SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

All Domain Space Agile Radars

Solicitation number W7714-227990/A

Publication date

Closing date and time 2022/12/28 14:00 EST


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    MDA GEOSPATIAL SERVICES INC.
    13800 Commerce Parkway
    Richmond British Columbia
    Canada
    V6V2J3
    Nature of Requirements: 
    
    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 Definition of the requirement 
    
    The Space-Based Radar (SBR) group of the Radar Sensing & Exploitation (RSE) section at Defence Research and Development Canada (DRDC) Ottawa has been involved in the research and development of space Moving Target Indication (MTI) Synthetic Aperture Radar (SAR) since late 1990s, with its first successful demonstration of Ground MTI (GMTI) from space in 2008. This demonstration was conducted using Moving Object Detection EXperiment (MODEX) modes that were developed by the SBR group and implemented on RADARSAT-2 by MacDonald Dettwiler Associates (MDA), the satellite’s manufacturer. 
    
    The MODEX capability was enabled by a two-aperture RADARSAT-2 SAR system and has since been extended to include ScanSAR MTI, High-Resolution Wide-Swath (HRWS), and Dual-Polarization MTI. These advanced beam modes were all developed in collaboration with MDA.
    
    The SBR group continues to focus on the development of advanced MTI modes on both RADARSAT-2 and RADARSAT Constellation Mission (RCM) satellites, and plans to begin the engineering design and performance analysis of future space MTI-SAR systems in preparation for the next-generation RADARSAT follow-on missions.
    
    DRDC has a requirement for engineering support services on an "as and when requested" basis to support space radar experimentation of the SBR group and Department of National Defence (DND)/Canadian Armed Forces (CAF) client project activities related to space-based radar. 
    
    
    1.0 TASKS
    
    From a general perspective, under the terms of this Task Authorization Contract, the Contractor will be required to perform work from some or all of the following task categories, on an as and when required basis. Some Task Authorizations may involve significant workload over a short duration, and may also run concurrently with other tasks. Also, sub-tasks in each task category may be requested separately under different Task Authorizations, depending on factors such as funding availability, Change Request (CR) approval by the operator of RCM satellites, etc. Resource requirements for specific Task Authorizations are expected to vary depending on the scope of the requirement. It is expected that these tasks may include any of the following classes of support as described below.
    
    1.1 Development of New Beam Modes on RADARSAT-2 and RCM Satellites: 
    
    The Contractor shall carry out (but not be limited to) the following tasks:
    
     1.1.1 The Contractor shall investigate the feasibility of implementing new beam modes on RADARSAT-2 and RCM, propose methods of implementation, and provide a rough order of magnitude (ROM) cost estimate for the implementation.
    
     1.1.2 The Contractor shall design the new modes on RADARSAT-2 and RCM.
    
    1.1.3 When implementing the beam modes on RCM, the Contractor shall conduct impact/risk assessments on overall satellite missions/operations.
     
    1.1.4 The Contractor shall assist in acquiring test data and debugging the new beam modes.
     
    1.1.5 The Contractor shall implement the new beam modes on RADARSAT-2 and RCM.
     
    1.1.6 The Contractor shall create, update, or upgrade the Pre-Processor Module (PPM) software to pre-process raw data collected using the new modes.
    
    
    1.2   RADARSAT-2 and RCM Trials
     
    The Contractor shall support trials/experiments involving RADARSAT-2 and RCM satellites including, but not limited to:
     
    1.2.1 The Contractor shall assist in bistatic SAR trials with RADARSAT-2 as the transmitter and RCM as the receiver.
     
    1.2.2  The Contractor shall assist in space-object SAR imaging trials with RADARSAT-2 as the imaging radar and RCM as the target.
     
    1.2.3 The Contractor shall assist in experimental planning and support test data collections using RADARSAT-2 and RCM.
     
    Note: For 1.2.1 and 1.2.2, the Contractor will need both RADARSAT-2 and RCM to be used concurrently to perform the necessary trials.
     
     1.3 The Next-Generation Space Multi-Aperture SAR - Engineering Design and Performance Modeling
     
      The Contractor shall provide engineering design and modeling of a future multi-aperture digital SAR system. This could include but is not limited to: 
     
     (a) On-board processing requirements for real-time detection of surface and air targets; 
     (b) Multi-Aperture SAR antenna design requirements: power, size, # of apertures, etc.; 
     (c) Achievable maximum ground swaths; and 
     (d) ROM cost estimate of building the system using current and projected technologies.
     
    1.4   SAR Systems Design and Development
    
      The Contractor shall provide design, development and documentation of future space digital SAR systems or sub-systems (hardware and software). At the minimum, the design and development of sub-systems must include a multi-aperture capability on the future systems.
    
    
    2.0 DELIVERABLES
    
    The deliverables to be created and submitted by the Contractor, will be detailed in each Task Authorization and must be provided to the Technical Authority in accordance with the provisions of the task authorization and in accordance with the schedule therein. The conditions of acceptance for the deliverables, and how they must be submitted, will be detailed in each task, and must all be to the satisfaction of Canada.
    
    Although this is not an exhaustive list, the Contractor may create and submit deliverables of the following types:
      
      System Requirements Specification (SRS)
    Software Design Document (SDD)
    Software and System User’s Manual (SUM)
    Integration and Acceptance Test Plan (IATP)
    SAR Raw Data Processing Software
    Technical Reports
    Monthly Progress Reports
    
    
    
    
    
    
    
    3.0  Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    
    o Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements: 
    
    The following details the specific project tasks, their effort in person-days, and the deliverables they contribute to. The schedule is defined in terms of the number of hours per year after the project start 
    date.
    
    Labour Category:  Intermediate Software Developer/Analyst 
    Minimum Experience: 
    Education: 
    Must hold a Bachelor’s or Master’s Degree in Computer Science, Mathematics, Physics, or Engineering
    Experience:
    Minimum 5 years of experience in the design, implementation and documentation of complex radar signal processors for SAR and maritime surveillance using C/C++ and MATLAB.
    Est. Hours per Year:  960
    
    Labour Category: Senior Software Developer/Analyst      
    Minimum Experience:
    Education:
    Must hold a Master’s or PhD Degree in Computer Science, Mathematics, Physics, or Engineering
    Experience:
    Minimum 10 years of experience in the design, implementation and documentation of complex radar signal processors for SAR and maritime surveillance using C/C++ and MATLAB, and development of SAR processing algorithms and software for RADARSAT-2 or RCM.
    Est. Hours per Year:  500
    
    Labour Category:  Intermediate Engineer                        
    Minimum Experience:  
    Education:
    Must hold a Bachelor’s or Master’s Degree in Applied Science or Engineering.
    Experience:
    Minimum 5 years of experience in complex satellite imaging systems, including understanding of SAR system hardware and implementation on space-based platforms, development of operational beam modes and beam definitions for RADARSAT-2 or RCM.
    Est. Hours per Year:  2000
    
    Labour Category:  Senior Engineer                                 
    Minimum Experience:  
    Education:
    Must hold a Master’s or PhD Degree in Applied Science or Engineering.
    Experience:
    Minimum 10 years of experience in complex radar satellite imaging systems, including understanding of SAR system hardware and implementation on space-based platforms, developing operational beam modes and beam definitions, designing and carrying out complex payload updates for RADARSAT-2 or RCM, and designing and developing multi-aperture SAR antenna systems. 
    Est. Hours per Year:  1700
    
    Labour Category:  Project Manager
    Minimum Experience:  
    Education:
    Must hold a Bachelor's or Master’s Degree in Business Management, Science, or Engineering.
    Experience:
    Minimum 5 years of experience that includes, but is not limited to, managing engineering projects, financial budgeting, forecasting and regular reporting, coordinating of personnel, project planning and scheduling of work breakdown elements, and monitoring of their progress, and monthly reporting of all elements of the project to the client, with recommendations on the way forward.
    Est. Hours per Year:  250
    
    
    
    4. APPLICABILITY OF THE TRADE AGREEMENT(S) TO THE PROCUREMENT 
    
    This procurement is NOT subject to the following trade agreement(s):
    
    Canadian Free Trade Agreement (CFTA); Article 513 1.(b)(f) - if a procuring entity procures a prototype or a first good or service that is developed in the course of, and for, a particular contract for research, experiment, study, or original development. 
    
    Canada - European Union Comprehensive Economic and Trade Agreement (CETA); Article 19.12 Limited Tendering, section 1.f. if a procuring entity procures a prototype or a first good or service that is developed at its request in the course of, and for, a particular contract for research, experiment, study or original development.
    
    Revised World Trade Organization Agreement on Government Procurement (WTO-AGP); Article XIII Limited Tendering, 1. f) where a procuring entity procures a prototype or a first good or service that is developed at its request in the course of, and for, a particular contract for research, experiment, study or original development.
    
    Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP); Article 15.10 Limited Tendering, 2. (e) if a procuring entity procures a prototype or a first good or service that is intended for limited trial or that is developed at its request in the course of, and for, a particular contract for research, experiment, study or original development. 
    
    Canada - Chile Free Trade Agreement (CCFTA); Article Kbis-09, Tendering Procedures, 1.e. where an entity procures a prototype or a first good or service that is developed at its request in the course of, and for, a particular contract for research, experiment, study, or original development.
    
    Canada - Colombia Free Trade Agreement; Article 1409:  Limited Tendering, 1. Where a procuring entity procures a prototype or a first good or service that is developed at its request in the course of, and for, a particular contract for research, experiment, study or original development.
    
    Canada - Honduras Free Trade Agreement; Article 17.11:  Limited Tendering, 2. (e) a procuring entity procures a prototype or a first good or service that is developed at its request in the course of, and for, a particular contract for research, experiment, study or original development.
    
    Canada - Korea Free Trade Agreement; the services are not covered under Annex 14-C, Schedule of Canada 
    
    Canada - Panama Free Trade Agreement; Article 16.10:  Limited Tendering, 1. a procuring entity procures a prototype or a first good or service that is developed at its request in the course of, and for, a particular contract for research, experiment, study or original development.
    
    Canada - Peru Free Trade Agreement (CPFTA); Article 1409:  Limited Tendering, 1. (e) where a procuring entity procures a prototype or a first good or service that is developed at its request in the course of, and for, a particular contract for research, experiment, study or original development. 
    
    Canada - United Kingdom Trade Continuity Agreement (Canada-UK TCA); Article 19.12 Limited Tendering, section 1.f. if a procuring entity procures a prototype or a first good or service that is developed at its request in the course of, and for, a particular contract for research, experiment, study or original development.
    
    Canada - Ukraine Free Trade Agreement (CUFTA); Article 10.13:  Limited Tendering, 1. (f) if a procuring entity procures a prototype or a first good or service that is developed at its request in the course of, and for, a particular contract for research, experiment, study or original development.
    
    5.  CANADIAN CONTENT POLICY 
    
    The Canadian Content Policy applies to this requirement. 
    
    
    
    
    
    
    5. JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER 
    
    McDonald Dettwiler and Associates Ltd. (MDA) is currently under the contract with the CSA to operate the RCM spacecraft, and is the manufacturer of RADARSAT-2 and RCM satellites. As such, the technical information and tools required to perform the tasks, such as to develop data pre-processor modules and new beam modes, are proprietary and not in the public domain. Also, MDA is the only entity capable of up-linking these new beam mode programs onto the satellite, as they are the owners of the ground-station infrastructure that is required to downlink and unpack the measured imagery.
    
    Furthermore, DRDC currently operates three Pre-Processor Modules (PPM) for processing SAR raw data. These were developed under previous contracts with MDA for processing data collected from RADARSAT-2 and RCM satellites and will not be compatible with other systems. This sole source contract is linked to the previous procurement W7714-135828/001/SV Task 21 and Task 24, and W7714-207232/001/SL. MDA is the only supplier that has the technical/proprietary information and tools required to further develop the RCM Pre-Processor Modules.
    
    
    6. GOVERNMENT CONTRACTS REGULATIONS EXCEPTION(S) 
    
    The following exception(s) to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work").  MacDonald Dettwiler Associates (MDA) is the owner and operator of the RADARSAT-2 satellite. MDA also owns the exclusive proprietary rights to Pre-Processor Module (PPM) software.Canada will have licenses to Intellectual Property Rights in Foreground and Background Information.
    
    7. OWNERSHIP OF INTELLECTUAL PROPERTY 
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    
    8. PERIOD OF THE PROPOSED CONTRACT OR DELIVERY DATE : 
    
    The proposed contract is for a period of 3 years, from Date of Award to December 15, 2025 . The contract includes two (2) one (1) year options to extend the contract period" 
    Option Period 1: 16 December 2025 - 16 December 2026
    Option Period 2: 17 December 2026 - 17 December 2027
    
    9. NAME AND ADDRESS OF THE PRE-IDENTIFIED SUPPLIER :
    
    MDA Systems Ltd., 13800 Commerce Parkway, Richmond, BC V6V 2J3
    
    
    10. 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.
    
    
    11.CLOSING DATE FOR A SUBMISSION OF A STATEMENT OF CAPABILITIES 
    
    The closing date and time for accepting statements of capabilities is December 28, 2022 at 2:00 p.m. EST. 
    
    Inquiries and submission of statements of capabilities Inquiries and statements of capabilities are to be directed to: 
    Annick Monfette, Spécialiste en approvisionnements/ Supply Specialist , 
    Direction des achats innovateurs (DAI)/ Innovation Procurement Directorate (IPD)
    Services Publics et Approvisionnement Canada (SPAC) / gouvernement du Canada
    Public Services and Procurement Canada (PSPC) / Government of Canada?? annick.monfette@tpsgc-pwgsc.gc.ca ? 873-355-1907
    
    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

    • No trade agreements are applicable to this solicitation process

    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

    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
    Monfette, Annick
    Phone
    (873) 355-1907 ( )
    Email
    annick.monfette@tpsgc-pwgsc.gc.ca
    Address
    Les Terrasses de la Chaudière
    10, rue Wellington, 4e étage
    Gatineau, Quebec, 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
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding

    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: