SOA FOR IRF3920 - RADIO TEST SET

Solicitation number M7594-160294/A

Publication date

Closing date and time 2015/09/03 14:00 EDT


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Government Objectives
    Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Testforce Systems Inc.
    235 Stafford Road West, Suite 107
    Ottawa Ontario
    Canada
    K2H9C1
    Nature of Requirements: 
    			Advance Contract Award Notice - M7594-160294
    
    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 Royal Canadian Mounted Police - Telecoms Divisions has a
    requirement for the supply of an Advanced Analog and P25 Digital
    Radio Test Set. The equipment must perform measurements and
    alignments on four (4) watt portable radios, twenty-five (25)
    watt mobile radios and one-hundred (100) watt repeaters within
    the VHF, UHF and 700/800 MHz range.  
    
    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 its equipment meets the following
    requirements: 
    
    1. 	P25 modulation measurements: C4FM modulation fidelity,
    symbol clock error, symbol 		deviation, power, frequency error,
    symbol distribution plot, TX BER and RX BER. 
    
    2. 	Must include the Improve Multi-Band Excitation (IMBE)
    vocoder to allow for encode 		and decode of live audio. 
    
    3. 	Must include the AES P25 Encryption feature to allow for the
    encryption and decryption 		of the voice frames. 
    
    4. 	Must have the interface with the Motorola KVL-3000
    keyloader, so that a user can 		generate AES keys from the
    Motorola Key Variable Loader (KVL) into the P25 radio test 	set. 
    
    5. 	Must include the P25 Trunking functions including the
    ability simulate a P25 control 		channel, emulate network
    initiated calls (Repeater to Subscriber) and accept user
    initiated 	calls (Subscriber to Repeater). Must have the ability
    to handle 3 or more radio 			simultaneously for registration and
    affiliation on the control channel and support unit to 		unit
    calls in addition to group calls.  Must also provide the ability
    to add adjacent channel 		broadcast and secondary control
    channel broadcast messages to the control channel 		messaging
    for testing of radio repeater handovers.
    
    6. 	Must include the Motorola Smartnet/Smartzone trunking
    capability.
    
    7. 	Must include Control Channel logger feature, allowing for
    the capture of data from the 		P25 trunking control and voice
    channel. 
    
    8. 	Must include the feature to capture P25 messages, provide
    analysis of P25 data off-air 		from portables, mobiles or
    repeaters and verifies that it compliant to P25 standards. 
    
    9. 	Must include the Auto Alignment and Auto Test Feature. The
    feature automatically aligns 	the reference oscillator,
    deviation balance; power adjustments, symbol deviation and front
    	end filter alignment. The Auto P25 testing will measures the
    power, receiver Bit Error 		Rate (BER), transmitter BER, C4FM
    modulation fidelity, symbol deviation, RF error and 		document a
    pass / fail report.
    
    4.	Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreement(s): 
    - Agreement on Government Procurement (WTO-AGP)
    -  North American Free Trade Agreement (NAFTA)
    -  Agreement on Internal Trade (AIT)
    
    5.	Set-aside under the Procurement Strategy for Aboriginal
    Business 
    	
    N/A
    
    6.	Comprehensive Land Claims Agreement(s) 
    	
    N/A
    
    7.	Justification for the Pre-Identified Supplier 
    
    Only TestForce can supply the Aeroflex IFR3920. The IFR3920 is
    the only P25 radio test set that provides the IMBE vocoder, AES
    encryption & KVL key loader, Smartnet/Smartzone, P25 trunking,
    control channel logger, P25 message logging and auto
    test/alignment.
    
    8.	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. 
    
    9.	Exclusions and/or Limited Tendering Reasons 
    
    The following exclusion(s) and/or limited tendering reasons are
    invoked under the (section of the trade agreement(s) specified): 
    - This requirement subject to the provisions of the World Trade
    Organization - Agreement on Government Procurement (WTO-AGP) but
    is exempt as per Article XV: Limited Tendering - Section (b).
    - This requirement is also subject to the provisions of the
    North American Free Trade Agreement (NAFTA), but is exempt as
    per Article 1016: Limited Tendering Procedures - Section 2 (b),
    - The Agreement on Internal Trade (AIT) applies to this
    requirement but is exempted as per Article 506 Procedures for
    Procurement - Section 12(b)
    
    10.	Ownership of Intellectual Property 
    
    N/A
    
    11.	Period of the proposed contract or delivery date 
    
    The proposed contract is for a period of three (3) years, from
    September 15th 2015 to March 31st 2018. The contract includes
    two-one year option periods.
    
    12.	Cost estimate of the proposed contract 
    
    Price is not provided as it could compromise the pre-identified
    supplier's competitive position if the requirement proceeds to a
    traditional or electronic bidding process.
    
    13.	Name and address of the pre-identified supplier 
    
    Testforce Systems Inc.
    235 Stafford Road West, Suite 107
    Ottawa, Ontario
    K2H9C1
    Canada	
    
    14.	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.
    
    15.	Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of
    capabilities is September 3, 2015 at 2:00 p.m. EST). 
    
    
    
    16.	Inquiries and submission of statements of capabilities
    Include the name, position, 		address, phone, fax and e-mail
    address where suppliers may inquire or submit a 		statement of
    capabilities. 
    
    Stefan Wetscher
    Intern Officer
    Electronics, Munitions and Tactical Systems Procurement
    Directorate
    11 rue Laurier, Place du Portage Phase III, 8C2
    Tel :	819 - 956 - 5772
    Email:	Stefan.wetscher@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

    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Wetscher, Stefan
    Phone
    (819) 956-5772 ( )
    Fax
    (819) 956-5650
    Address
    11 Laurier St. / 11, rue Laurier
    8C2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    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
    ,
    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 – Open Bidding
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature

    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: