Misc. Electronics & Comms Equipment R&O

Solicitation number W8486-152568/A

Publication date

Closing date and time 2016/02/04 14:00 EST

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Valcom Limited
    P.O. Box 603
    175 Southgate Drive
    Guelph Ontario
    Canada
    N1H6L3
    Nature of Requirements: 
    
    1. GENERAL
    
    1.1 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. 
    
    1.2 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 THE SUPPLIER
    
    2.1 There is no security provision for this requirement.
    
    3. BACKGROUND
    
    3.1 Department of National Defense (DND) - Director Land Command SystemsProgram Management (DLCSPM) is responsible for the life cycle management of the Land Tactical Communication equipment including hardware and software deployed in the Land Forces. 
    
    3.2 A large part of this function entails technical support of the Land Command Support System (LCSS) that includes varied communicational equipment used in the land tactical environment. The LCSS is defined as the radios, the telephones and switchboards, Tactical Navigation receivers, the Tactical Network and IRIS sub-system computer network, the semi-rugged Commercial off the shelf (COTS) laptops and tablet Personal Computers (PC) and software installed in Land Combat vehicles.
    
    4. REQUIREMENT
    
    4.1 DND has a requirement for the provision of Repair & Overhaul (R&O) of Tactical Communication Equipment and Technical & Engineering Support Services in support of Communications Electronics Minor Engineering Tasks (CEMET). 
    
    4.2 The Contractor must provide Free Flow R&O Services to the designated LCSS equipment that arelisted in Appendix A1 - Selection Notice and Priority Summary List (SNAPS).
    
    4.3 The Contractor must conduct R&O In Accordance With (IAW) A-LM-184- 001/JS-001 and the Contractor Integrated Logistics Support Plan (ILSP), to be provided at contract award.
    4.4 The Contractor must provide R&O and Technical and Engineering Support services for the following equipment groups:
    
    4.4.1 Antenna masts and systems;
    4.4.2 Telephone terminal equipment; 
    4.4.3  Data and circuit switching equipment;
    4.4.4  Telegraph terminal equipment; and
    4.4.5 Tactical command and information systems.
    
    R&O and Engineering Support Services include the following activities:
     
    5. SERVICES IN DETAIL
    5.1 R&O Services - Category 1
    5.1.1  Receipt and Induction processing;
    5.1.2  Disassembly;
    5.1.3  Cleaning;
    5.1.4  Detailed parts inspection;
    5.1.5  Repair or replacement of unserviceable items;
    5.1.6  Functional check of all components and accessories;
    5.1.7  Painting;
    5.1.8  Process inspection;
    5.1.9  Sub-assembly and testing;
    5.1.10  Embodiment of CF modifications and Original Equipment Manufacturer    (OEM) service bulletins;
    5.1.11  Post repair and overhaul tests;
    5.1.12  Preparation of delivery;
    5.1.13  Final inspection by the Contractor’s Quality Assurance personnel;
    5.1.14   Equipment/parts disposal including Controlled Goods material; and 
    5.1.15   Documentation update.
    5.2  Engineering Support Services - Category 2
    5.2.1  Engineering studies and analysis to provide realistic and feasible technicalsolutions to stated technical or logistic problems and operational requirements;
    5.2.2  Definition of standards and criteria relating to equipment or system     maintenance;
     5.2.3  Preparation, modification or updating of specifications and drawings;
     5.2.4  Preparation, modification or updating of engineering or technical     documentation;
     5.2.5  Configuration management;
     5.2.6  Analysis of maintenance, R&O data;
     5.2.7  Investigation of Unsatisfactory Condition Reports (UCR);
     5.2.8  Preparation of Equipment Check List (ECL);
    5.2.9   Preparation of procurement descriptions;
    5.2.10   Responding to and interfacing with Defence Resource Manage     Information System (RDMIS);
    5.2.11   Preparation of data for initial provisioning and repairparts scaling;
    5.2.12   Design, development, manufacture, installation and testing of prototype    modifications or  new equipment; and;
    5.2.13  Preparation of repair schemes, maintenance schedules and technical data for the CF and associated contractors concerned with R&O programs.
     5.3 Other Services 
    In addition to above, the Contractor must provide the following services: 
    
    5.3.1 Configuration Management;
    5.3.2 Spares Management;
    5.3.3 Logistics Management;
    5.3.4 Inventory Management
    5.3.5 Program Management;
    5.3.6 Scrap Custody and Disposal; and
    5.3.7 Training
    
    6. APPLICABLE DOCUMENTS
    
    6.1 The documents identified below form part of this Statement of Work (SOW) to the extent specified herein and are supportive of the SOW when referenced herein; all other document references are to be considered supplemental information.  Unless otherwise specified or authorized by the Technical Authority (TA), the effective issue of all publications, specifications and other documents identified shall be the issue, with amendments, at the Revision in effect on the date of Contract Award.  As new revisions are promulgated they shall become part of this requirement, as approved under direction of the TA.  In the event of conflicts between the documents referenced below and the contents of this SOW, the contents of this SOW shall take precedence.
    
    6.2 The Contractor may request assistance from the TA in obtaining DND originated documents not commercially available.  Additional applicable standards and specifications may be called up within specific tasking directives to this SOW.  In the event of conflict between these documents and the contents of the SOW, the contents of the latter shall apply:
    
    6.2.1 A-LM-184-001/JS-001, Special Instructions for Repair and Overhaul Contractors 30 Nov 2002, Ch 3 / Mod 3 25 Aug 2010;
    6.2.2 C-02-005-009/AM-000, Maintenance Policy Inspection, 31 Oct 2000;
    6.2.3 D-02-002-001/SG-001, Identification Marking of Canadian Military Property, 1 Apr 2003;
    6.2.4 D-01-400-002/SF-000, Engineering Drawings and Associated Lists;
    6.2.5 A-LM-137-COM/LX-001, Canadian Government Catalogue of Material;
    6.2.6 A-SJ-100-001/AS-000, Security Orders for the Department of National Defence, Volume I, General, dated 22 June 1999;
    6.2.7 C-02-015-001/AG-000, Policy Procedures and Guidelines Unsatisfactory Condition Report - CF  777, dated 20 September 2000;
    6.2.8 Guideline for the Disposal of Federal Surplus Electronic and Electrical Equipment, Version 2.0;
    6.2.9 CFTO C-02-006-002/AG-000, Information Markings on Canadian Forces Equipment;
    6.2.10 CFTO C-02-005-009/AM-000, Inspection and Condition of Material Returned To and Held in the Supply System
    6.2.11 ED D-LM-008-035/SF-001, Packaging of Components and Higher Assemblies or Incorporated  Devices which are Sensitive to Electromagnetic or Electrostatic Discharge;
    6.2.12 ED D-LM-008-002/SF-001, Marking for Storage and Shipment;
    6.2.13 CFTO D-02-006-008/SG-001, Design, Deviation and Waiver Procedures;
    6.2.14 Foreign Affairs and International Trade Canada, A Guide to Canada’s Export Control; and 
    6.2.15 ISO 9002 Quality Systems, Model for Quality Assurance in Production, Installation and Servicing.
    
    Note: SOW is not included herewith but will be part of the contract.
    
    7. 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.
    
    7.1 It is capable of providing R&O services, Engineering Support Services and Other Services as defined under paragraph 4 and 5 of this document.
    7.2 It has minimum of three years of experience, capability and the authorization from the OEM to repair all equipment as listed in Appendix A1 - Selection Notice and Priority Summary List (SNAPS).
    7.3 It is capable of delivering all aspects of the requirements listed under Para 4 and 5 of this document; and
    7.4 It is registered with Controlled Goods Program of Canada.
    
     8. TRADE AGREEMENTS AND OTHER OBLIGATIONS
    
    This procurement is excluded from the following Trade Agreements:
    8.1 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;
    8.2 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);
    8.3 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. 
    8.4 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 products, to recognize exclusive rights, such as exclusive licences, copyright and patent rights, or to maintain specialized products that must be maintained .
    
    9. GOVERNMENT CONTRACTS REGULATIONS AND LIMITED TENDERING REASON
    9.1 Canada intends to award this contract to Valcom Limited as it has been identified as a Sole-source vendor that can provide the services required.  
    9.2 Valcom Limited has performed this work for over 20 years and it is the only company that has acquired the necessary technical data and expertise to perform the Repair and Overhaul services for DND. 
    9.3 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.
    
    10. OWNERSHIP OF INTELLECTUAL PROPERTY
    10.1 There will not be any intellectual property (IP) developed or transferred under this contract.  The interested bidders must have rights to repair and overhaul the equipment listed in the Annex 1 - SNAPS.  
    10.2 The IP of the equipment to be serviced belongs to the OEMs and the interested bidders must be authorized by the OEMs to conduct repairs on their behalf for the entire period of the contract.  The authorization to repair the required equipment is a prerequisite for the contract award.  
    
    10.3 IP rights will remain with the OEMs. 
    
    11. PERIOD OF PERFORMANCE  
    11.1 The contract period will be from the contract award date to 30 April 2019 and will have two option periods of one year each as per the following:
    
    Option Period 1: 1 May 2019 to 30 April 2020
    Option Period 2: 1 May 2020 to 30 April 2021
    
    12. NAME AND ADDRESS OF THE PROPOSED CONTRACTOR
    
    Valcom Limited. 
    P.O. Box 603  
    175 Southgate Drive  
    Guelph, Ontario  
    CANADA, N1H 6L3
    
    13. SUPPLIER’S RIGHT TO SUBMIT A STATEMENT OF CAPABILITES
    
    13.1 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.
    
    14. CLOSING DATE FOR A SUBMISSION OF A STATEMENT OF A CAPABILITIES
    
    14.1 The closing date for a submission of a statement of capabilities is on the covering page of this notice.
    
    15. INQUIRIES AND SUBMISSION OF STATEMENT OF CAPABILITIES
    
    15.1 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 
    
    Note: To request Appendix A1 - SNAPS, please send an email to the Contracting Authority at Ricky.Anand@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)

    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:

    • Exclusive Rights
    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
    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
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.