02.03.2013 Views

IFB-CO-12780-NCOP Amendment 1 Annex B

IFB-CO-12780-NCOP Amendment 1 Annex B

IFB-CO-12780-NCOP Amendment 1 Annex B

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

To: Distribution List<br />

NATO UNCLASSIFIED<br />

Subject: AMENDMENT 2 – <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

N A T O U N C L A S S I F I E D<br />

Page 1<br />

NC3A-BE/ACQ/ASG/11/466<br />

26 May 2011<br />

Deliver and implement increment 1 of the Bi-SC AIS NATO Common<br />

Operational Picture (N<strong>CO</strong>P)<br />

References: <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

NC3A-BE/DACQ/ASG/11/354 dated 15 April 2011, released 18 April 2011<br />

Attachments: 1. <strong>Annex</strong> A: Responses to Requests for Clarification – set 2<br />

2. <strong>Annex</strong> B: Updated Invitation for Bids documents<br />

1. Present communication and documentation enclosed as further detailed below represent<br />

<strong>Amendment</strong> 2 to the Invitation for Bids (<strong>IFB</strong>) <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P.<br />

2. The purpose of this <strong>Amendment</strong> 2 is to provide Bidders with responses to Clarification<br />

Requests submitted by the Bidders with respect to the <strong>IFB</strong> and for the revision of <strong>IFB</strong><br />

documentation as addressed hereinafter.<br />

3. Clarification to the <strong>IFB</strong> provided in response to Bidders’ submitted queries is hereby<br />

provided (filename: “<strong>Annex</strong> A-<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P Clarifications v2.0.pdf”).<br />

4. The following <strong>IFB</strong> documents are hereby cancelled in their entirety and superseded by<br />

the indicated documentation enclosed in this <strong>Amendment</strong> 1 as indicated:<br />

A. “1-<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P-BookI-Instructions-AMDT01.pdf” is hereby<br />

cancelled and superseded by “<strong>Annex</strong> B-1-<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P-BookI-<br />

Instructions-AMDT02.pdf” enclosed to this <strong>Amendment</strong> 2;<br />

B. “2-<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P-Bidding_Sheets-AMDT01.xls” is hereby cancelled<br />

and superseded by “<strong>Annex</strong> B-2-<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P-Bidding_Sheets-<br />

AMDT02.xls” enclosed to this <strong>Amendment</strong> 2;<br />

C. “2-<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P-Book I-<strong>Annex</strong> A through G.doc” is hereby cancelled<br />

and superseded by “2-<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P-Book I-<strong>Annex</strong> A through G-<br />

AMDT02.doc” enclosed to this <strong>Amendment</strong> 2;<br />

D. “3-<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P-BookII-Parts I_II and III-AMDT01.pdf” is hereby<br />

cancelled and superseded by “<strong>Annex</strong> B-3-<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P-BookII-Parts<br />

I_II and III-AMDT02.pdf” enclosed to this <strong>Amendment</strong> 2;


NATO UNCLASSIFIED<br />

N A T O U N C L A S S I F I E D<br />

Page 2<br />

NC3A-BE/ACQ/ASG/11/466<br />

E. “4-<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P-BookII-SOW.pdf” is hereby cancelled and<br />

superseded by “<strong>Annex</strong> B-4-<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P-BookII-SOW-AMDT02.pdf”<br />

enclosed to this <strong>Amendment</strong> 2;<br />

F. “<strong>Annex</strong> B-5-<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P-BookII Part IV_<strong>Annex</strong>A SRS v1.0.pdf” is<br />

hereby cancelled and superseded by “<strong>Annex</strong> B-5-<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P-BookII<br />

Part IV_<strong>Annex</strong>A SRS v1.0.1.pdf” enclosed to this <strong>Amendment</strong> 2;<br />

G. “6-<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P-Book II-Part IV_<strong>Annex</strong>B v1.0.pdf” is hereby<br />

cancelled and superseded by “<strong>Annex</strong> B-6-<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P-Book II-Part<br />

IV_<strong>Annex</strong>B v1.0-AMDT02.pdf” enclosed to this <strong>Amendment</strong> 2;<br />

H. “A.2 - N<strong>CO</strong>P Required Architectural Views and Minimum Content.pdf” is<br />

hereby cancelled and superseded by “<strong>Annex</strong> B-A.2 - N<strong>CO</strong>P Required<br />

Architectural Views and Minimum Content-AMDT02.pdf” enclosed to this<br />

<strong>Amendment</strong> 2.<br />

5. For the purpose of facilitating the identification of the changes implemented, the<br />

documentation subjected to revisions has been edited using Microsoft Word® “Track<br />

Changes” functionality. In this light, Bidders are noted that in accordance with the<br />

standard identification and display format of such functionality, text identified as<br />

“deleted” or otherwise marked with strikethroughs is to be regarded no longer<br />

applicable or otherwise revised as indicated.<br />

6. On the request of several Nations, and considering the apparent complexity of N<strong>CO</strong>P,<br />

the Bid Closing Date is extended. The new Bid Closing Date is 15 July 2011, 14:00<br />

(Brussels time), and the Clarification Requests subject to paragraph 2.6 of the Bidders’<br />

Instructions in Book I shall be received not later than 1 June 2011, 17:00 (Brussels<br />

time).<br />

7. All other terms and conditions of the <strong>IFB</strong> remain unchanged.<br />

8. The Point of Contact for this action is Gael Craver (gael.craver@nc3a.nato.int), phone<br />

no. +32-(0)2-7078387.<br />

FOR THE GENERAL MANAGER<br />

Yours faithfully,<br />

Gael Craver<br />

Senior Contracting Officer


Distribution List:<br />

NATO UNCLASSIFIED<br />

N A T O U N C L A S S I F I E D<br />

Page 3<br />

NC3A-BE/ACQ/ASG/11/466<br />

Bidders 1<br />

BELGIUM BAR<strong>CO</strong> n.v. / BAR<strong>CO</strong> Control Rooms<br />

BATS<br />

IBM Belgium NV/SA<br />

Ilias Solutions n.v<br />

Luciad n.v.<br />

Oracle Belgium<br />

Siemens Enterprise Communications NV/SA/Siemens SEN BGD<br />

Siemens IT Solutions and Services SA/NV<br />

Sogeti Belgium NV/SA<br />

STERIA Benelux<br />

BULGARIA Electron Progress AD<br />

CANADA CAE Inc.<br />

Compusult<br />

Gallium Visual Systems Inc.<br />

General Dynamics Canada Ltd.<br />

IBM Global Business Services<br />

MacDonald, Dettwiler and Associates Ltd.MDA<br />

PCI Geomatics<br />

OSI Geospatial<br />

Technopôle Défence et Sécurité<br />

DENMARK Systematic Software Engineering A/S<br />

FRANCE Altran technologies_ASD Paris<br />

CS Systèmes d'Informations<br />

Cassidian SAS<br />

EADS Astrium Space Transportation<br />

EADS Defence and Security Systems S.A.<br />

Thales Communications S.A.<br />

Integral Systems Europe<br />

GERMANY Atos Origin GmbH<br />

CAE Elektronik GmbH<br />

CSC Deutschland Solutions GmbH<br />

EADS Deutschland GmbH<br />

ESG Elektroniksystem - und Logistik GmbH<br />

Hewlett Packard Gmbh<br />

IABG mbH<br />

IBM Deutschland<br />

Logica Deutschland GmbH & Co. KG.


NATO UNCLASSIFIED<br />

OHB-System AG<br />

T-Systems International GmbH<br />

FREQUENTIS Nachrichtenteehnik GmbH<br />

GREECE Hellenic Aerospace Industry S.A.<br />

ISI Hellas SA<br />

Intracom Defense Electronics S.A.<br />

ITALY Elsag Datamat SpA<br />

Engineering Ingegneria Informatica S.p.a<br />

Galileo Avionica<br />

Page Europa S.r.L.<br />

Selex Communications S.p.A.<br />

Selex Sistemi Integrati SpA<br />

Vitrociset S.p.A.<br />

NETHERLANDS Atos Consulting/Global Market defence<br />

Capgemini Nederland B.V.<br />

NCIM-Groep<br />

TNO Defence, Security and Safety<br />

Thales Nederland BV<br />

NORWAY Kongsberg Defence & Aerospace AS<br />

Saab Technologies Norway AS<br />

Teleplan AS<br />

POLAND Asseco Poland S.A.<br />

Przemyslowy Instytut Telekomunikacji S.A.<br />

TELDAT Sp. J.<br />

ROMANIA S.C. Teamnet International S.A.<br />

SLOVENIA IGEA d.o.o.<br />

ASIISTECH d.o.o.<br />

SPAIN Alma Technologies s.a.<br />

Amper Programas de Electronicay Communicaciones, S.A.<br />

FCC Servicios Industriales Y Energeticos, S.A.<br />

GMV<br />

Hispasat SA<br />

ISDEFE Defence and Security Systems Division<br />

Indra Sistemas (former Bde)<br />

Informática El Corte Ingles (IECISA)<br />

Nucleo de Comunicaciones y Control, S.L.<br />

Simave S.A.<br />

N A T O U N C L A S S I F I E D<br />

Page 4<br />

NC3A-BE/ACQ/ASG/11/466


NATO UNCLASSIFIED<br />

Tecnobit S.L<br />

Telindus S.A.<br />

TURKEY AYDIN YAZILIN VE ELEKTRONIK SANAYI ANONIM SIRKETIN<br />

BiLGi GIS<br />

GENETLAB BILGI TEKNOLOJILERI SANAYI VE TICARET A.S<br />

Havelsan Have Elektronic San. Ve Tic A.S.<br />

Milsoft Bilisim Iletisim Teknolojileri Anonim Sirketi<br />

Milsoft Yazilim Teknolojileri A.S.<br />

SAVRONIK ELEKTRONIK SANAYI VE TICARET A.S.<br />

STM Savunma Teknolojileri Mühendislik ve<br />

Siemens Sanayi ve Ticaret A.S.<br />

YALTES ELEKTRONIK VE BILGI SISTEMLERI URETIM VE TICARET<br />

A.S.<br />

UNITED KINGDOM Bruhn Newtech A/S<br />

HP Enterprise Services Defence & Security UK Ltd<br />

Fujitsu Services<br />

General Dynamics United Kingdom Limited<br />

IBM United Kingdom<br />

Northrop Grumman Mission Systems Europe Ltd.<br />

Northrop Grumman Information Systems Europe<br />

QinetiQ Ltd (Farnborough)<br />

Rockwell Collins (UK) Ltd.<br />

SELEX Galileo<br />

Systems Consultants Services Ltd (SCS)<br />

Thales UK, Air Systems Division<br />

BAE Systems Integrated System Technologies Limited<br />

BOEING Defence UK Limited<br />

Air Operations THALES UK<br />

UNITED STATES BIT Systems, Inc.<br />

Booz Allen & Hamilton Inc<br />

Concurrent Technologies Corporation (CTC)<br />

EMW, Inc.<br />

Environmental Systems Research InstituteInc. (ESRI)<br />

L-3 Services, Inc - dba MPRI<br />

Lockheed Martin Corporation Information Systems & Global<br />

Services<br />

Lockheed Martin Corporation Maritime Systems & Sensors<br />

Quest Software Public Sector<br />

Raytheon Company (Fort Wayne, Indiana)<br />

Raytheon Company (State College, Pennsylvania)<br />

Raytheon Company (Garland, Texas)<br />

Raytheon Company ISS, DCMS<br />

Raytheon Virtual Technology Corporation<br />

N A T O U N C L A S S I F I E D<br />

Page 5<br />

NC3A-BE/ACQ/ASG/11/466


NATO UNCLASSIFIED<br />

SAIC<br />

Scientific Research Corporation<br />

Quantum Research International, Inc<br />

Boeing Satellite Systems, Inc<br />

N A T O U N C L A S S I F I E D<br />

Page 6<br />

NC3A-BE/ACQ/ASG/11/466


NATO UNCLASSIFIED<br />

N A T O U N C L A S S I F I E D<br />

Page 7<br />

NC3A-BE/ACQ/ASG/11/466<br />

Belgian Ministry of Economic Affairs 1<br />

Embassies in Brussels (Attn: Commercial Attaché):<br />

Bulgaria 1<br />

Canada 1<br />

Czech Republic 1<br />

Denmark 1<br />

Estonia 1<br />

France 1<br />

Germany 1<br />

Greece 1<br />

Hungary 1<br />

Iceland 1<br />

Italy 1<br />

Latvia 1<br />

Lithuania 1<br />

Luxembourg 1<br />

The Netherlands 1<br />

Norway 1<br />

Poland 1<br />

Portugal 1<br />

Romania 1<br />

Slovakia 1<br />

Slovenia 1<br />

Spain 1<br />

Turkey 1<br />

United Kingdom 1<br />

United States 1<br />

NATO HQ<br />

ALL NATO Delegations of contributing countries (Attn: Infrastructure Adviser):<br />

Belgium 1<br />

Bulgaria 1<br />

Canada 1<br />

Czech Republic 1<br />

Denmark 1<br />

Estonia 1<br />

France 1<br />

Estonia 1<br />

Germany 1<br />

Greece 1<br />

Hungary 1<br />

Italy 1<br />

Latvia 1<br />

Lithuania 1<br />

Luxembourg 1


NATO UNCLASSIFIED<br />

N A T O U N C L A S S I F I E D<br />

Page 8<br />

NC3A-BE/ACQ/ASG/11/466<br />

The Netherlands 1<br />

Norway 1<br />

Poland 1<br />

Portugal 1<br />

Romania 1<br />

Slovakia 1<br />

Slovenia 1<br />

Spain 1<br />

Turkey 1<br />

United Kingdom 1<br />

United States 1<br />

NATO Office of Resources<br />

Management and Implementation Branch<br />

Attn: Deputy Branch Chief 1<br />

Director, NATO HQ C3 Staff<br />

Attn: Executive Co-ordinator 1<br />

SACTREPEUR<br />

Attn: Infrastructure Assistant 1<br />

SACEUREP<br />

Attn: Infrastructure Assistant 1<br />

Strategic Commands<br />

HQ SACT Attn: (R&D Contracting Office & Mr. Curtis Day) 1<br />

A<strong>CO</strong> Attn: (Mr. Steve Wallis, Ms. Kirsten Lund) 1<br />

NATO Agencies<br />

NCSA Attn: Registry for Section: (Jose Herrero & Claude De Winter) 1<br />

NC3A<br />

DGM (Mr. Kevin Scheid) 1<br />

ASG/Cost Analyst (Mr A. Courtois) 1<br />

ASG/Contracting Officer (Mr G. Craver) 1<br />

ASG/Principal Contracting Officer (Mr W. Malley) 1<br />

CAB/RCAB Secretary (Ms Marie-Louise Le Bourlot) 1<br />

CAT Chief (Mr B. Tiems) 1<br />

Chief of Contracts (Mr L.T. Herway) 1<br />

DOP/ILS (Mr R. Spijkerman) 1<br />

ACQ/NSIP 1<br />

Project Manager (Mr D. Herodzinski / (NSP008049; 1999/5HQ00590) 1<br />

Legal Office 1<br />

REGISTRY 1<br />

NATEXs<br />

All NATEXs or Specify Countries


NATO UNCLASSIFIED<br />

INVITATION FOR BID<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

<strong>Amendment</strong> 1<br />

<strong>Annex</strong> A: Questions and Answers No. 1<br />

Responses to Requests for Clarifications from the prospective Bidders<br />

N A T O U N C L A S S I F I E D<br />

Page A-1<br />

NC3A-BE/ACQ/ASG/11/466


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

Questions & Answers No. 1 (<strong>Amendment</strong> 1 to N<strong>CO</strong>P <strong>IFB</strong>)<br />

ADMINISTRATION or <strong>CO</strong>NTRACTING<br />

Serial<br />

NR<br />

A.1<br />

A.2<br />

A.3<br />

A.4<br />

A.5<br />

<strong>IFB</strong><br />

REF<br />

Part II – Special<br />

Contract<br />

Provisions –<br />

Clause 5.1<br />

Part II – Special<br />

Contract<br />

Provisions –<br />

Clause 5.6<br />

Part II – Special<br />

Contract<br />

Provisions –<br />

Clause 9.3<br />

Part II – Special<br />

Contract<br />

Provisions –<br />

Clauses 12.1,<br />

12.2 and 12.3<br />

Part II – Special<br />

Contract<br />

Provisions –<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

It is presumed “NC30 General Conditions” in L4 means<br />

“NC30 General Contract Conditions”. Please confirm.<br />

It is presumed that the first sentence should read “in no<br />

circumstances shall the Purchaser…..”.<br />

Please confirm.<br />

It is presumed that in the event a critical milestone is to be<br />

subject to a liquidated damages claim by PURCHASER,<br />

then subsequent dependent milestones would be subject<br />

to reasonable revision, thereby removing a “domino”<br />

effect. Please confirm.<br />

In order to offer PURCHASER the best prices at the time<br />

of the exercise of any Option, Contractor would propose<br />

to offer a fixed firm price Option price for each calendar<br />

year ie. a FFP for 2011, 2012, 2013, 2014. Is the<br />

approach acceptable?<br />

Please confirm this Clause will also apply should the loss<br />

or damage be caused by officers, agents or employees of<br />

the Purchaser acting outside of the scope of their<br />

N A T O UN C L A S S I F I E D<br />

Confirmed. CLOSED<br />

(Amdt 1)<br />

Correct. The N<strong>CO</strong>P <strong>IFB</strong> has been amended<br />

accordingly (amendment 1 to N<strong>CO</strong>P <strong>IFB</strong>))<br />

No. Liquidated Damages would be measured against<br />

the delivery dates indicated in the Schedule of<br />

Supplies and Services in Part I of the Prospective<br />

Contract (Book II of the <strong>IFB</strong>). A delay in the delivery<br />

of one WP would not automatically result in a revision<br />

of the Schedule of delivery.<br />

For example, If WP3 would suffer 3 months of delay<br />

with a direct impact of 2 months delay in the delivery<br />

of WP10, the basis for Liquidated Damages would be<br />

3 months for WP3 and 2 months for WP10.<br />

No, a FFP for each year is not acceptable. Prices for<br />

options shall be valid for 3 years following EDC, as<br />

indicated in the clauses in reference, without any<br />

revision during that timeframe.<br />

No. The clause remains as it is.<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

2


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

ADMINISTRATION or <strong>CO</strong>NTRACTING<br />

Serial<br />

NR<br />

A.6<br />

A.7<br />

A.8<br />

<strong>IFB</strong><br />

REF<br />

N A T O UN C L A S S I F I E D<br />

Clause 15.1.3 employment. Would PURCHASER agree to the deletion<br />

of the words “acting within the scope of their<br />

Part II – Special<br />

Contract<br />

Provisions –<br />

Clause 20<br />

Part II – Special<br />

Contract<br />

Provisions –<br />

Clauses 20.1 and<br />

20.3<br />

Part II – Special<br />

Contract<br />

Provisions –<br />

Clause 20<br />

employment”?<br />

QUESTION ANSWER Status<br />

It is noted that the proposed LDs are twice those normally<br />

proposed by PURCHASER for similar contracts and could<br />

therefore be considered punitive. Will these be subject to<br />

revision?<br />

We are unclear as to the working of the prescribed<br />

minimum values. Could PURCHASER please provide<br />

worked examples of how the EUR 1,000 and EUR 25,000<br />

would be applied.<br />

Please confirm that failure of the Purchaser to comply with<br />

its stated obligations under Clause 28 within the agreed<br />

schedule, shall be considered an excusable delay and the<br />

Contractor shall be entitled to appropriate contractual<br />

N A T O UN C L A S S I F I E D<br />

At 0.2% the 20% ceiling would be reached in 100<br />

days.<br />

No further revision is expected.<br />

Example:<br />

Two CLINs (CLIN A EUR 15,000 EUR, and CLIN B<br />

EUR 20,000) have not been delivered on time, and<br />

NC3A decided to apply LDs on these CLINs as<br />

follows according to the 0.2% rule:<br />

CLIN A: EUR 300 (0.2%)<br />

CLIN B: EUR 400 (0.2%)<br />

As the accumulated total (EUR 700) is less than EUR<br />

1,000, the applicable LDs would be EUR 1,000 for<br />

each day late.<br />

These items were delivered 15 days later than the<br />

Contract delivery dates, and the aggregated sum is<br />

EUR 15,000, which is less than the minimum level of<br />

LDs (EUR 25,000). Therefore, this minimum level of<br />

LDs would apply.<br />

Note that applying LDs for 15 days of delay is just for<br />

clarification purpose, but is not representative of<br />

cases with LDs applied.<br />

Any delay generated by the Purchaser would fall<br />

under Clause 35 of the General contract Provisions<br />

(Purchaser Delay of Work), and can be ground for<br />

appropriate contractual relief. It includes the delay in<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

3


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

ADMINISTRATION or <strong>CO</strong>NTRACTING<br />

Serial<br />

NR<br />

A.9<br />

<strong>IFB</strong><br />

REF<br />

Part II – Special<br />

Contract<br />

Provisions –<br />

Clause 37.12<br />

A.10 Part II – Special<br />

Contract<br />

Provisions –<br />

Clause 37.12.1<br />

A.11 Part II – Special<br />

Contract<br />

Provisions –<br />

Clause 37.20<br />

A.12 Instruction to<br />

Bidders<br />

4.5.2.2.2.2<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

relief. providing the Contractor with the “Purchaser<br />

Furnished Property and Services” defined in Clause<br />

The clause states that “……Personnel, are suitably<br />

briefed, protected, insured …..”. In this context, does<br />

protected mean the personal protection described in<br />

37.12.1, or does this mean that the Contractor cannot rely<br />

on armed NATO personnel to provide their personal<br />

security, but rather, the Contractor is required to provide<br />

security protection for its staff itself?<br />

N A T O UN C L A S S I F I E D<br />

28 of the Special Contract Provisions.<br />

NATO shall provide Force Protection to Contract staff<br />

during implementation at ISAF. No other security<br />

protection is authorized at ISAF.<br />

CLOSED<br />

(Amdt 1)<br />

Are these items Purchaser furnished? No. The items are to be provided by the Contractor. CLOSED<br />

(Amdt 1)<br />

This duplicates Clause 37.16 and therefore, can it be<br />

deleted?<br />

"The draft SDP includes as an annex a Requirements<br />

Implementation Schedule mapping each of the SRS<br />

requirements into exactly one engineering milestone<br />

(Demonstration, SP1, SP2, SP3, SP4, SP5). Majority of<br />

the requirements are available during demonstration or in<br />

the early spirals."<br />

Please confirm if NC3A believe that multiple <strong>CO</strong>TS based<br />

solutions will be able to demonstrate the "Majority" of the<br />

requirements (pre-contract award) or in early spirals (3 or<br />

5 months after contract award).<br />

Yes. The N<strong>CO</strong>P <strong>IFB</strong> has been updated accordingly<br />

(amendment 1 to N<strong>CO</strong>P <strong>IFB</strong>)<br />

This section 4.5 indicates the aspects to be<br />

examined during the Technical Evaluation.<br />

Therefore, “majority of the requirements …” is one<br />

aspect, among others, subject to evaluation and<br />

ratings. Proposing a solution not satisfying a majority<br />

of the requirements will not automatically lead to a<br />

non-compliant solution, but will be evaluated and<br />

rated accordingly.<br />

The bidders may demonstrate a collection of<br />

software that will be used to build the proposed<br />

implementation of N<strong>CO</strong>P. However, the final<br />

implementation shall be coherent and well integrated.<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

4


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

ADMINISTRATION or <strong>CO</strong>NTRACTING<br />

Serial<br />

NR<br />

<strong>IFB</strong><br />

REF<br />

A.13 Instruction to<br />

Bidders<br />

1.4.5.<br />

A.14 Instruction to<br />

Bidders<br />

1.6.2<br />

A.15 Instruction to<br />

Bidders<br />

1.6.2<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

Prospective Bidders shall note that the Purchaser<br />

reserves the right to exclude the successful Contractor<br />

and its Sub-Contractor(s) from the award of this Contract<br />

as a result of the Contractor or its Subcontractor(s) being<br />

selected for the work performed or to be performed under<br />

the Afghan Mission Network (AMN) <strong>CO</strong>P Enhancement<br />

Contract. This applies also to the<br />

Contractor„s/Subcontractor„s parent companies or<br />

subsidiaries.<br />

Please provide list of bidders excluded as a result of this<br />

clause.<br />

This Bidders‟ Library will be mailed to bidders who<br />

respond with positive intent to bid and confirmation of<br />

request for subject Library.<br />

When will this material will be mailed to bidders?<br />

This Bidders‟ Library will be mailed to bidders who<br />

respond with positive intent to bid and confirmation of<br />

request for subject Library.<br />

Can NC3A alleviate Industry concerns that the delay in<br />

releasing this material to all bidders has provided a<br />

competitive advantage to companies which already have<br />

this material?<br />

For example:<br />

Seimens/STM - AirC2IS,<br />

IBM - PMIC,<br />

Thales - LC2IS or AMN<br />

N A T O UN C L A S S I F I E D<br />

AMN <strong>CO</strong>P Enhancement Contractor is Logica<br />

Netherlands B.V. It is up to the bidders to clarify with<br />

their potential partners whether or not they are<br />

subject to exclusion clauses.<br />

The bidders‟ library has been mailed to all requesting<br />

bidders by DHL on 5 May.<br />

The bidders Library was provided to all requesting<br />

bidders. There is therefore no competitive advantage<br />

for certain companies over others.<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

5


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

ADMINISTRATION or <strong>CO</strong>NTRACTING<br />

Serial<br />

NR<br />

<strong>IFB</strong><br />

REF<br />

A.16 Instruction to<br />

Bidders<br />

3.6.2.7.2<br />

A.17 Instruction to<br />

Bidders<br />

3.6.2.7.2<br />

A.18 Instruction to<br />

Bidders<br />

3.6.2.7.5<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

The Bidder shall demonstrate the functional capabilities of<br />

the proposed N<strong>CO</strong>P foundation. The Bidder shall provide<br />

an overview of its proposed solution and its demonstration<br />

plan prior to performing the individual tasks. Members of<br />

the Purchaser's technical evaluation team will observe<br />

these demonstrations and confirm whether all the required<br />

functions have been demonstrated. The scoring of this Bid<br />

element will be based on the Bidder„s ability to<br />

successfully perform a maximum of the tasks.<br />

Does NC3A expect to see the demonstration of the N<strong>CO</strong>P<br />

foundation based on a single software executable?<br />

The Bidder shall demonstrate the functional capabilities of<br />

the proposed N<strong>CO</strong>P foundation. The Bidder shall provide<br />

an overview of its proposed solution and its demonstration<br />

plan prior to performing the individual tasks. Members of<br />

the Purchaser's technical evaluation team will observe<br />

these demonstrations and confirm whether all the required<br />

functions have been demonstrated. The scoring of this Bid<br />

element will be based on the Bidder„s ability to<br />

successfully perform a maximum of the tasks.<br />

How would NC3A evaluate a demonstration which was<br />

based on multiple <strong>CO</strong>TS which will be integrated into the<br />

N<strong>CO</strong>P deliverable, but may have limited integration at<br />

time of demo?<br />

Upon notification from the Purchaser, the Bidder will have<br />

up to two weeks to prepare a live demonstration of its<br />

proposed technical foundation software product at NC3A<br />

Brussels, Belgium, or The Hague, The Netherlands. The<br />

purpose of the live demonstration is to confirm that the<br />

N A T O UN C L A S S I F I E D<br />

The demonstration may include a set of software<br />

products offered by the Bidder as a “N<strong>CO</strong>P<br />

foundation”. However, the final N<strong>CO</strong>P system shall<br />

be an integrated and coherent solution.<br />

The demonstration may include a set of software<br />

products offered by the Bidder as a “N<strong>CO</strong>P<br />

foundation”. This set of software shall address the set<br />

of requirements identified as “available for<br />

demonstration” by the bidders in the “Requirements<br />

Implementation Schedule” in <strong>Annex</strong> F to Book I.<br />

However, the final N<strong>CO</strong>P system shall be an<br />

integrated and coherent solution.<br />

That information will be formally communicated to the<br />

bidders after Bid Closing Date. The intention is to<br />

have the demonstrations in the beginning of the<br />

evaluation.<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

6


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

ADMINISTRATION or <strong>CO</strong>NTRACTING<br />

Serial<br />

NR<br />

<strong>IFB</strong><br />

REF<br />

A.19 Instruction to<br />

Bidders<br />

4.5.2.1.2.3.3<br />

A.20 Bidding Sheets,<br />

WP 6, CLIN 6 &<br />

6.2.6<br />

A.21 Book II, Part IV,<br />

<strong>Annex</strong> B WP 7,<br />

10, 12 & 13<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

proposed solution provides a solid basis from which the<br />

specific requirements of N<strong>CO</strong>P can be configured or<br />

adapted, and that the Bidder can integrate and deliver a<br />

complete solution.<br />

When does NC3A expect to have the demonstration?<br />

Prior to Summer Vacation or in September?<br />

A design based on mature and existing capabilities will be<br />

scored higher than ―green field developments.<br />

Does this imply that NC3A will score a less compliant but<br />

mature solution higher than a fully compliant solution<br />

which was designed using <strong>CO</strong>TS components which were<br />

specifically selected and integrated to meet the N<strong>CO</strong>P<br />

requirements?<br />

From Delivery date column CLIN 6 states WP is from PSD<br />

to FSA + 2 Years (HW Warranty). This 2 year HW<br />

warranty is further evidenced in SOW Section 5.7.1 and<br />

Prospective Contract Clause 29.1.<br />

However CLIN 6.2.6 delivery Date column states 3 years<br />

from FSA for Hardware. Should CLIN 6.2.6 also be FSA<br />

+2 years for HW?<br />

Will any work be required to be carried out beyond the<br />

boundaries of secure military facilities, for example ISAF?<br />

Please confirm.<br />

N A T O UN C L A S S I F I E D<br />

Both maturity of the proposed solution and its level of<br />

compliancy to the requirements will be evaluated. It is<br />

expected that the Bidders will offer a solution based<br />

on a mature “N<strong>CO</strong>P foundation” which will be<br />

extended to implement all SRS requirements.<br />

HW warranty shall be provided for 2 years after the<br />

FSA.<br />

CLIN 6.2.6 duration in the Bidding Sheets has been<br />

updated accordingly (amendment 1 to N<strong>CO</strong>P <strong>IFB</strong>)<br />

Contractor will be required to perform services<br />

related with this Contract only in NATO – protected<br />

locations. For travelling within the operational theatre<br />

(i.e. ISAF) the Contractor shall use military<br />

transportation provided by NATO forces.<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

7


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

PRICE<br />

Serial<br />

NR<br />

P.1<br />

P.2<br />

<strong>IFB</strong><br />

REF<br />

Book 1, <strong>Annex</strong><br />

B, para 5.3.2c<br />

Bidding Sheets,<br />

Section 2<br />

Bidding Sheets<br />

Book 1, <strong>Annex</strong><br />

B, page B-8<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

Book I, <strong>Annex</strong> B, Page B-5 , para 5.3.2 c states “The<br />

geographical locations of the non-ISAF sites and of one of<br />

the “Large” configuration site in ISAF where N<strong>CO</strong>P shall<br />

be deployed (Work Package 10 and optional Work<br />

Package 12 if exercised) shall be defined in detail by the<br />

Purchaser within three months after Contract Award. Firm<br />

Fixed Prices indicated for any work to be undertaken at<br />

these sites during the course of this Contract shall be valid<br />

for any location within NATO in Europe or in the USA as<br />

indicated in the Schedule of Supplies and Services, and<br />

shall depend on the technical configuration required for<br />

each of them as defined in paragraph 1.6 of the<br />

Statement of Work.”<br />

This indicates that firm prices are required only for NATO<br />

in Europe or in the USA but not for ISAF.<br />

However, Section 2 of the Bidding sheets contains a firm<br />

price requirement for ISAF.<br />

Is the ISAF Schedule of Supplies and Services firm price<br />

or not? Please confirm.<br />

WP1 Project Management has 4 x sub-CLIN, namely 1.1,<br />

1.2, 1.3 and 1.4, yet there is only “CLIN 1” total to cover<br />

“WORK PACKAGE 1 – WP Detail Sheet”. Please<br />

confirm that we can add missing or extra CLINs and sub-<br />

CLINs to the “WP Detail Sheet”. This would also provide<br />

NC3A with greater price visibility.<br />

N A T O UN C L A S S I F I E D<br />

Yes, all prices included in WP10 and WP12 are Firm<br />

Fixed Prices, including prices for ISAF items.<br />

The sites mentioned in Book 1, <strong>Annex</strong> B, para 5.3.2c<br />

are the sites for which detailed location is not<br />

provided in the Bidding Sheets. The Bidders are<br />

requested to calculate their prices on the assumption<br />

that any NATO site on this geographical location<br />

(respectively: Europe, the US, ISAF) can be selected<br />

for implementation. For the sites for which their<br />

detailed location is stated (e.g. Bagram, Afghanistan)<br />

the price shall be calculated for the specific indicated<br />

location.<br />

The only requested breakdown in the “Work Package<br />

1 Detail Sheet” is for the whole CLIN 1, and not any<br />

further level of breakdown (Sub-CLIN1.1, 1.2, 1.3,<br />

1.4).<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

8


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

<strong>IFB</strong><br />

REF<br />

N A T O UN C L A S S I F I E D<br />

T.1 N<strong>CO</strong>P-194 Present technology and requirement NN<strong>CO</strong>P-314 dictate<br />

the use of a plug-in(s) and thus, contradicts requirement<br />

NN<strong>CO</strong>P-346. Furthermore, this capability may require<br />

end-user involvement (e.g. in the form of a confirmation by<br />

the user) during screen-shot/-capture due to security<br />

controls imposed by web browsers.<br />

T.2 N<strong>CO</strong>P-705 What, if any, interfaces will there be between N<strong>CO</strong>P and<br />

TDLs? Is N<strong>CO</strong>P expected to directly interface with TDL<br />

and/or DL networks/providers?<br />

T.3 NN<strong>CO</strong>P-1232 Are two different user interfaces being required or can the<br />

solution provide just one (e.g. only touchscreencapability)?<br />

T.4 NN<strong>CO</strong>P-314 This requirement contradicts requirement NN<strong>CO</strong>P-346<br />

and NN<strong>CO</strong>P-314 as IE 7 does not support HTML5. Can<br />

this requirement be removed or modified to resolve this<br />

contradiction? For example, can Firefox 4 be installed and<br />

used on computers that do not have an HTML5-capable<br />

browser, such as Internet Explorer 7?<br />

T.5 NN<strong>CO</strong>P-251 Time required to exchange information is directly<br />

proportional to the amount of information exchanged.<br />

Please indicate the expected maximum amount of<br />

information to be exchanged between organization nodes.<br />

T.6 NN<strong>CO</strong>P-1351 Does this requirement apply to software other than the<br />

N<strong>CO</strong>P interface (client-side software components), such<br />

QUESTION ANSWER Status<br />

N A T O UN C L A S S I F I E D<br />

The AFPL can be extended with the necessary<br />

software. However, this requires passing NATO<br />

accreditation tests for these plug-ins To be<br />

considered part of the N<strong>CO</strong>P accreditation process<br />

by the Contractor.<br />

N<strong>CO</strong>P will not directly interface with DLs and TDLs<br />

providers. The data will be received using interfaces<br />

from other systems (e.g. NIRIS) which N<strong>CO</strong>P is<br />

required to interface with.<br />

Either Touch-screen capability or Multi-Touch can be<br />

implemented.<br />

Just one user interface is required.<br />

Use of HTML5 is not a requirement. The statement<br />

has been added to present intentions on N<strong>CO</strong>P<br />

evolution. Currently Internet Explorer (not Fire Fox) is<br />

commonly used in NATO.<br />

The amount of information to be transmitted depends<br />

on the technical solution proposed by the Bidder.<br />

Due to possible limitations on available bandwidth<br />

the Bidders are requested to provide efficient<br />

solutions (e.g. data compressing and prioritisation)<br />

operating at minimum on 512 Kbps data links.<br />

N<strong>CO</strong>P clients are to be run on standard NATO<br />

workstations, using NATO Desktop software. If there<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

9


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

<strong>IFB</strong><br />

REF<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

as, client PC operating system (OS) licenses? If OS<br />

licenses are to be covered by the N<strong>CO</strong>P Increment 1<br />

price, then please indicate the maximum number of client<br />

systems that need an OS license.<br />

T.7 NN<strong>CO</strong>P-791 Please explain this requirement in detail. There is no<br />

direct relationship between XML and pub/sub mechanism.<br />

XML could be used in request/response environments and<br />

pub/sub could use a format other than XML. Other<br />

requirements describe N<strong>CO</strong>P as a web service-oriented<br />

system (request/response) which is contradictory to this<br />

T.8<br />

NN<strong>CO</strong>P-615<br />

NN<strong>CO</strong>P-806<br />

requirement.<br />

As stated, these requirements are contradictory. (If you<br />

do not maintain state on the server you also do not need a<br />

session token. Keeping state on server does not prevent<br />

scaling if you use a session aware load balancer.) Please<br />

provide a detailed explanation or modification that<br />

reconciles these two requirements.<br />

T.9 NN<strong>CO</strong>P-884 Please describe the Software Development Kits (SDKs),<br />

software client-side libraries and any other programming<br />

tools/resources provided for development on/for CoreGIS.<br />

Does CoreGIS include client-side libraries to develop the<br />

N<strong>CO</strong>P Web Client or does it only specify server-side<br />

capabilities? Does CoreGIS provide a Java interface for<br />

T.10<br />

Various<br />

(NN<strong>CO</strong>P-884<br />

and others)<br />

application development in the Java Language?<br />

Please provide electronic copies of the following:<br />

– [Ref 6] MCM-0038-2005 NATO Military Committee<br />

Memorandum on NNEC, June 2005<br />

– [Ref 9] ADatP-34 (D), NATO Interoperability<br />

N A T O UN C L A S S I F I E D<br />

is any <strong>CO</strong>TS to be added to the NATO workstation to<br />

run N<strong>CO</strong>P it shall bear no license costs to NATO.<br />

The notion of “Publish and Subscribe” is to be<br />

removed from the requirement,<br />

Requirement now stands as: “N<strong>CO</strong>P shall use XML<br />

to facilitate information brokering as a standard<br />

language.”<br />

806 addresses the area of Web Services<br />

interoperability and 615 the area of graphical user<br />

interfaces using web technologies.<br />

The Purchaser understands the general concern of<br />

the bidder however does not feel the need to make<br />

an amendment to the requirements as they stand.<br />

CoreGIS SDK (called CBF) relies on the ESRI SDK<br />

based on ArcGIS 9.3 as defined in the CoreGIS ICD.<br />

The SDK supports development of both server and<br />

client side.<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

Provided in the Bidders Library CLOSED<br />

(Amdt 1)<br />

10


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

<strong>IFB</strong><br />

REF<br />

N A T O UN C L A S S I F I E D<br />

Standards and Profiles (NISP),<br />

AC/322(SC/1)N(2010)0005, ver. 4, July 2010<br />

– [Ref 20] NCSA- NS Network- Approved Fielded<br />

Product List (AFPL), ver. 2010-20<br />

– [Ref 24] AC/322(SC/1)N(2009)0015 (INV), NATO<br />

Core Enterprise Services Framework v1.2, April 2009<br />

– [Ref 25] NC3A RD-2814 - Bi-SC AIS SOA<br />

Implementation Guidance, December 2009<br />

– [Ref 26] NC3A RD-2666 Information Exchange<br />

Gateway (IEG) Roadmap, March 2010<br />

– [Ref 36] BI-SC AIS Core Geographic Services<br />

(CoreGIS) Interface Control Document v1.0, March<br />

2009)<br />

T.11 N<strong>CO</strong>P-1221 What services are provided by Bi-SC AIS components?<br />

Are these web services? If not, then how will these<br />

services will be made available to (i.e. accessed by) Java<br />

and .NET based systems?<br />

T.12<br />

NN<strong>CO</strong>P-1248.<br />

NN<strong>CO</strong>P-1249,<br />

etc.<br />

(SRS, section<br />

4.1.5.2)<br />

QUESTION ANSWER Status<br />

Do the requirements stated under section “4.1.5.2.<br />

Installation and Configuration” of the N<strong>CO</strong>P SRS apply to<br />

server software, client software or both? Please reconcile<br />

these requirements with NN<strong>CO</strong>P-345 and NN<strong>CO</strong>P-346.<br />

N A T O UN C L A S S I F I E D<br />

Bi-SC AIS planned and available services are<br />

described in:<br />

[Ref.24]<br />

[Ref.27]<br />

[Ref.36]<br />

Additional references to be provided by NC3A after<br />

Contract Award as a complement of these.<br />

These requirements are valid for any N<strong>CO</strong>P<br />

software.<br />

It is expected than N<strong>CO</strong>P will be installed on servers<br />

and remotely accessed by clients from web<br />

browsers. The implementation proposed by the<br />

Bidder should not require any N<strong>CO</strong>P client software.<br />

Any Plug-ins should be part of the NATO Standard<br />

Desktop at the time of deployment, if required added<br />

by the N<strong>CO</strong>P project.<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

11


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

<strong>IFB</strong><br />

REF<br />

N A T O UN C L A S S I F I E D<br />

T.13 N<strong>CO</strong>P-943 How will this requirement be verified; what approach will<br />

be taken during acceptance test(s)?<br />

T.14 N<strong>CO</strong>P-969 Please define the term “enhanced interoperability”. Also,<br />

what is an acceptable test case for acceptance test(s)?<br />

T.15 NN<strong>CO</strong>P-98 Please define “minimum skill set” and explain how this<br />

requirement will be verified during acceptance test(s).<br />

QUESTION ANSWER Status<br />

N A T O UN C L A S S I F I E D<br />

The CDF should be capable of handling information<br />

that was not part of the model at design time.<br />

Information should not be discarded or ignored.<br />

The test will be to received information from an<br />

unknown domain and ensure that N<strong>CO</strong>P is able to to<br />

configured to received, process and display such<br />

information on the <strong>CO</strong>P.<br />

At a higher degree of interoperability according to<br />

[Ref.2]<br />

The “minimum skills sets” is the level of skills that is<br />

gained by daily use of Microsoft Windows<br />

environment.<br />

T.16 NN<strong>CO</strong>P-99 Please define in detail “minimum number of personnel”. The Bidders is requested to define the “minimum<br />

number of personnel” required to run the proposed<br />

T.17 NN<strong>CO</strong>P-1339 Does the Microsoft Team Foundation System (Source<br />

code Repository, Configuration Management tool, etc.)<br />

support Java? If Java support is partial or limited in some<br />

way, then please explain the limitations and constraints.<br />

N<strong>CO</strong>P solution.<br />

The Bidders can find Microsoft Team Foundation<br />

System specifications at the Software vendor.<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

CLOSED<br />

(Amdt 1)<br />

12


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

Questions & Answers No. 2 (<strong>Amendment</strong> 2 to N<strong>CO</strong>P <strong>IFB</strong>)<br />

ADMINISTRATION or <strong>CO</strong>NTRACTING<br />

Serial<br />

NR<br />

A.22<br />

A.23<br />

A.24<br />

A.25<br />

<strong>IFB</strong><br />

REF<br />

SOW Section<br />

5.6.3.8 & WP 6<br />

Section 2.3<br />

SOW Section<br />

5.6.3.5 & WP 6<br />

Section 2.4<br />

SOW Section<br />

5.6.2.1 Table<br />

Serial 5<br />

Bidders<br />

Instructions<br />

Section<br />

4.5.2.1.2.2.1<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

Contractors are to prepare and deliver an ILSP based<br />

on a Purchaser Furnished Template. Although not<br />

required formally until SQR, the scope of supply needs<br />

to be understood as part of the <strong>IFB</strong> response so as to<br />

permit pricing with minimal contingency for risk.<br />

A copy of the template is requested.<br />

Contractors are to prepare and deliver an Operational<br />

Service Level Agreement (SLA) for N<strong>CO</strong>P. Although not<br />

required formally until SQR, the scope of supply needs<br />

to be understood as part of the <strong>IFB</strong> response so as to<br />

permit pricing with minimal contingency for risk.<br />

A copy of the template is requested.<br />

The Contractor shall supply monthly management<br />

reports in accordance with the reports templates<br />

included in <strong>Annex</strong> C (NCSA SLA Template). Although<br />

not required formally until SQR, the scope of supply<br />

needs to be understood as part of the <strong>IFB</strong> response so<br />

as to permit pricing with minimal contingency for risk.<br />

A copy of the template is requested.<br />

The Bidders Instructions at Section 4.5.2.1.2.2.1 identify<br />

the NAF views to be included with the proposal.<br />

However, the NSOV-2 view is not listed as a required<br />

view in A.2 N<strong>CO</strong>P Required Architectural Views. Please<br />

can NC3A confirm the requirement or otherwise for this<br />

view and whether there is any required content for this<br />

view (as specified in A.2 for the other views). Note also<br />

that the SOW refers to this document as <strong>Annex</strong> A.15<br />

rather than A.2.<br />

N A T O UN C L A S S I F I E D<br />

The Bidders shall use for their estimation the effort<br />

required to produce the documents based on<br />

international and military standards addressing<br />

ILSP, including ISO/IEC 14764, IEEE 14764-2006<br />

and US DoD MIL-HDBK-502. The NATO templates<br />

will be made available after the Contract Award.<br />

The Bidders shall use for their estimation the effort<br />

required to produce the SLA based on ITIL v3. The<br />

NATO template will be made available after the<br />

Contract Award.<br />

The Bidders shall use for their estimation the effort<br />

required to produce the SLA based on ITIL v3. The<br />

NATO template will be made available after the<br />

Contract Award.<br />

NSOV-2 has been added to <strong>Annex</strong> A.2.<br />

The reference to <strong>Annex</strong> A.15 in the SOW has been<br />

replaced with <strong>Annex</strong> A.2.<br />

(<strong>Amendment</strong> 2 to N<strong>CO</strong>P <strong>IFB</strong>)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

13


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

ADMINISTRATION or <strong>CO</strong>NTRACTING<br />

Serial<br />

NR<br />

A.26<br />

A.27<br />

A.28<br />

A.29<br />

A.30<br />

<strong>IFB</strong><br />

REF<br />

WP 2,<br />

Instructions<br />

Document,<br />

Section 1.3.2<br />

SoW, Section<br />

1.5.4 and Figure<br />

2<br />

Book I - Bidding<br />

Instructions<br />

§ 3.6.2.1.3 and<br />

3.6.3.1.3 and<br />

3.6.4.1.3<br />

Book I - Bidding<br />

Instructions<br />

§ 3.6.2.1.3 and<br />

3.6.3.1.3 and<br />

3.6.4.1.3<br />

Book I - Bidding<br />

Instructions<br />

§4.5.2.1.2.4.2<br />

Book I - Bidding<br />

Instructions<br />

3.6.2.2.1<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

The Instructions Document states that WP 2 (J<strong>CO</strong>P<br />

Operational Support) is an “option” but the SoW does<br />

not list it as an “option”. Please clarify.<br />

Can we assume that Table of Contents of the different<br />

proposals (management, engineering, supportability) are<br />

not taken into account for the page count criteria (500<br />

pages)? Same question for SRS traceability matrix,<br />

Schedule of requirements, user manuals for<br />

demonstration, sample of training material and BOE.<br />

Due to the larger number of documents in the<br />

engineering proposal compared to the management and<br />

supportability proposals, could the page count for<br />

engineering proposal be increased?<br />

What is the level of details required for the draft ICD to<br />

be delivered as part of the proposal?<br />

<strong>IFB</strong> text " These should describe changes regarding<br />

requirements applicable to the Increment 1 capability<br />

and if relevant Increments 2 and 3." Does this means<br />

that proposed SRS changes can move a requirement<br />

from increment 1 to later increments?<br />

N A T O UN C L A S S I F I E D<br />

WP 2 is a non-evaluated option, as mentioned in<br />

Book I and the Bidding Sheets. <strong>Annex</strong> B to the SoW<br />

also identifies WP2 as a Contract option. SoW has<br />

been corrected accordingly (<strong>Amendment</strong> 2 to N<strong>CO</strong>P<br />

<strong>IFB</strong>)<br />

Correct. The listed elements are not included in the<br />

500 pages (<strong>Amendment</strong> 2 to N<strong>CO</strong>P <strong>IFB</strong>).<br />

No, The documents shall be comprehensive and<br />

limited to the scope required in the <strong>IFB</strong><br />

The ICD shall list all interfaces, protocols and data<br />

formats to be used. In case not the full standard is<br />

to be used, the applicable subset shall be<br />

described. For the details the ICD shall only refer to<br />

external standards. All discrepancies from the<br />

standard shall be noted.<br />

The Bidders can propose to move requirements<br />

implementation from Increment 1 to the next<br />

Incement or exclude from implementation. However,<br />

this will result in lower scoring of the bid and,<br />

depending of the excluded scope, it can lead to<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

14


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

ADMINISTRATION or <strong>CO</strong>NTRACTING<br />

Serial<br />

NR<br />

A.31<br />

A.32<br />

A.33<br />

A.34<br />

<strong>IFB</strong><br />

REF<br />

Book I - Bidding<br />

Instructions<br />

3.6.2.2.2<br />

Book I - Bidding<br />

Instructions<br />

3.6.2.2.2<br />

Book I-<br />

Instructions.pdf,<br />

Section 2.11.1<br />

Book II-Parts<br />

I_II and III pdf,<br />

Part II Section 31<br />

and Part III<br />

Sections 8-8.9<br />

Book I-<br />

Instructions.pdf,<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

Shall the cost information required in the change<br />

requests be provided in the technical proposal package<br />

or in a separate price document?<br />

Could you please confirm that the cost elements within<br />

SRS change (added value or increased efficiency or<br />

effectiveness) are not part of the global evaluated price?<br />

Book I, 2.11.1 indicates the letter of credit must be<br />

submitted with the bid.<br />

Book II Part II 31.1.1 indicates the letter is due 30 days<br />

from EDC.<br />

Book II Part III 8.1 indicates the letter is due 30 days<br />

from EDC.<br />

Which is correct?<br />

Recommend the incorrect section(s) be deleted.<br />

Book I, 2.11.1 indicates the bid guarantee must be<br />

equal to €100,000.<br />

N A T O UN C L A S S I F I E D<br />

declare the bid non-compliant.<br />

No cost information shall be provided outside the<br />

price proposal. There shall be no price indication in<br />

the CRs. The price package shall include final<br />

proposal, considering the proposed changes as<br />

implemented.<br />

Book I has been corrected accordingly (<strong>Amendment</strong><br />

2 to N<strong>CO</strong>P <strong>IFB</strong>)<br />

No, the global price shall include prices for the total<br />

solution offered by the Bidder, including<br />

implementation of the proposed CRs.<br />

See also answer to A.31.<br />

Those are two different guarantees:<br />

Bidders have to submit a Bid Guarantee as<br />

part of the bid. This Bid Guarantee shall be<br />

in the form of a Standby Letter of Credit as<br />

provided in <strong>Annex</strong> C to Book I.<br />

The N<strong>CO</strong>P Contractor, i.e. the selected<br />

winner of the N<strong>CO</strong>P ICB, shall provide a<br />

Performance Guarantee, as described in<br />

Book II, and in the form of a Standby Letter<br />

of Credit as provided in Article 31<br />

“PERFORMANCE GUARANTEE” of the<br />

Special Contract Provisions.<br />

See answer to A.33. The stated sections are<br />

correct.<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

15


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

ADMINISTRATION or <strong>CO</strong>NTRACTING<br />

Serial<br />

NR<br />

A.35<br />

A.36<br />

<strong>IFB</strong><br />

REF<br />

Section 2.11.1<br />

Book II-Parts<br />

I_II and III.pdf,<br />

Part II Section 31<br />

and Part III<br />

Sections 8-8.9<br />

Book I-<strong>Annex</strong> A<br />

through G.pdf,<br />

<strong>Annex</strong> C Bid<br />

Guarantee -<br />

Standby Letter of<br />

Credit<br />

BookII-Parts<br />

I_II and III.pdf,<br />

Part II Section<br />

31.4<br />

Performance<br />

Guarantee<br />

Standby Letter of<br />

Credit<br />

BookII-Parts<br />

I_II and III.pdf,<br />

Part III Section<br />

8.9 Performance<br />

Guarantee<br />

Standby Letter of<br />

Credit<br />

Book I-<strong>Annex</strong> A<br />

through G.pdf,<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

Book II Part II 31.1.1 indicates the value must be equal<br />

to ten percent (10%) of the total Contract price.<br />

Book II Part III 8.1 indicates the value must be equal to<br />

ten percent (10%) of the total Contract price.<br />

Which is correct?<br />

Recommend the incorrect section(s) be deleted.<br />

All of these sections are recommended formats for the<br />

letter of credit.<br />

Which takes precedence?<br />

Recommend two be deleted to minimize confusion.<br />

These two sets of <strong>Annex</strong>es appear to serve the same<br />

purpose.<br />

N A T O UN C L A S S I F I E D<br />

See answer to A.33. The stated sections are<br />

correct.<br />

The bidder shall use annexes from Book I, as<br />

instructed in paragraph 3.4 (Volume 1 – Bid<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

16


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

ADMINISTRATION or <strong>CO</strong>NTRACTING<br />

Serial<br />

NR<br />

A.37<br />

<strong>IFB</strong><br />

REF<br />

<strong>Annex</strong>es B-10<br />

Bidder<br />

Background IPR,<br />

B-11 List of<br />

Subcontractor<br />

IPR, B-12 List of<br />

Third Party IPR<br />

Book II-Parts<br />

I_II and III pdf,<br />

<strong>Annex</strong>es D<br />

Contractor and<br />

Subcontractor<br />

Background IPR<br />

and E Third Party<br />

IPR<br />

BookI-<br />

Instructions.pdf,<br />

Sections<br />

3.6.2.1.3,<br />

3.6.3.1.3, and<br />

3.6.4.1.3<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

Should bidders use the three forms in Book I or the two<br />

forms in Book II?<br />

Recommend one set be deleted to minimize confusion.<br />

Recommend a sans serif font in smaller size, such as<br />

Arial Narrow 8 point, for tables and graphics.<br />

N A T O UN C L A S S I F I E D<br />

Administration Package) of Book I.<br />

Book II is the prospective contract which will be<br />

updated before being awarded with the certificates<br />

provided in the bid.<br />

Arial Narrow agreed for tables and graphics, but not<br />

smaller than size 10 (<strong>Amendment</strong> 2 to N<strong>CO</strong>P <strong>IFB</strong>).<br />

CLOSED<br />

(Amdt 2)<br />

17


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

PRICE<br />

Serial<br />

NR<br />

P.3<br />

P.4<br />

<strong>IFB</strong><br />

REF<br />

Bidding Sheets,<br />

Bid Pricing<br />

Summary, Line<br />

7, 1.B Subcontracted<br />

Items<br />

Book II Part IV<br />

<strong>Annex</strong> B §1.1<br />

SSS WP7 &<br />

WP10<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

Please confirm this is the only figure that shall be required<br />

for Subcontracted work (exclusive of <strong>CO</strong>TS hardware and<br />

software prices which shall be provided separately) so no<br />

labour breakdown shall be required for Subcontracted<br />

effort.<br />

If we consider that <strong>CO</strong>TS configurations should be<br />

provided just once for a given site between WP7 and<br />

WP10, how do we manage the fact that WP7 sites are not<br />

selected yet? For example, if JFC HQ1 is a pilot site,<br />

corresponding <strong>CO</strong>TS costs will be in WP7, and will be null<br />

in WP10. If it is not a pilot site, the <strong>CO</strong>TS cost will be in<br />

WP10 and will be null in WP 7.<br />

N A T O UN C L A S S I F I E D<br />

Line 1.B “SUB<strong>CO</strong>NTRACTED ITEMS” is only for<br />

Direct Material, not for labour. Subcontracted labour<br />

shall be indicated:<br />

In the same pricing summary sheet (in line<br />

5.C “<strong>CO</strong>NSULTANTS OTHER SERVICES”<br />

or 5.D “OTHER”) if minor; or otherwise<br />

Through a separate pricing summary sheet<br />

as mentioned in the introduction of<br />

paragraph 5.7 of <strong>Annex</strong> A-2 “Instructions for<br />

the Preparation of Bidding Sheets”.<br />

Note that there is no threshold defined by the<br />

Purchaser indicating what is deemed as minor, but<br />

bidders shall provide a separate pricing summary<br />

sheet as soon as the work performed by a<br />

subcontractor would drive the proposed price.<br />

The SSS has been modified to indicate that:<br />

WP7: Operational HQ1, Operational HQ2<br />

and Operational HQ ISAF are to be Large<br />

Sites, whereas Operational HQ3 is a<br />

Standard Site.<br />

WP10: Sites listed in WP7 are upgraded only<br />

(as opposed to full installation). The<br />

installation is based on the assumption that<br />

hardware is provided either by WP12 or is<br />

available at the site. All costs, excluding the<br />

hardware itself, shall be included in the<br />

installation task.<br />

<strong>Annex</strong> A-2 to Book I, the Bidding Sheets, and Book II<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

18


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

PRICE<br />

Serial<br />

NR<br />

P.5<br />

P.6<br />

<strong>IFB</strong><br />

REF<br />

SSS WP14 CLIN<br />

14.i.17 (i=1 to 5),<br />

CLIN 14.j.19 (j=3<br />

to 5)<br />

SSS WP14<br />

CLIN 14.j.19 (j=3<br />

to 5)<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

These CLINs correspond to extended warranty for the<br />

<strong>CO</strong>TS software and hardware delivered as part of the<br />

other WPs.<br />

What is the scope of hardware and software <strong>CO</strong>TS to be<br />

considered :<br />

- number of configurations: only WP10 sites,<br />

WP10+WP12 sites or WP10+WP12+WP13 ?<br />

Shall WP14 be evaluated with the hypothesis that the<br />

contractor provided all the <strong>CO</strong>TS HW defined in<br />

WP12+WP13 ?<br />

P.7 SSS WP3 If ST&E sessions take place prior to FAT and in<br />

Purchaser's facility, please precise to which CLIN the<br />

associated costs shall be allocated.<br />

N A T O UN C L A S S I F I E D<br />

(Part II Special Contract Provisions, <strong>Annex</strong> B to Part<br />

IV SoW) have been modified accordingly<br />

(<strong>Amendment</strong> 2 to N<strong>CO</strong>P <strong>IFB</strong>).<br />

WP14 refers to the authorised scope (all sites listed<br />

under WPs 7, 10, and 12)<br />

WP14 shall be evaluated on the basis of <strong>CO</strong>TS<br />

Hardware delivered under WP 12 only.<br />

WP13 is a non-evaluated option and cannot be<br />

considered directly or indirectly in the evaluated<br />

scope.<br />

<strong>Annex</strong> B, WP3 - has been changed to state that the<br />

Contractor shall conduct internal Security Test and<br />

Evaluation (ST&E) prior to the TRR.<br />

SOW § 4.7.9.3.3, has been changed to state that the<br />

Contractor shall conduct internal ST&E.<br />

SOW § 4.7.9.3.4 -6 have been removed<br />

The ST&E shall not be done at the Purchaser‟s<br />

facility. They shall be a part of internal testing done at<br />

the Contractor‟s site and latter included in the FAT.<br />

The final run of the security tests will be done at<br />

Independent Security Tests (CLIN 3.4.11)<br />

(<strong>Amendment</strong> 2 to N<strong>CO</strong>P <strong>IFB</strong>)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

19


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

PRICE<br />

Serial<br />

NR<br />

P.8<br />

P.9<br />

P.10<br />

P.11<br />

P.12<br />

P.13<br />

<strong>IFB</strong><br />

REF<br />

Book II Part IV<br />

<strong>Annex</strong> B WP5 §<br />

3.1.6.1<br />

Bidding Sheets<br />

CLIN 5.4 et<br />

CLIN 5.2<br />

Book II, part II,<br />

§36<br />

Bidding Sheets<br />

CLIN 11<br />

Bidding Sheets<br />

CLIN 13<br />

Bidding Sheets<br />

CLIN 5.1.x /<br />

Book II Part IV<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

What does "reimbursed on a direct basis" mean? For travels requested by the Purchaser under WP5,<br />

the Contractor shall be directly reimbursed by the<br />

Are the 35000k€ of CLIN 5.4 intended to cover only<br />

expenses related to CLIN 5.2<br />

Travel and Per-diem.<br />

Does this mean that for ALL level of effort based<br />

requirement, only expenses needed to work at the<br />

purchaser location are to be priced (travels and per-diem<br />

to Casteau…). Expenses related to travels to other<br />

locations will be "reimbursed", the total amount available<br />

being defined by the "Not to exceed" CLIN ?<br />

There are Level Of Effort requirements to be performed in<br />

various locations (Europe, ISAF) but no "Not to exceed<br />

travel and per-diem" CLIN exists. This is not in line with<br />

Book II, Part II, §36 rule for level of effort requirements.<br />

Please clarify.<br />

There are Level Of Effort requirements to be performed in<br />

various locations (Europe, ISAF) but no "Not to exceed<br />

travel and per-diem" CLIN exists. This is not in line with<br />

Book II, Part II, §36 rule for level of effort requirements. In<br />

addition WP13 does not appear in Book II, Part II, §36.2.<br />

Please clarify.<br />

In which CLIN (5.1.x ?) are to be priced the requested "On<br />

line tutorials"<br />

N A T O UN C L A S S I F I E D<br />

Purchaser the travel costs incurred.<br />

The Not-To-Exceed amount indicated for CLIN 5.4<br />

(EUR 35,000.00) shall cover all travels costs incurred<br />

for work undertaken under WP5.<br />

The travels subject to reimbursement are from the<br />

duty place indicated in the Schedule of Supplies and<br />

Services and the destinations requested by the<br />

Purchaser during Contract execution.<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

Correct. CLOSED<br />

(Amdt 2)<br />

No travel is expected under WP11, and all the work<br />

shall be undertaken in the sites indicated in the<br />

Schedule of Supplies and Service. Therefore no Notto-Exceed<br />

CLIN has been defined to cover any costs<br />

incurred.<br />

CLOSED<br />

(Amdt 2)<br />

See answer to P.11. CLOSED<br />

(Amdt 2)<br />

Depending on its contents, and purpose the on-line<br />

tutorials shall be priced under one of the CLINs from<br />

5.1.4 -5.1.9<br />

CLOSED<br />

(Amdt 2)<br />

20


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

PRICE<br />

Serial<br />

NR<br />

P.14<br />

P.15<br />

P.16<br />

P.17<br />

P.18<br />

P.19<br />

<strong>IFB</strong><br />

REF<br />

(SOW) 5.2.8<br />

Bidding Sheets<br />

WP13<br />

Bidding Sheets<br />

section 1 - WP1<br />

Bidding Sheets<br />

section 2 -<br />

Labour Rates<br />

Book II, Part II,<br />

<strong>Annex</strong> I.<br />

Progress<br />

Payment<br />

Schedule<br />

(Clause 7<br />

Special<br />

Provisions)<br />

Book III, Part<br />

II, <strong>Annex</strong> I.<br />

Progress<br />

Payment<br />

Schedule<br />

(Clause 7<br />

Special<br />

Provisions)<br />

Book I, <strong>Annex</strong><br />

B, Page B-6,<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

Please indicate whether or not hardware for the large,<br />

standard, deployable and training configurations shall<br />

include visualisation hardware<br />

All CLIN for WP1 are related to contract deliverables.<br />

There is no CLIN for "Contractor Project Management<br />

Office" work (when not directly linked to contract<br />

deliverables). Where shall we put the corresponding<br />

prices?<br />

CLIN 5.2.1 requires a Senior <strong>CO</strong>P Functional Specialist.<br />

This profile is missing in the Bidding Sheets section 2 -<br />

Labour rates. Shall we add it? Same question for CLIN<br />

5.2.2 (Intermediate <strong>CO</strong>P Functional Specialist)<br />

The Payment Schedule for Work Package 5/CLIN 5<br />

includes a milestone for 5.2.3, however the bidding sheets<br />

do not include a 5.2.3<br />

Can the payment schedule please be updated to reflect<br />

the bidding sheets?<br />

The Payment Schedule for Work Package 10/CLIN 10<br />

includes a milestone for 10.7 and 10.8, however the<br />

bidding sheets do not include a 10.7 and 10.8<br />

Can the payment schedule please be updated to reflect<br />

the bidding sheets?<br />

This section is unclear regarding if the additional sheets<br />

per subcontractor is to be provided by the prime or directly<br />

N A T O UN C L A S S I F I E D<br />

Yes, the Bidders shall plan the visualisation hardware<br />

as defined in the SRS [NN<strong>CO</strong>P-1329]<br />

“Project Management Office” activities shall be<br />

reflected into WP1 deliverables. Therefore, prices for<br />

such activities shall be spread within each<br />

corresponding CLIN under WP1.<br />

Correct. Bidding sheets updated accordingly<br />

(<strong>Amendment</strong> 2 to N<strong>CO</strong>P <strong>IFB</strong>)<br />

Payments associated to WP5 / CLIN 5 updated<br />

(amendment 2 to N<strong>CO</strong>P <strong>IFB</strong>).<br />

Payments associated to WP10 / CLIN 10 updated<br />

(amendment 2 to N<strong>CO</strong>P <strong>IFB</strong>).<br />

The pricing summary sheets shall be provided by the<br />

prime.<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

21


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

PRICE<br />

Serial<br />

NR<br />

<strong>IFB</strong><br />

REF<br />

<strong>Annex</strong> A-2<br />

Sheets<br />

Instructions for<br />

the Preparation<br />

of Bidding<br />

Sheets, 5.7<br />

Bidding Sheets –<br />

Section 5<br />

“Bidders are<br />

instructed to<br />

prepare their<br />

cost proposals in<br />

sufficient detail<br />

to permit<br />

thorough and<br />

complete<br />

evaluation. For<br />

each of the 14<br />

Work Packages<br />

the Bidder has to<br />

use a separate<br />

Sheet, if needed,<br />

adding<br />

additional<br />

sheets per<br />

Subcontractor<br />

per WP and/or if<br />

multiple<br />

currencies are<br />

used”<br />

from the subcontractor.<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

Should the prime or the subcontractor provide the<br />

additional bidding sheets? If the prime is to provide the<br />

information in the additional bidding sheets the<br />

information will be limited due to the proprietary nature of<br />

the cost elements being requested in Section 5, Bidding<br />

Sheets.<br />

N A T O UN C L A S S I F I E D<br />

All the requested information shall be provided. As<br />

indicated in paragraph 3.5.3.1 in Book I, all<br />

prescriptions illustrated in the referred <strong>Annex</strong> A-2 in<br />

Book I are to be regarded as mandatory. Failure to<br />

abide to such prescriptions may lead to the bid<br />

being declared non-compliant.<br />

P.20 Book 1, <strong>Annex</strong> Unclear reference to Purchaser Project Master The Project Master Schedule (PMS) mentioned in CLOSED<br />

22


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

PRICE<br />

Serial<br />

NR<br />

P.21<br />

P.22<br />

P.23<br />

P.24<br />

<strong>IFB</strong><br />

REF<br />

A-2, paragraph<br />

3.15<br />

2-<strong>IFB</strong>-<strong>CO</strong>-<br />

<strong>12780</strong>-N<strong>CO</strong>P-<br />

Bidding_Sheets :<br />

Tab SSS WP3<br />

2-<strong>IFB</strong>-<strong>CO</strong>-<br />

<strong>12780</strong>-N<strong>CO</strong>P-<br />

Bidding_Sheets :<br />

Tab SSS WP8<br />

2-<strong>IFB</strong>-<strong>CO</strong>-<br />

<strong>12780</strong>-N<strong>CO</strong>P-<br />

Bidding_Sheets :<br />

Tab SSS WP9<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-<br />

N<strong>CO</strong>P-<br />

Bidding_Sheets :<br />

Book 1 page I-<br />

29 paragraph<br />

3.6.3.6.1<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

Schedule.<br />

The <strong>IFB</strong> refers to the Purchaser Project Master<br />

Schedule (PMS). Does the purchaser intend for bidders<br />

to use Figure 2 – N<strong>CO</strong>P Increment1 Plan -- in the SOW<br />

(paragraph 1.53, Book II, Part IV, Page 11) as the PMS,<br />

or is the PMS document to be found elsewhere?<br />

The numbering sequence for 3.4 omits sub CLIN 3.4.5<br />

Is this intentional? If not, will the customer please update<br />

the Bidding Sheets<br />

Duplicate CLIN‟s 8.1.5 & 8.1.6 exist.<br />

Will the customer please update the Bidding Sheets.<br />

9.2.1 is displayed twice and 9.2.2 does not exist<br />

Is this intentional? If not, will the customer please update<br />

the Bidding Sheets.<br />

Basis of Estimate clarification<br />

Bid preparation instructions require bidders to provide<br />

an “unpriced version of the Bidder‟s Pricing Summary<br />

Sheets.” Is it correct to assume that the pricing sheets<br />

requested are the “Bidder‟s Pricing Summary Breakdown”<br />

found in Section 5 of the Bidding Sheets?<br />

N A T O UN C L A S S I F I E D<br />

paragraph 3.15 of <strong>Annex</strong> A-2 in book I is the one<br />

provided by the bidders as part of the bid.<br />

The PMS shall be built on Figure 2 – N<strong>CO</strong>P<br />

Increment1 Plan and SSS<br />

Wording in Book I, <strong>Annex</strong> A-2, has been amended to<br />

avoid any confusion (<strong>Amendment</strong> 2 to N<strong>CO</strong>P <strong>IFB</strong>)<br />

Numbering in Bidding Sheets have been updated<br />

(<strong>Amendment</strong> 2 to N<strong>CO</strong>P <strong>IFB</strong>).<br />

Numbering in Bidding Sheets has been updated.<br />

CLINs 8.1.2, 8.1.4, 8.1.6, 8.1.8, 8.2.2, 8.2.4, 8.2.6,<br />

11.1.2, 11.1.4, 11.1.6, 11.1.8, 11.1.10, 11.2.2, 11.2.4,<br />

11.2.6 have been updated by removing “Senior”and<br />

keeping only “Intermediate” level of consultancy.<br />

(<strong>Amendment</strong> 2 to N<strong>CO</strong>P <strong>IFB</strong>).<br />

Numbering in Bidding Sheets have been updated.<br />

(<strong>Amendment</strong> 2 to N<strong>CO</strong>P <strong>IFB</strong>).<br />

The Basis Of Estimate (BOE) are the sheets<br />

identified as “WP Detail Sheet” within the bidding<br />

sheets.<br />

The Bidders shall provide the same information than<br />

provided for the Pricing Summary sheets, but at a<br />

higher level of details, and without indicating any<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

23


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

PRICE<br />

Serial<br />

NR<br />

<strong>IFB</strong><br />

REF<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

N A T O UN C L A S S I F I E D<br />

price information.<br />

24


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

T.18<br />

T.19<br />

<strong>IFB</strong><br />

REF<br />

N<strong>CO</strong>P Book II Part<br />

IV <strong>Annex</strong> B<br />

2.1.<br />

N<strong>CO</strong>P Book II Part<br />

IV <strong>Annex</strong> B<br />

2.1.<br />

System Engineering Spirals<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

2.1.1. The Contractor shall plan five (5) System<br />

Engineering Spirals, intended to develop system in<br />

subsequent increments.<br />

2.1.2. The first spiral (SP1) shall deliver first version of<br />

N<strong>CO</strong>P within twelve (12) weeks after WP PSD,<br />

2.1.3. Each following spiral shall start at the<br />

completion of the preceding spiral and shall be<br />

completed within the duration from seven (7) to nine<br />

(9) weeks.<br />

Can you confirm that NC3A have an high degree of<br />

confidence that Industry can achieve this schedule?<br />

System Engineering Spirals<br />

2.1.1. The Contractor shall plan five (5) System<br />

Engineering Spirals, intended to develop system in<br />

subsequent increments.<br />

2.1.2. The first spiral (SP1) shall deliver first version of<br />

N<strong>CO</strong>P within twelve (12) weeks after WP PSD,<br />

2.1.3. Each following spiral shall start at the<br />

completion of the preceding spiral and shall be<br />

completed within the duration from seven (7) to nine<br />

(9) weeks.<br />

Will NC3A change this requirement to read:<br />

System Engineering Spirals<br />

N A T O UN C L A S S I F I E D<br />

Yes. The 5 small System Engineering Spirals will<br />

provide flexibility and will mitigate the<br />

implementation risk. Therefore, NC3A has<br />

confidence that these spirals are deemed<br />

supportable by Industry.<br />

CLOSED<br />

(Amdt 2)<br />

No. See answer to T.18 CLOSED<br />

(Amdt 2)<br />

25


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

T.20<br />

T.21<br />

T.22<br />

<strong>IFB</strong><br />

REF<br />

SRS (Information<br />

Products), <strong>Annex</strong><br />

A.0<br />

SRS 4.1.4.1<br />

[NN<strong>CO</strong>P-210]<br />

SRS 4.1.5.1<br />

[NN<strong>CO</strong>P-262]<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

2.1.1. The Contractor shall plan three (3) System<br />

Engineering Spirals, intended to develop system in<br />

subsequent increments.<br />

2.1.2. The first spiral (SP1) shall deliver first version of<br />

N<strong>CO</strong>P within nine (9) months after WP PSD,<br />

2.1.3. The second spiral (SP2) shall be delivered<br />

twelve (12) months after WP PSD and the third spiral<br />

(SP3) shall be delivered fourteen (14) months after<br />

WP PSD,<br />

Please could NC3A advise on the status of <strong>Annex</strong> A.0<br />

to the SRS (Information Products) as the requirements<br />

contained within it are not included in the <strong>Annex</strong> F (2-<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P-Book I-<strong>Annex</strong> F N<strong>CO</strong>P SRS<br />

Requirements Implementation Schedule.xlsx)<br />

The specifications mention 25 concurrent update<br />

events or messages per node. Is it possible to have<br />

more information on how many of these messages<br />

lead to orchestrated/composite service calls and to<br />

how many calls to the different interfaces?<br />

Can you provide the characteristics of the servers that<br />

will host the infrastructure (OS, CPU (type and<br />

number)) in each place?<br />

T.23 SRS 4.6.3.2.1 Do you have other identity and authentication<br />

management we have to connect to? If not, is it part of<br />

the first iteration?<br />

N A T O UN C L A S S I F I E D<br />

The Information Products requirements included<br />

in A.0 are referenced from SRS requirements.<br />

In case some SRS requirements do not<br />

implement the full scope requested in A.0 this<br />

shall be noted in the “Remarks” column of the<br />

Requirements Implementation Schedule<br />

Yes. Concurrency to support either all update<br />

events or all messages with the required<br />

volumes. Impacted services depend on proposed<br />

Technical Architecture from Bidder.<br />

All infrastructure characteristics depend on<br />

proposed Technical Architecture from Bidder.<br />

SDS to include infrastructure characteristics with<br />

server details.<br />

Bi-SC AIS intends to roll-out Identity<br />

management, authentication and authorisation<br />

services as required in section 3.4.3.8 for N<strong>CO</strong>P<br />

to interface with based on public standards and<br />

profiles (defined in Ref.25]. For Increment-1,<br />

[N<strong>CO</strong>P-819] and [NN<strong>CO</strong>P-1142] applies. The<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

26


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

<strong>IFB</strong><br />

REF<br />

N A T O UN C L A S S I F I E D<br />

T.24 SRS NN<strong>CO</strong>P-1309 NN<strong>CO</strong>P-1309 requires that the N<strong>CO</strong>P reuses<br />

components from [Ref. 27]. The only component listed<br />

in [Ref. 27] is Microsoft BizTalk. Please confirm that it<br />

is therefore mandatory to use Microsoft BizTalk as the<br />

ESB solution based on compliance with NN<strong>CO</strong>P-1309.<br />

T.25<br />

Book 1, Sections<br />

3.6.2.1.2, 4.2.4.5,<br />

QUESTION ANSWER Status<br />

Book I, section 3.6.2.1.2 states that the Draft System<br />

Implementation Plan is in the Engineering Proposal<br />

N A T O UN C L A S S I F I E D<br />

intent is described in introduction of section 3.4.<br />

NATO intends to deploy an identity management<br />

solution on the Bi-SC AIS within the timeframe of<br />

N<strong>CO</strong>P implementation. N<strong>CO</strong>P will be interfacing<br />

with it.<br />

No.<br />

The referred requirements have been updated as<br />

follows (<strong>Amendment</strong> 2 to N<strong>CO</strong>P <strong>IFB</strong>):<br />

[NN<strong>CO</strong>P-1309] N<strong>CO</strong>P Technical Architecture<br />

shall be compatible with components from the<br />

Technical Architecture defined in [Ref. 27]<br />

[NN<strong>CO</strong>P-1311] N<strong>CO</strong>P Technical Architecture<br />

shall be compatible with interfaces and<br />

services defined in [Ref. 27]<br />

Use of BizTalk is not mandatory, and any other<br />

solutions are valid as far as they are compatible<br />

with [Ref.27].<br />

The evaluation of the proposed technical solution<br />

will consider risks of integration with AirC2IS and<br />

supportability approach.<br />

These issues have to be clearly identified by the<br />

bidders.<br />

Draft System Implementation Plan has been<br />

moved to the Supportability package.<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

27


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

T.26<br />

<strong>IFB</strong><br />

REF<br />

4.5.2.2.4 and<br />

4.5.4.1.7<br />

SRS, Page 24,<br />

Section 3.1.2.5<br />

package.<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

Book I, section 4.2.4.5 states that the Draft System<br />

Implementation Plan is evaluated as part of<br />

Supportability.<br />

Book I, section 4.5.2.2.4 discusses the evaluation of<br />

the Draft System Implementation Plan as part of the<br />

Engineering evaluation (section 4.5.2).<br />

Book I, section 4.5.4.1.7 discusses the evaluation of<br />

the Draft System Implementation Plan as part of the<br />

Supportability evaluation (section 4.5.4).<br />

Please clarify whether the Draft System<br />

Implementation Plan will be evaluated as part of the<br />

Supportability evaluation and/or the Engineering<br />

evaluation.<br />

If the Draft System Implementation Plan is evaluated<br />

under the Supportability, then would it make more<br />

sense to include it is as part of the Supportability<br />

package (and therefore, be part of the 500 page cap of<br />

Supportability, allowing the remaining sections of the<br />

Engineering proposal to use all 500 pages)?<br />

[N<strong>CO</strong>P-1148] BSO shall be capable of linking to (by<br />

association) other BSOs contained in other <strong>CO</strong>P<br />

Information Products. An association reference from a<br />

BSO to another BSO shall be characterized with an<br />

optional type and properties.<br />

N A T O UN C L A S S I F I E D<br />

(<strong>Amendment</strong> 2 to N<strong>CO</strong>P <strong>IFB</strong>).<br />

Properties and types are optional in both cases.<br />

When type is not present, the semantic meaning<br />

of a relation between BSO is to be interpreted as:<br />

N<strong>CO</strong>P-1148: is associated with<br />

N<strong>CO</strong>P-1149: includes<br />

CLOSED<br />

(Amdt 2)<br />

28


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

T.27<br />

T.28<br />

T.29<br />

T.30<br />

T.31<br />

<strong>IFB</strong><br />

REF<br />

SSS CLIN 6.2.6<br />

Book II 29.1<br />

Book II, Part IV,<br />

<strong>Annex</strong> B, § 2.5.2<br />

Book II, Part IV,<br />

<strong>Annex</strong> B, § 4.1.1.2<br />

Book II Part IV<br />

<strong>Annex</strong> B, WP1<br />

§3.4<br />

SSS WP1<br />

Book II Part IV<br />

4.2.6.6, 4.2.7.11.2,<br />

4.2.9.2, 4.4.4.7,<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

[N<strong>CO</strong>P-1149] BSO shall be capable of containing (by<br />

inclusion) other BSOs contained in other <strong>CO</strong>P<br />

Information Products. A inclusion reference from a<br />

BSO to another BSO shall be characterized with an<br />

optional type and properties. Inclusion is where the<br />

included BSO is a subset of the main BSO (e.g.<br />

Administrative area is part of a Region which is a part<br />

of a Country).<br />

Please clarify if you mean optional (both type and<br />

properties) or optional (just type only) and properties.<br />

The delivery date field for this CLIN mentions 3 years<br />

of warranty for HW, whereas the SoW and contract<br />

provisions only ask for 2 years starting at FSA. Please<br />

clarify.<br />

Seems to be a cut and paste from § 2.4.2. Address<br />

SWDL instead of SLA.<br />

Our first analysis is that this requirement is not<br />

compatible with the SRS requirement NN<strong>CO</strong>P-1320<br />

(number of trainees): this would imply a very limited<br />

number of workstation per trainee.<br />

The SSS states that the requirements management<br />

database is to be delivered for PMR (before EDC + 1<br />

month), while WP document states in WP2 4.4.5 that<br />

this database shall be delivered for PSRR (before<br />

EDC + 3 weeks). Could you please clarify?<br />

Please clarify the respective roles of formal reviews<br />

and Working Group Reviews concerning the approval<br />

process for Contractor documents (some paragraphs<br />

N A T O UN C L A S S I F I E D<br />

HW warranty shall be 2 years from the FSA. SSS<br />

CLIN 6.2.6. has been corrected accordingly in<br />

<strong>Amendment</strong> 1 to N<strong>CO</strong>P <strong>IFB</strong>.<br />

CLOSED<br />

(Amdt 2)<br />

Corrected (<strong>Amendment</strong> 2 to N<strong>CO</strong>P <strong>IFB</strong>) CLOSED<br />

(Amdt 2)<br />

It is expected that the deployable training set will CLOSED<br />

use laptops, and not workstations. Bidders are (Amdt 2)<br />

required to explicit their justification for any<br />

changes in the training configuration.<br />

The requirements database shall be delivered at CLOSED<br />

PSSR. The SSS has been corrected<br />

(Amdt 2)<br />

(<strong>Amendment</strong> 2 to N<strong>CO</strong>P <strong>IFB</strong>)<br />

Working Group Review is a technical meeting<br />

that verifies the deliverables and provides<br />

recommendation for next spiral and the approval<br />

CLOSED<br />

(Amdt 2)<br />

29


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

T.32<br />

T.33<br />

T.34<br />

T.35<br />

<strong>IFB</strong><br />

REF<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

4.5.2.1.2 seem contradictory on this topic) at the formal reviews.<br />

Formal Review is a formal meeting that approves<br />

the documents at the established milestones,<br />

using (besides the others) recommendation from<br />

SSS WP3 CLIN<br />

3.4.2<br />

SSS WP1 CLIN<br />

1.4.2<br />

SSS WP4 CLIN 4.1<br />

Book II Part IV<br />

WP4 §2.2.4<br />

Book II Part IV<br />

WP6 §2.4<br />

Book II Part IV<br />

§5.5.1.9<br />

Bidding Sheets<br />

WP3 CLIN 3.3.5<br />

Test reports are supposed to record the results of the<br />

different test phases (FAT, SIT, …). So please clarify<br />

why delivery date is set at TRR in this CLIN.<br />

Could you precise the extent of work to be completed<br />

as part of this activity. As this line in the SSS is tagged<br />

as "NSP", where shall the associated costs be placed?<br />

The SSS states that preliminary documents must be<br />

delivered at WP PSD + 2w, while the WP document<br />

states that they must be presented for review at<br />

WGR1 to be held at PSD + 4 w. Could you please<br />

clarify.<br />

The WP document states in WP6 that the SLA has to<br />

be elaborated as part of this WP6 for SQR. On the<br />

other hand the SoW in §5.5 states that this SLA has to<br />

be included in the Service Delivery Plan to be<br />

delivered as part of WP3 for ImWG spiral 3, with the<br />

final version of this document delivered before end of<br />

WP3, which according to SoW Figure 2 occurs before<br />

SQR.The SSS is in line with this delivery of the<br />

Service Delivery Plan in WP3. Please clarify.<br />

N A T O UN C L A S S I F I E D<br />

the related Working Group Review.<br />

At TRR the Contractor is requested to provide<br />

empty template to be used to record the results.<br />

After each tests the Contractor shall provide full<br />

test results containing the information, and<br />

following the structure, agreed on the template.<br />

The project information materials will be used to<br />

present and promote N<strong>CO</strong>P solution in NATO<br />

and NATO Nations. The associated price shall be<br />

included in the price of Meeting Minutes (CLIN<br />

1.4.1)<br />

These documents shall be reviewed at WGR1.<br />

According to SOW 8.1.5.1. However, the<br />

documents shall be provided for inspection at<br />

least 2 weeks in advance.<br />

An initial template for the Service Level<br />

Agreement shall be included in the Service<br />

Delivery Plan, being developed within WP3 (CLIN<br />

3.3.5).<br />

An Operational Service Level Agreement can<br />

only be developed having experience from<br />

provision of operational support, included in WP6<br />

(CLIN 6.1.3).<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

T.36 Book II Part IV SoW states that the SWDL has to be delivered for Initial version of the SWDL is to be approved at CLOSED<br />

30


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

T.37<br />

T.38<br />

T.39<br />

T.40<br />

<strong>IFB</strong><br />

REF<br />

§5.5.4.4<br />

Book II Part IV<br />

<strong>Annex</strong> B WP6<br />

§2.5.2<br />

Bidding Sheets<br />

WP6 CLIN 6.1.4<br />

Book II Part IV<br />

§5.2.5.5<br />

Bidding Sheets<br />

WP5, WP7, WP10,<br />

WP12, WP13<br />

Book II Part IV<br />

§8.1.3<br />

SSS<br />

Book II Part IV<br />

<strong>Annex</strong> B WP9<br />

§1.3, 1.4, 5<br />

Book II Part IV<br />

§5.2.1<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

FSA, while the WP document (and the SSS) states<br />

that it must be approved for SQR, and maintained until<br />

FSA. Could you please clarify.<br />

SoW 5.2.5.5 states that a training course report has to<br />

be delivered after each training course. However, the<br />

bidding sheets mention such reports only for WP5.<br />

Could you please clarify.<br />

The SoW 8.1.3 states that only contractual documents<br />

have to be transmitted in paper format, the other<br />

documents being sent in electronic format. On the<br />

other hand, the SSS states that all documents have to<br />

be provided in paper and electronic format. Could you<br />

please clarify.<br />

The §1.4 of WP9 mentions an estimated 2 weeks for<br />

testing. §5 of this WP details the testing phases:<br />

- ST&E tests (no duration mentioned),<br />

- SIT: from 5 to 10 days,<br />

- SSMAT: from 3 to 5 days,<br />

- UAT : from 1 to 3 days,<br />

- IT&V and independent security tests: from 5 to 10<br />

days.<br />

Could you please clarify.<br />

In which WP /CLIN is the Contractor expected to<br />

deliver user manuals, if different from the training<br />

material delivered as part of WP5?<br />

N A T O UN C L A S S I F I E D<br />

SQR. This shall be kept updated until the FSA,<br />

with the final delivery at FSA.<br />

SOW 5.2.5.5 requests feedback form to be<br />

distributed and filled in by the students.<br />

However, only CLIN 5.3.4 requests Training<br />

Course Report to include Contractor<br />

recommendations for changes to the developed<br />

training materials.<br />

The SSS refers to final delivery, which, in some<br />

cases includes paper copies of the documents.<br />

However, any partial delivery during the<br />

development shall comply with the SOW<br />

requirements.<br />

The description of the WP 9 has been modified to<br />

extend its duration to 14 weeks (which includes<br />

an estimate of 4 weeks for testing).<br />

(<strong>Amendment</strong> 2 to N<strong>CO</strong>P <strong>IFB</strong>)<br />

User Manuals and Admin Manuals have been<br />

added as to Bidding Sheets as CLIN 5.1.12.<br />

Installation Guide is part of Product Baseline.<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

T.41 Book II Part IV Is the Contractor required to update user Update of User Manuals and Admin Manuals is CLOSED<br />

31


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

T.42<br />

T.43<br />

T.44<br />

T.45<br />

T.46<br />

<strong>IFB</strong><br />

REF<br />

N A T O UN C L A S S I F I E D<br />

<strong>Annex</strong> B WP9 documentation (user manual) and technical<br />

documentation (as part of this WP? If so, as part of<br />

which CLIN?<br />

Book II Part IV<br />

<strong>Annex</strong> B WP9<br />

SSS WP7, WP10,<br />

WP12<br />

Book II Part IV<br />

§3.6.4<br />

Book II Part IV<br />

§4.5.2.1.3<br />

Book 1 - §3.6.2.6,<br />

§ 4.5.2.2.4 et §<br />

4.5.4.1.7<br />

QUESTION ANSWER Status<br />

Is the Contractor required to provide updated test<br />

procedures and SRS? If so for which CLIN?<br />

There seems to be an inconsistency in the number of<br />

HW configurations for standard sites:<br />

- WP10 mentions 5 standard sites,<br />

- WP12 (CLIN 12.3.1 + 12.3.4) adds 6 such sites,<br />

- but WP12 (CLIN 12.8.2.1 + 12.8.2.3) gives only 10<br />

such HW configurations.<br />

Please clarify.<br />

This requirement asks for the upload of the source and<br />

executable code and on the project website,<br />

accessible for unlimited download at Customer site.<br />

This will certainly not be considered as acceptable by<br />

some national export control agencies.<br />

Shall we understand that the each CDR or PDR is in<br />

fact a series of Working Group meetings, with<br />

one6meeting for each WG (UWG, AWG, …) ?<br />

The Draft System Implementation Plan seems to be<br />

evaluated as part of the Technical/Engineering<br />

proposal (4.5.2.2.4) but also as part of the<br />

Technical/Supportability proposal (4.5.4.1.7) and the<br />

N A T O UN C L A S S I F I E D<br />

included in CLIN 9.3.3.<br />

Update of the technical documentation (including<br />

Installation Guide) is included in Product Baseline<br />

Delivery – CLIN 9.3.2<br />

The SRS changes are included in CLIN 9.1.1<br />

The update of the procedures is included in CLIN<br />

9.1.3 (as a LOE)<br />

SSS CLIN 12.8.2.3 : Quantity has been changed<br />

to five (5) (<strong>Amendment</strong> 2 to N<strong>CO</strong>P <strong>IFB</strong>)<br />

The SOW §3.6.4 asks for access to the software<br />

products for viewing Contractor‟s progress. Load<br />

option is not required. The Purchaser does not<br />

request access to any software source code not<br />

developed in the course or as the result of work<br />

undertaken for any purpose contemplated by the<br />

N<strong>CO</strong>P Contract.<br />

The Contractor shall organize a series of design<br />

reviews (PDR, CDR) within framework of Spiral<br />

Development, as defined in Book II Part IV <strong>Annex</strong><br />

B, WP3, §2.3.2. Each Design Review follows a<br />

set of WGR and these are different types of<br />

reviews.<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

See the response to T.25 CLOSED<br />

(Amdt 2)<br />

32


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

T.47<br />

T.48<br />

T.49<br />

T.50<br />

<strong>IFB</strong><br />

REF<br />

Book II, Part IV,<br />

annex B WP7 6.1<br />

and Bidding Sheet<br />

7.4<br />

Book II Part I II and<br />

III §12.1<br />

Book II Part IV<br />

<strong>Annex</strong> B<br />

Book II Part IV<br />

<strong>Annex</strong> B WP9,<br />

WP10 §1.3<br />

Book II Part IV<br />

§4.9.10.1/4.9.10.2<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

evaluation criteria are not exactly the same.<br />

And the document is part of the Engineering proposal,<br />

as stated in 3.6.2.6.<br />

Please clarify<br />

Delivery dates are inconsistent: 2 weeks versus 4<br />

weeks. Could you please clarify?<br />

The Contract document §12.1 states that WP<br />

mentioned as optional in the Part IV <strong>Annex</strong> B<br />

document represent indefinite delivery options.<br />

However the Part IV <strong>Annex</strong> B uses the "indefinite<br />

quantity" only for WP13. So please precise which of<br />

the optional WPs are to be considered as "indefinite<br />

quantity" options. This indefinite option formula does<br />

not seem suitable for WP9.<br />

WP10 §1.3 states that the reference and testbed<br />

platforms shall be updated with latest N<strong>CO</strong>P baseline.<br />

However, this update shall be performed as part of<br />

WP9 in order to enable updated version testing<br />

phases. As WP10 is supposed to take place after WP9<br />

completion, please clarify.<br />

Among the criteria for IOC and FOC are the<br />

successful elaborations of <strong>CO</strong>Ps in each deployed<br />

site. However, the criteria for performing this<br />

N A T O UN C L A S S I F I E D<br />

Book II, Part IV, <strong>Annex</strong> B WP7 6.1 has been<br />

corrected to four (4) weeks (<strong>Amendment</strong> 2 to<br />

N<strong>CO</strong>P <strong>IFB</strong>)<br />

As stated in paragraph 12.1 of the Special<br />

contract Provisions (Book II, Part II), the Contract<br />

options are Indefinite Delivery Options.<br />

Besides, as stated in paragraph 12.5, “any<br />

options for additional equipment and services<br />

may be exercised multiple times within the stated<br />

time period. The Contractor will not be obliged to<br />

deliver more than the maximum quantities<br />

specified in the Contract Schedule”.<br />

This means that all Contract Options are<br />

indefinite Delivery Indefinite Quantity options,<br />

including WPs 9 and 13.<br />

The Contractor is required to repair any errors<br />

that would arise during installations in WP10.<br />

This can result in changes to the N<strong>CO</strong>P baseline.<br />

Contractor shall make sure that N<strong>CO</strong>P software<br />

(a component of Product Baseline) is the same at<br />

all sites, including the testbed platforms.<br />

IOC and FOC criteria are defined in SoW<br />

paragraphs 4.9.10.1 and 4.9.10.2 respectively.<br />

These paragraphs have been updated to include<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

33


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

T.51<br />

T.52<br />

T.53<br />

T.54<br />

T.55<br />

T.56<br />

<strong>IFB</strong><br />

REF<br />

Book I - Bidding<br />

Instructions<br />

§ 3.6.2.3.3<br />

SOW<br />

§ 4.5.3.8<br />

SOW<br />

§ 4.5.3.9.4<br />

Book I - Bidding<br />

Instructions<br />

§ 4.5.2.1.2.2.3<br />

Book I - Bidding<br />

Instructions<br />

§ 3.6.2.1.3<br />

SRS<br />

§ 3.2.2<br />

Req N<strong>CO</strong>P-245<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

evaluation are not defined and there is no time<br />

constraint for the operational sites to perform this<br />

"acceptance". Could you please provide these criteria<br />

and maximum time for sites to pronounce this<br />

acceptance?<br />

This section requires an NSOV-2 to be delivered.<br />

However NSOV-2 is not part of required views<br />

identified in <strong>Annex</strong> A.2 to the SRS. Which document<br />

has precedence?<br />

This section refers to an <strong>Annex</strong> A.15 to the SRS.<br />

Please confirm that it should refer to <strong>Annex</strong> A.2 to the<br />

SRS or supply said <strong>Annex</strong> A.15.<br />

This paragraph refers to an architecture tool specified<br />

in the SRS. No such specification was found in the<br />

SRS.<br />

Does the high-level design information have to comply<br />

with § 4.5.3.9.4 of the SOW?<br />

In order to facilitate complying with this requirement,<br />

are bidders allowed to incorporate (after the table of<br />

contents or as an Appendix) general information<br />

shared by all documents (e.g. acronyms, referenced<br />

documents, etc) ?<br />

Since a node is always within a site, can you clarify<br />

the difference between this requirement and N<strong>CO</strong>P-<br />

1241?<br />

N A T O UN C L A S S I F I E D<br />

the following maximum duration after which IOC<br />

and FOC would be automatically deemed<br />

reached by the Purchaser:<br />

3 months after WP7 acceptance in writing<br />

by the Purchaser for IOC<br />

6 months after FSA for FOC.<br />

(<strong>Amendment</strong> 2 to N<strong>CO</strong>P <strong>IFB</strong>)<br />

See the response to A.25 CLOSED<br />

(Amdt 2)<br />

See the response to A.25 CLOSED<br />

(Amdt 2)<br />

Please use the architecture toolset defined in<br />

SRS NN<strong>CO</strong>P-1228<br />

CLOSED<br />

(Amdt 2)<br />

See the response to T.53 CLOSED<br />

(Amdt 2)<br />

Referenced documents in the bid can only be<br />

excluded from the total page count if the<br />

reference is a publicly available document<br />

(standard, RFC, etc.). Any Bidder produced<br />

document is to be accounted for as part of the<br />

page count.<br />

1241 relates to a management function. 245<br />

relates to the distribution of the <strong>CO</strong>P from a Site<br />

(containing at least a Node) to any Consumer<br />

Entities being disseminated the <strong>CO</strong>P.<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

34


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

T.57<br />

T.58<br />

T.59<br />

T.60<br />

T.61<br />

T.62<br />

<strong>IFB</strong><br />

REF<br />

Book I - Bidding<br />

Instructions<br />

§ 3.6.2.1.3<br />

SRS<br />

§3.1.2.3.3<br />

[N<strong>CO</strong>P-1160]<br />

SRS<br />

§3.2.2.1<br />

[N<strong>CO</strong>P-130]<br />

SRS<br />

§3.2.4.1<br />

[N<strong>CO</strong>P-1165]<br />

SRS<br />

§2.3.3.1<br />

[N<strong>CO</strong>P-237]<br />

[N<strong>CO</strong>P-922]<br />

SRS<br />

§3.3.1<br />

[N<strong>CO</strong>P-1049]<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

In order to facilitate complying with this requirement,<br />

are bidders allowed to reference information described<br />

in documents pertaining to other volumes of the<br />

technical proposal package?<br />

What do you mean by BSO containing time references<br />

within their properties (no history) ? Do you mean<br />

properties whose value is a time reference and is not<br />

historised ? Or Do you mean properties whose value<br />

is a time reference and never change?<br />

What do you mean by "the common information set»?<br />

Do you mean the set of attribute's values that are<br />

common to every IO that are contained into the <strong>CO</strong>P<br />

IP?<br />

Could you give examples of common time properties<br />

of <strong>CO</strong>P IPs that will be associated to BSO time<br />

properties?<br />

What are the properties of the individual type of<br />

element mentioned at requirement [N<strong>CO</strong>P-237].<br />

Which of these properties match several security<br />

classification (see [N<strong>CO</strong>P-922])<br />

Could you please provide an example (use case) of<br />

such a transfer?<br />

N A T O UN C L A S S I F I E D<br />

The intent of 245 is to capture the requirement<br />

that not only one Node can be the point of<br />

distribution.<br />

Yes.<br />

A time-reference property is a property containing<br />

time information (such as a precise of<br />

approximated DTG).<br />

Any property of a BSO can change its value from<br />

N<strong>CO</strong>P perspective.<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

Read “CDF” instead of “common information set” CLOSED<br />

(Amdt 2)<br />

Dublin Core metadata defines several properties<br />

as possible substitution for the “date” type.<br />

Any value for each property of the mentioned<br />

types in this requirement can be classified. Such<br />

value can only be present on a security domain<br />

matching its security classification.<br />

A Node can be transferred from a Site to another<br />

Site when a Node is being pre-configured,<br />

connected and activated on a Site and only then<br />

re-packaged, shipped and deployed onto a<br />

remote location. Mission Architecture<br />

Management Service needs to support this move<br />

happening in real-life to update the Mission<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

35


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

T.63<br />

T.64<br />

T.65<br />

<strong>IFB</strong><br />

REF<br />

SRS<br />

§4.6.2.1.3<br />

[NN<strong>CO</strong>P-832]<br />

SRS<br />

§4.2.2.1<br />

[NN<strong>CO</strong>P-1309]<br />

SRS<br />

§4.2.2.1<br />

[NN<strong>CO</strong>P-1311]<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

Will the NATO Meta-data Registry and Repository be<br />

available for N<strong>CO</strong>P increment-1 first PDR?<br />

This requirement refers to [Ref 27] which is "NATO Air<br />

Command and Control Information Services (AirC2IS)<br />

- Overview of Integration Core, ver. 0.1"<br />

Why do we have to maximise reuse of components<br />

from the Technical Architecture of AirC2IS? Does<br />

NATO provide every component and source code that<br />

will be developed in the AirC2IS program ?<br />

This requirement also refers to [Ref 27] which is<br />

"NATO Air Command and Control Information<br />

Services (AirC2IS) - Overview of Integration Core, ver.<br />

0.1"<br />

Why do we have to maximise reuse of interfaces and<br />

services from the Technical Architecture of AirC2IS?<br />

Does NATO provide source codes of interfaces and<br />

services that will be developed in the AirC2IS<br />

program?<br />

T.66 [NN<strong>CO</strong>P-393] Will Bi-SC AIS Core Services be available on every<br />

node before N<strong>CO</strong>P increment-1 deployment?<br />

In particular will Core GIS Service and data (maps,<br />

etc.) be available on every node before N<strong>CO</strong>P<br />

increment-1 deployment?<br />

N A T O UN C L A S S I F I E D<br />

Architecture.<br />

NMRR will be available for Design stage hosted<br />

by NC3A on NU facilities.<br />

Additionally, interface requirements to a metadata<br />

registry are listed in <strong>Annex</strong> A.3 of the SRS.<br />

See answer to T.24 on the updated requirement<br />

on the reuse of components from the Technical<br />

Architecture of AirC2IS.<br />

The Bidders shall consider that NATO shall only<br />

provide the information and materials already<br />

provided as part of the <strong>IFB</strong>, as well as the items<br />

identified in Article 28 of the Special contract<br />

Provisions during contract execution.<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

See answer to T.64. CLOSED<br />

(Amdt 2)<br />

Bidder to explicit in the proposal whether and<br />

when same-site co-location of N<strong>CO</strong>P with<br />

CoreGIS services is required for proposed N<strong>CO</strong>P<br />

Technical Architecture to perform according to<br />

requirements.<br />

CLOSED<br />

(Amdt 2)<br />

36


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

<strong>IFB</strong><br />

REF<br />

N A T O UN C L A S S I F I E D<br />

T.67 [NN<strong>CO</strong>P-393] Can Core GIS Service and data (maps, etc.) be used<br />

to import /export <strong>CO</strong>P IP in requested formats?<br />

T.68 SOW 1.3.6.3 This paragraph mentions the need for an Enterprise<br />

Service Bus (ESB) for N<strong>CO</strong>P. Shall an ESB be<br />

delivered as part of N<strong>CO</strong>P increment-1 or is it<br />

envisioned to use a NATO provided ESB for N<strong>CO</strong>P<br />

increment-1? Is there a preferred NATO choice to be<br />

T.69<br />

T.70<br />

Book II Part IV<br />

<strong>Annex</strong> B WP3<br />

8.5.2 & 8.7.1<br />

Book II Part IV<br />

§4.7.9.3.3 &<br />

4.7.9.3.4<br />

Book II Part IV<br />

<strong>Annex</strong> B WP3 §7<br />

used as ESB ?<br />

QUESTION ANSWER Status<br />

Concerning initial ST&E (Security Test and Evaluation)<br />

sessions:<br />

- shall sessions take place: prior to TRR (as stated in<br />

SoW) or during FAT (as stated in WP document),<br />

- how many sessions before the end of FAT ?<br />

- where are they supposed to take place ?<br />

Visualisation hardware: what equipment is the<br />

contractor required to provide: only displays, or also<br />

the connected workstations? If so, how many<br />

workstations?<br />

T.71 SSS WP7 What is the configuration (standard / large / deployable<br />

/ training / visualisation) of WP7 pilot sites:<br />

- Operational HQ1,<br />

- Operational HQ2,<br />

- Operational HQ3,<br />

T.72<br />

T.73<br />

SRS : Req : N<strong>CO</strong>P<br />

- 1270 p77<br />

SRS : Req :<br />

NN<strong>CO</strong>P - 1034<br />

p171<br />

- Operational HQ ISAF<br />

For Cross domain data transfer solution, is there a<br />

certification requirement?<br />

Could we have information to evaluate <strong>CO</strong>RSOM<br />

interface complexity?<br />

N A T O UN C L A S S I F I E D<br />

Question does not relate to requirement number. CLOSED<br />

(Amdt 2)<br />

See answer to T.64. CLOSED<br />

(Amdt 2)<br />

See the response to P.7 CLOSED<br />

(Amdt 2)<br />

The Visualisation hardware shall comply with<br />

SRS requirements NN<strong>CO</strong>P-1328 and NN<strong>CO</strong>P-<br />

1329. It shall not include a workstation but is shall<br />

be connected to selected workstation(s) already<br />

deployed at the site.<br />

CLOSED<br />

(Amdt 2)<br />

See the response to P.4 CLOSED<br />

(Amdt 2)<br />

Cross-Domain requirement applies to N<strong>CO</strong>P<br />

interfaces (N<strong>CO</strong>P-500).<br />

No certification for N<strong>CO</strong>P required.<br />

For bidding purposes, Bidder to assume<br />

<strong>CO</strong>RSOM is an NVG-compliant system.<br />

LOGFAS (including EVE and <strong>CO</strong>RSOM) ICD will<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

37


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

T.74<br />

T.75<br />

T.76<br />

<strong>IFB</strong><br />

REF<br />

SRS : Req :<br />

NN<strong>CO</strong>P - 1032<br />

p172<br />

SRS <strong>Annex</strong> A3 :<br />

N<strong>CO</strong>P-IF-144<br />

SRS : Req :<br />

NN<strong>CO</strong>P - 1028<br />

p171<br />

SRS : Req<br />

[NN<strong>CO</strong>P-357]<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

Could you confirm that EVE interface is part of<br />

increment-2? Could we have information to evaluate<br />

EVE interface complexity?<br />

Could we have information to evaluate iGeoSIT<br />

interface complexity?<br />

The <strong>CO</strong>TS Software Components mentioned cannot<br />

be found in [Ref. 19]. Could you please clarify?<br />

T.77 SRS [NN<strong>CO</strong>P-366] This requirement seems to be linked to interface<br />

requirements part of increment-2. If not could you<br />

please clarify the purpose of this requirement?<br />

T.78<br />

T.79<br />

T.80<br />

SRS Req [NN<strong>CO</strong>P-<br />

1212] and SRS<br />

<strong>Annex</strong> A.3 chapter<br />

13<br />

SRS Req [NN<strong>CO</strong>P-<br />

1326]<br />

Book II, Part IV,<br />

Sections 1.4.2.1,<br />

Could you please confirm that these general purpose<br />

interoperability interfaces shall be used only if they<br />

required by the proposed technical solution?<br />

The Hardware requirements are listed in MIPS<br />

document [Ref 19] as general purpose server. This<br />

server includes various options that could be<br />

requested by the sites (ex: Expandable disks, network<br />

adapter). Shall these options be included in the price?<br />

Can The Authority state whether the Authorised Sites<br />

detailed in Sections 1.4.2.1, 1.4.2.2, 1.4.2.3 and<br />

N A T O UN C L A S S I F I E D<br />

be provided after Contract Award<br />

Interfacing with EVE/Web is an Increment-1<br />

requirement.<br />

For bidding purposes, Bidder to assume<br />

EVE/Web is an NVG-compliant system.<br />

LOGFAS (including EVE and <strong>CO</strong>RSOM) ICD will<br />

be provided after Contract Award<br />

iGeoSIT documentation provided as part of the<br />

Bidding library (iGeoSIT CD-ROM)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

See the response to T.55 CLOSED<br />

(Amdt 2)<br />

No.<br />

CLOSED<br />

Support of the data structures in the <strong>CO</strong>P does (Amdt 2)<br />

not imply support of the data replication<br />

mechanism.<br />

No.<br />

CLOSED<br />

General purpose interoperability interfaces are to (Amdt 2)<br />

be provided and used with any system<br />

(previously listed or not) compliant with these<br />

standards or with any systems (previously listed<br />

or not) that can only be accessed using these<br />

interfaces. FAT will have to demonstrate such<br />

interfaces.<br />

No. CLOSED<br />

(Amdt 2)<br />

Without implying any limits (as for the<br />

Performance requirements of the SRS) on the<br />

CLOSED<br />

(Amdt 2)<br />

38


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

T.81<br />

T.82<br />

T.83<br />

<strong>IFB</strong><br />

REF<br />

1.4.2.2, 1.4.2.3 and<br />

1.4.2.4<br />

Book II, Part IV<br />

(SoW), Section<br />

1.4.3<br />

Book II, Part IV,<br />

Section 4.9.6.4<br />

SRS, NN<strong>CO</strong>P-<br />

1243, Section<br />

4.1.4.4.1.1<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

1.4.2.4 can be considered as Entities (as per the<br />

definition in Section 1.4 of SRS).<br />

Please confirm that the information provided in Section<br />

1.4.3 is informational only, rather than required as a<br />

bid option. In the event that the capability described<br />

by SOW 1.4.3 is to be presented as a costed option,<br />

please provide a categorisation of each of the<br />

additional sites as Large, Standard, Visualisation,<br />

Training or Reference.<br />

In Section 4.9.6.4 it is stated that the N<strong>CO</strong>P server<br />

shall be placed in the “Purchaser-designated rack”.<br />

Can the Authority state if the rack will be a “standard”<br />

19 Inch (482.6 mm) rack (as per IEC 60297). As a<br />

minimum, how many „U‟ of space will be available at<br />

each site?<br />

Section 4.1.4.4.1.1 states that “N<strong>CO</strong>P shall support a<br />

„Large‟ user volume with: more than 250 <strong>CO</strong>P User<br />

and/or <strong>CO</strong>P contributor roles, and up to 1000 users”.<br />

What is the difference between a <strong>CO</strong>P User and a<br />

user?<br />

N A T O UN C L A S S I F I E D<br />

number of Entities that a Node (on a Site) can<br />

hosts, Bidders (which technical architecture could<br />

be impacted by such information) should take the<br />

following numbers into account for design<br />

purposes:<br />

• Large node: up to 5<br />

• Standard node: up to 3<br />

• deployable node: up to 5<br />

• training: up to 10<br />

SOW Section 1 provides only introduction to the<br />

sections that follow-on. In this sense §1.4.2 lists<br />

the locations considered for the scope of WP10<br />

(&WP7) and §1.4.3 corresponds to WP12.<br />

The rack-space availability will depend on the<br />

site. They are to be identified as part of the Site<br />

Survey to be carried out by the Contractor at<br />

each of the installation sites.<br />

Specifications to be used from [Ref.19] (MIPS)<br />

The notion of “user” represents any type of users<br />

in any role as defined in the SRS, interacting with<br />

N<strong>CO</strong>P services.<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

T.84 SRS, NN<strong>CO</strong>P- NN<strong>CO</strong>P-1280 states that N<strong>CO</strong>P shall support a On a visualisation site, N<strong>CO</strong>P should satisfy CLOSED<br />

39


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

T.85<br />

T.86<br />

1280<br />

<strong>IFB</strong><br />

REF<br />

Book II, Part IV,<br />

Section 1.6.4<br />

Book II, Part IV,<br />

Page 18 Section<br />

3.2.1<br />

1-<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-<br />

N<strong>CO</strong>P-BookI-<br />

Instructions.pdf,<br />

Section 3.6.2.1.3<br />

The Engineering<br />

Proposal package<br />

shall not exceed<br />

500 pages with<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

“visualisation” information volume with 1 or more <strong>CO</strong>P<br />

available.<br />

Section 1.6.4 of Book II, Part IV states that a site<br />

accessing the capability at a large or standard node<br />

across the NSWAN or the Mission Secret WAN are<br />

hereafter identified as Visualisation configuration<br />

nodes.<br />

Is the requirement for a client at the Visualisation<br />

configuration node to be able to access the “primary<br />

home” site across the WAN, or for an N<strong>CO</strong>P server to<br />

take a feed from the “primary home” a raw or tailored<br />

<strong>CO</strong>P out to local clients?<br />

Section 3.2.1 states that, subject to approval of the<br />

Purchaser, the Contractor may propose his own<br />

project management methodology.<br />

We have been successful in executing projects in the<br />

past using our own ISO 9001 accredited Project<br />

Management process which is not based on, or<br />

constrained by, a single methodology. Can we take a<br />

similar approach on the N<strong>CO</strong>P project?<br />

A printed size 12 Times Roman font Requirements<br />

Traceability Matrix (RTM) that includes the complete<br />

text of the requirement traced to the draft SDS and<br />

Test Plan can be in excess of 200 pages.<br />

Does the RTM count against the 500 page limit of<br />

the Engineering Proposal? Or may bidder use a<br />

smaller font (as used by Purchaser for the<br />

Requirements Implementation Schedule in <strong>Annex</strong> F)<br />

N A T O UN C L A S S I F I E D<br />

identical non-functional requirements as defined<br />

in SRS. Presence of local (on-site) capability<br />

within a Visualisation Site depends on the<br />

proposed Technical Architecture and should be<br />

explicit in the infrastructure.<br />

Yes, the bidder may propose different project<br />

management methodology based on an<br />

internationally recognized standard. In such a<br />

case the proposed methodology shall be<br />

described.<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

See the response to A.27 CLOSED<br />

(Amdt 2)<br />

40


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

T.87<br />

<strong>IFB</strong><br />

REF<br />

fonts in “Times<br />

New Roman”, size<br />

12.<br />

5-<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-<br />

N<strong>CO</strong>P-BookII Part<br />

IV_<strong>Annex</strong>A SRS<br />

v0.9.0.pdf, A.3 -<br />

N<strong>CO</strong>P Interfaces<br />

Requirements.pdf<br />

The SRS (N<strong>CO</strong>P-<br />

1027) specifies that<br />

for Increment 1 that<br />

the “N<strong>CO</strong>P shall<br />

interface with<br />

existing and<br />

available NATO<br />

systems supporting<br />

a MIP-DEM<br />

interface towards<br />

National systems.<br />

This interface shall<br />

provide for <strong>CO</strong>P<br />

Information<br />

Products to be<br />

created based on<br />

exchanged MIP-<br />

DEM information.”<br />

The N<strong>CO</strong>P<br />

Interfaces<br />

and shortened titles?<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

These requirements appear in conflict with one<br />

another.<br />

Which of these requirements is expected for<br />

Increment 1?<br />

N A T O UN C L A S S I F I E D<br />

No conflict.<br />

An interface between N<strong>CO</strong>P and NATO‟s MIPcompliant<br />

systems has to be part of the proposed<br />

Technical Architecture. MIP-DEM interface from<br />

NATO‟s MIP-compliant systems to be used with<br />

National capabilities with identical interface.<br />

CLOSED<br />

(Amdt 2)<br />

41


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

T.88<br />

T.89<br />

T.90<br />

<strong>IFB</strong><br />

REF<br />

Requirements<br />

document (N<strong>CO</strong>P-<br />

IF-3) states that<br />

“MIP-DEM - Data<br />

Replication<br />

Mechanism” is<br />

scheduled for<br />

Increment 2.<br />

Book I, Section<br />

4.5.2.2.3.1.8,<br />

Book I-<br />

Instructions.pdf,<br />

Section 3.6.4.1.2.<br />

Book II-SOW.pdf,<br />

Section 3.7.8.<br />

Book I-<br />

Instructions.pdf,<br />

Section 3.6.2.6<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

“The draft Test Plan covers the following features:<br />

Common Data Format (CDF), as described in the SRS<br />

3.1; Operational Picture Management Service, as<br />

described in the SRS 3.2.1; Information Product<br />

Management Service, as described in the SRS 3.2.2;<br />

Adaptation & Transformation Service, as described in<br />

the SRS 3.4.13”.<br />

Would the government elaborate on what is meant<br />

by “cover the following features…”.<br />

The instructions require the Configuration Plan to be<br />

part of the Supportability Proposal Package. The SOW<br />

specifies that the CM Plan is an annex of the Project<br />

Management Plan.<br />

Please clarify whether the CM Plan should be a part<br />

of the PMP or the Supportability Proposal Package. Is<br />

it acceptable to include it in the Supportability<br />

Proposal, with a cross reference from the Engineering<br />

Proposal?<br />

The instructions (3.6.2.6) define the System<br />

Implementation Plan as part of the Engineering<br />

proposal.<br />

N A T O UN C L A S S I F I E D<br />

This means that the draft Test Plan demonstrates<br />

how the features described in the SRS will be<br />

tested.<br />

A feature is a required function that N<strong>CO</strong>P must<br />

perform or support to satisfy the requirement.<br />

Yes, the CM Plan (being an annex to the PMP)<br />

shall be included in the Supportability Proposal,<br />

with a cross reference from the Engineering<br />

Proposal.<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

See the response to T.25 CLOSED<br />

(Amdt 2)<br />

42


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

T.91<br />

<strong>IFB</strong><br />

REF<br />

Draft System<br />

Implementation<br />

Plan<br />

Book I-<br />

Instructions.pdf,<br />

Section 4.2.4.3.2<br />

Book I-<br />

Instructions.pdf,<br />

Section 4.2.4.5.1<br />

Book I-<br />

Instructions.pdf,<br />

Section 4.5.2.2.1<br />

Book I-<br />

Engineering<br />

Evaluation.pdf,<br />

Section 4.5.2.2.4<br />

Draft System<br />

Implementation<br />

Plan<br />

Book I-<br />

Supportability<br />

Evaluation.pdf,<br />

Section 4.5.4.1.7<br />

Draft System<br />

Implementation<br />

Plan<br />

Book II-SOW.pdf,<br />

Section 4.5.3.12.2.<br />

- 4.5.3.12.4<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

The evaluation factors (4.2.4.3.2) identify the SIP as<br />

part of the Engineering Proposal and then later<br />

(4.2.4.5.1) as part of the Supportability Proposal, then<br />

still later (4.5.2.2.1, 4.5.2.2.4) as part of Engineering<br />

Planning, then later still (4.5.4.1.7) as part of<br />

Supportability.<br />

The evaluation factors describe a draft SIP in the<br />

Engineering and also in the Supportability Proposal.<br />

However the Book I instructions, do not call out the<br />

SIP as a part of the Supportability Proposal.<br />

Should the SIP only appear in the Engineering<br />

Proposal; or in both parts of the proposal?<br />

Suggested rewording:<br />

Delete Book I- Section 4.5.4.1.7. - 4.5.4.1.7.3<br />

Based on the subject matter, these sections should<br />

be a part of the SDS document. However, the sections<br />

numbering scheme makes them a part of the System<br />

Security Design Specification.<br />

N A T O UN C L A S S I F I E D<br />

The paragraphs are part of SDS requirements.<br />

The numbering has been corrected accordingly.<br />

CLOSED<br />

(Amdt 2)<br />

43


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

T.92<br />

T.93<br />

T.94<br />

T.95<br />

<strong>IFB</strong><br />

REF<br />

Book I-<br />

Instructions.pdf,<br />

<strong>Annex</strong> A-3<br />

Documents and<br />

Materials Release<br />

Table<br />

“See separate file<br />

Book I <strong>Annex</strong>es”<br />

Book I-<strong>Annex</strong> A<br />

through G.pdf<br />

<strong>Annex</strong> B-14<br />

Book II-Parts I_II<br />

and III pdf Part II<br />

Section 22 and<br />

ANNEX C<br />

Book II-Parts I_II<br />

and III pdf, <strong>Annex</strong><br />

B. Nato C3 Agency<br />

Declaration<br />

Book I-<br />

Instructions.pdf,<br />

Section<br />

4.5.2.1.2.2.7<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

Was this intentional or is this a section numbering<br />

error?<br />

Suggested rewording:<br />

Renumber the sections so as to make them part of<br />

the SDS<br />

The subject <strong>Annex</strong> does not appear in the electronic<br />

file “2-<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P-Book I-<strong>Annex</strong> A through<br />

G.pdf.”<br />

Please provide the missing <strong>Annex</strong>.<br />

Please also specify where in the proposal it should<br />

be placed.<br />

There are slight differences but these <strong>Annex</strong>es<br />

appear to be largely the same.<br />

Which takes precedence?<br />

Recommend one be deleted to minimize confusion<br />

Is this form to be submitted with the proposal or after<br />

award?<br />

If with the proposal, please specify where.<br />

The evaluation criterion reads, "The proposed<br />

architecture maximises reuse of available interfaces<br />

and services defined in the SRS, <strong>Annex</strong> A13" but<br />

there is no <strong>Annex</strong> A13.<br />

Are we correct in assuming that the correct reference<br />

N A T O UN C L A S S I F I E D<br />

Book I has been updated by removing <strong>Annex</strong> A-3<br />

header. (<strong>Amendment</strong> 2 to N<strong>CO</strong>P <strong>IFB</strong>).<br />

<strong>Annex</strong>es of Book I (Instructions to Bidders) shall<br />

be included in the submitted bids.<br />

<strong>Annex</strong>es of Book II (Prospective Contract) shall<br />

only be filled in for Contract Award, some of them<br />

directly from those provided in the bids.<br />

As part of Book II (Prospective N<strong>CO</strong>P Contract),<br />

all forms in <strong>Annex</strong> to the Special Contract<br />

Provisions have to be completed for award only,<br />

and not in the bids.<br />

The criteria in the referred paragraph of Book I<br />

has been updated in accordance with the<br />

associated updated requirements as defined in<br />

T.24. (amendment 2 to N<strong>CO</strong>P <strong>IFB</strong>)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

44


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

T.96<br />

T.97<br />

T.98<br />

<strong>IFB</strong><br />

REF<br />

N<strong>CO</strong>P-129 and<br />

N<strong>CO</strong>P-1024<br />

Book II, Part IV,<br />

SoW Page 28,<br />

Section 3.10.1.1<br />

5-<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-<br />

N<strong>CO</strong>P-BookII Part<br />

IV_<strong>Annex</strong>A SRS<br />

v1.0<br />

NN<strong>CO</strong>P 1309<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

is the file titled "A.3 - N<strong>CO</strong>P Interfaces<br />

Requirements.pdf"?<br />

N<strong>CO</strong>P-129 and N<strong>CO</strong>P-1024 appear to be<br />

equivalent. Please advice as to whether or not there<br />

is any difference in functionality intended.<br />

This Section states that details of which project<br />

management tool is to be used by the Contractor, is<br />

specified in the SRS. However, no reference to this<br />

information can be found in the SRS. Request<br />

confirmation of what project management tool is to be<br />

used by the Contractor.<br />

N<strong>CO</strong>P 1309 and 1311 describe the required ("shall"<br />

statement) maximum reuse of "components" and<br />

"interfaces and services" from AirC2IS.<br />

1- Is the use of Biztalk mandatory for the N<strong>CO</strong>P<br />

ESB component?<br />

2- If not, how would you assess and evaluate<br />

"maximum reuse" in Reqt 1309, if an alternative<br />

ESB technology would be used?<br />

3- If not, how would you ensure equal comparison<br />

of different ESB technologies? What criteria will<br />

be used to compare them?<br />

4- If yes, does this mandation mean that NATO<br />

takes resonsibility for the design and<br />

performance consequences of that technology<br />

choice?<br />

5- Reference 27 talks about one component:<br />

Biztalk. N<strong>CO</strong>P1309 talks about components<br />

(plural). Which other components from AirC2IS<br />

N A T O UN C L A S S I F I E D<br />

No. These are 2 different requirements<br />

concerning the aggregation of either Information<br />

Products or <strong>CO</strong>P Information Products into a<br />

<strong>CO</strong>P IP.<br />

The SOW requirement 3.10.1.1 has been<br />

removed (<strong>Amendment</strong> 2 to N<strong>CO</strong>P <strong>IFB</strong>)<br />

See answer to T.24<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

CLOSED<br />

(Amdt 2)<br />

45


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P <strong>Amendment</strong> 2 <strong>Annex</strong> A<br />

TECHNICAL<br />

Serial<br />

NR<br />

<strong>IFB</strong><br />

REF<br />

N A T O UN C L A S S I F I E D<br />

QUESTION ANSWER Status<br />

need to be reused?<br />

6- What is the rationale for selecting components<br />

from the AirC2IS solution (as distinct from other<br />

existing assets), given that this solution is still at<br />

the early stages of design and development?<br />

If in fact you are requesting that bidders propose to<br />

federate the ESB in N<strong>CO</strong>P with the "ESB" in the<br />

AirC2IS MS-BT Messaging System as a totally<br />

acceptable solution exhibiting the required level of<br />

"Reuse", could this be clarified to the bidder<br />

community.<br />

N A T O UN C L A S S I F I E D<br />

46


NATO UNCLASSIFIED<br />

INVITATION FOR BID<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

<strong>Amendment</strong> 1<br />

<strong>Annex</strong> B: Updated <strong>IFB</strong> Documents<br />

Updated Book I (Instructions to Bidders)<br />

Updated Bidding Sheets<br />

Updated <strong>Annex</strong>es to Book I<br />

Updated Book II – Part II - Special Provisions<br />

Updated Book II – Part IV – Statement of Work<br />

Updated Book II – Part IV – SRS - <strong>Annex</strong> A to the Statement of Work<br />

N A T O U N C L A S S I F I E D<br />

Page B-1<br />

NC3A-BE/ACQ/ASG/11/xxx<br />

Updated Book II – Part IV – WP description – <strong>Annex</strong> B to the Statement of Work


Book I, Page I-i<br />

NATO UNCLASSIFIED<br />

INVITATION FOR BID<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

Deliver and Implement Increment 1 of the Bi-SC AIS NATO Common<br />

Operational Picture (N<strong>CO</strong>P)<br />

AUTHORISATION/SERIAL NOS.<br />

AC/4-DS(2008)0011<br />

AC/4-DS(2008)0029<br />

AC/4DS(2011)0011<br />

Project Serials No.: 1999/5HQ00590 & 2005/0IS03073<br />

BOOK I<br />

INSTRUCTIONS TO BIDDERS


Book I, Page I-ii<br />

NATO UNCLASSIFIED<br />

TABLE OF <strong>CO</strong>NTENTS<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

SECTION 1 INTRODUCTION 1<br />

1.1. Purpose 1<br />

1.2. Scope 1<br />

1.3. Overview of the Prospective Contract 2<br />

1.4. Governing Rules, Eligibility, and Exclusion Provisions 5<br />

1.5. Security 5<br />

1.6. Bidders‘ Library - Release of Controlled Reference Documentation and<br />

Materials 6<br />

SECTION 2 GENERAL BIDDING INFORMATION 8<br />

2.1. Definitions 8<br />

2.2. Eligibility and Origin of Equipment and Services 9<br />

2.3. Bid Delivery and Bid Closing 9<br />

2.4. Requests for Extension of Bid Closing Date 11<br />

2.5. Purchaser‘s Point of Contact 11<br />

2.6. Request for <strong>IFB</strong> Clarifications 11<br />

2.7. Requests for Waivers and Deviations 13<br />

2.8. <strong>Amendment</strong> of the Invitation for Bid 13<br />

2.9. Modification and Withdrawal of Bids 13<br />

2.10. Bid Validity 14<br />

2.11. Bid Guarantee 15<br />

2.12. Cancellation of Invitation for Bid 16<br />

2.13. Electronic Transmission of Information and Data 1617<br />

2.14. Supplemental Agreements 17<br />

2.15. Notice of Limitations on Use of Intellectual Property Delivered to the<br />

Purchaser 1718<br />

2.16. Mandatory Quality Assurance and Quality Control Standards 18<br />

SECTION 3 BID PREPARATION INSTRUCTIONS 20<br />

3.1. General 20<br />

3.2. Bid Package Content 21<br />

3.3. Package Marking 21<br />

3.4. Volume 1 – Bid Administration Package 22<br />

3.5. Volume 2 - Price Quotation 23<br />

3.6. Volume 3 - Technical Proposal Package 25<br />

SECTION 4 BID EVALUATION AND <strong>CO</strong>NTRACT AWARD 3433<br />

4.1. General 3433<br />

4.2. Best Value Award Approach and Bid Evaluation Factors 3534<br />

4.3. Evaluation Procedure 3635<br />

4.4. Evaluation Step 1 - Administrative Compliance 3736<br />

4.5. Evaluation Step 2 - Technical Evaluation 3938<br />

4.6. Evaluation Step 3 - Price Evaluation 5554<br />

4.7. Evaluation Step 4 – Calculation of Best Value Scores 5958<br />

<strong>Annex</strong> A Bidding Sheets Package 1<br />

<strong>Annex</strong> B Prescribed Administrative Forms and Certificates 1<br />

<strong>Annex</strong> C Bid Guarantee - Standby Letter of Credit 1<br />

<strong>Annex</strong> D Acknowledgement of Receipt of NR Library 1


Book I, Page I-iii<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

<strong>Annex</strong> E Non Disclosure Undertaking 1<br />

<strong>Annex</strong> F N<strong>CO</strong>P SRS Requirements Implementation Schedule 1<br />

<strong>Annex</strong> G Clarification Request Form 1


NATO UNCLASSIFIED<br />

SECTION 1 INTRODUCTION<br />

1.1. Purpose<br />

Book I, Page I-1<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

1.1.1. The purpose of this Invitation for Bid (<strong>IFB</strong>) is to award a Contract to deliver and<br />

implement Increment 1 of the NATO Common Operational (N<strong>CO</strong>P).<br />

1.1.2. The N<strong>CO</strong>P project is identified as Project 1999/5HQ00590 under the Capability<br />

Package 5A0007 ―Provide Information Services in Support of the ACE wide<br />

Operations Mission Area‖. The N<strong>CO</strong>P project is intended to provide the NATO<br />

community with an integrated, robust and flexible capability supporting a set of<br />

services available throughout the Bi-Strategic Command (Bi-SC) Automated<br />

Information System (AIS) to enable NATO and National forces to establish and<br />

share a common view of the battle space thereby improving their situational<br />

awareness - and decision-making processes.<br />

1.1.3. In addition, both ISAF deployment (SHCMRB/6100/070/10 – CUR 422) and<br />

functionalities to support Theatre Missile Defence (TMD) operations (Project<br />

2006/0IS03073 ―Bi-SC AIS Theatre Missile Defence Capability One Services‖<br />

within CP 0A1303 ―Provide NATO-Wide Theatre Missile Defence<br />

Capabilities‖) are to be implemented within the scope of the N<strong>CO</strong>P..<br />

1.1.4. In what follows, N<strong>CO</strong>P is to be interpreted to include both ISAF deployment<br />

and the relevant TMD-related functionalities.<br />

1.1.5. The N<strong>CO</strong>P project is approved for incremental implementation and three<br />

incremental deliveries are currently expected in satisfaction of the N<strong>CO</strong>P<br />

requirements. Each of these increments is intended to incorporate a sequence of<br />

design, development, testing, and deployment activities, and each delivering an<br />

integral, fielded baseline capable of supporting NATO operational requirements.<br />

1.1.6. This Contract covers implementation of the first N<strong>CO</strong>P increment.<br />

1.2. Scope<br />

1.2.1. As specified in Clause 4, entitled ―Scope of Work‖, of the Special Contract<br />

Provisions, the complete N<strong>CO</strong>P capability is expected to be delivered by the<br />

means of an incremental approach comprising of three distinguishable<br />

increments. Each increment will provide an integral, usable and operationallyfielded<br />

capability.<br />

1.2.2. The current authorisation and consequently any Contract resulting from this<br />

Invitation for Bid (<strong>IFB</strong>) shall address solely Increment 1, providing a basic<br />

N<strong>CO</strong>P capability, which will then serve as the baseline for further enhancement<br />

in subsequent increments. In this respect Bidders shall note that all indications in<br />

the System Requirement Specifications (SRS) document contained in Book II –<br />

<strong>Annex</strong> A of the Prospective Contract Statement of Work (SOW) of this <strong>IFB</strong> and<br />

pertinent to Increment 2 and 3 of N<strong>CO</strong>P are provided for informative purposes<br />

only, may be subject to changes, shall not be considered for the purpose of


Book I, Page I-2<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

bidding against this <strong>IFB</strong> and shall not to be construed to represent an obligation<br />

for the Purchaser with respect to any work to be undertaken under any Contract<br />

resulting from this <strong>IFB</strong> unless they are formally ratified by the means of an<br />

amendment issued in accordance with the terms and conditions of the<br />

Prospective Contract.<br />

1.2.3. Increment 1 is further subdivided in a series of Work Packages, the successful<br />

performance of which constitutes the entirety of the Prospective Contract scope.<br />

1.2.4. It is envisioned that, subject to successful delivery and Purchaser‘s acceptance<br />

of each preceding increment and agreement by the NATO Infrastructure<br />

Committee on scope and price for each subsequent increment, the selected<br />

Contractor could be retained for each of the subsequent increments.<br />

1.2.5. Notwithstanding the intention to have the whole project executed by one<br />

common integration Contractor, the Purchaser reserves the right to refrain from<br />

proceeding with any further increment.<br />

1.2.6. Increments 2 and 3 will focus on delivering the remainder of the N<strong>CO</strong>P<br />

capabilities. The scope of Increments 2 and 3 will be refined during preparation<br />

(follow-on increment analysis and planning) phases which will be conducted<br />

during the development of Increment 1 and later Increment 2 respectively.<br />

1.2.7. More details about the scope of the Prospective Contract can be found in the<br />

referred Clause 5 of the Special Contract Provisions at Book II.<br />

1.3. Overview of the Prospective Contract<br />

1.3.1. The Prospective Contract (Book II) requires the selected Contractor to deliver<br />

the first increment of the N<strong>CO</strong>P capability. This will be achieved within the<br />

framework of the Contract resulting from this <strong>IFB</strong> by the means of performance,<br />

in some cases concurrent performance, of Contract Work Packages further<br />

defined in the SOW and summarized hereinafter as follows:<br />

Contract Work Package 1: Project Management<br />

To cover all Project Management effort required to perform all work packages<br />

under the Contract until IOC.<br />

1.3.2. Contract Work Package 2: J<strong>CO</strong>P Operational Support – Non Evaluated Contract<br />

Option<br />

To provide on-site support to the Purchaser for second-level support,<br />

maintenance and test of the J<strong>CO</strong>P Product Baseline.<br />

1.3.3. Contract Work Package 3: System Engineering<br />

To develop, test, and deliver Product Baseline compliant with the N<strong>CO</strong>P System<br />

Requirements Specifications.<br />

1.3.4. Contract Work Package 4: Increment 2 Analysis and Planning<br />

To conduct the activities to be performed by the Contractor and relevant to the


Book I, Page I-3<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

assessment and preparation of the requirements associated with a follow on<br />

increment of the N<strong>CO</strong>P project.<br />

1.3.5. Contract Work Package 5: N<strong>CO</strong>P Training and SOP Development Support<br />

To cover activities related to development of the training programme and<br />

production / provision of training aids/equipment and material, based on the<br />

SOPs. To deliver the Training Courses for the N<strong>CO</strong>P Operational Trainers.<br />

1.3.6. Contract Work Package 6: N<strong>CO</strong>P Operational Support and Sustainment<br />

The successful fulfilment of this Work Package is a pre-condition to the system<br />

being installed and activated at the first of the scheduled NATO sites (including<br />

the Pilot Sites). Once the system product baseline is installed, at the first of the<br />

N<strong>CO</strong>P Pilot Sites, the prospective Contractor shall take responsibility for its<br />

operational support and sustainment. Performance under this Work Package<br />

includes among other requirements the formalization of the infrastructure of inservice<br />

system sustainment that will ensure system sustainment until the<br />

Purchaser declaration of Final Operational Capability (FOC) and latter until the<br />

end of warranty.<br />

1.3.7. Contract Work Package 7: Pilot Site Installation, Activation and Training<br />

Once the sustainment structure is in place, under this Work Package, the<br />

Contractor responsibility shall be to carry out Site Surveys at all authorised sites<br />

and install and activate the system, perform testing and provide relevant training<br />

to the identified ―Pilot Sites‖, including a site at ISAF.<br />

1.3.8. Contract Work Package 8: Support to Initial Operational Testing and Evaluation<br />

To identify any discrepancies between the system delivered to the Pilot Sites and<br />

its operational needs, and capture them as recommended requirements for WP-9<br />

Added Development and Testing<br />

1.3.9. Contract Work Package 9: Added Development and Testing – Evaluated<br />

Contract Option<br />

N<strong>CO</strong>P system deployed at the Pilot Sites will be operationally evaluated by the<br />

user‘s community with Contractor‘s support, as defined in Work Package 8. The<br />

result of these tests shall show functional deficiencies that could not have been<br />

identified, which shall be the input requirements for added development and<br />

testing. During this Work Package the Contractor shall implement one full<br />

engineering spiral to develop Product Baseline fit for implementation at all<br />

authorised sites. This Work Package has been defined as evaluated contract<br />

option. As the result, the Purchaser may elect to exercise this option in<br />

accordance with the prescriptions of the Prospective Contract Special Provision<br />

Clause 12.<br />

1.3.10. Contract Work Package 10: Site Installation, Activation and Training<br />

This Contract Work Package establishes the requirement for installation,<br />

training and activation of the N<strong>CO</strong>P system at NATO sites. The list of site<br />

installations and related activities of this Contract Work Package also includes<br />

the Pilots Sites installed within the framework of Contract Work Package 7. This<br />

circumstance is explained by the fact that in light of the nature of the<br />

performance, it is likely that a further baseline will have been developed since


Book I, Page I-4<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

the time of installation of the Pilots Sites as the result of activities covered by<br />

other Contract Work Packages. Consequently, in this case it would be necessary<br />

to proceed with a new baseline installation at the Pilot Sites in order to maintain<br />

version baseline coherence throughout the command structure spectrum.<br />

1.3.11. Contract Work Package 11: Support to Operational Test and Evaluation –<br />

Evaluated Contract Option<br />

Should, as a result of the activities under other Contract Work Packages, a<br />

baseline of the system, different from that resulting from Contract Work<br />

Package 3, be developed, at the discretion of the Purchaser, the Contractor may<br />

be requested to perform support to operational testing during the course of<br />

exercises. This Contract Work package covers the scope of the support.<br />

Consequently performance associated with this Work Package is construed as an<br />

Option under the Prospective Contract to be exercised at the sole discretion of<br />

the Purchaser in accordance with the stipulations of Contract Special Provision<br />

Clause 12<br />

1.3.12. Contract Work Package 12: Installation, Activation and Training at Sites<br />

Requiring Confirmation – Evaluated Contract Option<br />

Since currently NATO Command Structure is under reform, the final list of<br />

N<strong>CO</strong>P sites needs to be confirmed. This Contract Work Package includes<br />

installation, activation and training activities for the sites that may be reduced as<br />

the result of the NATO reform. The Purchaser may elect to exercise the options<br />

specified in this Work Package in any combination in accordance with Clause<br />

12 of the Prospective Contract Special Provisions.<br />

1.3.13. Contract Work Package 13: N<strong>CO</strong>P Installation, Activation and Training at<br />

Additional Sites – Non Evaluated Contract Option<br />

This Contract Work Package includes a series of Prospective Contract Options<br />

that the Purchaser may elect to exercise in any combination in accordance with<br />

Clause 12 of the Prospective Contract Special Provisions. With the Prospective<br />

Contract being that of Firm Fixed Price and the nature of the activities inherently<br />

subject to changes, the Purchaser has identified a series of activities in this<br />

Contract Work Package, the performance of which may be needed during the<br />

course of the Contract in order to meet the overall goal of the project. Although<br />

the likelihood of the need for the performance of these activities cannot be<br />

accurately determined at this juncture the Purchaser elects to include them into<br />

any resulting Contract in the form of Options<br />

1.3.14. Contract Work Package 14: N<strong>CO</strong>P Post Increment 1 Sustainment – Evaluated<br />

Contract Option<br />

Once N<strong>CO</strong>P system is deployed and handed over to NATO, it needs to be<br />

supported during its operation. The purpose of this Work Package is to provide<br />

additional system support at a NATO site by Contractor‘s personnel. The<br />

Purchaser may elect to exercise the options specified in this Work Package in<br />

any combination in accordance with Clause 12 of the Prospective Contract<br />

Special Provisions.


NATO UNCLASSIFIED<br />

1.4. Governing Rules, Eligibility, and Exclusion Provisions<br />

Book I, Page I-5<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

1.4.1. This solicitation is an International Invitation for Bid and is issued in accordance<br />

with the procedures for Alliance Operations and Missions International<br />

Competitive Bidding ‗AOM ICB) set forth in the NATO document AC/4-<br />

D(2007)0003. Pursuant to these procedures, bidding is restricted to companies<br />

from participating NATO member nations for which a Declaration of Eligibility<br />

has been issued by their respective government authorities.<br />

1.4.2. Best Value Evaluation Method<br />

1.4.2.1. The evaluation method to be used in the selection of the successful Bidder<br />

under this solicitation will follow the Best Value Procedures set forth in AC/4-<br />

D(2008)0002-REV1 dated 27 April 2009.<br />

1.4.2.2. The bid evaluation criteria and the detailed evaluation procedures are<br />

described in SECTION 4<br />

1.4.3. This Invitation for Bid will not be the subject of a public Bid opening.<br />

1.4.4. The Bidder shall refer to the Purchaser all queries for resolution of any conflicts<br />

found in information contained in this document in accordance with the<br />

procedures set forth in paragraph 2.6 "Request for <strong>IFB</strong> Clarifications‖.<br />

1.4.5. Prospective Bidders shall note that the Purchaser reserves the right to exclude<br />

the successful Contractor and its Sub-Contractor(s) from the award of this<br />

Contract as a result of the Contractor or its Subcontractor(s) being selected for<br />

the work performed or to be performed under the Afghan Mission Network<br />

(AMN) <strong>CO</strong>P Enhancement Contract. This applies also to the<br />

Contractor‘s/Subcontractor‘s parent companies or subsidiaries.<br />

1.4.6. Prospective Bidders shall note that the Purchaser reserves the right to exclude the<br />

successful bidder and its prospective Sub-Contractors from the award of this<br />

Contract if the successful bidder or its prospective Sub-Contractors may be in a<br />

position to unfairly influence this contract as a result of being selected for the work<br />

performed or to be performed under the BI-SC AIS Programme Management and<br />

Integration Capability (BI-SC AIS PMIC) Contract. This applies also to the<br />

Contractor's/Sub-Contractor's parent companies or subsidiaries unless the parent<br />

company or its subsidiaries will provide proof that they operate as a separate legal<br />

entity in a completely distinguishable and different business domain from that of the<br />

PMIC. Such evidence shall be presented in accordance with the prescriptions of<br />

paragraph 3.4.2.16 and shall be subject to the administrative evaluation detailed in<br />

paragraph 4.4.1.6.<br />

1.5. Security<br />

1.5.1. Security<br />

1.5.1.1. This Invitation for Bid has been classified as NATO UNCLASSIFIED.


Book I, Page I-6<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

1.5.1.2. Contractor will be required to handle and store classified material to the level<br />

of ―NATO SECRET‖ and the Contractor shall have the appropriate facility<br />

and personnel clearances at the date of Contract Signature. Should a<br />

Contractor be unable to perform the Contract due to the fact that the<br />

facility/security clearances have not been provided by their respective national<br />

security agency, this lack of clearance can not be the basis for a claim of<br />

adjustment or an extension of schedule, nor the lack of clearance be<br />

considered a mitigating circumstance in the case of an assessment of<br />

Liquidated Damages or a determination of Termination For Default by the<br />

Purchaser.<br />

1.5.1.3. Contractor personnel working at NATO sites are required to possess a security<br />

clearance of ―NATO SECRET‖. Contractor personnel without such a<br />

clearance, confirmed by the appropriate national security authority and<br />

transmitted to the cognisant NATO security officer at least fourteen (14) days<br />

prior to the site visit, will be denied access to the site. Denial of such access<br />

by the Purchaser may not be used by the Contractor as the basis for a claim of<br />

adjustment or an extension of schedule nor can the denial of access be<br />

considered a mitigating circumstance in the case of an assessment of<br />

Liquidated Damages or a determination of Termination for Default by the<br />

Purchaser.<br />

1.5.1.4. Bidders are advised that Contract signature will not be delayed in order to<br />

allow the processing of security clearances for personnel or facilities and,<br />

should the otherwise successful Bidder not be in a position to accept the<br />

offered Contract within a reasonable period of time, due to the fact that its<br />

personnel or facilities do not possess the appropriate security clearance(s), the<br />

Purchaser may determine the Bidder‘s Offer to be non-compliant and offer the<br />

Contract to the next ranking Bidder. In such a case, the Bidder who would not<br />

sign the Contract may be liable for forfeiture of the Bid Guarantee.<br />

1.6. Bidders’ Library - Release of Controlled Reference Documentation and<br />

Materials<br />

1.6.1. Prospective Bidders are informed that a Bidders Library, consisting of<br />

applicable reference documents, is provided on request to prospective bidders to<br />

support the elaboration of their tender. The Bidders Library is composed of two<br />

CDs (one NU CD and one NR CD) which both contain the different documents<br />

that may be useful to understand and meet the requirements developed in the<br />

Bidding documents.<br />

1.6.2. This Bidders’ Library will be mailed to bidders who respond with positive<br />

intent to bid and confirmation of request for subject Library.<br />

1.6.3. The Bidders are requested to complete, sign and return to the <strong>IFB</strong> Senior<br />

Contracting Officer (gael.craver@nc3a.nato.int or +32-(0)2-707-8271 (fax)) the<br />

form at <strong>Annex</strong> D regarding the delivery of the NATO RESTRICTED Library.<br />

Bidders are informed that they shall return the NR Library to the <strong>IFB</strong><br />

Contracting Officer at the end of the bidding period. If a firm decides not to<br />

make a bid in response to this <strong>IFB</strong>, the firm shall return the NR Library disc to


Book I, Page I-7<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

the Purchaser at the time of this decision. Bidders shall also submit a statement<br />

from their corporate security officer stating that either no copies or excerpts<br />

from the NR Library have been made, or that all copies of the disc or any paper<br />

copies or excerpts derived from the NR Library have been destroyed. In the<br />

latter case, a Certificate of Destruction shall be provided.<br />

1.6.4. In addition, all documents and materials identified in the Non Disclosure<br />

Undertaking in <strong>Annex</strong> E associated with this <strong>IFB</strong> are subject to release control<br />

because of their nature, ownership or other constraints. Issuance of these<br />

documents and materials is subject to the signature by the Bidder of the<br />

Non Disclosure Undertaking in <strong>Annex</strong> E.<br />

1.6.5. Bidder‘s attention is drawn to the fact that a number of prototypes indicated in<br />

<strong>Annex</strong> E for which release can be requested, require, in order to function,<br />

additional <strong>CO</strong>TS or Open Source products. The Purchaser shall not provide such<br />

products and it shall therefore be the responsibility of the Bidders to assess the<br />

impact of any necessary license to be obtained as well as the financial<br />

implications associable with the procurement of these licenses.


Book I, Page I-8<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

SECTION 2 GENERAL BIDDING INFORMATION<br />

2.1. Definitions<br />

2.1.1. In addition to the definitions and acronyms set in Clause 1 of Part II of the<br />

prospective Contract and the definitions and acronyms set in the Clause entitled<br />

―Definitions‖ of the NC3O General Contract Provisions (Part III), the following<br />

terms and acronyms, as used in this Invitation for Bid shall have the meanings<br />

specified below:<br />

2.1.1.1. "Bidder": a firm, consortium, or joint venture which submits an offer in<br />

response to this solicitation. Bidders are at liberty to constitute themselves into<br />

any form of Contractual arrangements or legal entity they desire, bearing in<br />

mind that in consortium-type arrangements a single judicial personality shall<br />

be established to represent that legal entity. A legal entity, such as an<br />

individual, Partnership or Corporation, herein referred to as the ―Principal<br />

Contractor‖, shall represent all members of the consortium with the NATO C3<br />

AGENCY and/or NATO. The ―Principal Contractor‖ shall be vested with full<br />

power and authority to act on behalf of all members of the consortium, within<br />

the prescribed powers stated in an irrevocable Power of Attorney issued to the<br />

―Principal Contractor‖ by all members associated with the consortium.<br />

Evidence of authority to act on behalf of the consortium by the ―Principal<br />

Contractor‖ shall be enclosed and sent with the Bid. Failure to furnish proof of<br />

authority shall be a reason for the Bid being declared non compliant.<br />

2.1.1.2. "Compliance": strict conformity to the requirements and standards specified in<br />

this <strong>IFB</strong> and its attachments.<br />

2.1.1.3. "Contractor": the awardee of this solicitation of offers, which shall be<br />

responsible for the fulfilment of the requirements established in the<br />

prospective Contract.<br />

2.1.1.4. ―Firm of a Participating Country‖: an eligible firm legally constituted or<br />

chartered under the laws of, and geographically located in, or falling under the<br />

jurisdiction of a Participating Country.<br />

2.1.1.5. ―Participating Country‖: any of the NATO nations contributing to the project,<br />

namely, (in alphabetical order): BELGIUM, BULGARIA, CANADA,<br />

CZECH REPUBLIC, DENMARK, ESTONIA, FRANCE, GERMANY,<br />

GREECE, HUNGARY, ICELAND, ITALY, LATVIA, LITHUANIA,<br />

LUXEMBOURG, THE NETHERLANDS, NORWAY, POLAND,<br />

PORTUGAL, ROMANIA, SLOVAKIA, SLOVENIA, SPAIN, TURKEY,<br />

THE UNITED KINGDOM and THE UNITED STATES<br />

2.1.1.6. ―Quotation‖ or ―Bid‖: a binding offer to perform the work specified in the<br />

attached prospective Contract (Book II)


2.1.1.7. ―<strong>IFB</strong>‖: Invitation for Bid<br />

NATO UNCLASSIFIED<br />

2.2. Eligibility and Origin of Equipment and Services<br />

Book I, Page I-9<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

2.2.1. As stated in paragraph 1.4.1 above, only firms from a Participating Country are<br />

eligible to engage in this competitive Bidding process. In addition, all<br />

Contractors, sub-Contractors and manufacturers, at any tier, must be from<br />

Participating Countries.<br />

2.2.2. None of the work, including project design, labour and services shall be<br />

performed other than by firms from and within Participating Countries.<br />

2.2.3. No materials or items of equipment down to and including identifiable Subassemblies<br />

shall be manufactured or assembled by a firm other than from and<br />

within a Participating Country.<br />

2.2.4. Unless otherwise authorised by the terms of the prospective Contract, the<br />

Intellectual Property Rights to all design documentation and related system<br />

operating software shall reside in NATO member countries, and no license fees<br />

or royalty charges shall be paid by the Contractor to firms, individuals or<br />

governments other than within the NATO member community.<br />

2.3. Bid Delivery and Bid Closing<br />

2.3.1. All Bids shall be in the possession of the Purchaser at the address given below in<br />

paragraph 2.3.2 on/or before 14:00 hours on 27 June 2011 (Brussels Local<br />

Time), at which time and date Bidding shall be closed.<br />

2.3.2. Bids shall be delivered to the following address:<br />

2.3.2.1. By Post:<br />

NATO C3 Agency<br />

ACQ/ASG (ATTN: Mr. Les Hendriks / Mr. G. Craver)<br />

Boulevard Leopold III<br />

1110 Brussels<br />

Belgium<br />

2.3.2.2. Hand Carried Service or courier<br />

NATO C3 Agency<br />

ACQ/ASG (ATTN: Mr. Les Hendriks)<br />

Bâtiment Z<br />

Avenue du Bourget 140<br />

B-1110 Brussels<br />

2.3.3. Bids forwarded by electronic means (i.e. email) are not permitted and will not be<br />

considered. Bidders shall note that electronic (CD ROM) copies of their Bid are


Book I, Page I-10<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

required to be submitted with their "hard copy" in accordance with the<br />

submission prescriptions as further detailed in Section III of this Book I.<br />

2.3.4. Bidders are advised that security or other personnel remaining on the premises<br />

outside of normal business hours will decline to sign or issue receipts for<br />

delivered items. It is the responsibility of the Bidder to ensure that delivery of<br />

the bid is performed during duty hours and days.<br />

2.3.5. Late Bids<br />

2.3.5.1. Bids which are delivered to the Purchaser after the specified time and date set<br />

forth above for Bid Closing are "Late Bids" and shall not be considered for<br />

award. Such Bids will be returned unopened to the Bidder at the Bidder's<br />

expense unless the Purchaser can determine that the Bid in question meets the<br />

criteria for consideration as specified below.<br />

2.3.5.2. Consideration of Late Bid – The Purchaser considers that it is the<br />

responsibility of the Bidder to ensure that the Bid submission arrives by the<br />

specified Bid Closing time. Considering the number and quality of express<br />

delivery services, courier services and special services provided by the<br />

national postal systems, a late Bid shall only be considered for award under<br />

the following circumstances:<br />

2.3.5.2.1. A Contract has not already been awarded pursuant to the Invitation for<br />

Bid, and<br />

2.3.5.2.2. The Bid was sent to the address specified in the <strong>IFB</strong> by ordinary,<br />

registered or certified mail not later than ten (10) calendar days before the<br />

Bid closing date and the delay was due solely to the national or<br />

international postal system for which the Bidder bears no responsibility<br />

(the official postmark for ordinary and Registered Mail or the date of the<br />

receipt for Certified Mail will be used to determine the date of mailing), or<br />

2.3.5.2.3. The Bid was hand carried, or delivered by a private courier service and the<br />

Bidder can produce a receipt which demonstrates that the delivery was<br />

made to the correct address and received by a member of the NATO C3<br />

Agency and the failure to be received by the Contracting Authority was<br />

due to mishandling within the Purchaser‘s organisation.<br />

2.3.5.3. A Late Bid which was hand-carried, or delivered by a private courier, for<br />

which a proper receipt cannot be produced, cannot be considered for award<br />

under any circumstances nor can late Bids which bear no post marks or for<br />

which documentary evidence of mailing date cannot be produced.


NATO UNCLASSIFIED<br />

2.4. Requests for Extension of Bid Closing Date<br />

Book I, Page I-11<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

2.4.1. Bidders are informed that requests for extension to the closing date for the <strong>IFB</strong><br />

shall be submitted only via the point of contact indicated in paragraph 2.5.1<br />

below.<br />

2.5. Purchaser’s Point of Contact<br />

2.5.1. The Purchaser point of contact for all information concerning this Invitation for<br />

Bid is:<br />

Mr. Gael Craver, Senior Contracting Officer<br />

Acquisition Support Group<br />

Tel: +32.2.707.83.87<br />

Fax: +32.2.707.87.70<br />

E-mail: gael.craver@nc3a.nato.int<br />

Bidders are required to send electronic copy of any communication to:<br />

Mr. Les Hendriks, Senior Contracting Assistant<br />

Acquisition Support Group<br />

Tel: +32.2.707.82.78<br />

Fax: +32.2.707.87.70<br />

E-mail: les.hendriks@nc3a.nato.int<br />

2.5.2. All correspondence related to the <strong>IFB</strong> will be forwarded to:<br />

NATO C3 Agency<br />

Boulevard Leopold III<br />

1110 Brussels, Belgium<br />

Acquisition Support Group<br />

Attn: Mr. Gael Craver – Mr. Les Hendriks (contact details stated above)<br />

2.6. Request for <strong>IFB</strong> Clarifications<br />

2.6.1. Bidders, at the earliest stage possible during the course of the solicitation period,<br />

are encouraged to query and seek clarification of any matters of a Contractual,<br />

administrative and technical nature pertaining to this <strong>IFB</strong>.<br />

2.6.2. All questions and requests for clarification shall be forwarded to the Purchaser<br />

via email using the Clarification Request Form provided at <strong>Annex</strong> G of this<br />

Book I. Such questions shall be forwarded to the points of contacts specified in<br />

paragraph 2.5.1 above and shall be received before 17:00 hours on 23 May 2011<br />

(Brussels Local time). The Purchaser is under no obligation to answer questions


Book I, Page I-12<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

submitted after this time. Requests for clarification must address the totality of<br />

the concerns of the Bidder for any given area, as the Bidder will generally not be<br />

permitted to revisit areas of the <strong>IFB</strong> for additional clarification.<br />

2.6.3. It is the responsibility of the Bidders to ensure that all Clarification Requests<br />

submitted bear no mark, logo or any other form or sign that may lead to reveal<br />

the Bidders‘ identity in the language constituting the clarification itself. This<br />

prescription is not applicable to the mean used for the transmission of the<br />

clarification (i.e. email or form by which the clarification is forwarded).<br />

2.6.4. The Purchaser declines all responsibilities associated to any and all<br />

circumstances regardless of the nature or subject matter arising from the<br />

Bidders‘ failure or inability to abide to the prescription in paragraph 2.6.3.<br />

2.6.5. The Purchaser may provide for the removal of any form of identification in the<br />

body of the clarification request in those instances in which such practice is<br />

feasible as well as providing for a re-wording of the clarification request in those<br />

cases in which the original language submitted is deemed ambiguous, unclear,<br />

subject to different interpretation or revelatory of the Bidders identity.<br />

2.6.6. Bidders are advised that subsequent questions and/or requests for clarification<br />

included in a Bid shall neither be answered nor considered for evaluation and<br />

may be considered by the Purchaser as grounds for a determination of noncompliance.<br />

2.6.7. Except as provided above, all questions will be answered by the Purchaser and<br />

the questions and answers will be issued in writing to all prospective Bidders.<br />

2.6.8. The published answers issued by the Purchaser shall be regarded as the<br />

authoritative interpretation of the Invitation for Bid. <strong>Amendment</strong> to the<br />

language of the <strong>IFB</strong> included in the answers shall be incorporated by the Bidder<br />

in his offer.<br />

2.6.9. Where the extent of the changes implied by the response to a clarification<br />

request is of such a magnitude that the Purchaser deems necessary to issue<br />

revised documentation, the Purchaser will do so by the mean of the issuance of a<br />

formal <strong>IFB</strong> amendment pursuant to AC/4-D(2007)003 and in accordance with<br />

paragraph 2.8 below.<br />

2.6.10. The Purchaser reserves the right to reject clarification requests clearly devised or<br />

submitted for the purpose of artificially obtaining an extension of the bidding<br />

time (i.e. clarifications re-submitted using different wording where such wording<br />

does not change the essence of the clarification being requested).<br />

2.6.11. Bidders are advised that comments, if any, submitted at the time of any Request<br />

for Bidders‘ View exercise for the purpose of obtaining changes to the language<br />

of the <strong>IFB</strong> which have NOT resulted in the revision of the language of the issued


Book I, Page I-13<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

documentation should not be re-submitted as part of the clarification process<br />

described herein.<br />

2.7. Requests for Waivers and Deviations<br />

2.7.1. Bidders are informed that requests for alteration to, waivers or deviations from<br />

the terms and conditions of this <strong>IFB</strong> and attached Prospective Contract (Book II)<br />

will not be considered after the request for clarification process. Requests for<br />

alterations to the other requirements, terms or conditions of the Invitation for<br />

Bid or the Prospective Contract may only be considered as part of the<br />

clarification process set forth in paragraph 2.6 above. Requests for alterations to<br />

the specifications, terms and conditions of the Contract which are included in a<br />

Bid as submitted may be regarded by the Purchaser as a qualification or<br />

condition of the Bid and may be grounds for a determination of non-compliance.<br />

2.8. <strong>Amendment</strong> of the Invitation for Bid<br />

2.8.1. The Purchaser may revise, amend or correct the terms, conditions and/or<br />

specifications and provisions of the <strong>IFB</strong> at any time prior to the date set for the<br />

Bid Closing. Any and all modifications will be transmitted to all Bidders by an<br />

official amendment designated as such and signed by the Contracting Authority.<br />

Such amendment may be accompanied by an acknowledgement of receipt which<br />

the Bidder shall complete and forward to the Purchaser. Alternatively the<br />

Purchaser may provide for an automatic reception notification mechanism<br />

within its electronic transmission (i.e. email receipt) . This process of <strong>IFB</strong><br />

amendment issuance may be part of the clarification procedures set forth in<br />

paragraph 2.6 above or be an independent action on the part of the Purchaser.<br />

2.8.2. The Purchaser will consider the potential impact of amendments on the ability of<br />

prospective Bidders to prepare a proper Bid within the allotted time. The<br />

Purchaser may extend the "Bid Closing Date" at its discretion and such<br />

extension will be set forth in the amendment document.<br />

2.8.3. All revision or amendments issued by the Purchaser shall also be acknowledged<br />

by the Bidder in its Bid by completing the ―Acknowledgement of Receipt of <strong>IFB</strong><br />

<strong>Amendment</strong>s‖ at <strong>Annex</strong> B-2. Failure to acknowledge receipt of all amendments<br />

may be grounds to determine the Bid to be non-compliant.<br />

2.9. Modification and Withdrawal of Bids<br />

2.9.1. Bids, once submitted, may be modified by Bidders, but only to the extent that<br />

the modifications are in writing, conform to the requirements of the <strong>IFB</strong>, and are<br />

received by the Purchaser prior to the exact time and date established for Bid<br />

Closing. Such modifications shall be considered as an integral part of the<br />

submitted Bid.<br />

2.9.2. Modifications to Bids which arrive after the Bid Closing Date will be considered<br />

as "Late Modifications" and will be processed in accordance with the procedure


Book I, Page I-14<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

set forth above concerning "Late Bids", except that unlike a "Late Bid", the<br />

Purchaser will retain the modification until a selection is made. A modification<br />

to a Bid which is determined to be late will not be considered in the evaluation<br />

and selection process. If the Bidder submitting the modification is determined to<br />

be the successful Bidder on the basis of the unmodified Bid, the modification<br />

may then be opened. If the modification makes the terms of the Bid more<br />

favourable to the Purchaser, the modified Bid may be used as the basis of<br />

Contract award. The Purchaser, however, reserves the right to award a Contract<br />

to the apparent successful Bidder on the basis of the Bid submitted and disregard<br />

the late modification.<br />

2.9.3. A Bidder may withdraw its Bid at any time prior to Bid Opening without<br />

penalty. In order to do so, an authorised agent or employee of the Bidder must<br />

provide an original statement of the firm's decision to withdraw the Bid and<br />

remove the Bid from the Purchaser‘s premises.<br />

2.9.4. Except as provided in paragraph 2.10.4.2 below, a Bidder may withdraw its Bid<br />

after Bid Opening only by forfeiture of the Bid Guarantee.<br />

2.10. Bid Validity<br />

2.10.1. Bidders shall be bound by the term of their Bids for a period of twelve (12)<br />

months starting from the Bid Closing Date specified in paragraph 2.3.1 above.<br />

2.10.2. In order to comply with this requirement, the Bidder shall complete the<br />

Certificate of Bid Validity set forth in <strong>Annex</strong> B-4. Bids offering less than the<br />

period of time referred to above for acceptance by the Purchaser may be<br />

determined to be non-compliant.<br />

2.10.3. The Purchaser will endeavour to complete the evaluation and make an award<br />

within the period referred to above. However, should that period of time prove<br />

insufficient to render an award, the Purchaser reserves the right to request an<br />

extension of the period of validity of all Bids which remain under consideration<br />

for award.<br />

2.10.4. Upon notification by the Purchaser of such a request for a time extension, the<br />

Bidders shall have the right to:<br />

2.10.4.1. accept this extension of time in which case Bidders shall be bound by the<br />

terms of their offer for the extended period of time and the Bid Guarantee and<br />

Certificate of Bid Validity extended accordingly; or<br />

2.10.4.2. refuse this extension of time and withdraw the Bid, in which case the<br />

Purchaser will return to the Bidder its Bid Guarantee in the full amount<br />

without penalty.<br />

2.10.5. Bidders shall not have the right to modify their Bids due to a Purchaser request<br />

for extension of the Bid validity unless expressly stated in such request.


2.11. Bid Guarantee<br />

Book I, Page I-15<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

2.11.1. The Bidder shall furnish with his Bid a Guarantee in an amount equal to One<br />

Hundred Thousand Euros (€100,000) with a validity equal to that of the bid as<br />

expressed in paragraph 2.10.1. The Bid Guarantee shall be in the form of an<br />

irrevocable, unqualified and unconditional Standby Letter of Credit (SLC)<br />

issued by a Belgian banking institution fully governed by Belgian legislation or<br />

issued by a non-Belgian financial institution and confirmed by a Belgian<br />

banking institution fully governed by Belgian legislation. In the latter case<br />

signed original letters from both the issuing institution and the confirming<br />

institution must be provided. The confirming Belgian bank shall clearly state<br />

that it will guarantee the funds, the drawing against can be made by the NC3A at<br />

its premises in Belgium. Bid Guarantees shall be made payable to the Treasurer,<br />

NATO C3 Agency.<br />

2.11.2. Alternatively, a Bidder may elect to post the required Guarantee by certified<br />

cheque. If the latter method is selected, Bidders are informed that the Purchaser<br />

will cash the cheque on the Bid Closing Date.<br />

2.11.3. If the Bid Closing Date is extended after a Bidder's financial institution has<br />

issued a Bid Guarantee, it is the obligation of the Bidder to have such Bid<br />

Guarantee (and confirmation, as applicable) extended to reflect the revised Bid<br />

Validity date occasioned by such extension.<br />

2.11.4. Failure to furnish the required Bid Guarantee in the proper amount, and in the<br />

proper form and for the appropriate duration by the Bid Closing Date may be<br />

cause for the Bid to be determined non-compliant.<br />

2.11.5. In the event that a Bid Guarantee is submitted directly by a banking institution,<br />

the Bidder shall furnish a copy of said document in the Bid Administration<br />

Package.<br />

2.11.6. The Purchaser will make withdrawals against the amount stipulated in the Bid<br />

Guarantee under the following conditions:<br />

2.11.6.1. The Bidder has submitted a bid and, after Bid Closing Date (including<br />

extensions thereto) and prior to the selection the compliant bid determined to<br />

represent the best value, withdraws his Bid, or states that he does not consider<br />

his bid valid or agree to be bound by his bid, or<br />

2.11.6.2. The Bidder has submitted a compliant bid determined by the Agency to<br />

represent the best value, but the Bidder declines to sign the Contract offered<br />

by the Agency, such Contract being consistent with the terms of the Invitation<br />

for Bid.<br />

2.11.6.3. The Purchaser has offered the Bidder the Contract for execution but the Bidder<br />

has been unable to demonstrate compliance with the security requirements of<br />

the Contract at the date of Contract signature,


Book I, Page I-16<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

2.11.6.4. The Purchaser has entered into the Contract with the Bidder but the Bidder has<br />

been unable or unwilling to provide the Performance Guarantee required under<br />

the terms of the Contract within the time frame required.<br />

2.11.7. Bid Guarantees will be returned to Bidders as follows:<br />

2.11.7.1. to non-compliant Bidders forty-five (45) days after notification by the<br />

Purchaser of a non-compliant Bid (except where such determination is<br />

challenged by the Bidder; in which case the Bid Guarantee will be returned<br />

upon request forty-five (45) days after a final determination of noncompliance);<br />

2.11.7.2. to all other unsuccessful Bidders upon request within thirty (30) days<br />

following the award of the Contract to the successful Bidder;<br />

2.11.7.3. to the successful Bidder upon submission of the Performance Guarantee<br />

required by the Contract or, if there is no requirement for such a Performance<br />

Guarantee, upon Contract execution by both parties.<br />

2.11.7.4. pursuant to paragraph 2.10.4.2 above.<br />

2.11.8. ―Standby Letter of Credit" or ―SLC‖ as used herein, means a written<br />

commitment by a Belgian financial institution either on its own behalf or as a<br />

confirmation of the Standby Letter of Credit issued by a non-Belgian bank to<br />

pay all or part of a stated amount of money, until the expiration date of the letter,<br />

upon presentation by the Purchaser of a written demand therefore. Neither the<br />

financial institution nor the Contractor can revoke or condition the Standby<br />

Letter of Credit. The term ―Belgian financial institution‖ includes non-Belgian<br />

financial institutions licensed to operate in Belgium,<br />

2.11.9. A format substantially similar to the one set in Book I <strong>Annex</strong> B-15 shall be used<br />

by the issuing financial institution to create a Standby Letter of Credit<br />

acceptable to the Purchaser.<br />

2.12. Cancellation of Invitation for Bid<br />

2.12.1. The Purchaser may cancel, suspend or withdraw for re-issue at a later date this<br />

<strong>IFB</strong> at any time prior to Contract award. No legal liability on the part of the<br />

Purchaser for payment of any sort shall arise and in no event will any Bidder<br />

have cause for action against the Purchaser for the recovery of costs incurred in<br />

connection with preparation and submission of a Bid in response to this <strong>IFB</strong>.<br />

2.13. Electronic Transmission of Information and Data<br />

2.13.1. The Purchaser will endeavour to communicate answers to requests for<br />

clarification and amendments to this <strong>IFB</strong> to the prospective Bidders as soon as<br />

practicable.


Book I, Page I-17<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

2.13.2. Bidders are cautioned that except for those cases in which electronic<br />

transmission of documentation is not permissible (i.e. documents with security<br />

classification mandating specific transmission methods) the Purchaser will rely<br />

exclusively on electronic mail communication to manage all correspondence<br />

related to this <strong>IFB</strong>, including <strong>IFB</strong> amendments and clarifications.<br />

2.13.3. Notwithstanding paragraph 2.13.2 above and subject to feasibility, prospective<br />

Bidders may request to be notified also by fax or regular mail when <strong>IFB</strong><br />

correspondence is released to them. Such requests shall be submitted to the<br />

points of contact specified in paragraph 2.5.1 above. Such requested method of<br />

notification shall not be construed as the Bidders‘ right to obtain an extension of<br />

the Bid Closing Date.<br />

2.13.4. Bidders shall note that were voluminous documentation is to be transmitted the<br />

Purchaser will consider electronic transmission as the sole feasible manner to<br />

promptly notify all Bidders pursuant to the prescription is paragraph 2.13.1.<br />

Consequently, in such cases, the Purchaser will notify the Bidders‘ of the<br />

impossibility to resort to alternative methods of transmissions if this has been<br />

requested.<br />

2.14. Supplemental Agreements<br />

2.14.1. Bidders are required, in accordance with the certificate at <strong>Annex</strong> B-7 of these<br />

Instructions to Bidders, to disclose any prospective Supplemental Agreements<br />

that are required by national governments to be executed by NATO as a<br />

condition of Contract performance.<br />

2.14.2. Supplemental Agreements are typically associated with, but not necessarily<br />

limited to, national export control regulations, technology transfer restrictions<br />

and end user agreements.<br />

2.14.3. Bidders are cautioned that failure to provide full disclosure of the anticipated<br />

requirements and the terms thereof, to the best of the Bidder‘s knowledge and<br />

experience, may result in the Purchaser withholding award of the Contract or<br />

cancelling an executed Contract if it is discovered that the terms of such<br />

Supplemental Agreements contradict the terms of the Prospective Contract,<br />

including but not limited to those addressing authority to install use, modify, or<br />

provide to others to use or modify in accordance with the terms of the Contract<br />

any software, item, documentation and/or material regardless of the nature or<br />

content to be produced as a result of the performance under the prospective<br />

Contract.<br />

2.15. Notice of Limitations on Use of Intellectual Property Delivered to the<br />

Purchaser<br />

2.15.1. Bidders are instructed to review Clauses 24 and 25 of the Contract Special<br />

Provisions and Clause 30 of the Contract General Provisions set forth Parts II<br />

and III of Book II (Prospective Contract). These Clauses set forth the


Book I, Page I-18<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

definitions as well as the terms and conditions regarding the rights of the Parties<br />

concerning Intellectual Property developed and/or delivered under this Contract<br />

or used as a basis for the performance of the Prospective Contract.<br />

2.15.2. Bidders are required to disclose, in accordance with <strong>Annex</strong> B-10, <strong>Annex</strong> B-11,<br />

and <strong>Annex</strong> B-12, the Intellectual Property proposed to be used by the Bidder<br />

that will be delivered with either Contractor and Subcontractor(s) Background<br />

Intellectual Property Rights and Third Party Intellectual Property Rights.<br />

Bidders are required to identify such Intellectual Property and the basis on<br />

which the claim of Background or Third Party Intellectual Property is made.<br />

2.15.3. The identification of Bidders‘ Background and/or Third Party Intellectual<br />

Property shall be limited to those IPs associated with products and/or<br />

documentation which is indispensable in order to deliver, install and operate,<br />

support, maintain the system and to provide training and which are not related to<br />

products and/or documentation needed for internal processes only.<br />

2.15.4. Subject to the prescriptions of paragraph 2.15.3, all Bidders‘ Background and<br />

Third Party Intellectual Property Rights shall be listed regardless the software<br />

they refer to is linked to the Server or the Client Side of the system.<br />

2.15.5. Bidders shall further note that such identification is provided for informative<br />

purposes only and does not match the pricing requirements associated with such<br />

software which are instead spelled out in <strong>Annex</strong> A-2 of this Book I.<br />

2.15.6. Bidders are informed that any restrictions on Purchaser use of the Intellectual<br />

Property that conflicts with the definition and right prescribed in Clause 30 of<br />

the Contract General Provisions, or any other provision of the Contract<br />

concerning use or dissemination of such Intellectual Property shall render the<br />

bid non-compliant<br />

2.16. Mandatory Quality Assurance and Quality Control Standards<br />

2.16.1. Bidders are requested to note that, in accordance with Certificate at <strong>Annex</strong> B-8<br />

to these Instructions to Bidders, Bidders shall provide documentary evidence<br />

that the Bidder possesses a current certification that it is compliant with the<br />

requirements of Allied Quality Assurance Publication 2110, ISO 9001:2000 or<br />

an equivalent QA/QC regime.<br />

2.16.2. Bidders shall further demonstrate that such regime is applied within the Bidder‘s<br />

internal organisation as well as extended to its relationships with subcontractors.<br />

2.16.3. If the Bidder is offering a QA/QC regime that is claimed to be equivalent to<br />

AQAP 2110 or ISO 9001:2000, the burden of proof of such equivalency shall be<br />

on the Bidder and such evidence of equivalency shall be submitted with the<br />

Certificate in the Administrative Package.


Book I, Page I-19<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

2.16.4. Failure to execute this Certificate or to provide documentary evidence of<br />

compliance with this requirement may result in a determination of noncompliance<br />

for the submitted bid.


Book I, Page I-20<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

SECTION 3 BID PREPARATION INSTRUCTIONS<br />

3.1. General<br />

3.1.1. Bidders shall prepare and submit their Bid in accordance with the requirements<br />

and format set forth in this <strong>IFB</strong>. Compliance with all bid submission<br />

requirements is mandatory. Failure to submit a bid in conformance with the<br />

stated requirements may result in a determination of non-compliance by the<br />

Purchaser and the elimination of the bid from further consideration.<br />

3.1.2. Bidders shall not simply restate the <strong>IFB</strong> requirements. A Bid shall demonstrate<br />

that a Bidder understands the terms, conditions and requirements of the <strong>IFB</strong> and<br />

its ability to provide all the services and deliverables listed in the Schedules of<br />

the prospective Contract. Also, in accordance with the prescription of this<br />

Section, Bidders shall clearly illustrate the technology/functionalities, processes<br />

and procedures being proposed and their level of maturity in relation to the<br />

requirements to be satisfied as expressed in the System Requirement<br />

Specifications and the SOW. To this extent, the statements and illustrations<br />

made by the Bidders in their technical submission shall be the subject, during<br />

the technical evaluation detailed at paragraph 4.3.1.2, of the formal<br />

demonstration described at paragraph 4.5.2.3.1.<br />

3.1.3. Bidders are informed that the quality, completeness, thoroughness and clarity of<br />

the bid will affect the overall scoring of the bid. Although the Purchaser may<br />

request clarification of the bid, it is not required to do so and may make its<br />

determination on the content of the bid as written. Therefore, Bidders shall<br />

assume that inconsistencies, omissions, errors, lack of detail and other<br />

qualitative deficiencies in the submitted bid will have a negative impact on the<br />

final Best Value score.<br />

3.1.4. Partial Bids and/or bids containing conditional statements will be declared noncompliant.<br />

3.1.5. Bidders are advised that the Purchaser reserves the right to incorporate the<br />

successful Bidder‘s Offer in whole or in part by reference in the resulting<br />

Contract.<br />

3.1.6. If no specific format has been established for electronic versions, Bidders shall<br />

deliver this type of documentation in an electronic format which is best suited<br />

for review and maintenance by the Purchaser (e.g., Project Master Schedule in<br />

MS Project format, Project Highlight Reports in MS Word).<br />

3.1.7. All documentation submitted as part of the Bid shall be ―NATO<br />

UNCLASSIFIED‖.


3.2. Bid Package Content<br />

Book I, Page I-21<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

3.2.1. The complete Bid shall consist of three distinct and separated modules described<br />

in the following subparagraphs. Detailed requirements for the structure and<br />

content of each of these packages are contained in these Bidding Instructions.<br />

3.2.2. Module 1 - Bid Administration Package, containing one (1) hard copy and one<br />

soft copy of the documents specified in paragraph ‎3.4 below.<br />

3.2.3. Module 2 - Price Quotation, containing one (1) hard copy and one soft copy of<br />

the Price Quotation specified in paragraph ‎3.5.<br />

3.2.4. Module 3 - Technical Proposal Package composed of the further four parts as<br />

specified below. Each of the Parts listed below shall be self contained in a<br />

clearly marked separate binder or file for ease of segregation and handling.<br />

3.2.4.1. Part 1 - The Executive Summary, as described in paragraph 3.6.1 below, in 4<br />

hardcopies and four (4) softcopies.<br />

3.2.4.2. Part 2 - The Engineering Proposal, as specified in paragraph 3.6.2 below, in<br />

four (4) hardcopies and four (4) softcopies.<br />

3.2.4.3. Part 3 - The Management Proposal, as specified in paragraph 3.6.3 below, in<br />

four (4) hardcopies and four (4) softcopies.<br />

3.2.4.4. Part 4 - The Supportability Proposal, as specified in paragraph 3.6.4, in four<br />

(4) hardcopies and four (4) softcopies.<br />

3.3. Package Marking<br />

3.3.1. The separate parts of the bid shall be placed in outer containers for delivery. All<br />

outer containers into which bidding documents are placed shall be opaque or<br />

wrapped in opaque paper, sealed and identified with the following markings:<br />

SEALED BID <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

BOX X of Y (1 of 3, 2 of 3, etc)<br />

NOTIFY Mr. Les Hendriks (X8278) or Mr. Gael Craver (X8387) UPON RECEIPT<br />

3.3.2. Each of the bid parts placed in the outer container(s) shall be separately wrapped<br />

(multiple copies of the same document may be wrapped together), and marked<br />

as follows:<br />

3.3.2.1. Name and address of the Bidder,<br />

3.3.2.2. The words ―SEALED BID‖ followed by the reference ―<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-<br />

N<strong>CO</strong>P‖; and


Book I, Page I-22<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

3.3.2.3. The appropriate package marking (i.e., Module 1 Administration<br />

Documentation, Module 2 Price Proposal, Module 3 Technical Proposal Part 1<br />

Executive Summary; Part 2 Engineering Proposal (Copy #), Part 3<br />

Management Proposal (Copy #), Part 4 Supportability Proposal (Copy #)).<br />

3.4. Volume 1 – Bid Administration Package<br />

3.4.1. The Bid Administration Package shall include the original of the Bid Guarantee<br />

required by paragraph 2.11 of the Bidding Instructions. If the Bid Guarantee is<br />

sent to the Purchaser directly from the Bidder's bank, a letter, in lieu of the<br />

actual Guarantee, shall be included specifying the details of the transmittal.<br />

Bidders are reminded that the Bid Guarantee shall reflect any extensions to the<br />

Bid Validity Date due to extensions in the Bid Closing Date.<br />

3.4.2. The Package shall include the Certificates set forth in <strong>Annex</strong>es to these Bidding<br />

Instructions, signed in the original by an authorised representative of the Bidder.<br />

The Certificates are as follows:<br />

3.4.2.1. <strong>Annex</strong> B-1 (Certificate of Legal Name of Bidder)<br />

3.4.2.2. <strong>Annex</strong> B-2 (Acknowledgement of Receipt of <strong>IFB</strong> <strong>Amendment</strong>s)<br />

3.4.2.3. <strong>Annex</strong> B-3 (Certificate of Independent Determination)<br />

3.4.2.4. <strong>Annex</strong> B-4 (Certificate of Bid Validity)<br />

3.4.2.5. <strong>Annex</strong> B-5 (Certificate of Exclusion of Taxes, Duties and Charges)<br />

3.4.2.6. <strong>Annex</strong> B-6 (Comprehension and Acceptance of Contract Special and General<br />

Provisions)<br />

3.4.2.7. <strong>Annex</strong> B-7 (Disclosure of Requirements for NC3A Execution of Supplemental<br />

Agreements) with the prospective text of such Agreements, as applicable.<br />

3.4.2.8. <strong>Annex</strong> B-8 (Certificate of Compliance AQAP or ISO 9001:2000 or<br />

Equivalent) with a copy of the relevant quality certification attached to it.<br />

3.4.2.9. <strong>Annex</strong> B-9 (List of Prospective SubContractorsList of Prospective<br />

SubContractors)<br />

3.4.2.10. <strong>Annex</strong> B-10 (Bidder Background IPR) – refer to prescriptions in paragraph<br />

2.15<br />

3.4.2.11. <strong>Annex</strong> B-11 (List of SubContractor IPRList of SubContractor IPR) – refer to<br />

prescriptions in paragraph 2.15<br />

3.4.2.12. <strong>Annex</strong> B-12 (List of Third Party IPR) and associated copies of license<br />

agreements for each Third Party – refer to prescriptions in paragraph 2.15 IPR.


Book I, Page I-23<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

3.4.2.13. <strong>Annex</strong> B-13 (Certificate of Origin of Equipment, Services, and Intellectual<br />

Property)<br />

3.4.2.14. <strong>Annex</strong> B-14 (List of Proposed Key Personnel)<br />

3.4.2.15. <strong>Annex</strong> B-15 (Certificate of Price Ceiling)<br />

3.4.2.16. Documentation Disclosure of Conflict of Interest<br />

3.4.2.16.1. A Conflict of Interest means that because of other activities or<br />

relationships with other persons or entities, a Bidder is unable or<br />

potentially unable to render impartial assistance or advice to the Purchaser<br />

or the Bidder‘s objectivity in performing the prospective Contract work is,<br />

or might be otherwise impaired, or the Bidder has an unfair competitive<br />

advantage.<br />

3.4.2.16.2. In compliance with paragraph1.4.6, Bidders shall identify all business<br />

relationships with the PMIC Bidders including but not limited to those<br />

resulting from ownership, share of assets, strategic business agreements<br />

regardless of their nature or financial magnitude of which the Bidders is<br />

knowledgeable at the time of bid submission. If any of such relationships<br />

could constitute a real or apparent conflict of interest, or could otherwise,<br />

in any manner or form, influence or appear to influence the capacity of the<br />

Bidder to render unbiased service, Bidders shall submit a plan for the<br />

mitigation of the conflict detailing the measures the Bidder has or proposes<br />

to put in place for the purpose of preventing unfair advantage in relation to<br />

the performance associated with the prospective Contract.<br />

3.4.2.16.3. If no conflict of interest exists, Bidders shall include a declaration to that<br />

extent signed by the individual entitled to commit the company to such<br />

statement.<br />

3.4.2.17. A CD-ROM containing an electronic version of the documentation stated in<br />

paragraphs 3.4.2.1 through 3.4.2.16 above.<br />

3.4.2.18. No indication disclosing or contributing to disclose the Bid Price shall be<br />

made part of the Bid Administration Package. Failure to abide to this<br />

prescription may result in the bid being declared non-compliant.<br />

3.5. Volume 2 - Price Quotation<br />

3.5.1. Introduction<br />

3.5.1.1. The authorized scope for this project and consequently that of any Contract<br />

resulting from this <strong>IFB</strong> is that encompassed by the requirements illustrated in<br />

Contract Work Packages 1 through 14. Because of the nature of some of the<br />

activities associated with this project and their inherent uncertainty the<br />

Purchaser acknowledges that the execution and the performance schedule of a


Book I, Page I-24<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

number of Contract Work Packages cannot be accurately determined in<br />

advance (i.e. Contract Work Packages 2, 9, 11, 12, 13, and 14).<br />

3.5.1.2. Therefore, standing the need for these Contract Work Packages to be<br />

performed, the Purchaser has elected to include them in the form of Indefinite<br />

Delivery Options 1 in any Contract resulting from this <strong>IFB</strong>. The performance of<br />

tasks and delivery of deliverables associated with these Work Packages are<br />

subject to the unilateral exercise of the option(s) by the Purchaser. No<br />

obligation for the parties will arise until such formal Option(s) exercise has<br />

been performed.<br />

3.5.1.3. Contract Work Packages 2, 13 and 14 are the requirements which are not<br />

within the framework of the received authorization, are being incorporated as<br />

Indefinite Delivery Options addressing special requirements the fulfilment of<br />

which is subject to express authorization to be provided by the relevant NATO<br />

authorities. Therefore at the time of the signature of any Contract resulting<br />

from this <strong>IFB</strong>, no obligation for the parties will arise with respect to the<br />

performance and/or payments associated with tasks and deliverables which are<br />

made part of Work Packages 2, 13 and 14. The obligation of the parties with<br />

respect to the scope of this Work Package is subject to the authorization by the<br />

relevant NATO authorities and the unilateral express exercise of the Options<br />

by the Purchaser.<br />

3.5.2. Package Contents<br />

3.5.2.1. The Price envelope shall contain the following documentation and media:<br />

3.5.2.1.1. <strong>Annex</strong> A-1 ―Bidding Sheets‖ and, in annex, the complete set of sheets<br />

contained in the electronic file ―2-<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P-Bidding<br />

Sheets.xls‖ submitted as part of this <strong>IFB</strong>.<br />

3.5.2.1.2. A CD-ROM containing an electronic version in MS Excel of the<br />

documentation stated in paragraph 3.5.2.1.1 above.<br />

3.5.3. Pricing Prescriptions<br />

3.5.3.1. <strong>Annex</strong> A-2 to the present Book I illustrate the price bid requirements<br />

associated with the compilation of the Bidding Sheets. All prescriptions<br />

illustrated therein are to be regarded as mandatory. Failure to abide to<br />

such prescriptions may lead to the bid being declared non-compliant.<br />

1 Within the framework of the Prospective Contract, Indefinite Delivery Options are those defined<br />

Contractual tasks for which the scope of the performance to be rendered by the Contractor and its firm<br />

fixed price is defined but the actual performance is deferred to a unilateral determination by the<br />

Purchaser to be made and notified to the Contractor in accordance with Clause 12 of the Contract<br />

Special Provisions.


Book I, Page I-25<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

3.5.3.2. Bidders shall prepare their Price Quotation by completing the Bidding Sheets<br />

referred in paragraph 3.5.2.1.1 above, in strict compliance with the<br />

prescriptions of specified in <strong>Annex</strong> A-2 (Instructions for Bidding Sheets<br />

preparation). Such documentation constitutes an integral part of this <strong>IFB</strong> and<br />

prescriptions contained therein shall be referred to for the purpose of the<br />

evaluation set forth in paragraph 4.6.<br />

3.6. Volume 3 - Technical Proposal Package<br />

3.6.1. Executive Summary<br />

3.6.1.1. Bidders shall provide an overview of the salient features of their technical<br />

proposal in the form of an executive summary.<br />

3.6.1.2. This summary shall provide a general description of the major points<br />

contained in each of the required sections of the technical proposal and shall<br />

demonstrate the depth of the Bidder‘s understanding of the project,<br />

implementation environment and the problems and risks of project<br />

implementation. The Bidder shall highlight the strengths which it and its team<br />

bring to the project in terms of minimising the problems and reducing the<br />

risks, and the key points of the technical approach and solution that he<br />

believes deserves recognition under a Best Value evaluation scheme. This<br />

summary shall not exceed 15 pages.<br />

3.6.2. Part 1: Engineering Proposal<br />

3.6.2.1. Table of Contents<br />

3.6.2.1.1. Bidders shall compile a detailed Table of Contents which lists not only the<br />

section headings but also the major sub-sections, and topic headings<br />

required set forth in these Instructions or implicit in the organisation of the<br />

Engineering Proposal.<br />

3.6.2.1.2. The following documents shall be the part of Engineering Proposal<br />

Package:<br />

Proposed System Requirements Specification Changes<br />

Draft System Design Specification<br />

Draft System Development Plan<br />

Draft Test Plan<br />

Draft System Implementation Plan<br />

Technical Demonstration (documentation)<br />

3.6.2.1.3. The Engineering Proposal package shall not exceed 500 pages with fonts<br />

in ―Times New Roman‖, size 12, with the exception of the following<br />

items:<br />

Table of Contents<br />

SRS traceability matrix


Book I, Page I-26<br />

NATO UNCLASSIFIED<br />

Requirements Implementation Schedule<br />

User manuals for demonstration<br />

Sample of training material<br />

Basis of Estimate.<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

3.6.2.1.3.3.6.2.1.4. ―Times New Roman‖ fonts in size 12 shall be used for normal<br />

text, and ―Arial Narrow‖ fonts not smaller than size 10 for tables and<br />

graphics<br />

3.6.2.2. Proposed System Requirements Specification Changes<br />

3.6.2.2.1. The Bidder shall provide all proposed changes to the System Requirements<br />

Specification (SRS) in the form of one or more Change Requests, as<br />

specified in Section 4.4.5 of the of the Statement of Work of the<br />

Prospective Contract (Book II, Part IV) hereafter referred to as the SOW<br />

at the time of the bid. These should describe changes regarding<br />

requirements applicable to the Increment 1 capability and if relevant<br />

Increments 2 and 3.<br />

3.6.2.2.2. The Bidder shall detail its justification for the requested SRS changes as<br />

described in the SOW section 4.4, including its impact on schedule, cost<br />

and performance.<br />

3.6.2.3. Draft System Design Specification (SDS)<br />

3.6.2.3.1. The Bidder shall provide a draft SDS in accordance with the requirements<br />

for the SDS described in paragraph 4.5.3 of the SOW, describing its<br />

technical solution regarding requirements applicable to the Increment 1<br />

capability. The Bidder shall detail its approach and the maturity of and<br />

technological risk mitigation related to its solution.<br />

3.6.2.3.2. The SDS should also identify any supporting models.<br />

3.6.2.3.3. Regarding the system architecture requirements of subparagraph 4.5.3.8 of<br />

the SOW, Bidders are advised that the proposed SDS shall include only<br />

the NOV-2 (Operational Node Connectivity Description), NSOV-2<br />

(Service Definitions) and NSV-1 (System Interface Description).<br />

3.6.2.3.4. The Bidder shall provide as <strong>Annex</strong> 1 to the proposed SDS a high-level<br />

System Security Design Specification, as defined in paragraph 4.5.3.12 of<br />

the SOW.<br />

3.6.2.3.5. The Bidder shall provide as <strong>Annex</strong> 2 to the proposed SDS a Requirement<br />

Traceability Matrix, as defined in paragraph 4.5.3.13 of the SOW. The<br />

matrix shall relate the SRS requirements to the system design components<br />

and the Test Plan.


Book I, Page I-27<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

3.6.2.3.6. The Bidder shall provide as <strong>Annex</strong> 3 to the proposed SDS an Interface<br />

Control Document, as defined in paragraph 4.5.3.14 of the SOW. The ICD<br />

shall identify all N<strong>CO</strong>P interfaces proposed by the Bidder.<br />

3.6.2.4. Draft System Development Plan (SDP)<br />

3.6.2.4.1. The Bidder shall provide a Draft System Development Plan in accordance<br />

with the requirements for the SDP described in paragraph 4.3 of the SOW.<br />

3.6.2.4.2. The Bidder shall provide as <strong>Annex</strong> 1 to the proposed SDP a Requirements<br />

Implementation Schedule, as defined in paragraph 4.3.2.10 of the SOW.<br />

For all requirements marked as ―demonstrable‖ the Bidder shall present<br />

their implementation during Technical Demonstration, as defined in<br />

paragraph 3.6.2.63.6.2.7.<br />

3.6.2.4.2.1 The Requirements Implementation Schedule shall be a filled copy of the<br />

tables provided by the Purchaser in <strong>Annex</strong> F.<br />

3.6.2.4.2.2 The Requirements Implementation Schedule shall be delivered in MS-<br />

Excel format.<br />

3.6.2.4.3. The Bidder shall provide as <strong>Annex</strong> 2 to the proposed SDP a Usability<br />

Engineering Plan, as defined in paragraph 4.3.2.11 of the SOW.<br />

3.6.2.4.4. The Bidder is not required to provide Security Accreditation Plan, as<br />

defined for SDP in paragraph 4.3.2.12 of the SOW.<br />

3.6.2.5. Draft Test Plan<br />

3.6.2.5.1. The Bidder shall provide a draft Test Plan in accordance with the<br />

requirements for the Test Plan as described in paragraph 4.7.2 of the SOW.<br />

3.6.2.5.2. The Bidder is not required to provide Security Test and Evaluation Plan,<br />

as defined for Test Plan in paragraph 4.7.2.11 of the SOW.<br />

3.6.2.6. Draft System Implementation Plan<br />

3.6.2.6.1. The Bidder shall provide a draft System Implementation Plan in<br />

accordance with the requirements for the System Implementation Plan as<br />

described in paragraph 4.9.2 of the SOW.<br />

3.6.2.7.3.6.2.6. Technical Demonstration<br />

3.6.2.7.1.3.6.2.6.1. The Bidder is expected to offer software, to be used as a<br />

foundation of N<strong>CO</strong>P software development. The N<strong>CO</strong>P foundation shall<br />

be presented during Technical Demonstration.<br />

3.6.2.7.2.3.6.2.6.2. The Bidder shall demonstrate the functional capabilities of the<br />

proposed N<strong>CO</strong>P foundation. The Bidder shall provide an overview of its


Book I, Page I-28<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

proposed solution and its demonstration plan prior to performing the<br />

individual tasks. Members of the Purchaser's technical evaluation team<br />

will observe these demonstrations and confirm whether all the required<br />

functions have been demonstrated. The scoring of this Bid element will be<br />

based on the Bidder‘s ability to successfully perform a maximum of the<br />

tasks.<br />

3.6.2.7.3.3.6.2.6.3. The Bidder shall provide demonstration of the implementation<br />

of the requirements available during the bidding, based on the proposed<br />

N<strong>CO</strong>P foundation to be used as the basis for N<strong>CO</strong>P development.<br />

3.6.2.7.4.3.6.2.6.4. The Bidder shall provide a plan of the demonstration and copy<br />

of the related manual(s) in soft format only (CD-Rom) in the bidding<br />

package.<br />

3.6.2.7.5.3.6.2.6.5. Upon notification from the Purchaser, the Bidder will have up<br />

to two weeks to prepare a live demonstration of its proposed technical<br />

foundation software product at NC3A Brussels, Belgium, or The Hague,<br />

The Netherlands. The purpose of the live demonstration is to confirm that<br />

the proposed solution provides a solid basis from which the specific<br />

requirements of N<strong>CO</strong>P can be configured or adapted, and that the Bidder<br />

can integrate and deliver a complete solution.<br />

3.6.2.7.6.3.6.2.6.6. The Purchaser reserves the right to inspect the configuration of<br />

any and all demonstration components to confirm that only software that is<br />

identified by the Bidders as part of its proposed equipment CLINs to be<br />

installed or used.<br />

3.6.3. Management Proposal<br />

3.6.3.1. Table of Contents<br />

3.6.3.1.1. Bidders shall compile a detailed Table of Contents which lists not only the<br />

section headings but also the major sub-sections, and topic headings<br />

required set forth in these Instructions or implicit in the organisation of the<br />

Management Proposal.<br />

3.6.3.1.2. The following documents shall be the part of Management Proposal<br />

Package:<br />

Draft Project Management Plan<br />

Initial Project Risk Log<br />

Draft Project Product Breakdown Structure (PPBS)<br />

Draft Project Work Breakdown Structure (PWBS)<br />

Initial Project Master Schedule (PMS)<br />

Basis of Estimate (BOE)<br />

Bidder Qualifications


Book I, Page I-29<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

3.6.3.1.3. The Management Proposal package shall not exceed 500 pages with fonts<br />

in ―Times New Roman‖, size 12.<br />

3.6.3.2. Draft Project Management Plan (PMP)<br />

3.6.3.2.1. The Bidder shall provide a draft PMP in accordance with the requirements<br />

for the PMP as described in section 3.7 of the SOW, including all aspects<br />

of the project implementation, including the Contractor‘s project<br />

management structure and project management methodology, control<br />

processes and tools/environments (such as project website and<br />

collaborative working environment), personnel assignments, and external<br />

relationships and relationship with the Purchaser necessary to provide the<br />

capability as required by this Contract.<br />

3.6.3.3. Initial Project Risk Log<br />

3.6.3.3.1. The Bidder shall provide an initial Risk Log for the project as outlined in<br />

paragraph 3.12 of the SOW.<br />

3.6.3.4. Draft Project Product Breakdown Structure (PPBS) and Project Work<br />

Breakdown Structure (PWBS)<br />

3.6.3.4.1. The Bidder shall provide a draft Project Product Breakdown Structure<br />

(PPBS) and Project Work Breakdown Structure (PWBS) as described in<br />

paragraphs 3.8 and 3.9 of the SOW. The provided PPBS and PWBS shall<br />

include definitions of the major work packages and the relationship<br />

between the work packages the end product. The provided PPBS and<br />

PWBS shall decompose the work packages to a level that exposes all<br />

project risk factors and allows accurate estimate of each work item‘s<br />

duration, resource requirements, inputs and outputs, and predecessors and<br />

successors.<br />

3.6.3.5. Initial Project Master Schedule (PMS)<br />

3.6.3.5.1. The Bidder shall provide an initial Project Master Schedule (PMS) as<br />

described in paragraph 3.10 of the SOW based on the time constraints<br />

defined in the SOW.<br />

3.6.3.6. Basis of Estimate (BOE)<br />

3.6.3.6.1. The Bidder shall provide a Basis of Estimate (BOE) for all Work Packages<br />

(WP1 - WP14). The BOE shall be an unpriced version of the Bidder‘s<br />

Pricing Summary Sheets. The BOE shall not include unit labour rates or<br />

totals nor shall the pricing of other activities and the materials required<br />

under each Work Package be priced. The purpose of the BOE is to enable<br />

the Purchaser to accurately validate the Management Proposal —outside<br />

the price evaluation process— in terms of the proposed level of effort,


Book I, Page I-30<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

labour mix, materials and amount of travel and other items proposed for<br />

each CLIN.<br />

3.6.3.7. Bidder Qualifications<br />

3.6.3.7.1. Corporate Experience<br />

3.6.3.7.1.1 In this section, the Bidder shall detail the experience of the Prime<br />

Contractor in the design, delivery, implementation and support of similar<br />

software-based systems, with particular emphasis on recent experience in<br />

developing integrated software solutions to meet military or government<br />

requirements. The Bidder shall provide:<br />

a description of the proposed N<strong>CO</strong>P foundation<br />

the number of <strong>CO</strong>P systems deployed/delivered<br />

the purchaser(s) of these systems<br />

the user(s) of these systems<br />

the Contract number(s)<br />

the start date and end date of the Contract<br />

a point of contact for verification purposes<br />

3.6.3.7.1.2 The Bidder shall provide information on its experience and expertise in<br />

developing integrated software solutions for Common Operational Picture<br />

support and when this software/system has been delivered and used by<br />

military operators. They should specifically include examples of systems<br />

supporting tasks such as: <strong>CO</strong>P management, <strong>CO</strong>P distribution and <strong>CO</strong>P<br />

viewing. Additionally, the Bidder shall provide information on its<br />

experience and expertise in developing <strong>CO</strong>P systems based on service<br />

oriented architectures.<br />

The Bidder shall provide the same information required above for the<br />

major sub-Contractors for critical components. The sub-Contractors must<br />

demonstrate the same level of experience applicable to each of the critical<br />

items for which they are proposed to deliver.<br />

3.6.3.7.1.3 The Bidder shall describe the Bidder's expertise and experience in the<br />

delivery of system support and maintenance of a level equivalent to that<br />

required for the sustainment of N<strong>CO</strong>P Increment 1 capabilities. This shall<br />

include experience in system support and maintenance (infrastructure and<br />

service support processes) and warranty support and repair-andreplacement<br />

service for information systems for large, geographicallydispersed<br />

organisations. This information shall be provided either in<br />

relation to the Contracts listed in paragraph 3.6.3.7.1.1 or in the same<br />

format for support Contracts awarded separately.<br />

3.6.3.7.1.4 The Bidder shall describe the Bidder's expertise and experience in the<br />

delivery of training courses of a level equivalent to those required for the<br />

training of N<strong>CO</strong>P Increment 1 capabilities. This shall include experience


Book I, Page I-31<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

in the preparation of syllabuses, schedules, course prerequisites, student<br />

skill prerequisites, course evaluations and instructor materials.<br />

3.6.3.7.2. Corporate Capabilities<br />

3.6.3.7.2.1 This section shall describe the corporate structure of the Prime Contractor<br />

and the administration of the prospective Project within the overall<br />

corporate structure. This section should indicate the chain of authority<br />

within the Prime Contractor‘s organisation from the Project Manager to<br />

the Chief Executive Officer. The Bidder shall describe the corporate<br />

resources which are available to support the Project which are resident in<br />

the organisation of the Prime Contractor but not directly under the<br />

authority of the Project Manager. The Bidder shall describe the process by<br />

which the Project Manager may have access to these ―in-house‖ corporate<br />

resources and what level of authority is required in the Corporation<br />

hierarchy to secure the needed resources.<br />

3.6.3.7.2.2 The Bidder shall provide a sub-section which identifies the items and<br />

services which are to be developed and/or performed by the corporate<br />

resources of the Prime Contractor. The Bidder shall identify the location<br />

of the production facilities which will be utilized, and/or the source within<br />

the corporate organisation of the services and expertise required. For<br />

corporate production facilities, the Bidder shall provide analytical<br />

evidence that adequate capacity exists in order that the required items may<br />

be made within the time schedule of the Prospective Contract. The Bidder<br />

shall show existing capital assets and provide a detailed proposal of what<br />

additional equipment or facilities will be acquired or constructed in order<br />

to meet the Contract schedule. The Bidder shall further provide a<br />

description of any retooling efforts required and a time forecast of when<br />

these efforts can be completed.<br />

3.6.3.7.2.3 The Bidder shall provide evidence that demonstrates its software<br />

development and testing practices and tools reflect a well-established and<br />

mature level of capability.<br />

3.6.3.7.3. Individual Skills and Experience<br />

3.6.3.7.3.1 The Bidder shall provide resumes of the proposed individuals to perform<br />

the technical tasks under the proposed Work Packages and the resumes of<br />

the individuals designated as Key Personnel in <strong>Annex</strong> B-14. For each role<br />

identified, the resumes shall meet or exceed the experience and<br />

educational criteria stated in the SOW and demonstrate that they have the<br />

expected knowledge, capability and experience to meet the requirements<br />

of this Contract.<br />

3.6.4. Supportability Proposal<br />

3.6.4.1. Table of Contents


Book I, Page I-32<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

3.6.4.1.1. Bidders shall compile a detailed Table of Contents which lists not only the<br />

section headings but also the major sub-sections, and topic headings<br />

required set forth in these Instructions or implicit in the organisation of the<br />

Supportability Proposal.<br />

3.6.4.1.2. The following documents shall be the part of Supportability Proposal<br />

Package:<br />

Configuration Management Plan<br />

Draft System Implementation Plan<br />

Draft Service Delivery Plan<br />

Draft Training Plan and sample training material<br />

3.6.4.1.3. The Supportability Proposal package shall not exceed 500 pages with fonts<br />

in ―Times New Roman‖, size 12.<br />

3.6.4.2. Draft Configuration Management Plan (CMP)<br />

3.6.4.2.1. The Bidder shall provide a draft Configuration Management Plan<br />

describing configuration management concept and methodology, as<br />

described in paragraph 3.13.3 of the SOW<br />

3.6.4.2.2. The draft Configuration Management Plan shall include a description of<br />

the proposed change control process.<br />

3.6.4.3. Draft System Implementation Plan<br />

3.6.4.3.1. The Bidder shall provide a draft System Implementation Plan in<br />

accordance with the requirements for the System Implementation Plan as<br />

described in paragraph 4.9.2 of the SOW.<br />

3.6.4.3.3.6.4.4. Draft Service Delivery Plan<br />

3.6.4.3.1.3.6.4.4.1. The Bidder shall provide a draft Service Delivery Plan in<br />

accordance with the requirements for the Service Delivery Plan as<br />

described in paragraph 5.5 of the SOW including information on the<br />

service interfaces, security management, incident management, problem<br />

management, release management, availability management, configuration<br />

management, change management, initial Service Level Agreements,<br />

service transition and warranty support.<br />

3.6.4.4.3.6.4.5. Draft Training Plan and sample training material<br />

3.6.4.4.1.3.6.4.5.1. The Bidder shall provide a draft Training Plan in accordance<br />

with the requirements for the Training Plan described in paragraph 5.2 of<br />

the SOW.<br />

3.6.4.4.2.3.6.4.5.2. The Bidder shall provide sample training materials from other<br />

courses it has developed.


Book I, Page I-33<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

3.6.4.4.3.3.6.4.5.3. The Bidder shall identify at least two such courses it has<br />

developed and delivered within the last three years.


NATO UNCLASSIFIED<br />

SECTION 4 BID EVALUATION AND <strong>CO</strong>NTRACT<br />

AWARD<br />

4.1. General<br />

Book I, Page I-34<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

4.1.1. The evaluation of Bids will be made by the Purchaser solely on the basis of the<br />

requirements specified in this Invitation for Bid.<br />

4.1.2. All bids will be evaluated solely using the formula, evaluation criteria and<br />

factors contained herein. Technical Proposals will be evaluated strictly against<br />

the technical criteria and not against other Technical Proposals submitted.<br />

4.1.3. The evaluation of bids and the determination as to the Best Value Score will be<br />

based only on that information provided by the Bidder and contained in his Bid.<br />

The Purchaser shall not be responsible for locating or securing any information<br />

that is not clearly and unequivocally provided and identified in the Bid.<br />

4.1.4. The Bidder shall furnish with his Bid all information requested by the Purchaser<br />

in SECTION 3 BID PREPARATION INSTRUCTIONS of this Book I.<br />

Significant omissions and/or cursory submissions will result in a reduced Best<br />

Value Score and may result in a determination of non-compliance without<br />

recourse to further clarification. The information provided by the Bidder in its<br />

proposal shall be to a level of detail necessary for the Purchaser to fully<br />

comprehend exactly what the Bidder proposes to furnish as well as his approach<br />

and methodologies.<br />

4.1.5. During the evaluation, the Purchaser may request clarification of the Bid from<br />

the Bidder and the Bidder shall provide sufficient detailed information in<br />

connection with such requests as to permit the Purchaser to make a final<br />

assessment of the bid based upon the facts. The purpose of such clarifications<br />

will be to resolve ambiguities in the bid and to permit the Bidder to state his<br />

intentions regarding certain statements contained therein. The purpose of the<br />

clarification stage is not to elicit additional information from the Bidder that was<br />

not contained in the original submission or to allow the Bidder to supplement<br />

cursory answers or omitted aspects of the Bid. The Bidder is not permitted any<br />

cardinal alteration of the Bid regarding technical matters and shall not make any<br />

change to his price quotation at any time.<br />

4.1.6. The Purchaser reserves the right, during the evaluation and selection process, to<br />

verify any statements made concerning experience, facilities, or existing designs<br />

or materials by making a physical inspection of the Bidder's facilities and capital<br />

assets. This includes the right to validate, by physical inspection, the facilities<br />

and assets of proposed Subcontractors.<br />

4.1.7. The evaluation will be conducted in accordance with NATO Infrastructure<br />

Bidding Procedures as set forth in the document, and the Best Value evaluation<br />

procedures set forth in AC/4-D(2008)0002-REV1, ―Procedures and Practices for


Book I, Page I-35<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

Conducting NSIP International Competitive Bidding Using Best Value<br />

Methodology‖. The bid evaluation methodology to be followed, including the<br />

top-level evaluation criteria and their weighting factors, were agreed by the<br />

NATO Infrastructure Committee.<br />

4.2. Best Value Award Approach and Bid Evaluation Factors<br />

4.2.1. Subject to final authorization to be granted by the relevant NATO authorities,<br />

the Contract resulting from this <strong>IFB</strong> will be awarded to the Bidder whose<br />

conforming offer provides the Best Value to NATO, as evaluated by the<br />

Purchaser in pursuant with the requirements of this <strong>IFB</strong> and in accordance with<br />

the evaluation method specified in this SECTION 4 .<br />

4.2.2. The overall score for each compliant Bidder will be derived using the following<br />

formula:<br />

Best Value Score = E+M+S+P<br />

where:<br />

E = Weighted Engineering Score<br />

M = Weighted Management Score<br />

S = Weighted Supportability Score<br />

P = Weighted Price Score<br />

4.2.3. The maximum possible Best Value Score is 100; the minimum possible is zero.<br />

The Bid with the highest Best Value Score will be recommended to be the<br />

Apparent Successful Bidder.<br />

4.2.4. Evaluation Criteria.<br />

4.2.4.1. Technical: 50% Price: 50% weight, with the Weighted Price Score (P) derived<br />

using the following formula:<br />

Price Score = 100*(1-(Bid Price/(2 x Average Bid Price)))*0.5<br />

4.2.4.2. The cumulative technical score of the bid will be determined by evaluating<br />

and scoring the different areas of submission (Engineering, Management and<br />

Supportability) in accordance with the prescriptions of the paragraphs below.<br />

4.2.4.3. Engineering: 55% weight, based on the following sub-criteria which appear in<br />

descending order of importance:


Book I, Page I-36<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

4.2.4.3.1. Quality and suitability of the system design, approach and technical<br />

foundation as described in the proposed System Requirements<br />

Specification Requested Changes and draft System Design Specification.<br />

4.2.4.3.2. Quality and suitability of the engineering approach and associated<br />

planning as described in the draft System Development Plan, the draft Test<br />

Plan and the draft System Implementation Plan.<br />

4.2.4.3.3. Quality and suitability of the proposed engineering solution as presented at<br />

Technical Demonstration.<br />

4.2.4.4. Management: 22.5% weight, based on the following sub-criteria which are<br />

listed in descending order of importance:<br />

4.2.4.4.1. Quality and suitability of the project management approach as described in<br />

the draft Project Management Plan and initial Risk Log.<br />

4.2.4.4.2. Quality and timeliness of planning of the proposed resources allocation as<br />

described in Project Master Schedule, Project Product Breakdown<br />

Structure, Project Work Breakdown Structure and Basis of Effort<br />

Estimate.<br />

4.2.4.4.3. Quality and suitability of Bidder experience and capabilities and proposed<br />

individuals experience as described in the Bidder Qualifications.<br />

4.2.4.5. Supportability: 22.5% weight, based on the following sub-criteria listed in<br />

descending order of importance:<br />

4.2.4.5.1. Quality of the system supportability approach as described in the draft<br />

Configuration Management Plan and draft System Implementation Plan<br />

4.2.4.5.2. Quality and suitability of the proposed life cycle support planning as<br />

described in the draft Service Delivery Plan and the draft Training Plan<br />

4.2.5. The scores obtained on these criteria shall be aggregated through the formula<br />

specified in paragraph 4.2.2 in order to obtain the overall score of each bid.<br />

4.2.6. A weighting scheme for sub-criteria values has been developed by Purchaser<br />

staff not associated with the Technical Evaluation. This weighting scheme has<br />

been sealed and is not known to any of the Purchaser staff beyond the originator<br />

and the Chairman of the Contracts Award Board, who are not evaluators within<br />

the framework of this <strong>IFB</strong> or in any manner or form are made privy of<br />

evaluation information throughout the course of the evaluation process. The<br />

weighting scheme remains sealed until Step 4 of the evaluation process,<br />

described in paragraph 4.7.<br />

4.3. Evaluation Procedure<br />

4.3.1. The evaluation will be done in a 4 steps process, as described below:


NATO UNCLASSIFIED<br />

4.3.1.1. Step 1: Administrative Compliance<br />

Book I, Page I-37<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

4.3.1.1.1. Bids received will be reviewed for compliance with the mandatory<br />

Administrative requirements specified in paragraph ‎4.4. Bids not meeting<br />

all of the mandatory requirements shall be determined to be non-compliant<br />

and not further considered for award.<br />

4.3.1.2. Step 2: Technical Evaluation<br />

4.3.1.2.1. All bids having successfully passed Step 1 will have their Executive<br />

Summary, and Management, Engineering and Supportability Proposals<br />

Packages evaluated for responsiveness against predetermined top-level<br />

criteria and identified sub-criteria (see paragraph 4.2.4 above), and scored<br />

accordingly. This evaluation will result in ―raw‖ or unweighted technical<br />

scores against the criteria.<br />

4.3.1.2.2. Bidders must note that the evaluation of the Engineering submission<br />

includes the assessment of a proposed technical foundation which shall be<br />

performed in accordance with the provisions of paragraph 4.5.2.3 below.<br />

The pre-determined weighting factors will be applied to the scores for the<br />

top-level factors.<br />

4.3.1.2.3. Bidders are advised that any Bid whose Technical Proposal receives a<br />

composite score of less than 20% of the maximum score possible in any of<br />

the sub-criteria listed under paragraph 4.2.4 may be determined by the<br />

Purchaser to be non-compliant and not further considered for award.<br />

4.3.1.3. Step 3: Price Evaluation<br />

4.3.1.3.1. The Price Quotations of all bids remaining after Step 2 will be opened,<br />

evaluated and scored in accordance with paragraph ‎4.6.<br />

4.3.1.4. Step 4: Determination of Best Value Bid<br />

4.3.1.4.1. Upon completion of the Price Evaluation, the Best Value Bid will be<br />

determined in accordance with paragraph ‎4.7 hereafter.<br />

4.4. Evaluation Step 1 - Administrative Compliance<br />

4.4.1. Bids will be reviewed for compliance with the formal requirements for Bid<br />

submission as stated in this <strong>IFB</strong> and the content of the Administrative<br />

Documentation Package. The evaluation of the Administrative Documentation<br />

Package will be made on its completeness, conformity and compliance to the<br />

requested information. This evaluation will not be scored in accordance with<br />

Best Value procedures but is made to determine if a bid complies with the<br />

requirements of the Bidding Instructions and Prospective Contract. Specifically,<br />

the following requirements shall be verified:<br />

4.4.1.1. The Bid was received by the Bid Closing Date and Time,


NATO UNCLASSIFIED<br />

4.4.1.2. The Bid is packaged and marked properly,<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

4.4.1.3. The Bid Administration Package contains the documentation listed in<br />

paragraph 3.4 above and complies with the formal requirements established in<br />

paragraph 3.1 above.<br />

4.4.1.4. The Bidder has not taken exception to the Terms and Conditions of the<br />

Prospective Contract or has not qualified or otherwise conditioned his offer on<br />

a modification or alteration of the Terms and Conditions or the language of the<br />

Statement of Work.<br />

4.4.1.5. The Bidder disclosed Background and Third Party Intellectual Property and<br />

the terms of release or usage of these do not conflict with the stipulations of<br />

Clauses 24 and 25 of the Prospective Contract Special Provisions and Clause<br />

30 of the Prospective Contract General Provisions or any other term or<br />

condition of the Prospective Contract.<br />

4.4.1.6. Evaluation of Conflict of Interest Documentation<br />

4.4.1.6.1. The Purchaser will evaluate the Bidder submission as detailed in Book I<br />

section III paragraph 3.4.2.16 and resort to the disqualification of the bid<br />

in those cases in which it is deemed that the Bidder‘s relationships with the<br />

PMIC Prospective Contractor could constitute a real or apparent conflict of<br />

interest, could in any manner or form influence or appear to influence the<br />

capacity of the Bidder to render unbiased service or otherwise result in an<br />

advantage during the course of the performance under the prospective<br />

Contract and any proposed conflict of interest mitigation plan proposed by<br />

the Bidder does not satisfactorily resolve the conflict of interest in place.<br />

4.4.1.6.2. Conversely, should the Purchaser deem that the Bidder‘s Conflict of<br />

Interest Mitigation Plan adequately addresses the concerns relevant to any<br />

conflict of interest, it will make such plan part of any awarded Contract<br />

and subject to the stipulation of Clause 27 of the prospective Contract<br />

Special Provisions. Equally in those cases where the Bidder declares that<br />

no apparent or real conflict of interest exists such condition shall be<br />

reflected in any resulting Contract and made subject to the prescription of<br />

Clause 27 of the prospective Contract Special Provisions.<br />

4.4.1.6.3. In the event that, during the evaluation of the Bids, the Purchaser would<br />

determine or suspect that the Bidder has not disclosed a real or apparent<br />

conflict of interest of which it was knowledgeable at the time of Bid<br />

submission, in breach of paragraphs 4.4.1.6.1 and 4.4.1.6.2, Purchaser<br />

reserves the right to declare the Bid non-compliant.<br />

4.4.1.7. The Bidder certified through the Certificate of Price Ceiling in <strong>Annex</strong> B-15<br />

that the total price offered in the price quotation for Work Packages 1, and 3<br />

through 12, or its conversion in EURO utilising for the purpose of price<br />

comparison the average of the official buying and selling rate(s) of the<br />

European Central Bank at close of business on the last working day preceding<br />

NATO UNCLASSIFIED<br />

Book I, Page I-38


Book I, Page I-39<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

the signature of the subject certificate, does not exceed the price ceiling as<br />

described in paragraph 4, annex A-2 of Book I. The Bidder shall not change<br />

the price offered in the bid by submitting this subject certificate. The Bidder<br />

shall only provide the certificate to confirm it does not exceed the price ceiling<br />

specified in paragraph 4 of <strong>Annex</strong> A-2. For quotation submitted in other than<br />

EURO currency, it is the Bidder‘s responsibility to confirm that the certificate<br />

provided in the Bid remains valid in the following case:<br />

4.4.1.7.1. When the reference exchange rate used by the Purchaser for Price<br />

evaluation purposes as described in 4.6.3.1 1 has been subject to a<br />

significant fluctuation compared to the exchange rate indicated in the<br />

Certificate of Price Ceiling in <strong>Annex</strong> B-15, and<br />

4.4.1.7.2. It has a potential impact on the converted offered price compared to the<br />

Price Ceiling.<br />

4.4.2. Subject to the stipulation of paragraph 4.4.1.1 thru 4.4.1.7 Bids failing to<br />

conform to the above requirements may be declared non-compliant and may not<br />

undergo through further evaluation. Bids that are determined to be<br />

administratively compliant will proceed to Step 2, Technical Evaluation.<br />

4.4.3. Notwithstanding paragraph 4.4.2, if it is later discovered in the evaluation of the<br />

Technical Proposal or the Price Quotation that the Bidder has taken exception to<br />

the Terms and Conditions of the Prospective Contract, or has qualified and/or<br />

otherwise conditioned his offer on a modification or alteration of the Terms and<br />

Conditions or the language of the Statement of Work, the Bidder may be<br />

determined to have submitted a non-compliant bid at the point in time of<br />

discovery.<br />

4.5. Evaluation Step 2 - Technical Evaluation<br />

4.5.1. The Technical Proposal will be evaluated against the criteria and subcriteria set<br />

forth in paragraph 4.2 above. For some sub-criteria, there may be additional<br />

supporting factors at the next lower level. These lower level factors are not<br />

published here but are predetermined and included in the Technical Evaluation<br />

Weighting Scheme sealed before Bid Opening. The following paragraphs<br />

identify the aspects to be examined in the Technical Proposal evaluation and<br />

rating.<br />

4.5.2. Engineering<br />

4.5.2.1. System Design and Technical Approach<br />

4.5.2.1.1. Proposed System Requirements Specification Changes<br />

1 The exchange rate to be utilised by the Purchaser will be the average of the official buying and<br />

selling rates of the European Central Bank at close of business on the last working day preceding the<br />

Bid Closing Date.


Book I, Page I-40<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

4.5.2.1.1.1 The Bidder lists all required SRS changes and estimates impact of these<br />

changes on the delivery of the N<strong>CO</strong>P system to ascertain if there is any<br />

added value or increased efficiency or effectiveness of the capability or<br />

implementation process.<br />

4.5.2.1.1.2 The Bidder details its justification for the requested SRS changes as<br />

described in the SOW section 4.4, including its impact on schedule, cost<br />

and performance.<br />

4.5.2.1.2. Draft System Design Specification<br />

4.5.2.1.2.1 The Purchaser will evaluate the quality and adequacy of the draft SDS<br />

with respect to its ability to successfully satisfy the requirements of the<br />

N<strong>CO</strong>P Increment 1 capability. The draft SDS will be evaluated on the<br />

basis of the comprehensiveness of the approach and the maturity and risk<br />

of its proposed technical solution. The draft SDS will be evaluated<br />

regarding its feasibility and suitability to the requirements and conformity<br />

with modern system and software engineering practices and methods. The<br />

draft SDS will be evaluated in its compliance to the requirements for an<br />

SDS specified in the SOW (SOW 4.5.3) and the sufficiency of the detail<br />

provided. Specific aspects of the draft SDS that will be evaluated include:<br />

4.5.2.1.2.2 Proposed System Architecture<br />

4.5.2.1.2.2.1 The draft SDS contains NOV-2 (Operational Node Connectivity<br />

Description), NSOV-2 (Service Definitions) and NSV-1 (System<br />

Interface Description) that are complete, consistent and reflect a clear<br />

understanding of enterprise architecture documentation practices.<br />

4.5.2.1.2.2.2 The draft SDS identifies any required supporting models and the<br />

models are appropriate to the requirements. The models follow the<br />

UML version 2.1 notation and reflect sound UML documentation<br />

practices.<br />

4.5.2.1.2.2.3 The high-level design information in the draft SDS is supported by a<br />

N<strong>CO</strong>P Increment 1 logical model and the SDS includes an explanation<br />

of how the detailed design will be supported by a N<strong>CO</strong>P Increment 1<br />

implementation model and within the service architecture. The<br />

information demonstrates a mature and modern software engineering<br />

methodology.<br />

4.5.2.1.2.2.4 The draft SDS includes a description of the security features of the<br />

proposed solution in sufficient detail to cover the high-level system<br />

security design. The description demonstrates an understanding of the<br />

security requirements and proposes feasible and effective mechanisms<br />

to address them.<br />

4.5.2.1.2.2.5 The draft SDS outlines the integration with the underlying network<br />

infrastructure and describes reasonable and effective mechanisms to


Book I, Page I-41<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

mitigate the potential impact of the available bandwidth and of any<br />

latency.<br />

4.5.2.1.2.2.6 The draft SDS outlines a solution that is compatible with and<br />

effectively integrates with available Bi-SC AIS Core Services.<br />

4.5.2.1.2.2.7 The proposed architecture maximises reuse of availableis compatible<br />

with interfaces and services defined in the SRS, <strong>Annex</strong> A13 [Ref.27]<br />

of the SRS.<br />

4.5.2.1.2.2.8 In particular, the draft SDS outlines the integration in the architecture<br />

of geo components to fulfil the requirements of the SRS for interaction<br />

with Bi-SC AIS CoreGIS web services, visualisation of geo-referenced<br />

and geo data information products.<br />

4.5.2.1.2.2.9 The draft SDS demonstrates the capability of N<strong>CO</strong>P architecture to<br />

support advanced security services from the Bi-SC AIS Core<br />

Enterprise Services as described in the SRS and its annexes.<br />

4.5.2.1.2.2.10 The draft SDS outlines a solution that is compatible with and<br />

effectively integrates with available Bi-SC AIS Functional Services.<br />

4.5.2.1.2.2.11 The draft SDS outlines a solution that is service oriented with an<br />

Event-driven approach. A Service-Oriented Architecture based on the<br />

design constraints identified in the SRS will be scored higher than<br />

another approach.<br />

4.5.2.1.2.2.12 The draft SDS complies with the design constraints identified in the<br />

SRS.<br />

4.5.2.1.2.2.13 The draft SDS describes clearly the infrastructure architecture to<br />

satisfy the N<strong>CO</strong>P configurations defined in the SRS in term of Sites<br />

categories and Quality requirements.<br />

4.5.2.1.2.3 System Functionalities<br />

4.5.2.1.2.3.1 The draft SDS describes a feasible and effective design to achieve the<br />

functional requirements in the SRS.<br />

4.5.2.1.2.3.2 The draft SDS demonstrates how configuration and adaptation of<br />

N<strong>CO</strong>P to evolutive information needs, processes and rules will be<br />

achieved. In particular, the draft SDS demonstrates the evolutions in<br />

terms of information products required for the <strong>CO</strong>P and how N<strong>CO</strong>P is<br />

intended to adapt to catter for these changes.<br />

4.5.2.1.2.3.3 A design based on mature and existing capabilities will be scored<br />

higher than ―green field‖ developments.<br />

4.5.2.1.2.4 System Interfaces and Interoperability design


Book I, Page I-42<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

4.5.2.1.2.4.1 The draft SDS specifically describes the main design features and<br />

proposed mechanisms of the interfaces with other relevant systems as<br />

listed in the SRS. The interfaces are feasible and in line with the<br />

associated design constraints in the SRS.<br />

4.5.2.1.2.4.2 The draft SDS includes an Interface Control Document, identifying all<br />

N<strong>CO</strong>P external interfaces and describing how they will be<br />

implemented (SOW 4.5.3.14).<br />

4.5.2.1.2.4.3 The draft SDS specifically defines the interfaces and integration<br />

required to satisfy the dynamic data and geo data requirements listed in<br />

the SRS.<br />

4.5.2.1.2.4.4 The draft SDS describes how the proposed design and technical<br />

solution achieve a high level of flexibility in term of configuration and<br />

adaptation to evolutions of the interoperability and information<br />

exchange requirement environment for N<strong>CO</strong>P,<br />

4.5.2.1.2.5 Performance capabilities<br />

4.5.2.1.2.5.1 The draft SDS describes a feasible and effective approach to achieve<br />

the usage volumes and system response time requirements identified in<br />

the SRS. The draft SDS describes clearly the hardware and<br />

infrastructure that satisfies the Efficiency requirements.<br />

4.5.2.1.2.5.2 The draft SDS describes a feasible and effective approach to achieve<br />

the system capacity requirements identified in the SRS.<br />

4.5.2.1.2.6 Equipment Requirements<br />

4.5.2.1.2.6.1 For each Equipment Contract Line Item Number (CLIN) the Bidder<br />

provides a detailed list of the <strong>CO</strong>TS components (hardware and<br />

software) proposed to be supplied as part of that CLIN. The product<br />

name, manufacturer name, and manufacturer‘s part number, version, or<br />

release number is stated. If a generic or non-vendor specific<br />

component is proposed, the Bidder may only provide the item name.<br />

4.5.2.1.2.6.2 The Bidder provides a detailed specification sheet for each item of<br />

<strong>CO</strong>TS equipment the Bidder proposes to provide in satisfaction of<br />

Contractual requirements.<br />

4.5.2.1.2.6.3 The Bid states that all hardware provided by the Bidder is Microsoftcertified<br />

hardware that is identified on the Microsoft Hardware<br />

Compatibility list.<br />

4.5.2.1.2.6.4 The equipment described meets or exceeds the requirements specified<br />

in the SRS.


Book I, Page I-43<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

4.5.2.1.2.7 The draft SDS includes a Requirements Traceability Matrix effectively<br />

cross-referencing the Contractual requirements and the contents of the<br />

draft SDS (SOW 4.5.3.13).<br />

4.5.2.1.2.7.1 The requirements to be traced in the matrix are limited to the following<br />

sections of the SRS:<br />

Functional requirements,<br />

Non-functional requirements / Quality<br />

Non-functional requirements / Design Constraints<br />

Non-functional requirements / Computer Resources<br />

Non-functional requirements / Interoperability<br />

4.5.2.2. Engineering Planning<br />

4.5.2.2.1. The Purchaser will evaluate the quality and adequacy of the proposed<br />

engineering planning documentation (i.e., draft System Development Plan,<br />

draft Test Plan, and draft System Implementation Plan) with respect to its<br />

ability to successfully satisfy the requirements of the N<strong>CO</strong>P Increment 1<br />

capability. The proposed engineering planning documentation will be<br />

evaluated on the basis of the comprehensiveness of the approach, its<br />

feasibility, and appropriateness to the requirements. Specific aspects of the<br />

proposed engineering planning documentation that will be evaluated<br />

include those outlined below.<br />

4.5.2.2.2. Draft System Development Plan<br />

4.5.2.2.2.1 The Bid provides a draft SDP consistent with the requirements for an SDP<br />

as specified in the SOW (SOW 4.3) and describing all necessary activities<br />

for effectively planning, managing and controlling the engineering efforts<br />

for analysing, specifying, designing, developing, testing, installing and<br />

supporting N<strong>CO</strong>P Increment 1. The draft SDP describes:<br />

4.5.2.2.2.1.1 A feasible and appropriate system development strategy.<br />

4.5.2.2.2.1.2 Mature and appropriate engineering processes (e.g., development<br />

technologies, including development requirement, development<br />

practices, design methodologies, unit testing and system integration<br />

procedures, risks analysis, control and monitoring mechanisms).<br />

4.5.2.2.2.1.3 A comprehensive and appropriate set of development and test<br />

methodologies, standards, tools, engineering environments, equipment,<br />

facilities, libraries, interfaces, plug-ins/add-ins, glue code and data.<br />

4.5.2.2.2.1.4 Effective mechanisms for change management of the N<strong>CO</strong>P Increment<br />

1 System Requirements Specification, System Design Specification,<br />

and Test Plan.<br />

4.5.2.2.2.1.5 An effective approach for interactions with Purchaser SME experts.


Book I, Page I-44<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

4.5.2.2.2.1.6 An effective approach and plan for developing and refining the HMI<br />

and system usability.<br />

4.5.2.2.2.1.7 A SDP that follows the required timing and engineering milestones for<br />

the interactions with Purchaser Staff will be scored higher.<br />

4.5.2.2.2.2 The draft SDP includes as an annex a Requirements Implementation<br />

Schedule mapping each of the SRS requirements into exactly one<br />

engineering milestone (―Demonstration‖, ―SP1‖, ―SP2‖, ―SP3‖, ―SP4‖,<br />

―SP5‖). Majority of the requirements are available during demonstration or<br />

in the early spirals.<br />

4.5.2.2.3. Draft Test Plan<br />

4.5.2.2.3.1 The Bid provides a draft Test Plan consistent with the requirements for a<br />

Test Plan as specified in the SOW (SOW 4.7.2). The draft Test Plan<br />

describes an effective and well-structured test programme and identifies<br />

how the Bidder plans to meet the test requirements. The draft TP also:<br />

4.5.2.2.3.1.1 Describes an effective test organisation with appropriate relationships<br />

with its Project Management Office and QA functions.<br />

4.5.2.2.3.1.2 Provides a flow diagram that identifies a sequence of tests appropriate<br />

and compliant to the requirements. The description provides adequate<br />

detail regarding the location, and Contractor and Purchaser equipment<br />

and personnel involved in each test, and the relationship of test events<br />

to project milestones.<br />

4.5.2.2.3.1.3 Identifies effective mechanisms for how defects are tracked through to<br />

correction.<br />

4.5.2.2.3.1.4 Identifies all N<strong>CO</strong>P Increment 1 Configuration Items (CIs) that are<br />

subject to the test program and shall indicate by which method the<br />

items will be evaluated.<br />

4.5.2.2.3.1.5 Identifies an appropriate and compliant set of test documentation to be<br />

provided.<br />

4.5.2.2.3.1.6 Identifies a reasonable and appropriate level of support to be provided<br />

by the Purchaser in terms of manpower, services and material,<br />

including Purchaser witnessing and approval activities.<br />

4.5.2.2.3.1.7 Identifies any specialised or long-lead items required for testing.<br />

4.5.2.2.3.1.8 The draft Test Plan covers the following features:<br />

Common Data Format (CDF), as described in the SRS 3.1<br />

Operational Picture Management Service, as described in the SRS 3.2.1<br />

Information Product Management Service, as described in the SRS 3.2.2<br />

Adaptation & Transformation Service, as described in the SRS 3.4.13<br />

NATO UNCLASSIFIED


NATO UNCLASSIFIED<br />

4.5.2.2.4. Draft System Implementation Plan<br />

Book I, Page I-45<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

4.5.2.2.4.1 The Bid provides a draft System Implementation Plan consistent with the<br />

requirements for a System Implementation Plan as specified in the SOW<br />

(SOW 4.9.2). The draft System Implementation Plan describes an<br />

effective and well-structured efficient installation and activation<br />

programme and identifies how the Bidder plans to meet the<br />

implementation requirements. The draft SIP also:<br />

4.5.2.2.4.1.1 Describes an effective approach to all implementation tasks.<br />

4.5.2.2.4.1.2 Illustrates through a generic site survey workbook the initial site<br />

inventory and installation and activation check lists an understanding<br />

of the level of detail and the configuration management requirements<br />

for site records related to system implementation.<br />

4.5.2.2.4.1.3 Identifies an appropriate and compliant set of system implementation<br />

documentation to be provided.<br />

4.5.2.2.4.1.4 Identifies a reasonable and appropriate level of support to be provided<br />

by the Purchaser in terms of manpower, services and material,<br />

including Purchaser witnessing and approval activities.<br />

4.5.2.3. Demonstrated engineering solution<br />

4.5.2.3.1. Organisation of Technical Demonstration<br />

4.5.2.3.1.1 The Bidder is required to provide a Technical Demonstration to prove the<br />

Bidder‘s experience in developing <strong>CO</strong>P systems and to estimate quality of<br />

the candidate product, to be offered as N<strong>CO</strong>P foundation.<br />

4.5.2.3.1.2 Upon formal notification from the Purchaser, Bidders will be granted a<br />

two calendar week‘s timeframe to arrange a demonstration of the N<strong>CO</strong>P<br />

foundation relevant to the offer presented.<br />

4.5.2.3.1.3 Such a demonstration, to be performed at the Purchaser‘s facilities in<br />

Brussels, Belgium, or The Hague, The Netherlands, shall be delivered at<br />

no-cost for the Purchaser and is to be regarded as part of the technical<br />

evaluation process described herein and hence subject to influence the<br />

overall score of the technical part of the bid presented. The intent of this<br />

demonstration is for the Bidder to provide evidence of the existence,<br />

application and maturity of the technology and processes and procedures<br />

that is proposed in their bid as well as to corroborate its overall content.<br />

4.5.2.3.1.4 The Bidder will have the opportunity to set up the demonstration at the<br />

Purchaser‘s facilities one day in advance of the scheduled demonstration<br />

date. The referred demonstration shall not exceed the maximum time limit<br />

of 3 (three) hours.


Book I, Page I-46<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

4.5.2.3.1.5 For the purposes of the demonstration, the Bidder shall provide for all the<br />

equipment necessary and for the shipment of such equipment to the<br />

Purchaser‘s facility as well as for its installation at no cost to the<br />

Purchaser. The provision of all ancillary equipment necessary for the<br />

performance of the demonstration shall also remain the responsibility of<br />

the Bidder.<br />

4.5.2.3.1.6 The Bidder shall notify the Purchaser of any special facility or other<br />

support required. The Purchaser will provide 230V/50Hz power for any<br />

demonstration equipment, but the Bidder shall provide any power strips or<br />

extension cords required. The Purchaser shall provide tables and chairs for<br />

the equipment and the Bidder's demonstration personnel.<br />

4.5.2.3.1.7 The storage and use of the Bidder‘s equipment at the Purchaser‘s site shall<br />

be at the risk of the Bidder and the Purchaser shall accept no liability for<br />

any loss or damage except to the extent that such loss or damage is the<br />

result of a wilful act or gross negligence on the part of the Purchaser‘s<br />

employees.<br />

4.5.2.3.1.8 The Bidder is liable to pay compensation for all damage occurring to any<br />

Purchaser‘s facility or equipment caused as a result of the activities being<br />

performed on site by the Bidder, its representatives or agents except for<br />

those cases in which the Bidder is able to demonstrate that any such<br />

damage was not caused or contributed by its actions or lack of actions or<br />

those of its agents or employees.<br />

4.5.2.3.1.9 Further detailed logistic arrangements and indications shall be provided to<br />

the Bidders with adequate advance notice ahead of the scheduled<br />

demonstration date.<br />

4.5.2.3.2. Technical Demonstration<br />

4.5.2.3.2.1 The Purchaser will evaluate the quality and adequacy of the proposed<br />

engineering solution, as demonstrated during the Technical Demonstration<br />

of the N<strong>CO</strong>P technical foundation, with respect to its ability to<br />

successfully satisfy the requirements of the N<strong>CO</strong>P Increment 1 capability.<br />

Specific aspects of the demonstration that will be evaluated include:<br />

4.5.2.3.2.1.1 The demonstration proves availability of all requirements that the<br />

Bidder stated in the Requirements Implementation Schedule (an annex<br />

to the SDP) as available during demonstration.<br />

4.5.2.3.2.1.2 The scope of the Technical Demonstration includes detailed<br />

presentation of:<br />

4.5.2.3.2.1.2.1 Features of the Common Data Format (CDF), as described in the SRS 3.1:<br />

Use of Common Data Format to describe Information Elements;


Book I, Page I-47<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

Build hierarchical structure of the Common Operational Picture to include<br />

<strong>CO</strong>P Information Products, Geo data and links to another <strong>CO</strong>P structure;<br />

Use context-oriented, shared <strong>CO</strong>P views ;<br />

Support data-driven and dynamic Information Products;<br />

Retain original formats of source information;<br />

Support visualisation of different data resolutions using the Level of Detail<br />

attribute and aggregation of objects;<br />

Present visualisation of historic data, including animations;<br />

Add annotations to the Information Products;<br />

Support of Battle Space Objects structure with basic data, extended data<br />

and meta data properties, including external links;<br />

Use of OGC services.<br />

4.5.2.3.2.1.2.2 Operational Picture Management Service, as described in the SRS 3.2.1:<br />

Create, modify, remove and expose multiple <strong>CO</strong>Ps;<br />

Include in a <strong>CO</strong>P multiple Information Products from Source Systems and<br />

other <strong>CO</strong>Ps;<br />

Include in a <strong>CO</strong>P geospatial data (maps and imaginery);<br />

Provide version management of <strong>CO</strong>Ps, including release approval;<br />

Define <strong>CO</strong>P templates for reuse;<br />

Archive and retrieve archived copies of <strong>CO</strong>P;<br />

Manage access rights to the <strong>CO</strong>P.<br />

4.5.2.3.2.1.2.3 Information Product Management Service, as described in the SRS 3.2.2:<br />

Create, modify, remove and expose multiple Information Products;<br />

Discover Information Products from predefined sources, using<br />

customisable filters for monitoring their availability;<br />

Notify and provide resolution for errors encountered during accessing<br />

external Information Products;<br />

Allow definition of the properties for <strong>CO</strong>P Information Products;<br />

Allow definition of Z-Order (altitude-dependant) of <strong>CO</strong>P Information<br />

Products and use it on layered visualisations;<br />

Define and apply <strong>CO</strong>P Information Products visualisation filers, including<br />

BSO properties and time;<br />

4.5.2.3.2.1.2.4 Adaptation and Transformation Service, as described in the SRS 3.4.13:<br />

Support data transport protocols: HTTP/S, SFTP, WebDAV, CIFS;<br />

Integrate data-oriented XML Web Services into an Information Product;<br />

Allow creation of transformations for any given data format into N<strong>CO</strong>P<br />

CDF;<br />

Perform geo-coordinates conversion between Lat/Long, UTM and MGRS;<br />

Support exchange of data in KML format XML format and protocol, files<br />

and network-based access;<br />

Support Web Feature Service (WFS)-based services defined by OGC<br />

specifications;<br />

Support exchange of data based on C2IEDM and JC3IEDM semantics;<br />

NATO UNCLASSIFIED


Book I, Page I-48<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

Provide Web Services for exchanging <strong>CO</strong>P information with external<br />

systems;<br />

Be capable of integrating with <strong>CO</strong>TS connectors to access external system<br />

information;<br />

Integrate Application Programming Interfaces to access external system<br />

information and allow authorised Users/Systems to access own API;<br />

Be capable to receive ADatP-3 messages;<br />

Parse text-based files, extract the information into a structured XML<br />

format and transform into Information Products;<br />

Export a web service into an XML file;<br />

Provide W3C-compliant XML schemas for external XML interface and<br />

file formats it supports;<br />

4.5.2.3.2.1.3 During the demonstration the following performance indicators will be<br />

assessed:<br />

4.5.3. Management<br />

Data Integrity, including data consistency throughout the demonstration;<br />

Reliability, including number of faults exposed during the demonstration;<br />

Usability, including Human Machine Interfaces (HMI), based on windows<br />

technology, supporting role-based access, applying consistent user input<br />

and data presentation, and quality of visualisations;<br />

Efficiency, including number of managed external sources, <strong>CO</strong>Ps and<br />

Information Products, and system response time during the demonstration;<br />

Managing data security.<br />

4.5.3.1. Project Management Approach<br />

4.5.3.1.1. The Purchaser will evaluate the quality and adequacy of the project<br />

management approach as defined in the PMP and related risks with respect<br />

to its ability to successfully satisfy the requirements of the N<strong>CO</strong>P<br />

Increment 1 capability.<br />

4.5.3.1.2. Draft Project Management Plan<br />

4.5.3.1.2.1 The Bid provides a draft Project Management Plan appropriate to the<br />

requirements specified. The draft PMP contains project management<br />

planning information so as to constitute a consistent and complete<br />

document that effectively permits the Purchaser to be able to assess the<br />

Bidder plans. The draft PMP provides the Purchaser with insight into the<br />

Bidder‘s plans, capabilities, and ability to satisfactorily implement the<br />

entire project in conformance with the requirements as specified in the<br />

SOW. The draft PMP is consistent with the requirements for the PMP<br />

specified in the SOW (SOW 3.7) and this <strong>IFB</strong> and effectively describes the<br />

planning, activities and responsibilities that are feasible and appropriate to<br />

the requirements.


NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

4.5.3.1.3. The draft PMP identifies the Contractor‘s organisation, in particular all<br />

major Contractor units and any Sub-Contractors involved in meeting the<br />

requirements of the Contract, and the portion of the overall effort or<br />

deliverable item for which they are responsible. In case several Contractor<br />

units or Sub-Contractors are involved, the management of these units and<br />

Sub-Contractors are described, reasons for this organisation are justified,<br />

and expected benefits of this organisation for the Purchaser are explained.<br />

4.5.3.1.4. The draft PMP clearly and accurately identifies project scope, including<br />

major deliverables, assumptions and constraints.<br />

4.5.3.1.5. The draft PMP describes the Project management methodology, processes,<br />

including the phases and their staffing, cost and schedule estimate, project<br />

control mechanisms, issue management, communication management,<br />

security management and the Purchaser involvement in the project<br />

management. The proposed approach is based on recognized project<br />

management practices and reflects a mature level of management<br />

capability.<br />

4.5.3.1.6. The draft PMP describes the relationship of the PMP to subordinate plans:<br />

Configuration Management Plan, System Development Plan, Test Plan,<br />

System Implementation Plan, Service Delivery Plan, and Training Plan.<br />

The approach shows a coherent and integrated approach to<br />

implementation.<br />

4.5.3.1.7. The draft PMP details the mechanism through which it will be maintained<br />

during the lifecycle of the Contract and demonstrates that the Bidder can<br />

accommodate changes in scope in a controlled manner.<br />

4.5.3.1.8. The draft PMP describes the PMO in terms of manpower and resources to<br />

conduct and support the management and administration of operations in<br />

order to meet the objectives of the program, including taking all reasonable<br />

steps to ensure continuity of personnel assigned to work on this project and<br />

that the proposed resources are adequate for the tasks.<br />

4.5.3.1.9. The draft PMP describes the organization for the proposed Project Team<br />

that identifies all the required roles of the team members of the PMO,<br />

describing the lines of reporting and oversight. The description reflects<br />

clear lines of responsibility, authority, and reporting. For each role<br />

identified, the proposed individuals meet or exceed the experience and<br />

educational criteria stated in SOW, Section 7. The Proposed PMP<br />

demonstrates that individuals have the expected knowledge, capability,<br />

and experience to meet the requirements of this Contract. The team<br />

collectively represents a solid knowledge and experience base for carrying<br />

out the project.<br />

4.5.3.1.10. The draft PMP provides a description of the Project Website where all<br />

relevant unclassified project documentation and datasets are maintained<br />

and the Collaborative Working Environment where unclassified and<br />

NATO UNCLASSIFIED<br />

Book I, Page I-49


Book I, Page I-50<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

NATO Restricted information are maintained and where workflow<br />

processes are enabled. The Website description identifies which<br />

documentation will be available on the Website, how it will be stored and<br />

the access control mechanism ensuring that relevant information will be<br />

available to the different users. The proposed design is well-organized,<br />

easy to navigate, and comprehensive for the anticipated set of<br />

documentation and data. The Collaborative workspace environment<br />

description identifies the organisation of information and knowledge<br />

management, and the capabilities for collaborative work between the<br />

Purchaser and the Contractor and between the Contractor staff at NC3A<br />

The Hague and the Contractor staff at the Contractor‘s facilities.<br />

4.5.3.1.11. The draft PMP describes an effective and mature risk management<br />

approach, including the Bidder‘s process for risk identification,<br />

assessment, mitigation, monitoring, and reporting.<br />

4.5.3.1.12. Initial Project Risk Log<br />

4.5.3.1.12.1 The initial Project Risk Log presents understanding of the risks involved in<br />

the project and demonstrates effective use of the proposed methodology<br />

for managing risks. The initial Project Risk Log will be assessed for its<br />

completeness and the quality of the identified risks and of the proposed<br />

mitigated actions.<br />

4.5.3.1.12.2 The Bidder shall have identified, assessed, and provided sufficient<br />

mitigation measures, including contingencies, for the most significant<br />

foreseeable risks.<br />

4.5.3.2. Planning of Timelines and Allocation of Resources<br />

4.5.3.2.1. The Purchaser will evaluate the quality and timeliness of the project<br />

execution planning to meet Purchaser defined milestones by implementing<br />

defined products within clearly defined work packages using effective<br />

allocation of resources.<br />

4.5.3.2.2. Draft Project Product Breakdown Structure (PPBS) and Project Work<br />

Breakdown Structure (PWBS)<br />

4.5.3.2.2.1 The Project Product Breakdown Structure (PPBS) includes a definition of<br />

the major components and their relationship in a hierarchical structure that<br />

breaks down a final product into its constituent sub-products.<br />

4.5.3.2.2.2 The provided PPBS is compliant to the SOW 3.8, provides adequate<br />

Product Description and Product Flow Diagram that shows the sequence of<br />

delivery of products and identify dependencies between those products,<br />

including external products.


Book I, Page I-51<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

4.5.3.2.2.3 The Project Work Breakdown Structure (PWBS) includes a definition of<br />

the major work packages and the relationship between the work packages<br />

the end product.<br />

4.5.3.2.2.4 The provided PWBS is compliant to the SOW 3.9 and adequately and<br />

appropriately decomposes the work packages to a level that exposes all<br />

project risk factors and allows accurate estimate of each work item‘s<br />

duration, resource requirements, inputs and outputs, and predecessors and<br />

successors.<br />

4.5.3.2.3. Project Master Schedule (PMS)<br />

4.5.3.2.3.1 The Project Master Schedule (PMS) identifies all Contract events and<br />

milestones, including Contract-related Purchaser activities and events. The<br />

PMS correlates with the PWBS and is also traceable to performance and<br />

delivery requirements of the SOW . The duration, sequence, and<br />

resourcing of the tasks reflects a coherent approach to execution and a<br />

realistic assessment of the scope of work involved.<br />

4.5.3.2.3.2 The PMS is based on the Purchaser provided milestones.<br />

4.5.3.2.3.3 The PMS format, complies with the PMS requirements stated in SOW<br />

3.10.<br />

4.5.3.2.4. Basis of Effort Estimate (BOE)<br />

4.5.3.2.4.1 The Basis of Effort Estimate indicates appropriate and sufficient support<br />

for the project related activities and demonstrates that the Bidder has a<br />

realistic knowledge of the level of effort and labour mix associated with<br />

the different tasks necessary to complete this Contract.<br />

4.5.3.3. Bidder experience and capabilities<br />

4.5.3.3.1. The Purchaser will evaluate the Bidder‘s qualification to perform N<strong>CO</strong>P<br />

contract and its related experience based on an assessment of corporate<br />

experience; the corporate structure and capabilities; and individual skills<br />

and experience, including the following factors:<br />

4.5.3.3.2. Bidder Qualifications<br />

4.5.3.3.2.1 The Bid provides evidence of relevant and recent experience of the Bidder<br />

in the design, delivery, implementation and support of software-based<br />

systems similar to the subject procurement, including:<br />

4.5.3.3.2.1.1 Relevant and successful corporate experience in at least three<br />

Contracts where a product has been delivered and used within the last<br />

two years for which the Bidder developed integrated software solutions<br />

to meet military or government requirements.


Book I, Page I-52<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

4.5.3.3.2.1.2 Relevant and successful corporate experience within the last five years<br />

for which the Bidder developed and delivered integrated software<br />

solutions for Common Operational Picture support to meet<br />

Headquarters staff requirements and which have been used by the<br />

military operators to support their tasks.<br />

4.5.3.3.2.1.3 Relevant and successful corporate experience within the last two years<br />

for which the Bidder developed solutions based on a service oriented<br />

architecture.<br />

4.5.3.3.2.1.4 Relevant and successful corporate experience within the last two years<br />

for which the Bidder developed robust, efficient and intuitive HMI<br />

solutions to meet military, government or industrial requirements.<br />

4.5.3.3.2.1.5 Relevant and successful corporate experience of the major sub-<br />

Contractors for critical components.<br />

4.5.3.3.2.1.6 Relevant experience and expertise in providing warranty support and<br />

repair-and-replacement service for information systems for large,<br />

geographically-dispersed organisations, preferably in a military context<br />

in military theatres.<br />

4.5.3.3.2.2 The Bid provides evidence of appropriate corporate capabilities of the<br />

Bidder, including:<br />

4.5.3.3.2.2.1 Adequate and appropriate corporate structure to administer the Project<br />

and corporate resources available to support the Project.<br />

4.5.3.3.2.2.2 Adequate and appropriate corporate items/assets, services and<br />

expertise available to support the Project.<br />

4.5.3.3.2.2.3 A well-established and mature level of capability in its software<br />

development, testing and implementation practices and tools.<br />

4.5.3.3.2.2.4 Security accreditation process, including development of security<br />

management documents<br />

4.5.3.3.2.3 The Bid provides evidence of sufficient numbers of individuals with the<br />

skill and experience to meet the requirements of the Contract, including:<br />

4.5.3.3.2.3.1 For each role identified, evidence that the resumes meet or exceed the<br />

experience and educational criteria stated in the SOW.<br />

4.5.3.3.2.3.2 Evidence that the set of proposed individuals have the expected<br />

knowledge, capability and experience to meet the requirements of this<br />

Contract. The more the resumes of the proposed individuals exceed the<br />

experience and educational criteria; the more those individuals have<br />

already faced and accomplished successfully challenges similar to


4.5.4. Supportability<br />

Book I, Page I-53<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

those raised by this project; and the more this experience is detailed<br />

and justified, the better.<br />

4.5.4.1. Supportability Assessment of Offered Solution<br />

4.5.4.1.1. The Purchaser will evaluate the Bidder‘s proposed solution (as reflected in<br />

the Engineering Proposal) with respect to its supportability in the<br />

environment it is intended to be used and over its entire product lifecycle.<br />

4.5.4.1.2. Draft Configuration Management Plan<br />

4.5.4.1.3. The draft CMP complies with the requirements stated in SOW 3.13. It<br />

describes configuration management concept and methodology proposed<br />

for N<strong>CO</strong>P, which provides realistic approach to CM based on recognised<br />

standard(s).<br />

4.5.4.1.4. The draft CMP describes Change Management system for identifying,<br />

reviewing, approving, and tracking all requests for changes to N<strong>CO</strong>P<br />

baselines. The methodology follows recognized engineering standard(s).<br />

4.5.4.1.5. The draft CMP describes Configuration Management organization and<br />

procedures in place to implement the CM program and manage the CM<br />

functions and the role of the CCB.<br />

4.5.4.1.6. The draft CMP describes Configuration Item identification, including<br />

version control system, allowing for the unique identification of all<br />

changes to the deliverables.<br />

4.5.4.1.6.1 The draft CMP identifies Configuration Management tools used during the<br />

performance of this contract that are compliant with the SOW.<br />

4.5.4.1.7. Draft System Implementation Plan<br />

4.5.4.1.7.1 The Bid provides a draft System Implementation Plan (SIP), as described<br />

in SOW 4.9.2, including generic information and empty forms. The plan<br />

provides realistic approach for system implementation activities that<br />

reflects Bidder‘s experience.<br />

4.5.4.1.7.2 The SIP includes a generic site survey workbook of checklists, fill-in<br />

forms, installation sketches, contact information, installation<br />

specifications, and any other documentation required to perform the site<br />

survey.<br />

4.5.4.1.7.3 The SIP describe process for site transition from the use of J<strong>CO</strong>P to the<br />

use of the N<strong>CO</strong>P<br />

4.5.4.2. Life-Cycle Support Planning


NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

4.5.4.2.1. The Purchaser will evaluate the quality and adequacy of the proposed lifecycle<br />

support planning documentation (i.e., Proposed Service Delivery<br />

Plan and Proposed Training Plan) with respect to its ability to successfully<br />

satisfy the requirements for supportability of the N<strong>CO</strong>P Increment 1<br />

capability. The proposed life-cycle support planning documentation will<br />

be evaluated on the basis of the comprehensiveness of the approach, its<br />

feasibility, and appropriateness to the requirements. The proposed lifecycle<br />

support documentation will be evaluated in its compliance to the<br />

requirements for the respective plans specified in the SOW and the<br />

sufficiency of the detail provided. Specific aspects of the proposed lifecycle<br />

support planning documentation that will be evaluated include those<br />

outlined below.<br />

4.5.4.2.2. Draft Service Delivery Plan<br />

4.5.4.2.2.1 The Bid provides a draft Service Delivery Plan (SDP) consistent with the<br />

requirements for a Service Delivery Plan as specified in the SOW (SOW<br />

5.5) describing processes and activities to effectively meet requirements<br />

for service delivery supporting N<strong>CO</strong>P Increment 1.<br />

4.5.4.2.2.2 The draft Service Delivery Plan describes effective mechanisms for:<br />

4.5.4.2.3. Draft Training Plan<br />

4.5.4.2.3.1.2 Describes a coherent approach for how training will be developed,<br />

delivered, and maintained throughout the project life cycle, including<br />

how the proposed courses will be derived from the results of the<br />

Training Needs Analysis. It is expected that a blended training<br />

approach will be most effective.<br />

NATO UNCLASSIFIED<br />

Book I, Page I-54<br />

Providing a service interface<br />

Security management<br />

Incident management<br />

Problem management<br />

Release management<br />

Availability management<br />

Configuration management<br />

Change management<br />

Service-level agreement<br />

Service transition<br />

Warranty support<br />

4.5.4.2.3.1 The Bid provides a draft Training Plan consistent with the requirements<br />

for a Training Plan as specified in the SOW (SOW 5.2.3), defining a<br />

coherent and effective training approach and describing how it will meet<br />

requirements for initial and continuing training. The draft Training Plan:<br />

4.5.4.2.3.1.1 Addresses adequately all stages of training development, delivery, and<br />

support.


NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

4.5.4.2.3.1.3 Describes an adequate and appropriate set of training documentation.<br />

4.5.4.2.3.1.4 Proposes a reasonable training schedule, in relation to the overall<br />

Contract schedule.<br />

4.5.4.2.3.1.5 Describes a reasonable level of support to be provided by the<br />

Purchaser (manpower, services and material).<br />

4.5.4.2.3.2 Based on the annex to the draft Training Plan, the Purchaser will also<br />

evaluate the level to which the Bidder demonstrates experience with<br />

developing and delivering quality training as evidenced by plans,<br />

experience and sample materials.<br />

4.6. Evaluation Step 3 - Price Evaluation<br />

4.6.1. The Bidder‘s Price Quotation will initially be assessed for compliance against<br />

the following criteria:<br />

4.6.1.1. The bid price complies with the requirement relevant to the Bid Ceiling<br />

Price set forth in <strong>Annex</strong> A-2.<br />

4.6.1.2. In particular, the Bidders shall note that the total cumulative amount of the<br />

below listed Work Packages SHALL NOT exceed € 16,730,381.25:<br />

4.6.1.5. The Price Quotation meets requirements for price realism and balance as<br />

described below in paragraph 4.6.5.<br />

NATO UNCLASSIFIED<br />

Book I, Page I-55<br />

Contract Work Package 1: Project Management<br />

Contract Work Package 3: System Engineering<br />

Contract Work Package 4: N<strong>CO</strong>P Increment 2 Analysis and Planning<br />

Contract Work Package 5: N<strong>CO</strong>P Training and SOP Development Support<br />

Contract Work Package 6: N<strong>CO</strong>P Operational Support and Sustainment<br />

Contract Work Package 7: Pilot Sites Installation, Activation, and Training<br />

Contract Work Package 8: Support to Initial Operational Testing and<br />

Evaluation<br />

Contract Work Package 9: Contract Option - Added Development and Testing<br />

Contract Work Package 10: Sites Installation, Activation, and Training<br />

Contract Work Package 11: Contract Option – Operational Testing and<br />

Evaluation Support<br />

Contract Work Package 12: Contract Option - Installation, Activation, and<br />

Training at Sites Requiring Confirmation<br />

4.6.1.3. The Price Quotation meets the pricing prescriptions as well as the<br />

requirements for preparation and submission of the Price Quotation set forth in<br />

the Bid Preparation Section and the Instructions for Preparation of the Bidding<br />

Sheets in <strong>Annex</strong> A-2.<br />

4.6.1.4. Detailed pricing information has been provided and is adequate, accurate,<br />

traceable, and complete.


Book I, Page I-56<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

4.6.2. A bid which fails to meet the compliance standards defined in this section may<br />

be declared non-compliant and may not be evaluated further by the Purchaser.<br />

4.6.3. Basis of Price Comparison<br />

4.6.3.1. For quotation submitted in other than EURO currency, for the purposes of<br />

price comparison, the Purchaser will proceed as follows: The Purchaser will<br />

convert all prices quoted into EURO for purposes of comparison and<br />

computation of price scores. The exchange rate to be utilised by the Purchaser<br />

will be the average of the official buying and selling rates of the European<br />

Central Bank at close of business on the last working day preceding the Bid<br />

Closing Date. Purchaser‘s inserted Not to Exceed (NTE) CLIN amounts (preset<br />

in Euros – See <strong>Annex</strong> A-2 paragraph 5.3.2) will be added to the converted<br />

Bid Price to obtain the Total Bid Price<br />

4.6.3.2. The Bid Price to be inserted into the formula specified at paragraph 4.2.4.1<br />

will be the Grand Total of the Schedule of Supplies and Services calculated as<br />

follows:<br />

Total cumulative amount derived from the sum of the Firm Fixed Prices<br />

offered for:<br />

o Total Price Contract Work Package 1<br />

o Total Price Contract Work Package 3<br />

o Total Price Contract Work Package 4<br />

o Total Price Contract Work Package 5<br />

o Total Price Contract Work Package 6<br />

o Total Price Contract Work Package 7<br />

o Total Price Contract Work Package 8<br />

o Total Price Contract Work Package 10<br />

o Total Price Contract Work Package 11<br />

Total cumulative amount derived from the sum of Prices offered for the<br />

predetermined options as follows:<br />

o Total Price Contract Work Package 9<br />

o Total Price Contract Work Package 12<br />

o Total Price Contract Work Package 14<br />

4.6.3.3. Options relevant to Work Packages 2 and 13 shall not be taken into<br />

consideration for the purpose of Best Value calculation. However, such prices<br />

shall be verified for consistency with those quoted for Work Packages 1, 3<br />

through 12, and 14.<br />

4.6.3.4. Bidders shall note that Work Packages 2 and 13 is constituted by a number of<br />

independent and separately identified tasks. Bidders shall price each and<br />

every option line item presented in the Bidding Sheets.<br />

4.6.4. Bidding Sheets Accuracy – Order of Precedence


Book I, Page I-57<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

4.6.4.1. Bidders are responsible for the accuracy of the price quotation provided. In<br />

case of inconsistencies between different parts of the bidding sheets and<br />

notwithstanding the possibility for the Purchaser, at its sole discretion, to<br />

resort to the clarification procedure described at paragraph 4.1.5, for the<br />

purpose of determining the bid price subject to evaluation as per paragraph<br />

4.6.3.2 hence computable in the Best Value bid via the application of the<br />

formula at paragraph 4.2.4.1 the following descending order of precedence<br />

will be applied:<br />

Electronic Submission Bidding Sheets<br />

- Cumulative Total for Work Packages 1 through 14 as shown in the Bidding<br />

Sheet Cover Page<br />

- Calculated cumulative total of Work Packages 1 through 14 deriving from<br />

the total indicated on each Work Package Bidding Sheet.<br />

Hard Copy Submission Bidding Sheets<br />

- Cumulative Total for Work Packages 1 through 14 as shown in the Bidding<br />

Sheet Cover Page<br />

- Calculated cumulative total of Work Packages 1 through 14 deriving from<br />

the total indicated on each Work Package Bidding Sheet.<br />

4.6.5. Price Balance and Realism<br />

4.6.5.1. In those cases in which the prices quoted in relation with this Invitation for<br />

Bid appear to be unreasonably low in relation to the performance required<br />

under the prospective Contract and/or the level of effort associated with the<br />

tasks, the Purchaser will reserve the right to request the Bidder clarifications<br />

aimed to demonstrate the rationale for such circumstances.<br />

4.6.5.2. Indicators of an unrealistically low Bid may be the following, amongst others:<br />

4.6.5.2.1. Labour Costs that, when amortised over the expected or proposed direct<br />

labour hours, indicate average labour rates far below those prevailing in<br />

the Bidder‘s locality for the types of labour proposed.<br />

4.6.5.2.2. Direct Material costs that are considered to be too low for the amounts and<br />

types of material proposed, based on prevailing market prices for such<br />

material.<br />

4.6.5.2.3. Numerous Line Item prices for supplies and services that are provided at<br />

no cost or at nominal prices.<br />

4.6.5.3. If the Purchaser has reason to suspect that a Bidder has artificially debased its<br />

prices in order to secure Contract award, the Purchaser will request


Book I, Page I-58<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

clarification of the Bid in this regard and the Bidder shall provide explanation<br />

on one of the following bases:<br />

4.6.5.3.1. An error was made in the preparation of the price quotation. In such a<br />

case, the Bidder must document the nature of the error and show<br />

background documentation concerning the preparation of the price<br />

quotation that makes a convincing case that a mistake was made by the<br />

Bidder. In such a case, the Bidder shall petition the Purchaser to either<br />

remain in the competition and accept the Contract at the offered price, or<br />

to withdraw from the competition.<br />

4.6.5.3.2. The Bidder has a competitive advantage due to prior experience or<br />

industrial/technological processes that demonstrably reduce the costs of<br />

Bidder performance and therefore the price offered is realistic. Such an<br />

argument must support the technical proposal offered and convincingly<br />

and objectively describe the competitive advantage and the net savings<br />

achieved by this advantage over standard market practices and technology.<br />

4.6.5.3.3. The Bidder recognises that the submitted price quotation is unrealistically<br />

low compared to its cost of performance and, for business reasons, the<br />

Bidder is willing to absorb such a loss. Such a statement shall be signed<br />

and made by the head of the business unit submitting the Bid and will<br />

normally be confirmed at the level of Chief Operating Officer or Chief<br />

Executive Officer. In such a case, the Bidder shall estimate the potential<br />

loss and show that the financial resources of the Bidder are adequate to<br />

withstand such reduction in revenue.<br />

4.6.5.4. If a Bidder fails to submit a comprehensive and compelling response on one of<br />

the bases above, the Purchaser may determine the Bid submitted as noncompliant.<br />

If the Bidder responds on the basis of 4.6.5.3.1 above and requests<br />

to withdraw from the competition, the Purchaser may, depending on the nature<br />

and gravity of the mistake, allow the Bidder to withdraw.<br />

4.6.5.5. If the Purchaser accepts the Bidder‘s explanation of mistake in paragraph<br />

4.6.5.3.1 and allows the Bidder to accept the Contract at the offered price, or<br />

the Purchaser accepts the Bidder‘s explanation pursuant to paragraph 4.6.5.3.3<br />

above, the Bidder shall agree that the supporting pricing data submitted with<br />

his Bid will be incorporated by reference in the resultant Contract. The Bidder<br />

shall agree as a condition of Contract signature, that the pricing data will be<br />

the basis of determining fair and reasonable pricing for all subsequent<br />

negotiations for modifications of or additions to the Contract and that no<br />

revisions of proposed prices will be made.<br />

4.6.5.6. If the Bidder presents a convincing rationale pursuant to paragraph 4.6.5.3.2<br />

above, no additional action will be warranted. The Purchaser, however,<br />

reserves its right to reject such an argument if the rationale is not compelling<br />

or capable of objective analysis. In such a case the Bid may be determined to<br />

be non-compliant.


Book I, Page I-59<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

4.6.5.7. The Agency reserves the right to request prime Contractors, or the<br />

subcontractor to separately identify each of the direct/indirect costs, advise<br />

why each is required, and provide supporting documentation to substantiate<br />

each charge, such as: 1) catalogue price lists and any applicable discounts, 2)<br />

copies of the subcontractor‘s orders from others for the same or similar items,<br />

including explanations for cost variations, 3) subcontractor‘s internal cost<br />

estimate, or documentation of whatever means the subcontractor used to arrive<br />

at the charge.<br />

4.6.6. Once the offered prices have been calculated and checked, the formula set forth<br />

in paragraph 4.2.4.1 above will be applied to derive the Price Score of each bid.<br />

4.7. Evaluation Step 4 – Calculation of Best Value Scores<br />

4.7.1. Upon conclusion and approval of the Price Evaluation results, the predetermined<br />

weighting scheme for the Technical Evaluation will be unsealed and<br />

the scores for the Engineering, Management, Supportability and Risk factors<br />

will be calculated for each compliant bid. Then all partial scores will be fed into<br />

the formula stated in paragraph 4.2.2 in order to obtain the Best Value Score of<br />

each bid.<br />

4.7.2. The highest scored bid will be recommended as the Successful Bid.<br />

4.7.3. In the unlikely event in which the calculation referred in paragraph 4.7.1 results<br />

in a statistical tie, the Purchaser will recommend as the Successful Bid the one<br />

with the best cost/technical ratio, defined as the lowest cost per technical score,<br />

i.e. bid price divided by TS. For the purpose of this paragraph the term<br />

Statistical Tie shall be construed to indicate the situation where the total<br />

weighted score of the highest scoring bid, that is, the weighted score of price and<br />

technical combined, is within 1.0% of the total weighted score of one or more<br />

Bidders


NATO UNCLASSIFIED<br />

<strong>Annex</strong> A Bidding Sheets Package<br />

Book I, <strong>Annex</strong> A, Page A-1<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P


<strong>Annex</strong> A-1. Bidding Sheets<br />

Book I, <strong>Annex</strong> A, Page A-1<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

On behalf of the firm stated below I hereby offer providing NC3A with the services and<br />

deliverables (collectively referred as “ITEMS”) set forth in the attached schedules, at the<br />

specified prices, and subject to the terms and conditions stated in the referred <strong>IFB</strong> included but<br />

not limited to those expressed in the <strong>Annex</strong>es and enclosures.<br />

Date : ........................<br />

Signature : ........................<br />

Name & Title : ........................<br />

Company : ........................<br />

Bid Reference : ........................<br />

NATO UNCLASSIFIED


<strong>Annex</strong> A-2. Instructions for the Preparation of Bidding<br />

Sheets<br />

1.0 Introduction<br />

1.1 Bid pricing requirements as addressed in this <strong>Annex</strong> are mandatory. Failure to abide to<br />

the prescriptions of bid submission referred in this section may lead to the bid being<br />

declared non-compliant and not being taken into consideration for award.<br />

2.0 Bidding Sheets Structure<br />

2.1 The Bidding Sheets, provided in native MS Excel® format are organized in accordance<br />

with the following structure:<br />

Bidding Sheets Cover Page<br />

Bidding Sheets Table of Content<br />

Section 1 - Schedule of Supplies and Services and Basis of Estimate (BOE) Sheets for all<br />

work packages.<br />

Section 2 – Schedule of Forward Labour Rates<br />

Section 3 – Schedule of Prices for <strong>CO</strong>TS Product<br />

Section 4 – <strong>CO</strong>TS Software Data Sheet<br />

Section 5 – Price Summary Breakdown Sheet<br />

2.2 A description of each section is provided at paragraph 5.0 along with the relevant<br />

assumptions and instruction for correctly compiling a price quotation.<br />

2.3 Except as provided in Book I paragraph 4.6.3.2 all information provided in Bidding<br />

Sheets Sections 2 and 3 will NOT contribute to the calculation of the total price of the<br />

bid. However, pricing requirements associated with these sections as expressed in the<br />

present <strong>Annex</strong> are to be regarded as mandatory.<br />

3.0 General Pricing Requirements<br />

3.1 Unless explicitly indicated in paragraph 5.0 of the present <strong>Annex</strong> or mandated by the<br />

Purchaser by the mean of a clarification issued in accordance with the prescriptions of<br />

Book I Section II paragraph 2.6, the structure of the bidding sheets shall not be altered or<br />

otherwise modified in any of its parts. This prescription is to be regarded as applicable<br />

also, but not limited to, indicated quantities, item descriptions, references, Purchaser‟s<br />

inserted Not To Exceed (NTE) amounts and any other indication or instruction provided<br />

in the Bidding Sheets.<br />

3.2 Bidders are advised that „auto-calculation‟ has been inserted in the electronic copies of<br />

the Bidding Sheets. However, Bidders are responsible for ensuring that their figures are<br />

correctly calculated and should not rely on the accuracy of the auto-calculation features<br />

configured in the spreadsheets.<br />

3.3 Bidders shall indicate Firm Fixed Prices for all CLINs in the bidding sheets in accordance<br />

with the detailed instructions contained in this <strong>Annex</strong>.<br />

3.4 Offered prices shall not be made conditional in nature nor contain any expressed or<br />

implied limitations which conflicts or otherwise amends any of the prescriptions of the<br />

<strong>IFB</strong>.<br />

Book I, <strong>Annex</strong> A, Page A-2<br />

NATO UNCLASSIFIED


3.5 All CLINs in the Bidding Sheets shall be quoted (i.e. All CLINs, Work Packages 1<br />

through 14)<br />

3.6 Bidders shall fill only marked yellow cells in the Bidding Sheets.<br />

3.7 The prices and quantities entered on the document shall reflect the total items required to<br />

meet the contractual requirements. The total price shall be indicated in the appropriate<br />

columns.<br />

3.8 In preparing the Bidding Sheets, Bidders shall ensure that the prices of the Sub-items total<br />

the price of the major item of which they constitute a part.<br />

3.9 All metrics (e.g., cost associated with labour) will be assumed to be normalised to 8<br />

hours/day, for a five day working week at NATO sites and Contractor facilities located<br />

within Europe or in the United States.<br />

3.10 Bidders shall be entirely responsible for the accuracy of the quotation provided.<br />

Notwithstanding the possibility of the Purchaser, at its sole discretion, to resort to the<br />

clarification process described in Book I Section IV paragraph 4.1.5, any computational<br />

error in the Bidding Sheets may unilaterally be resolved by the Purchaser on the basis of<br />

the information provided in the Bidding Sheets.<br />

3.11 Except as it may otherwise be provided in the detailed instructions contained in<br />

section 5.0 of this <strong>Annex</strong>, bidders shall quote in other than their own national currency<br />

provided that proof can be provided to the extent that the Bidder is expected to incur in<br />

costs in those currencies (i.e. sub-contracts stipulated with firms from NATO countries<br />

other than the bidder‟s). In such cases Bidders may quote in multiple currencies as<br />

applicable.<br />

3.12 By virtue of its status as established in the provision of the NC3O Charter Article<br />

67(e)(3) 1 , the Purchaser is made exempt of all direct and indirect forms of taxation (i.e.<br />

Value Added Tax – VAT ) as well as from import and export duties on merchandise<br />

imported or exported. Consequently, Bidders shall exclude from their bid price all taxes,<br />

duties and custom charges.<br />

3.13 Unless otherwise required by virtue of paragraph 5.0 of the present <strong>Annex</strong>, all prices<br />

quoted shall be Delivery Duties Paid (DDP) Destination in accordance with the<br />

International Chamber of Commerce IN<strong>CO</strong>TERMS.<br />

3.14 The price quotation shall not include any other documentation except for the compiled<br />

bidding sheets in their required hard copy and electronic format.<br />

3.15 All due dates as referred in the Bidding Sheets are referred to the Purchaser Project<br />

Master Schedule (PMS) as provided along with the <strong>IFB</strong> and on the basis of which the<br />

price quotation shall be compiled. To this extent Bidders shall note that the relative<br />

durations of the tasks as indicated in the PMS although indicated in precise calendar<br />

terms (i.e. calendar dates are specified) are instead to be construed as relative to an<br />

hypothetical Effective Date of Contract (EDC) to occur not later than the end of the<br />

second quarter. Bidders shall take this indication in due account when factoring inflation<br />

and general increase of costs during the period of performance of the different work<br />

packages for the purpose of their price quotation. As not the entirety of the award process<br />

is within the influence of the Purchaser, it is not possible at this stage to clearly indicate a<br />

precise time of contract award and consequently a precise time for Work Packages<br />

performance. For the purpose of the quotation Bidders shall assume the risk deriving from<br />

1 The stated provision reads as follows: Each participating Nation undertakes to grant NC3A under<br />

the terms of Article 9 and 10 of the Ottawa Agreement, exemption from all direct taxes (except rates,<br />

taxes and dues which are no more than charges for public utility services), from the taxes on the sales<br />

of movable and immovable properties, and from custom and excise duties in respect of equipment<br />

imported or exported by NC3A or its appointed agents.<br />

Book I, <strong>Annex</strong> A, Page A-3<br />

NATO UNCLASSIFIED


any reasonable delay in award with respect to inflation. Consequently, in quoting for the<br />

various contract stages the Bidders may refer to this indicated time and consider the<br />

application of rates that are deemed appropriate in light of the programmed contract<br />

schedule and the various stages lengths. The occurrence of any reasonable delay in award<br />

shall not however constitute ground for the bidders to claim a revision of the prices<br />

offered before contract award. Similarly the anticipation of the Contract award date will<br />

not constitute ground for any Purchaser‟s request for decrease in price.<br />

4.0 Ceiling Price<br />

4.1 Notwithstanding the prescriptions at paragraph 3.0, the total cumulative amount of the<br />

below listed Work Packages SHALL NOT exceed € 16,730,381.25:<br />

Contract Work Package 1: Project Management<br />

Contract Work Package 3: System Engineering<br />

Contract Work Package 4: N<strong>CO</strong>P Increment 2 Analysis and Planning<br />

Contract Work Package 5: N<strong>CO</strong>P Training and SOP Development Support<br />

Contract Work Package 6: N<strong>CO</strong>P Operational Support and Sustainment<br />

Contract Work Package 7: Pilot Sites Installation, Activation, and Training<br />

Contract Work Package 8: Support to Initial Operational Testing and Evaluation<br />

Contract Work Package 9: Contract Option - Added Development and Testing<br />

Contract Work Package 10: Sites Installation, Activation, and Training<br />

Contract Work Package 11: Contract Option – Operational Testing and Evaluation<br />

Support<br />

Contract Work Package 12: Contract Option - Installation, Activation, and Training at<br />

Sites Requiring Confirmation<br />

5.0 Bidding Sheets Compilation Instructions<br />

5.1 Compilation Requirements – Order of precedence.<br />

5.1.1 This paragraph and sub-paragraphs addresses specific compilation<br />

requirements as well as assumptions relevant to the different sections<br />

of the bidding sheets. Requirements expressed in the present paragraph<br />

and sub-paragraphs are in addition to those expressed in paragraph 3.0.<br />

For those cases in which the requirements of paragraph 3.0 contradict<br />

or revise in the prescriptions contained in this paragraph, the latter<br />

shall take precedence.<br />

5.2 Bidding Sheets – Cover Page<br />

5.2.1 The bidder shall indicate on the Bidding Sheet Cover Page the<br />

currency in which its bid is expressed. Subject to the prescriptions of<br />

paragraph 3.11 of the present <strong>Annex</strong>, in those cases in which multiple<br />

currencies are used, the bidder shall augment the standard indications<br />

provided by inserting references to the additional currency used as well<br />

as by providing an indication of which CLINs are quoted in which<br />

currency. This indication shall not discharge the bidder from its<br />

obligation to provide for each CLIN of the Bidding Sheet appropriate<br />

indication of the currency used.<br />

5.3 Bidding Sheets – Section 1<br />

Book I, <strong>Annex</strong> A, Page A-4<br />

NATO UNCLASSIFIED


5.3.1 Introduction<br />

Book I, <strong>Annex</strong> A, Page A-5<br />

Section 1 of the Bidding Sheet contains the data relevant to the quotation to be<br />

provided for all Prospective Contract Work Packages (1 though 14) as well as<br />

the relevant Basis of Estimate (BOE) sheets for each identified Work Package<br />

( “WP DETAILS”). The purpose of the BOE sheets is to provide the Purchaser<br />

with additional information relevant to the level of effort and costs associated<br />

to each specific task. This information will be used by the Purchaser within the<br />

framework of the evaluation effort for the purposes specified in Book I<br />

Section IV.<br />

5.3.2 Section 1 – Work Packages Pricing Requirements<br />

Subject to the stipulations in paragraph 5.1, the following requirements are<br />

applicable to the pricing of all Work Packages CLINs.<br />

a. All CLINs marked as Not To Exceed (NTE) and for which the Purchaser<br />

has elected to reserve a determined amount shall be left unchanged. All<br />

indicated NTE amounts are in EURO. Bidders quoting in other than EURO<br />

currency shall exclude all NTE amounts from the overall price of the<br />

Work Package (i.e. modify relevant formula to exclude the CLINs in<br />

concern from the calculation) and insert a clearly visible note at the end<br />

of the relevant Work Package sheet to confirm that the NTE amount has<br />

been excluded from the calculation. For the purpose of price comparison,<br />

the Purchaser will then convert the prices provided by the bidder in EURO in<br />

accordance with Book I paragraph 4.6.3 and add the pre-indicated NTE<br />

amounts in order to obtain the total price of the bid in EURO currency.<br />

Particular caution shall be employed in the compilation of the offer by<br />

appropriately factoring the conversion of currency into EURO as<br />

compliance with the requirement relevant to the Bid Price Ceiling as<br />

indicated in paragraph 4.04.0 of this <strong>Annex</strong> shall remain the<br />

responsibility of the bidder.<br />

b. Unless otherwise identified in the form of a NTE CLIN included in the<br />

Work Package Bidding Sheet, all travel and per-diem costs associated with the<br />

performance of the Work Package tasks shall be included in Work Package<br />

CLINs prices.<br />

c. The geographical locations of the non-ISAF sites and of one of thethe two<br />

“Large” configuration sites in ISAF where N<strong>CO</strong>P shall be deployed (Work<br />

Packages 7, 10, and optional Work Package 12 if exercised) shall be defined<br />

in detail by the Purchaser within three six months after Contract Award. Firm<br />

Fixed Prices indicated for any work to be undertaken at these sites during the<br />

course of this Contract shall be valid for any location within NATO in Europe<br />

or in the USA aswithin the geographical area indicated in the Schedule of<br />

Supplies and Services (i.e. Europe, the USA, or ISAF), and shall depend on<br />

the technical configuration required for each of them as defined in paragraph<br />

1.6 of the Statement of Work.<br />

c. All costs associated with the performance of the Work Packages including<br />

but not limited to those associated to <strong>CO</strong>TS ,Third Party or Background<br />

Intellectual Property Hardware and Software (including license acquisition<br />

NATO UNCLASSIFIED


Book I, <strong>Annex</strong> A, Page A-6<br />

costs and recurrent fees regardless of the nature for the entire cumulative<br />

duration of all contracting tasks as depicted in the Purchaser Provided Project<br />

Master Schedule included in the Bidding Sheets Section of the <strong>IFB</strong>) necessary<br />

to successfully perform the scope of the Work Package in accordance with the<br />

technical solution proposed shall be included in the bid prices quoted. In this<br />

light, bidders are required to quote by taking into consideration the following:<br />

d. All Server Side <strong>CO</strong>TS (including but not limited to Hardware) Background<br />

Intellectual Property and/or Third Party software license costs (both<br />

acquisition costs and recurrent license costs) shall be included in the pricing<br />

proposal submitted to cover for the entire cumulative duration of all<br />

contracting tasks as depicted in the Purchaser Provided Project Master<br />

Schedule included in the Bidding Sheets Section of the <strong>IFB</strong>. Server side<br />

license costs (i.e. cost of license acquisition, recurrent maintenance or other<br />

recurrent license fees) shall also be indicated in Section 3 of the bidding sheets<br />

as further detailed below.<br />

e. All costs (including but not limited to acquisition costs and recurrent fees)<br />

relevant to Client Side software licenses, necessary for the purpose of<br />

installing and operating the system being proposedshall be included in the<br />

pricing submitted to cover for the entire cumulative duration of all contracting<br />

tasks as depicted in the Purchaser Provided Project Master Schedule included<br />

in the Bidding Sheets Section of the <strong>IFB</strong>. Such costs shall also be indicated in<br />

Section 3 of the bidding sheets as further detailed below.<br />

f. Work Package 1 pricing (Project Management effort) shall account to cover<br />

for all Work Packages execution up to FOC.<br />

5.4 Bidding Sheets – Section 2<br />

5.4.1 Introduction<br />

Section 2 addresses the requirement for the bidders to quote for labour rates<br />

associated with the performance of the contract. The purpose of this pricing<br />

information is to be included in the contract as reference for future<br />

amendments. From 01/01/2015 onwards, these forward labour rates are<br />

subject to an annual revision, in accordance with Clause 11.1.3 of the Special<br />

Contract Provisions. Bidders shall provide their national Labour Cost Index<br />

and reference of publication.<br />

5.4.2 Section 2 –Pricing Requirements<br />

Subject to the stipulations in paragraph 5.1, the following requirements are<br />

applicable for the purpose of the quotation.<br />

a. All prices quoted shall be fully loaded (i.e. inclusive of all G&A,<br />

administrative costs and profit).<br />

b. Prices provided shall be applicable to the reference out-year.<br />

NATO UNCLASSIFIED


5.5 Bidding Sheets – Section 3<br />

Book I, <strong>Annex</strong> A, Page A-7<br />

5.5.1 Introduction<br />

Section 3 addresses the requirement for the bidders to provide pricing<br />

information relevant to any <strong>CO</strong>TS Products necessary for the purpose of<br />

successfully performing all contract tasks. It is to be noted that such<br />

information is referred solely to <strong>CO</strong>TS Products necessary for the purpose of<br />

installing and operating the system being delivered.<br />

Bidder‟s attention is drawn to the fact that the Purchaser reserves the right to<br />

provide Commercial-Off-The-Shelf (<strong>CO</strong>TS) hardware and software products<br />

as Purchaser Furnished Equipment, should it be possible for the Purchaser to<br />

get better prices through existing Enterprise Agreements or Basic Ordering<br />

Agreements. This right would be exercised by the Purchaser before contract<br />

award or during the course of the performance of the contract and after<br />

verification of prices through the stated arrangements.<br />

5.5.2 Section 3 –Pricing Requirements<br />

Subject to the stipulations in paragraph 5.1, the following requirements are<br />

applicable for the purpose of the quotation.<br />

a. All prices quoted shall FCA Origin (IN<strong>CO</strong>TERMS).<br />

b. Prices provided shall be applicable to the reference out-year.<br />

5.6 Bidding Sheets – Section 4<br />

In this section Bidders are requested to indicate licensing and support cost for the<br />

software to be provided, if any. It is underlined that this section has an informative<br />

purpose and it is referred solely for licenses and support to be rendered after<br />

completion of the contract scope. These prices will be checked for Price Realism<br />

but will not be taken into account for the calculation of the Best Value Score.<br />

Bidders shall complete and submit a <strong>CO</strong>TS Data Sheet per <strong>CO</strong>TS Software<br />

product to be provided under the Contract. There must be as many Data Sheets as<br />

software products are listed in Section 3 of the Bidding Sheets.<br />

In order to complete these sheets, Bidders shall follow the instructions provided at<br />

the end of the <strong>CO</strong>TS Data Sheet standard form provided in Section 4 of the<br />

Bidding Sheets (“<strong>CO</strong>TS Data Sheet” tab).<br />

5.7 Bidding Sheets – Section 5<br />

Bidders are instructed to prepare their cost proposals in sufficient detail to permit thorough<br />

and complete evaluation. For each of the 14 Work Packages the Bidder has to use a separate<br />

Sheet, if needed, adding additional sheets per Subcontractor per WP and/or if multiple<br />

currencies are used. Change the currency in the header of the Sheets if necessary.<br />

References to the appropriate SubCLINs are mandatory.<br />

NATO UNCLASSIFIED


1. DIRECT MATERIAL<br />

A. Purchased Parts: Provide a consolidated priced summary of individual material<br />

quantities included in the various tasks, orders, or contract line items being proposed and the<br />

basis for pricing (vendor quotes, invoice prices, etc.).<br />

B. Subcontracted Items: Show the total cost of subcontract effort.<br />

C. Other:<br />

(1) Raw Material: Consists of material in a form or state that requires further<br />

processing. Provide priced quantities of items required for the proposal. Show total cost.<br />

(2) Standard Commercial Items: Consists of items that the Bidder normally<br />

fabricates, in whole or in part, and that are generally stocked in inventory. Provide an<br />

appropriate explanation of the basis for pricing on attached schedule.<br />

2. MATERIAL OVERHEAD<br />

This is the overhead charged to prices for material handling and/or other overhead associated<br />

with material costs. This may or may not apply to your prices.<br />

3. DIRECT LABOR<br />

Show the hourly rate and the total hours for the categories and disciplines of direct labour<br />

proposed. Indicate whether actual rates or escalated rates are used. If escalation is included,<br />

state the degree (percent) and rationale used.<br />

4. LABOUR OVERHEAD<br />

This is labour overhead.<br />

5. OTHER DIRECT <strong>CO</strong>STS<br />

A. Special Tooling/Equipment. Identify and support specific equipment and unit<br />

prices. Use a separate schedule if necessary.<br />

B. Travel. Identify total cost for transportation and per diem rates, including the Not<br />

To Exceed values of the CLINs.<br />

C. Individual Consultant Services. Identify and support the proposed contemplated<br />

consulting. State the amount of services estimated to be required and the consultant‟s quoted<br />

daily or hourly rate.<br />

D. Other Costs. List all other direct charge costs not otherwise included in the<br />

categories described above (e.g., services of specialized trades, computer services,<br />

preservation, packaging and packing, leasing of equipment and provide bases for pricing.<br />

6. GENERAL AND ADMINISTRATIVE EXPENSE<br />

This is the overhead charged for Sales, General and Administrative (SG&A) expenses or<br />

General and Administrative (G&A) expenses.<br />

7. FEE OR PROFIT<br />

Enter the total of all proposed Fee or Profit.<br />

8. OTHER FACTORS<br />

This would be any other overhead factors applied to Bidders prices.<br />

9. GRAND TOTAL<br />

This is the Bidders final Firm Fixed Price total for the identified WP and should in essence<br />

match the price entered in the corresponding SSS WP in Section 1 of the bidding sheets.<br />

NATO UNCLASSIFIED<br />

Book I, <strong>Annex</strong> A, Page A-8


For WP 17 this Grand Total does not need to be filled in.<br />

Book I, <strong>Annex</strong> A, Page A-9<br />

NATO UNCLASSIFIED


Currency used in this Price Proposal: Euro (EUR)<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

INVITATION FOR BID<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

BIDDING SHEETS<br />

NATO UNCLASSIFIED


NATO UNCLASSIFIED<br />

INVITATION FOR BID <strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

Bidding Sheets<br />

TABLE OF <strong>CO</strong>NTENTS<br />

SECTION 1. SCHEDULE OF SUPPLIES AND SERVICES AND WP DETAIL SHEETS<br />

SECTION 2. SCHEDULE OF FORWARD LABOUR RATES<br />

SECTION 3. SCHEDULE OF PRICES FOR <strong>CO</strong>TS PRODUCTS<br />

SECTION 4. <strong>CO</strong>TS SOFTWARE DATA SHEET<br />

(To be submitted for each <strong>CO</strong>TS SW provided by the Contractor)<br />

SECTION 5. BID PRICING SUMMARY BREAKDOWN<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P


Section 1, Page 3<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-BIDDING SHEETS<br />

SECTION 1. SCHEDULE OF SUPPLIES AND SERVICES AND WP<br />

DETAIL SHEETS<br />

NATO UNCLASSIFIED


Section 1, Page [Page]<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

SUMMARY<br />

DESCRIPTION FORM QTY DELIVERY DATE DESTINATION REFERENCE PRICE<br />

Euro (EUR)<br />

FIRM FIXED-PRICE REQUIREMENTS<br />

TOTAL WORK PACKAGE 1 0.00<br />

TOTAL WORK PACKAGE 2 (NON-EVALUATED OPTION) 25,000.00<br />

TOTAL WORK PACKAGE 3 0.00<br />

TOTAL WORK PACKAGE 4 0.00<br />

TOTAL WORK PACKAGE 5 35,000.00<br />

TOTAL WORK PACKAGE 6 25,000.00<br />

TOTAL WORK PACKAGE 7 0.00<br />

TOTAL WORK PACKAGE 8 35,000.00<br />

TOTAL WORK PACKAGE 9 (EVALUATED OPTION) 0.00<br />

TOTAL WORK PACKAGE 10 0.00<br />

TOTAL WORK PACKAGE 11 (EVALUATED OPTION) 0.00<br />

TOTAL WORK PACKAGE 12 (EVALUATED OPTION) 0.00<br />

TOTAL WORK PACKAGE 13 (NON-EVALUATED OPTION) 0.00<br />

TOTAL WORK PACKAGE 14 (EVALUATED OPTION) 0.00<br />

Subjec to to the bidding prescription as detailed in Book I <strong>Annex</strong> A-2<br />

paragraph 5.3.2 this Cumulative Total is subject to price compliance<br />

assessment as detailed in Book I <strong>Annex</strong> A-2 paragraph 4.1<br />

(Total price for Work Packages1, and 3 through 12) 95,000.00<br />

Bid Price to be factored in the BV calculation<br />

(Total price for Work Packages 1, 3 through 12, and 14) 95,000.00<br />

NATO UNCLASSIFIED


CLIN DESCRIPTION FORM DELIVERY<br />

DATE<br />

DESTINATION<br />

(Incoterm 2000 DDP at<br />

location specified below,<br />

unless otherwise stated<br />

herein or in Part II of the<br />

contract)<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

SOW<br />

REFERENC<br />

E<br />

WP<br />

REFERENCE<br />

UNIT OF<br />

MEASURE<br />

QUANTITY/<br />

MANDAYS<br />

UNIT PRICE TOTAL PRICE<br />

Euro (EUR)<br />

1 Project Management See below Until FOC See below 3 WP 1 See below See below See below -<br />

1.1 Project Resources<br />

At Kick-off<br />

Meeting, updated as<br />

-<br />

1.1.1 Project Management Website Online<br />

required<br />

At Kick-off<br />

Meeting, updated as<br />

Website 3.6 2.2 Ea 1 -<br />

1.1.2 Project Collaborative Working Environment Online<br />

required Portal 3.6 2.2 Ea 1 -<br />

1.2 Project Planning<br />

-<br />

1.2.1 Project Management Plan (PMP) Paper, Electronic<br />

For PMR (updated<br />

as required)<br />

For PMR (updated<br />

NC3A, Website 3.7 3.1 Ea 1 -<br />

1.2.2 Configuration Management Plan (CMP) Paper, Electronic as required)<br />

For PMR (updated<br />

NC3A, Website 3.13 3.2 Ea 1 -<br />

1.2.3 Project Product Breakdown Structure (PPBS) Paper, Electronic as required)<br />

For PMR (updated<br />

NC3A, Website 3.8 3.3 Ea 1 -<br />

1.2.4 Work Packages Paper, Electronic as required)<br />

For PMR (updated<br />

NC3A, Website 3.11 3.4 Lot 1 -<br />

1.2.5 Project Work Breakdown Structure (PWBS) Paper, Electronic as required)<br />

For PMR (updated<br />

NC3A, Website 3.9 3.5 Ea 1 -<br />

1.2.6 Project Master Schedule (PMS) Paper, Electronic as required) NC3A, Website 3.10 3.6 Ea 1 -<br />

1.3 Monitoring and Control<br />

-<br />

1.3.1 Risk Log Paper, Electronic<br />

For PMR (updated<br />

as required)<br />

For PMR (updated<br />

NC3A, Website 3.12 4.1 Ea 1 -<br />

1.3.2 Quality Log Paper, Electronic as required) NC3A, Website 3.14 4.2 Ea 1 -<br />

1.3.3 Change Requests, Deficiency Reports Paper, Electronic As required<br />

Fill based on PMS<br />

and as changes<br />

NC3A, Website 3.13 4.3 Lot 1 NSP NSP<br />

1.3.4 Configuration Status Accounting Database Paper, Electronic occur NC3A, Website 3.13 4.3 Ea 1 -<br />

1.3.5 Requirements Management Database Paper, Electronic<br />

For PSSR (updated<br />

as required)<br />

3rd business day of<br />

NC3A, Website 3.17 4.4 Ea 1 NSP NSP<br />

1.3.6 Project Highlight Reports Paper, Electronic each month NC3A, Website 3.16 4.5 Ea 23 -<br />

1.4 Project Meetings<br />

-<br />

1.4.1 Meeting Minutes Paper, Electronic<br />

3 days after each<br />

meeting NC3A, Website 3.15 5.5 Lot 1 -<br />

1.4.2 Project Information Materials Paper, Electronic As required NC3A, Website 3.17 5.6 Lot 1 NSP NSP<br />

NSP - Not Separately Priced<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 1 - PROJECT MANAGEMENT<br />

PERFORMANCE START DATE: EDC<br />

Section 1, Page 5 NATO UNCLASSIFIED


NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

Item Labour<br />

WORK PACKAGE 1 - WP Detail SHEET<br />

CLIN: 1 Total CLIN:1<br />

Staff<br />

Days<br />

3.1 Project Manager 0<br />

3.2 Project Control Analyst 0<br />

3.3 Webmaster 0<br />

3.4 Contract Security Specialist 0<br />

3.5 Senior Engineer 0<br />

3.6 Senior Network Engineer 0<br />

3.7 Intermediate Network Engineer 0<br />

3.8 Junior Network Engineer 0<br />

3.9 Systems Integration Analyst 0<br />

3.10 Senior Software Programmer 0<br />

3.11 Intermediate Software Programmer 0<br />

3.12 Junior Software Programmer 0<br />

3.13 System Support Engineer 0<br />

3.14 Senior Test Engineer 0<br />

3.15 Intermediate Test Engineer 0<br />

3.16 Intermediate Engineer 0<br />

3.17 Junior Test Engineer 0<br />

3.18 Test Technician 0<br />

3.19 Information Systems Security Engineer 0<br />

3.20 Information Systems Security Specialist 0<br />

3.21 Field Engineer 0<br />

3.22 Senior Technician 0<br />

3.23 Intermediate Technician 0<br />

3.24 Junior Technician 0<br />

3.25 System Management Specialist 0<br />

3.26 Junior Engineer 0<br />

3.27 Senior Systems Engineer 0<br />

3.28 Intermediate Systems Engineer 0<br />

3.29 Junior Systems Engineer 0<br />

3.30 Senior Communications Engineer 0<br />

3.31 Intermediate Communications Engineer 0<br />

3.32 Junior Communications Engineer 0<br />

3.33 Logistics Management Specialist 0<br />

3.34 Quality Assurance Manager 0<br />

3.35 Quality Assurance Specialists 0<br />

3.36 Instructional Systems Designer 0<br />

3.37 Senior Training Materials Developer 0<br />

3.38 Training Materials Developer 0<br />

3.39 CBT Developer 0<br />

3.40 Senior Instructor 0<br />

3.41 Junior Instructor 0<br />

3.42 System Administrator 0<br />

3.43 Network Manager 0<br />

3.44 Logistics Analyst 0<br />

3.45 Database Administrator 0<br />

3.46 Open System Engineer 0<br />

3.47 Operational Support Manager 0<br />

3.48 Inventory Specialist 0<br />

3.49 Shipping and Receiving Clerk 0<br />

3.50 Technical Writer 0<br />

3.51 Senior Configuration Manager 0<br />

Section 1, Page 6 NATO UNCLASSIFIED<br />

Total Staff Days Notes


NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

CLIN: 1 Total CLIN:1<br />

3.52 Intermediate Configuration Manager. 0<br />

3.53 Junior Configuration Manager 0<br />

3.54 Data Control Specialist 0<br />

3.55 Senior <strong>CO</strong>P Functional Specialist 0<br />

3.56 Intermediate <strong>CO</strong>P Functional Specialist 0<br />

Total Labour 0 0<br />

Item Travel<br />

Transportation Quantity Total Quantity<br />

Item Per diem Man-Days<br />

Total Travel<br />

Travel<br />

Days<br />

Item Equipment/Materials Quantity Quantity<br />

Total Equipment<br />

Task Total<br />

Section 1, Page 7 NATO UNCLASSIFIED<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0


CLIN DESCRIPTION FORM DELIVERY<br />

DATE<br />

2 J<strong>CO</strong>P Operational Support See below<br />

2.1<br />

2.2<br />

2.3<br />

2.4<br />

System Operations and Maintenance support by<br />

System Support Engineer N/A<br />

System Operations and Maintenance support<br />

by Intermediate Software Programmer N/A<br />

System Testing Support by Intermediate Test<br />

Engineer N/A<br />

Travel and Per-Diem as mandated by the<br />

Purchaser in direct support of the Contract<br />

(amount indicated is not to exceede) N/A<br />

NSP - Not Separately Priced<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 2 - J<strong>CO</strong>P OPERATIONAL SUPPORT<br />

(NON-EVALUATED <strong>CO</strong>NTRACT OPTION)<br />

PERFORMANCE START DATE: To be defined by the Purchaser<br />

DESTINATION<br />

(Incoterm 2000 DDP at location<br />

specified below, unless<br />

otherwise stated herein or in<br />

Part II of the contract)<br />

SOW<br />

REFERENCE<br />

WP<br />

REFERENCE<br />

UNIT OF<br />

MEASURE<br />

QUANTITY/<br />

MANDAYS<br />

UNIT PRICE TOTAL PRICE<br />

Euro (EUR)<br />

To be defined by<br />

the Purchaser See below 6 WP 2 See below See below See below 25,000.00<br />

WP PSD + 2 wks<br />

until end of the WP NCSA, Casteau - Belgium 6.2 2.2 Man-days 400 -<br />

WP PSD + 2 wks<br />

until end of the WP<br />

WP PSD + 2 wks<br />

until end of the WP<br />

To be defined by the<br />

Purchaser<br />

Section 1, Page 8 NATO UNCLASSIFIED<br />

NCSA, Casteau -<br />

Belgium, website 6.2 2.2 Man-days 200 -<br />

NCSA, Casteau -<br />

Belgium, website 6.3 2.3 Man-days 100 -<br />

To be defined by the<br />

Purchaser N/A N/A Lot 1 25,000.00


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

Item Labour<br />

WORK PACKAGE 2 - WP DETAIL SHEET<br />

CLIN: 2 Total CLIN:2<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

3.1 Project Manager 0<br />

3.2 Project Control Analyst 0<br />

3.3 Webmaster 0<br />

3.4 Contract Security Specialist 0<br />

3.5 Senior Engineer 0<br />

3.6 Senior Network Engineer 0<br />

3.7 Intermediate Network Engineer 0<br />

3.8 Junior Network Engineer 0<br />

3.9 Systems Integration Analyst 0<br />

3.10 Senior Software Programmer 0<br />

3.11 Intermediate Software Programmer 0<br />

3.12 Junior Software Programmer 0<br />

3.13 System Support Engineer 0<br />

3.14 Senior Test Engineer 0<br />

3.15 Intermediate Test Engineer 0<br />

3.16 Intermediate Engineer 0<br />

3.17 Junior Test Engineer 0<br />

3.18 Test Technician 0<br />

3.19 Information Systems Security Engineer 0<br />

3.20 Information Systems Security Specialist 0<br />

3.21 Field Engineer 0<br />

3.22 Senior Technician 0<br />

3.23 Intermediate Technician 0<br />

3.24 Junior Technician 0<br />

3.25 System Management Specialist 0<br />

3.26 Junior Engineer 0<br />

3.27 Senior Systems Engineer 0<br />

3.28 Intermediate Systems Engineer 0<br />

3.29 Junior Systems Engineer 0<br />

3.30 Senior Communications Engineer 0<br />

3.31 Intermediate Communications Engineer 0<br />

3.32 Junior Communications Engineer 0<br />

3.33 Logistics Management Specialist 0<br />

3.34 Quality Assurance Manager 0<br />

3.35 Quality Assurance Specialists 0<br />

3.36 Instructional Systems Designer 0<br />

3.37 Senior Training Materials Developer 0<br />

3.38 Training Materials Developer 0<br />

3.39 CBT Developer 0<br />

3.40 Senior Instructor 0<br />

3.41 Junior Instructor 0<br />

3.42 System Administrator 0<br />

3.43 Network Manager 0<br />

3.44 Logistics Analyst 0<br />

3.45 Database Administrator 0<br />

3.46 Open System Engineer 0<br />

Section 1. Page 9 NATO UNCLASSIFIED<br />

notes


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

3.47 Operational Support Manager 0<br />

3.48 Inventory Specialist 0<br />

3.49 Shipping and Receiving Clerk 0<br />

3.50 Technical Writer 0<br />

3.51 Senior Configuration Manager 0<br />

3.52 Intermediate Configuration Manager. 0<br />

3.53 Junior Configuration Manager 0<br />

3.54 Data Control Specialist 0<br />

3.55 Senior <strong>CO</strong>P Functional Specialist 0<br />

3.56 Intermediate <strong>CO</strong>P Functional Specialist 0<br />

Total Labour 0 0<br />

Section 1. Page 10 NATO UNCLASSIFIED


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

Item Travel<br />

Transportation Quantity<br />

Item Per diem Man-Days<br />

Total Travel<br />

Total<br />

Quantity<br />

Total Man-<br />

Days<br />

Item Equipment/Materials/Other Quantity Quantity<br />

Total Equipment<br />

Task Total<br />

Section 1. Page 11 NATO UNCLASSIFIED<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0


CLIN DESCRIPTION FORM DELIVERY<br />

DATE<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 3 - SYSTEM ENGINEERING<br />

PERFORMANCE START DATE: EDC<br />

DESTINATION<br />

(Incoterm 2000 DDP at<br />

location specified below, unless<br />

otherwise stated herein or in<br />

Part II of the contract)<br />

SOW<br />

REFERENCE<br />

WP<br />

REFERENCE<br />

UNIT OF<br />

MEASURE<br />

QUANTITY/<br />

MANDAYS<br />

UNIT PRICE TOTAL<br />

PRICE<br />

Euro (EUR)<br />

3 System Engineering See below<br />

During 50 weeks<br />

from WP PSD See below 3, 4 WP 3 See below See below See below -<br />

3.1 Requirements Analysis<br />

For PSRR, SRR<br />

-<br />

Paper, and as changes<br />

3.1.1 Requirements Change Requests<br />

Electronic<br />

Paper,<br />

occur NC3A, Website 4.4.5 3.4 Ea As required NSP NSP<br />

3.1.2 Use Case Documentation<br />

Electronic<br />

Paper,<br />

SP1-SP4 NC3A, Website 4.4.2 3.5 Lot 1 -<br />

3.1.3 Security Risk Assessment Report<br />

Electronic<br />

Paper,<br />

SP1-SP4 NC3A, Website 4.4.3 3.6 Ea 1 -<br />

3.1.4 System-Specific Security Requirements Statement (SSRS)<br />

Electronic<br />

Paper,<br />

SP1-SP4 NC3A, Website 4.4.3 3.6 Ea 1 -<br />

3.1.5 Community Security Requirements Statement (CSRS)<br />

Electronic<br />

Paper,<br />

SP1-SP4 NC3A, Website 4.4.3 3.6 Ea 1 -<br />

3.1.6 System Interconnection Security Requirements Statements (SISRS) Electronic SP1-SP4 NC3A, Website 4.4.3 3.6 Lot 1 -<br />

3.2 Design -<br />

Paper, SP1-SP4, final at<br />

3.2.1 System Design Specification (SDS)<br />

Electronic CDR NC3A, Website 4.5.3 4.3 Ea 1 -<br />

Paper, SP1-SP4, final at<br />

3.2.2 N<strong>CO</strong>P Interface Control Document (ICD)<br />

Electronic CDR NC3A, Website 4.5.3 4.4 Ea 1 -<br />

Paper, SP1-SP4, final at<br />

3.2.3 System Security Design Specification<br />

Electronic CDR NC3A, Website 4.5.3 4.5 Ea 1 -<br />

3.3 Development and Integration -<br />

Paper, SP3-SP5, final at<br />

3.3.1 Test Plan<br />

Electronic TRR<br />

From 2 wks after<br />

NC3A, Website 4.7.2 5.1 Ea 1 -<br />

3.3.2 Test Management Tool Electronic PDR until FSA<br />

From 2 wks after<br />

Website 4.7.3 5.2 Ea 1 -<br />

3.3.3 Test Automation Tool Electronic PDR until FSA Website 4.7.4 5.2 Ea 1 -<br />

Paper, SP3-SP5, final at<br />

3.3.4 System Implementation Plan<br />

Electronic TRR NC3A, Website 4.9.2 5.3 Ea 1 -<br />

Paper, Spiral 3 to end of<br />

3.3.5 Service Delivery Plan<br />

Electronic<br />

Commissioned<br />

Physical<br />

equipment and<br />

the WP NC3A, Website 5.5 5.4 Ea 1 -<br />

3.3.6 Testbed system<br />

software<br />

Commissioned<br />

Physical<br />

equipment and<br />

For review at SIT NC3A The Hague 4.7 6 Lot 1 -<br />

3.3.7 Reference system<br />

software For review at SAT NCSA Casteau, Belgium 4.7 7 Lot 1 -<br />

Section 1, Page 12 NATO UNCLASSIFIED


CLIN DESCRIPTION FORM DELIVERY<br />

DATE<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

DESTINATION<br />

(Incoterm 2000 DDP at<br />

location specified below, unless<br />

otherwise stated herein or in<br />

Part II of the contract)<br />

SOW<br />

REFERENCE<br />

WP<br />

REFERENCE<br />

UNIT OF<br />

MEASURE<br />

QUANTITY/<br />

MANDAYS<br />

UNIT PRICE TOTAL<br />

PRICE<br />

Euro (EUR)<br />

3.4 Testing -<br />

Paper, SP2-SP5, final at<br />

3.4.1 Test Procedures<br />

Electronic<br />

Paper,<br />

TRR NC3A, Website 4.7.5 8.1 Lot 1 -<br />

3.4.2 Test Reports<br />

Electronic For TRR<br />

Not latter than WP<br />

NC3A, Website 4.5.6 8.2 Lot 1 -<br />

3.4.3 Factory Acceptance Test (FAT) N/A<br />

Paper,<br />

PSD +11 mts Conractor's site 4.7.9 8.5 Lot 1 -<br />

3.4.4 Security Test and Evaluation (ST&E) Plan<br />

Electronic<br />

Paper,<br />

Spiral 3 to TRR NCSA Casteau, Belgium 4.7.9 8.7 Ea 1 -<br />

3.4.5 Security Operating Procedures (SecOps)<br />

Electronic<br />

Paper,<br />

Spiral 3 to TRR NCSA Casteau, Belgium 4.7.9 8.7 Ea 1 -<br />

3.4.6 Security Implementation Verification Procedures (SIVP)<br />

Electronic Spiral 3 to TRR<br />

Following FAT<br />

NCSA Casteau, Belgium 4.7.9 8.7 Ea 1 -<br />

3.4.7 System Integration Test (SIT) N/A completion<br />

Following SIT<br />

NC3A The Hague 4.7.9 8.8 Lot 1 -<br />

3.4.8 System Support and Maintenance Acceptance Test (SSMAT) N/A completion NCSA Casteau, Belgium<br />

NCSA Casteau, Belgium<br />

4.7.9 8.10 Lot 1 -<br />

Following SIT and other NATO site in<br />

3.4.9 User Acceptance Test (UAT) N/A completion<br />

Following SIT<br />

Europe 4.7.9 8.11 Lot 1 -<br />

3.4.10 Interoperability Testing and Validation support N/A completion<br />

Following SIT<br />

NCSA Casteau, Belgium 4.7.9 8.13 Lot 1 -<br />

3.4.11 Independent Security Test Support N/A completion<br />

ver 0.x - at each<br />

NCSA Casteau, Belgium 4.7.9 8.13 Lot 1 -<br />

Paper, spiral. ver 1.0 at the<br />

3.4.12 Product Baseline Delivery<br />

Electronic end of the WP NCSA Casteau, Belgium 3.13, 4.7 8.12 Lot 1 -<br />

3.4.13 Software development environment Electronic End of the WP NCSA Casteau, Belgium 4.6 8.14 Lot<br />

3.5 System Engineering Spirals (5 spirals)<br />

Paper,<br />

-<br />

3.5.1 System Development Plan (SDP)<br />

Electronic For PMR NC3A, Website 4.3 2.7 Ea 1 -<br />

3.5.2 N<strong>CO</strong>P software development version installation and activation Electronic SP1-SP5 NC3A The Hague 4.2 2.5 Ea 5 -<br />

3.5.3 Draft versions of deliverables for WG reviews Electronic SP1-SP5 NC3A The Hague 4.2 2.5 Lot As required NSP NSP<br />

NSP - Not Separately Priced<br />

Section 1, Page 13 NATO UNCLASSIFIED


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

Item Labour<br />

CLIN: 3.1 CLIN:3.2 CLIN: 3.3 CLIN: 3.4 CLIN: 3.5 Total CLIN:3<br />

3.1 Project Manager 0<br />

3.2 Project Control Analyst 0<br />

3.3 Webmaster 0<br />

3.4 Contract Security Specialist 0<br />

3.5 Senior Engineer 0<br />

3.6 Senior Network Engineer 0<br />

3.7 Intermediate Network Engineer 0<br />

3.8 Junior Network Engineer 0<br />

3.9 Systems Integration Analyst 0<br />

3.10 Senior Software Programmer 0<br />

3.11 Intermediate Software Programmer 0<br />

3.12 Junior Software Programmer 0<br />

3.13 System Support Engineer 0<br />

3.14 Senior Test Engineer 0<br />

3.15 Intermediate Test Engineer 0<br />

3.16 Intermediate Engineer 0<br />

3.17 Junior Test Engineer 0<br />

3.18 Test Technician 0<br />

3.19 Information Systems Security Engineer 0<br />

3.20 Information Systems Security Specialist 0<br />

3.21 Field Engineer 0<br />

3.22 Senior Technician 0<br />

3.23 Intermediate Technician 0<br />

3.24 Junior Technician 0<br />

3.25 System Management Specialist 0<br />

3.26 Junior Engineer 0<br />

3.27 Senior Systems Engineer 0<br />

3.28 Intermediate Systems Engineer 0<br />

3.29 Junior Systems Engineer 0<br />

3.30 Senior Communications Engineer 0<br />

3.31 Intermediate Communications Engineer 0<br />

3.32 Junior Communications Engineer 0<br />

3.33 Logistics Management Specialist 0<br />

3.34 Quality Assurance Manager 0<br />

3.35 Quality Assurance Specialists 0<br />

3.36 Instructional Systems Designer 0<br />

3.37 Senior Training Materials Developer 0<br />

3.38 Training Materials Developer 0<br />

3.39 CBT Developer 0<br />

3.40 Senior Instructor 0<br />

3.41 Junior Instructor 0<br />

3.42 System Administrator 0<br />

3.43 Network Manager 0<br />

3.44 Logistics Analyst 0<br />

3.45 Database Administrator 0<br />

3.46 Open System Engineer 0<br />

3.47 Operational Support Manager 0<br />

3.48 Inventory Specialist 0<br />

3.49 Shipping and Receiving Clerk 0<br />

3.50 Technical Writer 0<br />

3.51 Senior Configuration Manager 0<br />

3.52 Intermediate Configuration Manager. 0<br />

3.53 Junior Configuration Manager 0<br />

3.54 Data Control Specialist 0<br />

3.55 Senior <strong>CO</strong>P Functional Specialist 0<br />

3.56 Intermediate <strong>CO</strong>P Functional Specialist 0<br />

Staff<br />

Days<br />

Total Labour 0 0 0 0 0 0<br />

Item Travel<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 3 - WP DETAIL SHEET<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Transportation Quantity Quantity Quantity Quantity Quantity<br />

Section 1. Page 14 NATO UNCLASSIFIED<br />

Staff<br />

Days<br />

Total<br />

Quantity<br />

0<br />

0<br />

0<br />

notes


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

CLIN: 3.1 CLIN:3.2 CLIN: 3.3 CLIN: 3.4 CLIN: 3.5 Total CLIN:3<br />

Item Per diem Man-Days Man-Days Man-Days Man-Days Man-Days<br />

Total Travel<br />

Total Man-<br />

Days<br />

Item Equipment/Materials/Other Quantity Quantity Quantity Quantity Quantity Quantity<br />

Total Equipment<br />

Task Total<br />

Section 1. Page 15 NATO UNCLASSIFIED<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0


CLIN DESCRIPTION FORM DELIVERY<br />

DATE<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

DESTINATION<br />

(Incoterm 2000 DDP at<br />

location specified below,<br />

unless otherwise stated<br />

herein or in Part II of the<br />

contract)<br />

SOW<br />

REFERENC<br />

E<br />

WP<br />

REFERENC<br />

E<br />

UNIT OF<br />

MEASURE<br />

QUANTITY/<br />

MANDAYS<br />

UNIT PRICE TOTAL<br />

PRICE<br />

Euro (EUR)<br />

4 N<strong>CO</strong>P Increment 2 Analysis and Planning See below<br />

During 30 weeks<br />

from WP PSD See below 3, 4 WP 4 See below See below See below -<br />

4.1 Requirements Analysis<br />

-<br />

Draft SRS updates and supporting<br />

Paper, From WP PSD +2,<br />

4.1.1 documentation<br />

Electronic final at INC2-SRR NC3A, Website 4.4.5 3.1 Lot 1 -<br />

Paper, From WP PSD +2,<br />

4.1.2 Use Case Documentation<br />

Electronic final at INC2-SRR NC3A, Website 4.4.2 3.2 Lot 1 -<br />

Paper, From WP PSD +2,<br />

4.1.3 Security Risk Assessment Report<br />

Electronic final at INC2-SRR NC3A, Website 4.4.3 3.3 Ea 1 -<br />

4.2 Design<br />

-<br />

Paper, From WP PSD +10,<br />

4.2.1 High-Level System Design Specification (SDS) Electronic final at INC2-PDR NC3A, Website 4.5.3 4.1 Ea 1 -<br />

4.3 Increment 2 Planning<br />

-<br />

Draft Project Product Breakdown Structure Paper,<br />

4.3.1 (PBS)<br />

Electronic WP PSD + 30 wks NC3A, Website 3.8 5.2 Ea 1 -<br />

Draft Project Work Breakdown Structure Paper,<br />

4.3.2 (WBS)<br />

Electronic<br />

Paper,<br />

WP PSD + 30 wks NC3A, Website 3.9 5.3 Ea 1 -<br />

4.3.3 Draft Work Packages with cost estimates Electronic<br />

Paper,<br />

WP PSD + 30 wks NC3A, Website 4.8, 3.11 5.4 Lot 1 -<br />

4.3.4 Draft Project Master Schedule (PMS)<br />

Electronic WP PSD + 30 wks NC3A, Website 4.8, 3.10 5.5 Ea 1 -<br />

NSP - Not Separately Priced<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 4 - N<strong>CO</strong>P INCREMENT 2 ANALYSIS AND PLANNING<br />

PERFORMANCE START DATE: Following WP7 completion<br />

Section 1, Page 16 NATO UNCLASSIFIED


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

Item Labour<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 4 - WP DETAIL SHEET<br />

CLIN: 4.1 CLIN: 4.2 CLIN: 4.3 Total CLIN:4<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

3.1 Project Manager 0<br />

3.2 Project Control Analyst 0<br />

3.3 Webmaster 0<br />

3.4 Contract Security Specialist 0<br />

3.5 Senior Engineer 0<br />

3.6 Senior Network Engineer 0<br />

3.7 Intermediate Network Engineer 0<br />

3.8 Junior Network Engineer 0<br />

3.9 Systems Integration Analyst 0<br />

3.10 Senior Software Programmer 0<br />

3.11 Intermediate Software Programmer 0<br />

3.12 Junior Software Programmer 0<br />

3.13 System Support Engineer 0<br />

3.14 Senior Test Engineer 0<br />

3.15 Intermediate Test Engineer 0<br />

3.16 Intermediate Engineer 0<br />

3.17 Junior Test Engineer 0<br />

3.18 Test Technician 0<br />

3.19 Information Systems Security Engineer 0<br />

3.20 Information Systems Security Specialist 0<br />

3.21 Field Engineer 0<br />

3.22 Senior Technician 0<br />

3.23 Intermediate Technician 0<br />

3.24 Junior Technician 0<br />

3.25 System Management Specialist 0<br />

3.26 Junior Engineer 0<br />

3.27 Senior Systems Engineer 0<br />

3.28 Intermediate Systems Engineer 0<br />

3.29 Junior Systems Engineer 0<br />

3.30 Senior Communications Engineer 0<br />

3.31 Intermediate Communications Engineer 0<br />

3.32 Junior Communications Engineer 0<br />

3.33 Logistics Management Specialist 0<br />

3.34 Quality Assurance Manager 0<br />

3.35 Quality Assurance Specialists 0<br />

3.36 Instructional Systems Designer 0<br />

3.37 Senior Training Materials Developer 0<br />

3.38 Training Materials Developer 0<br />

3.39 CBT Developer 0<br />

3.40 Senior Instructor 0<br />

3.41 Junior Instructor 0<br />

3.42 System Administrator 0<br />

3.43 Network Manager 0<br />

3.44 Logistics Analyst 0<br />

3.45 Database Administrator 0<br />

3.46 Open System Engineer 0<br />

3.47 Operational Support Manager 0<br />

3.48 Inventory Specialist 0<br />

3.49 Shipping and Receiving Clerk 0<br />

3.50 Technical Writer 0<br />

3.51 Senior Configuration Manager 0<br />

3.52 Intermediate Configuration Manager. 0<br />

3.53 Junior Configuration Manager 0<br />

3.54 Data Control Specialist 0<br />

3.55 Senior <strong>CO</strong>P Functional Specialist 0<br />

Section 4. Page 17 NATO UNCLASSIFIED<br />

notes


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

CLIN: 4.1 CLIN: 4.2 CLIN: 4.3 Total CLIN:4<br />

3.56 Intermediate <strong>CO</strong>P Functional Specialist 0<br />

Total Labour 0 0 0 0<br />

Section 4. Page 18 NATO UNCLASSIFIED


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

Item Travel<br />

CLIN: 4.1 CLIN: 4.2 CLIN: 4.3 Total CLIN:4<br />

Transportation Quantity Quantity Quantity<br />

Item Per diem Man-Days Man-Days Man-Days<br />

Total Travel<br />

Total<br />

Quantity<br />

Total Man-<br />

Days<br />

Item Equipment/Materials/Other Quantity Quantity Quantity Quantity<br />

Total Equipment<br />

Task Total<br />

Section 4. Page 19 NATO UNCLASSIFIED<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0


CLIN DESCRIPTION FORM DELIVERY DATE DESTINATION<br />

(Incoterm 2000 DDP at location<br />

specified below, unless otherwise<br />

stated herein or in Part II of the<br />

contract)<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

SOW<br />

REFERENCE<br />

WP<br />

REFERENCE<br />

UNIT OF<br />

MEASURE<br />

QUANTITY/<br />

MANDAYS<br />

UNIT<br />

PRICE<br />

TOTAL PRICE<br />

Euro (EUR)<br />

5 N<strong>CO</strong>P Training and SOP development support See below<br />

From WP PSD until<br />

end of WP7 See below 5 WP 5 See below See below See below 35,000.00<br />

5.1 Training course development<br />

Paper,<br />

-<br />

5.1.1 Training Needs Analysis<br />

Electronic<br />

Paper,<br />

SP1-SP5, final at TMR NC3A, Website 5.2.2 2.1 Ea 1<br />

5.1.2 Training Plan<br />

Electronic<br />

Paper,<br />

SP2-SP5, final at TMR NC3A, Website 5.2.3 2.2 Ea 1<br />

5.1.3 Training Programme<br />

Electronic<br />

Paper,<br />

SP2-SP5, final at TMR NC3A, Website 5.2.4 2.3 Ea 1<br />

5.1.4 End-user Training Course Material<br />

Electronic<br />

Paper,<br />

SP3-SP5, final at TMR NC3A, Website 5.2.6 2.4 Lot 1<br />

5.1.5 <strong>CO</strong>P Manager Training Course Material<br />

Electronic<br />

Paper,<br />

SP3-SP5, final at TMR NC3A, Website 5.2.6 2.4 Lot 1<br />

5.1.6 <strong>CO</strong>P Manager Assistant Training Course Material Electronic SP3-SP5, final at TMR NC3A, Website 5.2.6 2.4 Lot 1<br />

Organizational Node Administrator Training Course Paper,<br />

5.1.7 Material<br />

Electronic<br />

Paper,<br />

SP3-SP5, final at TMR NC3A, Website 5.2.6 2.4 Lot 1<br />

5.1.8 Enterprise Administrator Training Course Material Electronic SP3-SP5, final at TMR NC3A, Website 5.2.6 2.4 Lot 1<br />

5.1.9 Computer Based Training (CBT) Electronic SP3-SP5, final at TMR NC3A, Website 5.2.9 2.4 Lot 1<br />

5.1.10 N<strong>CO</strong>P Training Data / Training database Electronic SP3-SP5, final at TMR NC3A, Website 5.2.6 2.4 Lot 1<br />

5.1.11 Draft versions of deliverables for WGRs Electronic<br />

Paper,<br />

SP1-SP5 NC3A The Hague 5.2 1 Lot 1 NSP NSP<br />

5.1.12 User Manuals and Admin Manuals<br />

Electronic SP3-SP5, final at TMR NC3A, Website 5.2.6 2.4 Lot 1<br />

5.2 Support Development of N<strong>CO</strong>P SOPs<br />

-<br />

On-site developper support by Senior <strong>CO</strong>P Functional<br />

SP4 - SP5 and during<br />

Three (3) Operational Sites in<br />

Europe and one (1) site at<br />

5.2.1 Specialist N/A<br />

WP7 ISAF<br />

Three (3) Operational Sites in<br />

5.9 3.1 Man-days 50 -<br />

On-site developper support by Intermediate <strong>CO</strong>P<br />

SP4 - SP5 and during Europe and one (1) site at<br />

5.2.2 Functional Specialist N/A<br />

WP7 ISAF 5.9 3.1 Man-days 50 -<br />

5.3 Training Delivery<br />

-<br />

5.3.1 N<strong>CO</strong>P Operational Trainer Education N/A<br />

1st class before Pilot Site<br />

Installation<br />

1st class before Pilot Site<br />

Three (3) Sites in Europe 5.2.5 4.1 Ea 3 -<br />

5.3.2 N<strong>CO</strong>P Administrator Trainer Education N/A<br />

Installation Three (3) Sites in Europe<br />

NCSA Casteau, Belgium or<br />

5.2.5 4.1 Ea 3 -<br />

5.3.3 Test Crew Training N/A Priory to FAT and UAT NC3A The Hague 5.2.5 4.2 Ea 2 -<br />

Paper, Within 2 weeks after each<br />

5.3.4 Training Course Report (with recommendations)<br />

Travel and Per-Diem as mandated by the Purchaser in<br />

Electronic<br />

course NC3A The Hague 5.2.5 4.3 Ea 5<br />

direct support of the Contract (amount indicated is not<br />

To be defined by the To be defined by the<br />

5.4 to exceed) NA<br />

Purchaser<br />

Purchaser - - Lot 1 - 35,000.00<br />

WP PSD - Work Package Proposed Start Date<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 5 - N<strong>CO</strong>P TRAINING AND SOP DEVELOPMENT SUPPORT<br />

PERFORMANCE START DATE: EDC<br />

Section 1, Page 20 NATO UNCLASSIFIED


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

Item Labour<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 5 - WP DETAIL SHEET<br />

CLIN:5.1 CLIN:5.2 CLIN:5.3 Total CLIN: 5<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

3.1 Project Manager 0<br />

3.2 Project Control Analyst 0<br />

3.3 Webmaster 0<br />

3.4 Contract Security Specialist 0<br />

3.5 Senior Engineer 0<br />

3.6 Senior Network Engineer 0<br />

3.7 Intermediate Network Engineer 0<br />

3.8 Junior Network Engineer 0<br />

3.9 Systems Integration Analyst 0<br />

3.10 Senior Software Programmer 0<br />

3.11 Intermediate Software Programmer 0<br />

3.12 Junior Software Programmer 0<br />

3.13 System Support Engineer 0<br />

3.14 Senior Test Engineer 0<br />

3.15 Intermediate Test Engineer 0<br />

3.16 Intermediate Engineer 0<br />

3.17 Junior Test Engineer 0<br />

3.18 Test Technician 0<br />

3.19 Information Systems Security Engineer 0<br />

3.20 Information Systems Security Specialist 0<br />

3.21 Field Engineer 0<br />

3.22 Senior Technician 0<br />

3.23 Intermediate Technician 0<br />

3.24 Junior Technician 0<br />

3.25 System Management Specialist 0<br />

3.26 Junior Engineer 0<br />

3.27 Senior Systems Engineer 0<br />

3.28 Intermediate Systems Engineer 0<br />

3.29 Junior Systems Engineer 0<br />

3.30 Senior Communications Engineer 0<br />

3.31 Intermediate Communications Engineer 0<br />

3.32 Junior Communications Engineer 0<br />

3.33 Logistics Management Specialist 0<br />

3.34 Quality Assurance Manager 0<br />

3.35 Quality Assurance Specialists 0<br />

3.36 Instructional Systems Designer 0<br />

3.37 Senior Training Materials Developer 0<br />

3.38 Training Materials Developer 0<br />

3.39 CBT Developer 0<br />

3.40 Senior Instructor 0<br />

3.41 Junior Instructor 0<br />

3.42 System Administrator 0<br />

3.43 Network Manager 0<br />

3.44 Logistics Analyst 0<br />

3.45 Database Administrator 0<br />

3.46 Open System Engineer 0<br />

3.47 Operational Support Manager 0<br />

3.48 Inventory Specialist 0<br />

3.49 Shipping and Receiving Clerk 0<br />

3.50 Technical Writer 0<br />

3.51 Senior Configuration Manager 0<br />

3.52 Intermediate Configuration Manager. 0<br />

3.53 Junior Configuration Manager 0<br />

3.54 Data Control Specialist 0<br />

3.55 Senior <strong>CO</strong>P Functional Specialist 0<br />

3.56 Intermediate <strong>CO</strong>P Functional Specialist 0<br />

Section 1. Page 21 NATO UNCLASSIFIED<br />

notes


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

CLIN:5.1 CLIN:5.2 CLIN:5.3 Total CLIN: 5<br />

Total Labour 0 0 0 0<br />

Item Travel<br />

Transportation Quantity Quantity Quantity Total Quantity<br />

Item Per diem Man-Days Man-Days Man-Days<br />

Total Travel<br />

Total Man-<br />

Days<br />

Item Equipment/Materials/Other Quantity Quantity Quantity Quantity<br />

Total Equipment<br />

Task Total<br />

Section 1. Page 22 NATO UNCLASSIFIED<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0


CLIN DESCRIPTION FORM DELIVERY<br />

DATE<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 6 - N<strong>CO</strong>P OPERATIONAL SUPPORT AND SUSTAINMENT<br />

PERFORMANCE START DATE: Following SAT completion<br />

DESTINATION<br />

(Incoterm 2000 DDP at location<br />

specified below, unless<br />

otherwise stated herein or in<br />

Part II of the contract)<br />

SOW<br />

REFERENC<br />

E<br />

WP<br />

REFERENC<br />

E<br />

UNIT OF<br />

MEASURE<br />

QUANTITY/<br />

MANDAYS<br />

UNIT PRICE TOTAL<br />

PRICE<br />

Euro (EUR)<br />

6 N<strong>CO</strong>P operational support and sustainment See below<br />

From WP PSD<br />

until 2 years after<br />

FSA (HW<br />

warranty) See below 4, 5 WP 6 See below See below See below 25,000.00<br />

6.1 Support / Sustainment Component Build-up<br />

From SQR until<br />

-<br />

6.1.1 Service Desk activity log Electronic FOC NCSA, Casteau Belgium 5.4, 5.6 2.2 Lot 1 NSP NSP<br />

Paper, From SQR until<br />

6.1.2 Integrated Logistics Support Plan (ILSP) Electronic FOC NCSA, Casteau Belgium 5.6 2.3 Ea 1 -<br />

Paper, From SQR until<br />

6.1.3 Operational Service Level Agreement<br />

Electronic FOC NCSA, Casteau Belgium 5.6 2.4 Lot 1 -<br />

Paper, From SQR until<br />

6.1.4 Software Distribution List (SWDL)<br />

Electronic FOC NCSA, Casteau Belgium 5.6 2.5 Ea 1<br />

6.2 Service support and transition<br />

After SQR, before<br />

-<br />

6.2.1 System Support by System Support Engineer N/A<br />

FOC. NCSA, Casteau Belgium 5.4, 5.6 3.2 Man-days 220 -<br />

6.2.2 Transition of support N/A Before FSA<br />

After SQR, before<br />

NCSA, Casteau Belgium 5.5 3.4 Lot 1 -<br />

System Testing Support by Intermediate Test<br />

FOC, exact dates<br />

6.2.3 Engineer N/A<br />

t.b.d.<br />

After SQR, before<br />

NCSA, Casteau Belgium 4.8 3.5 Man-days 100 -<br />

Data Migration Support by Database<br />

FOC, exact dates<br />

6.2.4 Administrator N/A<br />

t.b.d.<br />

From IOC until<br />

NCSA, Casteau Belgium 4.8 3.6 Man-days 40 -<br />

6.2.5 Updated product baseline Electronic FOC<br />

After FSA, HW - 2<br />

Provided to all N<strong>CO</strong>P sites 5.4 3.7 Lot 1 -<br />

6.2.6 Warranty support<br />

Travel and Per-Diem as mandated by the<br />

N/A years, SW - 1 year NCSA, Casteau Belgium 5.7 3.8 Lot 1 -<br />

Purchaser in direct support of the Contract<br />

To be agreed with<br />

6.3 (amount indicated is not to exceede) N/A<br />

the PM To be agreed with the PM - - Lot 1 25,000.00<br />

Section 1, Page 23 NATO UNCLASSIFIED


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

Item Labour<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 6 - WP DETAIL SHEET<br />

CLIN:6.1 CLIN:6.2 Total CLIN: 6<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

3.1 Project Manager 0<br />

3.2 Project Control Analyst 0<br />

3.3 Webmaster 0<br />

3.4 Contract Security Specialist 0<br />

3.5 Senior Engineer 0<br />

3.6 Senior Network Engineer 0<br />

3.7 Intermediate Network Engineer 0<br />

3.8 Junior Network Engineer 0<br />

3.9 Systems Integration Analyst 0<br />

3.10 Senior Software Programmer 0<br />

3.11 Intermediate Software Programmer 0<br />

3.12 Junior Software Programmer 0<br />

3.13 System Support Engineer 0<br />

3.14 Senior Test Engineer 0<br />

3.15 Intermediate Test Engineer 0<br />

3.16 Intermediate Engineer 0<br />

3.17 Junior Test Engineer 0<br />

3.18 Test Technician 0<br />

3.19 Information Systems Security Engineer 0<br />

3.20 Information Systems Security Specialist 0<br />

3.21 Field Engineer 0<br />

3.22 Senior Technician 0<br />

3.23 Intermediate Technician 0<br />

3.24 Junior Technician 0<br />

3.25 System Management Specialist 0<br />

3.26 Junior Engineer 0<br />

3.27 Senior Systems Engineer 0<br />

3.28 Intermediate Systems Engineer 0<br />

3.29 Junior Systems Engineer 0<br />

3.30 Senior Communications Engineer 0<br />

3.31 Intermediate Communications Engineer 0<br />

3.32 Junior Communications Engineer 0<br />

3.33 Logistics Management Specialist 0<br />

3.34 Quality Assurance Manager 0<br />

3.35 Quality Assurance Specialists 0<br />

3.36 Instructional Systems Designer 0<br />

3.37 Senior Training Materials Developer 0<br />

3.38 Training Materials Developer 0<br />

3.39 CBT Developer 0<br />

3.40 Senior Instructor 0<br />

3.41 Junior Instructor 0<br />

3.42 System Administrator 0<br />

3.43 Network Manager 0<br />

3.44 Logistics Analyst 0<br />

3.45 Database Administrator 0<br />

3.46 Open System Engineer 0<br />

3.47 Operational Support Manager 0<br />

3.48 Inventory Specialist 0<br />

3.49 Shipping and Receiving Clerk 0<br />

3.50 Technical Writer 0<br />

3.51 Senior Configuration Manager 0<br />

3.52 Intermediate Configuration Manager. 0<br />

Section 1. Page 24 NATO UNCLASSIFIED<br />

notes


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

CLIN:6.1 CLIN:6.2 Total CLIN: 6<br />

3.53 Junior Configuration Manager 0<br />

3.54 Data Control Specialist 0<br />

3.55 Senior <strong>CO</strong>P Functional Specialist 0<br />

3.56 Intermediate <strong>CO</strong>P Functional Specialist 0<br />

Total Labour 0 0 0<br />

Item Travel<br />

Transportation Quantity Quantity Total Quantity<br />

Item Per diem Man-Days Man-Days<br />

Total Travel<br />

Total Man-<br />

Days<br />

Item Equipment/Materials/Other Quantity Quantity Quantity<br />

Total Equipment<br />

Task Total<br />

Section 1. Page 25 NATO UNCLASSIFIED<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0


CLIN DESCRIPTION FORM DELIVERY DATE<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 7- PILOT SITES INSTALLATION, ACTIVATION AND TRAINING<br />

PERFORMANCE START DATE: Following SAT completion<br />

DESTINATION<br />

(Incoterm 2000 DDP at<br />

location specified below,<br />

unless otherwise stated<br />

herein or in Part II of the<br />

contract)<br />

SOW<br />

REFERENCE<br />

WP<br />

REFERENCE<br />

UNIT OF<br />

MEASURE<br />

QUANTITY/<br />

MANDAYS<br />

UNIT PRICE TOTAL<br />

PRICE<br />

Euro (EUR)<br />

Pilot Sites Installation, Activation and<br />

During 13 weeks<br />

7 Training See below from WP PSD See below 4, 5 WP 7 See below See below See below -<br />

7.1 Site Surveys<br />

-<br />

7.1.1 Site Survey at SHAPE N/A Fill based on PMS NATO site in Europe 4.9.3 2.1, 2.2 Ea 1 -<br />

7.1.2 Site Survey at HQ SACT N/A Fill based on PMS NATO site in the USA 4.9.3 2.1, 2.2 Ea 1 -<br />

7.1.3 Site Survey at JFC HQ 1 N/A Fill based on PMS NATO site in Europe 4.9.3 2.1, 2.2 Ea 1 -<br />

7.1.4 Site Survey at JFC HQ 2 N/A Fill based on PMS NATO site in Europe 4.9.3 2.1, 2.2 Ea 1 -<br />

7.1.5 Site Survey at CC Maritime HQ N/A Fill based on PMS NATO site in Europe 4.9.3 2.1, 2.2 Ea 1 -<br />

7.1.6 Site Survey at CC Air HQ N/A Fill based on PMS NATO site in Europe 4.9.3 2.1, 2.2 Ea 1 -<br />

7.1.7 Site Survey at CAOC 1 N/A Fill based on PMS NATO site in Europe 4.9.3 2.1, 2.2 Ea 1 -<br />

7.1.8 Site Survey at CAOC 2 N/A Fill based on PMS NATO site in Europe 4.9.3 2.1, 2.2 Ea 1 -<br />

7.1.9 Site Survey at Training Facility N/A Fill based on PMS NATO site in Europe<br />

Kabul International<br />

4.9.3 2.1, 2.2 Ea 1 -<br />

7.1.10 Site Survey at ISAF Joint Command (IJC) N/A Fill based on PMS Airport, Afghanistan 4.9.3 2.1, 2.2 Ea 1 -<br />

Site Survey at ISAF Regional Command South<br />

Kandahar,<br />

7.1.11 (RC-S) N/A Fill based on PMS Afghanistan 4.9.3 2.1, 2.2 Ea 1 -<br />

Site Survey at ISAF Regional Command North<br />

Mazar-e-Sharif,<br />

7.1.12 (RC-N)<br />

Site Survey at ISAF Regional Command West<br />

N/A Fill based on PMS Afghanistan 4.9.3 2.1, 2.2 Ea 1 -<br />

7.1.13 (RC-W)<br />

Site Survey at ISAF Regional Command East<br />

N/A Fill based on PMS Heart, Afghanistan 4.9.3 2.1, 2.2 Ea 1 -<br />

7.1.14 (RC-E) N/A Fill based on PMS Bagram, Afghanistan 4.9.3 2.1, 2.2 Ea 1 -<br />

7.1.15 Site Survey at ISAF HQ N/A Fill based on PMS Kabul, Afghanistan 4.9.3 2.1, 2.2 Ea 1 -<br />

Paper, One week after each<br />

7.1.16 Site Survey Report<br />

Electronic survey NC3A, Website 4.9.3 2.3 Ea 15 NSP NSP<br />

7.2 Installation and Activation<br />

-<br />

7.2.1 NC3A Site Installation and Activation (Testbed System)<br />

-<br />

Site Preparation, Installation and Activation<br />

NC3A, The Hague,<br />

7.2.1.1 Work N/A Fill based on PMS The Netherlands 4.9 3 Lot 1 -<br />

Complete N<strong>CO</strong>P Increment 1 Product Baseline Commissioned<br />

NC3A, The Hague,<br />

7.2.1.2 including all off-the-shelf software components software Fill based on PMS The Netherlands 4.9 3 Lot 1 -<br />

7.2.2 NCSA Site Installation and Activation (Reference System)<br />

-<br />

Site Preparation, Installation and Activation<br />

NCSA, Casteau,<br />

7.2.2.1 Work N/A Fill based on PMS Belgium 4.9 3 Lot 1 -<br />

Section 1, Page 26 NATO UNCLASSIFIED


CLIN DESCRIPTION FORM DELIVERY DATE<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

DESTINATION<br />

(Incoterm 2000 DDP at<br />

location specified below,<br />

unless otherwise stated<br />

herein or in Part II of the<br />

contract)<br />

SOW<br />

REFERENCE<br />

WP<br />

REFERENCE<br />

UNIT OF<br />

MEASURE<br />

QUANTITY/<br />

MANDAYS<br />

UNIT PRICE TOTAL<br />

PRICE<br />

Euro (EUR)<br />

Complete N<strong>CO</strong>P Increment 1 Product Baseline Commissioned<br />

NCSA, Casteau,<br />

7.2.2.2 including all off-the-shelf software components software Fill based on PMS Belgium 4.9 3 Lot 1 -<br />

7.2.3 Operational HQ 1 Site Installation and Activation (Large Node)<br />

-<br />

Site Preparation, Installation and Activation<br />

Authorised site in<br />

7.2.3.1 Work N/A Fill based on PMS Europe 4.9 3 Lot 1 -<br />

Complete N<strong>CO</strong>P Increment 1 Product Baseline Commissioned<br />

Authorised site in<br />

7.2.3.2 including all off-the-shelf software components software Fill based on PMS Europe 4.9 3 Lot 1 -<br />

Paper,<br />

Authorised site in<br />

7.2.3.4 Supporting Documentation<br />

Electronic Fill based on PMS Europe 4.9 3 Ea 1 NSP NSP<br />

7.2.4 Operational HQ 2 Site Installation and Activation (Large Node)<br />

-<br />

Site Preparation, Installation and Activation<br />

Authorised site in<br />

7.2.4.1 Work N/A Fill based on PMS Europe 4.9 3 Lot 1 -<br />

Complete N<strong>CO</strong>P Increment 1 Product Baseline Commissioned<br />

Authorised site in<br />

7.2.4.2 including all off-the-shelf software components software Fill based on PMS Europe 4.9 3 Lot 1 -<br />

Paper,<br />

Authorised site in<br />

7.2.4.4 Supporting Documentation<br />

Electronic Fill based on PMS Europe 4.9 3 Ea 1 NSP NSP<br />

7.2.5 Operational HQ 3 Site Installation and Activation (Standard Node)<br />

-<br />

Site Preparation, Installation and Activation<br />

Authorised site in<br />

7.2.5.1 Work N/A Fill based on PMS Europe 4.9 3 Lot 1 -<br />

Complete N<strong>CO</strong>P Increment 1 Product Baseline Commissioned<br />

Authorised site in<br />

7.2.5.2 including all off-the-shelf software components software Fill based on PMS Europe 4.9 3 Lot 1 -<br />

Paper,<br />

Authorised site in<br />

7.2.5.4 Supporting Documentation<br />

Electronic Fill based on PMS Europe 4.9 3 Ea 1 NSP NSP<br />

7.2.6 ISAF Operational HQ Site Installation and Activation (Large Node)<br />

-<br />

Site Preparation, Installation and Activation<br />

Authorised site in<br />

7.2.6.1 Work N/A Fill based on PMS ISAF 4.9 3 Lot 1 -<br />

Complete N<strong>CO</strong>P Increment 1 Product Baseline Commissioned<br />

Authorised site in<br />

7.2.6.2 including all off-the-shelf software components software Fill based on PMS ISAF 4.9 3 Lot 1 -<br />

Paper,<br />

Authorised site in<br />

7.2.6.4 Supporting Documentation<br />

Electronic Fill based on PMS ISAF 4.9 3 Ea 1 NSP NSP<br />

7.3 Training Support<br />

-<br />

7.3.1 Deployable Training System<br />

-<br />

Commissioned<br />

physical Before training<br />

equipment and delivery in WP5 and NCSA, Casteau,<br />

7.3.1.1 Deployable Training System<br />

software<br />

WP7 Belgium 5.2 4.1 Lot 1 -<br />

Section 1, Page 27 NATO UNCLASSIFIED


CLIN DESCRIPTION FORM DELIVERY DATE<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

DESTINATION<br />

(Incoterm 2000 DDP at<br />

location specified below,<br />

unless otherwise stated<br />

herein or in Part II of the<br />

contract)<br />

SOW<br />

REFERENCE<br />

WP<br />

REFERENCE<br />

UNIT OF<br />

MEASURE<br />

QUANTITY/<br />

MANDAYS<br />

UNIT PRICE TOTAL<br />

PRICE<br />

Euro (EUR)<br />

Transportation and installation of Deployable<br />

Before training<br />

delivery at each All Pilot Sites, NCSA,<br />

7.3.1.2 Training System N/A<br />

Pilot Site NC3A 5.2 4.2, 4.3 Lot 4 -<br />

7.3.2 Training Delivery<br />

During installation<br />

-<br />

7.3.2.1 End-user Training N/A<br />

at the site<br />

During installation<br />

All Pilot Sites 5.2 5.1, 5.2 Ea 4 -<br />

7.3.2.2 <strong>CO</strong>P Manager Training N/A<br />

at the site<br />

During installation<br />

All Pilot Sites 5.2 5.1, 5.2 Ea 4 -<br />

7.3.2.3 <strong>CO</strong>P Manager Assistant Training N/A<br />

at the site<br />

During installation<br />

All Pilot Sites 5.2 5.1, 5.2 Ea 4 -<br />

7.3.2.4 Organizational Node Administrator Training N/A<br />

at the site<br />

During installation<br />

All Pilot Sites 5.2 5.1, 5.2 Ea 4 -<br />

7.3.2.5 Enterprise Administrator Training N/A<br />

at the site All Pilot Sites<br />

NC3A The Hague,<br />

5.2 5.1, 5.2 Ea 4 -<br />

During installation NCSA Casteau,<br />

7.3.2.6 Service Provision Authority Training N/A<br />

at the site Belgium 5.2 5.1, 5.2 Ea 2 -<br />

On-site, Paper, After trainings at All Pilot Sites, NCSA,<br />

7.3.2.7 Training Material Update<br />

Electronic each site NC3A 5.2 5.3 Lot 6 -<br />

7.4 Update Site Installation and Activation Procedures<br />

-<br />

Update Site Installation and Activation On-site, Paper, Within 4 wks after<br />

7.4.1 Procedures<br />

Electronic second site Various NATO sites 4.7 6 Lot 1 -<br />

Section 1, Page 28 NATO UNCLASSIFIED


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

Item Labour<br />

CLIN:7.1 CLIN:7.2 CLIN:7.3 CLIN:7.4 Total CLIN:7<br />

3.1 Project Manager 0<br />

3.2 Project Control Analyst 0<br />

3.3 Webmaster 0<br />

3.4 Contract Security Specialist 0<br />

3.5 Senior Engineer 0<br />

3.6 Senior Network Engineer 0<br />

3.7 Intermediate Network Engineer 0<br />

3.8 Junior Network Engineer 0<br />

3.9 Systems Integration Analyst 0<br />

3.10 Senior Software Programmer 0<br />

3.11 Intermediate Software Programmer 0<br />

3.12 Junior Software Programmer 0<br />

3.13 System Support Engineer 0<br />

3.14 Senior Test Engineer 0<br />

3.15 Intermediate Test Engineer 0<br />

3.16 Intermediate Engineer 0<br />

3.17 Junior Test Engineer 0<br />

3.18 Test Technician 0<br />

3.19 Information Systems Security Engineer 0<br />

3.20 Information Systems Security Specialist 0<br />

3.21 Field Engineer 0<br />

3.22 Senior Technician 0<br />

3.23 Intermediate Technician 0<br />

3.24 Junior Technician 0<br />

3.25 System Management Specialist 0<br />

3.26 Junior Engineer 0<br />

3.27 Senior Systems Engineer 0<br />

3.28 Intermediate Systems Engineer 0<br />

3.29 Junior Systems Engineer 0<br />

3.30 Senior Communications Engineer 0<br />

3.31 Intermediate Communications Engineer 0<br />

3.32 Junior Communications Engineer 0<br />

3.33 Logistics Management Specialist 0<br />

3.34 Quality Assurance Manager 0<br />

3.35 Quality Assurance Specialists 0<br />

3.36 Instructional Systems Designer 0<br />

3.37 Senior Training Materials Developer 0<br />

3.38 Training Materials Developer 0<br />

3.39 CBT Developer 0<br />

3.40 Senior Instructor 0<br />

3.41 Junior Instructor 0<br />

3.42 System Administrator 0<br />

3.43 Network Manager 0<br />

3.44 Logistics Analyst 0<br />

3.45 Database Administrator 0<br />

3.46 Open System Engineer 0<br />

3.47 Operational Support Manager 0<br />

3.48 Inventory Specialist 0<br />

3.49 Shipping and Receiving Clerk 0<br />

3.50 Technical Writer 0<br />

3.51 Senior Configuration Manager 0<br />

3.52 Intermediate Configuration Manager. 0<br />

3.53 Junior Configuration Manager 0<br />

3.54 Data Control Specialist 0<br />

3.55 Senior <strong>CO</strong>P Functional Specialist 0<br />

3.56 Intermediate <strong>CO</strong>P Functional Specialist 0<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Total Labour 0 0 0 0 0<br />

Item Travel<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 7 - WP DETAIL SHEET<br />

Section 1. Page 29 NATO UNCLASSIFIED<br />

notes


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

CLIN:7.1 CLIN:7.2 CLIN:7.3 CLIN:7.4 Total CLIN:7<br />

Transportation Quantity Quantity Quantity Quantity<br />

Item Per diem Man-Days Man-Days Man-Days Man-Days<br />

Total Travel<br />

Total<br />

Quantity<br />

Total Man-<br />

Days<br />

Item Equipment/Materials/Other Quantity Quantity Quantity Quantity Quantity<br />

Total Equipment<br />

Task Total<br />

Section 1. Page 30 NATO UNCLASSIFIED<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0


CLIN DESCRIPTION FORM DELIVERY<br />

DATE<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 8 - SUPPORT TO INITIAL OPERATIONAL TESTING AND EVALUATION<br />

PERFORMANCE START DATE: Following Site Activation of the first Pilot Site in WP7<br />

DESTINATION<br />

(Incoterm 2000 DDP at<br />

location specified below,<br />

unless otherwise stated<br />

herein or in Part II of the<br />

contract)<br />

SOW<br />

REFERENCE<br />

WP<br />

REFERENCE<br />

UNIT OF<br />

MEASURE<br />

QUANTITY/<br />

MANDAYS<br />

UNIT PRICE TOTAL<br />

PRICE<br />

Euro (EUR)<br />

8<br />

Support to Initial Operational Testing and<br />

Evaluation See below During 12 weeks See below 4 WP 8 See below See below See below 35,000.00<br />

8.1 On Site Support for N<strong>CO</strong>P system utilsation at Pilot Operational Sites<br />

-<br />

8.1.1 Senior <strong>CO</strong>P Specialist at Operational HQ 1<br />

Senior or Intermediate <strong>CO</strong>P Specialist at<br />

N/A Fill based on PMS A site in Europe 4.7 2.1 Man-days 20 -<br />

8.1.2 Operational HQ 1 N/A Fill based on PMS A site in Europe 4.7 2.1 Man-days 20 -<br />

8.1.3 Senior <strong>CO</strong>P Specialist at Operational HQ 2<br />

Senior or Intermediate <strong>CO</strong>P Specialist at<br />

N/A Fill based on PMS A site in Europe 4.7 2.1 Man-days 20 -<br />

8.1.4 Operational HQ 2 N/A Fill based on PMS A site in Europe 4.7 2.1 Man-days 20 -<br />

8.1.5 Senior <strong>CO</strong>P Specialist at Operational HQ 3<br />

Senior or Intermediate <strong>CO</strong>P Specialist at<br />

N/A Fill based on PMS A site in Europe 4.7 2.1 Man-days 20 -<br />

8.1.6 Operational HQ 3 N/A Fill based on PMS A site in Europe 4.7 2.1 Man-days 20 -<br />

8.1.7 Senior <strong>CO</strong>P Specialist at ISAF Operational Site<br />

Senior or Intermediate <strong>CO</strong>P Specialist at ISAF<br />

N/A Fill based on PMS A site in ISAF 4.7 2.1 Man-days 20 -<br />

8.1.8 Operational Site N/A Fill based on PMS A site in ISAF 4.7 2.1 Man-days 20 -<br />

8.2 Exercise Support<br />

-<br />

8.2.1 Senior <strong>CO</strong>P Specialist at Operational HQ 1<br />

Senior or Intermediate <strong>CO</strong>P Specialist at<br />

N/A Fill based on PMS A site in Europe 4.8 2.2 Man-days 15 -<br />

8.2.2 Operational HQ 1 N/A Fill based on PMS A site in Europe 4.8 2.2 Man-days 15 -<br />

8.2.3 Senior <strong>CO</strong>P Specialist at Operational HQ 2<br />

Senior or Intermediate <strong>CO</strong>P Specialist at<br />

N/A Fill based on PMS A site in Europe 4.8 2.2 Man-days 15 -<br />

8.2.4 Operational HQ 2 N/A Fill based on PMS A site in Europe 4.8 2.2 Man-days 15 -<br />

8.2.5 Senior <strong>CO</strong>P Specialist at Operational HQ 3<br />

Senior or Intermediate <strong>CO</strong>P Specialist at<br />

N/A Fill based on PMS A site in Europe 4.8 2.2 Man-days 15 -<br />

8.2.6 Operational HQ 3 N/A Fill based on PMS A site in Europe 4.8 2.2 Man-days 15 -<br />

8.3 IOT&E Results<br />

-<br />

Paper, WP PSD +4w<br />

8.3.1 Site Operational Test (SOT) report<br />

Travel and Per-Diem as mandated by the<br />

Electronic WP PSD +12w NC3A, Website 4.7 2.3 Ea 1 -<br />

Purchaser in direct support of the Contract<br />

To be agreed with To be agreed with the<br />

8.4 (amount indicated is not to exceede) N/A<br />

the PM<br />

PM - - Lot 1 35,000.00


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

Item Labour<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 8 - WP DETAIL SHEET<br />

CLIN:8.1 CLIN:8.2 CLIN:8.3 Total CLIN:8<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

3.1 Project Manager 0<br />

3.2 Project Control Analyst 0<br />

3.3 Webmaster 0<br />

3.4 Contract Security Specialist 0<br />

3.5 Senior Engineer 0<br />

3.6 Senior Network Engineer 0<br />

3.7 Intermediate Network Engineer 0<br />

3.8 Junior Network Engineer 0<br />

3.9 Systems Integration Analyst 0<br />

3.10 Senior Software Programmer 0<br />

3.11 Intermediate Software Programmer 0<br />

3.12 Junior Software Programmer 0<br />

3.13 System Support Engineer 0<br />

3.14 Senior Test Engineer 0<br />

3.15 Intermediate Test Engineer 0<br />

3.16 Intermediate Engineer 0<br />

3.17 Junior Test Engineer 0<br />

3.18 Test Technician 0<br />

3.19 Information Systems Security Engineer 0<br />

3.20 Information Systems Security Specialist 0<br />

3.21 Field Engineer 0<br />

3.22 Senior Technician 0<br />

3.23 Intermediate Technician 0<br />

3.24 Junior Technician 0<br />

3.25 System Management Specialist 0<br />

3.26 Junior Engineer 0<br />

3.27 Senior Systems Engineer 0<br />

3.28 Intermediate Systems Engineer 0<br />

3.29 Junior Systems Engineer 0<br />

3.30 Senior Communications Engineer 0<br />

3.31 Intermediate Communications Engineer 0<br />

3.32 Junior Communications Engineer 0<br />

3.33 Logistics Management Specialist 0<br />

3.34 Quality Assurance Manager 0<br />

3.35 Quality Assurance Specialists 0<br />

3.36 Instructional Systems Designer 0<br />

3.37 Senior Training Materials Developer 0<br />

3.38 Training Materials Developer 0<br />

3.39 CBT Developer 0<br />

3.40 Senior Instructor 0<br />

3.41 Junior Instructor 0<br />

3.42 System Administrator 0<br />

3.43 Network Manager 0<br />

3.44 Logistics Analyst 0<br />

3.45 Database Administrator 0<br />

3.46 Open System Engineer 0<br />

3.47 Operational Support Manager 0<br />

3.48 Inventory Specialist 0<br />

3.49 Shipping and Receiving Clerk 0<br />

3.50 Technical Writer 0<br />

3.51 Senior Configuration Manager 0<br />

3.52 Intermediate Configuration Manager. 0<br />

3.53 Junior Configuration Manager 0<br />

3.54 Data Control Specialist 0<br />

notes


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

3.55 Senior <strong>CO</strong>P Functional Specialist 0<br />

3.56 Intermediate <strong>CO</strong>P Functional Specialist 0<br />

Total Labour 0 0 0 0<br />

Item Travel<br />

Transportation Quantity Quantity Quantity<br />

Item Per diem Man-Days Man-Days Man-Days<br />

Total Travel<br />

Total<br />

Quantity<br />

Total Man-<br />

Days<br />

Item Equipment/Materials/Other Quantity Quantity Quantity Quantity<br />

Total Equipment<br />

Task Total<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0


CLIN DESCRIPTION FORM DELIVERY<br />

DATE<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 9 - ADDED DEVELOPMENT AND TESTING<br />

(EVALUATED <strong>CO</strong>NTRACT OPTION)<br />

PERFORMANCE START DATE: To be defined by the Purchaser<br />

DESTINATION<br />

(Incoterm 2000 DDP at location<br />

specified below, unless otherwise<br />

stated herein or in Part II of the<br />

contract)<br />

SOW<br />

REFERENC<br />

E<br />

WP<br />

REFERENC<br />

E<br />

UNIT OF<br />

MEASURE<br />

QUANTITY/<br />

MANDAYS<br />

UNIT PRICE TOTAL PRICE<br />

Euro (EUR)<br />

9 Added Development and Testing During 12 weeks See below 3, 4, 5 WP 9 See below See below See below -<br />

9.1 System Analysis, Design and Development<br />

Change requests for additional scope with<br />

-<br />

9.1.1 pricing for each new requirements N/A At WP PSD Contractor's site 4.4 3.1 Lot 1 -<br />

Adaptation of system design by a Senior<br />

To be defined by the<br />

9.1.2 Software Programmer N/A Purchaser Contractor's site 4.5 2, 3.2 Man-days 40 -<br />

System Development and Integration by an<br />

To be defined by the Contractor's site, NC3A The<br />

9.1.3 Intermediate Software Programmer N/A Purchaser Hague 4.6 2, 3.3 Man-days 260 -<br />

9.2 System Testing<br />

-<br />

9.2.1 Security Testing N/A<br />

To be defined by the<br />

Purchaser<br />

To be defined by the<br />

NCSA Casteau, Belgium 4.7.9 4.1 Ea 1 -<br />

9.2.2 System Integration Test (SIT) N/A Purchaser NC3A The Hague 4.7.9 4.2 Ea 1 -<br />

System Support and Maintenance Acceptance<br />

To be defined by the<br />

9.2.3 Test (SSMAT) N/A Purchaser NCSA Casteau, Belgium 4.7.9 4.3 Ea 1 -<br />

To be defined by the NCSA Casteau, Belgium and<br />

9.2.4 User Acceptance Test (UAT) N/A Purchaser other NATO site in Europe 4.7.9 4.4 Lot 1 -<br />

Support to IT&V and Independent Security<br />

To be defined by the<br />

9.2.5 Testing N/A Purchaser NCSA Casteau, Belgium 4.7.9 4.6 Lot 1 -<br />

9.3 Updating Baselines<br />

-<br />

Paper, To be defined by the NCSA Casteau, Belgium;<br />

9.3.1 Summary Test Report<br />

Electronic Purchaser Website 4.5.6 4.5 Ea 1 -<br />

Paper, To be defined by the<br />

9.3.2 Product Baseline Delivery (next version) Electronic Purchaser NCSA Casteau, Belgium 3.13, 4.7 4.5 Lot 1 -<br />

Update of the Training Materials, courses and Paper, To be defined by the<br />

9.3.3 aids.<br />

Electronic Purchaser NC3A, The Hague 5.3 4.5 Lot 1 -


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

Item Labour<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 9 - WP DETAIL SHEET<br />

CLIN: 9.1 CLIN: 9.2 CLIN: 9.3 Total CLIN:9<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

3.1 Project Manager 0<br />

3.2 Project Control Analyst 0<br />

3.3 Webmaster 0<br />

3.4 Contract Security Specialist 0<br />

3.5 Senior Engineer 0<br />

3.6 Senior Network Engineer 0<br />

3.7 Intermediate Network Engineer 0<br />

3.8 Junior Network Engineer 0<br />

3.9 Systems Integration Analyst 0<br />

3.10 Senior Software Programmer 0<br />

3.11 Intermediate Software Programmer 0<br />

3.12 Junior Software Programmer 0<br />

3.13 System Support Engineer 0<br />

3.14 Senior Test Engineer 0<br />

3.15 Intermediate Test Engineer 0<br />

3.16 Intermediate Engineer 0<br />

3.17 Junior Test Engineer 0<br />

3.18 Test Technician 0<br />

3.19 Information Systems Security Engineer 0<br />

3.20 Information Systems Security Specialist 0<br />

3.21 Field Engineer 0<br />

3.22 Senior Technician 0<br />

3.23 Intermediate Technician 0<br />

3.24 Junior Technician 0<br />

3.25 System Management Specialist 0<br />

3.26 Junior Engineer 0<br />

3.27 Senior Systems Engineer 0<br />

3.28 Intermediate Systems Engineer 0<br />

3.29 Junior Systems Engineer 0<br />

3.30 Senior Communications Engineer 0<br />

3.31 Intermediate Communications Engineer 0<br />

3.32 Junior Communications Engineer 0<br />

3.33 Logistics Management Specialist 0<br />

3.34 Quality Assurance Manager 0<br />

3.35 Quality Assurance Specialists 0<br />

3.36 Instructional Systems Designer 0<br />

3.37 Senior Training Materials Developer 0<br />

3.38 Training Materials Developer 0<br />

3.39 CBT Developer 0<br />

3.40 Senior Instructor 0<br />

3.41 Junior Instructor 0<br />

3.42 System Administrator 0<br />

3.43 Network Manager 0<br />

3.44 Logistics Analyst 0<br />

3.45 Database Administrator 0<br />

3.46 Open System Engineer 0<br />

3.47 Operational Support Manager 0<br />

3.48 Inventory Specialist 0<br />

3.49 Shipping and Receiving Clerk 0<br />

3.50 Technical Writer 0<br />

3.51 Senior Configuration Manager 0<br />

3.52 Intermediate Configuration Manager. 0<br />

3.53 Junior Configuration Manager 0<br />

3.54 Data Control Specialist 0<br />

3.55 Senior <strong>CO</strong>P Functional Specialist 0<br />

3.56 Intermediate <strong>CO</strong>P Functional Specialist 0<br />

Total Labour 0 0 0 0<br />

notes


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

Item Travel<br />

Transportation Quantity Quantity Quantity<br />

Item Per diem Man-Days Man-Days Man-Days<br />

Total Travel<br />

Total<br />

Quantity<br />

Total Man-<br />

Days<br />

Item Equipment/Materials/Other Quantity Quantity Quantity Quantity<br />

Total Equipment<br />

Task Total<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0


CLIN DESCRIPTION FORM DELIVERY<br />

DATE<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 10 - SITES INSTALLATION, ACTIVATION AND TRAINING<br />

PERFORMANCE START DATE: IOC<br />

DESTINATION<br />

(Incoterm 2000 DDP at<br />

location specified below,<br />

unless otherwise stated herein<br />

or in Part II of the contract)<br />

SOW<br />

REFERENCE<br />

WP<br />

REFERENCE<br />

UNIT OF<br />

MEASURE<br />

QUANTITY/<br />

MANDAYS<br />

UNIT PRICE TOTAL<br />

PRICE<br />

Euro (EUR)<br />

10 Sites Installation, Activation and Training See below During 24 weeks See below 4, 5 WP 10 See below See below See below -<br />

10.1 Installation and Activation at "Large" configuration sites<br />

-<br />

10.1.1 SHAPE Installation and Activation<br />

-<br />

10.1.1.1 Site Upgrade Work N/A<br />

Commissioned<br />

Fill based on PMS NATO site in Europe 4.9 3 Lot 2 -<br />

10.1.1.2 N<strong>CO</strong>P Increment 1 Product Baseline upgrade software<br />

Paper,<br />

Fill based on PMS NATO site in Europe 4.9 3 Lot 2 -<br />

10.1.1.3 Supporting Documentation upgrade<br />

Electronic Fill based on PMS NATO site in Europe 4.9 3 Lot 2 NSP NSP<br />

10.1.2 HQ SACT Installation and Activation<br />

Site Preparation, Installation and Activation<br />

-<br />

10.1.2.1 Work N/A Fill based on PMS NATO site in the USA 4.9 3 Lot 1 -<br />

Complete N<strong>CO</strong>P Increment 1 Product Baseline Commissioned<br />

10.1.2.2 including all off-the-shelf software components software<br />

Paper,<br />

Fill based on PMS NATO site in the USA 4.9 3 Lot 1 -<br />

10.1.2.3 Supporting Documentation<br />

Electronic Fill based on PMS NATO site in the USA 4.9 3 Lot 1 NSP NSP<br />

10.1.3 JFC 1 Installation and Activation<br />

-<br />

10.1.3.1 Site Upgrade Work N/A<br />

Commissioned<br />

Fill based on PMS NATO site in Europe 4.9 3 Lot 1 -<br />

10.1.3.2 N<strong>CO</strong>P Increment 1 Product Baseline upgrade software<br />

Paper,<br />

Fill based on PMS NATO site in Europe 4.9 3 Lot 1 -<br />

10.1.3.3 Supporting Documentation upgrade<br />

Electronic Fill based on PMS NATO site in Europe 4.9 3 Lot 1 NSP NSP<br />

10.1.4 JFC 2 Installation and Activation<br />

Site Preparation, Installation and Activation<br />

-<br />

10.1.4.1 Work N/A Fill based on PMS NATO site in Europe 4.9 3 Lot 1 -<br />

Complete N<strong>CO</strong>P Increment 1 Product Baseline Commissioned<br />

10.1.4.2 including all off-the-shelf software components software<br />

Paper,<br />

Fill based on PMS NATO site in Europe 4.9 3 Lot 1 -<br />

10.1.4.3 Supporting Documentation<br />

Electronic Fill based on PMS NATO site in Europe 4.9 3 Lot 1 NSP NSP<br />

10.1.5 First ISAF Site Installation and Activation<br />

-<br />

10.1.5.1 Site Upgrade Work N/A<br />

Commissioned<br />

Fill based on PMS NATO site in ISAF 4.9 3 Lot 1 -<br />

10.1.5.2 N<strong>CO</strong>P Increment 1 Product Baseline upgrade software Fill based on PMS NATO site in ISAF 4.9 3 Lot 1 -<br />

Section 1, Page 37 NATO UNCLASSIFIED


CLIN DESCRIPTION FORM DELIVERY<br />

DATE<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

DESTINATION<br />

(Incoterm 2000 DDP at<br />

location specified below,<br />

unless otherwise stated herein<br />

or in Part II of the contract)<br />

SOW<br />

REFERENCE<br />

WP<br />

REFERENCE<br />

UNIT OF<br />

MEASURE<br />

QUANTITY/<br />

MANDAYS<br />

UNIT PRICE TOTAL<br />

PRICE<br />

Euro (EUR)<br />

10.1.5.3 Supporting Documentation upgrade<br />

Paper,<br />

Electronic Fill based on PMS NATO site in ISAF 4.9 3 Lot 1 NSP NSP<br />

10.1.6 Second ISAF Site Installation and Activation<br />

Site Preparation, Installation and Activation<br />

-<br />

10.1.6.1 Work N/A Fill based on PMS NATO site in ISAF 4.9 3 Lot 1 -<br />

Complete N<strong>CO</strong>P Increment 1 Product Baseline Commissioned<br />

10.1.6.2 including all off-the-shelf software components software<br />

Paper,<br />

Fill based on PMS NATO site in ISAF 4.9 3 Lot 1 -<br />

10.1.6.3 Supporting Documentation<br />

Electronic Fill based on PMS NATO site in ISAF 4.9 3 Lot 1 NSP NSP<br />

10.2 Installation and Activation at "Standard" configuration sites<br />

-<br />

10.2.1 CC Maritime HQ Installation and Activation<br />

Site Preparation, Installation and Activation<br />

-<br />

10.2.1.1 Work N/A Fill based on PMS NATO site in Europe 4.9 3 Lot 1 -<br />

Complete N<strong>CO</strong>P Increment 1 Product Baseline Commissioned<br />

10.2.1.2 including all off-the-shelf software components software<br />

Paper,<br />

Fill based on PMS NATO site in Europe 4.9 3 Lot 1 -<br />

10.2.1.3 Supporting Documentation<br />

Electronic Fill based on PMS NATO site in Europe 4.9 3 Lot 1 NSP NSP<br />

10.2.2 CC Air HQ Installation and Activation<br />

-<br />

10.2.2.1 Site Upgrade Work N/A<br />

Commissioned<br />

Fill based on PMS NATO site in Europe 4.9 3 Lot 1 -<br />

10.2.2.2 N<strong>CO</strong>P Increment 1 Product Baseline upgrade software<br />

Paper,<br />

Fill based on PMS NATO site in Europe 4.9 3 Lot 1 -<br />

10.2.2.3 Supporting Documentation upgrade<br />

Electronic Fill based on PMS NATO site in Europe 4.9 3 Lot 1 NSP NSP<br />

10.2.3 ISAF RC-North Installation and Activation<br />

-<br />

Site Preparation, Installation and Activation<br />

Mazar-e-Sharif,<br />

10.2.3.1 Work N/A Fill based on PMS Afghanistan 4.9 3 Lot 1 -<br />

Complete N<strong>CO</strong>P Increment 1 Product Baseline Commissioned<br />

Mazar-e-Sharif,<br />

10.2.3.2 including all off-the-shelf software components software Fill based on PMS Afghanistan 4.9 3 Lot 1 -<br />

Paper,<br />

Mazar-e-Sharif,<br />

10.2.3.3 Supporting Documentation<br />

Electronic Fill based on PMS Afghanistan 4.9 3 Lot 1 NSP NSP<br />

10.2.4 ISAF RC-West Installation and Activation<br />

Site Preparation, Installation and Activation<br />

-<br />

10.2.4.1 Work N/A Fill based on PMS Harat, Afghanistan 4.9 3 Lot 1 -<br />

Complete N<strong>CO</strong>P Increment 1 Product Baseline Commissioned<br />

10.2.4.2 including all off-the-shelf software components software<br />

Paper,<br />

Fill based on PMS Harat, Afghanistan 4.9 3 Lot 1 -<br />

10.2.4.3 Supporting Documentation<br />

Electronic Fill based on PMS Harat, Afghanistan 4.9 3 Lot 1 NSP NSP<br />

10.2.5 ISAF RC-East Installation and Activation<br />

Site Preparation, Installation and Activation<br />

-<br />

10.2.5.1 Work N/A Fill based on PMS Bagram, Afghanistan 4.9 3 Lot 1 -<br />

Section 1, Page 38 NATO UNCLASSIFIED


CLIN DESCRIPTION FORM DELIVERY<br />

DATE<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

DESTINATION<br />

(Incoterm 2000 DDP at<br />

location specified below,<br />

unless otherwise stated herein<br />

or in Part II of the contract)<br />

SOW<br />

REFERENCE<br />

WP<br />

REFERENCE<br />

UNIT OF<br />

MEASURE<br />

QUANTITY/<br />

MANDAYS<br />

UNIT PRICE TOTAL<br />

PRICE<br />

Euro (EUR)<br />

Complete N<strong>CO</strong>P Increment 1 Product Baseline Commissioned<br />

10.2.5.2 including all off-the-shelf software components software<br />

Paper,<br />

Fill based on PMS Bagram, Afghanistan 4.9 3 Lot 1 -<br />

10.2.5.3 Supporting Documentation<br />

Electronic Fill based on PMS Bagram, Afghanistan 4.9 3 Lot 1 NSP NSP<br />

10.3 Installation and Activation at "Visualisation" configuration sites<br />

-<br />

10.3.1 CAOC 1 Installation and Activation<br />

Site Preparation, Installation and Activation<br />

-<br />

10.3.1.1 Work N/A<br />

Paper,<br />

Fill based on PMS NATO site in Europe 4.9 3 Lot 1 -<br />

10.3.1.2 Supporting Documentation<br />

Electronic Fill based on PMS NATO site in Europe 4.9 3 Lot 1 NSP NSP<br />

10.3.2 CAOC 2 Installation and Activation<br />

Site Preparation, Installation and Activation<br />

-<br />

10.3.2.1 Work N/A<br />

Paper,<br />

Fill based on PMS NATO site in Europe 4.9 3 Lot 1 -<br />

10.3.2.2 Supporting Documentation<br />

Electronic Fill based on PMS NATO site in Europe 4.9 3 Lot 1 NSP NSP<br />

10.3.3 ISAF HQ Installation and Activation<br />

Site Preparation, Installation and Activation<br />

-<br />

10.3.3.1 Work N/A<br />

Paper,<br />

Fill based on PMS Kabul, Afghanistan 4.9 3 Lot 1 -<br />

10.3.3.2 Supporting Documentation<br />

Electronic Fill based on PMS Kabul, Afghanistan 4.9 3 Lot 1 NSP NSP<br />

10.4 Installation and Activation at "Training" configuration Sites<br />

-<br />

10.4.1 Training Facility Installation and Activation<br />

Site Preparation, Installation and Activation<br />

-<br />

10.4.1.1 Work N/A Fill based on PMS NATO site in Europe 4.9 3 Lot 1 -<br />

Complete N<strong>CO</strong>P Increment 1 Product Baseline Commissioned<br />

10.4.1.2 including all off-the-shelf software components software<br />

Paper,<br />

Fill based on PMS NATO site in Europe 4.9 3 Lot 1 -<br />

10.4.1.3 Supporting Documentation<br />

Electronic Fill based on PMS NATO site in Europe 4.9 3 Lot 1 NSP NSP<br />

10.5 Installation and Activation at "Reference" configuration Sites<br />

-<br />

10.5.1 NCSA Site Installation and Activation (Reference System)<br />

-<br />

10.5.1.1 System Upgrade N/A Fill based on PMS NCSA, Casteau, Belgium 4.9 3 Lot 1 -<br />

Complete N<strong>CO</strong>P Increment 1 Product Baseline Commissioned<br />

10.5.1.2 including all off-the-shelf software components software<br />

Paper,<br />

Fill based on PMS NCSA, Casteau, Belgium 4.9 3 Lot 1 -<br />

10.5.1.3 Supporting Documentation<br />

Electronic Fill based on PMS NCSA, Casteau, Belgium 4.9 3 Lot 1 NSP NSP<br />

10.5.2 NC3A Site Installation and Activation (Testbed System)<br />

-<br />

10.5.2.1 System Upgrade N/A Fill based on PMS<br />

NC3A, The Hague, The<br />

Netherlands 4.9 3 Lot 1 -<br />

Section 1, Page 39 NATO UNCLASSIFIED


CLIN DESCRIPTION FORM DELIVERY<br />

DATE<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

DESTINATION<br />

(Incoterm 2000 DDP at<br />

location specified below,<br />

unless otherwise stated herein<br />

or in Part II of the contract)<br />

SOW<br />

REFERENCE<br />

WP<br />

REFERENCE<br />

UNIT OF<br />

MEASURE<br />

QUANTITY/<br />

MANDAYS<br />

UNIT PRICE TOTAL<br />

PRICE<br />

Euro (EUR)<br />

Complete N<strong>CO</strong>P Increment 1 Product Baseline Commissioned<br />

NC3A, The Hague, The<br />

10.5.2.2 including all off-the-shelf software components software Fill based on PMS Netherlands 4.9 3 Lot 1 -<br />

Paper,<br />

NC3A, The Hague, The<br />

10.5.2.3 Supporting Documentation<br />

Electronic Fill based on PMS Netherlands 4.9 3 Lot 1 NSP NSP<br />

10.5.3 ISAF Staging environment Installation and Activation<br />

Site Preparation, Installation and Activation<br />

-<br />

10.5.3.1 Work N/A Fill based on PMS Lambersart, France 4.9 3 Lot 1 -<br />

Complete N<strong>CO</strong>P Increment 1 Product Baseline Commissioned<br />

10.5.3.2 including all off-the-shelf software components software<br />

Paper,<br />

Fill based on PMS Lambersart, France 4.9 3 Lot 1 -<br />

10.5.3.3 Supporting Documentation<br />

Electronic Fill based on PMS Lambersart, France 4.9 3 Lot 1 NSP NSP<br />

10.5.4 Deployable Training System Upgrade<br />

-<br />

10.5.4.1 System Upgrade N/A<br />

Before first training<br />

delivery in WP10<br />

Site in Europe, to be<br />

determined 5.2 4.1 Lot 1 -<br />

Complete N<strong>CO</strong>P Increment 1 Product Baseline Commissioned<br />

Site in Europe, to be<br />

10.5.4.2 including all off-the-shelf software components software Fill based on PMS determined 4.9 3 Lot 1 -<br />

Paper,<br />

Site in Europe, to be<br />

10.5.4.3 Supporting Documentation<br />

Electronic Fill based on PMS determined 4.9 3 Lot 1 NSP NSP<br />

10.6 Training Support -<br />

10.6.1 Deployable Training System<br />

-<br />

10.6.1.1 Deployment of the Deployable Training System N/A<br />

Before training<br />

delivery at each site Authorised sites 5.2 4.2, 4.3 Lot 15 -<br />

10.6.2 Training Delivery<br />

-<br />

During installation Authorised sites in<br />

10.6.2.1 End-user Training in Europe N/A<br />

at the site Europe 5.2 5 Ea 9 -<br />

During installation Authorised sites in<br />

10.6.2.2 End-user Training in ISAF N/A<br />

at the site ISAF 5.2 5 Ea 6 -<br />

During installation Authorised sites in<br />

10.6.2.3 <strong>CO</strong>P Manager Training in Europe N/A<br />

at the site Europe 5.2 5 Ea 3 -<br />

During installation Authorised sites in<br />

10.6.2.4 <strong>CO</strong>P Manager Training in ISAF N/A<br />

at the site ISAF 5.2 5 Ea 2 -<br />

During installation Authorised sites in<br />

10.6.2.5 <strong>CO</strong>P Manager Assistant Training in Europe N/A<br />

at the site Europe 5.2 5 Ea 3 -<br />

During installation Authorised sites in<br />

10.6.2.6 <strong>CO</strong>P Manager Assistant Training in ISAF N/A<br />

at the site ISAF 5.2 5 Ea 2 -<br />

Organizational Node Administrator Training in<br />

During installation Authorised sites in<br />

10.6.2.7 Europe N/A<br />

at the site Europe 5.2 5 Ea 5 -<br />

Organizational Node Administrator Training in<br />

During installation Authorised sites in<br />

10.6.2.8 ISAF N/A<br />

at the site ISAF 5.2 5 Ea 6 -<br />

Section 1, Page 40 NATO UNCLASSIFIED


CLIN DESCRIPTION FORM DELIVERY<br />

DATE<br />

10.6.2.9 Enterprise Adminstrator Training in Europe N/A<br />

10.6.2.10 Enterprise Adminstrator Training in ISAF N/A<br />

10.6.2.11 Service Provision Authority Training in Europe N/A<br />

10.6.2.12 Service Provision Authority Training in ISAF N/A<br />

NSP - Not Separately Priced<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

DESTINATION<br />

(Incoterm 2000 DDP at<br />

location specified below,<br />

unless otherwise stated herein<br />

or in Part II of the contract)<br />

Section 1, Page 41 NATO UNCLASSIFIED<br />

SOW<br />

REFERENCE<br />

WP<br />

REFERENCE<br />

UNIT OF<br />

MEASURE<br />

QUANTITY/<br />

MANDAYS<br />

UNIT PRICE TOTAL<br />

PRICE<br />

Euro (EUR)<br />

During installation Authorised sites in<br />

at the site Europe 5.2 5 Ea 5 -<br />

During installation Authorised sites in<br />

at the site ISAF 5.2 5 Ea 2 -<br />

During installation Authorised sites in<br />

at the site Europe 5.2 5 Ea 5 -<br />

During installation Authorised sites in<br />

at the site ISAF 5.2 5 Ea 6 -


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

Item Labour<br />

WORK PACKAGE 10 - WP DETAIL SHEET<br />

CLIN: 10.1 CLIN: 10.2 CLIN: 10.3 CLIN: 10.4 CLIN: 10.5 CLIN: 10.6 Total CLIN:10<br />

Staff<br />

Days<br />

3.1 Project Manager 0<br />

3.2 Project Control Analyst 0<br />

3.3 Webmaster 0<br />

3.4 Contract Security Specialist 0<br />

3.5 Senior Engineer 0<br />

3.6 Senior Network Engineer 0<br />

3.7 Intermediate Network Engineer 0<br />

3.8 Junior Network Engineer 0<br />

3.9 Systems Integration Analyst 0<br />

3.10 Senior Software Programmer 0<br />

3.11 Intermediate Software Programmer 0<br />

3.12 Junior Software Programmer 0<br />

3.13 System Support Engineer 0<br />

3.14 Senior Test Engineer 0<br />

3.15 Intermediate Test Engineer 0<br />

3.16 Intermediate Engineer 0<br />

3.17 Junior Test Engineer 0<br />

3.18 Test Technician 0<br />

3.19 Information Systems Security Engineer 0<br />

3.20 Information Systems Security Specialist 0<br />

3.21 Field Engineer 0<br />

3.22 Senior Technician 0<br />

3.23 Intermediate Technician 0<br />

3.24 Junior Technician 0<br />

3.25 System Management Specialist 0<br />

3.26 Junior Engineer 0<br />

3.27 Senior Systems Engineer 0<br />

3.28 Intermediate Systems Engineer 0<br />

3.29 Junior Systems Engineer 0<br />

3.30 Senior Communications Engineer 0<br />

3.31 Intermediate Communications Engineer 0<br />

3.32 Junior Communications Engineer 0<br />

3.33 Logistics Management Specialist 0<br />

3.34 Quality Assurance Manager 0<br />

3.35 Quality Assurance Specialists 0<br />

3.36 Instructional Systems Designer 0<br />

3.37 Senior Training Materials Developer 0<br />

3.38 Training Materials Developer 0<br />

3.39 CBT Developer 0<br />

3.40 Senior Instructor 0<br />

3.41 Junior Instructor 0<br />

3.42 System Administrator 0<br />

3.43 Network Manager 0<br />

3.44 Logistics Analyst 0<br />

Section 1. Page 42 NATO UNCLASSIFIED<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

notes


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

CLIN: 10.1 CLIN: 10.2 CLIN: 10.3 CLIN: 10.4 CLIN: 10.5 CLIN: 10.6 Total CLIN:10<br />

3.45 Database Administrator 0<br />

3.46 Open System Engineer 0<br />

3.47 Operational Support Manager 0<br />

3.48 Inventory Specialist 0<br />

3.49 Shipping and Receiving Clerk 0<br />

3.50 Technical Writer 0<br />

3.51 Senior Configuration Manager 0<br />

3.52 Intermediate Configuration Manager. 0<br />

3.53 Junior Configuration Manager 0<br />

3.54 Data Control Specialist 0<br />

3.55 Senior <strong>CO</strong>P Functional Specialist 0<br />

3.56 Intermediate <strong>CO</strong>P Functional Specialist 0<br />

Total Labour 0 0 0 0 0 0 0<br />

Item Travel<br />

Transportation Quantity Quantity Quantity Quantity Quantity Quantity Total Quantity<br />

Item Per diem Man-Days Man-Days Man-Days Man-Days Man-Days Man-Days<br />

Total Travel<br />

Total Man-<br />

Days<br />

Item Equipment/Materials/Other Quantity Quantity Quantity Quantity Quantity Quantity Quantity<br />

Total Equipment<br />

Task Total<br />

Section 1. Page 43 NATO UNCLASSIFIED<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0


CLIN DESCRIPTION FORM DELIVERY<br />

DATE<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 11 - OPERATIONAL TESTING AND EVALUATION SUPPORT<br />

(EVALUATED <strong>CO</strong>NTRACT OPTION)<br />

PERFORMANCE START DATE: To be defined by the Purchaser<br />

DESTINATION<br />

(Incoterm 2000 DDP at<br />

location specified below,<br />

unless otherwise stated<br />

herein or in Part II of the<br />

contract)<br />

SOW<br />

REFERENCE<br />

WP<br />

REFERENCE<br />

UNIT OF<br />

MEASURE<br />

QUANTITY/<br />

MANDAYS<br />

UNIT PRICE TOTAL<br />

PRICE<br />

Euro (EUR)<br />

11 Operational Test and Evaluation Support See below During 12 weeks See below 4 WP 11 See below See below See below -<br />

11.1 On Site Support for N<strong>CO</strong>P system utilsation at Operational Sites<br />

-<br />

11.1.1 Senior <strong>CO</strong>P Specialist at Operational HQ 1<br />

Senior or Intermediate <strong>CO</strong>P Specialist at<br />

N/A Fill based on PMS A site in Europe 4.7 2.1 Man-days 20 -<br />

11.1.2 Operational HQ 1 N/A Fill based on PMS A site in Europe 4.7 2.1 Man-days 20 -<br />

11.1.3 Senior <strong>CO</strong>P Specialist at Operational HQ 2<br />

Senior or Intermediate <strong>CO</strong>P Specialist at<br />

N/A Fill based on PMS A site in Europe 4.7 2.1 Man-days 20 -<br />

11.1.4 Operational HQ 2 N/A Fill based on PMS A site in Europe 4.7 2.1 Man-days 20 -<br />

11.1.5 Senior <strong>CO</strong>P Specialist at Operational HQ 3<br />

Senior or Intermediate <strong>CO</strong>P Specialist at<br />

N/A Fill based on PMS A site in Europe 4.7 2.1 Man-days 20 -<br />

11.1.6 Operational HQ 3<br />

Senior <strong>CO</strong>P Specialist at ISAF Operational Site<br />

N/A Fill based on PMS A site in Europe 4.7 2.1 Man-days 20 -<br />

11.1.7 (Site 1)<br />

Senior or Intermediate <strong>CO</strong>P Specialist at ISAF<br />

N/A Fill based on PMS A site in ISAF 4.7 2.1 Man-days 20 -<br />

11.1.8 Operational Site (Site 1)<br />

Senior <strong>CO</strong>P Specialist at ISAF Operational Site<br />

N/A Fill based on PMS A site in ISAF 4.7 2.1 Man-days 20 -<br />

11.1.9 (Site 2)<br />

Senior or Intermediate <strong>CO</strong>P Specialist at ISAF<br />

N/A Fill based on PMS A site in ISAF 4.7 2.1 Man-days 20 -<br />

11.1.10 Operational Site (Site 2) N/A Fill based on PMS A site in ISAF 4.7 2.1 Man-days 20 -<br />

11.2 Exercise Support<br />

-<br />

11.2.1 Senior <strong>CO</strong>P Specialist at Operational HQ 1<br />

Senior or Intermediate <strong>CO</strong>P Specialist at<br />

N/A Fill based on PMS A site in Europe 4.8 2.2 Man-days 15 -<br />

11.2.2 Operational HQ 1 N/A Fill based on PMS A site in Europe 4.8 2.2 Man-days 15 -<br />

11.2.3 Senior <strong>CO</strong>P Specialist at Operational HQ 2<br />

Senior or Intermediate <strong>CO</strong>P Specialist at<br />

N/A Fill based on PMS A site in Europe 4.8 2.2 Man-days 15 -<br />

11.2.4 Operational HQ 2 N/A Fill based on PMS A site in Europe 4.8 2.2 Man-days 15 -<br />

11.2.5 Senior <strong>CO</strong>P Specialist at Operational HQ 3<br />

Senior or Intermediate <strong>CO</strong>P Specialist at<br />

N/A Fill based on PMS A site in Europe 4.8 2.2 Man-days 15 -<br />

11.2.6 Operational HQ 3 N/A Fill based on PMS A site in Europe 4.8 2.2 Man-days 15 -<br />

11.3 OT&E Results<br />

-<br />

Paper, At the end of the<br />

11.3.1 Site Operational Test (SOT) report<br />

Electronic WP NC3A, Website 4.7 2.3 Ea 1 -


NSP - Not Separately Priced<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

Item Labour<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 11 - WP DETAIL SHEET<br />

CLIN:11.1 CLIN:11.2 CLIN:11.3 Total CLIN:11<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

3.1 Project Manager 0<br />

3.2 Project Control Analyst 0<br />

3.3 Webmaster 0<br />

3.4 Contract Security Specialist 0<br />

3.5 Senior Engineer 0<br />

3.6 Senior Network Engineer 0<br />

3.7 Intermediate Network Engineer 0<br />

3.8 Junior Network Engineer 0<br />

3.9 Systems Integration Analyst 0<br />

3.10 Senior Software Programmer 0<br />

3.11 Intermediate Software Programmer 0<br />

3.12 Junior Software Programmer 0<br />

3.13 System Support Engineer 0<br />

3.14 Senior Test Engineer 0<br />

3.15 Intermediate Test Engineer 0<br />

3.16 Intermediate Engineer 0<br />

3.17 Junior Test Engineer 0<br />

3.18 Test Technician 0<br />

3.19 Information Systems Security Engineer 0<br />

3.20 Information Systems Security Specialist 0<br />

3.21 Field Engineer 0<br />

3.22 Senior Technician 0<br />

3.23 Intermediate Technician 0<br />

3.24 Junior Technician 0<br />

3.25 System Management Specialist 0<br />

3.26 Junior Engineer 0<br />

3.27 Senior Systems Engineer 0<br />

3.28 Intermediate Systems Engineer 0<br />

3.29 Junior Systems Engineer 0<br />

3.30 Senior Communications Engineer 0<br />

3.31 Intermediate Communications Engineer 0<br />

3.32 Junior Communications Engineer 0<br />

3.33 Logistics Management Specialist 0<br />

3.34 Quality Assurance Manager 0<br />

3.35 Quality Assurance Specialists 0<br />

3.36 Instructional Systems Designer 0<br />

3.37 Senior Training Materials Developer 0<br />

3.38 Training Materials Developer 0<br />

3.39 CBT Developer 0<br />

3.40 Senior Instructor 0<br />

3.41 Junior Instructor 0<br />

3.42 System Administrator 0<br />

3.43 Network Manager 0<br />

3.44 Logistics Analyst 0<br />

3.45 Database Administrator 0<br />

3.46 Open System Engineer 0<br />

3.47 Operational Support Manager 0<br />

3.48 Inventory Specialist 0<br />

3.49 Shipping and Receiving Clerk 0<br />

3.50 Technical Writer 0<br />

3.51 Senior Configuration Manager 0<br />

3.52 Intermediate Configuration Manager. 0<br />

3.53 Junior Configuration Manager 0<br />

3.54 Data Control Specialist 0<br />

notes


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

3.55 Senior <strong>CO</strong>P Functional Specialist 0<br />

3.56 Intermediate <strong>CO</strong>P Functional Specialist 0<br />

Total Labour 0 0 0 0<br />

Item Travel<br />

Transportation Quantity Quantity Quantity Total Quantity<br />

Item Per diem Man-Days Man-Days Man-Days<br />

Total Travel<br />

Total Man-<br />

Days<br />

Item Equipment/Materials/Other Quantity Quantity Quantity Quantity<br />

Total Equipment<br />

Task Total<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0


CLIN DESCRIPTION FORM DELIVERY<br />

DATE<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 12 - INSTALLATION, ACTIVATION AND TRAINING AT SITES REQUIRING <strong>CO</strong>NFIRMATION<br />

(EVALUATED <strong>CO</strong>NTRACT OPTION)<br />

PERFORMANCE START DATE: To be defined by the Purchaser<br />

DESTINATION<br />

(Incoterm 2000 DDP at<br />

location specified below,<br />

unless otherwise stated herein<br />

or in Part II of the contract)<br />

SOW<br />

REFERENCE<br />

WP<br />

REFERENCE<br />

UNIT OF<br />

MEASURE<br />

QUANTITY/<br />

MANDAYS<br />

UNIT PRICE TOTAL<br />

PRICE<br />

Euro (EUR)<br />

12<br />

Installation, Activation and Training<br />

at Sites Requiring Confirmation See below To be defined See below 4, 5 WP 12 See below See below See below -<br />

12.1 Site Surveys<br />

-<br />

12.1.1 Site Survey at NATO Site N/A To be defined NATO sites in Europe 4.9.3 2 Ea 11 -<br />

12.1.2 Site Survey at ISAF Site N/A To be defined ISAF 4.9.3 2 Ea 3 -<br />

Paper, One week after<br />

12.1.3 Site Survey Report<br />

Electronic each survey NC3A, Website 4.9.3 2 Ea 14 NSP NSP<br />

12.2 Installation and Activation at "Large" configuration sites<br />

-<br />

Equipment Delivery, Site Preparation,<br />

Fill based on<br />

12.2.1 Installation and Activation Work<br />

Complete N<strong>CO</strong>P Increment 1 Product<br />

N/A<br />

PMS NATO sites in Europe 4.9 3 Lot 1 -<br />

Baseline including all off-the-shelf Commissioned Fill based on<br />

12.2.2 software components<br />

software PMS NATO sites in Europe 4.9 3 Lot 1 -<br />

Paper, Fill based on<br />

12.2.3 Supporting Documentation<br />

Electronic PMS NATO sites in Europe 4.9 3 Lot 1 NSP NSP<br />

12.3 Installation and Activation at "Standard" configuration sites<br />

-<br />

Site Preparation, Installation and<br />

Fill based on<br />

12.3.1 Activation Work<br />

Complete N<strong>CO</strong>P Increment 1 Product<br />

N/A<br />

PMS NATO sites in Europe 4.9 3 Lot 4 -<br />

Baseline including all off-the-shelf Commissioned Fill based on<br />

12.3.2 software components<br />

software PMS NATO sites in Europe 4.9 3 Lot 4 -<br />

Paper, Fill based on<br />

12.3.3 Supporting Documentation<br />

Electronic PMS NATO sites in Europe 4.9 3 Lot 4 NSP NSP<br />

Site Preparation, Installation and<br />

Fill based on<br />

12.3.4 Activation Work<br />

Complete N<strong>CO</strong>P Increment 1 Product<br />

N/A<br />

PMS ISAF 4.9 3 Lot 2 -<br />

Baseline including all off-the-shelf Commissioned Fill based on<br />

12.3.5 software components<br />

software PMS ISAF 4.9 3 Lot 2 -


Paper, Fill based on<br />

12.3.6 Supporting Documentation<br />

Electronic PMS ISAF 4.9 3 Lot 2 NSP NSP<br />

12.4 Installation and Activation "Visualisation" configuration sites<br />

-<br />

Site Preparation, Installation and<br />

Fill based on<br />

12.4.1 Activation Work N/A<br />

PMS NATO sites in Europe 4.9 3 Lot 2 -<br />

Paper, Fill based on<br />

12.4.2 Supporting Documentation<br />

Electronic PMS NATO sites in Europe 4.9 3 Lot 2 NSP NSP<br />

Site Preparation, Installation and<br />

Fill based on<br />

12.4.3 Activation Work N/A<br />

PMS ISAF 4.9 3 Lot 1 -<br />

Paper, Fill based on<br />

12.4.4 Supporting Documentation<br />

Electronic PMS ISAF 4.9 3 Lot 1 NSP NSP<br />

12.5 Installation and Activation at "Deployable" configuration sites<br />

-<br />

Site Preparation, Installation and<br />

Fill based on<br />

12.5.1 Activation Work<br />

Complete N<strong>CO</strong>P Increment 1 Product<br />

N/A<br />

PMS NATO sites in Europe 4.9 3 Lot 2 -<br />

Baseline including all off-the-shelf Commissioned Fill based on<br />

12.5.2 software components<br />

software PMS NATO sites in Europe 4.9 3 Lot 2 -<br />

Paper, Fill based on<br />

12.5.3 Supporting Documentation<br />

Electronic PMS NATO sites in Europe 4.9 3 Lot 2 NSP NSP<br />

12.6 Installation and Activation at "Training" configuration sites<br />

-<br />

Site Preparation, Installation and<br />

Fill based on<br />

12.6.1 Activation Work<br />

Complete N<strong>CO</strong>P Increment 1 Product<br />

N/A<br />

PMS NATO sites in Europe 4.9 3 Lot 2 -<br />

Baseline including all off-the-shelf Commissioned Fill based on<br />

12.6.2 software components<br />

software PMS NATO sites in Europe 4.9 3 Lot 2 -<br />

Paper, Fill based on<br />

12.6.3 Supporting Documentation<br />

Electronic PMS NATO sites in Europe 4.9 3 Lot 2 NSP NSP<br />

12.7 Training Support<br />

-<br />

12.7.1 Deployable Training System<br />

-<br />

Deployment of the Deployable Training<br />

Before training<br />

12.7.1.1 System N/A delivery NATO sites in Europe 5.2 4 Lot 11 -<br />

Deployment of the Deployable Training<br />

Before training<br />

12.7.1.2 System N/A delivery ISAF 5.2 4 Lot 3<br />

12.7.2 Training Delivery<br />

Fill based on<br />

-<br />

12.7.2.1 End-user Training N/A<br />

PMS<br />

Fill based on<br />

NATO sites in Europe 5.2 5 Ea 11 -<br />

12.7.2.2 End-user Training N/A<br />

PMS<br />

Fill based on<br />

ISAF 5.2 5 Ea 3 -<br />

12.7.2.3 <strong>CO</strong>P Manager Training N/A<br />

PMS<br />

Fill based on<br />

NATO sites in Europe 5.2 3 Ea 2 -<br />

12.7.2.4 <strong>CO</strong>P Manager Assistant Training N/A<br />

PMS NATO sites in Europe 5.2 3 Ea 2 -<br />

Organizational Node Administrator<br />

Fill based on<br />

12.7.2.5 Training N/A<br />

PMS NATO sites in Europe 5.2 3 Ea 5 -


Organizational Node Administrator<br />

Fill based on<br />

12.7.2.6 Training N/A<br />

PMS<br />

Fill based on<br />

ISAF 5.2 3 Ea 2 -<br />

12.7.2.7 Enterprise Adminstrator Training N/A<br />

PMS<br />

Fill based on<br />

NATO sites in Europe 5.2 3 Ea 5 -<br />

12.7.2.8 Enterprise Adminstrator Training N/A<br />

PMS<br />

Fill based on<br />

ISAF 5.2 3 Ea 2 -<br />

12.7.2.9 Service Provision Authority Training N/A<br />

PMS<br />

Fill based on<br />

NATO sites in Europe 5.2 3 Ea 5 -<br />

12.7.2.10 Service Provision Authority Training N/A<br />

PMS ISAF 5.2 3 Ea 2 -<br />

12.8 Hardware<br />

-<br />

12.8.1 "Large" configuration hardware<br />

Commissioned<br />

-<br />

physical Fill based on<br />

12.8.1.1 N<strong>CO</strong>P Hardware<br />

equipment<br />

Commissioned<br />

PMS NATO sites in Europe 4.9 7 Lot 5 -<br />

physical Fill based on<br />

12.8.1.2 N<strong>CO</strong>P Visualisation Hardware<br />

equipment<br />

Commissioned<br />

PMS NATO sites in Europe 4.9 7 Lot 5 -<br />

physical Fill based on<br />

12.8.1.3 N<strong>CO</strong>P Hardware<br />

equipment<br />

Commissioned<br />

PMS NATO site in the USA 4.9 7 Lot 1 -<br />

physical Fill based on<br />

12.8.1.4 N<strong>CO</strong>P Visualisation Hardware<br />

equipment<br />

Commissioned<br />

PMS NATO site in the USA 4.9 7 Lot 1 -<br />

physical Fill based on<br />

12.8.1.5 N<strong>CO</strong>P Hardware<br />

equipment<br />

Commissioned<br />

PMS ISAF 4.9 7 Lot 2 -<br />

physical Fill based on<br />

12.8.1.6 N<strong>CO</strong>P Visualisation Hardware<br />

equipment PMS ISAF 4.9 7 Lot 2 -<br />

12.8.2 "Standard" configuration hardware<br />

Commissioned<br />

-<br />

physical Fill based on<br />

12.8.2.1 N<strong>CO</strong>P Hardware<br />

equipment<br />

Commissioned<br />

PMS NATO sites in Europe 4.9 7 Lot 6 -<br />

physical Fill based on<br />

12.8.2.2 N<strong>CO</strong>P Visualisation Hardware<br />

equipment<br />

Commissioned<br />

PMS NATO sites in Europe 4.9 7 Lot 6 -<br />

physical Fill based on<br />

12.8.2.3 N<strong>CO</strong>P Hardware<br />

equipment PMS ISAF 4.9 7 Lot 5 -<br />

12.8.3 "Visualisation" configuration hardware<br />

Commissioned<br />

-<br />

physical Fill based on<br />

12.8.3.1 N<strong>CO</strong>P Visualisation Hardware<br />

equipment PMS NATO site in Europe 4.9 7 Lot 4 -


Commissioned<br />

physical Fill based on<br />

12.8.3.2 N<strong>CO</strong>P Visualisation Hardware<br />

equipment PMS ISAF 4.9 7 Lot 2 -<br />

12.8.4 "Training" configuration hardware<br />

Commissioned<br />

-<br />

physical Fill based on<br />

12.8.4.1 N<strong>CO</strong>P Hardware<br />

equipment<br />

Commissioned<br />

PMS NATO site in Europe 4.9 7 Lot 3 -<br />

physical Fill based on<br />

12.8.4.2 N<strong>CO</strong>P Visualisation Hardware<br />

equipment PMS NATO site in Europe 4.9 7 Lot 3 -<br />

12.8.5 "Deployable" configuration hardware<br />

Commissioned<br />

-<br />

physical Fill based on<br />

12.8.5.1 N<strong>CO</strong>P Deployable Hardware<br />

equipment<br />

Commissioned<br />

PMS NATO site in Europe 4.9 7 Lot 2 -<br />

N<strong>CO</strong>P Deployable Visualisation physical Fill based on<br />

12.8.5.2 Hardware<br />

equipment PMS NATO site in Europe 4.9 7 Lot 2 -<br />

NSP - Not Separately Priced


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

Item Labour<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 12 - WP DETAIL SHEET<br />

CLIN: 12.1 CLIN:12.2 CLIN: 12.3 CLIN:12.4 CLIN 12.5 CLIN: 12.6 CLIN: 12.7 CLIN:12.8 CLIN:12<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

3.1 Project Manager 0<br />

3.2 Project Control Analyst 0<br />

3.3 Webmaster 0<br />

3.4 Contract Security Specialist 0<br />

3.5 Senior Engineer 0<br />

3.6 Senior Network Engineer 0<br />

3.7 Intermediate Network Engineer 0<br />

3.8 Junior Network Engineer 0<br />

3.9 Systems Integration Analyst 0<br />

3.10 Senior Software Programmer 0<br />

3.11 Intermediate Software Programmer 0<br />

3.12 Junior Software Programmer 0<br />

3.13 System Support Engineer 0<br />

3.14 Senior Test Engineer 0<br />

3.15 Intermediate Test Engineer 0<br />

3.16 Intermediate Engineer 0<br />

3.17 Junior Test Engineer 0<br />

3.18 Test Technician 0<br />

3.19 Information Systems Security Engineer 0<br />

3.20 Information Systems Security Specialist 0<br />

3.21 Field Engineer 0<br />

3.22 Senior Technician 0<br />

3.23 Intermediate Technician 0<br />

3.24 Junior Technician 0<br />

3.25 System Management Specialist 0<br />

3.26 Junior Engineer 0<br />

3.27 Senior Systems Engineer 0<br />

3.28 Intermediate Systems Engineer 0<br />

3.29 Junior Systems Engineer 0<br />

Section 1. Page 52 NATO UNCLASSIFIED<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

notes


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

CLIN: 12.1 CLIN:12.2 CLIN: 12.3 CLIN:12.4 CLIN 12.5 CLIN: 12.6 CLIN: 12.7 CLIN:12.8 CLIN:12<br />

3.30 Senior Communications Engineer 0<br />

3.31 Intermediate Communications Engineer 0<br />

3.32 Junior Communications Engineer 0<br />

3.33 Logistics Management Specialist 0<br />

3.34 Quality Assurance Manager 0<br />

3.35 Quality Assurance Specialists 0<br />

3.36 Instructional Systems Designer 0<br />

3.37 Senior Training Materials Developer 0<br />

3.38 Training Materials Developer 0<br />

3.39 CBT Developer 0<br />

3.40 Senior Instructor 0<br />

3.41 Junior Instructor 0<br />

3.42 System Administrator 0<br />

3.43 Network Manager 0<br />

3.44 Logistics Analyst 0<br />

3.45 Database Administrator 0<br />

3.46 Open System Engineer 0<br />

3.47 Operational Support Manager 0<br />

3.48 Inventory Specialist 0<br />

3.49 Shipping and Receiving Clerk 0<br />

3.50 Technical Writer 0<br />

3.51 Senior Configuration Manager 0<br />

3.52 Intermediate Configuration Manager. 0<br />

3.53 Junior Configuration Manager 0<br />

3.54 Data Control Specialist 0<br />

3.55 Senior <strong>CO</strong>P Functional Specialist 0<br />

3.56 Intermediate <strong>CO</strong>P Functional Specialist 0<br />

Total Labour 0 0 0 0 0 0 0 0 0<br />

Item Travel<br />

Transportation Quantity Quantity Quantity Quantity Quantity Quantity Quantity Quantity Total Quantity<br />

Item Per diem Man-Days Man-Days Man-Days Man-Days Man-Days Man-Days Man-Days Man-Days Total Man-Days<br />

Section 1. Page 53 NATO UNCLASSIFIED<br />

0<br />

0<br />

0


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

Total Travel<br />

CLIN: 12.1 CLIN:12.2 CLIN: 12.3 CLIN:12.4 CLIN 12.5 CLIN: 12.6 CLIN: 12.7 CLIN:12.8 CLIN:12<br />

Item Equipment/Materials/Other Quantity Quantity Quantity Quantity Quantity Quantity Quantity Quantity Quantity<br />

Total Equipment<br />

Task Total<br />

Section 1. Page 54 NATO UNCLASSIFIED<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0


SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 13 - N<strong>CO</strong>P INSTALLATION, ACTIVATION AND TRAINING AT ADDITIONAL SITES<br />

(NON-EVALUATED <strong>CO</strong>NTRACT OPTION)<br />

PERFORMANCE START DATE: To be defined by the Purchaser<br />

CLIN DESCRIPTION FORM DELIVERY DATE DESTINATION<br />

(Incoterm 2000 DDP at<br />

location specified below,<br />

unless otherwise stated herein<br />

or in Part II of the contract)<br />

SOW<br />

REFERENCE<br />

WP<br />

REFERENC<br />

E<br />

UNIT OF<br />

MEASURE<br />

QUANTITY/<br />

MANDAYS<br />

UNIT PRICE TOTAL<br />

PRICE<br />

Euro (EUR)<br />

13<br />

N<strong>CO</strong>P Installation, Activation and<br />

Training at Additional Sites See below To be defined See below 4, 5 WP 13 See below See below See below -<br />

13.1 Site Surveys<br />

-<br />

13.1.1 Site Survey at a NCS Site N/A To be defined Site in Europe 4.9.3 2 Ea 10 -<br />

13.1.2 Site Survey at a ISAF Site N/A To be defined Site in Afghanistan 4.9.3 2 Ea 10 -<br />

Paper, One week after each<br />

13.1.3 Site Survey Report<br />

Electronic survey NC3A, Website 4.9.3 2 Ea 20 NSP NSP<br />

13.2 Installation and Activation of "Large" configuration sites<br />

-<br />

13.2.1 NCS Site Installation and Activation<br />

Site Preparation, Installation and Activation<br />

-<br />

13.2.1.1 Work<br />

Complete N<strong>CO</strong>P Increment 1 Product<br />

N/A To be defined Site in Europe 4.9 3 Lot 2 -<br />

Baseline including all off-the-shelf Commissioned<br />

13.2.1.2 software components<br />

software<br />

Commissioned<br />

physical<br />

To be defined Site in Europe 4.9 3 Lot 2 -<br />

13.2.1.3 N<strong>CO</strong>P Hardware<br />

equipment<br />

Paper,<br />

To be defined Site in Europe 4.9 3 Lot 2 -<br />

13.2.1.4 Supporting Documentation<br />

Electronic To be defined Site in Europe 4.9 3 Lot 2 NSP NSP<br />

13.2.2 ISAF Site Installation and Activation<br />

Site Preparation, Installation and Activation<br />

-<br />

13.2.2.1 Work<br />

Complete N<strong>CO</strong>P Increment 1 Product<br />

N/A To be defined Site in Afghanistan 4.9 3 Lot 2 -<br />

Baseline including all off-the-shelf Commissioned<br />

13.2.2.2 software components<br />

software<br />

Commissioned<br />

physical<br />

To be defined Site in Afghanistan 4.9 3 Lot 2 -<br />

13.2.2.3 N<strong>CO</strong>P Hardware<br />

equipment<br />

Paper,<br />

To be defined Site in Afghanistan 4.9 3 Lot 2 -<br />

13.2.2.4 Supporting Documentation<br />

Electronic To be defined Site in Afghanistan 4.9 3 Lot 2 NSP NSP<br />

13.3 Installation and Activation of "Standard" configuration sites<br />

-<br />

13.3.1 NCS Site Installation and Activation<br />

-


13.3.1.1<br />

Site Preparation, Installation and Activation<br />

Work<br />

Complete N<strong>CO</strong>P Increment 1 Product<br />

N/A To be defined Site in Europe 4.9 3 Lot 2 -<br />

Baseline including all off-the-shelf Commissioned<br />

13.3.1.2 software components<br />

software<br />

Commissioned<br />

physical<br />

To be defined Site in Europe 4.9 3 Lot 2 -<br />

13.3.1.3 N<strong>CO</strong>P Hardware<br />

equipment<br />

Paper,<br />

To be defined Site in Europe 4.9 3 Lot 2 -<br />

13.3.1.4 Supporting Documentation<br />

Electronic To be defined Site in Europe 4.9 3 Lot 2 NSP NSP<br />

13.3.2 ISAF Site Installation and Activation<br />

Site Preparation, Installation and Activation<br />

-<br />

13.3.2.1 Work<br />

Complete N<strong>CO</strong>P Increment 1 Product<br />

N/A To be defined Site in Afghanistan 4.9 3 Lot 2 -<br />

Baseline including all off-the-shelf Commissioned<br />

13.3.2.2 software components<br />

software<br />

Commissioned<br />

physical<br />

To be defined Site in Afghanistan 4.9 3 Lot 2 -<br />

13.3.2.3 N<strong>CO</strong>P Hardware<br />

equipment<br />

Paper,<br />

To be defined Site in Afghanistan 4.9 3 Lot 2 -<br />

13.3.2.4 Supporting Documentation<br />

Electronic To be defined Site in Afghanistan 4.9 3 Lot 2 NSP NSP<br />

13.4 Installation and Activation of "Visualisation" configuration sites<br />

-<br />

13.4.1 NCS Site Installation and Activation<br />

Site Preparation, Installation and Activation<br />

-<br />

13.4.1.1 Work N/A<br />

Commissioned<br />

physical<br />

To be defined Site in Europe 4.9 3 Lot 2 -<br />

13.4.1.2 N<strong>CO</strong>P Hardware<br />

equipment<br />

Paper,<br />

To be defined Site in Europe 4.9 3 Lot 2 -<br />

13.4.1.3 Supporting Documentation<br />

Electronic To be defined Site in Europe 4.9 3 Lot 2 NSP NSP<br />

13.4.2 ISAF Site Installation and Activation<br />

Site Preparation, Installation and Activation<br />

-<br />

13.4.2.1 Work N/A<br />

Commissioned<br />

physical<br />

To be defined Site in Afghanistan 4.9 3 Lot 4 -<br />

13.4.2.2 N<strong>CO</strong>P Hardware<br />

equipment<br />

Paper,<br />

To be defined Site in Afghanistan 4.9 3 Lot 4 -<br />

13.4.2.3 Supporting Documentation<br />

Electronic To be defined Site in Afghanistan 4.9 3 Lot 4 NSP NSP<br />

13.5 Site Installation and Activation at "Deployable" configuration sites<br />

-<br />

13.5.1 NCS Site Installation and Activation<br />

Site Preparation, Installation and Activation<br />

-<br />

13.5.1.1 Work<br />

Complete N<strong>CO</strong>P Increment 1 Product<br />

N/A To be defined Site in Europe 4.9 3 Lot 2 -<br />

Baseline including all off-the-shelf Commissioned<br />

13.5.1.2 software components<br />

software To be defined Site in Europe 4.9 3 Lot 2 -


13.5.1.3 N<strong>CO</strong>P Hardware<br />

Commissioned<br />

physical<br />

equipment<br />

Paper,<br />

To be defined Site in Europe 4.9 3 Lot 2 -<br />

13.5.1.4 Supporting Documentation<br />

Electronic To be defined Site in Europe 4.9 3 Lot 2 NSP NSP<br />

13.5.2 ISAF Site Installation and Activation<br />

Site Preparation, Installation and Activation<br />

-<br />

13.5.2.1 Work<br />

Complete N<strong>CO</strong>P Increment 1 Product<br />

N/A To be defined Site in Afghanistan 4.9 3 Lot 1 -<br />

Baseline including all off-the-shelf Commissioned<br />

13.5.2.2 software components<br />

software<br />

Commissioned<br />

physical<br />

To be defined Site in Afghanistan 4.9 3 Lot 1 -<br />

13.5.2.3 N<strong>CO</strong>P Hardware<br />

equipment<br />

Paper,<br />

To be defined Site in Afghanistan 4.9 3 Lot 1 -<br />

13.5.2.4 Supporting Documentation<br />

Electronic To be defined Site in Afghanistan 4.9 3 Lot 1 NSP NSP<br />

13.6 Installation and Activation of "Training" configuration Sites<br />

-<br />

13.6.1 NCS Site Installation and Activation<br />

Site Preparation, Installation and Activation<br />

-<br />

13.6.1.1 Work<br />

Complete N<strong>CO</strong>P Increment 1 Product<br />

N/A To be defined Site in Europe 4.9 3 Lot 2 -<br />

Baseline including all off-the-shelf Commissioned<br />

13.6.1.2 software components<br />

software<br />

Paper,<br />

To be defined Site in Europe 4.9 3 Lot 2 -<br />

13.6.1.3 Supporting Documentation<br />

Electronic To be defined Site in Europe 4.9 3 Lot 2 NSP NSP<br />

13.6.2 ISAF Site Installation and Activation<br />

Site Preparation, Installation and Activation<br />

-<br />

13.6.2.1 Work<br />

Complete N<strong>CO</strong>P Increment 1 Product<br />

N/A To be defined Site in Afghanistan 4.9 3 Lot 1 -<br />

Baseline including all off-the-shelf Commissioned<br />

13.6.2.2 software components<br />

software<br />

Commissioned<br />

physical<br />

To be defined Site in Afghanistan 4.9 3 Lot 1 -<br />

13.6.2.3 N<strong>CO</strong>P Hardware<br />

equipment<br />

Paper,<br />

To be defined Site in Afghanistan 4.9 3 Lot 1 -<br />

13.6.2.4 Supporting Documentation<br />

Electronic To be defined Site in Afghanistan 4.9 3 Lot 1 NSP<br />

13.7 Training Support<br />

-<br />

13.7.1 Deployable Training System<br />

-<br />

Deployment of the Deployable Training<br />

Before training<br />

13.7.1.1 System N/A<br />

delivery Site in Europe 5.2 4 Lot 10 -<br />

Deployment of the Deployable Training<br />

Before training<br />

13.7.1.2 System N/A<br />

delivery Site in Afghanistan 5.2 4 Lot 5 -<br />

13.7.2 Training Delivery<br />

-<br />

13.7.2.1 End-user Training N/A To be defined Site in Afghanistan 5.2 5 Ea 10 -<br />

13.7.2.3 <strong>CO</strong>P Manager Training N/A To be defined Site in Afghanistan 5.2 5 Ea 2 -<br />

13.7.2.3 <strong>CO</strong>P Manager Assistant Training N/A To be defined Site in Afghanistan 5.2 5 Ea 2 -


13.7.2.4<br />

Organizational Node Administrator<br />

Training N/A To be defined Site in Afghanistan 5.2 5 Ea 5 -<br />

13.7.2.5 Enterprise Adminstrator Training N/A To be defined Site in Afghanistan 5.2 5 Ea 2 -<br />

13.7.2.6 Service Provision Authority Training N/A To be defined Site in Afghanistan 5.2 5 Ea 10 -<br />

13.7.2.7 End-user Training N/A To be defined Site in Europe 5.2 5 Ea 10 -<br />

13.7.2.8 <strong>CO</strong>P Manager Training N/A To be defined Site in Europe 5.2 5 Ea 2 -<br />

13.7.2.9 <strong>CO</strong>P Manager Assistant Training<br />

Organizational Node Administrator<br />

N/A To be defined Site in Europe 5.2 5 Ea 2 -<br />

13.7.2.10 Training N/A To be defined Site in Europe 5.2 5 Ea 10 -<br />

13.7.2.11 Enterprise Adminstrator Training N/A To be defined Site in Europe 5.2 5 Ea 2 -<br />

13.7.2.12 Service Provision Authority Training N/A To be defined Site in Europe 5.2 5 Ea 10 -<br />

13.8 Operational Support<br />

-<br />

13.8.1 J<strong>CO</strong>P Operational Support<br />

System Operations and Maintenance<br />

-<br />

13.8.1.1 support by System Support Engineer<br />

System Operations and Maintenance<br />

support by Intermediate Software<br />

N/A To be defined Site in Afghanistan 6.2 7 Man-days 400 -<br />

13.8.1.2 Programmer<br />

System Testing Support by Intermediate<br />

N/A To be defined Site in Afghanistan 6.2 7 Man-days 200 -<br />

13.8.1.3 Test Engineer<br />

System Operations and Maintenance<br />

N/A To be defined Site in Afghanistan 6.3 7 Man-days 100 -<br />

13.8.1.4 support by System Support Engineer<br />

System Operations and Maintenance<br />

support by Intermediate Software<br />

N/A To be defined Site in Europe 6.2 7 Man-days 400 -<br />

13.8.1.5 Programmer<br />

System Testing Support by Intermediate<br />

N/A To be defined Site in Europe 6.2 7 Man-days 200 -<br />

13.8.1.6 Test Engineer N/A To be defined Site in Europe 6.3 7 Man-days 100 -<br />

13.8.2 N<strong>CO</strong>P Operational Support<br />

System Support by System Support<br />

-<br />

13.8.2.1 Engineer<br />

System Testing Support by Intermediate<br />

N/A To be defined Site in Afghanistan 5.4, 5.6 8 Man-days 220 -<br />

13.8.2.2 Test Engineer<br />

Data Migration Support by Database<br />

N/A To be defined Site in Afghanistan 4.8 8 Man-days 100 -<br />

13.8.2.3 Administrator<br />

System Support by System Support<br />

N/A To be defined Site in Afghanistan 4.8 8 Man-days 40 -<br />

13.8.2.4 Engineer<br />

System Testing Support by Intermediate<br />

N/A To be defined Site in Europe 5.4, 5.6 8 Man-days 220 -<br />

13.8.2.5 Test Engineer<br />

Data Migration Support by Database<br />

N/A To be defined Site in Europe 4.8 8 Man-days 100 -<br />

13.8.2.6 Administrator N/A To be defined Site in Europe 4.8 8 Man-days 40 -<br />

NSP - Not Separately Priced


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

Item Labour<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 13 - WP DETAIL SHEET<br />

CLIN: 13.1 CLIN:13.2 CLIN: 13.3 CLIN:13.4 CLIN 13.5 CLIN: 13.6 CLIN: 13.7 CLIN:13.8 Total CLIN:13<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

3.1 Project Manager 0<br />

3.2 Project Control Analyst 0<br />

3.3 Webmaster 0<br />

3.4 Contract Security Specialist 0<br />

3.5 Senior Engineer 0<br />

3.6 Senior Network Engineer 0<br />

3.7 Intermediate Network Engineer 0<br />

3.8 Junior Network Engineer 0<br />

3.9 Systems Integration Analyst 0<br />

3.10 Senior Software Programmer 0<br />

3.11 Intermediate Software Programmer 0<br />

3.12 Junior Software Programmer 0<br />

3.13 System Support Engineer 0<br />

3.14 Senior Test Engineer 0<br />

3.15 Intermediate Test Engineer 0<br />

3.16 Intermediate Engineer 0<br />

3.17 Junior Test Engineer 0<br />

3.18 Test Technician 0<br />

3.19 Information Systems Security Engineer 0<br />

3.20 Information Systems Security Specialist 0<br />

3.21 Field Engineer 0<br />

3.22 Senior Technician 0<br />

3.23 Intermediate Technician 0<br />

3.24 Junior Technician 0<br />

3.25 System Management Specialist 0<br />

3.26 Junior Engineer 0<br />

3.27 Senior Systems Engineer 0<br />

3.28 Intermediate Systems Engineer 0<br />

Section 1. Page 59 NATO UNCLASSIFIED<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

notes


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

CLIN: 13.1 CLIN:13.2 CLIN: 13.3 CLIN:13.4 CLIN 13.5 CLIN: 13.6 CLIN: 13.7 CLIN:13.8 Total CLIN:13<br />

3.29 Junior Systems Engineer 0<br />

3.30 Senior Communications Engineer 0<br />

3.31 Intermediate Communications Engineer 0<br />

3.32 Junior Communications Engineer 0<br />

3.33 Logistics Management Specialist 0<br />

3.34 Quality Assurance Manager 0<br />

3.35 Quality Assurance Specialists 0<br />

3.36 Instructional Systems Designer 0<br />

3.37 Senior Training Materials Developer 0<br />

3.38 Training Materials Developer 0<br />

3.39 CBT Developer 0<br />

3.40 Senior Instructor 0<br />

3.41 Junior Instructor 0<br />

3.42 System Administrator 0<br />

3.43 Network Manager 0<br />

3.44 Logistics Analyst 0<br />

3.45 Database Administrator 0<br />

3.46 Open System Engineer 0<br />

3.47 Operational Support Manager 0<br />

3.48 Inventory Specialist 0<br />

3.49 Shipping and Receiving Clerk 0<br />

3.50 Technical Writer 0<br />

3.51 Senior Configuration Manager 0<br />

3.52 Intermediate Configuration Manager. 0<br />

3.53 Junior Configuration Manager 0<br />

3.54 Data Control Specialist 0<br />

3.55 Senior <strong>CO</strong>P Functional Specialist 0<br />

3.56 Intermediate <strong>CO</strong>P Functional Specialist 0<br />

Total Labour 0 0 0 0 0 0 0 0 0<br />

Item Travel<br />

Transportation Quantity Quantity Quantity Quantity Quantity Quantity Quantity Quantity<br />

Section 1. Page 60 NATO UNCLASSIFIED<br />

Total<br />

Quantity<br />

0<br />

0


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

CLIN: 13.1 CLIN:13.2 CLIN: 13.3 CLIN:13.4 CLIN 13.5 CLIN: 13.6 CLIN: 13.7 CLIN:13.8 Total CLIN:13<br />

Item Per diem Man-Days Man-Days Man-Days Man-Days Man-Days Man-Days Man-Days Man-Days<br />

Total Travel<br />

Total Man-<br />

Days<br />

Item Equipment/Materials/Other Quantity Quantity Quantity Quantity Quantity Quantity Quantity Quantity Quantity<br />

Total Equipment<br />

Task Total<br />

Section 1. Page 61 NATO UNCLASSIFIED<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0


CLIN DESCRIPTION FORM DELIVERY<br />

DATE<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 1<br />

WORK PACKAGE 14 - N<strong>CO</strong>P OPERATIONAL SUPPORT / SUSTAINMENT<br />

(EVALUATED <strong>CO</strong>NTRACT OPTION)<br />

PERFORMANCE START DATE: To be determined, after FOC<br />

DESTINATION<br />

(Incoterm 2000 DDP at location<br />

specified below, unless<br />

otherwise stated herein or in<br />

Part II of the contract)<br />

SOW<br />

REFERENC<br />

E<br />

WP<br />

REFERENC<br />

E<br />

UNIT OF<br />

MEASURE<br />

QUANTITY/<br />

MANDAYS<br />

UNIT PRICE TOTAL<br />

PRICE<br />

Euro (EUR)<br />

14 N<strong>CO</strong>P operational support and sustainment See below<br />

From WP PSD<br />

during 5 years See below 5 WP 14 See below See below See below -<br />

14.1 Service support - Year 1<br />

-<br />

14.1.1 System Support by System Support Engineer<br />

System Support by Intermediate Software<br />

N/A To be defined NCSA, Casteau Belgium 5.4, 5.6 3 Man-days 220 -<br />

14.1.2 Programmer N/A To be defined NCSA, Casteau Belgium 5.4, 5.6 3 Man-days 220 -<br />

14.1.3 N<strong>CO</strong>P Operational Trainer Education N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.1.4 N<strong>CO</strong>P Administrator Trainer Education N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.1.5 End-user Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.1.6 <strong>CO</strong>P Manager Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.1.7 <strong>CO</strong>P Manager Assistant Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.1.8 Organizational Node Administrator Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.1.9 Enterprise Administrator Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.1.10 Service Provision Authority Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.1.11 End-user Training N/A To be defined One (1) site in ISAF 5.2 4 Ea 1 -<br />

14.1.12 <strong>CO</strong>P Manager Training N/A To be defined One (1) site in ISAF 5.2 4 Ea 1 -<br />

14.1.13 <strong>CO</strong>P Manager Assistant Training N/A To be defined One (1) site in ISAF 5.2 4 Ea 1 -<br />

14.1.14 Organizational Node Administrator Training N/A To be defined One (1) site in ISAF 5.2 4 Ea 1 -<br />

14.1.15 Enterprise Administrator Training N/A<br />

On-site, Paper,<br />

To be defined One (1) site in ISAF 5.2 4 Ea 1 -<br />

14.1.16 Training Material Update<br />

Electronic To be defined NCSA, Casteau Belgium 5.2 4 Lot 1 -<br />

14.1.17 <strong>CO</strong>TS Maintenance Support N/A To be defined NCSA, Casteau Belgium 5.7 2 Lot 1 -<br />

14.1.18 N<strong>CO</strong>P Maintenance Support N/A To be defined NCSA, Casteau Belgium 5.7 2 Lot 1 -<br />

14.2 Service support - Year 2<br />

-<br />

14.2.1 System Support by System Support Engineer<br />

System Support by Intermediate Software<br />

N/A To be defined NCSA, Casteau Belgium 5.4, 5.6 3 Man-days 220 -<br />

14.2.2 Programmer N/A To be defined NCSA, Casteau Belgium 5.4, 5.6 3 Man-days 220 -<br />

14.2.3 N<strong>CO</strong>P Operational Trainer Education N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.2.4 N<strong>CO</strong>P Administrator Trainer Education N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.2.5 End-user Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.2.6 <strong>CO</strong>P Manager Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.2.7 <strong>CO</strong>P Manager Assistant Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.2.8 Organizational Node Administrator Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

Section 1, Page 62 NATO UNCLASSIFIED


NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

14.2.9 Enterprise Administrator Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.2.10 Service Provision Authority Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.2.11 End-user Training N/A To be defined One (1) site in ISAF 5.2 4 Ea 1 -<br />

14.2.12 <strong>CO</strong>P Manager Training N/A To be defined One (1) site in ISAF 5.2 4 Ea 1 -<br />

14.2.13 <strong>CO</strong>P Manager Assistant Training N/A To be defined One (1) site in ISAF 5.2 4 Ea 1 -<br />

14.2.14 Organizational Node Administrator Training N/A To be defined One (1) site in ISAF 5.2 4 Ea 1 -<br />

14.2.15 Enterprise Administrator Training N/A<br />

On-site, Paper,<br />

To be defined One (1) site in ISAF 5.2 4 Ea 1 -<br />

14.2.16 Training Material Update<br />

Electronic To be defined NCSA, Casteau Belgium 5.2 4 Lot 1 -<br />

14.2.17 <strong>CO</strong>TS Maintenance Support N/A To be defined NCSA, Casteau Belgium 5.7 2 Lot 1 -<br />

14.2.18 N<strong>CO</strong>P Maintenance Support N/A To be defined NCSA, Casteau Belgium 5.7 2 Lot 1 -<br />

14.3 Service support - Year 3<br />

-<br />

14.3.1 System Support by System Support Engineer<br />

System Support by Intermediate Software<br />

N/A To be defined NCSA, Casteau Belgium 5.4, 5.6 3 Man-days 220 -<br />

14.3.2 Programmer N/A To be defined NCSA, Casteau Belgium 5.4, 5.6 3 Man-days 220 -<br />

14.3.3 N<strong>CO</strong>P Operational Trainer Education N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.3.4 N<strong>CO</strong>P Administrator Trainer Education N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.3.5 End-user Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.3.6 <strong>CO</strong>P Manager Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.3.7 <strong>CO</strong>P Manager Assistant Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.3.8 Organizational Node Administrator Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.3.9 Enterprise Administrator Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.3.10 Service Provision Authority Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.3.11 End-user Training N/A To be defined One (1) site in ISAF 5.2 4 Ea 1 -<br />

14.3.12 <strong>CO</strong>P Manager Training N/A To be defined One (1) site in ISAF 5.2 4 Ea 1 -<br />

14.3.13 <strong>CO</strong>P Manager Assistant Training N/A To be defined One (1) site in ISAF 5.2 4 Ea 1 -<br />

14.3.14 Organizational Node Administrator Training N/A To be defined One (1) site in ISAF 5.2 4 Ea 1 -<br />

14.3.15 Enterprise Administrator Training N/A<br />

On-site, Paper,<br />

To be defined One (1) site in ISAF 5.2 4 Ea 1 -<br />

14.3.16 Training Material Update<br />

Electronic To be defined NCSA, Casteau Belgium 5.2 4 Lot 1 -<br />

14.3.17 <strong>CO</strong>TS Maintenance Support N/A To be defined NCSA, Casteau Belgium 5.7 2 Lot 1 -<br />

14.3.18 N<strong>CO</strong>P Maintenance Support N/A To be defined NCSA, Casteau Belgium 5.7 2 Lot 1 -<br />

14.3.19 Extended warranty - Hardware N/A To be defined NCSA, Casteau Belgium 5.7 2 Lot 1 -<br />

14.4 Service support - Year 4<br />

-<br />

14.4.1 System Support by System Support Engineer<br />

System Support by Intermediate Software<br />

N/A To be defined NCSA, Casteau Belgium 5.4, 5.6 3 Man-days 220 -<br />

14.4.2 Programmer N/A To be defined NCSA, Casteau Belgium 5.4, 5.6 3 Man-days 220 -<br />

14.4.3 N<strong>CO</strong>P Operational Trainer Education N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.4.4 N<strong>CO</strong>P Administrator Trainer Education N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.4.5 End-user Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.4.6 <strong>CO</strong>P Manager Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.4.7 <strong>CO</strong>P Manager Assistant Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.4.8 Organizational Node Administrator Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.4.9 Enterprise Administrator Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.4.10 Service Provision Authority Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.4.11 End-user Training N/A To be defined One (1) site in ISAF 5.2 4 Ea 1 -<br />

14.4.12 <strong>CO</strong>P Manager Training N/A To be defined One (1) site in ISAF 5.2 4 Ea 1 -<br />

14.4.13 <strong>CO</strong>P Manager Assistant Training N/A To be defined One (1) site in ISAF 5.2 4 Ea 1 -<br />

Section 1, Page 63 NATO UNCLASSIFIED


NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

14.4.14 Organizational Node Administrator Training N/A To be defined One (1) site in ISAF 5.2 4 Ea 1 -<br />

14.4.15 Enterprise Administrator Training N/A<br />

On-site, Paper,<br />

To be defined One (1) site in ISAF 5.2 4 Ea 1 -<br />

14.4.16 Training Material Update<br />

Electronic To be defined NCSA, Casteau Belgium 5.2 4 Lot 1 -<br />

14.4.17 <strong>CO</strong>TS Maintenance Support N/A To be defined NCSA, Casteau Belgium 5.7 2 Lot 1 -<br />

14.4.18 N<strong>CO</strong>P Maintenance Support N/A To be defined NCSA, Casteau Belgium 5.7 2 Lot 1 -<br />

14.4.19 Extended warranty - Hardware N/A To be defined NCSA, Casteau Belgium 5.7 2 Lot 1 -<br />

14.5 Service support - Year 5<br />

-<br />

14.5.1 System Support by System Support Engineer<br />

System Support by Intermediate Software<br />

N/A To be defined NCSA, Casteau Belgium 5.4, 5.6 3 Man-days 220 -<br />

14.5.2 Programmer N/A To be defined NCSA, Casteau Belgium 5.4, 5.6 3 Man-days 220 -<br />

14.5.3 N<strong>CO</strong>P Operational Trainer Education N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.5.4 N<strong>CO</strong>P Administrator Trainer Education N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.5.5 End-user Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

14.5.6 <strong>CO</strong>P Manager Training N/A To be defined One (1) site in Europe 5.2 4 Ea 1 -<br />

Section 1, Page 64 NATO UNCLASSIFIED


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

Item Labour<br />

WORK PACKAGE 14 - WP DETAIL SHEET<br />

CLIN: 14.1 CLIN: 14.2 CLIN: 14.3 CLIN: 14.4 CLIN: 14.5 Total CLIN: 14<br />

Staff<br />

Days<br />

3.1 Project Manager 0<br />

3.2 Project Control Analyst 0<br />

3.3 Webmaster 0<br />

3.4 Contract Security Specialist 0<br />

3.5 Senior Engineer 0<br />

3.6 Senior Network Engineer 0<br />

3.7 Intermediate Network Engineer 0<br />

3.8 Junior Network Engineer 0<br />

3.9 Systems Integration Analyst 0<br />

3.10 Senior Software Programmer 0<br />

3.11 Intermediate Software Programmer 0<br />

3.12 Junior Software Programmer 0<br />

3.13 System Support Engineer 0<br />

3.14 Senior Test Engineer 0<br />

3.15 Intermediate Test Engineer 0<br />

3.16 Intermediate Engineer 0<br />

3.17 Junior Test Engineer 0<br />

3.18 Test Technician 0<br />

3.19 Information Systems Security Engineer 0<br />

3.20 Information Systems Security Specialist 0<br />

3.21 Field Engineer 0<br />

3.22 Senior Technician 0<br />

3.23 Intermediate Technician 0<br />

3.24 Junior Technician 0<br />

3.25 System Management Specialist 0<br />

3.26 Junior Engineer 0<br />

3.27 Senior Systems Engineer 0<br />

3.28 Intermediate Systems Engineer 0<br />

3.29 Junior Systems Engineer 0<br />

3.30 Senior Communications Engineer 0<br />

3.31 Intermediate Communications Engineer 0<br />

3.32 Junior Communications Engineer 0<br />

3.33 Logistics Management Specialist 0<br />

3.34 Quality Assurance Manager 0<br />

3.35 Quality Assurance Specialists 0<br />

3.36 Instructional Systems Designer 0<br />

3.37 Senior Training Materials Developer 0<br />

3.38 Training Materials Developer 0<br />

3.39 CBT Developer 0<br />

3.40 Senior Instructor 0<br />

3.41 Junior Instructor 0<br />

3.42 System Administrator 0<br />

3.43 Network Manager 0<br />

3.44 Logistics Analyst 0<br />

Section 1. Page 65 NATO UNCLASSIFIED<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

Staff<br />

Days<br />

notes


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

CLIN: 14.1 CLIN: 14.2 CLIN: 14.3 CLIN: 14.4 CLIN: 14.5 Total CLIN: 14<br />

3.45 Database Administrator 0<br />

3.46 Open System Engineer 0<br />

3.47 Operational Support Manager 0<br />

3.48 Inventory Specialist 0<br />

3.49 Shipping and Receiving Clerk 0<br />

3.50 Technical Writer 0<br />

3.51 Senior Configuration Manager 0<br />

3.52 Intermediate Configuration Manager. 0<br />

3.53 Junior Configuration Manager 0<br />

3.54 Data Control Specialist 0<br />

3.55 Senior <strong>CO</strong>P Functional Specialist 0<br />

3.56 Intermediate <strong>CO</strong>P Functional Specialist 0<br />

Total Labour 0 0 0 0 0 0<br />

Item Travel<br />

Transportation Quantity Quantity Quantity Quantity Quantity Total Quantity<br />

Item Per diem Man-Days Man-Days Man-Days Man-Days Man-Days<br />

Total Travel<br />

Total Man-<br />

Days<br />

Item Equipment/Materials/Other Quantity Quantity Quantity Quantity Quantity Quantity<br />

Total Equipment<br />

Task Total<br />

Section 1. Page 66 NATO UNCLASSIFIED<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0<br />

0


Section 2, Page [Page]<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-BIDDING SHEETS<br />

SECTION 2. SCHEDULE OF FORWARD LABOUR RATES<br />

NATO UNCLASSIFIED


ITEM<br />

Labour Category<br />

(See descriptions in Section 6 of the SOW)<br />

2.1 Project Manager<br />

2.2 Project Control Analyst<br />

2.3 Webmaster<br />

2.4 Contract Security Specialist<br />

2.5 Senior Engineer<br />

2.6 Senior Network Engineer<br />

2.7 Intermediate Network Engineer<br />

2.8 Junior Network Engineer<br />

2.9 Systems Integration Analyst<br />

2.10 Senior Software Programmer<br />

2.11 Intermediate Software Programmer<br />

2.12 Junior Software Programmer<br />

2.13 System Support Engineer<br />

2.14 Senior Test Engineer<br />

2.15 Intermediate Test Engineer<br />

2.16 Intermediate Engineer<br />

2.17 Junior Test Engineer<br />

2.18 Test Technician<br />

2.19 Information Systems Security Engineer<br />

2.20 Information Systems Security Specialist<br />

2.21 Field Engineer<br />

2.22 Senior Technician<br />

2.23 Intermediate Technician<br />

2.24 Junior Technician<br />

2.25 System Management Specialist<br />

2.26 Junior Engineer<br />

2.27 Senior Systems Engineer<br />

2.28 Intermediate Systems Engineer<br />

Section 2, Page [Page]<br />

Contractor<br />

Facilities<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

Firm Fixed-Price Daily Rates for work performed at the locations specified below<br />

Rates are Expressed in Euro (EUR)<br />

Years 2011-2012 Year 2013 Year 2014<br />

Brussels or<br />

SHAPE<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 2<br />

SCHEDULE OF FORWARD LABOUR RATES<br />

NATO<br />

Europe /<br />

USA Based<br />

HQ The Hague ISAF<br />

Contractor<br />

Facilities<br />

NATO UNCLASSIFIED<br />

Brussels or<br />

SHAPE<br />

NATO<br />

Europe /<br />

USA Based<br />

HQ The Hague ISAF<br />

Contractor<br />

Facilities<br />

Brussels or<br />

SHAPE<br />

NATO<br />

Europe /<br />

USA Based<br />

HQ The Hague ISAF


ITEM<br />

Labour Category<br />

(See descriptions in Section 6 of the SOW)<br />

2.29 Junior Systems Engineer<br />

2.30 Senior Communications Engineer<br />

2.31 Intermediate Communications Engineer<br />

2.32 Junior Communications Engineer<br />

2.33 Logistics Management Specialist<br />

2.34 Quality Assurance Manager<br />

2.35 Quality Assurance Specialists<br />

2.36 Instructional Systems Designer<br />

2.37 Senior Training Materials Developer<br />

2.38 Training Materials Developer<br />

2.39 CBT Developer<br />

2.40 Senior Instructor<br />

2.41 Junior Instructor<br />

2.42 System Administrator<br />

2.43 Network Manager<br />

2.44 Logistics Analyst<br />

2.45 Database Administrator<br />

2.46 Open System Engineer<br />

2.47 Operational Support Manager<br />

2.48 Inventory Specialist<br />

2.49 Shipping and Receiving Clerk<br />

2.50 Technical Writer<br />

2.51 Senior Configuration Manager<br />

2.52 Intermediate Configuration Manager.<br />

2.53 Junior Configuration Manager<br />

2.54 Data Control Specialist<br />

Section 2, Page [Page]<br />

Contractor<br />

Facilities<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

Firm Fixed-Price Daily Rates for work performed at the locations specified below<br />

Rates are Expressed in Euro (EUR)<br />

Years 2011-2012 Year 2013 Year 2014<br />

Brussels or<br />

SHAPE<br />

NATO<br />

Europe /<br />

USA Based<br />

HQ The Hague ISAF<br />

Contractor<br />

Facilities<br />

NATO UNCLASSIFIED<br />

Brussels or<br />

SHAPE<br />

NATO<br />

Europe /<br />

USA Based<br />

HQ The Hague ISAF<br />

Contractor<br />

Facilities<br />

Brussels or<br />

SHAPE<br />

NATO<br />

Europe /<br />

USA Based<br />

HQ The Hague ISAF


Section 3, Page 70<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-BIDDING SHEETS<br />

SECTION 3. SCHEDULE OF PRICES FOR <strong>CO</strong>TS PRODUCTS<br />

NATO UNCLASSIFIED


item<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

Firm Fixed-Price Unit Prices for <strong>CO</strong>TS products and order quantities stated below<br />

Prices are Expressed in Euro (EUR)<br />

Year 2011-2012 Year 2013 Year 2014 Year 2015<br />

Item Description<br />

(See specifications in the SRS) Less than 20 20 or more 60 or more Less than 20 20 or more 60 or more Less than 20 20 or more 60 or more Less than 20 20 or more 60 or more REMARKS<br />

3.1 Standard Server<br />

3.2 Standard Server <strong>CO</strong>TS Software<br />

Complete N<strong>CO</strong>P Product Baseline, including all off-<br />

3.4 the-shelf components<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.4 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.5 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.6 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.7 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.8 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.9 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.10 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.11 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.12 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.14 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.14 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.15 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.16 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.17 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.18 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.19 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.20 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.21 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.22 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.23 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.24 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.25 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.26 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.27 in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

3.28 in the technical solution<br />

SCHEDULE OF SUPPLIES AND SERVICES - SECTION 3<br />

SCHEDULE OF UNIT PRICES FOR <strong>CO</strong>TS PRODUCTS<br />

Section 3. Page 71 NATO UNCLASSIFIED


item<br />

3.29<br />

3.30<br />

3.31<br />

3.32<br />

3.33<br />

3.34<br />

3.35<br />

3.46<br />

3.47<br />

3.48<br />

3.49<br />

3.40<br />

3.41<br />

3.42<br />

3.44<br />

3.44<br />

3.45<br />

3.46<br />

3.47<br />

3.48<br />

3.49<br />

3.50<br />

3.51<br />

3.52<br />

3.54<br />

3.54<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

Firm Fixed-Price Unit Prices for <strong>CO</strong>TS products and order quantities stated below<br />

Prices are Expressed in Euro (EUR)<br />

Year 2011-2012 Year 2013 Year 2014 Year 2015<br />

Item Description<br />

(See specifications in the SRS)<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

To be filled by Bidders based on the <strong>CO</strong>TS proposed<br />

in the technical solution<br />

Less than 20 20 or more 60 or more Less than 20 20 or more 60 or more Less than 20 20 or more 60 or more Less than 20 20 or more 60 or more REMARKS<br />

Section 3. Page 72 NATO UNCLASSIFIED


Section 4, Page 73<br />

NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-BIDDING SHEETS<br />

SECTION 4. <strong>CO</strong>TS SW DATA SHEETS<br />

NATO UNCLASSIFIED


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

SOFTWARE <strong>CO</strong>STS DATA:<br />

SECTION 1: PRODUCT DETAILS-Please enter details on product.<br />

PRODUCT NAME:<br />

VERSION:<br />

VENDOR:<br />

REFERENCE TO SOFTWARE BREAKDOWN STRUCTURE:<br />

DEPARTMENT/OWNER:<br />

LICENSE TYPE:<br />

EXPIRATION DATE:<br />

SECTION 2: BREAKDOWN OF SW LICENSE <strong>CO</strong>STS-Please enter<br />

the breakdown of SW costs per licenses.<br />

SECTION 3: FINANCIAL PROFILE<br />

<strong>CO</strong>STS Check if the cost is recurrent in nature<br />

<strong>CO</strong>ST OF SERVER LICENSE: € 0.00<br />

<strong>CO</strong>ST OF USER LICENSE: € 0.00<br />

ANNUAL SUPPORT (Maintenance) FEE: € 0.00<br />

ANNUAL UPGRADE (Maintenance) FEE: € 0.00<br />

NUMBER OF USERS: 0<br />

ANNUAL <strong>CO</strong>ST PER USER (ADDITIONAL): € 0.00<br />

DIS<strong>CO</strong>UNT RATE: 0.0000%<br />

OTHER FEES/<strong>CO</strong>STS: € 0.00<br />

GENERAL DESCRIPTION:<br />

<strong>CO</strong>STS<br />

TOTAL QUOTED <strong>CO</strong>STS: € 0.00<br />

DIS<strong>CO</strong>UNT PRICE BREAKS: 0.0000%<br />

Methodology:<br />

DIS<strong>CO</strong>UNT PRICE BREAKS(Options): 0.0000%<br />

Methodology:<br />

SECTION 4: CURRENT ISSUES/GROUNDRULES & ASSUMPTIONS<br />

NC3A INVENTORY OF SOFTWARE ASSET<br />

INFORMATION SHEET<br />

Bidders must fill all cells in yellow. If a cell is not applicable to this specific product, Bidders must indicate the reasons.<br />

SECTION 1: Product Details<br />

a. Product Name: Please enter the name of your software product.<br />

b. Version: Please enter the version current being released or offered.<br />

c. d. Reference Vendor: Please to Software enter the Breakdown name of vendor. Structure: Please<br />

reference the Bidding Sheets and Schedule of Supplies &<br />

Services,<br />

e. Department/Owner: (Internal Reference). Please ignore.<br />

f. License Type: Please enter the type of license, assumed perpetual per user.<br />

SECTION 2: Breakdown of SW License Costs<br />

NC3A INVENTORY OF SOFTWARE ASSETS<br />

All Cost should be formulated with a “per user” methodology.<br />

a. Cost of Server License: Please enter the cost of server license, if applicable.<br />

b. Cost of User License: Please enter the base cost of the license per user.<br />

c. Annual Support Fee: Noted as maintenance, this is the per user cost of technical support, if applicable.<br />

NATO UNCLASSIFIED


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P NATO UNCLASSIFIED<br />

SECTION 3: Financial Profile<br />

d. Annual Upgrade Fee: Also noted as maintenance,<br />

updates and upgrades to software after<br />

initial procurement, if applicable.<br />

e. Numbers of Users: (Internal Reference).<br />

f. Annual Cost Per User: Please enter any additional costs per year, per license, per user.<br />

g. Discount Rate: Please enter the discount rate, if applicable.<br />

h. Other Fees/Costs: Please enter any other costs billed in the per user price.<br />

i. General Description: Please provide a general description of the software being offered.<br />

j. Total Quoted Costs: (Internal Reference). Please ignore.<br />

a. Discount Price Breaks: Please enter the discount being offer in %.<br />

b. Methodology: Please enter the methodology used to develop this discount rate.<br />

c. Discount Price Breaks (Options): If applicable.<br />

d. Methodology: If applicable.<br />

SECTION 4: Current Issues/Groundrules & Assumptions<br />

a. Please enter other issues surrounding the acquisition of the software being offered.<br />

NATO UNCLASSIFIED


NATO UNCLASSIFIED <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-BIDDING SHEETS<br />

SECTION 5. BIDDER PRICING SUMMARY BREAKDOWN


A. PURCHASED PARTS<br />

B. SUB<strong>CO</strong>NTRACTED ITEMS<br />

C. OTHER- (1) Raw Material<br />

(2) Standard Commercial Items (<strong>CO</strong>TS)<br />

TOTAL DIRECT MATERIAL<br />

2. MATERIAL OVERHEAD (RATE % X TOTAL EST <strong>CO</strong>ST € BASE)<br />

3. DIRECT LABOR (indicate labour categories)<br />

TOTAL DIRECT LABOR<br />

4. LABOR OVERHEAD O.H. RATE<br />

5. OTHER DIRECT <strong>CO</strong>STS<br />

A. SPECIAL EQUIPMENT/CFE/NFE<br />

B. TRAVEL<br />

(1) TRANSPORTATION<br />

(2) PER DIEM<br />

C. <strong>CO</strong>NSULTANTS OTHER SERVICES<br />

D. OTHER<br />

TOTAL LABOR OVERHEAD<br />

TOTAL DIRECT <strong>CO</strong>ST & OVERHEAD<br />

6. GENERAL & ADMINISTRATIVE (G&A) (RATE % X TOTAL EST <strong>CO</strong>ST € BASE)<br />

7. TOTAL ESTIMATED FEE/ PROFIT %<br />

8. OTHER FACTORS<br />

9. GRAND TOTAL (sum of 1 to 8, equal to total of corresponding SSS WP in<br />

section 1)<br />

BIDDER PRICING SUMMARY BREAKDOWN : WP x (identify here the Work Package)<br />

DETAILED DESCRIPTION OF <strong>CO</strong>ST ELEMENTS<br />

1. DIRECT MATERIAL QUANTITY UNIT <strong>CO</strong>ST € SUM EST <strong>CO</strong>ST € TOTAL EST <strong>CO</strong>ST € REFERENCE (SubCLIN)<br />

NOTES:<br />

Please indicate pricing details for those categories specified as "Other" inluding "Other Factors."<br />

Additional spread sheets may be used for specific details.


<strong>Annex</strong> B Prescribed Administrative Forms and Certificates<br />

Book I, <strong>Annex</strong> B, Page B-1<br />

NATO UNCLASSIFIED


<strong>Annex</strong> B-1. Certificate of Legal Name of Bidder<br />

This Bid is prepared and submitted on behalf of the legal corporate entity specified below:<br />

FULL NAME OF <strong>CO</strong>RPORATION:<br />

DIVISION (IF APPLICABLE):<br />

SUB DIVISION (IF APPLICABLE):<br />

Book I, <strong>Annex</strong> B, Page B-2<br />

________________________________________<br />

________________________________________<br />

________________________________________<br />

OFFICIAL MAILING ADDRESS<br />

__________________________________________________________________________<br />

__________________________________________________________________________<br />

__________________________________________________________________________<br />

E-MAIL ADDRESS:<br />

TELEFAX No:<br />

POINT OF <strong>CO</strong>NTACT REGARDING THIS BID:<br />

________________________________________<br />

________________________________________<br />

NAME: ________________________________________<br />

POSITION: ________________________________________<br />

TELEPHONE: ________________________________________<br />

ALTERNATIVE POINT OF <strong>CO</strong>NTACT:<br />

NAME: ________________________________________<br />

POSITION: ________________________________________<br />

TELEPHONE: ________________________________________<br />

Date Signature of Authorised Representative<br />

Printed Name<br />

Title<br />

Company<br />

NATO UNCLASSIFIED


<strong>Annex</strong> B-2. Acknowledgement of Receipt of <strong>IFB</strong><br />

<strong>Amendment</strong>s<br />

I confirm that the following amendments to Invitation for Bid n° <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P have<br />

been received and the Bid, as submitted, reflects the content of such amendments.<br />

<strong>Amendment</strong> no. Date of<br />

Issued<br />

Date Signature of Authorised Representative<br />

Book I, <strong>Annex</strong> B, Page B-3<br />

Printed Name<br />

Title<br />

Company<br />

Date of receipt Initials<br />

NATO UNCLASSIFIED


<strong>Annex</strong> B-3. Certificate of Independent Determination<br />

It is hereby stated that:<br />

a. We have read and understand all documentation issued as part of <strong>IFB</strong>-<strong>CO</strong>-12870-<br />

N<strong>CO</strong>P. Our Bid submitted in response to the referred solicitation is fully compliant with the<br />

provisions of the <strong>IFB</strong> and the prospective contract.<br />

b. Our Bid has been arrived at independently, without consultation, communication or<br />

agreement, for the purpose of restricting competition, with any other Bidder or with any<br />

competitor;<br />

b. The contents of our Bid have not been knowingly disclosed by the Bidder and will not<br />

knowingly be disclosed by the Bidder prior to award, directly or indirectly to any other<br />

Bidder or to any competitor; and<br />

c. No attempt has been made, or will be made by the Bidder to induce any other person<br />

or firm to submit, or not to submit, a Bid for the purpose of restricting competition.<br />

Date : ........................<br />

Signature : ........................<br />

Name & Title : ........................<br />

Company : ........................<br />

Bid Reference : ........................<br />

Book I, <strong>Annex</strong> B, Page B-4<br />

NATO UNCLASSIFIED


<strong>Annex</strong> B-4. Certificate of Bid Validity<br />

I, the undersigned, as an authorised representative of the firm submitting this Bid, do<br />

hereby certify that the pricing and all other aspects of our Bid will remain valid for a period<br />

of twelve (12) months from the Bid Closing Date of this Invitation for Bid.<br />

….................................................<br />

Date<br />

Book I, <strong>Annex</strong> B, Page B-5<br />

NATO UNCLASSIFIED<br />

….............................................................<br />

Signature of Authorised Representative<br />

….............................................................<br />

Title<br />

….............................................................<br />

Company


<strong>Annex</strong> B-5. Certificate of Exclusion of Taxes, Duties and<br />

Charges<br />

I hereby certify that the prices offered in the price quotation of this Bid exclude all taxes,<br />

duties and customs charges from which the Purchaser has been exempted by international<br />

agreement.<br />

…..................................... ….............................................................<br />

Date Signature of Authorised Representative<br />

Book I, <strong>Annex</strong> B, Page B-6<br />

NATO UNCLASSIFIED<br />

….............................................................<br />

Title<br />

….............................................................<br />

Company


<strong>Annex</strong> B-6. Comprehension and Acceptance of Contract<br />

Special and General Provisions<br />

The Bidder hereby certifies that he has reviewed the Special Contract Provisions and the NC3O<br />

General Provisions set forth in the Prospective Contract, Book II of this Invitation for Bid. The<br />

Bidder hereby provides his confirmation that he fully comprehends the rights, obligations and<br />

responsibilities of the Contractor as set forth in the Articles and Clauses of the Prospective<br />

Contract. The Bidder additionally certifies that the offer submitted by the Bidder is without<br />

prejudice, qualification or exception to any of the Terms and Conditions and he will accept and<br />

abide by the stated Special and General Provisions if awarded the contract as a result of this<br />

Invitation for Bid.<br />

…..................................... ….............................................................<br />

Date Signature of Authorised Representative<br />

Book I, <strong>Annex</strong> B, Page B-7<br />

NATO UNCLASSIFIED<br />

….............................................................<br />

Title<br />

….............................................................


ANNEX B-7. Disclosure of Requirements for NC3A Execution<br />

of Supplemental Agreements<br />

I, the undersigned, as an authorised representative of _______________________, certify the<br />

following statement:<br />

All supplemental agreements, defined as agreements, documents and/or permissions outside the<br />

body of the Contract but are expected to be required by my Government, and the governments of<br />

my subcontractors, to be executed by the NC3A as a condition of my firm‟s performance of the<br />

Contract, have been identified, as part of the Bid.<br />

These supplemental agreements are listed as follows and/or are relevant to the following items:<br />

Examples of the terms and conditions of these agreements have been provided in our Offer. The<br />

anticipated restrictions to be imposed on NATO, if any, have been identified in our offer along<br />

with any potential conflicts with the terms, conditions and specifications of the Prospective<br />

Contract. These anticipated restrictions and potential conflicts are based on our knowledge of<br />

and prior experience with such agreements and their implementing regulations. We do not<br />

certify that the language or the terms of these agreements will be exactly as we have anticipated.<br />

The processing time for these agreements has been calculated into our delivery and performance<br />

plans and contingency plans made in the case that there is delay in processing on the part of the<br />

issuing government(s).<br />

We recognise that additional supplemental agreements, documents and permissions presented as<br />

a condition of Contract performance or MOU signature after our firm would be selected as the<br />

successful bidder may be cause for the NC3A to determine the submitted bid to be noncompliant<br />

with the requirements of the <strong>IFB</strong>;<br />

We accept that should the resultant supplemental agreements issued in final form by the<br />

government(s) result in an impossibility to perform the Contract in accordance with its schedule,<br />

terms or specifications, the contract may be terminated by the Purchaser at no cost to either<br />

Party.<br />

…..................................... ….............................................................<br />

Date Signature of Authorised Representative<br />

Book I, <strong>Annex</strong> B, Page B-8<br />

NATO UNCLASSIFIED<br />

….............................................................<br />

Title<br />

….............................................................<br />

Company


<strong>Annex</strong> B-8. Certificate of Compliance AQAP or ISO<br />

9001:2000 or Equivalent<br />

I hereby certify that _________________________(name of Company) possesses and applies<br />

Quality Assurance Procedures/Plans that are equivalent to the AQAP 2110 or ISO 9001:2000 as<br />

evidenced through the attached documentation 2 .<br />

…..................................... ….............................................................<br />

Date Signature of Authorised Representative<br />

2 Bidders must attach copies of any relevant quality certification.<br />

Book I, <strong>Annex</strong> B, Page B-9<br />

NATO UNCLASSIFIED<br />

….............................................................<br />

Title<br />

….............................................................<br />

Company


<strong>Annex</strong> B-9. List of Prospective Subcontractors<br />

Name and Address<br />

of Sub-Bidder<br />

DUNS<br />

Number 3<br />

Book I, <strong>Annex</strong> B, Page B-10<br />

Primary<br />

Location of<br />

Work<br />

Date : ........................<br />

Signature : ........................<br />

Name & Title : ........................<br />

Company : ........................<br />

Bid Reference : ........................<br />

NATO UNCLASSIFIED<br />

Items/Services to be<br />

Provided<br />

Estimated<br />

Value of<br />

Sub-Contract<br />

3 Data Universal Numbering System (DUNS). Bidders are requested to provide this data in order to help<br />

NC3A to correctly identify Subcontractors. If a Subcontractor‟s DUNS is not known this field may be left<br />

blank.


NATO UNCLASSIFIED<br />

<strong>Annex</strong> B-10. Bidder Background IPR<br />

Book I, <strong>Annex</strong> B, Page B-11<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

I, the undersigned, as an authorised representative of Bidder _______________________,<br />

warrant, represent, and undertake that:<br />

a. The Contractor Background IPR specified in the table below will be used for the<br />

purpose of carrying out work pursuant to the prospective Contract 1 .<br />

ITEM DESCRIPTION / IP OWNERSHIP INDICATE: SERVER OR<br />

CLIENT SIDE 2<br />

b. The stated Bidder has and will continue to have, for the duration of the prospective<br />

Contract, all necessary rights in and to the Background IPR specified above.<br />

c. The Background IPR stated above complies with the terms specified in Clause 24, 25<br />

of the Special Contract Provisions and shall be licensed to the Purchaser according to<br />

the terms and conditions specified therein and in Clause 30 of the NC3O General<br />

Contract Provisions.<br />

Date : ........................<br />

Signature : ........................<br />

Name & Title : ........................<br />

Bid Reference : ........................<br />

1 Indicate solely items the provision of which is necessary for the purpose of installing, maintaining<br />

and regularly operating the system (i.e. development environment, testing environment etc. items<br />

shall not be included).<br />

2 Both items included and NOT included in the NCSA AFPL shall be listed. Indicate whether the IPR<br />

is applicable to a <strong>CO</strong>TS product as defined in Clause 1.2.2 of the Special Contract Provisions.


<strong>Annex</strong> B-11. List of Subcontractor IPR<br />

I, the undersigned, as an authorised representative of Bidder _______________________,<br />

warrant, represent, and undertake that:<br />

a. The Subcontractor IPR specified in the table below will be used for the purpose of<br />

carrying out work pursuant to the prospective Contract 6 .<br />

ITEM DESCRIPTION / IP OWNERSHIP INDICATE SERVER OR<br />

CLIENT SIDE 7<br />

b. The stated Bidder has and will continue to have, for the duration of the prospective<br />

Contract, all necessary rights in and to the IPR specified above necessary to perform the<br />

Contractor‟s obligations under the Contract.<br />

c. The Background IPR stated above complies with the terms specified in Clause 24, 25 of<br />

the Special Contract Provisions and shall be licensed to the Purchaser according to the<br />

terms and conditions specified therein and in Clause 30 of the NC3O General Contract<br />

Provisions.<br />

Date : ........................<br />

Signature : ........................<br />

Name & Title : ........................<br />

Bid Reference : ........................<br />

6 Indicate solely items the provision of which is necessary for the purpose of installing, maintaining and<br />

regularly operating the system (i.e. development environment, testing environment etc. items shall not be<br />

included)<br />

7 Both items included and NOT included in the NCSA AFPL shall be listed. Indicate whether the IPR is<br />

applicable to a <strong>CO</strong>TS product as defined in Clause 1.2.2 of the Special Contract Provisions.<br />

Book I, <strong>Annex</strong> C, Page C-1<br />

NATO UNCLASSIFIED


NATO UNCLASSIFIED<br />

<strong>Annex</strong> B-12. List of Third Party IPR<br />

Book I, <strong>Annex</strong> B, Page B-14<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

I, the undersigned, as an authorised representative of Bidder _______________________,<br />

warrant, represent, and undertake that:<br />

a. The Third Party IPR specified in the table below will be used for the purpose of<br />

carrying out work pursuant to the prospective Contract 1 .<br />

ITEM DESCRIPTION / IP OWNERSHIP INDICATE SERVER OR<br />

CLIENT SIDE 2<br />

b. The stated Bidder has and will continue to have, for the duration of the prospective<br />

Contract, all necessary rights in and to the IPR specified above necessary to perform<br />

the Contractor‟s obligations under the Contract.<br />

c. The Background IPR stated above complies with the terms specified in Clause 24, 25<br />

of the Special Contract Provisions and shall be licensed to the Purchaser according to<br />

the terms and conditions specified therein and in Clause 30 of the NC3O General<br />

Contract Provisions.<br />

Date : ........................<br />

Signature : ........................<br />

Name & Title : ........................<br />

Bid Reference : ........................<br />

1 Indicate solely items the provision of which is necessary for the purpose of installing, maintaining<br />

and regularly operating the system (i.e. development environment, testing environment etc. items<br />

shall not be included)<br />

2 Both items included and NOT included in the NCSA AFPL shall be listed. Indicate whether the IPR<br />

is applicable to a <strong>CO</strong>TS product as defined in Clause 1.2.2 of the Special Contract Provisions.


NATO UNCLASSIFIED<br />

Book I, <strong>Annex</strong> B, Page B-14<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

<strong>Annex</strong> B-13. Certificate of Origin of Equipment, Services,<br />

and Intellectual Property<br />

The Bidder hereby certifies that, if awarded the Contract pursuant to this solicitation, he will<br />

perform the contract subject to the following conditions:<br />

(a) none of the work, including project design, labour and services shall be<br />

performed other than by firms from and within participating NATO member countries;<br />

(b) no material or items of equipment down to and including identifiable subassemblies<br />

shall be manufactured or assembled by a firm other than from and within a<br />

participating NATO member country. (A sub-assembly is defined as a portion of an<br />

assembly consisting of two or more parts that can be provisioned and replaced as an entity)*;<br />

and<br />

(c) The intellectual property rights to all design documentation and related system<br />

operating software shall reside in NATO member countries, and no license fees or royalty<br />

charges shall be paid by the Bidder to firms, individuals or Governments other than within<br />

the NATO member countries.<br />

Date : ........................<br />

Signature : ........................<br />

Name & Title : ........................<br />

Company : ........................<br />

Bid Reference : ........................


NATO UNCLASSIFIED<br />

<strong>Annex</strong> B-14. List of Proposed Key Personnel<br />

Position SOW/Work<br />

Package<br />

Reference<br />

Book I, <strong>Annex</strong> B, Page B-15<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

Labour Category Name Designation<br />

Period<br />

Project Manager 3.5.2 EDC thru<br />

Contract<br />

expiration date<br />

Technical Lead 3.5.3 EDC thru<br />

Contract<br />

expiration date<br />

Test Director 3.5.4 EDC thru<br />

Contract<br />

Quality Assurance<br />

Manager<br />

Date : ........................<br />

Signature : ........................<br />

Name & Title : ........................<br />

Company : ........................<br />

Bid Reference : ........................<br />

expiration date<br />

3.5.5 EDC thru<br />

Contract<br />

expiration date


<strong>Annex</strong> B-15. Certificate of Price Ceiling<br />

I hereby certify that the total price offered in the price quotation of this Bid in Section 1 of the<br />

Bidding Sheets for Work Packages 1, and 3 through 12 does not exceed €16,730,381.25 as<br />

described in paragraph 4, <strong>Annex</strong> A-2 of Book I.<br />

For quotation submitted in other than EURO currency:<br />

The Bidder shall establish this certificate within 5 days preceding the Bid Closing Date, and<br />

utilise for the purpose of price comparison the average of the official buying and selling rate(s)<br />

of the European Central Bank at close of business on the last working day preceding the<br />

signature of the present certificate.<br />

The bidder shall indicate in the table below the exchange rate(s) used for the establishment of the<br />

present certificate:<br />

Book I, <strong>Annex</strong> C, Page D-1<br />

Currencies EUR / Currency<br />

Exchange rates<br />

Notes:<br />

(1) No price information of your Bid should be disclosed in neither the Bid Administration<br />

Package nor the Technical Proposal Package.<br />

(2) The Bidder shall not change the price offered in the bid by submitting this subject<br />

certificate. The Bidder shall only provide the certificate to confirm it does not exceed the<br />

price ceiling specified in paragraph 4, <strong>Annex</strong> A-2 of Book I.<br />

…..................................... ….............................................................<br />

Date Signature of Authorised Representative<br />

NATO UNCLASSIFIED<br />

….............................................................<br />

Title<br />

….............................................................<br />

Company


<strong>Annex</strong> C Bid Guarantee - Standby Letter of Credit<br />

Standby Letter of Credit Number:<br />

Issue Date: ___________________________<br />

Beneficiary: NATO C3 Agency, Financial Management Office<br />

Boulevard Leopold III, B-1110, Brussels<br />

Belgium<br />

Expiry Date: ___________________________<br />

1. We, (issuing bank) hereby establish in your favour our irrevocable standby letter of credit<br />

number {number} by order and for the account of (NAME AND ADDRESS OF BIDDER) in<br />

the original amount of € 100,000.00 (One Hundred Thousand Euro). We are advised this<br />

Guarantee fulfils a requirement under Invitation for Bid <strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P dated<br />

__________________.<br />

2. Funds under this standby letter of credit are available to you upon first demand and<br />

without question or delay against presentation of a certificate from the NATO C3 Agency<br />

Contracting Officer that:<br />

a) (NAME OF BIDDER) has submitted a Bid and, after Bid Closing Date (including<br />

extensions thereto) and prior to the selection of the lowest priced, technically compliant<br />

Bid, has withdrawn his Bid, or stated that he does not consider his Bid valid or agree to<br />

be bound by his Bid, or<br />

b) (NAME OF BIDDER) has submitted a Bid determined by the Agency to be the<br />

lowest priced, technically compliant Bid, but (NAME OF BIDDER) has declined to<br />

execute the contract offered by the Agency, such contract being consistent with the terms<br />

of the Invitation for Bid, or<br />

c) The NATO C3 Agency has offered (NAME OF BIDDER) the contract for<br />

execution but (NAME OF BIDDER) has been unable to demonstrate compliance with<br />

the security requirements of the contract within a reasonable time, or<br />

d) The NATO C3 Agency has entered into the contract with (NAME OF BIDDER)<br />

but (NAME OF BIDDER) has been unable or unwilling to provide the Performance<br />

Guarantee required under the terms of the contract within the time frame required.<br />

3. This Letter of Credit is effective the date hereof and shall expire at our office located at<br />

(Bank Address) on __________________. All demands for payment must be made prior<br />

to the expiry date.<br />

4. It is a condition of this letter of credit that the expiry date will be automatically extended<br />

without amendment for a period of sixty (60) calendar days from the current or any successive<br />

expiry date unless at least thirty (30) calendar days prior to the then current expiry date the<br />

NATO C3 Agency Contracting Officer notifies us that the Letter of Credit is not required to be<br />

extended or is required to be extended for a shorter duration.<br />

5. We may terminate this letter of credit at any time upon sixty (60) calendar days notice<br />

furnished to both (NAME OF BIDDER) and the NATO C3 Agency by registered mail.<br />

Book I, <strong>Annex</strong> C, Page D-1<br />

NATO UNCLASSIFIED


Book I, <strong>Annex</strong> C, Page D-2<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

6. In the event we (the issuing bank) notify you that we elect not to extend the expiry date<br />

in accordance with paragraph 4 above, or, at any time, to terminate the letter of credit, funds<br />

under this credit will be available to you without question or delay against presentation of a<br />

certificate signed by the NATO C3 Agency Contracting Officer which states<br />

“The NATO C3 Agency has been notified by {issuing bank} of its election not to automatically<br />

extend the expiry date of letter of credit number {number} dated {date} pursuant to the<br />

automatic renewal clause (or to terminate the letter of credit). As of the date of this certificate,<br />

no suitable replacement letter of credit, or equivalent financial guarantee has been received by<br />

the NATO C3 Agency from, or on behalf of (NAME OF BIDDER), and the NATO C3 Agency,<br />

as beneficiary, hereby draws on the standby letter of credit number ________ in the amount of €<br />

(Amount up to the maximum available under the LOC), such funds to be transferred to the<br />

account of the Beneficiary number ___________________ (to be identified when certificate is<br />

presented).”<br />

Such certificate shall be accompanied by the original of this letter of credit and a copy of the<br />

letter from the issuing bank that it elects not to automatically extend the standby letter of credit,<br />

or terminating the letter of credit.<br />

7. The Beneficiary may not present the certificate described in paragraph 6 above until 20<br />

(twenty) calendar days prior to a) the date of expiration of the letter of credit should {issuing<br />

bank} elect not to automatically extend the expiration date of the letter of credit, b) the date of<br />

termination of the letter of credit if {issuing bank} notifies the Beneficiary that the letter of<br />

credit is to be terminated in accordance with paragraph 6 above.<br />

8. Multiple drawings are allowed.<br />

9. Drafts drawn hereunder must be marked, “Drawn under {issuing bank} Letter of Credit<br />

No. {number}“ and indicate the date hereof.<br />

10. This letter of credit sets forth in full the terms of our undertaking, and this undertaking<br />

shall not in any way be modified, amended, or amplified by reference to any document,<br />

instrument, or agreement referred to herein (except the International Standby Practices (ISP 98)<br />

hereinafter defined) or in which this letter of credit is referred to or to which this letter of credit<br />

relates, and any such reference shall not be deemed to incorporate herein by reference any<br />

document, instrument, or agreement.<br />

11. We hereby engage with you that drafts drawn under and in compliance with the terms of<br />

this letter of credit will be duly honoured upon presentation of documents to us on or before the<br />

expiration date of this letter of credit.<br />

12. This Letter of Credit is subject to The International Standby Practices-ISP98 (1998<br />

Publication) International Chamber of Commerce Publication No.590.


NATO UNCLASSIFIED<br />

<strong>Annex</strong> D Acknowledgement of Receipt of NR Library<br />

Book I, <strong>Annex</strong> C, Page D-2<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

We hereby advise that we have received the NATO RESTRICTED Library related to Invitation<br />

for Bids <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

on ..........................................<br />

In addition, I have been fully briefed on NATO security procedures relating to the<br />

handling, storage and dissemination of NATO RESTRICTED information. I fully<br />

acknowledge my personal security responsibilities and obligations and the consequences<br />

which the law or administrative or executive order of my nation provides when classified<br />

information passes into unauthorized hands, whether by intent or through personal<br />

negligence<br />

Signature: _________________________________________<br />

Printed Name: _________________________________________<br />

Title: _________________________________________<br />

Company: _________________________________________<br />

Address: _________________________________________<br />

_________________________________________


NATO UNCLASSIFIED<br />

<strong>Annex</strong> E Non Disclosure Undertaking<br />

1. PARTIES SIGNING THE AGREEMENT<br />

Book I, <strong>Annex</strong> C, Page D-2<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

[Insert name of Company], located in …..(address)….. (hereinafter referred to as “Company”)<br />

and its officers, directors and employees (being permanent, temporary, full-time, part-time, or<br />

staff that has been hired as consultants by the said company) agree to be bound by the terms of<br />

this undertaking (the “Undertaking”).<br />

2. BACKGROUND<br />

In order to allow potential bidders to prepare a bid under <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P, the NC3A will release to<br />

potential Bidders that have duly executed this Undertaking certain documentation/data that are and<br />

remain the property of NC3A.<br />

3. <strong>CO</strong>NFIDENTIAL INFORMATION<br />

For the purposes of this Undertaking, Confidential Information shall include the following:<br />

- NATO AirC2IS Overview of Integration Core<br />

- AirC2IS System Requirements Specifications (SRS)<br />

- TIDE Transformational Baseline 2.0-3.0<br />

- Joint Tactical Chat (JCHAT) Interface Control Document (ICD)<br />

- Interface Definition Between AirC2IS and TOPFAS, LOGFAS, and JOIIS<br />

- ICC Standard Interface – Software Development Kit – Software Developer Manual<br />

- <strong>CO</strong>RBA Standard Interface to ISI – Software Development Kit -* Software Developer<br />

Manual<br />

- NIRIS System Implementation Documents<br />

- J<strong>CO</strong>P Interface Definition Documents<br />

- IEG-C XML Security Labels (RD2903 and RD2977)<br />

- Bi-SC AIS Core Geographic Services ICD<br />

- LC2IS ICD<br />

- iGeoSIT Executable Software


- J<strong>CO</strong>P IM Executable Software<br />

4. PURPOSE OF THE AGREEMENT<br />

Book I, <strong>Annex</strong> C, Page D-2<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

The purpose of this Agreement is to grant the Company with a temporary, non-assignable, nontransferable<br />

and non-exclusive right to use the Confidential Information for the sole purpose of being able<br />

to prepare a bid for the development and delivery of Increment 1 of NATO Common Operational Picture<br />

(N<strong>CO</strong>P), in accordance with the Invitation For Bid <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P.<br />

5. RIGHT OF USE<br />

5.1 Company is authorised to use the Confidential Information for the purpose stated in section 3<br />

above and for a limited period not to exceed the completion of the bid evaluation period (as notified by<br />

the Purchaser) for <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P. This period shall be extended automatically if Company is<br />

determined to be the Successful Bidder until the effective date of Contract <strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P, which shall<br />

then govern the terms of use and disclosure of the Confidential Information.<br />

5.2 The Confidential Information will be delivered “as is”. The liability of NC3A for damages of any<br />

kind including but not limited to incidental, special or consequential damages sustained by the Company<br />

as a result of the usage of the Software is excluded.<br />

5.3 Any cost involved with the use of the Confidential Information is the sole responsibility of the<br />

Company.<br />

5.4 On completion of the bidding process in relation to Invitation For Bid <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P and<br />

at the latest five (5) working days after notification that Company is not the successful Bidder, Company<br />

shall return to NC3A, or destroy, the Confidential Information and provide NC3A with a written<br />

statement that Company has returned the original Confidential Information and all copies or destroyed the<br />

original Confidential Information and all copies.<br />

6. NON-DISCLOSURE<br />

6.1. Company shall not disclosure the Confidential Information to any third party and shall limit the<br />

disclosure internally to those of its officers, directors, employees (being permanent, temporary, full-time,<br />

part-time, or staff that has been hired as consultants by the said company) on a need to know basis and<br />

provided that these officers, directors, employees (being permanent, temporary, full-time, part-time, or<br />

staff that has been hired as consultants by the said company) are bound by a non-disclosure agreement or<br />

an adequate confidentiality clause covering the information disclosed on the basis of this Agreement.<br />

6.2 It is acknowledged by the Parties that when any portion of the Confidential Information<br />

falls within any of the following provisions, such portion of the Confidential Information is<br />

released from the protection provided under this Agreement from the date such provision<br />

becomes effective:<br />

- Information which is or becomes part of the public domain without breach of this<br />

Undertaking;


Book I, <strong>Annex</strong> C, Page D-2<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

- Information which is received after the signature of this Undertaking by Company from a<br />

third party who did not obtain or disclose it in violation of any rights of NC3A;<br />

- Information which is already known by Company, which is legally allowed to use it, at<br />

the time of signature of this Undertaking, which the Company can substantiate by written<br />

evidence:<br />

- Information which is publicly disclosed with the prior written approval of NC3A; and<br />

Information which is independently developed by an employee of the Company who did not<br />

have access to the Confidential Information and independent development is substantiated by<br />

reasonable evidence.<br />

7. DISPUTE RESOLUTIONS<br />

All disputes arising as a result of this Undertaking shall be subject to the dispute resolution procedure as<br />

detailed below:<br />

7.1. Dispute resolution shall be governed, interpreted and construed in accordance with the private<br />

contract law of the Kingdom of Belgium.<br />

7.2. All disputes arising under, or which are related to this Agreement or with respect to its<br />

effectiveness shall be resolved by consultation between the Parties. If no agreement can be found, either<br />

Party may open arbitration proceedings in accordance with the following arbitration provisions.<br />

7.3. The party instituting the arbitration proceedings shall advise the other party by registered letter,<br />

with official notice of delivery, of his desire to have recourse to arbitration. Within a period of thirty (30)<br />

days from the date of receipt of this letter, the parties shall jointly appoint an arbitrator. In the event of<br />

failing to appoint an arbitrator, the dispute or disputes shall be submitted to an Arbitration Tribunal<br />

consisting of three arbitrators, one being appointed by NC3A, another by the Company and the third, who<br />

shall act as President of the Tribunal, by these two arbitrators. Should one of the parties fail to appoint an<br />

arbitrator during the fifteen (15) days following the expiration of the said first period, the appointment<br />

shall be made, within twenty-one (21) days, at the request of the party instituting the proceedings, by the<br />

Secretary General of the Permanent Court of Arbitration at The Hague.<br />

7.4. Regardless of the procedure concerning the appointment of this Arbitration Tribunal, the third<br />

arbitrator will have to be of a nationality different from the nationality of the other two members of the<br />

Tribunal. Any arbitrator must be of the nationality of any one of the member states of the NATO and<br />

shall be bound by the rules of security in force within NATO.<br />

7.5. Any person appearing before the Arbitration Tribunal in the capacity of an expert witness shall, if<br />

he is of the nationality of one of the member states of the NATO, be bound by the rules of security in<br />

force within NATO; if he is of another nationality, no NATO classified documents or information shall<br />

be communicated to him.<br />

7.6. An arbitrator, who, for any reason whatsoever, ceases to act as an arbitrator, shall be replaced<br />

under the procedure laid down in paragraph 7.3. above.<br />

7.7. The Arbitration Tribunal will take its decisions by a majority vote. It shall decide where it will<br />

meet and, unless it decides otherwise, shall follow the arbitration procedures of the International Chamber<br />

of Commerce in force at the date of signature of the present Agreement. The awards of the arbitrator or of<br />

the Arbitration Tribunal shall be final and there shall be no right of appeal or recourse of any kind. These<br />

awards shall determine the appointment of the arbitration expenses.


8. GENERAL PROVISIONS<br />

Book I, <strong>Annex</strong> C, Page D-2<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

8.1. Nothing in this agreement shall be construed as granting or conferring any proprietary rights to<br />

the Company on the Confidential Information, acquired prior or after the date of this Agreement.<br />

On behalf of Company<br />

____________________<br />

Name:<br />

Title:<br />

Date:


Book I, <strong>Annex</strong> C, Page D-2<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

<strong>Annex</strong> F N<strong>CO</strong>P SRS Requirements Implementation Schedule


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P- Book I- <strong>Annex</strong> G<br />

N A T O UN C L A S S I F I E D<br />

INSERT <strong>CO</strong>MPANY NAME HERE <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

INSERT SUBMISSION DATE HERE<br />

INVITATION FOR BID<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

NATO Common Operational Picture<br />

(N<strong>CO</strong>P)<br />

Clarification Requests Form<br />

N A T O U N C L A S S I F I E D<br />

Page 9


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P- Book I- <strong>Annex</strong> G<br />

N A T O UN C L A S S I F I E D<br />

INSERT <strong>CO</strong>MPANY NAME HERE <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

INSERT SUBMISSION DATE HERE<br />

ADMINISTRATION or <strong>CO</strong>NTRACTING<br />

Serial<br />

NR<br />

A.1<br />

A.2<br />

A.3<br />

<strong>IFB</strong><br />

REF<br />

QUESTION ANSWER Status<br />

N A T O U N C L A S S I F I E D<br />

Page 10


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P- Book I- <strong>Annex</strong> G<br />

N A T O UN C L A S S I F I E D<br />

INSERT <strong>CO</strong>MPANY NAME HERE <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

INSERT SUBMISSION DATE HERE<br />

PRICE<br />

Serial<br />

NR<br />

P.1<br />

P.2<br />

P.3<br />

<strong>IFB</strong><br />

REF<br />

QUESTION ANSWER Status<br />

N A T O U N C L A S S I F I E D<br />

Page 11


<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P- Book I- <strong>Annex</strong> G<br />

N A T O UN C L A S S I F I E D<br />

INSERT <strong>CO</strong>MPANY NAME HERE <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

INSERT SUBMISSION DATE HERE<br />

TECHNICAL<br />

Serial<br />

NR<br />

T.1<br />

T.2<br />

T.3<br />

<strong>IFB</strong><br />

REF<br />

QUESTION ANSWER Status<br />

N A T O U N C L A S S I F I E D<br />

Page 12


Book II, Part II, Page II-1<br />

NATO UNCLASSIFIED<br />

INVITATION FOR BID<br />

<strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

Deliver and Implement Increment 1 of the Bi-SC AIS NATO Common<br />

Operational Picture (N<strong>CO</strong>P)<br />

AUTHORISATION/SERIAL NOS.<br />

AC/4-DS(2008)0011<br />

AC/4-DS(2008)0029<br />

AC/4-DS(2011)0011<br />

Project Serials No.: 1999/5HQ00590 & 2005/0IS03073<br />

BOOK II<br />

PROSPECTIVE <strong>CO</strong>NTRACT


1. Original Number __ of<br />

3. Contract Number: <strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

5. Contractor:<br />

7. <strong>CO</strong>NTRACT S<strong>CO</strong>PE/SCHEDULE OF SUPPLIES/SERVICES<br />

Book II, Part II, Page II-2<br />

NATO UNCLASSIFIED<br />

NC3A <strong>CO</strong>NTRACT<br />

2. NSI NO: Page 1 of<br />

4. Effective Date:<br />

6. Purchaser: NC3O represented by:<br />

The General Manager<br />

NATO C3 Agency<br />

Boulevard Leopold III<br />

B-1110 Bruxelles<br />

Tlx: 25931<br />

Tel: +32(0)2 707 82.14<br />

Fax: +32(0)2 707 87.70<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

This is a Firm Fixed Price Contract for the design, development, implementation, and maintenance of Increment I of the NATO Common<br />

Operational Picture (N<strong>CO</strong>P) to be delivered in accordance with the terms and conditions specified herein.<br />

The overall performance to be rendered by the contractor is divided into separate work packages. The obligation of the parties is limited to<br />

performance of work under Work Packages authorized in accordance with the terms of the Contract and up to its total amount as specified in<br />

Block 7 of the present Contract Signature Page unless such amount is revised by virtue of a formal Contract modification.<br />

8. TOTAL AMOUNT OF <strong>CO</strong>NTRACT : Firm Fixed Price €<br />

9. PERIOD OF PERFORMANCE<br />

See Section 1 (Schedule of Services and Deliverables) and Section 2<br />

(Special Provisions) attached hereto<br />

10. LOCATION OF WORK<br />

As specified in Section 4 (Statement of Work) and Contractor‟s proposal<br />

11. <strong>CO</strong>NTRACT AGREEMENT:<br />

This document (hereinafter referred to as the “Signature Page”), and the following named documents, where indicated incorporated by reference,<br />

constitute the entire Agreement between the Parties (hereinafter referred to as the "Contract" or the "Agreement"):<br />

(i) Part 1. Schedule of Supplies and Services<br />

(ii) Part 2. Special Contract Provisions and <strong>Annex</strong>es<br />

(iii) Part 3. NC3O General Provisions and <strong>Annex</strong>es<br />

(iv) Part 4. Statement of Work and <strong>Annex</strong>es<br />

(v) Purchaser clarifications and interpretations provided during the course of <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P (Incorporated by reference)<br />

(vi) Contractor Proposal __________________Dated_________________ including any contractor‟s proposed System Requirement Specification<br />

document and subsequent clarifications (incorporated by reference).<br />

In the event of any conflict or inconsistencies between or among any of the documents comprising this Agreement, the order of priority specified<br />

in clause 22 “Order of Precedence” of the Contract Special Provisions shall be applied.<br />

12. Signature of Contractor<br />

13. Signature of Purchaser<br />

14. Name and Title of Signer<br />

16. Date signed by the Contractor<br />

15. Name and Title of Signer<br />

17. Date signed by the Purchaser


Book II, Part II, Page II-3<br />

NATO UNCLASSIFIED<br />

TABLE OF <strong>CO</strong>NTENTS<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

This page is intentionally left blank ......................................................................... 66<br />

PART I - <strong>CO</strong>NTRACT SCHEDULES ..................................................................... 77<br />

PART II - SPECIAL <strong>CO</strong>NTRACT PROVISIONS ................................................ 88<br />

1. INTERPRETATION, DEFINITIONS, AND ACRONYMS ................. 99<br />

2. ORDER OF PRECEDENCE ................................................................ 1010<br />

3. DISPOSITION OF NC3O GENERAL <strong>CO</strong>NTRACT PROVISIONS<br />

1111<br />

4. S<strong>CO</strong>PE OF WORK................................................................................ 1212<br />

5. ADDITIONAL INCREMENTS ........................................................... 1313<br />

6. <strong>CO</strong>NTRACT TYPE ............................................................................... 1414<br />

7. INVOICES AND PAYMENT TERMS ................................................ 1414<br />

8. SPIRAL DEVELOPMENT .................................................................. 1515<br />

9. ACTIVATION OF WORK PACKAGES ............................................ 1717<br />

10. <strong>CO</strong>NTRACT STATUS REVIEW AND BREAKPOINTS ................. 1818<br />

11. PRICING OF CHANGES, AMENDMENTS AND CLAIMS ........... 1919<br />

12. PURCHASE OPTIONS ........................................................................ 2020<br />

13. SCHEDULE OF SITE INSTALLATIONS ......................................... 2121<br />

14. ACCEPTANCE PROCEDURES ......................................................... 2121<br />

15. RISK OF LOSS OR DAMAGE ............................................................ 2222<br />

16. <strong>CO</strong>TS PRODUCTS REPLACEMENT................................................ 2222<br />

17. LOCAL STANDARDISATION ........................................................... 2323<br />

18. <strong>CO</strong>NTRACT ADMINISTRATION ..................................................... 2323<br />

19. TECHNICAL DIRECTION ................................................................. 2424<br />

20. LIQUIDATED DAMAGES .................................................................. 2525<br />

21. <strong>CO</strong>NTRACTOR’S EMPLOYEES ....................................................... 2626<br />

22. KEY PERSONNEL ............................................................................... 2626<br />

23. INDEPENDENT <strong>CO</strong>NTRACTOR....................................................... 2727<br />

24. BACKGROUND IPR ............................................................................ 2727<br />

25. PERMISSIBLE S<strong>CO</strong>PE OF USE FOR SOFTWARE LISTED AS<br />

BACKGROUND IPR ........................................................................................ 2828<br />

26. <strong>CO</strong>NFIDENTIALITY AND NON-DISCLOSURE ............................ 2828<br />

27. <strong>CO</strong>NFLICT OF INTEREST ................................................................. 2929<br />

28. PURCHASER FURNISHED PROPERTY AND SERVICES .......... 3131<br />

29. WARRANTY PERIOD (EXCLUSIVE OF SOFTWARE)................ 3232<br />

30. SOFTWARE WARRANTY .................................................................. 3333<br />

31. PERFORMANCE GUARANTEE ....................................................... 3434<br />

32. SECURITY ............................................................................................. 3737<br />

33. SUPPLEMENTAL AGREEMENTS ................................................... 3838<br />

34. ENGINEERING CHANGE PROPOSALS (ECP) ............................. 3939<br />

35. IN<strong>CO</strong>RPORATION OF REVISED PROJECT MANAGEMENT AND<br />

ENGINEERING DOCUMENTATION DELIVERABLES .......................... 4040


Book II, Part II, Page II-4<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

36. TRAVEL AND PER-DIEM .................................................................. 4141<br />

37. <strong>CO</strong>NTRACTOR PERFORMANCE IN OPERATIONAL AREA –<br />

AFGHANISTAN. ............................................................................................... 4242<br />

38. MESSING, LODGING, WATER AND LAUNDRY SERVICES. .... 4545<br />

ANNEX A. LIST OF ABBREVIATIONS ........................................................... 11<br />

ANNEX B. NATO C3 AGENCY DECLARATION ........................................... 11<br />

ANNEX C. KEY PERSONNEL ........................................................................... 11<br />

ANNEX D. <strong>CO</strong>NTRACTOR AND SUB<strong>CO</strong>NTRACTOR BACKGROUND<br />

IPR .............................................................................................................. 11<br />

ANNEX E. THIRD PARTY IPR .......................................................................... 11<br />

ANNEX F. LIST OF PURCHASER PROVIDED ITEMS (To be inserted at<br />

the time of contract award) ....................................................................................... 11<br />

ANNEX G. INSTRUCTIONS FOR <strong>CO</strong>MPLETING A <strong>CO</strong>NTRACTOR<br />

PRICING SUMMARY .............................................................................................. 11<br />

ANNEX H. <strong>CO</strong>NTRACTOR PRICING SUMMARY ........................................ 11<br />

ANNEX I. PROGRESS PAYMENT SCHEDULE (CLAUSE 7 SPECIAL<br />

PROVISIONS) ........................................................................................................... 11<br />

ANNEX J. TEMPLATE OF ECP SIGNATURE PAGE ................................... 55<br />

PART III – NC3O GENERAL <strong>CO</strong>NTRACT PROVISIONS.................................. 2<br />

1. ORDER OF PRECEDENCE .................................................................... 44<br />

2. DEFINITIONS OF TERMS AND ACRONYMS ................................... 44<br />

3. AUTHORITY ......................................................................................... 1010<br />

4. APPROVAL AND ACCEPTANCE OF <strong>CO</strong>NTRACT TERMS ....... 1010<br />

5. LANGUAGE .......................................................................................... 1010<br />

6. AUTHORISATION TO PERFORM/<strong>CO</strong>NFORMANCE TO<br />

NATIONAL LAWS AND REGULATIONS ................................................... 1010<br />

7. FIRM FIXED PRICE <strong>CO</strong>NTRACT .................................................... 1111<br />

8. PERFORMANCE GUARANTEE ....................................................... 1111<br />

9. PARTICIPATING <strong>CO</strong>UNTRIES ......................................................... 1616<br />

10. SUB-<strong>CO</strong>NTRACTS ............................................................................... 1616<br />

11. SECURITY ............................................................................................. 1717<br />

12. RELEASE OF INFORMATION.......................................................... 1919<br />

13. PURCHASER FURNISHED PROPERTY ......................................... 2020


Book II, Part II, Page II-5<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

14. <strong>CO</strong>NTRACTOR'S PERSONNEL WORKING AT PURCHASER'S<br />

FACILITIES ...................................................................................................... 2121<br />

15. HEALTH, SAFETY AND ACCIDENT PREVENTION ................... 2121<br />

16. CHANGES .............................................................................................. 2222<br />

17. STOP WORK ORDER.......................................................................... 2323<br />

18. CLAIMS.................................................................................................. 2424<br />

19. PRICING OF CHANGES, AMENDMENTS AND CLAIMS ........... 2626<br />

20. NOTICE OF SHIPMENT AND DELIVERY ..................................... 2929<br />

21. INSPECTION AND ACCEPTANCE OF DELIVERABLES AND<br />

SERVICES.......................................................................................................... 3131<br />

22. INSPECTION AND ACCEPTANCE OF DOCUMENTATION ...... 3434<br />

23. USE AND POSSESSION PRIOR TO ACCEPTANCE ..................... 3636<br />

24. OWNERSHIP AND TITLE .................................................................. 3636<br />

25. INVOICES AND PAYMENT ............................................................... 3636<br />

26. TAXES AND DUTIES ........................................................................... 3838<br />

27. WARRANTY OF DELIVERABLES ................................................... 3939<br />

28. RIGHT OF ACCESS, EXAMINATION OF RE<strong>CO</strong>RDS .................. 4242<br />

29. PATENT AND <strong>CO</strong>PYRIGHT INDEMNITY ..................................... 4343<br />

30. INTELLECTUAL PROPERTY ........................................................... 4444<br />

31. NATO <strong>CO</strong>DIFICATION....................................................................... 4747<br />

32. RELEASE FROM CLAIMS ................................................................. 4848<br />

33. ASSIGNMENT OF <strong>CO</strong>NTRACT ........................................................ 4949<br />

34. TRANSFER AND SUB-LETTING ...................................................... 4949<br />

35. PURCHASER DELAY OF WORK ..................................................... 4949<br />

36. <strong>CO</strong>NTRACTOR NOTICE OF DELAY .............................................. 5050<br />

37. LIQUIDATED DAMAGES .................................................................. 5050<br />

38. TERMINATION FOR DEFAULT ...................................................... 5151<br />

39. TERMINATION FOR THE <strong>CO</strong>NVENIENCE OF THE PURCHASER<br />

5555<br />

40. APPLICABLE LAW ............................................................................. 6161<br />

41. DISPUTES .............................................................................................. 6161<br />

42. ARBITRATION ..................................................................................... 6262<br />

43. SEVERABILITY ................................................................................... 6363<br />

PART IV – STATEMENT OF WORK ............................................................... 6868


Book II, Part II, Page II-6<br />

NATO UNCLASSIFIED<br />

This page is intentionally left blank<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P


Book II, Part II, Page II-7<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

NATO <strong>CO</strong>MMON OPERATIONAL PICTURE (N<strong>CO</strong>P)<br />

INCREMENT 1<br />

PART I - <strong>CO</strong>NTRACT SCHEDULES<br />

(This Section will be derived from the bidding sheets submitted by the successful<br />

Bidder)


Book II, Part II, Page 8<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

NATO <strong>CO</strong>MMON OPERATIONAL PICTURE (N<strong>CO</strong>P)<br />

PART II - SPECIAL <strong>CO</strong>NTRACT PROVISIONS


Book II, Part II, Page 9<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

PART II – SPECIAL <strong>CO</strong>NTRACT PROVISIONS<br />

1. INTERPRETATION, DEFINITIONS, AND ACRONYMS<br />

1.1. As used throughout this Contract, acronyms shall have meanings<br />

specified in ANNEX A.<br />

1.2. As used throughout this Contract, the following terms shall have the<br />

meanings specified below unless otherwise specified in the Contract:<br />

1.2.1. “CIS Environment”: NATO existing computing environment<br />

(consisting of hardware and/or software and/or telecommunications<br />

networks or equipment) with which N<strong>CO</strong>P is to interface and/or<br />

interoperate or, in cases where the Contractor is supplying Software only,<br />

on which the Software is to be installed;<br />

1.2.2. Commercial Off-the-Shelf Items (<strong>CO</strong>TS): the terms<br />

“Commercial Off-the-Shelf Item (<strong>CO</strong>TS)” means an item that:<br />

1.2.2.1. is a commercial item;<br />

1.2.2.2. is sold in substantial quantities in the commercial<br />

marketplace; and<br />

1.2.2.3. is offered to the Purchaser, without modification, in the same<br />

form in which it is sold in the commercial marketplace.<br />

1.2.3. “Installation Sites”: the NATO premises as set out in Contract<br />

Schedules and the SOW and or such other sites as the Purchaser shall<br />

from time to time notify to the Contractor through a Contract<br />

<strong>Amendment</strong>;<br />

1.2.4. “NATO Participating Country”: any of NATO nation that has<br />

undertaken to share the cost of the project, namely, (in alphabetical order):<br />

BELGIUM, BULGARIA, CANADA, CZECH REPUBLIC, DENMARK,<br />

ESTONIA, FRANCE, GERMANY, GREECE, HUNGARY, ICELAND,<br />

ITALY, LATVIA, LITHUANIA, LUXEMBOURG, THE<br />

NETHERLANDS, NORWAY, POLAND, PORTUGAL, ROMANIA,<br />

SLOVAKIA, SLOVENIA, SPAIN, TURKEY, THE UNITED<br />

KINGDOM and THE UNITED STATES.<br />

1.2.5. “Work Packages”: divisions of the total Contract work effort<br />

into a grouping of tasks/products that the Contractor shall deliver and/or<br />

perform as a bundle under the terms of this contract. Initial Work<br />

Packages are included in the <strong>Annex</strong>es to the SOW.


Book II, Part II, Page 10<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

1.2.6. “Technical Solution”: the Contractor's specification for the<br />

N<strong>CO</strong>P Increment I provided as part of its bid and included in this Contract<br />

by reference.<br />

1.2.7. “Service”: A non material equivalent of a good that is part of<br />

the activity performed under a contract.<br />

1.2.8. “Software (Computer Software)”:<br />

1.2.8.1. Computer programs that comprise a series of instructions,<br />

rules, routines or statements, regardless of the media in which recorded,<br />

that allow or cause a computer to perform a specific operation or series<br />

of operations; and<br />

1.2.8.2. Recorded information comprising source code listings, design<br />

details, algorithms, processes, flow charts, formulas and related material<br />

that would enable the computer program to be produced, created or<br />

compiled.<br />

1.2.8.3. Does not included computer databases or computer software<br />

documentation.<br />

2. ORDER OF PRECEDENCE<br />

2.1. This Clause supersedes Clause 1 of the NC3O General Contract<br />

Provisions.<br />

2.2. If there is any conflict between the clauses and the schedules and/or<br />

any annexes to the schedules and/or any other documents referred to in this<br />

Contract, the conflict shall be resolved in accordance with the following order<br />

of precedence:<br />

2.2.1. The Signature Page<br />

2.2.2. Any Engineering Change Proposal (ECP) formally approved by<br />

the Purchaser in accordance with the prescriptions of Clause 34 of this<br />

Contract Special Provisions.<br />

2.2.3. Part I (Contract Schedule of Supplies and Services)<br />

2.2.4. Part II (Special Contract Provisions) and <strong>Annex</strong>es<br />

2.2.5. Part III (NC3O General Contract Provisions) and <strong>Annex</strong>es


Book II, Part II, Page 11<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

2.2.6. Project Management and Engineering documentation as listed<br />

and approved in accordance with Clause 35<br />

2.2.7. <strong>Annex</strong> B to Part IV (Work Package Description)<br />

2.2.8. <strong>Annex</strong> A to Part IV (System Requirements Specification)<br />

2.2.9. The remaining terms and conditions of Part IV (Statement of<br />

Work)<br />

2.2.10. The Purchaser‟s provided clarifications, issued throughout the<br />

bidding period relevant to <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

2.2.11. Contractor Proposed System Requirement Specifications for<br />

N<strong>CO</strong>P Increment 1 as submitted in response to <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P or<br />

any revised version thereof formally authorized by the Purchaser‟s<br />

Contracting Authority in accordance with the terms of this contract.<br />

2.2.12. The Contractor‟s proposal (Technical Proposal and Price<br />

Quotation) in response to <strong>IFB</strong>-<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P dated ________and any<br />

clarifications thereto, incorporated herein by reference.<br />

3. DISPOSITION OF NC3O GENERAL <strong>CO</strong>NTRACT<br />

PROVISIONS<br />

3.1. The NC3O General Contract Provisions at Part III are affected by these<br />

Special Contract Provisions as indicated below:<br />

3.1.1. Clause 1 – Interpretation, Definitions and Acronyms<br />

supplements Clause 2 of the NC3O General Provisions;<br />

3.1.2. Clause 2 – Order of Precedence supersedes Clause 1 of the<br />

NC3O General Contract Provisions;<br />

3.1.3. Clause 6 – Contract type supersedes Clause 7 of the NC3O<br />

General Contract Provisions;<br />

3.1.4. Clause 7 – Invoices and Payment Terms supplements Clause 25<br />

of the NC3O General Contract Provisions;<br />

3.1.5. Clause 11 - Pricing of Changes, <strong>Amendment</strong>s and Claims<br />

supplements Clause 19 of the NC3O General Contract Provisions;


Book II, Part II, Page 12<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

3.1.6. Clause 14 – Acceptance Procedures supplements Clauses 21<br />

and 22 of the NC3O General Contract Provisions;<br />

3.1.7. Clause 15 – Risk of Loss or Damage supplements Clause 24 of<br />

the NC3O General Contract Provisions;<br />

3.1.8. Clause 20 – Liquidated Damages supplements Clause 37 of the<br />

NC3O General Contract Provisions;<br />

3.1.9. Clause 24 – Background IPR supplements Clause 30 of the<br />

NC3O General Contract Provisions;<br />

3.1.10. Clause 28- Purchaser Furnished Property and Services<br />

supplements Clause 13 of the NC3O General Contract Provisions;<br />

3.1.11. Clause 29 – Warranty Period supplements Clause 27 of the<br />

NC3O General Contract Provisions;<br />

3.1.12. Clause 30 – Performance Guarantee supplements Clause 8 of<br />

the NC3O General Contract Provisions;<br />

3.1.13. Clause 32 – Security supplements Clause 11 of the NC3O<br />

General Contract Provisions.<br />

4. S<strong>CO</strong>PE OF WORK<br />

4.1. This Contract covers all performance and Deliverables necessary to<br />

design and implement the NATO Common Operational Picture (N<strong>CO</strong>P). The<br />

services provided by the system are required to provide the NATO community<br />

with an integrated, robust and flexible capability supporting a set of services<br />

available throughout the Bi-Strategic Command (Bi-SC) Automated<br />

Information System (AIS) to enable NATO and National forces to establish and<br />

share a common view of the battle space thereby improving their situational<br />

awareness - and decision-making processes.<br />

4.2. The complete N<strong>CO</strong>P capability is expected to be delivered in three<br />

increments, each increment providing an integral, usable and operationallyfielded<br />

capability.<br />

4.3. Each Increment is further comprised of a series of Work Packages each<br />

defining in detail the activities to be performed and the deliverables to be<br />

provided by the contractor.


Book II, Part II, Page 13<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

4.4. Work Packages relevant to performance and deliverables associated<br />

with Increment 2 and 3 are defined during the course of the preceding Increment<br />

via the performance of appropriate Increment Analysis activities which are<br />

covered under a specific Work Package.<br />

4.5. Subject to the limitations as stated in Clause 5 (Additional Increments),<br />

Clause 9 (Activation of Work Packages) and Clause 12 (Purchase Options), the<br />

scope of this Contract includes all deliverables and performance associated with<br />

the following Increments as defined in the Statement of Work and related<br />

documentation:<br />

4.5.1. Increment 1 (Work Packages 1 through 14);<br />

4.5.2. Increment 2 (Work Packages to be defined during the course of<br />

Increment 1);<br />

4.5.3. Increment 3 (Work Packages to be defined during the course<br />

of Increment 2);<br />

5. ADDITIONAL INCREMENTS<br />

5.1. Notwithstanding the stipulation at Clause 4, the Purchaser liabilities<br />

and obligations under this Contract at the time of its signature and unless a<br />

formal amendment is issued in accordance with the terms of this Clause and<br />

Clause 16 (Changes) of the NC3O General Provisions or otherwise in by virtue<br />

of Clause 12 are limited in scope and amount solely to performance and<br />

deliverables associated to Increment I - Work Packages 1, 3 through 8, and 10<br />

as described in <strong>Annex</strong> B of the Contract Statement of Work.<br />

5.2. Items and performance associated with Increment I – Work Packages<br />

2, 9, 11, 12, 13, and 14 constitute options to be exercised at the sole discretion<br />

of the Purchaser in accordance with the prescriptions of Clause 12 of the<br />

Contract special provisions.<br />

5.3. During the course of the performance under the Contract and up to 2<br />

(two) calendar years after the completion of all activities relevant to Increment<br />

1, the Purchaser, at his sole discretion, may instruct the contractor to proceed<br />

with the performance of work associated with Increment 2 or any Work<br />

Package therein.<br />

5.4. Likewise, during the performance of activities related to Increment 2<br />

and up to 2 (two) years after the performance under the same Increment 2 has<br />

been completed, the Purchaser may, at his sole discretion, direct the contractor<br />

to render performance associated with Increment 3 or any Work Package<br />

therein.


Book II, Part II, Page 14<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

5.5. Prices associated with Increment 2 and Increment 3 and Work<br />

Packages therein shall be proposed by the contractor in advance of any<br />

performance, be consistent with those stipulated in the Contract for Increment 1<br />

Work Packages and calculated on the basis of the Engineering Pool year/prices<br />

for the relevant profiles and for the period in which the performance is to be<br />

rendered.<br />

5.6. In no circumstances the Purchaser shall be responsible for<br />

corresponding compensation, regardless of the nature, for direct and/or indirect<br />

losses or expenses including but not limited to those associable with anticipated<br />

revenues, deriving or incurred into as a result of the Purchaser‟s determination<br />

not to proceed with the performance of Increment 2 and/or Increment 3 of the<br />

Contract or to assign the performance of those tasks via the issuance of a<br />

separate Contract to a entity other than the Contractor.<br />

6. <strong>CO</strong>NTRACT TYPE<br />

6.1. This Clause supersedes Clause 7 of the NC3O General Contract<br />

Provisions.<br />

6.2. This is a Firm Fixed Price contract.<br />

6.3. The Firm Fixed Price of this Contract is stated in the Signature Page<br />

and is based on the price of Work Packages 1, 3 through 8, and 10 unless<br />

revised by the mean of any further Contract amendment issued by the<br />

Purchaser.<br />

6.4. The Purchaser assumes no liability for costs incurred by the Contractor<br />

in excess of the stated Firm Fixed Price.<br />

6.5. The geographical locations of the non-ISAF sites and one of thethe two<br />

“Large” configuration sites in ISAF where N<strong>CO</strong>P shall be deployed (Work<br />

Packages 7, 10, and optional Work Package 12 if exercised) shall be defined in<br />

detail by the Purchaser within three six months after Contract Award. Firm<br />

Fixed Prices indicated for any work to be undertaken at these sites during the<br />

course of this Contract shall be valid for any location within NATO in Europe<br />

or in the USA aswithin the geographical area indicated in the Schedule of<br />

Supplies and Services (i.e. Europe, the USA, or ISAF), and shall depend on the<br />

technical configuration required for each of them as defined in paragraph 1.6 of<br />

the Statement of Work.<br />

7. INVOICES AND PAYMENT TERMS


Book II, Part II, Page 15<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

7.1. Payments will be made to the Contractor on achievement/delivery and<br />

acceptance, in writing, by the Purchaser of the progress milestones defined at<br />

ANNEX H of this Contract Special Provisions.<br />

7.2. CLINs 5.4, and 6.3 are not-to-exceed CLINs covering Travel and Per-<br />

Diem reimbursement to the Contractor in accordance with Clause 36.<br />

7.3. Payments defined at ANNEX H of this Contract Special Provisions are<br />

subject to the Purchaser‟s Acceptance in writing of all deliverables due to the<br />

date or progress milestone specified for the payment.<br />

7.4. In the case in which Optional Work Packages are exercised, payments<br />

shall be made in accordance with the stipulations of the relevant amendment<br />

providing for the exercise of such Options.<br />

7.5. The Purchaser shall not be liable for any amount resulting from the<br />

performance of services or the delivery of equipment outside the scope of this<br />

contract.<br />

8. SPIRAL DEVELOPMENT<br />

8.1. The Purchaser intends to use Spiral Development to develop and field<br />

the N<strong>CO</strong>P capability in a series of three increments.<br />

8.2. Spiral Development is a form of Evolutionary Acquisition that is<br />

characterised by:<br />

8.2.1. the rapid fielding of a usable system addressing an initial<br />

statement of needs, and<br />

8.2.2. iterative upgrades, as development progresses, through a series<br />

of increments which each yield a final operational version of the system.<br />

8.3. To develop and field Increment 1, a complete system baseline, from<br />

design specifications and system test procedures to user documentation, training<br />

materials, and operational support tools, must be provided. To develop and field<br />

subsequent increments, only the changes to this baseline need to be provided.<br />

The new capabilities delivered with each subsequent increment will not be<br />

wholly new development efforts, but can be traced back to the N<strong>CO</strong>P Increment<br />

1 requirements baseline and will be implemented as system baseline changes.<br />

8.4. Spiral Development allows for incremental fielding of equipment<br />

while maintaining the integrity of the system-level architecture. The proposed<br />

spiral development approach requires a configuration management approach


Book II, Part II, Page 16<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

that encompasses not only the design and implementation elements of the<br />

system baseline, but the requirements elements as well.<br />

8.5. Spiral Development is used as a risk mitigation methodology.<br />

However, the Purchaser recognises that the flexibility the spiral development<br />

approach provides in accommodating evolving operational requirements<br />

presents a challenge in accurately estimating the cost of each increment and of<br />

the system as a whole. While the costs of the N<strong>CO</strong>P Increment 1 can be<br />

estimated and is, therefore, considered as firm and fixed according to the<br />

Contract, the analysis and the costs of Increments 2 and 3 are less certain.<br />

8.6. Through the analysis of requirements for the next increment,<br />

undertaken in parallel with the current increment‟s development, test, and<br />

implementation efforts, the Purchaser will reduce the uncertainty of the costs of<br />

the next increment. For this reason, funding for each increment will be<br />

authorised separately, based on an amendment to the project‟s initial authorised<br />

Type B Cost Estimate (TBCE) that defines the specific operational<br />

requirements, components to be implemented, and resources required.<br />

8.7. In line with the generic approach identified above, Spiral Development<br />

for N<strong>CO</strong>P and its contractual implications will be implemented as described<br />

hereafter:<br />

8.7.1. The Contract is structured in such a way so as to facilitate the<br />

inclusion of additional work as it may be required in order to provide the<br />

subsequent increments of the N<strong>CO</strong>P and other future requirements<br />

associated with system evolution and maintenance, if properly authorised<br />

in accordance with the terms of the Contract.<br />

8.7.2. The Contract Statement of Work generically describes tasks<br />

that the Contractor may be required to perform throughout N<strong>CO</strong>P<br />

development. This generic SOW is supplemented with Work Packages<br />

which specify in detail the tasks and Deliverables that the Contractor must<br />

perform in consideration of the payment of the Contract price specified in<br />

the Signature Page and in Section of Part I of the Contract. These Work<br />

Packages are attached as <strong>Annex</strong> B to the SOW and, subject to the<br />

provisions at Clause 12, shall take precedence over the provisions of the<br />

generic SOW.<br />

8.7.3. Each subsequent increment, and any other additional<br />

requirements not included in <strong>Annex</strong> B to the SOW, will be provided as a<br />

separately funded activity, under the framework of the basic Contract and<br />

generic SOW.<br />

8.7.4. Each increment is a full development process: requirements<br />

validation, design, development, integration, test and implementation as


Book II, Part II, Page 17<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

defined in the SOW. Except for Increment 1, the Contractor shall assist in<br />

the preparation of the detailed Technical Requirements and the cost<br />

estimates and funding request for Increments 2 and 3.<br />

8.7.5. The increments are linked by common system architecture, in<br />

principal a common integration Contractor, and a decision making process<br />

that allows the scope, and content of each increment to be determined<br />

based upon an agreed assessment of risks.<br />

8.7.6. Requirements for each follow-on increment will be based upon:<br />

8.7.6.1. User feedback from the previous increment<br />

8.7.6.2. Accommodation of technology updates<br />

8.7.6.3. Refined requirements resulting from related studies,<br />

prototypes, and experiments.<br />

8.7.7. Additional work to be performed under the Contract shall be<br />

specified through separate Work Packages that will be included in <strong>Annex</strong><br />

B to the SOW through formal Contract <strong>Amendment</strong>s issued in accordance<br />

with the pricing rules in Clause 11 and the forward prices established in<br />

the Contract Schedules.<br />

8.7.8. Notwithstanding the intention to have the whole project<br />

executed by one common integration Contractor and without prejudice to<br />

other rights conferred to the Purchaser by the terms and conditions of this<br />

Contract, the Purchaser reserves the right to refrain from proceeding with<br />

any further increment in those instances where the Contractor<br />

performance proves to be unsatisfactory, price for additional work cannot<br />

be agreed, or the necessary funding is not authorised by the NATO<br />

Investment Committee.<br />

9. ACTIVATION OF WORK PACKAGES<br />

9.1. This Contract shall be executed through a staged approach. The scope<br />

of work is structured into a series of Work Packages associated with critical<br />

project milestones.<br />

9.2. The Effective Date of Contract activates Work Packages 1, 3 and 5.<br />

The activation of the remaining Work Packages shall automatically occur on the<br />

dates specified in the most current Purchaser‟s approved Project Master<br />

Schedule.


Book II, Part II, Page 18<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

9.3. If a Contractor fails to meet a critical milestone on which activation of<br />

one or more succeeding Work Packages depends, the Purchaser is not obligated<br />

to extend the dates of the milestones contained in the succeeding Work<br />

Packages in order to accommodate such delay, if the failure to meet the critical<br />

milestone is attributable solely to the Contractor.<br />

9.4. The Contractor is advised that if the Contractor elects to begin work on<br />

a Work Package prior to the activation of this Work Package, the Purchaser<br />

bears no liability for costs incurred by the Contractor for work conducted prior<br />

to activation in the case that the Contract is terminated.<br />

10. <strong>CO</strong>NTRACT STATUS REVIEW AND BREAKPOINTS<br />

10.1. The following events are considered “Critical Progress Milestones”<br />

upon which successful completion of the contracted effort depends:<br />

10.1.1. Acceptance in writing by the Purchaser of the System Design<br />

Documentation for Increment 1 of the N<strong>CO</strong>P Capability as presented in<br />

the Critical Design Review (SOW §4.5) to be accomplished Not Later<br />

Than the date specified in most current Purchaser‟s Approved Project<br />

Master Schedule.<br />

10.1.2. Acceptance in writing by the Purchaser of the acceptance test<br />

results of the Factory Acceptance Test (SOW §4.7.9.1) to be<br />

accomplished Not Later Than the date specified in the Schedule of<br />

Supplies and Services.<br />

10.1.3. Acceptance in writing by the Purchaser of the acceptance test<br />

results of the System Acceptance Test (SOW §4.7.9.5) to be accomplished<br />

Not Later Than the date specified in the Schedule of Supplies and<br />

Services.<br />

10.1.4. Successful completion and Acceptance in writing by the<br />

Purchaser of the Support and sustainment Documentation as presented in<br />

the Sustainment Qualification Review (SOW §5.6.2) to be accomplished<br />

Not Later Than the date specified in the Schedule of Supplies and<br />

Services.<br />

10.1.5. Acceptance in writing by the Purchaser of Pilot Sites<br />

Operational Testing (SOW §4.7.9.7) to be accomplished Not Later Than<br />

the date specified in the Schedule of Supplies and Services.<br />

10.1.6. Successful completion and Acceptance in writing by the<br />

Purchaser of the work to be performed to reach Initial Operational


Book II, Part II, Page 19<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

Capability (SOW § 4.9.11.1) to be accomplished Not Later Than the date<br />

specified in the Schedule of Supplies and Services.<br />

10.2. At each of these Critical Progress Milestones, the Purchaser will<br />

review the overall Contract status and progress in order to determine if<br />

continuation of the Contract remains in the best interest of NATO. Points to be<br />

considered in this decision include, but are not limited to:<br />

10.2.1. The number and types of changes made, or expected to be<br />

made and their impact on project cost and schedule of the present<br />

contract,<br />

10.2.2. Operational, environmental, or technological changes in the<br />

requirements for the N<strong>CO</strong>P system,<br />

10.2.3. Level of satisfaction with the product(s) delivered up to the<br />

Critical Progress Milestone.<br />

10.3. Notwithstanding Purchaser‟s right to terminate the Contract for Default<br />

if the Contractor is not performing, if the Purchaser determines that continuation<br />

of the Contract after a Critical Progress Milestone is not in the best interest of<br />

NATO, the Contractor shall be notified that no further Work Packages will be<br />

activated and the Contract will be terminated pursuant to Clause 39 of the<br />

NC3O General Provisions entitled “TERMINATION FOR THE<br />

<strong>CO</strong>NVENIENCE OF THE PURCHASER”.<br />

10.4. Under such a termination, the Purchaser will follow the procedures set<br />

forth in Clause 39 of the NC3O General Provisions except that the cost incurred<br />

by the Contractor for which the Purchaser may be liable are limited to costs<br />

incurred in relation to Work Packages that are activated by virtue of the dates<br />

set in the most current Purchaser‟s Approved Project Master Schedule to the<br />

date of notified Termination. In such a case, the Purchaser will not be liable for<br />

any costs associated with Work Packages not activated, even if the Contractor<br />

had commenced work within these Work Packages at his own risk in order to<br />

meet the delivery schedule.<br />

11. PRICING OF CHANGES, AMENDMENTS AND CLAIMS<br />

11.1. Clause 19 of the NC3O General Contract Provisions is hereby<br />

supplemented as follows:<br />

11.1.1. Contractor‟s pricing proposals for Changes, <strong>Amendment</strong>s and<br />

Claims shall be priced in accordance with the schedules of forward labour<br />

rates and forward prices of <strong>CO</strong>TS components established in the Contract<br />

Schedule of Supplies and Services, or, if not defined in the latter, which


Book II, Part II, Page 20<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

were submitted in the Contractor‟s bid incorporated in the Contract by<br />

reference.<br />

11.1.2. If new labour categories, not previously specified in section 7<br />

of the SOW are deemed necessary by the Purchaser during the course of<br />

this Contract; the prices for the new labour categories shall be within the<br />

range of 10% of rates listed for comparable labour services and skill in the<br />

Contract Schedules at Part I.<br />

11.1.3. The Contractor shall be bound by the stated labour rates and<br />

<strong>CO</strong>TS components prices till 31 December 2014. At the beginning of each<br />

following calendar year that the Contract is effective, the labour rates<br />

mentioned in the Schedule of Supplies and Services (SSS) in Section 2<br />

will be subject to an annual revision.<br />

11.1.3.1. The stated revision shall be based on the evolution of the<br />

Labour Cost Index in Belgium for NACE section C to K - Index<br />

(2000=100) (LCI), as published by the Belgian Ministry of Economy<br />

(http://www.statbel.fgov.be/indicators/home_en.asp) or shall be based<br />

on the evolution of the Bidder‟s national Labour Cost Index (TBD).<br />

11.1.3.2. The revised rates shall be obtained through the following<br />

formula:<br />

P = Po * (0.2 + 0.8 *L/Lo).<br />

In which:<br />

12. PURCHASE OPTIONS<br />

P - Revised daily labour rate applicable to the considered<br />

labour category during the following 12 months.<br />

Po - Effective rate applicable to the same labour category in<br />

2014 according to SSS-Section 2.<br />

L - LCI value registered in 4th quarter of the year prior to the<br />

revision.<br />

Lo - LCI value registered in 4th quarter of 2013.<br />

12.1. Work Packages identified as Options in <strong>Annex</strong> B of the Contract<br />

Statement of Work represent Indefinite Delivery Options 1 for equipment and<br />

services to support the implementation, operation, and incremental evolution of<br />

1<br />

Indefinite Delivery Options are those defined Contractual tasks for which the scope of the<br />

performance to be rendered by the Contractor and its firm fixed price is defined but the actual<br />

performance is deferred to a unilateral determination by the Purchaser to be made and notified to the<br />

Contractor.<br />

NATO UNCLASSIFIED


Book II, Part II, Page 21<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

the N<strong>CO</strong>P Increment 1 capability. The Purchaser anticipates both projected and<br />

incidental needs of these equipment and services but cannot provide the exact<br />

details on the dates, specific deliverables, and quantities to satisfy those needs.<br />

The quoted unit prices are firm fixed prices throughout the duration of the<br />

contract and are independent of the actual quantity of units/options exercised.<br />

The Purchaser is not obliged to exercise any option or quantity.<br />

12.2. The Contractor will be notified by the Purchaser Contracting Authority<br />

in writing as to what options will be exercised and in what combination. This<br />

notification will be made by written amendment to the Contract.<br />

12.3. The option(s) may be exercised within a period of three years after the<br />

Effective Date of the Contract, after which the option(s) will be deemed to have<br />

expired.<br />

12.4. If an option is exercised, the Contractor will have a minimum period of<br />

forty-five (45) days between notification and the required Performance Start<br />

Date.<br />

12.5. Any options for additional equipment and services may be exercised<br />

multiple times within the stated time period. The Contractor will not be obliged<br />

to deliver more than the maximum quantities specified in the Contract Schedule.<br />

12.6. The Contractor will be notified by the Purchase Contracting Authority<br />

in writing as to what options will be exercised and in what combination. This<br />

notification will be made by written amendment to the Contract.<br />

13. SCHEDULE OF SITE INSTALLATIONS<br />

13.1. The sequential order of any performance to be rendered at any NATO<br />

sites may be changed by the Purchaser on the basis of sites availability at no<br />

cost for the Purchaser provided that the notification of change is provided to the<br />

contractor 20 days prior to the scheduled date of site activity as illustrated in the<br />

most current Purchaser Approved Project Master Schedule.<br />

14. ACCEPTANCE PROCEDURES<br />

14.1. Acceptance is the action by which the Purchaser formally<br />

acknowledges that the Contractor has fully demonstrated that Contract<br />

Deliverables are complete or have been performed according to the<br />

requirements set in the contract.<br />

14.2. Acceptance procedures are described in Sections 3 and 4 of the SOW<br />

and Clauses 21 and 22 of the NC3O General Contract Provisions.


Book II, Part II, Page 22<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

14.3. Further, clauses 21 and 22 of the NC3O General Contract Provisions<br />

are hereby supplemented as follows:<br />

14.3.1. In accordance with the implementation procedures stated in<br />

Section 4 of the SOW, any hardware, software, documentation, or any<br />

other Deliverables provided as part of a site installation shall not be<br />

subject to Acceptance until Site Activation is satisfactorily completed.<br />

14.3.2. Where a delivered or performed Contract Line Item (CLIN)<br />

fails to meet all Contract requirements but such a failure is not material or<br />

fundamental, the Purchaser may, at its sole discretion, declare the<br />

Acceptance provisional. In this case, the Purchaser will make an<br />

assessment of the nature of the deficiencies and may pay the Contractor an<br />

amount commensurate with the importance of the stated deficiencies. This<br />

amount shall be between 50 % and 90 % of the total price of the CLIN<br />

that covers the deficient services or deliverables and will be deducted<br />

from the payment during the next due progress milestone specified in<br />

ANNEX H of this Contract Special Provisions. Full payment will not be<br />

made until all deficiencies have been cleared; at that time the Acceptance<br />

shall become final.<br />

15. RISK OF LOSS OR DAMAGE<br />

15.1. Clause 24 of the NC3O General Contract Provisions is hereby<br />

supplemented as follows:<br />

15.1.1. Risk of loss or damage to Deliverables covered by this Contract<br />

shall remain with the Contractor until, and shall pass to the Purchaser<br />

upon Acceptance by the Purchaser or receipt of the supplies by the<br />

Purchaser at the destination specified in the Contract, whichever is the<br />

later.<br />

15.1.2. Notwithstanding paragraph 15.1.1 above, the risk of loss or<br />

damage to supplies which fail to conform to the requirements of the<br />

Contract shall remain with the Contractor until cure and Acceptance, at<br />

which time 15.1.1 above shall apply.<br />

15.1.3. Notwithstanding paragraph 15.1.1 above the Contractor shall<br />

not be liable for the loss of or damage to supplies caused by the<br />

negligence of officers, agents or employees of the Purchaser acting within<br />

the scope of their employment.<br />

16. <strong>CO</strong>TS PRODUCTS REPLACEMENT


Book II, Part II, Page 23<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

16.1. If any <strong>CO</strong>TS products specified in the Contract are upgraded or<br />

discontinued by their original providers for commercial or technological<br />

reasons, the Contractor shall propose their substitution by the new versions that<br />

are intended as market replacement of the original products. The proposed items<br />

shall provide at equivalent or enhanced performance without a price or lifecycle<br />

support cost increase.<br />

16.2. The Contractor shall provide price and performance data to support an<br />

improvement in performance and/or a reduction in price and/or life-cycle<br />

support costs. If necessary for evaluation by the Purchaser, the Contractor shall<br />

provide a demonstration of the proposed items. Should the Purchaser decide that<br />

the proposed item(s) should be included in the contract, an equitable price<br />

adjustment will be negotiated and the proposed item(s) shall be added to the<br />

Contract by bilateral modification under the authority of this Clause.<br />

17. LOCAL STANDARDISATION<br />

17.1. For reasons of efficiency, some Purchaser sites have standardised some<br />

or their entire computer baseline on a specific suite of hardware from one or<br />

more particular vendors. As the process of site standardisation will continue as<br />

the prospective Contract is being executed, the Purchaser reserves the right to<br />

require the Contractor to substitute, for one or more system components, an<br />

equivalent item compatible with a site-specified standard.<br />

17.2. The requirement for local standardisation shall be addressed during site<br />

surveys and shall be reflected by the Contractor in the corresponding site survey<br />

report as specified in Section 4 of the SOW.<br />

17.3. Pricing proposed for the substituted equipment shall be fair and<br />

reasonable and consistent with the market prices reserved for large buyers<br />

and/or Governmental Institutions.<br />

17.4. In the event the Purchaser chooses to exercise this right, the required<br />

substitutions will be negotiated through a bilateral Contract amendment issued<br />

under the authority of this clause.<br />

18. <strong>CO</strong>NTRACT ADMINISTRATION<br />

18.1. The Purchaser reserves the right to re-assign this Contract to a<br />

representative(s) for administrative purposes, in whole or in part, provided that<br />

the Purchaser shall always be responsible for his obligations under the Contract<br />

and for actions or lack of actions of its assigned administrator. The Purchaser<br />

undertakes to advise the Contractor in writing whenever this right is to be<br />

exercised.


Book II, Part II, Page 24<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

18.2. The Contractor shall accept Contract modifications only in writing<br />

from NC3A Contracting Authority.<br />

18.3. All notices and communications between the Contractor and the<br />

Purchaser shall be written in English and may be personally delivered, mailed,<br />

telegraphed, cabled or faxed at the following address:<br />

Contractor: [insert address]<br />

Attn:<br />

Tel:<br />

Fax:<br />

e-mail:<br />

NC3A: Boulevard Leopold III<br />

1110 Brussels, Belgium<br />

Acquisition Support Group<br />

Attn: Mr. Gael Craver (Senior Contracting<br />

Officer)<br />

Tel: +32.2.707.83.87<br />

Fax: +32.2.707.87.70<br />

e-mail: gael.craver@nc3a.nato.int<br />

or to such address as the Purchaser may from time to time designate in writing.<br />

19. TECHNICAL DIRECTION<br />

19.1. For its direct official control and coordination requirements, the<br />

Purchaser designates the Project Manager specified below as the staff element<br />

that has the authority to coordinate, monitor, and control Contractor‟s<br />

performance under this contract:<br />

NATO C3 Agency<br />

DOP/CAT6<br />

Boulevard Léopold III<br />

1110 Brussels, Belgium<br />

Attn: Mr. Dariusz Herodzinski<br />

N<strong>CO</strong>P Project Manager<br />

Fax: +32.2.707.87.70<br />

E-mail: dariusz.herodzinski@nc3a.nato.int


Book II, Part II, Page 25<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

19.2. The Purchaser may designate other staff elements as technical focal<br />

points for the execution of specific tasks.<br />

19.3. Notwithstanding the prescriptions of this Clause, the Technical<br />

Direction referred herein does not imply authority to change the financial or<br />

technical scope of the contract.<br />

20. LIQUIDATED DAMAGES<br />

20.1. Clause 37.2 of the NC3O General Contract Provisions is substituted<br />

with following clause:<br />

The actual damage to the Purchaser for the delay will be difficult or impossible<br />

to determine. Therefore, in lieu of actual damages the Contractor shall pay to<br />

the Purchaser, for each day of delinquency in achieving the deadline or<br />

milestone, fixed and agreed liquidated damages of 0.2% (zero point two per<br />

cent) per day of the associated payment set forth in the Schedule of Payments<br />

provided in the Special Contract Provisions, but never less than an accumulated<br />

total of EUR 1,000 (One Thousand Euro). If no Schedule of Payments is<br />

specifically set forth in the Special Contract Provisions, the liquidated damages<br />

will be assessed against the price of the applicable contract line item (CLIN) of<br />

the Schedule of Supplies, Services and Prices.<br />

20.2. Clause 37.5of the NC3O General Contract Provisions is substituted<br />

with following clause:<br />

Liquidated damages shall be payable to the Purchaser from the first day of<br />

delinquency and shall accrue at the rate specified in paragraph 20.1 to 20% of<br />

the value of each line item individually with a minimum aggregated sum of all<br />

delinquent items of 25,000 EUR (Twenty Five Thousand Euro) and a maximum<br />

aggregated sum of 20% of the value of the total Contract. These liquidated<br />

damages shall accrue automatically and without any further notice being<br />

required.<br />

20.3. Clause 37 of the NC3O General Contract Provisions is supplemented<br />

as follows:<br />

20.3.1. The amount of Liquidated Damages due by the Contractor shall<br />

be recovered by the Purchaser in the following order of priority:<br />

20.3.1.1. By deducting such damages from the amounts due to the<br />

Contractor against the Contractor's invoices.<br />

20.3.1.2. By drawing from the performance guarantee.


Book II, Part II, Page 26<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

20.3.1.3. By reclaiming such damages through appropriate legal<br />

remedies.<br />

21. <strong>CO</strong>NTRACTOR’S EMPLOYEES<br />

21.1. The Contractor shall provide and pay, as required, qualified personnel<br />

as needed for the proper performance of the services required under this<br />

Contract; it shall strictly comply with all Host Nation Labour Laws, tariffs and<br />

social security and other regulations applicable to the employment of its<br />

personnel.<br />

21.2. The Purchaser shall not be responsible for securing work permits,<br />

lodging, leases nor tax declarations, driving permits, etc., with national or local<br />

authorities. Contractor‟s employees, agents, or representatives are not eligible<br />

for any diplomatic privileges nor NATO employee benefits.<br />

21.3. The Contractor shall inform his employees, agents, and representatives<br />

under this Contract of the terms of the Contract and the conditions of the<br />

working environment.<br />

22. KEY PERSONNEL<br />

22.1. Contractor‟s employees or agents specifically identified in ANNEX C<br />

shall be considered as key personnel for the performance of the contract.<br />

Without prejudice to other applicable stipulations of the contract, key personnel<br />

shall be subject to the terms and conditions specified below.<br />

22.2. A key personnel assigned to this Contract shall remain working on the<br />

Contract for as long as required by the terms of the present Contract unless the<br />

Purchaser agrees to a replacement who is equal or better qualified. Such a<br />

replacement will be in accordance with article 22.5 and is without extra cost to<br />

the Purchaser.<br />

22.3. The Contractor shall guarantee that suitable backup personnel will be<br />

available to promptly remedy situations of key personnel non-availability that<br />

may endanger the performance of services or deliverables set in the contract.<br />

22.4. The Purchaser reserves the right to reject a Contractor‟s staff member<br />

after prior acceptance if the Purchaser determines during Contract performance<br />

that the individual is not providing the required level of support. The Purchaser<br />

will inform the Contractor in writing in case such a decision is taken, and the<br />

Contractor shall propose a replacement within fifteen (15) days after the<br />

Purchaser‟s written notification.


Book II, Part II, Page 27<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

22.5. The Purchaser shall approve any replacement or additional key<br />

personnel according to the following procedure:<br />

22.5.1. The Contractor shall provide the name(s) and qualifications<br />

statement(s) of a nominee(s) for review by the Purchaser a least 20 days<br />

before the intended date of replacement or the date when the nominee(s)<br />

is/are required to start work under the contract. If the Purchaser accepts<br />

the nominations, this acceptance will be notified in writing to the<br />

Contractor, who will be authorized to assign the nominated personnel to<br />

the Contract on the date(s) established in the stated notification.<br />

22.5.2. If the Purchaser considers a nominee or nominees to be<br />

inappropriate for the required services, the Contractor will be so notified<br />

and shall have not more than ten (10) days to submit alternate nominees.<br />

22.6. If the Contractor fails to provide in due time a compliant candidate, the<br />

Purchaser may terminate this Contract in whole or in part as provided in the first<br />

paragraph of the clause 38 entitled “TERMINATION FOR<br />

DEFAULTTERMINATION FOR DEFAULT” of the NC3O General Contract<br />

Provisions, and in that event the Contractor shall be liable, in addition to the<br />

excess costs provided in second paragraph of the “TERMINATION FOR<br />

DEFAULTTERMINATION FOR DEFAULT” clause, for such liquidated<br />

damages accruing until such time as the Purchaser may reasonably obtain<br />

delivery or performance of similar services.<br />

22.7. The delay stated above shall be counted from the day the Purchaser<br />

notifies the Contractor, in accordance with paragraph 22.5.2 above, that the<br />

alternate nominees are considered to be non-compliant or inappropriate for the<br />

required services according to the requirements of the Contract.<br />

23. INDEPENDENT <strong>CO</strong>NTRACTOR<br />

23.1. The Contractor‟s status shall be that of an independent Contractor and<br />

it is expressly understood that neither the Contractor (and its personnel) nor<br />

Sub-contractors shall be considered in any respect as being employees, servants<br />

or agents of the Purchaser.<br />

24. BACKGROUND IPR<br />

24.1. The Contractor intends to use the Background IPR stated in ANNEX D<br />

and ANNEX E hereto for the purpose of carrying out work pursuant to this<br />

Contract.


Book II, Part II, Page 28<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

24.2. The Contractor warrants, undertakes, and represents that any derivative<br />

products that may be created under this Contract from the stated Background<br />

IPR shall be considered as Foreground IPR and, therefore, shall be governed by<br />

the terms and conditions specified in Clause 30.3 of the NC3O General Contract<br />

Provisions.<br />

24.3. The Purchaser may consider open source solutions alongside<br />

proprietary ones in developments provided that such solutions are fully<br />

compliant with the requirements of this Contract and, particularly, Clauses 9<br />

(PARTICIPATING CountriesPARTICIPATING Countries) and 30<br />

(INTELLECTUAL PROPERTY) of the Contract General Provisions.<br />

Contractor shall disclose in advance the open source licence associated with the<br />

contemplated open source solution. The Purchaser reserves the right to refuse<br />

the incorporation of open source solutions that are deemed inadequate for<br />

incorporation in a NATO application (e.g., post-back obligations).<br />

25. PERMISSIBLE S<strong>CO</strong>PE OF USE FOR SOFTWARE LISTED<br />

AS BACKGROUND IPR<br />

25.1. Unless otherwise stated in this Contract, software provided by the<br />

Contractor as part of the N<strong>CO</strong>P and included in the Contract as Background IPR<br />

(ANNEX D and ANNEX E), shall be subject to a non-exclusive, royalty-free<br />

and irrevocable licence throughout NATO, NATO operations (including out of<br />

area operations), and its member nations to use and authorise others to use on<br />

the Purchaser's behalf any such software for the purpose of exploiting or<br />

otherwise using N<strong>CO</strong>P for any defence purpose.<br />

25.2. Unless specifically applicable to <strong>CO</strong>TS products stated in ANNEX D,<br />

any use of Contractor and Subcontractor background IPR is not limited to the<br />

number of users nor the number of licenses required by the Contract for the use<br />

of the system. The Purchaser reserves the rights to increase the number of users<br />

and number of licenses at no additional cost to the Purchaser.<br />

26. <strong>CO</strong>NFIDENTIALITY AND NON-DISCLOSURE<br />

26.1. For purposes of this clause, "Confidential Information" shall include<br />

all information pertaining to any part of this Contract or any program related to<br />

this Contract that is not marked “Non-Confidential”.<br />

26.2. Confidential Information does not include information that is: (a)<br />

publicly known at the time of disclosure or subsequently becomes publicly<br />

known through no fault of the Contractor; (b) discovered or created by the<br />

Contractor before disclosure by the Purchaser; (c) learned by the Contractor<br />

through legitimate means other than from the Purchaser or its representatives; or<br />

(d) is disclosed by the Contractor with the Purchaser's prior written approval.


Book II, Part II, Page 29<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

26.3. Without prejudice to other obligations imposed by NATO Security<br />

regulations, the Contractor shall hold and maintain the Confidential Information<br />

in strictest confidence for the sole and exclusive benefit of the Purchaser. The<br />

Contractor shall carefully restrict access to Confidential Information to<br />

employees, sub-contractors and third parties as is reasonably required and shall<br />

require those persons to sign nondisclosure restrictions at least as protective as<br />

those in this contract. The Contractor shall not, without prior written approval of<br />

the Purchaser, use for the Contractor's own benefit, publish, copy, or otherwise<br />

disclose to others, or permit the use by others for their benefit or to the<br />

detriment of the Purchaser, any Confidential Information. The Contractor shall<br />

return to the Purchaser any and all records, notes, and other written, printed, or<br />

tangible materials in its possession pertaining to Confidential Information<br />

immediately if the Purchaser requests it in writing.<br />

26.4. The provisions of this clause and the associated Contractor‟s duties<br />

shall survive the termination of this Contract and remain in effect until the<br />

Purchaser sends the Contractor written notice releasing the Contractor from the<br />

obligations imposed by this clause, or for a further period of three (3) years after<br />

Contract close-out, whichever occurs first, and without prejudice to other<br />

obligations imposed by applicable NATO Security regulations.<br />

26.5. The contractor shall include the substance of the language of this<br />

clause in any subcontract/Contract issued for the purpose of the fulfilment of the<br />

obligations contracted under this Contract regardless of the legal nature of the<br />

entity subscribing such subcontract. Additionally, Contractor‟s key personnel<br />

mentioned in clause 22 (KEY PERSONNEL) above shall be required to sign the<br />

Non-Disclosure Certificate at ANNEX B.<br />

26.6. The Contractor agrees that compliance with the obligations imposed by<br />

the terms of this clause is of the essence and that failure to abide to these terms<br />

shall constitute sufficient grounds for the termination of the Contract for default.<br />

27. <strong>CO</strong>NFLICT OF INTEREST<br />

27.1. A conflict of interest means that because of other activities or<br />

relationships with other persons or entities, a Contractor is unable, or potentially<br />

unable to render impartial assistance or advice to the Purchaser, or the<br />

Contractor‟s objectivity in performing the Contract work is, or might be<br />

otherwise impaired, or the Contractor has an unfair competitive advantage.<br />

Conflict of interest includes situations where the capacity of a Contractor<br />

(including the Contractor‟s executives, directors, consultants, subsidiaries,<br />

parent companies or subcontractors) to give impartial, technically sound advice<br />

or objective performance is or may be impaired or may otherwise result in a<br />

biased work product or performance because of any past, present or planned<br />

interest, financial or otherwise in organizations whose interest may substantially


Book II, Part II, Page 30<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

affected or be substantially affected by the Contractor‟s performance under the<br />

Contract.<br />

27.2. The Contractor is responsible for maintaining and providing up-to-date<br />

conflict of interest information to the Contracting Officer. If, after award of this<br />

Contract or task order herein, the Contractor discovers a conflict of interest with<br />

respect to this Contract which could not reasonably have been known prior to<br />

award, or if any additional conflicts or potential conflicts arise after award, the<br />

Contractor shall give written notice to the Contracting Officer as set forth<br />

below.<br />

27.3. If, after award of this Contract herein, the Purchaser discovers a<br />

conflict of interest with respect to this Contract or task order, which has not<br />

been disclosed by the Contractor, the Purchaser may at its sole discretion<br />

request additional information to the Contractor, impose mitigation measures or<br />

terminate the Contract for default in accordance with Clause 38<br />

(TERMINATION FOR DEFAULTTERMINATION FOR DEFAULT).<br />

27.4. The Contractor's notice called for in paragraph 27.2 above shall<br />

describe the actual, apparent, or potential conflict of interest, the action(s) the<br />

Contractor has taken or proposes to take to avoid or mitigate any conflict, and<br />

shall set forth any other information which the Contractor believes would be<br />

helpful to the Contracting Officer in analyzing the situation. Any changes to the<br />

contractor‟s Conflict of Interest Mitigation Plan, if any is incorporated in the<br />

contract, should be also detailed.<br />

27.5. The Contractor has the responsibility of formulating and forwarding a<br />

proposed mitigation plan to the Contracting Officer, for review and<br />

consideration. This responsibility arises when the Contractor first learns of an<br />

actual, apparent, or potential conflict of interest.<br />

27.6. If the Contracting Officer in his/her discretion determines that the<br />

Contractor's actual, apparent, or potential conflict of interest remains, or the<br />

measures proposed are insufficient to avoid or mitigate the conflict, the<br />

Contracting Officer will direct a course of action to the Contractor designed to<br />

avoid, neutralize, or mitigate the conflict of interest. If the parties fail to reach<br />

agreement on a course of action, or if having reached such agreement the<br />

Contractor fails to strictly adhere to such agreement during the remaining period<br />

of Contract performance, the Contracting Officer has the discretion to terminate<br />

the Contract for default or alternatively refrain from exercising any further<br />

Option or Work Package under the contract.<br />

27.7. The Contractor's misrepresentation of facts in connection with a<br />

conflict of interest reported or a Contractor‟s failure to disclose a conflict of<br />

interest as required shall be a basis for default termination of this contract.


Book II, Part II, Page 31<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

28. PURCHASER FURNISHED PROPERTY AND SERVICES<br />

28.1. The Purchaser shall provide the Contractor with the following property<br />

and services for the performance of the contract:<br />

28.1.1. Office space and office tools as specified in paragraph 3.3.5.6<br />

through 3.3.5.8 of the SOW.<br />

28.1.2. Power supply and grounding system required for installation<br />

work<br />

28.1.3. HVAC (heating, ventilating, and air conditioning)<br />

28.1.4. Civil work in terms of technical room preparation<br />

(technological floor, room access, walls, space etc.)<br />

28.1.5. Access to sample existing databases and other data export<br />

formats to support the development of representative data for purposes of<br />

development, testing, and training.<br />

28.1.6. Security settings for servers, workstations, and wide area<br />

network connections.<br />

28.1.7. Test and integration facilities at its premises in The Hague,<br />

Netherlands. The facilities shall be remotely accessible and shall form<br />

both a reference facility and a project management centre for the Spiral<br />

development.<br />

28.1.8. As such the facility, currently known as the Programme<br />

Management and Integration Capability (PMIC), shall provide reference<br />

operating systems/networks having NATO security settings and also<br />

applicable information objects.<br />

28.1.9. Access to those Core Services on which the capability is to<br />

depend.<br />

28.1.10. The facilities, operational links, and interfaces required for<br />

installation tests, System Activation tests, and Operational Tests.<br />

28.1.11. Configuration control for Purchaser-provided prototype<br />

software baseline.


Book II, Part II, Page 32<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

28.1.12. Purchaser reserves the right to determine that <strong>CO</strong>TS products<br />

will be provided, in whole or in part, as Purchaser Furnished Property and<br />

Services.<br />

29. WARRANTY PERIOD (EXCLUSIVE OF SOFTWARE)<br />

29.1. The Warranty Period for any hardware deliverables under this Contract<br />

shall be the longer of: (a) the specific warranty periods established in the SOW<br />

for individual deliverables; (b) the applicable original equipment manufacturer's<br />

warranty; or (c) two years for Hardware items. The Warranty Period in all cases<br />

shall start from the time of NC3A Final System Acceptance (FSA) declared in<br />

writing by the Purchaser‟s Contracting Authority.<br />

29.2. Throughout the Warranty Period the Contractor shall make good any:<br />

29.2.1. Defects in the Deliverables;<br />

29.2.2. Breach of warranties specified in Clause 27 of the NC3O<br />

General Contract Provisions; and<br />

29.2.3. Breach of any other express or implied warranties that may be<br />

applicable;<br />

arising out of or in connection with the Contractor's failure to perform its<br />

obligations under this Contract (herein after collectively referred to as<br />

"Warranty Period Incidents") in accordance with this Clause 29, and Clause 27<br />

of the NC3O General Contract Provisions.<br />

29.3. The Contractor shall correct all Warranty Period Incidents arising<br />

during the Warranty Period without any cost to the Purchaser.<br />

29.4. If the Contractor fails to correct any Warranty Period Incidents within<br />

the timeframe specified in Clause 27 of the NC3O General Contract Provisions<br />

or Section 5 of the SOW for the type of incident concerned, or if no specific<br />

timeframe has been established in the referred Clause or in the SOW for the<br />

type of incident concerned, within 30 working days of notification, the<br />

Purchaser may on 10 working days written notice:<br />

29.4.1. correct the Warranty Period Incident or employ a third party to<br />

correct it; and<br />

29.4.2. deduct from the prices to be paid, draw from the performance<br />

guarantee, or recover as a debt due from the Contractor, all reasonable<br />

costs in so doing.


Book II, Part II, Page 33<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

29.5. The Contractor shall deploy all such additional resources as are<br />

reasonably required to remedy any Warranty Period Incident as efficiently and<br />

quickly as possible.<br />

29.6. If replacement parts are fitted by the Contractor as part of the warranty<br />

the parts removed shall become the Contractor's property unless required by the<br />

Purchaser at the Purchaser's discretion. Notwithstanding that, faulty hard disks<br />

removed from NATO SECRET equipment shall not be returned to the<br />

Contractor but destroyed by the NATO site personnel in accordance with<br />

applicable NATO security regulations.<br />

29.7. Notwithstanding Clause 27.6 of the NC3O General Contract<br />

Provisions, if prior agreed upon by the Purchaser, the Contractor has the<br />

possibility to repair the Failed component instead of providing a new<br />

replacement.<br />

30. SOFTWARE WARRANTY<br />

30.1. Notwithstanding inspection and acceptance by the Purchaser of<br />

Software furnished under this contract, and notwithstanding any provision of<br />

this contract concerning the conclusiveness of acceptance, the Contractor<br />

warrants that all software delivered under this contract will at the time of<br />

delivery conform with the specifications and all other requirements of this<br />

contract.<br />

30.2. The Warranty period shall extend for one year after NC3A Final<br />

System Acceptance (FSA) declared in writing by the Purchaser‟s Contracting<br />

Authority.<br />

30.3. The Contractor agrees to notify the Purchaser in writing immediately<br />

of any breach of the above warranty which the Contractor discovers within the<br />

warranty period. Contractor will, without additional charge to the Purchaser,<br />

make such modifications to the software as may be necessary to correct any<br />

defects reported to Contractor by the Purchaser within this one (1) year after<br />

NC3A FSA date.<br />

30.4. The following remedies shall apply to all breaches of the warranty,<br />

whether the Contractor notifies the Purchaser in accordance with the paragraph<br />

30.3 above or if the Purchaser notifies the Contractor of the breach in writing<br />

within the warranty period:<br />

30.4.1. Within four weeks after such notification, the Purchaser may:


Book II, Part II, Page 34<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

30.4.1.1. By written notice, direct the Contractor to correct or replace<br />

at the Contractor‟s expense the nonconforming software promptly from<br />

some other source; or<br />

30.4.1.2. If the Purchaser determines that there is no longer a<br />

requirement for correction or replacement of the software, inform the<br />

Contractor by written notice that the Purchaser elects a price adjustment<br />

instead of correction or replacement.<br />

30.4.2. If the Contractor refuses or fails to comply with a direction<br />

under paragraph 30.4.1 above, the Purchaser may, within four weeks of<br />

the refusal or failure:<br />

30.4.2.1. By contract or otherwise, correct or replace the<br />

nonconforming software and charge the cost to the Contractor; or<br />

30.4.2.2. Elect a price adjustment instead of correction or replacement.<br />

30.4.3. The provisions of this clause apply anew to that portion of any<br />

corrected or replaced software furnished by the Contractor and accepted in<br />

writing by the Purchaser.<br />

31. PERFORMANCE GUARANTEE<br />

31.1. Clause 8.1 of the NC3O General Contract Provisions is substituted<br />

with following clause:<br />

31.1.1. As a guarantee of performance under the Contract, the<br />

Contractor shall deposit with the Purchaser within thirty (30) calendar<br />

days from the Effective Date of Contract a bank guarantee (the<br />

“Performance Guarantee”) denominated in Euros or the native currency<br />

of the Contractor‟s country of origin, to the value of ten per cent (10%) of<br />

the total Contract price.<br />

31.2. Clause 8.4 of the NC3O General Contract Provisions is substituted<br />

with following clause:<br />

31.2.1. The standby letter of credit shall be subject to Belgian Law and<br />

financial practices and shall be issued by a Belgian bank or by an<br />

insurance company licensed to do business in Belgium and belonging to a<br />

Belgian banking institution provided the banking institution guarantees<br />

explicitly the demand for payment, unless otherwise specified by the<br />

Purchaser.


Book II, Part II, Page 35<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

31.3. Clause 8.9 of the NC3O General Contract Provisions is substituted<br />

with following clause:<br />

31.4. If the Contractor elects to post the Performance Guarantee by Standby<br />

Letter of Credit, the form of the document shall be substantially as follows:<br />

PERFORMANCE GUARANTEE STANDBY LETTER OF CREDIT<br />

Standby Letter of Credit Number:<br />

Issue Date: ________________<br />

Initial Expiry Date: _________________<br />

Final Expiry Date: _________________<br />

Beneficiary: NATO C3 Agency, Financial Management Office<br />

Boulevard Leopold III, B-1110, Brussels<br />

Belgium<br />

1. We hereby establish in your favour our irrevocable standby letter of credit<br />

number {number} by order and for the account of (NAME AND ADDRESS<br />

OF <strong>CO</strong>NTRACTOR) in the amount of<br />

_______________________________________. We are advised this<br />

undertaking represents fulfilment by (NAME OF <strong>CO</strong>NTRACTOR) of certain<br />

performance requirements under Contract No. ______________________ dated<br />

____________________ between the NATO C3 Agency (“NC3A”) and<br />

(NAME OF <strong>CO</strong>NTRACTOR).<br />

2. We hereby engage with you that drafts drawn under and in compliance with the<br />

terms of this letter of credit will be duly honoured upon presentation of<br />

documents to us on or before the expiration date of this letter of credit.<br />

3. Funds under this letter of credit are available to you without question or delay<br />

against presentation of a certificate signed by the NATO C3 Agency<br />

Contracting Officer which states:<br />

“(NAME OF <strong>CO</strong>NTRACTOR) has not fulfilled its<br />

obligations under Contract No. __________ dated<br />

_________ between NATO C3 Agency and (NAME OF<br />

<strong>CO</strong>NTRACTOR) (herein called the “Contract”), and the<br />

NATO C3 Agency, as beneficiary, hereby draws on the<br />

standby letter of credit number ________ in the amount<br />

denominated in Euros or the native currency of the<br />

Contractor‟s country of origin (Amount up to the maximum<br />

available under the LOC), such funds to be transferred to the<br />

account of the Beneficiary number<br />

___________________(to be identified when certificate is<br />

presented).”<br />

Such certificate shall be accompanied by the original of this letter of credit.


NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

4. This Letter of Credit is effective the date hereof and shall expire at our office<br />

located at (Bank Address) on _________________. All demands for<br />

payment must be made prior to the expiry date.<br />

5. It is a condition of this letter of credit that the expiry date will be automatically<br />

extended without amendment for a period of one (1) year from the current or<br />

any successive expiry date unless at least 90 (ninety) calendar days prior to the<br />

then current expiry date we notify you by registered mail and notify (NAME OF<br />

<strong>CO</strong>NTRACTOR) that we elect not to extend this letter of credit for such<br />

additional period. However, under no circumstances will the expiry date extend<br />

beyond ______________________ (“Final Expiry Date”) without amendment.<br />

6. We may terminate this letter of credit at any time upon 90 (ninety) calendar<br />

days notice furnished to both (NAME OF <strong>CO</strong>NTRACTOR) and the NATO C3<br />

Agency by registered mail.<br />

7. In the event we (the issuing bank) notify you that we elect not to extend the<br />

expiry date in accordance with paragraph 6 above, or, at any time, to terminate<br />

the letter of credit, funds under this credit will be available to you without<br />

question or delay against presentation of a certificate signed by the NATO C3<br />

Agency Contracting Officer which states:<br />

8. The Beneficiary may not present the certificate described in paragraph 7 above<br />

until 20 (twenty) calendar days prior to a) the date of expiration of the letter of<br />

credit should {issuing bank} elect not to automatically extend the expiration<br />

date of the letter of credit, b) the date of termination of the letter of credit if<br />

{issuing bank} notifies the Beneficiary that the letter of credit is to be<br />

terminated in accordance with paragraph 6 above.<br />

NATO UNCLASSIFIED<br />

Book II, Part II, Page 36<br />

“The NATO C3 Agency has been notified by {issuing<br />

bank} of its election not to automatically extend the expiry<br />

date of letter of credit number {number} dated {date}<br />

pursuant to the automatic renewal clause (or to terminate the<br />

letter of credit). As of the date of this certificate, no suitable<br />

replacement letter of credit, or equivalent financial guarantee<br />

has been received by the NATO C3 Agency from, or on<br />

behalf of (NAME OF <strong>CO</strong>NTRACTOR). (NAME OF<br />

<strong>CO</strong>NTRACTOR) has, therefore, not fulfilled its obligations<br />

under Contract No. _______________ dated<br />

_____________ between NATO C3 Agency and (NAME<br />

OF <strong>CO</strong>NTRACTOR), and the NATO C3 Agency, as<br />

beneficiary, hereby draws on the standby letter of credit<br />

number ________ in the amount of €(Amount up to the<br />

maximum available under the LOC), such funds to be<br />

transferred to the account of the Beneficiary number<br />

___________________ (to be identified when certificate is<br />

presented).”<br />

Such certificate shall be accompanied by the original of this letter of credit and a<br />

copy of the letter from the issuing bank that it elects not to automatically extend<br />

the standby letter of credit, or terminating the letter of credit.


Book II, Part II, Page 37<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

9. Multiple partial drawings are allowed to the maximum value of the standby<br />

letter of credit.<br />

10. This letter of credit sets forth in full the terms of our undertaking, and this<br />

undertaking shall not in any way be modified, amended, or amplified by<br />

reference to any document, instrument, or agreement referred to herein (except<br />

the International Standby Practices (ISP 98) hereinafter defined) or in which<br />

this letter of credit is referred to or to which this letter of credit relates, and any<br />

such reference shall not be deemed to incorporate herein by reference any<br />

document, instrument, or agreement.<br />

11. This Letter of Credit is subject to The International Standby Practices-ISP98<br />

(1998 Publication) International Chamber of Commerce Publication No.590.<br />

31.5. Clause 8 of the NC3O General Contract Provisions is supplemented by<br />

this clause.<br />

31.6. The Purchaser may allow reductions in the amount of the Performance<br />

Guarantee in accordance with the Purchaser‟s cost estimate of the work<br />

remaining to be completed under the Contract. In order to benefit from such<br />

reductions, the Contractor must provide the Purchaser with an updated copy of<br />

the Project Master Schedule for completion of the remaining work, and detailed<br />

cost breakdowns, prepared in accordance with the pricing principles and<br />

standards established in the Contract, which indicate the percentage of work<br />

completed for each Contract line item. These requests for reduction shall be<br />

submitted in writing to the point of contact established in paragraph 18.3 above.<br />

31.7. The reductions specified in paragraph 31.6 above shall be treated as a<br />

concession to the Contractor and, therefore, shall be supported by sufficient<br />

consideration. Further, the decision to accept or reject an application for<br />

reduction of Performance Guarantee shall be a unilateral decision made solely at<br />

the discretion of the Purchaser.<br />

32. SECURITY<br />

32.1. Contractor‟s personnel working at the Purchaser‟s facilities shall<br />

possess a valid security clearance up to the level of “NATO SECRET” so as to<br />

be able to have unescorted access to classified security areas where work will be<br />

performed. Also, the Contractor must fulfil the reporting requirements set in<br />

Section 3 of the SOW regarding the submission of personal details security<br />

clearance data of Contractor‟s personnel.<br />

32.2. Without prejudice to other Purchaser‟s rights, failure to comply with<br />

the requirements stated in 32.1 above shall constitute grounds for Contract<br />

termination under the clause 38 “TERMINATION FOR<br />

DEFAULTTERMINATION FOR DEFAULT” of the NC3O General Contract


Book II, Part II, Page 38<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

Provisions and entitle the Purchaser to collect liquidated damages in case of<br />

delay as specified in Clause 20 above and Clause 8 of the NC3O General<br />

Contract Provisions.<br />

32.3. Notwithstanding paragraph 32.2 above, if the Contractor fails to<br />

comply with the requirement stated in paragraph 32.1 of this clause, the<br />

Purchaser may opt for providing escorts to allow Contractor‟s personnel to<br />

perform work in a classified area without being in possession of the prerequisite<br />

security clearance. In such cases, the Contractor agrees that the Purchaser shall<br />

be entitled to collect an amount equivalent to € 800 per escort assigned to<br />

supervise Contractor‟s personnel and per day of escorting. This compensation<br />

shall be collected through the same mechanisms established in Clause 20 above<br />

for the case of liquidated damages.<br />

32.4. Contractor‟s staff members shall hold a valid passport and are required<br />

to maintain its validity for the duration of the contract.<br />

32.5. The Contractor shall note that there are restrictions regarding the<br />

carriage and use of electronic devices (e.g. laptops) in NATO designated<br />

Security Areas. The Contractor shall be responsible for satisfying and obtaining<br />

from the appropriate NC3A Authorities the necessary clearance to introduce and<br />

utilize any such equipment into the facility.<br />

33. SUPPLEMENTAL AGREEMENTS<br />

33.1. The Contractor has submitted all relevant draft supplemental<br />

agreement(s), documents and permissions prior to Contract award, the execution<br />

of which by the Purchaser is/are required by National Law or regulation. If any<br />

supplemental agreements, documents and permissions are introduced after<br />

Contract award, and it is determined that the Contractor failed to disclose the<br />

requirement for the execution of such agreement from the Purchaser prior to<br />

Contract signature, the Purchaser may terminate this Contract for Default, in<br />

accordance with the clause 38 “TERMINATION FOR<br />

DEFAULTTERMINATION FOR DEFAULT” of the NC3O General Contract<br />

Provisions.<br />

33.2. Supplemental agreement(s), documents and permissions, the execution<br />

of which by the Purchaser is/are required by National Law or regulation and that<br />

have been identified by the Contractor prior to the signature of this contract, but<br />

have not yet been finalised and issued by the appropriate governmental<br />

authority, are subject to review by the Purchaser. If such supplemental<br />

agreement(s), documents and permissions are contrary to cardinal conditions of<br />

the signed Contract between the Parties, and the Parties and the appropriate<br />

governmental authority cannot reach a mutual satisfactory resolution of the<br />

contradictions, the Purchaser reserves the right to terminate this Contract and<br />

the Parties agree that in such case the Parties mutually release each other from


Book II, Part II, Page 39<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

claim for damages and costs of any kind, and any payments received by the<br />

Contractor from the Purchaser will be refunded to the Purchaser by the<br />

Contractor.<br />

34. ENGINEERING CHANGE PROPOSALS (ECP)<br />

34.1. Engineering Change Proposals (ECP) as defined in this Clause are<br />

proposals for changes relevant to tasks, deliverables, technical requirements,<br />

processes, schedules or any other term of the contract which are submitted in<br />

written form by the Contractor upon request from the Purchaser or<br />

independently when such changes are necessary in light of varied facts or<br />

circumstances which prevent the execution of the contract in its form.<br />

34.2. Any Engineering Change Proposal (ECP) submitted by the Contractor<br />

to the Purchaser in a format compatible with any Contractor‟s internal change<br />

management methodology standards or forms, shall, in any case contain as a<br />

minimum the following elements:<br />

34.2.1. The signature pages following the template provided in<br />

ANNEX J and providing all the information required in this template.<br />

34.2.2. A sequential number of ECP identification<br />

34.2.3. Rationale for the changes being proposed<br />

34.2.4. Illustration of any relevant impact to the performance being<br />

rendered including but not limited to those relevant to schedules, technical<br />

solutions, requirements and delivery time.<br />

34.2.5. List of contract documents affected by the changes being<br />

proposed.<br />

34.2.6. Revised copy of the contract documents in native electronic<br />

format edited to incorporate the changes being proposed in a way that<br />

changes are immediately identifiable.<br />

34.2.7. Total Firm Fixed Price of the ECP and illustration of cost<br />

impacts with respect to the total contract Firm Fixed Price and the single<br />

CLINs affected.<br />

34.2.8. A detailed price breakdown of all costs to identify single<br />

elements of cost contributing to the total. The cost reduction associated<br />

with the ECP (if any) shall take into account the Contractor‟s allowable


Book II, Part II, Page 40<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

implementation cost. Cost estimates shall be prepared in accordance with<br />

ANNEX G and ANNEX H to Part II.<br />

34.2.9. All labour costs and material quoted as part of any ECP shall be<br />

consistent with those stipulated in the Contract.<br />

34.2.10. A revised version of the Contract Schedule of Supplies and<br />

Services.<br />

34.3. The Purchaser shall assess the ECP being proposed by the Contractor<br />

and, subject to its sole judgment and without recourse by the Contractor,<br />

approve or reject the ECP by the mean of written communication to be<br />

dispatched solely by the Purchaser‟s Contracting Authority.<br />

34.4. Any ECP shall be considered as approved only once the signature<br />

pages provided in ANNEX J have been formally signed by the Purchaser‟s<br />

Contracting Authority.<br />

34.5. In case of ECP rejection, the Contractor shall proceed with the<br />

performance in accordance with the Contract.<br />

34.6. Formally approved ECPs shall be treated as interim authorization to<br />

proceed with the changes proposed strictly and limited to the scope, content and<br />

price as specified in the approved ECP.<br />

34.7. The Purchaser shall not be liable for any cost incurred by the<br />

Contractor for performance rendered, regardless of the nature or time,<br />

associated to ECPs not formally approved by the Purchaser‟s Contracting<br />

Authority.<br />

34.8. All formally approved ECPs will be incorporated in the Contract via<br />

the issuance of a formal Contract <strong>Amendment</strong> at the earliest practical time after<br />

their issuance.<br />

34.9. The production of any ECP regardless of its final approval or rejection<br />

shall be at no cost for the Purchaser.<br />

35. IN<strong>CO</strong>RPORATION OF REVISED PROJECT<br />

MANAGEMENT AND ENGINEERING DOCUMENTATION<br />

DELIVERABLES<br />

35.1. The following documentation is made part of the contract:<br />

a. Project Master Schedule


NATO UNCLASSIFIED<br />

b. Project Management Plan<br />

c. Project Product Breakdown Structure<br />

d. Project Work Breakdown Structure<br />

e. Configuration Management Plan<br />

f. System Requirement Specification<br />

g. Use Case Documentation<br />

h. System Design Specifications<br />

i. Interface Control Documents<br />

j. System Development Plan<br />

k. Test Plan and Security Test and Evaluation (ST&E) Plan<br />

l. System Implementation Plan<br />

m. Training Plan<br />

n. Integrated Logistic Support Plan<br />

o. System Delivery Plan<br />

Book II, Part II, Page 41<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

35.2. This documentation because of the nature of the performance under the<br />

contract will be subject to changes and revisions. The frequency and dynamic of<br />

these changes and revisions would make it unfeasible to ratify a new version of<br />

the documentation via a formal Contract amendment, at the time it is produced<br />

and approved by the Purchaser. Consequently during the course of formal<br />

reviews the Purchaser Contracting Authority will evaluate any changed<br />

documentation and subject to the terms of the contract validate its adequacy<br />

and, at its sole discretion provide for its approval in writing indicating which<br />

updated documentation is approved.<br />

35.3. Subject to the exception noted in paragraph 35.5 below, any formally<br />

Purchaser approved documentation shall be deemed as made part of the contract<br />

and shall replace any existent previous version.<br />

35.4. The submission of any proposed revised documentation the<br />

implementation of which would cause a variation in Contract price or scope<br />

shall be submitted via ECP in accordance with Clause 34 of the Contract<br />

Special Provisions and shall be deemed approved and incorporated into the<br />

contract only upon reception in writing of the Purchaser‟s Contracting Officer<br />

approval.<br />

35.5. The Purchaser is not under obligation to approve any proposed revised<br />

document except as in accordance with the terms of the present contract.<br />

Rejection of any proposed changes shall not discharge the Contractor, in whole<br />

or in part, of its responsibility for the performance under the Contract.<br />

35.6. Nothing in this Clause is to be construed as a waiver to any other<br />

obligation of the Contractor under the contract.<br />

36. TRAVEL AND PER-DIEM


Book II, Part II, Page 42<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

36.1. Any official travel under Work Packages including 5, 6, and 8 for<br />

Level of Effort based requirements shall be authorized and approved by the<br />

Purchaser. They will be conducted in accordance with the paragraphs below.<br />

36.2. This clause shall be applicable to the existing Work Packages 5, 6, and<br />

8, to the optional Work Packages 2, 9, 11, and 14, and to any other additional<br />

Level of Effort based requirements included during the period of performance<br />

of the Contract.<br />

36.3. Departure and return points for all travel shall be the duty location<br />

unless coordinated beforehand with the Purchaser.<br />

36.4. Contractor‟s Personnel may be required to travel by commercial and<br />

military means or by their own private vehicles.<br />

36.5. Contractor‟s travels will be planned at least one month in advance and<br />

agreed by the supported entities and the Purchaser.<br />

36.6. Expenses incurred for travel shall be billed at a cost “not to exceed”<br />

economy air or first-class rail ticket. Rates of compensation for personal<br />

automobile used in travel and of per-diem shall be that of a NATO employee as<br />

cited in the NATO rates charts. These rates shall be updated on a yearly basis.<br />

36.7. All Contractor‟s travels executed during a month shall be claimed by<br />

the Contractor to the Purchaser with the proper justifications attached, to allow<br />

their reimbursement by the Purchaser.<br />

36.8. NC3A bears no insurance liability or risk of loss for Contractor‟s<br />

travels.<br />

37. <strong>CO</strong>NTRACTOR PERFORMANCE IN OPERATIONAL AREA –<br />

AFGHANISTAN.<br />

37.1. The Contractor shall ensure all Contractor‟s and sub-Contractor‟s<br />

personnel are aware of the Travel Arrangements for personnel going into<br />

Afghanistan and the personnel protection requirements whilst in theatre as set<br />

out in the following paragraphs.<br />

37.2. Coordination of travel to Afghanistan, including booking seats on<br />

commercial aircraft, luggage arrangements and timing shall be the Contractor‟s<br />

responsibility, the cost of which shall be included in the firm fixed price of this<br />

Contract.


Book II, Part II, Page 43<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

37.3. The Purchaser may decide on a case by case basis, to mandate military<br />

air transportation to/from Afghanistan through a NATO designated airfield,<br />

normally through Germany but alternatively through any other NATO country<br />

in Europe. If military air transport is provided, the Contract will be amended to<br />

include the corresponding Option for use of NATO Military transportation in<br />

place of the Commercial Flight.<br />

37.4. All travel of Contractor personnel to Afghanistan shall be fully<br />

coordinated with the Purchaser, a minimum of 3 weeks in advance. While<br />

deployed in Afghanistan all Contractor personnel shall hand carry the following<br />

documents:<br />

37.4.1. Valid NATO Security Clearance (to be arranged by the<br />

Contractor through their national authorities)<br />

37.4.2. Letter of Assignment to ISAF (to be requested from the<br />

Purchaser)<br />

37.4.3. NATO Travel Order (to be requested from the Purchaser)<br />

37.4.4. Valid Passport<br />

37.4.5. Valid VISA (to be arranged by the Contractor)<br />

37.4.6. The ISAF Military Technical Agreement (provided by the<br />

Purchaser)<br />

37.5. All movement in theatre will be in military provided transport provided<br />

by the Purchaser and in accordance with the current force protection measures<br />

specified by HQ ISAF, commensurate with the threat level.<br />

37.6. All intra theatre travel shall be arranged through the NC3A field office<br />

in Kabul, and approved by the local NATO POC or other authorized personnel<br />

under military jurisdiction.<br />

37.7. To facilitate the booking of personnel, the following information will<br />

be required in advance of transportation:<br />

37.7.1. Full name of the person to be employed „on-site‟<br />

37.7.2. Gender (for billeting purposes)<br />

37.7.3. Passport number and nationality


Book II, Part II, Page 44<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

37.7.4. Emergency contact information (full name, telephone number,<br />

address)<br />

37.7.5. Blood type<br />

37.8. Availability of military transport can be limited depending on<br />

operational priorities. The Contractor shall be responsible for flexible re-tasking<br />

of personnel in case transport to specific locations is not available.<br />

37.9. All Purchaser caused travel delays shall be reported back to the field<br />

office not later than 5 days after occurrence, and include:<br />

37.9.1. date and location when the delay occurred<br />

37.9.2. type of transport which was delayed<br />

37.9.3. reason for the delay<br />

37.9.4. Contractor staff involved<br />

37.9.5. alternative travel routes or activities to be performed which<br />

where investigated<br />

37.9.6. alternative activities actually performed<br />

37.10. A travel delay is defined as a delay of more than 24 hours on the<br />

planned travel itinerary.<br />

37.11. The Contractor shall make all attempts to provide the minimum<br />

number of personnel in theatre that is required to perform their required tasks.<br />

37.12. The Contractor shall be responsible for ensuring that the Contractor‟s<br />

personnel, including sub-Contractor‟s personnel, are suitably briefed, protected,<br />

insured, and medically fit to work under this contract in line with the ISAF<br />

Security Standard Operation Procedures (SOP). As a minimum, the following<br />

must be accomplished:<br />

37.12.1. All „on-site‟ personnel shall be in possession of ballistic flak<br />

jackets/body armour and helmets.<br />

37.12.2. All „on-site‟ personnel shall have adequate medical and<br />

indemnity insurance.


Book II, Part II, Page 45<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

37.12.3. All „on-site‟ personnel shall have completed all national<br />

medical formalities required by the nation of which they are a citizen prior<br />

to departure and hold current medical certificates.<br />

37.12.4. For reasons of safety, security, communications and access all<br />

Contractor personnel shall attend the security briefing provided in theatre<br />

upon arrival.<br />

37.13. The Contractor shall be prohibited from carrying weapons in theatre.<br />

37.14. Unless otherwise authorized by the Purchaser, all „on-site‟ personnel<br />

shall have the appropriate NATO Secret security clearances to be unescorted on<br />

the NATO Compounds.<br />

37.15. Contractor personnel will be issued a regular ISAF ID card, which will<br />

show their status as a NATO Contractor. With their NATO Secret security<br />

clearance they will also be issued an ID card for Class 1 Security areas, if<br />

required.<br />

37.16. NATO reserves the right to refuse access to its facilities in which case<br />

the Contractor shall provide alternative qualified acceptable personnel.<br />

37.17. Office space will be provided by NATO whenever available. The<br />

Contractor should note that at most sites office space is at a premium and the<br />

Contractor should expect to work in austere conditions. Dedicated office space<br />

is highly unlikely at the majority of the sites. “Office space” under this Clause<br />

does not include the shelters and containers required to house the Contractor‟s<br />

equipment.<br />

37.18. Medical care can only be provided by ISAF to Contractor personnel in<br />

the case of life/limb threatening situations. Emergency medical evacuation<br />

from the ISAF theatre is a Contractor responsibility. While in theatre the<br />

Contractor‟s personnel must follow all security/safety regulations and<br />

instructions issued by NATO authorities.<br />

37.19. Any Contractor personnel that need an escort on the base, must be<br />

escorted by Contractor personnel with the proper NATO Security Clearance and<br />

Escort Privileges, as approved by the local Security Office.<br />

38. MESSING, LODGING, WATER AND LAUNDRY SERVICES.<br />

38.1. KAIA, KABUL: messing, lodging, water, cleaning, ablution, power,<br />

sewage, waste disposal and laundry services will be available for Contractor<br />

personnel working at KAIA under this Contract. The cost of the aforementioned


Book II, Part II, Page 46<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

services, which shall be borne by the Contractor personnel, is recorded and<br />

calculated for each individual. The estimated monthly rate is approximately<br />

€3,000 per person (= approximately €100 per day).<br />

38.2. HQ ISAF, KABUL: messing, lodging, water, cleaning, ablution,<br />

power, sewage, waste disposal and laundry services will be available for<br />

Contractor personnel working at HQ ISAF under this contract. The cost of the<br />

aforementioned services, which shall be borne by the Contractor personnel, is<br />

recorded and calculated for each individual. The estimated monthly rate is<br />

approximately €3,000 per person (= approx. €100 per day).<br />

38.3. KAF, KANDAHAR: messing, lodging, water, cleaning, ablution,<br />

power, sewage, waste disposal and laundry services will be available for<br />

Contractor personnel working at KAF under this contract. The cost of the<br />

aforementioned services, which shall be borne by the Contractor personnel, is<br />

recorded and calculated for each individual. The estimated monthly rate is<br />

approximately €3,000 per person (= approx. €100 per day).<br />

38.4. The above stated costs are intended as guidance to assist the Contractor<br />

in assessing the cost of living for its personnel in theatre in Afghanistan only. It<br />

is the Contractor‟s responsibility to confirm that the costs as stated in 38.1 thru<br />

38.3 above are correct. The Purchaser does not bear any responsibility<br />

whatsoever for any increase/decrease of the above stated costs.<br />

38.5. The Contractor should note that at most sites living conditions are not<br />

at a premium and the Contractor should expect to live in austere conditions.


NATO UNCLASSIFIED<br />

ANNEX A. LIST OF ABBREVIATIONS<br />

Abbreviation Definition<br />

Book II, Part II, <strong>Annex</strong> A, Page 1<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

2D Two Dimensional<br />

3D Three Dimensional<br />

A1 Air Personnel and Administration<br />

A2 Air Intelligence<br />

A3 Air Operations<br />

A4 Air Logistics<br />

A5 Air Plans and Policy<br />

A6 Air Communications and Information Systems<br />

A7 Air Doctrine and Training<br />

A8 Air Budget and Finance<br />

A9 Air Civilian/Military Affairs<br />

AAP Allied Administrative Publication<br />

AAR Air to Air Refuelling<br />

AAWG Air Assessment Working Group<br />

ABT Air Breathing Threat<br />

ABTD Air Breathing Threat Defence<br />

A/C Aircraft<br />

ACA Airspace Control Authority<br />

ACC Air Component Command<br />

ACC Air Control Centre (ACCS entity)<br />

ACCS NATO Air Command and Control System (software and<br />

hardware)<br />

ACCS BU2 ACCS Build Upgrade 2<br />

ACCS LOC1 ACCS Level of Capability 1<br />

ACM Airspace Control Measure<br />

ACMP Allied Configuration Management Publication<br />

ACN Aircraft Classification Number<br />

A<strong>CO</strong> Allied Command Operation<br />

A<strong>CO</strong> Airspace Control Order<br />

A<strong>CO</strong> Airspace Coordination Order<br />

ACP Allied Communication Publication<br />

ACP Airspace Control Plan<br />

ACROSS NC3A A<strong>CO</strong> Resources Optimization Software System (software)<br />

ACS Airspace Control System<br />

ACT Allied Command Transformation<br />

ACTWG Air Component Targeting Working Group


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

Book II, Part II, <strong>Annex</strong> A, Page 2<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

AD Air Defence<br />

AD A<strong>CO</strong> Directive<br />

ADAMS Allied Deployment And Movement System<br />

AdatP Allied Data Publication<br />

ADatP-3 Allied Data Publication Volume 3<br />

ADatP-3 BL 11F ADatP-3 Baseline 11 Future<br />

ADD Architecture Description Document<br />

ADDIE Analysis, Design, Development, Implementation, and Evaluation<br />

ADL Advanced Distributed Learning<br />

ADL Allied Disposition List<br />

ADM AOD Decision Meeting for AOD X+2<br />

ADP Automatic Data Processing<br />

ADP Air Defence Plan<br />

AEW Airborne Early Warning<br />

AFOD Airfield Operational Database<br />

AFPL Approved Fielded Product List<br />

AFTN Aeronautical Fixed Telecommunications Network<br />

AI Area of Interest<br />

AIFS NATO Automated Information Flow System (software)<br />

AIP AirC2IS Information Portal<br />

AIP Air Operations Information Portal<br />

AirC2IS Bi-SC AIS Air Command and Control Information Service<br />

(software)<br />

AirC2IS-1 AirC2IS Increment 1<br />

AirC2IS-2 AirC2IS Increment 2<br />

AirC2IS-3 AirC2IS Increment 3<br />

AirCC Air Component Command<br />

AIRINCIREP Air Incident Report<br />

AIS Automated Information System<br />

AIS Automatic Identification System (civilian ships)<br />

AIT Air Intelligence Team<br />

AJAX Asynchronous JavaScript and XML<br />

AJP Allied Joint Publication<br />

ALCC Airlift Coordination Centre<br />

ALTBMD Active Layered Theatre Ballistic Missile Defence<br />

AM A<strong>CO</strong> Manual<br />

AMMO Ammunition<br />

AMR Air Mobility Request<br />

AO Area of Operations<br />

AOC Air Operations Centre


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

Book II, Part II, <strong>Annex</strong> A, Page 3<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

AOCC Air Operations Coordination Centre<br />

AOCC (L) Air Operations Coordination Centre (Land)<br />

AOCC (M) Air Operations Coordination Centre (Maritime)<br />

AOD Air Operations Directive<br />

AODT AOD Team<br />

AOI Area of Interest<br />

AOM Air Ops Meeting for AOD X+3 to X+10<br />

AOP Air Operations Plan<br />

AOPG Air Operations Planning Group<br />

AOPT Air Operations Planning Team<br />

AOR Area of Responsibility<br />

AOR Area of Operational Responsibility<br />

AOSS A<strong>CO</strong> Open Source System<br />

AP Air Plan<br />

API Applications Programming Interfaces<br />

APMS Automated Personnel Management System<br />

APOD Airport of Debarkation<br />

APOE Airport of Embarkation<br />

APP Allied Procedural Publication<br />

APT Air Planning Team<br />

AQAP Allied Quality Assurance Publication<br />

ASAS All-Source Analyst System<br />

ASIT Allied Systems Interoperability Test-bed<br />

ASM Airspace Management<br />

ASMAN NC3A ICC Airspace Management module (software)<br />

ASOC Air Support Operation Centre<br />

ASR Air Support Request<br />

ASRC Acquisition Support Resource Centre<br />

ASSESSREP Assessment Report<br />

ASTERIX All Purpose Structured Eurocontrol Surveillance Information<br />

Exchange<br />

AT Air Transport<br />

ATA Actual Time of Arrival<br />

ATC Air Traffic Control<br />

ATD Actual Time of Departure<br />

ATM Air Traffic Management<br />

ATO Air Tasking Order<br />

ATP Allied Tactical Publication<br />

ATWG Air Transport Working Group<br />

AUP Airspace Utilization Plan


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

Book II, Part II, <strong>Annex</strong> A, Page 4<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

AWACS Airborne Warning and Control System<br />

AWCIES ACCS-Wide Communication Information Exchange System<br />

AWG Assessment Working Group<br />

BAIP Bi-SC AIS Implementation Plan<br />

BAPPL Bi-SC AIS Procurement Product List<br />

BBN BICES Backbone Network<br />

BDA Battle Damage Assessment<br />

BDAREP Battle Damage Assessment Report<br />

BE Basic Encyclopaedia<br />

BER Bit Error Rate<br />

BICC BICES Initial Core Capability<br />

BICES Battlefield Information Collection and Exploitation System<br />

Bi-SC Bi-Strategic Command<br />

Bi-SC AIS Bilateral Strategic Command Automated Information System<br />

Bi-SC AIS PMIC Bi-SC AIS Programme Management and Integration Capability<br />

BITE Built-in Test Equipment<br />

BL Baseline<br />

BM Ballistic Missile<br />

BMC3 Battle Management Command, Control & Communications<br />

BMC3I Battle Management Command, Control, Communications &<br />

Intelligence<br />

BMD Ballistic Missile Defence<br />

BOA Basic Ordering Agreement<br />

BOE Basis of Estimate<br />

BPD Boundary Protection Device<br />

BPEL Business Process Execution Language<br />

BPEL4WS Business Process Execution Language for Web Services<br />

BPS Boundary Protection Service<br />

Brief Briefing<br />

BRR Baselines Requirements Review<br />

BS Battle Staff<br />

BSO Battle Staff Object<br />

C2 Command and Control<br />

C2DO Command and Control Duty Officer<br />

C2IEDM Command and Control Information Exchange Data Model<br />

C2IS Command and Control Information System<br />

C3 Command, Control and Communication<br />

C4ISR Command, Control, Communications, Computers Intelligence


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

Surveillance and Reconnaissance<br />

CA Combat Assessment<br />

CA Campaign Assessment<br />

CAB Contracts Award Board<br />

CAL Critical Asset List<br />

CAOC Combined Air Operations Centre<br />

CASP Coordinated Air/Sea Procedures<br />

CAX Computer Aided Exercise<br />

CBA Component-Based Architecture<br />

CBRN Chemical, Biological, Radioactive, Nuclear<br />

CBT Computer Based Training<br />

CC Component Command<br />

CC-Air Air Component Command<br />

CCB Configuration Control Board<br />

CCF Conventional Counter-Force<br />

CCHQ Component Command Headquarters<br />

CCIR Commanders Critical Information Requirements<br />

CC-Land Land Component Command<br />

CCLVTC Component Command Liaison VTC<br />

CC-Mar Maritime Component Command<br />

CC-SOF SOF Component Command<br />

CD Compact Disk<br />

Cdr Commander<br />

CDR Critical Design Review<br />

CDRL Contract Documentation Requirements list<br />

CEM Collection Emphasis Messages<br />

CEO Chief Executive officer<br />

CEOI Communications-Electronics Operating Instructions<br />

CEP Circular Error Probable<br />

CET Central European Time<br />

CDR Critical Design Review<br />

CFM Communications Flow Model<br />

CGI Common Gateway Interface<br />

CGRS Common Geographical Reference System<br />

CGS Core Geographic Services<br />

CI Configuration Item<br />

CIA Component Implementation Architecture<br />

CI<strong>CO</strong>M CIMIC Coordination Meeting<br />

CIM Central Information Managers<br />

CIMIC Civilian and Military Cooperation<br />

Book II, Part II, <strong>Annex</strong> A, Page 5<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

CIRC Computer Incident Response Capability<br />

CIS Communication Information System<br />

CISREP CIS Report<br />

CJOC Combined Joined Operations Centre<br />

CJSOR Combined Joint Statement of Requirements<br />

CJTF Combined Joint Task Force<br />

CLC Combined Logistics Conference<br />

CLI Combined Language Infrastructure<br />

CLIN Contract Line Item Number<br />

CM Configuration Management<br />

CMD Common Mission Definition<br />

CMO Coverage Mission Order<br />

CMP Configuration Management Plan<br />

<strong>CO</strong>A Courses of Action<br />

<strong>CO</strong> Contracting Officer<br />

<strong>CO</strong>I Communities of Interest<br />

<strong>CO</strong>INS Communication and Information Systems<br />

<strong>CO</strong>M Commander<br />

<strong>CO</strong>MMPLAN Communications Plan<br />

<strong>CO</strong>MMZ Communications Zone<br />

<strong>CO</strong>NOPS Concept of Operations<br />

<strong>CO</strong>O Chief Operating Office<br />

<strong>CO</strong>P Common Operational Picture<br />

<strong>CO</strong>SI NC3A ICC <strong>CO</strong>RBA Based ISI (software)<br />

<strong>CO</strong>TS Commercial off the shelf<br />

CP Capability Package<br />

CP Collection Plan<br />

CPX Command Post Exercise<br />

<strong>CO</strong>VREP Coverage Report<br />

CR Change Request<br />

CRAM Consolidated Route Availability Messages<br />

CRC Control Reporting Centre<br />

CRO Crisis Response Operations<br />

CRONOS NATO Secret Wide Area Network (WAN)<br />

CSA Component Specification Architecture<br />

CSA Configuration Status Accounting<br />

CSCI Computer Software Configuration Item<br />

CSD NC3A MAJIIC Coalition Shared Database (software)<br />

CSDO Combat Support Duty Officer<br />

CSRS Community Security Requirements Statement<br />

Book II, Part II, <strong>Annex</strong> A, Page 6<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

Csv Comma separated value<br />

CTL Collection Tasking List<br />

Ctrl Control key<br />

CTRL Control key<br />

CUB Commanders Update Briefing<br />

CurrOps Current Operations<br />

CVRT Criticality, Vulnerability, Recuperability & Threat<br />

CWS Cartographic Work Shop<br />

CY Calendar Year<br />

Book II, Part II, <strong>Annex</strong> A, Page 7<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

D&G Direction & Guidance<br />

DAC Defended Area Coverage<br />

DAFIF Digital Aeronautical Flight Information File<br />

DARB Daily Assets Reconnaissance Board<br />

DARS Deployable ACC + RPC + SFP (ACCS entity)<br />

DAV Distributed Authoring and Versioning<br />

dB Database<br />

DBA DataBase Administrator<br />

DBMS Data Base management System<br />

DCAOC Deployable CAOC (ACCS entity)<br />

DCIS Deployable Communication and Information Systems<br />

DDD Detailed Design Document<br />

DDE Defence Design Enterprise<br />

DDP Delivery Duty Paid (Incoterms2000)<br />

DDS Defence Design Services<br />

DEM Data Exchange Model<br />

DEM Data Exchange mechanism<br />

DHCP Dynamic Host Configuration Protocol<br />

DHS Document Handling Service<br />

DHTML Dynamic HTML<br />

DIF Difficulty, Importance, and Frequency Analysis<br />

DISUM Daily Intelligence Summary<br />

Div Division<br />

DJSE Deployed Joint Staff Element<br />

DJTF Deployed Joint Task Force<br />

DL Description Logics<br />

DL Data Link<br />

DMPI Desired Main Point of Impact<br />

DMS Document Management System<br />

DO Delivery Order


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

Book II, Part II, <strong>Annex</strong> A, Page 8<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

DOB Deployed Operating Base<br />

DOORS Telelogic® DOORS® Requirements Management for Complex<br />

Systems and Software Development: Dynamic Object-Oriented<br />

Requirements System<br />

DOS Days of Supply<br />

Dpi Dots per inch<br />

DPM Deputy Project Manager<br />

DR Deficiency Report<br />

DTED Digital Terrain Elevation Data<br />

DTG Data Time Group<br />

DTS Deployable Training System<br />

DUNS Data Universal Numbering System<br />

EAD Extended Air Defence<br />

EAF Entity Armed Forces<br />

EAPC Euro-Atlantic Partnership Council<br />

EBAO Effect Based Approach to Operations<br />

EBO Effect-Based Operations<br />

EBP Effects Based Planning<br />

ECMAScript Ecma International Script<br />

ECP Engineering Change Proposal<br />

EDC Effective Date of Contract<br />

EEI Essential Element of Information<br />

e.g. For example<br />

E-mail Electronic mail<br />

EMC Electro-Magnetic Compatibility<br />

EM<strong>CO</strong>N Emission Control<br />

EMP Electromagnetic Pulse<br />

EMS Enterprise Management Services<br />

ENC Electronic Navigation Chart<br />

EOB Enemy Order of Battle<br />

EOB Electronic Order of Battle<br />

ESB Enterprise Service Bus<br />

ETA Estimated Time of Arrival<br />

Etc. etcetera<br />

ETD Estimated Time of Departure<br />

ETRO Expected Time to Return to Operations<br />

EURO<strong>CO</strong>NTROL European Air Traffic Control Agency<br />

EVE Effective Visible Execution<br />

EW Electronic Warfare


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

EW Early Warning<br />

EWS Early Warning Sensors<br />

ExO Exercise Organization<br />

Book II, Part II, <strong>Annex</strong> A, Page 9<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

FA Functional Application<br />

FAC Forward Air Controller<br />

FAC(A) Forward Air Controller (Army)<br />

FADR Fixed Air Defence Radar<br />

FAM Functional Area Module<br />

FAOR Fighter Area of Responsibility<br />

FAS Functional Area Service<br />

FAST NC3A ICC Flexible, Advanced C2 Services for NATO Time<br />

Sensitive Targeting (software)<br />

FAT Factory Acceptance Test<br />

FA VTC Functional Area VTC<br />

FCA Functional Configuration Audit<br />

FFP Firm Fixed Price<br />

FHA First Hostile Act<br />

Flash Adobe Flash (software)<br />

FLOT Forward Line of Own Troops<br />

FM Frequency Management<br />

FMC Full Mission Capable<br />

FOB Free On Board (incoterms2000)<br />

FOB Forward Operating Base<br />

FOB Friendly Order of Battle<br />

FOC Final Operational Capability<br />

FP Force Protection<br />

FORMETS NATO Message Text Formatting System<br />

FRAGO Fragmentary Order<br />

FS Functional Service<br />

FSA Final System Acceptance<br />

FSCM Fire Support Coordination Measure<br />

FSD Final System Design<br />

FSSL Fire Support Safety Line<br />

GARS Global Area Reference System<br />

GBAD Ground Based Air Defence<br />

Geo Geographical<br />

GEO Geographical<br />

GEOLOC Geographic Location


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

GeoTIFF Geographical Tagged Image Format<br />

GFE Government Furnished Equipment<br />

GIF Graphics Interchange Format<br />

GIS Geographic Information Service<br />

GML Geography Mark-up Language<br />

GMT Greenwich Mean Time<br />

GO Government Organization<br />

GOF Gang of Four<br />

GOTS Government off the shelf<br />

GQA Government Quality Assurance<br />

GUI Graphical User Interface<br />

Book II, Part II, <strong>Annex</strong> A, Page 10<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

HAS Hardened Aircraft Shelter<br />

HCI Human Computer Interfaces<br />

He/his The terms 'he' and 'his' denote a person and do not imply gender.<br />

HF High Frequency<br />

HIW High Intensity Warfighting<br />

HMI Human Machine Interface<br />

HN Host Nation<br />

HQ Headquarters<br />

HRF High Readiness Forces<br />

HTML Hypertext Mark-up Language<br />

HTTP Hypertext Transfer Protocol<br />

HTTPS Hypertext Transfer Protocol over Secure Socket Layer<br />

HUMINT Human Intelligence<br />

HVA High Value Asset<br />

HVAC Heating, Ventilating and Air Conditioning<br />

HVI High Value Individual<br />

HVT High Value Target<br />

HW Hardware<br />

HWCI Hardware Configuration Item<br />

I&A Identification and Authentication<br />

I&W Indications and Warning<br />

ICA Initial Central Administrators<br />

ICAO International Civil Aviation Organization<br />

ICB International Competitive Bidding<br />

ICC Integrated Command and Control<br />

ICC (Patriot) Information Coordination Central<br />

ICC International Chamber of Commerce


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

Book II, Part II, <strong>Annex</strong> A, Page 11<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

ICD Interface Control Document<br />

I<strong>CO</strong> Icon<br />

ID Identity<br />

IDE Integrated Development Environment<br />

IDO Intelligence Duty officer<br />

i.e. Includes<br />

IE Information Exchange<br />

IED Improvised Explosive Device<br />

IEEE Institute of Electrical and Electronic Engineers<br />

IEG Information Exchange Gateway<br />

IER Information Exchange Requirement<br />

IERD Information Exchange Requirements Description<br />

IETF Internet Engineering Task Force<br />

<strong>IFB</strong> Invitation For Bid<br />

IFF/SIF Identification Friend or Foe/Selective Identification Feature<br />

iGeoSIT NC3A Interim Geo-Spatial Intelligence Tool (software)<br />

IKM Information and Knowledge Management<br />

ILC Irrevocable Letter of Credit<br />

ILS Integrated Logistics Support<br />

ILSP Integrated Logistics Support Plan<br />

IM Information Manager<br />

IM Instant Messaging<br />

IMART Imagery Management and Reporting Tool<br />

IMINT Imagery Intelligence<br />

IMS International Military Staff<br />

IMSSOP International Military Staff Standard Operating Procedure<br />

Info Information<br />

Info Ops Information Operations<br />

INFOSEC Information Security<br />

Intel Intelligence<br />

INTEL Intelligence<br />

INTEL-FS Intelligence Functional Services<br />

INTEL-FS IOC Increment 1 of INTEL-FS Spiral I<br />

INTREP Intelligence Report<br />

INTSUM Intelligence Summary<br />

IO International Organisation<br />

IO Information Object<br />

IO Information Operations<br />

IOC Initial Operational Capability<br />

IOCB Information Operations Coordination Board


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

Book II, Part II, <strong>Annex</strong> A, Page 12<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

IOT&E Initial Operational Test and Evaluation<br />

IOWG Info Ops Working Group<br />

IP Internet Protocol<br />

IPB Intelligence Preparation of the Battlespace<br />

IPL Image Product Library<br />

IPMT Integrated Project Management Team<br />

IPP Impact Point Prediction<br />

IPR Intellectual Property Rights<br />

IPSEC Internet Protocol Security<br />

IPv6 Internet Protocol Version 6<br />

IR Incident Report<br />

IRD Interface Requirements Document<br />

ISAF International Security Assistance Force (Afghanistan)<br />

ISI NC3A ICC Standard Interface Library (software)<br />

ISLA Initial Service Level Agreement<br />

ISM Information System Modules<br />

ISO International Standards Organisation<br />

ISP Integrated Support Plan<br />

ISP 98 International Standby Practices 98<br />

ISR Intelligence, Surveillance, Reconnaissance<br />

ISTAR Intelligence, Surveillance, Target Acquisition and Reconnaissance<br />

ISUG Intelligence Systems Users Group<br />

IT Information Technology<br />

ITB Integrated Test Bed<br />

ITS US Interim Targeting Solution (software)<br />

ITU International Telecommunication Union<br />

IV&V Independent Validation and Verification<br />

J (1-9) Divisional Staffs<br />

J1 Joint Personnel and Administration<br />

J2 Joint Intelligence<br />

J3 Joint Operations<br />

J4 Joint Logistics<br />

J5 Joint Plans and Policy<br />

J6 Joint Computer Information Systems<br />

J7 Joint Doctrine and Training<br />

J8 Joint Budget and Finance<br />

J9 Joint Civilian/Military Affairs<br />

JAAP Joint Air Allocation Plan<br />

JACC Joint Airspace Coordination Cell


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

Book II, Part II, <strong>Annex</strong> A, Page 13<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

JADC Joint Area Air Defence Commander<br />

JADOCS US Joint Automated Deep Operations Coordination System<br />

(software)<br />

JALLC Joint Analysis and Lessons Learned Centre<br />

JAOP Joint Air Operations Plan<br />

JASMAD US Joint Airspace Management and Deconfliction (software)<br />

JC2IS Bi-SC AIS Joint Command and Control Information System (CP<br />

107)<br />

JC3IEDM Joint Command Control and Communication Information<br />

Exchange Data Model<br />

JCAL Joint Critical Asset List<br />

JCB Joint Coordination Board<br />

JCBWG Joint Coordination Board Working Group<br />

JCHAT NC3A Joint Tactical Chat (software)<br />

J<strong>CO</strong> Joint Coordination Order<br />

J<strong>CO</strong>P NC3A Joint <strong>CO</strong>P System (software)<br />

JDAWG Joint Defended Asset Working Group<br />

JEP Joint Environmental Picture<br />

JFACC Joint Forces Air Component Command<br />

JFAI Joint Final Acceptance & Inspection<br />

JFC Joint Forces Command<br />

JFHQ Joint Forces Headquarters<br />

JFLCC Joint Forces Land Component Command<br />

JFM Joint Frequency Management<br />

JFMCC Joint Forces Maritime Component Command<br />

JFSCL Joint Fire Support Coordination Line<br />

JFSOCC Joint Forces SOF Component Command<br />

JFTC Joint Forces Training Centre<br />

JHQ Joint Headquarters<br />

JIM NC3A JTLS - ICC Interface Module (software)<br />

JIPB Joint Intelligence Preparation of the Battlespace<br />

JISR Joint Intelligence Surveillance and Reconnaissance<br />

JLSG Joint Logistics Support Group<br />

JOA Joint Operations Area<br />

JOC Joint Operations Centre<br />

JOCWatch NC3A Joint Operations Centre Event Management Tool<br />

(software)<br />

JOIIS Joint Operations and Intelligence System<br />

JOPG Joint Operational Planning Group<br />

JOPLAN Joint Operational Plan<br />

JOPWG Joint Operational Planning Working Group


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

JPCAL Joint Prioritised Critical Asset List<br />

JPDAL Joint Prioritized Defended Asset List<br />

JPEG Joint Photographic Experts Group (format)<br />

jpg Joint Photographic Experts Group (format)<br />

JPR Joint Personal Recovery<br />

JPRP Joint Personal Recovery Plan<br />

JPTL Joint Prioritised Target List<br />

JRE Joint Range Extension<br />

JREAP Joint Range Extension Application Protocol<br />

JREP Joint Range Extension Protocol<br />

JSR Java Specification Request<br />

JSTARS Joint Surveillance and Target Attack Radar System<br />

JTL Joint Target List<br />

JTLS NATO Joint Theatre Level Simulation (software)<br />

JTMB Joint Transportation Movement Board<br />

JTNL Joint Target Nomination List<br />

JTS NC3A ICC Joint Targeting System (software)<br />

JTST Joint Time Sensitive Targeting<br />

JTT US Joint Targeting Toolbox (software)<br />

JTWG Joint Targeting Working Group<br />

JWC Joint Warfare Centre<br />

KFOR Kosovo Force<br />

KOA Keep-out Altitude<br />

KPI Key Performance Indicators<br />

L16 Link 16<br />

LAD Launch Area Denied<br />

LAN Local Area Network<br />

LC2 Land Command and Control<br />

LC2IS Land Command and Control Information Service<br />

LCC Land Component Command<br />

LCN Load Classification Number<br />

LDAP Lightweight Directory Access Protocol<br />

LEGAD Legal Advisor<br />

LEP Locally-Employed Personnel<br />

LIVEX Live Exercise<br />

LLNO Logistics Liaison Officer<br />

LNO Liaison Officer<br />

LOC Level Of Capability<br />

Book II, Part II, <strong>Annex</strong> A, Page 14<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

LOC Location<br />

LOCE Linked Operations-Intelligence Centers Europe<br />

LOG Logistics<br />

LOG FS Bi-SC AIS Logistics Functional System<br />

LOGASSESSREP Logistics Assessment Report<br />

LOGFAS NC3A Logistics Functional Area Services<br />

LOGREP Logistics Reporting<br />

LOGSITREP Logistical Situational Report<br />

LOGUPDATE Logistics Update Report<br />

LOP Level of Protection<br />

LOS Level of Support<br />

LPE Launch Point Estimate<br />

LRU Line-Replaceable Unit<br />

LSID NC3A Link 16 Situational Display (software)<br />

MAAP Master Air Attack Plan<br />

MAOP Master Air Operations Plan<br />

MAOP NC3A ICC MAOP Tool (software)<br />

MAP Master Air Plan<br />

MAPI Mail Application Programming Interface<br />

Mar Maritime<br />

MBC Military Budget Committee<br />

MC Military Committee<br />

MC Mission Capable<br />

MCC Maritime Component Command<br />

MCCIS Maritime Command and Control Information System<br />

MD Missile Defence<br />

MDA Model Driven Architecture<br />

MEDASSESSREP Medical Assessment Report<br />

MEDREP Medical Report<br />

MEDSITREP Medical Situation Report<br />

MEO Movement Execution Order<br />

MEZ Missile Engagement Zone<br />

MGRS Military Geographic Reference System<br />

MHWPS Minimum Hardware Procurement Specifications<br />

MIJI Meaconing, Intrusion, Jamming, and Interference<br />

MIL-STD Military Standard<br />

MIMI ICC ICC-ACCS Interface Module (software)<br />

MIMO Module Information Management Officer<br />

MIP Multilateral Interoperability Protocol<br />

Book II, Part II, <strong>Annex</strong> A, Page 15<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

Book II, Part II, <strong>Annex</strong> A, Page 16<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

MISREP Mission Report<br />

MMI Man-Machine Interface<br />

MMR Minimum Military Requirement<br />

MNB Multinational Brigade<br />

MND Multi National Division<br />

MOD Ministry of Defence<br />

MOE Measures of Effectiveness<br />

MOP Measures of Performance<br />

MOTS Military off the shelf<br />

MOU Memorandum of Understanding<br />

MOVASSESSREP Movement Assessment Report<br />

MOVSITREP Movement Situation Report<br />

MPA Maritime Patrol Aircraft<br />

MRO Military Response Option<br />

MS Mission Secret<br />

MS Microsoft<br />

MS Access Microsoft Access Database format<br />

MTBCF Mean Time Between Critical Failures<br />

MTBF Mean Time Between Failures<br />

MTL Mobile Target List<br />

MTOTE NC3A ICC Air Mission Monitoring and Management Tool<br />

(software)<br />

MTR Maximum Time to Receive<br />

MTR Mission Task Request<br />

MTT Maximum Time to Transmit<br />

MTTR Mean Time To Repair<br />

MU Mission Unclassified<br />

MVC Model View Controller<br />

MWO Movement Warning Order<br />

NAC North Atlantic Council<br />

NACMA NATO ACCS Management Agency<br />

NAEW NATO Airborne Early Warning<br />

NAMSA NATO Maintenance and Supply Agency<br />

NATO North Atlantic Treaty Organisation<br />

NBC Nuclear Biological Chemical<br />

NC3A NATO Consultation Command and Control Agency<br />

NC3B NATO C3 Board<br />

NC3O NATO C3 Organisation<br />

NC3TA NATO C3 Technical Architecture


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

Book II, Part II, <strong>Annex</strong> A, Page 17<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

NCDM NATO Corporate Data Model<br />

NCISS NATO Communications and Information Systems IS School<br />

N<strong>CO</strong> Non Commissioned Officer<br />

N<strong>CO</strong>P Bi-SC AIS NATO <strong>CO</strong>P System (software)<br />

NCS NATO Command Structure<br />

NCSA NATO CIS Support Agency<br />

NECCIS NATO/NO North European Command and Control Information<br />

System (software)<br />

NEDS NATO-wide Enterprise Directory Services<br />

NEO Non-combatant Evacuation Operation<br />

NFC National Force Commitments<br />

NFFI NATO Friendly Forces Information<br />

NGCS NATO General Purpose Communication System<br />

NGO Non Governmental Organisation<br />

NICE NATO IP Cryptographic Equipment<br />

NIMP NATO Interoperability Management Plan<br />

NIRIS NC3A Network Interoperable Real-time Information Service<br />

(software)<br />

NITC NCSA INFOSEC Technical Centre<br />

NITF National Imagery Transmission Format<br />

NLT Not Later Than<br />

NMC Not Mission Capable<br />

NMCM Not Mission Capable Maintenance<br />

NMCRL NATO Master Cross-Reference List<br />

NMCS Not Mission Capable Supply<br />

NMS NATO Messaging Service<br />

NNEC NATO Network Enabled Capability<br />

NNTCN Non-NATO Troop Contributing Nation<br />

No Number<br />

NOTAM Notice to Air Men<br />

NOTS NATO Off The Shelf<br />

NOV-2 NATO Operational View<br />

NPC NATO Programming Centre<br />

NPKI NATO Public Key Infrastructure<br />

NQAR National Quality Assurance Representative<br />

NR NATO Restricted<br />

NRDF National Rapid Deployment Force<br />

NRF NATO Response Force<br />

NRT Non-real time<br />

NS NATO Secret


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

NSIP NATO Security Investment Programme<br />

NSN NATO Serial Number<br />

NSOV NATO Service Oriented View<br />

NSV-1 NATO System View<br />

NS WAN NATO Secret Wide Area Network<br />

NTDI NATO Target Data Inventory<br />

NTF NATO Training Federation<br />

NTI Not to Exceed<br />

NTLM NT LAN Manager<br />

NU NATO Unclassified<br />

NUNI NGCS User Network Interface<br />

NVG NATO Vector Graphics<br />

Book II, Part II, <strong>Annex</strong> A, Page 18<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

O&M Operations and Maintenance<br />

OA Operational Analysis<br />

OASIS Organization for the Advancement of Structured Information<br />

Standards<br />

OB Order of Battle<br />

OCD Operational Concept Description<br />

OCR Optical Character Recognition<br />

ODBC Open Data Base Connectivity<br />

OEM Original Equipment Manufacturer<br />

OGC Open GIS Consortium<br />

OIF Operational Information Flow<br />

OJT On the Job Training<br />

OLT Operational Level Testing<br />

OMG Object Management Group<br />

OMT TOPFAS ORBAT Management Tool<br />

OP<strong>CO</strong>M Operational Command<br />

OPFOR Opposing Forces<br />

OPLAN Operation Plan<br />

OPORD Operational Order<br />

OPP Operational Planning Process<br />

OPS Operations<br />

OPSEC Operational Security<br />

OPTASK Operational Tasking<br />

OPTASKLINK Operational Order for Tactical Data Links<br />

ORBAT Order of Battle<br />

ORBIT Order of Battle Intelligence Tool<br />

ORD Operations Research Division


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

Org Organisation<br />

ORRB Operational Resources Requirement Board<br />

OS Operating System<br />

OSINT Open Source Intelligence<br />

OSIS Open Source Information System<br />

OT Operational Test<br />

OT&E Operational Test and Evaluation<br />

OTS Off-The-Shelf<br />

OUG Operational User Group<br />

Book II, Part II, <strong>Annex</strong> A, Page 19<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

PA Political Advisor<br />

PC Personal Computer<br />

PCA Physical Configuration Audit<br />

PCN Pacement Classification Number<br />

PCR Project Checkpoint Reviews<br />

PCWSF Pre-Calculated Weapon System Footprint<br />

PD Passive Defence<br />

Pdf Portable Document Format<br />

PDR Preliminary Design Review<br />

PFD Purchaser Furnished Documents<br />

PFE Purchaser Furnished Equipment<br />

PIM Position of Intended Movement<br />

PIR Priority Intelligence Requirement<br />

PKI Public Key Infrastructure<br />

PLANS Plans<br />

PlaTo NC3A Planning and Tasking Tool for Extended Air Defence<br />

(software)<br />

PM Project Manger<br />

PMBOK Project Management Body of Knowledge<br />

PMC Partial Mission Capable<br />

PMCS Partial Mission Capable Supply<br />

PMIC Programme Management and Integration Capability<br />

PMO Project Management Office<br />

PMP Project Management Plan<br />

PMS Project Master Schedule<br />

PNG Portable Network Graphics<br />

PO Psychological Operations<br />

POC Point of Contact<br />

POI Programme of Instruction<br />

POLAD Political Advisor


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

Book II, Part II, <strong>Annex</strong> A, Page 20<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

POP Point Of Presence<br />

POTF Psychological Operations Task Force<br />

PPBS Project Product Breakdown Structure<br />

PPLI Precise Position Location & Identification<br />

PPR Prior Permission Required<br />

PR Personnel Recovery<br />

PR Problem Report<br />

PRCC Personnel Recovery Coordination Cell<br />

PREV Previous<br />

PRINCE2 Projects in Controlled Environments II<br />

PRISMA NC3A Personnel Recovery Information Management (software)<br />

PSA Partial Site Acceptance<br />

PSD Performance Start Date<br />

PSO Peace Support Operation<br />

PSR Project Status Review<br />

PSRR Preliminary Systems Requirements Review<br />

Psy Ops Psychological Operations<br />

PTL Prioritised Target List<br />

PTL Primary Target Line (GBAD)<br />

PUL Programme Utilisation List<br />

PWBS Project Work Breakdown Structure<br />

QA Quality Assurance<br />

QAP Quality Assurance Plan<br />

QAR Quality Assurance Representative<br />

QC Quality Control<br />

QoS Quality of Service<br />

RA Reference Architecture<br />

R&D Research & Development<br />

RADC Regional Air Defence Commander<br />

RALCC Regional Airlift Coordination Cell<br />

RAM Random Access Memory<br />

RAM Reliability, Availability & Maintainability<br />

RAP Recognised Air Picture<br />

RAS OMG Reusable Asset Specification<br />

RAS Remote Access Service<br />

RC Regional Command (ISAF)<br />

RC Relocation Centre<br />

RDL Representational Disposition List


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

RECCE Reconnaissance<br />

Ref Reference<br />

REP Recognised Environmental Picture<br />

Rep Report<br />

RESALLOC NC3A ICC Resource Allocation module (software)<br />

REST Representational State Transfer<br />

RFC Request for Comments<br />

RFC Request for Change<br />

RFL Representational Force List<br />

RFD Request For Deviation<br />

RFBV Request for Bidders Views<br />

RFI Request for Information<br />

RFIMS Request for Information Management System<br />

RFW Request For Waivers<br />

RGP Recognised Ground Picture<br />

RIA Rich Internet Applications<br />

RIC Reportable Item Code<br />

RLP Recognised Land Picture<br />

RMP Recognised Maritime Picture<br />

ROE Rules Of Engagement<br />

ROZ Restricted Operating Zone<br />

RPC RAP Production Centre (ACCS entity)<br />

RPC Remote Procedure Call<br />

RPOD Rail Point of Debarkation<br />

RSOM Reception, Staging, and Onward Movement<br />

RSP Recognised Surface Picture<br />

RSS Really Simple Syndication<br />

RT Real-time<br />

RTF Rich Text Format<br />

RWY Runway<br />

SA Service Architecture<br />

SA Service Availability<br />

SA Situational Awareness<br />

SA Site Acceptance<br />

SAA Security Accreditation Authority<br />

SACEUR Supreme Allied Commander (Europe)<br />

SA<strong>CO</strong> Supreme Allied Command of Operations<br />

SACT Supreme Allied Command Transformation<br />

SAFE SIGINT Analyst Functional Environment<br />

Book II, Part II, <strong>Annex</strong> A, Page 21<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

Book II, Part II, <strong>Annex</strong> A, Page 22<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

SALTO NC3A ICC Air Mission Planning module (STC's Air Logic Tool)<br />

(software)<br />

SAM Surface to Air Missile<br />

SAN Storage Area Network<br />

SAT Site Acceptance Test<br />

SAWREP Surface to Air Weapon Unit Status and Availability Report<br />

SBAD Sea Based Air Defence<br />

SC Strategic Command<br />

SCL Standard Combat Load<br />

SCL Standard Configuration Load<br />

S<strong>CO</strong>RM Shareable Content Object Reference Model<br />

SCSI Small Computer System Interface<br />

SDA SEWOC Database Application<br />

SDK Software Development Kit<br />

SDP System Development Plan<br />

SDP Service Delivery Plan<br />

SDS System Design Specification<br />

SEAD Suppression of Enemy Air Defence<br />

SecOps Security Operating Procedures<br />

Sect Section<br />

SEW Shared Early Warning<br />

SEWOC SIGINT-Electronic Warfare Operations Centre<br />

SFOR Stabilisation Force<br />

SFP Sensor Fusion Post (ACCS entity)<br />

SGML Standard Generalized Mark-up Language<br />

SHAPE Supreme Headquarters Allied Powers Europe<br />

SHQ Standing Headquarters (e.g. JFCN, JFCS etc)<br />

SIDO Senior Intelligence Duty Officer<br />

SIGINT Signals Intelligence<br />

SIM Simulated<br />

SINC Single Integrated Channel Ground<br />

SIP Session Initiation Protocol<br />

SIP System Implementation Plan<br />

SIR Specific Intelligence Requirements<br />

SISRS System Interconnection Security Requirements Statements<br />

SIT System Integration Testing<br />

SITCEN Situational Centre<br />

SITFOR Situational Forces<br />

SIVP Security Implementation Verification Procedures<br />

SLA Service Level of Agreement


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

Book II, Part II, <strong>Annex</strong> A, Page 23<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

SLC Standby Letter of Credit<br />

SLP Standard Language Proficiency<br />

SM Spectrum Management<br />

SM System Management<br />

SMADEF Spectrum Management Allied Data Exchange Format<br />

SMB Spectrum Management Branch<br />

SME Subject Matter Expert<br />

SMS Short Messaging Service<br />

SNMP Simple Network Management Protocol<br />

SNTOR Short and Near-term Operational Requirements<br />

SO Staff Officer<br />

SOA Service Oriented Architecture<br />

SOAP Simple Object Access Protocol<br />

SOCC SOF Component Command<br />

SO DEF OPS Senior Officer Defensive Operations<br />

SODO Senior Offensive Duty Officer<br />

SOF Special Operations Forces<br />

SOFC2IS Bi-SC AIS Special Operations Forces Command and Control<br />

Information System (CP 107)<br />

SO OFF OPS Staff Officer Offensive Operations<br />

SOP Standard Operational Procedures<br />

SOR Statement of Requirements<br />

SOW Statement Of Work or Part IV of the Contract<br />

SPA Service provision Authority<br />

SPINS Special instructions<br />

SPOD Sea Ports of Debarkation<br />

SPR Software Problem Reports<br />

SPT Support<br />

SQL Structured Query Language<br />

SQOC Squadron Operation Centre<br />

SQR Support/Sustainment Qualification Review<br />

SRA Security Risk Assessment<br />

SRR System Requirements Review<br />

SRS System Requirement Specification<br />

SSL Secure Socket Layer<br />

SSO Single Sign-On<br />

SSR Site Survey Report<br />

SSRS System Security Requirements Statements<br />

SSS Schedule of Supplies and Services<br />

SSTO SAM SHORAD tactical order


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

ST&E Security Test & Evaluation<br />

STANAG Standardization Agreement<br />

STIVF System Test, Integration and Verification Facility<br />

SUPPLAN Supporting/Supplementary Plan<br />

SVG Scalable Vector Graphics<br />

SW Software<br />

SWDL SW distribution List<br />

Book II, Part II, <strong>Annex</strong> A, Page 24<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

TA Target Architecture<br />

TAC Tactical Air Command<br />

TACAN Tactical Air Navigation<br />

TA<strong>CO</strong>M Tactical Command<br />

TA<strong>CO</strong>N Tactical Control<br />

TACP Tactical Air Control Post<br />

TACS Theatre Air Control System<br />

TAI Target Area of Interest<br />

TAI TMD Amplifying Information<br />

TAP Test Acceptance Plan<br />

TARE Telecommunications Automated Relay Equipment<br />

TBCE Type B Cost Estimate<br />

TBD To Be Defined<br />

TBM Theatre Ballistic Missile<br />

TBMD Theatre Ballistic Missile Defence<br />

TBMCS US Theatre Battle Management Core System (software)<br />

TBMF Tactical Battle Management Function<br />

TCP/IP Transmission Control Protocol/Internet Protocol<br />

TDL Tactical Data Link<br />

TL Target List<br />

TMD Theatre Missile Defence<br />

TMR Training Material Review<br />

TNA Training Needs Analysis<br />

TNL Target Nomination List<br />

TOPFAS Tool for Operational Planning Force Activation and Simulation<br />

TP Training Plan<br />

TP Test Plan<br />

TRP Time of Reporting<br />

TRR Test Readiness Review<br />

TST Time Sensitive Targeting<br />

TSTL TST List<br />

TTP Tactics, Techniques and Procedures


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

TWY Taxiway<br />

UAT User Acceptance Test<br />

UDDI Universal Description, Discovery and Integration<br />

UHF Ultra High Frequency<br />

UI User Interface<br />

UID Unit Identification Code<br />

UML Unified Modelling Language<br />

UPS Uninterruptible Power Supply<br />

URL Uniform/Universal Resource Locator<br />

UTM Universal Transverse Mercator<br />

UUID Universally Unique Identifier<br />

UUP Updated Airspace Use Plan<br />

VHF Very High Frequency<br />

VoIP Voice over IP<br />

VTC Video Tele Conference<br />

Book II, Part II, <strong>Annex</strong> A, Page 25<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

W3C World Wide Web Consortium<br />

WAN Wide Area network<br />

WBS Work Breakdown Structure<br />

WCS Web Coverage Service<br />

WCS Web Catalogue Service<br />

WebDAV Web-based Distributed Authoring and Versioning<br />

WFS Web Feature Service<br />

WISE NATO Web Information Services Environment (software)<br />

WISI NC3A ICC Webservices Interfaces (software)<br />

WMD Weapon of Mass Destruction<br />

WMS Web Map Service<br />

WOC Wing Operation Centre<br />

WP Work Package<br />

WP2 PSD Work Package Two Performance Start Date<br />

WP3 PSD Work Package Three Performance Start Date<br />

WP4 PSD Work Package Four Performance Start Date<br />

WP5 PSD Work Package Five Performance Start Date<br />

WP6 PSD Work Package Six Performance Start Date<br />

WP7 PSD Work Package Seven Performance Start Date<br />

WP8 PSD Work Package Eight Performance Start Date<br />

WP9 PSD Work Package Nine Performance Start Date<br />

WP10 PSD Work Package Ten Performance Start Date


NATO UNCLASSIFIED<br />

Abbreviation Definition<br />

WP11 PSD Work Package Eleven Performance Start Date<br />

WP12 PSD Work Package Twelve Performance Start Date<br />

WP13 PSD Work Package Thirteen Performance Start Date<br />

WP14 PSD Work Package Fourteen Performance Start Date<br />

WP15 PSD Work Package Fifteen Performance Start Date<br />

WRC World Radio Communication Conference<br />

WRS Web Registry Service<br />

w.r.t. With respect to<br />

WS Workspace<br />

WS Weaponeering Solution<br />

WS Weapon System<br />

WSDL Web Services Description Language<br />

WS-I Web Services Interoperability Organization<br />

WS-N OASIS Web Services Notification<br />

WSRP Web Services for Remote Portlets<br />

WTS Web Terrain Service<br />

WYSIWYG What You See Is What You Get<br />

XLS Microsoft Excel spreadsheet format<br />

XMI OMG XML Metadata Interchange<br />

XML Extensible Mark-up Language<br />

XMPP Extensible Messaging and Presence Protocol<br />

XSS Cross-Site Scripting<br />

Book II, Part II, <strong>Annex</strong> A, Page 26<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P


NATO UNCLASSIFIED<br />

ANNEX B. NATO C3 AGENCY DECLARATION<br />

Book II, Part II, <strong>Annex</strong> B, Page 1<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

To be signed by the Contractor‟s key personnel designated under Contract <strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

I UNDERSTAND:<br />

That I must preserve the security of all classified/commercial-in-confidence information<br />

which comes to my knowledge as a result of the Contract with the NATO C3 Agency<br />

stated above and that I undertake to comply with all relevant security regulations.<br />

That I must not divulge to any unauthorised person even within my own company, any<br />

classified/commercial-in confidence information gained by me as a result of my Contract<br />

with NC3A, unless prior permission for such disclosure has been granted by the General<br />

Manager of the NC3A.<br />

That I must not, without the approval of the General Manager of the NC3A, publish (in any<br />

document, article, book, CD, video, film, play, or other form) any classified /commercialin-confidence<br />

information which I have acquired in the course of my official duties for<br />

NC3A.<br />

That, at the end of Contract and after performance of all required tasks, I must surrender any<br />

official document or material made or acquired by me in the course of my official duties,<br />

save such as I have been duly authorised to retain.<br />

That if I violate prescribed security practices either intentionally or accidentally, my Contract<br />

shall be immediately terminated.<br />

That the provisions of the above Declaration apply not only during the period of the referred<br />

Contract with the Agency, but also after the stated Contract has ceased and that I am<br />

liable to prosecution if either by intent or negligence I allow classified/commercial-inconfidence<br />

information to pass into unauthorised hands.<br />

That I will be considered as a key personnel as specified in clause 22 of the Special Provisions<br />

of Contract <strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P, and therefore, shall comply with all regulations and<br />

restrictions applicable to key personnel.<br />

That I commit to fulfil my obligations for the period of performance mentioned in the<br />

Contract Schedules and the Special Provisions of the Contract referred above (including<br />

the optional periods) unless major events beyond my reasonable control happen.<br />

That should I decide for personal interest to leave the position, I will do my best effort to<br />

fulfil my obligations until the Company that is currently employing me has provided<br />

NATO with an acceptable suitable substitute in accordance with clause 22 of the Special<br />

Provisions of the aforementioned Contract.<br />

____________________________________________________________Date_________<br />

Full name (in block capitals) Signature


NATO UNCLASSIFIED<br />

ANNEX C. KEY PERSONNEL<br />

Book II, Part II, <strong>Annex</strong> C, Page 1<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

The following personnel shall be subject to the stipulations contained in Clause 2222<br />

(KEY PERSONNEL) of Part II for the period of designation indicated below.<br />

Position SOW/Work<br />

Package<br />

Reference<br />

Labour Category Name Designation<br />

Period<br />

Project Manager 3.5.2 Project Manager EDC thru<br />

Contract<br />

Technical Lead 3.5.3 Senior Systems<br />

Engineer<br />

Test Director 3.5.4 Senior Test<br />

Engineer<br />

Quality Assurance<br />

Manager<br />

3.5.5 Quality Assurance<br />

Manager<br />

expiration date<br />

EDC thru<br />

Contract<br />

expiration date<br />

EDC thru<br />

Contract<br />

expiration date<br />

EDC thru<br />

Contract<br />

expiration date


Book II, Part II, <strong>Annex</strong> D, Page 1<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

ANNEX D. <strong>CO</strong>NTRACTOR AND SUB<strong>CO</strong>NTRACTOR<br />

BACKGROUND IPR<br />

a. The Contractor Background IPR specified in the table below will be used for<br />

the purpose of carrying out work pursuant to the prospective Contract.<br />

IPR<br />

DESCRIPTION<br />

IPR<br />

OWNER<br />

REMARKS/RESTRICTIONS 2<br />

b. The Contractor represents that it has and will continue to have, for the duration<br />

of this Contract, all necessary rights in and to the IPR specified above<br />

necessary to meet the Contractor‟s obligations under the Contract.<br />

c. The Contractor Background IPR stated above complies with the terms<br />

specified in Clause 24 of the Special Contract Provisions and shall be licensed<br />

to the Purchaser according to the terms and conditions specified in the<br />

Contract, and more particularly, in accordance with Clause 25 of the Special<br />

Contract Provisions and Clause 30 of the NC3O General Contract Provisions.<br />

2 Indicate whether the IPR is applicable to a <strong>CO</strong>TS product as defined in Clause 1.2.2 of the Special<br />

Contract Provisions


NATO UNCLASSIFIED<br />

ANNEX E. THIRD PARTY IPR<br />

Book II, Part II, <strong>Annex</strong> E, Page 1<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

a. The Subcontractor and Third Party Background IPR specified in the table<br />

below will be used for the purpose of carrying out work pursuant to the<br />

prospective Contract.<br />

IPR<br />

DESCRIPTION<br />

IPR<br />

OWNER<br />

REMARKS/RESTRICTIONS 3<br />

b. The Contractor represents that it has and will continue to have, for the duration<br />

of this Contract, all necessary rights in and to the IPR specified above<br />

necessary to meet the Contractor‟s obligations under the Contract.<br />

c. The Subcontractor and Third Party Background IPR stated above complies<br />

with the terms specified in Clause 24 of the Special Contract Provisions and<br />

shall be licensed to the Purchaser according to the terms and conditions<br />

specified in the Contract, and more particularly, in accordance with Clause 25<br />

of the Special Contract Provisions and Clause 30 of the NC3O General<br />

Contract Provisions.<br />

3 Indicate whether the IPR is applicable to a <strong>CO</strong>TS product as defined in Clause 1.2.2 of the Special<br />

Contract Provisions


Book II, Part II, <strong>Annex</strong> E, Page 2<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P


NATO UNCLASSIFIED<br />

ANNEX F. LIST OF PURCHASER PROVIDED<br />

ITEMS (To be inserted at the time of contract award)<br />

Book II, Part II, <strong>Annex</strong> F, Page 1<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P


Book II, Part II, <strong>Annex</strong> F, Page 1<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

ANNEX G. INSTRUCTIONS FOR <strong>CO</strong>MPLETING A<br />

<strong>CO</strong>NTRACTOR PRICING SUMMARY<br />

This annex contains instructions on how to fill out the Pricing Summary form<br />

(ANNEX H to Part II), which must be sent by the Contractor, in addition to relevant<br />

pricing and non-pricing data, to properly document a request for price adjustment<br />

under applicable clauses of the Contract.<br />

1. DIRECT MATERIAL<br />

1.1 Purchased Parts: Provide a consolidated priced summary of individual<br />

material quantities included in the various tasks, orders, or Contract line items being<br />

proposed and the basis for pricing (vendor quotes, invoice prices, etc.). Give details<br />

on an attached schedule.<br />

1.2 SubContracted Items: Show the total cost of subContract effort.<br />

1.3 Other:<br />

(i) Raw Material: Consists of material in a form or state that<br />

requires further processing. Provide priced quantities of items<br />

required for the proposal. Show total cost and give details on an<br />

attached schedule.<br />

(ii) Standard Commercial Items: Consists of items that the<br />

Contractor normally fabricates, in whole or in part, and that are<br />

generally stocked in inventory. Provide an appropriate<br />

explanation of the basis for pricing on attached schedule.<br />

2. MATERIAL OVERHEAD<br />

2.1 This is the overhead charged to prices for material handling and/or other<br />

overhead associated with material costs. This may or may not apply to your prices.<br />

3. DIRECT LABOUR<br />

3.1 Show the hourly rate and the total hours for each individual (if known) and<br />

discipline of direct labour proposed. Indicate whether actual rates or escalated rates<br />

are used. If escalation is included, state the degree (percent) and rationale used.<br />

4. LABOUR OVERHEAD<br />

4.1 This is labour overhead.


5. OTHER DIRECT <strong>CO</strong>STS<br />

Book II, Part II, <strong>Annex</strong> F, Page 2<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

5.1 Special Tooling/Equipment. Identify and support specific equipment and unit<br />

prices. Use a separate schedule if necessary.<br />

5.2 Travel. Identify and support each trip proposed and the persons (or disciplines)<br />

designated to make each trip. Identify and support transportation and per diem rates.<br />

5.3 Individual Consultant Services. Identify and support the proposed<br />

contemplated consulting. State the amount of services estimated to be required and<br />

the consultant‟s quoted daily or hourly rate.<br />

5.4 Other Costs. List all other direct charge costs not otherwise included in the<br />

categories described above (e.g., services of specialized trades, computer services,<br />

preservation, packaging and packing, travel costs, leasing of equipment) and provide<br />

bases for pricing.<br />

6. GENERAL AND ADMINISTRATIVE EXPENSE<br />

6.1 This is the overhead charged for SG&A or G&A.<br />

7. FEE OR PROFIT<br />

7.1 Enter this total of all proposed Fee or Profit.<br />

8. OTHER FACTORS<br />

8.1 This would be any other overhead factors applied to Contractor prices.<br />

9. GRAND TOTAL<br />

9.1 This is the Contractor final FFP total and should in essence match the total<br />

price claimed in the proposal for adjustment.


Book II, Part II, <strong>Annex</strong> I<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

ANNEX H. <strong>CO</strong>NTRACTOR PRICING SUMMARY<br />

A. PURCHASED PARTS<br />

B. SUB<strong>CO</strong>NTRACTED ITEMS<br />

C. OTHER- (1)Raw Material<br />

(2) Standard Commercial Items (<strong>CO</strong>TS)<br />

TOTAL DIRECT MATERIAL<br />

2. MATERIAL OVERHEAD (RATE % X TOTAL EST <strong>CO</strong>ST € BASE)<br />

3. DIRECT LABOR (INDICATE LABOR CATEGORIES) EST HRS RATE/HR RATE € TOTAL EST <strong>CO</strong>ST<br />

€<br />

TOTAL DIRECT LABOR<br />

4. LABOR OVERHEAD O.H. RATE (X) BASE<br />

TOTAL LABOR OVERHEAD<br />

5. OTHER DIRECT <strong>CO</strong>STS QUANTITY UNIT <strong>CO</strong>ST UNIT <strong>CO</strong>ST € TOTAL EST <strong>CO</strong>ST<br />

€<br />

A. SPECIAL EQUIPMENT/CFE/NFE<br />

B. TRAVEL<br />

(1) TRANSPORTATION<br />

(2) PER DIEM<br />

C. <strong>CO</strong>NSULTANTS OTHER SERVICES<br />

D. OTHER<br />

TOTAL SPECIAL EQUIPMENT<br />

TOTAL TRAVEL<br />

TOTAL INDIVIDUAL <strong>CO</strong>NSULTANT SERVICES<br />

TOTAL OTHER<br />

SUBTOTAL DIRECT <strong>CO</strong>ST & OVERHEAD<br />

6. GENERAL & ADMINISTRATIVE (G&A) (RATE % X TOTAL EST <strong>CO</strong>ST €<br />

BASE)<br />

7. TOTAL ESTIMATED FEE/ PROFIT %<br />

8. OTHER FACTORS<br />

9. GRAND TOTAL<br />

NOTES:<br />

Please indicate pricing details for those categories specified as "Other" inluding "Other Factors."<br />

If currency is not Euro, please indicate currency of the bid.<br />

<strong>CO</strong>NTRACTOR PRICING SUMMARY<br />

DETAILED DESCRIPTION OF <strong>CO</strong>ST ELEMENTS<br />

1. DIRECT MATERIAL QUANTITY UNIT <strong>CO</strong>ST UNIT <strong>CO</strong>ST € TOTAL EST <strong>CO</strong>ST<br />

€<br />

REFERENCE<br />

REFERENCE (CLIN)<br />

REFERENCE


Book II, Part II, <strong>Annex</strong> I<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

ANNEX I. PROGRESS PAYMENT SCHEDULE (CLAUSE<br />

7 SPECIAL PROVISIONS)<br />

1. Payment Schedule for Work Package 1 / CLIN 1 (Project Management):<br />

Date/Milestone Payment<br />

Purchaser Acceptance in writing of the<br />

deliverables presented at the Project Management<br />

Review (PMR)<br />

Purchaser Acceptance in writing of the<br />

deliverables presented at the Critical Design<br />

Review (CDR)<br />

Purchaser Acceptance in writing of the conditions<br />

defined for achieving Initial Operational<br />

Capability (IOC)<br />

Purchaser Acceptance in writing of the conditions<br />

defined for achieving Final Operational Capability<br />

(FOC)<br />

10% of CLIN 1 price<br />

30% of CLIN 1 price<br />

30% of CLIN 1 price<br />

30 % of CLIN 1 price<br />

2. Payment Schedule for Work Package 3 / CLIN 3 (System Engineering):<br />

Date/Milestone Payment<br />

Purchaser Acceptance in writing of the<br />

deliverables presented at the Preliminary System<br />

Requirements Review (PSRR)<br />

Purchaser Acceptance in writing of the<br />

deliverables presented at the Critical Design<br />

Review (CDR)<br />

Purchaser Acceptance in writing of the<br />

deliverables presented at the System Acceptance<br />

Test (SAT)<br />

10% of CLIN 3 price<br />

40% of CLIN 3 price<br />

50 % of CLIN 3 price<br />

3. Payment Schedule for Work Package 4 / CLIN 4 (N<strong>CO</strong>P Increment 2 Analysis<br />

and Planning):<br />

Date/Milestone Payment<br />

Purchaser Acceptance in writing of the<br />

deliverables presented at the High-Level System<br />

Requirements Review (SRR), as defined in the<br />

WP4<br />

Purchaser‟s acceptance in writing of CLIN 4<br />

deliverables<br />

30% of CLIN 4 price<br />

70% of CLIN 4 price


Book II, Part II, <strong>Annex</strong> I<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

4. Payment Schedule for Work Package 5 / CLIN 5 (N<strong>CO</strong>P Training and SOP<br />

Development Support):<br />

Date/Milestone Payment<br />

Purchaser Acceptance in writing of the<br />

deliverables under CLIN 5.1 presented at the<br />

Training Material Review (TMR)<br />

Monthly Purchaser‟s acceptance in writing of<br />

CLIN 5.2.1<br />

Monthly Purchaser‟s acceptance in writing of<br />

CLIN 5.2.2<br />

Purchaser Acceptance in writing of the<br />

deliverables under CLIN 5.2.3 presented at the<br />

Training Material Review (TMR)<br />

Purchaser‟s acceptance in writing of all<br />

Deliverables specified in the Schedule of Supplies<br />

and Services under CLIN 5<br />

90% of CLIN 5.1 price<br />

Payments will be made to the Contractor<br />

according to the hours actually worked and as<br />

shown in the Contractor‟s personnel time sheets<br />

formally approved by the point of contact<br />

designated in paragraph 19 above, and based on<br />

the daily rates identified for CLIN 5.2.1.<br />

Payments will be made to the Contractor<br />

according to the hours actually worked and as<br />

shown in the Contractor‟s personnel time sheets<br />

formally approved by the point of contact<br />

designated in paragraph 19 above, and based on<br />

the daily rates identified for CLIN 5.2.2.<br />

90% of CLIN 5.2.3 price<br />

10 % of CLIN 5.1 price<br />

10 % of CLIN 5.2.3 price<br />

100 % of CLIN 5.3 price<br />

5. Payment Schedule for Work Package 6 / CLIN 6 (N<strong>CO</strong>P Operational Support<br />

and Sustainment):<br />

Date/Milestone Payment<br />

Purchaser Acceptance in writing of the<br />

deliverables under CLIN 6.1 presented at the<br />

Sustainment Qualification Review (SQR)<br />

Purchaser Acceptance in writing of the<br />

deliverables under CLIN 6.1 required for the<br />

Initial Operational Capability (IOC)<br />

Purchaser Acceptance in writing of the<br />

deliverables under CLIN 6.1 required for the Final<br />

Operational Capability (FOC)<br />

Purchaser‟s acceptance in writing of CLIN 6.2.2<br />

deliverables<br />

Monthly Purchaser‟s acceptance in writing of<br />

CLIN 6.2.1<br />

30% of CLIN 6.1 price<br />

30% of CLIN 6.1 price<br />

40% of CLIN 6.1 price<br />

100% of CLIN 6.2.2 price<br />

Payments will be made to the Contractor<br />

according to the hours actually worked and as<br />

shown in the Contractor‟s personnel time sheets<br />

formally approved by the point of contact<br />

designated in paragraph 19 above, and based on


NATO UNCLASSIFIED<br />

Date/Milestone Payment<br />

Monthly Purchaser‟s acceptance in writing of<br />

CLIN 6.2.3<br />

Monthly Purchaser‟s acceptance in writing of<br />

CLIN 6.2.4<br />

Purchaser Acceptance in writing of the<br />

deliverables under CLIN 6.2.5 required for the<br />

Initial Operational Capability (IOC)<br />

Purchaser Acceptance in writing of the<br />

deliverables under CLIN 6.2.5 required for the<br />

Final Operational Capability (FOC)<br />

Performance Start Date (PSD) of CLIN 6.2.6<br />

(Warranty)<br />

Book II, Part II, <strong>Annex</strong> I<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

the daily rates identified for CLIN 6.2.1.<br />

Payments will be made to the Contractor<br />

according to the hours actually worked and as<br />

shown in the Contractor‟s personnel time sheets<br />

formally approved by the point of contact<br />

designated in paragraph 19 above, and based on<br />

the daily rates identified for CLIN 6.2.3.<br />

Payments will be made to the Contractor<br />

according to the hours actually worked and as<br />

shown in the Contractor‟s personnel time sheets<br />

formally approved by the point of contact<br />

designated in paragraph 19 above, and based on<br />

the daily rates identified for CLIN 6.2.4.<br />

50% of CLIN 6.2.5 price<br />

50% of CLIN 6.2.5 price<br />

20% of CLIN 6.2.6 price<br />

PSD CLIN 6.2.6 + 12 months 60% of CLIN 6.2.6 price<br />

Purchaser‟s Acceptance in writing of CLIN 6.2.6 20% of CLIN 6.2.6 price<br />

6. Payment Schedule for Work Package 7 / CLIN 7 (Pilot Sites Installation,<br />

Activation and Training):<br />

Date/Milestone Payment<br />

Purchaser Acceptance in writing of the<br />

deliverables under CLIN 7.1<br />

Purchaser Acceptance in writing of the<br />

deliverables under CLIN 7.2<br />

Purchaser Acceptance in writing of the<br />

deliverables under CLIN 7.3<br />

Purchaser‟s acceptance in writing of all<br />

Deliverables specified in the Schedule of Supplies<br />

and Services under CLIN 7<br />

100% of CLIN 7.1 price<br />

90% of CLIN 7.2 price<br />

90% of CLIN 7.3 price<br />

10 % of CLIN 7.2 price<br />

10 % of CLIN 7.3 price<br />

100 % of CLIN 7.4 price<br />

7. Payment Schedule for Work Package 8 / CLIN 8 (Support to Initial<br />

Operational Testing and evaluation):<br />

Date/Milestone Payment


NATO UNCLASSIFIED<br />

Date/Milestone Payment<br />

Monthly Purchaser‟s acceptance in writing of<br />

CLIN 8.1<br />

Monthly Purchaser‟s acceptance in writing of<br />

CLIN 8.2<br />

Purchaser Acceptance in writing of the<br />

deliverables under CLIN 8.3<br />

Book II, Part II, <strong>Annex</strong> I<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

Payments will be made to the Contractor<br />

according to the hours actually worked and as<br />

shown in the Contractor‟s personnel time sheets<br />

formally approved by the point of contact<br />

designated in paragraph 19 above, and based on<br />

the daily rates identified for CLIN 8.1.<br />

Payments will be made to the Contractor<br />

according to the hours actually worked and as<br />

shown in the Contractor‟s personnel time sheets<br />

formally approved by the point of contact<br />

designated in paragraph 19 above, and based on<br />

the daily rates identified for CLIN 8.2.<br />

100% of CLIN 8.3 price<br />

8. Payment Schedule for Work Package 10 / CLIN 10 (Sites Installation,<br />

Activation, and Training):<br />

Date/Milestone Payment<br />

Purchaser Acceptance in writing of the<br />

deliverables under CLIN 10.1<br />

Purchaser Acceptance in writing of the<br />

deliverables under CLIN 10.2<br />

Purchaser Acceptance in writing of the<br />

deliverables under CLIN 10.3<br />

Purchaser Acceptance in writing of the<br />

deliverables under CLIN 10.4<br />

Purchaser Acceptance in writing of the<br />

deliverables under CLIN 10.5<br />

Purchaser Acceptance in writing of the<br />

deliverables under CLIN 10.6<br />

Purchaser Acceptance in writing of the<br />

deliverables under CLIN 10.7<br />

Purchaser‟s acceptance in writing of all<br />

Deliverables specified in the Schedule of Supplies<br />

and Services under CLIN 10<br />

100% of CLIN 10.1 price<br />

90% of CLIN 10.2 price<br />

90% of CLIN 10.3 price<br />

90% of CLIN 10.4 price<br />

90% of CLIN 10.5 price<br />

90% of CLIN 10.6 price<br />

90% of CLIN 10.7 price<br />

10 % of CLIN 10.2 price<br />

10 % of CLIN 10.3 price<br />

10 % of CLIN 10.4 price<br />

10 % of CLIN 10.5 price<br />

10 % of CLIN 10.6 price<br />

10 % of CLIN 10.7 price<br />

100 % of CLIN 10.8 price


NATO UNCLASSIFIED<br />

ANNEX J. TEMPLATE OF ECP SIGNATURE PAGE<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

1. Contract: <strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P 2. ECP Sequential Number 4 :<br />

3. Requestor 5 :<br />

4. Description and Rationale for changes being proposed<br />

[INDICATE IN DESCRIPTIVE TERM THE REASONS UNDERLINING THE NEED FOR A CHANGE,<br />

RESULTING BENEFITS AND/OR RELATED RISKS.<br />

[DESCRIBE IN DETAILED AND BULLETTED FORMAT THE CHANGES BEING PROPOSED]<br />

[WHERE THE ECP BEING SUBMITTED IS THE RESULT OF AN INVESTIGATIVE ACTION REQUESTED BY<br />

THE PURCHASER INDICATE SUCH CIRCUMSTANCE AND ANY RELEVANT REC<strong>CO</strong>MANDATION<br />

ASSOCIATED WITH THE IMPLEMENTATION OF THE ECP]<br />

[INDICATE SCHEDULE <strong>CO</strong>NSTRAINS ASSOCIATE WITH ECP APPROVAL]<br />

5. Impact on Project / Contract (other than price)<br />

[INDICATE IN DESCRIPTIVE TERM AND IN DETAIL THE IMPACT IN TERMS OF SCHEDULE OR<br />

ACTIVITIES OR IN ANY OTHER PROJECT DOMAIN RESULTING FROM THE IMPLEMENTATION OF THE<br />

CHANGES BEING PROPOSED]<br />

4<br />

ECP sequential numbers shall be unique and continuous regardless of the status of the ECP (pending / approved /<br />

rejected)<br />

5<br />

Indicate requestor in terms of NC3A or Purchaser<br />

NATO UNCLASSIFIED<br />

Book II, Part II, <strong>Annex</strong> J


6. Impact on Contract Price<br />

[INDICATE THE <strong>CO</strong>ST IMPACT IN TERMS OF OVERALL INCREMENT OR DECREMENT OF <strong>CO</strong>NTRACT<br />

PRICE, IDENTIFY ON WHICH <strong>CO</strong>NTRACT SCHEDULE OF SUPPLIES AND SERVICES CLINs THE CHANGES<br />

WILL OCCUR , IN WHICH MEASURE FOR EACH CLIN AND FOR WHICH ACTIVITY IDENTIFIED IN BLOCK<br />

4.]<br />

7. Contract documents to be revised as a result of ECP approval<br />

[LIST <strong>CO</strong>NTRACT DOCUMENTATION TO BE REVISED AS A RESULT OF ECP APPROVAL]<br />

Book II, Part II, <strong>Annex</strong> J<br />

NATO UNCLASSIFIED


Attachments to ECP (Check as appropriate)<br />

Revised Schedule of Supplies and Services 6<br />

Complete cost break-down sheets 7<br />

Revised Statement of Work and/or <strong>Annex</strong>es 8<br />

Other documents (Specify __________________________) 9<br />

Submitted by<br />

________________________________ (Company Name and POC Contact Details)<br />

________________________________ (Signature)<br />

Purchaser Determination<br />

________________________________ (APPROVED / REJECTED)<br />

________________________________ (Signature)<br />

________________________________ (Contracting Officer Name)<br />

6<br />

Include document and check if Block 6 of the ECP is to be filled<br />

7<br />

Include document and check if Block 6 of the ECP is to be filled<br />

8<br />

Include document and check if Block 7 of the ECP is to be filled<br />

9<br />

Include document and check if Block 7 of the ECP is to be filled<br />

NATO UNCLASSIFIED<br />

Book II, Part II, <strong>Annex</strong> J


Book II, Part III, Page 1<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>NTRACT<br />

FOR<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

NATO <strong>CO</strong>MMON OPERATIONAL PICTURE (N<strong>CO</strong>P) -<br />

INCREMENT 1<br />

PART III – NC3O GENERAL <strong>CO</strong>NTRACT PROVISIONS


Book II, Part III, Page 2<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

PART III – NC3O GENERAL <strong>CO</strong>NTRACT PROVISIONS<br />

1. ORDER OF PRECEDENCE<br />

2. DEFINITION OF TERMS AND ACRONYMS<br />

3. AUTHORITY<br />

4. APPROVAL AND ACCEPTANCE OF <strong>CO</strong>NTRACT TERMS<br />

5. LANGUAGE<br />

6. AUTHORISATION TO PERFORM/<strong>CO</strong>MFORMANCE TO NATIONAL<br />

LAWS AND REGULATIONS<br />

7. FIRM FIXED PRICE <strong>CO</strong>NTRACT<br />

8. PERFORMANCE GUARANTEE<br />

9. PARTICIPATING <strong>CO</strong>UNTRIES<br />

10. SUB-<strong>CO</strong>NTRACTS<br />

11. SECURITY<br />

12. RELEASE OF INFORMATION<br />

13. PURCHASER FURNISHED PROPERTY<br />

14. <strong>CO</strong>NTRACTOR'S PERSONNEL WORKING AT PURCHASER'S<br />

FACILITIES<br />

15. HEALTH, SAFETY AND ACCIDENT PREVENTION<br />

16. CHANGES<br />

17. STOP WORK ORDER<br />

18. CLAIMS<br />

19. PRICING OF CHANGES, AMENDMENTS AND CLAIMS<br />

20. NOTICE OF SHIPMENT AND DELIVERY<br />

21. INSPECTION AND ACCEPTANCE OF DELIVERABLES AND<br />

SERVICES<br />

22. INSPECTION AND ACCEPTANCE OF DOCUMENTATION<br />

23. USE AND POSSESSION PRIOR TO ACCEPTANCE


24. OWNERSHIP AND TITLE<br />

25. INVOICES AND PAYMENT<br />

26. TAXES AND DUTIES<br />

Book II, Part III, Page 3<br />

NATO UNCLASSIFIED<br />

27. WARRANTY OF DELIVERABLES<br />

28. RIGHT OF ACCESS, EXAMINATION OF RE<strong>CO</strong>RDS<br />

29. PATENT AND <strong>CO</strong>PYRIGHT INDEMNITY<br />

30. INTELLECTUAL PROPERTY<br />

31. NATO <strong>CO</strong>DIFICATION<br />

32. RELEASE FROM CLAIMS<br />

33. ASSIGNMENT OF <strong>CO</strong>NTRACT<br />

34. TRANSFER AND SUB-LETTING<br />

35. PURCHASER DELAY OF WORK<br />

36. <strong>CO</strong>NTRACTOR NOTICE OF DELAY<br />

37. LIQUIDATED DAMAGES<br />

38. TERMINATION FOR DEFAULT<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

39. TERMINATION FOR THE <strong>CO</strong>NVENIENCE OF THE PURCHASER<br />

40. APPLICABLE LAW<br />

41. DISPUTES<br />

42. ARBITRATION<br />

43. SEVERABILITY<br />

ANNEX: PURCHASER‟S PRICING PRINCIPLES


Book II, Part III, Page 4<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

1. ORDER OF PRECEDENCE<br />

In the event of any inconsistency in language, terms or conditions of the<br />

various parts of this Contract, precedence will be given in the following<br />

order:<br />

1.1. The Signature Page;<br />

1.2. The Contract Schedules, Part I;<br />

1.3. The Contract Special Provisions, Part II;<br />

1.4. The Contract General Provisions, Part III;<br />

1.5. The Statement of Work, Part IV of the Contract and <strong>Annex</strong>es thereto;<br />

2. DEFINITIONS OF TERMS AND ACRONYMS<br />

2.1. Assembly<br />

The term “Assembly” as used herein means an item forming a portion of<br />

equipment that can be provisioned and replaced as an entity and which<br />

normally incorporates replaceable parts or groups of parts.<br />

2.2. Claims<br />

A written demand or written assertion by one of the Parties seeking, as a<br />

matter of right, the payment of money in a sum certain, the adjustment or<br />

interpretation of Contract terms, or other relief arising under or in relation to<br />

this Contract. A claim arising under the Contract shall clearly identify the<br />

Contract Clause or Article which provides for the relief sought by the Party.<br />

2.3. Clause<br />

A provision of the Special or General Provisions of this Contract.<br />

2.4. Codification Authority<br />

The National Codification Bureau (NCB) or Authorised Agency of the<br />

country in which the Deliverables are produced.<br />

2.5. Contract<br />

The agreement concluded between the Purchaser and Contractor, duly<br />

signed by both contracting parties. The Contract includes the documents<br />

referred to in Clause 1 (Order of Preference).


2.6. Contracting Authority<br />

Book II, Part III, Page 5<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

The General Manager of the NATO C3 Agency, the Deputy General<br />

Manager of the NATO C3 Agency, the Chief of Contracts of the NATO C3<br />

Agency or the authorised representatives of the Chief of Contracts of the<br />

NATO C3 Agency.<br />

2.7. Contractor<br />

The person or legal entity from a Participating Country which has signed<br />

this Contract and is a Party thereto.<br />

2.8. Contractor Background IPR<br />

Any IPR owned by the Contractor or licensed by a third party to the<br />

Contractor which is not created in the course of or as the result of work<br />

undertaken for any purpose contemplated by the Contract, but which is<br />

needed for the performance of the Contract or for the exploitation of<br />

Foreground IPR.<br />

2.9. Day<br />

A calendar day<br />

2.10. Defect<br />

Any condition or characteristic in any Deliverable furnished by the<br />

Contractor under the Contract that is not in compliance with the requirements<br />

of the Contract.<br />

2.11. Deliverable<br />

Any and all goods (including movable and immovable goods) to be delivered<br />

pursuant to the terms of this Contract including, without limitation, building,<br />

raw materials, components, intermediate Assemblies, Parts, end products,<br />

equipment, documentation, data, software.<br />

2.12. Design Defect<br />

Defect attributable to improper design or incompatibility, unsuitability or<br />

erroneous application of theory, drawings or formulae.


NATO UNCLASSIFIED<br />

2.13. Effective Date of Contract (or “EDC”)<br />

Book II, Part III, Page 6<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

The date upon which this Contract is deemed to start. Unless otherwise<br />

specified, a contract enters into force on the date of the last signature of the<br />

Contract by the Parties.<br />

2.14. Failed Component<br />

Any Assembly, Sub-Assembly, component or Part which ceases to perform<br />

in a manner consistent with its intended use and specifications of the<br />

Contract.<br />

2.15. Foreground IPR<br />

Any IPR created by the Contractor or any subcontractor of the Contractor in<br />

the course of or as the result of work undertaken for any purpose<br />

contemplated by the Contract.<br />

2.16. IPR<br />

Any intellectual property rights of any qualification irrespective of their stage<br />

of development or finalisation, including but not limited to patents, trade<br />

marks (registered of not), designs and models (registered or not) and<br />

applications for the same, copyright (including on computer software), rights<br />

in databases, know-how, confidential information and rights in records<br />

(whether or not stored on computer) which includes technical and other data<br />

and documents.<br />

2.17. Manufacturing Defect<br />

Defect attributable to improper manufacturing processes, testing or quality<br />

control procedures.<br />

2.18. NATO<br />

The North Atlantic Treaty Organisation, including its subsidiary entities,<br />

military structures (including military operations and exercises),<br />

organisations, agencies and project offices. The term NATO includes<br />

member nation governments to the extent that such governments are<br />

engaged in NATO Purposes. Unless otherwise specified in the Contract, the<br />

term NATO does not include member nation governments acting in a<br />

national capacity for national purposes.<br />

2.19. NATO C3 AGENCY (NC3A)<br />

The NATO Consultation, Command and Control Agency. The NC3A is


Book II, Part III, Page 7<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

part of the NC3O. The General Manager of the Agency is authorised to<br />

enter into contracts on behalf of the NATO C3 Organisation.<br />

2.20. NATO C3 ORGANISATION (NC3O)<br />

The NATO Consultation, Command and Control Organisation. The NATO<br />

C3 Organisation constitutes an integral part of the North Atlantic Treaty<br />

Organisation (NATO) The NATO C3 Organisation is the legal personality<br />

from whence flows the authority of its agent, the NATO C3 Agency, to<br />

enter into contracts.<br />

2.21. NATO Purposes<br />

Activities conducted by or on behalf of NATO to promote the common<br />

defence and common interests of the member nations, such as, among<br />

others, NATO operations, NATO competitive procurement, NATO training<br />

and NATO maintenance.<br />

2.22. Part<br />

The lowest component of an item replaceable through a maintenance action.<br />

This could include but not necessarily be limited to an Assembly, Sub-<br />

Assembly, module, printed circuit board or any single component such as a<br />

switch, plug, terminal, strip, fuse, fuse holder, IC, capacitor, resistor<br />

extender board, hardware item (i.e., nuts, panels, bolts, printed circuit board<br />

etc.,) installed on or in an Assembly, Sub-Assembly, module, or such other<br />

item which is or comprises an integral part of the equipment to be supplied<br />

under this Contract.<br />

2.23. Participating Country<br />

A NATO member country that participates in financing the effort.<br />

2.24. Parties<br />

The Contracting Parties to this Contract, i.e., the Purchaser and the<br />

Contractor.<br />

2.25. Purchaser<br />

NATO C3 Organisation, as represented by the General Manager, NATO C3<br />

Agency. The Purchaser is the legal entity who awards and administers the<br />

Contract and stands as one of the Contracting Parties.


2.26. Purchaser Background IPR<br />

Book II, Part III, Page 8<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

Any IPR owned by the Purchaser as of the Effective Date of Contract and<br />

which has been developed by, assigned to or licensed to, the Purchaser prior<br />

to the Effective Date of Contract.<br />

2.27. Purchaser Furnished Property<br />

Any item of equipment, material, document, technical data, information or<br />

any other item of property furnished by the Purchaser to the Contractor<br />

required or useful for the performance of the Contract, e.g. overhaul, repair,<br />

modification, test or embodiment. The Purchaser Furnished Property, if any,<br />

shall be detailed in the Contract.<br />

2.28. Sub-Assembly<br />

A portion of an Assembly consisting of two or more parts that can be<br />

provisioned and replaced as an entity. The definition purposely excludes<br />

components and/or Parts.<br />

2.29. Sub-contract<br />

Any agreement made by the Contractor with any third party in order to fulfil<br />

any part of the obligations under this Contract. Sub-contracts may be in any<br />

legal binding form, e.g., contract, purchase order, etc.<br />

2.30. Sub-contractor<br />

Any person or legal entity directly or indirectly under Sub-contract to the<br />

Contractor in performance of this Contract.<br />

2.31. Third Party IPR<br />

Any IPR owned by a third party not being the Purchaser or the Contractor or<br />

its subcontractor, which is needed for the performance of the Contract or for<br />

the exploitation of Foreground IPR. This includes, for example, third party<br />

software, including open source software.<br />

2.32. Work


Book II, Part III, Page 9<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

Any Deliverable, any Service or any other activity to be performed by the<br />

Contractor under the terms of this Contract.


3. AUTHORITY<br />

Book II, Part III, Page 10<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

3.1. All binding contractual instruments and changes, including<br />

amendments, additions or deletions, as well as interpretation of and instructions<br />

issued pursuant to this Contract shall be valid only when issued in writing by<br />

the Purchaser and signed by the Contracting Authority only.<br />

3.2. No direction which may be received from any person employed by the<br />

Purchaser or a third party shall be considered as grounds for deviation from any<br />

of the terms, conditions, specifications or requirements of this Contract except<br />

as such direction may be contained in an authorised amendment to this Contract<br />

or instruction duly issued and executed by the Contracting Authority. The<br />

principle of constructive change may not be invoked by the Contractor as a<br />

basis for Claims under this Contract.<br />

3.3. The entire agreement between the Parties is contained in this Contract<br />

and is not affected by any oral understanding or representation, whether made<br />

previous to or subsequent to this Contract.<br />

3.4. Personal notes, signed minutes of meetings, comments to delivered<br />

documentation and letters, e-mails and informal messages from project or other<br />

Purchaser staff which may indicate the intent and willingness to make changes<br />

to the Contract, do not implement the change to the Contract and shall not be<br />

used as a basis for claiming change to the Contract by the Contractor.<br />

4. APPROVAL AND ACCEPTANCE OF <strong>CO</strong>NTRACT TERMS<br />

4.1. By his signature of the Contract, the Contractor certifies that he has<br />

read and unreservedly accepts and approves of all terms and conditions,<br />

specifications, plans, drawings and other documents which form part of and/or<br />

are relevant to the Contract. The Contractor further agrees that the terms of the<br />

Contract take precedence over any proposals or prior commitments made by the<br />

Contractor in order to secure the Contract. Contractor also hereby waives any<br />

and all rights to invoke any of the Contractor‟s general and special terms and<br />

conditions of sales and/or supply.<br />

5. LANGUAGE<br />

5.1. All written correspondence, reports, documentation and text of<br />

drawings delivered to the Purchaser by the Contractor shall be in the English<br />

language.<br />

6. AUTHORISATION TO PERFORM/<strong>CO</strong>NFORMANCE TO<br />

NATIONAL LAWS AND REGULATIONS


Book II, Part III, Page 11<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

6.1. The Contractor warrants that he and his Sub-contractors are duly<br />

authorised to operate and do business in the country or countries in which this<br />

Contract is to be performed and that he and his Sub-contractors have obtained or<br />

will obtain all necessary licences and permits required in connection with the<br />

Contract and that no claim for additional monies with respect to any costs to<br />

obtain the authorisations to perform will be made upon the Purchaser.<br />

6.2. The Contractor acknowledges that he and his Sub-contractors are<br />

responsible during the performance of this Contract for ascertaining and<br />

complying with all the national and local laws, decrees, labour standards,<br />

environmental laws and health and safety regulations of such country or<br />

countries, in effect at the time of Contract signature or scheduled to go into<br />

effect during Contract performance. Failure to fully ascertain and comply with<br />

such laws, decrees, regulations or standards shall not be the basis for claims for<br />

change to the specifications, terms, conditions or monetary value of this<br />

Contract.<br />

7. FIRM FIXED PRICE <strong>CO</strong>NTRACT<br />

7.1. This is a Firm Fixed Price Contract. The Firm Fixed Price of this<br />

Contract is as stated on the Face Page of the Contract or any amendments<br />

thereto. The Purchaser assumes no liability for costs incurred by the Contractor<br />

in excess of the stated Firm Fixed Price except as may be authorised under<br />

certain provisions of this Contract.<br />

8. PERFORMANCE GUARANTEE


Book II, Part III, Page 12<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

8.1. As a guarantee of performance under the Contract, the Contractor shall<br />

deposit with the Purchaser within thirty (30) calendar days from the Effective<br />

Date of Contract a bank guarantee (the “Performance Guarantee”) to the value<br />

of ten per cent (10%) of the total Contract price.<br />

8.2. The Performance Guarantee, the negotiability of which shall not elapse<br />

before the expiration of the warranty period, or such other period as may be<br />

specified in the Contract, shall be made payable to the Purchaser and shall be in<br />

the form of certified cheques or a Standby Letter of Credit subject to the<br />

agreement of the Purchaser. In the case of a Standby Letter of Credit, payment<br />

shall be made to the Purchaser without question and upon first demand by the<br />

Purchaser against a certificate from the Purchaser's Contracting Authority that<br />

the Contractor has not fulfilled its obligations under the Contract. The<br />

Contractor shall have no right to enjoin or delay such payment.<br />

8.3. Certified Cheques issued to fulfil the requirements of the Performance<br />

Guarantee will be cashed by the Purchaser upon receipt and held in the<br />

Purchaser's account until the term of the Performance Guarantee has expired.<br />

8.4. The standby letter of credit shall be subject to Belgian Law and<br />

financial practices and shall be issued by a Belgian bank or a Belgian affiliate of<br />

a non-Belgian bank licensed to operate in Belgium, unless otherwise specified<br />

by the Purchaser.<br />

8.5. The Contractor shall request in writing relief from the Performance<br />

Guarantee upon expiration of the warranty period or such other period as may<br />

be specified in the Contract and such relief will be granted by the Purchaser.<br />

8.6. The Contractor shall be responsible, as a result of duly authorised<br />

adjustments in the total contract price and/or period of performance by the<br />

Purchaser, for obtaining a commensurate extension and increase in the<br />

Performance Guarantee, the value of which shall not be less than ten per cent<br />

(10%) of the total contract price (including all amendments), and for depositing<br />

such guarantee with the Purchaser, within thirty (30) calendar days from the<br />

effective date of aforesaid duly authorised adjustment.<br />

8.7. The failure of the Contractor to deposit and maintain such Performance<br />

Guarantee with the Purchaser within the specified time frame, or any extension<br />

thereto granted by the Purchaser's Contracting Authority, is a material breach of<br />

the Contract terms and conditions subject to the provisions of the Contract<br />

regarding Termination for Default.<br />

8.8. The rights and remedies provided to the Purchaser under the present<br />

Clause are in addition to any other rights and remedies provided by law or under<br />

this Contract. The certificate described in Clause 8.2 above shall not be<br />

regarded as a Termination for Default and this Clause is in addition to and<br />

separate from the Clause of the Contract detailing termination for default.


Book II, Part III, Page 13<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

8.9. If the Contractor elects to post the Performance Guarantee by Standby<br />

Letter of Credit, the form of the document shall be substantially as follows:<br />

PERFORMANCE GUARANTEE STANDBY LETTER OF CREDIT<br />

Standby Letter of Credit Number:<br />

Issue Date: ________________<br />

Initial Expiry Date: _________________<br />

Final Expiry Date: _________________<br />

Beneficiary: NATO C3 Agency, Financial Management Office<br />

Boulevard Leopold III, B-1110, Brussels<br />

Belgium<br />

1. We hereby establish in your favour our irrevocable standby letter of credit<br />

number {number} by order and for the account of (NAME AND ADDRESS<br />

OF <strong>CO</strong>NTRACTOR) in the amount of<br />

_______________________________________. We are advised this<br />

undertaking represents fulfilment by (NAME OF <strong>CO</strong>NTRACTOR) of certain<br />

performance requirements under Contract No. ______________________ dated<br />

____________________ between the NATO C3 Agency (“NC3A”) and<br />

(NAME OF <strong>CO</strong>NTRACTOR).<br />

2. We hereby engage with you that drafts drawn under and in compliance with the<br />

terms of this letter of credit will be duly honoured upon presentation of<br />

documents to us on or before the expiration date of this letter of credit.<br />

3. Funds under this letter of credit are available to you without question or delay<br />

against presentation of a certificate signed by the NATO C3 Agency<br />

Contracting Officer which states:<br />

“(NAME OF <strong>CO</strong>NTRACTOR) has not fulfilled its<br />

obligations under Contract No. __________ dated<br />

_________ between NATO C3 Agency and (NAME OF<br />

<strong>CO</strong>NTRACTOR) (herein called the “Contract”), and the<br />

NATO C3 Agency, as beneficiary, hereby draws on the<br />

standby letter of credit number ________ in the amount of €<br />

(Amount up to the maximum available under the LOC),<br />

such funds to be transferred to the account of the Beneficiary<br />

number ___________________(to be identified when<br />

certificate is presented).”<br />

Such certificate shall be accompanied by the original of this letter of credit.<br />

4. This Letter of Credit is effective the date hereof and shall expire at our office<br />

located at (Bank Address) on _________________. All demands for<br />

payment must be made prior to the expiry date.<br />

5. It is a condition of this letter of credit that the expiry date will be automatically


NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

10. This letter of credit sets forth in full the terms of our undertaking, and this<br />

undertaking shall not in any way be modified, amended, or amplified by<br />

reference to any document, instrument, or agreement referred to herein (except<br />

the International Standby Practices (ISP 98) hereinafter defined) or in which<br />

NATO UNCLASSIFIED<br />

Book II, Part III, Page 14<br />

extended without amendment for a period of one (1) year from the current or<br />

any successive expiry date unless at least 90 (ninety) calendar days prior to the<br />

then current expiry date we notify you by registered mail and notify (NAME OF<br />

<strong>CO</strong>NTRACTOR) that we elect not to extend this letter of credit for such<br />

additional period. However, under no circumstances will the expiry date extend<br />

beyond ______________________ (“Final Expiry Date”) without amendment.<br />

6. We may terminate this letter of credit at any time upon 90 (ninety) calendar<br />

days notice furnished to both (NAME OF <strong>CO</strong>NTRACTOR) and the NATO C3<br />

Agency by registered mail.<br />

7. In the event we (the issuing bank) notify you that we elect not to extend the<br />

expiry date in accordance with paragraph 6 above, or, at any time, to terminate<br />

the letter of credit, funds under this credit will be available to you without<br />

question or delay against presentation of a certificate signed by the NATO C3<br />

Agency Contracting Officer which states:<br />

“The NATO C3 Agency has been notified by {issuing<br />

bank} of its election not to automatically extend the expiry<br />

date of letter of credit number {number} dated {date}<br />

pursuant to the automatic renewal clause (or to terminate the<br />

letter of credit). As of the date of this certificate, no suitable<br />

replacement letter of credit, or equivalent financial guarantee<br />

has been received by the NATO C3 Agency from, or on<br />

behalf of (NAME OF <strong>CO</strong>NTRACTOR). (NAME OF<br />

<strong>CO</strong>NTRACTOR) has, therefore, not fulfilled its obligations<br />

under Contract No. _______________ dated<br />

_____________ between NATO C3 Agency and (NAME<br />

OF <strong>CO</strong>NTRACTOR), and the NATO C3 Agency, as<br />

beneficiary, hereby draws on the standby letter of credit<br />

number ________ in the amount of €(Amount up to the<br />

maximum available under the LOC), such funds to be<br />

transferred to the account of the Beneficiary number<br />

___________________ (to be identified when certificate is<br />

presented).”<br />

Such certificate shall be accompanied by the original of this letter of credit and a<br />

copy of the letter from the issuing bank that it elects not to automatically extend<br />

the standby letter of credit, or terminating the letter of credit.<br />

8. The Beneficiary may not present the certificate described in paragraph 7 above<br />

until 20 (twenty) calendar days prior to a) the date of expiration of the letter of<br />

credit should {issuing bank} elect not to automatically extend the expiration<br />

date of the letter of credit, b) the date of termination of the letter of credit if<br />

{issuing bank} notifies the Beneficiary that the letter of credit is to be<br />

terminated in accordance with paragraph 6 above.<br />

9. Multiple partial drawings are allowed to the maximum value of the standby<br />

letter of credit.


Book II, Part III, Page 15<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

this letter of credit is referred to or to which this letter of credit relates, and any<br />

such reference shall not be deemed to incorporate herein by reference any<br />

document, instrument, or agreement.<br />

11. This Letter of Credit is subject to The International Standby Practices-ISP98<br />

(1998 Publication) International Chamber of Commerce Publication No.590.


NATO UNCLASSIFIED<br />

9. PARTICIPATING <strong>CO</strong>UNTRIES<br />

Book II, Part III, Page 16<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

9.1. Unless prior written authorisation of the Purchaser has been obtained,<br />

none of the Work, including project design, labour and services, shall be<br />

performed other than by firms from and within NATO Participating Countries.<br />

The Participating Countries shall be listed in the Special Terms and Conditions<br />

of this Contract.<br />

9.2. Unless prior written authorisation of the Purchaser has been obtained,<br />

no material or items of equipment down to and including identifiable Sub-<br />

Assemblies shall be manufactured or assembled by a firm other than from and<br />

within a NATO Member Nation.<br />

9.3. Unless prior written authorisation of the Purchaser has been obtained,<br />

the intellectual property rights for all software and documentation incorporated<br />

by the Contractor and/or its Sub-contractors into the deliverables of the Contract<br />

shall vest with persons or legal entities from and within NATO member nations<br />

and no royalties or licence fees for such software and documentation shall be<br />

paid by the Contractor to any source that does not reside within a NATO<br />

member nation.<br />

9.4. Any modification in the nationality, ownership and/or change of<br />

control of the Contractor and/or its Sub-contractor(s) shall be immediately<br />

notified in writing to the Purchaser with all necessary details to allow the<br />

Purchaser to determine whether or not the Contractor and/or its Sub-contractors<br />

continue to comply with Clause 9.1 and 9.2 above. Non compliance with<br />

Clauses 9.1, 9.2 and 9.3 by the Contractor and/or its Subcontractor shall<br />

constitute ground for termination of this Contract under Clause 40 (Termination<br />

for Default).<br />

10. SUB-<strong>CO</strong>NTRACTS<br />

10.1. The Contractor shall place and be responsible for the administration<br />

and performance of all Sub-contracts including terms and conditions which he<br />

deems necessary to meet the requirements of this Contract in full.<br />

10.2. The Contractor shall not place any Sub-contracts outside the NATO<br />

Participating Countries without the prior written authorisation of the Purchaser.<br />

10.3. Prior to the Sub-contractors being given access to any classified<br />

information, the Contractor shall ensure that any Sub-contractor that has a need<br />

to access classified information for the performance of any part of this Contract<br />

has been granted the appropriate facility and personnel security clearances by<br />

the Sub-contractor's national authorities and that such clearances are still in<br />

effect at the time the information is disclosed and remains in effect throughout<br />

the performance of the work to be carried out under the Sub-contract concerned.


Book II, Part III, Page 17<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

10.4. The Contractor shall inform the Purchaser of each Sub-contract or<br />

order over a value of EUR 50,000 (or other currency equivalent) within thirty<br />

(30) calendar days from the execution of such Sub-contract or order. The<br />

information shall include the name and details of the Sub-contractor as well as<br />

information on the Work that shall be carried out by that Sub-contractor.<br />

10.5. The Contractor shall seek the approval in writing of the Purchaser prior<br />

to the placing of any Sub-contract if:<br />

10.5.1. the Sub-contract was not part of the Contractor‟s original<br />

proposal; and<br />

10.5.2. the value of the Sub-contract is known or estimated to exceed<br />

EUR 250,000.00 (or other currency equivalent); or<br />

10.5.3. the Sub-contract is one of a number of Sub-contracts with a<br />

single Sub-contractor for the same or related Work under this Contract<br />

that in the aggregate are known or expected to exceed EUR 250,000.00<br />

(or other currency equivalent).<br />

10.6. The Contractor shall submit a copy of any such proposed Sub-contract<br />

when seeking approval to the Contracting Authority but such approval by the<br />

Contracting Authority shall in no way relieve the Contractor of his<br />

responsibilities to fully achieve the contractual and technical requirements of<br />

this Contract. Without prejudice to other provisions of this Contract, the<br />

Contractor may omit or remove the Sub-contractor pricing data from the copy<br />

of the proposed Sub-contract submitted for approval to the Contracting<br />

authority.<br />

10.7. The Contractor shall, as far as practicable, select Sub-contractors on a<br />

competitive basis consistent with the objectives and requirements of the<br />

Contract.<br />

11. SECURITY<br />

11.1. The Contractor shall comply with all security measures as are<br />

prescribed by the Purchaser and the national security authority or designated<br />

security agency of each of the NATO countries in which the Contract is being<br />

performed. The Contractor shall be responsible for the safeguarding of<br />

classified information, documentation, material and equipment entrusted to him<br />

or generated by him in connection with the performance of the Contract.<br />

11.2. In particular the Contractor undertakes to:


Book II, Part III, Page 18<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

11.2.1. appoint an official responsible for supervising and directing<br />

security measures in relation to the Contract and communicating details of<br />

such measures to the Purchaser on request;<br />

11.2.2. maintain, preferably through the official responsible for<br />

security measures, a continuing relationship with the national security<br />

authority or designated security agency charged with ensuring that all<br />

NATO classified information involved in the Contract is properly<br />

safeguarded;<br />

11.2.3. abstain from copying by any means, without the authorisation<br />

of the Purchaser, the national security authority or designated security<br />

agency, any classified documents, plans, photographs or other classified<br />

material entrusted to him;<br />

11.2.4. furnish, on request, information to the national security<br />

authority or designated security agency pertaining to all persons who will<br />

be required to have access to NATO classified information;<br />

11.2.5. maintain at the work site a current record of his employees at<br />

the site who have been cleared for access to NATO classified information.<br />

The record should show the date of issue, the date of expiration and the<br />

level of clearance;<br />

11.2.6. deny access to NATO classified information to any person<br />

other than those persons authorised to have such access by the national<br />

security authority or designated security agency;<br />

11.2.7. limit the dissemination of NATO classified information to the<br />

smallest number of persons (“need to know basis”) as is consistent with<br />

the proper execution of the Contract;<br />

11.2.8. comply with any request from the national security authority or<br />

designated security agency that persons entrusted with NATO classified<br />

information sign a statement undertaking to safeguard that information<br />

and signifying their understanding both of their obligations under national<br />

legislation affecting the safeguarding of classified information, and of<br />

their comparable obligations under the laws of the other NATO nations in<br />

which they may have access to classified information;<br />

11.2.9. report to the national security authority or designated security<br />

agency any breaches, suspected breaches of security, suspected sabotage,<br />

or other matters of security significance which would include any changes<br />

that may occur in the ownership, control or management of the facility or<br />

any changes that affect the security arrangements and security status of<br />

the facility and to make such other reports as may be required by the


Book II, Part III, Page 19<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

national security authority or designated security agency, e.g. reports on<br />

the holdings of NATO classified material;<br />

11.2.10. apply to the Purchaser for approval before Sub-contracting any<br />

part of the work, if the Sub-contract would involve that the Sub-contractor<br />

would have access to NATO classified information, and to place the Subcontractor<br />

under appropriate security obligations no less stringent than<br />

those applied to his own contract;<br />

11.2.11. undertake not to utilise, other than for the specific purpose of<br />

the Contract, without the prior written permission of the Purchaser or his<br />

authorised representative, any NATO classified information furnished to<br />

him, including all reproductions thereof in connection with the Contract,<br />

and to return all NATO classified information referred to above as well as<br />

that developed in connection with the Contract, unless such information<br />

has been destroyed, or its retention has been duly authorised with the<br />

approval of the Purchaser. Such NATO classified information will be<br />

returned at such time as the Purchaser or his authorised representative<br />

may direct;<br />

11.2.12. classify any produced document with the highest classification<br />

of the NATO classified information disclosed in that document.<br />

12. RELEASE OF INFORMATION<br />

12.1. Except as otherwise specified elsewhere in the Contract and to the<br />

extent that it is demonstratively unavoidable and without prejudice to the Clause<br />

11 (Security), the Contractor and/or his employees shall not, without prior<br />

authorisation from the Purchaser, release to third parties any information<br />

pertaining to this Contract including its existence, its subject matter,<br />

performance thereunder or any other aspect thereof.<br />

12.2. The Contractor shall seek the prior written approval of the Purchaser<br />

before publishing any press release or disclosing any other information, orally<br />

or in writing, in relation to the Contract. The approval of the Purchaser shall be<br />

required for both the opportunity and the content of the information. The<br />

requirement of Clause 12.2 shall remain in effect for a period of one (1) year<br />

upon completion or termination of this Contract, unless such period of time is<br />

extended by and mutually agreed upon in writing by the Parties.<br />

12.3. This provision shall remain in effect after the termination of the<br />

Contract and shall cease to apply to any particular piece of information once<br />

that information becomes public knowledge other than through an act, default or<br />

omission of the Contractor or its Sub-contractors.


NATO UNCLASSIFIED<br />

13. PURCHASER FURNISHED PROPERTY<br />

Book II, Part III, Page 20<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

13.1. The Purchaser shall deliver to the Contractor, for use only in<br />

connection with this Contract, the Purchaser Furnished Property at the times and<br />

locations stated in the Contract. In the event that Purchaser Furnished Property<br />

is not delivered by such time or times stated in the Schedule, or if not so stated,<br />

in sufficient time to enable the Contractor to meet such delivery or performance<br />

dates the Purchaser shall, upon timely written request made by the Contractor,<br />

and if the facts warrant such action, equitably adjust any affected provision of<br />

this Contract pursuant to Clause 16 (Changes).<br />

13.2. In the event that Purchaser Furnished Property is received by the<br />

Contractor in a condition not suitable for its intended use, the Contractor shall<br />

immediately notify the Purchaser. The Purchaser shall within a reasonable time<br />

of receipt of such notice replace, re-issue, authorise repair or otherwise issue<br />

instructions for the disposal of Purchaser Furnished Property agreed to be<br />

unsuitable. The Purchaser shall, upon timely written request of the Contractor,<br />

equitably adjust any affected provision of this Contract pursuant to Clause 16<br />

(Changes).<br />

13.3. Title to Purchaser Furnished Property will remain in the Purchaser.<br />

The Contractor shall maintain adequate property control records of Purchaser<br />

Furnished Property in accordance with sound industrial practice and security<br />

regulations.<br />

13.4. Unless otherwise provided in this Contract, the Contractor, upon<br />

delivery to him of any Purchaser Furnished Property, assumes the risk of, and<br />

shall be responsible for, any loss thereof or damage thereof except for<br />

reasonable wear and tear, and except to the extent that Purchaser Furnished<br />

Property is consumed in the performance of this Contract.<br />

13.5. Upon completion of this Contract, or at such earlier dates as may be<br />

specified by the Purchaser, the Contractor shall submit, in a form acceptable to<br />

the Purchaser, inventory schedules covering all items of Purchaser Furnished<br />

Property not consumed in the performance of this Contract or not returned to the<br />

Purchaser. The Contractor shall prepare for shipment, deliver DDP, or<br />

otherwise dispose of Purchaser Furnished Property as may be directed or<br />

authorised by the Purchaser. The net proceeds of any such disposal shall be<br />

credited to the Contract price or paid to the Purchaser in such other manner as<br />

the Purchaser may direct.<br />

13.6. The Contractor shall not modify any Purchaser Furnished Property<br />

unless specifically authorised by the Purchaser or directed by the terms of the<br />

Contract.<br />

13.7. The Contractor shall indemnify and hold the Purchaser harmless<br />

against claims for injury to persons or damages to property of the Contractor or


Book II, Part III, Page 21<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

others arising from the Contractor‟s possession or use of the Purchaser<br />

Furnished Property. The Contractor shall indemnify the Purchaser for damages<br />

caused by the Contractor to the Purchaser, its property and staff and arising out<br />

of the Contractor‟s use of the Purchaser Furnished Property.<br />

14. <strong>CO</strong>NTRACTOR'S PERSONNEL WORKING AT<br />

PURCHASER'S FACILITIES<br />

14.1. The term "Purchaser Facilities" as used in this Clause shall be<br />

deemed to include sites, property, utilities, ships or vessels and the term<br />

"Facility Representative" shall be deemed to refer to the authority designated<br />

by the Purchaser responsible for the site, property, utility, ship or vessel.<br />

14.2. The Facility Representative shall provide such available administrative<br />

and technical facilities for Contractor's personnel working at Purchaser's<br />

Facilities for the purpose of the Contract as in the opinion of the Facility<br />

Representative may be necessary for the effective and economical discharge of<br />

Work. These Facility Representative shall also determine whether these<br />

facilities will be provided free of charge to the Contractor or determine what<br />

charges are payable. The Contractor shall have no claim against the Purchaser<br />

for any such additional cost or delay or any additional cost or delay occasioned<br />

by the closure for holidays of said facilities, or other reasons, where this is<br />

generally published or made known to the Contractor by the Purchaser or his<br />

authorised representatives.<br />

14.3. The Contractor shall, except as otherwise provided for in the Contract,<br />

make good or, at the option of the Purchaser, pay compensation for all damage<br />

occurring to any Purchaser's Facilities occasioned by the Contractor, his<br />

servants, agents or Sub-contractors, arising from his or their presence and<br />

activities in, and use of, the Purchaser‟s Facilities; provided that this Condition<br />

shall not apply to the extent that the Contractor is able to show that any such<br />

damage was not caused or contributed to, by his neglect, or default or the<br />

neglect or default of his servants, agents or Sub-contractors, or by any<br />

circumstances within his or their control.<br />

14.4. All property of the Contractor while at a Purchaser Facility shall be at<br />

the risk of the Contractor, and the Purchaser shall accept no liability for any loss<br />

or damage, except to the extent that any loss or damage is the result of a wilful<br />

act or gross negligence on the part of the Purchaser's employees or agents.<br />

15. HEALTH, SAFETY AND ACCIDENT PREVENTION<br />

15.1. If the Purchaser notifies the Contractor in writing of any noncompliance<br />

in the performance of this Contract with safety and health rules and<br />

requirements prescribed on the date of this Contract by applicable national or<br />

local laws, ordinances and codes, and the Contractor fails to take immediate


Book II, Part III, Page 22<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

corrective action, the Purchaser may order the Contractor to stop all or part of<br />

the Work until satisfactory corrective action has been taken. Such an order shall<br />

not entitle the Contractor to an adjustment of the Contract price or other<br />

reimbursement for resulting increased costs, or to an adjustment of the delivery<br />

or performance schedule.<br />

16. CHANGES<br />

16.1. The Purchaser may at any time, by written order of the Contracting<br />

Authority designated or indicated to be a change order (“Change Order”) make<br />

changes within the general scope of this Contract, including, without limitation,<br />

in any one or more of the following:<br />

16.1.1. Specifications (including drawings and designs);<br />

16.1.2. Method and manner of performance of the work, including<br />

engineering standards, quality assurance and configuration management<br />

procedures;<br />

16.1.3. Marking and method of shipment and packing;<br />

16.1.4. Place of delivery;<br />

16.1.5. Amount, availability and condition of Purchaser Furnished<br />

Property.<br />

16.2. The Purchaser shall submit a proposal for Contract amendment<br />

describing the change to the Contract.<br />

16.3. If any such Change Order causes an increase in the Contractor's cost<br />

of, or the time required for, the performance of any part of the Work under this<br />

Contract, whether or not changed by any such order, the Contractor shall submit<br />

a written proposal for adjustment to the Purchaser describing the general nature<br />

and amount of the proposal for adjustment. The Contractor shall submit this<br />

proposal for adjustment within thirty (30) days after receipt of a written Change<br />

Order under (a) above unless this period is extended by the Purchaser.<br />

16.4. If any such Change Order causes a decrease in the Contractor's cost of,<br />

or the time required for, the performance of any part of the Work under this<br />

Contract, whether or not changed by any such order, the Purchaser shall submit<br />

a proposal for adjustment within thirty (30) days from the issuance of the<br />

Change Order by submitting to the Contractor a written statement describing the<br />

general nature and amount of the proposal for adjustment.


Book II, Part III, Page 23<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

16.5. Where the cost of property made obsolete or in excess as a result of a<br />

change is included in the Contractor's claim for adjustment, the Purchaser shall<br />

have the right to prescribe the manner of disposition of such property.<br />

16.6. The Purchaser reserves the right to reject the introduction of the<br />

change, after the evaluation of the change proposal, even if the Purchaser<br />

initiated such change.<br />

16.7. Failure to agree to any requested adjustment shall be a dispute within<br />

the meaning of the Clause 41 (Disputes). However, nothing in this Clause shall<br />

excuse the Contractor from proceeding with the Contract as changed.<br />

16.8. No proposal for adjustment by the Contractor for an equitable<br />

adjustment shall be allowed if asserted after final payment and acceptance under<br />

this Contract.<br />

16.9. Any other written or oral order (which, as used in this paragraph<br />

includes direction, instruction, interpretation, or determination) from the<br />

Purchaser that causes a change shall be treated as a Change Order under this<br />

Clause, provided, that the Contractor gives the Purchaser a written notice within<br />

thirty (30) Days after receipt of such order stating (i) the date, circumstances,<br />

and source of the order; (ii) that the Contractor regards the order as a Change<br />

Order; and (iii) a detailed cost and time analysis of the impact of the change,<br />

and that the Order is accepted in writing by the Purchaser as a Change Order.<br />

The timely written notice requirement, as detailed above, remains in force in all<br />

cases, even where, for example, the Purchaser has positive knowledge of the<br />

relevant facts.<br />

16.10. All tasks and activities carried out by the Contractor in relation to the<br />

processing of the Change Order or in relation to this Clause shall form part of<br />

the Contractor‟s routine work and cannot be charged as additional work.<br />

17. STOP WORK ORDER<br />

17.1. The Purchaser may, at any time, by written order to the Contractor,<br />

require the Contractor to stop all, or any part, of the Work called for by this<br />

Contract for a period of ninety (90) days after the order is delivered to the<br />

Contractor, and for any further period to which the Parties may agree.<br />

17.2. Any such stop work order shall be specifically identified as a stop<br />

work order issued pursuant to this Clause (the “Stop Work Order”). The Stop<br />

Work Order may include a description of the Work to be suspended,<br />

instructions concerning the Contractor‟s issuance of further orders for material<br />

or services, guidance to the Contractor on actions to be taken on any Subcontracts<br />

and any suggestion to the Contractor for minimizing costs.


Book II, Part III, Page 24<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

17.3. Upon receipt of such a Stop Work Order, the Contractor shall forthwith<br />

comply with its terms and take all reasonable steps to minimise costs incurred<br />

allocable to the Work covered by the Stop Work Order during the period of<br />

work stoppage. Within a period of ninety (90) days after a Stop Work Order is<br />

delivered to the Contractor, or within any extension of that period to which the<br />

Parties shall have agreed, the Purchaser shall either:<br />

17.3.1. cancel the Stop Work Order; or<br />

17.3.2. terminate the Work covered by such Stop Work Order as<br />

provided in Clause 41 (Termination for Convenience of the Purchaser).<br />

17.4. If a Stop Work Order issued under this Clause is cancelled or the<br />

period of the Stop Work Order or any extension thereof expires, the Contractor<br />

shall resume work.<br />

17.5. An equitable adjustment shall be made in the delivery schedule or<br />

Contract price, or both, and the Contract shall be modified in writing<br />

accordingly, if:<br />

17.5.1. the Stop Work Order results in an increase in the time required<br />

for, or in the Contractor's cost properly allocable to, the performance of<br />

any part of this Contract, and<br />

17.5.2. the Contractor asserts a Claim for such adjustment within thirty<br />

(30) days after the end of the period of work stoppage; provided that, if<br />

the Purchaser decides the facts justify such action, he may receive and act<br />

upon any such claim asserted at a later date but prior to final payment<br />

under this Contract.<br />

17.6. If a Stop Work Order is not cancelled and the Work covered by such<br />

Stop Work Order is terminated for the convenience of the Purchaser the<br />

reasonable costs resulting from the Stop Work Order shall be allowed in<br />

arriving at the termination settlement.<br />

18. CLAIMS<br />

18.1. The Contractor shall assert Claims in writing and by registered mail.<br />

Claims shall be specifically identified as such and submitted within:<br />

18.1.1. the time specified in the Clause under which the Contractor<br />

alleges to have a Claim. If no time is specified in the Clause under which<br />

the Contractor intends to base his Claim, the time limit shall be sixty (60)<br />

days from the date the Contractor has knowledge or should have had<br />

knowledge of the facts on which he bases his Claim; and


Book II, Part III, Page 25<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

18.1.2. before final payment, or the release of the Performance<br />

Guarantee provided under the Contract, whichever occurs last. This shall<br />

only apply to those Claims for which the Contractor could not have had<br />

earlier knowledge and were not foreseeable.<br />

18.2. The Contractor shall be foreclosed from his Claim unless he presents<br />

complete documentary evidence, justification and costs for each of his Claims<br />

within ninety (90) calendar days from the assertion date of such Claims. Claims<br />

shall be supported by specifically identified evidence (including applicable<br />

historical and planned cost and production data from the Contractor's books and<br />

records). Opinions, conclusions or judgmental assertions not supported by such<br />

evidence will be rejected by the Purchaser.<br />

18.3. An individual breakdown of cost is required for each element of<br />

Contractor's Claims at the time of claim submission or for any material revision<br />

of the Claim.<br />

18.4. The Contractor shall present, at the time of submission of a Claim, an<br />

attestation as follows:<br />

I ....................................the responsible senior company<br />

official authorised to commit the ......................... with<br />

respect to its claims dated ...................................... being<br />

duly sworn, do hereby depose and say that: (i) the facts<br />

described in the claim are current, complete and accurate;<br />

and (ii) the conclusions in the claim accurately reflect the<br />

material damages or contract adjustments for which the<br />

Purchaser is allegedly liable.<br />

..................................………..<br />

……………………………..<br />

SIGNATURE Date<br />

18.5. Failure to comply with any of the above requirements shall result in<br />

automatic forfeiture of the Claim. This foreclosure takes effect in all cases and<br />

also where, for example, the Claim is based on additional orders, where the<br />

facts are known to the Purchaser, where the Claim is based on defective<br />

specifications of the Purchaser or an alleged negligence in the pre-contractual<br />

stage.<br />

18.6. No Claim arising under this Contract may be assigned by the<br />

Contractor without prior approval of the Purchaser.<br />

18.7. The Contracting Authority will render a decision on any Claim<br />

submitted in accordance with the above procedures. The decision will be based


Book II, Part III, Page 26<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

on an assessment and evaluation of the facts presented by the Parties. For<br />

claims under EUR 100,000.00 or equivalent value in other currency, the<br />

Contracting Authority will render such decision within 60 Days of receipt of the<br />

Claim. For Claims over EUR 100,000.00 or equivalent value in other currency,<br />

the Contracting Authority will notify the Contractor of the approximate date on<br />

which the decision is expected to be rendered. This date may be extended by<br />

the Contracting Authority in order to fully gather and evaluate the facts<br />

surrounding a Claim, but the Contracting Authority may not unreasonably<br />

extend such an evaluation period.<br />

18.8. Without prejudice to Clause 42 (Arbitration), the decision of the<br />

Contracting Authority shall be final.<br />

18.9. The Contractor shall proceed diligently with performance of this<br />

Contract, pending final resolution of any request for relief, claim appeal, or<br />

action arising under the Contract, and comply with any decision of the<br />

Contracting Authority.<br />

19. PRICING OF CHANGES, AMENDMENTS AND CLAIMS<br />

19.1. Contractor‟s pricing proposals for Changes, amendments and Claims<br />

shall be priced in accordance with the Purchaser's Pricing Principles (Appendix<br />

1 hereto) or the national government pricing rules and regulations for the<br />

Contractor's own country, where in force. The Contractor shall provide cost<br />

information accompanied by appropriate substantiation as required by the<br />

Purchaser in accordance with Purchaser‟s Pricing Principles, or such other<br />

format as may be agreed between the Contractor and the Purchaser.<br />

19.2. This Clause shall also apply to follow-on contracts of any nature<br />

including maintenance and supply of spare parts. Should such contracts be<br />

placed by SHAPE, NAMSA, other NATO Authorities or National Authorities<br />

of the Participating Countries, such organisations shall be entitled to all rights,<br />

powers and privileges that the Purchaser has under this Contract.<br />

19.3. With respect to Clauses 19.1 and 19.2 above, when the price or price<br />

adjustment is based on adequate price competition, established catalogue or<br />

market price of commercial items sold in substantial quantities to the general<br />

public, or prices set by law or regulation, the Contractor shall be responsible for<br />

substantiation of such cases to the satisfaction of the Purchaser.<br />

19.4. For the purposes of verifying that the cost or pricing data submitted in<br />

conjunction with Clause 19.1 and 19.2 above are accurate, complete and<br />

current, the Purchaser or any Purchaser authorised representative shall have the<br />

right of access to the Contractor's facilities to examine, until the expiration of<br />

three (3) years from the date of final payment of all sums due under the<br />

Contract:


Book II, Part III, Page 27<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

19.4.1. those books, records, documents and other supporting data<br />

which will permit adequate evaluation and verification of the cost or<br />

pricing data submitted; and/or<br />

19.4.2. the computations and projections which were available to the<br />

Contractor as of the date of the Contractor price proposal.<br />

19.5. The Contractor, subject to the provisions of this Clause, shall require<br />

Sub-contractors to provide to the Purchaser, either directly or indirectly:<br />

19.5.1. cost or pricing data;<br />

19.5.2. access to Sub-contractor's facilities and records for the<br />

purposes of verification of such cost or pricing data; and<br />

19.5.3. a Certificate of Current Cost or Pricing Data, when required.<br />

19.6. If any price, including profit or fee, negotiated in connection with this<br />

Contract or any cost reimbursable under this Contract was increased because:<br />

19.6.1. the Contractor furnished cost or pricing data which was not<br />

complete, accurate and current as certified in the Contractor's Certificate<br />

of Current Cost or Pricing Data provided in accordance with Clause 19.7<br />

below;<br />

19.6.2. a Sub-contractor, pursuant to Clause 19.5 above or any Subcontract<br />

clause therein required, furnished cost or pricing data which was<br />

not complete, accurate and current as certified in the Sub-contractor's<br />

Certificate of Current Cost or Pricing Data;<br />

19.6.3. a Sub-contractor or prospective Sub-contractor furnished cost<br />

or pricing data which was required to be complete, accurate and current<br />

and to be submitted to support a Sub-contract cost estimate furnished by<br />

the Contractor but which was not compete, accurate and current as of the<br />

date certified in the Contractor's Certificate of Current Cost or Pricing<br />

Data; or<br />

19.6.4. the Contractor or a Sub-contractor or prospective Subcontractor<br />

furnished any data, not within (f)(i) through (iii) above, which,<br />

as submitted, was not complete, accurate and current;<br />

then the price or cost shall be reduced accordingly and the Contract shall be<br />

modified in writing as may be necessary to reflect such reductions.<br />

19.7. At the time of negotiating any price, including profit or fee, which is<br />

based upon the submission of cost or pricing data by the Contractor, the<br />

Contractor shall be required to submit a certificate of current cost or pricing data


(“Certificate”).<br />

Book II, Part III, Page 28<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

19.7.1. Such Certificates will certify that, to the best of the Contractor's<br />

knowledge and belief, cost or pricing data submitted to the Purchaser in<br />

support of any proposal for a price, price adjustment or claim, are<br />

accurate, complete and current, as per the completion of the negotiations<br />

or, in the case of a claim, as per the submission date of the claim.<br />

19.7.2. All such Certificates shall be in the format shown below and<br />

shall be dated and signed by a responsible officer of the company:<br />

CERTIFICATE OF CURRENT <strong>CO</strong>ST OR PRICING<br />

DATA<br />

This is to certify that, to the best of my knowledge and<br />

belief, cost or pricing data as submitted, either actually or<br />

by specific identification in writing to the Purchaser or<br />

his representative in support<br />

of......................................................(Claim, <strong>Amendment</strong>,<br />

ECP#, etc.,) are accurate, complete and current as of<br />

.................................(Date).<br />

______________________________________________<br />

____<br />

Name of Company<br />

______________________________________________<br />

____<br />

Signature<br />

______________________________________________<br />

____<br />

Printed Name of Signatory<br />

______________________________________________<br />

____<br />

Title of Signatory<br />

______________________________________________<br />

____<br />

Date of Signature


Book II, Part III, Page 29<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

19.7.3. The Contractor shall insert the substance of this Clause 19.7 in<br />

each Sub-contract.<br />

19.8. For all supplemental agreements which are made for Work which are<br />

furnished to the Purchaser without competition, the Contractor shall offer prices<br />

on a “Preferred Customer” basis, that is offer prices which are as favourable as<br />

those extended to any Government, Agency, Company, Organisation or<br />

individual purchasing or handling like quantities of equipment and/or Parts<br />

covered by the Contract under similar conditions. In the event that prior to<br />

completing delivery under this Contract the Contractor offers any of such items<br />

in substantially similar quantities to any customer at prices lower than those set<br />

forth herein, the Contractor shall so notify the Purchaser and the prices of such<br />

items shall be correspondingly reduced by a supplement to this Contract. Price<br />

in this sense means "Base Price" prior to applying any bonus, export tax<br />

reduction, turn-over tax exemptions and other reductions based on National<br />

Policies.<br />

20. NOTICE OF SHIPMENT AND DELIVERY


Book II, Part III, Page 30<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

20.1. Except as may be specified in the Special Contract Provisions, delivery<br />

of all items under this Contract shall be made by the Contractor on the basis of<br />

“Delivery Duty Paid” (DDP) as defined by the IN<strong>CO</strong>TERMS 2000<br />

(International Chamber of Commerce Publication No. 560). It shall be noted,<br />

however, that because the Purchaser is exempted from direct taxes and duty as<br />

set forth in Clause 26 (Taxes and Duties), there is no duty to be paid by the<br />

Contractor.<br />

20.2. "Delivery" of required Work by the Contractor does not constitute<br />

"Acceptance" by the Purchaser for purposes of meeting the requirements of the<br />

Contract Schedule where Purchaser acceptance is the stated payment or<br />

schedule milestone.<br />

20.3. Thirty (30) Days, or such other period as specified in the Contract,<br />

prior to the delivery of any shipment of Deliverables, the Contractor shall give<br />

prepaid notice of shipment to the Purchaser. The Notice of Shipment shall<br />

contain, as appropriate, the request for customs form 302, or equivalent<br />

document, which shall enable any carrier to conduct duty free import/export<br />

clearance through customs for the Purchaser on behalf of NATO.<br />

20.4. The customs form 302 is an official customs clearance declaration<br />

issued in advance of shipment by the Purchaser to provide certified information<br />

as to the duty free import, export, or transit of NATO consignments between<br />

NATO countries.<br />

20.5. The Notice of Shipment and request for Form 302 or equivalent<br />

document shall contain the following information:<br />

20.5.1. Purchaser's Contract number;<br />

20.5.2. Contract item number, designation and quantities;<br />

20.5.3. destination;<br />

20.5.4. number and description of the packages (gross and net weight);<br />

20.5.5. description of the goods and their value (for custom purpose<br />

only, not commercial value)<br />

20.5.6. consignor's name and address;<br />

20.5.7. consignee's name and address;<br />

20.5.8. method of shipment (i.e. road, rail, sea, air, etc.);


NATO UNCLASSIFIED<br />

20.5.9. name and address of freight forwarder.<br />

Book II, Part III, Page 31<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

20.6. Forwarding Agents, Carriers or other responsible organisations shall be<br />

informed by the Contractor of the availability of Form 302 or equivalent<br />

document and how the form shall be utilised to avoid the payment of custom<br />

duties. Form 302 or equivalent document shall be incorporated in all shipping<br />

documents provided to the carrier.<br />

20.7. Upon receipt of the Notice of Shipment from the Contractor, the<br />

Purchaser may require the Contractor to send copies of the Notice of Shipment<br />

to the receiving parties and the Contractor shall comply with this requirement.<br />

21. INSPECTION AND ACCEPTANCE OF DELIVERABLES<br />

AND SERVICES<br />

21.1. Unless otherwise specifically provided for in the Contract, all<br />

Deliverables, Parts and equipment incorporated in the Work are to be new and<br />

of the most suitable grade of their respective kinds for the purpose,<br />

notwithstanding the requirements for testing, inspection and performance as<br />

required under this Contract. All workmanship shall be as specified under the<br />

Contract or, if no workmanship standards are specified, best commercial or<br />

“state of the art” complying with relevant (National and International)<br />

standards.<br />

21.2. All Deliverables and services may be subject to inspection and test by<br />

the Purchaser or his authorised representative(s) to the extent practicable at<br />

times and places to be mutually agreed by the Parties prior to Acceptance,<br />

including the period of manufacture, or after delivery or as otherwise specified<br />

in the Contract. For the purposes of inspection and testing the Purchaser may<br />

delegate as his representative the authorised National Quality Assurance<br />

Representative (NQAR) in accordance with STANAG 4107.<br />

21.3. No representative or NQAR appointed by the Purchaser for the<br />

purpose of determining the Contractor's compliance with the technical<br />

requirements of the Contract shall have the authority to change any of the<br />

specifications. Such changes may only be made by the Contracting Authority in<br />

writing in accordance with Clause 16 (Changes).<br />

21.4. The presence or absence of an NQAR or other Purchaser representative<br />

shall not relieve the Contractor from conforming to the requirements of this<br />

Contract.<br />

21.5. Acceptance or rejection of the Deliverables or services shall be made<br />

as promptly as practicable after delivery, except as otherwise provided in the


Book II, Part III, Page 32<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

Contract. Failure to timely accept or reject the Deliverables or services shall<br />

neither relieve the Contractor from responsibility for such Deliverables or<br />

services nor impose liability on the Purchaser.<br />

21.6. In the event that any Deliverable, or lots thereof, or services are<br />

defective in design, material, workmanship or manufacturing quality, or as a<br />

result of undue wear and tear or otherwise not in conformity with the<br />

requirements of this Contract, including any characteristic or condition which is<br />

or becomes at variance to the performance specifications, to the intended<br />

function of the Deliverables or the function to which it could reasonably be<br />

expected that the Deliverable would perform, the Purchaser shall have the right<br />

either to reject them (with or without instructions as to their disposition) or to<br />

require their correction or replacement. Deliverables, or lots thereof or services<br />

which have been rejected or required to be corrected or replaced shall, at the<br />

expense of the Contractor, be removed, or, if permitted or required by the<br />

Contracting Authority, corrected in place by the Contractor promptly after<br />

notice, and shall not thereafter be tendered for acceptance by the Contractor<br />

unless the former rejection or requirement of correction or replacement is<br />

withdrawn. If the Contractor fails promptly to remove, replace or correct such<br />

Deliverables or lots thereof, or services, the Purchaser may either:<br />

21.6.1. by contract or otherwise return, replace or correct such<br />

Deliverables or services and charge to the Contractor the cost incurred by<br />

the Purchaser; and/or<br />

21.6.2. terminate this Contract for default as provided in Clause 38<br />

(Termination for Default).<br />

21.7. Unless the Contractor corrects or replaces such Deliverables or<br />

services within the delivery schedule, the Purchaser may require the delivery of<br />

such Deliverables or services at a reduction in price which is equitable under the<br />

circumstances. Failure to agree to such reduction of price shall be a dispute<br />

within the meaning of Clause 41 (Disputes).<br />

21.8. If any inspection or test is made by the Purchaser's representatives on<br />

the premises of the Contractor or Sub-contractor, the Contractor, without<br />

additional charge, shall provide all reasonable facilities and assistance for the<br />

safety and convenience of the Purchaser's representatives in the performance of<br />

their duties. The NQAR or other Purchaser representatives shall have the right<br />

of access to any area of the Contractor's or his Sub-contractor's premises where<br />

any part of the contractual work is being performed.<br />

21.9. If Purchaser inspection or test is made at a point other than the<br />

premises of the Contractor or Sub-contractor, it shall be at the expense of the<br />

Purchaser except as otherwise provided in this Contract; provided, that in case<br />

of rejection the Purchaser shall not be liable for any reduction in value of<br />

samples used in connection with such inspection or test.


Book II, Part III, Page 33<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

21.10. All inspections and tests by the Purchaser shall be performed in such a<br />

manner as not to unduly delay the Work.<br />

21.11. The Purchaser reserves the right to charge to the Contractor any<br />

additional cost of Purchaser inspection and test when Deliverables or services<br />

are not ready at the time such inspection and test is requested by the Contractor<br />

or when re-inspection or retest is necessitated by prior rejection.<br />

21.12. Acceptance or rejection of the Deliverables or services shall be made<br />

as promptly as practicable after delivery, except as otherwise provided in this<br />

Contract, but failure to inspect and accept or reject Deliverables or services shall<br />

neither relieve the Contractor from responsibility for such Deliverables or<br />

services as are not in accordance with the Contract requirements nor impose<br />

liability on the Purchaser thereof.<br />

21.13. The inspection and test by the Purchaser of any Deliverables or lots<br />

thereof, or services, does not relieve the Contractor from any responsibility<br />

regarding defects or other failures to meet the Contract requirements which may<br />

be discovered prior to acceptance.<br />

21.14. Acceptance of Deliverables or services shall take place when the<br />

Contracting Authority confirms acceptance in writing of the Deliverables or<br />

services in accordance with the procedure specified in the Contract, or if none is<br />

so specified then the Contracting Authority shall be deemed to have accepted<br />

the Deliverables or services without prejudice to any other remedies, when and<br />

as soon as any of the following events have occurred:<br />

21.14.1. the Purchaser has taken the Deliverables or services into use,<br />

except as specifically provided by Clause 23 (Use and Possession Prior to<br />

Acceptance);<br />

21.14.2. the Purchaser has not exercised its right of rejection of the<br />

Deliverables or services within any period specified for that purpose in the<br />

Contract;<br />

21.14.3. there being no period for exercising the right of rejection<br />

specified in the Contract, a reasonable time, all the circumstances having<br />

been taken into account, has elapsed since inspection of the Deliverables<br />

or services was effected in accordance with the Contract.<br />

21.15. Except as otherwise provided in this Contract, acceptance shall be<br />

conclusive except as regards latent defects, fraud, or such gross mistakes as<br />

amount to fraud.<br />

21.16. Unless otherwise specified in this Contract, the Contractor shall have<br />

or establish, implement and maintain an effective and economical quality


Book II, Part III, Page 34<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

control system necessary to satisfy the Contract requirement. The system shall<br />

provide for the early and prompt detection of deficiencies, trends and conditions<br />

which could result in unsatisfactory quality and for timely and effective<br />

corrective action. Objective evidence that the system is effective shall be readily<br />

available to the Purchaser and its authorised representatives. Records of all<br />

inspection and testing work by the Contractor shall be kept complete and<br />

available to the Purchaser‟s representatives during the performance of this<br />

Contract and for such longer periods as may be specified elsewhere in this<br />

Contract.<br />

22. INSPECTION AND ACCEPTANCE OF DOCUMENTATION


Book II, Part III, Page 35<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

22.1. The Contractor shall provide to the Purchaser a draft version of the<br />

required documentation as provided by the Contract Schedule and the Statement<br />

of Work. Review of draft deliverable items under this Contract will be made by<br />

the Purchaser upon the delivery of these items by the Contractor. The review<br />

will be conducted by the Purchaser through duly authorised representatives.<br />

22.2. Upon delivery of the draft deliverable items, the Purchaser will have a<br />

period of review as provided by the Statement of Work. At the end of the<br />

review period or before if deemed practical by the Purchaser, the Purchaser's<br />

comments will be presented to the Contractor in writing. The substance of such<br />

comments will pertain to items of error, non-conformity, omission and guidance<br />

in relation to the requirements of the Statement of Work.<br />

22.3. Purchaser Review of the delivered items will emphasise the conformity<br />

with the requirements of the Statement of Work, thoroughness of analysis,<br />

logical bases of conclusions and models and coherence and completeness of<br />

presentation. The review process will also examine editorial and grammatical<br />

correctness and the suitability and accuracy of graphics supporting the text.<br />

22.4. The Contractor shall, after receipt of Purchaser comments, incorporate<br />

changes, revisions and corrections required by the Purchaser and present the<br />

revised deliverable in final form to the Purchaser for inspection in accordance<br />

with the delivery date specified in the Schedule.<br />

22.5. During the review process the Contractor is not required to halt efforts<br />

on further tasks as identified in the Statement of Work. The Purchaser,<br />

however, shall not be held liable for any work carried out by the Contractor<br />

which is based on draft deliverables yet to be reviewed.<br />

22.6. Upon receipt of the items in final form, the Purchaser will inspect the<br />

items for a period not exceeding two weeks (or as otherwise stated in the<br />

Statement of Work). At the end of the inspection, the Purchaser will notify the<br />

Contractor that:<br />

22.6.1. the items have been accepted;<br />

22.6.2. the acceptance of the items is deferred pending further revision;<br />

or<br />

22.6.3. the items are rejected and significantly fail to meet Contract<br />

requirements.<br />

22.7. In the case of Clause 22.6.2 above, the Contractor shall only be<br />

responsible for those revisions and corrections requested by the Purchaser and<br />

the Purchaser may not request additional revisions during inspection after


Book II, Part III, Page 36<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

required revisions have been made. However, if the Purchaser determines that a<br />

directed revision has not been made or if such directed revision was cause for<br />

revision of other portions of content which were not made by the Contractor, the<br />

Purchaser may withhold acceptance until such revisions are made by the<br />

Contractor.<br />

22.8. The Contractor shall provide to the Purchaser on request supporting<br />

technical data, computer software, databases and background analyses in order<br />

to validate findings contained in the delivered items.<br />

22.9. Purchaser acceptance shall be made in writing by the Contracting<br />

Authority.<br />

23. USE AND POSSESSION PRIOR TO ACCEPTANCE<br />

23.1. Except as otherwise provided in the Special Contract Provisions, in the<br />

case of military or civil exigency notified in writing by the Contracting<br />

Authority, the Purchaser shall have the right to take possession of, or use, any<br />

completed or partially completed Work or Deliverables under the Contract but<br />

such possession or use shall not constitute Acceptance by the Purchaser, as<br />

defined in the Contract.<br />

23.2. If such prior possession or use by the Purchaser delays the progress of<br />

the Work or causes additional expense to the Contractor, an equitable<br />

adjustment in the Contract price or the time of delivery will be made, in<br />

accordance with the Clause 16 (Changes), and the Contract shall be modified in<br />

writing accordingly.<br />

23.3. While the Purchaser has such use or is in such possession, the<br />

Contractor shall be relieved of the responsibility for loss or damage to the<br />

Deliverable(s) concerned other than that resulting from the Contractor's fault or<br />

negligence.<br />

24. OWNERSHIP AND TITLE<br />

24.1. Except as may be otherwise stated in the Special Contract Provisions<br />

and Clause 23 (Use and Possession prior to Acceptance), ownership and title to<br />

all Deliverables will pass to the Purchaser only upon Acceptance by the<br />

Contracting Authority. Where the Contract provides for Provisional<br />

Acceptance and Final Acceptance, ownership and title will pass to the Purchaser<br />

upon written notification of Final Acceptance.<br />

25. INVOICES AND PAYMENT


Book II, Part III, Page 37<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

25.1. Unless otherwise specified in the Special Contract Provisions, invoices<br />

may only be submitted after delivery and Acceptance of the Deliverables or the<br />

acceptable performance of the services identified in the Schedule of<br />

Deliverables/Services and Prices of this Contract and for the total prices and<br />

currency(ies) specified per line item therein.<br />

25.2. Invoices in respect of any Deliverables or services shall be prepared<br />

and submitted to the Purchaser and shall contain:<br />

25.2.1. Contract number;<br />

25.2.2. order number (if any);<br />

25.2.3. accounting codes (as specified in this Contract);<br />

25.2.4. item number (as defined in the Contract);<br />

25.2.5. Contract description of Deliverables or services, sizes,<br />

quantities, unit prices, and extended totals (exclusive of taxes and duties<br />

for which relief is available); and<br />

25.2.6. extended totals. Details of Bills of Lading or Freight Warrant<br />

numbers and weight of shipment shall be identified on each invoice as<br />

appropriate.<br />

25.3. In addition, documentary evidence of Acceptance including copies of<br />

certificates of conformity shall be submitted together with each invoice.<br />

Invoices shall not be submitted to the Purchaser without Acceptance having<br />

been previously made by the Purchaser.<br />

25.4. All invoices shall be addressed to the “Financial Controller, NC3A” at<br />

the following address:<br />

NC3A<br />

Financial Management Office (FMO)<br />

Boulevard Léopold III<br />

1110 Brussels<br />

Belgium<br />

25.5. Each copy of the invoice shall contain the following certificate which<br />

shall be signed by a duly authorised company official on the designated original<br />

invoice:<br />

"I certify that the above invoice is true and correct, that the<br />

delivery of the above described items has been duly carried out<br />

and the payment thereof has not been received."


Book II, Part III, Page 38<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

25.6. All invoices submitted shall include the address of the bank to which<br />

payment shall be made, together with pertinent information concerning sorting<br />

code and the Contractor‟s account number. The Purchaser makes payment only<br />

by wire transfer and the wire transfer particulars shall be included on the<br />

invoice.<br />

25.7. Invoices will be settled by the Purchaser within sixty (60) days of<br />

receipt of a properly prepared and submitted invoice.<br />

26. TAXES AND DUTIES<br />

26.1. The Purchaser, by virtue of his status under the terms of Article IX<br />

and X of the Ottawa Agreement, is exempt from all direct taxes (incl. VAT) and<br />

all customs duties on merchandise imported or exported. The Contractor,<br />

therefore, certifies that the prices stipulated in this Contract do not include<br />

amounts to cover such direct taxes or customs duties.<br />

26.2. The Contractor shall be responsible for ensuring that his respective<br />

Sub-contractors are aware that the Purchaser is exempt from taxes and customs<br />

duties. The Contractor (and his respective Sub-contractors) shall be responsible<br />

for complying with all applicable national and local legal and administrative<br />

procedures to ensure that authorities do not attempt to assess taxes and customs<br />

duties on goods and property imported or exported through NATO member<br />

nation frontiers under this Contract nor assess direct taxation (VAT) on goods<br />

sold to the NC3A under this Contract.<br />

26.3. If, after complying with all national and local legal and administrative<br />

procedures, the authorities persist in attempting to impose taxes or duties on<br />

goods provided under this Contract, the Contractor shall inform the Contracting<br />

Authority providing the particulars of the situation, the procedures which have<br />

been followed and the point of contact at the national authority which is<br />

attempting to impose taxation or duty. The Contracting Authority will examine<br />

the situation and attempt to clarify the legal and administrative basis of the<br />

difficulty. If the Contracting Authority so directs, the Contractor shall pay the<br />

required taxes and duties and file for reimbursement or rebate from the national<br />

authorities in accordance with national legislative and administrative<br />

procedures.<br />

26.4. In the event that the petition for reimbursement or rebate is denied by<br />

the national authorities concerned and providing that the Contractor and/or his<br />

Sub-contractor have complied with the national legislative and administrative<br />

procedures, the Purchaser shall reimburse the full amount of the payment(s)<br />

upon receipt of the Contractor's invoice indicating such tax or duty as a separate<br />

item of cost and fully identified by reference to any governmental law,<br />

regulation and/or instruction pursuant to which such tax or duty is enforced. The<br />

Contractor shall offer assistance and execute any such document that may be


Book II, Part III, Page 39<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

useful or required to ensure that Purchaser obtains the reimbursement of any tax<br />

or duty retained by a national authority.<br />

26.5. In the event of the Contractor and/or Sub-contractor not complying<br />

with national legislative or administrative procedures, taxes and duties paid by<br />

the Contractor and/or Sub-contractors shall not be reimbursed by the Purchaser.<br />

26.6. Following payment by the Purchaser of the taxes and/or duties<br />

pursuant to Clause 26.4 above, should the Contractor subsequently receive a<br />

rebate of any amount paid by the Purchaser, the Contractor shall immediately<br />

notify the Purchaser and the amount of such rebate shall be credited or<br />

reimbursed to the Purchaser, as directed. The Contractor shall be responsible<br />

for taking any and all action that could reasonably be required in order to obtain<br />

such rebate.<br />

26.7. The Contractor shall be liable for all other taxes, assessments, fees,<br />

licences, administrative charges or other Government assessments or charges<br />

which are applicable to the performance of this Contract. It is the Contractor's<br />

responsibility to inform himself of his liability in each country where such<br />

liability may arise.<br />

27. WARRANTY OF DELIVERABLES<br />

27.1. For the purpose of this Clause:<br />

27.1.1. “Acceptance” shall mean the act of an authorised representative<br />

of the Purchaser by which the Purchaser assumes title and ownership of<br />

delivered Deliverables rendered as partial or complete performance of the<br />

Contract. “Acceptance” in this regard, unless specifically provided<br />

otherwise in the Contract Special Provisions, means final Acceptance<br />

where the Contract provides for Provisional or Partial Acceptance;<br />

27.1.2. “Correction” shall mean the elimination of a defect;<br />

27.1.3. “Deliverables” shall not include software.<br />

27.2. The Contractor shall not be responsible under this Clause for the<br />

Correction of Defects in Purchaser Furnished Property, except for Defects in<br />

Contractor performed installation, unless the Contractor performs, or is<br />

obligated to perform, any modifications or other work on Purchaser Furnished<br />

Property. In that event, the Contractor shall be responsible for Correction of<br />

Defects that result from the modifications or other Work.<br />

27.3. Unless another period of time is indicated in the Contract Special<br />

Provisions, the duration of the warranty provided by the Contractor and its


Book II, Part III, Page 40<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

Subcontractors shall be twelve (12) months from the date of Acceptance under<br />

this Contract as notified in writing by the Contracting Authority.<br />

27.4. Any Deliverables or parts thereof corrected or furnished in<br />

replacement and any services re-performed shall also be subject to the<br />

conditions of this Clause 27 to the same extent as Deliverables or services<br />

initially accepted. The warranty, with respect to these Deliverables, or parts<br />

thereof, or services, shall be equal in duration to that set forth in Clause 27.3,<br />

and shall run from the date of delivery of the corrected or replaced Deliverables<br />

or services.<br />

27.5. If the Contractor becomes aware at any time before Acceptance by the<br />

Purchaser (whether before or after tender to the Purchaser) or at a later time,<br />

that a Defect exists in any Deliverable or service, the Contractor shall either<br />

promptly correct the Defect or promptly notify the Purchaser, in writing, of the<br />

Defect, using the same procedures prescribed in Clause 27.8.<br />

27.6. The Purchaser will notify in writing the Contractor of the existence of<br />

a Failed Component and return to the Contractor the Failed Component within<br />

thirty (30) Days of the discovery of such failure. The transport of the Failed<br />

Component shall be at the expense of the Purchaser. The notification of the<br />

failure will include as much information as practicable about the circumstances<br />

and operating environment at the time of the failure. Upon receipt of such<br />

notification by the Purchaser (which may precede receipt of the Failed<br />

Component), the Contractor shall ship to the location of the Failed Component<br />

an identical component for installation by Purchaser personnel. The Contractor<br />

shall ship such replacement component(s) Delivery Duty Paid. Such<br />

transportation and replenishment charges are included in the cost of line item of<br />

the Contract identified as the warranty.<br />

27.7. In such rare cases where the Failed Component is either too large to be<br />

easily transported or the Failed Component cannot be readily identified and<br />

isolated within the larger entity, the Contractor shall be notified by the<br />

Purchaser of the failure immediately by telephone, fax or e-mail. The<br />

Contractor shall provide technical support to the Purchaser personnel in<br />

identifying the Failed Component so as to afford the Purchaser the opportunity<br />

to return the Failed Component. In such a case where the Failed Component<br />

cannot be identified or is not cost effective or practical to ship to the<br />

Contractor‟s facility, the Contractor may elect to send field service personnel to<br />

the site of the failure and repair such equipment on location. In this event, such<br />

field service personnel shall be dispatched to the site of the failure within fortyeight<br />

(48) hours of initial notification. The expense of the technical support and<br />

field service shall be borne by the Contractor.<br />

27.8. The Contractor shall conduct analyses of all Failed Components which<br />

are returned to him by the Purchaser or repaired in the field by Contractor field<br />

service personnel to determine the cause of the failure. The Contractor shall<br />

issue a report to the Purchaser within thirty (30) days of receipt of a returned


Book II, Part III, Page 41<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

item or field repair which contains the results of the analysis. The report shall<br />

contain the conclusion of the Contractor as to whether the cause of the failure<br />

was due to a Manufacturing Defect or a Design Defect and declare what course<br />

of remedial action the Contractor shall implement to prevent further failures of a<br />

similar nature. Repetitive failures of the same component may be grounds for a<br />

de facto determination by the Purchaser that a Design Defect exists.<br />

27.9. If the Purchaser determines that a Design Defect exists in any of the<br />

Deliverables or services accepted by the Purchaser under this Contract, the<br />

Purchaser shall promptly notify the Contractor of the Defect, in writing, within<br />

ninety (90) days after discovery of the Defect. Upon timely notification of the<br />

existence of a Defect, or if the Contractor independently discovers a Design<br />

Defect or Manufacturing Defect in accepted Deliverables or services, the<br />

Contractor shall submit to the Purchaser, in writing within thirty (30) days, a<br />

recommendation for corrective actions, together with supporting information in<br />

sufficient detail for the Purchaser to determine what corrective action, if any,<br />

shall be undertaken.<br />

27.10. The Contractor shall also prepare and furnish to the Purchaser data and<br />

reports applicable to any Correction required under this Clause (including<br />

revision and updating of all other affected data called for under this Contract) at<br />

no increase in the Contract price.<br />

27.11. In the event of timely notice of a decision not to correct or only to<br />

partially correct, the Contractor shall submit a technical and cost proposal<br />

within forty-five (45) days to amend the Contract to permit Acceptance of the<br />

affected Deliverables or services in accordance with the revised requirement,<br />

and an equitable reduction in the Contract price shall promptly be negotiated by<br />

the Parties and be reflected in a supplemental agreement to this Contract.<br />

27.12. Within thirty (30) days after receipt of the Contractor's<br />

recommendations for corrective action and adequate supporting information in<br />

accordance with Clause 27.9, the Purchaser using sole discretion, shall give the<br />

Contractor written notice not to correct any Defect, or to correct or partially<br />

correct any Defect within a reasonable time.<br />

27.13. The Contractor shall promptly comply with any timely written<br />

direction from the Purchaser to correct or partially correct a manufacturing or<br />

Design Defect, at no increase in the Contract price.<br />

27.14. The Purchaser shall give the Contractor a written notice specifying any<br />

failure or refusal of the Contractor to:<br />

27.14.1. conduct analyses of Failed components and implement a course<br />

of remedial action as required by Clauses 27.7 and 27.8;


Book II, Part III, Page 42<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

27.14.2. provide replacement components, technical support or onlocation<br />

field repair service in accordance with Clauses 27.6 and 27.7; or<br />

27.14.3. prepare and furnish data and reports as required by Clause<br />

27.10.<br />

27.15. The notice referred to in Clause 27.14 shall specify a period of time<br />

following receipt of the notice by the Contractor in which the Contractor must<br />

remedy the failure or refusal specified in the notice.<br />

27.16. If the Contractor does not comply with the Purchaser's written notice<br />

in Clause 27.14, the Purchaser may by Contract or otherwise:<br />

27.16.1. Obtain detailed recommendations for corrective action from its<br />

own resources or third parties and either:<br />

27.16.1.1. correct the Deliverables;<br />

27.16.1.2. replace the Deliverables, and if the Contractor fails to furnish<br />

timely disposition instructions, the Purchaser may dispose of the<br />

non-confirming Deliverables for the Purchaser's account in a reasonable<br />

manner, in which case the Purchaser is entitled to reimbursement from<br />

the Contractor, or from the proceeds, for the reasonable expenses of care<br />

and disposition, as well as for excess costs incurred or to be incurred;<br />

27.16.1.3. obtain applicable data and reports; and/or<br />

charge the Contractor for the costs incurred by the Purchaser.<br />

27.17. In no event shall the Purchaser be responsible for any extension or<br />

delays in the scheduled deliveries or periods of performance under this<br />

Contract as a result of the Contractor's obligations to correct Defects, nor shall<br />

there be any adjustment of the delivery schedule or period of performance as a<br />

result of the Correction of Defects unless provided by a supplemental<br />

agreement with adequate consideration.<br />

27.18. The rights and remedies of the Purchaser provided in this Clause shall<br />

not be affected in any way by any terms or conditions of this Contract<br />

concerning the conclusiveness of inspection and Acceptance and are in<br />

addition to, and do not limit, any rights afforded to the Purchaser by any other<br />

Clause of this Contract or applicable law.<br />

28. RIGHT OF ACCESS, EXAMINATION OF RE<strong>CO</strong>RDS<br />

28.1. The Contractor shall give to the Purchaser and/or his representative(s)<br />

full and free access to his premises as and when required for the purpose of this<br />

Contract and shall ensure the same right of access to the premises of his Sub-


Book II, Part III, Page 43<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

contractors, by the inclusion in any such Sub-contracts of a provision<br />

substantially as set forth in this Clause.<br />

28.2. The Purchaser and/or his representative(s) shall continue to have such<br />

right of access and examination of records as set forth in Clause 28.1 above<br />

until final payment under the Contract or the end of the warranty provisions<br />

under the Contract, whichever occurs later.<br />

28.3. The expiration of the Purchaser‟s rights as set forth in Clause 28.2 is<br />

further subject to the provisions of Clause 19 (Pricing of Changes,<br />

<strong>Amendment</strong>s and Claims), where a three (3) year right is established following<br />

the agreement of contractual amendments or the settlement of claims based<br />

upon the submission of cost and pricing data.<br />

28.4. The period of access and examination described in Clause 28.1 above<br />

for records not related to cost aspects of a dispute or claim but which relate to<br />

issues of fact arising under either proceedings under Clause 41 (Disputes) or<br />

Clause 42 (Arbitration), or the settlement of claims made by either Party<br />

pursuant to the performance of this Contract, shall continue until such appeals,<br />

litigation or claims have been disposed of.<br />

29. PATENT AND <strong>CO</strong>PYRIGHT INDEMNITY<br />

29.1. The Contractor shall assume all liability against any and all third party<br />

claims that the services, Deliverables and/or parts thereof, in whole or in part,<br />

infringe(s) an IPR in force in any countries, arising out of the manufacture,<br />

import, export, performance of the services or delivery of Deliverables and/or<br />

out of the use or disposal by, or for the account of, the Purchaser of such<br />

Services and/or Deliverables. The Contractor shall reimburse and/or indemnify<br />

the Purchaser, its officers, agents, employees and/or consultants: (i) for all<br />

costs, fees, damages, awards, settlement amounts and any other expenses<br />

awarded to the third party right holder against Purchaser and/or the final<br />

beneficiaries of the work in relation to said third party claim; and (ii) for the<br />

costs and expenses incurred by the Purchaser in relation to said third party<br />

claims, including attorney fees. The Contractor shall be responsible for<br />

obtaining any licences necessary for the performance of this Contract and for<br />

making all other arrangements required to indemnify the Purchaser from any<br />

liability for IPR infringement in said countries.<br />

29.2. each Party shall immediately notify the other of any intellectual<br />

property infringement claims of which he has knowledge and which pertain to<br />

the goods and services under this Contract.<br />

29.3. This indemnity shall not apply under the following circumstances:


Book II, Part III, Page 44<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

29.3.1. Patents or copyright which may be withheld from issue by<br />

order of the applicable government whether due to security regulations or<br />

otherwise;<br />

29.3.2. An infringement resulting from specific written instructions<br />

from the Purchaser under this Contract;<br />

29.3.3. An infringement resulting from changes made to the<br />

Deliverables by the Purchaser without the Contractor prior written<br />

consent;<br />

29.3.4. An infringement resulting from changes or additions to the<br />

goods and services subsequent to final delivery and Acceptance under this<br />

Contract.<br />

29.4. This clause shall not be construed as an express or implied waiver of<br />

the Purchaser immunity before national courts.<br />

30. INTELLECTUAL PROPERTY<br />

30.1. Purchaser Background IPR<br />

30.1.1. The Contractor is licensed to use, non-exclusively and royaltyfree<br />

any Purchaser Background IPR that is or will be made available for<br />

the sole purpose of carrying out the Work.<br />

30.1.2. The Contractor shall not use any Purchaser Background IPR<br />

other than for the purpose of carrying out the Work without the prior<br />

written agreement of the Purchaser. Any such agreement shall include the<br />

terms relating to such use.<br />

30.1.3. The Purchaser gives no warranty as to the validity of any<br />

Purchaser Background IPR. The Contractor shall not do anything or act in<br />

any way which is inconsistent with or prejudicial to the ownership by the<br />

Purchaser of any Purchaser Background IPR.<br />

30.2. Contractor Background IPR<br />

30.2.1. Any use of Contractor Background IPR for the purpose of<br />

carrying out the Work pursuant to the Contract shall, subject to any<br />

obligation on the part of the Contractor to make payments to any third<br />

party in respect of IPR which is licensed from such third party, be free of<br />

any charge to Purchaser. The Contractor hereby grants to the Purchaser a<br />

non-exclusive, royalty-free and irrevocable licence throughout NATO,<br />

NATO operations (including out of area operations) and its member


Book II, Part III, Page 45<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

nations to use and authorise others to use on the Purchaser's behalf any<br />

Contractor Background IPR for the purpose of exploiting or otherwise<br />

using the Foreground IPR for any defence purpose. In addition, the<br />

Purchaser shall be entitled to further re-transfer the Contractor<br />

Background IP necessary to exploit or otherwise use the Foreground IP to<br />

NATO companies eligible for NATO procurement, subject to appropriate<br />

license agreement and compliance with applicable export control<br />

regulations.<br />

30.2.2. Nothing in the Contract shall be deemed to restrict the<br />

Contractor's right to use its own Background IPR for purposes other than<br />

the Work.<br />

30.3. Foreground IPR<br />

30.3.1. All Foreground IPR is the property of the Purchaser.<br />

Consequently, no statement shall be made restricting the rights of the<br />

Purchaser in the Foreground IPR. All Foreground IPR are immediately<br />

and exclusively transferred and assigned to the Purchaser as from their<br />

coming into existence or, as the case may be, as from the execution of this<br />

Contract for rights already in existence at the time of execution of this<br />

Contract.<br />

30.3.2. The Contractor undertakes to ensure that suitable arrangements<br />

are in place between its employees, agents, consultants and itself<br />

regarding Foreground IPR generated by said employees, agents and<br />

consultants to allow the Contractor to fulfil its obligations under Clause<br />

30.3.1 above.<br />

30.3.3. The Contractor shall be entitled to use Foreground IPR on a<br />

non-exclusive, royalty free basis solely for the purpose of carrying out the<br />

Work.<br />

30.3.4. The Contractor shall not use any Foreground IPR other than for<br />

the purpose of carrying out the Work without the Purchaser's prior written<br />

agreement. Any such agreement shall include terms relating to such use.<br />

30.3.5. The Contractor shall provide the Purchaser, at the latest upon<br />

delivery of the Deliverables and thereafter for no less than 5 years after<br />

final acceptance, with full documented records of information in relation<br />

to the Deliverables, including but not limited to, all drawings,<br />

specifications and other data that is necessary or useful to manufacture the<br />

Deliverables.<br />

30.3.6. The Contractor shall, as requested and at the expense of the<br />

Purchaser:


Book II, Part III, Page 46<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

30.3.6.1. do all things necessary and sign all necessary or useful<br />

documents to enable the Purchaser to obtain the registration of the<br />

Foreground IPR as the Purchaser may require and select; and<br />

30.3.6.2. to execute any formal assignment or other documents as may<br />

be necessary or useful to vest title to any Foreground IPR in the<br />

Purchaser.<br />

30.3.7. The Contractor undertakes:<br />

30.3.7.1. to notify the Purchaser promptly of any invention or<br />

improvement to an invention or any design conceived or made by the<br />

Contractor; and<br />

30.3.7.2. to provide the Purchaser with such information as the<br />

Purchaser may reasonably request in order to: (i) determine the<br />

patentability of such invention or improvement; (ii) assess the need for<br />

registering such invention or improvement; and (iii) evaluate the<br />

potential value to the Purchaser of such a patent or registration if issued.<br />

30.3.8. If the Purchaser determines that it wishes to apply for one or<br />

more patents for the disclosed invention or improvement or for a registration<br />

for the disclosed design, it will prosecute such application(s) at its own<br />

expense. The Contractor undertakes to provide the Purchaser, at the<br />

Purchaser's expense, with such information and assistance as the Purchaser<br />

shall reasonably require to prosecute such application(s).<br />

30.4. Third Party IPR<br />

30.4.1. Where Third Party IPR is the subject of a licence or other<br />

agreement between the third party and the Purchaser or the Contractor, the<br />

Contractor shall not use any Third Party IPR for the purposes of carrying out<br />

work pursuant to the Contract without the approval of the Purchaser.<br />

Contractor shall inform Purchaser in advance of any restrictions on the<br />

Purchaser‟s use.<br />

30.4.2. If, after the award of the Contract, the Contractor becomes<br />

aware of the existence of any Third Party IPR which the Contractor is using<br />

or believes is needed for the performance of the Contract, the Contractor<br />

shall immediately give the Purchaser a written report identifying such IPR.<br />

30.5. Subcontractor IPR<br />

30.5.1. When placing a Sub-contract which is concerned with or<br />

involves the creation of IPR, the Contractor shall ensure that the Subcontractor<br />

enters into the same agreement for the use of the IPR as stipulated


Book II, Part III, Page 47<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

in this Contract in such a way that the Purchaser will be entitled to use the<br />

IPR as agreed between the Purchaser and the Contractor. The Contractor<br />

shall include in the Sub-contract the content of the provisions of this Clause.<br />

31. NATO <strong>CO</strong>DIFICATION<br />

31.1. For the purposes of this Clause "Technical Data" means the drawings,<br />

specifications and technical documentation of those items designated by the<br />

Purchaser to support the equipment covered by the Contract, and required to<br />

fully identify the items and, if applicable, draft item identifications to the extent<br />

and in the form to be agreed between the Codification Authority and the<br />

Contractor.<br />

31.2. In order to ensure the orderly identification of equipment, the<br />

Contractor shall furnish at the request of the Codification Authority the<br />

Technical Data required for the identification of the items of supply to the<br />

NATO codification system in the time scale stated in this Contract.<br />

31.3. A recommended spare parts list or a similar data carrier prepared in<br />

accordance with instructions provided by the Purchaser as the basis for<br />

codification shall be supplied by the Contractor by the date established in this<br />

Contract.<br />

31.4. The Contractor shall supply or require his Sub-contractor(s)/supplier(s)<br />

to supply on request for the period of time specified in the Contract the relevant<br />

Technical Data for all items and sub-contracted items to the Codification<br />

Authority and the Purchaser. The Contractor shall require that each Subcontractor/supplier<br />

shall include identical conditions in any subsequent order<br />

which he may place.<br />

31.5. The drawings, specifications, related documentation and, if applicable,<br />

draft item identifications, prepared when possible by the true manufacturer of<br />

the item, shall be supplied by the Contractor or his Sub-contractor(s)/supplier(s)<br />

direct to the Codification Authority and, if required, to the Purchaser as and<br />

when they become available or, at the latest within the time limits specified in<br />

the Contract. The Contractor shall inform the Codification Authority and<br />

Purchaser within 21 Days of receipt of the request if the required Technical<br />

Data are not immediately available, and shall impose a similar obligation upon<br />

his Sub-contractor(s)/supplier(s)<br />

31.6. Except as hereinafter provided, the Contractor shall require the Subcontractor(s)/supplier(s)<br />

to furnish on request the information direct to the<br />

Codification Authority in the Sub-contractor(s)/supplier(s)' country, but the<br />

Contractor shall remain responsible for ensuring that the information is so<br />

furnished. In the event of a Sub-contract order being placed with a


Book II, Part III, Page 48<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

manufacturer in a non-NATO country, the Contractor shall be responsible for<br />

obtaining Technical Data from the Sub-contractor/supplier and furnishing it to<br />

the Purchaser.<br />

31.7. Technical Data relating to any Sub-contractor's/supplier's items shall<br />

include but not be limited to the name and address of the true manufacturer(s),<br />

his/their true reference number(s), drawing or item Part number(s) and<br />

applicable data in addition to any Part or reference number(s) allocated by the<br />

Contractor, plus draft item identification(s) if required by the Codification<br />

Authority.<br />

31.8. The Contractor shall provide the Technical Data required for<br />

codification of those items ordered with this Contract and also for the pertaining<br />

support items ordered with future contracts, including updating information<br />

regarding all agreed modifications, design or drawing changes made to the<br />

equipment or detailed Parts.<br />

31.9. If the Contractor has previously supplied Technical Data (for the<br />

purpose stated in Clause 31.2), the Contractor is to state this fact and indicate to<br />

whom they were supplied and the Contractor shall not under normal<br />

circumstances be required to make a further supply of the Technical Data<br />

already provided. The Technical Data furnished by the Contractor and Subcontractor(s)/supplier(s)<br />

are to be presented in accordance with the requirements<br />

for the preparation of item identification(s) as outlined in the Guide for Industry<br />

provided by the Codification Authority.<br />

31.10. The Contractor should contact the Codification Authority for any<br />

information concerning the NATO codification system.<br />

32. RELEASE FROM CLAIMS<br />

32.1. Prior to final payment under this Contract, the Contractor and each<br />

assignee under this Contract shall execute and deliver a release discharging the<br />

Purchaser, its officers, agents and employees from all liabilities, obligations and<br />

claims arising out of or under this Contract subject only to the following<br />

exceptions:<br />

32.1.1. specified claims in stated amounts or in estimated amounts<br />

where the amounts are not susceptible to exact statement by the<br />

Contractor;<br />

32.1.2. claims for reimbursement of costs (other than expenses of the<br />

Contractor by reason of his indemnification of the Purchaser against<br />

patent liability) including reasonable expenses incidental thereto, incurred<br />

by the Contractor under the provisions of this Contract relating to patents.


NATO UNCLASSIFIED<br />

32.1.3. a patent infringement resulting from specific written<br />

instructions from the Purchaser under this Contract.<br />

Book II, Part III, Page 49<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

32.1.4. a patent infringement resulting from changes or additions to the<br />

goods and services subsequent to final delivery and acceptance under this<br />

Contract.<br />

33. ASSIGNMENT OF <strong>CO</strong>NTRACT<br />

33.1. The Purchaser reserves the right to assign this Contract, in whole or in<br />

part, to another NATO body, agency or representative within NATO or NATO<br />

Nations. In such a case, the Purchaser shall notify the Contractor accordingly in<br />

writing.<br />

33.2. NATO shall remain responsible for its obligations under the Contract<br />

and for the actions of the body, agency or representative to which this Contract<br />

may be assigned.<br />

34. TRANSFER AND SUB-LETTING<br />

34.1. The Contractor shall not give, bargain, sell, assign, sub-let or otherwise<br />

dispose of the Contract or any part thereof or the benefit or advantage of the<br />

Contract or any part thereof without the prior written consent of the Purchaser.<br />

35. PURCHASER DELAY OF WORK<br />

35.1. If the performance of all or any part of the Work is delayed or<br />

interrupted by an act of the Purchaser in the administration of this Contract,<br />

which act is not expressly or implicitly authorised by this Contract, or by the<br />

Purchaser‟s failure to act within the time specified in this Contract (or within a<br />

reasonable time if no time is specified), an adjustment shall be made for any<br />

increase in the cost of performance of this Contract caused by such delay or<br />

interruption and the Contract modified in writing accordingly.<br />

35.2. Adjustment shall be made also in the delivery or performance dates<br />

and any other contractual provision affected by such delay or interruption.<br />

However, no adjustment shall be made under this Clause for any delay or<br />

interruption:<br />

35.2.1. to the extent that performance would have been delayed or<br />

interrupted by any other cause, including the fault or negligence of the<br />

Contractor; or


Book II, Part III, Page 50<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

35.2.2. for which an adjustment is provided or excluded under any<br />

other provision of this Contract.<br />

35.3. No claim under this Clause shall be allowed:<br />

35.3.1. if the Contractor has failed to notify the Purchaser in writing of<br />

the act or failure to act, indicating that this act or failure to act will result<br />

in a delay or increased costs;<br />

35.3.2. for any costs incurred more than twenty (20) Days before the<br />

Contractor shall have notified the Purchaser in writing of the act or failure<br />

to act involved; and<br />

35.3.3. unless the monetary claim, in an amount stated, is asserted in<br />

writing as soon as practicable after the termination of such delay or<br />

interruption, but not later than the date of final payment under the<br />

Contract.<br />

36. <strong>CO</strong>NTRACTOR NOTICE OF DELAY<br />

36.1. In the event that the Contractor encounters difficulty in complying with<br />

the Contract schedule date(s) for whatever reason, including actual or potential<br />

labour disputes, the Contractor shall immediately notify the Contracting<br />

Authority in writing, giving pertinent details. This data shall be deemed to be<br />

informational in character and shall not be construed as a waiver by the<br />

Purchaser of any schedule or date, or of any rights or remedies provided by law<br />

or under this Contract.<br />

36.2. Notwithstanding the above the Contractor shall be deemed to be in<br />

delay without notice from the Purchaser and only by simple expiry of the due<br />

date.<br />

37. LIQUIDATED DAMAGES<br />

37.1. If the Contractor fails to:<br />

37.1.1. meet the delivery schedule of the Deliverables or any specified<br />

major performance milestones specified in the Schedule of Deliverables<br />

and services to this Contract, or any extension thereof, or<br />

37.1.2. deliver and obtain acceptance of the Deliverables or to<br />

acceptably perform the services as specified in the Schedule of<br />

Deliverables and services to this Contract,


Book II, Part III, Page 51<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

37.2. the actual damage to the Purchaser for the delay will be difficult or<br />

impossible to determine. Therefore, in lieu of actual damages the Contractor<br />

shall pay to the Purchaser, for each day of delinquency in achieving the deadline<br />

or milestone, fixed and agreed liquidated damages of 1.0% (one per cent) per<br />

day of the associated payment set forth in the Schedule of Payments provided in<br />

the Special Contract Provisions. If no Schedule of Payments is specifically set<br />

forth in the Special Contract Provisions, the liquidated damages will be assessed<br />

against the price of the applicable contract line item (CLIN) of the Schedule of<br />

Supplies, Services and Prices.<br />

37.3. In addition to the liquidated damages referred to in Clause 37.1, the<br />

Purchaser shall have the possibility of terminating this Contract in whole or in<br />

part, as provided in Clause 38 (Termination for Default). In the event of such<br />

termination, the Contractor shall be liable to pay the excess costs provided in<br />

Clause 38.5.<br />

37.4. The Contractor shall not be charged with liquidated damages when the<br />

delay arises out of causes beyond the control and without the fault or negligence<br />

of the Contractor as defined in Clause 38.6 (Termination for Default). In such<br />

event, subject to the provisions of Clause 41 (Disputes), the Purchaser shall<br />

ascertain the facts and extent of the delay and shall extend the time for<br />

performance of the Contract when in his judgement the findings of the fact<br />

justify an extension.<br />

37.5. Liquidated damages shall be payable to the Purchaser from the first<br />

day of delinquency and shall accrue at the rate specified in Clause 37.1 to 15%<br />

of the value of each line item individually and an aggregate sum of all<br />

delinquent items not to exceed 15% of the value of the total Contract. These<br />

liquidated damages shall accrue automatically and without any further notice<br />

being required.<br />

37.6. The rights and remedies of the Purchaser under this clause are in<br />

addition to any other rights and remedies provided by law or under this<br />

Contract.<br />

38. TERMINATION FOR DEFAULT<br />

38.1. The Purchaser may, subject to Clause 38.6 below, by written notice of<br />

default to the Contractor, terminate the whole or any part of this Contract if the<br />

Contractor:


Book II, Part III, Page 52<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

38.1.1. fails to make delivery of all or part of the Work within the time<br />

specified in the contract or any agreed extension thereof;<br />

38.1.2. fails to make progress as to endanger performance of this<br />

Contract in accordance with its terms;<br />

38.1.3. fails to meet the technical requirements or the Specifications of<br />

the Contract;<br />

38.1.4. fails to comply with Clause 11 (Security);<br />

38.1.5. transfer this Contract without the Purchaser‟s prior written<br />

consent;<br />

38.1.6. breaches any other material provision of this Contract; or<br />

38.1.7. repeatedly breaches non-material provisions of this Contract.<br />

38.2. In the case of any of the circumstances set forth in Clause 38.1 above,<br />

the Purchaser shall issue a letter to the Contractor stating that an actual or<br />

potential default exists and requiring a response from the Contractor within ten<br />

(10) Days that identifies:<br />

38.2.1. in the case of late delivery of Deliverables or non-performance<br />

of services, when the Contractor shall deliver the Deliverables or perform<br />

the services and what circumstances exist which may be considered<br />

excusable delays under Clause 38.6.<br />

38.2.2. in the case of the other circumstances identified in Clause 38.1<br />

above, what steps the Contractor is taking to cure such failure(s) within a<br />

period of ten Days (or such longer period as the Purchaser may authorise<br />

in writing) after receipt of notice in writing from the Purchaser specifying<br />

such failure and identifying any circumstances which exist which may be<br />

considered excusable under Clause38.6.<br />

38.3. The Purchaser shall evaluate the response provided by the Contractor<br />

or, in the absence of a reply within the time period mentioned in Clause 38.2, all<br />

relevant elements of the case, and make a written determination within a<br />

reasonable period of time that:<br />

38.3.1. sufficient grounds exist to terminate the Contract in whole or in<br />

part in accordance with this Clause and that the Contract is so terminated;<br />

38.3.2. there are mitigating circumstances and the Contract should be<br />

amended accordingly; or


Book II, Part III, Page 53<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

38.3.3. the Purchaser will enter a period of forbearance in which the<br />

Contractor must show progress, make deliveries, or comply with the<br />

Contract provisions as specified by the Purchaser. The Purchaser may<br />

apply other remedial actions as provided by this Contract during such<br />

period of forbearance. This period of forbearance shall in no event<br />

constitute a waiver of Purchaser‟s rights to terminate the Contract for<br />

default.<br />

38.4. At the end of the period of forbearance, which may be extended at the<br />

Purchaser's discretion, the Purchaser may terminate this Contract in whole or in<br />

part as provided in Clause 38.1 if the Contractor has not made adequate<br />

progress, deliveries or compliance with the Contract provisions which were the<br />

terms of the period of forbearance.<br />

38.5. In the event the Purchaser terminates this Contract in whole or in part,<br />

as provided in Clause 38.1, the Purchaser may procure, upon such terms and in<br />

such manner as the Purchaser may deem appropriate, Deliverables or services<br />

similar to those so terminated, and the Contractor shall be liable to the<br />

Purchaser for any excess costs for such similar Deliverables or services;<br />

however, the Contractor shall continue the performance of this Contract to the<br />

extent not terminated under the provisions of this clause.<br />

38.6. Except with respect to the default of Sub-contractors, the Contractor<br />

shall not be held liable for a termination of the Contract for default if the failure<br />

to perform the Contract arises out of causes beyond the control and without the<br />

fault or negligence of the Contractor.<br />

38.6.1. Such causes may include, but are not restricted to, acts of God,<br />

acts of the public enemy, acts of the Purchaser in its contractual capacity,<br />

acts of sovereign governments which the Contractor could not reasonably<br />

have anticipated, fires, floods, epidemics, quarantine restrictions, strikes,<br />

freight embargoes, and unusually severe weather; but in every case the<br />

failure to perform must be beyond the control and without the fault or<br />

negligence of the Contractor.<br />

38.6.2. If the failure to perform is caused by the default of a Subcontractor,<br />

and if such default arises out of causes beyond the control of<br />

both the Contractor and Sub-contractor, without the fault or negligence of<br />

either of them, the Contractor shall not be held liable for a termination for<br />

default for failure to perform unless the Deliverables or services to be<br />

furnished by the Sub-contractor were obtainable from other sources in<br />

sufficient time to permit the Contractor to meet the required delivery<br />

schedule.<br />

38.7. If this Contract is terminated as provided in Clause 38.1, the Purchaser,<br />

in addition to any other rights provided in this Clause and the Contract, may


Book II, Part III, Page 54<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

require the Contractor to transfer title and deliver to the Purchaser, in the<br />

manner and to the extent directed by the Purchaser:<br />

38.7.1. any completed Deliverables;<br />

38.7.2. such partially completed Deliverables, materials, Parts, tools,<br />

dies, jigs, fixtures, plans, drawings, information, and Contract rights<br />

(hereinafter called "Manufacturing materials") as the Contractor has<br />

specifically produced or specifically acquired for the performance of such<br />

part of this Contract as has been terminated.<br />

38.8. Termination for default shall not prevent the Purchaser from using<br />

Contractor Background Intellectual Property as required for the use of Work<br />

already carried out at the time of termination for default.<br />

38.9. In addition to Clause 38.7, the Contractor shall, upon direction of the<br />

Purchaser, protect and preserve property in the possession of the Contractor in<br />

which the Purchaser has an interest.<br />

38.10. Payment for completed Deliverables delivered to and accepted by the<br />

Purchaser shall be at the Contract price.<br />

38.11. Payment for Manufacturing materials delivered to and accepted by the<br />

Purchaser and for the protection and preservation of property shall be in an<br />

amount agreed upon by the Contractor and Purchaser, failure to agree to such<br />

amount shall be a dispute within the meaning of Clause 41 (Disputes).<br />

38.12. The Purchaser may withhold from amounts otherwise due to the<br />

Contractor for such completed Deliverables or Manufacturing materials such<br />

sum as the Purchaser determines to be necessary to protect the Purchaser against<br />

loss because of outstanding liens or claims of former lien holders.<br />

38.13. If, after notice of termination of this Contract under the provisions of<br />

this Clause, it is determined for any reason that the Contractor was not in default<br />

under the provisions of this Clause, or that the default was excusable under the<br />

provisions of this Clause, the rights and obligations of the Parties shall be the<br />

same as if the notice of termination had been issued pursuant to Clause 39<br />

(Termination for the convenience of the Purchaser).<br />

38.14. If after such notice of termination of this Contract under the provisions<br />

of this Clause, it is determined for any reason that the Contractor was not in<br />

default under the provisions of this Clause and that the Parties agree that the<br />

Contract should be continued, the Contract shall be equitably adjusted to<br />

compensate for such termination and the Contract modified accordingly. Failure<br />

to agree to any such adjustment shall be a dispute within the meaning of Clause<br />

41 (Disputes).


Book II, Part III, Page 55<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

38.15. The rights and remedies of the Purchaser provided in this Clause shall<br />

not be exclusive and are in addition to any other rights and remedies provided<br />

by law or under this Contract.<br />

39. TERMINATION FOR THE <strong>CO</strong>NVENIENCE OF THE<br />

PURCHASER


Book II, Part III, Page 56<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

39.1. The performance of Work under this Contract may be terminated by<br />

the Purchaser in accordance with this Clause in whole, or from time to time in<br />

part, whenever the Purchaser shall determine that such termination is in the best<br />

interest of the Purchaser.<br />

39.2. Any such termination shall be effected by delivery to the Contractor of<br />

a written notice of termination, signed by the Contracting Authority, specifying<br />

the extent to which performance of Work under the Contract is terminated, and<br />

the date upon which such termination becomes effective.<br />

39.3. After receipt of a Notice of Termination and except as otherwise<br />

directed by the Contracting Authority, the Contractor shall:<br />

39.3.1. stop the Work on the date and to the extent specified in the<br />

notice of termination;<br />

39.3.2. place no further orders or Sub-contracts for Deliverables, Parts,<br />

materials, services or facilities, except as may be necessary for completion<br />

of such portion of the Work under the Contract as is not terminated;<br />

39.3.3. terminate all orders and Sub-contracts to the extent that they<br />

relate to the performance of Work terminated by the Notice of<br />

Termination;<br />

39.3.4. assign to the Purchaser, in the manner, at the times and to the<br />

extent directed by the Purchaser, all of the right, title and interest of the<br />

Contractor under the orders and Sub-contracts so terminated, in which<br />

case the Purchaser shall have the right, in its discretion, to settle or pay<br />

any or all claims arising out of the termination of such orders and Subcontracts;<br />

39.3.5. settle all outstanding liabilities and all claims arising out of<br />

such termination of orders and Sub-contracts, with the approval or<br />

ratification of the Purchaser to the extent he may require, which approval<br />

or ratification shall be final for all the purposes of this Clause;<br />

39.3.6. transfer title and deliver to the Purchaser in the manner, at the<br />

times, and to the extent, if any, directed by the Contracting Authority of:<br />

39.3.6.1. the fabricated parts, work in process, completed work,<br />

Deliverables, and other material produced as a part of, or acquired in<br />

connection with the performance of the Work terminated by the notice<br />

of termination, and<br />

39.3.6.2. the completed or partially completed plans, drawings,<br />

information, and other property which, if the Contract had been<br />

completed, would have been required to be furnished to the Purchaser;


Book II, Part III, Page 57<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

39.3.7. use his best efforts to sell, in the manner, at the times, to the<br />

extent, and at the price or prices directed or authorised by the Contracting<br />

Authority, any property of the types referred to in Clause 39.3.6 above.<br />

However, the Contractor:<br />

39.3.7.1. shall not be required to extend credit to any Buyer; and<br />

39.3.7.2. may acquire any such property under the conditions<br />

prescribed by and at a price or prices approved by the Purchaser; and<br />

provided further that the proceeds of any such transfer or disposition<br />

shall be applied in reduction of any payments to be made by the<br />

Purchaser to the Contractor under this Contract or shall otherwise be<br />

credited to the price or cost of the Work or paid in such manner as the<br />

Contracting Authority may direct;<br />

39.3.8. complete performance of such part of the Work as shall not<br />

have been terminated by the Notice of Termination; and<br />

39.3.9. take such action as may be necessary, or as the Purchaser may<br />

direct, for the protection and preservation of the property related to this<br />

Contract which is in the possession of the Contractor and in which the<br />

Purchaser has or may acquire an interest.<br />

39.4. The Contractor may submit to the Purchaser a list, certified as to<br />

quantity and quality, of any or all items of termination inventory not previously<br />

disposed of, exclusive of items the disposition of which has been directed or<br />

authorised by the Purchaser, and may request the Purchaser to remove such<br />

items or enter into a storage agreement covering the same; provided that the list<br />

submitted shall be subject to verification by the Purchaser upon removal of the<br />

items, or if the items are stored, within forty-five (45) Days from the date of<br />

submission of the list, and any necessary adjustment to correct the list as<br />

submitted shall be made prior to final settlement.<br />

39.5. After receipt of a notice of termination, the Contractor shall submit to<br />

the Purchaser his termination Claim for the Work covered by the notice of<br />

termination, in the form and with certification prescribed by the Purchaser.<br />

Such claim shall be submitted promptly but in no event later than six (6) months<br />

from the effective date of termination, unless one or more extensions are<br />

granted in writing by the Purchaser, upon request of the Contractor made in<br />

writing within such six-month period or authorised extension thereof. However,<br />

if the Purchaser determines that the facts justify such action, the Purchaser may<br />

receive and act upon any such termination claim at any time after such sixmonth<br />

period or any extension thereof. Upon failure of the Contractor to submit<br />

his termination claim within the time allowed, the Purchaser may determine on<br />

the basis of information available to him, the amount, if any, due to the


NATO UNCLASSIFIED<br />

Contractor by reason of the termination and shall thereupon pay to the<br />

Contractor the amount so determined.<br />

Book II, Part III, Page 58<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

39.6. Subject to the provisions of Clause 39.5, the Contractor and the<br />

Purchaser may agree upon the whole or any part of the amount or amounts to be<br />

paid to the Contractor by reason of the total or partial termination of Work<br />

pursuant to this Clause, which amount or amounts may include a reasonable<br />

allowance for profit on work done; provided that such agreed amount or<br />

amounts exclusive of settlement costs shall not exceed total Contract price as<br />

reduced by the amount of payments otherwise made and as further reduced by<br />

the Contract price of the Work not terminated. The Contract shall be amended<br />

accordingly and the Contractor shall be paid the amount agreed. Nothing in<br />

Clause 39.7, prescribing the amount to be paid to the Contractor in the event of<br />

failure of the Contractor and the Purchaser to agree upon the whole amount to<br />

be paid to the Contractor by reason of the termination of Work pursuant to<br />

Clause 39, shall be deemed to limit, restrict, or otherwise determine or affect the<br />

amount or amounts which may be agreed upon to be paid to the Contractor<br />

pursuant to this Clause 39.6.<br />

39.7. In the event of the failure of the Contractor and the Purchaser to agree<br />

as provided in Clause 39.6 upon the whole amount to be paid to the Contractor<br />

by reason of the termination of Work pursuant to Clause 39, the Purchaser shall<br />

pay to the Contractor the amounts determined by the Purchaser as follows, but<br />

without duplication of any amounts agreed upon in accordance with Clause 39.6<br />

the total of:<br />

39.7.1. for completed Deliverables accepted by the Purchaser (or sold<br />

or acquired as provided in Clause 39.3 above) and not therefore paid for, a<br />

sum equivalent to the aggregate price for such Deliverables computed in<br />

accordance with the price or prices specified in the Contract, appropriately<br />

adjusted for any saving of freight or other charges;<br />

39.7.2. the costs incurred in the performance of the Work terminated<br />

including initial costs and preparatory expense allocable thereto, but<br />

exclusive of any costs attributable to Deliverables paid or to be paid for<br />

under Clause 39.7.1;<br />

39.7.3. the cost of settling and paying claims arising out of the<br />

termination of work under Sub-contracts or orders, as provided in Clause<br />

39.3.5, which are properly chargeable to the terminated portion of the<br />

Contract, exclusive of amounts paid or payable on account of Deliverables<br />

or materials delivered or services furnished by Sub-contractors or vendors<br />

prior to the effective date of the notice of termination, which amounts<br />

shall be included in the costs payable under Clause 39.7.2; and<br />

39.7.4. a sum, as profit on Clause 39.7.1 above, determined by the<br />

Purchaser to be fair and reasonable; provided, however, that if it appears


Book II, Part III, Page 59<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

that the Contractor would have sustained a loss on the entire Contract, had<br />

it been completed, no profit shall be included or allowed and an<br />

appropriate adjustment shall be made reducing the amount of the<br />

settlement to reflect the indicated rate of loss; and<br />

39.7.5. the reasonable costs of settlement, including accounting, legal,<br />

clerical and other expenses reasonably necessary for the preparation of<br />

settlement claims and supporting data with respect to the terminated<br />

portion of the Contract and for the termination and settlement of Subcontracts<br />

thereunder, together with reasonable storage, transportation, and<br />

other costs incurred in connection with the protection, or disposition of<br />

property allocable to this Contract.


Book II, Part III, Page 60<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

39.8. The total sum to be paid to the Contractor under Clause 39.7 shall not<br />

exceed the total Contract price as reduced by the amount of payments otherwise<br />

made and as further reduced by the Contract price of Work not terminated.<br />

39.9. Except for normal spoilage, and except to the extent that the Purchaser<br />

shall have otherwise expressly assumed the risk of loss, there shall be excluded<br />

from the amounts payable to the Contractor, as provided in Clause 39.7 above,<br />

the fair value, as determined by the Purchaser, of property which is destroyed,<br />

lost, stolen, or damaged so as to become undeliverable to the Purchaser, or to a<br />

buyer pursuant to Clause 39.3.7 above.<br />

39.10. The Contractor shall have the right to dispute, under the Clause 41<br />

(Disputes), any determination made by the Purchaser under Clauses 39.5 and<br />

39.7, except that if the Contractor has failed to submit his claim within the time<br />

provided in Clause 39.5 and has failed to request extension of such time, the<br />

Contractor shall be foreclosed from his right to dispute said determination. In<br />

any case where the Purchaser has made a determination of the amount due<br />

under Clauses 39.5 and 39.7, the Purchaser shall pay the Contractor the<br />

following:<br />

39.10.1. if there is no right of appeal hereunder or if no timely appeal<br />

has been taken, the amount so determined by the Purchaser, or<br />

39.10.2. if an appeal has been taken, the amount finally determined on<br />

such appeal.<br />

39.11. In arriving at the amount due to the Contractor under this Clause there<br />

shall be deducted:<br />

39.11.1. all unliquidated advance or other payments on account<br />

theretofore made to the Contractor, applicable to the terminated portion of<br />

this Contract;<br />

39.11.2. any claim which the Purchaser may have against the Contractor<br />

in connection with this Contract; and<br />

39.11.3. the agreed price for, or the proceeds of the sale of, any<br />

materials, Deliverables, or other things acquired by the Contractor or sold,<br />

pursuant to the provisions of this Clause, and not otherwise recovered by<br />

or credited to the Purchaser.<br />

39.12. If the termination hereunder is partial, prior to the settlement of the<br />

terminated portion of this Contract, the Contractor may file with the Purchaser,<br />

in accordance with Clause 16 (Changes), a request in writing for an equitable<br />

adjustment of the price or prices relating to the continued portion of the


Book II, Part III, Page 61<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

Contract (the portion not terminated by the notice of termination), and such<br />

equitable adjustment as may be agreed upon shall be made in such price or<br />

prices.<br />

39.13. The Purchaser may from time to time, under such terms and conditions<br />

as it may prescribe, make partial payments and payments on account against<br />

costs incurred by the Contractor in connection with the terminated portion of<br />

this Contract whenever in the opinion of the Purchaser the aggregate of such<br />

payments shall be within the amount to which the Contractor will be entitled<br />

hereunder. If the total of such payment is in excess of the amount finally agreed<br />

or determined to be due under this Clause, such excess shall be payable by the<br />

Contractor to the Purchaser upon demand, together with interest calculated<br />

using the average of the official base rate(s) per annum of the deposit facility<br />

rate as notified by the European Central Bank or such other official source as<br />

may be determined by the Purchaser, for the period from the date the excess is<br />

received by the Contractor to the date such excess is repaid to the Purchaser,<br />

provided, however, that no interest shall be charged with respect to any such<br />

excess payment attributed to a reduction in the Contractor's claim by reason of<br />

retention or other disposition of termination inventory until ten days after the<br />

date of such retention or disposition or such later date as determined by the<br />

Purchaser by reason of the circumstances.<br />

39.14. Unless otherwise provided for in this Contract, the Contractor, from<br />

the effective date of termination and for a period of three years after final<br />

settlement under this Contract, shall preserve and make available to the<br />

Purchaser at all reasonable times at the office of the Contractor, but without<br />

direct charge to the Purchaser, all his books, records, documents, computer files<br />

and other evidence bearing on the costs and expenses of the Contractor under<br />

this Contract and relating to the work terminated hereunder, or, to the extent<br />

approved by the Purchaser, photographs, micro-photographs, or other authentic<br />

reproductions thereof.<br />

40. APPLICABLE LAW<br />

40.1. This Contract shall be governed, interpreted and construed in<br />

accordance with the laws of the Kingdom of Belgium, with the exclusion of the<br />

conflict of law rules.<br />

41. DISPUTES<br />

41.1. Except to the extent to which special provision is made elsewhere in<br />

the Contract, all disputes, differences or questions which are not disposed of by<br />

agreement between the Parties to the Contract with respect to any matter arising<br />

out of or relating to the Contract, other than a matter as to which the decision of<br />

the Purchaser under the Contract is said to be final and conclusive, shall be<br />

decided by the Contracting Authority. The Contracting Authority shall reduce


Book II, Part III, Page 62<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

his decision to writing and mail or otherwise furnish a copy thereof to the<br />

Contractor.<br />

41.2. The Contracting Authority shall not proceed with the evaluation and<br />

decision in respect of any claim until and unless the Contractor has submitted<br />

the attestation as foreseen in Clause 18 (Claims), as well as the complete proof<br />

and evidence of the claim (either by submission or by identification of the<br />

relevant documentation).<br />

41.3. The Contracting Authority's decision shall be final and conclusive<br />

unless, within 30 Days from the date of receipt of such copy, the Contractor<br />

mails or otherwise furnishes to the Contracting Authority his decision to open<br />

arbitration proceedings in accordance with the Clause 42 (Arbitration). The<br />

burden of proof for both receipt and delivery of such documentation shall be by<br />

signed and dated registered mail receipt or by hand receipt as acknowledged and<br />

signed by the Contracting Authority.<br />

41.4. Pending final decision of a dispute, the Contractor shall proceed<br />

diligently with the performance of the Contract, unless otherwise instructed by<br />

the Contracting Authority.<br />

42. ARBITRATION<br />

42.1. Within a period of thirty days from the date of receipt of the<br />

notification referred to in Clause 41.3 above, the Parties shall jointly appoint an<br />

arbitrator. In the event of failure to appoint an arbitrator, the dispute or disputes<br />

shall be submitted to an Arbitration Tribunal consisting of three arbitrators, one<br />

being appointed by the Purchaser, another by the other contracting party and the<br />

third, who shall act as President of the Tribunal, by these two arbitrators.<br />

Should one of the Parties fail to appoint an arbitrator during the fifteen days<br />

following the expiration of the first period of thirty days, or should the two<br />

arbitrators be unable to agree on the choice of the third member of the<br />

Arbitration Tribunal within thirty days following the expiration of the said first<br />

period, the appointment shall be made, within twenty-one days, at the request of<br />

the Party instituting the proceedings, by the Secretary General of the Permanent<br />

Court of Arbitration at The Hague.<br />

42.2. Regardless of the procedure concerning the appointment of this<br />

Arbitration Tribunal, the third arbitrator will have to be of a nationality different<br />

from the nationality of the other two members of the Tribunal.<br />

42.3. Any arbitrator must be of the nationality of any one of the member<br />

states of NATO and shall be bound by the rules of security in force within<br />

NATO.


Book II, Part III, Page 63<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

42.4. Any person appearing before the Arbitration Tribunal in the capacity<br />

of an expert witness shall, if he is of the nationality of one of the member states<br />

of NATO, be bound by the rules of security in force within NATO. If he is of<br />

another nationality, no NATO classified documents or information shall be<br />

communicated to him.<br />

42.5. An arbitrator, who, for any reason whatsoever, ceases to act as an<br />

arbitrator, shall be replaced under the procedure laid down in Clause 42.1<br />

above.<br />

42.6. The Contractor agrees to submit to the Arbitration Tribunal only such<br />

issues, facts, evidence and proof which the Contractor had beforehand identified<br />

and submitted to the Contracting Authority for decision in accordance with<br />

Clause 41 (Disputes). The jurisdictional authority of the Arbitration Tribunal<br />

shall be restricted to consider only those identical issues, facts, evidence and<br />

proof so identified and submitted to the Contracting Authority.<br />

42.7. The Purchaser likewise agrees to restrict its submissions only to the<br />

information on which the Contracting Authority based its decision and not to<br />

introduce new information and arguments which cannot reasonably be deduced<br />

or inferred from the written decision of the Contracting Authority in response to<br />

the original dispute.<br />

42.8. The Arbitration Tribunal will take its decisions by a majority vote. It<br />

shall decide where it will meet and, unless it decides otherwise, shall follow the<br />

arbitration procedures of the International Chamber of Commerce in force at the<br />

date of signature of the present Contract.<br />

42.9. The awards of the arbitrator or of the Arbitration Tribunal shall be final<br />

and there shall be no right of appeal or recourse of any kind. These awards shall<br />

determine the apportionment of the arbitration expenses.<br />

42.10. Pending final decision of a dispute, the Contractor shall proceed<br />

diligently with the performance of the Contract, unless otherwise instructed by<br />

the Contracting Authority.<br />

43. SEVERABILITY<br />

43.1. If one or more of the provisions of this Contract is declared to be<br />

invalid, illegal or unenforceable in any respect under any applicable law, the<br />

validity, legality and enforceability of the remaining provisions shall not be<br />

affected. Each of the Party shall use its best efforts to immediately and in good<br />

faith negotiate a legally valid replacement provision.


A. General<br />

Book II, Part III, Page 64<br />

NATO UNCLASSIFIED<br />

ANNEX TO GENERAL PROVISONS<br />

PURCHASER'S PRICING PRINCIPLES<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

1. With regard to all actions included in Clause 19, the Purchaser will<br />

honour the accounting standards and pricing principles to which the<br />

Contracting is required to conform by the national defence authority<br />

(or other governing national authority, as applicable) in the country of<br />

origin of the Contractor. Where such accounting standards are nonexistent<br />

or incomplete, or where the Contractor is not required to<br />

conform to such standards and principles, the Parties agree that the<br />

Purchaser‟s Pricing Principles contained herein shall govern.<br />

2. As may be requested by the Purchaser, the Contractor shall provide<br />

documentation that the standards or principles employed in the<br />

submission of cost or pricing data are in conformance with governing<br />

national policies and regulation. Where such conformance can not be<br />

demonstrated to the satisfaction of the Purchaser, the Purchaser‟s<br />

Pricing Principles will be employed.<br />

3. The Contractor shall also incorporate provisions corresponding to<br />

those mentioned herein in all sub-contracts, and shall require price and<br />

cost analysis provisions be included therein.<br />

B. Purchaser‟s Pricing Principles<br />

1. Allowable cost<br />

A cost is allowable for consideration by the Purchaser if the following conditions are<br />

fulfilled:<br />

(a) it is incurred specifically for the Contract or benefits both the Contract<br />

and other work or is necessary to the overall operation of the business although<br />

a direct relationship to any particular product or service cannot be established<br />

and is allocated to them in respective proportion according to the benefit<br />

received;<br />

(b) it is reasonable and expedient in its nature and amount and does not<br />

exceed that which would be incurred by an ordinary prudent person in the<br />

conduct of competitive business;<br />

(c) it is not liable to any limitations or exclusion as to types or amounts of<br />

cost items as set forth herein.<br />

2. Partially Allowable Costs


Book II, Part III, Page 65<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

The following cost items are examples of costs which are normally partially allowable<br />

only as indirect costs within the limitations described below provided that such costs<br />

are reasonable in nature and amount and are allocated as indirect costs to all work of<br />

the Contractor.<br />

(a) Advertising costs.<br />

(b) Contributions.<br />

(c) Bonuses paid pursuant to an agreement entered into before the contract<br />

was made or pursuant to a plan established and consistently followed before the<br />

contract was concluded.<br />

(d) Depreciation of plant equipment or other capital assets.<br />

(e) Costs of normal maintenance and repair of plant, equipment and other<br />

capital assets.<br />

(f) The costs of general research and development work which are not<br />

chargeable directly to a contract and which are not aimed at the preparation or<br />

development of a specific product.<br />

(g) Travel costs, except those which, according to the terms of the contract,<br />

are to be charged directly to it.<br />

(h) Pre-contract cost (cost prior to the effective date stated in the contract) in<br />

anticipation of the award of the Contract or pursuant to its negotiation<br />

3. Unallowable Costs<br />

In general all costs which cannot be shown by the contractor to be directly or<br />

indirectly of benefit to the Contract are totally unallowable. Examples of such costs<br />

are, among others:<br />

(a) Costs of a particular advertising campaign without prior agreement of the<br />

Purchaser or which has no connection with the Contract.<br />

(b) Costs of remuneration, having the nature of profit sharing.<br />

(c) Costs of maintaining, repairing and housing idle and excess facilities.<br />

(d) Fines and penalties as well as legal and administrative expenses resulting<br />

from a violation of laws and regulations.<br />

(e) Losses on other contracts.<br />

(f) Costs incurred for the creation of reserves for general contingencies or<br />

other reserves (e.g. for bad debts, including losses).


Book II, Part III, Page 66<br />

NATO UNCLASSIFIED<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

(g) Losses on bad debts, including legal expenses and collection costs in<br />

connection with bad debts.<br />

(h) Costs incurred to raise capital.<br />

(i) Gains and losses of any nature arising from the sale or exchange of capital<br />

assets other than depreciable property.<br />

(j) Taxes on profits.<br />

(k) Contractual penalties incurred.<br />

(l) Commissions and gratuities.<br />

(m) Interest on borrowings.<br />

4. Cost Groupings<br />

(a) In estimating or calculating the costs of the deliverables to be furnished<br />

and the services to be performed under the Contract, the Contractor<br />

shall distinguish the following cost groupings:<br />

(i) Direct Costs<br />

A direct cost is any cost which can be identified specifically with a<br />

particular cost objective as generally accepted. Direct costs are not<br />

limited to items which are incorporated in the end product as material<br />

or labour.<br />

(ii) Indirect Costs<br />

An indirect cost is one which is not readily subject to treatment as a<br />

direct cost.<br />

(b) The Contractor shall specify the allocation of costs to either of the cost<br />

groupings. The method by which costs are accumulated and<br />

distributed as part of direct or indirect costs cannot be modified during<br />

the duration of the Contract.<br />

5. Overhead Rates<br />

(a) Indirect costs, which as a rule are to be allocated to all work of the<br />

Contractor, shall be accumulated by logical cost groupings in<br />

accordance with sound accounting principles and the Contractor's<br />

established practices. Such costs shall be presented as overhead rates<br />

and be applied to each related direct cost grouping.<br />

(b) The Contractor shall inform the Purchaser of his overhead rates and the


Book II, Part III, Page 67<br />

NATO UNCLASSIFIED<br />

basis upon which they were computed.<br />

NATO UNCLASSIFIED<br />

<strong>CO</strong>-<strong>12780</strong>-N<strong>CO</strong>P<br />

(c) The term "provisional overhead rate" means a tentative overhead rate<br />

established for interim billing purposes pending negotiation and<br />

agreement to the final overhead rate.<br />

(d) An overhead rate is pre-determined if it is fixed before or during a<br />

certain period and based on (estimated) costs to be incurred during this<br />

period. An overhead rate is post-determined if it is fixed after a certain<br />

period and based on costs actually incurred during this period. Predetermined<br />

overhead rates shall be agreed upon as final rates whenever<br />

possible; otherwise the provisions of paragraph 3 above shall apply<br />

pending agreement to post-determined rates.<br />

(e) Such rates shall be determined on the basis of Contractor's properly<br />

supported actual cost experience.<br />

(f) If the overhead rates of the Contractor for similar contracts placed by<br />

national or international public services have been established or<br />

approved by a government agency or an agency accepted by his<br />

government and the Contractor proposes the application of these rates,<br />

he shall state the name and address of the agency which has accepted<br />

or approved the rates and the period for which they were established.<br />

If he proposes rates which vary from the rates mentioned above, he<br />

shall furthermore provide a justification for the difference.<br />

(g) If the overhead rates of the Contractor for similar contracts placed by<br />

national or international public services have not been established or<br />

approved by a government agency or an agency accepted by his<br />

government, he shall provide the necessary data to support the<br />

proposed rates.<br />

6. Profit/Fee<br />

(a) Over the entire life cycle of a given acquisition, Profit and/or Fee are<br />

subject to negotiation.<br />

(b) Subcontracting profit/fee amounts are dependent upon the size, nature and<br />

oversight needs of the subcontract(s) the prime contractor will use for work<br />

performance period.<br />

(c) Profit/Fee factors are considered by the Purchaser not only to be directly<br />

related to industrial profit rates in the surrounding geographical areas for<br />

similar work and/or tasks, but to a high degree correlated to the expected<br />

risk and exposure of the Contractor in performance of the contract.

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!