Computer Aided Siting System Software

Solicitation number W3474-13Q290/A

Publication date

Closing date and time 2012/11/09 14:00 EST

Last amendment date


    Description
    Trade Agreement: NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA
    Tendering Procedures: 
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Technology Service Corporation
    Technology Service Corporation
    962 Wayne Avenue
    Suite 800
    Silver Spring Maryland
    United States
    20910
    Nature of Requirements: 
    
    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 requirement
    
    2.1	Background: Aerospace and Telecommunications Engineering
    Support Squadron (ATESS) /CCISF/EES shop provides Wind Turbine
    analysis to determine the operational impact of proposed
    wind-farm sites upon DND's Air Traffic Control (ATC) and Air
    Defence (AD) radar coverage. 
    
    2.2	Capability Deficiency:  Currently ATESS/CCISF/EES uses a
    Line of Site (LOS) tool that was locally developed. Mitigation
    is becoming a common practice in wind-farm development which
    necessitates the need to have a very accurate and versatile
    analysis tool capable of quantifying the degree of degradation
    of the airspace radar coverage. Flight safety and Air Defence
    are the greatest concern. The current LOS software can not
    provide any assessments beyond the LOS capability. 
    
    2.3	The Aerospace and Telecommunications Engineering Support
    Squadron (ATESS) of the Department of National Defence at
    Canadian Forces Base (CFB) Trenton has a requirement for the
    supply of a Computer Aided Siting System (COMPASS) Software
    Solution including licensed software and maintenance and
    support. Below is a list of the following software products
    required:
    
    Initial Requirement:
    1) COMPASS License - Quantity: 1
    2) Maintenance and support for one year
    
    Optional Requirement:
    1) COMPASS License - Quantity: 1
    2) Optional one-year maintenance and support - Quantity: 4
    
    
    3. Criteria for assessment of the Statement of Capabilities
    
    3.1	Minimum Essential Requirements
    Any interested supplier must demonstrate by way of a statement
    of capabilities that its software product(s) meets the following
    requirements:
    
    a)	The software solution must determine the delta Radar
    Probability of Detection (POD) due to the effects of;
                1) Wind Turbines;
                2) Man made structures;
                3) Traffic; 
                4) Screening;
                5) Shadowing; and
                6) Multi-Path propagation.
    b)     The software solution must determine the POD for;
                1) Fixed points in space;
                2) Route coverage;
                3) Runway coverage;
                4) Initial, Intermediate, and Final Approach areas;
    and
                5) Departure Areas.
    c)     The software solution must produce Line of Site (LOS)
    plots toidentify potential RF blockages;
    d)     The software solution must be able to produce and output
    Radar Probability plots;
    e)     The software solution must be able to determine the
    probability of Radar False Targets due to the effects of; 
                1) Wind Turbines;
    	2) Man made structures;
                3) Traffic; 
                4) Screening;
                5) Shadowing; and
                6) Multi-Path propagation
    f)      The software solution must be able to determine the
    probability of Radar False Targets for;
    	1) Fixed points in space;
                2) Route coverage;
                3) Runway coverage;
                4) Initial, Intermediate, and Final Approach areas;
    and
                5) Departure Areas.
    g)     The software solution must assess primary and secondary
    radar;
    h)     The software solution must produce and output Radar False
    Target plots;
    i)      The software solution must produce and output clutter vs
    noise plots;
    j)     The software solution must determine lobes and null
    coverage;
    k)     The software solution must determine the Antenna Cone of
    Silence area;
    l)    The software solution must produce and output air route
    coverage plots;
    m)     The software solution must produce and output Beacon
    False Target plots;
    n)     The software solution must encompass the following radar
    specifications;
    	1)	 Frequency of Operation;
    	2)	 Pulsewidth;
    	3)	 Pulse Repetition Frequency;
    	4)	 Constant False Alarm Rate;
    	5)	 Antenna patterns;
    	6)	 Moving Target Indication (Doppler) stability;
    	7)	 Peak and Average Power;
    	8)	 System Losses;
    	9)	 Pulse Compression;
    	10)	 Sensitivity Time Control;
    	11)	 System noise;
    	12)	 Processing Enhancements;
    	13)	 Antenna Tilt Angle; and
    	14)	 Antenna Beamwidth.
    o)     The software solution must apply selectable wind speeds
    of 0 - 30kts (nautical miles per hour) for Wind Turbine analysis;
    p)      The software solution must have all required programs
    embedded within the software framework. All required program(s)
    must work within the analysis software and no additional
    licensing is required.
    q)      The software solution must include the functionality to
    import Canadian terrain file formats CDED, DTED and Canadian
    NED. 
    r)      The software solution must have the ability to accept
    LIDAR data;
    s)     The software solution must include the ability to link
    plot data between multiple screens of the analysis, allowing
    users to view multiple analysis simultaneously without opening
    another instance of the program.
    t)     The software must be able to open the following file
    extensions to be compatible with database(s) and plot
    information currently in use by NavCan:
    	1)  .bin;
    	2)  .gbin;
                3)  .pdi;
                4)  .wmill;
                5)  .pri;
                6)  .elev; and
                7)  .cvr
    u)     Other file formats that the software must open are .kml
    and .vis;
    v)      The software solution must correctly display grid and
    terrain files that have a minimum resolution of 30m; 
    w)     The software solution must have the functionality to
    perform the analysis utilizing 30m grid and terrain files.
    x)      The software solution must contain databases for the
    following;
    	1)	Radar information and specs;
    	2)	Wind Turbine information and specs;
    	3)	Terrain; 
    	4)	Roads incl Traffic;
    	5)	Structures;
    	6)	Wind speed and wind direction.
    	7)	Seasonal data (i.e. leaves on or off trees); and
    	8)	Weather conditions. (Usually referred to as an environmental
    database). 
    y)    The software solution must provide the functionality to
    edit terrain, radar, wind turbine, and environmental data; 
    z)    The software solution must use commonly accepted
    Anglo-American radar terminology;
    aa)    The vendor must provide direct engineering support by
    telephone during typical North American daytime working hours.
    bb)   The software solution must perform the calculative process
    of the analysis within 15 minutes of starting the calculation;
    cc)    The software solution must have the functionality to
    print the analysis results, and save to file; 
    dd)    Latitude and Longitude positional information must be
    imbedded in the terrain data, and the software must have the
    ability to show subject information for any point of interest
    indicated by a mouse click;
    ee)   The software solution must have the functionality to zoom
    in, and out, when viewing plots or analysis;
    ff)  The software solution must indicate the height, ASL for
    terrain, and AGH for structures;
    gg)    The software solution must contain a distance measuring
    tool in the software; 
    hh)   The software solution must indicate the type of structure
    in reference to the structure (point) of interest.
    ii)  The software solution must have the ability to predict
    ghosting effects.    
    
    3.2	Glossary of Terms
    
    Antenna Cone of Silence - The area directly above a directional
    antenna where the radar beam does not form. No detection is
    possible within this area.
    Beacon False Target - Occurs when a secondary target is declared
    when no target is actually present (same as Radar False Target
    but for Secondary radar).
    Ducting - Is exceptional super-refraction. Super-refraction
    occurs when the trajectory of a radar beam bends towards the
    earth's surface more than normal.
    Line of Sight - An imaginary line drawn from the radar antenna
    (electrical center) out to the object of interest.
    Lobes and Nulls - Areas of increased (lobes) and decreased or no
    coverage (nulls).
    Ghosting -  When a second target, or multiple targets, appear(s)
    on the same azimuth as the real target (caused by ducting and
    multi-path returns).
    Multi-Path - Electromagnetic waves scatter in numerous
    directions upon contact with objects or terrain. The path to or
    from a target can take multiple routes. 
    Probability of Detection - The probability that, for a given
    aircraft during each Scan, a radar target report with positional
    data will be produced.
    Radar False Targets - Occurs when a target is declared when no
    target is in fact present. 
    Screening - When the shape of the terrain or an object prevents
    the detection of aircraft within a certain area around the
    terrain or object.
    Shadowing - The area directly behind an object (with a
    significant radar cross section) which is hidden to the radar
    wave.
    Structure - Any man made obstacle that protrudes above ground
    level.
    Traffic - Vehicular, and in motion
    Wind Turbine - A wind driven turbine that usually generates
    electricity
    
    3.3	Acronyms
    	AD - Air Defence
    	AGL - Height Above Ground Level
    	ASL - Height Above Sea Level
    	ATC - Air Traffic Control
    	ATESS - Aerospace Telecommunications Engineering Support
    Squadron
    	COMPASS - Computer Aided Sighting Software
    	CCISF - Command & Control Information Systems Flight
    	DND - Department of National Defence
    	EES - Electronic Engineering Section
    	LIDAR- Light Detection And Ranging
    	LOS - Line Of Sight
    	NavCan - Navigation Canada
    	POD - Probability of Detection
    	RF - Radio Frequency
    	TSC - Technology Service Corporation
    
    
    4. Applicability of the trade agreement(s) to the procurement
    
    This procurement is subject to the following trade agreement(s): 
    - Agreement on Internal Trade (AIT)
    - North American Free Trade Agreement (NAFTA)
    
    
    5. Justification for the Pre-Identified Supplier
    
    Technology Service Corporation is the only known vendor that can
    meet all the above mandatory requirements and is the only vendor
    that can satisfy the requirements for the reason of exclusive
    and proprietary rights.
    
    
    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 exclusion(s) and/or limited tendering reasons are
    invoked under the section of the trade agreement(s) specified:
    
    Agreement on Internal Trade
    
    Annex 4.4 article 506.12(b) of the AIT is applicable on the
    basis of limited tendering where there is an absence of
    competition for technical reasons and the goods or services can
    be supplied only by a particular supplier and no alternative or
    substitute exists, respectively.
    
    North American Free Trade Agreement
    
    Article 1016.2(b) of NAFTA is applicable on the basis of limited
    tendering due to reasons 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.
    
    
    8. The period of the proposed contract or the delivery date(s):
    
    The software products must be delivered no later than March 31,
    2013. 
    The proposed contract is for a period of 1 year with the
    irrevocable option to extend the period of the contract and
    software maintenance and support by 4 one-year periods. 
    
    
    9. Name and address of the pre-identified supplier:
    
    Name: Technology Service Corporation
    Address: 
    962 Wayne Avenue, Suite 800 
    Silver Spring, Maryland 
    20910
    USA
    
    
    10. 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.
    
    
    11. The closing date for a submission of a statement of
    capabilities
    
    The closing date and time for accepting statements of
    capabilities is November 9, 2012 at 2:00 PM (EST).
    
    
    12. Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    
    Patrick Semple
    Telephone: 613-530-3117
    Facsimile: 613-545-8067
    E-mail: patrick.semple@pwgsc-tpsgc.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

    • 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
    Semple, Patrick
    Phone
    (613) 530-3117 ( )
    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)
    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: