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 Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Girard, Luc
    Phone
    (819) 956-0652 ( )
    Fax
    (819) 956-0897
    Address
    11 Laurier St. / 11, rue Laurier
    6C2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    Procurement method
    Non-Competitive
    Selection criteria
    Purchases Made Under Exceptionally Advantageous Cond. Short Term