31.03.2014 Views

Annex A-1

Annex A-1

Annex A-1

SHOW MORE
SHOW LESS

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

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!