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)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Wetscher, Stefan
- Phone
- (819) 956-5772 ( )
- Fax
- (819) 956-5650
- Address
-
11 Laurier St. / 11, rue Laurier
8C2, Place du PortageGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Royal Canadian Mounted Police
- Address
-
73 Leikin DrOttawa, Ontario, K1AOR2Canada
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.