statement of work for the chemical identification system
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) -