Quick viewing(Text Mode)

Instructions: Municipal Taxes Are Not Applicable

Instructions: Municipal Taxes Are Not Applicable

National Defence Défense nationale National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ottawa (Ontario) K1A 0K2 K1A 0K2

REQUEST FOR PROPOSAL / Title / Titre: Solicitation No / No de l’invitation: DEMANDE DE PROPOSITION Uninterruptible Power Supply (UPS) for CT Scanner W6369-21-A077 Date of Solicitation / Date de l’invitation: 31 May 2021 RETURN BIDS TO / RETOURNER LES SOUMISSIONS À: Address Enquiries to – Adresser toutes questions à: Att: Binh Duong By e-mail to: [email protected] Department of National Defence Director Services Contracting (D Svcs C) 3-3-3 Att: Binh Duong Director Services Contracting (D Svcs C) 3 101 Colonel By Drive Ottawa ON K1A 0K2

Email: [email protected]

Proposal To: National Defence Canada Telephone No. / No de téléphone: FAX No / No de fax: We hereby offer to sell to Her Majesty the Queen in right of Canada, in accordance with the terms and conditions set out herein, referred to herein or attached hereto, the goods and services listed herein Destination: and on any attached sheets at the price(s) set out Canadian Forces Health Services Center (Atlantic) therefore. CFB Halifax Proposition à : Défense nationale Canada Nous offrons par la présente de vendre à Sa Majesté la 2685 Sextant Lane Halifax, Building S80 Reine du chef du Canada, aux conditions énoncées ou incluses par référence dans la présente et aux annexes Halifax, B3K 5X5 ci-jointes, les biens et services énumérés ici et sur toute feuille ci-annexée, au(x) prix indique(s).

Instructions: Municipal taxes are not applicable. Unless otherwise specified herein all prices quoted must include all applicable Canadian customs duties, GST/HST, excise taxes and are to be delivered Delivery Duty Paid including all delivery charges to destination(s) as indicated. The amount of the Goods and Services Tax/Harmonized Sales Tax is to be shown as a separate item.

Instructions: Les taxes municipales ne s'appliquent pas. Sauf indication contraire, les prix indiqués doivent comprendre les droits de douane canadiens, la TPS/TVH et la taxe d'accise. Les biens doivent être livrés «rendu droits acquittés», tous frais de livraison compris, à la ou aux destinations indiquées. Le montant de la taxe sur les produits et services/taxe de vente

Solicitation Closes / Delivery required / Livraison exigée: Delivery offered / Livraison proposée: L’invitation prend fin: On or before by 31 January 2022 At / à : Vendor Name and Address / Raison sociale et adresse du fournisseur:

2:00PM Eastern Daylight Time (EDT)

On / le :

12 July 2021

Name and title of person authorized to sign on behalf of vendor (type or print) / Nom et titre de la personne autorisée à signer au nom du fournisseur (caractère d'imprimerie):

Name / Nom: ______Title / Titre: ______

Signature:______Date: ______

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

TABLE OF CONTENTS PART 1 - GENERAL INFORMATION 4

1.1 INTRODUCTION 4 1.2 SUMMARY 4 1.3 DEBRIEFINGS 5 PART 2 - BIDDER INSTRUCTIONS 6

2.1 STANDARD INSTRUCTIONS, CLAUSES AND CONDITIONS 6 2.2 SUBMISSION OF BIDS 7 2.3 ENQUIRIES - BID SOLICITATION 7 2.4 APPLICABLE LAWS 7 2.5 BID CHALLENGE AND RECOURSE MECHANISMS 7 PART 3 - BID PREPARATION INSTRUCTIONS 9 3.1 BID PREPARATION INSTRUCTIONS 9 3.2 SECTION I: TECHNICAL BID 9 3.3 SECTION II: FINANCIAL BID 9 3.4 SECTION III: CERTIFICATIONS 10 3.5 SECTION IV: ADDITIONAL INFORMATION 10 ATTACHMENT 1 TO PART 3 - PRICING SCHEDULE 11

1. INITIAL CONTRACT PERIOD 11 2. OPTION (FROM CONTRACT AWARD DATE TO 30 JUNE 2024) 12 ATTACHMENT 2 TO PART 3 - ELECTRONIC PAYMENT INSTRUMENTS 14 PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION 15

4.1 EVALUATION PROCEDURES 15 4.2 BASIS OF SELECTION - LOWEST EVALUATED PRICE, MANDATORY TECHNICAL CRITERIA 15 ATTACHMENT 1 TO PART 4 - EVALUATION CRITERIA 16

MANDATORY TECHNICAL CRITERIA 16 PART 5 - CERTIFICATIONS AND ADDITIONAL INFORMATION 18 5.1 CERTIFICATIONS REQUIRED WITH THE BID 18 5.2 CERTIFICATIONS PRECEDENT TO CONTRACT AWARD AND ADDITIONAL INFORMATION 18 PART 6 - SECURITY, FINANCIAL AND OTHER REQUIREMENTS 20

6.1 SECURITY REQUIREMENTS 20 PART 7 - RESULTING CONTRACT CLAUSES 21 ARTICLES OF AGREEMENT 21

7.1 REQUIREMENT 21 7.2 STANDARD CLAUSES AND CONDITIONS 21 7.3 SECURITY REQUIREMENTS 22 7.4 TERM OF CONTRACT 22 7.5 AUTHORITIES 23 7.6 PAYMENT 24 7.7 INVOICING INSTRUCTIONS 25

Canada 2

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

7.8 CERTIFICATIONS AND ADDITIONAL INFORMATION 25 7.9 APPLICABLE LAWS 25 7.10 PRIORITY OF DOCUMENTS 25 7.11 DEFENCE CONTRACT 26 7.12 FOREIGN NATIONALS (CANADIAN CONTRACTOR) 26 7.12 FOREIGN NATIONALS (FOREIGN CONTRACTOR) 26 7.13 INSURANCE 27 7.14 DISPUTE RESOLUTION 27 7.15 SACC MANUAL CLAUSE 27 ANNEX A - REQUIREMENT 28 ANNEX B - BASIS OF PAYMENT 42

1. INITIAL CONTRACT PERIOD 42 2. OPTION (FROM CONTRACT AWARD DATE TO 30 JUNE 2024) 43 ANNEX C - SECURITY REQUIREMENTS CHECK LIST 45 ANNEX D – ACCEPTANCE TESTING 48

Canada 3

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

PART 1 - GENERAL INFORMATION

1.1 Introduction

A. 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 and Additional Information: includes the certifications and additional information 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.

B. The Attachments include the Pricing Schedule, the Technical Evaluation, and any other attachments.

C. The Annexes include the Requirement, the Basis of Payment, the Security Requirements Checklist, the Acceptance Testing and any other annexes.

1.2 Summary

A. The Department of National Defence has a requirement for one (1) Uninterruptible Power Supply (UPS) mounted in one (1) International Organization for Standardization (ISO) container, with an option to purchase an additional two (2) UPS units over three (3) years.

The UPS must be compatible with our Deployable Self-Containerized Computed Tomography (CT) Scanner Phillips Ingenuity Core 128 Elite, which is installed and operates in an ISO container. This UPS will allow the CT Scanner to function with clean power; and will be transported and utilized internationally, should we require the deployable CT Scanner.

There is also a requirement to provide Operator and Technical Service Training to Canadian Forces Health Services personnel.

(i) The contract will be from the date of award to 30 June 2024.

(ii) Delivery of the requirement will be made to delivery point(s) specified at Appendix 1 of Annex A of the Contract.

Canada 4

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

B. There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.

C. The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA).

1.3 Debriefings

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

Canada 5

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

PART 2 - BIDDER INSTRUCTIONS

2.1 Standard Instructions, Clauses and Conditions

A. 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 (SACC) Manual (https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions- manual) issued by Public Works and Government Services Canada.

B. 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.

C. The 2003 (2020-05-28), Standard Instructions - Goods or Services - Competitive Requirements, are incorporated by reference into and form part of the bid solicitation, with the following modification(s):

(i) Section 02, Procurement Business Number, is deleted in its entirety;

(ii) Section 05, Submission of bids, subsection 2, paragraph d., is deleted in its entirety and replaced with the following:

d. send its bid only to the Department of National Defence location specified on page 1 of the bid solicitation or to the address specified in the bid solicitation.

(iii) Section 05, Submission of bids, subsection 2, paragraph e., is deleted in its entirety and replaced with the following:

e. ensure that the Bidder's name, return address, the bid solicitation number, and bid solicitation closing date and time are clearly visible on the bid; and

(iv) Section 05, Submission of bids, subsection 4, is amended as follows:

Delete: 60 days Insert: 120 days

(v) Section 06, Late bids, is deleted in its entirety;

(vi) Section 07, Delayed bids, is deleted in its entirety and replaced with the following:

07 Delayed bids

1. It is the Bidder’s responsibility to ensure that the Contracting Authority has received the entire submission. Misrouting or other electronic delivery issues resulting in late submission of bids will not be accepted.

(xii) Section 08, Transmission by facsimile, is deleted in its entirety; and

(xiii) Section 20, Further information, is deleted in its entirety.

Canada 6

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

2.2 Submission of Bids

A. Bids must be submitted only to the Department of National Defence (DND) by the date, time, and place indicated on page 1 of the bid solicitation.

B. Due to the nature of the bid solicitation, bids transmitted by facsimile will not be accepted.

2.2.1 Electronic Submissions

Individual e-mails that may include certain scripts, formats, embedded macros and/or links, or those that exceed five (5) megabytes may be rejected by Canada’s e-mail system and/or firewall(s) without notice to the Bidder or Contracting Authority. Larger bids may be submitted through more than one e-mail. Canada will confirm receipt of documents. It is the Bidder’s responsibility to ensure that their entire submission has been received. Bidders should not assume that all documents have been received unless Canada confirms receipt of each document. In order to minimize the potential for technical issues, bidders are requested to allow sufficient time before the closing date and time to confirm receipt. Bid documents submitted after the closing time and date will not be accepted.

2.3 Enquiries - Bid Solicitation

A. All enquiries must be submitted in writing to the Contracting Authority no later than ten (10) calendar days before the bid closing date. Enquiries received after that time may not be answered.

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

2.4 Applicable Laws

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

B. 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 Bid Challenge and Recourse Mechanisms

(a) Several mechanisms are available to potential suppliers to challenge aspects of the procurement process up to and including contract award.

Canada 7

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

(b) Canada encourages suppliers to first bring their concerns to the attention of the Contracting Authority. Canada’s Buy and Sell website, under the heading “Bid Challenge and Recourse Mechanisms” contains information on potential complaint bodies such as:

 Office of the Procurement Ombudsman (OPO)  Canadian International Trade Tribunal (CITT)

(c) Suppliers should note that there are strict deadlines for filing complaints, and the time periods vary depending on the complaint body in question. Suppliers should therefore act quickly when they want to challenge any aspect of the procurement process.

Canada 8

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

PART 3 - BID PREPARATION INSTRUCTIONS

3.1 Bid Preparation Instructions

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

Section I: Technical Bid: one (1) soft copy in PDF format by e-mail;

Section II: Financial Bid: one (1) soft copy in PDF format by e-mail;

Section III: Certifications: one (1) soft copy in PDF format by e-mail; and

Section IV: Additional Information: one (1) soft copy in PDF format by e-mail.

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

3.2 Section I: Technical Bid

A. 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.

B. 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 topic has already been addressed.

3.3 Section II: Financial Bid

Bidders must submit their financial bid in accordance with the Pricing Schedule detailed in Attachment 1 to Part 3.

3.3.1 Electronic Payment of Invoices - Bid

A. If you are willing to accept payment of invoices by Electronic Payment Instruments, complete Attachment 2 to Part 3, Electronic Payment Instruments, to identify which ones are accepted.

B. If Attachment 2 to Part 3, Electronic Payment Instruments is not completed, it will be considered as if Electronic Payment Instruments are not being accepted for payment of invoices.

C. Acceptance of Electronic Payment Instruments will not be considered as an evaluation criterion.

3.3.2 Exchange Rate Fluctuation

The requirement does not offer exchange rate fluctuation risk mitigation. Requests for exchange rate fluctuation risk mitigation will not be considered. All bids including such provision will render the bid non-responsive.

Canada 9

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

3.4 Section III: Certifications

Bidders must submit the certifications and additional information required under Part 5.

3.5 Section IV: Additional Information

In Section IV of their bid, bidders should provide:

(i) A completed, signed, and dated Page 1 of this solicitation;

(ii) The name of the contact person (provide also this person’s title, mailing address, phone number, and email address) authorized by the Bidder to enter into communications with Canada with regards to their bid, and any contract that may result from their bid;

(iii) For Part 2, article 2.5, Applicable Laws, of the bid solicitation: the province or territory if different than specified;

(iv) For Part 6, article 6.1, Security Requirement, of the bid solicitation, for each individual who will require access to classified or protected information, assets, or sensitive work sites:

(a) the name of the individual;

(b) the date of birth of the individual; and

(c) if available, information confirming the individual meets the security requirement as indicated in Part 7 - Resulting Contract Clauses; and

(v) Any other information submitted in the bid not already detailed.

Canada 10

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

ATTACHMENT 1 TO PART 3 - PRICING SCHEDULE

A. The Bidder must complete this pricing schedule and include it in its financial bid.

B. The estimated quantity in this pricing schedule are provided for bid evaluated price determination purposes only. They are not to be considered as a contractual guarantee. Their inclusion in this pricing schedule does not represent a commitment by Canada that Canada’s future usage of the services described in the bid solicitation will be consistent with this data.

C. The firm rates specified below include all expenses that may need to be incurred to satisfy the terms of any contract that may result from its bid.

D. All prices and costs must be submitted in Canadian Dollars, Applicable Taxes excluded, FOB destination, freight charges included, Canadian customs duties and sales tax, if applicable, are extra to the Contract Price and payable by Canada.

1. Initial Contract Period

1.1 Equipment – Uninterruptible Power Supply (UPS) and Container

Delivery Firm Unit Total Quantity Manufacturer’s Delivery Lead Price Estimated Item Description of Units Part Number Location Time in (Cdn) Price days A B C = A X B Uninterruptible Power Supply (UPS) and To be inserted (CFB) 1 Accessories with ______1 $______$______at Bid Issuance Halifax container as per the Requirement in Annex A

Total Equipment – Uninterruptible Power Supply (UPS) and Container $______

1.2 Services – Training Sessions

Firm Price Total Language of Quantity of Location of Per Session Estimated Item Description Delivered Session Session (Cdn) Price Session A B C = A X B Operator Training session 1 as per the (CFB) Halifax English 1 $______$______Requirement in Annex A Technical Service Training 2 session as per (CFB) Halifax English 1 $______$______the Requirement in Annex A

Canada 11

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

Total Services – Training Sessions $______

1.3 TOTAL INITIAL CONTRACT PERIOD (Total Equipment – Uninterruptible Power Supply (UPS) and Container + Total Services – Training Sessions) = 1.1 + 1.2:

$______(Amount to be inserted at Bid Issuance)

2. Option (From Contract Award date to 30 June 2024)

2.1 Equipment – Uninterruptible Power Supply (UPS) and Container

Delivery Firm Unit Total Quantity Manufacturer’s Delivery Lead Price Estimated Item Description of Units Part Number Location Time in (Cdn) Price days A B C = A X B Uninterruptible Power Supply (UPS) and To be inserted (CFB) 1 Accessories with ______1 $______$______at Bid Issuance Petawawa container as per the Requirement in Annex A Uninterruptible Power Supply (UPS) and To be inserted (CFB) 2 Accessories with ______1 $______$______at Bid Issuance Edmonton container as per the Requirement in Annex A

Total Equipment – Uninterruptible Power Supply (UPS) and Container $______

2.2 Services – Training Sessions

Firm Price Total Language of Quantity of Location of Per Session Estimated Item Description Delivered Session Session (Cdn) Price Session A B C = A X B Operator Training session (CFB) 1 as per the English 1 $______$______Petawawa Requirement in Annex A.

Canada 12

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

Technical Service Training (CFB) 2 session as per English 1 $______$______Petawawa the Requirement in Annex A Operator Training session (CFB) 3 as per the English 1 $______$______Edmonton Requirement in Annex A. Technical Service Training (CFB) 4 session as per English 1 $______$______Edmonton the Requirement in Annex A

Total Services – Training Sessions $______

2.3 TOTAL OPTION PERIOD (Total Equipment – Uninterruptible Power Supply (UPS) and Container + Total Services – Training Sessions) = 2.1 + 2.2:

$______(Amount to be inserted at Bid Issuance)

3. Total Evaluated Price

3.1 TOTAL EVALUATED PRICE (Total Initial Contract Period + Total Option Period = 1.3 + 2.3:

$______(Amount to be inserted at Bid Issuance)

4. Applicable Taxes = Insert the amount, as applicable

$______GST (Amount to be inserted at Bid Issuance)

$______HST (Amount to be inserted at Bid Issuance)

$______QST (Amount to be inserted at Bid Issuance)

Canada 13

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

ATTACHMENT 2 TO PART 3 - ELECTRONIC PAYMENT INSTRUMENTS

The Bidder accepts to be paid by any of the following Electronic Payment Instrument(s):

( ) VISA Acquisition Card;

( ) MasterCard Acquisition Card;

( ) Direct Deposit (Domestic and International);

( ) Electronic Data Interchange (EDI); and

( ) Wire Transfer (International Only).

Canada 14

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

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.

B. An evaluation team composed of representatives of Canada will evaluate the bids.

4.1.1 Technical Evaluation

Mandatory technical evaluation criteria are included in Attachment 1 to Part 4, Evaluation Criteria.

4.1.2 Financial Evaluation

The price of the bid will be evaluated in Canadian dollars, Applicable Taxes excluded, FOB destination, freight charges included, Canadian customs duties and excise taxes excluded.

4.2 Basis of Selection - Lowest Evaluated Price, Mandatory Technical Criteria

A. A bid must comply with the requirements of the bid solicitation and meet all mandatory technical evaluation criteria to be declared responsive. The responsive bid with the lowest evaluated price will be recommended for award of a contract.

B. Should two (2) or more responsive bids achieve an identical lowest evaluated price, the bid with the shortest delivery lead time will be recommended will be recommended for award of a contract.

Canada 15

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

ATTACHMENT 1 TO PART 4 - EVALUATION CRITERIA

Mandatory Technical Criteria

The following mandatory technical criteria must be demonstrated with supporting documentation in the form of a screen shot of equipment function from the equipment, user manual, technical/sales brochure, report and/or certifications which must be provided with the Bidder’s response at the time of bid submission. Failure to submit supporting documentation that clearly demonstrates the mandatory technical criteria listed below, may render the bid non-compliant and will not be given further consideration. Any information proposed as options or additions to the work will NOT be evaluated.

# Mandatory Technical Criteria Location in Manual or Proposal (title, page, etc) UPS M1 The Bidder must demonstrate that their proposed UPS unit has the following Certification and Compliance:

Canadian Standards Association (CSA) certification (www.csagroup.org/global/en/about-csa-group/certification- marks-labels); or an equivalent proof of certification or proof of equivalency must be recognized by SCC (Standard Council of Canada) (www.scc.ca).

Proof of certification must be included in the bid package.

M2 The Bidder must demonstrate that their proposed UPS unit has a run time, without external power source, at 110 kVA of a minimum of 30 minutes.

M3 The Bidder must demonstrate that their proposed UPS has been pre-approved by Philips Canada as compatible with the Computed Tomography (CT) Scanner - Phillips Ingenuity Core 128 Elite.

UPS CONTAINER M4 The bidder must demonstrate that the overall dimensions of their proposed UPS container in transport mode complies with the 20’ ISO container footprint characteristics as defined in ISO 668 designation 1C.

A diagram of the container with external dimensions must be included with the bid.

M5 The bidder must demonstrate that the proposed container will have a HVAC unit capable of maintaining an internal temperature of 20° C +/- 5 ° C (with external temperatures ranging from -30°C to + 50°C).

M6 The bidder must demonstrate that the proposed container will be insulated with a minimum R value of 10.

Canada 16

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

# Mandatory Technical Criteria Location in Manual or Proposal (title, page, etc) M7 The bidder must demonstrate that the proposed container will have a minimum of 4 (four) 120 VAC 15A receptacles.

M8 The bidder must demonstrate that the proposed container will include four (4) top and four (4) bottom corners fitting IAW ISO 1161.

M9 The bidder must demonstrate that the proposed container will allow container lifting equipment to lift the container vertically by bayonet type twist locks, engaging the top apertures in the ISO 1161 top corner fittings.

M10 The bidder must demonstrate that the proposed container, and mounted UPS with accessories, will be capable of being loaded and transported on ISO transport trailers and commercial palletized pick-up and delivery vehicles including rail and sea means.

Canada 17

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

PART 5 - CERTIFICATIONS AND ADDITIONAL INFORMATION

A. Bidders must provide the required certifications and additional information to be awarded a contract.

B. The certifications provided by Bidders to Canada are subject to verification by Canada at all times. Unless specified otherwise, Canada will declare a bid non-responsive, or will declare a contractor in default if any certification made by the Bidder is found to be untrue, whether made knowingly or unknowingly, during the bid evaluation period or during the contract period.

C. The Contracting Authority will have the right to ask for additional information to verify the Bidder’s certifications. Failure to comply and to cooperate with any request or requirement imposed by the Contracting Authority will render the bid non-responsive or constitute a default under the Contract.

5.1 Certifications Required with the Bid

Bidders must submit the following duly completed certifications as part of their bid.

5.1.1 Integrity Provisions - Declaration of Convicted Offences

In accordance with the Integrity Provisions of the Standard Instructions, all bidders must provide with their bid, if applicable, the Integrity declaration form available on the Forms for the Integrity Regime website (http://www.tpsgc-pwgsc.gc.ca/ci-if/declaration-eng.html), to be given further consideration in the procurement process.

5.2 Certifications Precedent to Contract Award and Additional Information

The certifications and additional information listed below should be submitted with the bid but may be submitted afterwards. If any of these required certifications or additional information is not completed and submitted as requested, the Contracting Authority will inform the Bidder of a time frame within which to provide the information. Failure to provide the certifications or the additional information listed below within the time frame specified will render the bid non- responsive.

5.2.1 Integrity Provisions - Required Documentation

In accordance with the section titled “Information to be provided when bidding, contracting, or entering into a real procurement agreement” of the Ineligibility and Suspension Policy (http://www.tpsgc-pwgsc.gc.ca/ci-if/politique-policy-eng.html), the Bidder must provide the required documentation, as applicable, to be given further consideration in the procurement process.

5.2.2 Federal Contractors Program for Employment Equity - Bid Certification

A. By submitting a bid, the Bidder certifies that the Bidder, and any of the Bidder's members if the Bidder is a Joint Venture, is not named on the Federal Contractors Program (FCP) for employment equity "FCP Limited Eligibility to Bid" list available at the bottom of the page of the Employment and Social Development Canada (ESDC) - Labour's website (https://www.canada.ca/en/employment-social-development/programs/employment- equity/federal-contractor-program.html#).

Canada 18

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

B. Canada will have the right to declare a bid non-responsive if the Bidder, or any member of the Bidder if the Bidder is a Joint Venture, appears on the “FCP Limited Eligibility to Bid“ list at the time of contract award.

Canada 19

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

PART 6 - SECURITY, FINANCIAL AND OTHER REQUIREMENTS

6.1 Security Requirements

A. Before award of a contract, the following conditions must be met:

(i) The Bidder must hold a valid organization security clearance as indicated in Part 7 - Resulting Contract Clauses;

(ii) The Bidder's proposed individuals requiring access to classified or protected information, assets or sensitive work sites must meet the security requirements as indicated in Part 7 - Resulting Contract Clauses; and

(iii) The Bidder must provide the name of all individuals who will require access to classified or protected information, assets or sensitive work sites;

(v) The Bidder must provide the addresses of proposed sites or premises of work performance and document safeguarding as indicated in Part 3 - Section IV Additional Information.

B. Bidders are reminded to obtain the required security clearance promptly. Any delay in the award of a contract to allow the successful Bidder to obtain the required clearance will be at the entire discretion of the Contracting Authority.

C. For additional information on security requirements, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc- src/introduction-eng.html) website.

Canada 20

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

PART 7 - RESULTING CONTRACT CLAUSES

The following clauses and conditions apply to and form part of any contract resulting from the bid solicitation.

ARTICLES OF AGREEMENT

7.1 Requirement

The Contractor must provide the item(s) detailed under the Requirement at Annex A.

7.1.1 Optional Goods and/or Services

A. The Contractor grants to Canada the irrevocable option to acquire the goods, services, or both described at Annex A, Requirement, of the Contract under the same conditions and at the prices and/or rates stated in the Contract. The option may only be exercised by the Contracting Authority and will be evidenced, for administrative purposes only, through a contract amendment.

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

7.2 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 (SACC) 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 (2020-05-28), General Conditions - Higher Complexity - Goods, apply to and form part of the Contract, with the following modification(s):

(i) Article 01, Interpretation, "Canada", "Crown", "Her Majesty" or "the Government", is deleted in its entirety and replaced with the following:

"Canada", "Crown", "Her Majesty" or "the Government" means Her Majesty the Queen in right of Canada as represented by the Minister of National Defence and any other person duly authorized to act on behalf of that minister or, if applicable, an appropriate minister to whom the Minister of National Defence has delegated his or her powers, duties or functions and any other person duly authorized to act on behalf of that minister.

7.2.2 Supplemental General Conditions

The following Supplemental General Conditions apply to and form part of the Contract:

(i) 4003 (2010-08-16), Licensed Software;

Canada 21

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

7.3 Security Requirements

The following security requirements apply and form part of the Contract:

7.3.1 SECURITY REQUIREMENT FOR CANADIAN SUPPLIER: PWGSC FILE No. W6369-21-A077

1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).

2. The Contractor/Offeror personnel requiring access to sensitive site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP, PWGSC.

3. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP, PWGSC.

4. The Contractor/Offeror must comply with the provisions of the:

a) Security Requirements Check List and security guide (if applicable), attached at Annex C;

b) Contract Security Manual (Latest Edition).

7.4 Term of Contract

7.4.1 Period of the Contract

The period of the Contract is from date of Contract to 30 June 2024 inclusive.

7.4.2 Delivery Date

All the deliverables must be received on or before 31 January 2022 for the initial Contract Period.

7.4.3 Delivery Points

Delivery of the requirement will be made to delivery point(s) specified at Appendix 1 of Annex A of the Contract.

7.4.4 Shipping Instructions – Delivery at Place

Goods must be shipped DAP – Delivered at Halifax, NS. The Contractor is responsible for export clearance, delivery charges, administration, costs and risks of transport. Canada is responsible for all import clearance, including the payment of applicable duties and taxes.

7.4.5 Inspection and Acceptance

The Technical Authority is the Inspection Authority. All reports, deliverable items, documents, goods and all services rendered under the Contract are subject to inspection by the Inspection Authority or representative. Should any report, document, good or service not be in accordance with the requirements of the Statement of Requirement and to the satisfaction of the Inspection

Canada 22

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

Authority, as submitted, the Inspection Authority will have the right to reject it or require its correction at the sole expense of the Contractor before recommending payment.

7.5 Authorities

7.5.1 Contracting Authority

A. The Contracting Authority for the Contract is:

[Contact information to be detailed in the resulting contract] Name: ______Title: ______Organization: ______Address: Department of National Defence 101 Colonel By Drive Ottawa ON K1A 0K2 Telephone: ______E-mail: ______

B. 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 Technical Authority

A. The Technical Authority for the Contract is:

[Contact information to be detailed in the resulting contract] Name: ______Title: ______Organization: ______Address: Department of National Defence (DND) 101 Colonel By Drive Ottawa ON K1A 0K2 Telephone: ______E-mail: ______

B. The Technical Authority is the representative of the department or agency for whom the Work is being carried out under the Contract and is responsible for all matters concerning the technical content of the Work under the Contract. Technical matters may be discussed with the Technical Authority; however, the Technical Authority has no authority to authorize changes to the scope of the Work. Changes to the scope of the Work can only be made through a contract amendment issued by the Contracting Authority.

7.5.3 Contractor's Representative

[Contact information to be detailed in the resulting contract] Name: ______Title: ______Address: ______

Canada 23

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

______Telephone: ______E-mail: ______

7.6 Payment

7.6.1 Basis of Payment

In consideration of the Contractor satisfactorily completing all of its obligations under the Contract, the Contractor will be paid a "firm lot price(s), as specified in Annex B – Basis of Payment. Customs duties are excluded and Applicable Taxes are extra.

Canada will not pay the Contractor for any design changes, modifications or interpretations of the Work, unless they have been approved, in writing, by the Contracting Authority before their incorporation into the Work.

7.6.2 Method of Payment

Canada will pay the Contractor upon completion and delivery of the Work 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 delivered has been accepted by Canada.

7.6.3 Payment

C2000C (2007-11-30), Taxes - Foreign-based Contractor C2608C (2020-07-01), Canadian Customs Documentation C2610C (2007-11-30), Customs Duties - Department of National Defence – Importer C2605C (2008-05-12), Canadian Customs Duties and Sales Tax - Foreign-based Contractor

7.6.4 Electronic Payment of Invoices - Contract

The Contractor accepts to be paid using any of the following Electronic Payment Instrument(s):

[List to be updated in the resulting contract] (i) Visa Acquisition Card;

(ii) MasterCard Acquisition Card;

(iii) Direct Deposit (Domestic and International);

(iv) Electronic Data Interchange (EDI); and

(v) Wire Transfer (International Only).

7.6.5 Discretionary Audit

Canada 24

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

C0705C, Discretionary Audit

7.7 Invoicing Instructions

A. 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.

B. Each invoice must be supported by:

(i) A copy of the release document and any other documents as specified in the Contract;

(ii) A description of the Work delivered; and

(iii) A breakdown of the cost elements.

C. Invoices must be distributed as follows:

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

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

7.8 Certifications and Additional Information

7.8.1 Compliance

Unless specified otherwise, the continuous compliance with the certifications provided by the Contractor in its bid or precedent to contract award, and the ongoing cooperation in providing additional information are conditions of the Contract and failure to comply will constitute the Contractor in default. Certifications are subject to verification by Canada during the entire period of the Contract.

7.8.2 Certifications - Contract

Compliance with the certifications provided by the Contractor in its bid is a condition of the Contract and subject to verification by Canada during the term of the Contract. If the Contractor does not comply with any certification or 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.

7.9 Applicable Laws

The Contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in Ontario [or as specified by the bidder in its bid, if applicable].

7.10 Priority of Documents

If there is a discrepancy between the wording of any documents that appear on the list, the wording of the document that first appears on the list has priority over the wording of any document that subsequently appears on the list:

Canada 25

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

(i) The Articles of Agreement;

(ii) The Supplemental General Conditions 4003 (2010-08-16), Licensed Software;

(iii) The General Conditions 2030 (2020-05-28), General Conditions - Higher Complexity - Goods;

(iv) Annex A Requirement;

(v) Annex B, Basis of Payment;

(vi) Annex C, Security Requirements Check List;

(vii) Annex D, Acceptance Testing;

(viii) the Contractor's bid dated [date to be specified in the resulting contract], as clarified on [date to be specified in the resulting contract, if required], and as amended on [date to be specified in the resulting contract, if required].

7.11 Defence Contract

A. The Contract is a defence contract within the meaning of the Defence Production Act, R.S.C. 1985, c. D-1 (http://laws-lois.justice.gc.ca/eng/acts/d-1/), and must be governed accordingly.

B. Title to the Work or to any materials, parts, work-in-process or finished work must belong to Canada free and clear of all claims, liens, attachments, charges or encumbrances. Canada is entitled, at any time, to remove, sell or dispose of the Work or any part of the Work in accordance with section 20 of the Defence Production Act.

One (1) of the following two (2) options will be inserted in the resulting contract, as applicable:

Option 1: A2000C (2006-06-16) when the contract is to be with a Canadian-based supplier; or 7.12 Foreign Nationals (Canadian Contractor)

A. The Contractor must comply with Canadian immigration requirements applicable to foreign nationals entering Canada to work temporarily in fulfillment of the Contract. If the Contractor wishes to hire a foreign national to work in Canada to fulfill the Contract, the Contractor should immediately contact the nearest Service Canada regional office to enquire about Citizenship and Immigration Canada's requirements to issue a temporary work permit to a foreign national. The Contractor is responsible for all costs incurred as a result of non-compliance with immigration requirements.

Option 2: A2001C (2006-06-16) when the contract is to be with a foreign-based supplier. 7.12 Foreign Nationals (Foreign Contractor)

A. The Contractor must comply with Canadian immigration legislation applicable to foreign nationals entering Canada to work temporarily in fulfillment of the Contract. If the Contractor wishes to hire a foreign national to work in Canada to fulfill the Contract, the Contractor should immediately contact the nearest Canadian Embassy, Consulate or High Commission in the Contractor's country to obtain instructions, information on Citizenship and Immigration Canada's requirements and any required documents. The Contractor is responsible to ensure that foreign nationals have

Canada 26

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

the required information, documents and authorizations before performing any work under the Contract in Canada. The Contractor is responsible for all costs incurred as a result of non- compliance with immigration requirements.

7.13 Insurance

The Contractor is responsible for deciding if insurance coverage is necessary to fulfill its obligation under the Contract and to ensure compliance with any applicable law. Any insurance acquired or maintained by the Contractor is at its own expense and for its own benefit and protection. It does not release the Contractor from or reduce its liability under the Contract.

7.14 Dispute Resolution

(a) The parties agree to maintain open and honest communication about the Work throughout and after the performance of the contract.

(b) The parties agree to consult and co-operate with each other in the furtherance of the contract and promptly notify the other party or parties and attempt to resolve problems or differences that may arise.

(c) If the parties cannot resolve a dispute through consultation and cooperation, the parties agree to consult a neutral third party offering alternative dispute resolution services to attempt to address the dispute.

(d) Options of alternative dispute resolution services can be found on Canada’s Buy and Sell website under the heading “Dispute Resolution”. 7.15 SACC Manual clause

B1501C (2018-06-21), Electrical equipment B7500C (2006-06-16), Excess Goods C2801C (2017-08-17), Priority Rating: Canadian-based contractors D2001C (2007-11-30), Labelling D5545C (2019-05-30), ISO 9001:2008 - Quality Management Systems - Requirements (Quality Assurance Code C) D9002C (2007-11-30), Incomplete Assemblies

Canada 27

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

ANNEX A - REQUIREMENT

Uninterruptible Power Supply (UPS) 1 SCOPE OF WORK

The Department of National Defence (DND), more specifically Canadian Forces Health Services (CFHS), has a requirement for the supply of an Uninterruptible Power Supply (UPS) mounted in one (1) International Organization for Standardization (ISO) container. The intended use of the UPS is for our Deployable Self-Containerized Computed Tomography (CT) Scanner Phillips Ingenuity Core 128 Elite which is installed and operates in an ISO container. This UPS will allow the CT Scanner to function with clean power. This UPS will be transported and utilized internationally should we require the deployable CT Scanner.

2 TERMINOLOGY AND GLOSSARY

2.1 Terminology

BE Tech Biomedical Electronics Technologist BIC Bureau International des Containers CAF CFB Canadian Forces Base CF H Svcs Gp Canadian Forces Health Services Group o C Degrees Celsius CT Computed Tomography DND Department of National Defence UPS Uninterruptible Power Supply % Percent IAW In Accordance With WRT With Regards To TIR Transport Internationaux Routiers

2.2 Glossary

a. Means of Compliance: The technique being used by the Contractor to prove compliance with DND’s requirement specification. The techniques used in this document are: Compliance Statement, Documentation, Certification, Analysis, Inspection and Test. They are described below. Note that these techniques are to be performed by the Contractor after Contract award on the Acceptance testing. b. Compliance Statement: A statement that certifies compliance with the requirement and includes a short justification narrative and evidence to support the statement.

Canada 28

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

c. Documentation: A record that demonstrates that the UPS and container meets the specified standards and requirements. Compliance documentation includes previous data, previous test reports (test procedures and test results), analysis, previous equivalence reports, drawings, certificates, and Original Equipment Manufacturer Technical Literature. Documentation data will be subject to Technical Authority (TA) Approval. If Documentation data is considered inadequate, the TA reserves the right to invoke Certification, Analysis, Inspection and Test, at Contractor’s expense. Documentation must be provided by the Contractor and/or a 3rd party identity. d. Certification: Conformance certification documentation from an authorized independent 3rd party (i.e. ESA Certification) and the Contractor (i.e. Compliance Statement). Certification required from a 3rd party is identified as “Certification by 3rd party”. Certification from the Contractor is identified as “Certification by Contractor”. e. Inspection: Examination done by the TA using the physical senses (i.e. visual inspection such as basic measurements) to determine compliance with requirements. It may require moving and partial disassembling of the item to accomplish the examination. f. Test: An action where the operability, supportability and performance capability of an item is verified when subjected to controlled conditions that are real and simulated. These verifications may use special test equipment and instrumentation to obtain very accurate quantitative data for analysis. Test results and data analysis, must be provided in a test report. Required tests must be conducted on the UPS equipment by the Contractor. The TA must be informed of the date and location of all tests conducted. The TA and other Department of National Defence/Canadian Armed Forces representatives, reserves the right to witness all of the tests. Equivalency tests may be proposed and will be subject to TA Approval. In addition to a test report that includes test results and data analysis, an equivalency test must also contain a gap analysis. Combined tests may be proposed and will be subject to TA Approval. Canada reserves the right to conduct their own independent testing to verify requirements.

3 REQUIREMENT

3.1 Goods - UPS

3.1.1 Initial (Core) Requirement: One (1) UPS unit with container to be delivered to CFB Halifax by 31 January 2022. 3.1.2 Optional Requirement: Upon request, up to an additional two (2) UPS units with containers from date of contract award until 30 June 2024. 3.1.3 Each UPS unit must meet the standards and specifications listed in Section 4.

3.2 Services – Training

3.2.1 UPS Operator Training The Contractor must provide an onsite Operator training course for Canadian Forces Health Services personnel. At a minimum, the training course must provide Canadian Forces Health Services personnel with the knowledge necessary to navigate the various menus, systems and sub-systems, including basic troubleshooting of the system. At the completion of the training, Canadian Forces Health Services personnel should be comfortable operating the system.

Canada 29

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

a) Initial Operator Training: The Contractor must provide the following: i. Session. One (1) onsite Operator Training session for an estimated two (2) to ten (10) personnel, at a minimum of three (3) hours, up to a maximum of five (5) hours, in length. ii. Timelines. The training must be completed within sixty (60) calendar days of the initial UPS unit delivery, or as soon as possible, at a date and time agreed upon between the Contractor’s representative and the Technical Authority. iii. Location. The training is to take place at Canadian Forces Base Halifax, within a DND/CAF facility, as identified in Appendix 2. iv. Language. Training must be provided in the language specified in Appendix 2. v. All Inclusive. All Contractor related costs associated with the performance of Operator Training (inclusive of the training manuals, reference materials, documentation, tuition, and Contractor’s Trainer travel and living expenses) must be included in the firm contract price. The Government of Canada is responsible for all travel and living costs associated with sending Canadian Forces Health Services personnel for an onsite training session. vi. License. The Contractor grants a perpetual, non-revocable license to use, reproduce, and translate the training and reference manuals, materials, and documentation. vii. Documentation. The Contractor must provide, at a minimum, one (1) hardcopy and one (1) soft copy in PDF format of the operating training manual in English. b) Optional Operator Training Sessions: As and when requested, the Contractor must provide additional operator training sessions, as follows: i. Sessions. Up to an additional two (2) Operator session within the duration of the contract. Each session is to be conducted onsite and must be a minimum of three (3) hours, up to a maximum of five (5) hours in length. Each of these Operator training session will be for a group estimated at between two (2) to ten (10) personnel. ii. Timelines. The training must be performed within sixty (60) calendar days of request, at a date and time agreed upon between the Contractor’s representative and the Technical Authority. iii. Location. The training is to take place at DND/CAF’s facilities, as identified in Appendix 2. iv. Language. Training must be provided in the language specified in Appendix 2.

v. All Inclusive. All Contractor related costs associated with the performance of Optional Operator Training (inclusive of the training manuals, reference materials, documentation, tuition, and Contractor’s Trainer travel and living expenses) must be included in the firm contract price. The Government of Canada is responsible for all travel and living costs associated with sending CF H Svcs Gp personnel for an onsite training session. vi. License. The Contractor grants a perpetual, non-revocable license to use, reproduce, and translate the training and reference manuals, materials, and documentation. vii. Documentation. The Contractor must provide, at a minimum, one (1) hardcopy (for onsite training) and one (1) soft copy in PDF format of the operating training manual in English.

Canada 30

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

3.2.2 UPS Technical Service Training The Contractor must provide onsite, hands-on technical service training course for Canadian Forces Health Services Biomedical Engineering Technologist personnel. The technical service training provided must be to the same level and extent as that which the Original Equipment Manufacturer provides to its field service engineers. At the completion of the training, Canadian Forces Health Services Biomedical Engineering Technologist personnel should be comfortable diagnosing, troubleshooting, repairing, and operating the system. At a minimum, the technical training course must provide Canadian Forces Health Services Biomedical Engineering Technologist personnel with the following:  Knowledge necessary to efficiently navigate the various menus, systems, and sub- systems.  Comprehensive training on repair, calibration, and system troubleshooting and its peripherals.  Complete disassembly and reassembly of the UPS and all peripherals.  Software system interface for troubleshooting system error codes with a complete description of each error code. a) Initial Technical Service Training: The Contractor must provide, with the initial purchase: i. Session. One (1) Technical Service training session at the same level and extent as the Original Equipment Manufacturer provides to its field service engineers. Each of these Technical Service training sessions will be for a group estimated at between two (2) to eight (8) Biomedical Engineering Technologists. ii. Timeline. The training must be completed within sixty (60) calendar days of the UPS delivery or at a date and time agreed upon between the Contractor’s representative and the Technical Authority. iii. Location. The training is to take place at Canadian Forces Base Halifax, within a DND/CAF facility, as identified in Appendix 2. iv. Language. Training must be provided in the language specified in Appendix 2. v. All inclusive. All Contractor-related costs associated with the performance of the technical service training (including, but not limited to: training manuals, technical service manuals with detailed schematics and parts list, reference materials, documentation, tuition, calibration software and Contractor’s travel and living expenses) must be included in the firm contract price. The Government of Canada is responsible for all travel and living costs associated with sending CF H Svcs Gp Biomedical Engineering Technologists on the training. vi. License. The Contractor must grant a perpetual, non-revocable license to use, reproduce, and translate the training and reference manuals, materials, and documentation. vii. Documentation. The Contractor must provide one (1) copy of the technical/service manual, with schematics and list of replacement parts, for each participant on the first day of the course. The Contract Technical Authority will provide the contractor with a list of Biomedical Engineering Technologist attendees no later than five (5) days prior to the start of the course.

b) Optional Technical Service Training: As and when requested, the Contractor must provide up to an additional two (2) UPS Technical Service Training Sessions, as follows:

Canada 31

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

i. Session. Technical service training is for a group estimated at two (2) to eight (8) Biomedical Engineering Technologist.

ii. Timelines. Training must be performed within sixty (60) calendar days of request, at a date and time agreed upon between the Contractor’s representative and the Technical Authority.

iii. Location. The training is to take place at DND/CAF’s facilities, as identified in Appendix 2. iv. Language. Training must be provided in the language specified in Appendix 2.

iii. All Inclusive. All Contractor related costs associated with the performance of the Technical Service Training (inclusive of tuition, training manuals, technical service manuals with detailed schematics and parts list, reference materials, documentation and vendor travel and living expenses) must be included in the UPS unit price. The Government of Canada is responsible for all travel and living costs associated with sending CF H Svcs Gp Biomedical Engineering Technologists on the training.

iv. License. The Contractor grants a perpetual, non-revocable license to use, reproduce, and translate the training and reference manuals, materials, and documentation.

v. Documentation. The Contractor must provide one (1) copy of the technical/service manual, with schematics and list of replacement parts, for each participant on the first day of the course. The Contract Technical Authority will provide the contractor with a list of the Biomedical Engineering Technologist attendees no later than 15 days prior to the start date of the course.

4 CERTIFICATION AND SPECIFICATIONS

4.1 Certification & Standards

Each UPS system must meet the following certification:

4.1.2 The UPS must have a Canadian Standards Association (CSA) certification, or equivalent (www.csagroup.org/global/en/about-csa-group/certification-marks-labels). Equivalency must be recognized by SCC (Standard Council of Canada) (www.scc.ca).

4.1.3 The UPS container must be Container Safety Convention (CSC) certified as per Safe Containers Convention Act, R.S.C., 1985, c. S-1, and have a valid CSC Safety Approval Plate as the container will be moved via Intermodal Transportation System. Proof of certification must be provided prior to DND accepting delivery.

4.1.4 The UPS container shall be compliant with Transport Internationaux Routiers Convention, 1975 (ECE/TRANS.TIR/6/Rev.11) for all opening/hatches pass through.

4.1.5 The UPS container must be compliant with ASTM E1925-18.

4.1.5.1 Air Transportability — The UPS container shall comply with ISO 8323 para 6.6.3 test 5.2.

Canada 32

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

4.1.5.2 Ground Mobility — The UPS container shall be capable of withstanding the shocks and vibrations induced by ground transport equipment over the mobility courses described for Type V mobility in SAE-AS8090.

4.1.5.3 Rail Transportability — The UPS container shall be capable of withstanding the shocks induced by rail transport without damage.

4.1.6 All UPS container markings must be done IAW ISO 6346 - Freight containers - Coding, identification and marking.

4.1.6.1 Department of National Defence Canada has Bureau International des Containers et du Transport Intermodal, (BIC) Owner’s code. The project will issue DND’s BIC Code to the contractor. The contractor must supply the container’s manufacture’s serial number and date of manufacture (YYYY/MM).

4.1.7 The UPS container must be compliant with ISO 668 – Series 1 freight containers – Classification, dimensions and ratings. Proof of certification must be provided prior to DND acceptance testing delivery.

4.1.8 The UPS container must be compliant with ISO 1161 - Series 1 freight containers - Corner and intermediate fittings – Specifications. Proof of certification must be provided prior to DND accepting delivery.

4.1.9 The UPS container must be compliant with ISO 1496 - 1 Series 1 freight containers - Specification and testing. Proof of certification must be provided prior to DND accepting delivery.

4.1.10 The UPS container must be compliant with NATO 6516/SCHEPE/86 with respect to corrosion. Proof of certification must be provided prior to DND acceptance testing delivery.

4.1.11 The UPS container must be compliant with DEF-STAN 35 CL27 with respect to water ingress. Proof of certification must be provided prior to DND acceptance testing delivery.

4.1.12 The UPS container must have all doors and openings sealed against the ingress of dust or sand in accordance with DEF STAN 00-35, Part 3 issue 4 CL25 (Dust and Sand). Proof of certification must be provided prior to DND acceptance testing delivery.

4.2 Specifications - UPS

Each UPS must have the following specifications:

4.2.1 All UPS components need to be compatible with the Phillips CT Scanner Model “Ingenuity Core 128 Elite” and ensure it does not affect any image quality.

4.2.2 The general specifications for UPS must support: a. the CT Scanner;

Canada 33

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

b. the CT Scanner container, and its components; and c. the UPS container, and its components.

4.2.3 CT Scanner power requirements: a. Main Supply Configurations: 3 phase Wye, 3 wires and Earth 1 & 2 (L1, L2, L3, PE1, PE2) to Scanner b. Nominal Output: 480 VAC +/- 10 % VAC to CT Gantry c. System Sub-components: 220 VAC ancillary power is fed directly from CT gantry (or through console UPS) to the CRC d. Max. Load Voltage Drop Range ([total (absolute)* limits]: 432 to 528 VAC) e. Maximum/momentary Power Required: 110 kVA @ 5 sec., max. 80 kW x-ray exposure f. Main Branch Power Capacity: 150 kVA (preferred) with minimum of 112.5 kVA g. Supply Current 440/480 VAC: Standby 4 Amps, 3 phase average, Steady state 20 Amps, Maximum 149 Amps (80 kW scan @ 480 VAC, 0.85 PF) 5 sec. h. Supply Current 380/400/415 VAC: Standby 5 Amps, 3 phase average, Steady state 25 Amps, Maximum 189 Amps (80 kW scan @ 380 VAC, 0.85 PF) 5 sec. i. Supply Current 200/208/240 VAC: Standby 9 Amps, 3 phase average, Steady state 46 Amps, Maximum 345 Amps (80 kW scan @ 208 VAC, 0.85 PF) 5 sec j. Line Frequency Range: 47 to 63 Hz k. Phase to phase imbalance: 3% l. Line voltage variation: ±10%, -10% total (absolute) limits m. Load Voltage Regulation: ± 5% not to exceed absolute limits n. Conductor Impedance: Ohms/1000 ft. (305m), 0.85 PF, copper wires in steel conduit o. Power Factor: 0.85 min. PF (include transformer if used) p. Mains Resistance (for all source impedance measured at CT Gantry): 160 mOhm line to line, max q. Voltage Impulse: ± 2 kV per IEC 61000-4-4 r. Voltage Surge: ± 2 kV per IEC 61000-4-5 s. Voltage Sag: 90%, 1 cycle to 3 sec. t. Static Frequency Variation: ±3 Hz u. Harmonic Voltage Distortion (voltage, total): 10% maximum THDv v. (LM Transformer) Main Internal Circuit Breaker input: 125Amp for 440/480 VAC / 150Amp for 380/400/415 VAC / 175Amp for 200/208/240 VAC w. Voltage drop allowed in cable: 2% allowed in feeder wires when supply source and other line impedance contributors do not exceed an additional 3%, which equates to a 5% total regulation limit x. Room safety disconnect to CT Gantry: 125 Amp @ 480 VAC, fused disconnect (Class R or J) slow trip curve characteristic. This fuse size has been de-rated as permitted by NEC 517-72. See specifications above for actual load. This size represents external circuit protection within

Canada 34

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

7.6m (25 ft.) of CT Gantry. See Figure 9-2a through 9-2c for mains connection schematics and diagrams.

4.2.4 CT Scanner container with its components: a. Dantherm HVac system (AC-18M HVAC supply 120V / 208V, 3 phase, 60AMP) b. Lighting system c. Computer system with its UPS d. CT Injector (MEDRAD Stellant) e. Power distribution unit (Power Conditioner)

4.2.5 UPS container and its components: a. HVAC system; b. Lighting system; and c. Surge protector.

4.2.6 The UPS run time without external power source must be a minimum of 30 minutes.

4.3 Specifications - ISO Container

Within the Canadian Armed Forces (CAF), containerized shelters (workshops, specially designed systems) must be ready for international transport without delays at borders. All containerized systems must be designed to ensure that all attachments, access hatches, doors, vents and securing methods are built in such a manner that the containerized system meets all the requirements for Transport Internationaux Routiers (TIR).

4.3.1 The general specifications for the ISO container must include the following: a. Overall dimensions of the container in transport mode must comply with the 20’ ISO container footprint characteristics as defined in ISO 668 designation 1C. b. Color: Olive Green, Color Code FED-STD-34097. c. No wood to be used on any surface, inside or out; shelving type system to be made of mold- resistant, non-degrading materials. d. The container and mounted UPS system and accessories must not exceed the weight rating, and must conform to the external dimensions and tolerances required of a 20 foot ISO cargo container, as established in ISO 668 and ISO 1496-1 respectively. e. The floor system must be capable of holding a UPS, Battery Bank, and all accessories required to operate the system. f. When the container is loaded to its payload capacity, the base structure must not deflect below the bottom of the lower corner fittings. g. No part of the container must protrude beyond the exterior skin, except the latches, hinges, handles and other hardware related to the end cargo doors, and remain inside the envelope of the ISO 1161 corner fittings. h. The container must include four (4) top and four (4) bottom corners fitting IAW ISO 1161. i. The ISO 1161 corner fittings must be the weight bearing points of the container. j. The top surface of the upper corner fittings must be a minimum of 6 mm (1/4 inch) above any

Canada 35

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

other part of the container structure. k. The container must allow container lifting equipment to lift the container vertically by bayonet type twist locks, engaging the top apertures in the ISO 1161 top corner fittings. The container may occasionally be lifted by means of hooks in these fittings. All lifts will be vertical. l. The container and mounted UPS with accessories must be rated for nine (9) high stacking IAW ISO 1496-1. m. The container and mounted UPS with accessories must be capable of being lifted and moved when fully loaded using the two (2) forklift pockets located on the side of the container IAW ISO 1496-1. Inner forklift pockets located on the side as well as forklift pocked located at the door and furthest end must be blocked off or not installed. n. The container and mounted UPS with accessories must pass the tilt test IAW ISO 1496-1. o. The container and mounted UPS with accessories must pass the shock test IAW ISO 1496-1. p. The container and mounted UPS must pass the air mode test IAW ISO 8323 para 6.6.3 test 5.2. q. The UPS container must be constructed of metal, which is resistant to rust IAW NATO 6516/SCHPE/86. NATO 6516/SCHPE/86 equates to Salt Fog continuous corrosion test of 168 hours at a 25% saline solution to validate their effectiveness in resisting corrosion. r. The container must be ready for Transport under Customs Seal in accordance with Transport Internationaux Routiers (TIR). All attachment, access hatches, doors, vents and securing methods must comply with TIR requirements to ensure that the container is ready for international transport. s. The container must be watertight/seaworthy as per Transport Canada Safe Container Convention Act and Regulations and Compliance. t. The container and mounted UPS with accessories must pass, with no water ingress, the driving rain test IAW DEF-STAN 35 CL27. u. The container must have all doors and openings sealed against the ingress of dust IAW DEF- STAN 00-35, Part 3 issue 4 CL25 (Dust and Sand). v. The container must have an HVAC unit capable of maintaining an internal temperature of 20° C +/- 5 ° C (with external temperatures ranging from -30°C to + 50°C). w. The container must be insulated with a minimum R value of 10. x. The container must have 120 VAC LED lighting, switched at entrance – Min. 1000 Lumen for entire floor space. y. The container must have 120 VAC 15A receptacles: Min quantity x 4. z. The container must have a power interface with water-proof/explosion-proof industrial/military connectors that have a locking mechanism aa. The container and mounted UPS with accessories must be capable of being loaded and transported on ISO transport trailers and commercial palletized pick-up and delivery vehicles including rail and sea means. bb. The container must have an identification system (BIC Code), as Department of National Defence (DND) has a Bureau International des Containers (BIC) owner’s code - letters CFC. This code must be placed on all of containers and containerized shelters. This numbering system will be provided to the contractor after contract award.

Canada 36

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

4.3.2 Container Modification Process and Plating

As per IMO CSC.1/Cir.138/Rev.1 5 August 2013 “Revised Recommendations On Harmonized Interpretation and Implementation of the International Convention For Safe Containers 1972, as amended”, the responsibility of the owner to maintain his container in a safe condition includes the responsibility to ensure that any modifications carried out on an approved container do not adversely affect or render inaccurate the information recorded on the Safety Approval Plate. Under the provisions of annex I, chapter V, regulation 11, the owner of a container, which has been modified in a manner resulting in structural changes, shall notify the Administration or an approved organization duly authorized by it of those changes. The Administration or authorized organization may determine whether the results of the original tests conducted in accordance with annex II for the initial container approval remain valid for the modified container. Attaching brackets or supports to the side/end panels and side/end rails or corner posts will be considered a modification to the container structure, and DND (as owner) will only accept the certification agency’s opinions if any modification adversely affect or render inaccurate the information recorded on the Safety Approval Plate. DND will not accept modified containers without documentation form the container’s certifying agency which states that the modification do not void the CSC Certification, and the containerized shelter is approved for continuous use within the Intermodal Transportation System.

4.3.2.1 If the contractor intends to modify a currently Convention for Safe Container (CSC) certified container for delivery to Department of National Defense (DND) Canada, the following steps must be followed, and documentation must be provided to DND:

a. If container is being modified, it must be less than 1 year old upon delivery to DND.

b. The following information, including but not limited to, must be submitted to a Certifying Agency before any modifications are carried out:

i. From a CSC Safety Approval Plate: (1) Certification number; (2) Manufacturing company name; (3) Serial Number; (4) Manufacturing date; and (5) DND BIC code

ii. Detailed drawing of the proposed modification

c. The Certifying Agency will provide:

i. Approval of modification and issue a new CSC Safety Approval Plate with new Certification Number; ii. Approval with recommend changes; or iii. Approval with testing required.

d. When the new CSC plate is built to be installed on the container, it must include all information IAW CSC 2014 edition, including:

i. DND BIC Code; ii. Original manufacture date; and iii. Re-manufactured date.

Canada 37

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

5 ACCESSORIES

The following accessories must be included with the each UPS unit:

i. All required plugs to connect to the Deployable Self-Containerized CT Scanner Phillips Ingenuity Core 128 Elite. ii. All required cables to connect to the Deployable Self-Containerized CT Scanner Phillips Ingenuity Core 128 Elite. iii. Adequate surge protectors for the UPS.

6 REFERENCE MATERIAL

Before unit shipping, or as soon as available, the Contractor must provide the Technical Authority with the following:

6.1 One (1) Operator and one (1) Technical Manual (pdf format) in English (and French if available), containing, at a minimum, the following information:

6.1.2 Description, specification, and illustration of the different parts of the UPS system and its container 6.1.3 Installation procedure 6.1.4 Description of the controls or functions allowing operation of the system 6.1.5 Manufacturer part numbers, description, unit of measure and price for each component. 6.1.6 Alignment and calibration procedure/guide 6.1.7 Maintenance procedure 6.1.8 Troubleshooting procedures

6.2 Certification copies for each of the following tests:

6.2.1 Tilt test 6.2.2 Shock test 6.2.3 Air Mode test 6.2.4 Driving rain test 6.2.5 Dust and sand test

6.3 One copy for each of the following:

6.3.1 Application for design container approval 6.3.2 Technical drawing, including dimensions for the new container design with all modifications

Canada 38

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

6.3.3 Design Approval Certificate, modification drawing number and/or proto-type number 6.3.4 New CSC Certification Document or Letter of Attestation; the container must be identified by Manufacture’s Serial number and/or Owner’s number

7 ACCEPTANCE TESTING

7.1 To confirm compliance with the SOR, specifically the Specifications – UPS, the Canadian Forces Health Services Group will use a Department of National Defence (DND)/contractor electrician to conduct acceptance testing on UPS.

7.2 To confirm compliance with the SOR, specifically the Specifications – ISO Container, the Canadian Forces Health Services Group will use a Department of National Defence (DND) Material Technician (MAT Tech) to conduct acceptance testing on the supplied Container.

7.3 Upon completion of the acceptance testing, the Canadian Forces Health Services Group will provide the Contractor with a copy of the acceptance testing results, Annex D to the SOR. The Contractor will be responsible for correcting any issues identified at no additional cost.

7.4 To assist with the acceptance testing, the Contractor must provide, at no additional cost, personnel to open the container, prepare the UPS for use, and someone who will be able to answer any technical questions on the UPS which may arise during the testing.

Canada 39

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

APPENDIX 1 of ANNEX A – STATEMENT OF REQUIREMENT

Delivery Addresses

1. INITIAL REQUIREMENT Item Performance of Service Item Description Qty Delivery of Goods # (Language) 1 UPS and ISO container 1 Canadian Forces Health N/A Services Center (A) Canadian Forces Base (CFB) Halifax 2685 Sextant Lane Building S-80 Room 1010 Halifax, NS B3K 5X5

2 Operator Training Session 1 Canadian Forces Health English Services Center (A) Canadian Forces Base (CFB) Halifax 2685 Sextant Lane Building S-80 Room 1010 Halifax, NS B3K 5X5

3 1 Canadian Forces Health Services Center (A) Canadian Forces Base (CFB) Halifax Technical Service Training 2685 Sextant Lane English Session Building S-80 Room 1010 Halifax, NS B3K 5X5

2. OPTIONS (“as and when requested” basis) Item Performance of Service Item Description Qty Delivery of Goods # (Language) 1 UPS and ISO container 1 1 Canadian Field N/A Hospital Canadian Forces Base (CFB) Petawawa Petawawa, ON K8H 2X3

Canada 40

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

2 UPS and ISO container 1 1 Field Ambulance N/A Canadian Forces Base (CFB) Edmonton 417 Vimy Ave Room 1191 Lancaster Park AB T5J 4J5 1 1 Field Ambulance Canadian Forces Base (CFB) Edmonton Operator Training 3 417 Vimy Ave English Session Room 1191 Lancaster Park AB T5J 4J5 1 1 Field Ambulance Canadian Forces Base (CFB) Edmonton 4 Service Training Session 417 Vimy Ave English Room 1191 Lancaster Park AB T5J 4J5 1 1 Canadian Field Hospital Operator Training Canadian Forces Base 5 English Session (CFB) Petawawa Petawawa, ON K8H 2X3 1 1 Canadian Field Hospital Canadian Forces Base 6 Service Training Session English (CFB) Petawawa Petawawa, ON K8H 2X3

Canada 41

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

ANNEX B - BASIS OF PAYMENT

The firm unit prices specified below include all expenses that may need to be incurred to satisfy the terms of the contract.

All prices are in Canadian Dollars, Applicable Taxes excluded, FOB destination and freight charges included.

Canadian customs duties and sales tax, if applicable, are extra to the Contract Price and payable by Canada.

Canada will pay the Contractor a firm lot price(s) upon delivery and completion of the acceptance testing for the UPS and ISO Container.

1. Initial Contract Period

1.1 Equipment – Uninterruptible Power Supply (UPS) and Container

Delivery Firm Unit Quantity Manufacturer’s Delivery Lead Price Total Price Item Description of Units Part Number Location Time in (Cdn) days A B C = A X B Uninterruptible Power Supply $ [amount To be (UPS) and to be $ [amount to To be inserted (CFB) inserted detailed in be detailed in 1 Accessories with 1 at Bid Issuance Halifax at Bid the the resulting container as per Issuance resulting contract] the Requirement contract] in Annex A $ [amount to be detailed in Total Equipment – Uninterruptible Power Supply (UPS) and Container the resulting contract]

1.2 Services – Training Sessions

Firm Price Language of Quantity of Location of Per Session Total Price Item Description Delivered Session Session (Cdn) Session A B C = A X B Operator Training session $ [amount to be $ [amount to detailed in the be detailed in 1 as per the (CFB) Halifax English 1 resulting the resulting Requirement in contract] contract] Annex A Technical Service Training $ [amount to be $ [amount to detailed in the be detailed in 2 session as per (CFB) Halifax English 1 resulting the resulting the Requirement contract] contract] in Annex A

Canada 42

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

$ [amount to be detailed in Total Services – Training Sessions the resulting contract]

2. Option (From Contract Award date to 30 June 2024)

2.1 Equipment – Uninterruptible Power Supply (UPS) and Container

Delivery Firm Unit Manufacturer’s Delivery Lead Quantity Item Description Price Part Number Location Time in of Units (Cdn) days Uninterruptible Power Supply $ [amount To be (UPS) and to be To be inserted (CFB) inserted detailed in 1 Accessories with 1 at Bid Issuance Petawawa at Bid the container as per Issuance resulting the Requirement contract] in Annex A Uninterruptible Power Supply $ [amount To be (UPS) and to be To be inserted (CFB) inserted detailed in 2 Accessories with 1 at Bid Issuance Edmonton at Bid the container as per Issuance resulting the Requirement contract] in Annex A

2.2 Services – Training Sessions

Language of Firm Price Location of Quantity of Item Description Delivered Per Session Session Session Session (Cdn) Operator Training session $ [amount to be (CFB) detailed in the 1 as per the English 1 Petawawa resulting Requirement in contract] Annex A. Technical Service Training $ [amount to be (CFB) detailed in the 2 session as per English 1 Petawawa resulting the Requirement contract] in Annex A Operator Training session $ [amount to be (CFB) detailed in the 3 as per the English 1 Edmonton resulting Requirement in contract] Annex A

Canada 43

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

Technical Service Training $ [amount to be (CFB) detailed in the 4 session as per English 1 Edmonton resulting the Requirement contract] in Annex A

Canada 44

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

ANNEX C - SECURITY REQUIREMENTS CHECK LIST

Canada 45

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

Canada 46

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

Canada 47

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

ANNEX D – ACCEPTANCE TESTING

Technical Specifications - UPS: Functions to be Mean of Pass Comments Tested Compliance Yes No 4.1.2 The UPS must have a Canadian Standards Association (CSA) certification, or equivalent (proof of certification or proof of equivalency must be included with the bid submission)

(www.csagroup.org/global/en/about-csa- Certification group/certification-marks-labels). Equivalency must be recognized by SCC (Standard Council of Canada) (www.scc.ca).

4.2.1 All UPS components need to be compatible with the Phillips CT Scanner Model “Ingenuity Core 128 Elite” and ensure it does not affect any image Documentation quality.

4.2.2 The general specifications for UPS must support the CT Scanner, the CT Scanner container with its components as well as the UPS container Documentation and its components

4.2.3 The UPS run time without external power Test and source must be minimum 30 minutes Documentation

Technical Specifications - Container: Functions Mean of Pass Comments to be Verified Compliance Yes No 4.1.3 The ISO container must be Container Safety Convention (CSC) certified as per Safe Containers Convention Act, R.S.C., 1985, c. S-1, and have a valid CSC Safety Approval Plate as the container Certification will be moved via Intermodal Transportation System. Proof of certification must be provided prior to DND accepting delivery

4.1.6 All UPS container markings must be done IAW ISO 6346- Freight containers - Coding, Inspection identification and marking

4.1.7 The UPS container must be compliant with ISO 668 – Serie 1 freight containers – Classification, dimensions and ratings. Proof of Certification certification must be provided prior to DND acceptance testing delivery

4.1.8 The UPS container must be compliant with ISO 1161- Series 1 freight containers- Corner and Certification intermediate fittings – Specifications. Proof of

Canada 48

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2 certification must be provided prior to DND accepting delivery

4.1.9 The UPS container must be compliant with ISO 1496-1 Series 1 freight containers- Specification and testing. Proof of certification must Certification be provided prior to DND accepting delivery

4.1.10 The UPS container must be compliant with NATO 6516/SCHEPE/86 WRT corrosion. Proof of certification must be provided prior to DND Certification acceptance testing delivery

4.3.1.a. Overall dimensions of the container in transport mode must comply with the 20’ ISO container footprint characteristics as defined in ISO Inspection 668 designation 1C.

4.3.1.c. No wood to be used on any surface, inside or out; shelving type system to be made of mold- Inspection resistance, non-degrading materials

4.3.1.d. The container and mounted UPS system and accessories must meet weight rating and must conform to the external dimensions and tolerances Documentation required of a 20 foot ISO cargo container as established in ISO 668 and ISO 1496-1 respectively

4.3.1.g. No part of the container must protrude beyond the exterior skin except the latches, hinges, handles and other hardware related to the end Inspection cargo doors and remain inside the envelop of the ISO 1161 corner fittings

4.3.1.j. The top surface of the upper corner fittings must be a minimum of 6 mm (1/4 inch) above any Inspection other part of the container structure

4.3.1.l. The container and mounted UPS with accessories must be rated for nine (9) high stacking Certification IAW ISO 1496-1 4.3.1.m. The container and mounted UPS with accessories must be capable of being lifted and moved when fully loaded using the two (2) forklift pockets located on the side of the container IAW Inspection ISO 1496-1. Inner forklift pockets located at the door and furthest end must be blocked off or not installed

4.3.1.n. The container and mounted UPS with accessories must pass the tilt test IAW ISO 1496-1 Test

Canada 49

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale Ottawa, Ontario Ottawa (Ontario) K1A 0K2 K1A 0K2

4.3.1.o. The container and mounted UPS with accessories must pass the shock test IAW ISO Test 1496-1

4.3.1.p. The container and mounted UPS must pass the air mode test IAW ISO 8323 para 6.6.3 test 5. Test

4.3.1.t. The container and mounted UPS with accessories must pass with no water ingress the Test driving rain test IAW DEF-STAN 35 CL27

4.3.1.u. The UPS container must have all doors and openings sealed against the ingress of dust in accordance DEF-STAN 00-35, Part 3 issue 4 CL25 Test (Dust and Sand)

4.3.1.v. Have an HVAC unit capable of maintaining an internal temperature of 20° C +/- 5 ° C (with external temperatures ranging from -30°C to + Documentation 50°C)

Canada 50