LabVolt Systems

Solicitation number W0113-19CS34/A

Publication date

Closing date and time 2020/03/10 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: 
    FESTO DIDACTIQUE LTÉE
    675 rue du Carbone
    Charlesbourg Quebec
    Canada
    G2N2K7
    Nature of Requirements: 
    
    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 
    
    2.1 The Department of National Defence has a requirement for the supply of 16 Basic Electrical Trainer (BET) systems.  
    This modular training system must encompass Basic principles of electricity and electronics, digital and microprocessor electronics, including industrial electronics and communications.   The basic electrical training aids are required for the new Avionics Apprentice Rank Qualification (AVS ARQ) course and will allow the students to practice building logic circuitry. 
    
    2.2  OPTIONAL GOODS:  DND also requires 16 Radar Trainer systems, including the Reconfigurable Training Module (RTM), Radar Synchronizer, and the Radar Host Computer.  At time of original purchase, CAF needs were for an analog radar training system for AVS QL3 training. Current qualification standard for AVS QL3 training requires AVS techs to learn digital radar systems. To meet this training demand, both analog and digital radar systems are required to prepare members for RCAF air maintenance operations.
    
    This system must integrate with existing systems to upgrade the present Radar Training equipment to meet the changes to the avionics Apprentice Rank Qualification (ARQ), specifically those related to Performance Objective (PO) 406.02.11 Digital MTD Processing Exercise Check. The Canadian Forces School of Aerospace Technology and Engineering (CFSATE) has equipment that only covers the analog portion of the radar lesson. The equipment modification would allow CFSATE to teach the digital requirement of the lesson. The equipment upgrade consists of three pieces, namely the Radar Host Computer, the Reconfigurable Training Module (RTM) and the Radar Synchronizer / Antenna Controller of Radar Trainer model 8096-00 currently installed.
    
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    
    3.1 Basic Electrical Trainer (BET) System: 
    • The hardware components of the training systems must be completely safe and designed for durability. 
    
    • Circuits must allow for introduction of faults to teach real-world troubleshooting. 
    
    • Allow for performing experiments on a wide range of electronics and electricity training modules that combine theory and application with practical skill-training techniques. 
    
    Functional and performance criteria:
    • Durable construction integrating mechanical components capable of thousands of cycles of operation. 
    • Voltage regulation and protection against over-voltage and short-circuit conditions for safety in training. 
    • Minimal wiring required to save lab time. 
    • Variety of industrial-grade components that provides broad, hands-on, real-world training experience. 
    • Student-controlled and computer-activated circuit modification capability. 
    • Fault-insertion capability to teach troubleshooting. 
    • Comprehensive curriculum. 
    • A Learning Content Management System (LCMS) that seamlessly integrates with base units. 
    • Gold-plated zero insertion force (ZIF) connector technology. 
    The Basic Electrical Trainer system must allow for instruction and performance checks on the following topics:
    • Basic Electricity & Electronics 
    • Digital and Microprocessor Electronics 
    • Industrial Electronics 
    • Communications Systems 
    
    System Specifications
    Manual Base Unit with Built-In Power Supply
    
    Parameter:  Value
    Power Requirements Service Installation Standard single-phase ac outlet
    
    Voltage: 100-250 V ac
    Current: 0.4-0.65 A
    Frequency: 50/60 Hz
    
    Physical Characteristics
    Intended Location:  On a table able to support the weight of the equipment
    
    Dimensions (H x W x D) : 152 x 305 x 356 mm
    
    3.2 Radar Trainer systems
    This system must integrate with existing systems to upgrade the current Radar Trainer equipment model 8096-00, with the following equipment:
    
     1. Reconfigurable Training Module (RTM)
     2. Radar Synchronizer / Antenna Controller
     3. Radar Host Computer
    
    Functional and performance criteria:
    • Real radar training system that operates safely inside a classroom or lab 
    • Realistic, high-gain parabolic antenna for high azimuth (angular) resolution 
    • Several subsystems allow delving into specific topics to expand knowledge and skills 
    • Innovative design combining real-world radar with the power of modern surveillance technology 
    • Computer-based control of the radar’s processing and display functions 
    • Comprehensive courseware and system level training with lab exercises 
    • Fault-insertion capability for the teaching of troubleshooting 
    • Turnkey, cost-effective training solution including instrumentation 
    • Powerful DSP, FPGA, and Data Acquisition System for Digital Analysis 
    • Can expand and complete existing telecommunication programs (satellite, antenna, microwave, etc.) 
    • Total program duration: more than 195 hours (all subsystems) 
    The upgraded Radar Trainer system must allow for instruction and performance checks on the following topics:
    • Principles of Radar Systems 
    • Analog MTI Processing 
    • Digital MTD Processing 
    • Tracking Radar 
    • Radar in an Active Target Environment 
    • The Phased Array Antenna
    System Specifications
    Parameter     Value
    Power Requirement
    Current     10 A
    Frequency Range    8-10 GHz
    Output Power Density at Horn
    CW Mode     0.02 mW/cm²
    Maximum Range 
    (Equiv. RCS of Target: 1 m²)  Typically more than 8 m (26 ft)
    Range  1.8 m (5.9 ft), 3.6 m (11.8 ft), 7.2 m (23.6 ft), switch selectable
    Range Resolution    Typically 15 cm (6 in)
    Physical Characteristics
    Dimensions     About 8 m² (86 ft²)
    
    Reconfigurable Training Module (RTM)
    The Reconfigurable Training Module (RTM) must have and allow for the following functionality:
    
    1.  Digital signal processor (DSP)
    2.  Three slots on the module for installing additional interface modules. 
    3.  Ethernet port (RJ-45) connector allowing connection of the RTM to the host computer. 
    4.  Power supply.
    
    Specifications
    
    Parameter    Value
    Interface Card Slots
    Analog/Digital    2
    Digital     1
    
    Analog Inputs (4)
    Voltage Range    ±10 V
    Impedance    600 O
    
    Analog Outputs (4)  
    Voltage Range    ±10 V
    Impedance    600 O
    
    A and B Auxiliary Outputs
    Voltage Range    ±10 V
    Impedance    600 O
    
    C and D Auxiliary Outputs
    Voltage Range    ±3.0 V
    Impedance    8 O
    Data Link to Host Computer  10 Mb/s (Ethernet) or 100 Mb/s (Fast Ethernet), TCP/IP Protocol
    
    Physical Characteristics
    Dimensions (H x W x D)  215 x 430 x 280 mm (8.5 x 16.9 x 11.0 in)
    
    Radar Synchronizer / Antenna Controller
    
    The Radar Synchronizer / Antenna Controller must have and allow for the following functionality:
    
    1.  PRF generator equipped with push buttons to select the PRF and either single or staggered mode.
    
    2.  Two sets of outputs are used for synchronization, one at the selected PRF and one at 1024 times the selected PRF.
    
    3.  Three control modes for the radar antenna: manual mode, where speed (clockwise or counterclockwise) is manually controlled; PRF locked mode, must allow for synchronizing the rotation of the antenna to the system PRF; and SCAN/TRACK mode for 120-degree scanning.
    
    4.  A three-digit display that can be switched to show antenna position or speed.
    
    Specifications
    
    Parameter     Value
    Radar Synchronizer
    PRF      12, 18, 144, 216, 288 Hz
    Mode      Single, Staggered
    Outputs A & B    TTL
    Antenna Controller
    Antenna Rotation Speed Range  0 to 15 r/min.
    Azimuth Output    10-bit TTL
    Output Voltage Range   -15 to +15 V max.
    Physical Characteristics
    Dimensions (H x W x D)   112 x 330 x 300 mm (4.4 x 13 x 11.8 in)
    
    4. Applicability of the trade agreements to the procurement 
    This procurement is subject to the following trade agreements: the Canadian Free Trade Agreement (CFTA), North American Free Trade Agreement (NAFTA), Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) and World Trade Organization Agreement on Government Procurement (WTO-AGP) 
    
    5. Justification for the Pre-Identified Supplier 
    Lab Volt Radar Analog trainers were procured 10 years ago. Lab Volt training systems are based upon a building block philosophy wherein basic systems are available with advanced/modernized “Plug in” options.  Rather than acquiring complete new Lab Volt systems or an entirely different product to train new technology, this requirement can be realized with an upgrade to existing Lab Volt Trainers.
    
    At time of original purchase, CAF needs were for an analog radar training system for AVS QL3 training.
    
    Current qualification standard for AVS QL3 training requires AVS techs to learn digital radar systems. To meet this training demand, both analog and digital radar systems are required to prepare members for RCAF air maintenance operations.
    
    To upgrade the existing system, only three components are needed instead of procuring new systems.
    
    Enhancing the present Lab Volt system will provide:
    
    - Economy of effort in training staff, as they are already trained and familiar with the existing Lab Volt equipment. A minor level of effort will be required to become familiar with its digital aspects.
    - Courseware (Master Lesson Plans, assessments, practical exercises) will only need to be modified vs creating new material (significant level of effort).
    
    Festo Didactic Ltée has proprietary rights to software and associated hardware and is able to provide a mechanism of upgrading the current equipment without the need to replace systems in their entirety. Staff familiarity with the equipment will minimize prep time to enable imminent adoption of expanded curriculum.  
    
    6.   Government Contracts Regulations Exception 
    The following exception to the Government Contracts Regulations is (are) 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:
     
    Canadian Free Trade Agreement (CFTA) - Article(s) 513 (b): (ii) and (v) 
    
    North American Free Trade Agreement (NAFTA)
    Article 1016 (b) and (d)
    
    COMPREHENSIVE AND PROGRESSIVE AGREEMENT FOR TRANS-PACIFIC PARTNERSHIP (CPTPP)
    Article 15.10 2. (b) (ii) and (c) (i)
    
    WORLD TRADE ORGANIZATION AGREEMENT ON GOVERNMENT PROCUREMENT (WTO-AGP)
    Article XIII 1. (b) (ii) and (c) (i)
    
    CANADA-EUROPEAN UNION COMPREHENSIVE ECONOMIC AND TRADE AGREEMENT (CETA)
    Article 19.12 1b. ii.
    
    8. Period of the proposed contract or delivery date All goods must be delivered on or before 31 March 2020. Optional goods must be delivered within 30 days of exercising the option.
    
    9. Name and address of the pre-identified supplier 
    Festo Didactic Ltée
    675 Carbone St.
    Québec, QC, Canada  G2N 2K7
    
    10. Suppliers' right to submit a statement of capabilities 
    Suppliers who consider themselves fully qualified and available to provide the goods 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.
    
    11. Closing date for a submission of a statement of capabilities 
    The closing date and time for accepting statements of capabilities is indicated in the posting. 
    
    12. Inquiries and submission of statements of capabilities 
    Inquiries and statements of capabilities are to be directed to:  Lori Rombough, Supply Specialist
    Public Works and Government Services Canada
    Acquisitions Branch
    Address: 86 Clarence Street
    Kingston, ON   K7L 1X3
    Telephone:  613-545-8061
    Facsimile:  613-545-8067
    E-mail address: lori.rombough@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
    • 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

    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
    Rombough, Lori
    Phone
    (613) 545-8061 ( )
    Email
    lori.rombough@pwgsc-tpsgc.gc.ca
    Fax
    (613) 545-8067
    Address
    Kingston Procurement
    Des Acquisitions Kingston
    86 Clarence Street, 2nd floor
    Kingston, Ontario, K7L 1X3

    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
    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: