1 1 RETURN BIDS TO: Title - Sujet RETOURNER LES SOUMISSIONS À: Auxiliary Gas Supply Sys/Bail-out Bid Receiving - PWGSC / Réception des Solicitation No. - N° de l'invitation Date soumissions - TPSGC W8472-165649/A 2016-08-17 11 Laurier St./ 11, rue Laurier Client Reference No. - N° de référence du client Place du Portage, Phase III W8472-165649 Core 0B2 / Noyau 0B2 GETS Reference No. - N° de référence de SEAG Gatineau, Québec K1A 0S5 PW-$$PR-724-71419 Bid Fax: (819) 997-9776 File No. - N° de dossier CCC No./N° CCC - FMS No./N° VME pr724.W8472-165649 Solicitation Closes - L'invitation prend fin Time Zone Fuseau horaire at - à 02:00 PM Eastern Daylight Saving REQUEST FOR PROPOSAL on - le 2016-09-02 Time EDT DEMANDE DE PROPOSITION F.O.B. - F.A.B. Proposal To: Public Works and Government  Services Canada Plant-Usine: Destination: Other-Autre: We hereby offer to sell to Her Majesty the Queen in right Address Enquiries to: - Adresser toutes questions à: Buyer Id - Id de l'acheteur of Canada, in accordance with the terms and conditions Sloan, Kim pr724 set out herein, referred to herein or attached hereto, the Telephone No. - N° de téléphone FAX No. - N° de FAX goods, services, and construction listed herein and on any (819) 956-5379 ( ) ( ) - attached sheets at the price(s) set out therefor. Destination - of Goods, Services, and Construction: Proposition aux: Travaux Publics et Services Destination - des biens, services et construction: Gouvernementaux Canada Nous offrons par la présente de vendre à Sa Majesté la Reine du chef du Canada, aux conditions énoncées ou Specified Herein incluses par référence dans la présente et aux annexes Précisé dans les présentes ci-jointes, les biens, services et construction énumérés ici sur toute feuille ci-annexée, au(x) prix indiqué(s). 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

Telephone No. - N° de téléphone Issuing Office - Bureau de distribution Facsimile No. - N° de télécopieur Clothing and Textiles Division / Division des vêtements et Name and title of person authorized to sign on behalf of Vendor/Firm des textiles (type or print) 11 Laurier St./ 11, rue Laurier 6A2, Place du Portage Nom et titre de la personne autorisée à signer au nom du fournisseur/ Gatineau, Québec K1A 0S5 de l'entrepreneur (taper ou écrire en caractères d'imprimerie)

Signature Date

Page 1 of - de 1 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8472-165649/A pr.742 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME Pr724.W8472-165649

TABLE OF CONTENTS

PART 1 - GENERAL INFORMATION

1.1 SECURITY REQUIREMENT 1.2 STATEMENT OF REQUIREMENT 1.3 DEBRIEFINGS 1.4 TRADE AGREEMENTS

PART 2 - BIDDER INSTRUCTIONS

2.1 STANDARD INSTRUCTIONS, CLAUSES AND CONDITIONS 2.2 SUBMISSION OF BIDS 2.3 ENQUIRIES - BID SOLICITATION 2.4 APPLICABLE LAWS 2.5 TECHNICAL DATA 2.6 TRANSPORT COSTS INFORMATION

PART 3 - BID PREPARATION INSTRUCTIONS

3.1 BID PREPARATION INSTRUCTIONS

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION

4.1 EVALUATION PROCEDURES 4.2 BASIS OF SELECTION 4.3 CONTRACT FINANCIAL SECURITY 4.4 SECURITY DEPOSIT DEFINITION

PART 5 – CERTIFICATIONS AND ADDITIONAL INFORMATION

5.1 CERTIFICATIONS REQUIRED WITH THE BID 5.2 CERTIFICATIONS PRECEDENT TO CONTRACT AWARD AND ADDITIONAL INFORMATION

PART 6 - RESULTING CONTRACT CLAUSES

6.1 SECURITY REQUIREMENT 6.2 REQUIREMENT 6.3 STANDARD CLAUSES AND CONDITIONS 6.4 TERM OF CONTRACT 6.5 AUTHORITIES 6.6 PAYMENT 6.7 INVOICING INSTRUCTIONS 6.8 CERTIFICATIONS 6.9 APPLICABLE LAWS 6.10 PRIORITY OF DOCUMENTS 6.11 DEFENCE CONTRACT 6.12 SACC MANUAL CLAUSES 6.13 MATERIALS: CONTRACTOR TOTAL SUPPLY 6.14 PROCEDURES FOR DESIGN CHANGE/DEVIATIONS 6.15 PLANT CLOSING 6.16 PLANT LOCATION 6.17 SUBCONTRATOR(S)

Page 1 of - de 16

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8472-165649/A pr.742 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME Pr724.W8472-165649

6.18 OVER SHIPMENT 6.19 POST CONTRACT AWARD MEETING 6.20 FINANCIAL SECURITY

LIST OF ANNEXES

ANNEX “A” - STATEMENT OF REQUIREMENT , 1. TECHNICAL REQUIREMENT 2. ADDRESSES 3. DELIVERABLES

ANNEX “B” – TECHNICAL STATEMENT OF REQUIREMENTS (TSOR) AUXILIARY GAS SUPPLY SYSTEMS (AGS) & BAILOUT OPEN CIRCUIT VALVE (BOV)

APPENDIX “A” TO BOV TSOR PHASES 1A & 1B AND TO AGS TSOR PHASES 1C & 1D APPENDIX “B” TO BOV TSOR PHASES 2A AND TO AGS TSOR PHASES 2B APPENDIX “C” TO BOV TSOR PHASES 3A & 3B & 4 AND TO AGS TSOR PHASES 3C & 3D & 4 APPENDIX “D” PICTURES OF CUMA V2

PART 1 - GENERAL INFORMATION

1.1 Security Requirement There is no security requirement associated with this bid solicitation.

1.2 Requirement The “Requirement” is detailed under the Annex A and Annex B of the resulting contract clauses.

1.3 Debriefings Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

1.4 Trade Agreements The requirement is subject to the provisions of the Agreement on Internal Trade (AIT).

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-and- guidelines/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 2003 (2015/07/03) Standard Instructions - Goods or Services - Competitive Requirements, are incorporated by reference into and form part of the bid solicitation.

Subsection 5.4 of 2003, Standard Instructions - Goods or Services - Competitive Requirements, is amended as follows:

Page 2 of - de 16

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8472-165649/A pr.742 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME Pr724.W8472-165649

Delete: 60 days Insert: 120 days

2.2 Submission of Bids Bids must be submitted only to Public Works and Government Services Canada (PWGSC) Bid Receiving Unit by the date, time and place indicated on page 1 of the bid solicitation.

2.3 Enquiries - Bid Solicitation All enquiries must be submitted in writing to the Contracting Authority no later than seven (7) calendar days before the bid closing date. Enquiries received after that time may not be answered.

Bidders should reference as accurately as possible the numbered item of the bid solicitation to which the enquiry relates. Care should be taken by Bidders to explain each question in sufficient detail in order to enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary nature must be clearly marked "proprietary" at each relevant item. Items identified as "proprietary" will be treated as such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the question(s) or may request that the Bidder do so, so that the proprietary nature of the question(s) is eliminated, and the enquiry can be answered to all Bidders. Enquiries not submitted in a form that can be distributed to all Bidders may not be answered by Canada.

2.4 Applicable Laws Any resulting contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in Ontario.

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.

2.5 Technical Data Department of National Defence National Defence Headquarters Printing Bureau 45 Sacré-Coeur Blvd. Gatineau, Quebec K1A 0K2 ATTN: DSCO 4-6-2-3 TEL: 819-939-9052 (Back-up number: 819-939-9058) FAX: 819-994-9561

Technical Data Packages distribution Pauline Paquette DSCO 4-6-3-4 Tel: 819 939-9056 Fax: 819 994-9561

In order to receive Technical Data Packages against this solicitation, bidders must provide the following details with their request:

- Company Name - Complete mailing & physical address (p.o. box numbers not acceptable) - Area code and telephone number - Contact name

Page 3 of - de 16

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8472-165649/A pr.742 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME Pr724.W8472-165649

- E-mail address - Solicitation Number & Closing Date and send their request (by facsimile message or e-mail) to the following: E-mail : [email protected] OR Facsimile Number: 819-956-5454

It is imperative that the request be done as soon as possible to ensure timely receipt. Notwithstanding Canada must not be held responsible for untimely release of the technical data.

2.6 Transportation Costs Information The Bidder is requested to provide the following information concerning transportation costs for the delivery of the units to destination:

(a) shipping weight by unit; ______(b) number of items by unit; ______(c) cubic measurement by unit; ______(d) number of units per shipment: ______(e) name of shipping point; ______(f) recommended method of shipment and carrier ______(g) Unit cost per Destination B.C.: $______N.S.: $______(h) Total cost $______

PART 3 - BID PREPARATION INSTRUCTIONS

3.1 Bid Preparation Instructions Canada requests that bidders provide their bid in separately bound sections as follows:

Section I: Technical Bid ( 3 hard copies) Section II: Financial Bid ( 1 hard copy) Section III: Certifications (2 hard copies) Section IV: Additional Information (2 hard copies)

Prices must appear in the financial bid only. No prices must be indicated in any other section of the bid.

Canada requests that Bidders follow the format instructions described below in the preparation of their bid: (a) use 8.5 x 11 inch (216 mm x 279 mm) paper; (b) use a numbering system that corresponds to the bid solicitation;

In April 2006, Canada issued a policy directing federal departments and agencies to take the necessary steps to incorporate environmental considerations into the procurement process Policy on Green Procurement (http://www.tpsgc-pwgsc.gc.ca/ecologisation-greening/achats-procurement/politique-policy- eng.html). To assist Canada in reaching its objectives, Bidders should:

1) use 8.5 x 11 inch (216 mm x 279 mm) paper containing fibre certified as originating from a sustainably- managed forest and containing minimum 30% recycled content; and

2) use an environmentally-preferable format including black and white printing instead of colour printing, printing double sided/duplex, using staples or clips instead of cerlox, duotangs or binders.

3) Green Initiatives (for PWGSC information only)

Page 4 of - de 16

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8472-165649/A pr.742 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME Pr724.W8472-165649

Bidders are requested to provide details of their policies and practices in relation to the following initiatives:

- environmentally responsible manufacturing; - environmentally responsible waste disposal; - waste reduction; - packaging; - re-use strategies; - recycling.

Section I: Technical Bid In their technical bid, Bidders should explain and demonstrate how they propose to meet the requirements and how they will carry out the Work (reference pre-contract award sample, Part 4, Evaluation Procedures, 4.1.1.1 Mandatory Technical Criteria).

Section II: Financial Bid Bidders must submit their financial bid in accordance with the Basis of Payment. The total amount of Applicable Taxes must be shown separately.

3.1.1 Exchange Rate Fluctuation C3011T 2013/11/06 Exchange Rate Fluctuation

Section III: Certifications Bidders must submit the certifications required under Part 5.

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION

4.1 Evaluation Procedures

(a) Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical and financial evaluation criteria.

(b) An evaluation team composed of representatives of Canada will evaluate the bids.

4.1.1 Technical Evaluation

4.1.1.1 Mandatory Technical Criteria

Pre-Award Sample(s) and Supporting Documentation

As part of the technical evaluation, to confirm a bidder's capability of meeting the technical requirements, one (1) pre-contract award sample of item 1 and two (2) of item 2 and certificate of compliance of oxygen cleanliness, as detailed below in accordance with Annex A will be required to be supplied with the pre-contract award samples upon a written request from PWGSC.

The Bidder must ensure that the required pre-contract award samples are manufactured in accordance with the technical requirement and are fully representative of the bid submitted. Rejection of the pre-contract award samples will result in the bid being declared non-responsive.

The Bidder must upon request provide a sample to the Contracting Authority, deliver the required pre-contract award samples and certificate of compliance of Oxygen Cleanliness in accordance with Annex A, and transportation charges prepaid at no charge to Canada and must ensure that they are received within 45 calendar days from date of request. Failure to submit the required

Page 5 of - de 16

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8472-165649/A pr.742 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME Pr724.W8472-165649

pre-contract award samples and/or the certificate of compliance of Oxygen Cleanliness in accordance with Annex A within the specified time frame will result in the bid being declared non- responsive.

The pre-contract award samples, draft operation and maintenance instructions and certificate of compliance of Oxygen Cleanliness must be sent to the following address.

DRDC (Toronto), EDUG Grp address: 1133 Sheppard Ave. West, Toronto, Ontario M3K 2C9 (Telephone 416-635-2091, alternate telephone 416-635-2000 ext 3071.

The AGS and BOV samples submitted by the Biddder will be returned, at the bidder’s expense, to Bidder in their original configuration from DRDC (T) at the supplied address from original equipment supplier. These will not be considered as part of the deliverables in any resulting contract. If the sample does not meet the requirements of the bid solicitation or the Bidder fails to comply with the request of the Contracting Authority, the bid will be declared non-responsive.

AND

In addition, Certificate of Compliance for Oxygen Cleanliness in accordance with Annex A.

The pre-contract award samples will be evaluated for quality of workmanship and conformance to specified materials and measurements.

The requirement for a pre-contract award samples and/or certificate of compliance for Oxygen Cleanliness in accordance with Annex A will not relieve the successful bidder from submitting samples and/or certificate of compliance for Oxygen Cleanliness in accordance with Annex A as required by the contract terms or from strictly adhering to the technical requirement of this Request for Proposal and any resultant contract.

CERTIFICATE OF COMPLIANCE-DEFINITION A Certificate of Compliance is a written statement from an appropriate official of the Bidder attesting the full compliance of the component(s) for Oxygen Cleanliness in accordance with Annex A to the TSOR. This document must be on official company stationery; it must be delivered with the pre-contract award samples; it must make reference to the applicable specification and have the original signature of the company's designated representative. Canada reserves the right to verify the statements made in the Certificate of Compliance.

4.1.2 Financial Evaluation

4.1.2.1 Mandatory Financial Criteria a. The Bidder must submit firm unit price(s) in Canadian dollars, applicable taxes are excluded, DDP (CFB Esquimalt, BC & CFB Halifax, NS) Incoterms 2000, transportation costs included, all applicable Customs Duties and Excise taxes included. b. The Bidder must submit firm unit pricing for all items and all destinations. The Bidder is requested to quote firm unit pricing at no more than two decimal points.

4.1.2.2 SACC MANUAL CLAUSE A9033T 2012/07/16 Financial Capability

4.2 Basis of Selection

A bid must comply with all requirements of the bid solicitation and meet all mandatory technical and financial evaluation criteria to be declared responsive.

Page 6 of - de 16

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8472-165649/A pr.742 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME Pr724.W8472-165649

The responsive bid with the lowest evaluated aggregate price will be recommended for award of a contract (1 contract only). Evaluation will be established using the firm quantities for the all items, including all destinations.

4.3 Contract Financial Security

1. If this bid is accepted, the Bidder may be required to provide contract financial security, after the bid closing date and within 10 calendar days from receipt of a written request from the Contracting Authority.

(a) a security deposit as defined in clause “Security Deposit Definition” in the amount of up to ten percent (10%) of the contract price.

2. Security deposits in the form of government guaranteed bonds with coupons attached will be accepted only if all coupons that are unmatured, at the time the security deposit is provided, are attached to the bonds. The Contractor must provide written instructions concerning the action to be taken with respect to coupons that will mature while the bonds are pledged as security, when such coupons are in excess of the security deposit requirement.

3. If Canada does not receive the required financial security within the specified period, Canada may, as its discretion, accept another offer, issue a new bid solicitation, award a contract or reject all the bids.

4.4 Security Deposit Definition 1. "security deposit" means (a) a bill of exchange that is payable to the Receiver General for Canada, and certified by an approved financial institution or drawn by an approved financial institution on itself; or (b) a Government guaranteed bond; or (c) an irrevocable standby letter of credit, or (d) such other security as may be considered appropriate by the Contracting Authority and approved by Treasury Board;

2. "approved financial institution" means (a) any corporation or institution that is a member of the Canadian Payments Association; (b) a corporation that accepts deposits that are insured by the Canada Deposit Insurance Corporation or the “Régie de l'assurance-dépôts du Québec” to the maximum permitted by law; (c) a credit union as defined in paragraph 137(6) the Income Tax Act; (d) a corporation that accepts deposits from the public, if repayment of the deposits is guaranteed by Canadian province or territory; or (e) the Canada Post Corporation.

3. "government guaranteed bond" means a bond of the Government of Canada or a bond unconditionally guaranteed as to principal and interest by the Government of Canada that is: (a) payable to bearer; (b) accompanied by a duly executed instrument of transfer of the bond to the Receiver General for Canada in accordance with the Domestic Bonds of Canada Regulations; (c) registered in the name of the Receiver General for Canada.

4. "irrevocable standby letter of credit" (a) means any arrangement, however named or described, whereby a financial institution (the "Issuer"), acting at the request and on the instructions of a customer (the "Applicant"), or on its behalf,

Page 7 of - de 16

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8472-165649/A pr.742 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME Pr724.W8472-165649

(i) will make a payment to or to the order of Canada, as the beneficiary; (ii) will accept and pay bills of exchange drawn by Canada; (iii) authorizes another financial institution to effect such payment, or accept and pay such bills of exchange; or (iv) authorizes another financial institution to negotiate, against written demand(s) for payment, provided that the conditions of the letter of credit are complied with. (b) must state the face amount which may be drawn against it; (c) must state its expiry date; (d) must provide for sight payment to the Receiver General for Canada by way of the financial institution's draft against presentation of a written demand for payment signed by the authorized departmental representative identified in the letter of credit by his/her office; (e) must provide that more than one written demand for payment may be presented subject to the sum of those demands not exceeding the face amount of the letter of credit; (f) must provide that it is subject to the International Chamber of Commerce (ICC) Uniform Customs and Practice (UCP) for Documentary Credits, 2007 Revision, ICC Publication No. 600. Pursuant to the ICC UCP, a credit is irrevocable even if there is no indication to that effect; and (g) must be issued (Issuer) or confirmed (Confirmer), in either official language, by a financial institution that is a member of the Canadian Payments Association and is on the letterhead of the Issuer or Confirmer. The format is left to the discretion of the Issuer or Confirmer.

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. 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.

5.1.1 Declaration of Convicted Offences

As applicable, pursuant to subsection Declaration of Convicted Offences of section 01 of the Standard Instructions, the Bidder must provide with its bid, a completed Declaration Form (http://www.tpsgc-pwgsc.gc.ca/ci-if/formulaire-form-eng.html), 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.

Page 8 of - de 16

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8472-165649/A pr.742 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME Pr724.W8472-165649

5.2.1 Integrity Provisions – List of Names

Bidders who are incorporated, including those bidding as a joint venture, must provide a complete list of names of all individuals who are currently directors of the Bidder.

Bidders bidding as sole proprietorship, as well as those bidding as a joint venture, must provide the name of the owner(s).

Bidders bidding as societies, firms or partnerships do not need to provide lists of names.

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

5.2.3.2 Samples Certification The Bidder certifies that:

( ) the manufacturer that produced the pre-contract award samples will remain unchanged for the full production of the contract quantity.

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 There is no security requirement applicable to this Contract.

6.2 Requirement The Contractor must provide the items detailed under the “Requirement” at Annex A and Annex B.

6.2.1 Technical Requirement - See Annex B - TSOR

6.3 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/standard- acquisition-clauses-and-conditions-manual) issued by Public Works and Government Services Canada.

6.3.1 General Conditions 2030 (2016/04/04), General Conditions - Goods (Higher Complexity), apply to and form part of the Contract.

Page 9 of - de 16

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8472-165649/A pr.742 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME Pr724.W8472-165649

6.4 Term of Contract

6.4.1 Period of Contract The period of the Contract will be from date of Contract to 48 months from date of contract award.

6.4.1.1 Delivery - Appointments The Contractor must make deliveries to Canadian Forces (CF) Supply Depots by appointment only. The Contractor or its carrier must arrange delivery appointments by contacting the Depot Traffic Section at the appropriate location shown below. The consignee may refuse shipments when prior arrangements have not been made.

(a) 2B1 CFB Esquimalt Esquimalt, B.C. 250-363-4963

(b) 7H1 CFB Halifax Halifax, N.S. 902-427-0550

6.4.1.2 Preparation for Delivery The Contractor must prepare item number(s) 1 and 2 for delivery in accordance with the latest issue of the Canadian Forces Packaging Specification D-LM-008-036/SF-000, DND Minimum Requirements for Manufacturer’s Standard Pack.

The Contractor must package items 1 and 2 separately and packaged individually.

6.4.1.3 Shipping Instructions - Delivery at Destination 1. Goods must be consigned to the destination specified in the Contract and delivered:

(a) Delivered Duty Paid (DDP) (CFB Esquimalt, B.C. and CFB Halifax, N.S.) Incoterms 2000 for shipments from commercial contractor.

6.4.1.4 SACC Manual Clauses C5201C 2008/05/12 Prepaid Transportation Charges D5510C 2012/07/16 Quality Assurance Authority (DND) - Canadian-based Contractor D5515C 2010/01/11 Quality Assurance Authority (DND) – Foreign – based and United States Contractor D5540C 2010/08/16 ISO 9001:2008 - Quality Management Systems - Requirements (QAC Q) D5605C 2010/01/11 Release Documents (DND) – United States-based Contractor D5606C 2012/07/16 Release Documents (DND) - Canadian-based Contractor

6.5 Authorities

6.5.1 Contracting Authority The Contracting Authority for the Contract is:

Kimberley A. Sloan Public Works and Government Services Canada Acquisitions Branch Commercial and Consumer Products Directorate (CCPD) Clothing & Textiles Division Place du Portage, Phase III, 6A2 11 Laurier Street Gatineau, Quebec K1A 0S5

Page 10 of - de 16

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8472-165649/A pr.742 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME Pr724.W8472-165649

Telephone : 613-698-0753 Facsimile: 819-956-5454 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.

6.5.2 Technical Authority The Technical Authority for this Contract is:

Mailing/Shipping Address Department of National Defence 101 Colonel By Drive Ottawa, Ontario K1A 0K2 Attn: DNPS ______(to be advised at contract)

The Technical Authority 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.

6.5.3 Procurement Authority The Procurement Authority for the Contract is: ______(Name of Procurement Authority etc. will be provided at contract award) ______(Title) ______(Organization) ______(Address) Telephone: ___-___-____ Facsimile: ___-___-____ E-mail: ______.

The Procurement Authority is the representative of the department or agency for whom the Work is being carried out under the Contract. The Procurement Authority is responsible for the implementation of tools and processes required for the administration of the Contract. The Contractor may discuss administrative matters identified in the Contract with the Procurement Authority however the Procurement Authority has no authority to authorize changes to the scope of the Work. Changes to the scope of Work can only be made through a contract amendment issued by the Contracting Authority.

6.5.4 Contractor’s Representative The person responsible for :

General enquiries Name: ______Telephone No.: ______Facsimile No.: ______E-mail address: ______

Delivery follow-up Name: ______Telephone No.: ______Facsimile No.: ______

Page 11 of - de 16

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8472-165649/A pr.742 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME Pr724.W8472-165649

E-mail address: ______

6.6 Payment 6.6.1 Basis of Payment – Firm Unit Price(s) In consideration of the Contractor satisfactorily completing all of its obligations under the Contract, the Contractor will be paid (a) firm unit price(s), as specified in Annex A. Customs duties are included and Applicable Taxes are extra.

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.

6.6.2 SACC Manual Clauses H1001C 2008/05/12 Multiple Payments

6.7 Invoicing Instructions

1. The Contractor must submit invoices in accordance with the section entitled “Invoice Submission” of the general conditions. Invoices cannot be submitted until all work identified in the invoice is completed.

2. Invoices must be distributed as follows: a) One (1) copy must be forwarded to the following address :

National Defence Headquarters MGen George R. Pearkes Building 101 Colonel By Drive Ottawa, ON K1A 0K2 Attn: D Mar P 2-3-2 Email: ______(to be inserted at contract award)

(b) One (1) copy must be forwarded to the Contracting Authority identified under the section entitled "Authorities" of the Contract.

(c) The original and one (1) copy must be forwarded to the consignee for certification and payment.

6.7.1 Release Documents - Distribution The Contractor must prepare the release documents in a current electronic format and distribute them as follows:

(a) One (1) copy mailed to consignee marked: "Attention: Receipts Officer"; (b) Two (2) copies with shipment (in a waterproof envelope) to the consignee; (c) One (1) copy to the Contracting Authority; (d) One (1) copy to:

National Defence Headquarters Mgen George R. Pearkes Building 101 Colonel By Drive Ottawa, ON K1A OK2 Attention: D Mar P 2-3-2 Email: ______(to be inserted at contract award)

(e) One (1) copy to the Quality Assurance Representative;

Page 12 of - de 16

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8472-165649/A pr.742 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME Pr724.W8472-165649

(f) One (1) copy to the Contractor; and (g) For all non-Canadian contractors, one (1) copy to:

DQA/Contract Administration National Defence Headquarters Mgen George R. Pearkes Building 101 Colonel By Drive Ottawa, ON K1A OK2 E-mail: [email protected]

6.8 Certifications

6.8.1 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.

6.9 Applicable Laws The Contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in Ontario.

6.10 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) the Articles of Agreement; b) the general conditions 2030 (2016/04/04), General Conditions - Goods (Higher Complexity); c) Annex A Requirement, Annex B Technical Requirements; d) Specifications; e) Drawings; f) the Contractor’s bid dated ______(officer to insert date of bid) (If the bid was clarified or amended, insert at time of contract award:", as clarified on ______" or ", as amended on______" and insert date(s) of clarifications or amendment(s)).

6.11 Defence Contract SACC Manual clause A9006C (2012/07/16) Defence Contract

6.12 SACC Manual Clauses

C2608C 2012/07/16 Canadian Customs Documentation (use when DND is the Importer and in conjunction with D0035C, if applicable and with C2610C if contract value is C$250,000 or more) C2610C 2007/11/30 Customs Duties - DND - Importer C2801C 2014/11/27 Priority Rating - Canadian-based Contractors D5515C 2010/01/11 Quality Assurance Authority (DND) – Foreign – based and United States Contractor D2000C 2007/11/30 Marking D2001C Labelling H4500C 2010/01/11 Lien - Section 427 of the Bank Act

Page 13 of - de 16

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8472-165649/A pr.742 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME Pr724.W8472-165649

6.13 Materials: Contractor Total Supply The Contractor will be responsible for obtaining all materials required in the manufacture of the item(s) Specified. The delivery stated for the item(s) allows the necessary time to obtain such materials.

6.14 Procedures for Design Change/Deviations The Contractor must follow these procedures for any proposed design change/deviation to contract specifications.

The Contractor must complete Part 1 to 12B the Design Change/Deviation form DND 675 and forward two (2) copies to the Technical Authority and one (1) copy to the Contracting Authority.

The Contractor will be authorized to proceed upon receipt of the design change/deviation form signed by the Contracting Authority. A contract amendment will be issued to incorporate the design change/deviation in the Contract.

6.15 Plant Closing The Contractor's plant closing for Christmas and Summer holidays are as follows. During this time there will be no shipments.

Christmas Holiday FROM ______TO ______Summer Holiday FROM ______TO ______

6.16 Plant Location Items will be manufactured at: ______

6.17 Subcontractor(s) The following subcontractor(s) will be utilized in the performance of the contract.

Name of Company: ______Location:______Value of subcontract: $______Nature of subcontracting work performed: ______

Subcontractors, other than those listed above, may not be utilized without the written permission of Canada.

6.18 Overshipment Overshipment will not be accepted unless prior approval is obtained from the Contracting Authority.

6.19 Post Contract Award Meeting The Design Authority or his delegated representatives at National Defence Headquarters and the applicable DND Quality Assurance Representative (DNDQAR) must be afforded access to the Contractor’s plant and all other premises where pertinent processes are being performed, on the same basis as afforded the representative of National Defence Headquarters, DGQA.

A post contract award meeting may be convened within twenty (20) calendar days after award of contract. Participants may include representatives of the Contractor, DND Design Authority, DNDQAR, DND project Authority, Contracting Authority and the DND Administrative Authority. Other meetings may be convened as required.

The Contractor is responsible for the recording and distribution of the minutes for all contract related meeting. The minutes must be sent to the Contracting Authority for acceptance prior to the distribution to all participants or as otherwise directed in the contract within ten (10) calendar days of the subject meeting. The minutes must be used only as a record of proceedings.

Page 14 of - de 16

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8472-165649/A pr.742 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME Pr724.W8472-165649

6.20 Financial Security 1. Canada may convert the security deposit to the use of Canada if any circumstance exists which would entitle Canada to terminate the Contract for default, but any such conversion will not constitute termination of the Contract.

2. Where Canada so converts the security deposit:

(a) the proceeds will be used by Canada to complete the Work according to the conditions of the Contract, to the nearest extent that it is feasible to do so and any balance left will be returned to the Contractor on completion of the warranty period; and

(b) if Canada enters into a Contract to have the Work completed, the Contractor will: (i) be considered to have irrevocably abandoned the Work; and (ii) remain liable for the excess cost of completing the Work if the amount of the security deposit is not sufficient for such purpose. "Excess cost" means any amount over and above the amount of the Contract Price remaining unpaid together with the amount of the security deposit.

3. If Canada does not convert the security deposit to the use of Canada before completion of the contract period, Canada will return the security deposit to the Contractor within a reasonable time after such date.

4. If Canada converts the security deposit for reasons other than bankruptcy, the financial security must be reestablished to the level of the amount stated above so that this amount is continued and available until completion of the contract period.

Page 15 of - de 16

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8472-165649/A pr.742 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME Pr724.W8472-165649

ANNEX «A» REQUIREMENT

1. TECHNICAL REQUIREMENT The Contractor is required to provide Canada for the Department of National Defence (DND) with Auxilliary Gas Supply System (AGS), Bail-out Open Circuit Valve (BOV) and Training for both coasts in accordance with the Annex A & Annex B dated 6 June 2016 and drawings.

2. ADDRESSES

Destination Address Invoicing Address

Department of National Defence Department of National Defence CFB Esquimalt CFB Esquimalt Bldg. 66 Colwood Bldg. 66 Colwood ATTN: Receiving Victoria, B.C. Victoria, BC V9C 1B0 V9C 1B0 Attention: Accounts payable

Department of National Defence Department of National Defence CFB Halifax CFB Halifax Main Warehouse HMC Dockyard Bldg. D-206 Door 1 thru 13 Halifax, NS HMC Dockyard B3K 5X5 Halifax, NS Attention: Accounts payable B3K 5X5

3. DELIVERABLES

CONTRACT QUANTITY

Firm Quantity Item Description Unit of Destination Firm Quantity Firm Unit Price, DDP, Issue Transportation costs included, Applicable taxes extra Auxilliary Gas Each BC 3 $______1 Supply System NS 4 $______(AGS) Bail-out Open Each BC 15 $______2 Circuit Valve NS 21 $______Training for items SU BC 1 $______3 1 & 2 at both NS 1 $______coasts

Page 16 of - de 16

RDIMS: 4069173

Technical Statement of Requirements (TSOR)

Auxiliary Gas Supply Systems (AGS)

and

Bailout Open Circuit Valve (BOV)

NOTICE This documentation has been reviewed by the technical authority and does not contain controlled goods. Disclosure notices and handling instructions originally received with the document shall continue to apply.

AVIS Cette documentation a été révisée par l’autorité technique et ne contient pas de marchandises contrôlées. Les avis de divulgation et les instructions de manutention reçues originalement doivent continuer de s’appliquer. AMENDMENT LIST

VERSION DATE DETAILS BY

2 / 19 2016-06-10 Original Release Conditions

This version of the Technical Statement of Requirements (TSOR) is an unclassified Department of National Defence document. It is formatted in accordance with the Project Approval Guide.

The information and direction issued in this document will be used to acquire an Auxiliary Gas Supply System (AGS) and Bailout Open Circuit Valve (BOV) system to the (CAF) personnel. This document identifies the user requirements and forms the basis for preparation of technical and performance specifications and the subsequent issue of a Request for Proposal by the Public Service and Procurement Canada (PSPC).

3 / 19 2016-06-10 Original TABLE OF CONTENTS

RDIMS: 4069173 ...... 1

RELEASE CONDITIONS...... 3

1. INTRODUCTION...... 6

1.1. Aim...... 6

1.2. Objectives ...... 6

1.3. Background...... 6

1.4. Constraints...... 7

1.5. Interdependencies...... 9

2. SYSTEM OPERATION ...... 10

2.1. Mission and Scenarios...... 10

2.2. Threats ...... 10

2.3. Concept of Operations...... 10

2.4. Concept of Support ...... 10

2.5. Key Roles ...... 11

2.6. Key Tasks...... 11

2.7. User Characteristics...... 12

3. DESIGN AND CONCEPT GUIDANCE ...... 13

3.1. Performance Criteria ...... 13

3.2. Criteria Importance...... 14

3.3. Design ...... 14

4. SYSTEM EFFECTIVENESS REQUIREMENTS ...... 16

4.1. Sharp object Protection ...... 16

4 / 19 2016-06-10 Original 4.2. Performance and Physical Characteristics...... 16

5. TRAINING REQUIREMENTS AND MAINTENANCE MANUALS ...... 17

6. REFERENCES...... 18

7. ACRONYMS & ABBREVIATIONS ...... 19

Appendix A, Phase 1, Bidder’s Compliance Check, Table 1 AGS and BOV Requirements A-1

Appendix B, Phase 2, Mandatory Rated Features Checklist, AGS and BOV B-1

Appendix C, Phase 3A, Human Factors Performance Requirements of AGS and BOV C-1

Appendix C, Phase 3B, Technical Requirements / Rated Feature Checklist AGS and BOV. C-5

Appendix C, Phase 3C, Technical Requirements / Value for Money AGS and BOV C-8

Appendix C, Phase 3C, Example of Evaluation of Cost and Rated Features Scores C-9

Appendix D, Pictures CUMA V2 Onboard Bailout Cylinder D-1

5 / 19 2016-06-10 Original 1. INTRODUCTION

1.1. Aim

1.1.1. This TSOR defines the requirement for an Auxiliary Gas Supply System (AGS) and Bailout Open Circuit Valve (BOV) system for use by the Canadian Armed Forces (CAF) Clearance Divers.

1.2. Objectives

1.2.1. The CAF cannot currently meet its North Atlantic Treaty Organization (NATO) requirement of diving to 81 metres (m) depth and are currently operationally restricted to 60 m depth. The AGS and BOV project will augment the current diving equipment used by CAF personnel by delivering a safer system, which meets the requirements mandated by North Atlantic Treaty Organization (NATO).

1.2.2. This BOV concept consists of a separate independent mounted cylinder also known as onboard bailout, which is fitted with a first and second stage regulator assembly. The BOV will augment the in-service Canadian Underwater Mine Countermeasures Apparatus Version 2 (CUMA V2) rebreather. The BOV allows the diver to carry an open circuit backup emergency system that would permit travel from the bottom to the surface or from the bottom to the AGS.

1.2.3. The AGS employ an alternative breathing gas, such as Nitrox and Oxygen that may enable the AGS to be deployed and used at a deeper depth for decompression obligation.

1.3. Background

1.3.1. The number and duration of domestic and international operations requiring the commitment of Canadian Armed Forces (CAF) personnel has increased dramatically. Increasingly, personnel from all three environments operate side by side and with allied forces, in very demanding and dangerous situations. Personnel must have the proper equipment to support them in these operations.

1.3.2. The increase in operational tempo has highlighted many deficiencies or lack of flexibility in equipment used by naval personnel. The acquisitions of the AGS and BOV will correct some of the deficiencies.

1.3.3. The original CAF CUMA V2 diving emergency procedure was to have the diver make an ascent to the surface at a controlled and standard rate, omitting all in-water decompression stops. The diver would then be treated on a therapeutic recompression table for omitted decompression. However, for deeper dives and shallow, long dives, subsequent EDUG research showed that this could lead to a possible fatal or Severe

6 / 19 2016-06-10 Original Decompression Accident (SDA). Interim procedures were instated to prevent SDA with the introduction of the CUMA V2 Red Light Drill Procedures. These procedures call for the diver to ascend to 12 metres of sea water (msw), check that the CUMA V2 can still provide oxygen, then proceed to 9 msw and commence an oxygen decompression stop. This is a contradiction to conventional decompression theory which would assign a high risk of with a direct ascent to 12 msw. Consequently, Experimental Diving and Undersea Group (EDUG) was tasked to develop a viable solution that allows a diver with a failed CUMA V2 to avoid a SDA and eliminate the risk associated with a direct ascent to 12 msw.

1.3.4. Diving is an inherently dangerous operation. The dangers are mitigated by equipment, training and divers maintaining currency by diving regularly.

1.3.5. The current in service equipment has the following deficiencies:

a. The CUMA V2 rebreather sets do not have an adequate bailout system;

b. The current system is an independent gas supply delivered through a fixed orifice at a pre-set flow rate directly into the divers closed breathing loop;

c. This system will not provide any assistance to the diver in the event of a breathing loop failure (flooded loop, malfunction of check valves, caustic cocktail). Damage to a counterlung, breathing hose or the scrubber assembly would require a diver to abort the dive and without a separate breathing assembly the diver could be in a life threatening situation. A separate breathing system is needed to allow the diver to reach the AGS decompression gas without having to route it through the diver’s failed CUMA V2; and

d. If diver were to obey the correct rate of ascent this would leave the diver, in this specific scenario, with no life support alternative at hand for period of at least 2 minutes 20 seconds.

1.3.6. This TSOR identifies the requirements that impact the AGS’s and BOV’s capabilities.

1.3.7. In accordance with Reference A of Section 6, the BOV should meet the Standard relating to non-magnetic equipment detailed at NATO Standardization Agreement (STANAG) 2897 EOD, EOD Equipment Requirements And Equipment.

1.3.8. The BOV must not replace the AGS in anyway, instead BOV must offer an independent open circuit system designed to get the diver from depth to the AGS.

1.4. Constraints

1.4.1. A Commercial off the Shelf (COTS) or off the Shelf (MOTS), fielded

7 / 19 2016-06-10 Original AGS and BOV are desirable for procurement, preferably ones that are already in use by one or more NATO allies. This will provide improved interoperability, standardized operating procedures and reduced operating costs while on domestic and/or international operations. Note that similar technology is available on the market in different versions.

1.4.2. The AGS and BOV sub-systems must be assembled from proven components and not be a prototype or pre-production model, as there are often unknown problems with these types of systems that may result in recalls or significant maintenance time, which in turn will reduce user confidence and may pose a safety hazard.

1.4.3. Performance tests of BOV must meet latest version of STANAG 1410, Reference B of Section 6, when tested to a ventilation rate from 10 to 90 l-min-1 under Actual Temperature, Pressure and humidity (ATP) conditions, and must have a Work of Breathing (WOB) < 1.7 J-l-1.

1.4.4. The BOV will become an integral part of the CUMA V2 Emergency Procedures. The AGS will provide an independent gas supply to the BOV.

1.4.5. The AGS and BOV as an assembly must be provided in an Oxygen Clean state for diver’s breathing Oxygen services in accordance with Reference C and Reference D of Section 6.

1.4.6. The onboard bailout cylinder can be installed in the present location at the lower portion of the backpack fairing of CUMA V2. The in-service 0.8 litre onboard bailout cylinder diameter is 8 cm (3.1 inches) by 26 cm (10.24 inches) long. Refer to all pictures attached in Appendix D. Depending on the new technology available for the new onboard bailout cylinder, it may be required mounting to a new location such as clipped on side of the CUMA V2 diver’s harness. New securing straps and arrangement must be provided.

1.4.7. The BOV must be integrated to CUMA V2 breathing hoses. The Inside diameter of breathing hoses at mouthpiece is 47.7 mm (1.88 inch) with smooth interior cuff ends surface measuring 31.75 mm (1.25 inch) in length.

1.4.8. Divers wearing the equipment should have confidence that the BOV will not degrade their ability to perform any assigned task or function, and provide the necessary protection against expected threats. Every effort must be made to minimize the weight of the equipment.

1.4.9. Personnel using the AGS and BOV will be wearing dry suit or wet suit, 3-finger, nominal 7mm (but not less than 6 mm) neoprene nylon two-side protective mitts, and CUMA V2.

1.4.10. Divers must not interrupt their normal breathing pattern when switching to the

8 / 19 2016-06-10 Original BOV or connecting to AGS.

1.4.11. The diver must be capable of isolating the onboard bailout cylinders with gloved hand after connecting to AGS.

1.4.12. The BOV design must minimize single point of failure that if it fails, will stop the entire system from working.

1.4.13. Competition for, trial and testing of both AGS and BOV systems must occur concurrently to ensure compatibility.

1.4.14. The AGS and BOV must be supportable for the duration of its ten (10) year expected life cycle.

1.5. Interdependencies

1.5.1. The BOV must be compatible with current in-service CUMA V2. The AGS must be compatible with the BOV without any constraints and interruption of diver normal breathing pattern.

9 / 19 2016-06-10 Original 2. SYSTEM OPERATION

2.1. Mission and Scenarios

2.1.1. The Royal Canadian Navy’s mission is to generate and maintain combat- capable, multi-purpose maritime forces for employment both at home and abroad as part of the Canada First Defence Strategy.

2.2. Threats

2.2.1. The main threats to personnel are direct ascent from 81 msw to surface after a bottom time of 25 minutes would likely lead to Severe Decompression Accident (SDA) or possible death. This distance from the bottom to first decompression stop could be as great as 42 meters (81 msw – 39 msw).

2.3. Concept of Operations

2.3.1 AGS and BOV will be available for CAF Clearance Diver personnel while performing CUMA V2 diving Operations.

2.3.2. The contractor must fit BOV to the in-service CUMA V2 Cressi-Sub Full Face Mask (FFM) Non-Mag version.

2.3.3. The addition of a BOV and onboard bailout cylinder for each CUMA V2 rebreather diving sets provide the diver with an independent breathing source to safely ascend from the bottom through the water column to the AGS or surface on open circuit.

2.3.4. Divers must be capable of connecting the BOV Quick Connect (QC) hose to the AGS correct decompression gas cylinder QC hose without interrupting their normal breathing pattern.

2.4. Concept of Support

The BOV and CUMA V2 will be configuration managed as a set. All AGS and BOV items will be maintained, inspected, catalogued and controlled

2.4.1. Maintenance

The AGS and BOV must be easily maintainable by CAF trained Dive Technicians and Fleet Maintenance Facilities

2.4.2 Maintenance Definitions

All AGS and BOV maintenance, repairs and overhaul procedures fall within the following categories:

10 / 19 2016-06-10 Original a. 1st-LINE MAINTENANCE: Planned maintenance and calibration are conducted by operators unless otherwise indicated;

b. 2nd-LINE MAINTENANCE: internal visual inspection & magnetic ranging check and all calibration panel checks and all corrective maintenance detailed below conducted by Clearance Diver Technicians; and

c. 3rd-LINE MAINTENANCE: Non-Destructive Testing (NDT) Hydrostatic-test, dye penetrant test if necessary, X-ray, O2 cleaning and any other item requiring assistance from Fleet Maintenance Facility (FMF) or, the manufacturer or other outside authority.

2.4.3 Any cleaning of the diving apparatus or its components must be conducted in accordance with Reference C of Section 6, C-87-010-000/TB-003, Oxygen Cleaning of Small Parts 35 bar (500 psi) or less and Reference D of Section 6, C-87-010-000/TB- 004, Oxygen Cleaning Procedures.

2.4.4 Life Cycle The AGS and BOV are to remain in service for at least ten (10) years or until they are replaced with systems that are equivalent or superior for the support of the ever- evolving CAF diving requirements.

2.5. Key Roles

2.5.1 The extensive geographical and environmental conditions for operations demand that the AGS and BOV must be compatible for wear with all current CAF diving occupational issued dry suits or wet suit.

2.5.2 The AGS and BOV will enhance safety and increase operational effectiveness of CUMA V2 diving.

2.5.3 The AGS and BOV must safely operate in all environments ranging from Operations in Tropical regions to the Canadian Arctic and in zero underwater visibility. Divers can locate and operate controls individually and in combination without accidental operation of other controls.

2.5.4. The AGS and BOV must provide enough breathing gas to the diver to complete all decompression requirements.

2.6. Key Tasks

2.6.1. The AGS and BOV must allow RCN Clearance Divers to perform mission- essential tasks without any performance degradation that compromises the successful completion of the tasks or places the individual at risk;

11 / 19 2016-06-10 Original a. Must allow diver to operate all components at surface/sub-surface during low light conditions; and b. Safely conduct all emergency diving procedures.

2.7. User Characteristics

2.7.1. The BOV will be worn by Canadian Clearance Divers diving with CUMA V2.

2.7.2. The BOV must allow the proper fit to current in service CUMA V2.

12 / 19 2016-06-10 Original 3. DESIGN AND CONCEPT GUIDANCE

3.1. Performance Criteria

The AGS and BOV requirements can be met by current available technology; therefore, COTS or MOTS equipment should be used by one or more NATO allies. It must be easily maintained in operational and training environments. It must meet the demands of extensive exposure to different environmental conditions and be robust enough to withstand damage from rough handling in maritime environment and normal wear and tear of such environments.

3.1.1. Performance criteria will be defined as either essential or desirable, which are defined as follows:

a. Essential. An essential requirement is a criterion that must be met for a potential candidate to be considered for selection. Performance thus designated is deemed to be so important that even if a potential AGS and BOV candidate meets all other essential criteria and all desirable criteria, but fails to meet one essential criterion, that system will be deemed unsuitable. The words “must”, “shall” and “will” are to be considered synonymous with essential. The Mandatory Requirements Checklist and pass fail criterions are detailed in Appendix B of this TSOR.

b. Desirable. Desirable criteria are used to allow a more detailed evaluation of contending items that meet all essential requirements. A desirable criterion describes a requirement where performance better than the stated essential level is has operational value, or a performance characteristic that is deemed less significant than an essential requirement. The word “should” is considered synonymous with desirable.

3.1.2. Verification

The AGS and BOV must be verified for compliance for Mandatory Requirements and Human Factors Performance Requirements listed in Appendix B and C prior to contract award. The contractor must provide one (1) Pre-Contract Award Sample AGS and two (2) Pre-Contract Award Sample BOV together in order to conduct Tests and Evaluation upon request. Testing and Evaluation plan is detailed in Appendix A, B, and C. Verification will be conducted at Defence Research and Development Canada (Toronto) (DRDC (T)), EDUG. Technical Requirements Mandatory Compliance checklist detailed in Appendix A must be submitted with bid.

3.1.3 DRDC (T) / EDUG Address: DRDC (Toronto) Attn: OC EDUG 1133, Sheppard Avenue West, Toronto, Ontario M3K 2C9

13 / 19 2016-06-10 Original 3.1.4 Return of equipment to Original Equipment Bidder

The AGS and BOV will be returned, at the bidder’s cost, to Bidder in their original configuration from DRDC (T) at the supplied address from Original Equipment Supplier.

3.2. Criteria Importance

3.2.1. The AGS and BOV are for personal safety therefore a high performance standard is crucial. These two items are used in direct support of diving and is considered Life Support Critical, which means if they were to fail, would immediately jeopardize the health or safety of CAF Divers.

3.2.2. It must provide personnel with adequate performance, unimpeded movement, and comfort to achieve optimum effectiveness under adverse climatic and operational conditions worldwide.

3.2.3. Divers must not interrupt their normal breathing pattern when switching to the BOV or connecting to AGS.

3.2.4. The AGS must be negatively buoyant throughout the dive cycle even when AGS gases have been consumed. The AGS must be capable to be lowered to depth of 42 msw.

3.3. Design

3.3.1. It is highly desirable for the BOV be supplied meeting the low Magnetic Signature requirements in accordance with Non-Magnetic Equipment that is manufactured to meet the Standards relating to non-magnetic equipment detailed in accordance with Reference A, Section 6. Every attempt must be made for the BOV to have similar non-magnetic characteristics as the current in service CUMA V2 diving equipment.

3.3.2. The BOV overall weight must be kept to a minimum.

3.3.3. The BOV must not present any potential hazard from entry to egress of the water.

3.3.4. The BOV should allow for easy donning or doffing.

3.3.5. The BOV must allow sufficient freedom of movement and flexibility to enable personnel to conduct work.

3.3.6. Other than in emergency situation the BOV must not generate noise by itself as consequence of the individual’s equipment.

3.3.7. Mechanisms used to switch, connect or adjust the AGS and BOV should

14 / 19 2016-06-10 Original minimize the collection of dirt, sand or other items that could degrade the functioning of the systems.

3.3.8. Mechanisms used to close or adjust the BOV must minimize catching on foreign objects and must be operable by a single gloved hand CAF issued dry suits gloves or wet suit, 3-finger, nominal 7mm (but not less than 6 mm) neoprene nylon two-sides protective mitts.

3.3.9. The BOV which is connected to onboard bailout cylinder must provide a minimum of 1450 litres of Bailout Gas mix.

3.3.10. The onboard bailout cylinder first stage regulator must be fitted with a mini (button type) Submersible Pressure Gauge (SPG) and must be readable with normal visual acuity in normal visibility.

3.3.11. As a minimum, the AGS must have highly visible two 2701 litres cylinders secured together each with its own 1st stage regulator. The “Decompression Gas” gas cylinder must be clearly labelled as “Decompression Gas mix”. The second gas cylinder must be clearly labelled as “OXYGEN”. The AGS cylinders must be joined together by a set of tank bands.

3.3.12. A Quick Connect (QC) Hose System must be integral between the BOV and AGS. The QC fittings must be certified for diving systems. The AGS cylinders must be fitted with two (2) QC hoses each of length of 2 ± 0.5 metres rigged to respective cylinder for rapid deployment or an integrated gas switching block. Both BOV and AGS hoses must be of different colour that is visually different in reduced visibility at depth of 42 msw.

3.3.13. The QC fittings must be double-ended shut-off (DESO) not restricting gas flow in accordance with Reference B, Section 6 STANAG 1410, Standard Unmanned Test Procedures and Acceptance Criteria for Underwater Breathing Apparatus.

3.3.14. AGS SPG must be readable by distressed diver with normal visual acuity when in reduced underwater visibility. Each SPG should be clearly identified as “DECO” and “O2” The SPG hoses must have a length of 30 cm (12 inches) ± 15 cm (6 inches).

15 / 19 2016-06-10 Original 4. SYSTEM EFFECTIVENESS REQUIREMENTS

4.1. Sharp object Protection

4.1.1. The AGS and BOV must provide resistance against sharp objects in accordance with Appendix C, Phase 3A, Human Factors Performance Requirements.

4.2. Performance and Physical Characteristics

4.2.1. Clearance Divers can dive at water temperatures from -2 C to +40 C. The AGS and BOV must be able to operate at water temperatures from -2 C to +40 C.

4.2.2. The AGS and BOV may be exposed to air temperatures from -20 C to +40 C. The AGS and BOV must remain functional in air temperatures from -20 C to +40 C.

4.2.3. The AGS and BOV must provide trouble-free operation in all climatic conditions referred in the above paragraphs (4.2.1 and 4.2.2). Additionally, BOV must provide trouble-free operation to depths of 81 msw using single gloved hand. AGS must provide trouble-free operation to depths of 42 msw using gloved hands.

4.2.4. Divers must not interrupt their normal breathing pattern when switching to the BOV or connecting to AGS.

4.2.5. Unless specified by OEM, CAF will thoroughly clean and disinfect the facemasks and mouthpieces (breathing hoses and one-way mushroom valves) with ANTEC® DuPont® VIRKON® disinfectant 1% solution for 10 minutes in order to kill all bacterial, viral and fungal organisms and rinsed with fresh water. The BOV should be capable of being decontaminated by the user from all currently known chemicals and contaminants

4.2.6. The BOV must be resistant to the effects of all types of contamination from:

a. Salt water;

b. Cleaning products;

c. Sun protection solutions; and

d. DEET (insect repellent);

16 / 19 2016-06-10 Original 5. TRAINING REQUIREMENTS AND MAINTENANCE MANUALS

5.1. Training

5.1.1 There is an after contract award requirement to conduct a bidder’s training course for operating and maintaining the AGS and operating and maintaining the BOV for up to ten (10) students for each system at FDU (A) Shearwater, Nova Scotia and FDU (P) Esquimalt, British Columbia. Based on their expert knowledge of the system, the contractor or his representative shall recommend a course duration and format, providing a full outline of topics to be covered, identifying class room/hands on laboratory times, and expected learning outcomes. A full set of training materials in the English language (hard copy and MS Word electronic format) shall be provided to each student.

5.1.2 At least 60 days prior to the start of any training, the contractor shall provide a draft copy of the training syllabus for TA review and comment. Any such comments shall be incorporated into the training plan prior to course execution.

5.1.3 The training dates shall be mutually agreed upon by the contractor and the Crown after contract award subject to trainer, trainee and facility availability.

5.2 Operations and Maintenance Manuals

5.2.1 A set of Operations and Maintenance Manual for the AGS in the English language MS Word electronic format. The contractor must provide a draft copy of the Operations and Maintenance manual to CA and must be included with bid. Technical Drawings and Manuals delivery will be agreed at the Kick-off meeting held after Contract Award at DRDC (T).

5.2.2 A set of Operations and Maintenance Manual for the BOV in the English language MS Word electronic format. The contractor must provide a draft copy of the Operations and Maintenance manual to CA and must be included with bid.

17 / 19 2016-06-10 Original 6. REFERENCES

A. STANAG 2897, EOD Equipment Requirements And Equipment; B. Latest copy of STANAG 1410, Standard Unmanned Test Procedures and Acceptance Criteria for Underwater Breathing Apparatus; C. C-87-010-000/TB-003, Oxygen Cleaning Small Parts 35 bar (500 psi) or less (2011- 08-01); and D. C-87-010-000/TB-004, Oxygen Cleaning (2011-07-14).

18 / 19 2016-06-10 Original 7. ACRONYMS & ABBREVIATIONS

Acronym / Abbreviation Description AGS Auxiliary Gas Supply BOV Bailout Open Circuit Valve CAF Canadian Armed Forces Comd RCN Commander of the Royal Canadian Navy COTS Commercial off the Shelf DND Department of National Defence DNR Director Maritime Requirements EDUG Experimental Diving and Undersea Group EOD Explosive Ordnance Disposal FDU Fleet Diving Unit FOC Full Operational Capability IOC Initial Operational Capability BOV Bail Out Valve MOTS Military off the Shelf msw Metre of Sea Water NATO North Atlantic Treaty Organization NDHQ National Defence Headquarters OEM Original Equipment Manufacturer RCN Royal Canadian Navy RFP Request for Proposal SOR Statement of Requirement SPG Submersible Pressure Gauge

19 / 19 2016-06-10 Original APPENDIX A to AGS and BOV SOR

PHASE 1 Technical Requirements

Mandatory Bidders Compliance check. To be submitted with Bid. Table 1. AGS and BOV Requirements (To be evaluated in Phase 1)

Tested and Requirements: Para Test Method Certified No. Compliant (Bidder to Initial each) Hardware Onboard bailout cylinder 3.3.9 Provide bailout cylinder specifications minimum capacity 1450 litres Onboard bailout cylinder first 3.3.10 Provide SPG specifications stage regulator fitted with mini SPG Onboard bailout cylinder fits to 1.4.6 Provide bailout cylinder specifications. CUMA V2 backpack fairing or Provide alternate mounting system alternate mounting system solution. AGS cylinders minimum gas 3.3.11 Provide AGS cylinders specifications capacity 2701 litres AGS gas cylinder fitted with SPG 3.3.14 Provide SPG specifications Quick Connect hoses colour 3.3.12 Provide QC hose specifications coded AGS QC hoses length 2 m ± 0.5 3.3.12 Provide QC hose specifications QC fittings rated for diving 3.3.13 Conform to STANAG 1410 Design Performance BOV single glove hand 3.3.8 Provide BOV specifications operations No interruption of normal 1.4.10, Design to minimize single point of failure breathing pattern when switching 2.3.4, Provide draft technical drawing(s) to BOV 3.2.3, 4.2.4. No interruption of normal 1.4.10, Design to minimize single point of failure breathing pattern when 2.3.4, Provide draft technical drawing(s) connecting to AGS 3.2.3, 4.2.4. Diver can turn off onboard 1.4.11 Onboard bailout cylinder valve can be bailout cylinder valve isolated with gloved hand Maintainability Supportable for period of 10 1.4.14, Items are not obsolete years 2.4.4. Oxygen services 1.4.5 All components are designed and

A-1 supplied to be used for 100% Oxygen diving breathing gas environment. This includes onboard bailout cylinder, AGS cylinders, regulators, hoses, QC and hoses. Performance and Physical Characteristics AGS and BOV can operate in 4.2.1 All components must be rated to be water temperatures range of operated in specified temp range. -2 C to +40 C AGS and BOV can remain 4.2.2 All components must remain functional in functional in air temperature temperature range. range -20 C to +40 C. BOV can function in all climatic 4.2.3 conditions to depth of 81 msw. OEM cleaning procedures 4.2.5 Provide OEM cleaning and disinfecting procedures or concur AGS and BOV can withstand existing CAF cleaning and disinfecting procedures. FFM Fits in-service Cressi-Sub FFM 2.3.2 Information Marking of AGS Cylinders 3.3.11 Cylinders labelled Oxygen and Decompression Gas Bidder supplied information 5.2.1 Draft Operation and Maintenance 5.2.2 Manuals for AGS and BOV must be included with bid Performance Tests 1.4.3 BOV meets SCUBA Regulator performance test specified in latest version available of STANAG 1410

Bidder’s Certification of Compliance: Name & Signature

______Bidder’s Name (Print)

______Signature

A-2 APPENDIX B AGS and BOV TSOR Phase 2 Technical Requirements

Mandatory Requirements Checklist. A check mark will be placed in the final column for all items meeting the specified requirement. Bidders shall not fill out this check list. Note: Successful bids will receive a check mark for every item on this list. A bid can be disqualified if every item is not checked off. (The Item descriptions in the matrices are paraphrased from Part 1 to 5 of the AGS and BOV TSOR and are provided for reference only. For the details of the referenced paragraph refer to Part 1 to 5).

Description Pass/ Mandatory Refs Fail 1.4.3 M1 Performance Tests BOV meets acceptance criteria for underwater breathing apparatus specified in latest edition available STANAG 1410 – 5 Feb 2015. Test to a ventilation rate from 10 to 90 l-min-1 under Actual Temperature, Pressure and humidity (ATP) conditions, and must have a Work of Breathing (WOB) <1.7 J-l-1. 1.4.5 M2 Oxygen Cleaned State 2.4.3 AGS and BOV components and assemblies delivered Oxygen cleaned for Enriched Oxygen services. 1.4.6 M3 Fitting of bailout cylinder Onboard bailout cylinder can be installed to the lower portion of the backpack fairing of the CUMA V2 or bidder has supplied a TA approved alternate onboard bailout cylinder mounting system. 1.4.7 M4 Integration of CUMA V2 breathing hoses The BOV to be integrated to the CUMA V2 breathing hoses. 1.4.10 M5 Breathing Pattern not interrupted 2.3.4 a.Divers are not to interrupt their normal breathing pattern when 3.2.3 switching to BOV or 4.2.4 b.Connecting to AGS.

1.4.11 M6 Onboard bailout cylinder isolation Diver must be capable of isolating the onboard bailout cylinders with gloved hand after connecting to AGS. 1.3.8 M7 Competition, Trials and Testing 1.4.13 Competition for trials and testing of both AGS and BOV systems to occur concurrently. 1.5.1 M8 Compatibility a.BOV to be compatible with current in-service CUMA V2. b.AGS to be compatible with BOV without any constraints including acceptance criteria for underwater breathing apparatus specified in latest edition available STANAG 1410. 2.5.1 M9 Compatibility AGS and BOV to be compatible for wear with all current CAF diving occupational issued Dry suits or Wet suits. 2.5.3 M10 Environment ranging 3.2.2 a.AGS and BOV to safely operate in all environments ranging from Tropical regions to Canadian Artic and b.In zero underwater visibility. 2.6.1 M11 Mission essential tasks AGS and BOV to allow RCN Clearance Divers to perform mission- essential tasks without any performance degradation.

B-1 3.2.4 M12 Buoyancy AGS to be negatively buoyant throughout the dive cycle. AGS to be capable to be lowered to depth of 42 msw. 3.3.6 M13 Noise generation Other than in emergency situation, the BOV and onboard bailout cylinder does not generate noise by itself as consequence of the individual’s equipment. 3.3.9 M14 Minimum capacity BOV onboard bailout cylinder capacity to provide a minimum of 1450 litres of Bailout gas mix. 3.3.10 M15 1st Stage Regulator SPG a.Onboard bailout cylinder first stage regulator to be fitted with a button-type SPG and b.Readable with normal visual acuity in normal visibility.

3.3.11 M16 High visibility and labelling a.AGS cylinders capacity has a minimum of 2701 litres each. b.AGS gas cylinders to be highly visible in colour. c.AGS Decompression Gas cylinder is clearly labelled as “Decompression Gas Mix”. d.AGS Oxygen Gas cylinder is clearly labelled as “OXYGEN”. e.AGS Gas cylinders are joined together with set of tank bands.

3.3.13 M17 Quick-connect fittings The QC fittings to be double-ended shut-off (DESO) not restricting gas flow IAW STANAG 1410. 4.2.1 M18 Water temperatures AGS and BOV to be able to operate at water temperatures from -2°C to +40°C. 4.2.2 M19 Air temperatures AGS and BOV to remain functional in air temperatures from -20°C to +40°C. 4.2.3 M20 Climatic conditions and Depths 3.3.8 a.AGS and BOV to provide functionality in all climatic conditions and BOV to depths of 81 msw using single gloved hand. b.AGS and BOV to be able to be operated using either gloved hand.

4.2.6 M21 Contaminant resistance BOV to be resistant to the effects of all types of contaminants from: a.Salt water b.Cleaning products c.Sun protection solutions d.DEET (insect repellent).

5.1.1 M22 Training Material Draft Operation and Maintenance manuals for the basic operation of AGS and BOV to be provided.

B-2 APPENDIX C to AGS and BOV TSOR Human Factors Phase 3A 1. Human Factors (HF) Performance Requirements of AGS and BOV.

1.1. The requirements of this standard are intended to take into account the interaction between the wearer, CUMA V2, BOV and AGS and where possible the environment in which the BOV is likely to be used. During Human Factors testing the AGS and BOV will be tested as a system and the term CUMA V2 will be assumed to include the BOV.

1.2. The CUMA V2 fitted with BOV shall be able to be donned and doffed with the assistance of no more than one person in all ambient temperatures. The BOV shall be easily donned and doffed and shall not inhibit the donning or doffing of the diver’s CUMA V2. The BOV shall not restrict freedom of movement when worn both in conjunction with a diver’s dry suit and CUMA V2.

1.3. The AGS and BOV shall undergo practical performance tests under realistic conditions. These practical performance tests serve the purpose to check the AGS and BOV for imperfections and ergonomic aspects that cannot be determined by the tests described in other parts. Dive subjects will use the rating scale in Figure 1 for all HF Performance Requirements.

Unacceptable Very Poor Poor Satisfactory Good Very Good Outstanding       

1234567

Figure 1. Rating Scale for HF Performance Requirements.

1.4 . Where in the opinion of DND, HF performance tests show an AGS and BOV has imperfections related to wearer's acceptance, DND shall describe the tests that revealed these imperfections to the respective bidder.

C-1 2. Accessibility. 2.1. !#

2.2 Dive subjects shall be able to switch from CUMA V2 to BOV without assistance. *== CAF issued dry gloves or wet suit, 3-finger, nominal 7mm (but not less than 6 mm) neoprene nylon two-sides protective mitts in routine and simulated during simulated emergency situations as “Outstanding” (i.e., score of 7).

2.3 >?Z Deco gas while wearing CAF issued dry gloves or wet suit, 3-finger, nominal 7mm (but not less than 6 mm) neoprene nylon two-sides protective mitts in routine and simulated during [#

2.4 =>?Z\ gas to AGS O2 while wearing CAF issued dry gloves or wet suit, 3-finger, nominal 7mm (but not less than 6 mm) neoprene nylon two-sides protective mitts in routine and [#

3. Functionality and Durability.

3.1 Functionality: The BOV must be functionally efficient to don, adjust, use and stow. Dive subjects shall be able to wear the BOV continuously under normal operational diving conditions and activities (including safety diver) with minimal degradation in performance standards. The CAF Diving Manuals outline the range of activities. Activities will include long decompression stops or work. Diving activities which will include heavy work or those requiring body movements in many directions. Where greater dexterity and movement is required the BOV and onboard bailout gas cylinder shall not constrain, hinder or impair the diver’s movement by being too tight or too bulky. These activity levels may ]*#) must rate **##^`#{ ^*=!#

3.2 Durability: The operational tempo and task diversity dictate that the CUMA V2 BOV must be durable without compromising its ‘lightweight' aspect. Most of the dive OGood” (i.e., score of 5).

3.3 Controls and Adjustments. All dive subjects will demonstrate that when operating in restricted visibility they can locate, adjust and operate the AGS and BOV valves with a single gloved hand (Neoprene three finger gloves, nominal 7mm (but not less than 6 mm) thickness; double lined gloves; or dry gloves) – in accordance with Article 3.3.8 without incident. There shall be no water ingress during the functioning of the valves. Controls and Adjustments must be easy to operate. Most Dive subject *>?Z!#

C-2 3.4 QC Hoses. All dive subjects will demonstrate that they can connect BOV QC hose to AGS supply QC hoses. This is to be done when operating in restricted visibility with gloved hands (Neoprene three finger gloves, nominal 7mm (but not less than 6 mm) }~~=#\ shall rate the ease of operation of the hose quick-disconnect to a score [#

3.5 AGS SPG Visibility. All dive subjects will demonstrate that when operating in restricted visibility they can locate, identify and read the correct pressure of the AGS Gas Z?#\n of the correct AGS Gas cylinder SPG and be able to read gas cylinder pressures to within 35 bar (500 psi) !#

4. Physical Comfort

4.1 Overall. The BOV shall have no sharp protrusions, unpadded contact points, or design features that would cause pain or significant pressure points. Most dive subjects *!#

5. Supportability

5.1 Overall Supportability. Cleaning and first line maintenance of the BOV in the field shall not be difficult, time consuming, or a logistical burden. shall rate any cleaning and first life maintenance of the AGS and BOV as “Outstanding” (i.e., score of 7).

5.2 Cleaning. The nature of CAF diving operations requires divers to operate in areas defined as moderately contaminated, and therefore the BOV must be easily cleaned with readily available cleaning products, fungicides or bacterial disinfectants and water. Most !#

5.3 Maintainability. The AGS and BOV design shall facilitate rapid fault detection and isolation of worn, defective or damaged parts to permit A) prompt repair or B) component replacement (valves &/or hoses) by the Clearance Diver Trained Technician. Most dive !#

5.4 Design, Construction and Workmanship. The finished product shall reflect high standards of workmanship and shall be free from all defects that would affect quality, appearance, safety or proper functioning in service. The AGS and BOV will be visually inspected for evidence of:

a) cuts or tears; b) delamination or blisters in hoses; c) brittle areas which crack when bent; d) misplaced or missing components; and e) components not securely affixed;

C-3 ^=}* >?Z6.

5.6 Security and Safety.

5.6.1 The desired AGS and BOV shall not inherently pose any risk of injury. Most dive st rate the overall perception of the AGS and BOV safety to a score of 6.

Candidate HF Performance Requirements Score = ______

C-4 APPENDIX C Phase 3 Technical Requirements

Phase 3B - Rated Features Checklist. Points possible and how they are achieved are indicated under each item description. To determine the score the points given will be multiplied by the weight. The total weighted score for each proposal appears at the bottom of this table and will be entered in Appendix C, Table C-1 by the Technical Authority.

Refs Item Description Weight 3.3.4 R1 1.4.9 Ease of donning and doffing of BOV (Accessibility, Fit & Adjustment, ease of use) 8 0 - More than one attendant required to don and doff in routine or emergency situations 6 – One attendant required to don and doff in routine or emergency situations 10 – No assistance required to don and doff in routine or emergency situations R2 3.3.8 Activating BOV 7 0 - Not able to switch to BOV without assistance 5 – Some successful attempt to switching to BOV with single gloved hand 10 – Switching to BOV with ease using either single gloved hand 3.3.12 R3 1.4.9 Connecting BOV to AGS Decompression Gas Cylinder QC 7 0 – Difficulty locating QC hoses and connecting BOV to AGS Decompression Gas hose QC 5 – Experience some difficulty locating one of the hose QC 10 – Locate both hoses QC, connect to BOV to AGS Decompression Gas hose QC with ease with gloved hands 3.3.12 R4 3.3.13 Switching from Decompression Gas to Oxygen 5 1.4.9 0 – Difficulty locating hoses QC, difficulty disconnecting/switching over and difficulty connecting to Oxygen gas QC with gloved hands 5 – Experience some difficulty locating one of the hose QC, some difficulty disconnect and some difficulty connecting to Oxygen QC with gloved hands 10 – Locate both hose QC, disconnect and re-connect to Oxygen QC with gloved hands with ease. R5 3.3 BOV (Functionality) 8 3.3.5 0 – Limits the performance and limits the movement of the CUMA V2 diver 10 – No impairment or constrain of the standard performance and functionality of CUMA V2 diver R6 3.3.2 BOV Overall Weight 5 0 – BOV is large, heavy and difficult to handle 10 – BOV can be handled with ease

C-5 R7 2.4.4 Durability 5 5 – major components are not replaceable without specialized tools 10 – BOV can be employed in deep MCM or non-MCM operations where it maintains lightweight and mobility. R8 1.4.9 Controls and Adjustments underwater 5 2.6.1 0 – Unable to locate, adjust and operate the AGS and BOV valves with gloved hands without incident in restricted visibility. 3 – Difficulty locating, adjust and operate the AGS and BOV valves with gloved hands without incident in restricted visibility. 10 – Diver is able to locate, function, control and conduct adjustments to AGS or BOV with gloved hands without any water ingress and without incident in restricted visibility 1.4.9 R9 3.3.12 QC Hoses 7 0 - none 5 – QC hoses difficult to locate and or difficult to connect/disconnect with CAF issued gloves 10 – QC hoses can be located in restricted visibility and connected with CAF gloved hands R10 3.3.14 AGS SPG Visibility 5 0 - no SPG available 5 – SPG are difficult to read and/or exposed that can easily be damaged during handling 10 – SPG labelled, easy to read and with back lite. SPG is well secured and protected. 3.2.2 R11 3.3.5 Physical Comfort Overall 5 0 - impairs performance of diver 5 - to some extent impairs performance of diver or BOV pressure points causing significant pain during CUMA V2 Diving Ops 10 - does not impair performance of diver by presence of BOV or its use 1.4.14 R12 2.4.3 Supportability Overall 5 2.4.4 0 – Components are unique and difficult to O2 clean and maintain 10 – Spare parts are readily available with repair kits available

C-6 R13 4.2.5 Cleaning / Disinfecting 5 0 – AGS and BOV are difficult to clean and no disinfecting procedures supplied. 6 – AGS and BOV can be clean using existing CAF cleaning and disinfecting procedures. 10 – AGS and BOV design not to trap any contaminants and can be easily cleaned using CAF disinfecting procedures R14 2.4.1 Field Maintainability/Reparability 5 0 - Greater than 45 minutes with excessive effort to troubleshoot and repair by CAF trained Dive Technicians 10 - 30 minutes or less and minimal effort required to find fault, isolate, and repair damaged parts to conduct prompt repair and replace parts during Pre-Dive set up by CAF trained Dive Technicians R15 3.3 Design, Construction and Workmanship 7 4.2.3 0 – Components not securely affixed, leaking, and components missing. 6 – Some issues with components but necessitate bidder’s agreement to replace one or some of the parts before contract award 10 – Overall design, construction and workmanship of AGS and BOV is “Outstanding” 2.5.3 R16 3.3 Security and Safety 7 3.3.13 0 – design and construction is not safe to be used underwater 10 – Design, Construction and Workmanship meets all STANAG 1410 standards and does not pose any inherent risk or injury 5.2.1 R17 5.2.2 Draft Manual(s) and Instructions 5 0 - Layout and information difficult to follow and understand 6 - Layout and information sufficient enough to follow and understand

10 - Layout and information contains : a) general description; b) Pre and Post dive operations; c) in-water adjustments; d) use in water (i.e., transition from BOV to AGS, etc.); e) maximum cylinder charging pressure; f) care, cleaning, first, second and third line maintenance; g) storage; h) shelf life; i) inspection intervals; j) special tools (if any); k) troubleshooting guide; and l) field repairs. 1.3.7 R18 3.3.1 BOV meets Standard relating to non-magnetic 5 0 – BOV and onboard bailout cylinder does not meet STANAG 2897 or is not issued with test certificate

6 – BOV and onboard bailout cylinder design to meet STANAG 2897 but not certified by outside agency 10 – BOV and onboard bailout cylinder meet STANAG 2897 and is certified Low-Mu Candidate Technical Requirements Rated Features Score =

Candidate HF Performance Requirements Score =______Candidate Technical Requirements Rated Features Score =______

Candidate Total Weighted Score = ______

C-7 APPENDIX C Phase 3 Technical Requirements / Value for money

Phase 3C - The rated features score will be normalized and along with normalized cost will be multiplied by respective weight factors as indicated in Table C-1 below. These adjusted scores will be added to result in a total score and subsequent ranking which will determine the proposals that will move on to HF Performance trials. Up to six (6) proposals will be selected.

Table C-1. Tabulation of Rated Features/Cost Scores and Calculation of Total Scores

ABCDEF Rated Features Score Totals Normalized Rated Features Scores

ABCDEF Costs Normalized Costs

Factor Weight ABCDEF Normalized Rated Features 0.60 Normalized Costs 0.40 TOTAL SCORE RANK

C-8 Example of Evaluation of Cost and Rated Features Scores. Six proposals, U, V, W, X, Y and Z were submitted for evaluation in the bid selection process. Their rated features scores and costs are listed in table C-2. The scores were normalized and adjusted by the weights assigned to each factor. The final total scores are used to numerically rank each of the submitted proposals with the top three proposals being selected for the Human Factors Performance Test in Phase 3; in this example proposals U, W and Z.

Table C-2. Example of Evaluation of Cost and Rated Features Scores.

A. Rated Features Score. AGS and BOV UVWXYZ Rated Features Score Totals 1615 1445 1564 1700 1394 1632 Normalized Rated Features Scores 95% 85% 92% 100% 82% 96%

B. Cost Scores. AGS and BOV UVWXYZ Costs $145 $150 $130 $220 $200 $180 Normalized Costs 90% 87% 100% 59% 65% 72%

C. Total Scores. Adjusted AGS and BOV Factor Weight UVWXYZ Normalized Rated Features 0.60 57% 51% 55.2% 60% 49.2% 57.6% Normalized Costs 0.40 36% 34.8% 40% 23.6% 26% 28.8% TOTAL SCORE 93% 85.8% 95.2% 83.6% 75.2% 86.4% RANK 2 4 1 5 6 3

C-9 APPENDIX D Pictures of CUMA V2 Backpack Fairing Onboard Bailout Cylinder

D-1 D-2 D-3