Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

Satellite Flight Operations and Data Management Services, Canadian Space Agency

Solicitation number 9F044-190565/A

Publication date

Closing date and time 2020/03/10 15:00 EDT

Last amendment date


    Description
    Trade Agreement: Canada - EU Comprehensive Economic and Trade Agreement (CETA)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Any interested supplier should provide their comments about the content of this documentation no later than February 26th 2020 in order to support an eventual request for proposal. Comments received after this date might not be considered.
    
    ***************************************************************
    
    Title: Satellite Flight Operations and Data Management Services 
    
    Nature of Requirements: 
    
    
    1. PURPOSE OF THIS NOTICE
    Inform industry about an upcoming important procurement process (#: 9F044-190433/A) in the domain of satellite flight operations and related data management flowing from these satellite missions, including the corresponding Service Level Agreement, the anticipated evaluation criteria and the security requirements that the Contractor and its personnel must comply with. 
    
    2. TRADE AGREEMENTS 
    The requirement will be subject to the provisions of the Canada-European Union Comprehensive Economic and Trade Agreement (CETA).
    
    3. DESCRIPTION
    Every day, Canadian and international satellites meet the needs of users, in Canada and around the world. From space, they provide information and services to support Earth Observation, maritime surveillance, space surveillance, ecosystems monitoring, environmental monitoring, natural disaster management, the national economy, security and defense, and health. 
    
    Public Works and Government Services Canada (PWGSC), on behalf of the Canadian Space Agency (CSA), is looking to put in place a contract for the provision of satellite Flight Operations and Data Management Services, including spacecraft health monitoring and control, operational analysis, basic system maintenance, data order handing, image quality control and data processing and archiving for the satellite missions under its responsibility and operated at the Multi-Mission Control Center (MCC) of the Canadian Space Agency (CSA). Missions potentially addressed in the work include, but are not limited to, SCISAT, NEOSSat, M3MSat and RADARSAT Constellation Mission (RCM), assuming all are operating at the start of the Contract. In addition, the Government of Canada RADARSAT Data Services, which covers Government part of data management (order handling) for the RADARSAT-2 mission, is also covered.
    
    The work will consist of mandatory Services captured in a Statement of Work (SOW), which will only be provided in the RFP, that the Contractor must fulfill subject to a Firm-Fixed Price (FFP) process as well as incentives based on Key Performance Indicators (KPIs) described in a Service-Level Agreement (SLA) [ANNEX A]. This SLA will define Service Levels of the work based on unified Performance Indicators (PIs) that will be used to capture the end-to-end service provision and apply standardized processes and performance targets. Performance indicators may include such measures as Space Segment Availability, System Anomaly Resolution Time, Space Segment Risk Response Time, Time from Data Order to Acquisition, Time from Acquisition to Processing and Distribution to the users, etc. In total 16 metrics have been identified as PIs. From these 16, few have been selected as KPI. KPIs will be reviewed and mutually agreed upon every year at the Operational Services Reviews (OSR) by both parties based on lessons learned and need to make necessary adjustments for mutual benefit. Once agreed, the updated SLA will take precedence and be fully in effect for the remainder of the Contract term, until a subsequent SLA update takes effect. The Contractor will be expected to deliver, monitor and control the Key Performance Indicators as agreed in the SLA.
    In addition to the fixed services, there may be additional work required and requested to be performed by the Contractor through a Task Authorization process to cover for other activities such as new mission planning, continuous improvement activities, basic ground and flight software maintenance, hardware repair and build activity, and support to foreign space agencies’ launches and satellite operations.
    
    CSA will provide access to Government Furnished Equipment/Services (GFE) in terms of the operational system and its constituent elements. Some of these items are part of the CSA generic infrastructure and others are supplied specifically for each mission undertaken. These tools will be provided as-is and in a condition suitable to be used for Operations. The Contractor will work with experts from the CSA, Shared Services Canada, Natural Resources Canada, and others in the usage of this infrastructure to deliver on all mission objectives. The major portion of the work is expected to be conducted within the CSA premises. 
    
    To ensure continuity of operations and knowledge transfer, the CSA will also provide Government Furnished Personnel (GFP) to be embedded within the Contractor team in order to:
    • Maintain efficient communication and collaboration between parties,
    • Ensure a level of knowledge retention and transfer within the Government, and
    • Maintain the Government’s expertise in operations by offering government employees relevant Satellite operations experience.
    
    The anticipated evaluation criteria for this upcoming RFP are presented in Annex B.
    
    Potential bidders are invited to submit any comment they have on Annex A and Annex B. 
    
    4. SECURITY REQUIREMENT
    1. The Contractor must, at all times during the performance of the Contract, hold a valid Facility Security Clearance (FSC) at the level of SECRET with approved Document Safeguarding Capability (DSC) at the level of PROTECTED B issued by the Contract Security Program (CSP), at Public Works and Government Services Canada (PWGSC).
    
    2. This Contract includes access to controlled goods. Prior to access, the Contractor must be registered in the Controlled Goods Program of PWGSC.
    
    3.  The Contractor personnel requiring access to CLASSIFIED and/or PROTECTED information, assets or sensitive site(s) must EACH hold a valid personnel security screening at the level of SECRET or RELIABILITY STATUS, as required, granted or approved by the CSP, PWGSC.
    
    4.  The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store any sensitive CLASSIFIED and/or PROTECTED information until the CSP, PWGSC has issued written approval. After approval has been granted, these tasks may be performed at the level of PROTECTED B.
    
    5.  Subcontracts, which contain security requirements, are NOT to be awarded without the prior written permission of the CSP, PWGSC.
    
    6.  The Contractor must comply with the provisions of the:
    
    a) Security Requirements Check List and Security Classification Guide attached at Annex C and C-1;
    
    b) Industrial Security Manual (Latest Edition).
    
    Firms that are interested in bidding but that do not already hold a valid DOS must immediately make the necessary arrangements with the contact identified in this notice. Firms that hold a valid DOS but that are not authorized to safeguard protected documents must immediately contact their Company Security Officer to make the necessary arrangements with PWGSC's Canadian Industrial Security Directorate.
    
    Firms must comply with security requirements at bid closing time. 
    
    5. OTHER CONSIDERATIONS
    This Letter of Interest (LOI) is neither a bid solicitation nor a preselection process. This LOI will not result in the award of any contract; therefore, potential suppliers of any services described in this LOI should not earmark stock or facilities, nor allocate resources, as a result of any information contained in this LOI. Also, the procurement of any of the services described in this LOI will not necessarily follow this LOI. This LOI is simply intended to inform industry about an upcoming important procurement process and collect comments that organizations might have. 
    The issuance of this LOI is not to be considered in any way as a commitment by Canada, or as authority for the Respondent to undertake any work which could be charged to Canada, nor is this LOI to be considered a commitment to issue eventual RFPs, enter into a private-public partnership or award eventual contracts in relation to this activity.
    
    
    
    List of Annexes:
    Annex A - Service Level Agreement - Flight Operations and Data Management Services.pdf
    Annex B - Evaluation Criteria - Flight Operations and Data Management Services.pdf
    Annex C - Security Requirement Check List (SRCL)
    Annex C-1 - Security Classification Guide
    
    
    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

    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)

    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
    Desforges, Julie
    Phone
    (514) 602-8307 ( )
    Email
    julie.desforges@tpsgc-pwgsc.gc.ca
    Fax
    (514) 496-3822
    Address
    Place Bonaventure, portail Sud-Oues
    800, rue de La Gauchetière Ouest
    7e étage, suite 7300
    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

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    French
    5
    001
    English
    24
    000
    French
    19
    000
    English
    120

    Access the Getting started page for details on how to bid, and more.

    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 Information
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Not applicable

    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: