Systems Integration & Flight Ops

Solicitation number W7702-125495/A

Publication date

Closing date and time 2012/09/19 16:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    MEGGITT TRAINING SYSTEMS CANADA INC.
    3-1735 Brier Park Road, NW
    Medicine Hat Alberta
    Canada
    T1C1V5
    Nature of Requirements: 
    
    1.  TITLE: 
    SYSTEM INTEGRATION AND FLIGHT OPERATIONS SUPPORT
    
    2.  SECURITY:
    
    2.1. 	The Contractor must, at all times during the performance
    of the Contract, hold a valid Fa-cility Security Clearance at
    the level of SECRET, with approved Document Safeguarding and
    Production Capabilities at the level of SECRET, issued by the
    Canadian Industrial Se-curity Directorate (CISD), Public Works
    and Government Services Canada (PWGSC).
    
    2.2. 	The Contractor personnel requiring access to CLASSIFIED
    information, assets or sensitive work site(s) must be citizens
    or permanent residents of Canada, or citizens of the United
    States, United Kingdom, Australia or New Zealand, and must EACH
    hold a valid personnel security screening at the level of
    SECRET, granted or approved by the CISD, PWGSC. Until the
    security screening of the Contractor personnel required by this
    Contract has been completed satisfactorily by the Canadian
    Industrial Security Directorate, Public Works and Government
    Services Canada, the Contractor personnel MAY NOT HAVE ACCESS to
    CLASSIFIED information or assets, and MAY NOT ENTER sites where
    such information or assets are kept, without an escort.
    
    2.3. 	The Contractor MUST NOT utilize its Information Technology
    systems to electronically process, produce or store any
    sensitive CLASSIFIED information until CISD/PWGSC has issued
    written approval.  After approval has been granted, these tasks
    may be performed at the level of SECRET.
    
    2.4. 	Subcontracts which contain security requirements are NOT
    to be awarded without the prior written permission of CISD/PWGSC.
    
    2.5. 	The Contractor must comply with the provisions of the:
    
    	(a) 	Security Requirements Check List and security guide (if
    applicable), attached at Annex C of the solicitation; 
    	(b) 	Industrial Security Manual (Latest Edition).
    
    3.  REQUIREMENT:
    
    The objective of this Task Authorization (TA) contract is to
    provide Systems Integration and Flight Operations Support
    Services to Defence Research & Development Canada (DRDC) to
    support a multi-year program of work in the development of
    Rotorcraft Unmanned Aerial Vehicles (rUAV) by the Autonomous
    Intelligent Systems Section (AISS) at DRDC Suffield.
    
    DRDC AISS conducts a program of R&D in the domain of unmanned
    ground vehicles (UGVs) and unmanned air vehicles (UAVs) to
    support the Canadian Forces (CF).  Previous work has produced a
    family of rUAVs that now form the core of the DRDC Autonomous
    Rotorcraft program.  DRDC is now equipped with a fleet of rUAVs
    and ground control stations and is well positioned to conduct
    further research into rotorcraft autonomy and to support the
    exploitation of these systems by CF clients.  However, these
    systems are proprietary and complex and DRDC AISS cannot deliver
    these outcomes effectively without ongoing support from the
    system vendor.  This contract will establish a contractual
    mechanism to ensure that DRDC AISS will be able to count on this
    essential contractor support for its Autonomous Rotorcraft
    program over the next five years.
    
    The scope of work in this task authorization contract will
    require the contractor to install and/or modify hardware and/or
    software associated with the DRDC owned family of rUAVs. As and
    when requested the contractor will provide this expertise in all
    areas associated with the rUAV including the command and control
    systems and supporting flight line infrastructure.  The
    contractor will also provide flight trial support to test the
    improved or modified rUAV systems.
    
    4.  SUBSTANTIATION FOR SOLE SOURCING: 
    NAFTA applicable;  limited tendering allowed under Article 1016
    (b). 
    WTO-AGP applicable;  limited tendering allowed under Article XV
    (b). 
    AIT applicable; limited tendering allowed under Article 506 12
    (b).  
    PWGSC, TB Contracting Policy:  sole source allowed under PWGSC
    SM Section 5.002, (d). (Derived from GCR Part 1, Section 6
    Treasury Board Guidelines, Section 10.2.1)    
    
    This contract procures ongoing support for technologies
    (autonomous rotorcraft and ground control stations) that have
    already been assessed, modified, and procured as a consequence
    of risk reduction and programmatic activities undertaken by DRDC
    Suffield during the last three years under competitively awarded
    contracts as well as follow-on sole source contracts awarded to
    Meggitt Training Systems Canada.  Previous files include
    W7702-08R210/001/EDM (competitive); W7702-115063/001/EDM (sole
    source); W7702-115045/001/CAL (sole source);
    W7702-125313/001/EDM (sole source). This Task Authorization
    contract is a strategic contract through which DRDC Autonomous
    Intelligent Systems Section (AISS) will be able to secure this
    necessary ongoing support for the next five years.
    
    This contractor is the only supplier qualified to support these
    highly complex, mission critical, and proprietary technologies
    with the Systems Integration and Flight Operations Support which
    is essential to the success of the DRDC AISS Autonomous
    Rotorcraft program.  This contract will involve systems
    integration work with classified and controlled technologies
    restricted to Canadian vendors who are certified for such work. 
    Some components used in the work are owned exclusively by the
    contractor.  
    
    5. OWNERSHIP OF INTELLECTUAL PROPERTY:
    Any intellectual property arising from the performance of the
    Work under the Contract will vest in Canada.  DRDC is exempted
    from the Treasury Board "Policy on Title to Intellectual
    Property Arising Under Crown Procurement Contracts"  approved 1
    June 2000 as per DRDC ADM (S&T) IP-02.
    
    6. PERIOD OF CONTRACT: 
    It is anticipated that any contract will be effective for five
    (5) year from date of contract award. 
    
    7.  CODE OF CONDUCT CERTIFICATIONS 
    Under the Code of Conduct and Certification provisions, 2003
    (2012-07-11), Standard Instructions - Goods or Services -
    Competitive Requirements, Suppliers must submit the following as
    part of their arrangement:
    
    a)	a complete list of names of all individuals who are currently
    directors of the Supplier;
    b)	a properly completed and signed Consent Form, for each
    individual named in the aforementioned list.
    
    
    
    This PWGSC office provides procurement services to the public in
    English.
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate
    with one firm only as identified above. Should you have any
    questions concerning this requirement, contact the contracting
    officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and
    agencies to post a notice, for no less than fifteen (15)
    calendar days, indicating to the supplier community that it
    intends to award a good, service or construction contract to a
    pre-identified contractor. If no other supplier submits, on or
    before the closing date, a Statement of Capabilities that meets
    the requirements set out in the ACAN, the contracting authority
    may then proceed with the award.  However, should a Statement of
    Capabilities be found to meet the requirements set out in the
    ACAN, then the contracting authority will proceed to a full
    tendering process.
    
    Suppliers who consider themselves fully qualified and available
    to provide the services/goods described herein, may submit a
    statement of capabilities in writing to the contact person
    identified in this Notice on or before the closing date of this
    Notice. The statement of capabilities must clearly demonstrate
    how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the
    closing date of the ACAN must appear on the outside of the
    envelope in block letters or, in the case of a facsimile
    transmission, on the covering page.
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Jenkinson, Lorraine
    Phone
    (780) 497-3593 ( )
    Fax
    (780) 497-3510
    Address
    Telus Plaza North/Plaza Telus Nord
    10025 Jasper Ave./10025 ave Jasper
    5th floor/5e étage
    Edmonton, Alberta, T5J 1S6

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Alberta

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: