le 2016-06-15 REQUEST FOR PROPOSAL DEMANDE ... - Buy and Sell

0 downloads 64 Views 255KB Size Report
May 5, 2016 - Electronic Payment Instruments, to identify which ones are accepted. .... applicable specification and hav
Part - Partie 1 of - de 2 See Part 2 for Clauses and Conditions Voir Partie 2 pour Clauses et Conditions

1 1

RETURN BIDS TO: RETOURNER LES SOUMISSIONS À:

Title - Sujet

Bid Receiving - PWGSC / Réception des soumissions - TPSGC 11 Laurier St./ 11, rue Laurier Place du Portage, Phase III Core 0B2 / Noyau 0B2 Gatineau, Québec K1A 0S5 Bid Fax: (819) 997-9776

Solicitation No. - N° de l'invitation

Date

21120-152493/A

2016-05-05

Ballistic Soft Body Armour

Client Reference No. - N° de référence du client

21120-152493 GETS Reference No. - N° de référence de SEAG

PW-$$PR-737-70899 File No. - N° de dossier

CCC No./N° CCC - FMS No./N° VME

pr737.21120-152493

REQUEST FOR PROPOSAL DEMANDE DE PROPOSITION Proposal To: Public Works and Government Services Canada We hereby offer to sell to Her Majesty the Queen in right of Canada, in accordance with the terms and conditions set out herein, referred to herein or attached hereto, the goods, services, and construction listed herein and on any attached sheets at the price(s) set out therefor.

Proposition aux: Travaux Publics et Services Gouvernementaux Canada Nous offrons par la présente de vendre à Sa Majesté la Reine du chef du Canada, aux conditions énoncées ou incluses par référence dans la présente et aux annexes ci-jointes, les biens, services et construction énumérés ici sur toute feuille ci-annexée, au(x) prix indiqué(s).

Solicitation Closes - L'invitation prend fin at - à 02:00 PM on - le 2016-06-15 F.O.B. - F.A.B.

Specified Herein - Précisé dans les présentes

Plant-Usine:

Destination:

Other-Autre:

Time Zone Fuseau horaire

Eastern Daylight Saving Time EDT



Address Enquiries to: - Adresser toutes questions à:

Buyer Id - Id de l'acheteur

Dusenbury, Debbie

pr737

Telephone No. - N° de téléphone

FAX No. - N° de FAX

( )

( )

-

(

)

-

Destination - of Goods, Services, and Construction: Destination - des biens, services et construction:

See Annex "A"

Comments - Commentaires

Instructions: See Herein Instructions: Voir aux présentes Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur Delivery Required - Livraison exigée

Delivery Offered - Livraison proposée

See Herein Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur

Issuing Office - Bureau de distribution

Telephone No. - N° de téléphone Facsimile No. - N° de télécopieur

Clothing and Textiles Division / Division des vêtements et des textiles 11 Laurier St./ 11, rue Laurier 6A2, Place du Portage Gatineau, Québec K1A 0S5

Name and title of person authorized to sign on behalf of Vendor/Firm (type or print) Nom et titre de la personne autorisée à signer au nom du fournisseur/ de l'entrepreneur (taper ou écrire en caractères d'imprimerie)

Signature

Page 1 of - de 1

Date

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

21120-152493/A

Buyer ID - Id de l'acheteur

pr737

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

21120-152493

pr737.21120-152493

dated 05_MAY_2016

TABLE OF CONTENTS PART 1 - GENERAL INFORMATION 1.1 SECURITY REQUIREMENT 1.2 STATEMENT OF REQUIREMENT 1.3 DEBRIEFINGS 1.4 TRADE AGREEMENTS PART 2 - BIDDER INSTRUCTIONS 2.1 STANDARD INSTRUCTIONS, CLAUSES AND CONDITIONS 2.2 SUBMISSION OF BIDS 2.3 ENQUIRIES - BID SOLICITATION 2.4 APPLICABLE LAWS 2.5 SPECIFICATIONS AND STANDARDS PART 3 - BID PREPARATION INSTRUCTIONS 3.1 BID PREPARATION INSTRUCTIONS PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION 4.1 EVALUATION PROCEDURES 4.2 BASIS OF SELECTION 4.3 CONTRACT FINANCIAL SECURITY 4.4 SECURITY DEPOSIT DEFINITION PART 5 – CERTIFICATIONS AND ADDITIONAL INFORMATION 5.1 CERTIFICATIONS REQUIRED WITH THE BID 5.2 CERTIFICATIONS PRECEDENT TO CONTRACT AWARD AND ADDITIONAL INFORMATION PART 6 - RESULTING CONTRACT CLAUSES 6.1 SECURITY REQUIREMENT 6.2 STATEMENT OF REQUIREMENT 6.3 STANDARD CLAUSES AND CONDITIONS 6.4 TERM OF CONTRACT 6.5 AUTHORITIES 6.6 PAYMENT 6.7 INVOICING INSTRUCTIONS 6.8 CERTIFICATIONS 6.9 APPLICABLE LAWS 6.10 PRIORITY OF DOCUMENTS 6.11 MATERIALS: CONTRACTOR TOTAL SUPPLY 6.12 PLANT CLOSING 6.13 PLANT LOCATION 6.14 SUBCONTRATOR(S) 6.15 ORIGIN OF WORK - DISCLOSURE OF INFORMATION 6.16 OVERSHIPMENT 6.17 PRE-PRODUCTION SAMPLE AND PRODEUCTION SAMPLES 6.18 SPECIFICATIONS AND STANDARDS 6.19 FINANCIAL SECURITY

Page 1 of - de 22

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

21120-152493/A

Buyer ID - Id de l'acheteur

pr737

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

21120-152493

pr737.21120-152493

LIST OF ANNEXES ANNEX “A” - STATEMENT OF REQUIREMENT , 1. TECHNICAL REQUIREMENT 2. ADDRESSES 3. DELIVERABLES 4. OPTION QUANTITIES

ANNEX “1” TO PART 3 OF THE BID SOLICITATION - ELECTRONIC PAYMENT INSTRUMENTS

Page 2 of - de 22

dated 05_MAY_2016

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

21120-152493/A

Buyer ID - Id de l'acheteur

pr737

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

21120-152493

pr737.21120-152493

dated 05_MAY_2016

PART 1 - GENERAL INFORMATION 1.1 Security Requirement There is no security requirement associated with this bid solicitation. 1.2 Statement of Requirement The “Requirement” is detailed under at Annex “A” of the resulting contract clauses. 1.3 Debriefings Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person. 1.4 Trade Agreements The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), and the Agreement on Internal Trade (AIT).

PART 2 - BIDDER INSTRUCTIONS 2.1 Standard Instructions, Clauses and Conditions All instructions, clauses and conditions identified in the bid solicitation by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual (https://buyandsell.gc.ca/policy-andguidelines/standard-acquisition-clauses-and-conditions-manual) issued by Public Works and Government Services Canada. Bidders who submit a bid agree to be bound by the instructions, clauses and conditions of the bid solicitation and accept the clauses and conditions of the resulting contract. The 2003 (2016/04/04) Standard Instructions - Goods or Services - Competitive Requirements, are incorporated by reference into and form part of the bid solicitation. Delete: 60 days Insert: 120 days 2.2 Submission of Bids Bids must be submitted only to Public Works and Government Services Canada (PWGSC) Bid Receiving Unit by the date, time and place indicated on page 1 of the bid solicitation.

Page 3 of - de 22

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

21120-152493/A

Buyer ID - Id de l'acheteur

pr737

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

21120-152493

pr737.21120-152493

dated 05_MAY_2016

2.3 Enquiries - Bid Solicitation All enquiries must be submitted in writing to the Contracting Authority no later than seven (7) calendar days before the bid closing date. Enquiries received after that time may not be answered. Bidders should reference as accurately as possible the numbered item of the bid solicitation to which the enquiry relates. Care should be taken by Bidders to explain each question in sufficient detail in order to enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary nature must be clearly marked "proprietary" at each relevant item. Items identified as "proprietary" will be treated as such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the question(s) or may request that the Bidder do so, so that the proprietary nature of the question(s) is eliminated, and the enquiry can be answered to all Bidders. Enquiries not submitted in a form that can be distributed to all Bidders may not be answered by Canada.

2.4 Applicable Laws Any resulting contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in Ontario. Bidders may, at their discretion, substitute the applicable laws of a Canadian province or territory of their hoice without affecting the validity of their bid, by deleting the name of the Canadian province or territory specified and inserting the name of the Canadian province or territory of their choice. If no change is made, it acknowledges that the applicable laws specified are acceptable to the Bidders. 2.5 Specifications and Standards 2.5.1 United States Military Specifications and Standards The Bidder is responsible for obtaining copies of all United States (US) military specifications and standards which may be applicable to the requirement. These specifications and standards are available commercially, or may be obtained by visiting the US Department of Defense Website, at the following address: http://assistdocs.com/search/search_basic.cfm (Derived from - Provenant de: B4019C)

2.5.2 Canadian General Standards Board (CGSB) - Standards A copy of the CGSB Standards referred to in the bid solicitation is available and may be purchased from: Canadian General Standards Board Place du Portage III, 6B1 11 Laurier Street Gatineau, Québec Telephone: (819) 956-0425 or 1-800-665-CGSB (Canada only) Fax: (819) 956-5740 E-mail: [email protected] CGSB Website: http://www.tpsgc-pwgsc.gc.ca/ongc-cgsb/index-eng.html (Derived from - Provenant de: B4003T)

Page 4 of - de 22

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

21120-152493/A

Buyer ID - Id de l'acheteur

pr737

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

21120-152493

pr737.21120-152493

dated 05_MAY_2016

PART 3 - BID PREPARATION INSTRUCTIONS 3.1 Bid Preparation Instructions Canada requests that bidders provide their bid in separately bound sections as follows: Section I: Section II: Section III: Section IV:

Technical Bid (1 hard copy – see also Section I below) Financial Bid (1 hard copy) Certifications (1 hard copy) Additional Information (1 hard copy)

Prices must appear in the financial bid only. No prices must be indicated in any other section of the bid. Canada requests that Bidders follow the format instructions described below in the preparation of their bid: (a) use 8.5 x 11 inch (216 mm x 279 mm) paper; (b) use a numbering system that corresponds to the bid solicitation; In April 2006, Canada issued a policy directing federal departments and agencies to take the necessary steps to incorporate environmental considerations into the procurement process Policy on Green Procurement (http://www.tpsgc-pwgsc.gc.ca/ecologisation-greening/achats-procurement/politique-policyeng.html). To assist Canada in reaching its objectives, Bidders should: 1) use 8.5 x 11 inch (216 mm x 279 mm) paper containing fibre certified as originating from a sustainablymanaged forest and containing minimum 30% recycled content; and 2) use an environmentally-preferable format including black and white printing instead of colour printing, printing double sided/duplex, using staples or clips instead of cerlox, duotangs or binders. 3) Green Initiatives (for PWGSC information only) Bidders are requested to provide details of their policies and practices in relation to the following initiatives: - environmentally responsible manufacturing; - environmentally responsible waste disposal; - waste reduction; - packaging; - re-use strategies; - recycling. Section I: Technical Bid In their technical bid, Bidders should explain and demonstrate how they propose to meet the requirements and how they will carry out the Work (reference pre-award sample, Part 4, Evaluation Procedures, 1.1.1 Mandatory Technical Criteria) Section II: Financial Bid Bidders must submit their financial bid in accordance with the Basis of Payment. The total amount of Applicable Taxes must be shown separately.

Page 5 of - de 22

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

21120-152493/A Client Ref. No. - N° de réf. du client

File No. - N° du dossier

21120-152493

pr737.21120-152493

3.1.1

Buyer ID - Id de l'acheteur

pr737 dated 05_MAY_2016

Electronic Payment of Invoices – Bid

If you are willing to accept payment of invoices by Electronic Payment Instruments, complete Annex “1” Electronic Payment Instruments, to identify which ones are accepted. If Annex “1” Electronic Payment Instruments is not completed, it will be considered as if Electronic Payment Instruments are not being accepted for payment of invoices. Acceptance of Electronic Payment Instruments will not be considered as an evaluation criterion. 3.1.2

Exchange Rate Fluctuation C3011T 2013/11/06

Exchange Rate Fluctuation

Section III: Certifications Bidders must submit the certifications and additional information required under Part 5. Section IV: Additional Information 3.1.3 Origin of Work For each line item, bidders must identify the name(s) of the country or countries where the apparel goods are cut (or knit to shape) and sewn, regardless of whether the work is to be performed by the Bidder or one of its subcontractor(s). The following information must be provided for each location where any of the goods are cut (or knit to shape) or sewn: Line Item number_______ Country: ________________________ (Bidders must add additional lines if there is more than one manufacturer or one country per line item.) Bidders must immediately inform Canada in writing of any and all changes affecting the information provided under this clause during the entire bid validity period.

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION 4.1 (a)

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

(b)

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

Page 6 of - de 22

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

21120-152493/A

Buyer ID - Id de l'acheteur

pr737

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

21120-152493

pr737.21120-152493

dated 05_MAY_2016

4.1.1 Technical Evaluation 4.1.1.1 Mandatory Technical Criteria Pre-Award Sample(s) and Supporting Documentation As part of the technical evaluation, to confirm a bidder's capability of meeting the technical requirements, one (1) pre-award sample (item 001, size 40-42 Regular Male. quantity 1 set of Ballistic Soft Body Armour consisting of External Carrier & Ballistic Panels) and test results and certificates of compliance, will be required after the bid closing date upon a written request from PWGSC. Canada will begin the technical evaluation by requesting the submission of the preaward sample (PAS) from the lowest-priced bidders (up to the 3 lowest). If no technicallycompliant bids are found after the evaluation of the PAS, then Canada will proceed with requesting PAS from the next 3 lowest bids received. A base pattern (size 40-42 Regular - male) AND a sealed sample will be provided to a supplier in order to produce the pre-award sample (PAS). The Bidder must ensure that the required pre-award sample is manufactured in accordance with the technical requirement and are fully representative of the bid submitted. Rejection of the preaward sample) will result in the bid being declared non-responsive. The Bidder must deliver the required pre-award sample and test results and certificates of compliance at no charge to Canada and must ensure that they are received within 45 calendar days from request. Failure to submit the required pre-award sample and test results and certificates of compliance within the specified time frame will result in the bid being declared nonresponsive. The sample submitted by the Bidder will remain the property of Canada. Laboratory analysis of the product offered showing test results for specific tests listed hereunder of physical properties detailed in the technical requirement must be provided with the pre-award sample. Testing must be performed by an independent accredited laboratory establishment and must be in accordance with the test methods detailed in the Requirement. The laboratory report and test results must be dated within six months of the Request for Proposal posting date. BALLISTIC PANELS Test Reports: a) Four (4) vests (front and back panels) in size 40-42 Regular Male, must be produced to meet the testing requirements in paragraph 6.1.2 of the purchase description; and b) Panel Waterproofness Testing, in accordance with paragraph 6.1.3 of the purchase description. Refer to CSC purchase description CAG-2-1511-847, dated 2016-04-07 for further clarification.

In addition, Certificates of Compliance (CofC) for the following properties are required as defined herein: a) Cloth, Ballistic Aramid, paragraph 5.3.1 of the purchase description; b) Cloth, Pouch, Ballistic Panel, paragraph 5.3.2 of the purchase description; c) Hook tape, paragraph 5.3.3 of the purchase description; d) Thread, paragraph 5.3.4 of the purchase description; e) Ballistic panels, paragraph 5.5.1 of the purchase description; and f) Ballistic Aramid Cloth (Material data sheet), paragraph 6.1.1 of the purchase description Refer to CSC purchase description CAG-2-1511-847, dated 2016-04-07 for further clarification.

Page 7 of - de 22

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

21120-152493/A

Buyer ID - Id de l'acheteur

pr737

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

21120-152493

pr737.21120-152493

dated 05_MAY_2016

CARRIER FOR BALLISTIC PANELS Test Reports: a) Shell Material, paragraph 4.2.1, Table I of the purchase description requires test reports if an alternate to the Doubletex Panamera SD35S is used; b) Lining Material, Mesh paragraph 4.2.2, Table II of the purchase description; and c) Lining Material (Wicking/Moisture dissipating), paragraph 4.2.3, Table III of the purchase description n requires test reports if an alternate to the Rentex Mills “Micro Polyester” R5281T is used. Refer to CSC purchase description CAG-2-1511-847, dated 2016-04-07 for further clarification.

In addition, Certificates of Compliance (CofC) for the following properties are required as defined herein: a) Shell Material, paragraph 4.2.1, Table I of the purchase description when the known supplier is used; b) Lining Material (Wicking/Moisture dissipating), paragraph 4.2.3, Table III of the purchase description when the known supplier is used; c) Webbing, paragraph 4.2.4 of the purchase description; d) Thread, paragraph 4.2.5.1 & 4.2.5.2 of the purchase description; e) The Hook & Loop Tape, paragraph 4.2.6 of the purchase description; f) Slide Fasteners, paragraph 4.2.7.1, 4.2.7.2 & 4.2.7.3 of the purchase description; g) The Binding Tape, paragraph 4.2.9 of the purchase description; h) Neoprene Padding, paragraph 4.2.10 of the purchase description; and i) Fusing, paragraph 4.2.11 of the purchase description. Refer to CSC purchase description CAG-2-1511-847, dated 2016-04-07 for further clarification. The pre-award sample will be evaluated for quality of workmanship and conformance to specified materials and measurements. (Except for substitutions as indicated below) The requirement for a pre-award samples and test results and certificates of compliance will not relieve the successful bidder from submitting sample and test results and certificates of compliance as required by the contract terms or from strictly adhering to the technical requirement of this Request for Proposal and any resultant contract. In the event that a component, Do you need the main fabric to be exact ie. Colour[other than the main fabric](i.e. slide fastener, hook and loop etc.) is not available to the Bidder in a time frame to manufacture the pre-award sample(s), the Bidder may use a similar substitute component. Also, the Bidder must include a letter explaining the substitution submitted with the pre-award sample(s), together with a statement that, should the Bidder be awarded the contract, all materials will be strictly in accordance with the technical requirement.

CERTIFICATE OF COMPLIANCE - DEFINITION A Certificate of Compliance is a written statement from an appropriate official of the component manufacturer attesting the full compliance of the component(s) (eg. slide fastener, hook and loop, webbing, fabric etc.) to the specification. This document must be on official company stationery; it must be dated within six months of the Request for Proposal posting date); it must make reference to the applicable specification and have the original signature of the company's designated representative. Canada reserves the right to verify the statements made in the Certificate of Compliance. Full test results, demonstrating the product's compliance, will be accepted in lieu of a Certificate of Compliance.

Page 8 of - de 22

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

21120-152493/A

Buyer ID - Id de l'acheteur

pr737

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

21120-152493

pr737.21120-152493

dated 05_MAY_2016

LABORATORY ANALYSIS - Definition Laboratory analysis of the product offered showing test results for specific tests listed hereunder of physical properties detailed in the technical requirement must be provided with the pre-production samples. Testing must be performed by an independent accredited laboratory establishment and must be in accordance with the test methods detailed in the technical requirement. The laboratory report and test results must be dated within six months of the request for proposal posting date. 4.1.2

Financial Evaluation

4.1.2.1 Mandatory Financial Criteria a. The Bidder must submit firm unit prices in Canadian dollars, applicable taxes are excluded, DDP (Regina, Saskatchewan) Incoterms 2000, transportation costs included, all applicable Customs Duties and Excise taxes included. b. . 4.1.2.2

The Bidder must submit firm unit pricing for all items including options quantities. SACC MANUAL CLAUSE A9033T 2012/07/16 Financial Capability

4.2 Basis of Selection A bid must comply with all requirements of the bid solicitation and meet all mandatory technical and financial evaluation criteria to be declared responsive. The responsive bid with the lowest evaluated aggregate price will be recommended for award of a contract (1 contract only). Evaluation will be established using the firm quantities for the all items, and 100% of the option quantities. 4.3 1.

Contract Financial Security If this bid is accepted, the Bidder may be required to provide contract financial security, after the bid closing date and within 10 calendar days from receipt of a written request from the Contracting Authority. (a) a security deposit as defined in clause “Security Deposit Definition” in the amount of up to ten percent (10%) of the contract price.

2.

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

3.

If Canada does not receive the required financial security within the specified period, Canada may, as its discretion, accept another offer, issue a new bid solicitation, award a contract or reject all the bids. (Derived from - Provenant de: E0007C)

Page 9 of - de 22

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

21120-152493/A

Buyer ID - Id de l'acheteur

pr737

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

21120-152493

pr737.21120-152493

dated 05_MAY_2016

4.4 1.

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

2.

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

3.

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

4.

"irrevocable standby letter of credit" (a) means any arrangement, however named or described, whereby a financial institution (the "Issuer"), acting at the request and on the instructions of a customer (the "Applicant"), or on its behalf, (i) will make a payment to or to the order of Canada, as the beneficiary; (ii) will accept and pay bills of exchange drawn by Canada; (iii) authorizes another financial institution to effect such payment, or accept and pay such bills of exchange; or (iv) authorizes another financial institution to negotiate, against written demand(s) for payment, provided that the conditions of the letter of credit are complied with. (b) must state the face amount which may be drawn against it; (c) must state its expiry date; (d) must provide for sight payment to the Receiver General for Canada by way of the financial institution's draft against presentation of a written demand for payment signed by the authorized departmental representative identified in the letter of credit by his/her office; (e) must provide that more than one written demand for payment may be presented subject to the sum of those demands not exceeding the face amount of the letter of credit; (f) must provide that it is subject to the International Chamber of Commerce (ICC) Uniform Customs and Practice (UCP) for Documentary Credits, 2007 Revision, ICC Publication No. 600. Pursuant to the ICC UCP, a credit is irrevocable even if there is no indication to that effect; and (g) must be issued (Issuer) or confirmed (Confirmer), in either official language, by a financial institution that is a member of the Canadian Payments Association and is on the letterhead of the Issuer or Confirmer. The format is left to the discretion of the Issuer or Confirmer. (Derived from - Provenant de: E0008T)

Page 10 of - de 22

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

21120-152493/A

Buyer ID - Id de l'acheteur

pr737

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

21120-152493

pr737.21120-152493

dated 05_MAY_2016

PART 5 – CERTIFICATIONS AND ADDITIONAL INFORMATION Bidders must provide the required certifications and additional information to be awarded a contract. The certifications provided by Bidders to Canada are subject to verification by Canada at all times. Unless specified otherwise, Canada will declare a bid non-responsive, or will declare a contractor in default if any certification made by the Bidder is found to be untrue whether made knowingly or unknowingly, during the bid evaluation period or during the contract period. The Contracting Authority will have the right to ask for additional information to verify the Bidder’s certifications. Failure to comply and to cooperate with any request or requirement imposed by the Contracting Authority will render the bid non-responsive or constitute a default under the Contract 5.1 Certifications Required with the Bid Bidders must submit the following duly completed certifications as part of their bid. 5.1.1 Integrity Provisions - Declaration of Convicted Offences In accordance with the Ineligibility and Suspension Policy (http://www.tpsgc-pwgsc.gc.ca/ci-if/politiquepolicy-eng.html), the Bidder must provide with its bid the required documentation, as applicable, to be given further consideration in the procurement process 5.2 Certifications Precedent to Contract Award and Additional Information The certifications and additional information listed below should be submitted with the bid, but may be submitted afterwards. If any of these required certifications or additional information is not completed and submitted as requested, the Contracting Authority will inform the Bidder of a time frame within which to provide the information. Failure to provide the certifications or the additional information listed below within the time frame provided will render the bid non-responsive. 5.2.1

Integrity Provisions – Required Documentation In accordance with the Ineligibility and Suspension Policy (http://www.tpsgc-pwgsc.gc.ca/ciif/politique-policy-eng.html), the Bidder must provide the required documentation, as applicable, to be given further consideration in the procurement process.

5.2.2

Federal Contractors Program for Employment Equity - Bid Certification By submitting a bid, the Bidder certifies that the Bidder, and any of the Bidder's members if the Bidder is a Joint Venture, is not named on the Federal Contractors Program (FCP) for employment equity "FCP Limited Eligibility to Bid" list available at the bottom of the page of the website Employment and Social Development Canada (ESDC) Labour's (http://www.esdc.gc.ca/en/jobs/workplace/human_rights/employment_equity/federal_contractor_p rogram.page?&_ga=1.229006812.1158694905.1413548969). Canada will have the right to declare a bid non-responsive if the Bidder, or any member of the Bidder if the Bidder is a Joint Venture, appears on the “FCP Limited Eligibility to Bid“ list at the time of contract award.

5.2.3

Samples(s) and Production Certification The Bidder certifies that: (

) the manufacturer that produced the pre-award sample will remain unchanged for the preproduction sample and full production of the contract quantity. Page 11 of - de 22

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

21120-152493/A

Buyer ID - Id de l'acheteur

pr737

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

21120-152493

pr737.21120-152493

dated 05_MAY_2016

PART 6 - RESULTING CONTRACT CLAUSES The following clauses and conditions apply to and form part of any contract resulting from the bid solicitation. 6.1 6.1.1

Security Requirements There is no security requirement applicable to this Contract.

6.2 Statement of Requirement The Contractor must provide the items detailed at Annex “A”. 6.3 Standard Clauses and Conditions All clauses and conditions identified in the Contract by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual (https://buyandsell.gc.ca/policy-and-guidelines/standardacquisition-clauses-and-conditions-manual) issued by Public Works and Government Services Canada. 6.3.1

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

6.4

Term of Contract 6.4.1 Delivery Date Delivery Required (Desirable) - Firm Quantity All firm deliverables are requested complete by 17 August 2016. Delivery - Firm Quantity - Phased The first delivery must be made within _____ calendar days from the date of the written notice of approval of pre-production samples. The quantity delivered must be _____ sets. The balance must be delivered at the rate of _____ sets weekly after the first delivery until completion of the Contract. Delivery - Option Quantity (Option #1) The delivery of the option quantity must commence within _____ calendar days from receipt of the contract amendment and after final delivery of the contract quantity. The quantity delivered must be __________ sets. The balance must be shipped at a rate of ________ sets weekly after the first delivery until completion of the option quantity. Delivery - Option Quantity (Option #2) The delivery of the option quantity must commence within _____ calendar days from receipt of the contract amendment and after final delivery of the contract quantity. The quantity delivered must be __________ sets. The balance must be shipped at a rate of ________ sets weekly after the first delivery until completion of the option quantity.

6.4.1.1

Delivery – Appointments The Contractor must make deliveries to the CSC Training Academy in Regina, Saskatchewan by appointment only. The Contractor or its carrier must arrange delivery appointments by contacting CSC’s Project Authority.

Page 12 of - de 22

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

21120-152493/A

Buyer ID - Id de l'acheteur

pr737

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

21120-152493

pr737.21120-152493

dated 05_MAY_2016

6.4.1.2 Shipping Instructions - Delivery at Destination Goods must be consigned to the destination specified in the Contract and delivered: Delivered Duty Paid (DDP) Regina, Saskatchewan, Incoterms 2000 for shipments from commercial contractor. 6.4.1.3 Packaging - Commercial Packing must be in accordance with standard commercial practice to ensure safe delivery at destination. 6.4.1.4 Quality Assurance Provisions – refer to clause 6.0 (and all sub-paragraphs listed) of the Purchase Description CAG-2-1511-847 6.4.1.5 SACC Manual Clauses D2025C 2013/11/06 Wood Packaging Materials 6.5 Authorities 6.5.1 Contracting Authority The Contracting Authority for the Contract is: Debbie Dusenbury Public Works and Government Services Canada Acquisitions Branch Commercial and Consumer Products Directorate (CCPD) Clothing & Textiles Division Place du Portage, Phase III, Floor 6A2 11 Laurier Street Gatineau, Quebec K1A 0S5 Facsimile: 819-956-5454 Telephone : E-mail address: [email protected] The Contracting Authority is responsible for the management of the Contract and any changes to the Contract must be authorized in writing by the Contracting Authority. The Contractor must not perform work in excess of or outside the scope of the Contract based on verbal or written requests or instructions from anybody other than the Contracting Authority. 6.5.2 Project Authority The Project Authority for the Contract is: Name: _________ (to be advised at contract) Title: _________ Organization: Correctional Services Canada (CSC) Address: __________ Telephone : ___ ___ _______ Facsimile: ___ ___ _______ E-mail address: ___________

Page 13 of - de 22

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

21120-152493/A

Buyer ID - Id de l'acheteur

pr737

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

21120-152493

pr737.21120-152493

dated 05_MAY_2016

The Project Authority is the representative of the department or agency for whom the Work is being carried out under the Contract and is responsible for all matters concerning the technical content of the Work under the Contract. Technical matters may be discussed with the Project Authority, however the Project Authority has no authority to authorize changes to the scope of the Work. Changes to the scope of the Work can only be made through a contract amendment issued by the Contracting Authority. 6.5.3 Technical Authority The Technical Authority for this Contract is: Technical Authority Mailing/Shipping Address (CAS) Public Works & Government Services Canada Commercial and Consumer Products Directorate (CCPD) Floor 6A2, Phase III, Place du Portage 11 Laurier Street Gatineau, Quebec K1A 0S5 ATTN.: Clothing Advisory Service _________________ (to be advised at contract) The Technical Authority is the representative of the department or agency for whom the Work is being carried out under the Contract and is responsible for all matters concerning the technical content of the Work under the Contract. Technical matters may be discussed with the Technical Authority, however the Technical Authority has no authority to authorize changes to the scope of the Work. Changes to the scope of the Work can only be made through a contract amendment issued by the Contracting Authority. 6.5.4 Contractor’s Representative The person responsible for : General enquiries Name: _________________________________ Telephone No.: __________________________ E-mail address: __________________________ Delivery follow-up Name: __________________________________ Telephone No.: ___________________________ E-mail address: ____________________________

6.6 6.6.1

Facsimile No.: __________________________

Facsimile No.: __________________________

Payment Basis of Payment – Firm Unit Prices In consideration of the Contractor satisfactorily completing all of its obligations under the Contract, the Contractor will be paid firm unit prices, as specified in the line item detail at Annex “A” for a cost of $ (amount to be inserted at contract award). Customs duties are included and Applicable Taxes are extra. Canada will not pay the Contractor for any design changes, modifications or interpretations of the Work, unless they have been approved, in writing, by the Contracting Authority before their incorporation into the Work. (Derived from - Provenant de: C0207C)

6.6.2

SACC Manual Clauses H1001C 2008/05/12 Multiple Payments Page 14 of - de 22

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

21120-152493/A Client Ref. No. - N° de réf. du client

File No. - N° du dossier

21120-152493

pr737.21120-152493

6.6.3

Buyer ID - Id de l'acheteur

pr737 dated 05_MAY_2016

Electronic Payment of Invoices – Contract The Contractor accepts to be paid using any of the following Electronic Payment Instrument(s): a. b. c. d. e. f.

Visa Acquisition Card; MasterCard Acquisition Card; Direct Deposit (Domestic and International); Electronic Data Interchange (EDI); Wire Transfer (International Only); Large Value Transfer System (LVTS) (Over $25M)

6.7 1.

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

2.

Invoices must be distributed as follows: (a) The Original and one (1) copy must be forwarded to the following address for certification and payment Correctional Service of Canada 340 Laurier Ave. West Ottawa, ON K1A 0P9 Attn: (details to be provided at contract award) (b) One (1) copy must be forwarded to the Contracting Authority identified under the section entitled "Authorities" of the Contract. (c) One (1) copy must be forwarded to the consignee.

6.8

Certifications and Additional Information

6.8.1

Compliance

Unless specified otherwise, the continuous compliance with the certifications provided by the Contractor in its bid or precedent to contract award, and the ongoing cooperation in providing additional information are conditions of the Contract and failure to comply will constitute the Contractor in default. Certifications are subject to verification by Canada during the entire period of the Contract. 6.9 Applicable Laws The Contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in Ontario.

Page 15 of - de 22

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

21120-152493/A

Buyer ID - Id de l'acheteur

pr737

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

21120-152493

pr737.21120-152493

dated 05_MAY_2016

6.10 Priority of Documents If there is a discrepancy between the wording of any documents that appear on the list, the wording of the document that first appears on the list has priority over the wording of any document that subsequently appears on the list. a) b) c) d) e) f) g)

the Articles of Agreement; the general conditions 2030 (2016/04/04), General Conditions - Goods (Higher Complexity); Annex “A”, Statement of Requirement; Specifications including Purchase Description #CAG-2-1511-847 dated 2016-04-07 Drawings; Sealed Samples; the Contractor’s bid dated __________

6.11 Materials: Contrator Total Supply The Contractor will be responsible for obtaining all materials required in the manufacture of the item(s) specified. The delivery stated for the item(s) allows the necessary time to obtain such materials. 6.12 Plant Closing The Contractor's plant closing for Christmas and Summer holidays are as follows. During this time there will be no shipments. Firm Quantities: Christmas Holiday Summer Holiday

FROM __________________ FROM __________________

TO _________________ TO _________________

Option #1: Christmas Holiday Summer Holiday

FROM __________________ FROM __________________

TO _________________ TO _________________

Option #2: Christmas Holiday Summer Holiday

FROM __________________ FROM __________________

TO _________________ TO _________________

6.13 Plant Location Items will be manufactured at: _________________________________________________ 6.14 Subcontractor(s) The following subcontractor(s) will be utilized in the performance of the contract. Name of Company: _______________________________________________________ Location:_______________________________________________________ Value of subcontract: $_______________ Nature of subcontracting work performed: _____________________________________ Subcontractors, other than those listed above, may not be utilized without the written permission of Canada.

Page 16 of - de 22

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

21120-152493/A

Buyer ID - Id de l'acheteur

pr737

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

21120-152493

pr737.21120-152493

dated 05_MAY_2016

6.15 Origin of Work - Disclosure of Information 1. For each line item, the Contractor must specify the name(s) of all countries where the apparel goods are cut (or knit to shape) or sewn, regardless of whether the work is to be performed by the Contractor or one of its subcontractor(s). 2.

The Contractor agrees that Canada may publicly disclose the information provided with respect the countries of origin.

3.

The Contractor must immediately inform Canada in writing of any and all changes affecting the information provided under this clause during the entire contract period.

6.16 Overshipment Overshipment will not be accepted unless prior approval is obtained from the Contracting Authority. 6.17 Pre-Production Sample 1. The Contractor must provide a pre-production sample of size 40-42 Regular (male) quantity one (1) set of item 001, accompanied by the sealed samples and patterns, if applicable, to the Technical Authority for acceptance within 21 calendar days from date of contract award. 2. If the pre-production sample is rejected, the Contractor must submit a second pre-production sample) within 15 calendar days of notification of rejection from the Technical Authority. 3. If the pre-production sample is accepted by either full acceptance or conditional acceptance, the Contractor must proceed with production as per the Contract requirements. 4. Rejection by the Technical Authority of the second pre-production sample submitted by the Contractor for failing to meet the contract requirements will be grounds for termination of the Contract for default. 5. The Contractor must carry out all required inspection and tests to verify conformance to the technical requirements of the Contract. 6. In addition to providing the pre-production sample, the Contractor must provide a copy of the inspection reports and laboratory test reports and Certificates of compliance, as applicable, to the Contracting Authority and Technical Authority, transportation charges prepaid, and without charge to Canada. 7. The pre-production sample submitted by the Contractor will remain the property of Canada. 8. The Technical Authority will notify the Contractor, in writing, of the full acceptance, conditional acceptance, or rejection of the pre-production sample. A copy of this notification will also be provided by the Technical Authority to the Contracting Authority. The notice of the full acceptance or conditional acceptance does not relieve the Contractor from complying with all requirements and conditions of the Contract. 9. The Contractor must not commence or continue with production of the items and must not make any deliveries until the Contractor has received a written notification from the Technical Authority that the pre-production sample is fully acceptable or conditionally acceptable. Any production of items before pre-production sample acceptance will be at the sole risk of the Contractor.

Page 17 of - de 22

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

21120-152493/A

Buyer ID - Id de l'acheteur

pr737

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

21120-152493

pr737.21120-152493

dated 05_MAY_2016

10. The pre-production sample may not be required if the Contractor is currently in production. The request for waiver of pre-production sample must be made by the Contractor in writing to the Contracting Authority. The waiving of this requirement will be at the sole discretion of the Technical Authority and will be evidenced through a contract amendment. Production Sample(s) 1. In addition to the pre-production sample(s), and if requested by the Technical Authority, the Contractor must take (a) production sample(s) of size 40-42 Regular (male) quantity one (1) set of item 001 from the first production run and provide it to the Technical Authority, accompanied by the sealed samples if applicable, for acceptance within 15 calendar days from the start of the production. 2. Rejection by the Technical Authority of the production sample(s) submitted by the Contractor for failing to meet the contract requirements will be grounds for termination of the Contract for default. CERTIFICATE OF COMPLIANCE - DEFINITION A Certificate of Compliance is a written statement from an appropriate official of the component manufacturer attesting the full compliance of the component(s) (eg. slide fastener, hook and loop, webbing, fabric etc.) to the specification. This document must be on official company stationery; it must be dated within six months of the Request for Proposal posting date); it must make reference to the applicable specification and have the original signature of the company's designated representative. Canada reserves the right to verify the statements made in the Certificate of Compliance. Full test results, demonstrating the product's compliance, will be accepted in lieu of a Certificate of Compliance. LABORATORY ANALYSIS - Definition Laboratory analysis of the product offered showing test results for specific tests listed hereunder of physical properties detailed in the technical requirement must be provided with the pre-production samples. Testing must be performed by an independent accredited laboratory establishment and must be in accordance with the test methods detailed in the technical requirement. The laboratory report and test results must be dated within six months of the request for proposal posting date.

6.17.1 Paper Patterns Patterns for all required sizes will be provided by PWGSC Clothing Advisory Service to the contractor following contract award. The patterns are the property of the PWGSC Clothing Advisory Service and must be returned directly to the PWGSC Clothing Advisory Service upon completion of the contract. A base pattern (size 40-42 Regular - male) will be provided to a supplier in order to produce the preaward sample (PAS). 6.17.2 Sealed Samples - Guidance Only The sealed patterns/samples are representative of the required item but are not part of the technical requirement. The sealed samples may not meet the technical requirement in all respects and must be used for guidance only during production. 6.17.3 Sealed Samples - Return to Sender The sealed patterns/samples which may have been sent to the Contractor, is/are to be returned to the PWGSC Clothing Advisory Service upon completion of Contract. The sealed samples are not to be mutilated or cut, and must be returned in the same condition as sent to the Contractor. Page 18 of - de 22

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

21120-152493/A Client Ref. No. - N° de réf. du client

File No. - N° du dossier

21120-152493

pr737.21120-152493

6.18

Buyer ID - Id de l'acheteur

pr737 dated 05_MAY_2016

Specifications and Standards

6.18.1 United States Military Specifications and Standards The Contractor is responsible for obtaining copies of all United States (US) military specifications and standards which may be applicable to the requirement. These specifications and standards are available commercially, or may be obtained by visiting the US Department of Defense Website, at the following address: http://assistdocs.com/search/search_basic.cfm (Derived from - Provenant de: B4019C)

6.18.2 Canadian General Standards Board (CGSB) - Standards A copy of the CGSB Standards referred to in the Contract is available and may be purchased from: Canadian General Standards Board Place du Portage III, 6B1 11 Laurier Street Gatineau, Québec Telephone: (819) 956-0425 or 1-800-665-CGSB (Canada only) Fax: (819) 956-5740 E-mail: [email protected] CGSB Website: http://www.tpsgc-pwgsc.gc.ca/ongc-cgsb/index-eng.html 6.19 Financial Security 1. Canada may convert the security deposit to the use of Canada if any circumstance exists which would entitle Canada to terminate the Contract for default, but any such conversion will not constitute termination of the Contract. 2.

Where Canada so converts the security deposit: (a) the proceeds will be used by Canada to complete the Work according to the conditions of the Contract, to the nearest extent that it is feasible to do so and any balance left will be returned to the Contractor on completion of the warranty period; and (b) if Canada enters into a Contract to have the Work completed, the Contractor will: (i) be considered to have irrevocably abandoned the Work; and (ii) remain liable for the excess cost of completing the Work if the amount of the security deposit is not sufficient for such purpose. "Excess cost" means any amount over and above the amount of the Contract Price remaining unpaid together with the amount of the security deposit.

3. If Canada does not convert the security deposit to the use of Canada before completion of the contract period, Canada will return the security deposit to the Contractor within a reasonable time after such date. 4. If Canada converts the security deposit for reasons other than bankruptcy, the financial security must be reestablished to the level of the amount stated above so that this amount is continued and available until completion of the contract period. (Derived from - Provenant de: E0005C)

Page 19 of - de 22

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

21120-152493/A

Buyer ID - Id de l'acheteur

pr737

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

21120-152493

pr737.21120-152493

dated 05_MAY_2016

ANNEX «A» STATEMENT OF REQUIREMENT 1. TECHNICAL REQUIREMENT The Contractor is required to provide Canada, for Correctional Services Canada (CSC), with Ballistic Soft Body Armour (consisting of External Carrier & Ballistic Panels) for CSC Male Recruits in accordance with the CSC’s Purchase Description #CAG-2-1511-847 dated 07-April-2016. 2. ADDRESSES Destination Address

Invoicing Address

Correctional Services Canada (CSC) CSC Training Academy th C Block, 5600-11 Ave. Regina, SK S4P 3J7 Attn: (details to be provided at contract award)

Correctional Services Canada (CSC) 340 Laurier Ave., West Ottawa, ON K1A 0P9 Attn: (details to be provided at contract award)

3. DELIVERABLES FIRM CONTRACT QUANTITY: 100 sets Item Description

1

Ballistic Soft Body Armour (consisting of External Carrier & Ballistic Panels) for CSC Male Recruits in accordance with the CSC’s Purchase Description # CAG-21511-847 dated 07-April-2016.

Firm Quantity

Unit of Issue

100

Set

SIZE ROLL Size

Quantity (sets)

Extra Small

5

Small

15

Medium

25

Large

25

Extra Large

20

2X Large

10

TOTAL

100

Page 20 of - de 22

Firm Unit Price, DDP to Regina, Transportation costs included, Applicable taxes extra $ ____________

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

21120-152493/A

Buyer ID - Id de l'acheteur

pr737

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

21120-152493

pr737.21120-152493

dated 05_MAY_2016

OPTION 1 (to be exercised within 12 months of contract award – up to a maximum of quantity 100) Item Description Estimated Unit Firm Unit Price, DDP Quantity of to Regina, Issue Transportation costs included, Applicable taxes extra 2 $ ______________ Ballistic Soft Body Armour (consisting of Up to a Set External Carrier & Ballistic Panels) for maximum CSC Male Recruits in accordance with of 100 the CSC’s Purchase Description # CAG-21511-847 dated 07-April-2016. Size Roll will be provided if and when Option is exercised.

OPTION 2 (to be exercised within 24 months of contract award – up to a maximum of quantity 100) Item Description Estimated Unit Firm Unit Price, DDP Quantity of to Regina, Issue Transportation costs included, Applicable taxes extra 3 $ ______________ Ballistic Soft Body Armour (consisting of Up to a Set External Carrier & Ballistic Panels) for maximum CSC Male Recruits in accordance with of 100 the CSC’s Purchase Description # CAG-21511-847 dated 07-April-2016. Size Roll will be provided if and when Option is exercised.

4. OPTION QUANTITIES - Identified as Items 2 and 3 The Contractor grants to Canada the irrevocable option to acquire the goods described under items 2 and 3 and under the same terms and conditions and at the prices stated in the Contract. The option may only be exercised by the Contracting Authority up to a maximum of 100 for each option, and will be evidenced through a contract amendment. Option #1 The Contracting Authority may exercise the option within 12 months after contract award date by sending a written notice to the Contractor. Option #2 The Contracting Authority may exercise the option within 24 months after contract award date by sending a written notice to the Contractor. Only one amendment may be issued to exercise each option. A size roll will be provided if and when the option is exercised.

Page 21 of - de 22

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

21120-152493/A

Buyer ID - Id de l'acheteur

pr737

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

21120-152493

pr737.21120-152493

dated 05_MAY_2016

ANNEX “1” to PART 3 OF THE BID SOLICITATION (if applicable)

ELECTRONIC PAYMENT INSTRUMENTS As indicated in Part 3, clause 3.1.1, the Bidder must identify which electronic payment instruments they are willing to accept for payment of invoices. The Bidder accepts any of the following Electronic Payment Instrument(s): ( ) VISA Acquisition Card; ( ) MasterCard Acquisition Card; ( ) Direct Deposit (Domestic and International); ( ) Electronic Data Interchange (EDI); ( ) Wire Transfer (International Only); ( ) Large Value Transfer System (LVTS) (Over $25M)

Page 22 of - de 22

21120-152493/A Dusenbury, Debbie E-mail [email protected]

The Contractor is required to provide Canada, for Correctional Services Canada (CSC), with Ballistic Soft Body Armour (consisting of External Carrier & Ballistic Panels) for CSC Male Recruits in accordance with the CSC’s Purchase Description #CAG-2-1511-847 dated 07-April-2016. All firm deliverables are requested complete by 17 August 2016.

Firm Quantity: 100 sets for delivery to Regina, Saskatchewan Option Quantities: Option 1 – up to a maximum of 100 sets may be exercised within 12 months after contract award date. Option 2 – up to a maximum of 100 sets may be exercised within 24 months after contract award date. Pre-Award Sample, Test Results and Certificates of Compliance: Bidders must provide pre-award samples, test results and certificates of compliance upon written request from PWGSC. “There are no sealed samples available during the solicitation period for viewing – sealed samples will be provided to the lowest bidders being asked to produce a pre-award sample after bid closing date.”

This requirement is subject to the provisions of the Agreement on Internal Trade (AIT). Enquiries To ensure a response before the bid closing date, all enquiries about this requirement must be submitted in writing and received by the Contracting Authority at least seven (7) calendar days prior to the bid closing date. E-mail: [email protected]

(pr737-21120-152493/A) CAG-2-1511-847

Correctional Service Canada

Service correctionnel Canada

Ottawa, Canada K1A 0P9

Date: 2016-04-07

This purchase description contains 26 pages including the cover.

PURCHASE DESCRIPTION for BALLISTIC SOFT BODY ARMOUR (EXTERNAL CARRIER & BALLISTIC PANELS), CORRECTIONAL OFFICER (RECRUITS), MALE

Revisions Date

Page No. and Paragraph

Amendment

1 | Page

(pr737-21120-152493/A) CAG-2-1511-847

CORRECTIONAL SERVICE OF CANADA PURCHASE DESCRIPTION BALLISTIC SOFT BODY ARMOUR, CORRECTIONAL OFFICER (RECRUIT) (EXTERNAL CARRIER & BALLISTIC PANELS)

1.

Scope

This purchase description describes the requirement for Ballistic Soft Body Armour (External Carrier & Ballistic Panels), Male, for Correctional Services Canada (CSC) Training Academy. 2.

General Requirement

The lightweight Ballistic Soft Body Armour manufactured to this purchase description is a two protective panel, four-point suspension, external carrier with ballistic panels that is intended to be worn over an officer’s uniform shirt. The ballistic panels must be easily removed from both the front and back carrier via an opening on the inner side of the front and back external carrier and must be free from imperfections, wrinkles, blisters, cracks, fabric tears, blemishes that may adversely affect its wear, appearance and serviceability. 3.

Applicable Specifications 3.1

The following publications are applicable to this specification and to the issues in effect on the date of the invitation to tender, unless otherwise specified.

3.2

CAN/CGSB 4.2 Textile Test Methods.

3.3

CAN/CGSB 4.131-93, Thread, Polyester.

3.4

CAN/CGSB, 4-GP-85-Ma, Thread, Nylon.

3.5

CAN/CGSB 86.1-2003 Care Labeling of Textiles.

3.6

ASTM, American Society for Testing and Materials, Methods D2261, D3787, D3775, D3776, D1777, D3786 and D4966, D5169, D5170, D5034, D5035, D5170, D751 and E96.

3.7

AATCC-100 American Association of Textile Chemists and Colorists - Technical Manual.

3.8

FED-STD191-5206, Federal Standard, Textile Test Methods. 2 | Page

(pr737-21120-152493/A) CAG-2-1511-847

4.

3.9

ISO International Standards Organization, Methods ISO 105, ISO 4920, ISO 6330, ISO 7211-2, ISO 11092 and ISO 13937-1.

3.10

NIJ Standard 0101.03, Ballistic Resistance of Police Body Armour.

3.11

U.S. Dept. of Defence, MIL-STD-662F - V50 Ballistic Test for Armour.

EXTERNAL CARRIER – Detailed Description

The external carrier must consist of a four-point suspension uniform style, shirt front carrier with removable "soft armour" ballistic panels that provide protection in accordance with the protection level indicated. The front and back carriers are made with a hard wearing, 65% polyester / 35% cotton Ripstop fabric. The protective panels are removable from the external carrier to allow the external carrier to be laundered or repaired. The article or material covered by this specification shall be free from imperfections or blemishes such as may affect its appearance or serviceability. In all particulars not covered by this specification or contract documents, production shall be equivalent in all respects to the sealed sample. 4.1

Design Carrier, External, Load Carrying to this specification shall be a vest-like, garment which will be used to carry ballistic body armour panels. The carrier will enable the user to wear Soft Body Armour over a shirt. The carrier will be dark blue in colour with encapsulated elastic waist strap with front closure and adjustable shoulder straps. Included are two side pockets, one chest front pocket, a loop strip (black) on the center front and center back to attach Correctional Service Canada (CSC) identifiers, and accessory pouch attachment webbing to in front and back. Note: There will be no side pockets on all short sizes due to lack of available landscape.

4.2

Material 4.2.1

Shell Material – The shell material shall be a dark navy ripstop fabric meeting the requirements outlined in Table I. See Table I for required documentation. Dark navy shell material should match Pantone 19-3924 TCX (Night Sky).

4.2.2

Lining Material, Mesh – The mesh lining shall be a black material, meeting the requirements of Table II. See Table II for required documentation.

4.2.3

Lining Material, Wicking/Moisture dissipating – The lining material shall be a dark navy or black material meeting the requirements outlined in Table III. 3 | Page

(pr737-21120-152493/A) CAG-2-1511-847 See Table III for required documentation. Dark navy lining material should match Pantone 19-3924 TCX (Night Sky). 4.2.4

Webbing, Accessory & Microphone Strap – The webbing shall be a durable nylon webbing, luggage quality, black in colour measuring 2.54 cm (1 inch) wide and .04”± .01” thick. It shall be solution dyed nylon having a minimum tensile strength of 1600 lbf. and be equal in all respects to the sealed sample. Texfast #N0015S from Tape Craft is known to meet the requirements. Certification of compliance must be provided.

4.2.5

Thread

4.2.5.1 Seam and Stitching Thread - Shall be polyester wrap, polyester core, Tex 50, Class B, Type I of matching shade to the shell material, meeting CAN/CGSB 4.131-93. Certification of compliance must be provided. 4.2.5.2 Reinforce Stitching Thread - Shall be a nylon continuous filament bonded, Class A, Type II, Tex 45, meeting CAN/CGSB 4-GP-85Ma. It shall be black in colour. Certification of compliance must be provided. 4.2.6

Hook and Loop Tape - Shall be woven nylon, black in colour, with a high life cycle. The combined hook and loop shall have no less than (8) P.S.I length-wise shear strength. The initial peel strength shall not be less than 1 P.I.W. and after 1000 cycles shall be not less than .5 P.I.W. with a minimum lengthwise shear of 4 P.S.I. Dimensions shall be as per drawings and pattern template. Certification of compliance must be provided.

4.2.7

Slider Fastener

4.2.7.1 Horizontal Chest Pocket – Shall be a 2-way closed end slide fastener, black in colour with auto-locking sliders, two arranged in a head to head relation and one opening from the left and one opening from the right. YKK CIFMC 59 DSYG C5 BTM 2 H-H (only) 24 cm (9½”) in length (only). Certification of compliance must be provided. 4.2.7.2 Side Pockets – They shall be one way closed end fastener with an auto-locking slider, black in colour. YKK #12960 CIFC 59 DS6YG C5 5/8, length 13 cm (5”) (only). Certification of compliance must be provided. 4.2.7.3 Interior Access Panel – Shall be a 1-way closed end slide fastener, black in colour with an auto-locking slider. YKK 5CI 5/8 CHAIN DSB C5 SLIDER (only). See sizing chart below. Certification of compliance must be provided.

4 | Page

(pr737-21120-152493/A) CAG-2-1511-847

Size 32-34 Size 36-38 Size 40-42 Size 44-46 Size 48-50

13" (33 cm) 15" (38 cm) 17" (43 cm) 19" (48 cm) 21" (53 cm)

4.2.8

Elastic, Waist Strap & Attachment Strap– The waist strap shall be heavy duty nylon elastic, black in colour, 15 cm (6”) or 12.5cm (5”) wide as specified with maximum elongation of 130% and recovery as per sealed sample. There shall be 2 layers of this elastic. The attachment strap shall be heavy duty nylon elastic, black in colour, 2.54 cm (2”) wide with maximum elongation of 130 % and recovery as per sealed sample.

4.2.9

Binding Tape – Shall be heavy duty nylon grosgrain binding tape, black in colour 2.54 cm wide, 0.3 mm thickness, and be equal in all respects to sealed sample. Certification of compliance must be provided.

4.2.10

Neoprene Padding – The neoprene padding shall be made of 100% Nylon on the outer surface and 10% Nylon/ 90% Neoprene as the inner content. It shall be 725 g/m2 ± 25g/m2, 2.5 mm thick, black in colour and be equal in all respects to sealed sample. Certification of compliance must be provided.

4.2.11

Fusing – Care shall be taken to ensure that the fusible interlining after application to the shell material shrink no more than the predicted shrinkage of the shell material. The fusible interlining shall have polyamide or a polyamide blend resin constructed in a dot pattern and sufficient in concentration for no delamination to occur after home laundering. The fusing procedures shall be those recommended by the fusible interlining supplier. The fusible interlining shall be plain weave, 100% cotton with a mass of 150 g/m2 ± 8 g/m2. It shall be black in colour and meet all requirements outlined above, and be equal in all respects to sealed sample. Certification of compliance must be provided.

4.3

Size and Dimensions – Carrier, External, Load-Carrying shall be supplied in the sizes specified by Correctional Service Canada and to the dimensions given in the scale of measurements.

4.4

Construction

4.4.1

Stitching - All stitching shall be lockstitch. There shall be not less than three nor more than four stitches per centimeter. The beginning and ending of all stitching shall be securely backstitch tacked, unless secured by other stitching.

5 | Page

(pr737-21120-152493/A) CAG-2-1511-847 4.4.2

Body

4.4.2.1 Front Pouch - The front pouch shall be made from the shell material specified in Para. 4.2.1, lined with the material specified in Para. 4.2.2 and 4.2.3, and shall be sized and shaped to the pattern and the scale of measurements. Shoulder strap portions shall extend over the shoulder in accordance with the drawings and pattern pieces. Each shoulder strap portion shall have hook tape for shoulder closure and adjustment on the front side of the carrier. Hook tape shall be placed on the face of the shell material at the shoulder edge as per drawing #2. The name tag shall be loop tape 8.5cm long by 2.5cm wide and positioned on right front as per patterns and drawing # 2. The front of the external carriers shall have one large chest pocket with a horizontal opening, secured by the slide fastener specified in Para. 4.2.7.1, pocket depth to be 16 cm. Inside the chest pocket shall be a notebook pocket, dimensioned in accordance with drawing #5 and pattern template, alongside a pen/pencil pocket, with an opening of 3.5 cm and 16 cm deep. An additional horizontal pen/pencil loop shall be placed at the slide fastener opening as per drawing # 5. The front shall have two side pockets, openings of 13 cm minimum, closed by the slide fastener specified in Para. 4.2.7.2. The lower front portion of the pouch shall have one piece of loop tape sewn on the center front, measuring 15 cm (6”) deep and width dimensioned as per pattern template. This loop tape shall be positioned 2 cm above bottom edge, centered on front. The front flap shall be reinforced with a fused piece of shell material as specified in Para 4.2.1 and 4.2.11. It shall be fixed to the inside flap and continue the full length and width of flap. The front flap shall have 2 pieces of hook tape 15 cm (6”) deep and width dimensioned as per pattern template, placed on the underside of flap, positioned according to drawing #2. The front flap shall have 3 rows of webbing as specified in Para. 4.2.4. Each row of webbing shall be secured with vertical rows of reinforced stitching at intervals of 3.8 cm (1.5”) across flap through all layers as per pattern template and Drawing #2. The reinforced stitching shall be done using thread as specified in Para. 4.2.5.2. Care shall be taken to ensure that there are no broken or dropped stitches when reinforced stitching is done to secure webbing. Care shall also be taken to ensure that the secured webbing does not pull or buckle. The inside of the front pouch shall be lined with two lining materials as specified in Para. 4.2.2 and 4.2.3. The upper shoulder portion shall be lined with mesh lining material as specified in Para. 4.2.2. The bottom edge of mesh lining shall be bound with the binding tape as specified in Para. 4.2.9 to ensure durability. The lower portion shall be lined with lining material as specified in Para. 4.2.3. The inside of the pouch shall have zippered opening to allow the insertion of ballistic panel as per Drawing #2. The zipper for this pouch shall be as specified in Para. 4.2.7.3. Inside the top of pouch at shoulder level are loop attachment straps to hold the ballistic panel in place. The attachment straps shall measure 18 cm 6 | Page

(pr737-21120-152493/A) CAG-2-1511-847 finished by 5 cm and be positioned as per sealed sample and Drawing #6. The upper part of the attachment strap shall be made from a durable elastic as specified in Para. 4.2.8 and shall measure 10 cm in length. The first 5 cm shall be stitched to the carrier and the other 5 cm shall hang attached to the loop tape for flexibility of attaching the ballistic panels. 4.4.2.2 Removable Shoulder Padding – There shall be a removable shoulder pad for each shoulder strap, 5 mm thick with ± 1mm tolerance made from 2 layers of neoprene as specified in Para. 4.2.10 and covered with nylon fabric, black in colour. These shoulder paddings are to be inserted in front shoulder strap, between the shell and the mesh lining. It shall be sized as 4.8 cm wide by 21 cm long and be equal in all respects to sealed sample. 4.4.2.3 Back- The back pouch shall be made from shell material specified in Para. 4.2.1, lined with the material specified in Para. 4.2.2 and 4.2.3, and shall be sized and shaped to the pattern and the scale of measurements. Loop tape shall be applied to the body side of shoulder strap and measure as per Drawing #3. The loop tape shall be placed in line with the piece edge. There shall be webbing as specified in Para. 4.2.4 sewn on top side of shoulder strap 1.25 cm from the edge. It shall be 6 cm long to fit across shoulder strap and sewn at each edge to create a loop. The inside of the back pouch shall be lined with two lining materials as specified in Para. 4.2.2 and 4.2.3. The upper shoulder portion shall be lined with mesh lining material as specified in Para. 4.2.2. The bottom edge of mesh lining shall be bound with the binding tape as specified in Para. 4.2.9 to ensure durability. The lower portion shall be lined with lining material as specified in Para. 4.2.3. The inside of the pouch shall have zippered opening to allow the insertion of ballistic panel as per Drawing #3. The zipper for this pouch shall be as specified in Para. 4.2.7.3. Inside the top of pouch at shoulder level are loop attachment straps to hold the ballistic panel in place. The attachment straps shall measure 18 cm finished by 5 cm and be positioned as per sealed sample and Drawing #6. The upper part of the attachment strap shall be made from a durable elastic as specified in Para. 4.2.8 and shall measure 10 cm in length. The first 5 cm shall be stitched to the carrier and the other 5 cm shall hang attached to the loop tape for flexibility of attaching the ballistic panels. There shall be 3 rows of webbing as specified in Para. 4.2.4. Each row of webbing shall be secured with vertical rows of reinforced stitching at intervals of 3.8 cm (1.5”) across the full width of the back. The reinforced stitching shall be done using thread as specified in Para. 4.2.5.2. Care shall be taken to ensure that there are no broken or dropped stitches when reinforced stitching is done to secure webbing. Care shall also be taken to ensure that the secured webbing does not pull or buckle. Each row of webbing shall be positioned as per the pattern. 4.4.2.4 Waist Strap - The waist strap shall be made from material specified in Para. 4.2.1 and 2 layers of elastic as specified in Para. 4.2.8. The strap shall be sized and shaped to the pattern. The 2 layers of elastic shall be encapsulated with material 7 | Page

(pr737-21120-152493/A) CAG-2-1511-847 specified in Para. 4.2.1 and joined to the side seam of back panel on one side and to the waist strap on the other side, as per drawing #3. This elastic is to be 6 cm wide and 15 cm (6”) long for all sizes except 32-34 Short and 36-38 Short and be completely enclosed. Sizes 32-34 Short and 36-38 Short will be 6 cm wide and 12.5 cm (5”) long. There shall be loop tape as specified in Para 4.2.6 sewn on front of waist strap. The total measurement of the loop tape shall be 20 cm wide by 16 cm long for all sizes except 32-34 Short and 36-38 Short. Sizes 32-34 Short and 36-38 Short will be 20 cm wide by 13 cm long. There shall also be loop tape measuring 2 cm by 15 cm for all sizes except 32-34 Short and 36-38 Short sewn to the single top layer of the encapsulated elastic close to front side of waist strap. Sizes 32-34 Short and 36-38 Short will be 2 cm by 12.5 cm. There shall be hook tape as specified in Para 4.2.6 sewn on back of waist strap. The total measurement of the hook tape shall be 20 cm wide by 16 cm long for all sizes except 32-34 Short and 36-38 Short. Sizes 32-34 Short and 36-38 Short will be 20 cm wide by 13 cm long. Refer to Drawing #3, inner view and sealed sample. This strap shall be sandwiched between front and front flap for closure. Refer to Drawing #1. 4.5

‘Correctional Service Canada’ Identifiers - A piece of loop tape shall be applied to the top center front and center back outside section of the back pouch – the placement and measurement of the loop tape shall be as per Drawings 1, 2 and 3. The loop tape will be used to attach the CSC (Correctional Services Canada) identifiers.

4.6

Sizes - There are fifteen standard sizes as follows: 32 - 34 S

32 - 34 R

32 - 34 T

36 - 38 S

36 - 38 R

36 - 38 T

40 - 42 S

40 - 42 R

40 - 42 T

44 - 46 S

44 - 46 R

44 - 46 T

48 - 50 S

48 - 50 R

48 - 50 T

Special sizes will be manufactured to individual dimensions as required. Note: There will be no side pockets on all short sizes due to lack of available landscape. 4.7

Marking & Cleaning Instructions Label - Each Ballistic Soft Body Armour vest shall have a label marked legibly and indelibly in English and French attached in accordance with the requirements outlined below. All information shall appear according to the CAN/CGSB 86.1-2003 Care Labeling of Textiles. The label shall be placed at the bottom of the back panel on the left side as per 8 | Page

(pr737-21120-152493/A) CAG-2-1511-847 drawing #3. Where the word ‘insert’ appears, enter only the information requested. (Example: Insert: Size/Taille, enter 40-42). CSC # : (insert) Size: (insert) Date of manufacture, in numeric format year/month (Ex. 2001 / 11) Manufacturer’s identification (Company name or number). Gilet pare-balles extérieur de transport de CSC Carrier, External charges SCC Machine wash – cool (30°C) Laver à la machine – eau froide (30°C) Ne pas utiliser d’agent adoucissant ni Do not use fabric softener or chlorine bleach d’agent de blanchiment Séchage par culbutage – à basse température Tumble dry- low (Do not use dryer sheets) (Ne pas utiliser d’assouplissant en feuilles) Steam iron - medium Repassage à vapeur – à température moyenne Do not dry clean Ne pas nettoyer à sec

4.8

5.

Identification Label - Each external carrier shall have a durable blank label 2 cm x 7.5 cm applied separately above or beside the marking and cleaning label used for the inscription of the wearers’ name.

BALLISTIC PANELS – Detailed Description

The article or material covered by this specification shall be free from imperfections or blemishes such as may affect its appearance or serviceability. In all particulars not covered by this specification or contract documents, production shall be equivalent in all respects to the sealed sample. 5.1 Design The Ballistic Soft Body Armour in this specification shall consist of a set of front and back ballistic material panels each enclosed in a waterproof pouch, with an external carrier. It will protect the user from handgun ammunition as specified. 5.2 Detail Requirements 5.2.1

Protection Level (Ballistic Resistance) - Each ballistic panel shall protect against the following bullets and all lessor threat levels; - .357 Magnum, Jacketed Soft Point, 158 Grain, Velocity of 425 m/s, +15 m/s; - 9 Millimetre, Full Metal Jacket, 116 Grain, IVI Brand, Velocity of 393 m/s, + 15 m/s, - Backface Signature (BFS) - Maximum depth 44 Millimetres.

9 | Page

(pr737-21120-152493/A) CAG-2-1511-847 5.2.1.1 Test Methods - All ballistic panels tested shall be tested in accordance with the United States Department of Justice, National Institute of Justice NIJ Standard 0101.03 with the following exceptions; A) 9mm as per Para. 5.2.1 above, B) Ballistic Panels may be patted down between test rounds, C) Labeling as per para. 5.5.4 of this specification. D) No ‘tapering’ of ballistic layers towards panel edges is allowed as the external carrier must provide the same protection over the entire surface area. E) Waterproof testing as specified in paragraph 6.1.3 of this specification. 5.3

Materials 5.3.1

Cloth, Ballistic Aramid - Shall be constructed of Ballistic Aramid Yarn with a maximum size of 930 Decitex (840 Denier). Yarn produced under the trade names Kevlar or Twaron are acceptable. The cloth shall be natural in colour. The cloth shall be thoroughly scoured with not more than 0.7% residuals, shall not contain loading materials and shall be free from imperfections. Certification of Compliance must be provided.

5.3.2

Cloth, Pouch, Ballistic Panel The requirements for the waterproof pouch material are specified below: Property Colour Fibre MVT-B Upright Weight, laminated

Requirement black 100% Nylon 200den 4.4 oz/yd2 [150 g/m2] (max./24 hrs) 5.5 oz/yd2 , +/- 1.0 oz/yd2 [186 g/m2, +/- 34 g/m2] Warp: 200 lbs (min.) [880 N] Fill: 150 lbs (min.) [660 N]

Test Method

Tongue Tearing

Warp: 2.5 lbs (min.) [11 N] Fill: 2.0 lbs (min.) [8.8 N]

ASTM D2261

Break Away Adhesion Hydrostatic Resistance

35 lbs/in (min.) 200 psi minimum to burst [1378 kPa]

ASTM D5035 ASTM D751

Tensile Strength (4”/10 cm)

ASTM E96 ASTM D3776 ASTM D5034

Certification of Compliance must be provided.

This fabric must be capable of forming a strong, durable, sealed and water-proof bond when suitable processes are applied to it (e.g. heat-sealing, thermo-welding, etc.).

10 | P a g e

(pr737-21120-152493/A) CAG-2-1511-847

5.5

5.3.3

Hook Tape - The hook tape shall be woven nylon, black in colour, with a high life cycle. Combined hook and loop shall have no less than 8 P.S.I. length-wise shear strength (ASTM 5169). The initial peel strength shall have an average value of 0.75 P.I.W. (ASTM 5170). After 1000 cycles shall be not less than 0.5 P.I.W. with a minimum lengthwise shear of 4 P.S.I. It shall have adhesive backing, suitable for creating a permanent bond after heat-sealing or thermo welding processes are applied to it. Velcro Hook # 88 is known to meet these requirements. Certification of Compliance must be provided.

5.3.4

Thread - The thread shall be bonded nylon, Tex 70, Class B, Type 2, white in colour, meeting CAN/CGSB 4-GP-85-Ma. Certification of Compliance must be provided.

5.4

Size and Dimensions - The Ballistic Soft Body Armour vest to this specification shall be supplied in the sizes specified by CSC and to the dimensions given in the scale of measurements and attached drawings forming part of this specification. The vest components shall be shaped, dimensioned and positioned in accordance with the pattern components and pattern requirements as outlined in Appendix D forming part of this specification. Patterns for the ballistic panels will be supplied by PWGSC.

Construction 5.5.1

Ballistic Panels - The ballistic panels shall be shaped and dimensioned in accordance with the patterns and attached drawings. They shall be constructed using a number of unbonded layers of ballistic aramid cloth which shall not exceed a total weight of 5,060 g/m2 (example: 22 layers @ 230 g/m2 = 5,060 g/m2) and whose combined thickness including the pouch cloth shall not exceed 6.6 mm. Compliance for the thickness shall be verified using test method ASTM D1777-96(2011)e1 Standard Test Method for Thickness of Textile Materials. Certification of Compliance must be provided.

5.5.1.1 Panel Stitching - The layers of the finished pad shall be held together by means of 5 cm long stitching through the ballistic material only, located 4 cm from the edge in the center bottom and through the ballistic material and 5 cm x 5 cm heat seal patch in each top corner in the location shown in Dwgs. 7 & 8. The finished pad shall also have the bottom stitched with a 2.5 cm high and 2.5 cm wide (point-to-point) ‘zigzag’ stitch across the entire width of the panel through the ballistic material only, designed to contain loose/fraying yarns. The bottom points of the zigzag shall run to the edge of the panel, the ends of the stitching near the side edges shall not extend into the curved corner area, in accordance with Dwgs. 7 & 8, nor begin more than 2.5 cm from the start of the curved corner area.

11 | P a g e

(pr737-21120-152493/A) CAG-2-1511-847 5.5.2

Ballistic Protection - In addition to the requirements of Para. 5.21 and 5.2.1.1, ballistic panels shall have equal ballistic resistance capabilities when shot from either side of the panel.

5.5.3

Pouch Construction - The nylon pouch made of the material specified in Para. 5.3.2 shall be sealed along all edges. This sealing process along with the physical characteristics of the pouch fabric, will create a waterproof pouch for the ballistic material, the edge seal being durable and waterproof for the expected life of the pouch. The sealed pouch outside edge shall extend to a maximum of 2.25 cm beyond the edge of the ballistic material, with the width of the sealed portion itself being a maximum of 1 cm. The pouch shall have 8 cm x 5 cm hook tape patches permanently attached to the outside of the pouch (by such means as heatpressing), positioned to attach to corresponding loop tape pieces on the inside of the internal and external carriers. Pouch material 5 cm x 5 cm as described in Para. 5.3.2 shall be sewn to the ballistic panel in the corresponding location as the hook patches at the shoulders on the outside of the pouch. Each 5 cm x 5 cm patch shall be attached to the ballistic panel with two 5 cm long 3-pass tacks through all layers of ballistic material across the full width of the patch 1.3 cm from the top and bottom edges of the patch. The heat sealable surface of the 5 cm x 5 cm piece of pouch material shall face away from the ballistic material. During the pouch finishing process, this piece of pouch material shall be sealed to the inside surface of the pouch using a suitable method (heat-sealing, thermowelding, etc.) to ensure a permanent, durable bond. Note: Any sealing method used during the finishing of the pouch shall not damage the ballistic material or compromise ballistic performance in any way.

5.5.4

Care and Instruction Label - Each pouch must have a care and instruction label permanently attached to the outer surface of the pouch by such means as thermowelding, heat-sealing, etc., with instructions indelibly and permanently printed, in English and French. The date of manufacture will be in the MM/YYYY numerical format. The label will include bilingual washing instructions which shall be as follows: ‘CARE INSTRUCTIONS FOR BALLISTIC PANELS/ INSTRUCTIONS D’ENTRETIEN POUR PANNEAUX BALISTIQUES REMOVE BALLISTIC PANEL BEFORE CLEANING CARRIER/AVANT DE LAVER LE GILET PARE-BALLES, RETIRER LES PANNEAUX BALISTIQUES. WIPE PROTECTIVE PANEL WITH A WATER DAMPENED CLOTH ONLY/ ESSUYER LES PANNEAUX À L’AIDE D’UN CHIFFON LÉGÈREMENT IMBIBÉ D’EAU SEULEMENT. DO NOT DRY CLEAN/NE PAS NETTOYER A SEC. DO NOT BLEACH/NE PAS UTILISER D’AGENT DE BLANCHIMENT. DO NOT EXPOSE TO DIRECT SUNLIGHT/NE PAS PLACER EN PLEIN SOLEIL. FAILURE TO FOLLOW INSTRUCTIONS FOR WASHING AND HANDLING THIS PANEL WILL AFFECT ITS BALLISTIC RESISTANT QUALITIES/LE NON-RESPECT DES INSTRUCTIONS D’ENTRETIEN RÉDUIRA LA RÉSISTANCE BALISTIQUE DES PANNEAUX.’

The label must have the following phrasing: 12 | P a g e

(pr737-21120-152493/A) CAG-2-1511-847

‘This ballistic panel complies with the threat level of CSC specification CAG -2-1510-847 Ce panneau balistique est conforme au niveau de menace indiqué dans la spécification CAG -21510-847 de la CRC.’

The label must clearly indicate the following information: - manufacturer’s identification/identification du fabricant; - date of manufacture (in MM/YYYY format)/date de confection (en format MM/AAAA); - size/taille; - Lot number from roll of ballistic fabric/numéro de lot inscrit sur le rouleau de tissu balistique; - vest serial number, displayed by both numbers/letters and barcode/numéro de série du gilet (chiffres et lettres et code à barres); A box shall be included and indicated on the label as such for the date of issue [Note: date of issue is determined and stamped in this box by CSC upon issuing to a user]. The words ‘Date of issue/date d’émission’ shall be in letters no less than 5 mm high, font as per the rest of the label. Dwg. 4 shows an example of an acceptable label. 5.5.4.1 Serial Numbering of External carrier panels Each external carrier shall have a unique serial number applied to it. The serial number shall apply to both the front and back panels of a single set of panels. This number shall appear on panel labels as per the requirements of Para. 5.5.4 above, the barcode to be of a ‘universal’ type readable by commonly-used commercial handheld barcode scanners. The serial number shall be any combination of numbers and/or letters required to successfully differentiate a CSC soft body armour vest from any other vest produced by the same manufacturer whether for CSC or not. Manufacturers will maintain this serialization system for a period long enough to avoid duplication. Upon request, a list of manufactured vests with their serial numbers shall be made available to CSC. This request may be made as part of a contract requirement or at any time. 5.5.5

Patterns - Patterns for all listed sizes of the ballistic panels will be provided by PWGSC (Clothing Advisory Services). Special sizes will follow the same shape and coverage as those shown in this specification. Refer to Appendix ‘D’ for pattern list.

13 | P a g e

(pr737-21120-152493/A) CAG-2-1511-847

6.

Quality Assurance Provisions 6.1

Production Lot Testing, Ballistic Aramid Cloth and Panels - A lot of finished soft body armour vests shall consist of as many ballistic panels as can be manufactured from approximately 100 metres of ballistic aramid cloth.

6.1.1

Ballistic Aramid Cloth Information - Every lot shall be accompanied by a data sheet for the ballistic cloth with the following information: Property Fibre type Weave Type Fabric weave count, warp and weft Fabric Weight Tensile Strength Tensile Tearing Material Data sheet must be provided.

Acceptable Test Method ----ASTM D3775 ASTM D3776 ASTM D5034 ASTM D2261

6.1.2

Testing, Ballistic Aramid Panels - Every lot shall be tested ballistically for the following: - V50 ballistic resistance using 9 mm FMJ 116 grain IVI brand ammunition to be performed on a finished front and back size 44-46 regular male vest without carrier, Dry Test Only. - V50 ballistic resistance using .357 Magnum, Jacketed Soft Point, 158 grain ammunition to be performed on a finished front and back size 44-46 regular male vest without carrier, Dry Test Only. - V50 test protocol to be as per Para. 3.11. - N.I.J. sampling, two complete vests, front and back size 44-46 regular male without carrier per lot for dry, wet and angle shots with exceptions noted in Para. 5.2.1. NOTE: If, during V50 testing, a penetration occurs at or below the maximum velocity permitted under the ‘pass/fail’ testing, the lot shall be determined to have failed to meet CSC requirements.

6.1.3

Test for Waterproofness – Finished panels submitted for production lot ballistic testing shall also be tested for waterproofness by the following method, prior to ballistic testing: Panels shall be weighed, the weight recorded, and then the panel fully immersed vertically in a suitably-sized basin of tap water at room temperature (21ºC, +2ºC/- 5ºC) for no less than 30 minutes. After that time, the panel will be removed from the water, hung vertically and allowed to dry for 10 minutes and weighed again. Any appreciable weight gain not attributable to water clinging to the surface of the panel will be considered evidence of a lack of waterproofness. In addition, any air bubbles observed to be emerging from fully 14 | P a g e

(pr737-21120-152493/A) CAG-2-1511-847 submerged panels will be considered evidence of a lack of waterproofness. Failure to meet waterproof requirements may be considered grounds for rejection of a lot or an entire shipment.

7.

6.1.4

Testing Costs and Shipping of Finished Panels - All Production Lot testing costs will be paid for and arranged by the manufacturer of the finished vests. All test reports related to each lot must be submitted to the CSC for approval prior to the shipping of any goods. Records related to and including production and testing of ballistic aramid cloth and ballistic panels/vests must be maintained by the producing textile mill and vest manufacturer for a minimum period of 10 years. The records must be available for CSC reference.

6.1.5

Test Facilities - All testing at any stage of a contract including the pre-contract award period must be performed by a test facility which operates independently, is unaffiliated with any of the potential proponents and is capable of performing ballistic and testing on an ongoing basis to the satisfaction of the Correctional Service Canada.

6.2

Responsibility for Inspection - Unless otherwise stipulated in the contract, it is the prime contractor's responsibility to satisfy CSC that the material and services supplied conform to this specification.

6.3

CSC reserves the right to perform any inspection considered necessary to ensure the material and services conform to the specified requirements. For the purpose of inspection, a portion of each delivery not exceeding two percent or two out of any number delivered under 100 may be put to tests that could destroy the articles. If found to be inferior or not in accordance with this specification, all articles so destroyed shall be replaced by others of proper quality and pattern at the expense of the contractor. The entire delivery may also be rejected if it is found that articles previously rejected due to non-repairable defects are redelivered for inspection.

6.4

The contractor will be promptly notified when any articles are not accepted and such articles will be returned at the contractor's risk and expense.

Methods of Measuring (Refer to the Scale of Measurements – Appendix ‘A’ and Drawing No. 4). 7.1

Center Front Length – The length shall be the distance measured from the base of the neckline at front to the hem. (A).

7.2

Front Hem – The hem shall be the distance across the vest bottom. (B).

7.3

Front Width at Chest Pocket – The width shall be measured across front at level of front chest pocket. (C). 15 | P a g e

(pr737-21120-152493/A) CAG-2-1511-847

7.4

Front Side Wing Height – The width shall be measured top to bottom of side wing. (D).

7.5

Center Back Length – The length shall be the distance measured from the base of the neckline at center back to the hem. (E).

7.6

Back Hem – The hem shall be the distance across the vest bottom of the vest and excluding the waist strap. (F).

7.7

Back Width – The width shall be measured across back at level of braid between mesh and lining material. (G).

7.8

Back Side Wing Height – The width shall be measured top to bottom of side wing. (H).

16 | P a g e

62.75 1 cm

38.9

39.5

40.2

40.6

41.2

41.9

42.5

43.2

1 cm

A

40 - 42 R

44 - 46 R

48 - 50 R

32 - 34 T

36 - 38 T

40 - 42 T

44 - 46 T

48 - 50 T

Tolerances ±

Measurement Location

C

1 cm

34.5

32.75

31

29.25

27.5

34.5

32.75

31

29.25

27.5

34.5

32.75

31

29.25

27.5

Front Width at Chest Pocket

NOTE: All measurements are in centimeters unless otherwise indicated

B

57.75

52.75

47.75

42.75

62.75

57.75

52.75

47.75

38.2

36 - 38 R

42.75

62.75

57.75

52.75

47.75

42.75

Front Hem

37.6

35.2

34.5

33.9

33.2

32.6

Center Front Length

32 - 34 R

48 - 50 S

44 - 46 S

40 - 42 S

36 - 38 S

32 - 34 S

Size

Size

D

1 cm

25.5

25.5

25.5

25.5

25.5

23.5

23.5

23.5

23.5

23.5

19.75

19.75

19.75

19.75

19.75

Front Side Wing Height

E

1 cm

47

46.3

45.7

45

44.4

44

43.3

42.7

42

41.4

39

38.3

37.7

37

36.4

Center Back Length

GARMENT MEASUREMENT

F

1 cm

62.75

57.75

52.75

47.75

42.75

62.75

57.75

52.75

47.75

42.75

62.75

57.75

52.75

47.75

42.75

Back Hem

APPENDIX ‘A’ - Scale of Measurements – Carriers, External

(pr737-21120-152493/A) CAG-2-1511-847

G

1 cm

34.75

33

31.25

29.5

27.75

34.75

33

31.25

29.5

27.75

34.75

33

31.25

29.5

27.75

Back Width at Braid

17 | P a g e

H

1 cm

25.5

25.5

25.5

25.5

25.5

23.5

23.5

23.5

23.5

23.5

19.75

19.75

19.75

19.75

19.75

Back Side Wing Height

(pr737-21120-152493/A) CAG-2-1511-847

APPENDIX ‘B’ Scale of Measurements Soft Body Armour Front Panel Dimensions in cm Size

A

B

C

D

32-34 Short

31.5

40.5

14

24

36-38 Short

32

45.5

14.15

26

40-42 Short

32.75

50.5

14.25

28

44-46 Short

33.5

55.5

14.5

30

48-50 Short

34

60.5

14.75

32

32-34 Regular

36.5

40.5

18

24

36-38 Regular

37

45.5

18.25

26

40-42 Regular

37.75

50.5

18.5

28

44-46 Regular

38.5

55.5

18.75

30

48-50 Regular

39.25

60.5

19

32

32-34 Tall

37

40.5

18.5

23.5

36-38 Tall

39

45.5

19.5

26

40-42 Tall

40.5

50.5

20.25

28.5

44-46 Tall

42.5

55.5

21

31.5

48-50 Tall

44.5

60.5

22

35.25

Tolerance

+/- 0.5 cm

18 | P a g e

CAG-2-1511-847

APPENDIX ‘B’ (continued)

Scale of Measurements Soft Body Armour Rear Panel Dimensions in cm Size

E

F

G

H

32-34 Short

31.25

40.5

14

23.25

36-38 Short

32

45.5

14.15

25.5

40-42 Short

32.75

50.5

14.25

27.5

44-46 Short

33.5

55.5

14.5

29.25

48-50 Short

34

60.5

14.75

32.25

32-34 Regular

36.5

40.5

18

23.25

36-38 Regular

37

45.5

18.25

25.25

40-42 Regular

37.75

50.5

18.5

27.25

44-46 Regular

38.5

55.5

18.75

29.25

48-50 Regular

39.25

60.5

19

31.25

32-34 Tall

37

40.5

18.5

23.5

36-38 Tall

38.75

45.5

19.5

25.5

40-42 Tall

40.5

50.5

20.25

27.75

44-46 Tall

42.25

55.5

21

29.75

48-50 Tall

44

60.5

22

32

Tolerance

+/- 0.5 cm

19 | P a g e

CAG-2-1511-847

APPENDIX ‘C’ Sealed Pattern Identifier – Carrier, External Pattern #: G.S. 1045-360 Title: Carrier, External, Load Carrying Paper Patterns - Paper patterns are available from PWGSC, Clothing Advisory Service (Acquisitions Branch, Clothing & Textiles Division), Gatineau, Ontario, under Pattern # G.S. 1045-360. Firms requested to produce Pre-contract Award Samples will be provided with the base pattern only. The full set of patterns either in individual sizes or as a graded nest will be provided to the successful bidder after the contract is awarded. The paper patterns include placement some templates for hook and loop and retro reflective material. Contractors may make changes required to suit their production process, however, the design and grade shall not be affected or changed. No seam allowance is required. All patterns are the property of PWGSC and must be returned upon completion of the contract. Pattern Pieces - This design has 24 pattern components. Legend: Cut 1 Single Cut 1 Paired

= =

Pattern Components

Cut 1 Cut 2

Nomenclature

Quantity to be cut

Material

# 1 of 24

Back

1 Single

Shell Material

# 2 of 24

Front

1 Single

Shell Material

# 3a of 24

Front Flap (Size 32-34)

1 Single

Shell Material

# 3b of 24

Front Flap (Size 36-38)

1 Single

Shell Material

# 3c of 24

Front Flap (Size 40-42)

1 Single

Shell Material

# 3d of 24

Front Flap (Size 44-46)

1 Single

Shell Material

# 3e of 24

Front Flap (Size 48-50)

1 Single

Shell Material

# 4a of 24

Flap Reinforcement (32-34)

1 Single

Shell Material

# 4b of 24

Flap Reinforcement (36-38)

1 Single

Shell Material

# 4c of 24

Flap Reinforcement (40-42)

1 Single

Shell Material

# 4d of 24

Flap Reinforcement (44-46)

1 Single

Shell Material

20 | P a g e

CAG-2-1511-847

# 4e of 24

Flap Reinforcement (48-50)

1 Single

Shell Material

# 5 of 24

Top Welt

1 Single

Shell Material

# 6 of 24

Pocket Welt

1 Paired

Shell Material

# 7 of 24

Pocket Bag - Side

1 Paired

Shell Material

# 8 of 24

Pocket- Notebook/w pen slot

1 Single

Shell Material

# 9 of 24

Side Flap Loop

1 Paired

Shell Material

# 10 of 24

Side Flap Hook

1 Paired

Shell Material

# 11 of 24

Front Shell Pocket

1 Single

Shell Material

# 12 of 24

Front Shell Pocket Facing

1 Single

Shell Material

# 13 of 24

Side Elastic Cover

1 Paired

Shell Material

# 14 of 24

Pen/Pencil Loop

1 Single

Shell Material

# 15 of 24

Back – Lower Lining

1 Single

Lining Material

# 16 of 24

Back – Upper Lining

1 Single

Lining Material

# 17 of 24

Front – Lower Lining

1 Single

Lining Material

# 18 of 24

Front – Upper Lining

1 Single

Lining Material

# 19 of 24

Zip Ends

2 Paired

Lining Material

# 20 of 24

Back – Upper Mesh

1 Single

Mesh Material

# 21 of 24

Front – Upper Mesh

1 Single

Mesh Material

# 22a of 24

Flap Reinforcement (32-34)

1 Single

Fusing

# 22b of 24

Flap Reinforcement (36-38)

1 Single

Fusing

# 22c of 24

Flap Reinforcement (40-42)

1 Single

Fusing

# 22d of 24

Flap Reinforcement (44-46)

1 Single

Fusing

# 22e of 24

Flap Reinforcement (48-50)

1 Single

Fusing

# 23 of 24

Shoulder Padding

2 Paired

Neoprene

# 24 of 24

Shoulder Padding - Lining

2 Paired

Nylon Lining

Note: Pattern piece for edge binding not included.

21 | P a g e

CAG-2-1511-847

APPENDIX ‘D’ Sealed Pattern Identifier – Ballistic Panels Pattern #: Title:

G.S. 1045-177 Ballistic Panels Vest, Soft Body Armour

Paper Patterns - Paper patterns are available for the ballistic panels from PWGSC, Clothing Advisory Service (Acquisitions Branch, Clothing & Textiles Division), Gatineau, Ontario, under Pattern # G.S.1045-177. Firms requested to produce Precontract Award Samples will be provided with the base pattern only. The full set of patterns either in individual sizes or as a graded nest will be provided to the successful bidder after the contract is awarded. The paper patterns include, where applicable, seam allowances, drill holes and/or placement templates. Contractors may make changes required to suit their production process, however, the design and grade shall not be affected or changed. All patterns are property of the PWGSC and must be returned upon completion of the contract. Pattern Pieces - This design has 2 pattern components. Legend: Material

Pattern Components

=

Ballistic Aramid Panel

Nomenclature

Quantity to be cut

Material

# 1 of 2

Front Panel, Internal

Ref. Para. 4.4.2

Ballistic Aramid Panel

# 2 of 2

Back Panel, Internal

Ref. Para. 4.4.2

Ballistic Aramid Panel

22 | P a g e

CAG-2-1511-847

TABLE I Shell Material REQUIREMENT 1 2

Colour Fibre Content

3

TEST METHODS Dark Navy - colour should match Pantone 19-3924 TCX (Night Sky). 65% Polyester 35% Cotton

CAN/CGSB-4.2 Method 14-2005

Weave

Ripstop

Visual

4

Width

163 cm (min.)

5

Mass

290 g/m2 ± 14g/m2

CAN/CGSB-4.2 Method 5.1 ASTM D-3776

6

Yarns per cm

Warp: 42 min. Weft: 18 min.

CAN/CGSB-4.2 Method 6-M89 ISO 7211-2

7

Breaking Strength - Grab Method

Warp: 1000 Newtons min Weft : 550 Newtons min

CAN/CGSB-4.2 Method 9.2-M90 (2004)

8

Tearing Strength - Rip Method

Warp: 45 Newtons min Weft: 25 Newtons min

CAN/CGSB-4.2 Method 12.1-M90

9

Abrasion Resistance - Martindale Method Part 2 (Determination of Specimen Breakdown)

No breakdown after 30,000 at 9 kPa

ASTM D-4966

10

Dimensional Change in Domestic Laundering (cool wash 40ºC)

Warp: 2% max Weft: 2% max

CAN/CGSB-4.2 Method 58

11

Resistance to Surface Wetting - Spray Method

100 initial 90 after 5 washes or better

CAN/CGSB-4.2 Method 26.2 ISO 4920

12

Colourfastness - To Light

Equal to AATCC Standard L6 or better

CAN/CGSB-4.2 Method 18.3 ISO 105-B02

13

Colourfastness - To Crocking

Dry: Grade 4 or better Wet: Grade 3 or better

CAN/CGSB-4.2 Method 22 ISO 105-C01

14

Colourfastness - To Perspiration

Grade 4 or better

CAN/CGSB-4.2 Method 23 ISO 105-E-04

15

Colourfastness - To Laundering (cool wash 40ºC)

Grade 4 or better

CAN/CGSB-4.2 Method 19.1

A certificate of compliance is required when Doubletex “Panamera” SD35S is submitted for the requirement. Other manufacturers’ fabrics shall be acceptable provided they meet or exceed the requirements and provide test data for Table I excluding requirements 1, 3 and 4.

23 | P a g e

CAG-2-1511-847

TABLE II Mesh Lining Material REQUIREMENT

TEST METHODS

1

Colour

Black

2

Fibre Content

100% Polyester

CAN/CGSB-4.2 Method 14-2005

3

Knit

Spacer Mesh

Visual

4

Width

152 cm (min.)

5

Mass

275 g/m2 ± 14g/m2

CAN/CGSB-4.2 Method 5.1-M90 (2004), or ASTM D-3776

6

Yarns per cm

CAN/CGSB-4.2 Method 7- M88 (2001) ISO 7211-2

7

Instron Ball Burst (psi)

Wales: 10 ± 3 Courses: 22 ± 3 130 min

8

Dimensional Change in Domestic Laundering (cool wash 40ºC)

Warp: 2% max Weft: 2% max

CAN/CGSB-4.2 Method 58-2004

Wicking Treatment

Warp: 47 sec/in (max) Weft: 60 sec/in (max)

INDA IST 10.1 (95)

70% killed within 1 hour

AATCC 100-2004

9 10

11

Antimicrobial Treatment Tested for s. aureus, e. coli, k. pneumonia

99% killed within 24 hours

Thickness

2 mm ± 0.5mm

ASTM D-3787-07 (2011)

ASTM D-1777

Test reports are required for the requirements in Table II excluding requirements 1, 3 and 4.

24 | P a g e

CAG-2-1511-847

TABLE III Lining Material REQUIREMENT 1

Colour

TEST METHODS Dark Navy – colour should match Pantone 19-3924 TCX (Night Sky) or Black

2

Fibre Content

100% Polyester 70 denier (min.)

CAN/CGSB-4.2 Method 14-2005

3

Knit

Warp Knit (pique)

Visual

4

Width

152 cm (min.)

Mass

144 g/m2 ± 7g/m2

CAN/CGSB-4.2 Method 5.1 ASTM D-3776 CAN/CGSB-4.2 Method 7-M88 (2001) ISO 7211-2

5 6 7

Mullen Burst (psi)

Wales: 14.6 ± 3 Courses: 14.2 ± 3 160 min

8

Dimensional Change in Domestic Laundering (cool wash 40ºC)

Warp: 2% (max) Weft: 2% (max)

CAN/CGSB-4.2 Method 58-2004

Wicking Treatment

Warp: 35 sec/in (max) Weft: 45 sec/in (max)

INDA IST 10.1 (95), par. 10

Antimicrobial Treatment

70% killed within 1 hour

AATCC 100-2004

Tested for s. aureus, e. coli, k. pneumonia

99% killed within 24 hours

11

Colourfastness - To Crocking

Dry: Grade 4 or better Wet: Grade 4 or better

CAN/CGSB-4.2 Method 22-2004 ISO 105-C01

12

Colourfastness - To Laundering (cool wash 40ºC)

Grade 4 or better

CAN/CGSB-4.2 Method 19.1-2004

9 10

Yarns per cm

ASTM D-3786/D3786M-13

A certificate of compliance is required when Rentex Mills “Micro Polyester” R5281T is submitted for the requirement. Other manufacturers’ fabrics shall be acceptable provided they meet or exceed the requirements and provide test data for Table III excluding requirements 1, 3 and 4.

25 | P a g e