statement of work for the chemical identification system

36
Annex A Statement of Work Chemical Identification System SOW Department of National Defence Chemical Agents Sensors Project ANNEX A Statement of Work for the Chemical Identification System Requisition Number: W8476-112713 Prepared by: PMO CBRN Defence National Defence Headquarters Major General George R. Pearkes Building Ottawa, Ontario K1A 0K2 NOTICE This documentation has been reviewed by the technical authority and does not contain controlled goods. AVIS Cette documentation a été révisée par l’autorité technique et ne contient pas de marchandises contrôlées.

Upload: others

Post on 04-Apr-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

Annex A – Statement of Work

Chemical Identification System – SOW

Department of National Defence Chemical Agents Sensors Project

ANNEX A

Statement of Work for the

Chemical Identification System

Requisition Number: W8476-112713 Prepared by: PMO CBRN Defence National Defence Headquarters Major General George R. Pearkes Building Ottawa, Ontario K1A 0K2

NOTICE This documentation has been reviewed by the technical authority and does not contain controlled goods.

AVIS Cette documentation a été révisée par l’autorité technique et ne contient pas de marchandises contrôlées.

Annex A – Statement of Work

Chemical Identification System – SOW 1

Table of Contents

1 SCOPE ............................................................................................................................. 1

1.1 Purpose ...................................................................................................................... 1

1.2 Background ............................................................................................................... 1

1.3 Acronyms .................................................................................................................. 1

2 APPLICABLE DOCUMENTS ....................................................................................... 3

2.1 Applicability ............................................................................................................. 3

2.2 References ................................................................................................................. 3

2.2.1 Military Specifications and Standards ............................................................... 3

2.2.2 Commercial Standards ...................................... Error! Bookmark not defined.

2.2.3 CAF Specifications and Standards.................... Error! Bookmark not defined.

2.2.4 DoD Specifications And Standards ................................................................... 5

2.2.5 NATO Standards ................................................................................................ 5

2.2.6 Other Support Documents.................................................................................. 5

3 GENERAL REQUIREMENTS ....................................................................................... 5

3.1 Contractor Responsibilities ....................................................................................... 5

3.2 Deliverables .............................................................................................................. 5

3.2.1 End Item Deliverables........................................................................................ 6

3.2.2 Data Deliverables ............................................................................................... 6

3.2.3 Services Delivery ............................................................................................... 6

3.3 Data Format .............................................................................................................. 6

3.3.1 Layout ................................................................................................................ 7

3.3.2 Printed Matter .................................................................................................... 7

3.3.3 Electronic Copies ............................................................................................... 7

3.4 Government Supplied Material (GSM) .................................................................... 7

4 PROJECT MANAGEMENT ........................................................................................... 7

4.1 Project Management Program ................................................................................... 7

4.2 Project Manager ........................................................................................................ 7

4.3 Project Management Plan ......................................................................................... 8

4.4 Master Project Schedule and Work Breakdown Structure ....................................... 8

4.5 Project Meetings ....................................................................................................... 8

4.5.1 Meetings - General ............................................................................................. 8

4.5.2 Project Kick-off Meeting ................................................................................... 8

4.5.3 Progress Review Meetings ................................................................................. 9

4.5.4 Technical Review Meetings ............................................................................... 9

4.5.5 Training Development Working Group ........................................................... 10

4.5.6 ILS Review Meetings ...................................................................................... 10

4.5.7 Other Meetings................................................................................................. 10

4.5.8 Action Item Reporting ..................................................................................... 10

4.6 Environmental, Health and Safety Management .................................................... 11

4.6.1 The Environmental Health and Safety Management System .......................... 11

4.6.2 Environmental Health and Safety Assessment ................................................ 11

4.6.3 Controlled Products ......................................................................................... 12

4.6.3.1 Controlled Products Definition ................................................................. 12

4.6.3.2 Controlled Products Compliance .............................................................. 12

4.6.3.3 Hazardous Material Restrictions ............................................................... 12

Annex A – Statement of Work

Chemical Identification System – SOW 2

4.6.4 Regulated Components .................................................................................... 13

4.6.4.1 Lithium Batteries ...................................................................................... 13

4.6.4.2 Nuclear and Ionizing Radiation ................................................................ 13

4.6.4.3 Non-Ionizing Radiation – Canadian Radio Frequencies .......................... 14

4.6.4.4 Lasers ........................................................................................................ 14

4.7 Problem Reports...................................................................................................... 14

5 SYSTEMS ENGINEERING ......................................................................................... 14

5.1 Systems Engineering Program ................................................................................ 14

5.2 Equipment Specifications ....................................................................................... 14

5.2.1 Optional ChemIS Data Format Standard for System Integration and Decision

Support (SI&DS) ...................................................................................................... 15

5.3 Verification ............................................................................................................. 15

5.3.1 Test and Evaluation Master Plan ..................................................................... 15

5.3.2 Qualification Test Procedures .......................................................................... 15

5.3.3 Qualification Testing ....................................................................................... 15

5.3.4 Test Report ....................................................................................................... 16

5.4 Certificate of Compliance ....................................................................................... 16

6 CONFIGURATION MANAGEMENT ......................................................................... 16

6.1 Configuration Management Program ..................................................................... 16

6.2 Product Baseline Identification ............................................................................... 16

6.3 Equipment Breakdown Structure ............................................................................ 17

6.4 Engineering Change Proposals ............................................................................... 17

6.5 Configuration Status Accounting ............................................................................ 17

7 INTEGRATED LOGISTICS SUPPORT ...................................................................... 18

7.1 ILS Program ............................................................................................................ 18

7.2 Logistics Support Management .............................................................................. 18

7.2.1 ILS Manager .................................................................................................... 18

7.3 Logistics Management Information ........................................................................ 18

7.3.1 Maintenance Planning ...................................................................................... 19

7.3.2 Engineering Drawings and Associated Lists ................................................... 19

7.3.3 ChemIS Serial Number Register ...................................................................... 19

7.3.4 Reliability Data ................................................................................................ 19

7.3.5Provisioning Parts Breakdown (PPB)/Recommended Spare Parts List (RSPL)

................................................................................................................................... 19

7.3.6 Supplementary Provisional Technical Documentation .................................... 19

7.3.7 Type Designation ............................................................................................. 20

7.3.8 Identification Plates ......................................................................................... 20

7.3.9 Sensitive Material and Controlled Items .......................................................... 20

7.3.10 Material Change Notice/Obsolescence .......................................................... 20

7.3.11 Packaging ....................................................................................................... 20

7.3.11.1 Packaging Data ....................................................................................... 21

7.3.11.2 Marking Data .......................................................................................... 21

7.4 Provisioning Support .............................................................................................. 21

7.5 Technical Publications ............................................................................................ 22

7.5.1 Technical Publications Development .............................................................. 22

7.5.2 Technical Publications Requirements List....................................................... 22

Annex A – Statement of Work

Chemical Identification System – SOW 3

7.5.3 Equipment Advisories ...................................................................................... 22

7.6 Training ................................................................................................................... 22

7.6.1 Training Developer and Instructor ................................................................... 23

7.6.2 Training Requirements..................................................................................... 23

7.6.3 Training Needs Analysis .................................................................................. 23

7.6.4 Training Plan .................................................................................................... 23

7.6.5 Training Development Working Group (TDWG) ........................................... 23

7.6.6 Operator ICT .................................................................................................... 24

7.6.7 Maintenance ICT ............................................................................................. 25

7.6.8 ICT Training Material ...................................................................................... 25

7.6.9 ICT Training Equipment .................................................................................. 25

7.7 In Service Support................................................................................................... 25

7.7.1 R&O Services .................................................................................................. 26

7.7.2 Software Support ................................................................................................. 27

7.7.3 Scientific Reach-Back Service ............................................................................. 27

7.7.4 Technical Reach-Back Service ............................................................................ 27

7.7.5 TECHNICAL INVESTIGATIONS & ENGINEERING STUDIES (TIES) ....... 28

7.8 Decontamination ..................................................................................................... 28

8 QUALITY ASSURANCE ............................................................................................. 29

8.1 Quality Assurance Program .................................................................................... 29

9 CONTRACT DELIVERABLES ................................................................................... 29

9.1 Equipment Delivery ................................................................................................ 29

9.2 Data Delivery .......................................................................................................... 29

9.2.1 Kick-off Meeting ............................................................................................. 30

9.2.2 CDR ................................................................................................................. 30

9.2.3 First TDWG ..................................................................................................... 31

9.2.4 TRR .................................................................................................................. 31

9.2.5 FCA/PCA ......................................................................................................... 31

Appendix 1 – Chemical Identification System Requirements Specification

Appendix 2 – Contract Data Requirements List (CDRL)

Appendix 3 – Data Item Descriptions (DID)

Appendix 4 – Maintenance and Support Concept

Appendix 5 – Certificate of Decontamination –DND 2589

Annex A – Statement of Work

Chemical Identification System – SOW 1

ID ChemIS SOW

SOW-1 1 SCOPE

SOW-2 1.1 Purpose

SOW-3 The purpose of this Statement of Work (SOW) is to describe the tasks and

deliverables required of the Contractor by the Department of National Defence

(DND) in order to define, manufacture, test, deliver, and support a Chemical

Identification System (ChemIS) to identify Chemical Agents and Toxic Industrial

Chemicals (TICs) for the Canadian Armed Forces (CAF), as part of a Chemical

Agents Sensors (Chem) Project.

SOW-4 The system must be designed, manufactured, built, assembled, inspected, tested

and delivered as required in the Contract, in accordance with the ChemIS System

Requirements Specification (SysRS) and related documentation.

SOW-5 1.2 Background

SOW-6 It is essential for the CAF to be able to sustain operational tempo despite the

threat or presence of Chemical, Biological, Radiological or Nuclear (CBRN)

hazards. A cornerstone of the defence posture is an effective warning system that

can alarm sufficiently early for soldiers to survive and operate under the

chemical threat by adopting protective measures.

SOW-7 The ChemIS will provide a capability for onsite identification of a wide range of

hazardous chemical agents. This capability is beyond the capabilities provided

by other chemical sensors used with the CAF since these are essentially designed

for detection and monitoring, not identification.

The ChemIS will provide up to a “confirmed” level of identification under field

conditions. Unambiguous identification, the highest level of identification, can

only be achieved in laboratory settings.

Timely onsite identification is critical so that the most appropriate mitigation and

protective measures are adopted promptly. The ChemIS will enable the users to

identify a large number of chemical agents and TICs from surface depositions

either as liquids, solids or aerosols if the latter have deposited in sufficient

quantities.

The ChemIS is supported by a scientific reach-back capability which can be used

to confirm on-site results and, in some cases, to provide identification when on-

site identification by the instrument is not possible.

SOW-8 1.3 Acronyms

SOW-9 AIR Action Item Report

SOW-20 ASU Area Support Unit

SOW-10 CA Contracting Authority

SOW-14 CAF Canadian Armed Forces

SOW-929 Chem Project Chemical Agent Sensor Project

SOW-12 CBRN Chemical, Biological, Radiological and Nuclear

SOW-11 CDR Critical Design Review

Annex A – Statement of Work

Chemical Identification System – SOW 2

SOW-13 CDRL Contract Data Requirements List

SOW-15 CFITES Canadian Forces Individual Training and Education System

SOW-31 CEPA Canadian Environmental Protection Act

SOW-16 CFSD Canadian Forces Supply Depot

SOW-36 CFTO Canadian Forces Technical Order

SOW-17 ChemIS Chemical Identification System

SOW-18 CI Configuration Item

SOW-19 CM Configuration Management

SOW-21 CSA Canadian Standards Association

SOW-37 CTAT Controlled Technology Access and Transfer

SOW-1316 CWA Chemical Warfare Agent

SOW-22 DID Data Item Description

SOW-23 DND Department Of National Defence

SOW-24 DoD Department Of Defense (U.S.)

SOW-26 EBS Equipment Breakdown Structure

SOW-27 ECP Engineering Change Proposal

SOW-28 EHS Environment, Health and Safety

SOW-29 EHSA Environment, Health and Safety Assessment

SOW-38 EID Equipment Identification

SOW-30 FCA Functional Configuration Audit

SOW-32 GSM Government Supplied Material

SOW-33 HAZMAT Hazardous Material

SOW-34 ICT Initial Cadre Training

SOW-35 ILS Integrated Logistics Support

SOW-50 ISO International Organization for Standardization

SOW-39 MAC Months After Contract Award

SOW-40 MCN Material Change Notice

SOW-1286 MPS Master Project Schedule

SOW-41 MSDS Material Safety Data Sheet

SOW-42 NATO North Atlantic Treaty Organization

SOW-43 NSN NATO Stock Number

SOW-44 PBL Product Baseline

SOW-45 PCA Physical Configuration Audit

SOW-46 PM Project Manager

SOW-47 PMP Project Management Plan

SOW-52 PPB Provisioning Parts Breakdown

SOW-55 PRM Project Review Meeting

SOW-48 QA Quality Assurance

SOW-49 QAR Quality Assurance Representative

SOW-53 R&O Repair And Overhaul

SOW-56 RFN Request for Nomenclature

SOW-54 RFP Request For Proposal

SOW-57 RSPL Recommended Spare Parts List

SOW-59 SCORM Shareable Content Object Reference Model

SOW-64 SI&DS Sensor Integration and Decision Support

SOW-60 SME Subject Matter Experts

SOW-61 SOW Statement Of Work

SOW-62 SPTD Supplemental Provisioning Technical Documentation

SOW-63 SysRS System Requirements Specification

Annex A – Statement of Work

Chemical Identification System – SOW 3

SOW-68 TA Technical Authority

SOW-69 TAT Turn-Around-Time

SOW-70 TDWG Training Development Working Group

SOW-65 TEMP Test and Evaluation Master Plan

SOW-71 TIC Toxic Industrial Chemicals

SOW-1317 TNA Training Needs Analysis

SOW-51 TP Training Plan

SOW-72 TRM Technical Review Meeting

SOW-73 TRR Test Readiness Review

SOW-66 WBS Work Breakdown Structure

SOW-74 2 APPLICABLE DOCUMENTS

SOW-75 2.1 Applicability

SOW-76 The following documents form part of this SOW to the extent specified and are

supportive of the SOW when referenced in sections 3 through 9. All other

document references are to be considered supplemental information only. Unless

otherwise specified, the issue or amendment of documents effective for this

contract will be those in effect on the RFP closing date. The Contractor must

bring to the attention of the Technical Authority (TA) any perceived

inconsistencies between the SOW and the documents attached in the Annexes or

referenced in this SOW. In the event of conflict between the content of this SOW

and the referenced documents, the following order of precedence applies:

SOW-77 a. Content of this SOW;

SOW-78 b. The ChemIS System Requirement Specification (SysRS);

SOW-79 c. NATO Standards;

SOW-80 d. CAF Specifications and Standards;

SOW-81 e. US Federal Specifications;

SOW-82 f. US Military Specifications; and

SOW-83 g. Commercial and Industrial Standards.

SOW-84 2.2 References

SOW-85 The following documents must be used for the preparation of deliverables to the

extent specified in this SOW and associated DIDs:

SOW-86 2.2.1 Military Specifications and Standards

SOW-89 A-EN-007-000/FP-001 DND Environmental Assessment Manual;

SOW-847 B-GJ-005-311/FP-020 Canadian Forces Chemical, Biological, Radiological And

Nuclear Defence Tactics, Techniques And Procedures

SOW-90 C-01-100-100/AG-005 Acceptance of Commercial & Foreign Government

Publications as Adopted Publications

SOW-92 C-01-100-100/AG-006 Writing Format and Production of Technical

Publications

SOW-93 D-LM-008-002/SF-001 Specification for Marking for Storage and Shipment

SOW-94 D-LM-008-011/SF-001 Preparation and Use of Packaging Requirement Codes

SOW-1287 D-LM-008-036/SF-000 Minimum Requirements for Manufacturer’s Standard

Pack.

SOW-95 D-01-000-200/SF-001 Military Nomenclature Assignment and Procedures,

Annex A – Statement of Work

Chemical Identification System – SOW 4

2001-10-03

SOW-97 D-01-100-214/SF-000 Specification for Preparation of Provisioning

Documentation for Canadian Forces Equipment

SOW-99 D-01-100-215/SF-000 Specification for Preparation of Materiel Change Notices

for Canadian Forces Equipment

SOW-101 D-02-002-001/SG-001 Canadian Forces Standard Identification Marking of

Canadian Military Property

SOW-1270 A-LM-184-001/JS-001 Special Instructions - Repair and Overhaul Contractors

SOW-1500 A-LM-505-354/JS-001 Materiel Management Instruction Assignment of

Military Nomenclaturefor Electronic, Aeronautical, Photographic and

Naval Equipment SOW-1501 C-55-040-001/TS-001 Radio Frequency Safety Program

SOW-111 A-PD-055-002/PP-001 Officers General Specification (OGS);

SOW-112 A-PD-055-002/PP-002 Canadian Forces Non-Commissioned Members General

Specification (NCMGS);

SOW-115 A-P9-050-000/PT-001 Manual of Individual Training and Education, Volume 1,

Canadian Forces Individual Training and Education System

Introduction/Description;

SOW-118 A-P9-050-000/PT-002 Manual of Individual Training and Education, Volume 2,

Canadian Forces Individual Training and Education System, Needs Assessment;

SOW-121 A-P9-050-000/PT-003 Manual of Individual Training and Education, Volume 3,

Analysis of Instructional Requirements;

SOW-123 A-P9-050-000/PT-004 Manual of Individual Training and Education, Volume 4,

Design of Instructional Programmes;

SOW-125 A-P9-050-000/PT-005 Manual of Individual Training and Education, Volume 5,

Development of Instructional Programmes;

SOW-127 A-P9-050-000/PT-006 Manual of Individual Training and Education, Volume 6,

Conduct of Instructional Programmes;

SOW-129 A-P9-050-000/PT-007 Manual of Individual Training and Education, Volume 7,

Evaluation of Learners;

SOW-131 A-P9-050-000/PT-Z01 Manual of Individual Training and Education, Volume 1,

Supplement - CFITES Glossary;

SOW-133 C-01-000-100/AG-004 Production and Acquisition of Engineering Data;

SOW-1502 D-01-100-200/SF-000 Specification for Preparation of Equipment Data

Summaries

SOW-1503 D-01-100-202/SF-000 Specification for Preparation of Equipment

Descriptions

SOW-1504 D-01-100-203/SF-000 Specification for Preparation of Operating

Instructions

SOW-1505 D-01-100-204/SF-000 Specification for Preparation of Preventive

Maintenance

SOW-1506 D-01-100-205/SF-000 Specification for Preparation of Corrective

Maintenance Instruction

SOW-135 D-01-300-100/SG-000 Standard for Specification Preparation - Technical

Content;

SOW-136 D-01-400-002/SF-000 Drawings, Engineering and Associated Lists.

SOW-1272 A-LM-184-001/JS-001 Special Instructions - Repair and Overhaul Contractors

SOW-1319 C-02-007-000/AG-001 DND Controlled Technology and Transfer (CTAT)

Annex A – Statement of Work

Chemical Identification System – SOW 5

Manual.

SOW-1320 C-02-008-001/TS-000 General Safety Lithium Batteries Handling, Storage

Preservation and Disposal Instructions

SOW-137 2.2.2 DoD Specifications And Standards

SOW-141 MIL-STD-973 Configuration Management, US DoD

SOW-1600 MIL-STD-810F/G(as specified) Environmental Engineering Considerations and

Laboratory Tests, DoD Test Method Standard

SOW-1288 MIL-HDBK-217 Reliability Prediction Of Electronic Equipment

SOW-146 2.2.3 NATO Standards

SOW-151 ACMP-3 NATO Requirements for Configuration Control - Engineering

Changes, Deviations and Waivers, Edition 1, February 1998

SOW-154 ACMP-4 NATO Requirements for Configuration Status Accounting, Edition 1,

July 1998

SOW-1507 STANAG 2290 NATO Unique Identification of Items

SOW-158 2.2.4 Other Support Documents

SOW-160 CAN/CSA-Z234.1 - 2000 Canadian Metric Practices Guide

SOW-164 ISO 9001:2000 Quality Management Systems - Requirements

SOW-1323 Schedule 1, List of Toxic Substances under the Canadian Environmental

Protection Act, 1999

SOW-1508 SOR/2000-207 Canadian Nuclear Safety Commission (CNSC) Nuclear

Substances and Radiation Devices Regulations

SOW-1509 D-01-400-002/SF-000 Drawings, Engineering and Associated Lists

SOW-1510 ASME Y14.100 dated 2004-01-01 Engineering Drawing Practices

SOW-1511 ASME Y14.24 dated 2004 Types and Applications of Engineering

Drawings

SOW-1512 ASME Y14.34 dated 2002 Associated Lists

SOW-1513 ISO 9660 dated 1988 Information Processing - Volume and File Structure

of CDROM for Information Interchange

SOW-1514 TIFF Revision 6 Adobe Systems Incorporated dated June 3, 1992

SOW-166 3 GENERAL REQUIREMENTS

SOW-167 3.1 Contractor Responsibilities

SOW-168 The Contractor must be responsible for the delivery of the contract deliverables

and providing the following support and services in accordance with this SOW:

SOW-169 a. Project Management;

SOW-170 b. Systems Engineering;

SOW-171 c. Configuration Management;

SOW-172 d. Integrated Logistics Support (ILS);

SOW-845 e. Decontamination of equipment returned for R&O work;

SOW-846 f. 24/7 reach back technical and scientific support; and

SOW-173 g. Quality Assurance.

SOW-174 3.2 Deliverables

Annex A – Statement of Work

Chemical Identification System – SOW 6

SOW-175 The Contractor must manage and execute all the work detailed in this SOW for

the delivery and support of the ChemIS and associated items. The details on

quantity and schedule of delivery are listed in para 9 of this SOW.

SOW-1277 3.2.1 End Item Deliverables

SOW-176 In accordance with para. 9.1 of this SOW, the Contractor must deliver to the

Department of National Defence (DND) twenty-four (24) Chemical

Identification Systems meeting the requirements of the Chemical Identification

System SysRS at Appendix 1 of Annex A plus any optional equipment that may

be exercised by Canada.

SOW-1278 3.2.2 Data Deliverables

SOW-177 In accordance with para 9.2 of this SOW, the Contractor must prepare and

deliver the data required under the Contract in accordance with the Contract Data

Requirements List (CDRL) at Appendix 2 of Annex A and the Data Item

Descriptions (DIDs) at Appendix 3 of Annex A.

SOW-178 The Contractor must maintain and update all data deliverables, including plans

and documents, as required for the duration of the Contract.

SOW-179 The Contractor must deliver all copies of the DND data deliverables to the

following address:

SOW-180 Attn: Chemical Agent Sensors Project

DCSEM 5-5

National Defence Headquarters

MGen G.R. Pearkes Building

101 Colonel By Drive

Ottawa, Ontario, Canada

K1A 0K2

SOW-1279 3.2.3 Services Delivery

SOW-715 The Contractor must provide Repair & Overhaul (R&O) services, in accordance

with para 7.7.1 of this SOW, on all systems delivered under the Contract, on an

as required basis, for a period 24 months after the last system delivery, plus any

option periods as may be exercised by Canada.

SOW-1282 The Contractor must provide software support as requested, in accordance with

para 7.7.2 of this SOW, on all systems delivered under the Contract, on an as

required basis, for a period 24 months after the last system delivery, plus any

option periods as may be exercised by Canada.

SOW-1283 The Contractor must provide scientific reach-back services as requested, in

accordance with para 7.7.3 of this SOW, on all systems delivered under the

Contract, on an as required basis, starting for a period 24 months after the last

system delivery, plus any option periods as may be exercised by Canada.

SOW-1284 The Contractor must provide technical reach-back services as requested, in

accordance with para 7.7.4 of this SOW, on all systems delivered under the

Contract, on an as required basis, for a period 24 months after the last system

delivery, plus any option periods as may be exercised by Canada.

SOW-186 3.3 Data Format

Annex A – Statement of Work

Chemical Identification System – SOW 7

SOW-187 3.3.1 Layout

SOW-188 Unless otherwise specified in a DID, all data delivered as part of this SOW may

be prepared in the Contractor’s own format, except that all documents must be

internally outline numbered and provided with a table of contents to three levels

of indentation.

SOW-189 3.3.2 Printed Matter

SOW-190 The Contractor must submit all printed matter in 8-1/2 x 11 inch bond paper,

unless otherwise specified in a DID.

SOW-191 3.3.3 Electronic Copies

SOW-192 Unless otherwise specified explicitly in a CDRL or DID, the Contractor must

deliver all initial and interim submissions of data deliverables via electronic mail.

Submissions too large to be sent by e-mail may be submitted on CD-R media.

The Contractor is encouraged to consider the establishment of a File Transfer

Protocol (FTP) site to facilitate the exchange of large files. All submissions must

be in the format and revision level of the productivity suite, project management

tool and requirements management tool in use in DND at the time of Contract

signing, to allow DND to recognize, open, view and read the contents in their

intended form and format, and allow DND to modify, select, copy and paste

information from the files to other DND office software files. Once all

submissions have been approved, the Contractor must submit one set of all final

data deliverables on a single set of CD-ROMs.

SOW-193 All electronic documents must be searchable through its table of contents.

Delivery media containing compressed files must also contain the decompression

software.

SOW-194 3.4 Government Supplied Material (GSM)

SOW-195 There is no GSM associated with this project.

SOW-196 4 PROJECT MANAGEMENT

SOW-197 4.1 Project Management Program

SOW-198 The Contractor must have a Project Management Program, in line with industry

best practices, in effect for the duration of the Contract.

SOW-199 The Contractor must, through effective implementation of the Project

Management Program, ensure that testing, documentation, technical reviews and

audits are coordinated in accordance with the requirements of this SOW, that all

products being delivered fully meet all requirements of the Contract, its annexes

and their appendices.

SOW-200 4.2 Project Manager

SOW-201 The Contractor must designate a Project Manager (PM) who will be responsible

to ensure all requirements under the Contract are met.

Annex A – Statement of Work

Chemical Identification System – SOW 8

SOW-202 The Contractor's PM must be the primary point of contact between the

Contractor and the Technical Authority (TA) and Contracting Authority (CA).

SOW-203 4.3 Project Management Plan

SOW-204 The Contractor must prepare, deliver, implement, maintain and update a Project

Management Plan (PMP) in accordance with CDRL 001 and its associated DID

(PM-001). The PMP must describe the plans and processes for organizing,

staffing, controlling and directing all work required under the Contract.

SOW-205 4.4 Master Project Schedule and Work Breakdown Structure

SOW-206 The Contractor must prepare, deliver, and maintain a Master Project Schedule

(MPS) and a Work Breakdown Structure (WBS) in accordance with CDRL 002

and its associated DID (PM-002). Once approved by the TA, the MPS must be

the governing document for scheduling activities.

SOW-207 The Contractor must provide updates to the MPS and to the WBS in accordance

with CDRL 002 and its associated DID (PM-002).

SOW-208 4.5 Project Meetings

SOW-209 4.5.1 Meetings - General

SOW-210 Readiness. The Contractor must ensure that data, personnel and facilities are

available for each meeting.

SOW-211 Facilities. The Contractor must arrange for a facility cleared to the appropriate

security level, of a size sufficient to accommodate the attendees. Meetings may

be held at the Contractor or DND facilities at the discretion of the TA. Video

conferencing, or if that is not available, teleconferencing should be used where

possible.

SOW-212 Chairperson. The CA or their authorized representative will chair the meetings.

SOW-213 Authority. The Contractor's PM must be present at all meetings.

SOW-214 Meeting Agendas. The Contractor must prepare and submit a Meeting Agenda

for each meeting in accordance with CDRL 003 and its associated DID (PM-

003).

SOW-215 Meeting Documentation. The Contractor must prepare and distribute meeting

documentation (all presentations, reports, documents, view graphs, handouts and

other materials to be presented) to each meeting attendee in accordance with

CDRL 009 and its associated DID (PM-009).

SOW-216 Meeting Minutes. The Contractor must record the minutes at every meeting and

submit them in accordance with CDRL 004 and its associated DID (PM-004).

Note: No change in the interpretation of Project, SOW, cost, or schedule, as

defined in the Contract, may be authorized by the minutes of a meeting. Such

action must require formal Contract amendment by the CA.

SOW-217 4.5.2 Project Kick-off Meeting

SOW-218 The Contractor must arrange and host a kick-off meeting with DND no later than

Annex A – Statement of Work

Chemical Identification System – SOW 9

fifteen (15) working days after contract award to review and secure a common

understanding of the project documentation and the following issues:

SOW-219 a. Overview of ChemIS Equipment;

SOW-220 b. Contractual Items, SOW, SysRS;

SOW-221 c. Project Schedule;

SOW-222 d. Project Management;

SOW-223 e. Financial Issues;

SOW-224 f. Technical Items;

SOW-225 g. Quality Assurance;

SOW-852 h. ILS;

SOW-226 i. Environmental, Health and Safety;

SOW-227 j. Review Meetings;

SOW-228 k. Working Groups; and

SOW-229 l. Other topics as deemed necessary.

SOW-230 4.5.3 Progress Review Meetings

SOW-231 The Contractor must arrange and host Progress Review Meetings (PRMs) every

second month to discuss the following topics:

SOW-232 a. Project progress and schedule;

SOW-233 b. Project Management issues;

SOW-234 c. Contractual issues;

SOW-235 d. Financial issues;

SOW-236 e. Configuration Management issues;

SOW-237 f. Systems Engineering and Technical issues;

SOW-238 g. ILS issues;

SOW-239 h. Quality Assurance issues;

SOW-240 i. Environmental, Health and Safety issues; and

SOW-241 j. Other issues as deemed necessary.

SOW-242 The Contractor must arrange and host additional PRMs as may be requested by

the TA.

SOW-243 4.5.4 Technical Review Meetings

SOW-244 The Contractor must arrange and host Technical Review Meetings (TRMs) on an

as required basis. As a minimum, the following technical reviews must be

conducted prior to delivery of the equipment concerned to ensure that the overall

system meets contractual performance requirements:

SOW-717 a. System Requirements Review (SRR): To verify that the system

requirements have been completely and properly addressed; identify

any items that are to be designed or modified and verified during a

follow-on meeting; and confirm suitability of Test and Evaluation

and life-cycle support strategies. This review will take place at the

Kickoff Meeting;

SOW-245 b. Critical Design Review (CDR): To confirm compliance with the

SysRS and establish the design baseline. A CDR must be held no

later than 45 working days after the Kick-off meeting;

SOW-246 c. Test Readiness Review (TRR): To assess test objectives, processes

and resources, and their compliance with test plans and the SysRS.

Annex A – Statement of Work

Chemical Identification System – SOW 10

A TRR must be held at the discretion of the TA before FCA/PCA;

SOW-247 d. Functional Configuration Audit and Physical Configuration Audit

(FCA/PCA): The FCA/PCA is chaired by DND and is conducted in

two parts: an FCA and a PCA. The purpose of the FCA is to review

the verification data to verify that the item as tested complies with its

SysRS. The PCA will be the formal examination of the as-built item

against its design documentation in order to establish a production

baseline. After the successful completion of the PCA, any

subsequent changes to the baseline must be processed through an

engineering change proposal (ECP), paragraph 6.4. The FCA/PCA

meeting must be held no later than 150 calendar days after the CDR

Meeting.

SOW-249 Section 9 identifies the default pre-requisite data deliverables for each technical

review meeting. The Contractor and DND must finalize the delivery schedules at

the Kick-Off Meeting.

SOW-250 The Contractor must resolve all discrepancies identified during the conduct of

these technical reviews unless explicitly waived by the TA.

SOW-251 4.5.5 Training Development Working Group

SOW-252 The Contractor must organize a Training Development Working Group (TDWG)

at the direction of the TA to provide DND and the Contractor a regular forum to

discuss and resolve Training Program issues. The TDWG is described further in

paragraph 7.6.5. TDWG meetings should be scheduled concurrently with other

project meetings when possible.

SOW-253 4.5.6 ILS Review Meetings

SOW-254 The Contractor must arrange and host an ILS planning working group to review

the Contractor’s ILS Plan and coordinate the ILS efforts. The initial meeting

should be held adjunct to the Project Kick-off meeting.

SOW-255 The Contractor must arrange and host additional ILS review meetings on an as

required basis and at the direction of the TA. ILS meetings should be scheduled

concurrently with other project meetings when possible.

SOW-256 4.5.7 Other Meetings

SOW-257 The Contractor and/or the TA may schedule informal reviews, teleconferences,

briefings and technical interchange meetings to help achieve the requirements of

the contract.

SOW-258 4.5.8 Action Item Reporting

SOW-259 The Contractor must monitor issues and action items, and track their status,

history and progress. The Contractor must prepare and submit Action Item

Reports (AIR) accordingly in accordance with CDRL 005 and its associated DID

(PM-005).

SOW-718 The Contractor must review the proposed changes and additions to the AIR at the

conclusion of each meeting. The resulting changes must be reflected in the

Meeting Minutes.

Annex A – Statement of Work

Chemical Identification System – SOW 11

SOW-260 4.6 Environmental, Health and Safety Management

SOW-1334 4.6.1 The Environmental Health and Safety Management System

SOW-261 The Contractor must implement and maintain an Environmental, Health and

Safety (EHS) management system to control EHS impacts resulting from their

activities, products or services in support of this contract. ISO 14001 -

Environmental Management Systems; Requirements with Guidance for Use - is a

benchmark for an effective environmental management system (EMS) applicable

to all types and sizes of organizations. Certification to this standard is preferred

but not necessary. The Contractor must, however, have a formalized set of

procedures and control measures in place to achieve conformance with the

requirements of this Work, while ensuring environmental, health and safety

protection and pollution prevention. The Technical Authority has the right to

make examinations and such audits of the Work and control

processes/procedures and infrastructure with respect to the environmental, health

and safety management system as they may think fit.

SOW-1327 The Contractor must keep accurate and complete EHS records, which must, upon

request, be made available to the Technical or Inspection Authority for viewing.

During the performance of the Contract, requests for copies of any document will

be made formally to the Contractor.

SOW-1328 The Contractor must have an occupational health and safety management system

consistent with the principles presented in OHSAS 18001.

SOW-1329 The environmental health and safety and occupational health and safety

requirements must flow down from the Contractor to any and all sub-contractors.

The Contractor must ensure that all subcontractors are in compliance with the

applicable EHS laws and regulations.

SOW-1331 EHS considerations must be incorporated and documented into the decision

making process for the Work performed under this Contract.

SOW-1332 The Contractor must ensure that specifications, standards, support documents,

training programs, test programs and disposal instructions are reviewed for EHS

compliance, and ensure that appropriate EHS warnings and instructions in direct

relation to the EHS risks are presented in the contents.

SOW-1333 New or amended support documentation, such as Canadian Forces Technical

Orders (CFTOs) will incorporate appropriate EHS warnings and instructions in

direct relation to the EHS risks presented in the contents.

SOW-1335 4.6.2 Environmental Health and Safety Assessment

SOW-262 The Contractor must prepare and submit an EHS Assessment (EHSA) for TA

approval in accordance with CDRL 007 and its associated DID (PM-007),

detailing the EHS impact of the equipment and all subcomponents during all life

cycle phases such as design, engineering and manufacturing, test and evaluation,

production and delivery, operation and maintenance, and demilitarization and

disposal. The EHSA must include a Material Safety Data Sheet (MSDS) that is

less than three years old for each hazardous material (HAZMAT) contained in

the deliverables.

Annex A – Statement of Work

Chemical Identification System – SOW 12

SOW-1336 The Contractor must make appropriate amendments to the EHSA for Technical

Authority approval throughout the term of the contract and, in accordance with

CDRL 007.

SOW-1337

4.6.3 Controlled Products

SOW-1338 4.6.3.1 Controlled Products Definition

SOW-1339 Controlled products, in the context of EHS, are defined as those that contain the

following substances:

a. Regulated and proposed to be regulated under the Canadian

Environmental Protection Act (CEPA);

b. Schedule I, List of Toxic Substances under the CEPA;

c. Targeted chemicals subject to the National Pollutant Release Inventory;

d. Targeted by the Chemicals Management Plan - List of Challenge

Substances; and/or

e. Targeted under the Accelerated Reduction/Elimination of Toxic

Substances Program.

SOW-1340 4.6.3.2 Controlled Products Compliance

SOW-1342 The Contractor and any sub-contractor(s) must avoid the use of any controlled

products, as part of the Work under this Contract, where feasible and as dictated

by regulatory requirements.

SOW-1343 The Contractor must not increase the EHS impact or the number of controlled

products in any changes to the existing configuration during in-service support

without authorization from the TA.

SOW-1344 4.6.3.3 Hazardous Material Restrictions

SOW-1345 The following specified hazardous substances are restricted in the following

manner:

1. Asbestos and Polychlorinated Biphenyls (PCBs) must not be

incorporated into the design, operation or maintenance of

equipment, products, or support services. 2. Mercury and its compounds are listed as a toxic substance in Schedule

1 to the Canadian Environmental Protection Act, 1999. Consequently,

the Contractor must comply with the following requirements:

a. All Goods sold to the Crown must not contain mercury or its

compounds, where technically feasible (i.e. fit, form and

function requirements are met);

b. For each case where Goods must contain mercury or its

compounds, the Contractor must submit a statement that it is not

technically feasible to use mercury-free Goods in its place, and

explain why;

c. Goods containing mercury or its compounds must comply with

Annex A – Statement of Work

Chemical Identification System – SOW 13

mercury content limits specified in any relevant standard;

d. Where the Goods contain mercury or its compounds, in any

shape or form, or where its operation or maintenance requires

the use of mercury or its compounds, the Contractor must

provide in tabular format, to the Technical Authority (TA), the

following for each occurrence of mercury or its compounds:

Identification of the Goods as containing mercury or its

compounds;

NATO Stock Number of the Goods, if available;

Description of the Goods:

Manufacturer of the item or part containing

mercury or its compounds;

Manufacturer part number of the item or part

containing mercury or its compounds;

National Supply Code for Manufacturers (NSCM)

/ Commercial and Government Entity (CAGE)

Code of the item or part containing mercury or its

compounds;

Description of the mercury or its compounds of

the item or part containing mercury or its

compounds;

The form of mercury or its compounds (e.g. liquid,

vapour, amalgam, metal halide);

The location of the mercury or its compounds on

or in the item or part containing mercury or its

compounds; and

Material Safety Data Sheet, where possible.

e. The Contractor is responsible to ensure that Goods containing

mercury or its compounds are labelled in a readily visible location

identifying that the item contains mercury or its compounds. The label

must be bilingual and in accordance with any relevant standard.

SOW-1346 4.6.4 Regulated Components

SOW-1348 4.6.4.1 Lithium Batteries

SOW-1349 If any Lithium or Lithium-polymer batteries are used, then the procedures in C-

02-008-001/TS-000, General Safety Lithium Batteries Handling, Storage

Preservation and Disposal Instructions must be used.

SOW-1350 4.6.4.2 Nuclear and Ionizing Radiation

SOW-263 If applicable, the Contractor must apply for and have any radiation device and

Class II Prescribed Equipment certified by the Canadian Nuclear Safety

Commission (CNSC), in accordance with Nuclear Substances and Radiation

Devices Regulations, section 11.

SOW-264 If support of the ChemIS involves the maintenance or supply of materiel that

emits ionizing radiation, the Contractor must apply for and maintain a Canadian

Annex A – Statement of Work

Chemical Identification System – SOW 14

radioisotope license and provide information on the qualification of workers who

will be carrying out the work.

SOW-1356 4.6.4.3 Non-Ionizing Radiation – Canadian Radio Frequencies

SOW-1357 The Contractor must comply with the Limits of Human Exposure to

Radiofrequency Electromagnetic Fields in the Frequency Range from 3 KHZ to

300 GHZ - Safety Code 6, CFTO C-55-040-001/TS-001, Radio Frequency

Safety Program ("DAOD 3026-1, Radio Frequency Radiation Safety" refers).

The Contractor requirements are detailed in the SysRS (Appendix 1 to Annex A).

SOW-1358 4.6.4.4 Lasers

SOW-1318 The Contractor must identify and classify each laser that is an element of the

ChemIS, providing this information to DND initially as part of the Kick-Off

Meeting documentation package (CDRL 009) and confirming the information as

part of the CDR documentation package. For each laser that is of Class 3A or

above, the Contractor must:

SOW-1359 1. Prepare and deliver a Laser Safety Data Sheet in accordance with CDRL

224 and its associated DID (ILS-224);

SOW-1360 2. Ensure that the equipment, of which the laser is a component, is

appropriately marked with the laser type and appropriate hazard

classification.

SOW-853 4.7 Problem Reports

SOW-854 On matters that may impact the cost, schedule or scope of the project, the

Contractor must prepare and submit Problem Reports (PRs) in accordance with

CDRL 006 and its associated DID (PM-006). The TA may also request the

Contractor generate Problem Reports as deemed necessary.

SOW-265 5 SYSTEMS ENGINEERING

SOW-266 5.1 Systems Engineering Program

SOW-267 The Contractor must implement and maintain a Systems Engineering Program, in

line with industry best practices for Systems Engineering, for all engineering

work related to this Contract.

SOW-268 The Contractor must present, at the kick-off and CDR meetings, the modification

and adaptation work to be performed on “off-the-shelf” systems and/or

equipments to meet the requirements defined in the ChemIS SysRS.

SOW-269 5.2 Equipment Specifications

SOW-270 The Contractor must define the physical and functional performance of the

product in an Equipment Specification in accordance with CDRL 102 and its

associated DID (SE-102). The Equipment Specification must demonstrate that it

incorporates all the functional performance requirements of the SysRS by

providing requirement traceability back to the SysRS.

Annex A – Statement of Work

Chemical Identification System – SOW 15

SOW-67 5.2.1 Optional ChemIS Data Format Standard for System Integration and

Decision Support (SI&DS)

SOW-91 The purpose of the optional ChemIS SI&DS requirements is to facilitate

manufacturer-independent transfer of information from ChemIS sensors to a

standard file format for use in Canadian Armed Forces applications (See

document Attachment 1 to App 1 to Annex A).

SOW-1601 If this option is exercised, a task authorization (DND 626) will be issued within

the period of the Contract.

SOW-1602 If this option is exercised, the Contractor must meet the SI&DS requirements

found in paragraph 3.8 of the SysRS, Appendix 1 to Annex A, and the CBRN

Data Format Standard Proposal for the CBRN Sensor Integration and Decision

Support (SI&DS) Project found in Attachment 1 to Appendix 1 to Annex A.

SOW-1603 The estimated time to implement the ChemIS SI&DS requirements is 1700

hours.

SOW-271 5.3 Verification

SOW-272 5.3.1 Test and Evaluation Master Plan

SOW-273 The scope of the Test and Evaluation Master Plan (TEMP) includes all the tests,

demonstrations, analyses, inspections and certifications necessary to satisfy the

requirements of the Equipment Specifications and any other requirements

traceable directly to the SysRS. The TEMP must demonstrate that it incorporates

all the requirements by providing requirements traceability back to the

Equipment Specification and/or the SysRS as appropriate.

SOW-274 The Contractor must prepare, submit, implement, maintain and update the TEMP

in accordance with CDRL 105 and its associated DID (SE-105). The Contractor

must present for review the TEMP at the first TRM following its submission and

finalize it prior to TRR.

SOW-275 5.3.2 Qualification Test Procedures

SOW-276 The Contractor must prepare and submit Qualification Test Procedures in

accordance with CDRL 106 and its associated DID (SE-106) for each test or

group of tests. The Test Procedures must be approved by the TA prior to the

TRR.

SOW-1289 The Qualification Test Procedures must demonstrate that they are exhaustive by

providing requirements traceability back to the TEMP, Equipment Specification

and/or the SysRS as appropriate.

SOW-277 5.3.3 Qualification Testing

SOW-278 The Contractor must schedule, plan, organize, direct, conduct, control and

coordinate Testing, in accordance with the DND approved TEMP and

Qualification Test Procedures, to verify that the requirements of the SysRS and

Equipment Specifications are met and validate the solution to be delivered.

SOW-280 The Contractor must formally notify the TA at least twenty (20) working days in

Annex A – Statement of Work

Chemical Identification System – SOW 16

advance of each test or group of tests.

SOW-281 The Contractor must authorize the TA to witness and access all tests and

evaluations, including those conducted at an independent facility, assisted by

technical experts of DND's choice. The TA will provide the Contractor with the

list of representatives who will be attending and witnessing specific tests or

evaluations, after receiving notification of a test activity from the Contractor.

SOW-284 5.3.4 Test Report

SOW-285 The Contractor must prepare and submit Test Reports in accordance with CDRL

108 and its associated DID (SE-108) for each test or group of tests.

SOW-286 The TA will accept the results, conditionally accept the results or reject the

results. To be accepted, the test must have been conducted in accordance with the

agreed upon methodology and the reported results must meet the Pass Criteria

stated in the approved TEMP and Test Procedures. Conditional acceptance

means that the result(s) can be accepted as having met the Pass Criteria if

specified actions are taken. Rejection means that the test must be repeated after

the reason(s) for failure has been remedied.

SOW-288 5.4 Certificate of Compliance

SOW-289 The Contractor must certify, in accordance with CDRL 114 and its associated

DID (SE-114), that each delivered system fully complies with the requirements

of the Contract.

SOW-290 6 CONFIGURATION MANAGEMENT

SOW-291 6.1 Configuration Management Program

SOW-292 The Contractor must implement, maintain and apply a Configuration

Management (CM) Program in line with industry best practices and the intent of

MIL-STD-973 to ensure effective configuration identification, configuration

control, configuration status accounting, and configuration audits for the Project,

as well as effective management and implementation of engineering changes.

SOW-293 The Contractor must utilize its own CM information system to support

configuration identification, change control, status accounting and audits. Using

this system, the Contractor must track the status of functional, allocated and

product baselines as defined by their respective configuration documents.

SOW-1290 Configuration management must be exercised for the complete ChemIS for the

duration of the Contract and any equipment and support options exercised

thereafter.

SOW-294 6.2 Product Baseline Identification

SOW-1292 At the FCA/PCA the Contractor must uniquely identify all the hardware,

software, firmware, training, documentation, support, analysis, design, test,

qualification, etc., elements that comprise the proposed Product Baseline. On

successful completion of the FCA/PCA and the update, if required, of any of the

identification elements, the Contractor must provide a list of the uniquely

Annex A – Statement of Work

Chemical Identification System – SOW 17

identified elements to DND. The list must be in the Contractor’s format but must

be accompanied with sufficient additional description and/or amplifying

information to enable a ready understanding of the information being provided.

SOW-1293 The Contractor must provide an update to the Product Baseline Identification on

the acceptance by DND of any Engineering Change Proposals (ECPs) or

Material Change Notices (MCNs).

SOW-1297 6.3 Equipment Breakdown Structure

SOW-295 The Contractor must recommend appropriate Configuration Items (CI), including

but not limited to:

SOW-296 a. ChemIS Identifiers;

SOW-297 b. Battery pack(s);

SOW-298 c. Accessories;

SOW-299 d. Consumables;

SOW-300 e. Cable set;

SOW-301 f. Software;

SOW-839 g. Manuals;

SOW-856 h. Ruggedized Laptop Computer;

SOW-302 i. Transit case; and

SOW-303 j. Carriage system (eg. straps, pouch, back pack).

SOW-304 The Contractor must prepare and deliver an Equipment Breakdown Structure

(EBS) in accordance with CDRL 109 and its associated DID (SE-109). The

approved EBS will form the Product Baseline (PBL) for the activities of this

contract.

SOW-305 6.4 Engineering Change Proposals

SOW-306 The Contractor must prepare and deliver Engineering Change Proposals (ECPs)

in accordance with CDRL 110 and its associated DID (SE-110) to request

authorization to depart from a particular performance or design requirement of

the contract, specification, or reference document. This includes proposed

changes to the supplied software, executables and data files including libraries.

ECPs are required after the Product Baseline has been approved at FCA/PCA.

The Contractor must not proceed with the work until the TA has provided

approval for the work from the ECP to commence.

SOW-307 The Contractor must perform and submit a full impact analysis, including

technical, ILS, EHS and cost implications, for each proposed ECP.

SOW-1362 6.5 Configuration Status Accounting

SOW-1363 The Contractor must implement and maintain Configuration Status Accounting

(CSA) processes and procedures as part of the CM Program, for the duration of

the Contract.

SOW-1364 The Contractor must prepare and deliver CSA Reports in accordance with CDRL

211 and its associated DID (ILS-211), to provide the information required to

effectively manage CIs and provide visibility of CM activities including status of

deviations, waivers and engineering changes.

Annex A – Statement of Work

Chemical Identification System – SOW 18

SOW-308 7 INTEGRATED LOGISTICS SUPPORT

SOW-309 7.1 ILS Program

SOW-310 The Contractor must develop an ILS Program to plan, control, maintain and

implement the necessary logistics support requirement of the ChemIS until 2

years after the final delivery of the equipment and for any option periods

thereafter exercised by DND.

SOW-311 DND’s objective for the Contractor’s ILS Program is to ensure that the

Contractor provides the required level of logistics support to achieve the

operational requirements of the system.

SOW-312 The Contractor's ILS Program must address the following logistics support

elements:

SOW-313 a. Logistics Support Management;

SOW-314 b. Logistics Management Information;

SOW-315 c. Provisioning Support;

SOW-316 d. Technical Publications;

SOW-317 e. Training and Training Support;

SOW-318 f. R&O Support;

SOW-319 g. Software support;

SOW-857 h. Technical Reach Back Service

SOW-1298 i. Scientific Reach Back Service

SOW-321 The specific requirements of each of these elements are detailed in the remaining

paragraphs of section 7.

SOW-323 7.2 Logistics Support Management

SOW-324 7.2.1 ILS Manager

SOW-325 The Contractor must designate an ILS Manager to head the Contractor's ILS

Program for the duration of the Contract. The ILS Manager must be responsible

for the implementation and maintenance of the Contractor's ILS Program. The

Contractor ILS Manager must be the point of contact between the Contractor and

the DND ILS Manager.

SOW-1299 The Contractor must prepare and submit an Integrated Logistic Support Plan in

accordance with CDRL 201 and its associated DID (ILS 201). The ILS Plan will

document the methodology used by the Contractor in providing logistic support

for the equipment. The ILS Plan must be implemented and maintained

throughout the duration of the Contract.

SOW-326 7.3 Logistics Management Information

Annex A – Statement of Work

Chemical Identification System – SOW 19

SOW-327 7.3.1 Maintenance Planning

SOW-329 The Contractor must determine the maintenance level for all Preventive and

Corrective Maintenance tasks, based on the criteria identified in the Maintenance

and Support Concept (Appendix 4 to Annex A). This will form the basis for

determining the operator and first line maintenance tasks to be completed by

DND, identifying reprovisioning requirements, finalizing the technical

publications and identifying Life Cycle Cost estimates.

SOW-330 The Contractor must prepare a Maintenance Plan based on a maintenance

analysis performed by the Contractor and submit it for approval in accordance

with CDRL 209 and its associated DID (ILS-209). The Contractor must update

the Maintenance Plan when necessary until the TA has accepted the results of

testing. Its final approval will be concurrent with FCA/PCA.

SOW-1300 7.3.2 Engineering Drawings and Associated Lists

SOW-1301 The Contractor must prepare and deliver Engineering Drawings and Associated

Lists for the ChemIS and components, as well as for their associated support

items, in accordance with CDRL 222 and its associated DID (ILS-222). The

minimum drawing types required are Level 2. Any other drawings, or drawing

types, that the DND TA deems necessary for effective Life Cycle Material

Management, must also be included as part of the Engineering Drawings &

Associated Lists package.

SOW-1304 7.3.3 ChemIS Serial Number Register

SOW-1305 The Contractor must establish and maintain a register for all information

associated with the serialization and delivery of the ChemIS in accordance with

CDRL 223 and its associated DID (ILS-223). The Contractor must provide a

revised copy of the register to the TA with each equipment shipment and upon

request. This register must be retained for the life of the equipment.

SOW-332 7.3.4 Reliability Data

SOW-333 The Contractor must submit Reliability Data in accordance with CDRL 210 and

its associated DID (ILS-210) to the line replaceable unit (LRU) level.

SOW-334 7.3.5Provisioning Parts Breakdown (PPB)/Recommended Spare Parts List

(RSPL)

SOW-335 The Contractor must prepare and deliver a Provisioning Parts Breakdown

(PPB)/Recommended Spare Parts List (RSPL), including consumable items, in

accordance with CDRL 202 and its associated DID (ILS-202). The final RSPL

will be used to help determine the spares and consumable item selection to be

made by DND.

SOW-336 7.3.6 Supplementary Provisional Technical Documentation

SOW-337 The Contractor must prepare and deliver Supplementary Provisioning Technical

Documentation (SPTD), in accordance with CDRL 204 and its associated DID

(ILS-204), for cataloguing of each Configuration Item (CI), spare part and

Annex A – Statement of Work

Chemical Identification System – SOW 20

consumable item procured by DND that has not already been assigned a NATO

Stock Number (NSN). The SPTD will be used in the cataloguing process to

uniquely identify each item considered for provisioning so that it can be correctly

catalogued and assigned an NSN.

SOW-338 7.3.7 Type Designation

SOW-339 The Contractor must provide the information required to obtain Joint Electronic

Type Designation Automated System (JETDAS) designation (nomenclature) in

accordance with CDRL 207, Request for Nomenclature (RFN), and its associated

DID (ILS-207).

SOW-340 7.3.8 Identification Plates

SOW-341 The Contractor must prepare and submit Equipment Identification (ID) Plate data

(drawings) in accordance with CDRL 208 and its associated DID (ILS-208). The

Contractor must label and mark the equipment, including all associated

accessories, in accordance with D-02-002-001/SG-001 and the DND approved

equipment identification plate data.

SOW-342 The Contractor must arrange for the manufacture of all identification plates

required and affix them prior to delivery.

SOW-343 7.3.9 Sensitive Material and Controlled Items

SOW-344 The Contractor must fully identify and disclose all sensitive materials associated

with the ChemIS, including controlled items and information, and provide

information of any special requirements, procedures and restrictions related to

their storage, use and disposal in accordance with the DND Controlled

Technology and Transfer (CTAT) Manual C-02-007-000/AG-001, and as

detailed in CDRL 203 and its associated DID (ILS-203).

SOW-345 7.3.10 Material Change Notice/Obsolescence

SOW-346 The Contractor must provide a Materiel Change Notice (MCN) in accordance

with CDRL 205 and its associated DID (ILS-205) to inform DND of each change

to submitted provisioning data, including anticipated obsolescence for the

duration of the Contract. An MCN must be submitted whenever changes to any

of the following data elements are required: Indention Code; Item Name;

Manufacturer’s Reference Number; NATO Supply Code for Manufacturer

(NCSM/Commercial and Government Entity (CAGE) Code; Contractor’s Part

Number; Quantity per Assembly, Reference Designation Number and Unit of

Issue. Note that the Contractor must give DND 90 working days’ notice if there

is an issue of any item obsolescence.

SOW-840 7.3.11 Packaging

SOW-841 The Contractor must use best commercial practices for the preparation of items

for shipment, packaging items for transportation, and for the preservation of

items for storage. The Contractor must ensure that packaging of provisioned

items will provide adequate protection, consistent with good economy, against

Annex A – Statement of Work

Chemical Identification System – SOW 21

damage, deterioration and loss of identification during storage, handling and

shipment. The Contractor must seek approval from the DND TA with regards to

the packaging and shipping methods as it relates to issues such as batch

quantities and grouping of items/systems.

Unless otherwise authorized by the TA, all spare parts must be individually

packaged, with each package bearing a label with the item name, NSN,

manufacturer part number and quantity.

The Contractor must package batteries in such a manner as to adhere to all levels

of regulations regarding dangerous goods/hazardous products as set forth by

federal, provincial and municipal laws, by-laws, acts of Parliament, and

international laws.

SOW-1311 7.3.11.1 Packaging Data

SOW-1312 The Contractor must prepare and submit packaging data, including the date of

manufacture, shelf-life expiry data, storage environment restrictions and bar

coding information, for all packages, shipping containers and consolidation

containers in accordance with CDRL 206 and its associated DID (ILS-206).

SOW-1313 7.3.11.2 Marking Data

SOW-1314 The Contractor must identify all packages, shipping containers and consolidation

containers in accordance with CDRL 225 and its associated DID (ILS-225).

SOW-900 7.3.12 Kit List

SOW-901 The Contractor must prepare and submit equipment kit list in accordance with

CDRL - 226 and its associated DID-ILS-226.

SOW-902 7.3.13 Unique Identification and Standardized Marking of Materiel List

(Equipment Identification Plate Data)

SOW-903 The Contractor must affix a permanent Bar Code to unit, intermediate and

shipping containers, in accordance with D-LM-008-002/SF-001.

The Contractor must prepare and deliver a Unique Identification and

Standardized Marking of Materiel List (Equipment Identification Plate

Data) in accordance with CDRL 227/DID ILS-227 for all items requiring

identification with the Unique Identification of Items (UII) mark.

The Contractor must apply the UII mark, to the identification plate for

those items marked with identification plates as per section 7.3.8.

The UII must be prepared in accordance with NATO STANAG 2290. SOW-347

7.4 Provisioning Support

SOW-348 The Contractor must provide provisioning support on an as required basis for the

duration of the contract. This support includes the provision of initial stock levels

of spare parts and consumable items for DND use, the replacement of spare parts

used by DND for maintenance tasks, and the replenishment of consumable items

resulting from system operation and/or time-expired consumable items. DND

Annex A – Statement of Work

Chemical Identification System – SOW 22

will order replenishment and replacement spare parts and consumables on an as

and when requested basis using a Requisition on Contract (ROC). The pricing

and delivery for this support will be taken from the PPB/RSPL.

The contractor’s time requirement to ship for the provisioning of DND use spares

(1st line) must be no longer than 20 working days from time of request.

The Contractor’s time requirement to ship for the provisioning of DND use

consumables must be no longer than 5 working days from time of request.

SOW-350 All items supplied by the Contractor under Provisioning Support must be new

and must reflect the PBL in effect on Receipt of Order.

SOW-353 7.5 Technical Publications

SOW-354 7.5.1 Technical Publications Development

SOW-355 The Contractor must make maximum use of existing technical publications.

Where practical, these should be used as is, or with only minor modifications as

required to reflect DND peculiar equipment, nomenclature, part numbers,

modifications and maintenance procedures.

Not withstanding the pre-existence of the publications, technical publications

must be outline paragraph numbered and provided with a table of contents to

three levels of indentation,

SOW-356 Validation of the technical publications against the equipment delivered under

this Contract to ensure that all content is correct, feasible and suitable to the

specified requirements and ultimate environment, will be performed at the

FCA/PCA.

SOW-357 7.5.2 Technical Publications Requirements List

SOW-359 The Contractor must prepare and deliver a bilingual (English and French)

Operator and First Line Maintenance Manual in accordance with CDRL 213 and

its associated DID (ILS-213).

SOW-360 The Contractor must prepare and deliver a bilingual (English and French) User

Guide in accordance with CDRL 214 and its associated DID (ILS-214).

SOW-361 7.5.3 Equipment Advisories

SOW-362 The Contractor must provide the TA with a copy of every Technical Advisory

Bulletin, Alert, Service Bulletin, Spare Parts Bulletin and other such military or

commercial advisory related to the ChemIS, and issued by either the Contractor

or its suppliers, with an impact assessment for the CAF specific configuration in

accordance with CDRL 212 and its associated DID (ILS-212) for the duration of

the Contract.

SOW-363 7.6 Training

Annex A – Statement of Work

Chemical Identification System – SOW 23

SOW-364 7.6.1 Training Developer and Instructor

SOW-365 The Contractor must provide a developer and instructor who has a Canadian

Society for Training and Development designation (CSTD), or the developer and

instructor must have demonstrated equivalent experience and qualifications

which prove as a minimum, satisfactory knowledge and experience in designing,

developing and conducting training using either a Systems Approach to Training

(SAT), or Instructional Systems Design (ISD) model or the Canadian Forces

Individual Training and Education System (CFITES) model.

SOW-366 7.6.2 Training Requirements

SOW-367 The Training Needs Analysis (TNA), Training Plan (TP) and Initial Cadre

Training (ICT) materials must address each of the requirements specified in this

SOW and be consistent with the CFITES principles and processes. The following

documents will be provided to assist the Contractor in meeting the training

requirements:

SOW-368 A-P9-050, Manuals of Individual Training and Education; and

SOW-370 A-PD-055, Military Occupation Structure and associated specifications.

SOW-371 The Contractor must make recommendations for the transition from ICT to

steady-state training in accordance with CDRL 218 and its associated DID (ILS-

218).

SOW-372 7.6.3 Training Needs Analysis

SOW-373 The Contractor must prepare and deliver a Training Needs Analysis in

accordance with CDRL 221 and its associated DID (ILS-221) which must

provide the data to design the Training Plan (TP) in accordance with CDRL 215

and its associated DID (ILS-215) as defined in the paragraphs below.

SOW-386 7.6.4 Training Plan

SOW-387 The Contractor must prepare and deliver a Training Plan in accordance with

CDRL 215 and its associated DID (ILS-215) for the provision of developing

Initial Cadre Training (ICT) for both Operators and Maintenance personnel, and

the material to support this training, as defined in paragraphs 7.6.5 through 7.6.9

below.

SOW-390 7.6.5 Training Development Working Group (TDWG)

SOW-391 A Training Development Working Group (TDWG) must be organized by the

Contractor to provide the Contractor and DND a regular forum to discuss and

resolve Training Program issues. The TDWG is a forum through which the

Contractor’s Instructor, the DND Project Training Manager and the DND Subject

Matter Experts (SME) will advise on the development, production, delivery and

Quality Assurance of the training deliverables. The Contractor must convene

Annex A – Statement of Work

Chemical Identification System – SOW 24

TDWG meetings as required and at the direction of the TA.

SOW-392 The TDWG will conduct the following tasks:

SOW-862 a. Coordinate and facilitate the provision of DND advice to the Contractor

in regard to the training support program deliverables;

SOW-863 b. Coordinate and facilitate the provision of DND advice to the Contractor

in regard to the syllabi and Courseware for the ICT courses;

SOW-864 c. Facilitate the provision of SME input to support the Contractor’s conduct

and evaluation of initial serials of each course for ICT;

SOW-865 d. Facilitate the provision of SME input to support the Contractor’s

development of required maintenance training; and

SOW-867 e. Coordinate availability of resources, material, data and services, as

required from DND.

SOW-868 The Contractor must convene the first TDWG meeting no later than forty-five

(45) working days after the kick-off meeting. It must include briefings to project

authorities and DND training staff by the Contractor on the equipment and

Contractor’s plan to meet the requirements of this SOW.

SOW-950 The Contractor must convene a post ICT TDWG meeting no later than forty (40)

working days after the ICT. It must include the Contractor’s recommendations

for ICT Training and Training Material improvements.

SOW-393 7.6.6 Operator ICT

SOW-394 The Contractor must develop and provide a serial ICT to groups of DND

Operators consisting of approximately fifteen (15) students in each group,

covering operation and user maintenance of the equipment. The training Lesson

Plan must be modularly designed to train both individuals and combined groups

of DND Operators and Maintainers consisting of approximately fifteen (15)

students. The option to train the operators and maintainers as separate groups will

be at the discretion of the TA.

SOW-869 CAF personnel trained on the Operator ICT should be able to effectively perform

basic operation, user maintenance and first line maintenance after a maximum of

14 training periods, which includes time for all assessments and evaluations.

A Training Period is defined as 60 minutes: 50 minutes of instruction/practice

and 10 minutes of break. The 14 training periods should be programmed to be

delivered within two training days. A Training Day is defined as 4 morning

training periods, one 50 minute Lunch break, following by 3 afternoon training

periods.

SOW-871 Operator ICT is planned to take place at CFB Borden, Ontario, CFB Trenton,

Ontario, and/or CFB Suffield, Alberta. DND will provide training facilities.

SOW-872 The Contractor must provide additional serials of operator ICT if the option is

exercised by Canada. The Contractor will be provided a minimum of twenty

(20) working days’ notice for such request.

Annex A – Statement of Work

Chemical Identification System – SOW 25

SOW-873 The Contractor must be prepared to conduct the first Operator ICT ten (10)

working days prior to the first delivery of the equipment.

SOW-874 7.6.7 Maintenance ICT

SOW-875 The Contractor must develop and provide a serial ICT to groups of DND

Maintenance Technicians consisting of approximately fifteen (15) students in

each group, covering operation, user maintenance, troubleshooting and

maintenance of the systems. The training Lesson Plan must be modularly

designed to train both individuals and combined groups of DND Maintainers

consisting of approximately fifteen (15) students.

SOW-1361 CAF personnel trained on the Maintenance ICT should be able to effectively

perform inspection, troubleshooting, preventive and corrective maintenance and

address safety concerns/equipment hazards after a maximum of 14 training

periods, which includes time for all assessments and evaluations.

A Training Period is defined as 60 minutes: 50 minutes of instruction/practice

and 10 minutes of break. The 14 training periods should be programmed to be

delivered within two training days. A Training Day is defined as 4 morning

training periods, one 50 minute Lunch break, following by 3 afternoon training

periods.

SOW-876 Maintenance ICT is planned to take place at CFB Borden, Ontario, CFB Trenton,

Ontario, and/or CFB Suffield, Alberta. DND will provide the training facilities.

SOW-877 The Contractor must provide additional serials of Maintenance ICT if the option

is exercised by Canada. The Contractor will be provided a minimum of twenty

(20) working days’ notice for such request.

SOW-878 The Contractor must be prepared to conduct the first Maintenance ICT ten (10)

working days prior to the first delivery of the equipment.

SOW-879 7.6.8 ICT Training Material

SOW-880 The Contractor must develop, prepare and deliver bilingual training material to

conduct operator and maintenance training in accordance with CDRL 216 and its

associated DID (ILS-216).

SOW-881 The Contractor must provide each student with the necessary handouts.

SOW-882 7.6.9 ICT Training Equipment

SOW-883 The Contractor must supply a minimum of two (2) training ChemISs for

students’ use during each ICT serial. The Contractor instructor must provide

his/her own ChemIS for ICT. The Contractor must supply all consumables and

sample chemical compounds necessary for ICT. Training equipment may be

accepted as production units on refurbishment to base line configuration, to be

delivered in accordance with new production equipment requirements (all

consumables replenished).

SOW-395 7.7 In Service Support

Annex A – Statement of Work

Chemical Identification System – SOW 26

SOW-398 7.7.1 R&O Services

SOW-399 The Contractor must provide R&O services on all ChemIS delivered under the

Contract on an as required basis.

SOW-1271 The Contractor must provide R&O services in accordance with the procedures

detailed in DND CFTO A-LM-184-001/JS-001 Special Instructions - Repair and

Overhaul Contractors, and as specified in this SOW.

The DND Quality Assurance Representative (QAR) will be responsible for the

Canadian Forces Supply System transactions.

SOW-400 R&O services include the completion of all Preventive and Corrective

Maintenance tasks beyond the scope of first line preventive and corrective

maintenance tasks performed by DND, as defined in the approved Maintenance

Plan (CDRL 209), and includes but is not limited to all necessary disassembly,

inspection, cleaning, repair or replacement of faulty parts, reassembly,

adjustments, calibration, recertification, and packaging and shipping tasks to

return the equipment to DND in a fully serviceable condition.

SOW-401 The Contractor must supply all spare parts necessary to complete the R&O work.

Spare parts must be new and be to the design criteria defined in the approved

PBL. It will be acceptable to make minor adjustments, calibration and/or

cleaning to system components where suitable and practical.

SOW-1604 When returning the identifier to Canada, the Contractor must replace any missing

or damaged contents that would normally be included in the case in accordance

with the case checklist.

SOW-402 The Contractor must package systems in accordance with the packaging

instructions in para 7.3.11.

SOW-403 The Contractor's Turn-Around-Time (TAT) to complete all R&O work must not

exceed 90 working days. TAT is defined as that period of time from the date of

receipt of an item at the Contractor's designated facility to the date that the

Quality Assurance Representative is notified for inspection at the Contractor’s

designated facility.

SOW-404 DND will only ship items requiring R&O work to the Contractor’s designated

Canadian facility.

SOW-406 DND is responsible to ensure that equipment being returned to the designated

Canadian facility is accompanied by the Certificate of Decontamination which

will specify if a piece of equipment has been potentially exposed to CWAs

and/or TICs.

SOW-1315 The Contractor must be prepared to perform R&O in Area Support Unit (ASU)

Suffield on an as and when requested basis for the following possibility:

If the equipment cannot be shipped to the contractor’s facility by normal

commercial transport.

If the volume of service makes it more appropriate to service at ASU

Suffield.

DND recognizes that R&O services at ASU Suffield may be required, but are

Annex A – Statement of Work

Chemical Identification System – SOW 27

unlikely to be required.

SOW-447 The Contractor must prepare and submit a R&O Activity Report in accordance

with CDRL 219 and its associated DID (ILS-219) detailing the R&O performed

on the system and the components that were replaced during the reporting period.

The R&O Activity Report will be used by DND to refine the logistic support

requirements and/or improve the system.

SOW-448 7.7.2 Software Support

SOW-1605 For the purpose of this Contract, the term “software” is inclusive of all software,

firmware, and operating systems.

Software support must be included in the R&O services of paragraph 7.7.1.

SOW-449 The Contractor must provide software support for the duration of the Contract.

Software support includes but is not limited to the following: Error Correction

Services, Updates, New Releases, and telephone support to the TA and/or

designated representative during normal business hours for Ottawa, Ontario.

MCNs will be required for implementation of updates and error corrections;

ECPs will be required for approval of new releases.

SOW-904 The Contractor must identify and notify Canada, of all software updates as

required throughout the duration of the Contract.

SOW-905 The Contractor must update identifier software as required throughout the

duration of the Contract.

SOW-884 7.7.3 Scientific Reach-Back Service

SOW-725 The Contractor must provide a 24/7 reach back service whereby a subject matter

expert will be available via e-mail and telephone to assist in the interpretation of

the results and improve the identification capability of unknown samples. At

minimum, the contractor must provide scientific reachback services and support

to Canada via email. This service must be provided on an as required basis

during the period of the contract.

SOW-726 The Contractor must acknowledge within two (2) hours that the sample file

containing the information for analysis has been received in a usable format.

SOW-885 The Contractor must provide the initial interpretation feedback within four (4)

hours from the time of acknowledgement.

SOW-1606 The Contractor must provide a final written report within twelve (12) hours from

the time of acknowledgement.

SOW-1285 7.7.4 Technical Reach-Back Service

SOW-889 The Contractor must provide a 24/7 reach back service whereby a subject matter

expert will be available via e-mail and telephone to assist in the operation and

maintenance of the ChemIS. At minimum, the contractor must provide technical

reachback services and support to Canada via email. This service must be

provided on an as required basis during the period of the contract.

Annex A – Statement of Work

Chemical Identification System – SOW 28

SOW-890 The Contractor must provide a technical service response within twelve (12)

hours from the time of contact.

SOW-892 The Contractor should provide a technical service response within four (4) hours

from the time of contact.

SOW-906 7.7.5 Technical Investigations and Engineering Support (TIES)

SOW-907 When authorized by the Procurement Authority via a Task Authorization, the

Contractor must undertake technical investigations and engineering support

(TIES). This activity includes the provision of system and maintenance support

and management services. It includes the requirement analysis and planning to

ensure current reliability availability of specifications can be met, the scheduling

of maintenance, the identification of spares and support, as well as the

development of policies and maintenance procedures. It also includes the

contract management activities as well as the validation/acceptance of

deliverables when maintenance activity in contracted.

SOW-893 7.8 Decontamination

SOW-894 The Contractor or their agent must be prepared to handle equipment that has been

exposed to Toxic Industrial Chemicals (TICs). DND is responsible to ensure that

all equipment provided to the contractor or his agent that has been exposed to

TICs has been decontaminated to “thorough level”. The exposed equipment will

be sent to the Contractor at a Contractor designated Canadian facility with the

Certificate of Decontamination (DND completes Page 1 of Appendix 5 to Annex

A) stating whether the equipment was potentially exposed to a TIC, to what

potential TIC the equipment was potentially exposed and the decontamination

action taken by DND.

SOW-895 Thorough Decontamination signifies the item has been surface decontaminated

by locally approved procedures, bagged or contained in an agent-tight barrier, of

sufficient volume to permit sample air to be withdrawn without being diluted

with incoming air, and/or appropriate tests/ monitoring have verified that

concentrations are within the range specified by the TA.

Thorough Decontamination allows for transportation to a Contractor’s designated

facility in accordance with Canadian transportation regulations.

Thorough Decontaminated items may be handled or operated by agent-related

personnel with restrictions. Restrictions will be detailed on the Certificate of

Decontamination. Maintenance or disassembly of such items will be

accomplished by personnel knowledgeable in TIC symptomatology and TIC

characteristics, and in facilities equipped with appropriate safeguards to control

potential hazards associated with handling Thorough Decontaminated items.

Thorough Decontaminated equipment may be transported under Government bill

of lading or by commercial carrier, such as UPS or Federal Express, provided

that:

(1) The material shipped will remain in the carrier’s possession until accepted by

the Contractor’s agent authorized to receive the shipment.

Annex A – Statement of Work

Chemical Identification System – SOW 29

(2) The exterior of the shipping container is clearly and appropriately marked,

“CONTAINS THOROUGH DECONTAMINATED EQUIPMENT, TO BE

OPENED BY AUTHORIZED PERSONNEL ONLY”.

(3) Certification of Cleanliness is provided by the shipper and accompanies the

shipment. The certification should be enclosed in an envelope located on the

outside of each package shipped.

SOW-443 The Contractor must update the equipment records accordingly, and demilitarize

and/or destroy removed parts as hazardous material as required in accordance

with local regulations and in coordination with the TA.

SOW-455

8 QUALITY ASSURANCE

SOW-456 8.1 Quality Assurance Program

SOW-457 The Contractor must implement and maintain a Quality Assurance (QA) Program

and a Quality Management System in accordance with the Contract.

SOW-458 Quality control, inspection and test records that substantiate conformity to the

specified requirements, including records of corrective actions, must be retained by

the Contractor for three (3) years from the date of completion or termination of the

Contract and must be made available to the QAR upon request.

SOW-460 DND reserves the right to conduct additional testing to verify product compliance

with any or all of the performance requirements defined in the ChemIS SysRS

prior to acceptance.

SOW-461 The Contractor must allow DND to conduct QA inspections and audits at any time

to verify the Contractor’s QA procedures, practices and methods during production

and any other work associated with the Contract.

SOW-462 9 CONTRACT DELIVERABLES

SOW-463 9.1 Equipment Delivery

SOW-464 The Contractor must deliver quantity twenty four (24) ChemIS, complete per

Transit Configuration as defined in the Appendix 1, Chemical Identification

System Requirements Specification.

SOW-465 The Contractor must make First Delivery no later than nine (9) months after

contract award (MAC).

SOW-466 The Contractor must make Last Delivery no later than eighteen (18) MAC.

SOW-467 The Contractor must deliver the ChemIS to 25 Canadian Forces Supply Depot (25

CFSD), Montréal, Québec as per the Contract.

SOW-468 The Contractor must provide a corporate license for any and all required software

associated with the contracted and optional equipment.

SOW-469 9.2 Data Delivery

Annex A – Statement of Work

Chemical Identification System – SOW 30

SOW-470 The Contractor must submit the data deliverables in accordance with Appendix 2,

Contract Data Requirements List (CDRL) and Appendix 3, Data Item Descriptions

(DID), and grouped by project milestone below.

SOW-471 When the production of data deliverables spans multiple milestones, the following

suffixes indicate which version is required: (p) indicates included as part of the

proposal, (i) indicates "initial," and (a) indicates "for acceptance/approval" as

applicable.

SOW-472 9.2.1 Kick-off Meeting

SOW-473 Purpose: Agreement on terms, conditions and requirements of the Contract and

the SysRS.

SOW-

1076 SER Entrance Criteria Follow-on Deliverables

a. 001 PMP (p) 001 PMP (a)

b. 002 MPS and WBS (p) 002 MPS and WBS (a)

c. 003 Meeting Agenda 004 Meeting Minutes

d. 009 Meeting Documentation 005 AIR

e. - 007 EHSA (i)

f. - 102 Eqpt Specs (i)

g. - 105 TEMP (i)

h. 109 EBS (p) 109 EBS (i)

i. 201 ILS Plan (p) 201 ILS Plan (a)

j. 202 PPB/RSPL (i) 202 PPB/RSPL (a)

k. - 207 RFN (a)

l. - 209 Maint Plan (i)

m. 210 Reliability Data (i) 210 Reliability Data (a)

n. - 222 Eng Drawings and Ass

Lists (i)

o. - 224 LSDS (i)

SOW-539 9.2.2 CDR

SOW-540 Purpose: Agreement on the Design Baseline.

SOW-790 SER Entrance Criteria Follow-on Deliverables

a. 003 Meeting Agenda 004 Meeting Minutes

b. 009 Meeting Documentation 005 AIR

c. 102 Equipment Specs (i) 102 Equipment Specs (a)

d. 105 TEMP (i) 105 TEMP (a)

e. - 106 Qual Test Procedures (i)

f. 109 EBS (i) 109 EBS (a)

g. 203 Sensitive Material (a) -

h. 209 Maint Plan (i) -

i. 210 Reliability Data (i) -

j. 211 CSA Report (i) 211 CSA Report (i)

k. 222 Eng Drawings and Ass Lists -

Annex A – Statement of Work

Chemical Identification System – SOW 31

(i)

SOW-586 9.2.3 First TDWG

SOW-587 Purpose: Agreement on training plan and approach.

SOW-806 SER Entrance criteria Follow-on Deliverables

a. 003 Meeting Agenda 004 Meeting Minutes

b. - 005 AIR

c. - 215 Trg Plan (i)

d. - 216 Trg Mat (i)

e. 221 TNA (i) 221 TNA (a)

SOW-609 9.2.4 TRR

SOW-610 Purpose: Agreement on whether the test procedures and preliminary test reports

are complete and to ensure that the Contractor is ready for formal testing.

SOW-807 SER Entrance criteria Follow-on Deliverables

a. 003 Meeting Agenda 004 Meeting Minutes

b. 009 Meeting Documentation 005 AIR

c. 102 Equipment Specs (i) -

d. 105 TEMP (a) -

e. 106 Test Procedures (a) -

f. - 108 Test Reports (i)

g. 114 CofC (i) -

SOW-640 9.2.5 FCA/PCA

SOW-641 Purpose: Agreement on the Product Baseline and associated ILS activities.

SOW-814 SER Entrance criteria Follow-on Deliverables

a. 003 Meeting Agenda 004 Meeting Minutes

b. 009 Meeting Documentation 005 AIR

c. 007 EHSA (a) -

d. 102 Equipment Specs (a) -

e. 108 Test Reports (a) -

f. 109 EBS (i) 109 EBS (a)

g. 114 CofC (a) -

h. 202 PPB/RSPL (i) 202 PPB/RSPL (a)

i. 204 SPTD (a) -

j. 206 Packaging Data (a) -

k. 208 EID Plate Data (a) -

l. 209 Maint Plan (a) -

m. 210 Reliability Data (a) -

n. 211 CSA Report (i) 211 CSA Report (i)

o. 213 Operator and First Line 213 Operator and First Line

Annex A – Statement of Work

Chemical Identification System – SOW 32

Maintenance Manual (i) Maintenance Manual (a)

p. 214 User Guide (i) 214 User Guide (a)

q. 215 Trg Plan (a) -

r. 216 Trg Mat (i) 216 Trg Mat (a)

s. 222 Eng Drawings and Ass Lists

(i)

222 Eng Drawings and Ass Lists

(a)

t. 224 LSDS (a) -

u. 225 Marking Data (a) -

v. 226 Kit List (i) 226 Kit List (a)

SOW-951

9.2.6 Post ICT TDWG

SOW-952 Purpose: To review the ICT and discuss improvements for future ICTs.

SOW-953 SER Entrance criteria Follow-on Deliverables

a. 003 Meeting Agenda 004 Meeting Minutes

b. - 005 AIR

c. 215 Trg Plan (a) -

d. 216 Trg Mat (a) 216 Trg Mat (revised)

e. 218 Steady State Trg (i) 218 Steady State Trg (a)

f. 221 TNA (a) -