HADCS ISS

Solicitation number W6369-230345/A

Publication date

Closing date and time 2023/04/21 15:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Raytheon Canada Limited/Raytheon Canada limitée
    440 Phillip Street
    Waterloo Ontario
    Canada
    N2L5R9
    Nature of Requirements: 
    
    HADCS ISS
    
    W6369-230345/A
    Lomas, Robert
    Telephone No. +1 (613)404-4639
    
    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 Department of National Defence (DND) has a requirement to provide equipment and In-Service Support (ISS) to the High Arctic Data Communication System (HADCS) Microwave (MW) repeater systems.  The work will involve manufacturing of existing MW radio modules, extension of current designs to address obsolescence and extend the 2 gigahertz (GHz) MW system service life, repair of operational hardware, and provision of logistics support services such as training, field service support, and documentation.
    
    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 it meets the following requirements using equipment that is currently commercially and readily available: 
    a.  Experience in designing, manufacturing and commissioning of highly robust MW Line of Sight (LoS) repeater systems in the last 10 years, successfully operating continuously for more than 18 consecutive months in a High Arctic environment, latitude 80ºN or higher.
    b.  Experience in design, manufacturing, repairing and/or refurbishing, sustainment, and obsolescence management of MW repeater systems technologically equal to or greater than the existing HADCS MW repeater systems of the following minimum critical design specification:
    i.  Propagation availability: The repeater system must provide an end-to-end full duplex data rate of 14.0 Mega bit per second (Mbps) or higher at a bit error rate (BER) of 1 x 10-7 or better, with a propagation availability of 99.9% or better under un-faded conditions;
    ii.  Hardware Reliability: a minimum of 99.5% availability for remote site equipment;
    iii.  Temperature Range: The remote site subsystem must operate and meet BER requirements between a temperature range of -40 degrees (°) Celsius (C) to +30° C. The terminal site equipment must operate and meet BER requirements over a temperature range of 0°C to +30°C;
    iv.  Operation in 900 MHz or 2 GHz frequency;
    v.  Effects of interference on energy per bit to spectral noise density (Eb/N0) is less than 0.2 dB;
    vi.  No single point of failure in Radio Frequency (RF) equipment; and
    vii. Current draw not to exceed 2 Ampere (2 GHz), 3 Ampere (900 MHz).
    c.  Any interested supplier must demonstrate by way of a statement of capabilities that their deployed MW LoS repeater systems are designed for:
    i. Uncrewed operation;
    ii. Ultra high reliability and system availability;
    iii. Ultra-low power consumption, less 35 Watts (900 MHz) and 25 Watts (2 GHz);
    iv. Survivability in very harsh High Arctic environment; 
    v. Internal redundancy; and
    vi. Remote monitoring and control of repeater system.
    
    4.  Applicability of the trade agreement(s) to the procurement
    
    This procurement is subject to the following trade agreement(s):
    1. Canadian Free Trade Agreement (CFTA)
    
    5.  Justification for the Pre-Identified Supplier
    Raytheon Canada Limited (RCL) is the Original Equipment Manufacturer (OEM) of the High Arctic Data Communication System (HADCS) 900MHz and 2GHz MW repeater systems and, to our knowledge, the only company capable of commercially and readily providing the highly robust MW repeater system designed for high arctic operation with the specifications as described in section 3. 
    Thus, according to the purchasing policies of Government Contracts, Public Services and Procurement Canada (PSPC) proposes to award the contract to RCL, the only company able to provide the required goods and services.
    
    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.  Exclusions and/or Limited Tendering Reasons
    The following exclusion(s) and/or limited tendering reasons are invoked under the:
    a. Canadian Free Trade Agreement (CFTA) - Article(s) 513: Limited Tendering
    1. Subject to paragraphs 2 and 3, and provided that it does not use this provision for the purpose of avoiding competition among suppliers or in a manner that discriminates against suppliers of any other Party or protects its own suppliers, a procuring entity may use limited tendering in the following circumstances:
    (b) if the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
    (iii) due to an absence of competition for technical reasons
    
    8.  Ownership of Intellectual Property
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    9.  Period of the proposed contract or delivery date
    The proposed contract is for a period of five years, with three one-year option periods.
    
    10.  Cost estimate of the proposed contract
    The estimated value of the contract, including option(s), is $16,720,000.00 (GST/HST extra).
    
    11.  Name and address of the pre-identified supplier
    Raytheon Canada Limited
    440 Phillip Street, Waterloo, Ontario, N2L 5R9
    
    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 and time for accepting statements of capabilities is April 24, 2023 at 2:00 p.m. EST.
    
    14.  Inquiries and submission of statements of capabilities 
    Inquiries and statements of capabilities are to be directed to:
    Robert Lomas
    Supply Team Leader | Chef d'équipe d'approvisionnement
    Direction générale de l’Approvisionnement maritime et de défense / Defence and Marine Procurement Branch
    Services publics et Approvisionnement Canada / Public Services and Procurement Canada
    Gouvernement du Canada / Government of Canada
    robert.lomas@tpsgc-pwgsc.gc.ca
    +1 613-404-4639
    
    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
    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
    Robert Lomas
    Phone
    (613) 404-4639 ( )
    Email
    amarinder.dhanoa@tpsgc-pwgsc.gc.ca
    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
    Alberta
    ,
    Nunavut Territory
    ,
    Quebec (except NCR)
    ,
    National Capital Region (NCR)
    Procurement method
    Non-Competitive