ACAN for Air Data Test Sets

Solicitation number W8486-195873/A

Publication date

Closing date and time 2019/03/27 14:00 EDT


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    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: 
    TestVonics Ltd
    375 Jaffrey Road
    Peterborough New Hampshire
    United States
    03458
    Nature of Requirements: 
    
    ACAN for Air Data Test Sets
    
    W8486-195873/A
    McLaughlin, Michael
    Telephone No. - (873) 353-7592 
    michael.mclaughlin@tpsgc-pwgsc.gc.ca 
    
    
    Air Data Test Set (ADTS)
    
    1. Advance Contract Award Notice (ACAN)
    
    1.1. 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
    
    2.1. The Department of National Defence has a requirement for Air Data Test Set (ADTS) equipment that will be used to verify aircraft instrumentation such as altimeters, air speed indicators, rate of climb Indicators, Mach indicators and air data computers.  ADTS are employed across the Royal Canadian Air Force (RCAF) at various bases throughout Canada as well as with RCAF units on deployment throughout the world.  The ADTS are used for the following applications:
    
    (a)  Perform periodic inspections
    (b)  Certify aircraft for flight
    (c)  Perform tests for instrumentation problems
    (d)  Check for leaks in pitot static systems
    
    2.2. The Solution is required to deliver, enable and support the functionality and performance requirements as specified under "Minimum Essential Requirements" below.
    
    2.3. The ADTS must be a commercial-off-the-shelf (COTS) or military-off-the-shelf (MOTS) solution that has a proven past performance record in an operational military aircraft environment.
    
    2.4. The Solution must also include associated warranty, documentation, training services and product support services.
    
    2.5. The Department of National Defence has identified Air Data Test Set Model 3350ER from Testvonics Inc. as the only system that meets all the Minimum Essential Requirements. 
    
    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. Product Development and Sales History
    
    
    
    3.1.1. The proposed ADTS must have been sold to a minimum of three (3) military air service customers (e.g. Air Force, Army, Navy, Marines, or Coast Guard) within the past three (3) years and have achieved successful use in support of flight operations with each of the cited customers.
    
    3.1.2. The proposed ADTS must have achieved successful use in support of flight operations within the past three (3) years for each of the following aircraft types:
    
    (a) Fighter Jet Aircraft
    (b) Turboprop Aircraft or Wide-Body Jet Aircraft
    (c) Rotary Wing Aircraft
    
    3.1.3. Suppliers must provide with their Statement of Capabilities, a description of valid projects identifying customers who have purchased their proposed equipment within the past three (3) years, including  metrology centers that support ADTS automated  calibration, overhaul and repair.  Customer contact information must be provided for each cited project.
    
    3.2. ADTS Automated Calibration Functionality and Performance Requirements
    
    3.2.1. Automated Calibration is defined as the calibration of the ADTS within specified tolerances to a reference standard whereby all necessary calibration functions are performed without further input being required from the technician once the Automated Calibration program has commenced.  Manual procedures for an automated calibration must be limited to the initial set up (connecting hoses and entering data to identify the ADTS unit, operator, date and client) and selection of a mechanism (e.g. start button) to start and execute the automated calibration program. 
    
    3.2.2. The ADTS must interface and operate with the existing DND Secondary Air Data Calibrator (ADC), TestVonics Ltd. Model ADC-2555 (NSN 6640-01-653-2520), for the performance of its Automated Calibration.
    
    3.2.3. The ADTS must interface and operate with the existing DND Primary Air Data Calibration Standard (ADCS), Fluke Corp. Model ADCS-601 (NSN 6610-01-652-3333), for the performance of its automated calibration.
    
    3.2.4. Where the term "ADC/ADCS" is used, the requirement must be independently met for:
    
    (a) connectivity between the ADTS and the ADC must conform to the layout of the ADC, which requires connections with:
    i. one RS232 cable and one Ps hose, or
    ii. one RS232 cable and one Pt hose; and
    
    (b) Connectivity between the ADTS and the ADCS must conform to the layout of the ADCS, which requires one RS232 cable and one pressure hose.
    
    3.2.5. Following the initial power-up of the ADTS, the automated ADTS calibration procedures using the ADC must be completed successfully in less than five hours, including the time required for:
    
    (a) Connecting the cable and hoses and verifying connectivity between the ADTS and the ADC/ADCS;
    (b) Entering all data needed to perform the calibration;
    (c) Selecting the start mechanism to commence the auto calibration program;
    (d) Running the auto calibration program; 
    (e) Verification, re-alignment and final verification; and
    (f) Displaying a message indicating the completion of the calibration procedure.
    
    3.2.6. The ADTS must have a secure communications port that will connect directly to the ADC/ADCS.
    
    3.2.7. The Automated Calibration must be performed with the ADTS operating as the controlling unit.
    
    3.2.8. The ADTS Automated Calibration must:
    
    (a) measure, record and display the ADTS test points;
    (b) calculate, record and display the difference between the measured ADTS test parameters and the reference standards for the test parameters from the ADC/ADCS;
    (c) adjust the ADTS over the full scale of the Ps and Pt transducers;
    (d) provide the operator with the choice to accept or reject an automated calibration; and
    (e) return the ADTS to its original state of alignment if the operator chooses to reject the automated calibration.
    
    3.2.9. The ADTS Automated Calibration software must perform the following routines before starting the Automated Calibration routines, if selected by the operator:
    
    (a) auto exercise; and
    (b) leak test.
    
    3.2.10. The ADTS Automated Calibration must test the ADTS for compliance with the requirements of the latest version of Reduced Vertical Separation Minima (RVSM) and supporting regulations from Transport Canada and the Federal Aviation Administration.
    
    3.2.11. The ADTS Supplier must provide a full calibration data package to allow DND to independently calibrate ADTS including, but not limited to:
    
    (a) calibration software;
    (b) calibration macros;
    (c) transducer coefficients; 
    (d) calibration procedures; and
    (e) calibration verification procedures.
    
    3.2.12. The ADTS Supplier must provide all calibration data needed to re-align the transducers to within acceptable ADTS tolerances. 
    
    3.2.13. The ADTS calibration software must perform a full scale calibration that:
    
    (a) re-aligns the ADTS system;
    (b) applies new curve fits for improved accuracy and performance of the individual transducers under test using approved calibration macros on the Fluke ADCS-601; and
    (c) re-aligns and programs for offsets or zero adjustments over the full ranges of the Ps and Pt sensors.
    
    3.3. ADTS Functional and Performance Requirements
    
    3.3.1. The ADTS must provide controlled input pressure to allow the operator to verify the accuracy of all aircraft pitot and static instrumentation and air data computers on the following aircraft:
    
    (a) CC-115 Buffalo
    (b) CC-130H Hercules
    (c) CC-130J Hercules
    (d) CC-138 Twin Otter
    (e) CP-140 Aurora
    (f) CC-144 Challenger
    (g) CC-150 Polaris
    (h) CC-177 Globemaster III
    (i) CC-295W FWSAR
    (j) CF-188 Hornet
    (k) CH-124 Sea King
    (l) CH-139 Jet Ranger
    (m) CH-146 Griffon
    (n) CH-147F Chinook
    (o) CH-148 Cyclone
    (p) CH-149 Cormorant
    (q) CT-114 Tutor
    (r) CT-142 Dash-8
    (s) CT-155 Hawk
    (t) CT-156 Harvard II
    
    3.3.2. The ADTS must be a flight line, self-contained unit (i.e. all functionality within a single box) that performs flight line testing of aircraft pitot and static instrumentation and air data computer systems.
    
    3.3.3. The ADTS must be configurable to allow DND to add new aircraft profiles.  This process will involve DND providing the manufacturer with basic aircraft information and then the manufacturer creating and providing to DND the final aircraft profile configured for operational use in the ADTS.  The final aircraft profile will be uploaded by DND into the ADTS.
    
    3.3.4. The ADTS must be configurable to allow DND to edit aircraft profiles without assistance from the manufacturer, including:
    
    (a) Altitude command limits
    (b) Airspeed command limits
    (c) Altitude Rate of Climb limits
    (d) Airspeed rate limits.
    
    3.3.5. The ADTS must be configurable to allow DND to remove aircraft profiles without assistance from the manufacturer.
    
    3.3.6. The ADTS must have a secure communications port that can only be accessed by authorized DND personnel that will be used to update the ADTS with new firmware or to add, edit or remove aircraft profiles.  Password protection is an acceptable method for providing security for these purposes.
    
    3.3.7. The ADTS must not require the use of additional external pumps to support the test requirements of the ADTS.
    
    3.3.8. The ADTS must be certified or approved for use in accordance with the Canadian Electrical Code, Part 1, before delivery, by a certification organization accredited by the Standards Council of Canada.
    
    3.3.9. The ADTS must include an independent Remote Control Unit (RCU) that attaches to the ADTS using one cable with a minimum length of 25 feet and a maximum length of 50 feet.
    
    3.3.10. The ADTS and the RCU must not include a wireless capability.
    
    3.3.11. Both the ADTS and the RCU must have independent keypads and displays for redundant command and control of:
    
    (a) Altitude;
    (b) Airspeed;
    (c) Rate of Climb;
    (d) Airspeed rate;
    (e) Leak check function;
    (f) Auto Exercise; and
    (g) Self-Test.
    
    3.3.12. The operator must not be prevented from testing the aircraft using the main ADTS controls if the RCU is non-functioning.
    
    3.3.13. The ADTS must include a ruggedized case with handle(s) and wheels for transport.
    
    3.3.14.  The ruggedized case must have storage capacity to hold the ADTS, the RCU and all required cables and hoses.
    
    3.3.15. The ADTS must be pre-programmed with all current RCAF aircraft limits for altitude, airspeed (Mach number where applicable) and rate of climb.
    
    3.3.16. Once the operator selects the aircraft under test, the ADTS must automatically set and apply pre-programmed control limits for the selected aircraft.
    
    3.3.17. The ADTS must include built-in safeguards to prevent the operator or the ADTS program from inadvertently issuing commands that exceed the performance limits of the aircraft under test, including, but not limited to: 
    
    (a) visual alerts to warn the operator; and
    (b) procedures that automatically stop the program until corrective action is taken by the operator.
    
    3.3.18. The ADTS must include software protection for negative airspeed.
    
    3.3.19. The ADTS must include four command set point windows, to enter commands for Altitude Set Point, Airspeed Set Point, Airspeed Rate Set Point and Altitude Rate Set Point.
    
    3.3.20. The ADTS must test the following parameters for the aircraft pitot and static instrumentation and computers:
    
    (a) Static (Ps) Altitude Control Range:    - 3000 to + 80,000 feet
    (b) Altitude Units: feet, meters, inHg, mmHg, mbar, hPa, PSIA
    (c) Altitude Accuracy: ± 0.003 inHg 
    (d) Altitude Resolution: 1 foot / 0.001 mbar / 0.0001 inHg (Pt) / 0.01 mmHg, 0.001 hPa, 0.01 PSIA, 0.01 meters
    (e) Rate of Climb Control Range: 0 to 50,000 feet per minute
    (f) Rate of Climb Units: fpm
    (g) Rate of Climb Accuracy:  ±10 ft/min or ±1% of setting
    (h) Rate of Climb Resolution: 1 fpm
    (i) Airspeed Control Range: 0 to 1,000 knots 
    (j) Airspeed Units: IAS/CAS, knots, Mach, kph, inHg, mmHg, mbar, hPa, PSIA, EPR, Qc
    (k) Airspeed Accuracy:  ±1.5 kts at 50 kts
    (l) Airspeed Accuracy:  ±0.1 kts at 550 kts
    (m) Airspeed Accuracy:  ±0.05 kts at 1000 kts
    (n) Airspeed Resolution:  0.1 kts
    (o) Airspeed Rate Control Range: 0 to 800 kts per minute
    (p) Airspeed Rate Units: kts/min
    (q) Airspeed Rate Accuracy:  ±10 kts/min or ±1% of setting
    (r) Airspeed Rate Resolution:  1 kts/min
    
    3.3.21. Power Requirements - The ADTS must operate with full functionality from:
    
    (a) 115-125 VAC, 50-60 Hz mains power supply;
    (b) 115-125 VAC, 400 Hz single phase aircraft auxiliary power unit (APU); and
    (c) 230 VAC, 50 Hz single phase aircraft APU.
    
    3.3.22. The ADTS auto-calibration software must accept remote commands from the ADC-2555 air data calibrator to control specific command set points.  The ADC-2555 will measure and record all ADTS output pressures.  The ADC-2555 will then re-align the ADTS for optimum accuracy within the acceptable tolerances of the ADTS Ps and Pt sensors through their full ranges.    The ADC-2555 will then automatically perform a full scale verification of the ADTS Ps and Pt sensors.
    
    3.4. Support Requirements
    
    3.4.1. The ADTS Supplier must be able to meet the requirements of SACC ID 4004 of the Standard Acquisition Clauses and Conditions (SACC) Manual for Maintenance and Support Services for Licensed Software (2013-04-25) 4004 for a software support period of 5 years.
    
    3.4.2. The ADTS Supplier must provide repair services throughout the period of the Contract for the ADTS with a turn-around time of no more than 30 days.  ADTS units needing repairs will be shipped by Canada to the Supplier’s designated location (repair facility or processing center).    The turn-around time will then be measured from the time that the written authorization to commence the work has been received by the Supplier until the time the ADTS unit leaves the repair facility for shipment back to DND.
    
    
    4. Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreements:
    
    
    - North American Free Trade Agreement (NAFTA)
    - Canadian Free Trade Agreement (CFTA)
    - Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    - World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    
    
    5. Justification for the Pre-Identified Supplier
    
    TestVonics, 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: 
     
    North American Free Trade Agreement (NAFTA)
    Article 1016.2 (b):  Limited Tendering Procedures
    
    2. An entity may use limited tendering procedures in the following circumstances and subject to the following conditions, as applicable:
    
    (b) where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists
    
    Canadian Free Trade Agreement (CFTA)
    Article 513.1(b) (iii) and (v): Limited Tendering
    
    1. Subject to paragraphs 2 and 3, and provided that it does not use this provision for the purpose of avoiding competition among suppliers or in a manner that discriminates against suppliers of any other Party or protects its own suppliers, a procuring entity may use limited tendering in the following circumstances:
    
    (b) if the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
    (iii) due to an absence of competition for technical reasons
    (v) to ensure compatibility with existing goods
    
    Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    Article 19.12 - Limited tendering
    
    1. Provided that it does not use this provision for the purpose of avoiding competition among suppliers or in a manner that discriminates against suppliers of the other Party or protects domestic suppliers, a procuring entity may use limited tendering under any of the following circumstances:
    
    b. if the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
    iii. due to an absence of competition for technical reasons;
    
    World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    Article XIII — Limited Tendering
    
    1. Provided that it does not use this provision for the purpose of avoiding competition among suppliers or in a manner that discriminates against suppliers of any other Party or protects domestic suppliers, a procuring entity may use limited tendering under any of the following circumstances:
    
    b. where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
    iii. due to an absence of competition for technical reasons;
    
    
    8. Ownership of Intellectual Property 
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    Clause ID 4006 of the Standard Acquisition Clauses and Conditions (SACC) Manual will apply to ensure that Canada has access rights to the background information, as defined therein - Contractor to Own Intellectual Property Rights in Foreground Information (2010-08-16) 4006.
    
    
    9. Period and Quantity of the proposed contract
    
    The proposed Contract is for a period of three (3) years from the date of Contract Award.
    
    The proposed Contract is for an initial quantity of 50 ADTS Model 3350ER, NSN 4920-01-662-3920, with associated training services and for optional quantities of up to an additional 25 units that may be purchased under the contract at the sole discretion of Canada.
    
    
    11. Name and address of the pre-identified supplier 
    
    TestVonics, Inc.
    375 Jaffrey Road
    Peterborough, NH 
    03458
    United States
    
    
    12. 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.
    
    
    13. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is March 27th, 2019 at 2:00pm EDT.
    
    
    
    
    
    
    
    
    
    14. Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Michael McLaughlin
    Team Leader, Electrical and Electronics Products Division
    Public Services and Procurement Canada / Government of Canada 
    140 O’Connor St, Ottawa, ON K1A 0S5
    michael.mclaughlin@tpsgc-pwgsc.gc.ca / Tel: (873) 353-7592
    
    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 PSPC 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.
    
    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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • 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 Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    McLaughlin, Michael
    Phone
    (873) 353-7592 ( )
    Email
    michael.mclaughlin@tpsgc-pwgsc.gc.ca
    Address
    L'Esplanade Laurier
    East Tower, 4th floor
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

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

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Ontario (except NCR)
    ,
    Quebec (except NCR)
    ,
    National Capital Region (NCR)
    Procurement method
    Non-Competitive