SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, June 21 from 3:00 pm until 7:00 pm (Eastern Time) 

Digital IP-based Video System

Solicitation number 9F054-170616/A

Publication date

Closing date and time 2018/03/08 14:00 EST


    Description
    Trade Agreement: NONE
    Tendering Procedures: Generally only one firm has been invited to bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Digital IP-based Video System
    9F054-170616/A
    Meloche, Laura
    Telephone No. - (514) 708-8426
    Fax No. - (514) 496-3822
    
    
    ADVANCE CONTRACT AWARD NOTICE
    
    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 
    
    Public Works and Government Services Canada, on behalf of the Canadian Space Agency, wishes to issue a contract for the acquisition of 16 additional MGW Nano Encoders TS (VITE-14315) previously purchased through Sono Video Inc. through a limited competition venue.  The current acquisition also includes the purchase of the Vitec Silver Plan Support Service for one (1) year from the date of delivery to cover repairs of defective equipment and provide support for troubleshooting issues.
    
    The initial contract for the procurement of MGW Nano Encoders TS was done under contract number 9F054-130719/001/HN.  The initial procurement was done in fiscal year 2013-201414 and additional procurement was done using the 3 year option clause of said contract.
    
    The proposed contract is related to commonality and compatibility with the existing IP Video equipment.
    
    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 equipment system meets the following requirements:
    
    Requirements:
    
    The system chosen shall meet all these requirements even if its procurement and installation is planned to be performed in different phases to minimize the impact on the operations in the different facilities.
    
    Mandatory requirements:
    
    The following requirements are defined based on the current functional and operational needs within the different EGI facilities.
    
    General:
    
    1) The Digital Video System shall permit the distribution of any video source to any destination via the existing data network (IP) within the EGI Facilities.
    
    2) The Digital Video System shall be able to handle simultaneously all the existing sources & destinations for the different EGI facilities, which are:
    
    a.  Sources:
    
    -   Eight (8) external video feeds coming from NASA ( six (6) MSFC feeds, RPS video and NASA TV)
    -   Thirteen (13) RMPSR video outputs (workstations/room camera)
    -   Twenty (20) OEC video outputs
    -   One (1) GA Laptop video output
    -   Seventeen (17) PTOC video outputs
    -   Twenty six (26) MOTS video outputs
    -   Twelve (12) ExDOC video outputs
    -   Four (4) RIF video outputs
    
    b.  Destinations:
    
    -   Nine (9) RMPSR LCD TVs/LCDs Monitors/Projectors/
    -   Six (7) OEC and OPR LCD TVs/projector/SmartBoard
    -   Four (4) PTOC LCD TVs/projector
    -   Forty (40) MOTS and MMLC video destinations
    -   Five (5) ExDOC LCD TVs/projector
    -   Two (2) RIF LCD TVs
    
    3)  The Digital video System shall be easily expandable in terms of adding new video sources and destinations. The number of sources indicated above may increase in the near future following the implementation of the new NASA MCC-21 console configuration in the RMPSR and the OEC.
    
    4)  The Digital video System management shall be centralized.
    
    Performance:
    
    5)  The Digital Video System shall be able to distribute video (from source to destination) with a very low delay (< 35 msec), as required by the Mobile Servicing System (MSS) Operations and Training Simulator (MOTS). The MOTS is a real-time simulator that requires instantaneous visual feedback to the user when she or he operates the MSS simulator using the hand controller devices. The required visual delay is one (1) frame at a refresh rate of 30Hz.
    
    6)  The Digital Video System shall be able to record 3 weeks of 24/7 video of 8 Standard Definition (SD) video channels as a minimum (this is the existing EGI video routing system capability) with a unique centralized controlled device to facilitate video retrieval and viewing by different users.  
    
    7)  The Digital Video System recording feature shall permit to retrieve/view/download video without having to stop the 24/7 video recording (like Video On Demand (VOD)) which is an operational requirement. 
    
    8)  The Digital video System shall permit to combine a minimum of 8 video channels (the eight (8) external video feeds coming from NASA) in one view and distribute it on one video feed. The combined feed is required for situational awareness purpose.
    
    9)  The Digital Video System shall permit any workstations to connect to a video stream (by using VLC or another video viewer software).
    
    4.  APPLICABILITY OF THE TRADE AGREEMENTS TO THE PROCUREMENT
    
    This procurement is subject to the following trade agreements: 
    
    -  Canadian Free Trade Agreement (CFTA)
    -  North American Free Trade Agreement (NAFTA)
    
    5.  JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER
    
    The procurement of additional Vitec MGW Nano Encoders is linked to a previous procurement with Sono Video Inc.
    
    Although there may be alternative IP Video products today which would provide equivalent performance, it is not easily feasible and affordable to switch to these other products as this would mean that the CSA EGI Ground Administrators responsible for the installation, the configuration and the 24/7 support of the video equipment during real-time operations will have to familiarize themselves with new configuration GUI and settings; they will have to be individually certified for the support of the new products, and will have to write new installation, operation and malfunction procedures for it.
    
    6.  GOVERNMENT CONTRACTS REGULATIONS EXCEPTION 
    
    The following exception to the Government Contracts Regulations is invoked for this procurement:  Section 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:
    
    (a)  Article 1016 2(d) of the North American Free Trade Agreement (NAFTA);
    (b)  Article 513.1(b) (iii) of the Canadian Free Trade Agreement (CFTA). 
    
    8.  PERIOD OF THE PROPOSED CONTRACT OR DELIVERY DATE
    
    The equipment must be delivered no later than March 31, 2018. 
    
    9.  COST ESTIMATE OF THE PROPOSED CONTRACT
    
    The total value of the contract is $40,428.16 CAN (excluding applicable taxes) and includes:
    
    (a)  The purchase of 16 additional MGW Nano Encoders TS (VITE-14315) at $2,360.00 each ($37,760.00 total); and
    
    (b)  The purchase of the Silver Service Program for the 16 New MGW Nano Encorders TS for one (1) year at $2,668.16. 
    
    10.  NAME AND ADDRESS OF THE PRE-IDENTIFIED SUPPLIER
    
    Sono Video Inc., 5505, Metropolitain blvd East, Montreal, QC  H1R 1Z7 Canada
    
    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 THE SUBMISSION OF A STATEMENTS OF CAPABILITIES
    
    The closing date and time for accepting statements of capabilities is: MARCH 08, 2018 AT 02:00PM (Eastern Standard Time)
    
    13.  INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES
    
    Inquiries and statement of capabilities are to be directed to:
    Laura Meloche, Supply Officer
    Bonaventure Place, South-West Tower
    800 de la Gauchetière, Suite 7300
    Montreal,  Quebec  H5A 1L6
    
    Telephone:  514-708-8426
    Facsimile:  514-496-3822
    E-mail:     laura.meloche@tpsgc-pwgsc.gc.ca
    
    Delivery Date: Above-mentioned
    
    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

    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
    Meloche, Laura
    Phone
    (514) 708-8426 ( )
    Email
    laura.meloche@tpsgc-pwgsc.gc.ca
    Fax
    (514) 496-3822
    Address
    Place Bonaventure,
    800 rue de la Gauchetière Ouest
    Voir aux présentes - See herein
    Montréal, Québec, H5A 1L6

    Buying organization(s)

    Organization
    Canadian Space Agency
    Address
    6767 Route de l'Aéroport
    Saint-Hubert, Quebec, J3Y 8Y9
    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Procurement method
    Non-Competitive
    Selection criteria
    Lowest Price

    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: