall be possible from the local GEP server.<br />
11.2.14 Data Protection Policy Function<br />
11.2.14.1 Data shall be protected within the GEP, as well as in transit between the<br />
GEP and deployed users and the external WAN, in accordance with AMN policies for<br />
labelling, marking, secure storage, etc. These policies shall apply to data displayed on<br />
monitor screens as well as to processing equipment and storage devices.<br />
11.2.14.2 The GEP shall be organized and implemented with clearly defined<br />
protection zones for classified processing areas (i.e., RED), unclassified processing<br />
areas (i.e,. BLACK) and protection-/boundary- zone between them hosting<br />
cryptographic equipment.<br />
11.2.14.3 The GEP shall conform to applicable NATO and AMN policies for<br />
EMI/EMC/TEMPEST protection from unauthorized emissions to or from RED zones<br />
and policy for installation of Cryptographic equipment.<br />
11.3 Detailed Technical Requirements<br />
11.3.1 HF Radio Subsystem<br />
11.3.1.1 The HF subsystem shall include the following elements: two modems,<br />
two HF transceivers, two HF RF coaxial cables, two automatic HF antenna tuners,<br />
one medium-range sloping-vee HF antenna, one long-range rotatable log-periodic<br />
antenna, and ancillary equipment.<br />
11.3.1.2 The HF modem shall:<br />
a. Support the modulation modes 110A and 110B;<br />
b. Support the waveforms defined in STANAG 4539;<br />
c. Allow data bit rates between and including 600 bit/s and 9600 bit/s<br />
over 3 kHz channels;<br />
d. Allow the option for the user to set interleave modes defined in the<br />
STANAG 4539 standard;<br />
e. Feature a serial data interface.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 92
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
11.3.1.3 The HF transceivers shall:<br />
a. Be tuneable across the 2-30 MHz frequency range using AM SSB<br />
modulation;<br />
b. Have a transmitter power of 500 W at HF output;<br />
c. Exhibit a receiver sensitivity of 0.5 µV for 10 dB of signal plus noise to<br />
noise ratio, for SSB modulation;<br />
d. Exhibit a receiver sensitivity of 2 µV for 10 dB of S/N, for AM<br />
modulation;<br />
e. Feature an audio interface with an impedance of 600 ohm at 0 dBm<br />
level;<br />
11.3.1.4 The HF RF coaxial cables shall be of rugged type and installed within<br />
protective conduits and shall have a length that meets the applicable performance<br />
requirements.<br />
11.3.1.5 The sloping-vee HF antenna shall:<br />
a. Be of an inverted-vee type of HF dipole antenna and shall provide an<br />
omni-directional radiation pattern in the horizontal plane;<br />
b. Include an automatic antenna tuner and a balun;<br />
c. Provide a bi-directional radiation pattern in the vertical plane;<br />
d. Feature a frequency range of 3 to 30 MHz in transmission and<br />
reception;<br />
11.3.1.6 The rotatable log-periodic antenna shall:<br />
a. Include an antenna rotator and ancillaries;<br />
b. Be of low maintenance and withstand extreme environmental stresses;<br />
c. Provide a directional radiation pattern in the horizontal plane;<br />
d. Feature an antenna gain in excess of 10 dBi at 20 MHz;<br />
e. Feature a frequency range of 7 to 30 MHz in transmission and<br />
reception;<br />
f. Exhibit a rotation radius of less than 7 m;<br />
g. Allow computerized remote control from the AEW Operators‟ console.<br />
11.3.2 UHF Radio Subsystem<br />
11.3.2.1 The UHF subsystem shall include the following elements: two modems,<br />
two UHF transceivers, two UHF RF coaxial cables, two omni-directional UHF<br />
antennas, and ancillary equipment.<br />
11.3.2.2 The modems used in the UHF Radio Subsystem shall be identical to the<br />
ones used in the HF Radio Subsystem.<br />
11.3.2.3 The UHF transceivers shall:<br />
a. Support STANAG 5066 Edition 3;<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 93
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
b. Be tuneable across the 225-339 MHz frequency range;<br />
c. Have a transmitter output power of 30 W or higher;<br />
d. Exhibit a receiver sensitivity of 4 µV for 10 dB of (S+N)/N at 30%<br />
modulation;<br />
e. Allow computerized remote control from the AEW Operators‟ console.<br />
11.3.2.4 The UHF RF coaxial cables shall be of rugged type and installed within<br />
protective conduits and shall have a length that meet the applicable performance<br />
requirements.<br />
11.3.2.5 The UHF omni-directional antenna shall be able to be used in the 175-400<br />
MHz frequency range and shall be installed on top of the radio tactical mast,<br />
11.3.3 RF Access Router(s)<br />
11.3.3.1 The Wireless Access router(s) shall support half-duplex media-access<br />
control for HF and UHF bearers in accordance to STANAG 5066 Edition 3,<br />
including:<br />
a. Subnet interface, data framing, and logical link control per STANAG<br />
5066 Edition 3 <strong>Annex</strong>es A to C;<br />
b. Synchronous serial interface per STANAG 5066 Edition 3 <strong>Annex</strong> D;<br />
c. IP network interface per STANAG 5066 Edition 3 <strong>Annex</strong>e F;<br />
d. Media access control per STANAG 5066 Edition 3 <strong>Annex</strong>e L.<br />
11.3.4 Iridium Radio Subsystem<br />
11.3.4.1 The Iridium Radio Subsystem shall include the following elements: 4 L-<br />
Band Iridium Transceivers, 4 L-Band band-pass filters, 4 aerial poles, 4 L-Band<br />
omnidirectional antennas, coaxial RF cables, and ancillary equipment.<br />
11.3.4.2 The Iridium L-Band Transceiver shall present a serial data interface to the<br />
cryptographic equipment in the GEP Main Shelter.<br />
11.3.4.3 The L-Band band-pass filters shall be deployed between each Iridium L-<br />
Band Terminal and the corresponding omnidirectional antenna.<br />
11.3.4.4 Each Iridium omnidirectional antenna shall be installed on a dedicated<br />
aerial pole with clear view to the sky for all azimuth directions. Each Iridium<br />
antenna shall be installed at least 3 m above the top of the supporting structure.<br />
11.3.4.5 The Contractor shall supply SIM cards for each of the 4 IRIDIUM L-Band<br />
Terminals, and shall be responsible for the cost of the communication carried out<br />
during Project Development and implementation until PSA.<br />
11.3.5 FO Inter-Facility Links<br />
11.3.5.1 The FO inter-facility link shall interconnect the GEP Main Shelter with<br />
both the GEP Outdoor Radio Enclosure via a single tactical FO cable.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 94
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
11.3.5.2 The FO inter-facility links shall provide FO modems/multiplexers that<br />
convert the necessary serial links (e.g. between the modem(s) and the cryptographic<br />
devices at the GEP Server/Crypto room) and the management traffic over a single<br />
optical Ethernet link.<br />
11.3.5.3 The FO inter-facility links shall be capable of extending an independent<br />
serial links between the HF/UHF radio equipment installed in the GEP Outdoor Radio<br />
Enclosure and the CIS baseband equipment of the GEP over a distance of up to 5 km.<br />
11.3.5.4 The FO modems/multiplexers shall be data rate-agnostic and shall not<br />
require any specific configuration for the tributary serial ports and shall support any<br />
bit rate between 600 b/s and 64 kb/s.<br />
11.3.6 Interoperability Requirements<br />
11.3.6.1 The GEP shall be compatible with the existing NATO E-3A platforms and<br />
chat terminals, as they are described in NCIA Reference Document 3337 and<br />
notionally depicted at protocol level in Figure 6 below.<br />
Figure 6. Protocols implemented in the GEP to enable interoperability with the NATO and<br />
National AEW platforms.<br />
11.3.7 Wireless Bearer Services<br />
11.3.7.1 The GEP shall implement a multiple wireless-bearer architecture for the<br />
exchange of IP packets between the AMN Core Network and the AEW platforms.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 95
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
11.3.7.2 The GEP shall provide the following Bearer services:<br />
e. IP-over-IRIDIUM Data Services;<br />
f. IP-over-HF Radio Services;<br />
g. IP-over-UHF Radio Services.<br />
11.3.7.3 IP-over-IRIDIUM Data Services shall be distributed across an equipment<br />
string comprised of an L-band terminal (LBT), serial encryption device, and a pointto-point<br />
protocol (PPP) processor for connection management and interface to the<br />
Internet Protocol (IP) and local-area network.<br />
11.3.7.4 IP-over-HF Radio Services shall be distributed across an equipment string<br />
comprised of an HF radio, HF modem, cryptographic unit, HF-IP Router Core, and<br />
local-area network interface.<br />
11.3.7.5 IP-over-UHF Radio Services shall be distributed across an equipment<br />
string comprised of an UHF radio, UHF modem, cryptographic unit, UHF-IP Router<br />
Core, and local-area network interface.<br />
11.3.8 Networking Services<br />
11.3.8.1 The GEP shall implement an architecture for Internet Protocol Routing<br />
and Relaying services. These Routing and Relaying services shall control IP-datagram<br />
ingress/egress to/from the set of AEW sub-networks, manage access-control lists that<br />
permit selected systems to access the external network, and shall control the flow of<br />
IP datagrams between the GEP and the airborne platform over available IP bearer<br />
services.<br />
11.4 Performance Requirements<br />
11.4.1 Location of the HF/UHF antenna masts<br />
11.4.1.1 The location of the two HF/UHF antenna masts shall be chosen so that the<br />
adjacent channel self-interference level is below the normal noise level when one of<br />
the two HF radios is transmitting.<br />
11.4.1.2 For the appreciation of the previous clause, the Contractor shall consider<br />
500 W transmit power at the transmitter output, 3-dB feeder losses at both HF<br />
systems, the rotatable HF antenna oriented towards the sloping-vee antenna, 500 kHz<br />
frequency separation between the two channels in use, 3 kHz SSB modulation, and<br />
one radio tuned at 10.0 MHz.<br />
11.4.2 RF Coaxial Cables<br />
11.4.2.1 Coaxial HF and UHF cables shall be such that the maximum attenuation<br />
between the HF/UHF antenna inputs (located at the locations of the HF/UHF masts)<br />
and the respective HF/UHF radios is less than 3.0 dB.<br />
11.4.2.2 Coaxial L-Band cables shall be such that the maximum attenuation at L-<br />
band between the Iridium antennas and the RF input/output of the L-Band<br />
Transceivers shall be below 3.0 dB.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 96
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
11.4.3 Reliability and Maintainability<br />
11.4.3.1 The PBL shall be designed to meet an operational lifetime of five (5)<br />
years.<br />
11.4.3.2 The PBL will be in operation 24/7 during 365 calendar days except<br />
planned maintenance breaks.<br />
11.4.3.3 Reliability, when expressed as Mean Time Between Critical Failures<br />
(MTBCF), shall be greater than four thousand (4,000) hours for the PBL.<br />
11.4.3.4 Maintainability of the PBL, when expressed as Mean Time to Repair<br />
(MTTR), shall be less than one (1) hour, with 95% of repairs not exceeding thirty (30)<br />
minutes.<br />
11.4.3.5 The Mean Time Between Maintenance (MTBM), which includes both<br />
preventive (scheduled) and corrective (unscheduled) maintenance, for the PBL shall<br />
be greater than one thousand three hundred (1,300) hours.<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 97
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
Section 12<br />
ABBREVIATIONS<br />
ACL<br />
ACMP<br />
ACS<br />
AD<br />
ADN<br />
AEP<br />
AES<br />
AFPL<br />
AIFS<br />
AIL<br />
AIS<br />
AMN<br />
AMSG<br />
AOR<br />
AQAP<br />
ASAS<br />
ASCII<br />
AWCC<br />
BDC<br />
BGP<br />
BICC<br />
BICES<br />
Bi-SC AIS<br />
Bi-SC<br />
BKS<br />
BME<br />
BPS<br />
BW<br />
C2<br />
Access Control List<br />
Allied Configuration Management Publication<br />
Access Control Server<br />
Active Directory<br />
Area Distribution Node<br />
AMN European Point-of-presence<br />
Advanced Encryption Standard<br />
Approved Fielded Product List<br />
Allied Information Flow System<br />
Action Item List<br />
Automated Information System<br />
Afghan Mission Network<br />
Allied Military Security Guidelines<br />
Area of Responsibility<br />
Allied Quality Assurance Publication<br />
All Source Analyst System<br />
American Standard Code for Information Interchange<br />
Afghan Wireless and Cable Company<br />
Backup Domain Controller<br />
Border Gateway Protocol<br />
BICES Initial Core Capability<br />
Battlefield Information Collection and Exploitation System<br />
Bi - Strategic Commands Automated Information System<br />
Bi - Strategic Commands<br />
Backup Server<br />
Bandwidth Manager Equipment<br />
Boundary Protection Service<br />
Bandwidth<br />
Command and Control<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 98
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
C2PC<br />
CAOC<br />
CBC<br />
CCITT<br />
CCNP<br />
CD<br />
CD-ROM<br />
CENTCOM<br />
CI<br />
CIMIC<br />
CIS<br />
CISCO<br />
CJOC<br />
CJPOTF<br />
CLIN<br />
CM<br />
CMDB<br />
CMP<br />
COINS<br />
COM<br />
COMMS<br />
COTS<br />
CPHA<br />
CPU<br />
CRONOS<br />
CSL<br />
CSMA/CD<br />
CV<br />
Cw2k LMS<br />
DB<br />
DC<br />
DDR<br />
Command and Control Personal Computer<br />
Combined Air Operations Centre<br />
Cross Border Connection<br />
Consultative Committee on International Telegraph and Telephone<br />
Cisco Certified Network Professional<br />
Compact Disk<br />
Compact Disk Read Only Memory<br />
Central Command<br />
Configuration Item<br />
Civil-Military Cooperation<br />
Communication and Information Systems<br />
Computer Information System Company<br />
Combined Joint Operations Centre<br />
Combined Joint Psychological Operations Task Force<br />
Contract Line Item Number<br />
Configuration Management<br />
Configuration Management Database<br />
Configuration Management Plan<br />
Communications and Information System<br />
Communications Module<br />
Communications<br />
Commercial Off-The-Shelf<br />
Check Point High Availability<br />
Central Processor Unit<br />
Crisis-Response Operations NATO Open Systems<br />
Contractor Logistics Support<br />
Carrier Sense Multiple Access/Collision Detect<br />
Curriculum Vitae<br />
Cisco Works LAN Management Solution<br />
Database<br />
Domain Controller<br />
Double Data Rate<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 99
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
DES<br />
DHCP<br />
DIMM<br />
DLOS<br />
DMS<br />
DNS<br />
DR<br />
DS<br />
DSCP<br />
DTE<br />
DTR<br />
DVD<br />
ECP<br />
EDC<br />
ELM<br />
EMC<br />
EMS<br />
EN<br />
EPO<br />
ESP<br />
EUCOM<br />
EVE<br />
EW<br />
FAS<br />
FAT<br />
FDD<br />
FOC<br />
FSB<br />
FSMO<br />
FTP<br />
FW<br />
GAL<br />
Data Encryption Standard<br />
Dynamic Host Configuration Protocol<br />
Dual In-line Memory Module<br />
Direct Line of Sight<br />
Document Management System<br />
Domain Name Service/Server<br />
Disaster Recovery<br />
Differentiated Services<br />
Differentiated Services Code Point<br />
Data Terminal Equipment<br />
Data Terminal Ready<br />
Digital Versatile Disc<br />
Engineering Change Proposal<br />
Effective Date of Contract<br />
Element Management System<br />
Electro-Magnetic Compatibility<br />
Enterprise Management System<br />
European Norm<br />
ePolicy Orchestrator<br />
Encapsulating Security Payload<br />
European Command<br />
Effective Visual Execution<br />
Electronic Warfare<br />
Functional Area Services/Subsystem/Software<br />
Factory Acceptance Test<br />
Floppy Disk Drive<br />
Full Operational Capability<br />
Forward Supply Base<br />
Flexible Single-Master Operations<br />
File Transfer Protocol<br />
Firewall<br />
Global Address List<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 100
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
GB<br />
GBIC<br />
GC<br />
GCCS<br />
GFS<br />
GPO<br />
GRE<br />
HCL<br />
HDS<br />
HP<br />
HPOV<br />
HQ<br />
HSRP<br />
HTTP<br />
HTTPS<br />
HUMINT<br />
HW<br />
ICC<br />
ICMP<br />
IDN<br />
IDNX<br />
IDS<br />
IEC<br />
IEEE<br />
iGeoSIT<br />
IGMP<br />
IIS<br />
ILS<br />
ILSP<br />
IMART<br />
IMS<br />
IOC<br />
Giga Byte<br />
Gigabit Interface Converter<br />
Global Catalogue<br />
Global C2 System<br />
Grandfather, Father, Son<br />
Group Policy Objects<br />
Generic Router Encapsulation<br />
Hardware Compatibility List<br />
High Data Server<br />
Hewlett Packard<br />
Hewlett Packard Open View<br />
Headquarters<br />
Hot Standby Routing Protocol<br />
Hyper-Text Transfer Protocol<br />
Hyper-Text Transfer Protocol Secure<br />
Human Intelligence<br />
Hardware<br />
Interim CAOC Capability<br />
Internet Control Message Protocol<br />
Internal Distribution Node<br />
Integrated Digital Network Exchange<br />
Intrusion Detection System<br />
International Electro-technical Commission<br />
Institute of Electrical and Electronics Engineers<br />
Interim GeoSpatial Intelligence Tool<br />
Internet Group Management Protocol<br />
Internet Information Server<br />
Integrated Logistic Support<br />
Integrated Logistic Support Plan<br />
Imagery Management and Reporting Tool<br />
Internet Mail Service<br />
Initial Operating Capability<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 101
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
IP<br />
Internet Protocol<br />
Ipsec ESP IP security Encapsulating Security Payload<br />
IPv4 Internet Protocol version 4<br />
IPv6 Internet Protocol version 6<br />
IS<br />
ISAF Secret<br />
ISAF International Security Assistance Force<br />
ISO<br />
International Standards Organisation<br />
IT<br />
Information Technology<br />
ITIL Information Technology Infrastructure Library<br />
ITP<br />
Intention to Proceed<br />
J6<br />
CIS Staff Branch<br />
JADOCS Joint Automated Deep Operations Coordination System<br />
JCCC Joint CIS Control Centre<br />
JCHAT Joint Chat<br />
JFC<br />
Joint Force Command<br />
JIC<br />
Joint Intelligence Centre<br />
JOC Joint Operation Centre<br />
JOIIS Joint Operations & Intelligence Information System<br />
KAIA Kabul Afghanistan International Airport<br />
KAF Kandahar Air Field<br />
KCCC KAF CIS Control Centre<br />
KMNB Kabul Multinational Brigade<br />
KVM Keyboard, Video, Mouse<br />
KQI Key Quality Indicator<br />
LAN Local Area Network<br />
LCS Live Communications Server<br />
LEP Locally Employed Personnel<br />
LLC Logical Link Control<br />
LOCE Linked Intel Operations Centre Europe<br />
LOGFASS Logistics Functional Area Sub-System<br />
LOGREP Logistics Reporting<br />
LRU Lowest Replaceable Unit<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 102
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
MAC Mandatory Access Control<br />
MAPI Messaging Application Programming Interface<br />
Mb<br />
Mega Bit<br />
MB<br />
Mega Byte<br />
MCSE Microsoft Certified System Engineer<br />
MD5 Message Digest 5<br />
MDN Main Distribution Node<br />
MDS Material Data Sheet<br />
MIB Management Information Base<br />
MIIS Microsoft Identity and Integration Server<br />
MLPPP Multi-Link PPP<br />
MMC Microsoft Management Console<br />
MMF Multi Mode Fibre<br />
MMHS Military Message Handling System<br />
MNTF Multi-National Task Force<br />
MOM Microsoft Operations Manager<br />
MS DOS Microsoft Disk Operating System<br />
MS<br />
Microsoft<br />
MSDE Microsoft Data Engine<br />
MTRJ Mechanical Transfer Registered Jack<br />
MTU Maximum Transmission Unit<br />
MU<br />
Mission Unclassified<br />
NAEW NATO Airborne Early Warning<br />
NAFS NATO Automated Financial System<br />
NBA NATO BICES Agency<br />
NBMA Non-Broadcast Multiple Access<br />
NC3A NATO C3 Agency<br />
NCIRC NATO Computer Incident Response Capability<br />
NCSA NATO Communication and Information Systems Services Agency<br />
NDIS Network Driver Interface Specification<br />
NDS Normal Data Server<br />
NETBIOS Network Basic Input/Output System<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 103
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
NGCS<br />
NGX<br />
NIC<br />
NIC<br />
NL<br />
NNM<br />
NNCC<br />
NS<br />
NSN<br />
NT<br />
NTP<br />
NU<br />
OEM<br />
OPL<br />
OPLAN<br />
OS<br />
OSI<br />
OSPF<br />
O&M<br />
OU<br />
OWA<br />
PABX<br />
PBL<br />
PSA<br />
PC<br />
PCI<br />
PD<br />
PDC<br />
PFE<br />
PIM-DM<br />
PIM-SM<br />
PMP<br />
NATO General Purpose Communications Segment<br />
Next Generation Extension<br />
National Intelligence Centre<br />
Network Interface Controller<br />
Netherlands<br />
Network Node Manager<br />
NCSA Network Control Centre (located at SHAPE)<br />
NATO Secret<br />
NATO Stock Number<br />
New Technology<br />
Network Time Protocol<br />
NATO Unclassified<br />
Original Equipment Manufacturer<br />
OPLAN<br />
Operation Plan<br />
Operating System<br />
Open Systems Interconnection<br />
Open Shortest Path First<br />
Operations & Management<br />
Organisational Unit<br />
Outlook Web Access<br />
Private Area Branch Exchange<br />
Product Baseline<br />
Provisional Systems Acceptance<br />
Personal Computer<br />
Peripheral Component Interconnect<br />
Project Director<br />
Primary Domain Controller<br />
Purchaser Furnished Equipment<br />
Protocol Independent Multicast – Dense Mode<br />
Protocol Independent Multicast – Sparse Mode<br />
Project Management Plan<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 104
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
PM<br />
PMHb<br />
PMP<br />
PMT<br />
POC<br />
POP3<br />
PPP<br />
PPRM<br />
PRT<br />
PSA<br />
PSR<br />
PSR<br />
PST<br />
PTL<br />
PWBS<br />
QA<br />
QoS<br />
RAC<br />
RADIUS<br />
RC<br />
RED<br />
RFC<br />
RFIMS<br />
RFQ<br />
RMON<br />
ROM<br />
SAA<br />
SAR<br />
SAS<br />
SATCOM<br />
SC<br />
SCSI<br />
Project Manager<br />
Project Management Handbook<br />
Project Management Plan<br />
Pre-Migration Test<br />
Point of Contact<br />
Post Office Protocol<br />
Point To Point Protocol<br />
Project Progress Review Meeting<br />
Provincial Reconstruction Team<br />
Provisional Site Acceptance<br />
Project Status Report<br />
Project Submission Request<br />
Personal Folder Storage<br />
Project Team Leader<br />
Project Work Breakdown Structure<br />
Quality Assurance<br />
Quality of Service<br />
Regional Area Coordinator<br />
Remote Authentication Dial-In User Service<br />
Regional Centre<br />
Random Early Detection<br />
Request for Comments<br />
Request For Information Management System<br />
Request for Quotation<br />
Remote Monitoring<br />
Read Only Memory<br />
Security Accreditation Authority<br />
Service Access Router<br />
Serial-Attached SCSI<br />
Satellite Communications<br />
Standard/Subscriber Connector (fiber optic)<br />
Small Computer System Interface<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 105
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
SDH<br />
SDP<br />
SEWOC<br />
SHAPE<br />
SID<br />
SIGINT<br />
SLA<br />
SMD<br />
SMS<br />
SMTP<br />
SNMP<br />
SNMS<br />
SOW<br />
SP<br />
SPS<br />
SQL<br />
SSG<br />
SSH<br />
SSS<br />
STANAG<br />
STD<br />
STIVF<br />
SW<br />
TACACS<br />
TAP<br />
TCF<br />
TCP<br />
TCP/IP<br />
TEMPEST<br />
TFTP<br />
TIC<br />
TOS<br />
Synchronous Digital Hierarchy<br />
Service Delivery Point<br />
SIGINT EW Operation Centre<br />
Supreme Headquarters Allied Powers Europe<br />
Security Identifier<br />
Signal Intelligence<br />
Service Level Agreement<br />
System Management Division<br />
Systems Management Server<br />
Simple Mail Transfer Protocol<br />
Simple Network Management Protocol<br />
Small Network Management Suite<br />
Statement of Work<br />
Service Pack<br />
SharePoint Portal Server<br />
Structured Query Language<br />
Signal Support Group<br />
Secure Shell<br />
Schedule of Supplies and Services<br />
NATO Standardization Agreement<br />
Standard<br />
System Test, Integration and Verification Facility<br />
Software<br />
Terminal Access Controller Access Control System<br />
Test and Acceptance Plan<br />
Technical Control Facility<br />
Transmission Control Protocol<br />
Transmission Control Protocol/ Internet Protocol<br />
Telecommunications Electronics Material Protected from Emanating<br />
Spurious Transmissions<br />
Trivial File Transfer Protocol<br />
Theatre Information Centre<br />
Terms Of Service<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 106
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
IFB_CO-13514-AMN12<br />
BOOK II, Part IV, Statement of Work<br />
TSGT Transportable Satellite Ground Terminal<br />
TT<br />
Trouble Ticket<br />
UAD User Activation Directive<br />
UDP User Datagram Protocol<br />
UK<br />
United Kingdom<br />
UPS Uninterruptible Power Supply<br />
US<br />
United States<br />
USB Universal Serial Bus<br />
VLAN Virtual LAN<br />
VRRP Virtual Redundant Routing Protocol<br />
WAN Wide Area Network<br />
WebTAS Web Temporal Analysis System<br />
WINS Windows Internet Naming Service<br />
WISE Web Information Services Environment<br />
WS<br />
Workstation<br />
WSUS Windows Software Update Service<br />
X.400 CCITT Message Handling Protocol<br />
XMPP Extensible Messaging and Presence Protocol<br />
NATO UNCLASSIFIED<br />
RELEASABLE to ISAF<br />
Page 107
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
MODIFICATION PROPOSAL COORDINATION SHEET<br />
SUBJECT: Provision of Second-Generation (2G) Airborne-Instant-Messaging-System (AIMS)<br />
(i.e., NATO CHAT system) and Maritime AIS Reporting Terminal<br />
BRIEF DESCRIPTION OF THE MODIFICATION: bring onboard the equipment required to<br />
establish a CHAT data link using the Airborne Instant Messaging System (AIMS), to provide AIStrack<br />
reporting capability and to test their functionality in support of Concept-Development and<br />
Experimentation (CD&E) for NATO AWACS (e.g., exercise Empire Challenge 2011 (EC10) and<br />
test flights scheduled thereafter).<br />
ENDORSING ELEMENT<br />
COMMENTS<br />
1. BASE SUPPORT WING<br />
SIGNATURE, NAME, RANK<br />
2. LOGISTIC WING<br />
SIGNATURE, NAME, RANK<br />
3. INFORMATION TECHNOLOGY<br />
WING<br />
SIGNATURE, NAME, RANK<br />
4. OPERATIONS WING<br />
SIGNATURE, NAME, RANK<br />
5. TRAINING WING<br />
SIGNATURE, NAME, RANK<br />
6. PLANS & PROGRAMMES DIVISION<br />
SIGNATURE, NAME, RANK<br />
7. NALSO<br />
SIGNATURE, NAME, RANK<br />
8. SENT TO LWCQT<br />
SIGNATURE, NAME, RANK<br />
NAEW FORM 1208 (Page 1 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
NAEW FORM 1208 (Page 2 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
MODIFICATION PROPOSAL<br />
MODIFICATION TITLE: Temporary and recurrent<br />
installation of the Second-Generation NATO CHAT and<br />
AIS-Track-reporting system for safety-of-flight and<br />
proof of concept testing in support of exercise Empire<br />
Challenge 2011<br />
MODIFICATION CLASSIFICATION:<br />
I II III IV V<br />
MODIFICATION NUMBER:<br />
URGENCY OF MODIFICATION:<br />
ROUTINE URGENT IMMEDIATE<br />
CONFIGURATION ITEM (CI) NAME: NSN: PN:<br />
DESCRIPTION OF MODIFICATION: Temporary and recurrent installation of the NAEW 2 nd Generation Airborne<br />
IP Messaging System (2G AIMS or 2G Chat System) for Safety of flight ground testing and if successfully<br />
accomplished usage of the system during cruise flight conditions for proof of concept testing in support of<br />
exercise Empire Challenge 2011. The 2G Chat System is comprised of 5 segments:<br />
Item 1.0 – E3A RED RACK TOP, Intermediate Systems<br />
Item 2.0 – E3A RED-RACK-TWO, Information Assurance Systems<br />
Item 3.0 – E3A BLACK-RACK-ONE, HF/UHF TRANSMISSION SYSTEMS<br />
Item 4.0 – E3A BLACK-RACK-TWO, IRIDIUM TRANSMISSION SYSTEMS<br />
Item 5.0 – E3A LAPTOP SYSTEMS<br />
The segments are to be installed on a temporary and recurring basis as proposed herein. They interface with the<br />
aircrew and platform as shown .<br />
Figure 1 – System View 2 nd Generation (2G) Airborne IP Messaging System<br />
(AIMS)<br />
PROBLEM ADDRESSED:<br />
This proposal addresses the provision of new capability in accordance the Force Command Directives as follows:<br />
NUMBER OF ASSETS IN USE:<br />
1<br />
NUMBER OF ASSETS IN STOCK:<br />
NAEW FORM 1208 (Page 3 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
MAINTENANCE LEVEL:<br />
O/I DEPOT<br />
N A T O U N C L A S S I F I E D<br />
TOTAL COST PER ASSET:<br />
N/A<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
ESTIMATED # MANHOUR per ASSET:<br />
N/A<br />
NAEW FORM 1208 (Page 4 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
Requirement per ASSET for Kit/Parts/Material:<br />
A number of proposed locations have been considered (see figure), with the primary (initial)<br />
location for proof-of-concept and EMI testing in place of the passenger-seats 42-44 at Station 780 in the<br />
overwing location forward of the console-bulkhead for crew-seats 22-24 shown.<br />
Figure 2 – Location options for the 2G AIMS Rack<br />
N.B. – with the primary locations shown for the CIS and transmission subsystems (Station 780, over-wing<br />
location) and Iridium SATCOM subsystems (Station 340, forward of crew-seats 6-7).<br />
For consolidation of system assets during initial EMI and proof of concept tests, it is proposed that<br />
all three of the RED-RACK-TOP, RED-RACK-TWO, and BLACK-RACK-ONE subsystems be installed in a<br />
single vertical stack. Final dimensions of the three units are shown in front view (looking aft) and side-view<br />
(looking starboard).<br />
N.B. – Subsequent installations may place the BLACK-RACK-ONE unit nearer the E8/E10/E12 equipment<br />
cluster in a location to be determined, and subject only to approved amendment to this modification proposal.<br />
Figure 3 – Equipment-Placement: Over-wing location, Station 780; Transport-Case Detail.<br />
NAEW FORM 1208 (Page 5 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
Mission Consoles (back): Seats 22-24<br />
Tail<br />
Nose<br />
Front<br />
Rack-Footprint<br />
Back<br />
Starboard wing<br />
Port wing<br />
Figure 4 – Equipment-Placement: Over-wing location, Station 780; Floor-Rail mounting preparation<br />
and equipment orientation.<br />
Sextant-Port<br />
Shutter<br />
Assembly<br />
Sextant-Port Antenna<br />
Low-loss RF<br />
cable<br />
1G Single-Channel Box shown;<br />
2G Dual-Channel Box to be installed in this<br />
place, with cable to antenna as shown<br />
Figure 5 – Equipment-Placement: Iridium equipment at Sextant-Port location.<br />
NAEW FORM 1208 (Page 6 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
ACTION REQUIRED ON ITEMS IN STOCK:<br />
Temporary removal of passenger seats 42-44 at Station 780, and stowage for subsequent<br />
reinstallation.<br />
SPECIAL TOOLS/TEST EQUIPMENT REQUIRED:<br />
2G AIMS Equipment set and installation kit as described herein.<br />
ADDITIONAL TRAINING REQUIRED:<br />
An installation/removal and operating hands-on type training will be provided by the E3A Component /<br />
NC3A Chat team. Installation, removal, operations, and systems administration instructions that will<br />
be used in this contained in this modification proposal.<br />
OPERATIONAL CHECK OUT REQUIRED:<br />
An operational checkout is required per TCTO instruction and NC3A provided operating instructions<br />
contained herein.<br />
TECHNICAL ORDER SPECIFICATIONS AFFECTED:<br />
This 1208 Modification Proposal subsumes information from TCTO and 1208 proposals related to the<br />
current (i.e., “1 st Generation” or 1G) E3A Chat Rack and its use of Laptop and Iridium SATCOM<br />
systems. It also permits interface to laptops and AIS receivers approved under other TCTO/1208<br />
proposals related to Maritime AIS track reporting. Since this is a temporary installation of special test<br />
equipment (STE) for test and trial no technical order changes are required other than the one specified<br />
in the Temporary TCTO.<br />
NAEW FORM 1208 (Page 7 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
IMPACT ON MODERNIZATION:<br />
Significant – The 2G AIMS rack provides a BLOS/ELOS/LOS IP-communications-network capability<br />
for the E3A, adding a single-or-dual-channel Iridium SATCOM system with sextant-port antenna, and<br />
non-SATCOM STANAG 5066 appliqué for use with E3A HF and UHF radios (one channel for each, or<br />
dual-channel HF, or dual-channel UHF); growth capability to support IP-over-UHF-SATCOM is<br />
supported with an included a Data-Controller for MIL-STD-188-184 operation.<br />
In conjunction with on-board laptop systems (currently approved for use with the E3A’s 1G AIMS<br />
capability) or with connection to an isolated SDC, it may be used for real-time collaborative chat or<br />
other low-bandwidth application for integration of the E3A crew with C2ISR systems on the ground.<br />
Additionally, the system is designed with built-in data-diode to support secure real-time AIS track<br />
reporting into a secure ground-based network.<br />
OTHER EQUIPMENT AFFECTED:<br />
Removal of the passenger seats 42-44 at station 780 in the mid-cabin area of the airplane is required<br />
for the installation of the 2 nd GEN AIMS Equipment.<br />
HOW WORK WILL BE ACCOMPLISHED:<br />
Refer to NN1E-3A-2-1-1 for “General Aircraft information” and NN1E-3A-2-7 for “Aircraft Ground<br />
Handling” and IETM E3-A-20-00-16-00-A-012A-A for “General Warnings and Cautions and Related<br />
Safety Data”.<br />
Development and implementation of the initial 2G AIMS equipment for CD&E shall be performed by<br />
the NATO C3 Agency (NC3A) under contract to the NAEWC&F Force.<br />
Unless otherwise specified the assigned LW Maintenance Techs are responsible for carrying the 2G<br />
AIM equipment onboard the E3A aircraft, installing and connecting it in the mission system<br />
compartment in accordance with the Appendices to this Modification Proposal.<br />
The LW COMM Tech is responsible for bringing onboard and installation of the required Crypto<br />
equipment.<br />
The checkout and operation of the 2G AIM equipment is the responsibility of a trained OW Chat<br />
operator/technician, LW Maintenance Tech or NC3A personnel.<br />
NUCLEAR HARDNESS AFFECTED:<br />
NO YES<br />
IF YES, EXPLAIN ABOVE<br />
WEIGHT AND BALANCE AFFECTED:<br />
NO<br />
YES<br />
NAEW FORM 1208 (Page 8 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
ORIGINATOR: PHONE EXT: 3711<br />
NAME: Drees, Gerard RANK: A2 OFFICE: LWCE<br />
CO-ORIGINATOR: PHONE EXT: +31 70 374 3442<br />
WING COMMANDER or NQAR:<br />
NAME:<br />
PHONE EXT:<br />
RANK:<br />
NAME: Kallgren, Donald<br />
RANK: A4 OFFICE: NC3A.CAT9<br />
HQ NAEWFC/FCMR RECOMMENDATION:<br />
NAEW FORM 1208 (Page 9 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
Contents of and Appendices to this Modification Proposal<br />
Section Identifier Title Page Number<br />
MODIFICATION PROPOSAL COORDINATION SHEET .................................................... 1<br />
APPENDIX A - Technical Data: Kits / Parts / Material .......................................................... 23<br />
A.1 Intermediate Systems (Radio-Access Routers and Controllers) .............................. 23<br />
A.2 Information Assurance Systems (Crypto and Data Diode) ...................................... 25<br />
A.3 Radio-Transmission-Interface Systems (HF / UHF Modems) ................................. 27<br />
A.4 IRIDIUM-SATCOM Transmission Systems ........................................................... 28<br />
A.5 End Systems (Operator Laptops) ............................................................................. 29<br />
A.6 Software ................................................................................................................... 29<br />
A.7 Material and Information Sources ............................................................................ 30<br />
APPENDIX B - Technical Data: Crash-Load Calculations, and Results from Shock/Vibration<br />
Testing ...................................................................................................................................... 35<br />
B.2 Force-Analysis – Common Factors .......................................................................... 36<br />
B.3 Force-Analysis – General Methodology .................................................................. 36<br />
B.4 Force-Analysis for the BLACK-Rack-One mounting bracket ................................. 37<br />
B.5 Force-Analysis for the RED Rack Top mounting bracket ....................................... 38<br />
B.6 Force-Analysis for the RED Rack-Two mounting bracket ...................................... 39<br />
B.7 Force-Analysis for the Steel adaptor plates for ANCRA-LOCK‟S ......................... 40<br />
B.8 Moment-Arm/Torque Analysis ................................................................................ 41<br />
B.9 Crash Load and Safety Margins at Currently Applicable Specification .................. 43<br />
B.10 Summary Comparison of Crash-Load Analysis ....................................................... 43<br />
B.11 Vibration and shock tests on 2nd Generation Airborne Instant Messaging System<br />
(AIMS) Equipment .............................................................................................................. 44<br />
APPENDIX C - Mechanical Drawings and Data .................................................................... 51<br />
C.1 RED-RACK-TOP (Intermediate Systems) .............................................................. 52<br />
C.2 RED-RACK-TWO (Information Assurance Systems) ............................................ 54<br />
C.3 BLACK-RACK-ONE (HF/UHF Transmission Systems)........................................ 56<br />
C.4 BLACK-RACK-TWO (Dual-Channel Iridium Systems) ........................................ 58<br />
APPENDIX D - NATO AMIP E-3A Resource Allocation Program (RAP) Data Sheet<br />
(IS/IA/HF/UHF)....................................................................................................................... 59<br />
APPENDIX E - NATO AMIP E-3A Resource Allocation Program (RAP) Data Sheet<br />
(Iridium)................................................................................................................................... 61<br />
APPENDIX F - Wiring Diagrams............................................................................................ 63<br />
APPENDIX G - Power-Consumption / Disipation Requirements........................................... 73<br />
G.1 Calculated Power Consumption based on Manufacturer‟s Specifications .............. 73<br />
G.2 Measured Power Consumption Data ....................................................................... 76<br />
G.3 Electrical Power Load Analysis Data Sheet ............................................................. 79<br />
APPENDIX H - Electrical Power Load Analysis Data Sheet (IS/IA) ..................................... 81<br />
APPENDIX I - Electrical Power Load Analysis Data Sheet (HF/UHF).................................. 83<br />
APPENDIX J - Electrical Power Load Analysis Data Sheet (IRIDIUM)................................ 85<br />
APPENDIX K - EMI/EMC Test Procedures ........................................................................... 87<br />
K.1 Scope. ....................................................................................................................... 87<br />
K.2 Test Purpose. ............................................................................................................ 87<br />
K.3 Success Criteria. ....................................................................................................... 87<br />
NAEW FORM 1208 (Page 11 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
K.4 Requirements ........................................................................................................... 87<br />
K.5 Test Description ....................................................................................................... 88<br />
K.6 Test-Conduct Ground Rules .................................................................................... 89<br />
K.7 Test Preparation ....................................................................................................... 89<br />
K.8 Test Procedures ........................................................................................................ 90<br />
K.9 Data Requirements ................................................................................................... 96<br />
K.10 EMI / EMC Test Data Sheet .................................................................................... 98<br />
APPENDIX L - Risk Analysis ............................................................................................... 101<br />
L.1 Safety of Flight (SOF)............................................................................................ 101<br />
L.2 Air-Worthiness ....................................................................................................... 103<br />
L.3 Summary ................................................................................................................ 106<br />
APPENDIX M - Concept of Operations ................................................................................ 107<br />
M.1 Top-Level Operational Requirements .................................................................... 107<br />
M.2 2G AIMS System Overview .................................................................................. 108<br />
M.3 Top-Level Equipment Summary ............................................................................ 114<br />
M.4 Technical Standards Profiles .................................................................................. 117<br />
M.5 Mission Networking Naming and IP-addressing plan ........................................... 118<br />
APPENDIX N - Installation Instructions ............................................................................... 123<br />
N.1 Administration/preparation steps – Aircraft .......................................................... 123<br />
N.2 Administration/preparation steps - 2G AIMS Chat Rack ...................................... 123<br />
N.3 Provide power and cooling as required on the aircraft. ......................................... 150<br />
N.4 Removal of the passenger seats 43-44 per T.O. procedure. ................................... 150<br />
N.5 Load 2G AIMS Equipment and Installation Kit on Board..................................... 151<br />
N.6 Initial Installation: RED-RACK-CRYPTO, mounting plates and floor-track Locks<br />
152<br />
N.7 Installation of the Remaining transport containers on the BASE CONTAINER and<br />
mounting plate. .................................................................................................................. 154<br />
N.8 Mechanical Installation of the Iridium interface container. ................................... 156<br />
N.9 Electrical connections between Subsystems .......................................................... 160<br />
N.10 Electrical/Signal connection for HF and UHF with the onboard communications<br />
system................................................................................................................................. 167<br />
N.11 Electrical/Signal connection Between Sextant-Area Dual-Channel Iridium and<br />
Overwing-Red-Rack-Crypto Equipment ........................................................................... 170<br />
N.12 Power connection for the 2G AIMS Equipment Overwing Area. ......................... 171<br />
N.13 Power connection for the 2G AIMS Equipment Sextant-Port Area. ..................... 173<br />
N.14 Install Rear Cable Shield on the 2G AIMS Equipment. ........................................ 174<br />
N.15 Post-Installation System Checkout ........................................................................ 175<br />
N.16 Storage of equipment, covers etc of the 2 nd GEN AIMS not used for the operation.<br />
175<br />
N.17 Close Administrative Procedures following Installation ....................................... 175<br />
APPENDIX O - Removal Instructions .................................................................................. 177<br />
O.1 How the Work Will Be Accomplished .................................................................. 177<br />
O.2 Initial Preparations ................................................................................................. 177<br />
O.3 Verify that ALL 2G AIMS Equipment has been Powered Down .......................... 177<br />
O.4 Removal of the electrical connection for the HF and UHF connection with the<br />
onboard communications system. ...................................................................................... 178<br />
O.5 Removal of the electrical connection of the four transport containers. ................. 179<br />
NAEW FORM 1208 (Page 12 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
O.6 Removal of the iridium interface container. .......................................................... 179<br />
O.7 Removal of the three (3) transport containers on their mounting plate. ................ 179<br />
O.8 Removal of the mounting plate on the seat tracks. ................................................ 179<br />
O.9 Re-Installation of the passenger seats 42-44 per T.O. procedure. .......................... 179<br />
O.10 Remove power and cooling from the aircraft. ....................................................... 179<br />
O.11 Close administrative procedures. ........................................................................... 179<br />
APPENDIX P - Operating Instructions .................................................................................. 181<br />
P.1 Installation .............................................................................................................. 181<br />
P.2 Preflight – Overwing Equipment Area .................................................................. 181<br />
P.3 Preflight – Sextant-Port and Iridium-Equipment Area .......................................... 182<br />
P.4 AIMS Power ON – Overwing Equipment (CIS and CRYPTO) ............................ 182<br />
P.5 AIMS Power On – Forward Equipment (IRIDIUM Setup) ................................... 184<br />
P.6 AIMS Power On - Operator Laptops ..................................................................... 186<br />
P.7 AIMS Networking Services - Startup and operations ............................................ 188<br />
P.8 Air-to-Air Refueling (AAR) Procedures ................................................................ 190<br />
P.9 Enroute Procedures – Inbound to Base .................................................................. 192<br />
P.10 Shutdown Procedures – Before Leaving the Airplane ........................................... 192<br />
P.11 Emergency Procedures ........................................................................................... 193<br />
P.12 Software Operations ............................................................................................... 193<br />
P.13 Equipment Controls and Indicators........................................................................ 220<br />
P.14 Trouble Shooting Procedures ................................................................................. 229<br />
APPENDIX Q – System Administration ............................................................................... 231<br />
Q.1 New Installation – Laptop End-Systems ................................................................ 231<br />
Q.2 New Installation – Radio-Access-Router ............................................................... 231<br />
NAEW FORM 1208 (Page 13 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
Figures and Diagrams<br />
Figure Identifier Title Page Number<br />
Figure 1 – System View 2 nd Generation (2G) Airborne IP Messaging System (AIMS)............ 3<br />
Figure 2 – Location options for the 2G AIMS Rack .................................................................. 5<br />
Figure 3 – Equipment-Placement: Over-wing location, Station 780; Transport-Case Detail. ... 5<br />
Figure 4 – Equipment-Placement: Over-wing location, Station 780; Floor-Rail mounting<br />
preparation and equipment orientation. ..................................................................................... 6<br />
Figure 5 – Equipment-Placement: Iridium equipment at Sextant-Port location. ....................... 6<br />
Figure B.1 – Force-Analysis Overview for over-wing, floor-mount placement. ..................... 35<br />
Figure B.2 - Shake and Vibration operational-test configurations. ......................................... 46<br />
Figure B.3 - Detail of 2G AIMS Main-cabin Floor Interface. ................................................. 47<br />
Figure B.4 - Random Vibration Power Spectral Density (PSD): comparison of the nonoperational<br />
criteria (as tested for the 2G AIMS Chat Equipment) and the operational criteria.<br />
.................................................................................................................................................. 49<br />
Figure C.2 – Exterior Dimensions – Equipment Stack ............................................................ 52<br />
Figure C.3 – Exterior Dimensions – E3A RED-RACK-TOP, Intermediate Systems (exclusive<br />
of covers) ................................................................................................................................. 53<br />
Figure C.4 – Exterior Dimensions – E3A RED-RACK-TWO, Information Assurance Systems<br />
.................................................................................................................................................. 55<br />
Figure C.5 – Exterior Dimensions – E3A BLACK-RACK-ONE, HF/UHF Transmission<br />
Systems .................................................................................................................................... 57<br />
Figure F.1 – Red-rack-top (CIS subsystem) connector scheme ............................................... 64<br />
Figure F.2 – Red-rack-two (CRYPTO) connector scheme ...................................................... 65<br />
Figure F.3 – Black-rack-One HF connector scheme ................................................................ 66<br />
Figure F.4 – Black-rack-two Iridium connector scheme .......................................................... 67<br />
Figure F.5 – Black-rack-one & Black-rack-two, HF and Iridium Electrical diagrams ............ 68<br />
Figure F.6 – Red-Rack-Top & Red-Rack-two, Intermediate-System and Crypto Electrical<br />
diagrams ................................................................................................................................... 69<br />
Figure F.7 – Black-rack-one Interface to E3A HF Radio ........................................................ 70<br />
Figure F.8 – Black-rack-one Interface to E3A UHF-LOS Radio ............................................. 70<br />
Figure F.9 – Black-rack-one Interface to E3A UHF-SATCOM Radio via KG-84C in E10<br />
Cabinet. .................................................................................................................................... 71<br />
Figure G.1 - Electrical-Load, Startup Transients (combined Red-Rack assembly, IS and<br />
Crypto) for no, one, and three laptops connected. ................................................................... 77<br />
Figure G.2 - Electrical-Load, Startup Transients (Black-Rack-One unit, HF/UHF<br />
Transmission Systems). ........................................................................................................... 78<br />
Figure G.3 - Electrical-Load, Startup Transients (Black-Rack-One unit, HF/UHF<br />
Transmission Systems). ........................................................................................................... 79<br />
Figure M.1 – NOV-1 – AIMS / Chat System Operational Concept View ............................. 107<br />
Figure M.2 – NOV-2 – AIMS / Chat System Operational Connectivity View ..................... 108<br />
Figure M.3 – NOV-2 – 2G AIMS / Baseline Communications Capabilities......................... 109<br />
Figure M.4 – NOV-2 – Evolution Strategy for 2G AIMS Capabilities ................................. 109<br />
Figure M.5 – NATO System View (NSV-1) Ground-Entry-Point ........................................ 110<br />
Figure M.6 – 2G AIMS System Pictorial Overview. ............................................................. 112<br />
Figure M.7 – NATO System View (NSV-1) 2G AIMS Chat Rack . ..................................... 113<br />
Figure M.8 - End-to-End Standards Profiles and Interface Profiles NATO AIMS. .............. 118<br />
NAEW FORM 1208 (Page 14 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
Figure M.9 - Fleet-Wide IP-Address allocations (example for mixed HF/UHF and Iridium<br />
bearers with 4 GEP/DGEP and 9 aircraft nodes) ................................................................... 121<br />
Figure N.1 – hfstack.config.xml configuration file (node addressing parameters that<br />
may require modification per mission requirements are highlighted) ................................... 129<br />
Figure N.2 – sisetherclient.conf configuration file (node addressing parameters that<br />
may require modification per mission requirements are highlighted) ................................... 131<br />
Figure N.3 – sisetherclient-up configuration file (IP addressing parameters that may<br />
require modification per mission requirements are highlighted) ........................................... 132<br />
Figure N.4 – sisetherclient-down configuration file (this file generally requires no<br />
modification for different IP addressing plans) ..................................................................... 132<br />
Figure N.5 – wvdial.conf.template configuration file (no configuration or<br />
modification of this file is /required) ..................................................................................... 133<br />
Figure N.6 – wvdial.conf.template.multi configuration file (no configuration or<br />
modification of this file is required) ...................................................................................... 134<br />
Figure N.7 – Radio-Access-Router /etc/hosts configuration file (this is a sample;<br />
administrative preparation must create a file set based on the Mission IP Addressing and<br />
Naming Plan.) ........................................................................................................................ 136<br />
Figure N.8 – Remote AIMS Control via Laptop, remote XWindows Concept and<br />
Configuration Elements. ........................................................................................................ 138<br />
Figure N.9 – Laptop XServer Installation: XMing Check..................................................... 139<br />
Figure N.10 – PuTTY Configuration Dialog Box – Top Level. ............................................ 140<br />
Figure N.11 – PuTTY Auto-login Account Configuration Panel. ......................................... 142<br />
Figure N.12 – PuTTY Remote Command Specification Panel. ............................................ 142<br />
Figure N.13 – PuTTY Remote X-forwarding configuration. ................................................ 143<br />
Figure N.14 – PuTTY configuration for PKI use. ................................................................. 144<br />
Figure N.15 – Pageant AddKey Passphrase dialog (a) and Key-Display (b) dialogs. ....... 145<br />
Figure N.16 – Public-Key Check on the Radio-Access Router. ............................................ 146<br />
Figure N.17 Figure 6 – PuTTYgen creation (a) and storage (b) of the required Public-<br />
/Private-Key pair. ................................................................................................................... 147<br />
Figure N.18 – Successful auto-login and auto-launch of the GUI Main Panel.. .................... 148<br />
Figure N.19 - Station 780 overwing area with seats removed; 2G AIMS Equipment<br />
Orientation. ............................................................................................................................ 152<br />
Figure N.20 – Attaching the RED-RACK- CRYPTO Subsystem to the floor rail. – frontview<br />
of rack subsystem, from starboard. ............................................................................... 153<br />
Figure N.21 – Crypto-cable configuration, RED-RACK CRYPTO subsystem rear-panel<br />
detail. ...................................................................................................................................... 155<br />
Figure N.22 – Front-View of 2G AIMS Rack Assembly, from starboard, initial<br />
installation/assembly .............................................................................................................. 156<br />
Figure N.23 - Former Sextant-Container location and mounting bracket. ............................ 157<br />
Figure N.24 - Iridium Equipment Installation: Sextant-Port Shutter Assembly, Antenna,<br />
Cable, and Iridium Equipment Box locations at Station 340. ................................................ 160<br />
Figure N.25 – Component Interconnection View 2 nd Generation (2G) Airborne IP Messaging<br />
System. ................................................................................................................................... 160<br />
Figure N.26 – AIMS Rear-Panel Cabling and Connectors: RED-RACK-CIS Subsystem .... 161<br />
Figure N.27 – AIMS Rear-Panel Cabling and Connectors: RED-RACK-TWO (Information<br />
Assurance) Subsystem .......................................................................................................... 162<br />
Figure N.28 – AIMS Black-Rack Iridium Rear-/Side-Panel Cabling and Connectors .......... 163<br />
NAEW FORM 1208 (Page 15 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
Figure N.29 – AIMS Rear-Panel Cabling and Connectors: Black-Rack-One (HF/UHF modem<br />
interface) subsystems ............................................................................................................. 164<br />
Figure N.30 – AIMS Rear-Panel Cabling and Connectors: equipment-cases, overwing area.<br />
................................................................................................................................................ 167<br />
Figure N.31 - HF2 / E8 interface point. ................................................................................. 168<br />
Figure N.32 - HF3 / E12 interface point. ............................................................................... 169<br />
Figure N.33 – Direct-HF cable routing to cabinet E12 or E8 ................................................ 170<br />
Figure N.34 – E12 cabinet external connections ................................................................... 170<br />
Figure N.35 – Dual-Channel Iridium fibre-optic cable routing between Stations 340 and 780.<br />
................................................................................................................................................ 171<br />
Figure N.36 ― 2G AIMS equipment, Red-Rack and Black-Rack power switches .............. 172<br />
Figure N.37 ― P67-2 Circuit Breaker panel, convenience-power outlet breaker for overwing<br />
2GAIMS equipment. .............................................................................................................. 172<br />
Figure N.38 – AIM Equipment Rack – Power Distribution Rack – Power cable connection<br />
with 115V convenience power outlet..................................................................................... 173<br />
Figure O.1 ― 2G AIMS equipment, Red-Rack and Black-Rack power switches ................ 178<br />
Figure O.2 ― P67-2 Circuit Breaker panel, convenience-power outlet breaker for overwing<br />
2GAIMS equipment. .............................................................................................................. 178<br />
Figure P.1 – Top-Level GUI Panel, Control-Mode Selection and Displays .......................... 189<br />
Figure P.2 – mIRC Options Panel .......................................................................................... 194<br />
Figure P.3 – mIRC Favorites Panel ....................................................................................... 195<br />
Figure P.4 – mIRC Chat-Room Panel .................................................................................... 196<br />
Figure P.5 – JChat login screen ............................................................................................. 197<br />
Figure P.6 – New account ...................................................................................................... 197<br />
Figure P.7 – Server settings ................................................................................................... 198<br />
Figure P.8 – Account settings ................................................................................................ 199<br />
Figure P.9 – Cross domain settings ........................................................................................ 200<br />
Figure P.10 – Optimizations settings ..................................................................................... 201<br />
Figure P.11 – JChat User Window. ....................................................................................... 202<br />
Figure P.12 – Select rooms .................................................................................................... 203<br />
Figure P.13 – Add additional server ...................................................................................... 203<br />
Figure P.14 – Server Read timeout ........................................................................................ 204<br />
Figure P.15 – Configure server connections .......................................................................... 205<br />
Figure P.16 – Server to Server settings .................................................................................. 206<br />
Figure P.17 – Configuring the mIRC - JChat gateway .......................................................... 207<br />
Figure P.18 – Gateway Registrations ..................................................................................... 208<br />
Figure P.19 – Settings to be turned off .................................................................................. 209<br />
Figure P.20 – Top-Level GUI Panel, Control-Mode Selection and Displays ........................ 210<br />
Figure P.21 – IRIDIUM Control-States ................................................................................. 211<br />
Figure P.22 – Top-Level GUI Panel, Iridium Control-Mode Selection and Displays ........... 212<br />
Figure P.23 – Description of IP-WTRP-HF Manager ........................................................... 213<br />
Figure P.24 – Overview HF Subnet Manager ........................................................................ 215<br />
Figure P.25 – Advanced IP-WTRP-HF Manager .................................................................. 215<br />
Figure P.26 – Modem Data Rate ............................................................................................ 216<br />
Figure P.27 – HF-IP Interface Monitor Example ................................................................... 216<br />
Figure P.28 – Stack Monitor Example ................................................................................... 217<br />
Figure P.29 – Ring Monitor Example .................................................................................... 217<br />
NAEW FORM 1208 (Page 16 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
Figure P.30 – GUI Files Example .......................................................................................... 218<br />
Figure P.31 – Version Example ............................................................................................. 218<br />
Figure P.32 – System Shutdown Dialog ................................................................................ 219<br />
Figure P.33 – Top-Level GUI Panel, Control-Mode Selection and Displays ........................ 220<br />
Figure P.34 – RF 5710A Modem ........................................................................................... 221<br />
Figure P.35 – MDM Q9604 Modem ...................................................................................... 223<br />
Figure P.36 – Red-Rack-Top, Intermediate System, component locations (administrative<br />
console and KVM switch, radio-access-router, removable storage, Ethernet switch and<br />
power-supply). ....................................................................................................................... 225<br />
Figure P.37 – MPCX – 47 LED Indications .......................................................................... 226<br />
Figure P.38 – MPCX – 47 Button Functions ......................................................................... 227<br />
Figure P.39 – MPCX – 47 Slots............................................................................................. 227<br />
Figure P.40 – 2G AIMS Laptop options ................................................................................ 228<br />
NAEW FORM 1208 (Page 17 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
Tables<br />
Table Identifier Title Page Number<br />
Table A.1 – RED-RACK-TOP, Intermediate Systems ............................................................ 23<br />
Table A.2 – RED-RACK-TWO, Information Assurance Systems .......................................... 25<br />
Table A.3 – BLACK-RACK-ONE, HF/UHF TRANSMISSION SYSTEMS ......................... 27<br />
Table A.4 – BLACK-RACK-TWO, IRIDIUM TRANSMISSION SYSTEMS ...................... 28<br />
Table A.5 – Laptop / End-System Software (minimum required set) ..................................... 30<br />
Table A.6 – Radio-Access Router Software (HF/UHF-LOS Media-Access-Control, and<br />
Iridium PPP .............................................................................................................................. 30<br />
Table A.7 – NATO stock numbers .......................................................................................... 30<br />
Table B.1 – Common Factors Applying to the Crash-Load Analysis ...................................... 36<br />
Table B.2 – Black-Rack-One Mass Elements .......................................................................... 37<br />
Table B.3 – Black-Rack-One plus Red-Rack-Top Mass Elements ......................................... 38<br />
Table B.4 – Current Weight / Loading Summary for Overwing Triple Seat (seats 42-44) ..... 43<br />
Table B.5 – Forces and Safety Margins ................................................................................... 44<br />
Table B.6 – Random Vibration Test Criteria (per USAF Specification SS204N16002-5A,<br />
para. 3.1.3.4.2.1, Non-Operating Floor Mounted Equipment, Main Cabin) ............................ 48<br />
Table B.7 – Random Vibration Test Criteria (per USAF Specification SS204N16002-5A,<br />
para. 3.1.3.4.2.1, Operating Floor Mounted Equipment, Main Cabin) .................................... 48<br />
Table C.1 – Station 780/Over-the-Wing Size and Weight Summary ...................................... 51<br />
Table C.2 – RED-RACK-TOP, Intermediate Systems ............................................................ 53<br />
Table C.3 – RED-RACK-TWO, Information Assurance Systems .......................................... 55<br />
Table C.4 – BLACK-RACK-ONE, HF/UHF Transmission Systems ..................................... 57<br />
Table C.5 – Dual-Channel Iridium Size and Weight Summary ............................................... 58<br />
Table G.1 – Subsystem Power-Consumption Summary. ......................................................... 73<br />
Table G.2 – RED-RACK-TOP, Intermediate Systems ............................................................ 73<br />
Table G.3 – RED-RACK-TWO, Information Assurance Systems .......................................... 74<br />
Table G.4 – BLACK-RACK-ONE, HF/UHF TRANSMISSION SYSTEMS ......................... 75<br />
Table G.5 – BLACK-RACK-TWO, IRIDIUM SATCOM SYSTEMS ................................... 76<br />
Table K.1 – EMI/EMC Test Support Equipment. ................................................................... 87<br />
Table K.2 – EMI/EMC Test Support Personnel. ..................................................................... 88<br />
Table K.3 – EMI/EMC Test System/Response Criteria. ......................................................... 97<br />
Table K.4 – EMI/EMC Test Data-Sheet Template. ................................................................. 99<br />
Table L.1 – Safety of Flight Risk Assessment Matrix ........................................................... 102<br />
Table L.2 – Air-Worthiness Matrix ....................................................................................... 105<br />
Table M.1 – Operator Laptops Systems (Secure) .................................................................. 115<br />
Table M.2 – Operator Laptops Systems (AIS-Track reporting) ............................................ 115<br />
Table M.3 – Radio-Access-Routers (Iridium, HF, and UHF-LOS) ....................................... 116<br />
Table M.4 – Radio-Access-Routers (UHF-SATCOM) ......................................................... 116<br />
Table M.5 – Secure Serial-Line Iridium Dialup Services ...................................................... 116<br />
Table M.6 – Secure Synchronous Serial Token-Ring and UHF-SATCOM Services ........... 117<br />
Table M.7 – One-Way Secure Boundary-Protection Services ............................................... 117<br />
Table M.8 – Sample / Validated Mission Network Naming and IP Addressing Plan ........... 120<br />
Table N.1 – AIMS Rear-Panel Cabling and Connectors: RED-RACK-Top Subsystem<br />
(Intermediate-Systems) .......................................................................................................... 161<br />
NAEW FORM 1208 (Page 18 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
Table N.2 – AIMS Rear-Panel Cabling and Connectors: RED-RACK-TWO (Information<br />
Assurance) subsystem ............................................................................................................ 162<br />
Table N.3 – AIMS Black-Rack-Two (Dual-Channel Iridium) Rear-/Side-Panel Cabling and<br />
Connectors ............................................................................................................................. 163<br />
Table N.4 – AIMS Rear-Panel Cabling and Connectors: BLACK-RACK-ONE (HF/UHF<br />
Modem Interface) Subsystem ................................................................................................ 164<br />
Table N.5 – AIMS Inter-subsystem cabling summary. .......................................................... 165<br />
Table P.1 – End-System TCP tuning parameters: Windows Registry variables and values . 208<br />
Table P.2 – Stack-Status Indicator ......................................................................................... 214<br />
Table P.3 – RF 5710A Modem Settings ................................................................................ 222<br />
Table P.4 – CRYPTO Settings of KG-84C and KIV-7HS .................................................... 224<br />
Table P.5 – Problem Identification and Corrective Actions (HF / UHF connections) .......... 229<br />
NAEW FORM 1208 (Page 19 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
NAEW FORM 1208 (Page 21 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
APPENDIX A - TECHNICAL DATA: KITS / PARTS / MATERIAL<br />
The materials listed and described herein have been used to implement the 2G AIMS<br />
Chat Rack. The material lists are organized and presented for each segment:<br />
<br />
<br />
<br />
<br />
<br />
RED RACK TOP, Intermediate Systems<br />
RED-RACK-TWO, Information Assurance Systems<br />
BLACK-RACK-ONE, HF/UHF Transmission Systems<br />
BLACK-RACK-TWO, IRIDIUM Transmission Systems<br />
Laptop / End-Systems<br />
A.1 INTERMEDIATE SYSTEMS (RADIO-ACCESS ROUTERS AND<br />
CONTROLLERS)<br />
Intermediate systems (i.e., IP network routers, gateways, and media-access controllers)<br />
in the 2G AIMS Chat rack reside in the RED-RACK-TOP segment; technical data are given in the<br />
table below.<br />
1<br />
Table A.1– RED-RACK-TOP, Intermediate Systems<br />
item nomenclature part number NSN qty data sheet Source<br />
E3A RED RACK TOP,<br />
Intermediate Systems<br />
N/A 1<br />
NATO C3 Agency<br />
Oudewaalsdorperweg 61<br />
2597 AK The Hague<br />
The Netherlands;<br />
integrating the components below.<br />
1.1<br />
1.1.1<br />
1.2<br />
Fibre-Optic-Interface-<br />
Sub-Chassis, Red-Side-<br />
Interface<br />
Slide-in-Module Media<br />
Converter:<br />
• Gigabit Ethernet<br />
• Copper to Fiber<br />
• 1000Base-T to<br />
1000Base-SX/LX<br />
Quantity is 1 module per<br />
connected SDC, with a<br />
maximum of 8<br />
RJ-Switch: 9-port<br />
Ethernet Switch<br />
1.3 Radio-Access Router<br />
1.3.1<br />
Synchronous Serial<br />
Interface module;<br />
installed in item #1.3<br />
CPSMC0800-100<br />
8-Slot<br />
PointSystem<br />
Chassis<br />
N/A 1<br />
CGFEB1013-120 N/A 1-8<br />
RJS-ML-9MG N/A 1<br />
Microspace<br />
MPCX47<br />
ACB-104.ULTRA<br />
Serial Interface --<br />
3514<br />
TN FOM chassis<br />
CPSMC0800-<br />
100.pdf<br />
CGFEB1013-<br />
120.pdf<br />
RJ-Switch RJS-<br />
ML-9MG.pdf<br />
N/A 2 MPCX47 [1].pdf<br />
N/A 2<br />
ACB-<br />
104.ULTRA<br />
Serial Interface -<br />
- 3514.tif<br />
Transition Networks<br />
6475 City West Parkway<br />
Minneapolis, MN 55344, USA<br />
telephone: 952-941-7600<br />
toll free: 800-526-9267<br />
fax: 952-941-2322<br />
(per NC3A modifications to the<br />
power supply and external chassis<br />
as part of this integration)<br />
Amphenol Socapex Promenade<br />
de l’Arve -B.P.29 - 74311 THYEZ<br />
– FRANCE<br />
Phone. :+ 33 (0) 4 50 89 28 00 -<br />
Fax : + 33 (0) 4 50 96 29 75 – E-<br />
mail: contact@rjswitch.com<br />
http://www.rjswitch.com<br />
Digital-Logic<br />
www.digitallogic.ch<br />
Sealevel Systems, Inc.<br />
2779 Greenville Highway<br />
PO Box 830<br />
Liberty, SC 29657<br />
USA<br />
Phone:<br />
(864) 843-4343<br />
NAEW FORM 1208 (Page 23 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
item nomenclature part number NSN qty data sheet Source<br />
1.3.2<br />
-MPCX47 I/O Replicator<br />
Digital-Logic<br />
# 3 (814224), installed<br />
N/A 2 MPCX47 [1].pdf<br />
www.digitallogic.ch<br />
in item #1.3<br />
1.3.3<br />
Removable Solid-State<br />
Kingston<br />
N/A 2<br />
Drive – 64GB<br />
SSD.pdf<br />
Kingston<br />
1.3.4<br />
Patriot enclosure for 2<br />
PC25S disk<br />
Convoy XL N/A 1<br />
SSDs<br />
drive.pdf<br />
Patriot: www.patriotmem.com<br />
1.4 item 1.4 deleted from equipment list<br />
1.5<br />
Keyboard, Video<br />
Display, and Mouse<br />
(KVM)<br />
LTRM-355CU N/A 1<br />
1.5.1 2-port KVM switch NS211 micro N/A 2<br />
rack mount<br />
KVM.pdf<br />
ns211micro-<br />
PS2.pdf<br />
LAN TEK – P.O. Hox 549 – Yucca<br />
Valley, CA 92286 –<br />
(800) 660-2286<br />
www.lan-tek.net<br />
Newstar Computer products<br />
Europe Wateringweg 62/B,<br />
Haarlem, The Netherlands<br />
1.6 Top-Red-Cabinet N/A NC3A<br />
1.6.1<br />
Zarges Mitraset Zarges BV / 5060 AH Oisterwijk /<br />
19” Transport Case (7U Zarges 19”<br />
N/A 1 cases.pdf Postbus 337 / www.zargescases.com<br />
internal capacity) Mitraset<br />
321745_2.pdf<br />
1.6.2<br />
Shelving, equipment<br />
mounts<br />
N/A<br />
NC3A<br />
1.6.3 Cable-Loom N/A 1 NC3A<br />
1.6.4 Connector Kit N/A NC3A<br />
1.6.5<br />
VIPAC Power Supply<br />
N/A 1<br />
1.6.5.1<br />
1.6.5.2<br />
1.6.5.3<br />
1.7<br />
System (PSS)<br />
PSS Base Chassis +<br />
115VAC 400 Hz /<br />
12VDC converter<br />
PSS Power Module<br />
(External Laptop<br />
Systems 12VDC)<br />
PSS Power Module<br />
(Internal Systems (items<br />
1.1 – 1.5) 5-12VDC)<br />
Power plug to connect<br />
system to aircraft 120V<br />
AC convenience outlet.<br />
VP-B2321282E N/A 1<br />
N/A 1<br />
VEJ-00-CZ-B1 N/A 1<br />
N/A 1<br />
1.8 Fans N/A 1<br />
1.9<br />
Synch serial<br />
interconnect cable<br />
Radio-Access Router<br />
(item # 1.3) –<br />
Encryption unit (red-rack<br />
two item #2.1)<br />
N/A 2<br />
1.10<br />
1.11<br />
1.12<br />
1.13<br />
Asynchronous serial<br />
interconnect cable<br />
Radio-Access Router<br />
(item # 1.3) –<br />
Encryption unit (red-rack<br />
two item #2.2)<br />
Asynchronous serial<br />
interconnect cable<br />
Radio-Access Router<br />
(item # 1.3) – Trusted<br />
Filter (red-rack two item<br />
#2.5) (optional)<br />
Ethernet interconnect<br />
cable Radio-Access<br />
Router (item # 1.3) –<br />
data diode (red-rack two<br />
item #2.3)<br />
UHF-SATCOM Data<br />
Controller<br />
N/A 2<br />
N/A<br />
N/A 1<br />
VDC-500C N/A 1<br />
0 or<br />
2<br />
vipac power<br />
supply.pdf<br />
vipac[1].pdf<br />
VICOR Germany /<br />
Adalperostrasse 29 / 85737<br />
Ismaning / Germany /<br />
www.vicoreurope.com<br />
provided by:<br />
N3CA<br />
provided by:<br />
N3CA<br />
provided by:<br />
N3CA<br />
provided by:<br />
N3CA<br />
provided by:<br />
N3CA<br />
Viasat Sales<br />
6155 El Camino Real<br />
Carlsbad, CA 92009<br />
Tel 888.ViaSat.1<br />
(888-842-7281)<br />
Fax 760.683.6815<br />
Email insidesales@viasat.com<br />
NAEW FORM 1208 (Page 24 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
A.2 INFORMATION ASSURANCE SYSTEMS (CRYPTO AND DATA DIODE)<br />
Information Assurance systems (i.e., cryptographic subsystems for confidentiality and<br />
secure access control, fibre-optic elements for TEMPEST isolation, data-diodes for controlled crossdomain<br />
information transfer, etc.) in the 2G AIMS equipment reside in the RED-RACK-TWO<br />
segment; technical data are given in the table below.<br />
Table A.2– RED-RACK-TWO, Information Assurance Systems<br />
item nomenclature part number NSN qty data sheet Source<br />
2<br />
2.1<br />
RED RACK BOTTOM,<br />
Information Assurance<br />
Systems<br />
Encryptor, HF/UHF<br />
(incorporating any<br />
combination of 2.1.1 or<br />
2.1.2 not to exceed two<br />
units)<br />
Link-Level Serial<br />
Encryptor (KG)<br />
1<br />
2<br />
NATO C3 Agency<br />
Oudewaalsdorperweg 61<br />
2597 AK The Hague<br />
The Netherlands;<br />
integrating the components below.<br />
NC3A (housing, cabling, and<br />
crypto integration)<br />
provided by:<br />
E3A MOB<br />
2.1.1<br />
KG-84C<br />
2.1.1.1 KG-84C adaptor plate NC3A<br />
2.1.2<br />
Link-Level Serial<br />
Encryptor (KIV) KIV-7HS kiv7[1].pdf<br />
2.1.2.1 KIV-7 adaptor plate NC3A<br />
Removable Encryption<br />
2.2 unit, Dual-Channel<br />
Iridium<br />
2.2.1<br />
Sectera Wireline BDI<br />
Terminal<br />
provided by:<br />
E3A MOB<br />
1 NC3A (housing and integration)<br />
2 Sectera_BDI.pdf<br />
General Dynamics<br />
C4I Systems<br />
8220 East Roosevelt Street, M/D<br />
R-6206 • Scottsdale, AZ 85257<br />
Toll-free: 800-972-0068 • Phone:<br />
410-441-4300 • Fax: 480-441-<br />
2515 • Email: secterainfo@gdc4s.com<br />
Web Site:<br />
www.gdc4s.com/sectera<br />
2.3. Data-diode 1<br />
2.3.1<br />
Modem Blue side (T);<br />
installed in item #2.3.<br />
CFT-2062D 1<br />
Canary<br />
transceivers.pdf<br />
NC3A<br />
Canary Communications inc.,<br />
18655 Madrone Parkway, Ste<br />
100., Morgan Hill, CA 95037, USA<br />
2.3.2<br />
Modem Red Side ®;<br />
installed in item #2.3.<br />
CFT-2062 1<br />
Canary<br />
transceivers.pdf<br />
Canary Communications inc.,<br />
18655 Madrone Parkway, Ste<br />
100., Morgan Hill, CA 95037, USA<br />
2.4.0<br />
2.4.1<br />
2.4.2<br />
2.4.3<br />
Fibre-Optic-Interface-<br />
Sub-Chassis, Black-<br />
Side-Interface<br />
Slide-in-Module Device<br />
• High-Speed Serial,<br />
Synchronous<br />
• V.35 / X.21 / RS449 /<br />
RS530 / RS232<br />
• Copper to Fiber<br />
Slide-in-Module Media<br />
Converter,<br />
Asynchronous<br />
RS-232 to Fiber<br />
Slide-in-Module Media<br />
Converter:<br />
• Copper to Fiber<br />
CPSMC0800-100<br />
8-Slot<br />
PointSystem<br />
Chassis<br />
CPSVT2611-100 2<br />
CRS2F3111-100 4<br />
CGFEB1013-120 1<br />
1<br />
TN FOM chassis<br />
CPSMC0800-<br />
100.pdf<br />
TN FOMcard<br />
CPSVT2611-<br />
100.pdf<br />
TN FOMcard<br />
CRS2F3111-<br />
100.pdf<br />
TN FOMcard<br />
CGFEB1013-<br />
120.pdf<br />
Transition Networks<br />
6475 City West Parkway<br />
Minneapolis, MN 55344, USA<br />
telephone: 952-941-7600<br />
toll free: 800-526-9267<br />
fax: 952-941-2322<br />
(per NC3A replacement of the<br />
power supply and external chassis<br />
as part of this integration)<br />
NAEW FORM 1208 (Page 25 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
item nomenclature part number NSN qty data sheet Source<br />
• 1000Base-T to<br />
1000Base-SX/LX<br />
Trusted Filter<br />
2.5<br />
This is an optional<br />
element. If present, the<br />
control of HF and UHF<br />
modems in the black<br />
HF/UHF rack can be<br />
done remotely with the<br />
KVM in the top red rack;<br />
else it has to be done<br />
manually with the<br />
buttons on these<br />
modems.<br />
R&S FT5066<br />
0 or<br />
2<br />
FT5066_dat_en.<br />
pdf<br />
2.6 Bottom-Red-Cabinet NC3A<br />
2.6.1<br />
Zarges Mitraset<br />
19” Transport Case (9U Zarges 19”<br />
1 cases.pdf<br />
internal capacity) Mitraset<br />
321375_2.pdf<br />
2.6.2<br />
Shelving, equipment<br />
mounts<br />
NC3A<br />
2.6.3 Cable-Loom 1 NC3A<br />
2.6.3 Connector Kit NC3A<br />
2.6.4<br />
VIPAC Power Supply<br />
System (PSS)<br />
1<br />
PSS Base Chassis<br />
2.6.4.1 115VAC 400 Hz / VPA2315692E 1<br />
24VDC converter<br />
2.6.4.2<br />
2.6.4.3<br />
2.7<br />
2.8<br />
2.9<br />
2.10<br />
2.11<br />
PSS Power Module<br />
Internal Systems (items<br />
2.1, 2.2, 2.4, 2.5) 9-<br />
24VDC)<br />
PSS Power Module<br />
(Internal Systems (item<br />
2.3) 5-24VDC)<br />
Power plug to connect<br />
system to aircraft 120V<br />
AC convenience outlet.<br />
Synch serial<br />
interconnect cable<br />
Radio-Access Router<br />
(item # 1.3 red-rack<br />
top) - Encryption unit<br />
(item #2.1)<br />
Asynchronous serial<br />
interconnect cable<br />
Radio-Access Router<br />
(item # 1.3 red-rack<br />
top) - Encryption unit<br />
(item #2.2)<br />
Asynchronous serial<br />
interconnect cable<br />
Radio-Access Router<br />
(item # 1.3 red-rack<br />
top) - Trusted Filter<br />
(item #2.5) (optional)<br />
Ethernet interconnect<br />
cable Radio-Access<br />
Router (item # 1.3 redrack<br />
top) – data diode<br />
(item #2.3)<br />
VEJWM-CZ-B1 1<br />
VEJW0-CZ-B1 1<br />
2.12 Fans 1<br />
2.13<br />
Fibre optic interconnect<br />
cable FOM (item # 2.4)<br />
– Iridium black rack<br />
2<br />
2.14<br />
Fibre optic interconnect<br />
cable FOM (item # 2.4)<br />
– FOM (item # 3.3<br />
black rack one)<br />
1<br />
2<br />
2<br />
0 or<br />
2<br />
1<br />
5<br />
vipac power<br />
supply.pdf<br />
vipac[1].pdf<br />
Rohde & Schwarz International,<br />
Operations GmbH, Mühldorfstr. 15<br />
D-81671 Munich,<br />
phone: +49 89 4129 13986<br />
Fax: +49 89 4129 63986,<br />
email: volker.max@rohdeschwarz.com<br />
Zarges BV / 5060 AH Oisterwijk /<br />
Postbus 337 / www.zargescases.com<br />
VICOR Germany /<br />
Adalperostrasse 29 / 85737<br />
Ismaning / Germany /<br />
www.vicoreurope.com<br />
provided by:<br />
N3CA<br />
provided by:<br />
N3CA<br />
provided by:<br />
N3CA<br />
provided by:<br />
N3CA<br />
provided by:<br />
N3CA<br />
provided by:<br />
N3CA<br />
provided by:<br />
N3CA<br />
NAEW FORM 1208 (Page 26 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
A.3 RADIO-TRANSMISSION-INTERFACE SYSTEMS (HF / UHF MODEMS)<br />
Modem subsystems in the 2G AIMS Chat rack and associated equipment that interface<br />
to the E3A High-Frequency and Ultra-High-Frequency radios reside in the BLACK-RACK-ONE<br />
segment; technical data are given in the table below.<br />
Table A.3– BLACK-RACK-ONE, HF/UHF TRANSMISSION SYSTEMS<br />
item nomenclature part number qty data sheet Source<br />
3<br />
BLACK-RACK-ONE,<br />
HF/UHF<br />
3.1 HF modem 5710A 1<br />
3.2<br />
3.3<br />
3.3.1<br />
3.3.2<br />
3.3.3<br />
High-Speed UHF<br />
Modem<br />
Fibre-Optic-Interface-<br />
Sub-Chassis, Black-<br />
Side-Interface<br />
Slide-in-Module Device<br />
• High-Speed Serial,<br />
Synchronous<br />
• V.35 / X.21 / RS449 /<br />
RS530 / RS232<br />
• Copper to Fiber<br />
Slide-in-Module Media<br />
Converter:<br />
• Copper to Fiber<br />
• 1000Base-T to<br />
1000Base-SX/LX<br />
Slide-in-Module Media<br />
Converter,<br />
Asynchronous<br />
RS-232 to Fiber<br />
3.4 AIS data processor<br />
3.4.1<br />
3.4.2<br />
3.4.3<br />
-MPCX47 I/O Replicator<br />
# 3 (814224), installed<br />
in item #3.4<br />
Removable Solid-State<br />
Drive – 64GB<br />
Patriot enclosure for 2<br />
SSDs<br />
Q9604 1<br />
CPSMC0800-100<br />
8-Slot<br />
PointSystem<br />
Chassis<br />
CPSVT2611-100 2<br />
CGFEB1013-120 1<br />
CRS2F3111-100 2<br />
Microspace<br />
MPCX47<br />
Convoy XL 1<br />
3.5 Audio plug MS27467T11F35P 1<br />
3.6<br />
Interconnect cable HF<br />
modem aircraft audio<br />
system (use item 3.5 for<br />
aircraft side connection)<br />
1<br />
3.7<br />
3.8<br />
Power plug to connect<br />
system to aircraft 120V<br />
AC convenience outlet.<br />
Extension power cord to<br />
the prime power input<br />
fuse panel on the DTA<br />
shelf. (use item 3.7 to<br />
connect to aircraft 120V<br />
400Hz convenience<br />
1<br />
1<br />
1<br />
Harris.modem.57<br />
10a.pdf<br />
Q9604<br />
datasheet.pdf<br />
TN FOM chassis<br />
CPSMC0800-<br />
100.pdf<br />
TN FOMcard<br />
CPSVT2611-<br />
100.pdf<br />
TN FOMcard<br />
CRS2F3111-<br />
100.pdf<br />
TN FOMcard<br />
CGFEB1013-<br />
120.pdf<br />
MPCX47 [1].pdf<br />
2 Kingston SSD.pdf Kingston<br />
1<br />
1<br />
PC25S disk<br />
drive.pdf<br />
NC3A as integrator<br />
Harris Government<br />
Communications<br />
www.harris.com<br />
note:<br />
provided by: N3CA<br />
Phone: 800-321-2223 or (319)-<br />
295-5100<br />
Fax: (319)-295-4777<br />
Email:<br />
<br />
Website:<br />
http://www.rockwellcollins.com/gs<br />
Transition Networks<br />
6475 City West Parkway<br />
Minneapolis, MN 55344, USA<br />
telephone: 952-941-7600<br />
toll free: 800-526-9267<br />
fax: 952-941-2322<br />
(per NC3A replacement of the<br />
power supply and external chassis<br />
as part of this integration)<br />
Digital-Logic<br />
www.digitallogic.ch<br />
Digital-Logic<br />
www.digitallogic.ch<br />
Patriot: www.patriotmem.com<br />
provided by:<br />
N3CA<br />
provided by:<br />
N3CA<br />
provided by:<br />
MOB<br />
NAEW FORM 1208 (Page 27 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
item nomenclature part number qty data sheet Source<br />
outlet.)<br />
3.9<br />
Fibre optic interconnect<br />
cable FOM (red-rack<br />
two item # 2.4) – FOM<br />
(item # 3.3)<br />
5<br />
3.10<br />
19” Transport Case (4U<br />
internal capacity)<br />
Zarges 19”<br />
Mitraset<br />
3.11<br />
Shelving, equipment<br />
mounts<br />
3.12<br />
VIPAC Power Supply<br />
System (PSS)<br />
1<br />
PSS Base Chassis +<br />
3.12.1 115VAC 400 Hz / VPG2315650E 1<br />
12VDC converter<br />
PSS Power Module<br />
3.12.2 (Internal Systems (items VP-B2321282E<br />
3.3 and 3.4) 12VDC)<br />
3.13 Fans 1<br />
1<br />
Zarges Mitraset<br />
cases.pdf<br />
Drawing box 4 HE<br />
height.pdf<br />
vipac power<br />
supply.pdf<br />
vipac[1].pdf<br />
provided by:<br />
N3CA<br />
provided by:<br />
N3CA<br />
VICOR Germany /<br />
Adalperostrasse 29 / 85737<br />
Ismaning / Germany /<br />
www.vicoreurope.com<br />
A.4 IRIDIUM-SATCOM TRANSMISSION SYSTEMS<br />
Subsystems in the 2G AIMS Chat Rack that provide L-Band Iridium Satellite<br />
communications reside in the BLACK-RACK-TWO segment; technical data are given in the table<br />
below.<br />
Table A.4– BLACK-RACK-TWO, IRIDIUM TRANSMISSION SYSTEMS<br />
item nomenclature part number NSN qty data sheet Source<br />
4<br />
BLACK-RACK-TWO,<br />
IRIDIUM<br />
4.1<br />
4.2<br />
Iridium SATCOM<br />
modem<br />
Reactel / Iridium Cavity<br />
Filter<br />
A3LA-X<br />
LBT9522B<br />
Zarges BV / 5060 AH Oisterwijk /<br />
Postbus 337 / www.zargescases.com<br />
6CX9-1621.5-<br />
X10.5T11<br />
2 A3LA-X.pdf<br />
1<br />
IridiumBandpassFi<br />
lter.pdf<br />
NC3A as integrator<br />
Nal Research Corporation / 9300<br />
West Courthouse Road, Suite 102<br />
/ Manassas, VA 20110 /<br />
www.nalresearch.com/<br />
Semic RF Electronic GmbH /<br />
Postweg 2 / D-82024 Taufkirchen /<br />
Germany / http://www.semic.de<br />
Transition Networks<br />
4.3<br />
Fibre-Optic-Interface-<br />
Sub-Chassis, Black-<br />
Side-Interface<br />
CPSMC0100-200<br />
1-Slot<br />
PointSystem<br />
Chassis<br />
2<br />
single-slot<br />
chassis.pdf<br />
6475 City West Parkway<br />
Minneapolis, MN 55344, USA<br />
telephone: 952-941-7600<br />
toll free: 800-526-9267<br />
fax: 952-941-2322<br />
4.3.1<br />
Slide-in-Module Media<br />
Converter,<br />
Asynchronous<br />
RS-232 to Fiber<br />
CRS2F3111-100 2<br />
TN FOMcard<br />
CGFEB1013-<br />
120.pdf<br />
http://www.transition.com<br />
(per NC3A replacement of the<br />
power supply and external chassis<br />
as part of this integration)<br />
4.4<br />
4.5<br />
Power plug to connect<br />
system to aircraft 120V<br />
AC convenience outlet.<br />
Extension power cord to<br />
the prime power input<br />
fuse panel on the DTA<br />
shelf. (use item 4.4 to<br />
connect to aircraft 120V<br />
400Hz convenience<br />
1<br />
1<br />
provided by:<br />
N3CA<br />
provided by:<br />
MOB<br />
NAEW FORM 1208 (Page 28 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
item nomenclature part number NSN qty data sheet Source<br />
outlet.)<br />
Fibre optic interconnect<br />
4.6<br />
cable FOM (red-rack<br />
provided by:<br />
2<br />
two item # 2.4) – FOM<br />
N3CA<br />
(item # 4.3)<br />
4.7 Transport Case 1<br />
provided by:<br />
4.8<br />
Shelving, equipment<br />
mounts<br />
4.9<br />
VIPAC Power Supply<br />
System (PSS)<br />
1<br />
PSS Base Chassis +<br />
4.9.1 115VAC 400 Hz / VPG2315650E 1<br />
12VDC converter<br />
4.9.2 PSS Power Module VP-B2321282E 1<br />
4.10 Power splitter (2 way) 2G1215S-XS2-X 1<br />
4.11 dpl audio handset DPLS0401-X 2<br />
4.12<br />
DB25 Data kit for A3LA-<br />
X<br />
HRC-24-8X 2<br />
4.13 Sectera BDI cable BDI95XXCA 2<br />
vipac power<br />
supply.pdf<br />
vipac[1].pdf<br />
2way power<br />
splitter.pdf<br />
datasheet<br />
DPLS0401-X.pdf<br />
description<br />
DPLS0401-X and<br />
data kit.pdf<br />
HRC-24-8X.pdf<br />
Sectera<br />
accessories.pdf<br />
N3CA<br />
provided by:<br />
N3CA<br />
VICOR Germany /<br />
Adalperostrasse 29 / 85737<br />
Ismaning / Germany /<br />
www.vicoreurope.com<br />
Antcom Corporation / 367 Van<br />
Ness Way, suite 602 / Torrance<br />
California 90501 /<br />
www.antcom.com/<br />
Nal Research Corporation / 9300<br />
West Courthouse Road, Suite 102<br />
/ Manassas, VA 20110 /<br />
www.nalresearch.com/<br />
Nal Research Corporation / 9300<br />
West Courthouse Road, Suite 102<br />
/ Manassas, VA 20110 /<br />
www.nalresearch.com/<br />
General Dynamics<br />
C4I Systems<br />
8220 East Roosevelt Street, M/D<br />
R-6206 • Scottsdale, AZ 85257<br />
Toll-free: 800-972-0068 • Phone:<br />
410-441-4300 • Fax: 480-441-<br />
2515 • Email: secterainfo@gdc4s.com<br />
Web Site:<br />
www.gdc4s.com/sectera<br />
4.14<br />
4.15<br />
Cables between splitter<br />
(item 4.10) and LBT<br />
(item 4.1)<br />
Cable between splitter<br />
(item 4.10) and filter<br />
(item 4.2)<br />
SMA-M-LMR200-<br />
6in-TNC-FB<br />
TNC -M-LMR200-<br />
6in-TNC-M<br />
TNC -M-LMR200-<br />
8in-TNC-M<br />
TNC -M-LMR200-<br />
6in-TNC-M<br />
2<br />
1<br />
1<br />
1<br />
LMR-200.pdf<br />
LMR-240.pdf<br />
LMR-200 and 240<br />
cable specs.pdf<br />
Antcom Corporation / 367 Van<br />
Ness Way, suite 602 / Torrance<br />
California 90501 /<br />
www.antcom.com/<br />
Currently the Antcom sextant port antenna 91IR16RR-P-XB-X antenna is being used<br />
(see datasheet Antcom_Sextant_Port_Antenna.pdf).<br />
A.5 END SYSTEMS (OPERATOR LAPTOPS)<br />
Laptop and End Ssystems in the 2G AIMS equipment suite that host Chat or other<br />
network. applications are those currently approved for use with the 1G Chat rack. Their applicable<br />
1208 and TCTO documents shall apply.<br />
A.6 SOFTWARE<br />
Software includes the following items listed in the tables below.<br />
NAEW FORM 1208 (Page 29 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
Table A.5 – Laptop / End-System Software (minimum required set)<br />
Name<br />
Windows Operating System (as required and specified<br />
by E3A component).<br />
JChat 1.3.3 XMPP Client<br />
Transverse XMPP Client<br />
Openfire 3.6.4 XMPP Server (optional in E3A,<br />
required in the GEP/DGEP)<br />
mIRC IRC Chat Client<br />
Source<br />
Microsoft via E3AGK IT Wing<br />
NATO via NC3A or<br />
US JFCOM<br />
NATO via NC3A<br />
NATO via E3AGK IT Wing<br />
Table A.6 – Radio-Access Router Software (HF/UHF-LOS Media-Access-Control, and Iridium PPP<br />
Package Name<br />
Red-Hat Enterprise Linux 5<br />
sisetherclient-0.2.12-00.src.rpm<br />
sisetherclient-debuginfo-0.2.12-00.i386.rpm<br />
sisetherclient-0.2.12-00.i386.rpm<br />
libnc3a-common-devel-0.5.13-01.i386.rpm<br />
libnc3a-common-0.5.13-01.i386.rpm<br />
libnc3a-5066-0.5.13-01.i386.rpm<br />
libnc3a-5066-devel-0.5.13-01.i386.rpm<br />
libnc3a-debuginfo-0.5.13-01.i386.rpm<br />
kernel-module-route56-debuginfo-0.2.7-1.i386.rpm<br />
kernel-module-route56-0.2.7-1.i386.rpm<br />
hfstack-0.3.37-157.i386.rpm<br />
hfstack-devel-0.3.37-157.i386.rpm<br />
hfstack-debuginfo-0.3.37-157.i386.rpm<br />
libnc3a-rohc-0.5.13-01.i386.rpm<br />
libnc3a-rohc-devel-0.5.13-01.i386.rpm<br />
hfsgui.tgz<br />
quagga.tgz<br />
Source<br />
Red-Hat (http://www.redhat.com/)<br />
All these packages can be found on the QNAS server<br />
accessible in the CAVE lab at NC3A. An alternate<br />
repository should be established at the E3AGK MOB.<br />
A.7 MATERIAL AND INFORMATION SOURCES<br />
Sources of material and information for the 2G AIMS Chat Rack are listed below.<br />
A.7.1<br />
NATO Stock Numbers<br />
The following items have a known NATO stock number:<br />
Table A.7 – NATO stock numbers<br />
item nomenclature Stock number<br />
2.1.1 Link-Level Serial Encryptor (KG-84C) 7010-72-001-1071<br />
3.5 Audio plug MS27467T11F35P 595-00-501-1910<br />
A.7.2<br />
System Design and Integration<br />
System design and component/subsystem/system integration was performed by:<br />
NATO C3 Agency<br />
NAEW FORM 1208 (Page 30 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
A.7.3<br />
Vendor Sources<br />
Oudewaalsdorperweg 61<br />
2597 AK The Hague<br />
The Netherlands.<br />
Transition Networks<br />
6475 City West Parkway<br />
Minneapolis, MN 55344, USA<br />
telephone: 952-941-7600<br />
toll free: 800-526-9267<br />
fax: 952-941-2322<br />
Amphenol Socapex Promenade de l‟Arve -B.P.29 - 74311 THYEZ – FRANCE<br />
Phone. :+ 33 (0) 4 50 89 28 00 - Fax : + 33 (0) 4 50 96 29 75 – E-mail: contact@rjswitch.com<br />
http://www.rjswitch.com<br />
Digital-Logic<br />
http://www.digitallogic.com/index.php?id=home<br />
Kontron Compact Computers AG<br />
Nordstrasse 11/F<br />
CH-4542 Luterbach<br />
Phone: +41 (0)32 681 58 00<br />
Fax: +41 (0)32 681 58 01<br />
Sealevel Systems, Inc.<br />
2779 Greenville Highway<br />
PO Box 830<br />
Liberty, SC 29657<br />
USA<br />
Phone:<br />
(864) 843-4343<br />
Kingston<br />
http://www.kingston.com/nlroot/ssd/default.asp<br />
Kingston Technology Europe Limited<br />
Kingston Court<br />
Brooklands Close<br />
Sunbury-on-Thames<br />
Middlesex<br />
TW16 7EP<br />
United Kingdom<br />
Tel: +44 (0)1932 738888<br />
Fax: +44 (0)1932 738880<br />
Patriot: www.patriotmem.com<br />
European Sales Office<br />
NAEW FORM 1208 (Page 31 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
Patriot Memory B.V.<br />
Innsbruckweg 190-192<br />
3047 AH Rotterdam<br />
The Netherlands<br />
TEL:<br />
+31 (0)10 2931 250<br />
FAX: +31 (0)10 2931 251<br />
LAN TEK - P.O. Hox 549 - Yucca Valley, CA 92286 –<br />
(800) 660-2286<br />
www.lan-tek.net<br />
Newstar Computer products Europe<br />
Wateringweg 62/B,<br />
Haarlem, The Netherlands<br />
Zarges BV<br />
5060 AH Oisterwijk<br />
Postbus 337<br />
/ www.zarges-cases.com<br />
VICOR Germany / Adalperostrasse 29 / 85737 Ismaning / Germany / www.vicoreurope.com<br />
General Dynamics<br />
C4I Systems<br />
8220 East Roosevelt Street, M/D R-6206 • Scottsdale, AZ 85257<br />
Toll-free: 800-972-0068 • Phone: 410-441-4300 • Fax: 480-441-2515 • Email: secterainfo@gdc4s.com<br />
Web Site: www.gdc4s.com/sectera<br />
Canary Communications inc., 18655 Madrone Parkway, Ste 100., Morgan Hill, CA 95037,<br />
USA<br />
Rohde & Schwarz International, Operations GmbH, Mühldorfstr. 15<br />
D-81671 Munich,<br />
phone: +49 89 4129 13986<br />
Fax: +49 89 4129 63986, email: volker.max@rohde-schwarz.com<br />
Harris Government Communications<br />
www.harris.com<br />
Phone: 800-321-2223 or (319)-295-5100<br />
Fax: (319)-295-4777<br />
Email: <br />
Website: http://www.rockwellcollins.com/gs<br />
NAEW FORM 1208 (Page 32 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
Viasat Sales<br />
6155 El Camino Real<br />
Carlsbad, CA 92009<br />
Tel 888.ViaSat.1<br />
(888-842-7281)<br />
Fax: 760.683.6815<br />
Email: insidesales@viasat.com<br />
Nal Research Corporation / 9300 West Courthouse Road, Suite 102 / Manassas, VA 20110 /<br />
www.nalresearch.com/<br />
Semic RF Electronic GmbH / Postweg 2 / D-82024 Taufkirchen / Germany /<br />
http://www.semic.de<br />
Antcom Corporation / 367 Van Ness Way, suite 602 / Torrance California 90501 /<br />
www.antcom.com/<br />
Red Hat EMEA Headquarters<br />
Address<br />
Technopark II, Haus C<br />
Werner-von-Siemens-Ring 14<br />
85630 Grasbrunn<br />
Germany<br />
Tel: +49 89 205 071 0<br />
Fax: +49 89 205 071 111<br />
Sales Toll Free: 0800 7334 2835<br />
Sales Fax: +44 1252 548 117<br />
Email: europe@redhat.com<br />
NAEW FORM 1208 (Page 33 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
APPENDIX B - TECHNICAL DATA: CRASH-LOAD CALCULATIONS, AND<br />
RESULTS FROM SHOCK/VIBRATION TESTING<br />
Mechanical design and materials have been selected in accordance with the following<br />
analysis for loading and airworthiness. Crash load calculations to determine airworthiness of the 2G<br />
AIMS rack and its mounting plate are made in accordance with Contract and Item Specification<br />
(CP204N16096A) of 21 December 1981, for which the following maximum accelerations apply to the<br />
NAEW airframe:<br />
Forward direction: 16 g (a1)<br />
Downward direction: 8 g (a2)<br />
Left, right, upward: 4 g (a3)<br />
Aft direction: 1.5 g (a4)<br />
The E-3A 2G AIMS rack subsystems located at Station 780 in the over-wing area consist<br />
of the three Zarges 19” Mitraset equipment cases with internal shock absorbers. Rack heights are 4<br />
HE, 7 HE, 9 HE. The three rack subsystems are bolted together as a single unit, and in turn bolted to<br />
mounting plates and eyes equipped with ANCRA-LOCKS, with which the entire assembly is secured<br />
to the floor-rails provided for passenger-seat 42-44 assembly. The 2G AIMS installation replaces the<br />
passenger-seat 42-44 assembly, leaving the floor rails free to anchor the 2G AIMS equipment.<br />
Subsystem placement, forces, and overview for the analysis are shown in the Figure below.<br />
Figure B.1 – Force-Analysis Overview for over-wing, floor-mount placement.<br />
NAEW FORM 1208 (Page 35 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
B.2 FORCE-ANALYSIS – COMMON FACTORS<br />
The table below lists factors related to the strength and composition of materials that<br />
apply to all subsequent analyses.<br />
Table B.1– Common Factors Applying to the Crash-Load Analysis<br />
Materials<br />
Mounting Bolts:<br />
- M8 x 25 bolt<br />
- stainless steel<br />
- DIN 912 –Z A2-70<br />
(ISO 4762-2 Z)<br />
Floor Mounting plate:<br />
- material is st37 mild<br />
carbon steel<br />
Maximum Sheer Load<br />
Maximum Tensile<br />
Load<br />
Material: 700 N/mm2<br />
per bolt: π/4 * 6.2722 * 700 N = 21616 N<br />
Material: 222 N/mm2<br />
per eye:<br />
3.5 x 10 x 222 =<br />
7771 N<br />
Material: 370 N/mm2<br />
per eye:<br />
3.5 x 10 x 370 =<br />
12950 N<br />
Comment<br />
The M8 stainless-steel bolts<br />
connect the triangular mounting<br />
brackets to each case and to the<br />
floor mounting plates.<br />
The mounting-plate „eye‟ is the<br />
critical joint for the analysis<br />
and for which the sheer / tensile<br />
loads are given.<br />
The Zarges Mitraset transport cases with integrated 19” mounting racks have been<br />
designed and tested to meet MIL-STD-810 D / VG 95446-2, in particular to Test 516.3 according to<br />
VG MIL-STD-810 D-17. The Shock test with recording of the damping is to be carried out in the 6<br />
main directions with each 3 half-sine shocks at an acceleration of 40 gees and a pulse time t = 7 ms.<br />
B.3 FORCE-ANALYSIS – GENERAL METHODOLOGY<br />
Sheer and tensile force analyses were conducted on the M8 x 25 stainless-steel mounting<br />
bolts, at the key joints in the stack of transit cases that comprise the AIMS 2G Rack in the overwing<br />
area. These joints are:<br />
<br />
<br />
<br />
the joint connecting the top-most case (i.e., BLACK-RACK-ONE) to lower cases,<br />
the joint connecting the top two cases (i.e., BLACK-RACK-ONE and RED-RACK-TOP)<br />
to the lowest case,<br />
the joint connecting all three cases to the mounting plate that connects to the ANCRA-<br />
LOCK floor-rail fitting.<br />
This is not an exhaustive list but covers the key elements in construction of concern in<br />
the design. Based on the manufacturer‟s design specifications, crash-load performance for each<br />
individual case is deemed acceptable; NC3A‟s integration of the cases into a single unit is the area of<br />
concern in the analysis.<br />
We compute the following:<br />
<br />
<br />
<br />
- the magnitude of the applied crash load (shear or tensile) for each joint, as a function<br />
of the mass and accelerations involved, where<br />
= x <br />
- the magnitude of the load margin, where<br />
= - <br />
- safety margin as a scale factor, where<br />
NAEW FORM 1208 (Page 36 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
= / <br />
Positive load and safety margins are acceptable, negative load and safety margins are unacceptable.<br />
B.4 FORCE-ANALYSIS FOR THE BLACK-RACK-ONE MOUNTING BRACKET<br />
The forces acting on the bracket connecting the top-most subsystem in the 2G AIMS<br />
equipment stack, i.e., the HF/UHF (Black-Rack-One) subsystem, to the remainder are calculated here,<br />
and compared to the strength of materials used to secure it to the subsystems to which it is connected.<br />
The mass of the top-most subsystem is as follows:<br />
B.4.2<br />
Table B.2 – Black-Rack-One Mass Elements<br />
M1 black rack<br />
Total Mass (M1 only)<br />
Forward-Force Analysis (M1-only)<br />
34 kg (74.96 lbs)<br />
34 kg (74.96 lbs)<br />
The sheering force developed under acceleration in the forward direction, computed<br />
using F = m * a1 (w/ a1 = 16g), is:<br />
34 * 16 * 9.8 = 5331 N<br />
Now, the HF/UHF Black-Rack-One case is attached with 4 stainless steel screws M8 x<br />
25 in accordance with DIN 912 –Z A2-70 (ISO 4762-2 Z) with the following specification:<br />
Pulling force: 700 N/mm2<br />
Thus the maximum pulling force of the M8 screws can be calculated as:<br />
π/4 * 6.2722 * 700 N = 21616 N<br />
The shearing force of the M8 bolt is 14492 N according to its data sheet. Thus, the total<br />
force that can be withstood by the 4 bolts in the horizontal plane is:<br />
B.4.3<br />
4 * 14492 N = 57970 N<br />
So in the forward directions (shearing force) there is a safety margin of:<br />
57970N –5331.2 N= 52638.8N ( 9.9x).<br />
Lateral-Force Analysis (M1-only)<br />
The sheering force developed under acceleration in the lateral (left/right) direction,<br />
computed using F = m * a3 (w/ a3 = 4g), is:<br />
34 * 4 * 9.8 = 1333 N<br />
Mounting and strength of materials is as for the forward-force analysis above, so for the<br />
forces in the lateral (left, right) directions (shearing force) there is a safety margin of:<br />
57970N –1333 N= 56637 N ( 42.5x).<br />
NAEW FORM 1208 (Page 37 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
B.4.4<br />
Upward-Force Analysis (M1-only)<br />
The upward (tensile) force, generated by a downward acceleration of 8g, will have a<br />
value of F = m * a2 (w/ a2 = 8g), or:<br />
34 N * 8 * 9.8 = 2665 N<br />
So the upward force caused by the downward acceleration will be totally divided under<br />
the 4 M8 bolts.<br />
With a rated pulling force for each M8 bolt of 700 N/mm2; the maximum force rating for<br />
a single bolt is:<br />
B.4.5<br />
π/4 * 6.2722 * 700 N = 21616 N<br />
and thus the max upward force that can be taken by the 4 M8 bolts is:<br />
4 * 21616 N = 86464 N<br />
Therefore the safety margin in the upward direction is:<br />
86464 N- 2665 N= 83798 N (31.4 x)<br />
Downward-Force Analysis (M1-only)<br />
The downward (compression) force, generated by an upward acceleration of 4 g (a3) is<br />
fully taken by the case construction and the two support rods; the strength of the bracket and M8 bolts<br />
connecting is not a factor.<br />
B.5 FORCE-ANALYSIS FOR THE RED RACK TOP MOUNTING BRACKET<br />
The forces acting on the bracket connecting the top-two subsystems in the 2G AIMS<br />
equipment stack, i.e., the HF/UHF (Black-Rack-One) and Intermediate subsystems, to the remainder<br />
are calculated here, and compared to the strength of materials used to secure them to the subsystems<br />
to which they are connected. The mass of the top-two subsystems are as follows:<br />
Table B.3– Black-Rack-One plus Red-Rack-Top Mass Elements<br />
M1 black rack<br />
M2 Red rack (top)<br />
Total Mass (M1 + M2 only)<br />
B.5.2 Forward-Force Analysis (M1 + M2)<br />
34 kg (74.96 lbs)<br />
55 kg (121.3 lbs<br />
89 kg (196.2 lbs)<br />
The sheering force developed under acceleration in the forward direction, computed<br />
using F = m * a1 (w/ a1 = 16g), is:<br />
89 * 16 * 9.8 = 13955.2 N<br />
For this analysis, the HF/UHF (Black-Rack-One) and Intermediate subsystems are<br />
attached to the remaining components with 4 stainless steel screws M8 x 25 in accordance with DIN<br />
912 –Z A2-70 (ISO 4762-2 Z) with specifications, sheer strength (57970 N) and tensile strength<br />
(21616 N) as before. Thus the forward- (sheer-) force safety margin for this joint is<br />
57970N – 13955.2 N= 44015 N (3.2x).<br />
NAEW FORM 1208 (Page 38 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
B.5.3 Lateral-Force Analysis (M1 + M2)<br />
The sheering force developed under acceleration in the lateral (left/right) direction,<br />
computed using F = m * a3 (w/ a3 = 4g), is:<br />
89 * 4 * 9.8 = 3488.8 N<br />
Mounting and strength of materials is as for the forward-force analysis above, so for the<br />
forces in the lateral (left, right) directions (shearing force) there is a safety margin of:<br />
B.5.4 Upward-Force Analysis (M1 + M2)<br />
57970N –3488.8 N= 54801.6 N (15.6x).<br />
The upward (tensile) force, generated by a downward acceleration of 8g, will have a<br />
value of F = m * a2 (w/ a2 = 8g), or:<br />
89 N * 8 * 9.8 = 6978 N<br />
As before, the rated maximum pulling force per M8 bolt is 21616 N, and thus the max<br />
force that can be taken by the 4 M8 bolts is 86464 N. Therefore the safety margin in the upward<br />
(tensile) direction for the mounting bracket connecting the HF/UHF (Black-Rack-One) and<br />
Intermediate subsystems to their support is:<br />
86464 N- 6978 N= 79486 N (11.4 x)<br />
B.5.5 Downward-Force Analysis (M1 + M2)<br />
As before, the downward (compression) force, generated by an upward acceleration of 4<br />
g (a3) is fully taken by the case construction and the two support rods; the strength of the bracket and<br />
M8 bolts connecting is not a factor.<br />
B.6 FORCE-ANALYSIS FOR THE RED RACK-TWO MOUNTING BRACKET<br />
The forces acting on the bracket connecting the three-connected subsystems in the 2G<br />
AIMS equipment stack, i.e., the HF/UHF (Black-Rack-One), Intermediate and Crypto subsystems, to<br />
floor-mount systems are calculated here, and compared to the strength of materials used to secure<br />
them to the subsystems to which they are connected. The mass of all three subsystems are as follows:<br />
M1 black rack<br />
M2 Red rack (top)<br />
M3 Red rack (crypto)<br />
Total Mass (M1 + M2 +M3) )<br />
34 kg (74.96 lbs)<br />
55 kg (121.3 lbs<br />
66.4 kg (146.4 lbs)<br />
155.4 kg (342.7 lbs)<br />
B.6.1 Forward-Force Analysis (M1 + M2 + M3)<br />
The sheering force developed under acceleration in the forward direction, computed<br />
using F = m * a1 (w/ a1 = 16g), is:<br />
155.4 * 16 * 9.8 = 24367 N<br />
As for all the mounting brackets, the three unified subsystems are attached to the<br />
remaining components with 4 stainless steel screws M8 x 25 in accordance with DIN 912 –Z A2-70<br />
NAEW FORM 1208 (Page 39 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
(ISO 4762-2 Z) with specifications, sheer strength (57970 N) and tensile strength (21616 N) as before.<br />
Thus the forward- (sheer-) force safety margin for this joint at the base of the RED rack crypto case<br />
is:<br />
57970N – 24367 N= 33603 N (1.4 x).<br />
B.6.2 Lateral-Force Analysis (M1 + M2 + M3)<br />
The sheering force developed under acceleration in the lateral (left/right) direction,<br />
computed using F = m x a3 (w/ a3 = 4g), is:<br />
155.4 x 4 * 9.8 = 6092 N<br />
So for the forces in the lateral (left, right) directions (shearing force) there is a safety<br />
margin (with strength of materials as before) of:<br />
57970N – 6092N= 51878 N (8.5x).<br />
B.6.3 Upward-Force Analysis (M1 + M2 + M3)<br />
The upward (tensile) force, generated by a downward acceleration of 8g, will have a<br />
value of F = m * a2 (w/ a2 = 8g), or:<br />
155.4 N * 8 * 9.8 = 12184 N<br />
With mounting and strength of materials as before, The max force that can be taken by<br />
the 4 M8 bolts is 4 * 21616 N = 86464 N, with a resulting safety margin of:<br />
86464 N- 12184 N= 74280 N (6.1x)<br />
B.6.4 Downward-Force Analysis (M1 + M2 + M3)<br />
As before, the downward (compression) force, generated by an upward acceleration of 4<br />
g (a3) is fully taken by the case construction and the two support rods; the strength of the bracket and<br />
M8 bolts connecting is not a factor.<br />
B.7 FORCE-ANALYSIS FOR THE STEEL ADAPTOR PLATES FOR ANCRA-<br />
LOCK’S<br />
The three racks and their mounting plate connect with four steel adaptor/mounting plates<br />
to the floor rails, and the analysis here focuses on the weakest point of connection, the mounting-hole<br />
eye in the adaptor plate that connects to the ANCRA-LOCK connector to the floor rail.<br />
The effective mass supported by these plates (we ignore the mass of the mounting<br />
materials and bolts, which are small compared to the cases themselves) is, as before:<br />
Total Mass (M1 + M2 +M3) )<br />
155.4 kg (342.7 lbs)<br />
As for earlier analysis for all three subsystems, the maximum force on this joint occurs in<br />
the 16g forward-crash case, computed using F = m * a1 (w/ a1 = 16g), as:<br />
155.4 * 16 * 9.8 = 24367 N<br />
NAEW FORM 1208 (Page 40 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
The three racks are attached with 4 steel mounting plates manufactured from carbon steel<br />
(st37) with a maximum pulling force (tensile strength) of 370N/mm2, and a rated sheering force of<br />
222N/mm2 (both parameters from the data sheet).<br />
B.7.1<br />
Forward-Force Analysis (Mounting-Plate Eye)<br />
Thus, the resistance to shearing force for steel plate eye (3.5mm * 10mm =35mm²) is<br />
35 * 222 N = 7771 N,<br />
which for the 4 mounting plate‟s counts presents a sheering-force resistance of<br />
4 * 7771 N = 31084 N<br />
So in the forward directions or horizontal plane (shearing force) there is a safety margin<br />
during a 16g forward-crash of:<br />
B.7.2<br />
31084 N – 24367 N= 6717 N (0.27 x).<br />
Forward-Force Analysis (Mounting-Plate Bolts)<br />
The total force that can be withstood by the 4 bolts in the horizontal plane was computed<br />
earlier for the bolts joining the mounting-plate for the combined M1+M2+M3 case, and applies here<br />
as well.<br />
4 * 12950 N = 51800 N<br />
So in the forward directions (shearing force) there is a safety margin of:<br />
57970N – 24367 N= 33603 N (1.3 x).<br />
B.7.3<br />
Upward-Force Analysis (Mounting-Plate Eye)<br />
The upward (tensile) force, generated by a downward acceleration of 8g, will have a<br />
value of F = m * a2 (w/ a2 = 8g), or:<br />
155.4 N * 8 * 9.8 = 12184 N<br />
Also, the upward force caused by the downward acceleration will be totally divided<br />
under the 4 mounting-plates eyes, each of whose 3.5mm x 10mm cross-section has a rated maximum<br />
pulling- (tensile-) force of:<br />
3.5mm * 10mm * 370N/mm2 = 12950 N<br />
Spread across the four mounting plates, the maximum tensile force that can be taken by<br />
the eyes in the 4 plate‟s is:<br />
4 * 12950 N = 51800 N,<br />
yielding a safety margin against an 8g downward acceleration (upward pulling force) of :<br />
51800 N- 12184 N= 39616 N (3.3x)<br />
B.8 MOMENT-ARM/TORQUE ANALYSIS<br />
In addition to the sheering forces generated in a forward crash, the accelerations acting<br />
upon the total weight of the Black-Rack-One, Red-Rack-Top and Red-Rack-Two equipment cases<br />
cause moment-arm torques, measured in Newton-meters [nm], that act on the two rear bolts of the<br />
NAEW FORM 1208 (Page 41 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
mounting construction (i.e., the bolts closest to the console bulkhead). These are converted to upward<br />
tensile forces that must also be considered.<br />
The weight of each equipment case (including brackets and hardware), converted to force<br />
in Newtons (N) is:<br />
Case 1 (Red-Rack-Two):<br />
Case 2 (Red-Rack-Top):<br />
Case 3 (Black-Rack-One):<br />
9.8 N/kg * 67.8 kg = 664 N<br />
9.8 N/kg * 56.2 kg = 550 N<br />
9.8 N/kg * 34.7 kg = 340 N<br />
Calculation of the torque given by the three cases, is the sum of each case centre of<br />
gravity point multiplied by the distance of the specific case above the floor:<br />
Case 1 (Red-Rack-Two): ½ height 0.24m * 664 N = 159 Nm<br />
Case 2 (Red-Rack-Top): 0.48m case 1 + ½ height 0.1975 * 550 N = 372 Nm<br />
Case 3 (Black-Rack-One): 0.48m case 1 + 0.395 case 2 + ½ height 0.1325 * 340 N = 342 Nm<br />
B.8.1<br />
The Total moment is thus 873 Nm<br />
Forward-Crash Moment-Load-Analysis: Mounting-Plate Bolts<br />
This results in the following forces on the two bolts connecting the cases to the mounting<br />
plates, using Force = moment/distance, with the distance being the height of the center of gravity of<br />
the three cases above the floor:<br />
873/0.59 = 1480 N<br />
As a referred force from forward crash at 16g, this translates to a tensile force on the two<br />
rear bolts of 1480N x 16 g = 23680 N.<br />
Now, he specs of the two rear bolts are as before: two bolts M8 * 25 according to DIN<br />
912 –Z A2-70 (ISO 4762-2 Z) whose the maximum pulling force per M8 screw has been calculated<br />
as:<br />
B.8.2<br />
π/4 x 6.2722 x 700 N = 21616 N<br />
Resulting in a total rated load for the two mounting screws of:<br />
2x 21616 N = 43232 N<br />
Therefore the safety margin is:<br />
43232N -23680 N = 19552N (0.8x)<br />
Forward-Crash Moment-Load-Analysis: Mounting –Plate Eyes<br />
Thus the maximum rated pulling force on the two mounting plate eye construction (i.e.,<br />
st37 rated at 370 N/mm2 and cross-section of 3.5mm x 10mm, as before) can be calculated as:<br />
3.5 * 10 * 370 N = 12950 N (per eye)<br />
12950 * 2 = 25900 N (combined)<br />
With a referred force from a 16g forward crash of 23680 N, as computed earlier, the<br />
safety margin is small, but positive:<br />
NAEW FORM 1208 (Page 42 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
25900N -23680 N = 2220 N (0.1x)<br />
B.9 CRASH LOAD AND SAFETY MARGINS AT CURRENTLY APPLICABLE<br />
SPECIFICATION<br />
Subsequent to the Contract and Item Specification (CP204N16096A) of 21 December<br />
1981, the criteria for Crash Loads and Vibration Levels were modified and called out in Specification<br />
SS204N16002-5A (dated 18 June 1999) per paragraph 3.1.3.4.2.4 (Crash Loads) and paragraph<br />
3.1.3.4.2.1. (Vibration Levels). New factors for the „Ultimate Load on equipment on the Main Deck<br />
during Crash or Ditching‟ were reduced to the following:<br />
Forward direction: 9 g (a1′)<br />
Downward direction: 6 g (a2′)<br />
Left, right, upward: 3 g (a3′)<br />
Aft direction: 1.5 g (a4′)<br />
These are NOT the design criteria for the 2G AIMS equipment; but analyses of load<br />
factors and safety margins for these loads have been performed and included in this modification<br />
proposal, in the summary section that follows.<br />
B.10 SUMMARY COMPARISON OF CRASH-LOAD ANALYSIS<br />
The 2G equipment stack shall be placed at Station 780 in the over-wing position,<br />
replacing passenger seats 42-44 and attaching to the floor using the floor rails. The permissible load<br />
and center-of-gravity for the seats in this location per existing AWACS specifications are given in the<br />
Table below.<br />
Table B.4 – Current Weight / Loading Summary for Overwing Triple Seat (seats 42-44)<br />
Loaded (3 passengers@ 200 Unloaded<br />
lbs)<br />
Weight 740.25 lbs 140.25<br />
Station: 783.00 783.00<br />
LBL: 5.50 5.50<br />
WL 232.03 221.06<br />
In comparison, the weight of the 2G equipment stack is 342.7 lbs (155.4 kg), with CG<br />
above floor level of 23.2 in. (590 mm), both parameters well inside the envelope allowed for material<br />
(i.e., three adults and the seat on which they are located) at this location in the airframe. Since the<br />
proposed new installation falls between the sets of floor loading data provided in the table above, then<br />
it should be acceptable from an aircraft structures stand point, i.e. floor panel, floor beam etc.<br />
The remaining issue then is whether or not the material can be safely connected to these<br />
floor rails that can handle the load. The Table below provides the applied forces and safety margin at<br />
key joints for two sets of crash-load criteria:<br />
<br />
the initial and built-to design criteria of the AWACS Contract and Item Specification of<br />
CP204N16096A of 21 December 1981<br />
the currently applicable criteria of Specification SS204N16002-5A (dated 18 June 1999).<br />
NAEW FORM 1208 (Page 43 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
Mounting Bracket (Black-Rack-One)<br />
Table B.5 – Forces and Safety Margins<br />
AWACS Contract Item<br />
Spec CP204N16096A<br />
of 21 December 1981;<br />
the „16G‟ spec<br />
Safety<br />
Force (N)<br />
margin<br />
Specification<br />
SS204N16002-5A of<br />
18 June 1999; the „9G‟<br />
spec<br />
Safety<br />
Force (N)<br />
margin<br />
- Forward Sheer 5331.2 9.9 2998.8 18.3<br />
- Lateral Sheer 1332.8 42.5 999.6 57.0<br />
- Upward / Tensile Pulling Force 2665.6 31.4 1999.2 42.2<br />
Mounting Bracket (Red-Rack-Top)<br />
- Forward Sheer 13955.2 3.2 7849.8 6.4<br />
- Lateral Sheer 3488.8 15.6 2616.6 21.2<br />
- Upward / Tensile Pulling Force 6977.6 11.4 5233.2 15.5<br />
Mounting Bracket (Red-Rack-Two)<br />
- Forward Sheer 24366.7 1.4 13706.3 3.2<br />
- Lateral Sheer 6091.7 8.5 4568.8 11.7<br />
- Upward / Tensile Pulling Force 12183.4 6.1 9137.5 8.5<br />
Steel Adaptor Plates (to ANCRA-Locks)<br />
- Forward Sheer (mounting-plate eye) 24366.7 0.3 13706.3 1.3<br />
- Forward Sheer (mounting-plate bolts) 24367.0 1.3 x 24367.0 1.3 x<br />
- Lateral Sheer 6091.7 4.1 4568.8 5.8<br />
- Upward / Tensile Pulling Force 12183.4 3.3 9137.5 4.7<br />
Moment-Arm / Torque Analysis (referred force through moment arm to rear-bolts and eyes in a<br />
forward crash)<br />
- Upward / Tensile Pulling Force – bolts 23674.6 0.8 13316.9 2.2<br />
- Upward / Tensile Pulling Force – eyes 23674.6 0.1 13316.9 0.9<br />
B.11 VIBRATION AND SHOCK TESTS ON 2ND GENERATION AIRBORNE<br />
INSTANT MESSAGING SYSTEM (AIMS) EQUIPMENT<br />
Subsequent to its design and implementation, vibration and shock tests on the 2nd<br />
Generation Airborne Instant Messaging System (AIMS) Equipment were performed on 21 to 23<br />
February 2011 at the TNO test facility in Delft, The Netherlands.<br />
The 2G AIMS equipment was tested in accordance with the AWACS specifications for<br />
shock and vibration in Appendix 1 (i.e., Specification SS204N16002-5A, dated 18 June 1999).<br />
The tests of the Red-Rack-Crypto equipment were done with KG-84C installed as they<br />
are the heaviest single item in the system, weighing 10.5 kg (versus 1.3 Kg for a KIV-7 unit), and<br />
NAEW FORM 1208 (Page 44 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
present the more stressing mechanical load. KG-84C installation in the Red-Rack-Crypto equipment<br />
also yields the maximum weight value for this unit that was used in the crash-loading analysis<br />
presented earlier in this section.<br />
B.11.1<br />
Operational Test Environment<br />
Full, realistic operation of all subsystems in the 2G AIMS equipment was not possible<br />
during the shock and vibration tests. The tests were conducted indoors, without use of Iridium, HF, or<br />
UHF antenna systems or access to telephone simulators or radios, and these factors limited the extent<br />
to which realistic operation of the 2G AIMS equipment could be conducted. Realistic operation of the<br />
Iridium channels and Sectera devices could not be conducted at all during the shock and vibration<br />
tests, and only partial operation of a subset of the remaining systems was performed.<br />
Nevertheless, the following partially operational-tests of 2G AIMS subsystems and<br />
software were judged by NC3A to be representative of normal system operations (which could not be<br />
replicated exactly because of the limitations of the shake-table test environment), sufficient to<br />
exercise key functionality of the integrated system, and were conducted during all shock and vibration<br />
tests:<br />
(a) remote login and operation of a SSH connection from a laptop to each of the<br />
radio-access routers; this requires continuous operation of the Ethernet connection<br />
between the laptop and the 2G AIMS Ethernet switch, and between the switch and<br />
each the MPCX-47 embedded computers; it also requires continuous operation of the<br />
TCP/IP software and operating system within the MPCX-47 computer;<br />
(b) concurrent with the above, continuous operation of mutual IP ping tests between<br />
each of the radio-access routers, each router pinging the other; the results of the ping<br />
test were reported over the SSH connection from each radio-access router to the<br />
laptop; as for operations (a), operation (b) exercises the CPU and Ethernet subsystems<br />
in the Radio-Access-Routers and the Ethernet Switch;<br />
(c) concurrent with the above, the hfstack software service (for S‟5066 token-ring<br />
communications) was started on each radio-access router, and the HF/UHF modems<br />
cross-connected at audio baseband; this configuration allowed testing of the entire<br />
synchronous serial data communications path from an MPCX-47 computer to its<br />
associated modem; in addition to testing the fibre-optic subsystems and modems, this<br />
tested the MPCX-47 removable disk subsystem, since the hfstack software service<br />
writes a continuous log of its operation to disk; any disk-write failures are logged in<br />
the system error log.<br />
During and after the tests, records of the ping test were checked to determine if there<br />
were lost IP packets, if there had been failures to read or write to the MPCX-47 removable solid-state<br />
disks, or failure of the S‟5066 token-ring protocol.<br />
A summary block-diagram of the software and hardware subsystems that were in<br />
operation during the shock and vibration tests is shown in the Figure below. While this was not every<br />
subsystem in the 2G AIMS Chat rack, it is the majority of them.<br />
NAEW FORM 1208 (Page 45 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
Figure B.2 - Shake and Vibration operational-test configurations.<br />
Operational testing of the Sectera wireline encryptors was limited to a functional check<br />
of the operator‟s menu and controls for configuration, PIN entry, etc before and after the shock or<br />
vibration test, with the unit left powered on during the test. There was no capability in the shake-table<br />
facility or through back-to-back loopback operation of the Secteras in the 2G AIMS Chat rack to<br />
provide any tests of the Sectera devices in operation while encrypting the data or dialling a telephone<br />
call.<br />
Operational testing of the Dual-Channel Iridium (DCI) equipment case was limited to<br />
maintaining power to the unit during the shock and vibration tests, and confirming before and after<br />
that the units would pass their start-up built-in test. The fibre-optic modem units in the Iridium<br />
equipment case are of the same model and manufacture as those in the Red-Rack-Crypto, and the<br />
results of the shock and vibration test of that unit are considered representative of the airworthiness of<br />
fibre-optic modems in the DCI.<br />
B.11.2<br />
Shock and Vibration Test Results:<br />
We consider both mechanical and functional issues arising from the tests.<br />
B.11.2.1<br />
Mechanical<br />
Mechanically, all units survived all tests.<br />
Significantly, there were no signs of structural damage or fatigue to the following<br />
interface items (see Figure) between the 2G AIMS equipment and the Main Cabin floor deemed<br />
critical to safety of flight for the units:<br />
<br />
floor rails – remained fully attached to the base plate, with no signs of loosening<br />
or separation. Some minor signs of wear and abrasion at the mechanical interface<br />
to the ANCRA floor-rail locking unit was observed, but not deemed to be a<br />
NAEW FORM 1208 (Page 46 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
hazard and considered a normal result of first use of the items with this test; the<br />
base-plate‟s floor rails are of the same length, material and manufacture as those<br />
on the E3A at Station 780, and were affixed to the base plate with the same type<br />
of screws, drilling pattern, and captive nuts used in the E3A, this material<br />
provided to NC3A by the Log-Wing Structure Shop at the E3A Component‟s<br />
Main Operating base, and therefore considered representative of the installation<br />
environment;<br />
<br />
<br />
ANCRA-LOCK floor-rail fitting – remained fully attached to the floor rails, with<br />
no signs of deformity in themselves or in the mating interface on the floor rail; as<br />
noted above, there were some minor signs of wear and abrasion at the<br />
mechanical interface to the floor-rail;<br />
the mounting plate and mounting-plate eye – showed no signed of deformity,<br />
stress or cracking, either in the mounting plate or its weld to the mounting-plate<br />
eye;<br />
Figure B.3 - Detail of 2G AIMS Main-cabin Floor Interface.<br />
As a result of the post-test evaluations reported above, inspection of floor-rails and the<br />
ANCRA locking unit for significant wear and structural damage is recommended to be a required part<br />
of the pre-flight preparations and equipment installation procedures to monitor and evaluate this issue<br />
over time.<br />
Further inspection revealed no signs of wear, deformity, stress or cracking at the joints<br />
between individual cases comprising the 2G AIMS equipment, nor signs of loosening, cracking, or<br />
deformity in the bolts and nuts that join the cases.<br />
There were some minor mechanical issues that have been identified and solved without<br />
much effort as a result of the tests; these are not deemed significant enough to warrant a retest, as<br />
none are considered safety-of-flight issues:<br />
<br />
There was significant vibration in the front-panel mounting assembly for the<br />
dual-channel Sectera housing observed that warrants use of a stiffer bracket;<br />
NAEW FORM 1208 (Page 47 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
<br />
<br />
at one point during the vibration tests, the single thumb-screw securing the<br />
administrator‟s keyboard-video-mouse (KVM) slide in its stowed position<br />
loosened, and the KVM console began to slide forward; it was determined that<br />
securing the KVM slide on only one side allowed too much vibration in the<br />
stowed position, and this vibration transferred to the thumbscrew to loosen it; the<br />
KVM slide has been modified to lock on both sides, reducing the vibration on<br />
the slide and increasing the total force securing it in place when stowed;.<br />
the swept-frequency sinusoidal-vibration test revealed a significant vertical<br />
movement in the KG-84C crypto housings at some low-frequency excitations;<br />
the base-plate will be reinforced to correct for this and to reduce long-term wear<br />
on any installed KG-84 units and the housing.<br />
B.11.2.2<br />
Functional Results<br />
NC3A tested the 2G AIMS Chat equipment to the vibration spectrum defined in the<br />
Table below, quoted from the USAF Specification SS204N16002-5A (dated 18 June 1999), per para<br />
3.1.3.4.2.1.<br />
Table B.6 – Random Vibration Test Criteria (per USAF Specification SS204N16002-5A, para.<br />
3.1.3.4.2.1, Non-Operating Floor Mounted Equipment, Main Cabin)<br />
Frequency (Hz) PSD (g2/Hz)<br />
10 0.015<br />
40 0.015<br />
100 0.005<br />
1000 0.005<br />
2000 0.001<br />
Grms = 3.9<br />
The random vibration spectrum in the Table above is specified to apply to non-operating<br />
floor mounted equipment in the Main Cabin. But to limit the number and cost of the tests performed,<br />
NC3A chose to use these not only as the criteria for a test of the structural integrity of the 2G AIMS<br />
Chat equipment, but also as the criteria for a test of the electronics capability while in operation. In<br />
comparison, the random vibration criteria for tests of operating equipment are much more relaxed,<br />
and given below.<br />
Table B.7– Random Vibration Test Criteria (per USAF Specification SS204N16002-5A, para.<br />
3.1.3.4.2.1, Operating Floor Mounted Equipment, Main Cabin)<br />
Frequency (Hz) PSD (g2/Hz)<br />
10 0.0005<br />
100 0.0005<br />
200 0.001<br />
5000 0.001<br />
2000 0.0001<br />
Grms = 1.8<br />
A comparison of the required PSD spectra criteria is given below in FIGURE.<br />
NAEW FORM 1208 (Page 48 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
Vibration PSD<br />
Non-Operating<br />
Operating<br />
0.02<br />
0.015<br />
g2/Hz<br />
0.01<br />
0.005<br />
0<br />
1 10 100 1000 10000<br />
Hz<br />
Figure B.4 - Random Vibration Power Spectral Density (PSD): comparison of the non-operational<br />
criteria (as tested for the 2G AIMS Chat Equipment) and the operational criteria.<br />
The Random Vibration tests were conducted with all subsystems powered using the<br />
higher PSD for non-operating equipment, and for a 15 minute period.<br />
During all shock and vibration tests, the operational tests of SSH, ping, and S‟5066<br />
token-ring functioned normally with two exceptions:<br />
<br />
<br />
write-failures to one of the Radio-Access-Router‟s removable solid-state-disk<br />
(SSD) units occurred during the lateral vibration tests; as a result of the write<br />
failure, the S‟5066 log could not be written, but the token-ring protocol (loaded<br />
in RAM) continued to operate, as did all ping tests and SSH-access from the<br />
operator‟s laptop;<br />
a continued failure to access the removable SSD units in both Radio-Access-<br />
Router‟s occurred during the vertical vibration tests, inhibiting RAR start-up and<br />
boot;<br />
Inspection following the shock and vibration tests revealed a „Disk Reset‟ button within<br />
the removable SSD housing that was continuously depressed by the free-floating plastic shaft that<br />
extended the button to the housing front panel. NC3A has concluded that this shaft and button are<br />
both superfluous (they perform an identical function that can be executed from the MPCX-47/Radio-<br />
Access-Router‟s front panel), and the likely source of further problems from vibration; the shaft has<br />
been removed and the units now operate properly with no ill effects.<br />
B.11.3<br />
Summary<br />
NC3A concludes from the results of the shock and vibration tests, and the subsequent<br />
minor modifications to the equipment, that the 2G AIMS equipment poses low risk to Safety of Flight<br />
and acceptable airworthiness. The functional and operational issues that were noted during the tests<br />
were minor, correctable, and occurred during operation at vibration levels far in excess of those<br />
required for equipment airborne in an E3A airframe. Further assessment will be required after the<br />
system has logged flight hours and developed an operational history that can be subject to proper<br />
operational analysis for airworthiness.<br />
NAEW FORM 1208 (Page 49 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
NAEW FORM 1208 (Page 50 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
APPENDIX C - MECHANICAL DRAWINGS AND DATA<br />
The required installation collocates three of the 2G AIMS subsystems (i.e., E3A RED<br />
RACK TOP, E3A RED-RACK-TWO, E3A BLACK-RACK-ONE) at the over-the-wing, seats 42-44<br />
location, in a common stack that is assembled during the installation, for an aggregate load at that<br />
location as follows:<br />
Table C.1 – Station 780/Over-the-Wing Size and Weight Summary<br />
Unit Width x Depth† x Height†† (mm) Weight (Kg)<br />
E3A RED RACK TOP 534 x 690 x 392.5 55<br />
E3A RED-RACK-TWO 534 x 690 x 481.5<br />
66.4<br />
(max wt, w/ dual KG-84C crypto)<br />
E3A BLACK-RACK-ONE 534 x 690 x 259.0 34<br />
ANCRA RAIL LOCKS<br />
Total 534 x 690 x 1133.0 155.4<br />
† depth includes covers; depth without covers is 564 mm<br />
†† Height does not include 50 mm for ANCRA-LOCKS securing the system to the floor.<br />
NAEW FORM 1208 (Page 51 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
Figure C.2 – Exterior Dimensions – Equipment Stack<br />
C.1 RED-RACK-TOP (INTERMEDIATE SYSTEMS)<br />
Intermediate Systems (e.g., Ethernet switches, radio-access routers, and their associated<br />
cabling and power systems) are housed in the Red-Rack-Top equipment case, shown in the figure<br />
below. Materials are aircraft grade aluminium.<br />
NAEW FORM 1208 (Page 52 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
Figure C.3 – Exterior Dimensions – E3A RED-RACK-TOP, Intermediate Systems (exclusive of<br />
covers)<br />
Table C.2 – RED-RACK-TOP, Intermediate Systems<br />
item<br />
nomenclature<br />
Width x Depth<br />
x Height (mm)<br />
Weight (Kg)<br />
1 E3A RED RACK TOP, Intermediate Systems<br />
1.1 Fibre-Optic-Interface-Sub-Chassis, Red-Side-Interface<br />
1.1.1<br />
Slide-in-Module Media Converter:<br />
• Gigabit Ethernet<br />
• Copper to Fiber<br />
• 1000Base-T to 1000Base-SX/LX<br />
Quantity is 1 module per connected SDC, with a<br />
maximum of 8<br />
432 x 264 x 46 3.6<br />
1.2 RJ-Switch: 9-port Ethernet Switch 260 x 160 x 90 2.2<br />
1.3 Radio-Access Router<br />
Synchronous Serial Interface module; installed in item<br />
1.3.1<br />
2x160 x 300 x<br />
#1.3<br />
2x4<br />
66<br />
-MPCX47 I/O Replicator # 3 (814224), installed in item<br />
1.3.2<br />
#1.3<br />
1.3.3 Removable Solid-State Drive – 64GB 0.23<br />
1.3.4 Patriot enclosure for 2 SSDs<br />
10.17 x 14.6 x<br />
2.58<br />
1.5<br />
1.4 USB Ethernet Adapter (USB 2.0 - 10/100BASE-T) 0.1<br />
1.5 Keyboard, Video Display, and Mouse (KVM) 483 x 472 x 45 12<br />
NAEW FORM 1208 (Page 53 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
item nomenclature<br />
Width x Depth<br />
x Height (mm)<br />
Weight (Kg)<br />
1.5.1 2-port KVM switch 0.5<br />
1.6 Power Supply<br />
1.6.1 VIPAC Power Supply System (PSS)<br />
1.6.1.1 PSS Base Chassis + 115VAC/ 12VDC converter<br />
126 x 173 x<br />
1.6.1.2 PSS Power Module (External Laptop Systems 12VDC) 25.4<br />
0.45<br />
1.6.1.3<br />
PSS Power Module (Internal Systems (items 1.1 – 1.5) 5-<br />
12VDC)<br />
1.7 19” Transport Case (7U internal capacity)<br />
534 x 690 x<br />
392.5<br />
17.8<br />
1.7.1 Shelving, equipment mounts 8.6<br />
1.7.2 Internal cable-loom, connectors<br />
1.8 Rack external cabling<br />
1.8.1<br />
Synch serial interconnect cable Radio-Access Router<br />
(item # 1.3) - Encryption unit (red-rack two item #2.1)<br />
1.8.2<br />
Asynch serial interconnect cable Radio-Access Router<br />
(item # 1.3) - Encryption unit (red-rack two item #2.2)<br />
1.8.3<br />
Asynch serial interconnect cable Radio-Access Router<br />
(item # 1.3) - Trusted Filter (red-rack two item #2.5)<br />
(optional)<br />
1.8.4<br />
Ethernet interconnect cable Radio-Access Router (item #<br />
1.3) – data diode (red-rack two item #2.3)<br />
1.9 Fans<br />
Total<br />
392.5 x 534 x<br />
690<br />
55<br />
C.2 RED-RACK-TWO (INFORMATION ASSURANCE SYSTEMS)<br />
Information Assurance Systems (e.g., cryptos, data diode, and fibre-optic modems for<br />
TEMPEST / EMI isolation) are housed in the Red-Rack-Two equipment case, shown in the figure<br />
below. Materials are aircraft grade aluminium.<br />
NAEW FORM 1208 (Page 54 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
Figure C.4 – Exterior Dimensions – E3A RED-RACK-TWO, Information Assurance Systems<br />
Table C.3 – RED-RACK-TWO, Information Assurance Systems<br />
item nomenclature<br />
Width x Depth x Weight<br />
Height (mm) (Kg)<br />
2 RED RACK TWO, Information Assurance Systems<br />
Encryptor, HF/UHF (incorporating any combination of 2.1.1 or<br />
2.1<br />
2.1.2 not to exceed two units)<br />
2x10.5<br />
2.1.1 Link-Level Serial Encryptor (KG) 191 x 381 x 198<br />
2.1.1.<br />
1<br />
KG-84C adaptor plate<br />
or<br />
2.1.2 Link-Level Serial Encryptor (KIV) 149 x 280 x 44<br />
2x1.3<br />
2.1.2.<br />
KIV-7 adaptor plate<br />
1<br />
2.2 Removable Encryption unit, Dual-Channel Iridium 7.4<br />
2.2.1 Sectera Wireline BDI Terminal 2x127 x 117 x 33 2x0.3<br />
2.3. Data-diode<br />
Modem Blue side (T), Partno: CFT-2062D; installed in item<br />
2.3.1<br />
#2.3.<br />
2.3.2 Modem Red Side ®, Partno: CFT-2062; installed in item #2.3.<br />
485 x 253 x 45 3<br />
2.3.3 12VDC – 5VDC converter<br />
2.4.0 Fibre-Optic-Interface-Sub-Chassis, Black-Side-Interface<br />
Slide-in-Module Device<br />
• High-Speed Serial, Synchronous<br />
2.4.1<br />
• V.35 / X.21 / RS449 / RS530 / RS232<br />
• Copper to Fiber<br />
Slide-in-Module Media Converter, Asynchronous<br />
2.4.2<br />
RS-232 to Fiber<br />
2.4.3 Slide-in-Module Media Converter:<br />
432 x 264 x 46 3.6<br />
NAEW FORM 1208 (Page 55 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
item<br />
nomenclature<br />
• Copper to Fiber<br />
• 1000Base-T to 1000Base-SX/LX<br />
Trusted Filter<br />
Width x Depth x<br />
Height (mm)<br />
Weight<br />
(Kg)<br />
2.5<br />
This is an optional element. If present, the control of HF and<br />
UHF modems in the black HF/UHF rack can be done remotely<br />
2x130 x 45 x 165 2x0.3<br />
with the KVM in the top red rack; else it has to be done manually<br />
with the buttons on these modems.<br />
2.6 Power Supply<br />
2.6.1 VIPAC Power Supply System (PSS)<br />
2.6.1.<br />
PSS Base Chassis 115VAC/ 24VDC converter<br />
1<br />
126 x 173 x 25.4 1.0<br />
2.6.1. PSS Power Module Internal Systems (items 2.1, 2.2, 2.4, 2.5) 9-<br />
2 24VDC)<br />
2.6.1.<br />
3<br />
PSS Power Module (Internal Systems (item 2.3) 5-24VDC)<br />
2.6.1. Power plug to connect system to aircraft 120V AC convenience<br />
4 outlet.<br />
2.7 19” Transport Case (9U internal capacity) 534 x 690 x 481.5 19.2<br />
2.7.1 Shelving, equipment mounts<br />
2.7.2 Internal cable-loom, connectors<br />
10<br />
2.8 Rack external cabling<br />
2.8.1<br />
Synch serial cable Radio-Access Router (item # 1.3 red-rack<br />
top) - Encryption unit (item #2.1)<br />
2.8.2<br />
Asynch serial cable Radio-Access Router (item # 1.3 red-rack<br />
top) - Encryption unit (item #2.2)<br />
2.8.3<br />
Asynch serial cable Radio-Access Router (item # 1.3 red-rack<br />
top) - Trusted Filter (item #2.5) (optional)<br />
2.8.4<br />
Ethernet cable Radio-Access Router (item # 1.3 red-rack top) –<br />
data diode (item #2.3)<br />
2.8.5 Fibre optic cable FOM (item # 2.4) – Iridium black rack<br />
2.8.6<br />
Fibre optic cable FOM (item # 2.4) – FOM (item # 3.3 black<br />
rack one)<br />
Extension power cord to the prime power input fuse panel on the<br />
2.8.7 DTA shelf. (use item 2.6.1.4 to connect to aircraft 120V 400Hz<br />
convenience outlet.)<br />
2.9 Fans<br />
Total 481 x 534 x 690 66.4<br />
(N.B. – total weight based on dual KG-84C configuration).<br />
C.3 BLACK-RACK-ONE (HF/UHF TRANSMISSION SYSTEMS)<br />
HF/UHF Transmission Systems (e.g., modems and interface to on-board HF/UHF radios)<br />
are housed in the Black-Rack-One equipment case, shown in the figure below. Materials are aircraft<br />
grade aluminium.<br />
NAEW FORM 1208 (Page 56 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
Figure C.5 – Exterior Dimensions – E3A BLACK-RACK-ONE, HF/UHF Transmission Systems<br />
item<br />
nomenclature<br />
Table C.4 – BLACK-RACK-ONE, HF/UHF Transmission Systems<br />
Width x Depth x<br />
Height (mm)<br />
Weight<br />
(Kg)<br />
3 BLACK-RACK-ONE, HF/UHF<br />
3.1 HF modem 213 x 305 x 45 1.8<br />
3.2 High-Speed UHF Modem 406 x 406 x 44 3.9<br />
3.3<br />
3.3.1<br />
Fibre-Optic-Interface-Sub-Chassis, Black-Side-Interface<br />
Slide-in-Module Device<br />
• High-Speed Serial, Synchronous<br />
• V.35 / X.21 / RS449 / RS530 / RS232<br />
• Copper to Fiber<br />
Slide-in-Module Media Converter:<br />
432 x 264 x 46 3.6<br />
3.3.2 • Copper to Fiber<br />
• 1000Base-T to 1000Base-SX/LX<br />
3.3.3<br />
Slide-in-Module Media Converter, Asynchronous<br />
RS-232 to Fiber<br />
3.4 Audio plug<br />
3.5 Power Supply<br />
3.5.1 VIPAC Power Supply System (PSS)<br />
3.5.2 PSS Base Chassis + 115VAC 400 Hz / 12VDC converter<br />
126 x 173 x 25.4 1.0<br />
3.5.3 PSS Power Module (Internal Systems (items 3.3 and 3.4) 12VDC)<br />
3.5.4<br />
Power plug to connect system to aircraft 120V AC convenience<br />
outlet.<br />
3.6 19” Transport Case (4U internal capacity) 534 x 690 x 259.0 15.5<br />
3.6.1 Shelving, equipment mounts<br />
3.6.2 Internal cable-loom, connectors<br />
8.2<br />
3.7 Rack external cabling<br />
3.7.1<br />
Interconnect cable HF modem aircraft audio system (use item 3.5<br />
for aircraft side connection)<br />
NAEW FORM 1208 (Page 57 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
item<br />
nomenclature<br />
Width x Depth x<br />
Height (mm)<br />
Weight<br />
(Kg)<br />
Fibre optic interconnect cable FOM (red-rack two item # 2.4) –<br />
3.7.2<br />
FOM (item # 3.3)<br />
Extension power cord to the prime power input fuse panel on the<br />
3.7.3 DTA shelf. (use item 3.7 to connect to aircraft 120V 400Hz<br />
convenience outlet.)<br />
3.8 Fans<br />
Total 240 x 534 x 690 34<br />
C.4 BLACK-RACK-TWO (DUAL-CHANNEL IRIDIUM SYSTEMS)<br />
The dual-channel Iridium subsystem installation is on the starboard bulkhead below the<br />
sextant port (i.e., at the same location as the single-channel system used in the 1G AIMS system). Its<br />
size and weight are as follows:<br />
Table C.5 – Dual-Channel Iridium Size and Weight Summary<br />
Unit Width x Depth x Height (mm) Weight (Kg)<br />
E3A BLACK-RACK-TWO 370 x 185 x 467 8.8<br />
NAEW FORM 1208 (Page 58 of 236)<br />
Jun 2010<br />
N A T O U N C L A S S I F I E D
N A T O U N C L A S S I F I E D<br />
IFB CO-13514-AMN12<br />
Book II, Part IV, <strong>Annex</strong> B<br />
APPENDIX D- NATO AMIP E-3A RESOURCE ALLOCATION PROGRAM (RAP) DATA SHEET (IS/IA/HF/UHF)<br />
Enhancement Name or ID: 2G AIMS Chat Rack WUC: Reference Designator (REFDES):<br />
Equipment Name: 2G AIMS Equipment(Red-Rack-IS/CRYPTO; Black-Rack-HF/UHF) _____ Class: Part Number: __________<br />
Circle One: ADD DELETE MOVE<br />
Aircraft Location Data<br />
Station Line: 780 (overwing area; replacing seats 42-44) Shelf X coord:<br />
or<br />
Balance Arm:<br />
Shelf Y coord:<br />
Buttock Line:<br />
Shelf Z coord:<br />
Water Line:<br />
Rack/Panel:<br />
Shelf:<br />
If engineering drawings are available specifying the location of the equipment, attach those<br />
drawings to this sheet instead of filling out this section. If this is an external drag item,<br />
dimensioned drawings must be attached.<br />
When adding, provide detailed location data. When deleting existing equipment, this section is<br />
optional. When moving existing equipment, provide detailed current and new location data.<br />
Size Data<br />
Dimensions (Inches)<br />
Buffer Zones (Inches)<br />
Height: 44.6 Front: 2 (nose) Bottom: 2<br />
Width: 21.0 Back: 2 (tail) Left: 10 (port)<br />
Depth: 27.2 Top: 2 Right: 30 (starboard)<br />
Electrical Data<br />
NATO Point Of Contact<br />
Name: Donald G Kallgren Date: 28 MARCH 2011<br />
Telephone: +31 70 374 3442 Fax: +31 70 374 3049<br />
NATO C3 AGENCY DOP.CAT9<br />
Source of Data<br />
Name:<br />
Date:<br />
Telephone:<br />
Fax:<br />
Data Status (Circle One): None Concept CDR PDR Kit Proof Trial Install<br />
IPB Location:<br />
Next Higher Assy:<br />
Weight Data Weight (Lbs): 350<br />
If equipment CG does not match the geometric centroid, attach drawings indicating correct CG.<br />
Cooling Data<br />
Cooling Required (kW): 0.750<br />
Transformers<br />
Impedance Loss Factor:<br />
Primary Voltage:<br />
Cooling System: ambient air/heat-sink conduction<br />
Airflow Required (Lbs/Min): ambient air to metal case<br />
Rating (Amps):<br />
Secondary Voltage:<br />
Circle One: Equipment Circuit Breaker Transformer<br />
Conversion Factor: Efficiency (%):<br />
Circle One: AC DC<br />
Next Higher Electrical Element (REFDES, Bus Name): ,BUS 3<br />
Bus Data Synchronized: Yes No<br />
Phase connection (DC (0), A, B, C, 3) Voltage (V): 115 VAC<br />
Bus Name: BUS 3 Bus Wiring Diagram:<br />
Location (CB Pnl): P-67-2 Wiring Diagram:<br />
Circuit Breakers : MID-MAIN-CABIN – Convenience CB Rating (Amps): 15<br />
Bus Description:<br />
Equipment Data Item Number: Number of Phases: 1 Load (kVA/Amps): 0.425 kVA / 3.7 A Power Factor (PF): 0.65<br />
Enter duty cycles (in percent) for modes when equipment is on:<br />
N A T O U N C L A S S I F I E D<br />
NAEW FORM 1208 (Page 59 of 236)<br />
Jun 2010