ACAN - LONG TERM EVOLUTION (LTE) DRIVE TEST TOOL SOFTWARE
SOLUTION

Solicitation number U6800-141822/C

Publication date

Closing date and time 2015/10/26 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    ASCOM NETWORK TESTING INC.
    1943 Isaac Newton Square
    Reston Virginia
    United States
    20190
    Nature of Requirements: 
    
    U6800-141822/C
    Wong, Vincent
    Telephone No. - (819) 956-3769
    Email - Vincent.Wong@tpsgc-pwgsc.gc.ca
    
    
    This bid solicitation cancels and supersedes previous bid
    solicitation number U6800-141822/B dated 2015-07-20 with a
    closing of 2015-08-31 at 14:00 EDT. A debriefing or feedback
    session will be provided upon request to bidders who bid on the
    previous solicitation. 
    
    
    ADVANCED CONTRACT AWARD NOTICE
    LONG TERM EVOLUTION (LTE) DRIVE TEST TOOL SOFTWARE SOLUTION
    
    
    1. Advance Contract Award Notice (ACAN) 
    
    An ACAN is a public notice indicating to the supplier community
    that a department or agency intends to award a contract for
    goods, services or construction to a pre-identified supplier,
    thereby allowing other suppliers to signal their interest in
    bidding, by submitting a statement of capabilities. If no
    supplier submits a statement of capabilities that meets the
    requirements set out in the ACAN, on or before the closing date
    stated in the ACAN, the contracting officer may then proceed
    with the award to the pre-identified supplier. 
    
    
    2. Definition of the requirement
    
    The Communications Research Centre Canada (CRC) has a
    requirement for a commercial off-the-shelf multifunction Long
    Term Evolution (LTE) Drive Test Tool Software Solution (the
    "Solution"), inclusive of acquisition and analysis functions,
    and associated maintenance and support. The Solution is required
    to deliver, enable and support LTE Drive Test acquisition and
    analysis functionality and performance requirements as
    specificed under "Minimum Essential Requirements" below. 
    
    The Solution's acquisition and analysis functions must be
    separate instances and must operate on the same or on a
    different hardware platform simultaneously. The Solution is
    intended to be used on an end-to-end LTE wireless network in
    support of CRC's ongoing research and development initiatives. 
    
    The Solution will be used to connect to a wide variety of
    specialised LTE user devices (UEs), one or multiple units at a
    time, both in laboratory and in mobile outdoor (in-field)
    environments. This will enable several test and evaluation uses
    cases on CRC's experimental LTE networks, including: performance
    benchmarking, network verification, optimization and
    maintenance, initial radio access tuning and site acceptance and
    service quality monitoring. For laboratory environments, it is
    expected that both the acquisition and analysis functions of the
    Solution will be hosted on a networked server(s). For in-field
    mobile environments, both the acquisition and analysis functions
    could be hosted on a mobile PC (e.g. laptop) platform(s). CRC
    will be providing all necessary hardware platforms to host the
    Solution in addition to the end-to-end LTE networks operating in
    3GPP Band Class 13 and 14, including specialized user devices
    and/or radio frequency scanners. 
    
    The Solution must also include associated warranty,
    documentation, and initial and optional ongoing maintenance and
    support services. 
    
    
    3. Criteria for assessment of the Statement of Capabilities
    (Minimum Essential Requirements)
    
    Any interested supplier must demonstrate by way of a statement
    of capabilities that its solution meets the following
    requirements:
    
    3.1 General
    
    (a) The Solution must not require any connectivity to or
    dependency on externally-hosted server(s) outside of Canada'
    control for the Solution to function and operate in accordance
    with the requirements of this Contract.
    (b) The Solution must work and operate properly in Windows 7, 64
    bit and 32 bit platforms.
    (c) The Solution must have an internal mapping view.
    (d) The Solution must have an acquisition function and an
    analysis function that are separate instances.
    (e) The Solution must have the acquisition function and the
    analysis function operate simultaneously on either the same
    hardware platform or on different hardware platforms.
    
    3.2 Acquisition Function
    
    (a) The Solution's acquisition function must work with LTE User
    Equipment (UE) devices that operate in Frequency Division
    Duplexing (FDD) and Time Division Duplexing (TDD).
    (b) The Solution's acquisition function must work with LTE UE
    devices that operate in 3GPP defined Band Class 13 and Band
    Class 14 frequencies.
    (c) The Solution's acquisition function must work with LTE UE
    devices of various form factors, including: USB modems and
    smartphones.
    (d) The Solution's acquisition function must work and be
    compatible with LTE devices that have any of the following
    chipsets: Qualcomm, GCT, and Altair.
    (e) The Solution's acquisition function must measure the
    performance of protocols, including but not limited to: FTP,
    HTTP, UDP, TCP, Ping and POP email protocol.
    (f) The Solution's acquisition function must log, decode and
    present real-time analysis of Layer 1 messages and related
    events collected by the Solution, including: 1. connect, 2.
    disconnect, 3. handover 4. success/failure, and 5. error
    messages.
    (g) The Solution's acquisition function must log and decode
    Layer 2 and 3 messages collected by the Solution.
    (h) The Solution's acquisition function must reference all Data
    collected by the Solution to the Solution's internal mapping
    view using either outdoor coordinates obtained by GPS or indoor
    coordinates based on reference points (pinpointing) placed onto
    a geo-referenced image.
    (i) The Solution's acquisition function must integrate a
    geographic information system (GIS) and imagery (e.g. satellite,
    aerial) overlay application in the Solution' internal mapping
    view.
    (j) The Solution's acquisition function must provide a
    User-configurable workspace in the Solution's graphical user
    interface (GUI) for items including: displaying a combination of
    maps, GPS, throughput, radio frequency (RF) signal, neighbour
    cell IDs, neighbour signal levels, modulation, coding, CGI,
    Layer 2 and 3 messages, events and any other Data that is
    generated or collected by the Solution.
    (k) The Solution's acquisition function must provide data rate
    metric in support of throughput measurements when data is
    transferred to and from a UE.
    (l) The Solution's acquisition function must be compliant and
    compatible with PCTel' SeeGull IBFlex RF Scanner.
    (m) The Solution's acquisition function must allow a User to
    build scripts for automated testing and reporting.
    (n) The Solution's acquisition function must be compliant and
    compatible with GPS devices that make use of the National Marine
    Electronics Association (NMEA) protocol 0183 and that have a USB
    interface.
    
    3.3 Analysis Function
    
    (a) The Solution's analysis function must work with LTE User
    Equipment (UE) devices that operate in Frequency Division
    Duplexing (FDD) and Time Division Duplexing (TDD).
    (b) The Solution's analysis function must send all Data
    collected by the Solution to the Solution's internal mapping
    view for analysis.
    (c) The Solution's analysis function must integrate a geographic
    information system (GIS) and imagery (e.g. satellite, aerial)
    overlay application in the Solution's internal mapping view.
    (d) The Solution's analysis function must support outdoor and
    indoor (e.g. geocoded image or floor plan) mapping overlay
    functionality from the Solution' internal mapping view.
    (e) The Solution's analysis function must display and filter all
    levels of signaling messages, including Layer 1, Layer 2 and
    Layer 3 messages.
    (f) The Solution's analysis function must display and filter
    radio base station statistics generated from Data collected by
    the Solution for graphical visualization of network performance
    (e.g. parameters including RSSI, handover performance,
    connection percentage to a sector, and the percentage of use for
    each modulation and coding scheme).
    (g) The Solution's analysis function must log, translate and
    decode Data logs, either Solutiongenerated or imported into the
    Solution by a User in the following formats: generic text file
    (.txt), Qualcomm (.DLF & ISF) and PCTel Scanner (.DTF).
    (h) The Solution's analysis function must allow a User to create
    report templates that include any Data generated by the Solution
    or imported into the Solution by a User.
    (i) The Solution's analysis function must display multiple Data
    logs (Solution-generated or imported into the Solution by a
    User) within the Solution.
    (j) The Solution's analysis function must combine multiple Data
    logs (Solution-generated or imported into the Solution by a
    User) into a single log within the Solution.
    (k) The Solution's analysis function must automatically generate
    pre-defined reports (User and/or Solution-generated) from Data
    collected by the Solution that outline LTE parameters such as
    RSSI, handover performance, connection percentage to a sector,
    and the percentage of use for each modulation.
    (l) The Solution's analysis function must allow a User to build
    scripts to automatically load and process new Data, as it
    becomes available, from a pre-defined folder (locally accessible
    or shared on a local network) to generate reports.
    (m) The Solution's analysis function must allow a User to define
    custom report parameters based on Data collected from the
    Solution's acquisition function.
    
    3.4 Definition: 
    
    "Data" means any information that is collected, obtained, used
    in, stored, generated, or produced as a result of the use or
    access of the Solution by a User.
    
    
    4. Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreements: 
     - Agreement on Internal Trade (AIT)
     - North American Free Trade Agreement (NAFTA)
     - World Trade Organization - Agreement on Government
    Procurement (WTO-AGP)
    
    
    5. Justification for the Pre-Identified Supplier
    
    Ascom Network Testing, Inc. is the only known supplier who meets
    all mandatory performance and minimum essential requirements.
    
    
    6. Government Contracts Regulations Exception(s)
    
    The following exception to the Government Contracts Regulations
    is invoked for this procurement under subsection 6(d) - "only
    one person is capable of performing the work".
    
    
    7. Exclusions and/or Limited Tendering Reasons 
    
    The following exclusions and/or limited tendering reasons are
    invoked under the section of the trade agreements specified: 
     
    Agreement on Internal Trade (AIT) - Article 506 paragraph 11 (f)
    "in the absence of a receipt of any bids in response to a call
    for tenders made in accordance with the procedures set out in
    this Chapter."
    
    North American Free Trade Agreement (NAFTA) - Article 1016.2 (a)
    "in the absence of tenders in response to an open or selective
    call for tenders, or where the tenders submitted either have
    resulted from collusion or do not conform to the essential
    requirements of the tender documentation, or where the tenders
    submitted come from suppliers that do not comply with the
    conditions for participation provided for in accordance with
    this Chapter, on condition that the requirements of the initial
    procurement are not substantially modified in the contract as
    awarded;"
    
    World Trade Organization - Agreement on Government Procurement
    (WTO-AGP) - Article XV 1. (a)
    "in the absence of tenders in response to an open or selective
    tender, or when the tenders submitted have been collusive, or
    not in conformity with the essential requirements in the tender,
    or from suppliers who do not comply with the conditions for
    participation provided for in accordance with this Agreement, on
    condition, however, that the requirements of the initial tender
    are not substantially modified in the contract as awarded;"
    
    
    8. Ownership of Intellectual Property 
    
    Ownership of any Foreground Intellectual Property arising out of
    the proposed contract will vest in the Contractor.
    
    
    9. Period of the proposed contract 
    
    The proposed Contract is for a period of 1 year from date of
    Contract Award. 
    
    The proposed Contract includes options to extend the contract
    period for up to an additional two, one-year periods.
    
    
    10. Name and address of the pre-identified supplier 
    
    Ascom Network Testing, Inc.
    1943 Isaac Newton Square
    Reston, Virginia
    20190
    United States
    
    
    11. Suppliers' right to submit a statement of capabilities 
    
    Suppliers who consider themselves fully qualified and available
    to provide the goods, services or construction services
    described in the ACAN 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.
    
    
    12. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of
    capabilities is October 26, 2015 at 2:00pm EDT.
    
    
    13. Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Vincent Wong 
    Software and Shared Systems Procurement Directorate 
    Public Works and Government Services Canada 
    Place du Portage III, 4C1 
    11 rue Laurier, Gatineau (Québec)
    K1A 0S5
    
    Telephone: (819) 956-3769
    E-mail: Vincent.Wong@tpsgc-pwgsc.gc.ca
    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)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights

    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
    Wong(eem), Vincent
    Phone
    (819) 956-3769 ( )
    Fax
    (819) 953-3703
    Address
    11 Laurier St. / 11, rue Laurier
    4C1, Place du Portage III
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    Industry 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
    National Capital Region (NCR)
    Procurement method
    Non-Competitive

    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: