Arena Video Scoreboard

Solicitation number W0046-212023/A

Publication date

Closing date and time 2021/01/21 14:00 EST


    Description
    Trade Agreement: 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: 
    Paul S Leskew & Associates Inc
    Paul S Leskew & Assoc Inc
    PO Box 875
    Orillia Ontario
    Canada
    L3V6K8
    Nature of Requirements: 
    
    Arena Video Scorebaord
    
    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 
    
    The Department of National Defence, Royal Military College (RMC) has a requirement for the purchase, installation, configuration and training of a NEVCO Arena Video Scoreboard (AVS) fully compatible/Integrated with their current NEVCO 4507 Hockey Scoreboard. The equipment will be located at the Constantine Arena. (7 Navy Way, Kingston, K7K 7B4, Ontario). The AVS will provide a secondary scoreboard in Constantine Arena for hockey teams and spectators, while adding video capability to the facility for various usages. 
    
    The requirement consists of, but are not limited to, the following:
    a. 10 mm RGB full 24-bit True colour LED video screen at 9 ‘ H x 16.54’ W
    b. Steel infra structure to secure screen to wall. 
    c. Display Director control room equip. Including 2020 or newer pc/laptop to operate AVS software
    d. Event Production Software to fully operate the board and all video capabilities. Including Board zoning, live streaming, replays, advertisements, and canned graphics.
    e. Locker room clock
    f. One (1) MPCW-7 Wired/Wireless operator to control AVS as well as existing NEVCO 4507 board
    g. Two (2) MPCW-6 or 7 wireless receivers to integrate the AVS and locker room clock to current NEVCO 4507 board
    h. One (1) carrying case for MPCW Control
    i. TriCaster Mini Advanced HD-4 sdi and Tricaster 850 TW DDR Control Surface. Capable of: HD switching, streaming, and recording, 8 external video inputs and 4 mix outputs Connect to compatible IP and HDMI devices, Real-time social media publishing, Multi-channel recording and internal storage Video playback, built-in live titling and motion graphics, Multi-channel audio mixing, SDI, HDMI, and case display option sand dedicated operation for instant replay and slow motion playback of a selected DDR.
    j. VSBI decryptor (Virtual scoreboard interface) and all virtual scoring
    k. Custom Computer Storage Rack Control room hardware allowing for lockable secure storage of Display control room equipment
    l. Lockable Enclosure Box for Connections 
    m. All licencing and software upgrades covered for the life of the product.
    n. Complete installation, testing and training
    o. The AVS to be installed is to have Stamped Engineered Drawings and Electrical Safety Authority (ESA) certification.
    p. Set-up of mobile devices
    q. 5 year warranty
    
    
    The Arena Video Scoreboard system must also include all peripheral components (including required licenses as may be required) for instrument control.  
    
    3.Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    
    Any interested supplier must demonstrate by way of a statement of capabilities that its product/equipment/system meets the following requirements: 
    
    3.1 GENERAL
    
    a. The arena video scoreboard must be compatible/fully integrated with RMC’s existing NEVCO 4507 Hockey Scoreboard and timer system currently installed at Constantine Arena, ensuring that both the new AVS and current board are controllable from one station and timing is in-sync.
    b. Must have capacity to operate current hockey scoreboard in conjunction with the virtual video scoreboard at the same time, or each once capable of operating individually at the same time as in the instance if the ice surface was divided into two separate minor hockey league games.
    c. Must be able to incorporate future updates and upgrades from NEVCO in order for continual reliable operating functionality of the complete scoring and video package, as well as capturing the important enhancements related to virtual scoring.  
    d. The addition of a video board allows the future option of integrating current scoreboards with offsite viewing using the new video board.  It would be necessary to integrate current boards wirelessly with the new addition of the video board.  RMC currently has the following scoreboards.
    
    Constantine Arena:
    1 x Nevco Hockey 4507 scoreboard, 2 x Nevco 9715 locker room clocks. 
    
    CFB Kingston Field house and Gym:
     3 x Nevco BVW Scoreboards, 2 sets of Nevco SCD-T5 shot clocks, 2 sets Nevco SCD-5 shot clocks. 
    
    RMC Soccer Field:
     1 x Nevco 3502 Football/Soccer scoreboard.  
    
    e. 10 mm RGB full 24-bit True colour LED video screen at minimum 9 ‘ H x 16.54’ W
    f. All licencing and software upgrades covered for the life of the product.
    g. Equipment capable of: HD switching, streaming, and recording, 8 external video inputs and 4 mix outputs Connect to compatible IP and HDMI devices, Real-time social media publishing, Multi-channel recording and internal storage Video playback, built-in live titling and motion graphics, Multi-channel audio mixing, SDI, HDMI, and case display option sand dedicated operation for instant replay and slow motion playback of a selected DDR.
    h. Event Production Software to fully operate the board and all video capabilities. Including Board zoning, live streaming, replays, advertisements, and canned graphics.
    
    4. Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreement(s): 
    a. Canadian Free Trade Agreement (CFTA)
    b. Canada-Chile Free Trade Agreement
    c. Canada-Columbia Free Trade Agreement
    d. Canada-Honduras Free Trade Agreement
    e. Canada-Korea Free Trade Agreement
    f. Canada-Panama Free Trade Agreement
    
    5. Justification for the Pre-Identified Supplier 
    
    Company "The Scoreboard Man" is the only authorized distributor of NEVCO Scoreboards with NEVCO Scoreboard Company Ltd. in Ontario.  Thus, according to the purchasing policies of Government Contracts, PSPC proposes to award the contract to "The Scoreboard Man", that is, to our knowledge, the only company able to provide the required goods. 
     
    6. Government Contracts Regulations Exception(s) 
    
    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) "only one person is capable of performing the contract".
    
    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:
    
    - Canadian Free Trade Agreement (CFTA) / Article 513.1(b) (iii) 
    - Canada-Chile Free Trade Agreement (CCFTA) / Article Kbis-09, para 1 (b)
    - Canada-Colombia Free Trade Agreement / Article 1409 para 1 (b) (iii)
    - Canada-Honduras Free Trade Agreement / Article 17.11 para 2 (b) (iii)
    - Canada-Korea Free Trade Agreement / which defers to WTO-AGP Article XIII, para 1 (b) (iii)
    - Canada-Panama Free Trade Agreement / Article 16.10 para 1 (b) (iii)
    
    8. Period of the proposed contract or delivery date 
    
    a. The equipment must be delivered, installed, commissioned and training must be performed before 31 March 2021.
    
    9. Cost estimate of the proposed contract 
    
    a) The estimated value of the contract, is $115,000.00 (GST/HST extra). 
    
    10. Name and address of the pre-identified supplier 
    
    The Scoreboard Man
    102 Line 15 N, Box 875
    Orillia, Ontario
    L3V 6K8
    
    11. 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.
    
    12. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is January 21, 2021 at 2:00 p.m. EST. 
    
    13. Inquiries and submission of statements of capabilities 
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Name:  Mike Littlefield
    Title:   Supply Specialist
    Public Services and Procurement Canada
    Acquisitions Branch
    Address: 86 Clarence Street, 2nd Floor
      Kingston, Ontario, K7L 1X3
    Telephone: (613) 449-4206
    E-mail address: mike.littlefield@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.

    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
    Littlefield, Mike
    Phone
    (613) 449-4206 ( )
    Email
    mike.littlefield@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: