CSC RADIO INFRASTRUCTURE

Solicitation number 21120-124776/B

Publication date

Closing date and time 2012/07/23 14:00 EDT


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Motorola Solutions Canada Inc.
    360 Albert Street
    Suite 1720
    Ottawa Ontario
    Canada
    K1R7X7
    Nature of Requirements: 
    CSC RADIO INFRASTRUCTURE UPGRADE PROGRAM
    
    21120-124776/B
    Anand, Ricky
    Telephone No. - (819) 956-1075 
    Fax No. - (819) 956-0636
    
    
    Advance Contract Award Notice
    
    1.	General
    	An Advance Contract Award Notice (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 		this ACAN, on or before the
    closing date stated in the ACAN, the contracting officer may
    	then proceed with the award.
    
    2.	Security Requirement For Canadian Supplier
    
    2.1 	The Contractor must, at all times during the performance of
    the Contract, hold a valid 		Designated Organization Screening
    (DOS), issued by the Canadian Industrial Security 		Directorate
    (CISD), Public Works and Government Services Canada (PWGSC). 
    
    2.2 	The Contractor personnel requiring access to PROTECTED
    information, assets or 		sensitive work site(s) must EACH hold a
    valid RELIABILITY STATUS, granted or 		approved by CISD/PWGSC.
    
    2.3	The Contractor MUST NOT remove any PROTECTED information or
    assets from the 		identified work site(s), and the Contractor
    must ensure that its personnel are made aware 		of and comply
    with this restriction.
    
    2.4 	The Contractor must comply with the provisions of the:
    
     (a)	Security Requirements Check List and security guide 
     
     (b) 	Industrial Security Manual (Latest Edition).
    
    3.	Requirement
    	Correctional Services Canada (CSC) has a requirement to upgrade
    its Motorola Radio 		Communication legacy system installed at
    its various institutions/sites throughout 			Canada.  The
    objective of this program is to upgrade the legacy radio system
    to Advance 		Encryption Standard (AES).
    	Due to the software/hardware integration with existing Motorola
    radio infrastructure at 		CSC facilities, and the national
    requirement for the delivery of these specialized services,
    		PWGSC intends to issue a contract to Motorola Solutions Canada
    Inc, the Original 		Equipment Manufacturer (OEM).  This is to
    ensure that the current functionality and 		features of the
    radio communications system are maintained/enhanced, while the
    overall 		legacy radio system is upgraded to the AES. 
    
    	Currently, the legacy Motorola base-station system is supported
    by the APCO-25 digital 		radio standard Common Air Interface
    (CAI) and operates in clear and unencrypted mode.  	A reliable
    and encrypted radio communications system throughout each CSC
    institution 		and its immediate surroundings is required to
    further enhance the safety and security of 		both staff and
    inmates.
    
    	The Contractor will be required to provide the Engineering and
    Project Management 		Services including training to carry out
    the following work on "as and when" requested 		basis during the
    contract period:
    
    3.1	Conduct audits of CSC institutions/sites radio equipment and
    infrastructure and submit 		Site Audit Reports providing details
    as to which equipment needs to be 				replaced/upgraded to AES
    in order to meet CSC's requirement on a site by site basis. 
    
    3.2	Upgrade Motorola firmware/hardware of remote digital line
    controllers and interface 		units, base transceivers, and
    console units.  Provide upgraded AES radio system while
    		ensuring minimum downtime and conduct system acceptance
    testing.
    
    3.3	Provide French Graphical User Interface (GUI) on the main
    consoles that must be able to 		communicate with other Motorola
    end-user devices such as radios and terminals.
    
    3.4	Provide Manuals, As-built drawings and pertinent
    documentation for all equipment 		upgrades in both official
    languages, as necessary.
    
    3.5	Provide MCC Console Operator "Train the
    Trainer"/Administrator training and training 		material to CSC
    personnel for the new functionality of equipment in both
    official 			languages, as necessary.
    
    3.6	Provide MCC Dispatch Console Maintenance training and
    training material to CSC 		personnel for the new functionality
    of equipment in both official languages, as necessary.
    
    3.7	Provide Customer Programming Software (CPS) and Key Variable
    Loader (KVS) 			training and training material to CSC personnel
    for the new functionality of equipment in 		both official
    languages, as necessary.
    
    3.8	Provide disposal services for the uninstalled equipment,
    ancillaries, cables and conduits 		etc. as applicable, in
    accordance with government's disposal guidelines.
    
    4.	Criteria for assessment of the Statement of Capabilities
    	Any interested supplier must demonstrate and substantiate by
    way of a statement of 		capabilities that has the following
    mandatory capabilities:
    
    4.1	It has the technical knowledge and applied expertise of
    Motorola's proprietary equipment 		that will be used to upgrade
    AES radio infrastructure at CSC sites;  
    
    4.2	It is authorized by Motorola to further develop and upgrade
    Motorola's proprietary radio 		infrastructures that were
    originally installed at CSC sites by Motorola;
    
    4.3	It is authorized by Motorola to upgrade proprietary firmware
    such that the legacy 			components are compatible with the new
    components that will be installed to achieve 		AES;
    
    4.4	It is capable of delivering a complete solution from
    definition to implementation phase to 		final delivery stage
    with minimal disruption and downtime;  
    
    4.5	It has the technical expertise and manpower to visit CSC
    sites from coast to coast to 		define and deliver the solutions
    on "as and when requested basis";  
    
    4.6	It has following capabilities:
    
    	·	System Design and Development 
    	·	On-Site System Installation experience including the
    requirements relating to 			conduit, space, power, power wiring
    and cabling 
    	·	System Testing and Quality Assurance
    	·	System Maintenance and Support
    	·	Training personnel on Motorola's radio infrastructure
    
    4.7	It is financially capable to undertake and deliver this
    program.
    
    4.8	It is capable of delivering all aspects of the requirements
    listed under Para 3 of this 		document; 
    
    4.9	It has carried out similar work in the recent* past for its
    other customers, whereby it has 		successfully installed
    Motorola's proprietary equipment and delivered fully upgraded
    and 		operational AES radio infrastructure.
    
    	Note: Recent is defined as in the last five years.
    
    5.	Trade agreements and/or other obligations
    	This procurement is excluded from the following Trade
    Agreements:
    	NAFTA:  The services required are related to FSC 5820 - GSIN
    JI5820C, which are 		excluded in accordance with North American
    Free Trade Agreement (NAFTA) Annex 		1001.1b-2, Section B, Item
    J;
    
    	WTO-AGP:  The services required are excluded in accordance with
    the World Trade 		Organization - Agreement on Government
    Procurement (WTO-AGP) Appendix 1, 		General Notes 1(c);
    
    	CLCA:  The Comprehensive Land Claims Agreements (CLCA) do not
    apply because the 		delivery points do not fall within the
    geographic areas covered by the CLCAs. 
    
    	This procurement is subject to the Agreement on Internal Trade
    (AIT):
    
    	The Agreement on Internal Trade applies to this procurement. 
    The limited tendering 		strategy is in accordance with Article
    506.12. (a) as there is only one supplier who is able 		to meet
    the requirements of the procurement.  Specifically, in order to
    ensure 			compatibility with existing installed radio
    infrastructure, the services can be supplied by 		only a
    particular supplier due to the Exclusive Rights of the supplier.
    
    6.	Government Contracts Regulations Exception and Limited
    Tendering Reason
    	Canada intends to award this contract to Motorola Solutions
    Canada Ltd as it has been 		identified as a Sole-source vendor
    that can provide the services required.  
    	Motorola Solutions Canada Ltd. is the Original Equipment
    Manufacturer (OEM) and has 		the intellectual property rights
    for the software, firmware and the legacy equipment that is
    	currently in service at CSC.  
    	This meets the requirements for sole source procurement in
    accordance with GCR, part 1, 	article 6(d), where only one
    person/company is capable of performing the contract.
    
    7.	Ownership of Intellectual Property
    	There will not be any intellectual property (IP) developed
    under this contract.  Motorola 		holds the IP rights for its
    equipment, software and firmware and the IP rights will reside
    		with Motorola.
    
    8.	Period of performance of the proposed contract 
    	The contract period will be from the contract award date to 31
    July 2015 and will have 		two option periods of one year each as
    per following:
    	
    	Option Period 1: 1 August 2015 to 31 July 2016
    	Option Period 2: 1 August 2016 to 31 July 2017
    
    9.	A cost estimate of the proposed contract
    	Total cost of this contract is estimated at $11,158,750.00 CDN,
    HST Included.
    
    10.	Name and address of the proposed contractor
    	
    	Motorola Solutions Canada Ltd.
    	360 Albert Street
    	Suite 1720
    	Ottawa, Ontario
    	K1R 7X7
    	Canada
    
    11.	Suppliers' right to submit a statement of capabilities
    	Suppliers who consider themselves fully qualified and available
    to provide the services 		and/or 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.
    
    12.	Closing date for a submission of a statement of capabilities
    	The closing date for a submission of a statement of
    capabilities is on the covering page of 	this notice.
    
    13.	Inquiries and submission of statements of capabilities
    	Please submit statements of capabilities or inquiries to:
    
    	Mr. Ricky Anand
    	Public Works and Government Services Canada
    	Acquisitions Branch
    	Electronics, Munitions and Tactical Systems Procurement
    Directorate 
    	Defence Communications Division (QD)
    	11 Laurier Street
    	Place du Portage, Phase III, 8C2
    	Gatineau, Quebec, Canada K1A 0S5
    
    	Telephone: 	(819) 956-1075
    	Facsimile: 	(819) 956-0636
    	E-mail: 	Ricky.Anand@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

    • Agreement on Internal Trade (AIT)

    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
    Anand, Ricky
    Phone
    (819) 956-1075 ( )
    Fax
    (819) 956-0636
    Address
    11 Laurier St./11, rue Laurier
    Place du Portage, Phase III, 8C2
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    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
    Ontario (except NCR)

    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: