SAP Ariba system maintenance

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

  • Saturday, March 30 from 7:00 pm until 11:00 pm (Eastern Time) 

MEOSAR Ground Segment Phase 2

Solicitation number W8474-177351/A

Publication date

Closing date and time 2017/03/30 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: If 2+ bids offer Canadian goods/services other bids will not be considered
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Revision History
    
    Amendment 010 - This amendment is raised to answer questions posed by vendors.
    
    Amendment 009 - This amendment is raised to revise the solicitation and answer questions posed by vendors.
    
    Amendment 008 - This amendment is raised to revise the solicitation and answer questions posed by vendors.
    
    Amendment 007- This amendment is raised to revise the solicitation and answer questions posed by vendors.
    
    Amendment 006- This amendment is raised to answer questions posed by vendors.
    
    Amendment 005 - This amendment is raised to answer questions posed by vendors.
    
    Amendment 004 - This amendment is raised to revise the solicitation and answer questions posed by vendors.
    
    Amendment 003 - This amendment is raised to revise the solicitation.
    
    Amendment 002 - This amendment is raised to revise the solicitation and answer questions posed by vendors.
    
    Amendment 001 - This amendment is raised to revise the solicitation.
    
    
    1. SUMMARY
    
    COSPAS-SARSAT is the international programme that provides both the Search and Rescue Satellite Aided Tracking (SARSAT) distress beacon detectionsystem and coordinates Search and Rescue (SAR) organizations that assistpersons in distress.The SARSAT system uses both GeosynchronousEarth Orbit (GEO) satellites and Low Earth Orbit (LEO) satellites. COSPAS-SARSAT is augmenting its programme with Medium Earth Orbit (MEO) satellites equipped with Search and Rescue repeaters. This augmentedsystem is called Medium Earth Orbit Search and Rescue (MEOSAR).
    
    The current Canadian SARSAT system receives and processes distress beacon signals from all available LEO and GEO satellites at their respective Local User Terminals (LUTs). Alert data is transmitted to the Canadian Mission Control Centre (CMCC) servers located in Trenton, Ontario. CMCC is a fully redundant facility with a backupsite in Belleville, Ontario. Both sites are identical and one is always staffed on a 24 hours a day, 7 daysaweek (24/7) basis, 365 days a year.  
    
    TheDepartment of National Defence has been mandated to augment itsSARSAT Ground Segment (GS) system to include MEO-capable ground stations, allowing Canada to meet its obligations under the International COSPAS-SARSAT Programme Agreement (ICSPA).  
    
    Theobjectives of the resultant MEOSAR Ground Segment Phase II project are:
    1 - the design, build and commissioning of two Medium Earth Orbit Local User Terminals (MEOLUTs) withthe capability to provide coverage ofall of Canada’s Search and Rescue Area of Responsibility (SAR AOR), and integrate the MEOLUTs into theexisting OperationalCanadian Search and Rescue satellite infrastructure to provide a fully-operational system thatwill provide accurate and timelylocation of alert beacons to the Canadian Mission Control Centre (CMCC);and
    2 - to deliver In-Service Support (ISS) that will allow the management, control and maintenance of the above while maintaining full operationalcompliance with COSPAS-SARSAT andnational specifications.
    
    The period of the Contract is from date of contract to a maximum of three years to the successfulcommissioning and acceptance of both MEOLUTs, plus five years from date of authorization of In-Service Support, with an option to extend for an additional 5 years. 
    
    2. TRADE AGREEMENTS
    
    This procurement is not subject to any Comprehensive Land Claim Agreement (CLCA) nor has it been set-aside for Aboriginal Business under the federal government's Set-AsideProgram for Aboriginal Business.
    
    The requirement is subject tothe provisions of the Agreement on Internal Trade (AIT).
    
    3. CANADIAN CONTENTPOLICY
    
    The Canadian Content Policy applies to this competitive procurement; the procurement isconditionally limited to Canadian bidders. The requirements associated with this policy are addressed in the solicitation.
    
    4. SECURITY REQUIREMENT
    
    There is a security requirement associated with this procurement.
    
    The Contractor and/or any and all Subcontractors must be froma country within the North Atlantic Treaty Organization (NATO), the European Union (EU) or from a country with which Canada has an international bilateral industrial security instrument. The Contract Security Program (CSP) has international bilateralindustrial security instruments with the countries listed on the following PSPC website: http://ssi-iss.tpsgc-pwgsc.gc.ca/gvrnmnt/risi-iisr-eng.html.
    
    The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate(CISD), Public Works and Government Services Canada (PWGSC). The Contractor personnel requiring access to sensitive work site(s) must EACH hold avalid RELIABILITY STATUS, granted or approved by CISD/PWGSC. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC. 
    
    Foradditional information, consult Part 6 - Security and Financial Requirements and Part 7 - Resulting Contract Clauses.
    
    5. EVALUATION AND SELECTION METHODOLOGY
    
    Proposals will be evaluated against Mandatory and Point-Rated criteria.
    
    The responsivebid receiving the highest responsive combined rating of technicalmerit and price will be recommended for award of contract.
    
    6. CONTRACTING AUTHORITY
    
    The Contracting Authority (or delegated representative) is responsible for the management of the Request for Proposal and any resulting Contract. To ensure the integrity ofthe competitive bid process, enquiries and other communications regarding the Request for Proposal are to be directed ONLY to the Contracting Authority named below.
    
    Ashley Byrnes
    Supply Specialist
    Defense Space Projects Division
    Acquisitions Branch
    Public Services and Procurement Canada
    
    Telephone: 873-469-4453
    Fax: 819-997-2229
    E-mail address: ashley.byrnes@tpsgc-pwgsc.gc.ca
    DeliveryDate: Above-mentioned
    
    The Crownretains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.
    Delivery Date: Above-mentioned
    
    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
    Byrnes, Ashley
    Phone
    (873) 469-4453 ( )
    Fax
    (819) 997-2229
    Address
    11 Laurier St. / 11, rue Laurier
    11C1, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    010
    English
    64
    010
    French
    13
    009
    English
    42
    009
    French
    5
    008
    English
    35
    008
    French
    6
    007
    English
    42
    007
    French
    9
    006
    English
    34
    006
    French
    5
    005
    English
    37
    005
    French
    4
    004
    English
    41
    004
    French
    6
    003
    English
    44
    003
    French
    7
    002
    English
    51
    002
    French
    12
    001
    English
    65
    001
    French
    12
    000
    English
    234
    000
    French
    49

    Access the Getting started page for details on how to bid, and more.

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering

    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.

     

    Support

    Contact us directly, or find your answers using resource guides.

    Date modified: