Mercury Global - Strategic Deployable Terminals

Solicitation number W8474-15MG22/B

Publication date

Closing date and time 2015/11/30 14:00 EST

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    1. PURPOSE
    
    This Industry Consultation process seeks information from
    industry on its interest, capacity and ability to produce and
    deliver the systems that meet the requirements for the Canadian
    Armed Forces (CAF) Mercury Global (MG) Strategic Deployable
    Terminals (SDT). The Industry Consultation process provides
    industry the opportunity to give feedback on the procurement and
    In-Service Support (ISS) strategy and to solicit from industry
    feedback on their ability to support the MG SDT procurement and
    follow-on ISS.
    
    The information gathered through this Industry Consultation
    process will be used by Canada to assist in the development of a
    Request for Proposal (RFP) for the implementation of the MG SDT
    procurement.
    
    2. BACKGROUND
    
    The Department of National Defence (DND) has entered into an
    agreement with the United States (US) Department of Defence
    (DOD) and its allies, granting it access to the Wideband Global
    Satellite (WGS) system until 2031. The US requires that all
    terminals operating on the WGS system be WGS certified by the US
    DOD. DND has recently announced a procurement and support
    contract to Design and Build (DAB), and provide ISS for seven MG
    Anchor Stations (AS) that will provide a point of entry for
    deployed MG SDTs to provide a National Rear Link (NRL) for
    Command and Control.
    
    The goal of the SDT portion of the MG project is to procure
    Military Satellite Communications (MILSATCOM) terminals that
    will be the in-theatre component of the NRL, connecting deployed
    Headquarters (HQ) with National HQ.
    
    User terminals are outside the scope of the MG Project. User
    terminals are SATCOM terminals that are or will be used by the
    Royal Canadian Navy (RCN), Canadian Army (CA), Royal Canadian
    Air Force (RCAF), Canadian Special Operations Forces Command
    (CANSOFCOM), and other CAF operational user groups. They provide
    SATCOM links (commercial, WGS, or other military SATCOM links)
    between deployed units and their respective HQs (i.e.
    intra-theatre), or among deployed units in sub networks (i.e.
    tactical usage). The user terminals can be attached to mobile
    platforms such as ships, aircraft, and land vehicles, or even
    hand carried.
     
    This RFI seeks to obtain a view of the prevailing market for
    Military Commercial off the Shelf (MILCOTS) X-band and Ka-band
    terminal products certified to operate over the WGS
    constellation. This is composed of a family of terminals along
    with training and ISS components in order to deliver a complete
    and comprehensive solution.
    
    3. REQUIREMENTS
    
    The following details highlight Canada's initial high-level
    vision of requirements for the Mercury Global SDT. As this RFI
    is the first step in engaging industry in the development and
    definition of the requirements, such requirements may be revised
    pending alternate solutions and discussions that take place
    during the RFI and any subsequent industry engagement process.
    
    The SDT will be a suite of SATCOM terminals that provide a
    global Internet Protocol (IP) point of presence via the WGS
    constellation. DND seeks to fully support a variety of CAF
    missions via the WGS system through the purchase of three (3)
    different types of SDTs. The intent is to derive the three types
    from a similar technological familyand original equipment
    manufacturer (OEM) in order to best utilize limited support
    resources. The MG constellation will allow the CAF to have a
    common fleet of SDTs that in turn provide it with a common
    training, operation and maintenance program, reducing costs over
    the life of the MG SDT program. The three types or sizes of SDTs
    address two key criteria; transportability and maximum WGS
    bandwidth efficiency.
    
    4.  REQUEST FOR INFORMATION
    
    The MG Project Team is seeking responses from industry for
    challenges involving the proposed acquisition strategy and
    delivery of the SDT contract. In turn, an Industry Day
    information session was scheduled to pose and address questions
    regarding this RFI.
    
    Responses to this RFI were requested on orbefore 16 February
    2015.
    
    5. INDUSTRY DAY 
    
    The MG Project Team held an Industry Day information session to
    provide Industry with general information on the MG SDT
    procurement project, and obtain industry comments on the RFI.
    One-on-one meetingswere held following the Industry Day
    information session. The Industry Day was held on 3 March 2015.
    The terms and conditions applicable to this engagement process
    are stated in Attachment 1  Rules of Engagement Participation
    Agreement of the RFI.
    
    In order to facilitate the one-on-one meetings, industry was
    encouraged to provide written comments and recommendations on
    the RFI as well as any additional topics industry wished to
    discuss.
    
    Attendance at the Industry Day was not required in order to
    submit a response to any follow-on RFP.
    
    6.   INDUSTRIAL AND TECHNOLOGICAL BENEFITS
    
    The Industrial and Regional Technological Benefits Policy,
    including Value Proposition may apply to these procurements.
    Vendors are encouraged to review theValue Proposition Guide,
    located on the Industry Canada website
    (http://www.ic.gc.ca/eic/site/086.nsf/eng/h_00005.html), to
    familiarize themselves with the requirements.
    
    Vendors were requested to provide a response to the following
    questions related to the Value Proposition criteria:
    
    a.  Where do you see the economic opportunities for your company
    to undertake work directly related to these procurements?
    
    b.  Are these areas of opportunity already established in Canada
    or do these areas require investment?
    
    c.  To what extent would Canadian suppliers be able to
    participate directly in these areas of opportunity?
    
    d.  How would work in the areas outlined above position you and
    your suppliers for future export opportunities?
    
    e.  To what extent do you propose to undertake R&D activities
    related to this procurement? What would you anticipate will be
    the proportion of R&D activities performed internally or
    externally? Is there scope for post-secondary institutions to be
    involved?
    
    f.  Other areas of economic opportunity: Where do you see
    strategic opportunities for Canada that could be leveraged as a
    result of these procurements in the defence sector or in other
    economic sectors?
    
    7.  DRAFT DOCUMENTATION
    
    Draft documentation was made available starting on 10 September
    2015 in order to allow further questions and discussions
    regarding the requirement and enhance industry's contributions
    to the development of the RFP.
    
    Participation in the Draft documentation process is not required
    in order to submit a response to any follow-on RFP.
    
    8. INDUSTRY CONSULTATION MEETINGS
    
    The MG Project Team welcomes the opportunity to hold one-on-one
    meetings, either in person or by teleconference, with interested
    vendors at their request. In person meetings will occur at
    government facilities within the National Capital Region.
    Meetings will be held at a date and time agreeable to both MG
    Project team and the vendor. Meetings may be held at the
    vendor's facilities at the sole discretion of the MG Project
    team. To arrange a meeting, please contact the Procurement
    Authority listed below.
    
    All substantive and non-proprietary questions and answers
    discussed during these meetings will be noted and made available
    to all vendors participating in the Industry Consultation
    Process. Questions may be edited so that the proprietary nature
    of questions is eliminated. 
    
    Participation in one-on-one meetings is not required in order to
    submit a response to any follow-on RFP.
    
    9. NOTES TO INTERESTED FIRMS
    
    This Industry Consultation process is not a bid solicitation and
    a contract will not result from this request.
    
    Potential respondents are advised that any information submitted
    to Canada in response to this Industry Consultation process may
    be used by Canada in the development of a subsequent competitive
    RFP. However, the Government is not bound to accept any
    Expression of Interest or to consider it further in any
    associated documents such as a RFP.  
    
    Theissuance of this Industry Consultation process does not
    create an obligation for Canada to issue a subsequent RFP, and
    does not bind Canada legally or otherwise, to enter into any
    agreement or to accept any suggestions from organizations.
    Canada reserves the right to accept or reject any or all
    comments received.
    
    There will be no short listing of firms for purposes of
    undertaking any future work, as a result of this request.
    Similarly, participation in this Industry Consultation process
    is not a condition or prerequisite for participation in any
    RFP(s).
    
    Companies participating in this Industry Consultation process
    should identify any submitted information that is to be
    considered as either company confidential or proprietary.
    
    All enquiries and other communications related to this Industry
    Consultation process shall be directed exclusively to the PWGSC
    Procurement Authority.
    
    10.   PROCUREMENT AUTHORITY
    
    All enquiries and other communications related to this Industry
    Consultation process shall be directed to the Procurement
    Authority as follows:
    
    Mark Thorsley
    Supply Team Leader
    Acquisitions Branch
    Public Works and Government Services Canada (PWGSC)
    Procurement Directorate 11 Laurier Street
    Gatineau, Quebec K1A 0S5
    
    Telephone: 613-947-5960 (Woodline), 819-956-1772 (Portage)
    Fax: (819) 997-2229
    E-mail address: mark.thorsley@tpsgc-pwgsc.gc.ca
    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)
    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
    Thorsley, Mark
    Phone
    (819) 956-1772 ( )
    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
    002
    French
    9
    002
    English
    56
    001
    French
    4
    001
    English
    55
    000
    French
    7
    000
    English
    108

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

    Summary information

    Notice type
    Request for Information
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.