SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

GPS Anti-Jam Antenna

Solicitation number W8476-185722/A

Publication date

Closing date and time 2017/10/25 14:00 EDT


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    NovAtel Inc.
    1120 - 68th Avenue N.E.
    Calgary Alberta
    Canada
    T2E8S5
    Nature of Requirements: 
    
    1. Advance Contract Award Notice (ACAN)
    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. Controlled Goods requirement
    As the resulting contract will require the production of or access to controlled goods that are subject to the Defence Production Act, R.S. 1985, c. D-1, bidders are advised that within Canada only persons who are registered, exempt or excluded under the Controlled Goods Program (CGP) are lawfully entitled to examine, possess or transfer controlled goods. Details on how to register under the CGP are available at: Controlled Goods Program, http://ssi-iss.tpsgc-pwgsc.gc.ca/dmc-cgd/index-eng.html
    
    3. Background
    - Spread spectrum GPS signals at the Earth’s surface are well below the nominal background noise floor. Special signal designs and signal processing allow them to be raised above the noise and decoded. Even very small increases in the "background" noise, unintentional interference or intentional jamming, can prevent a receiver from locating and processing GPS signals. Without satellite signals, a receiver cannot provide Positioning, Navigation and Timing (PNT) information.
    - GPS interference (intentional and unintentional) is a recognized threat for civilian infrastructure and military operations, across the spectrum of conflicts. It has been demonstrated that publicly available, low cost GPS jammers can be used to effectively disrupt the use of unprotected GPS equipment. More sophisticated and powerful military GPS jammers and other Counter PNT systems have been encountered in recent conflicts and must be expected in future confrontations. In addition, the United States and its allies have stated their intention to deny the use of civil GPS signals in specific theatres of operation (Blue Force Electronic Attack).
    - The Canadian Armed Forces are increasingly reliant on GPS for the precise PNT needed for data links, secure communications, target identification, precision engagement and other tasks. An unprotected vehicle operating in a GPS-denied environment will experience reduced effectiveness, with probable loss of critical capabilities. A LAV Observation Post Vehicle (LAV OPV) on forward operations is a critical component in the battle space, requiring reliable PNT to safely and effectively deliver the intended effects on the battlefield. Its forward position will also increase the likelihood that it will come under electronic attack (including GPS jamming) from opposing forces. Lack of anti-jam capability also makes GPS receivers more susceptible to potentially more dangerous spoofing attacks (the covert manipulation of receiver-reported PNT). 
    - For these reasons, the Canadian Army has identified a requirement to protect LAV OPVs against GPS jamming through the replacement of the standard GPS antenna with a GPS Anti-Jam Antenna.
    
    4. Definition of the requirement
    - DND has an initial requirement to procure fifty-two (52) Global Positioning System (GPS) Anti-Jam Antenna. The initial requirement includes the associated software and firmware and 6 engineering cable sets. 
    - The GPS Anti-Jam Antenna must be capable of simultaneously nulling up to 6 individual jamming sources and be compatible with the Canadian Army’s inventory of 12,000 Defense Advanced GPS Receiver (DAGR) and LAV OPVs.
    - The Contractor must pre-install all necessary firmware and software on the GPS Anti-Jam Antenna prior to delivery. The GPS Anti-Jam Antenna must include device licenses for all installed firmware and software required to configure and operate the antennas. The Contractor must provide the GPS Anti-Jam Antenna firmware and software (e.g. Firmware Update Utility if applicable) on a support media.
    - The Contractor must grant to Canada the option to purchase up to 50 additional GPS Anti-Jam Antenna and 4 years of extended warranty.
    
    5. 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 product meets the following requirements:
    
    Requirements GPS Anti-Jam Antenna
    
    1. Radio Communications
    1.1 The GPS Anti-Jam Antenna must have a bandwidth of at least 22 MHz, centred on the GPS L1 (1575.42 MHz) and L2 (1227.60 MHz) frequencies, making it compatible with the GPS C/A code, P(Y) code and M-code signals.
    1.2 The antenna must be capable of receiving RF signals with Right-Hand Circular Polarization.
    1.3 The antenna must provide an omnidirectional radiation pattern in azimuth.
    1.4 For elevations of 20 to 90 degrees over the horizon, the GPS Anti-Jam Antenna gain roll-off must be a maximum of 10 dB from the antenna boresight.
    1.5 The antenna must have a nominal impedance of 50 Ohm.
    1.6 The antenna must have a maximum Voltage Standing Wave Ratio (VSWR) of 2.0:1.
    1.7 The GPS Anti-Jam Antenna must provide signals that can be used by any GPS receiver attached to it. 
    1.8 In the absence of jamming, the GPS Anti-Jam Antenna must provide a minimum net gain of at least 27 dB over the specified frequency range.
    1.9 The GPS Anti-Jam Antenna must impose a latency of no more than 10 microseconds on the broadcast GPS signals.
    _____________________________________
    2. GPS Anti-Jamming
    2.1 The GPS Anti-Jam Antenna must provide anti-jam protection to L1 (1575.42 MHz) and L2 (1227.6 MHz) GPS frequencies simultaneously.
    2.2 The GPS Anti-Jam Antenna must be capable of simultaneously nulling up to 6 individual jamming sources.
    2.3 The GPS Anti-Jam Antenna must provide jamming suppression of up to 40 dB.
    2.4 The anti-jamming functions must automatically start by default when power is applied to the GPS Anti-Jam Antenna.
    2.5 Normal operation of the GPS Anti-Jam Antenna must require no user interaction.
    _____________________________________
    3. Notification and Management
    3.1 The GPS Anti-Jam Antenna must provide notification of jamming status during operation.
    3.2 The GPS Anti-Jam Antenna must detect and provide notification of its hardware, firmware and software failures or errors during operation.
    3.3 The GPS Anti-Jam Antenna must permit extraction of its version identifiers, configuration, jamming status, and built-in test results.
    3.4 All notifications and data extractions must be provided through the GPS Anti-Jam Antenna serial data port.
    _____________________________________
    4. Software and Firmware
    4.1 Installable software required to provide the GPS Anti-Jam Antenna functions specified in this document must be limited to a Firmware Update Utility and freely available communication software (e.g. PuTTY).
    4.2 The Bidder is not required to deliver a freely available communication software.
    4.3 The GPS Anti-Jam Antenna firmware must be reprogrammable in-circuit using a Firmware Update Utility provided by the vendor.
    4.4 The GPS Anti-Jam Antenna must include a Firmware Update Utility which permits the user to load antenna firmware onto the GPS Anti-Jam Antenna.
    4.5 The user must be capable of operating the Firmware Update Utility from a computer setup with a Microsoft Windows 10 64-bit Professional operating system connected through the GPS Anti-Jam Antenna serial data port.
    4.6 The user interface of the Firmware Update Utility must be in the English language.
    _____________________________________
    5. General
    5.1 The GPS Anti-Jam Antenna must be capable to meet Radio Communications and GPS Anti-Jamming requirements without the use of the Serial Data interface.
    5.2 The GPS Anti-Jam Antenna external interface connectors must permit installation and removal of mating cables without the use of tools.
    _____________________________________
    6. Radio Frequency
    6.1 The GPS Anti-Jam Antenna RF port must use a 50 Ohm TNC female connector to connect the antenna to the vehicle GPS receiver.
    _____________________________________
    7. Serial Data
    7.1 The GPS Anti-Jam Antenna must provide a RS-232 serial data port.
    7.2 The GPS Anti-Jam Antenna serial data port must use a sealed military standard connector which meets the environmental and performance requirements.
    7.3 The connector for GPS Anti-Jam Antenna serial data port must include a dust cover that seals the external interface connector when not in use.
    7.4 The dust cover for the serial data port connector must be attached with a retaining device.
    7.5 The dust cover retaining device for the serial data port connector must include provision for removal and re-installation without the use of specialised tools.
    _____________________________________
    8. Input Power
    8.1 The GPS Anti-Jam Antenna must be capable of operating at voltages from +10 to +28 VDC.
    8.2 The GPS Anti-Jam Antenna must operate normally from MIL-STD-1275D-compliant vehicle power for the Starting Mode condition (para 5.1.2) and the Normal Operating Mode condition (para 5.1.3).
    8.3 The GPS Anti-Jam Antenna must consume no more than 25 Watts of electrical power.
    8.4 The GPS Anti-Jam Antenna power port must use a sealed military standard connector which meets the environmental and performance requirements.
    _____________________________________
    9. Chassis Characteristics
    9.1 The GPS Anti-Jam Antenna must be housed in a single enclosure.
    9.2 The deployed GPS Anti-Jam Antenna must have maximum physical dimensions of 30 centimetres (cm) in width, 30 cm in depth, and 12 cm in height.
    9.3 The GPS Anti-Jam Antenna must weigh a maximum of 8 kilograms.
    9.4 The GPS Anti-Jam Antenna must provide suitable mounting points for secure attachment to the vehicle.
    9.5 The GPS Anti-Jam Antenna must provide at least one chassis grounding point associated with fasteners (e.g. lugs, studs or threaded holes) that are uncoated (bare metal).
    9.6 The minimum fastener size for the chassis grounding point must be M6, or equivalent imperial fastener.
    9.7 The minimum threaded length of the fastener for the chassis grounding points (thread depth or stud length) must be 8 millimetres (mm).
    _____________________________________
    10. Non-Functional Requirements
    10.1 The GPS Anti-Jam Antenna must have a predicted Mean Time Between Failures (MTBF) greater than 150000 hours of operation at 250C.
    10.2 The exterior surface of the GPS Anti-Jam Antenna chassis must be painted with a non-reflective, Chemical Agent Resistant Coating (CARC) in accordance with FED-STD-595C1 colour Green 383Camo #34094 or equivalent.
    _____________________________________
    11. Environmental Conditions
    11.1 Altitude - Operation: The GPS Anti-Jam Antenna must operate normally during and after exposure to an altitude of up to 4572 meters (15,000 feet) when tested in accordance with MIL-STD-810G1, Method 500.6, Procedure II, or equivalent test method.
    11.2 High Temperature - Storage: The GPS Anti-Jam Antenna must operate normally following exposure to a storage temperature of +71°C when tested in accordance with MIL-STD-810G1, Method 501.6, Procedure I, or equivalent test method.
    11.3 High Temperature - Operation: The GPS Anti-Jam Antenna must operate normally during and after exposure to a high temperature of +65°C when tested in accordance with MIL-STD-810G1, Method 501.6, Procedure II, or equivalent test method.
    11.4 ow Temperature - Storage: The GPS Anti-Jam Antenna must operate normally following exposure to a low storage temperature of -55°C when tested in accordance with MIL-STD-810G1, Method 502.6, Procedure I, or equivalent test method.
    11.5 Low Temperature - Operation: The GPS Anti-Jam Antenna must operate normally during and after exposure to a low temperature of -40°C when tested in accordance with MIL-STD-810G1, Method 502.6, Procedure II, or equivalent test method.
    11.6 Solar Radiation: The GPS Anti-Jam Antenna must operate normally during and after exposure to high temperature diurnal cycles with temperatures up to +49°C when tested in accordance with MIL-STD-810G1, Method 505.6, Procedure I, or equivalent test method.
    11.7 Blowing Rain: The GPS Anti-Jam Antenna must operate normally during and after a 30 minute exposure to 1.7 mm of rain per minute blowing at 18 metres per second (m/s) when tested in accordance with MIL-STD-810G1, Method 506.6, Procedure I, or equivalent test method.
    11.8 Humidity: The GPS Anti-Jam Antenna must operate normally during and after exposure to temperature cycles of +30°C to +60°C at 95% relative humidity (RH) when tested in accordance with MIL-STD-810G1, Method 507.6, Procedure II, or equivalent test method.
    11.9 Salt Fog: The GPS Anti-Jam Antenna must operate normally following salt fog exposure when tested in accordance with MIL-STD-810G1, Method 509.6, or equivalent test method.
    11.10 Sand and Dust: The GPS Anti-Jam Antenna must operate normally during and after exposure to sand and dust when tested in accordance with MIL-STD-810G1, Method 510.6, Procedures I and II, or equivalent test method.
    11.11 Vibration - Ground Mobile: The GPS Anti-Jam Antenna must operate normally during and after exposure to a vibration test environment (operational service) when tested in accordance with MIL-STD-810G1, Method 514.7, Procedure I, Category 20, Figure 514.7C-4 (composite wheeled vehicle).
    11.12 Shock - Functional: The GPS Anti-Jam Antenna must operate normally during and after exposure to functional shock for ground materiel when tested in accordance with MIL-STD-810G1, Method 516.7, Procedure I, Table 516.7-IV, or equivalent test method.
    _____________________________________
    12. Electromagnetic Interference and Compatibility
    12.1 The GPS Anti-Jam Antenna must not exceed the specified levels for conducted emissions via power input leads in accordance with MIL-STD-461G test procedure CE102 (10 kHz to 10 MHz), or equivalent, while operating normally.
    12.2 The GPS Anti-Jam Antenna must operate normally and withstand signals coupled onto input power leads in accordance with MIL-STD-461G test procedure CS101 (30 Hz to 150 kHz), or equivalent.
    12.3 The GPS Anti-Jam Antenna must operate normally and withstand RF signals coupled onto the associated cabling in accordance with MIL-STD-461G test procedure CS114 (10 kHz to 200 MHz), or equivalent.
    12.4 The GPS Anti-Jam Antenna must operate normally and withstand RF signals coupled onto the associated cabling in accordance with MIL-STD-461G test procedure CS115 (30Hz), or equivalent.
    12.5 The GPS Anti-Jam Antenna must operate normally and withstand damped sinusoidal transients coupled onto the associated cables and power leads in accordance with MIL-STD-461G test procedure CS116 (10 kHz to 100 MHz), or equivalent.
    12.6 The GPS Anti-Jam Antenna must not exceed the specified levels for electric field emissions from the device and its test cabling in accordance with MIL-STD-461G test procedure RE102 (2 MHz to 18 GHz) for Army Ground applications, or equivalent, as limited to an upper frequency limit of 10 GHz for Army applications.
    12.7 The GPS Anti-Jam Antenna with its supplied test cabling must operate normally and withstand electric fields in accordance with MIL-STD-461G test procedure RS103 (2 MHz to 18 GHz) for Army Ground applications, or equivalent, as limited to an upper frequency limit of 10 GHz for Army applications.
    _____________________________________
    13. Electrostatic Discharge
    13.1 The GPS Anti-Jam Antenna must meet Electrostatic Discharge (ESD) Human Body Model (HBM) requirements for 2000-3999 Volts as per MIL-STD-1686C, ESD HBM class 2 (2000-3999V), or equivalent.
    ********************************************************************
    Requirements for the GPS Anti-Jam Antenna Engineering Cable Set:  
    
    1. RF Cable (Qty 2): The RF Cable must be double shielded 50 Ohm coaxial cable to connect the GPS Anti-Jam Antenna to a military GPS receiver (e.g. DAGR). One end of the cable connects to the GPS Anti-Jam Antenna RF port. The other end terminates with a 50 Ohm standard SubMiniature version A (SMA) male connector.
    2. Serial Cable (Qty 2): The Serial Cable must connect the GPS Anti-Jam Antenna to a Windows-based computer to exploit the antenna data services. One end of the cable connects to the GPS Anti-Jam Antenna RS-232 serial data port. The other end terminates with a DE-9 Serial data plug (male-ended).
    3. Power Cable (Qty 2): The Power Cable must permit the GPS Anti-Jam Antenna to be powered from an alternating current (AC) power source with a voltage range of 100 to 240 VAC and a frequency range of 50 to 60 Hz. One end of the cable connects to the GPS Anti-Jam Antenna power port. The other end terminates with a NEMA 5-15P AC plug which fits into a standard Canadian AC power source (i.e. wall socket).
    
    6. Justification for the Pre-Identified Supplier
    - Canada intends to award a contract to NovAtel Inc., Calgary, AB, Canada, as it has been identified as a Sole-source vendor of the GAJT-710ML. The GAJT-710ML is the only known product meeting all the mandatory requirements mentioned above. It is the only known product on the market with 7 elements (1 Primary & 6 Auxiliary Antennas) and is compatible with the GPS DAGR and LAV III OPVs.
    - NovAtel Inc. is the Original Equipment Manufacturer (OEM) and owns the Intellectual Property (IP) incorporated in the GAJT product including the use of four U.S Patents (US 6445354 B1, US 6452560 B2, US 6466177 B1, US 7250916 B2).
    
    7. Government Contracts Regulations Exception(s) 
    Section 6(d) of the Government Contract Regulations is being invoked in this procurement as only one person or firm is capable of performing the contract.
    
    8. Exclusions and/or Limited Tendering Reasons 
    The following exclusion(s) and/or limited tendering reasons are invoked under the:
    - The Canadian Free Trade Agreement applies and the limited tendering strategy is in accordance with Article 513 para 1 (b) (ii); the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist due to the protection of patents, copyrights, or other exclusive rights;
    - The following agreements do not apply to products related to the Federal Supply Classification (FSC) 58:
      - World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Appendix 1, General Notes 1(c); 
      - North American Free Trade Agreement (NAFTA) - Annex 1001.2b - General Notes 1(c);
      - Canada-European Union Comprehensive Economic and Trade Agreement (CETA) - Annex 19-4 - Goods, 2.
    - The Comprehensive Land Claims Agreements (CLCA) do not apply because the delivery points do not fall within the geographic areas covered by the CLCAs.
    
    9. Ownership of Intellectual Property
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor. 
    
    10. Period of the proposed contract or delivery date  
    The initial deliverables must be received three months after the contract award date.
    
    11. Name and address of the pre-identified supplier 
    NovAtel Inc. 
    1120-68th Avenue N.E., 
    Calgary, Alberta, Canada
    T2E 8S5
    
    12. 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.
    
    13. 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.
    
    14. Inquiries and submission of statements of capabilities
    Please submit statements of capabilities or inquiries to:
    
    Ajida Mujkic
    Public Services and Procurement Canada
    Acquisitions Branch
    Land and Air Equipment Procurement & Support Sector
    Defence Communications Division (QD)
    11 Laurier Street
    Place du Portage, Phase III, 8C2
    Gatineau, Quebec, Canada K1A 0S5
    
    Telephone:  (819) 420-0886
    E-mail:   ajida.mujkic@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

    • Canadian Free Trade Agreement (CFTA)

    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

    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
    Mujkic, Ajida
    Phone
    (819) 420-0886 ( )
    Email
    ajida.mujkic@tpsgc-pwgsc.gc.ca
    Fax
    () -
    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

    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
    Alberta
    Procurement method
    Competitive – Open Bidding

    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: