Cortex CRT system

Solicitation number 9F013-140257/A

Publication date

Closing date and time 2014/10/06 14:00 EDT


    Description
    Trade Agreement: NONE
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Interchangeable Parts
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    ZODIAC DATA SYSTEMS
    Les Ulis
    5, Avenue des Andes
    CS 90101
    France
    91978
    Nature of Requirements: 
    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 Canadian Space Agency requires to purchase four (4) systems
    TT&C 'Command, Ranging and Telemetry' CORTEX CRT processor that
    is manufactured by Zodiac Data Systems located in Paris, France. 
    The CORTEX CRT systems will be integrated within the Canadian
    government TT&C's (Tracking, Telemetry and Command) for the
    current satellite missions operation and also for the
    simulation, LEOP (Launch and Early Orbit Phase), commissioning
    and routine phases of the Canadian Space Agency future missions
    currently in development. 
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    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 system  meets the following
    requirements:
    TT&C Frontend processor Requirements
    Downlink Telemetry Requirements
    Intermediate Frequency (I.F.) Range	60 to 80 MHz
    I.F. Input level range	-20 to -100 dBm
    I.F. input stages	3 -Real-Time Telemetry -Simulated Telemetry
    Loopback -Telecommand Loopback or echo
    I.F. input ports	2 per input stage -Nominal: Long loop
    -Secondary: Short loop
    Input Interface connector	BNC
    Input Interface impedance	50 Ohm
    Input Interface VSWR	 £ 1.3
    Isolation between channels	> 80 dB
    AGC range	-20 to -90 dBm
    AGC time constant	0.1, 1, 10, 100 ms
    Acquisition range	±300 kHz
    Acquisition Threshold	EB/No  £ 2 dB
    Spectrum Analysis 	Simultaneous spectrum analysis and
    demodulation on 2 I.F. Input stages
    Output Interfaces	-Ethernet TCP/IP -TTL Serial Data/Clock 
    Protocols	-TCP/IP CCSDS VCs decommutation, minimum of possible 3
    connections -TCP/IP CCSDS Service Link extension (RAF, RCF,
    ROCF), minimum of possible 3 connections -Raw Telemetry (Serial
    output Data/Clock TTL)
    Telemetry Storage	Hard disk, minimum of 500 GB for 14 days local
    storage
    - Frame time-tagging	Yes, ms accuracy
    -Frame check & Decoder status	-Frame synchronization -CRC
    -Reed-Solomon
    
    
    High Bandwidth Telemetry Direct PCM Tracking and demodulation
    Demodulation scheme	-QPSK/PCM                         -BPSK/PCM 
                        -PM/PCM
    Unbalanced QPSK	Up to 15 dB unbalance
    I/Q Interleave	Yes
    I.F. level measurement accuracy	   £ 2 dB
    I.F. level measurement output	Real-Time TCP/IP
    Diversity combining	Post-detection combining (3dB gain with
    equal-strength signals, without spectrum analysis)
    Bit rate	20 Kbps to 20 Mbps
    BER Degradation	  £ 1 dB vs theory
    Convolutional Decoding	Yes (CCSDS Viterbi K=7,R=½, Soft decision)
    Eb/No measurement	Yes (0.5 dB accuracy)
    Acquisition threshold	Eb/No £ 0 dB
    QPSK ambiguities solving and Frame synchronization	-Frame
    synchronizer (Synchronization word (CCSDS) detection phase)
    -Direct -Single Viterbi decoding
    Frame filtering	Yes (32 bits mask)
    Frame synchronization strategy	States Machine: -SEARCH phase
    -CHECK phase -LOCK phase -FLYWHEEL phase
    Descrambling	Yes (CCSDS)
    Frame Error Control	CRC (CCSDS)
    FEC	Yes (CCSDS E=16, Reed-Solomon 255,223)
    PCM Code	-NRZ-L/M/S -BP-L/M/S
    External input TTL Serial Data/Clock 	-Frame Synchronizer
    -Viterbi decoder
    Matched filter	Root Raised Cosine
    Roll-off factor	0.35
    Doppler measurement	Cumulated phase variations
    Doppler measurement sampling	1 s
    Doppler measurement range	± 200 KHz
    Doppler measurement rate	Max 1.5 KHz/s
    Doppler measurement output	Real-Time TCP/IP
    
    High Bandwidth Telemetry with subcarrier Tracking and
    demodulation
    
    Demodulation scheme	-PM/BPSK/PCM -FM/PCM
    Subcarrier	16 kHz to 1024 MHz
    I.F. level measurement accuracy	    £ 2 dB
    I.F. level measurement output	Real-Time TCP/IP
    Diversity combining	Post-detection combining (3dB gain with
    equal-strength signals, without spectrum analysis)
    Bit rate 	500 bps to 512 Kbps
    BER Degradation	   £ 1 dB vs. theory
    Convolutional Decoding	Yes (CCSDS Viterbi K=7,R=½, Soft decision)
    Eb/No measurement	Yes (0.5 dB accuracy)
    Frame synchronization	Yes (CCSDS)
    Frame filtering	Yes (32 bits mask)
    Frame synchronization strategy	States Machine: -SEARCH phase
    -CHECK phase -LOCK phase -FLYWHEEL phase
    Descrambling	Yes (CCSDS)
    Frame Error Control	CRC (CCSDS)
    FEC	Yes (CCSDS E=16, Reed-Solomon 255,223)
    PCM Code	-NRZ-L/M/S -BP-L/M/S
    External input TTL Serial Data/Clock 	-Frame Synchronizer
    (Synchronization word (CCSDS) detection phase) -Viterbi decoder
    Doppler measurement	Yes (Cumulated phase variations) 
    - sampling	1 s
    - range	± 200 KHz
    - rate	Max 1.5 KHz/s
    - output	Real-Time TCP/IP
    
    
    
    
    Uplink Telecommand Requirements
    
    Intermediate Frequency (I.F.)	68 to 72 MHz
    I.F. output stage	1
    I.F. output port ports	2 per input stage -Nominal: Long loop
    -Secondary: Short loop
    I.F. output level Nominal	0 to -50 dBm
    I.F. output level Secondary	-20 to -70 dBm
    I.F. Unmodulated Carrier Spurious	   £ 60 dBc @ 0 dBm
    I.F. Carrier frequency stability	As per external 10Mhz reference
    Input
    I.F. phase noise	0.2 deg
    Output Interface connector	BNC
    Output Interface impedance	50 Ohm
    Output Interface VSWR	  £ 1.3
    Carrier Sweep	
    -range	± 100 kHz
    -rate	± 100 kHz/s
    -offset	± 150 kHz
    Modulations	-PM/PCM -PM/BPSK/PCM -FM/PCM
    Modulation index	0.9 to 1.25 rad
    PCM modulation filtering	Root Raised Cosine
    Modulating signal	Internal, external PCM data streams
    Input Interface	Ethernet TCP/IP, Serial Data Clock, BNC
    Protocols	-TCP/IP CCSDS Service Link extension (F-CLTU), Limited
    to 1 client connection -TCP/IP CCSDS COP-1, Limited to 1 client
    connection -Raw Telecommand, Serial Input Data/Clock TTL
    Modulated Telecommand Storage	Hard disk, using High Bandwidth
    Telemetry with Sub-carrier demodulation Input in Short Loopback
    Noise Generator	C/No: 100 to 15 dB.Hz
    Extra note	Telecommand and Telemetry Simulation uplink must be
    capable of functioning simultaneously data flow test purpose
    
    
    Uplink Telemetry Simulation Requirements (simultaneous with
    Uplink Telecommand Requirements)
    Intermediate Frequency (I.F.)	68 to 72 MHz
    I.F. output stage	1
    I.F. output port ports	2 per input stage -Nominal: Long loop
    -Secondary: Short loop
    I.F. output level Nominal	0 to -50 dBm
    I.F. output level Secondary	-20 to -70 dBm
    I.F. Unmodulated Carrier Spurious	   £  60 dBc @ 0 dBm
    I.F. Carrier frequency stability	As per external 10Mhz reference
    Input
    I.F. phase noise	0.2 deg
    Output Interface connector	BNC
    Output Interface impedance	50 Ohm
    Output Interface VSWR	   £ 1.3
    Modulations	- Modulation as per High Bandwidth Telemetry Direct
    PCM and High Bandwidth Telemetry with Sub-carrier requirements
    using I.F. output stage #2 or #3
    Telemetry replay	-Recorded Telemetry Replay
    Simulated TM source	-Pseudo Random sequence (PN11) -Remote
    TCP-IP server
    Bit error rate measurement	Yes
    Noise Generator	C/No: 100 to 15 dB.Hz
    Extra note	Telecommand and Telemetry Simulation uplink must be
    capable of functioning simultaneously data flow test purpose
    
    
    Satellite Ranging
    Tone Plan	ESA code standard Programmable frequencies and tones
    sequence
    Tone frequency	2 Hz to 500 kHz
    Number of tones	1 major tone 6 minor tones
    Distance measurement resolution	1 ns
    
    
    
    
    Time, Frequency and Power Requirements
    Time Code Decoding	IRIG-B
    External Clock	10 Mhz
    1 PPS	Yes (TTL)
    Leap second & leap year management	Yes
    Time tagging accuracy	± 10 us
    Nominal Supply Voltage	120V/60Hz
    
    
    4.	Applicability of the trade agreement(s) to the procurement 
    This procurement is not subject to the trade agreements.
    
    5.	Justification for the Pre-Identified Supplier 
    The CORTEX CRT systems has been chosen by the Canadian Space
    Agency due to the fact that it is directly integrated with
    existing environment of other CORTEX CRT systems. 
    The Canadian Space Agency's has qualified these CORTEX CRT
    systems for operations with the following Canadian satellite
    missions: SCISAT-l, NEOSSAT and M3MSAT. 
    Moreover, the Canadian Space Agency's has qualified and
    interfaced the CORTEX CRT systems with international partner
    such the German Space Agency (DLR) and the French Centre
    national d'Études Spatiales (CNES) for TT&C support for
    TerraSar-X, Tandem-X, TET-1, PAZ, Pleiades1A/1B and VEGA
    missions.
    In addition to this, other organisations such as NASA (ASF),
    DLR, CNES, SSC, KSAT and TELESAT also use the CORTEX CRT system
    for satellite control and the compatibility of the
    communications between diverse Space Agency partners is
    necessary. 
    
    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
    work").
    
    7. Period of the proposed contract or delivery date 
    The system must be delivered on or before March 31, 2015.
    
    8. Cost estimate of the proposed contract
    The estimated value of the contract, including option(s), is
    $506, 940 EURO
    
    9. Name and address of the pre-identified supplier 
    	ZODIAC DATA SYSTEMS
    	Les Ulis
    	5, Avenue des Andes, 
    	CS 90101
    	91978 COURTABOEUF CEDEX 
    	France
    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. Closing date for a submission of a statement of capabilities 
    The closing date and time for accepting statements of
    capabilities is October 6, 2014 at 2:00 p.m. EDT).
    
    12.	Inquiries and submission of statements of capabilities 
    Inquiries and statements of capabilities are to be directed to:
    Annie Blanchet 
    Telephone: 514-496-3519
    Facsimile: 514-496-3822
    E-mail:annie.blanchet@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

    • No trade agreements are applicable to this solicitation process

    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:

    • Additional Deliveries

    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
    Blanchet, Annie A.
    Phone
    (514) 496-3519 ( )
    Fax
    (514) 496-3822
    Address
    Place Bonaventure, portail Sud-Est
    800, rue de La Gauchetière Ouest
    7 ième étage
    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Procurement method
    Non-Competitive

    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: