Sensor Devices

Solicitation number U6800-175511/A

Publication date

Closing date and time 2017/03/03 14:00 EST


    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: 
    Cognitive Systems Corp.
    560 Westmount Road North
    Waterloo Ontario
    Canada
    N2L0A9
    Nature of Requirements: 
    
    Sensor Devices
    U6800-175511
    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. 
    Definition of the requirement 
    
    Spectrum Environment Awareness (SEA) is a Communications Research Centre (CRC) research program focused on the development and demonstration of techniques for monitoring how wireless spectrum is used in Canada. Wireless spectrum is a limited resource, the demand for which is rapidly increasing. The goal of this research program is to ensure that this limited resource is used effectively and efficiently. 
    
    Toward this goal, the CRC has developed a research system for spectrum monitoring which consists of distributed spectrum sensors linked via a cloud network infrastructure. Data collected by the sensors are uploadedto the cloud for analysis and visualization at CRC’s Big Data Analytics Centre (BDAC). The distributed sensor network consists of various types of spectrum sensors, capable of collecting usage data in most major licensed and unlicensed bands; e.g., those bands using 3G, 4G LTE and Wi-Fi radio protocols. Data collected by the sensors are sent to the cloud in near real-time for further processing, analysis and visualization.
    
    CRC is seeking to establish a standing offer by which the SEA research program can increase the size and scope of its spectrum monitoring capabilities. As such, the main requirements for the radio spectrum sensors covered under this standing offer can be summarized as:
    - Sensors must collect spectrum usage data by measuring wireless power spectrum or analyzing common wireless protocols such as 3G, 4G LTE and Wi-Fi;
    - Sensors must connect to a cloud network by which the devices can be managed, controlled and data collected.
    
    GSIN: N6040
    Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    
    In support of its program objectives, CRC intends to buy spectrum sensors from a vendor that meets the following requirements: 
    - Vendor must propose a stand-alone indoor spectrum sensor model
    - Vendor must propose a stand-alone outdoor spectrum sensor model
    - Proposed spectrum sensor products must include the following components:
    o Spectrum sensor hardware and related software and firmware
    o Power cables (if any)
    o Relevant documentation including guides and definition of application programming interfaces
    - Vendor must provide a remote cloud network to which its sensors register and transfer sensed information.
    Any interested supplier must demonstrate by way of a statement of capabilities that its sensor devices meets the following requirements: 
    
    - Spectrum sensors must be remotely managed, controlled, and tasked through a central management portal.  
    - Must provide a cloud network infrastructure to which all sensors provided by the vendor shall be connected. This network shall be accessible via the internet and allow for the monitoring, management and control of each connected sensor
    - Spectrum sensors must scan all radio frequencies from 698 MHz to 3.7 GHz to support spectrum monitoring of current major Canadian commercial mobile frequency bands
    - Spectrum sensors must locally process, compress, and pack sensed data into reports that are uploaded to the cloud network as per the above set of requirements
    - Spectrum sensors must be capable of being upgraded with new measurement capabilities or operational functionality either directly by the CRC, or in collaboration with the vendor.  It is understood that such upgrades would be limited by the technical capabilities of the sensor hardware and software. 
    
    Applicability of the trade agreement(s) to the procurement 
    This requirement is subject to the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), and the Agreement on Internal Trade (AIT) and the Bilateral Trade Agreements.
    Government Contracts Regulations Exception(s) 
    Government Contract Regulations applies as only one person is capable of performing the work (Supply Manual Chapter 3 - 3.15).
    Limited tendering procedures in accordance with AIT, NAFTA, WTO-AGP and the Supply Manual (SM), Chapter 3, Annex 3.2 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; (CAP Code 71)
    Ownership of Intellectual Property 
    
    Canada intends to retain ownership of any Foreground Intellectual Property arising out of the proposed contract on the basis that the main purpose of the contract is to develop algorithms.
    Period of the proposed Standing Offer 
    
    The proposed Standing Offer is for a period of 1 year, from date of award of the Standing Offer, with the option of 3 additional 1 year periods.
    Cost estimate of the proposed contract 
    
    The estimated value of the Standing Offer, including option(s), is $354,000.00(GST/HST extra). 
    Proposed Contractor
    Cognitive Systems Corp
    560 Westmount Rd N
    Waterloo ON
    N2L 0A9 
    
    You are hereby notified that the government intends to solicit a bid and negotiate with one firm only as identified above. 
    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.
    Responses received on or before the closing date will be considered solely for the purpose of deciding whether or not to conduct a competitive procurement. Information provided will be used by the Crown for technical evaluation purposes only and will not be construed as a proposal. The submitted written response must provide sufficient evidence (e.g. specifications, technical data, drawings or any other proof) that clearly demonstrates that the proposed product is capable of fulfilling this requirement.  Suppliers that have submitted a response will be notified in writing of PWGSC’s decision whether to continue with the aforementioned procurement or to compete the requirement.
    Inquiries and statements of capabilities are to be directed to: 
    Claire Gauthier
    Supply Team Leader, Logistics, Electrical, Fuel and Transportation Directorate 
    11 Laurier St 
    Gatineau QC, K1A 0S5
    Telephone: 873-469-3943
    E-mail: claire.gauthier@pwgsc.gc.ca
    
    All responses or inquiries are to be submitted to the Procurement officer identified above. The PWGSC file number, the procurement 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.
    CLOSING DATE AND TIME FOR WRITTEN SUPPLIER RESPONSES CHALLENGING THIS REQUIREMENT IS MARCH 3, 2017, 2:00 PM EST.
    
    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
    Gauthier, Claire
    Phone
    (873) 469-3943 ( )
    Address
    11 Laurier St./11, rue Laurier
    7B3, Place du Portage, Phase III
    Gatineau, Québec, 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
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: