Raytheon Type1 Encryption

Solicitation number E60QE-16CR05/A

Publication date

Closing date and time 2019/07/02 14:00 EDT


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Raytheon Canada Limited/Raytheon Canada Limitée
    919, 72nd Ave
    Calgary Alberta
    Canada
    T2E8N9
    Nature of Requirements: 
    
    A three year National Master Standing Offer (NMSO) is proposed to be negotiated with Raytheon Canada, Calgary, Alberta, sole Canadian distributor of:
     
    The KSV 22 Encryption Card, accessories and services. The KSV 22 Encryption Card is a Type1 encryption device.
    
    The KIV-7M Link Encryption Device, accessories and services. The KIV-7M is a High Assurance IP Encryptor Interoperability Specification (HAIPE IS) Compliant link encryptor.
    
    
    The NMSO will be for the supply, implementation and support of:
    
    KSV 22 Encryption Card, and
    KIV-7M Link Encryption Device.
    
    The above mentioned products are components of cryptographic security systems which meet stringent requirements established by government standards, government-approval processes, and security industry tests. The devices are the only devices that provide data protection up to
    and including Top Secret, that are approved by the Communications Security Establishment (CSE) for use within the government of Canada. All devices are Type1 Cryptographic products that are optimized for both tactical and strategic environments and are certified to protect critical networks and information classified Top Secret and below.
    
    In accordance with the directives for the application of Communications Security in the Government of Canada (ITSD-01) only cryptosystems that have been approved by Communications Security Establishment (CSE) will be used for the protection of classified information. Approved cryptography has been evaluated by CSE and considered to meet accepted criteria. This includes hardware, software and firmware implementations of cryptographic algorithms. Cryptography endorsed by collaborating allied national security authorities may be approved by CSE for use in specific, documented departmental applications. For a Statement of Capabilities to be accepted any product offered must be certified under the same stringent requirements listed above. A National Master Standing Offer will be offered to any company which can meet these qualifications.
    
    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
    Graham, Chris
    Phone
    (819) 420-1760 ( )
    Email
    christopher.graham@tpsgc-pwgsc.gc.ca
    Fax
    (819) 956-0636
    Address
    11 Laurier St. / 11, rue Laurier
    8C2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering