MAGNETIC SILENCING TREATMENT CENTRE
Solicitation number W8472-155567/A
Publication date
Closing date and time 2014/10/02 14:00 EDT
Description
Trade Agreement: NONE Tendering Procedures: Generally only one firm has been invited to bid Attachment: None Non-Competitive Procurement Strategy: Low Dollar Value Comprehensive Land Claim Agreement: No Vendor Name and Address: Ultra Electronics - EMS Development Corp. 95 Horseblock Road - Unit 2 Yaphank New York United States 11980 Nature of Requirements: MAGNETIC SILENCING TREATMENT CENTRE W8472-155567/A Girard, Luc Telephone No. - (819) 956-0652 Fax No. - (819) 956-0897 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. 1. Definition of the requirement: The Department of National Defence has a requirement for specialized engineering services in order to; develop and deliver an accurate, credible and detailed design of a Magnetic Silencing Treatment Centre for the Canadian Navy 'Halifax' class frigates, at Canada's Pacific Fleet home port in Victoria, BC. This 'Deperming' (short for Magnetic Silencing Treatment of a vessel) requires and a detailed installation and positioning plan for the magnetic sensors as well as providing the design of the height adjustable Seabed Bore Tubes which hold these sensors, in order to monitor the effects of the Deperming treatment throughout the entire process. The detailed design will be used by the Canadian Navy Maintenance and Engineering Support group to build and install the Centre. The work will involve the following: (a) Assess the feasibility of the proposed Deperming site and participate in a preliminary magnetic field survey with qualified personnel, in conjunction with MARPAC Fleet personnel. This evaluation will take place during a two day site visit at the Canadian Forces Base in Victoria BC, Canada. (b) Design and provide a precise Array Topography, including precise underwater placement and depth of a predetermined quantity of underkeel, height adjustable, sensor array nodes in order to provide optimal magnetic signature assessments of Halifax frigates and other potential vessels. (c) The contractor will develop and provide precise engineering drawings and sketches, including orthogonal and layout with dimensions and cable lengths. (d) The contractor must provide the design of the height adjustable Seabed Bore Tubes in order to incorporate the magnetic sensors and enable precise placement depth/orientation of the sensor array below the keel of the vessel. 2. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements): Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements: (i) The interested supplier must have a minimum of 3 years' experience in the past 5 years, wherein they served as the primary design agent for a Deperming Centre for the United States of America (USA) or a North Atlantic Treaty Organization (NATO) member country. This design experience shall include the sensor array topography for the client Navy centre. (ii) The interested supplier must have been the design agent for at least one Deperming Centre for ships of similar size and tonnage of the Canadian 'Halifax' class frigates, for the USA or a NATO member country. (iii) The interested supplier must have a minimum of 3 years' experience in the last 5 years, in the simulation of ships' electromagnetic signatures in 3 axes, in the presence of ambient magnetic fields at any location on Earth, using advanced electromagnetic field simulation software tools. (iv) The interested supplier shall have designed a degaussing system for a minimum of 2 separate classes of ships, of size similar size or greater than the Halifax Class Frigates, for the USA or a NATO member country. (v) The interested supplier and personnel working on this requirement, must be cleared to NATO CONFIDENTIAL level or higher. (vi) The interested supplier must possess Document Safeguarding Capability (DSC) as approved by Canada. 3. This procurement is not subject to any of the trade agreements. 4. Justification for the Pre-Identified Supplier The proposed contractor is a leader in rugged, high performance, reliable degaussing systems and has extensive experience modelling and designing Magnetic Silencing Treatment Centres for Navy Ships including the Halifax Class Ships. They have performed extensive electromagnetic software simulation and analysis of the Halifax Class Ships. 5. Government Contracts Regulations Exceptions The following exceptions to the Government Contracts Regulations are invoked for this procurement under; (i) subsection 6(b)(ii), the estimated expenditure does not exceed $100,000, where the contract is for the acquisition of architectural, engineering and other services required in respect of the planning, design, preparation or supervision of the construction, repair, renovation or restoration of a work. (ii) subsection 6(d) - only one person is capable of performing the work. 6. Period of the proposed contract : The proposed contract is for a period of twelve (12) weeks from contract award date. 7. Cost estimate of the proposed contract: The estimated value range of the contract (including options) is $25,000.00 to $50,000.00 (GST/HSTincluded) 8. Name and address of the pre-identified supplier Ultra Electronics Maritime Systems Inc. 40 Atlantic Street Dartmouth, Nova Scotia B2Y4N2 Canada 9. 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. 10. Closing date for a submission of a statement of capabilities The closing date and time for accepting statements of capabilities is October 2, 2014 at 2:00pm EST. 11. Inquiries and submission of statements of capabilities Inquiries and statements of capabilities are to be directed to: Luc Girard, Supply Officer Portage III - 6C2 11, rue Laurier, Gatineau (Québec) K1A 0S5 Canada Telephone: 819-956-0652 Facsimile: 819-956-0897 E-mail: Luc.Girard@tpsgc-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
-
No trade agreements are applicable to this solicitation process
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
- Girard, Luc
- Phone
- (819) 956-0652 ( )
- Fax
- (819) 956-0897
- Address
-
11 Laurier St. / 11, rue Laurier
6C2, Place du PortageGatineau, 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.