TEST RECEIVER

Solicitation number W8486-151902/A

Publication date

Closing date and time 2014/12/30 14:00 EST


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Non-Competitive Procurement Strategy: Government Objectives
    Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Rohde & Schwarz Canada Inc.
    750 Palladium Drive, Suite 102
    Ottawa Ontario
    Canada
    K2V1C7
    Nature of Requirements: 
    TEST RECEIVER/SPECTRUM ANALYZER PROCUREMENT
    W8486-151902/A
    
    1.	Advance Contact Award Notice (ACAN) Explanation
    
    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 Requirement
    
    The Department of National Defence has a requirement to purchase
    four (4) Test Receivers/Spectrum Analyzers for delivery DDP
    Destination, Gatineau Quebec, Canada.  Test Receivers are
    commercial receivers that are conceived, designed or
    manufactured to support TEMPEST testing. They should also
    support other Emission Security applications. Some receivers
    designed for Electromagnetic Interference (EMI) /
    Electromagnetic Compatibility (EMC) testing may be suitable for
    use as TEMPEST Test Receivers, if they meet the technical
    specificatons below at para 3.  General purpose test receivers
    lack the frequency range, wide bandwidth, receiver sensitivity,
    channel selectivity or dynamic range required to be used as a
    test receiver for TEMPEST purposes.
    
    3.	Minimum Essential Requirements:
    
    Any interested supplier must demonstrate by way of statement of
    capabilities that it meets the following minimum requirements:
    
    Each Test Receiver must be a dual-instrument that provides two
    modes of operation, in a single box format.  The first mode must
    be a receiver optimized for TEMPEST testing and other Emission
    Security applications and the other mode must be a Spectrum
    Analyzer.  Each mode must provide full functionality and the
    equipment must be capable of switching from one mode to the
    other without having to reboot the equipment
    ·		TEST Receiver Specifications
    #	CRITERIA
     1	Test receiver Must be optimized for Emission Security
    applications
     2	Operating modes Must have 2 operating modes in 1 box: Test
    Receiver & Spectrum Analyzer 
     3 	Self Test Must perform a self test on boot up
     4 	Dual RF Input Must have dual RF-input connectors  to support
    signal substitution
     5	Frequency range  Must have a frequency range of  100 Hz to 26
    GHz , AC & DC coupled
     6 	Pre-Amplifier   Must have a pre amplifier  with a selectable
    gain up to 30 dBm
     7 	Pre-Selectors         Must have pre-selectors
     8 	Frequency scan mode Must have a dual scanning mode, manual
    tuning scan via thumbwheel and user programmable auto scan
     9 	Internal Storage Must have a removable hard-drive
     10	Baseband Interface Must have a baseband output connector and
    be compatible with Rohde & Schwarz IQR 100 recorder
     11 	Ethernet connectivity  Must have RJ45 connectivity 
    10/100/1000 baseT 
     12	GPIB compliant Must support IEEE 488.2  GPIB protocol with
    connector 
     13 	EMC-32 compatibility Must have native compatibility with  R
    & S EMC32 V9
     14 	Display size & type Must be minimum 12 inch Color type With
    touch screen capability
     15 	Display Resolution Must have a WXGA resolution  1280 x 800
    or equivalent 
     16 	Human Interface Must have a Numerical Keypad  and frequency
    Tuning wheel 
     17 	Scan frequency step size Must be programmable for a 1 Hz
    step
     18 	Scan trace points Must have 2 000,000 minimum
     19 	Scan mode measurement time Must range within 50 us to 100 s
     20 	Output connector  Must have an AM and FM output with full
    demodulation
     21 	Video output connector  Must have a Video output connector
     22 	IF Bandwidth  Must have a wideband IF bandwidth of 500 MHz
    minimum
     23 	Detectors Must have Min peak, Max peak, RMS, Average and
    AC-Video detectors
     24 	Step Attenuator Must have a minimum 0 to 79 dB step
    attenuator (in 1 dB steps)
     25 	External Monitor Must support DVI-D & Display Port 
     26 	USB ports  Must have minimum of qty 2 USB ports 
     27 	Power requirement Must operate on 115/220 VAC, 50/60 Hz
     28 	CSA approval System must be CSA approved
    
    
    
    Spectrum Analyzer Specifications
    
     1	Spectrum Analyzer Must be optimized for Emission Security
    applications
     2	Operating modes Must have 2 operating modes in 1 box:
    Spectrum Analyzer & Test Receiver
     3	Self Test Must perform a self test on boot up 
     4	Frequency range  Must have a frequency range of  100 Hz to 26
    GHz , AC & DC coupled
     5	Pre-Amplifier   Must have a pre amplifier  with a selectable
    gain up to 30 dBm
     6	Internal Storage Must have a removable hard-drive 
     7	Ethernet connectivity  Must have RJ45  connectivity
    10/100/1000 baseT
     8 	GPIB compliant Must support IEEE 488.2  GPIB protocol with
    connector
     9	Baseband Interface Must have a baseband output connector and
    be compatible with Rohde & Schwarz IQR 100 recorder 
     10	EMC-32 compatibility Must have native compatibility with
    Rohde & Schwarz EMC32 V9
     11	Displayed Average Noise Level (DANL) Must have a DANL of 150
    dBm minimum with 30 dBm pre amplifier enabled
     12	Number of Traces points Must be able to display up to a
    minimum of 101 to 30000 trace points
     13	Trace Detector Must have numerous detectors Min peak, max
    peak, auto peak, sample, RMS, average & AC-video
     14	Trace Functions Must have the following trace functions:
    Clear/Write, min/max hold & average view
     15 	Video Span Must be able to do a Zero Span  
     16 	Reference Level Must be -130 dBm minimum 
     17	Step Attenuator Must have a step attenuator 0 to 79 dB, in 1
    dB steps
     18	Sweep time range Must be able to support 1 us to 16000 s  at
    Span = 0 Hz       3 us to 16000 s  at Span >10 Hz  
     19	Analysis Bandwidth  Must have the following analysis BW 80,
    100, 200 and 500 MHz
     20	SSB Phase Noise   Must be -90 dBc at 1 Hz nominal 
     21	Tuning frequency step size Must have 101 to 32001 trace
    points minimum 
     22	Display size & type Must be 12 inch Color type With touch
    Screen capability
     23 	Display Resolution Must have a WXGA resolution  1280 x 800
    or equivalent
     24	Human Interface Must have a Numerical Keypad  and frequency
    Tuning wheel
     25	Output connector  Must have an AM and FM output with full
    demodulation
     26	External Monitor Must support DVI-D & Display Port  
     27	USB ports  Must have minimum of qty 4 USB ports  
     28	Power requirement Must operate on 115/220 VAC, 50/60 Hz  
     29	CSA approval System must be CSA approved 
    
    
    
    Mandatory Non-Technical Requirements 
    Training Package  Training package for 4 people max. 4 days to
    be held within the National Capital Region, Canada
    Shipping Case, Pelican P/N 1640 or equivalent to transport Test
    Receiver/Analyzer and its accessories - qty "2"
    Shipping Case, SKB Rack Mount or equivalent P/N 3SKB-R908U24
    
    
    4.	Applicability of Trade Agreements
    
    This requirement on behalf of the Department of National Defence
    (DND) falls under Federal Stock Classification (FSC) 66,
    Instruments and Laboratory Equipment. 
     The requirement is subject to the provisions of the World Trade
    Organization Agreement on Government Procurement (WTO-AGP), the
    North American Free Trade Agreement (NAFTA), and the Agreement
    on Internal Trade (AIT)."
    The Comprehensive Land Claims Agreements (CLCA) are not
    applicable to this requirement as no goods and/or services will
    be delivered or provided in a land claim area. 
    
    
    5. 	Government Contracts Regulations Exception
    
    The following exemption to the Government Contracts Regulations
    is invoked for this requirement under Part 1, subsection 6, (d):
    Only one person or firm is capable of performing the contract;
    
    6.	Exclusions and Limited Tendering Reason
    
    The following limited tendering reasons pertain to this
    requirement:
    
    i) Agreement on Internal Trade (AIT), Article 502.3,E. (c):
    To recognize exclusive rights, such as exclusive licenses,
    copyright and patent rights, or to maintain specialized products
    that must be maintained by the manufacturer or its
    representative;
    
    ii) North American Free Trade Agreement (NAFTA), Article
    1016,2.(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;
    
    iii) World Trade Organization Agreement on Government
    Procurement (WTO-AGP), Article XV, 1.(b):
    When, for works of art or for reasons connected with protection
    of exclusive rights, such as patents or copyrights, or in the
    absence of competition for technical reasons, the products or
    services can be supplied only by a particular supplier and no
    reasonable alternative or substitute exists.
    
    7.	Proposed Contractor
    
    Rhodes & Schwarz Canada Inc
    1 Hines Road, Suite 100 
    Kanata Ontario
    Canada  K2K 3C7
    
    8. 	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.
    
    9. 	Closing Date
    
    The closing date and time for accepting statements of
    capabilities is 30 December 2014.
    
    
    10. 	Inquiries and Submission of Statements of Capabilities
    Inquiries and statements of capabilities are to be directed to:
    
    Public Works and Government Services Canada - Acquisitions Branch
    Logistics, Electrical, Fuel and Transportation Directorate -
    "HN" Division
    7B3, Place du Portage, Phase III, 11 Laurier Street, Gatineau,
    QC, K1A 0S5
    
    
    Attention: Michael Cooper
    Telephone: 1.819.934.0232
    Facsimile: 1.819.953.4944
    E-mail: Michael.cooper@tpsgc-pwgsc.gc.ca
    
    Delivery Date:  30 March, 2015
    
    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.
    
    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

    • 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)

    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
    Cooper, Michael
    Phone
    (819) 934-0232 ( )
    Address
    11 Laurier St./11, rue Laurier
    7B3, Place du Portage, Phase III
    Gatineau, Québec, K1A 0S5

    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
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature

    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: