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)
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
- Cooper, Michael
- Phone
- (819) 934-0232 ( )
- Address
-
11 Laurier St./11, rue Laurier
7B3, Place du Portage, Phase IIIGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.