1 1 RETURN BIDS TO: Title - Sujet RETOURNER LES SOUMISSIONS À: COMBAT RATION ASSEMBLY CONTRACT Bid Receiving - PWGSC / Réception des Solicitation No. - N° de l'invitation Date soumissions - TPSGC W8486-17SP01/A 2016-02-02 11 Laurier St. / 11 rue Laurier Client Reference No. - N° de référence du client Place du Portage, Phase III W8486-17SP01 Core 0B2 / Noyau 0B2 GETS Reference No. - N° de référence de SEAG Gatineau PW-$$PD-022-68987 Québec K1A 0S5 File No. - N° de dossier CCC No./N° CCC - FMS No./N° VME Bid Fax: (819) 997-9776 pd022.W8486-17SP01 Solicitation Closes - L'invitation prend fin Time Zone Fuseau horaire at - à 02:00 PM Eastern Standard Time REQUEST FOR PROPOSAL on - le 2016-02-17 EST 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 Papineau, Alain pd022 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) 956-0389 ( ) (819) 956-7356 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 Commercial Acquisitions & Fast Track Procurement Name and title of person authorized to sign on behalf of Vendor/Firm Div/Div des Acquisitions commerciales et achats en régime (type or print) accéléré 11 Laurier St. / 11 rue Laurier Nom et titre de la personne autorisée à signer au nom du fournisseur/ 6B3, Place du Portage de l'entrepreneur (taper ou écrire en caractères d'imprimerie) Phase III Gatineau Québec Signature Date K1A 0S5

Page 1 of - de 1 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

This is only a Draft RFP - PWGSC is requesting the Industry’s Feedback.

TABLE OF CONTENTS PART 1 - GENERAL INFORMATION

1.1 SUMMARY

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 IMPROVEMENT OF REQUIREMENT DURING SOLICITATION PERIOD

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

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 - SECURITY, FINANCIAL AND OTHER REQUIREMENTS

6.1 FINANCIAL CAPABILITY

PART 7 - RESULTING CONTRACT CLAUSES 7.1 STATEMENT OF WORK OR REQUIREMENT 7.2 STANDARD CLAUSES AND CONDITIONS 7.3 SECURITY REQUIREMENTS 7.4 TERM OF CONTRACT 7.5 AUTHORITIES 7.6 PAYMENT 7.7 INVOICING INSTRUCTIONS 7.8 CERTIFICATIONS 7.9 APPLICABLE LAWS 7.10 PRIORITY OF DOCUMENTS 7.11 DEFENCE CONTRACT 7.12 INSURANCE OR INSURANCE REQUIREMENTS 7.13. Shipping Instructions - Delivery at Destination

LIST OF ANNEXES

ANNEX A STATEMENT OF WORK ANNEX B TECHNICAL EVALUATION ANNEX C PRICE BASIS

1

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

PART 1 - GENERAL INFORMATION

The bid solicitation is divided into seven parts plus attachments and annexes, as follows:

Part 1 General Information: provides a general description of the requirement;

Part 2 Bidder Instructions: provides the instructions, clauses and conditions applicable to the bid solicitation;

Part 3 Bid Preparation Instructions: provides bidders with instructions on how to prepare their bid;

Part 4 Evaluation Procedures and Basis of Selection: indicates how the evaluation will be conducted, the evaluation criteria that must be addressed in the bid, and the basis of selection;

Part 5 Certifications: includes the certifications to be provided;

Part 6 Security, Financial and Other Requirements: includes specific requirements that must be addressed by bidders; and

Part 7 Resulting Contract Clauses: includes the clauses and conditions that will apply to any resulting contract.

PART 2 - BIDDER INSTRUCTIONS

2.1. 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:

Delete: 60 days Insert: 120 days

2.1.1 SACC Manual Clauses

B3000 T (2006-06-16) Equivalent Product

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

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

2.2 Due to the nature of the bid solicitation, bids transmitted by facsimile to PWGSC will not be accepted. Your bids and all samples must be delivered by courier or in person at the address mentioned on the cover page of the RFP.

2.3 All enquiries must be submitted in writing to the Contracting Authority no later than 3 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 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 Improvement of Requirement during Solicitation Period

Should bidders consider that the specifications or Statement of Work contained in the bid solicitation could be improved technically or technologically, bidders are invited to make suggestions, in writing, to the Contracting Authority named in the bid solicitation. Bidders must clearly outline the suggested improvement as well as the reason for the suggestion. Suggestions that do not restrict the level of competition nor favour a particular bidder will be given consideration provided they are submitted to the Contracting Authority at least 2 days before the bid closing date. Canada will have the right to accept or reject any or all suggestions.

PART 3 - BID PREPARATION INSTRUCTIONS

3.1 Canada requests that Bidders provide their bid in separately bound sections as follows:

Section I: Technical Bid (_2___ hard copies) "and 2 soft copies on USB sticks.

Section II: Financial Bid (1 hard copies) and 1 soft copies on a USB stick.

Section III: Certifications (2 hard copies)

If there is a discrepancy between the wording of the soft copy and the hard copy, the wording of the hard copy will have priority over the wording of the soft copy.

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

3

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

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.

Section I: Technical Bid

In their technical bid, Bidders should demonstrate their understanding of the requirements contained in the bid solicitation and explain how they will meet these requirements. Bidders should demonstrate their capability and describe their approach in a thorough, concise and clear manner for carrying out the work.

The technical bid should address clearly and in sufficient depth the points that are subject to the evaluation criteria against which the bid will be evaluated. Simply repeating the statement contained in the bid solicitation is not sufficient. In order to facilitate the evaluation of the bid, Canada requests that Bidders address and present topics in the order of the evaluation criteria under the same headings. To avoid duplication, Bidders may refer to different sections of their bids by identifying the specific paragraph and page number where the subject has already been addressed.

Section II: Financial Bid

3.1.1 Bidders must submit their financial bid in accordance with the Annex C, Price Basis. The total amount of Applicable Taxes must be shown separately.

3.1.2 Exchange Rate Fluctuation

C3011T (2013-11-06), Exchange Rate Fluctuation

3.1.3 SACC Manual Clauses

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

4

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

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 which will represent 50% and financial which will represent the other 50% of the evaluation criteria.

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

(c) The evaluation team will determine first if there are two or more bids with a valid Canadian Content certification. In that event, the evaluation process will be limited to the bids with the certification; otherwise, all bids will be evaluated. If some of the bids with a valid certification are declared non-responsive, or are withdrawn, and less than two responsive bids with a valid certification remain, the evaluation will continue among those bids with a valid certification. If all bids with a valid certification are subsequently declared non-responsive, or are withdrawn, then all the other bids received will be evaluated.

4.1.1 Technical Evaluation

4.1.1.1 Mandatory Technical Criteria

4.1.1.2 Point Rated Technical Criteria

4.1.1 Technical Evaluation

Mandatory and point rated technical evaluation criteria are included in Annex B and C.

4.1.2 Financial Evaluation

4.1.2.1 Mandatory Financial Criteria

SACC Manual Clause A0220T (2014-06-26), Evaluation of Price

4.1.2.2 Point Rated Financial Criteria

4.2.1 Mandatory Technical Criteria

SACC Manual Clause A0027T , Basis of Selection – Highest Combined Rating of Technical Merit and Price

To be declared responsive, a bid must:

a. comply with all the requirements of the bid solicitation; and

b. meet all mandatory criteria; and

c. obtain the required minimum points specified for each criterion for the technical evaluation as demonstrated in Annex B, and

5

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

d. obtain the required minimum of 40 points overall for the technical evaluation criteria which are subject to point rating. The rating is performed on a scale of 100 points.

2. Bids not meeting (a) or (b) or (c) and (d) will be declared non-responsive.

3. The selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 50 % for the technical merit and 50% for the price.

4. To establish the technical merit score, the overall technical score for each responsive bid will be determined as follows: total number of points obtained / maximum number of points available multiplied by the ratio of 50 %.

5. To establish the pricing score, each responsive bid will be prorated against the lowest evaluated price and the ratio of 50 %.

6. For each responsive bid, the technical merit score and the pricing score will be added to determine its combined rating.

7. Neither the responsive bid obtaining the highest technical score nor the one with the lowest evaluated price will necessarily be accepted. The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract.

The table below illustrates an example where all three bids are responsive and the selection of the contractor is determined by a 50/50 ratio of technical merit and price, respectively. The total availa ble points equals 135 and the lowest evaluated price is $45,000 (45). 4.2 Basis of Selection

Basis of Selection - Highest Combined Rating Technical Merit (50%) and Price (50%)

Bidder 1 Bidder 2 Bidder 3

Overall Technical Score 115/135 89/135 92/135

Bid Evaluated Price $55,000.00 $50,000.00 $45,000.00

115/135 x 50 = 42.59 89/135 x 50 = 32.96 92/135 x 50 = 34.07 Technical Merit Score Calculations Pricing Score 45/55 x 50 = 40.91 45/50 x 50 = 45.00 45/45 x 50 = 50.00

Combined Rating 83.50 77.96 84.07 Overall Rating 2nd 3rd 1st

6

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

PART 5 – CERTIFICATIONS AND ADDITIONAL INFORMATION

5.1 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.

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.

5.1.2 Additional Certifications Required with the Bid

5.1.2.1 Canadian Content Certification

This procurement is conditionally limited to Canadian goods. Subject to the evaluation procedures contained in the bid solicitation, bidders acknowledge that only bids with a certification that the good(s) offered are Canadian goods, as defined in clause A3050T, may be considered. Failure to provide this certification completed with the bid will result in the good(s) offered being treated as non-Canadian goods. The Bidder certifies that: ( ) the good(s) offered are Canadian goods as defined in paragraph 1 of clause A3050T.

5.1.2.1.1 SACC Manual clause A3050T (2014-11-27) Canadian Content Definition

5.2 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 specified will render the bid non-responsive.

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.

7

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

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.

5.2.3.4 Education and Experience

5.2.3.4.1 SACC Manual clause A3010T (2010-08-16) Education and Experience

PART 6 - SECURITY, FINANCIAL AND OTHER REQUIREMENTS

6.1 Financial Capability

SACC Manual clause A9033T (2012-07-16) Financial Capability

8

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

PART 7 - RESULTING CONTRACT CLAUSES

7.1 The Contractor must perform the Work in accordance with the Statement of Work at Annex A.

7.1.1 Optional Goods and/or Services

The Contracting Authority may exercise the option at any time before the expiry of the Contract by sending a written notice to the Contractor.

7.1.2 Task Authorization

The Work or a portion of the Work to be performed under the Contract will be on an "as and when requested basis" using a Task Authorization (TA). The Work described in the TA must be in accordance with the scope of the Contract.

7.1.2.1 Task Authorization Process

As more than one contract has been awarded for this requirement, a request to perform a task will be sent to the first ranked contractor. If that contractor confirms in writing that it is unable to perform the task as a result of previous commitments under a TA, the request to perform a task will then be forwarded to the contractor ranked second. This process will continue until the task can be performed by another contractor. If no contractor can perform the task, Canada reserves the right to acquire the required Work by other means. A contractor may advise the Project Authority and the Contracting Authority in writing that it is unable to carry out additional tasks as a result of previous commitments under a TA and no request to perform a task will be sent to that contractor until that contractor has given notice in writing to the Project Authority and the Contracting Authority that it is available to perform additional tasks.

Task Authorization Process:

1. The Project Authority) will provide the Contractor with a description of the task using the "Task Authorization Form for non-DND clients" or "DND 626, Task Authorization Form" or "Task Authorization" form specified in Annex A.

2. The Task Authorization (TA) will contain the details of the activities to be performed, a description of the deliverables, and a schedule indicating completion dates for the major activities or submission dates for the deliverables. The TA will also include the applicable basis (bases) and methods of payment as specified in the Contract.

3. The Contractor must provide the Project Authority, within 10 calendar days of its receipt, the proposed total estimated cost for performing the task and a breakdown of that cost, established in accordance with the Basis of Payment specified in the Contract.

4. The Contractor must not commence work until a TA authorized by the Project Authority has been received by the Contractor. The Contractor acknowledges that any work performed before a TA has been received will be done at the Contractor's own risk.

7.1.2.2 Task Authorization Limit The Project Authority may authorize individual task authorizations up to a limit of $100,000.00 Applicable Taxes included, inclusive of any revisions. Any task authorization to be issued in excess of that limit must be authorized by the Contracting Authority (PWGSC) before issuance.

9

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

7.1.2.6 Task Authorization - Department of National Defence

The administration of the Task Authorization process will be carried out by DLP 3-4-5. This process includes monitoring, controlling and reporting on expenditures of the contract with task authorizations to the Contracting Authority.

7.2 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.

7.2.1 General Conditions

2030 (2015-09-03), General Conditions - Higher Complexity - Goods, apply to and form part of the Contract.

7.2.2 Supplemental General Conditions

A9006C 2008-05-12 Defence ContractD9002C 2007-11-30 Incomplete Assemblies D6010C 2007-11-30 Palletization G1005C 2008- 05-12 Insurance D5510C 2010-01-11 Quality Assurance Authority (DND) - Canadian-based Contractor D5540C 2010-08-16 ISO 9001:2008 Quality Management Systems - Requirements (QAC Q) D5606C 2007-11-30 Release Documents (DND) - Canadian-based Contractor (if applicable)

7.3. There is no security requirement applicable to this Contract.

7.4 Term of Contract

The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to 2 (1+1) additional year period(s) under the same conditions. The Contractor agrees that, during the extended period of the Contract, 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.

7.4.1 Period of the Contract

The period of the Contract is from date of Contract to _____ inclusive (fill in end date of the period).

7.4.1 Delivery Date

All the deliverables must/should be received on or before ______’.

7.5 Authorities

7.5.1 Contracting Authority

10

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

The Contracting Authority for the Contract is:

Name: ______Title: ______Public Works and Government Services Canada Acquisitions Branch Directorate: ______Address: ______

Telephone: ___-___-______Facsimile: ___-___-______E-mail address: ______

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.

7.5.2 Project Authority

The Project Authority for the Contract is:

Name: ______Title: ______Organization: ______Address: ______

Telephone: ___-___-_____ Facsimile: ___-___-_____ E-mail address: ______

In its absence, the Project Authority is:

Name: ______Title: ______Organization: ______Address: ______

Telephone: ___-___-_____ Facsimile: ___-___-_____ E-mail address: ______

The Project 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 Project Authority; however, the Project 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.

11

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

7.5.3 Contractor's Representative

Name: ______Title: ______Organization: ______Address: ______

Telephone: ___-___-_____Facsimile: ___-___-_____ E-mail address: ______

7.6 Payment

7.6.1 Basis of Payment

In consideration of the Contractor satisfactorily completing all of its obligations under Annex A, the Contractor will be paid the firm lot price of $ ______in accordance with the basis of payment, in Annex C, as specified in Annex A. Customs duties are included and Applicable Taxes are .

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.

7.6.2 Limitation of Expenditure - Cumulative Total of all Task Authorizations

B9031C (2011-05-16) Canada's Obligation - Portion of the Work - Task Authorizations

7.6.2 Limitation of Price

SACC Manual clause C6000C (2011-05-16) Limitation of Price

7.6.3 Payments

H1008C (2008-05-12) Monthly Payment

Canada will pay the Contractor on a monthly basis for work performed during the month covered by the invoice in accordance with the payment provisions of the Contract if:

a. an accurate and complete invoice and any other documents required by the Contract have been submitted in accordance with the invoicing instructions provided in the Contract;

b. all such documents have been verified by Canada;

c. the Work performed has been accepted by Canada.

7.7 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. Instruction to contracting officers: Use the following paragraph when invoices must be accompanied by supporting documents. The documents listed are examples only and must be

12

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

revised to reflect the requirement. Delete this paragraph if no supporting documents are required. Each invoice must be supported by:

a a copy of the release document and any other documents as specified in the Contract;

b a copy of the invoices, receipts, vouchers for all direct expenses, and all travel and living expenses;

c a copy of the monthly progress report.

2. Invoices must be distributed as follows:

a. The original and one (1) copy must be forwarded to the address shown on page 1 of the Contract for certification and payment. OR

a. The original and one (1) copy must be forwarded to the following address for certification and payment. ______(Insert the name of the organization) ______(Insert the address of the organization)

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

c. Instruction to contracting officers: Insert additional distribution as applicable. The following is an example. one (1) copy must be forwarded to the consignee.

7.8 Certifications

7.8.1 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.

7.8.2 Federal Contractors Program for Employment Equity - Default by the Contractor

The Contractor understands and agrees that, when an Agreement to Implement Employment Equity (AIEE) exists between the Contractor and Employment and Social Development Canada (ESDC)-Labour, the AIEE must remain valid during the entire period of the Contract. If the AIEE becomes invalid, the name of the Contractor will be added to the "FCP Limited Eligibility to Bid" list. The imposition of such a sanction by ESDC will constitute the Contractor in default as per the terms of the Contract.

7.8.3 SACC Manual Clauses

A3060C (2008-05-12) Canadian Content Certification

13

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

7.9 Applicable Laws

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

7.10 Priority of Documents

If there is a discrepancy between the wordings 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 (2015-09-03); (c) Annex A, Statement of Work (d) Annex B, Technical Evaluation (e) Annex C, Basis of Payment; (f) the Contractor's bid dated ______,

7.11 Defence Contract

SACC Manual clause

A9006C (2012-07-16) Defence Contract B7500C (2006-06-16) Excess Goods D9002C 2007-11-30 Incomplete Assemblies D6010C 2007-11-30 Palletization G1005C 2008- 05-12 Insurance D5510C 2010-01-11 Quality Assurance Authority (DND) - Canadian-based Contractor D5540C 2010-08-16 ISO 9001:2008 Quality Management Systems - Requirements (QAC Q) D5606C 2007-11-30 Release Documents (DND) - Canadian-based Contractor

7.12 Insurance or Insurance Requirements

SACC Manual clause G1005C (2016-01-28) Insurance

7.13. Release Documents – Distribution

The Contractor must prepare the release documents in a current electronic format and distribute them as follows: (a) Copy 1: mail to consignee marked: "Attention: Receipts Officer";

(b) Copies 2 and 3: with shipment (in a waterproof envelope) to the consignee; (c) Copy 4: to the Contracting Authority; (d) Copy 5: to:

National Defence Headquarters Mgen George R. Pearkes Building 101 Colonel By Drive Ottawa, ON K1A OK2 DLP 3-4-5 Attention:

(e) Copy 6: to the Quality Assurance Representative; (f) Copy 7: to the Contractor; (g) Copy 8: all non-Canadian contractors to:

14

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

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

7.14 Packing and Markings

7.14.1 The manufacturer's batch number, name of the product and number of units per shipping container are clearly identified on each shipping container and must be easily readable once shipping containers are palletized. Shipping containers must be sequentially palletized according to batch numbers

7.14.2 If possible, no more than two batch numbers must be on any one pallet.

7.14.3 Each shipment must include the Batch Number Listing Form properly completed which provides pallet number with corresponding product batch number, number of cases and total numbers of overwraps .

7.14.4 Shipping container must be as a minimum in accordance with CAN/CGSB 43.22-2001, Standard for Corrugated Fibreboard Products, dated Oct 2001, Class 1, Style 1, C6 and B Flute. The product must be delivered in good condition and must show no evidence of deterioration; and

7.14.5 Each shipping containers should have the same number of units.

7.14.6 Each shipping container and its contents must not exceed a mass of 11.3 Kg (25 lbs).

7.14.7 Unit loads must not exceed forty-six (46) inches high, excluding pallet height. If a supplier cannot meet this requirement an exemption must be requested during the tender period. The demand must include reasons for the exemption request. The PD/PM PMO NCRP will accept or reject the request.

7.15 . Shipping Instructions - Delivery at Destination

1. The Assembler must ship the goods prepaid DDP / FOB- Delivered Duty Paid to 25 CFSD, Montreal, Quebec, 6363 Notre-Dame East, H1N 2E9. Unless otherwise directed, delivery must be made by the most economical means. The Contractor is responsible for all delivery charges, administration, costs and risks of transport , including taxes.

15

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

This is only a draft RFP- PWGSC is looking for Industry Feedback.

COMBAT RATIONS PROGRAM

STATEMENT OF WORK

1/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

TABLE OF CONTENTS

List of Abbreviations 3

Requirement 4

Background 4

Scope 4

Work to be Performed 5

Mandatory References 10

Appendices:

Appendix 1: Generic Contents of Combat Ration Packs 11

Appendix 2: Procurement Responsibilities 13

Appendix 3: Inspection and Quality Control 14

Appendix 4: Facility and Pallet Requirements 18

Appendix 5: Distribution Requirements 20

Appendix 6: Contractor’s Verification Method upon Receipt of Goods 22

Appendix 7: Contract Deliverables 23

Appendix 8: Food and Non-Food Components and Specifications 24

Appendix 9: Pictures of Unassembled Rations 34

Appendix 10: Drawings 36

Appendix 11: IMP2017 CPM Quantities 41

2/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

ANNEX A

COMBAT RATIONS PROGRAM

STATEMENT OF WORK

1. List of Abbreviations

The following abbreviations are used throughout this Annex:

ANSI/ASQ American National Standards Institute/American Society for Quality

CA Contracting Authority

CAF Canadian Armed Forces

CFIA Canadian Food Inspection Agency

CFSD Canadian Forces Supply Depot

CGSB Canadian Government Standards Board

CoA Certificate of Analysis

CPM Contractor Procured Material

DND Department of National Defence

GSM Government Supplied Material

HACCP Hazards Analysis Critical Control Points

IMP Individual Meal Pack

ISO International Organization for Standardization

LMC Light Meal Combat Pack

NCRP National Combat Rations Program

PA Procurement Authority

PMO NCRP Project Management Office for the National Combat Rations Program

PWGSC Public Works and Government Services Canada

QAR Quality Assurance Representative

3/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

QC Quality Control

RFP Request for Proposal

2. Requirement

The requirement is to provide to DND a pre-specified quantity, quality and variety of combat ration packs according to an established delivery schedule.

The table below shows the estimated quantities for IMPs, LMCs and Survival Packs for 2017-2019. The requirement varies each year.

SURVIVAL YEAR IMPs LMCs SURVIVAL FOOD BEVERAGE 2017 850,240 76,032

2018 500,000 to 1,200,000 50,000 to 100,000 10,000 to 20,000 10,000 to 20,000

2019 500,000 to 1,200,000

Types of rations packs can be modified, deleted and/or new ration pack types can be added to this schedule.

2.1 IMP2017 Assembly by Menu Type

For IMP2017, assembly is planned as follows:

Meal Types Number of Meals Cases Pallets Breakfast 210 240 21 024 657 Lunch 320 000 32 000 1000 Dinner 320 000 32 000 1000 Total 850 240 85 024 2657

3. Background

The NCRP produces IMPs every year, the LMCs approximately every second year and the survival food and beverage ration every ten years. There rations are used for training exercises, deployed operations or in emergency situations when the situation does not permit the use of fresh rations. The IMPs and LMCs consist of various food and non-food items packaged in an overwrap bag.

Combat rations are shelf-stable meals, snacks and supplements that are used by military personnel when they have no access to freshly prepared food. Since combat rations have a shelf life of three (IMP and LMC) or ten years (Survival Rations) which is unusual in commercial food enterprises, extensive testing is done on all components and quality control requirements are stringent.

The NCRP is a collaboration between DND and industry. The industry carries out many activities but DND still provides procurement, quality assurance, and transportation functions.

4/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

4. Scope

The portion of the NCRP being contracted involves the following range of activities, to be performed either by the Contractor itself or by the Contractor managing a set of sub-contractors:

4.1 Procuring packaging supplies and ration pack components as per Appendix 2 and verifying adherence to set specifications provided by DND in Appendix 8.

4.2 Selecting and evaluating tender samples of CPM (food and non-food components purchased by the Contractor for use in the assembly of ration packs), then submitting specified samples to DND for verification.

4.3 Procuring and printing cardboard shipping cases required for each type of ration.

4.4 Ensuring that packaging supplies and ration pack components, together with GSM purchased directly by DND and forwarded to the Contractor, are properly received, verified, recorded and warehoused ready for assembly into the ration packs.

4.5 Assembling and securely packaging the components into the specified number and variety of ration packs, combining the assembled ration packs into shipping cases ready for shipping, and wrapping the shipping cases on to pallets.

4.6 Delivering the completed pallets in specified quantity to 25 CFSD in Montreal.

4.7 Ensuring that the level of QC meets ISO standards to cover all aspects of purchase, receiving, storage, assembly and delivery.

4.8 Maintaining accurate and up-to-date records (dates, product name, lot numbers, pallet numbers, etc.) of all transactions including implementing an effective batch control and traceability process for retort pouch products and packaged meat products.

DND will perform the following functions:

4.9 Requirements definition, focused on how many of each type of ration packs need to be acquired in a given year.

4.10 Components lists and specifications, in which the components of the ration packs are defined with special focus on nutritional content, safety, shelf life, user preference, variety, and ease of use in the operational environment.

4.11 Sample approval of contractor procured non-commercial items that are manufactured and/or packaged specifically for DND, and verification during production.

4.12 Procurement of non-commercial items that are manufactured and/or packaged specifically for DND.

4.13 Approval of proposed item substitutions or changes in the approved samples.

5/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

5. Work to be Performed

The Contractor must perform the following work:

5.1 Procuring, Receiving and Warehousing

5.1.1 For CPM

The Contractor must procure, receive, inspect and warehouse designated food components, non-food components, and packaging supplies required for the ration packs. The Contractor must select, evaluate and submit to DND tender samples of specified product as part of the procurement process. A list of items to be submitted can be found in Appendix 11.

Z List of components to be procured by the Contractor is provided in Appendix 2;

Z Mandatory inspections and quality control activities are at Appendix 3;

Z A list of CPM items to be submitted after contract award by the Contractor to DND is at Appendix 7, Item 1;

Z Product descriptions and specifications of CPM are found in Appendix 8;

5.1.2 For GSM

The Contractor must receive, inspect and warehouse GSM until assembly. This includes receiving and securely storing in a temperature controlled environment, as mentioned in Annex A, Appendix 4 para 5. The Contractor must be prepared to accept deliveries up to 9 months prior to the beginning of assembly which will start between January 2, 2017 and May 31, 2017.

Z Forecasted quantities for 2017 and the 2 option years are detailed in paragraph 2 of Annex A;

Z Generic content of the ration packs can be found at Appendix 1;

Z List of components to be procured by DND is provided in Appendix 2;

Z Mandatory inspections and quality control activities are at Appendix 3;

Z Product descriptions and specifications of GSM are found in Appendix 8;

5.1.3 HACCP

The Contractor must only procure food items from manufacturing facilities which are HACCP certified. The Contractor must have documentation demonstrating that the subcontractors are HACCP certified.

6/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

5.2 Assembly of Packs

The Contractor must assemble CPM and GSM into the following ration packs.

5.2.1 IMP: An IMP is a complete meal in a ration pack that requires no refrigeration and has a three-year shelf life. These meal packs consist of approximately 19 items assembled in the IMP overwrap; a foil-lined bag.

The Contractor must assemble approximately 21 different menus of IMPs by placing the components into the IMP overwrap and sealing the bags. Heat sealing must be flush with the top of the bag, above the opening notches (where applicable), leaving no open flap. DND will provide IMP menus to the Contractor each year. See picture of unassembled IMP in Appendix 9, Figure 1.

5.2.2 LMC: An LMC is a daily supplement in a pack that requires no refrigeration and has a three-year shelf life. LMCs consist of approximately 8 items assembled in the LMC overwrap bag; a foil-laminated pouch that contains LMC components.

The Contractor must assemble up to three different menus of LMCs by placing the components into the LMC overwrap bags and sealing the pouches. Heat sealing must be flush with the top of the bag, above the opening notches, leaving no open flap. DND will provide LMC menus to the Contractor each year that assembly is scheduled. Normally LMCs are produced every two years. See picture of unassembled LMC in Appendix 9, Figure 2.

5.2.3 Survival Packs: Food or beverage items that provide the energy to survive for a short period in an emergency situation. The food is assembled in a foil-laminated pouch that contains one Basic Survival Food ration or one Supplementary Survival Beverage ration.

The Contractor must assemble the components the two types of Survival Packs, place the components into pouches and seal the pouches. Heat sealing must be flush with the top of the bag, above the opening notches, leaving no open flap. Normally Survival Packs are produced every ten years.

5.2.4 Miscellaneous Packs: New packs can be added to the contracts through a contract task as described in section x.y of the contract.

The PMO NCRP will provide menus annually in advance of the requirement. Generic contents of all ration packs are at Appendix 1; forecasted quantities are listed above in para. 2 of the Annex.

The Contractor must dispose of any GSM that is surplus after assembly in accordance with instructions issued by the PMO NCRP or PA. This will be done as a task as described in section x.y of the contract.

7/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

5.3 Packing and Palletizing

The Contractor must pack and palletize the assembled rations as described below for each type of ration. For all types, the process consists of filling shipping cases with appropriate combat ration packs, labeling and sealing filled shipping cases, and stacking shipping cases on pallets. Palletized loads must be stretch wrapped; sequentially numbered and marked with the Julian date and shift number of the assembly day (e.g. 15086-1 indicates a date of 27 March 2015, shift 1). Markings must be easily readable when pallets are stored.

Mandatory marking and product descriptions and/or quality specifications for shipping containers and pallets are at Appendix 8 and mandatory requirements regarding pallet loading are at Appendix 4.

5.3.1 IMP: The Contractor must fill each shipping case with 10 meal packs. Each shipping case must contain only one meal type (i.e. breakfast, lunch, or supper) but must contain a specified variety of menus within that type in accordance with instructions from the PMO NCRP. Each case will consist of seven different menus with 3 of the menus appearing in the case twice.

5.3.2 LMC: The Contractor must fill each shipping case with 24 meal packs. Each shipping cases must contain one menu only.

5.3.3 Survival Packs: The Contractor must fill each shipping case with 20 Basic Survival Food Packs or 25 Supplementary Survival Beverage Packs.

5.4 Warehousing of Finished Packs

The Contractor must warehouse the finished combat ration packs until they are distributed in a temperature controlled warehouse between 7°C and 24°C.

Estimated volume of palletized packs and mandatory requirements regarding pallet loads are at Appendix 4.

5.5 Distribution of Ration Packs

The Contractor must ship completed rations to 25 CFSD in Montreal.

The time frame for distribution and mandatory characteristics of the carrier are at Appendix 5.

5.6 Inspection and Quality Control

Ideally the contractor would implement HACCP in their assembly facility but, as a minimum, the Contractor must implement a quality system which meets the elements of ISO 9001:2008. In addition, the Contractor must implement specific QC activities related to receiving, inspection and verification, batch control (traceability and recall), distribution, and reporting. The Contractor must be responsible for initiating replacement of rejected items, coordinating with DND for GSM, and at its own expense for CPM.

8/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

The additional requirements for QC and for supplementary inspections are at Appendix 3.

5.7 Security

The Contractor must implement a security plan to ensure the safety of DND assets against theft, tampering, sabotage, and misuse. The Contractor is liable for damage to or loss of GSM and any CPM for which it has been paid.

5.8 Managing Stock

The Contractor must manage surplus, deficient, damaged, and otherwise non-compliant GSM and CPM, working closely with the PMO NCRP to determine the best resolution of problems arising from the discrepancies.

5.9 Reports

The Contractor must keep DND abreast of progress and of any factors that might affect its performance of the Contract by providing the following reports:

5.9.1 Procurement and assembly schedule for the first year with the bid at time of submission. In subsequent years, the procurement and assembly schedule for the year is required one month after exercise of the options.

5.9.2 Monthly progress report, within the first week of each month, to the PMO NCRP and PA, by e-mail, including but not restricted to:

5.9.2.1 activities in progress

5.9.2.2 quantities of line items received

5.9.2.3 status of each item or project

5.9.2.4 estimated completion date

5.9.2.5 recommendations.

5.9.3 An email to PMO NCRP and PA, notifying immediately of the receipt of each item of GSM.

5.9.4 Inspection report, following the receipt and inspection of each item of GSM, to PMO NCRP within seven working days of receipt of the item, by e-mail.

5.9.5 Year-end report listing inventory holdings belonging to DND as of March 31 in a format to be provided by DND. The Contractor must provide the unit cost of the CPM.

5.9.6 Comprehensive electronic listing of batch control data, to the PMO NCRP, on completion of distribution each year, by e-mail.

9/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

5.10 Surge Orders

In response to Government direction, DND requires the capacity to deploy military forces on short notice anywhere in the world quickly and efficiently. Such deployments may require the provisioning of specific combat ration packs in quantities and timeframes that exceed routine assembly. The Contractor must have the capacity to respond to surge orders within an agreed timeline.

The CA will provide as much advanced notice as possible to the Contractor of a potential surge demand. However, the extent of the surge demand that may be required will not be possible to forecast with certainty. Surge demands are subject to several variables including, but not limited to, the size of the military contingent being deployed, geographical factors and the nature of the mission. The contractor must work in good faith with DND to meet surge requirements within an agreed timeline.

5.11 Facility Maintenance

The Contractor must implement a facility maintenance program that satisfies the Food Safety Code of Practice Code for Canada’s Foodservice Industry and meets the requirements at Appendix 4.

5.12 Bilingual Communication

The Contractor must be able to communicate regularly with suppliers of GSM and CPM in both official languages.

6. Mandatory References

The following documents are incorporated in this Statement of Work to the extent specified herein:

6.1 ISO 9001:2008 Standards 6.2 ISO 10005:2005 – Quality Management Systems – Guidelines for Quality Plans 6.3 ANSI/ASQ Z1.4-2008 6.4 CFIA Acts and Regulations 6.5 Pest Control Products Act and Regulations 6.6 D-LM-008-036/SF-000 – Department of National Defence Minimum Requirements for Manufacturer’s Standard Pack 6.7 Food Safety Code of Practice

10/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

ANNEX A - APPENDIX 1

GENERIC CONTENTS OF COMBAT RATIONS

There are three types of combat rations: IMPs, LMCs, and Survival Rations.

1. IMP

Each IMP contains food for one meal and contains 19 food and non-food components, depending on the menu. The IMP contains commercial and non-commercial items. There are currently 21 menus: seven breakfasts, seven lunches and seven suppers.

The chart below shows the generic IMP menu: All these items are subject to change from one year to the other.

BREAKFAST LUNCH SUPPER

Retort Pouch Entrée* 1 pouch Retort Pouch Entrée* 1 pouch Retort Pouch Entrée* 1 pouch Retort Pouch Fruit* 1 pouch Retort Pouch Fruit * 1 pouch Retort Pouch Fruit * 1 pouch

Dried Cereal/oatmeal 1 pkg Sports Drink Crystals 2 pkg Sports Drink Crystals 2 pkg Sports Drink Crystals 2 pkg Bread/Bun 1 pkg Bread/Bun 1 pkg Bread/Bun 1 pkg Spread 2 pkg Spread 2 pkg Spread 2 pkg

Condiment 1 pkg Condiment 1 pkg Condiment 1 pkg Hot Beverage 1 pkg Hot Beverage 1 pkg Hot Beverage 1 pkg Candy or Gum 1 pkg Candy or Gum 1 pkg Candy or Gum 1 pkg Protein Source 1 pkg Chocolate Bar 1 bar Chocolate Bar 1 bar Protein Source 1 pkg Protein Source 1 pkg

Beverage Bag 1 ea Beverage Bag 1 ea Beverage Bag 1 ea Plastic Spork 1 ea Plastic Spork 1 ea Plastic Spork 1 ea Compressed Napkin 1 ea Compressed Napkin 1 ea Compressed Napkin 1 ea Matches 1 pkg Matches 1 pkg Matches 1 pkg

Overwrap 1 ea Overwrap 1 ea Overwrap 1 ea

* A retort pouch entrée, fruit or dessert is a foil laminate pouch containing an entrée, a fruit or a dessert, produced and packaged specifically for DND as per DND’s specifications.

2. LMC

The LMC is a light meal or snack. There are three menus and each ration contains 8 items.

11/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

The following chart shows the generic LMC menu:

Beef Jerky 1 pkg Trail Mix or Dried Fruit 1 pkg Fruit Bar or Chocolate Bar 1 bar Protein Source 1 pkg Sports Drink Crystals 1 pkg Coffee 3 in 1 1 pkg Beverage Mixing Bag 1 bag Overwrap Bag 1 bag

3. SURVIVAL RATIONS

The Survival Rations consists of food and beverage items that provide the energy to survive for a short period in a crisis situation. There are two types: Basic Survival Food Pack and the Supplementary Survival Beverage Pack.

The chart below shows the contents of each type of Survival Rations:

SUPPLEMENTARY SURVIVAL BASIC SURVIVAL FOOD PACK BEVERAGE PACK

8 Starch Jelly bars; Sports Drink Crystals 4 pkgs Each bar consisting of 4 candies Beverage Mixing Bags 2 bags

1 overwrap bag 1 overwrap bag

12/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

ANNEX A - APPENDIX 2

PROCUREMENT RESPONSIBILITIES

DND will provide specific items for inclusion in the ration packs. The table below is an example of the list of items to be procured by the Contractor (CPM) and items to be procured by DND (GSM). Please note that these items can change from year to year.

Non Food Components Compressed Towel CPM Matches CPM Spork CPM Beverage Mixing Bags GSM IMP Overwrap Bag GSM LMC Overwrap Bag GSM Shipping Container/Case CPM Tape CPM Pallet CPM Stretch Plastic Wrap CPM Plastic Sheet CPM Pallet Sheet CPM Food Components (Commercial and Non-Commercial) Sugar CPM Hot Beverages CPM Chewing Gum or Candy CPM Chocolate Bar CPM Fruit Bar CPM Protein Bar CPM Whitener GSM Condiments (3-4 varieties) GSM Spread (3 varieties) GSM Sport Drink Crystals GSM Espresso Roast Coffee GSM Dried Fruit/Trail Mix GSM Protein Shakes/Drink GSM Bread GSM Corn Bread or Tortilla GSM Dried Cereal or Oatmeal GSM Retort Pouch Entrée, Fruit and Dessert GSM Beef Jerky GSM Jelly Candy GSM

13/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

ANNEX A - APPENDIX 3

INSPECTION AND QUALITY CONTROL

1. General

Ideally the Contractor would implement a HACCP system however, as a minimum, the Contractor must implement a quality system which meets the elements of ISO 9001:2008. The Quality Plan must be prepared according to ISO 10005:2005 ‘Quality Management Systems - Guidelines for Quality Plans. This Appendix outlines additional required elements of QC in the assembly and distribution process.

While the Contractor will be responsible for the merchandise he receives, he is not responsible for the quality of the food inside the packages. Therefore, in addition to any verification performed before delivery, the Contractor must check all received goods. To ensure that delivered goods are satisfactory, the verification will, at a minimum, include a physical count, as well as a visual inspection of the items received which will be performed as follows:

2. Receiving

For GSM, the Contractor must:

2.1 Notify by email the PMO NCRP and PA of the items received, within 1 day of receipt;

2.2 Verify and certify initial acceptance of the goods for quantity and condition at time of receipt. The Contractor must accept delivery unless 25% or more of the shipping cases are damaged. If a small quantity of shipping cases is damaged, the Contractor must note the type of damage and the number of pallets damaged on the waybill. If a shipment shows damage to several pallets, the Contractor must note the type of damage and indicate on the waybill “Damage present in several pallets. Details to be provided subject to further inspection”. Both the Contractor and the carrier will sign the waybill. During the Contractor’s routine inspection, should deficiencies be identified with product in damaged shipping containers, it will be the responsibility of the third party supplier to resolve the problem with his carrier;

2.3 Inspect goods according to the following plan:

2.3.1 Verification of Truck Upon Arrival

2.3.1.1 Delivery temperature must be recorded. If temperature is not between 7oC and 24oC, it must be reported immediately to the PMO NCRP and PA.

2.3.1.2 Security seal must be verified, it must be intact. Security seal number must be verified and recorded.

2.3.1.3 All proper paperwork must accompany the shipment (CF 1280 and a Batch Number List form).

14/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

2.3.1.4 Any deviation must be reported immediately to the PMO NCRP and PA and the Contractor should await instructions before accepting the shipment.

2.3.2 Sample Size

For retort pouch items the sample size is 2.5%. For other components sample size is 0.5% of the quantity received if there are no problems identified and if the number of units per case is greater than the quantity ordered. For all products, if a problem is detected or if the number of units per case is less than the quantity ordered, the sampling size for additional verification will increase to 2%. Any sampling greater than 2% will be treated as a task as described in section x.y of the contract.

2.3.3 Method

The cases sampled must be opened, contents removed, and samples inspected to verify that:

2.3.3.1 For all items:

 The number of items per case matches the quantity marked on the case and the contract.

 The CAF code or production code is present, legible and correct.

 The item’s production code to verify that the product is of the newest production.

 That each packet is clean, not stained, does not leak, and does not have a defective seal, and 

2.3.3.2 For GSM food items (except retort pouches):

 That each packet is clean, not stained, does not leak, and does not have a defective seal, and

 Pantone print colour is in accordance with the contract; and

 Each packet is properly labelled according to the contract.

2.3.3.3 For retort pouch items:

 The cardboard sleeve is clean and free of defects.

 The pouches do not leak and are not bloated.

15/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

 The batch number and the bilingual menu name of the product are clearly printed on the pouch and matches what is printed on the cardboard sleeve,

 The batch number and bilingual menu name is clearly printed on the cardboard sleeve and matches what is printed on the shipping container, and

 The batch number is clearly printed on the shipping case and matches the number written on the Batch Number Listing form coming from the supplier.

2.3.4 Inspection Results: The Contractor must present an inspection report for each line item of GSM to the PMO NCRP and PA, by e-mail, on completion of the inspection but within seven working days of receipt of the item. The results will be interpreted as follows:

2.3.4.1 if there are no non-conformances identified, and if the number of units per case is equal to or greater than the quantity ordered there will be no further verification by the Contractor

2.3.4.2 if a non-conformance is detected and/or if the number of units per case is inferior to the quantity ordered, the sampling size for verification will increase to two percent (2%) in order to verify the extent of the problem. Any sampling greater than two percent (2%) will be tasked according to x.y of the contract.

2.3.4.3 In some cases, the lot acceptability may be determined per the ANSI/ASQ Z1.4-2008.

2.3.4.4 The Contractor must report to the PMO NCRP and PA the estimated quantity necessary to replace defective product when two thirds of the assembly is completed.

2.4 Be responsible for reporting any pouches/packets of GSM with visually-apparent defects (such as bloated condition or leaking pouches/packets) but not for the quality of food inside the packages. The Contractor must report to the PMO NCRP and the QAR any bloated, punctured or seriously damaged retort pouch within 24 hours of discovering the defect; other defects or other defective items must be reported in the inspection report which will be provided within seven working days of receipt of the item. Any defective product must be kept separately from the non-defective pouches, until disposal instructions are provided from the NCRP.

2.5 Await direction from the PMO NCRP regarding the status of non-compliant product. If required to ship samples to DND, the Contractor must use prepaid courier service and claim the cost against the contract. The PMO NCRP will provide direction about further disposition after evaluating the product. Product returned to the manufacturer should be at the manufacturer’s cost.

16/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

3. Assembly

The Contractor must submit a sampling plan during the bid process for verification of assembled ration packs. The sampling plan must be implemented during assembly and appropriate records of the sampling/verification must be maintained.

The Contractor must await instruction from the PMO NCRP before disposing of any defective product identified during assembly.

4. Distribution

The Contractor must maintain accurate records of the distribution of packs to 25 CFSD. The Contractor will be liable for the cost of product replacement for shortages of boxes and/or contents of boxes as reported by DND units.

5. Traceability and Recall

The Contractor must implement a batch control management system (traceability and recall) for IMP retort pouch items and LMC and IMP meat items, and must provide a listing of batch control data to the PMO NCRP on completion of distribution each year. The records must identify the menu components (retorts and other meat items) used in assembling each combat ration lot. These records must maintain traceability of the specific components to the extent that a lot of a component can be traced to an assembled combat ration lot. The purpose of the above is to maintain traceability of a component lot through the assembly operation, in depot storage and up to the customer’s receipt of the combat ration. This is necessary in the event of a recall, for NCRP to isolate suspect product in the depot system and to notify customers of potentially hazardous product.

6. Government Quality Assurance

DND may carry out a supplementary inspection of assembled packs. Should that inspection identify a failure, the Contractor must take corrective action at his cost.

7. Quality Assurance Requirements for Ration Component Sub-Contracting

The contractor must model their documented quality plan after HACCP or ISO 9001:2008, a system that meets other recognized industry quality standards, or a process control system that is equivalent to or better than ISO 9001:2008 or HACCP.

The contractor must evaluate and monitor their sub-contractors Quality Assurance Plan.

When the contractor determines as a result of his inspection or quality plan, or is informed by the QAR or the PMO NCRP as a result of verification inspection, that the components do not conform to contractual requirements, he has the following alternatives:

7.1 Produce and inspect a new lot;

17/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

7.2 Screen or rework and reoffer conforming supplies (provided screening or reworking is not detrimental to the product and does not conflict with other requirements, i.e. time, temperature, etc.

7.3 Request the PMO NCRP through the CA to consider acceptance of the nonconforming supplies in accordance with the ‘Request for Waiver, Request for deviation’.

8. Supplementary Inspections/Activities

DND may require additional inspections of materials found defective on inspection, this will be treated as a task as described in section x.y of the contract. DND will pay for these additional services only if the services were authorized by DND, and after the PMO NCRP or PA is satisfied that the task is completed. DND will request a quote based on the man-hours estimated to perform the task and the cost per hour. These supplementary inspections will be tasked to the Contractor as described in section x.y of the contract.

The PMO NCRP and PA representatives have the right to visit the Contractor’s facility for the purpose of observing any activities related to the conduct of the Contract.

18/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

ANNEX A - APPENDIX 4

FACILITY AND PALLET REQUIREMENTS

1. General

This Appendix describes requirements related to the facility and the use of pallets.

2. Available Space

Historically, to assemble approximately 2 000 000 rations, the space required has been approximately 70 000 square feet. This includes enough space to receive and store the pallets of incoming components (including replacement of rejected product when applicable), assemble the ration packs, store the completed cases, and store empty pallets.

3. Pallets

All GSM will be delivered to the Contractor on pallets according to the specifications found in Appendix 7. These pallets can then be used to deliver assembled ration packs to 25 CFSD.

The Contractor must wrap shipments on standard 1.22 m x 1.02 m (48 in. x 40 in.) wood pallets. The four-way forklift entry pallet must be supplied at no charge to Department of National Defence. Total height, including pallet, must not exceed 1.19 m (47 in.). The pallet load must not extend further than 2.54 cm (1 in.) from any edge of the pallet.

3.1 The volume per outgoing filled pallet is:

3.1.1 IMP: 42 cu ft;

3.1.2 LMC: 47 cu ft;

3.1.3 Survival Pack: 50 cu ft.

3.2 The Contractor must load pallets in the following manner:

3.2.1 IMP: 32 shipping cases per pallet, in accordance with the sketch attached to this Appendix.

3.2.2 LMC: 12 shipping cases per row, 2 rows per pallet.

3.2.3 Survival Packs: 15 shipping cases per row, 5 rows per pallet.

For completed IMPs, the Contractor must use pallet sheets. All pallets going to the depot must be wrapped to the pallet, not strapped.

For incoming and outgoing product, pallets must be handled with care. If pallets are stacked, the Contractor must ensure that they are configured in a way that will avoid damage to and/or crushing of the product.

19/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

4. Workplace Environment Requirements

The Contractor must implement measures to ensure the facility meets the following environmental requirements:

4.1 Temperature Control

The assembly areas and storage areas for food components and assembled packs must be maintained between 7°C and 24°C. Unheated space is acceptable for non-food components and packaging materials.

4.2 Dust Control and Cleanliness

A cleaning schedule must be in place, describing the type and frequency of cleaning to be done to control dust and maintain cleanliness in all areas that will contain ration commodities before, during, or after assembly.

4.3 Pest Control

The facility must be free of rodents and insects and an effective pest control program must be in place.

5. Palletization Diagram for IMPs

The following diagram shows how completed cases must be placed on the outgoing pallets.

20/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

/Level 1

/Level 2

21/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

ANNEX A - APPENDIX 5

DISTRIBUTION REQUIREMENTS

1. General Overview

Distribution requirements are based on predetermined allocations throughout Canada less stock held at destinations. The requirements are calculated on a yearly basis. The PA will provide the Contractor with shipping instructions prior to any shipment.

2. Distribution Schedule

The PA will authorize and supply distribution instructions to the Contractor for deliveries as soon as rations are ready to be distributed.

All completed rations will be delivered to 25 CFSD in Montreal.

3. Load Configuration

DND will calculate most of the distribution requirements into complete pallet loads but there will be some shipments which will be partial pallets and loose boxes.

Shipments to depots must be complete truckloads and be shipped point to point.

Normally, each truckload of IMPs will contain only one meal type except at the end of the assembly when each meal type has insufficient numbers of pallets to complete a truckload.

4. Delivery Method

All items must be delivered by road transport. A temperature controlled environment must be provided during transport when necessary to prevent freezing or heat deterioration. The acceptable temperature range is 7°C to 24°C.

22/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

ANNEX A – APPENDIX 6

CONTRACTOR’S VERIFICATION METHOD UPON RECEIPT OF GOODS

This document describes the verification method to be used at the Contractor’s facility. While the Contractor will be responsible for the merchandise he receives, he is not responsible for the quality of the food inside the packages. Therefore, in addition to any verification performed before delivery and as indicated in the assembly contract, the Contractor must check all received goods. To ensure that delivered goods are satisfactory, the verification will include a physical count, as well as a visual inspection of the items received which will be performed as follows:

1. GSM Food Items

For all products that are custom formulated and/or packaged the Contractor:

1.1 will randomly select cases from all incoming goods for inspection. Sample size must be at least 0.5% of the quantity received;

1.2 will open selected cases and remove contents. Selected samples must be inspected for the following:

1.2.1 item’s production code to verify that the product is of the newest production;

1.2.2 that the number of items per case matches the quantity marked on the case; and

1.2.3 that packets are clean, do not leak nor have a defective seal.

2. Verification Results

Verification results will be interpreted as follows:

2.1. if there are no non-conformances identified, and if the number of units per case is equal to or greater than the quantity ordered there will be no further verification by the Contractor; and

2.2. if a non-conformance is detected and/or if the number of units per case is inferior to the quantity ordered, the sampling size for verification will increase to two percent (2%) in order to verify the extent of the problem. Any sampling greater than two percent (2%) will require approval by the PMO NCRP.

2.3 In some cases, the lot acceptability may be determined per the ANSI/ASQ Z1.4-2008.

3. Corrective Actions

If problems arise during the inspection of received goods, the PMO NCRP must be notified and will determine corrective actions will be taken by the supplier of the received goods depending on the type and severity of the problem.

23/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

ANNEX A – APPENDIX 7

CONTRACT DELIVERABLES

What Details When

Three samples of each commercial food item being used in Before the start of 1. Commercial Food Items the assembling of the ration packs must be sent to the PMO assembly NCRP. One assembled case of the following must be sent to the PMO NCRP:

 IMP Breakfast  IMP Lunch Within 1 month of Assembled Ration 2.  IMP Dinner completion of Cases  LMC Menu #1 (when applicable) assembly  LMC Menu #2 (when applicable)  LMC Menu #3 (when applicable)  Survival Beverage Packs (when applicable)  Survival Jelly Packs (when applicable) Within one month of 3. Schedules Must submit a procurement and assembly schedule contract award Reports must include, but is not restricted to the following:

 activities in progress Monthly Progress Within first week of 4.  quantities of line items received Report each month  disposition of each item or project  estimated completion date  recommendations The following email notifications are required:

Within one business  Notifying the PMO NCRP and PA of the receipt of 5. Reception Emails day of receipt of each line item of GSM product  Notifying the PMO NCRP and PA of the receipt of each line item of CPM Within seven (7) An inspection report must be sent to the PMO NCRP of the 6. Inspection Reports business days of inspection results of each GSM item. receipt of GSM When two thirds of Defective Product The contractor must report to the PMO NCRP and PA the 7. assembly is Replacement estimated quantity necessary to replace defective product. completed. A report listing inventory holdings belong to DND as of 8. Inventory Report Required by April 15 March 31 of every year. Within 10 business A comprehensive listing of batch control data must be sent 9. Batch Control Data days of completion of to the PMO NCRP. Assembly

24/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

All assembled rations must be delivered to 25 CFSD in As per schedule 10. Assembled Rations Montreal. provided by PA Three samples of the spork, compressed napkin and Within 1 month of 11. Non-Food Items shipping cases as well as spec sheets for each item must contract award be approved by the PMO NCRP before purchasing.

ANNEX A – APPENDIX 8

FOOD AND NON-FOOD COMPONENTS AND SPECIFICATIONS

1. Commercial Food Components

The following table lists the possible commercial food products that may be included in the IMPs, LMCs or Survival Ration Packs. The Contractor may propose to DND any products that appear to meet the product descriptions. However, shelf-life testing that DND conducts prior to accepting new products is extensive and might not be accomplished in time to allow new products in the 2017 ration packs.

Beverages Coffee Cappuccino, standard commercial product, instant mix, hot water soluble, Nestlé (Nescafé) single serving, in a hermetically sealed foil laminated packet not to exceed 13.7 cm by 9.2 cm, moisture content not to exceed 4.25 percent. Packet must contain sufficient instant mix to make at least a good quality single portion, 200 mL of beverage. Coffee 3 in 1, standard commercial item, instant coffee mix with coffee whitener Nestlé (Nescafé) and sugar, hot water soluble, single serving, hermetically sealed foil laminated package, not to exceed 14.5cm x 3.5cm, moisture content not to exceed 4.25%. Packet must contain sufficient instant mix to make at least a good single portion of 245 ml. Vanilla Cappuccino, standard commercial item, flavoured Cappuccino instant Nestlé (Nescafé) coffee mix, hot water soluble, single serving, hermetically sealed foil laminated package, not to exceed 14 cm x 9 cm, moisture content not to exceed 4.25%. Packet must contain sufficient instant mix to make at least a good single portion of 150 ml. Caramel Latte (Original), standard commercial item, Latte Caramel Instant Nestlé (Nescafé) Coffee mix, hot water soluble, single serving, hermetically sealed foil laminated package, not to exceed 14 cm x 9 cm, moisture content not to exceed 4.25%. Packet must contain sufficient instant mix to make at least a good single portion of 200 ml. Tea bag, regular (not decaffeinated), 1 cup size, individual portion, standard commercial item, first quality Orange Pekoe, one bag per individual hermetically sealed foil laminated pouch, not to exceed 7 cm by 8 cm, must make at least a good quality single portion of beverage.

25/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Hot Apple Beverage Crystals, standard commercial item, instant apple- Lynch flavoured mix, hot water soluble, single serving, in a hermetically sealed foil laminated packet not to exceed 10 cm x 12 cm, moisture content not to exceed 3.5%, 72mg of vitamin C per single serving. Packet shall contain sufficient instant mix to make at least a good single portion, 170 ml of beverage. Candies Tic Tac – Fresh mint, Pack of 4 mints, hermetically sealed individual packet, Ferrero Canada 1.9g, not to exceed 3cm x 5cm. Ice Breakers Frost – Wintercool, pack of 2 mints, hermetically sealed package, Hershey Canada not to exceed 7cm x 7cm Peppermint, pack of 2 gums, hermetically sealed package, not to exceed 7cm x TDB 7cm. Chocolate Bars Coffee Crisp chocolate bar, standard commercial product, milk chocolate Nestlé coated, coffee cream filled biscuit, minimum weight 50 g, hermetically sealed, not to exceed 18 cm in length. Creamy Caramel chocolate bar, standard commercial product, creamy caramel Hershey/Creamy covered with milk chocolate, minimum weight 45 g, hermetically sealed, not to Caramel exceed 17 cm in length. Kit Kat Dark chocolate bar, standard commercial product, three-layers of wafer, Nestlé filled with chocolate cream layers, coated with dark chocolate, minimum weight 50 g, hermetically sealed, not to exceed 14 cm long by 7½ cm wide. Kit Kat chocolate bar (four sticks), standard commercial product, three-layers Nestlé of wafer, filled with chocolate cream layers, coated with milk chocolate, minimum weight 45g, hermetically sealed package, not to exceed 12cm long by 7cm wide. Kit Kat Chunky chocolate bar, standard commercial product, five-layers of Nestlé wafer, filled with chocolate cream and coated with creamy chocolate, minimum weight 50g, hermetically sealed package, not to exceed 17 cm x 4 cm. chocolate bar, standard commercial product, peanut nougat topped Canada with caramel, enrobed in milk chocolate, minimum weight 52g, hermetically sealed, must not exceed 15cm. Snickers Almond chocolate bar, standard commercial product, peanut nougat Mars topped with roasted almonds and caramel, enrobed in milk chocolate, minimum weight 59g, hermetically sealed package, must not exceed 15cm. Reese’s Pieces Peanut Butter Candies, standard commercial product, small Hershey individual coloured peanut butter candies, minimum weight 51g, hermetically sealed package, not to exceed 14cm long x 11cm wide.

26/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Mars chocolate bar, standard commercial product, chocolate malt nougat Mars topped with a layer of caramel and covered with dark chocolate, minimum weight 58g, hermetically sealed package, must not exceed 15cm. Mars Dark chocolate bar, standard commercial product, chocolate malt nougat Mars topped with a layer of caramel and covered with dark chocolate, minimum weight 58g, hermetically sealed package, must not exceed 15cm. Caramilk Thick chocolate bar, standard commercial product, creamy caramel covered with milk chocolate, minimum weight 50g, hermetically sealed package, Cadbury not to exceed 20cm x 4cm. M&M’s Chocolate Candies, standard commercial product, small individual coloured milk chocolate candies, minimum weight 48g, thermosealed package, Mars Canada not to exceed 14cm long x 7cm wide. Note: Partially non-hermetic seals are acceptable. M&M’s Chocolate Candies – Peanut Butter, standard commercial product, small individual coloured milk chocolate candies with peanut butter, minimum Mars Canada weight 48g, thermosealed package, not to exceed 14cm long x 7cm wide. Note: Partially non-hermetic seals are acceptable. M&M’s Chocolate Candies – Pretzel, standard commercial product, small individual coloured milk chocolate candies with Pretzel, minimum weight 48g, Mars Canada thermosealed package, not to exceed 14cm long x 7cm wide. Note: Partially non- hermetic seals are acceptable. Protein Bars Energy Bar – Peanut Butter, standard commercial product, oblong peanut Meal Kit Supply butter energy bar, minimum net weight of 65g, 10g of proteins, hermetically Soldier Fuel sealed individual foil packet, must not exceed 16cm long x 5cm wide. Energy Bar – Chocolate, standard commercial product, oblong chocolate Meal Kit Supply energy bar, minimum net weight of 65g, 10g of proteins, hermetically sealed Soldier Fuel individual foil packet, must not exceed 16cm long x 5cm wide. Energy Bar – Chocolate Chip, standard commercial product, oblong energy bar, minimum net weight of 55g, 9g of proteins, hermetically sealed individual foil Kellogg’s Vector packet, must not exceed 16cm long x 5cm wide.

Other Components

Sugar, white, granulated, standard commercial item, fine, free flowing, individual packet, 100 grains, average net weight minimum 6.5g per packet, packet not to exceed 6cm by 5cm. Mrs. Dash Seasoning Blend, standard commercial product, finely ground blend of 14 herbs, spices and other seasonings, no salt and MSG added, 0.57g per B&G Foods packet.

27/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Hot Sauce, standard commercial product, minimum volume 6.8 mL or 7g, Frank’s Red Hot standard commercial product, packet dimensions not to exceed 8cm x 4cm. Fruit Bars Fruit Bar – Blueberry Pomegranate, standard commercial product, oblong natural fruit bar, contains apples, blueberries and pomegranate, minimum weight SunRype 37g, 2g of fibre, hermetically sealed individual foil packet, must not exceed 15cm x 5cm. Fruitsource Cherry Berry Fruit Bar, standard commercial product, oblong natural fruit bar, contains apples, raspberry and strawberry and cherry, minimum SunRype weight 37g, 2g of fibre, hermetically sealed individual foil packet, must not exceed 15cm x 5cm. Fruitsource Strawberry Fruit Bar, standard commercial product, oblong natural fruit bar, contains apples and strawberry, minimum weight 37g, 2g of fibre, SunRype hermetically sealed individual foil packet, must not exceed 15cm x 5cm. Fruitsource Mango Mangosteen, standard commercial product, oblong natural fruit bar, contains mango and mangosteen, minimum net weight 37g, 2g of fibre, SunRype hermetically sealed individual foil packet, must not exceed 15cm x 5cm. Fruitsource + Veggie Wildberry Fruit Bar, standard commercial product, oblong all natural high fibre fruit bar, contains 3 servings of fruit and vegetables SunRype per bar, minimum weight 37g, 3g of fibre, hermetically sealed individual foil packet, must not exceed 15cm x 5cm. Fruitsource + Veggie Peach Pear Fruit Bar, standard commercial product, oblong all natural high fiber fruit bar, contains 3 servings of fruit and vegetables SunRype per bar, minimum weight 37g, 3g of fiber, hermetically sealed individual foil packet, must not exceed 15cm x 5cm.

Notes:

1.1 In order to assure the longest possible shelf life, no food items must be produced and packaged more than three months prior to the date they are delivered to the Contractor. If this stipulation cannot be met for reasons relating to the manufacturer’s production schedule for the item, the Contractor must request an exemption from the PMO NCRP and must indicate the forecasted production period of the item. The Contractor must not accept non-compliant product without prior approval from the PMO NCRP.

1.2 All items must be hermetically sealed and free from grease, dirt, stains, leakage, and foreign material.

1.3 Since commercial products are being purchased, regular commercial labelling/printing and user’s instructions (if applicable) will be accepted. Labelling must be in accordance with the Consumer Packaging and Labelling Act and Regulations unless authorized otherwise by the PMO NCRP. As a minimum, the name of the product in English and French and the name of the company must appear.

28/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

1.4 Manufacturer’s code must be shown on each packet unless the manufacturer does not normally provide it on his standard commercial packet. If the manufacturer’s code is not on each packet, it must appear on the shipping container. The Contractor must be able to provide an interpretation of all manufacturers’ codes, specifically to demonstrate the date of manufacture.

1.5 Excess air in pouches or bags must be removed before sealing.

1.6 When price is competitive, preference must be given to items packaged in metalized packets. Shelf life is significantly longer in metalized packaging.

29/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

2. Commercial Non-Food Components

Item Description/Specification Individually wrapped, 100% biodegradable compressed napkin made of 100% viscose fiber, 40g/square meter. Unfolded size must be 25cm x 25cm, compressed coin shape napkin must be 2cm in diameter, 8.2mm (+/- 0.05mm) thick. Must be individually wrapped in plastic cellophane Compressed Napkin bag. Printing on individual bag must be as follows:

Compressed Napkin Serviette Comprimée Do not eat, just add water. Ne pas manger, ajoutez simplement de l’eau. match, safety, paper, book cover white, without logo, 20 per book, book Matches size 1.75 in. by 1.5 in., 0.25 in. thick

Pallet, General pallet, material handling general purpose, top 40 in. wide by 48 in. long, Purpose manufactured with eight (8) boards, 6 in. wide by 13/16 in. thick spaced a maximum of ½ in., blocks 4 in. by 4 in. by 6 in. long with 6 in. dimension running in direction of top block (9 pieces required), runners 6 in. wide by 40 in. by 13 (3 pieces required), spiral nails 2.5 in. ardox or equivalent required, to be manufactured in accordance with Drawing No. 9775213 dated 24 Mar 98 found in Appendix 9. Pallet must be delivered free of sawdust.

The following industry wood component tolerances apply for the 40 by 48 pallet:

1. Assembly. The placement of wood components must be as follows:

 Top solid deck must be within +/- ¼ in. (+/- 6 mm) of its specified location (i.e. overall length, width and height).

 Other wood components must be within +/- ½ in. (+/- 13 mm) of their specified location, except that bottom boards must not extend beyond the blocks.

2. Pallet Size Deviation. The pallet size must be limited to +/- 0.25 in. (6 mm) of the target dimension, as measured at specific points along the pallet length and width. The pallets must be flat or their top and bottom surfaces to within ¼ in. (6 mm) maximum deviation from the corner-to-corner straight line.

30/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

3. Squareness. Square or rectangular pallets must be limited to 1.5% or 1 in. (25 mm) difference in the measured top-deck diagonals, whichever is greater.

All wood packaging materials used in shipping must conform to the International Standards for Phytosanitary Measures No. 15: Regulation of Wood Packaging Material in International Trade (ISPM 15). Pertinent additional information on Canada's import and export programs is provided in the following Canadian Food Inspection Agency policy directives: D-98-08 - Entry Requirements for Wood Packaging Materials Produced in All Areas Other Than the Continental United States D-01-05 - The Canadian Wood Packaging Certification Program (CWPCP) Pallet Sheet Pallet sheet, corrugated fibreboard

Plastic Sheet plastic sheet, 60 in. by 72 in., 1.2 mil thick

Shipping Case, IMP box, shipping container, knocked down assembly, corrugated fibreboard, class 1 (domestic service), must be water resistant (eg. waxed) and recyclable, manufactured in accordance with the drawings found at para 1.1 and 1.2 below, and the following description:

Style RSC (Regular Slotted Container)

Weight of case 43 kg maximum and its content

Board Grade singlewall; C-6 (275 psi) test or minimum 44 Edge Crushed Test (ECT)

Flute C Flute

normal basis weight as specified below or min. 44 Board ECT: Combination outside liner 225 g/m2 (65 lb/1000 sq ft) medium 161 g/m2 (38 lb/1000 sq ft) inside liner 225 g/m2 (65 lb/1000 sq ft)

Corrugated (WRA) Water Resistant Adhesive, must meet the 24- Adhesive hr. water immersion ply separation test TAPPI T812 om-92

Inside length - 413 mm (16.25 in) Dimensions width - 330 mm (13.00 in) height - 203 mm (8.00 in)

31/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Glued overlapping tab must be a minimum 50 mm (2 in.) Assembly large and must be placed in the middle of the panel Joint as shown in the attached drawing; top/bottom flaps, when closed, meet at centre to form a squared box.

Direction of horizontal i.e. parallel to the length and width Corrugation dimension (run parallel side to side vice top to (Flute) bottom).

Exterior finish must allow porous ink printing and be smear proof within 20 seconds.

Markings required: a. on one end in 0.5 in. characters, all writing must be in black ink:

HANDLE WITH CARE WHEN FROZEN (0ºC OR BELOW)

THIS SIDE UP - EN HAUT

MANIPULER AVEC SOIN LES RATIONS CONGELÉES (0ºC OU MOINS)

b. on top and bottom flaps in 0.5 in. characters; arrow 1 in. wide, minimum 3 in. high, blank ink must be used:

THIS SIDE UP

EN HAUT

NOTE: Printing and arrowheads must point in the opposite direction

32/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

to manufacturer’s joint as per sketch attached to this Schedule. (drawing not to scale)

c. Box Maker’s Certificate

Note: See Sketches attached to this Schedule for further description: a. Marking – IMP Shipping Container b. Marking and Stencilling – IMP Shipping Container

See Drawing 9690017 dated 96-06-26 for a description of markings and Drawing 9690018 dated 96-06-26 for direction of flute found in Appendix 9. Markings must be jet-ink printed on the shipping container. Shipping Case, LMC box, shipping container, must be water resistant (eg. waxed) and recyclable, PSI bursting strength to read 275.0, knocked down assembly, Waxed type CF, class WR, variety SW, regular slotted style, glued, boxes fibreboard, flaps closure, 1.7 cu. ft. capacity, B Flute. When closed, top/bottom flaps must meet at centre to form a squared box.

Inside dimensions: 16.5 in. long 10 in. wide 18 in. deep

Markings required: Box Maker’s Certificate

Note: See Drawing # 0079139 dated 13 June 2002 found in Appendix 9, for a description of markings. Markings must be jet-ink printed on the shipping container. Shipping Case, box, shipping container, class 1, style 1, must be water resistant (eg. Survival Rations waxed) and recyclable, grade C-5, Flute C, regular slotted, corrugated fibreboard, single wall, 1400.0 KPA bursting strength, knocked-down assembly, flaps closure, 14.9 cu de capacity, 29.0 kg max capacity, domestic use. When closed, top/bottom flaps must meet at centre to Waxed form a squared box.

Inside dimensions: 400.0 mm long 196.0 mm wide 190.0 mm deep

Markings required: Box Makers Certificate

Note: See Drawing #0079140 dated 13 June 2002 found in Appendix 9, for a description of markings. Markings must be jet-ink printed on shipping containers.

33/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Biodegradable spork, 8.5g (+/- 0.15g) weight, 8.25” (+/- 0.005”) in length. Handle must be 0.075” – 0.080” (+/- 0.005”) thick with the spoon width of Spork 1.1” (+/- 0.005”). Must have four fork tines on the end and be constructed from 70% cornstarch and 30% polypropylene. Bio-starch density must be 1.18g/cmᶟ. Stretch Wrap stretch wrap, plastic roll, 20 in. wide, 80 gauge (19 microns) tape, adhesive, pressure sensitive, heavy duty, 72 mm wide, 1.35 mil Tape thick

1.1 Marking – IMP Shipping Container

34/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

1.2 Marking and Stencilling – IMP Shipping Container

35/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

ANNEX A – APPENDIX 9

PICTURES OF UNASSEMBLED RATIONS

Figure 1 - Unassembled IMP, for reference only, items may vary.

36/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Figure 2 – Unassembled LMC, for reference only, actual items may vary.

37/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

ANNEX A - APPENDIX 10

DRAWINGS

38/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Figure 1: Drawing 9690018 – IMP Shipping Case

39/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Figure 2: Drawing 9690017 – IMP Shipping Case Markings

40/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

41/50

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

42/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Figure 3: Drawing DDDS014767 – Pallet

43/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

44/50

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

45/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Figure 4: Drawing 0079139 – LMC Shipping Case

46/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

47/50

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Figure 5: Drawing 0079140 – Survival Rations Shipping Cases

48/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

49/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

ANNEX A – APPENDIX 11

IMP2017 CPM QUANTITIES

Item Quantity Coffee 3 in 1 500 096 Sugar 350 144 Coffee Crisp 128 000 Kit Kat 192 000 Reese’s Pieces 128 000 Snickers 160 000 Soldier Fuel – Peanut Butter 95 072 Tic Tac 850 240 Beverage Bag 850 240 Compressed Napkin 850 240 Matches 850 240 Paper Towel 850 240 Spork 850 240

50/50 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

ANNEX B

EVALUATION PROCEDURES & CRITERIA

1. Evaluation Procedures

1.1 To be considered responsive, a bid must:

1.1.1 meet all the mandatory requirements of this solicitation and

1.1.2 obtain the “Minimum Score Required” for the criteria which are subject to point rating specified in this solicitation.

1.2 Bids not meeting (1.1.1) or (1.1.2) above will be given no further consideration. Neither the responsive bid that scores the highest number of rated points nor the one that contains the lowest price will necessarily be accepted. The responsive bid with the lowest price per rated point will be recommended for award of a contract. The total bid price as determined by the pricing evaluation will serve as the bid price for calculation of the price per rated point.

2. Evaluation of Proposals

The evaluation team will review the proposals against the evaluation criteria detailed in this Annex. The Pricing portion will be reviewed by PWGSC only. Proposals which do not comply with the mandatory requirements at para 5 will be considered non-compliant and will not receive any further consideration.

Rated requirements of the written proposal will be evaluated by judging how well the response addresses the Request for Proposal in a complete, logical, practical and applicable fashion. Rated requirements for all sections will be assigned scores for each item. Proposals failing to meet the minimum score requirements will be deemed to be non-compliant and will receive no further consideration.

2.1 Ranking of Bidders

PWGSC will determine the total score of each compliant proposal by summing the points awarded. The compliant proposal with the lowest cost per point will receive ranking number one, the compliant proposal with the second lowest cost per point will receive ranking number two, and so on until all compliant proposals have been ranked.

2.2 Facility Visit: Top Ranked Bidder

PWGSC and DND may visit the proposed facility of the top ranked Bidder to validate the information provided in its proposal and to confirm availability of the facility and that the facility meets the requirements as given as in the SOW.

2.3 Financial Capability: Top Ranked Bidder

PWGSC will evaluate the top ranked Bidder’s Financial Capability in parallel in accordance with Annex “C”, to ensure its capability to undertake the project and deliver within the

1/13 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

expected contract framework and time frame. Bidder financial capability is mandatory. If the top ranked Bidder does not pass this evaluation, the next highest ranked Bidder will be reviewed for financial capability.

2.4 Contract Award

After contract award, all other ranked Bidders will remain qualified for a period of six (6) months from bid closing.

3. Proposal Evaluation Scoring

The written proposal will be evaluated by the technical evaluation team who will judge the extent to which the response addresses the Request for Proposal in a complete, logical, practical and applicable fashion.

4. Definitions

Similar size and scope: A project consisting of at least 500 000 assembled packs consisting of approximately 15 items per pack, some of which have been procured by the assembler.

SOW: Statement of Work

2/13 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

5. Point Rated Evaluation Requirements

Technical proposals will be evaluated and scored in accordance with the following evaluation criteria:

Maximum Minimum Mandatory EVALUATION CRITERIA Score Score

Available Required SECTION I: TECHNICAL PROPOSAL 100 ??? 1.0 ORGANIZATION AND MANAGEMENT 25 17 1.1 Relevant Experience of the Firm 16 To demonstrate that its experience would be beneficial to DND the Bidder must 8 pts per

describe its involvement in two projects, undertaken in the last ten years, that project as involved procurement and assembly operations of similar size and scope to the shown Combat Rations project. Emphasis should be placed on contracts with the below: Government of Canada. For each project include:

a. name of client organization 1

b. name, title, telephone number and e-mail address of the client contact 1

c. a description of the project including type of services provided, quality 2 requirements, start and end dates, size, scope and value

d. assessment of results achieved (i.e. quality and quantity requirements, 2 deadlines, and extent to which each was met), requirements, start and end dates, size, scope and value

e. similarities of referenced project to the Combat Rations project. Include type of 2 experience, quality requirements, dates, timeline, size, dollar value and results.

1.2 Management Commitment and Involvement 2

3/13 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Maximum Minimum Mandatory EVALUATION CRITERIA Score Score

Available Required The Bidder must outline its management structure and the organizational

responsibilities of its managers, for the Combat Rations project. The Bidder must provide evidence of sufficient management involvement to provide executive direction and corporate support to the Combat Rations project. In particular, provide:

a. an organization chart showing the management structure of the Bidder (names 0.5 are not required in this section). Must show management structure, reporting relationships and relationship between management and technical staff. QC must be a separate position, not combined with other duties. There must be limited double hatting.

b. details of the planned interaction of the Bidder’s management with NDHQ and 0.5 PWGSC.

c. details of the Bidder’s senior management escalation process for dealing with 0.5 contractual and technical disputes

d. a description of any project issues which the Bidder believes would require senior 0.5 management involvement. 1.3 Organization of the Combat Rations Project 2 To demonstrate its understanding of the organization and staffing required, the

Bidder must:

a. describe, using an organization chart or text, the total proposed staffing for the 1 Combat Rations project. Position titles should be shown; names are not required in this section

b. refer to the following work described further at Item 6 of the SOW and identify which position in the organization will perform, or have direct responsibility for 1 each. 4/13 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Maximum Minimum Mandatory EVALUATION CRITERIA Score Score

Available Required  Procuring, receiving and warehousing  Assembly of packs  Packing and palletizing  Warehousing of finished products  Distribution of ration packs  Quality control  Security  Managing stock  Reports  Facility maintenance 1.4 Security 2.5 The Bidder must describe the security plan that will be in place and explain how it will prevent theft, tampering, sabotage, and misuse of DND assets during manned and unmanned hours, and during transportation. If multiple facilities are in use, the security plan must outline security measures while transporting items between facilities. 1.5 Surge Orders Plan 1.5 The Bidder must outline a surge plan that will be in place to describe how they will respond to tasks that exceed routine assembly. The Bidder must address how it will respond to:

a. an increase in assembled ration pack quantities 0.75

b. an increased speed of assembly (earlier completion date) 0.75 1.6 Electronic Reports 1 To demonstrate its ability to prepare the required reports and its ability to interface with the DND electronic system (currently Windows 7 and MS Office 2010) the

5/13 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Maximum Minimum Mandatory EVALUATION CRITERIA Score Score

Available Required Bidder must name the software and version that will be used to prepare and send reports to DND, then use this software to perform the following tasks:

a. propose a format for the Monthly Progress Report and fill in enough sample data 0.5 to demonstrate how the document will be used. The Monthly Progress Report includes, but is not restricted to:

 activities in progress  quantities of line items received  status of each item or project  estimated completion date  recommendations

b. propose a format for the Inspection Report to be prepared following the receipt and inspection of each line item of GSM, and fill in enough sample data to 0.5 demonstrate how the document will be used. The report must be easy to understand and must include, but is not restricted to the following:

 Contract number  Bidder’s company name  Consignor’s name  Date of inspection  Inspection results/type of discrepancy

c. propose, describe and provide a sample of any reports the Bidder would submit to DND that are in addition to those required above (a.), and fill in enough sample data to demonstrate how the document will be used. 2.0 PERSONNEL 15 10 2.1 Project Director 5

6/13 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Maximum Minimum Mandatory EVALUATION CRITERIA Score Score

Available Required The Bidder must designate a Project Director who will be responsible for overall management of the contract. The Bidder must present a resumé for the Project Director that:

a. names the proposed incumbent;

b. demonstrates that he/she has successful management experience in projects of 3 similar size and scope (see para 4 for definition) to include:

 at least three year’s supervisory experience in an assembly process, of which at least two years was as manager  experience in managing or working in procurement  experience managing budgets and deadlines  ability to manage sub-contractors successfully

c. describes his/her training and education. 2 2.2 Operations/Assembly Manager 3 The Bidder must designate an Operations/Assembly Manager who will manage technical aspects of the Contract. The Bidder must provide a resumé for the Operations Manager that:

a. names the proposed incumbent

b. demonstrates that he/she has successful experience in projects of similar size 1.5 and scope (see para 4), to include at least two year’s experience in an assembly process, of which at least one year was as operations manager

c. describes his/her training or education related to supervision, assembly, 1.5 equipment.

7/13 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Maximum Minimum Mandatory EVALUATION CRITERIA Score Score

Available Required 2.3 Quality Manager 2 The Bidder must designate a Quality Manager who will manage the Contractor’s quality activities related to the Combat Rations project. The Bidder must provide a resumé for the Quality Manager that:

a. names the proposed incumbent

b. demonstrates that he/she has experience in projects of similar size and scope 1 (para 4), to include at least one year of experience in Quality Control

c. describes his/her training or education related to Quality Control/HACCP 1 2.4 Buyer 2 The Bidder must designate a Buyer who will manage the procurement of CPM according to product descriptions and specifications furnished by DND. The Bidder must provide a resumé for the buyer that:

a. names the proposed incumbent

b. demonstrates that he/she has experience in projects of similar size and scope 1 (para 4), to include at least two years’ experience in procurement

c. describes his/her training or education 1 2.5 Bilingual Communication 0.5 The Bidder must provide the name and organizational position of the person who will regularly communicate with suppliers of GSM and CPM in both official languages. 2.6 Experience with Assembly Equipment 0.5 The Bidder must provide the name and organizational position of at least one 8/13 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Maximum Minimum Mandatory EVALUATION CRITERIA Score Score

Available Required member of its key personnel who has experience in managing or coordinating the operation, maintenance and repair of assembly equipment. 2.7 Training of Assemblers 2 The Bidder must describe its training and development plan, specifically addressing the following:

a. Orientation to the Combat Rations Program. Plan must outline what they will 1 learn about the plan and how they will emphasize accuracy in assembly and the importance of the combat ration packs.

b. Equipment familiarization and training. Plan must indicate who will conduct the 1 training and how they will be tested for accuracy. 3.0 PROJECT MANAGEMENT 15 10 3.1 Adequacy of Proposed Work Plan 4 To demonstrate its understanding of the project, the Bidder must provide a plan of the work to be undertaken. The work plan must demonstrate the flow or sequence of work, including concurrent activity, and must provide detailed descriptions of procedures for:

a. Procuring CPM (include a sample procurement document for IMP Shipping Container). Quality requirements must be communicated to supplier and items must be evaluated before awarding the contract.

b. Receiving GSM and CPM. Description including verification, reporting results and establishing a traceability and recall program for retorts/meat products.

c. Storing product until ready for assembly.

9/13 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Maximum Minimum Mandatory EVALUATION CRITERIA Score Score

Available Required d. Assembly. Include clear procedures, set-up of assembly lines, number of personnel, how the assembly line will be replenished, inspection/sampling plan, supervisor’s role and labelling of shipping cases.

e. Palletizing.

f. Warehousing, including how the Bidder proposes to store pallets to prevent damage to shipping containers and their contents, both before and after assembly of the combat ration packs.

g. Distribution in accordance with schedule provided by DND.

The Bidder must provide examples of any forms and/or records that relate to the work above filled out with enough data to demonstrate how the document is used. 3.2 Adequacy of Proposed Schedule 3 The Bidder must provide a proposed schedule of all project activities, for the first year of the contract, with milestones and target dates. For planning purposes, assume that for the first contract year, GSM will arrive at the Contractor’s facility between May 1st, 2016 and December 31, 2016. All activity should be addressed from Contract Award to distribution:

a. Procurement of CPM

b. Staggered receipt of CPM and GSM to allow for sampling and verification of product, etc.

c. Storage prior to assembly

d. Assembly and verification of assembly

10/13 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Maximum Minimum Mandatory EVALUATION CRITERIA Score Score

Available Required e. Distribution to depots in accordance with instruction from DND 3.3 Inventory Control 3 The Bidder must describe the inventory control system(s) to be used throughout all stages of the project, including:

a. inventory control system used 1.5

b. frequency of physical stocktaking 1.5

The bidder must provide real examples from a previous contract of any records prepared in support of the inventory control system. If real examples are not available, the proposed format of all records, filled out with sample data, must be provided to demonstrate how the document will be used. 3.4 Traceability and Recall Plan 5 The Bidder must provide a description and sample of the traceability and recall plan 3.5 it is proposing to ensure that all retort pouch items and meat items can be located before and after distribution.

The Bidder must also provide any records or reports related to recall and traceability, 1.5 filled out with enough sample data to demonstrate how the documents will be used. 4.0 QUALITY CONTROL 30 10 4.1 Quality Plan 30

If the Bidder will be assembling in a HACCP certified facility, they will receive full 30 points. Proof of HACCP certification must be provided.

If the Bidder is ISO 9001:2008 certified they will receive half of the total points. 15

11/13 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Maximum Minimum Mandatory EVALUATION CRITERIA Score Score

Available Required If the Bidder submits a details quality plan that meets the elements of ISO 9001:2008 10 but is not HACCP or ISO certified they will receive the minimum score required for the Quality Control section.

In all circumstances, the documents referenced in the Quality Plan must be made available when requested by PWGSC or DND. 5.0 INFRASTRUCTURE 15 10 5.1 Equipment 6 The Bidder must provide a complete list of equipment (excluding office equipment) to be used for all phases of the project from procurement through to distribution, and indicate in which activity each will be used. The Bidder must indicated whether the equipment is currently in place and ready to use. If not, provide the plan for obtaining the equipment and readying it for use. For each item include age and condition. Examples of equipment are as follows (this is in a complete list):

a. QC equipment (scales, rulers, etc.) 1

b. Receiving equipment 1

c. Assembly equipment (Assembly line tables, rollers, sealing machines for 1 overwraps, etc.)

d. Labeling equipment for shipping containers 1

e. Stretch wrapping machine for complete pallets 1

f. Fork lift, pallet truck, etc. 1

5.2 Facility/Facilities 9 12/13 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Maximum Minimum Mandatory EVALUATION CRITERIA Score Score

Available Required The Bidder must describe the facility/facilities that will be used including its:

a. age and condition of facility/facilities 1

b. purpose of last use 1

c. technical characteristics including size, lighting, systems in place to control 2 humidity, pests, dust and temperature

d. facility maintenance plan 2

e. loading docks 1

f. floor plan 1

The Bidder must state whether or not the facility is currently in place and ready for use. If it is not, the Bidder must provide its plan for obtaining the facility and readying 1 it for use when required, according to the Schedule prepared by the Bidder at Item 3.2. If the facility is leased, the Bidder must provide details of the proposed lease agreement indicating start and end date.

13/13 Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

ANNEX C

Price Basis

Based on the information provided in the Statement of Work and the Technical Evaluation and the information provided below, PWGSC is requesting a firm prices for the Assembly of IMP’s based on 17 items and 19 items and LMC’s for A total of 8 and 10 items.

Firm prices must reflect the cost of individual products supplied by the Assembler (ex: chocolate bars, tape or pallets.

Also included in the firm price must be the cost of warehousing and inspecting all IMP’s for a period of 12 months and employees’ salaries as examples. All aspects of assembly must be included in the firm unit price.

For additional option year 2 and 3 the Food Consumer Price Index (CPI) from Statistics Canada will be used to reflect the cost increase in materials and labor.

Firm prices

First Year – 2017 Firm Quantities

Quantity Unit of Issue Firm Unit Price/FOB Destination

850,240 IMP’s Each $ / 17 items to assemble

850,240 IMP’s Each $ / 19 items to assemble

 Breakfast, lunch and dinner all include 17 components for assembly year 2017.

First Year – 2017 Firm Quantities

Quantity Unit of Issue Firm Unit Price/FOB Destination

76,032 LMC Each $ / 8 items to assemble

76,032 LMC Each $ / 10 items to assemble

 This is only a draft and as mentioned we are looking for your feedback or different methods of evaluating the financial portion.

1

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

SURVIVAL YEAR IMPs LMCs SURVIVAL FOOD BEVERAGE 2017 850,240 76,032

2018 500,000 to 1,200,000 50,000 to 100,000 10,000 to 20,000 10,000 to 20,000

2019 500,000 to 1,200,000

Meal Types Number of Meals Cases Pallets Breakfast 210 240 21 024 657 Lunch 320 000 32 000 1000 Dinner 320 000 32 000 1000 Total 850 240 85 024 2657

BREAKFAST LUNCH SUPPER

Retort Pouch Entrée* 1 pouch Retort Pouch Entrée* 1 pouch Retort Pouch Entrée* 1 pouch Retort Pouch Fruit* 1 pouch Retort Pouch Fruit * 1 pouch Retort Pouch Fruit * 1 pouch

Dried Cereal/oatmeal 1 pkg Sports Drink Crystals 2 pkg Sports Drink Crystals 2 pkg Sports Drink Crystals 2 pkg Bread/Bun 1 pkg Bread/Bun 1 pkg Bread/Bun 1 pkg Spread 2 pkg Spread 2 pkg Spread 2 pkg

Condiment 1 pkg Condiment 1 pkg Condiment 1 pkg Hot Beverage 1 pkg Hot Beverage 1 pkg Hot Beverage 1 pkg Candy or Gum 1 pkg Candy or Gum 1 pkg Candy or Gum 1 pkg Protein Source 1 pkg Chocolate Bar 1 bar Chocolate Bar 1 bar Protein Source 1 pkg Protein Source 1 pkg

Beverage Bag 1 ea Beverage Bag 1 ea Beverage Bag 1 ea Plastic Spork 1 ea Plastic Spork 1 ea Plastic Spork 1 ea Compressed Napkin 1 ea Compressed Napkin 1 ea Compressed Napkin 1 ea Matches 1 pkg Matches 1 pkg Matches 1 pkg

Overwrap 1 ea Overwrap 1 ea Overwrap 1 ea

* A retort pouch entrée, fruit or dessert is a foil laminate pouch containing an entrée, a fruit or a dessert, produced and packaged specifically for DND as per DND’s specifications.

2

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

1. LMC

The LMC is a light meal or snack. There are three menus and each ration contains 8 items. The following chart shows the generic LMC menu:

Beef Jerky 1 pkg Trail Mix or Dried Fruit 1 pkg Fruit Bar or Chocolate Bar 1 bar Protein Source 1 pkg Sports Drink Crystals 1 pkg Coffee 3 in 1 1 pkg Beverage Mixing Bag 1 bag Overwrap Bag 1 bag

2. SURVIVAL RATIONS

The Survival Rations consists of food and beverage items that provide the energy to survive for a short period in a crisis situation. There are two types: Basic Survival Food Pack and the Supplementary Survival Beverage Pack.

The chart below shows the contents of each type of Survival Rations:

SUPPLEMENTARY SURVIVAL BASIC SURVIVAL FOOD PACK BEVERAGE PACK

8 Starch Jelly bars; Sports Drink Crystals 4 pkgs Each bar consisting of 4 candies Beverage Mixing Bags 2 bags

1 overwrap bag 1 overwrap bag

PROCUREMENT RESPONSIBILITIES

DND will provide specific items for inclusion in the ration packs. The table below is an example of the list of items to be procured by the Contractor (CPM) and items to be procured by DND (GSM). Please note that these items can change from year to year.

Non Food Components Compressed Towel CPM Matches CPM Spork CPM Beverage Mixing Bags GSM IMP Overwrap Bag GSM LMC Overwrap Bag GSM Shipping Container/Case CPM Tape CPM 3

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Pallet CPM Stretch Plastic Wrap CPM Plastic Sheet CPM Pallet Sheet CPM Food Components (Commercial and Non-Commercial) Sugar CPM Hot Beverages CPM Chewing Gum or Candy CPM Chocolate Bar CPM Fruit Bar CPM Protein Bar CPM Whitener GSM Condiments (3-4 varieties) GSM Spread (3 varieties) GSM Sport Drink Crystals GSM Espresso Roast Coffee GSM Dried Fruit/Trail Mix GSM Protein Shakes/Drink GSM Bread GSM Corn Bread or Tortilla GSM Dried Cereal or Oatmeal GSM Retort Pouch Entrée, Fruit and Dessert GSM Beef Jerky GSM Jelly Candy GSM

The following table lists the possible commercial food products that may be included in the IMPs, LMCs or Survival Ration Packs. The Contractor may propose to DND any products that appear to meet the product descriptions. However, shelf-life testing that DND conducts prior to accepting new products is extensive and might not be accomplished in time to allow new products in the 2017 ration packs.

Beverages Coffee Cappuccino, standard commercial product, instant mix, hot water soluble, Nestlé (Nescafé) single serving, in a hermetically sealed foil laminated packet not to exceed 13.7 cm by 9.2 cm, moisture content not to exceed 4.25 percent. Packet must contain sufficient instant mix to make at least a good quality single portion, 200 mL of beverage. Coffee 3 in 1, standard commercial item, instant coffee mix with coffee whitener Nestlé (Nescafé) and sugar, hot water soluble, single serving, hermetically sealed foil laminated package, not to exceed 14.5cm x 3.5cm, moisture content not to exceed 4.25%. Packet must contain sufficient instant mix to make at least a good single portion of 245 ml.

4

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Vanilla Cappuccino, standard commercial item, flavoured Cappuccino instant Nestlé (Nescafé) coffee mix, hot water soluble, single serving, hermetically sealed foil laminated package, not to exceed 14 cm x 9 cm, moisture content not to exceed 4.25%. Packet must contain sufficient instant mix to make at least a good single portion of 150 ml. Caramel Latte (Original), standard commercial item, Latte Caramel Instant Nestlé (Nescafé) Coffee mix, hot water soluble, single serving, hermetically sealed foil laminated package, not to exceed 14 cm x 9 cm, moisture content not to exceed 4.25%. Packet must contain sufficient instant mix to make at least a good single portion of 200 ml. Tea bag, regular (not decaffeinated), 1 cup size, individual portion, standard commercial item, first quality Orange Pekoe, one bag per individual hermetically sealed foil laminated pouch, not to exceed 7 cm by 8 cm, must make at least a good quality single portion of beverage. Hot Apple Beverage Crystals, standard commercial item, instant apple- Lynch flavoured mix, hot water soluble, single serving, in a hermetically sealed foil laminated packet not to exceed 10 cm x 12 cm, moisture content not to exceed 3.5%, 72mg of vitamin C per single serving. Packet shall contain sufficient instant mix to make at least a good single portion, 170 ml of beverage. Candies Tic Tac – Fresh mint, Pack of 4 mints, hermetically sealed individual packet, Ferrero Canada 1.9g, not to exceed 3cm x 5cm. Ice Breakers Frost – Wintercool, pack of 2 mints, hermetically sealed package, Hershey Canada not to exceed 7cm x 7cm Peppermint, pack of 2 gums, hermetically sealed package, not to exceed 7cm x TDB 7cm. Chocolate Bars Coffee Crisp chocolate bar, standard commercial product, milk chocolate Nestlé coated, coffee cream filled biscuit, minimum weight 50 g, hermetically sealed, not to exceed 18 cm in length. Creamy Caramel chocolate bar, standard commercial product, creamy caramel Hershey/Creamy covered with milk chocolate, minimum weight 45 g, hermetically sealed, not to Caramel exceed 17 cm in length. Kit Kat Dark chocolate bar, standard commercial product, three-layers of wafer, Nestlé filled with chocolate cream layers, coated with dark chocolate, minimum weight 50 g, hermetically sealed, not to exceed 14 cm long by 7½ cm wide. Kit Kat chocolate bar (four sticks), standard commercial product, three-layers Nestlé of wafer, filled with chocolate cream layers, coated with milk chocolate, minimum weight 45g, hermetically sealed package, not to exceed 12cm long by 7cm wide.

5

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Kit Kat Chunky chocolate bar, standard commercial product, five-layers of Nestlé wafer, filled with chocolate cream and coated with creamy chocolate, minimum weight 50g, hermetically sealed package, not to exceed 17 cm x 4 cm. Snickers chocolate bar, standard commercial product, peanut nougat topped Mars Canada with caramel, enrobed in milk chocolate, minimum weight 52g, hermetically sealed, must not exceed 15cm. Snickers Almond chocolate bar, standard commercial product, peanut nougat Mars topped with roasted almonds and caramel, enrobed in milk chocolate, minimum weight 59g, hermetically sealed package, must not exceed 15cm. Reese’s Pieces Peanut Butter Candies, standard commercial product, small Hershey individual coloured peanut butter candies, minimum weight 51g, hermetically sealed package, not to exceed 14cm long x 11cm wide. Mars chocolate bar, standard commercial product, chocolate malt nougat Mars topped with a layer of caramel and covered with dark chocolate, minimum weight 58g, hermetically sealed package, must not exceed 15cm. Mars Dark chocolate bar, standard commercial product, chocolate malt nougat Mars topped with a layer of caramel and covered with dark chocolate, minimum weight 58g, hermetically sealed package, must not exceed 15cm. Caramilk Thick chocolate bar, standard commercial product, creamy caramel covered with milk chocolate, minimum weight 50g, hermetically sealed package, Cadbury not to exceed 20cm x 4cm. M&M’s Chocolate Candies, standard commercial product, small individual coloured milk chocolate candies, minimum weight 48g, thermosealed package, Mars Canada not to exceed 14cm long x 7cm wide. Note: Partially non-hermetic seals are acceptable. M&M’s Chocolate Candies – Peanut Butter, standard commercial product, small individual coloured milk chocolate candies with peanut butter, minimum Mars Canada weight 48g, thermosealed package, not to exceed 14cm long x 7cm wide. Note: Partially non-hermetic seals are acceptable. M&M’s Chocolate Candies – Pretzel, standard commercial product, small individual coloured milk chocolate candies with Pretzel, minimum weight 48g, Mars Canada thermosealed package, not to exceed 14cm long x 7cm wide. Note: Partially non- hermetic seals are acceptable. Protein Bars Energy Bar – Peanut Butter, standard commercial product, oblong peanut Meal Kit Supply butter energy bar, minimum net weight of 65g, 10g of proteins, hermetically Soldier Fuel sealed individual foil packet, must not exceed 16cm long x 5cm wide. Energy Bar – Chocolate, standard commercial product, oblong chocolate Meal Kit Supply energy bar, minimum net weight of 65g, 10g of proteins, hermetically sealed Soldier Fuel individual foil packet, must not exceed 16cm long x 5cm wide.

6

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Energy Bar – Chocolate Chip, standard commercial product, oblong energy bar, minimum net weight of 55g, 9g of proteins, hermetically sealed individual foil Kellogg’s Vector packet, must not exceed 16cm long x 5cm wide.

Other Components

Sugar, white, granulated, standard commercial item, fine, free flowing, individual packet, 100 grains, average net weight minimum 6.5g per packet, packet not to exceed 6cm by 5cm. Mrs. Dash Seasoning Blend, standard commercial product, finely ground blend of 14 herbs, spices and other seasonings, no salt and MSG added, 0.57g per B&G Foods packet. Hot Sauce, standard commercial product, minimum volume 6.8 mL or 7g, Frank’s Red Hot standard commercial product, packet dimensions not to exceed 8cm x 4cm. Fruit Bars Fruit Bar – Blueberry Pomegranate, standard commercial product, oblong natural fruit bar, contains apples, blueberries and pomegranate, minimum weight SunRype 37g, 2g of fibre, hermetically sealed individual foil packet, must not exceed 15cm x 5cm. Fruitsource Cherry Berry Fruit Bar, standard commercial product, oblong natural fruit bar, contains apples, raspberry and strawberry and cherry, minimum SunRype weight 37g, 2g of fibre, hermetically sealed individual foil packet, must not exceed 15cm x 5cm. Fruitsource Strawberry Fruit Bar, standard commercial product, oblong natural fruit bar, contains apples and strawberry, minimum weight 37g, 2g of fibre, SunRype hermetically sealed individual foil packet, must not exceed 15cm x 5cm. Fruitsource Mango Mangosteen, standard commercial product, oblong natural fruit bar, contains mango and mangosteen, minimum net weight 37g, 2g of fibre, SunRype hermetically sealed individual foil packet, must not exceed 15cm x 5cm. Fruitsource + Veggie Wildberry Fruit Bar, standard commercial product, oblong all natural high fibre fruit bar, contains 3 servings of fruit and vegetables SunRype per bar, minimum weight 37g, 3g of fibre, hermetically sealed individual foil packet, must not exceed 15cm x 5cm. Fruitsource + Veggie Peach Pear Fruit Bar, standard commercial product, oblong all natural high fiber fruit bar, contains 3 servings of fruit and vegetables SunRype per bar, minimum weight 37g, 3g of fiber, hermetically sealed individual foil packet, must not exceed 15cm x 5cm.

7

Solicitation No. - No de l'invitation Amd. No. - No de la modif. Buyer ID - Id de 'acheteur W8486-17SP01/A PD022 Client Ref. No. - No de réf. du client File No. - No du dossier CCC No./No CCC - FMS No/No VME W8486-17SP01 PD022- W8486-17SP01

Item Description/Specification Individually wrapped, 100% biodegradable compressed napkin made of 100% viscose fiber, 40g/square meter. Unfolded size must be 25cm x 25cm, compressed coin shape napkin must be 2cm in diameter, Compressed 8.2mm (+/- 0.05mm) thick. Must be individually wrapped in plastic Napkin cellophane bag. Printing on individual bag must be as follows: Compressed Napkin Serviette Comprimée Do not eat, just add water. Ne pas manger, ajoutez simplement de l’eau. match, safety, paper, book cover white, without logo, 20 per book, book Matches size 1.75 in. by 1.5 in., 0.25 in. thick

8