STANAG 4586 COMPLIANT UAV CTRL SYST

Solicitation number W8476-123719/A

Publication date

Closing date and time 2012/08/08 14:00 EDT


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: 
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    CDL SYSTEMS LTD
    #269
    3553 31 Street NW
    Calgary Alberta
    Canada
    T2L2K7
    Nature of Requirements: 
    STANAG 4586 COMPLIANT UAV CONTROL SYSTEM
    W8476-123719/A
    
    Advance Contract Award Notice
    
    1.	General
    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.	Requirement
    The Department of National Defence (DND) has a requirement under
    the Family of Unmanned Air Vehicles (FUAV) sub-project of the
    Land Force Intelligence Surveillance, Target Acquistion, and
    Reconnaissance (LFISTAR) project to procure STANAG 4586
    Compliant Aircraft Control Software Suite.
    
    The mandatory requirement is that the sofware suite must be
    STANAG 4586 compliant, and have been field proven through a
    minimum of 10,000 sorties and 25,000 hours of operations
    conducted within the past five years. The software function will
    concentrate on the operation of the STANAG 4586 compliant
    aircraft and management of data to ensure the provision of
    persistent Electro-Optical and Infrared surveillance of the
    quality required to clearly identify Canadian Forces or other
    units. The software will also have the capability to manage
    additional payloads including, but not limited to, laser
    rangefinder, Night Vision Goggle compatible laser pointers,
    Synthetic Aperture Radar, Tactical Radio Relay, Electronic
    Support Measure, Chemical, biological, radiological and nuclear
    and additional payloads as and when they are developed and
    introduced for the small tactical unmanned systems. 
    
    The Contractor shall deliver 2 developmental software
    suites/licenses for three years of operations of UAS employed
    aircraft with a Gross Maximum Take-Off Weight not to exceed
    150kg. Each suite shall be accompanied by all publications and
    documentation required for the installation and operation of the
    development suites. The Contractor shall also deliver 26
    perpetual operational software suites for the operation of the
    UAS with a Gross Maximum Take-Off Weight not to exceed 150kg.
    Each suite shall be accompanied by all publications and
    documentation required for the installation and operation of the
    development suites.With an option to procure an additional 4
    Developmental and 20 Production Licenses.
    
     PWGSC intends to issue a contract to CDL Systems Ltd., the
    Original Equipment Manufacturer (OEM).  
    
    3.	Criteria for assessment of the Statement of Capabilities
    Any interested supplier must demonstrate and substantiate by way
    of a statement of capabilities that has the following mandatory
    capabilities:
    
    3.1	It's sofware suite is STANAG 4586 compliant, and has been
    field proven through a minimum of 10,000 sorties and 25,000
    hours of operations conducted within the past five years
    
    3.2	It has technical know-how of CDL Systems Ltd proprietary
    software.
    
    3.3	It is authorized by CDL Systems Ltd to upgrade proprietary
    sofware. 
    
    3.4	It is capable of delivering complete software suites with
    minimal disruption and downtime;  
    
    3.5	It has the technical know-how to resolve software related
    issues and deliver the solutions on "as and when requested
    basis";  
    
    3.6	It has following capabilities:
    
    ·	System Design and Development 
    ·	System Testing and Quality Assurance
    ·	System Maintenance and Support
    ·	Training personnel on CDL Systems Ltd proprietary software
    
    
    3.7	It is financially capable to undertake and deliver this
    program.
    
    3.8	It is capable of delivering all aspects of the requirements
    listed under Para 3 of this document; 
    
    3.9	It has carried out similar work in the recent* past for its
    other customers, whereby it has successfully installed CDL
    Systems Ltd proprietary software.
    
    Note: Recent is defined as in the last five years.
    
    4.	Trade agreements and/or other obligations
    
    This procurement is excluded from the following Trade Agreements:
    NAFTA:  The services required are related to FSC 5820 - GSIN
    JI5820C, which are excluded in accordance with North American
    Free Trade Agreement (NAFTA) Annex 1001.1b-2, Section B, Item J;
    WTO-AGP:  The services required are excluded in accordance with
    the World Trade Organization - Agreement on Government
    Procurement (WTO-AGP) Appendix 1, General Notes 1(c);
    CLCA:  The Comprehensive Land Claims Agreements (CLCA) do not
    apply because the delivery points do not fall within the
    geographic areas covered by the CLCAs. 
    This procurement is subject to the Agreement on Internal Trade
    (AIT):
    The Agreement on Internal Trade applies to this procurement. 
    The limited tendering strategy is in accordance with Article
    506.12. (a) as there is only one supplier who is able to meet
    the requirements of the procurement.  Specifically, in order to
    ensure compatibility with STANAG 4586 Compliant Unmanned
    Aircraft Control Software, the software can be supplied by only
    a particular supplier due to the Exclusive Rights of the
    supplier.
    
    5.	Government Contracts Regulations Exception and Limited
    Tendering Reason
    Canada intends to award this contract to CDL Systems Ltd as it
    has been identified as a Sole-source vendor that can provide the
    required software. CDL Systems Ltd. is the Original Equipment
    Manufacturer (OEM) and has the intellectual property rights for
    the software.  
    
    This meets the requirements for sole source procurement in
    accordance with GCR, part 1, article 6(d), where only one
    person/company is capable of performing the contract.
    
    6.	Ownership of Intellectual Property
    There will not be any intelectual property (IP) developed under
    this contract.  CDL Systems Ltd holds the IP rights for software
    and the IP rights will reside with CDL Systems Ltd.
    
    7.	Period of performance of the proposed contract 
    The contract period is for (four) 4 years from contract award
    date.
     
    8.	A cost estimate of the proposed contract
    Total cost of this contract is estimated at $1,200,000.00 CDN,
    HST Included.
    
    9.	Name and address of the proposed contractor
    	CDL Systems Ltd.
    	3553 31 Street NW
    	Calgary, Alberta
    	T2L-2K7
    	Canada
    
    10.	Suppliers' right to submit a statement of capabilities
    Suppliers who consider themselves fully qualified and available
    to provide the services and/or 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.
    
    11.	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.
    
    12.	Inquiries and submission of statements of capabilities
    Please submit statements of capabilities or inquiries to:
    
    
    Mr. Brent Sprigings
    Public Works and Government Services Canada
    Acquisitions Branch
    Electronics, Munitions and Tactical Systems Procurement
    Directorate 
    Defence Communications Division (QD)
    11, rue Laurier, Portage III, 8C2 #60, Gatineau (Québec), K1A
    0S5 
    brent.sprigings@tpsgc-pwgsc.gc.ca 
    Telephone (819) 956-7889 
    Fax (819) 956-0636
    
    
    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

    • Agreement on Internal Trade (AIT)

    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
    Sprigings, Brent
    Phone
    (819) 956-7889 ( )
    Fax
    (819) 956-0636
    Address
    11 Laurier St. / 11, rue Laurier
    8C2, Place du Portage, Phase III
    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
    Quebec (except NCR)
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: