STATEMENT OF WORK Physical Protection 1. Background 1.1. This Statement of Work (SOW) describes the requirements for providing equipment for physical protection and nuclear security at the Al-Tuwaitha site in Iraq. 1.2. Currently, all radioactive material (radioactive waste and sources, some nuclear material, all Cat. III or less) is stored in the Bunker B. A new radioactive storage facility is being constructed and all radioactive material shall be moved to this new storage in the Radioactive Waste Complex (RWC) 1.3. The Contractor shall supply and deliver to the Iraq Ministry of Science and Technology (MST) the equipment to establish and/or improve physical protection measures at the following locations: (i) Bunker B, (ii) Protected Area Main Gate, (iii) Radioactive Waste Complex (RWC). Further, a communication system (fibre optic cable, VoIP handsets, etc) shall be established connecting all three locations (please see equipment specifications in section 4.4.). 1.4. Contractor shall supply the equipment to the MST as listed in the Annexes to this SoW and shall provide related training for the local staff of Al-Tuwaitha. It is planned that local staff of RWC shall be responsible for installation, testing commissioning, operation and maintenance of the physical protection equipment at RWC. 2. Definitions, Acronyms, and Abbreviations The following definitions, acronyms, and abbreviations shall apply throughout this SOW unless defined otherwise hereinafter: RWC MST UPS PIN SOW IAEA POC DAP DVR VoIP ACS LAS CCTV Radioactive Waste Complex Iraq Ministry of Science and Technology Uninterruptable Power Supply Personal Identification Number Statement of Work International Atomic Energy Agency Point of Contact Delivery at Place Digital Video Recorder Voice over Internet Protocol Access Control System Local Alarm Station Closed Circuit Television Page 1 of 10
CWA TIC Chemical Warfare Agent Toxic Industrial Chemical 3. Requirements The Contractor shall carry out the activities listed here below and provide the deliverables specified. 3.1. Site survey travel is not foreseen. Remote communications (e.g. email, digital photos, video conference) shall be established with the end user as needed in order for the Contractor to obtain the necessary knowledge of detailed requirements for equipment installation at the site. The Al-Tuwaitha POC shall assist the Contractor in this process. 3.2. The Site point-of-contact (POC) is the Ministry of Science and Technology (MST).The Contractor shall supply and deliver the equipment to the MST as specified and listed under the Annexes of this SoW. Delivery shall be made to the Al-Tuwaitha site under INCOTERM DAP (Delivery at Place). 3.3. The Contractor shall host up to three persons, to be nominated from Al- Tuwaitha technical staff, for one week training at the Contractor s site, for delivery of training on the equipment that is supplied under this task. The training shall include hands-on installation and operational training sessions with the end goal of the Al-Tuwaitha staff being fully competent to install the equipment themselves. If the Contractor does not have appropriate in-house capacity or technical means to host such training, the Contractor shall hire a qualified consultant to provide the required staff training on the equipment at a venue to be chosen outside of Iraq. The in-advance training for Al-Tuwaitha staff is considered an important part of required deliverables under this SoW.Therefore, the Contractor shall include the total cost for travel, hosting, and training of the three staff from Al-Tuwaitha in the proposal as well as a proposed methodology for delivering the training for the Al-Tuwaitha staff. 3.4. After the successful training and delivery of necessary knowledge, the local staff shall be capable to install the delivered equipment themselves. During the installation at site, as required, the Contractor shall be available to provide remote technical assistance during the set-up of delivered equipment. Assistance shall be provided remotely (e.g. by phone, email) to the Al- Tuwaitha Installation Team that was trained on the operation and installation of the equipment supplied by the Contractor. Page 2 of 10
Site Layout: A schematic overview of the proposed site layout for physical protection of the Main Gate Area is given in the following two figures. Fig. 1: Main gate pedestrian access Page 3 of 10
Fig. 2: Main gate vehicle access 4. Equipment The equipment to be delivered by the Contractor is listed in the following and described in detail in the Annexes. 4.1. Protected Area Main Gate: 4.1.1. Entry Control Point Guard House Video Management System DVR (digital video recorder hardware and software to manage video at the guard house from the main entry/gate) Computer with Video Management System (VMS) software Badge printer with badges (for ~2,000 employees) Access Control System (ACS alarm panel) Uninterruptible Power Supply (UPS), appropriate size for 4 hrs backup of computer, badge readers and ACS Alarm annunciator (siren with strobe light) Page 4 of 10
4.1.2. Entry Control Point Pedestrian Access X-ray machine for scanning (1 ea) Portable handheld explosives detector (3 ea) Turnstile gates, bi-directional (3 ea) Proximity&PIN card readers (6 ea) Uninterruptible Power Supply (UPS), appropriate size for 4 hrs backup of badge readers, and turnstiles 4.1.3. Entry Control Point Vehicle Access Proximity&PIN card readers (2 ea) Drop-Bar Vehicle Gates (2 ea, one for entry, one for exit) Uninterruptible Power Supply (UPS), appropriate size for 4 hrs backup of badge readers and drop-bars Digital outdoor IP cameras (2 ea) Outdoor lighting (2 ea) 4.2. Radioactive Waste Complex: Turnstile gate, bi-directional (1 ea) Proximity&PIN card readers for the access control (2 ea) UPS for 4 hrs backup (same as above) Portal Metal Detector 4.3. Bunker B: Intrusion and hold-up alarm system with emergency and panic duress button (1 ea) Outdoor lighting (2 ea) 4.4. Communications Equipment: Fiber optic cable in conduit between Protected Area Main Gate and Bunker B (approximately 1.5 km distance) Fiber optic cable in conduit between Protected Area Main Gate and Radioactive Waste Complex (approximately 1 km distance) Required hardware (e.g. converters, routers) to allow for alarm and voice communications over Internet Protocol (VoIP) between Main Gate, Bunker B, and Radioactive Waste Complex Network and other signal cables in conduit between gates, card readers, ACS, etc VoIP handsets (3 ea) 5. Deliverable Data Items The Contractor shall deliver the following data items to the IAEA: Page 5 of 10
5.1. Technical Report that describes the equipment that has been procured and is functional. The Technical Report shall include list of equipment and photos of the equipment that was procured. 5.2. Equipment shall be available from the Contractor no later than four weeks following issuance of the Contract. 5.3. Training material (manuals, presentation, etc.) shall be delivered two weeks in advance of the Al-Tuwaitha staff training in English language. 5.4. Training report shall include the names of technical personnel from Al- Tuwaitha that have been trained on the equipment procured. The report shall include photos of the actual training sessions. 5.5. Training shall occur no later than eight weeks after issuance of the Contract. 5.6. Summary report shall declare that the Task is completed and shall contain a statement from the Al-Tuwaitha Site Point-of-Contact (POC) stating that all the equipment was received, is not damaged (visible physical elements), and is operational. In this report, the POC shall explicitly state their satisfaction and acceptance of the installed equipment. The Summary Report shall include photos of all equipment that was installed. 6. Warranty 6.1. The Contractor warrants that the equipment supplied by them and their subcontractors or suppliers under this SOW shall be new, latest models and free from defect in workmanship, and shall operate in accordance with the manufacturer s most current standards. 6.2. Starting from the date after the delivery of equipment, the Contractor shall provide one (1) year of full warranty. During the warranty period, any defective parts found under normal operating conditions shall be repaired or replaced at the Contractor's option at no charge and the service and shipment expenses related to the repair shall be borne by the Contractor. The Contractor shall remedy any defect, at no cost to the customer, whether due to faulty design, material or manufacture, impairing the functioning of the equipment or parts in order to restore the required operation of the equipment. Any parts replaced shall become the property of the Contractor. 6.3. The warranty does not apply to the natural wear and tear as well as the damage due to negligent or improper storage or handling, overloading, and operation by personnel of the counterpart contrary to the instructions of the Contractor's supervisors or to the indications of the technical documentation supplied by the Contractor. It also does not cover damages due to nonfulfillment of the technical instructions of the Contractor and/or due to the abnormal operation of the equipment; Page 6 of 10
ANNEX 1 LIST OF EQUIPMENT No. Equipment/Devices Notes A. Bunker B (1.5 Km distance from Main Gate area) 1. Intrusion and hold-up alarm system To be installed at Bunker B 1 unit emergency panic duress button 2. 2 units outdoor lighting To be installed at Bunker B Entry and exit points 3. 1 unit IP phone handset (VoIP) To be provided for the communication system to the Main gate B. Main Gate (Entry/Exit Access to Al-Tuwaitha Site) 4. Control room Guard house (LAS) To be provided and installed at the Main gate area a. 1 unit alarm panel b. 1 unit sounder and light strobe units for alarm indication c. 1 unit industrial rack or cabinet d. 1 unit Personal Computer (PC) with Microsoft Windows suite software e. Video Management System (VMS) software f. 1 unit badge printer g. 2000 badges h. 1 unit UPS for 4 hrs back-up power 5. 1 unit X-Ray machine for scanning, AutoClear, To be provided at the Main gate area for pedestrians access 90KV, penetrate 10mm Al 6. 3 units handheld explosives detector (specifications see Annex 2) To be provided at the Main gate area for pedestrians and vehicle access 7. 2 units outdoor lighting To be installed at the Main gate area 8. Access Control System (ACS) To be installed at the Main gate area a. 6 units proximity & PIN card readers For pedestrian access b. 2 units proximity & PIN card readers For vehicle access c. 1 unit Access Control Panel d. 3 units Turnstile gates (full height, single, bi-directional, ACS electronic locking) e. 2 units interlocked Boom gates with To be installed at the Main gate Entry and Exit points traffic lights (Drop Bar), For vehicle access 9. Video surveillance system (CCTV) To be installed at the Main gate area a. 2 units outdoor digital IP cameras b. 1 unit Digital Video Recorder (DVR) For Video Management System including monitor of at least 21 inches. 10. 1 unit IP phone handset (VoIP) For communication system to Bunker B and Rad. Waste Complex C. Radioactive Waste Complex (1 Km distance from Main Gate area) 11. Access Control System (ACS) To be installed at the Radioactive Waste Complex 2 units Proximity & Pin Card readers 1 unit Access Control Panel 1 unit Turnstile (bi-directional, same as above) 12. 1 unit UPS for 4 hrs back up power To be provided at the Rad. Waste Complex 13. 1 unit Portal Metal Detector To be installed at the Rad. Waste Complex 14. 1 unit IP phone handset (VoIP) To be provided for the communication system to Main gate D. Communication System - Switches/hubs, connectors, cables and cable conduits 15. Approximately 1 Km fibre optic cable, and switches/hubs, Ethernet converter, router 16. Approximately 1.5 Km fibre optic cable, and switches/hubs, Ethernet converter, router 17. Approximately 2.5 Km conduit with some elbows and t s 18. Approximately 100 m Cat 6 cable within conduit To be provided for the communication system and alarm transmission between Main Gate area (control room) to Radioactive Waste Complex To be provided for the communication system and alarm transmission between Main Gate area (control room) to Bunker B To be provided for enfolding fibre optic cable To be provided for transmitting data from proximity card readers, vehicle access to the computer at the control room (Main gate) Page 7 of 10
ANNEX 2 SPECIFICATIONS OF EXPLOSIVES DETECTOR 1. The Explosives Detector shall be a rugged, handheld detection device that can identify explosives, narcotics, TICs and CWAs in one system. It shall be able to identify simultaneously explosives and narcotics from a single sample by sequencing scans to detect conventional and home-made explosives. 2. The detector shall use proven technology based on Ion Mobility Spectrometry with a built-in 63 Ni radiation source, which shall be sealed and not more than 15 mci activity. 3. The device shall have simultaneous operating modes for explosives/narcotics, explosives only, narcotics only, chemical warfare agents (CWA) or toxic industrial chemicals (TIC). The operator shall be able to select these different modes, e.g. by switching between particle or vapour analysis methods, to utilize the best method for detecting a suspected threat. The device shall have truncated alarm for fast clear down of threats. 4. The operator shall be notified about a threat by audio and visual alarm, with substance identification results clearly displayed on screen. 5. The sensitivity on particles shall be in the low nanogram (ng) range; and sensitivity on vapour shall be in the low parts per million (ppm) range. 6. The false alarm rate shall be less than 1%. 7. The device shall have a minimum of 40 programmable channels with an expandable library. 8. Warm up time shall be less than 10 minutes and required analysis time less than 10 seconds. 9. Input power shall be suitable in the range of 95-255VAC, 47-63Hz. Battery operating time shall be at least 2 hours with one battery. The device shall have two hot-swappable batteries included for continuous operation. 10. The operating temperature range shall be minimum -5 C to 55 C, and operating humidity 0 to 95% non-condensing. 11. The weight shall be not more than 5kg including battery, suitable for handheld operation. 12. For rugged operation, the device shall meet hardened specifications of 1 meter drop to concrete, IP54 for operating, and IP53 for sampling. Page 8 of 10
ANNEX 3 SPECIFICATIONS OF X-RAY MACHINE 1. The X-Ray machine shall be suitable for scanning briefcases, handbags, rucksacks, etc, to prevent the smuggling of dangerous objects inside these bags. 2. The detection system shall be able to scan objects of up to 60 cm width and 40 cm height and unlimited length, and with a maximum weight of 100kg. The X-ray beam shall penetrate minimum 25 mm steel, and it shall be filmsafe up to ISO 1600. The scanner resolution shall be at least 0.1 mm (wire detectability). 3. The scanned objects shall be visualized as classified material groups allowing the operator to easily and precisely identify the contents. The machine shall have a flat panel monitor to present the images in colour or black-white, with resolution of at least 1280 x 1024 / 24 bit, and 4096 grey levels. 4. The dimensions of the machine shall be suitable for security checks in entrance areas. For such purposes it shall be robust and mobile, with physical dimension of max. 2 m length and 1 m width and 1.5 m height. 5. The scanner shall allow quick and easy operation, and require no warm-up procedure. 6. The scanning machine shall meet all applicable laws and regulations with respect to X-ray emitting devices in compliance with directives 2004/108/EC, 2006/42/EC, 2006/95/EC. 7. Input power shall be suitable in the range of 95-255VAC, 47-63Hz. Operating temperature range shall be 0 C to 40 C, and operating humidity 10 to 90% non-condensing, protection class IP 20. Page 9 of 10
ANNEX 4 SPECIFICATIONS OF METAL DETECTOR 1. The walk-through metal detector shall indicate metallic objects passing through the unit by audible and visual alarm. 2. Detection sensitivity shall be equal from the archway to the floor. Detection density shall be indicated based on amount and composition of metal passing through the detector unit. 3. Sensitivity for detecting weapons shall enable the operator to respond to any weapon threat while ignoring harmless objects. The machine shall have different application programs, to allow the operator choosing the best suitable and distinct sensitivity level. 4. The passageway interior size shall be at least 0.75 m width and 2 m height. 5. The detector shall have an automatic self-diagnostic program, followed by a quick and easy operation mode. The unit shall be portable, robust, and tamper proof. 6. Input power shall be suitable in the range of 100-240VAC, 47-63Hz. Operating temperature range shall be -10 C to 50 C, and operating humidity 10 to 90% non-condensing, protection class IP 31. Page 10 of 10