Solicitation Closes - L`invitation prend fin 02:00
Transcription
Solicitation Closes - L`invitation prend fin 02:00
Part - Partie 1 of - de 2 See Part 2 for Clauses and Conditions Voir Partie 2 pour Clauses et Conditions 1 1 RETURN BIDS TO: RETOURNER LES SOUMISSIONS À: Title - Sujet Security and Information Operations Division/Division de la securite et des operations d'information 11 Laurier St. / 11, rue Laurier 8C2, Place du Portage Gatineau Québec K1A 0S5 Solicitation No. - N° de l'invitation Date W8474-167138/A 2016-06-07 in-service support for the HADCS Client Reference No. - N° de référence du client W8474-167138 GETS Reference No. - N° de référence de SEAG PW-$$QE-071-25869 File No. - N° de dossier CCC No./N° CCC - FMS No./N° VME 071qe.W8474-167138 REQUEST FOR PROPOSAL DEMANDE DE PROPOSITION Proposal To: Public Works and Government Services Canada We hereby offer to sell to Her Majesty the Queen in right of Canada, in accordance with the terms and conditions set out herein, referred to herein or attached hereto, the goods, services, and construction listed herein and on any attached sheets at the price(s) set out therefor. Proposition aux: Travaux Publics et Services Gouvernementaux Canada Solicitation Closes - L'invitation prend fin at - à 02:00 PM on - le 2016-06-15 F.O.B. - F.A.B. Plant-Usine: Destination: Time Zone Fuseau horaire Eastern Daylight Saving Time EDT Other-Autre: Address Enquiries to: - Adresser toutes questions à: Buyer Id - Id de l'acheteur Munro, Celine 071qe Telephone No. - N° de téléphone FAX No. - N° de FAX (819) 420-1768 ( (819) 956-0636 ) Destination - of Goods, Services, and Construction: Destination - des biens, services et construction: Nous offrons par la présente de vendre à Sa Majesté la Reine du chef du Canada, aux conditions énoncées ou incluses par référence dans la présente et aux annexes ci-jointes, les biens, services et construction énumérés ici sur toute feuille ci-annexée, au(x) prix indiqué(s). Specified Herein Précisé dans les présentes Comments - Commentaires Instructions: See Herein Instructions: Voir aux présentes Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur Delivery Required - Livraison exigée Delivery Offered - Livraison proposée See Herein Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur Issuing Office - Bureau de distribution Security and Information Operations Division/Division de la securite et des operations d'information 11 Laurier St. / 11, rue Laurier 8C2, Place du Portage Gatineau Québec K1A 0S5 Telephone No. - N° de téléphone Facsimile No. - N° de télécopieur Name and title of person authorized to sign on behalf of Vendor/Firm (type or print) Nom et titre de la personne autorisée à signer au nom du fournisseur/ de l'entrepreneur (taper ou écrire en caractères d'imprimerie) Signature Page 1 of - de 1 Date Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8474-167138/A Client Ref. No. - N° de réf. du client W8474-167138 Buyer ID - Id de l'acheteur 071qe File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 071qeW8474-167138 TABLE OF CONTENTS PART 1 - GENERAL INFORMATION ........................................................................................................... 3 1.1 SECURITY REQUIREMENTS.............................................................................................................................3 1.2 REQUIREMENT .................................................................................................................................... 3 1.3 OPTION TO EXTEND THE CONTRCT ....................................................................................................... 3 PART 2 - BIDDER INSTRUCTIONS ....................................................................................................................... 3 2.1 STANDARD INSTRUCTIONS, CLAUSES AND CONDITIONS ........................................................................ 3 2.2 SUBMISSION OF BIDS .......................................................................................................................... 4 2.3 APPLICABLE LAWS .............................................................................................................................. 4 PART 3 - BID PREPARATION INSTRUCTIONS ...................................................................................................... 4 3.1 FINANCIALBID.....................................................................................................................................................4 PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION ......................................................................... 4 4.1 VALIIDITY PERIOD...........................................................................................................................................4 PART 5 - CERTIFICATIONS AND ADDITIONAL INFORMATION.................................................................................. 4 5.1 CERTIFICATIONS REQUIRED WITH THE BID.....................................................................................................4 5.2 CERTIFICATIONS PRECEDENT TO CONTRACT AWARD AND ADDITIONAL INFORMATION................................5 PART 6 - RESULTING CONTRACT CLAUSES ........................................................................................... 6 6.1 SECURITY REQUIREMENTS.............................................................................................................................6 6.2 REQUIREMENT .................................................................................................................................... 6 6.3 OPTION TO EXTEND THE CONTRACT .................................................................................................... 6 6.4 TASKING PROCEDURES - IN-SERVICE SUPPORT ................................................................................... 7 6.5 PRICING APPROACH FOR TASKING ....................................................................................................... 7 6.6 TASK CLOSURE .................................................................................................................................. 8 6.7 STANDARD CLAUSES AND CONDITIONS ................................................................................................ 8 6.8 TERM OF CONTRACT......................................................................................................................................9 6.9 AUTHORITIES..................................................................................................................................................9 6.10 PAYMENT......................................................................................................................................................10 6.11 SHIPPING INSTRUCTIONS.............................................................................................................................12 6.12 INVOICES INSTRUCTIONS..............................................................................................................................12 6.13 CERTIFICATIONS................................................................................................................................................13 6.14 APPLICABLE LAWS........................................................................................................................................13 6.15 PRIORITY OF DOCUMENTS...........................................................................................................................13 6.16 DEFENCE CONTRACT....................................................................................................................................14 6.17 SACC MANUAL CLAUSES .................................................................................................................. 14 6.18 INSPECTION AND ACCEPTANCE .......................................................................................................... 14 6.19 INSURANCE ...................................................................................................................................... 14 6.20 EXISTING TECHNICAL PUBLICATIONS - TRANSLATION .......................................................................... 14 6.21 ELLESMERE ISLAND - PERSONNEL TRANSPORTATION/ACCOMODATIONS ............................................... 14 6.22 ELLESMERE ISLAND - EQUIPMENT TRANSPORTATION/STORAGE ............................................................ 15 6.23 ELLESMERE ISLAND - ENVIRONMENTAL CLOTHING ............................................................................... 15 6.24 PREPARATION FOR DELIVERY ............................................................................................................. 15 6.25 ELECTROSTATIC DISCHARGE.............................................................................................................. 15 6.26 GOVERNMENT FURNISHED EQUIPMENT (GFE) .................................................................................... 15 ANNEX A - REQUIREMENT - LIST OF DELIVERABLES ANNEX B - STATEMENT OF WORK ANNEX C - SECURITY CHECK LIST REQUIREMENT ANNEX D - TASK AUTHORIZATI+ON FORM ANNEX E - PROGRESS CLAIM FORM Page 2 of - de 25 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8474-167138/A Client Ref. No. - N° de réf. du client W8474-167138 Buyer ID - Id de l'acheteur 071qe File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 071qeW8474-167138 PART 1 - GENERAL INFORMATION 1.1 Security Requirements Phase 1 – There is no security requirement at Phase 1. The Contractor personnel MAY NOT ENTER NOR PERFORM WORK ON sites where PROTECTED or CLASSIFIED information or assets are kept, without an escort provided by the department or agency for which the work is being performed. Phase 1 will be the period from contract award until such time as the Contractor has been granted a valid DOS issued by the Canadian Industrial Security Directorate (CISD). Phase 2 – Is effective upon the issuance of a valid DOS by CISD. Access will be given to the organization only if succeed to obtain the requested security clearance. 1.2 Requirement The Contractor will supply the items detailed at Annex "A" attached hereto and all in accordance with the Statement of Work at Annex “B” attached hereto and all in accordance with the terms and conditions of this Contract. 1.3 Option to Extend the Contract 1.3.1 Option – Extension to the contract period The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to two (2) additional one-year periods under the same terms and conditions. The Contractor agrees that it will be paid in accordance with the applicable provisions as set out in the Basis of Payment. Canada may exercise this option at any time by sending a written notice to the Contractor at least 30 calendar days before the expiry date of the Contract. The option may only be exercised by the Contracting Authority, and will be evidenced for administrative purposes only, through a contract amendment. This option shall be valid for a period of one (1) year from the date of award of the contract. PART 2 - BIDDER INSTRUCTIONS 2.1 Standard Instructions, Clauses and Conditions All instructions, clauses and conditions identified in the bid solicitation by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual (https://buyandsell.gc.ca/policy-andguidelines/standard-acquisition-clauses-and-conditions-manual) issued by Public Works and Government Services Canada. Bidders who submit a bid agree to be bound by the instructions, clauses and conditions of the bid solicitation and accept the clauses and conditions of the resulting contract. The 2004 (2016-04-04) Standard Instructions - Goods or Services - Non-competitive Requirements, are incorporated by reference into and form part of the bid solicitation. 2.2 Submission of Bids Bids must be submitted only to Public Works and Government Services Canada (PWGSC) Contracting Authority by the date, time and place indicated on page 1 of the bid solicitation. Page 3 of - de 25 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8474-167138/A Client Ref. No. - N° de réf. du client W8474-167138 2.3 Buyer ID - Id de l'acheteur 071qe File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 071qeW8474-167138 Applicable Laws Any resulting contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in the province of Ontario, Canada. Bidders may, at their discretion, substitute the applicable laws of a Canadian province or territory of their choice without affecting the validity of their bid, by deleting the name of the Canadian province or territory specified and inserting the name of the Canadian province or territory of their choice. If no change is made, it acknowledges that the applicable laws specified are acceptable to the Bidders. PART 3 - BID PREPARATION INSTRUCTIONS 3.1 Financial Bid Bidders must submit their financial bid in accordance with the Basis of Payment, The total amount of Goods and Services Tax (GST) or Harmonized Sales tax (HST) is to be shown separately, if applicable. PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION 4.1 Validity Period The Bidder's bid must be valid for a period of 90 days from the date of submission. PART 5 – CERTIFICATIONS AND ADDITIONAL INFORMATION Bidders must provide the required certifications and additional information to be awarded a contract. The certifications provided by Bidders to Canada are subject to verification by Canada at all times. Unless specified otherwise, Canada will declare a bid non-responsive, or will declare a contractor in default if any certification made by the Bidder is found to be untrue whether made knowingly or unknowingly, during the bid evaluation period or during the contract period. The Contracting Authority will have the right to ask for additional information to verify the Bidder’s certifications. Failure to comply and to cooperate with any request or requirement imposed by the Contracting Authority will render the bid non-responsive or constitute a default under the Contract. 5.1 Certifications Required with the Bid Bidders must submit the following duly completed certifications as part of their bid. Page 4 of - de 25 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8474-167138/A Client Ref. No. - N° de réf. du client W8474-167138 5.1.1 Buyer ID - Id de l'acheteur 071qe File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 071qeW8474-167138 Integrity Provisions - Declaration of Convicted Offences In accordance with the Ineligibility and Suspension Policy (http://www.tpsgc-pwgsc.gc.ca/ci-if/politiquepolicy-eng.html), the Bidder must provide with its bid the required documentation, as applicable, to be given further consideration in the procurement process. 5.2 Certifications Precedent to Contract Award and Additional Information The certifications and additional information listed below should be submitted with the bid, but may be submitted afterwards. If any of these required certifications or additional information is not completed and submitted as requested, the Contracting Authority will inform the Bidder of a time frame within which to provide the information. Failure to provide the certifications or the additional information listed below within the time frame provided will render the bid non-responsive. 5.2.1 Integrity Provisions – Required Documentation In accordance with the Ineligibility and Suspension Policy (http://www.tpsgc-pwgsc.gc.ca/ci-if/politiquepolicy-eng.html), the Bidder must provide the required documentation, as applicable, to be given further consideration in the procurement process. 5.2.2 Federal Contractors Program for Employment Equity - Bid Certification By submitting a bid, the Bidder certifies that the Bidder, and any of the Bidder's members if the Bidder is a Joint Venture, is not named on the Federal Contractors Program (FCP) for employment equity "FCP Limited Eligibility to Bid" list (http://www.labour.gc.ca/eng/standards_equity/eq/emp/fcp/list/inelig.shtml) available from Employment and Social Development Canada (ESDC) - Labour's website. Canada will have the right to declare a bid non-responsive if the Bidder, or any member of the Bidder if the Bidder is a Joint Venture, appears on the “FCP Limited Eligibility to Bid “ list at the time of contract award. 5.2.3 Additional Certifications Precedent to Contract Award 5.2.3.1 Price Certification - Canadian-based Suppliers (other than agency and resale outlets) The Bidder certifies that the price proposed a. b. c. is not in excess of the lowest price charged anyone else, including the Bidder's most favoured customer, for the like quality and quantity of the goods, services or both; does not include an element of profit on the sale in excess of that normally obtained by the Bidder on the sale of goods, services or both of like quality and quantity, and does not include any provision for discounts to selling agents. 5.2.3.2 Price Support - Non-competitive Bid The Bidder must provide, on Canada's request, one or more of the following price support, if applicable: a. a current published price list indicating the percentage discount available to Canada; or b. copies of paid invoices for the like quality and quantity of the goods, services or both sold to other customers; or c. a price breakdown showing the cost of direct labour, direct materials, purchased items, engineering and plant overheads, general and administrative overhead, transportation, etc., and profit; or Page 5 of - de 25 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8474-167138/A Client Ref. No. - N° de réf. du client W8474-167138 071qe File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 071qeW8474-167138 d. price or rate certifications; or e. any other supporting documentation as requested by Canada. PART 6 - RESULTING CONTRACT CLAUSES The following clauses and conditions apply to and form part of any contract resulting from the bid solicitation. 6.1 Security Requirements Phase 1 – There is no security requirement at Phase 1. The Contractor personnel MAY NOT ENTER NOR PERFORM WORK ON sites where PROTECTED or CLASSIFIED information or assets are kept, without an escort provided by the department or agency for which the work is being performed. Phase 1 will be the period from contract award until such time as the Contractor has been granted a valid DOS issued by the Canadian Industrial Security Directorate (CISD). Phase 2 – Is effective upon the issuance of a valid DOS by CISD. Access will be given to the organization only if succeed to obtain the requested security clearance. 1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Services and Procurement Canada (PSPC). 2. The Contractor/Offeror personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PSPC. 3. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PSPC. 4. The Contractor/Offeror must comply with the provisions of the: a. b. 6.2 Security Requirements Check List and security guide (if applicable), attached at Annex C; Industrial Security Manual (Latest Edition). Requirement The Contractor will supply the items detailed at Annex "A" attached hereto and all in accordance with the Statement of Work at Annex “B” attached hereto and all in accordance with the terms and conditions of this Contract. 6.3 Option to Extend the Contract The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to two (2) additional one-year periods under the same terms and conditions. The Contractor agrees that it will be paid in accordance with the applicable provisions as set out in the Basis of Payment. Canada may exercise this option at any time by sending a written notice to the Contractor at least 30 calendar days before the expiry date of the Contract. The option may only be exercised by the Contracting Authority, and will be evidenced for administrative purposes only, through a contract amendment. This option shall be valid for a period of one (1) year from the date of award of the contract. Page 6 of - de 25 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8474-167138/A Client Ref. No. - N° de réf. du client W8474-167138 Buyer ID - Id de l'acheteur 071qe File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 071qeW8474-167138 6.4 Tasking Procedures – In-Service Support (ISS) (a) Support services shall be performed in accordance with the Statement of Requirement (SOR) that will be raised by the Technical Authority (TA) when a Task Request (TR) is being initiated. (b) All support services work shall be authorized through tasks. The TA will initiate the process of obtaining a proposal from the Contractor by issuing a Task Request. In his request, the TA shall provide the TR number (to be assigned by the Requisitioning Authority [RA]), a proposal due date, as well as a SOR which will contain a description of the nature of the Work to be performed. (c) The Contractor shall provide a detailed proposal within the time frame specified on the TR. Should the time limit be unachievable, the Contractor shall advise the TA within 5 calendar days and both parties shall negotiate a new mutually acceptable date. (d) The Contractor's proposal shall include (i) a technical portion which contains a description of work and how it will be performed, a Work Breakdown Structure (WBS [if required in the TR]), a list of deliverables, a schedule, any other relevant information; and (ii) a financial portion which details a breakdown of labour hours and labour rates by labour categories, the extended labour costs, a list of material and other direct costs and their associated individual costs, subcontracts, travel and living, and applicable taxes. In its proposal, the Contractor shall clearly identify if the proposal is firm price, ceiling price or subject to a limitation of expenditure, as defined in the Pricing Approach for Taskings. (e) The TA is responsible to review the technical portion of the proposal and the level of effort proposed. The RA is responsible to ensure that the basis of payment is applied, When the two parties agree, a requisition on a Contract (DND 626) will be issued. The DND 626 shall make reference to the applicable Task Request number. (f) The Contractor shall not proceed with any work without a duly authorized DND 626. (g) The RA may approve all tasks under CAD $25,000.00, HST/GST included. Furthermore, the RA may approve amendments to a task up to an aggregate amount (value of DND 626 plus all amendments) of CAD $25,000.00, GST/HST included. For administrative purposes, the RA shall provide a copy of the tasking to PWGSC. (h) The PWGSC Contracting Authority shall approve any task in excess of CAD $25,000.00 GST/HST included. (i) When a task is subject to a limitation of expenditure and it becomes evident that the authorized level of expenditure will be exceeded, the Contractor shall immediately advise the Contracting and Requisitioning Authorities. Under no circumstances is the authorized level of expenditure to be exceeded. Page 7 of - de 25 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8474-167138/A Client Ref. No. - N° de réf. du client W8474-167138 Buyer ID - Id de l'acheteur 071qe File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 071qeW8474-167138 6.5 Pricing Approach for Tasking (a) The Contractor may submit a "Firm Price" quote to the TA when the Scope of Work for tasking on a form DND 626 is clearly understood by both parties and no changes are anticipated in the Scope of the Work. (b) The Contractor may submit a "Ceiling Price" quote to the TA. The term Ceiling Price is the maximum price that is to be paid to the Contractor and beyond which the Contractor will not receive additional compensation for the defined Work. In such a case, both parties agree prior to the Work authorization that the price may be subject to downward revision, based on the actual cost, on completion of the task. (c) When it is not possible for the Contractor to submit a "Firm Price" or a "Ceiling Price" as described above, the Contractor may submit a "Limitation of Expenditure" quote to the TA. The Contractor shall be paid at the rates in this Contract subject to the financial limitation specified in the Work authorization documentation. (d) The Firm Price, Ceiling Price and/or the Limitation of Expenditure quote shall be based on the labour categories and rates included in the Basis of Payment of the contract. All proposed prices and cost estimates shall be supported by detailed cost breakdown. (e) For a task which is subject to a Limitation of Expenditure as described in sub-article (c) above, the Contractor shall notify the proper authority in writing as to the inadequacy of its Limitation of Expenditure: i) when the resources required for its timely completion reaches 75% of the authorized task funding; or ii) if during the execution of the authorized tasking it appears to the Contractor that the Scope of Work is greater than had been anticipated and that the funds provided for a task are inadequate. (f) When providing this notification the Contractor shall, as a minimum, identify: estimated person-hours and schedule forecast to complete, resources available and impact on other tasks versus overall man-hours available, work around plan and risk assessment. A revised proposal and proper justification for the requested amendment shall be submitted to the proper approval Authority for consideration. 6.6 Task Closure (a) Once a task is completed and all deliverables have been submitted and approved, the Contractor shall notify the RA, TA and CA electronically. (b) All closures will be subject to TA acceptance of final results of the project/tasking deliverables. 6.7 Standard Clauses and Conditions All clauses and conditions identified in the Contract by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual (https://buyandsell.gc.ca/policy-and-guidelines/standardacquisition-clauses-and-conditions-manual) issued by Public Works and Government Services Canada. 6.7.1 General Conditions 2030 (2016-04-04) General Conditions - Higher Complexity - Goods, apply to and form part of the Contract. Page 8 of - de 25 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8474-167138/A Client Ref. No. - N° de réf. du client W8474-167138 6.7.2 Buyer ID - Id de l'acheteur 071qe File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 071qeW8474-167138 Supplemental General Conditions 4006 (2010-08-16) Contractor to Own Intellectual Property Rights in Foreground Information 6.8 Term of Contract 6.8.1 Period of the Contract The period of the contract is three (3) years from contract award date. 6.9 Authorities 6.9.1 Contracting Authority The Contracting Authority for the Contract is: Céline Munro Supply Specialist Public Works and Government Services Canada Electronics, Munitions and Tactical Systems Procurement Directorate 11 Laurier Street, PDP III, 8C2 Gatineau, Quebec K1A 0S5 Telephone: 819-420-1768 Facsimile: 613-956-6907 E-mail address: [email protected] The Contracting Authority is responsible for the management of the Contract and any changes to the Contract must be authorized in writing by the Contracting Authority. The Contractor must not perform work in excess of or outside the scope of the Contract based on verbal or written requests or instructions from anybody other than the Contracting Authority. 6.9.2 Technical Authority The Technical Authority for the Contract is: Mr. Yves Gauthier Department of National Defence Telephone: 613-990-4075 E-mail: [email protected]. The Technical Authority named above is the representative of the department or agency for whom the Work is being carried out under the Contract and is responsible for all matters concerning the technical content of the Work under the Contract. Technical matters may be discussed with the Technical Authority, however the Technical Authority has no authority to authorize changes to the scope of the Work. Changes to the scope of the Work can only be made through a contract amendment issued by the Contracting Authority. Page 9 of - de 25 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8474-167138/A Client Ref. No. - N° de réf. du client W8474-167138 6.9.3 Buyer ID - Id de l'acheteur 071qe File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 071qeW8474-167138 Task Authorization - Requisition Authority Ms. Jodi Bell DES Proc 4-4-4-2 Tel : 613-991-3668 Fax : 613-991-5323 Email : [email protected] 6.9.4 Contractor's Representative Mr/Ms: _____________ Telephone: ____________ Facsimile: ____________ E-mail: __________ 6.10 Payment 6.10.1 Basis of Payment Item 1, Options Items 2 and 3 – Thermin II Analysis/Reporting For the Work described in Annex A, Requirement - List of Deliverables. In consideration of the Contractor satisfactorily completing its obligations under the Contract, the Contractor will be paid a firm unit price(s) detailed herein, in Canadian funds. Delivered Duty Paid (DDP) Destination as per Incoterms 2000, Goods and Services Tax or Harmonized Sales Tax is extra, if applicable. For the firm price portion of the Work only, Canada will not pay the Contractor for any design changes, modifications or interpretations of the Work unless they have been approved, in writing, by the Contracting Authority before their incorporation into the Work. Task Authorization On-Site In-Service Support Services For the In-Services Support services detailed in the Statement of Work at article 3.0 Tasks, sub-article 3.2 f), g) and h), the Contractor will be paid the all inclusive firm per diem rate detailed at Annex “A- Table 2” herein, GST/HST excluded. Task Authorization On-Site In-Service Support Services Travel and Living The Contractor will be reimbursed its authorized travel and living expenses reasonably and properly incurred in the performance of the Work, at cost, without any allowance for profit and/or administrative overhead, in accordance with the meal, private vehicle and incidental expenses provided in Appendices B, C and D of the National Joint Council Travel Directive, articles 6.22 to 6.26 and with the other provisions of the directive referring to "travellers", rather than those referring to "employees". All payments are subject to government audit. Estimated Cost: C$24,000.00, HST included. Canada will not pay the Contractor for any design changes, modifications or interpretations of the Work, unless they have been authorized, in writing, by the Contracting Authority before their incorporation into the Work. Page 10 of - de 25 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8474-167138/A Buyer ID - Id de l'acheteur 071qe Client Ref. No. - N° de réf. du client File No. - N° du dossier W8474-167138 CCC No./N° CCC - FMS No./N° VME 071qeW8474-167138 Task Authorization Other Direct Expenses (material) The Contractor will be reimbursed for the direct expenses reasonably and properly incurred in the performance of the Work. These expenses will be paid at actual cost without mark-up, upon submission of an itemized statement supported by receipt vouchers. 6.10.2 Fiscal Year Limitation - Task Authorization On-Site In-Service Support Services Notwithstanding any other provision of this Contract, the Contractor shall plan the Work performed under this Contract an incur expenditures in such a way as to ensure that amounts payable for Work performed during any fiscal period of 1 April to 31 March does not exceed the amount shown below, GST/HST excluded. Limitation of Expenditure per years: Fiscal Year Contract award date to 31 March 2017 1 April 2017 to 31 March 2018 1 April 2018 to 31 March 2019 Amount $20,000.00 $20,000.00 $20,000.00 6.10.3 Method of Payment 6.10.3.1 Schedule of Milestones – Thermin II Analysis/Reporting The schedule of milestones for which payments will be made in accordance with the Contract is as follows: Milestone No. Description or "Deliverable" Firm Amount (Cdn – HST excluded) 1 Tri-annual report #1, July 2015 to October 2015 $ 2 Tri-annual report #2, November 2015 to February 2016 $ 3 Tri-annual report #3, March 2016 to June 2016 $ 4 Tri-annual report #4, July 2016 to October 2016 $ 5 Tri-annual report #5, November 2016 to February 2017 $ 6 Tri-annual report #6, March 2017 to June 2017 $ 7 Tri-annual report #7, July 2017 to October 2017 $ 8 Tri-annual report #8, November 2017 to February 2018 $ 9 Tri-annual report #9, March 2018 to June 2018 $ 10 Tri-annual report #10, July 2018 to October 2018 $ 11 Tri-annual report # 11, November 2018 to February 2019 $ 12 Tri-annual report # 12, March 2019 to June 2019 $ 13 Tri-annual report #13, July 2019 to October 2019 $ Option 1 Page 11 of - de 25 Due Date or "Delivery Date" Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8474-167138/A Client Ref. No. - N° de réf. du client File No. - N° du dossier W8474-167138 Milestone No. 14 Buyer ID - Id de l'acheteur 071qe CCC No./N° CCC - FMS No./N° VME 071qeW8474-167138 Description or "Deliverable" Firm Amount (Cdn – HST excluded) Tri-annual report #14, November 2019 to February 2020 $ 15 Tri-annual report #15, March 2020 to June 2020 $ 16 Tri-annual report #16, July 2020 to October 2020 $ 17 Tri-annual report #17, November 2020 to February 2021 $ Due Date or "Delivery Date" Option 2 6.10.3.2 Milestone Payments – Item 1 Thermin II Analysis/Reporting Canada will make milestone payments in accordance with the Schedule of Milestones detailed in the Contract and the payment provisions of the Contract if: a. an accurate and complete claim for payment using PWGSC-TPSGC 1111, Claim for Progress Payment, and any other document required by the Contract have been submitted in accordance with the invoicing instructions provided in the Contract; b. all the certificates appearing on form PWGSC-TPSGC 1111 have been signed by the respective authorized representatives; c. all work associated with the milestone and as applicable any deliverable required has been completed and accepted by Canada. 6.10.3.3 Task Authorization On-Site In-Service Support Services SACC Manual Clause H1001C (2008-05-12) Multiple Payments 6.10.3.4 SACC Manual Clauses SACC Manual Clause C0100C (2010-01-11) Discretionary Audit - Commercial Goods and/or Services 6.11 Shipping Instructions - Delivery at Destination Goods must be consigned to the destination specified in the Contract and delivered: a) Delivered Duty Paid (DDP) Destination at the following address as per the Incoterms 2000 for shipments from a commercial contractor. Department of National Defence 101 Goldenrod Drive Ottawa, Ontario K1A 0K2 Attn: Mr. Yves Gauthier 6.12 Invoicing Instructions - Progress Payment Claim 1. The Contractor must submit a claim for payment using form PWGSC-TPSGC 1111, Claim for Progress Payment. Page 12 of - de 25 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8474-167138/A Client Ref. No. - N° de réf. du client W8474-167138 Buyer ID - Id de l'acheteur 071qe File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 071qeW8474-167138 Each claim must show: a. all information required on form PWGSC-TPSGC 1111; b. all applicable information detailed under the section entitled "Invoice Submission" of the general conditions; c. a list of all expenses; e. the description and value of the milestone claimed as detailed in the Contract. Each claim must be supported by: a. a copy of time sheets to support the time claimed; b. a copy of the invoices, receipts, vouchers for all direct expenses, travel and living expenses; c. a copy of the monthly progress report. 2. Applicable Taxes must be calculated on the total amount of the claim before the holdback is applied. At the time the holdback is claimed, there will be no Applicable Taxes payable as it was claimed and payable under the previous claims for progress payments. 3. The Contractor must prepare and certify one original and two (2) copies of the claim on form PWGSC-TPSGC 1111, and forward it to the Technical Authority identified under the section entitled "Authorities" of the Contract for appropriate certification after inspection and acceptance of the Work takes place. 4. The Technical Authority will then forward the original and two (2) copies of the claim to the Contracting Authority for certification and onward submission to the Payment Office for the remaining certification and payment action. 4. The Contractor must not submit claims until all work identified in the claim is completed. 6.13 Certifications 6.13.1 Compliance The continuous compliance with the certifications provided by the Contractor in its bid and the ongoing cooperation in providing additional information are conditions of the Contract. Certifications are subject to verification by Canada during the entire period of the Contract. If the Contractor does not comply with any certification, fails to provide the additional information, or if it is determined that any certification made by the Contractor in its bid is untrue, whether made knowingly or unknowingly, Canada has the right, pursuant to the default provision of the Contract, to terminate the Contract for default. 6.14 Applicable Laws The Contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in the province of Ontario, Canada. Page 13 of - de 25 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8474-167138/A Client Ref. No. - N° de réf. du client W8474-167138 6.15 Buyer ID - Id de l'acheteur 071qe File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 071qeW8474-167138 Priority of Documents If there is a discrepancy between the wording of any documents that appear on the list, the wording of the document that first appears on the list has priority over the wording of any document that subsequently appears on the list. (a) (b) (c) (d) (e) (f) (g) (h) (f) the Articles of Agreement; the supplemental general conditions 4006 (2010-08-16) Contractor to Own Intellectual Property Rights in Foreground Information the general conditions 2030 (2016-04-04) General Conditions - Higher Complexity – Goods; Annex A, Requirement – List of Deliverables; Annex B, Statement of Work; Annex C, Security Requirements Check List; Annex D, Task Authorization Form DND 626; Annex E, Progress Payment Form 111; the Contractor's bid dated _______ (insert date of bid). 6.16 Defence Contract SACC Manual clause A9006C (2012-07-16) Defence Contract 6.17 SACC Manual Clauses SACC Manual Clause A9062C (2011-05-16) Canadian Forces Site Regulations SACC Manual Clause C2801C (2014-11-27) Priority Rating - Canadian Contractors SACC Manual Clause A9019C (2011-05-16) Hazardous Waste Disposal SACC Manual Caluse R2804D (2008-05-12) GC4 – Protective Measures 6.18 Inspection and Acceptance The Technical Authority is the Inspection Authority. All reports, deliverable items, documents, goods and all services rendered under the Contract are subject to inspection by the Inspection Authority or representative. Should any report, document, good or service not be in accordance with the requirements of the Statement of Work and to the satisfaction of the Inspection Authority, as submitted, the Inspection Authority will have the right to reject it or require its correction at the sole expense of the Contractor before recommending payment. 6.19 Insurance The Contractor is responsible for deciding if insurance coverage is necessary to fulfill its obligation under the Contract and to ensure compliance with any applicable law. Any insurance acquired or maintained by the Contractor is at its own expense and for its own benefit and protection. It does not release the Contractor from or reduce its liability under the Contract. 6.20 Existing Technical Publications – Translation The Contractor grants to Canada a non-exclusive, perpetual, irrevocable and royalty-free license to translate and reproduce for government use all or any part of the technical publications supplied with the equipment delivered under the Contract. Copyright in the translation made by Canada or by independent contractors engaged by Canada will belong to Canada. Page 14 of - de 25 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8474-167138/A Client Ref. No. - N° de réf. du client W8474-167138 6.21 Buyer ID - Id de l'acheteur 071qe File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 071qeW8474-167138 Ellesmere Island – Personnel transportation/accommodations 6.21.1 DND will commit to transporting a maximum of four (4) Contractor personnel to/from Ellesmere Island for the site survey, installation and cut-over activities. This commitment involves transportation of Contractor personnel from/to 8 wing Trenton, located at Trenton, Ontario to/from CFS Alert and Eureka via a CC130 Hercules aircraft. 6.21.2 The Contractor shall be responsible for all costs associated with travel to/from Trenton, Ontario. The Contractor shall be responsible for all accommodation costs associated with travel to/from Trenton, Ontario. Rations and quarters for Contractor personnel staying on Ellesmere Island will be supplied by DND. Due to weather or aircraft mechanical problems, there are occasions where the aircraft must overnight in the location other than Eureka or CFS Alert. Should such an event occur, the Contractor shall be responsible for all associated accommodation cost. It is recommended that personnel carry a minimum of $250.00 Canadian and $100.00 US cash. 6.21.3 Once on Ellesmere Island, DND will provide ground transportation for personnel and provide helicopter transport of personnel to the remote microwave sites. 6.22 Ellesmere Island – Equipment transportation/storage The Contractor shall be responsible for all costs associated with transportation of equipment to/from Trenton and Montreal. Once on Ellesmere Island, DND will provide storage and ground transportation for equipment, and provide helicopter transport of equipment to the remote microwave sites. 6.23 Ellesmere Island – Environmental clothing Environmental clothing is required for boarding of DND aircraft flying in the High Arctic. The Contractor is responsible to ensure personnel travelling to the High Arctic have the required arctic clothing, tuque with the mittens, parka and boots rated for -40 degrees Celsius. 6.24 Preparation for delivery 6.24.1 The Contractor shall be responsible for ensuring that all equipment is packaged and protected to ensure its safe arrival at destination. 6.24.2 All equipment shall be enclosed in crates or transit cases for transportation. The crates and transit cases shall be of solid construction (i.e. wood, metal) and provide suitable protection sufficient to withstand being left in a rain storm. Within the crate or transit case, the equipment shall be protected with bubble wrap or foam. Loose packing materials such as popcorn, Styrofoam bits SHALL NOT be used. 6.24.3 Each crate/transit case shall be clearly labeled with the following information: (a) Destination: Eureka or CFS Alert; (b) Project: HADCS II Microwave Repeater Power System; and (c) Contents, weight and dimensions of each crate/transit case and total weight of the pallet. 6.25 Electrostatic Discharge (ESD) Protection 6.25.1 All work (including packaging, unpackaging, soldering, testing) performed on ESD sensitive components and printed circuit boards shall be performed at an ESD protective workstation. 6.25.2 All ESD sensitive components and printed circuit boards shall be stored in ESD protective packaging and appropriately labeled. Page 15 of - de 25 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8474-167138/A Client Ref. No. - N° de réf. du client W8474-167138 6.26 Buyer ID - Id de l'acheteur 071qe File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 071qeW8474-167138 Government furnished Equipment (GFE) Where a requirement exist for the Contractor to borrow any equipment from the Department of National Defence, the Contractor is responsible for returning such equipment in good working order on completion of the Loan Agreement. Government Furnished Equipment borrowed by the Contractor shall be properly maintained by the Contractor in accordance with the terms of 2030 General Conditions and in applicable DND Loan Agreement. Page 16 of - de 25 Option 2 - TherminII Analysis/Reporting as per Annex B, Statement of Work and article 6.11.3.1 Schedule of Milestone. 3 ea ea U of I Page 17 of - de 25 Option 1 - TherminII Analysis/Reporting as per Annex B, Statement of Work and article 6.11.3.1 Schedule of Milestone. Description ea U of I 11 Qty 3 3 Qty Option to Extend the Contract TherminII Analysis/Reporting as per Annex B, Statement of Work and article 6.11.3.1 Schedule of Milestone. Description Table 1 $ $ $ REQUIREMENT - LIST OF DELIVERABLES 2 Items 1 Items 071qeW8474-167138 ANNEX A CCC No./N° CCC - FMS No./N° VME File No. - N° du dossier Client Ref. No. - N° de réf. du client W8474-167138 Buyer ID - Id de l'acheteur 071qe Amd. No. - N° de la modif. W8474-167138/A Solicitation No. - N° de l'invitation Unit Price (Cdn) Subtotal: HST: Total: Unit Price (Cdn) $ $ $ $ $ $ Total Price (Cdn) Total Price (Cdn) $ $ $ $ Year 1 Contract Award date to _______ (12 months) Year 2 From _______ to _________ (12 months) Year 3 From _______ to _________ (12 months) Option Year 4 From _______ to _________ (12 months) Page 18 of - de 25 Note: The Bidder must identify labour categories and multi-year rates to the list above. Labour Category 071qeW8474-167138 TABLE 2 Billing Rates – Firm per diem rates CCC No./N° CCC - FMS No./N° VME File No. - N° du dossier Client Ref. No. - N° de réf. du client W8474-167138 Buyer ID - Id de l'acheteur 071qe Amd. No. - N° de la modif. W8474-167138/A Solicitation No. - N° de l'invitation Option Year 5 From _______ to _________ (12 months) Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8474-167138/A Client Ref. No. - N° de réf. du client W8474-167138 Buyer ID - Id de l'acheteur 071qe File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 071qeW8474-167138 ANNEX B STATEMENT OF WORK (SOW) FOR DATA ANALYSIS AND IN SERVICE SUPPORT SERVICES FOR THE HIGH ARCTIC DATA COMMUNICATION SYSTEM (HADCS) LINE OF SIGHT MICROWAVE RADIO THERMIN 2.5 AND SEMI-ANNUAL POWER SYSTEMS Page 19 of - de 25 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8474-167138/A Client Ref. No. - N° de réf. du client W8474-167138 Buyer ID - Id de l'acheteur 071qe File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 071qeW8474-167138 1.0 BACKGROUND 1.1 The Department of National Defense (DND) Assistant Deputy Minister (Information Management) (ADM(IM)) Director General Information Management Operations/Joint Strategic Communications System Services (DGIMO/JSCSS) is responsible for providing life cycle and system management services for the High Arctic Data Communications System Mark II (HADCS II). This system connects Canadian Forces Station (CFS) Alert, located at the northern end of Ellesmere Island, Nunavut, with CFS Leitrim, located near Ottawa, Ontario. Since direct access to a geostationary satellite is not possible at CFS Alert due to its extreme northern location, the HADCS II system includes a 500 km microwave radio link between CFS Alert and Eureka and a satellite link between Eureka and CFS Leitrim. Each of the microwave radio repeaters located at six different line of sight (LoS) sites between CFS Alert and Eureka receives power from the Thermin 2.5 Power Supply System. This system includes a battery housed in a highly-insulated enclosure, photovoltaic panels, and a controller that regulates the electrical and thermal state of the battery. At each of the LoS sites, there is a semi-annual power system. The semi-annual system is a legacy system which utilises solar power to charge a 2000Ah lead acid battery bank to provide power during the lit season and a large bank of air-alkaline batteries to power the radios during the dark season. The semi-annual system is not currently being used but starting summer 2017, it will be used to power a new set of HADCS microwave radios which will operate in the 900MHz frequency range. These two types of power systems were custom designed and manufactured in support of the HADCS by Diversitel Communications Inc. 2.0 SCOPE 2.1 The DND, HADCS has a requirement for the analysis of telemetry data for the Thermin 2.5 and semi-annual power supply systems and shelter data as measured by the Remote Terminal Units within the HADCS LoS microwave radios. This telemetry data is routinely obtained using the HADCS Network Management System (NMS). The Contractor must process and analyze this telemetry data to determine and report on the status of both power systems. The Contractor must make timely recommendations on actions to be taken if/when problems arise with one or more of the power systems. The Contractor must also test, repair/replace electrical, electronic modules or any other elements (cabling, housing and structural elements) of the two types of Diversitel power systems when needed due to equipment failures or environmental wear and tear. In addition, the Contractor must provide troubleshooting and integration services pertaining to the HADCS power systems with the existing and future microwave radio repeater equipment at the LoS sites. Thermin and semi-annual power system equipment repair or equipment/element replacement and troubleshooting and integration services are to be provided on a time and material basis. 2.2 The NMS routinely polls each LoS microwave radio to collect radio, shelter and power system telemetry data. The Contractor must analyze the data and provide plots for each LoS site. The Contractor must provide the following types of plots: THERMIN 2.5 POWER SYSTEM a. the total photovoltaic, battery, and load currents with time; b. the battery/load voltage with time; c. the battery state-of-charge with time; d. the charge supplied to the heaters with time; e. the ambient, controller, mean battery, and set-point temperatures with time; Page 20 of - de 25 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8474-167138/A Client Ref. No. - N° de réf. du client W8474-167138 Buyer ID - Id de l'acheteur 071qe File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 071qeW8474-167138 f. the calculated power consumption with time including the offset/difference in power consumption as calculated using both the shelter and the Thermin telemetry data; and g. the number of active heaters with time. SEMI-ANNUAL POWER SYSTEM a. the total photovoltaic, battery, and load currents with time; b. the battery/load voltage with time; c. the solar battery state-of-charge with time; d. the calculated air-alkaline battery state-of-charge with time; and e. the ambient temperature with time (as measured by the semi-annual power system). 2.4 Once weekly, the Contractor must provide a short summary update of the status of all power systems. If the statuses of all systems are working in accordance with specifications, the Contractor must send an email to the Technical Authority stating that “all systems are operating as working in accordance with specifications. 2.5 The Contractor must advise DND as soon as practical when aware that the system is not working in accordance with specifications any given LoS site. 3.0 TASKS 3.1 The Contractor must collect and analyze the NMS data as sent by DND. The data must be delivered to the Contractor a minimum of twice weekly in the form of MODBUS text files and additional NMS screen shots as may be required from time to time. 3.2 The Contractor’s must: a. process the MODBUS data to convert the HEX data to their corresponding decimal values; b. provide weekly updates; c. prepare monthly plots; d. prepare reports on a tri-annual basis including the analysis of the Thermin and Semiannual power system status over time; e. provide verbal and written reports when the system is not working in accordance with specifications; f. test, repair/replace electrical, electronic modules or any other elements (cabling, housing and structural elements) of the two types of Diversitel power systems when a DND-626 task is issued by the Technical or Procurement Authority due to equipment failures or environmental wear and tear; g. provide troubleshooting and integration services when required to assist with the troubleshooting or integration of the power systems with the existing and future HADCS microwave radio repeater equipment at the LoS sites; and h. provide labour, material and travel cost estimates for the repair work or work required for the replacement of modules, elements or components with the task detailed at para 3.2 f and para 3.2.g. Page 21 of - de 25 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8474-167138/A Client Ref. No. - N° de réf. du client W8474-167138 Buyer ID - Id de l'acheteur 071qe File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 071qeW8474-167138 3.3 The weekly updates must be sent via email to a list of DND personnel to be provided by the Technical Authority (TA). The monthly plots and the tri-annual reports must be sent via email in PDF format to the HADCS Manager. The tri-annual reports must be sent before or on 30 March, 30 July and 30 November, of every year during the contracted period. Reports when the system is not working in accordance with specifications must be reported to the TA by phone and/or email within 12 hours of discovering the problem. 4.0 DELIVERABLES 4.1 The contractor must provide the following deliverables: a. weekly updates as detailed in 2.4, 3.2b and 3.3; b. monthly plots as detailed in 2.2, 3.2c, and 3.3; c. tri-annual reports as detailed in 3.2d and 3.3; d. reports to the TA by phone and/or email when the system is not working in accordance with specifications within 12 hours of discovery as detailed in 2.5 and 3.2(e); e. test, repair or replace Thermin and semi-annual power system modules, elements or components on a time and material basis, as detailed in 3.2f and 3.2g; and f. obtain an authorized DND-626 task from the DND Procurement Authority and Technical Authority prior to proceeding with the repair or replacement deliverables required at para 4.1e. 5.0 GOVERNMENT FURNISHED EQUIPMENT (GFE) 5.1 The Thermin and Semi-annual power system Engineering, Maintenance and Test Facilities stated in the authorized DND-626 to assist to carrying out the work will be provided as Government Furnished Equipment (GFE) to the Contractor for the duration of this Contract. Page 22 of - de 25 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8474-167138/A Client Ref. No. - N° de réf. du client W8474-167138 Buyer ID - Id de l'acheteur 071qe File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 071qeW8474-167138 ANNEX "C" SECURITY REQUIREMENTS CHECK LIST (4 pages) Page 23 of - de 25 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8474-167138/A Client Ref. No. - N° de réf. du client W8474-167138 Buyer ID - Id de l'acheteur 071qe File No. - N° du dossier 071qeW8474-167138 ANNEX “D” TASK AUTHORIZATION FORM Page 24 of - de 25 CCC No./N° CCC - FMS No./N° VME National Defence Défense nationale TASK AUTHORIZATION AUTORISATION DES TÂCHES Contract no. – N° du contrat All invoices/progress claims must show the reference Contract and Task numbers. Toutes les factures doivent indiquer les numéros du contrat et de la tâche. Amendment no. – N° de la modification Increase/Decrease – Augmentation/Réduction Task no. – N° de la tâche Previous value – Valeur précédente To – À TO THE CONTRACTOR You are requested to supply the following services in accordance with the terms of the above reference contract. Only services included in the contract shall be supplied against this task. Please advise the undersigned if the completion date cannot be met. Invoices/progress claims shall be prepared in accordance with the instructions set out in the contract. À L'ENTREPRENEUR Delivery location – Expédiez à Vous êtes prié de fournir les services suivants en conformité des termes du contrat mentionné ci-dessus. Seuls les services mentionnés dans le contrat doivent être fournis à l'appui de cette demande. Prière d'aviser le signataire si la livraison ne peut se faire dans les délais prescrits. Les factures doivent être établies selon les instructions énoncées dans le contrat. Delivery/Completion date – Date de livraison/d'achèvement Date Contract item no. Nº d'article du contrat for the Department of National Defence pour le ministère de la Défense nationale Cost Prix Services GST/HST TPS/TVH Total APPLICABLE ONLY TO PWGSC CONTRACTS: The Contract Authority signature is required when the total value of the DND 626 exceeds the threshold specified in the contract. NE S'APPLIQUE QU'AUX CONTRATS DE TPSGC : La signature de l'autorité contractante est requise lorsque la valeur totale du formulaire DND 626 est supérieure au seuil précisé dans le contrat. for the Department of Public Works and Government Services pour le ministère des Travaux publics et services gouvernementaux DND 626 (01-05) Design: Forms Management 993-4050 Conception : Gestion des formulaires 993-4062 Instructions for completing DND 626 - Task Authorization Instructions pour compléter le formulaire DND 626 - Autorisation des tâches Contract no. Enter the PWGSC contract number in full. Nº du contrat Inscrivez le numéro du contrat de TPSGC en entier. Task no. Enter the sequential Task number. Nº de la tâche Inscrivez le numéro de tâche séquentiel. Amendment no. Enter the amendment number.when the original Task is amended to change the scope or the value. Nº de la modification Inscrivez le numéro de modification lorsque la tâche originale est modifiée pour en changer la portée. Increase/Decrease Enter the increase or decrease total dollar amount including taxes. Augmentation/Réduction Inscrivez le montant total de l'augmentation ou de la diminution, y compris les taxes. Previous value Enter the previous total dollar amount including taxes. Valeur précédente Inscrivez le montant total précédent, y compris les taxes. To Name of the contractor. À Nom de l'entrepreneur. Delivery location Location where the work will be completed, if other than the contractor's location. Expédiez à Endroit où le travail sera effectué, si celui-ci diffère du lieu d'affaires de l'entrepreneur. Delivery/Completion date Completion date for the task. Date de livraison/d'achèvement Date d'achèvement de la tâche. for the Department of National Defence Signature of the DND person who has delegated Authority for signing DND 626 (level of authority based on the dollar value of the task and the equivalent signing authority in the PAM 1.4). Note: the person signing in this block ensures that the work is within the scope of the contract, that sufficient funds remain in the contract to cover this task and that the task is affordable within the Project/Unit budget. pour le ministère de la Défense nationale Signature du représentant du MDN auquel on a délégué le pouvoir d'approbation en ce qui a trait à la signature du formulaire DND 626 (niveau d'autorité basé sur la valeur de la tâche et le signataire autorisé équivalent mentionné dans le MAA 1.4). Nota : la personne qui signe cette attache de signature confirme que les travaux respectent la portée du contrat, que suffisamment de fonds sont prévus au contrat pour couvrir cette tâche et que le budget alloué à l'unité ou pour le projet le permet. Services Define the requirement briefly (attach the SOW) and identify the cost of the task using the contractor's quote on the level of effort. The Task must use the basis of payment stipulated in the contract. If there are several basis of payment then list here the one(s) that will apply to the task quote (e.g. milestone payments; per diem rates/labour category hourly rates; travel and living rates; firm price/ceiling price, etc.). All the terms and conditions of the contract apply to this Task Authorization and cannot be ignored or amended for this task. Therefore it is not necessary to restate these general contract terms and conditions on the DND 626 Task form. Services Définissez brièvement le besoin (joignez l'ET) et établissez le coût de la tâche à l'aide de la soumission de l'entrepreneur selon le niveau de difficulté de celle-ci. Les modalités de paiement stipulées dans le contrat s'appliquent à la tâche. Si plusieurs d'entre elles sont prévues, énumérez ici celle/celles qui s'appliquera/ront à la soumission pour la tâche à accomplir (p.ex. acompte fondé sur les étapes franchies; taux quotidien ou taux horaire établi selon la catégorie de main-d'œuvre; frais de déplacement et de séjour; prix fixe ou prix plafond; etc.). Toutes les modalités du contrat s'appliquent à cette autorisation de tâche et ne peuvent être négligées ou modifiées quant à la tâche en question. Il n'est donc pas nécessaire de répéter ces modalités générales afférentes au contrat sur le formulaire DND 626. Cost The cost of the Task broken out into the individual costed items in Services. Prix Mentionnez le coût de la tâche en le répartissant selon les frais afférents à chaque item mentionné dans la rubrique Services. GST/HST The GST/HST cost as appropriate. TPS/TVH Mentionnez le montant de la TPS/TVH, s'il y lieu. Total The total cost of the task. The contractor may not exceed this amount without the approval of DND indicated on an amended DND 626. The amendment value may not exceed 50% (or the percentage for amendments established in the contract) of the original value of the task authorization. The total cost of a DND 626, including all amendments, may not exceed the funding limit identified in the contract. Total Mentionnez le coût total de la tâche. L'entrepreneur ne peut dépasser ce montant sans l'approbation du MDN, formulaire DND 626 modifié à l'appui. Le coût de la modification ne peut pas être supérieur à 50 p. 100 du montant initial prévu dans l'autorisation de tâche (ou au pourcentage prévu dans le contrat pour les modifications). Le coût total spécifié dans le formulaire DND 626, y compris toutes les modifications, ne peut dépasser le plafond de financement mentionné dans le contrat. Applicable only to PWGSC contracts This block only applies to those Task Authorization contracts awarded by PWGSC. The contract will include a specified threshold for DND sole approval of the DND 626 and a percentage for DND to approve amendments to the original DND 626. Tasks that will exceed these thresholds must be passed to the PWGSC Contracting Authority for review and signature prior to authorizing the contractor to begin work. Ne s'applique qu'aux contrats de TPSGC Le présent paragraphe s'applique uniquement aux autorisations de tâche accordées par TPSGC. On inscrira dans le formulaire DND 626 un plafond précis qui ne pourra être approuvé que par le MDN et un pourcentage selon lequel le MDN pourra approuver des modifications au formulaire DND 626 original. Les tâches dont le coût dépasse ces plafonds doivent être soumises à l'autorité contractante de TPSGC pour examen et signature avant qu'on autorise l'entrepreneur à débuter les travaux. Note: Work on the task may not commence prior to the date this form is signed by the DA Authority - for tasks within the DND threshold; and by both DND and PWGSC for those tasks over the DND threshold. Nota : Les travaux ne peuvent commencer avant la date de signature de ce formulaire par le responsable du MDN, pour les tâches dont le coût est inférieur au plafond établi par le MDN, et par le MDN et TPSGC pour les tâches dont le coût dépasse le plafond établi par le MDN. Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8474-167138/A Client Ref. No. - N° de réf. du client W8474-167138 Buyer ID - Id de l'acheteur 071qe File No. - N° du dossier 071qeW8474-167138 ANNEX E PROGRESS CLAIM FORM Page 25 of - de 25 CCC No./N° CCC - FMS No./N° VME Public Works and Government Services Canada Claim for Progress Payment Demande de paiement progressif Travaux publics et Services gouvernementaux Canada If necessary, use form PWGSC-TPSGC 1112 to record detail costs Si nécessaire, utiliser le formulaire PWGSC-TPSGC 1112 pour inscrire les coûts détaillés Claim No. Contractor's Name and Address Date Contract Price - Prix contractuel Nom et adresse de l'entrepreneur N° de la demande YYYY-MM-DD / AAAA-MM-JJ Contract Serial No. N° de série du contrat File No. - N° du dossier Contractor's Procurement Business Number (PBN) Numéro d'entreprise-approvisionnement (NEA) de l'entrepreneur Financial Code(s) - Code(s) financier(s) Contractor's Report of Work Progress (if needed, use additional sheets) Compte rendu de l'avancement des travaux par l'entrepreneur (si nécessaire, utiliser des feuilles supplémentaires) Period of work covered by the claim Période des travaux visée par la demande Current Claim Demande courante Description: (Expenditures must be claimed in accordance with the basis and/or method of payment of the contract) (A) Description : (Les dépenses doivent être réclamées conformément à la base de paiement et (ou) à la méthode de paiement du contrat). Contractor's GST No. N° de TPS de l'entrepreneur Contractor's QST No. No. de TVQ de l'entrepreneur Previous Claims Demandes précédentes Tax Rate Taux de taxe (B) Tax Rate Taux de taxe % % % % % % % % % % % % % % % % % % % % % % % % Subtotal Sous-total Applicable taxes Taxes applicables Total Less holdbacks on expenditures only (Applicable taxes excluded) Moins les retenues sur les dépenses uniquement (Taxes applicables en sus) Total Amount of Claim (including applicable taxes) Montant total de la demande (incluant les taxes applicables) Percentage of the work completed Pourcentage des travaux achevés PWGSC-TPSGC 1111 (2014-11) % Current Claim Demande courante Total to Date Total à date Amount due Montant dû (A + B) Claim No. N° de la demande Contract Serial No. N° de série du contrat CERTIFICATE OF CONTRACTOR ATTESTATION DE L'ENTREPRENEUR I certify that: J'atteste que : - All authorizations required under the contract have been obtained. The claim is consistent with the progress of the work and is in accordance with the contract. - Indirect costs have been paid for or accrued in the accounts. - Direct materials and the subcontracted work have been received, accepted and either paid for or accrued in the accounts following receipt of invoice from supplier/subcontractor, and have been or will be used exclusively for the purpose of the contract. - All direct labour costs have been paid for or accrued in the accounts and all such costs were incurred exclusively for the purpose of the contract; - Toutes les autorisations exigées en vertu du contrat ont été obtenues. La demande correspond à l'avancement des travaux et est conforme au contrat. - Les coûts indirects ont été réglés ou portés aux livres. - Les matières directes et les travaux de sous-traitance ont été reçus, et le tout a été accepté et payé, ou encore porté aux livres après réception de factures envoyées par le fournisseur ou le sous-traitant; ces matières et ces travaux ont été ou seront utilisés exclusivement aux fins du contrat. - Tous les coûts de la main-d'oeuvre directe ont été réglés ou portés aux livres et tous ces coûts ont été engagés exclusivement aux fins du contrat. - All other direct costs have been paid for or accrued in the accounts following receipt of applicable invoice or expense voucher and all such costs were incurred exclusively for the purpose of the contract; and - Tous les autres coûts indirects ont été réglés ou portés aux livres après réception des factures ou pièces justificatives pertinentes et tous ces coûts ont été engagés exclusivement aux fins du contrat. - No liens, encumbrances, charges or other claims exist against the work except those which may arise by operation of law such as a lien in the nature of an unpaid contractor's lien and in respect of which a progress payment and/or advance payment has been or will be made by Canada. - Il n'existe aucun privilège ni demande ou imputation à l'égard de ces travaux sauf ceux qui pourraient survenir par effet de la loi, notamment le privilège d'un entrepreneur non payé à l'égard duquel un paiement progressif et(ou) un paiement anticipé a été ou sera effectué par le Canada. Contractor 's Signature - Signature de l'entrepreneur Title - Titre Check the box if the claim is being made with respect to advance payment provisions included in the basis of payment of the contract. Date (YYYY-MM-DD / AAAA-MM-JJ) This claim, or a portion of this claim, is for an advance payment. I certify that: - The funds received will be used solely for the purpose of the contract and attached is a complete description of the purpose to which the advance payment will be applied. - The amount of the payment is established in accordance with the conditions of the contract. Cocher la case si la demande est faite en rapport avec les dispositions relatives aux paiements anticipés qui se trouvent dans la base de paiement du contrat. Cette demande, ou une partie de cette demande, est pour un paiement anticipé. J'atteste que : - Les fonds reçus ne serviront uniquement qu'aux fins du contrat; ci-joint est une description complète des fins auxquelles le paiement anticipé sera utilisé. - Le montant du paiement est établi conformément aux conditions du contrat. - The contractor is not in default of its obligations under the contract. - The payment is related to an identifiable part of the contractual work. - Contractor 's Signature - Signature de l'entrepreneur L'entrepreneur n'a pas manqué à ses obligations en vertu du contrat. Le paiement porte sur une partie identifiable des travaux précisés dans le contrat. Title - Titre Date (YYYY-MM-DD / AAAA-MM-JJ) CERTIFICATES OF DEPARTMENTAL REPRESENTATIVES ATTESTATIONS DES REPRÉSENTANTS DU MINISTÈRE Scientific/Project/Inspection Authority: I certify that the work meets Autorité scientifique ou responsable du projet / de l'inspection : the quality standards required under the contract, and its progress is in accordance with the conditions of the contract. J'atteste que les travaux sont conformes aux normes de qualité exigées en vertu du contrat et que leur avancement est conforme aux conditions du contrat. Inspection Authority (all other contracts): I certify that the quality of Responsable de l'inspection (tous les autres contrats) : J'atteste que la qualité des travaux exécutés est conforme aux normes exigées en vertu du contrat. the work performed is in accordance with the standards required under the contract. Signature of Scientific / Project / Inspection Authority Signature de l'autorité scientifique ou responsable du projet / de l'inspection Date (YYYY-MM-DD / AAAA-MM-JJ) PWGSC Contracting Authority: I certify that, to the best of my Autorité contractante de TPSGC : J'atteste, au meilleur de ma knowledge, the claim is consistent with the progress of the work and is in accordance with the contract. This claim, however, may be subject to further verification and any necessary adjustment before final settlement. connaissance, que la demande correspond à l'avancement des travaux et est conforme au contrat. Toutefois, cette demande pourrait faire l'objet d'une autre vérification et de tout rajustement nécessaire avant le règlement final.z Contracting Authority Signature de l'autorité contractante Client's Authorized Signing Officer - (must sign the interim claim): I certify that the claim is in accordance with the contract. Client Signature du client Client's Authorized Signing Officer - (must sign the final claim): I certify that all goods have been received and all services have been rendered, that the work has been properly performed and that the claim is in accordance with the contract. Client Signature du client PWGSC-TPSGC 1111 (2014-11) Title - Titre Date (YYYY-MM-DD / AAAA-MM-JJ) Signataire autorisé du client - (doit signer la demande provisoire) : J'atteste que la demande est conforme au contrat. Title - Titre Date (YYYY-MM-DD / AAAA-MM-JJ) Signataire autorisé du client - (doit signer la demande finale) : J'atteste que tous les biens ont été reçus, que tous les services ont été rendus, que tous les travaux ont été exécutés convenablement, et que la demande est conforme au contrat. Title - Titre Date (YYYY-MM-DD / AAAA-MM-JJ)