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
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Wong(eem), Vincent
- Phone
- (819) 956-3769 ( )
- Fax
- (819) 953-3703
- Address
-
11 Laurier St. / 11, rue Laurier
4C1, Place du Portage IIIGatineau, 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.