Certifiable Airworthy Network Interface Card (CANIC)

Solicitation number W7714-135761/A

Publication date

Closing date and time 2013/02/14 14:00 EST


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Interchangeable Parts
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Edgewater Computer Systems, Inc.
    1125 Innovation Drive
    Ottawa Ontario
    Canada
    K2K3G6
    Nature of Requirements: 
    Certifiable Airworthy Network Interface Card (CANIC)
    
    
    W7714-135761/A
    Davidson(sv), Linda
    Telephone No. - (819) 956-1367 
    Fax No. - (819) 997-2229
    
    
    1. Advanced 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.  Canadian Content
    
    The level of Canadian Content has been set at 80%, with
    competition 'solely limited' to firms meeting the Canadian
    Content requirement.
    
    3. Definition of requirement
    
    The Department of National Defence (DND) has a requirement for
    development, testing, environmental qualification,
    certification, production and delivery of ten (10) Certifiable
    Airworthy Network Interface Cards (CANIC) circuit card
    assemblies (CCA).  The CANIC Procurement Requirement
    Specification (PRS) defines the specific hardware and software
    functional and performance requirements such that the CANIC CCA
    possesses physical and functional characteristics that are
    appropriate for an airborne avionics environment.
    
    Under the CANIC, Technology Demonstration Project (TDP), DND
    sponsored the development and demonstration of a broad-band
    aircraft data bus technology that allows high bandwidth signals
    to be coupled to existing STANAG 3838 aircraft wiring without
    interfering with legacy communications. The technology affords a
    two orders-of-magnitude increase in data throughput without
    costly rewiring of the legacy aircraft. The contract was based
    on a foundation of CAN/US Research and Development (R&D) by
    Edgewater Computer Systems Inc. (ECSI), Ottawa, Ontario with
    ECSI successfully delivering four Technology Readiness Level 6
    (TRL) interface cards. Significant independent testing by DND
    and partner The Technical Cooperation Program (TTCP) nations
    have successfully confirmed the CANIC conformance with the
    contract specification.
    
    In parallel with the CANIC TDP, DND has been leading the
    development and validation of a broad-band real-time databus
    standard (STANAG 7221) in conjunction with Australia, Germany,
    United Kingdom and the United States. The STANAG is considered
    crucial to Weapon Systems Managers as it provides a reference to
    which future interface cards can be manufactured.
    
    4. 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 product meets the following
    requirements:
    
    1. 	Bidder must demonstrate that they possess significant
    experience analyzing and implementing high speed (70Mb or
    higher) networks suitable for aerospace applications. Experience
    MUST be demonstrated by: - providing a brief description of the
    experience(s), project(s); - providing name of client(s) the
    service was provided for; - providing reference name and phone
    number; - providing  the starting and finishing date of the
    service provided to the client(s),         and - Demonstrating
    the implementation results in a representative aerospace        
                  environment. 
    2. 	Bidder must demonstrate that they possess significant
    experience in researching, analyzing and implementing high
    integrity (10-12 bit error rate or lower) networks suitable for
    aerospace applications.  Experience MUST be demonstrated by: -
    providing a brief description of the experience(s), project(s);
    - providing name of client(s) the service was provided for; -
    providing reference name and phone number; - providing  the
    starting and finishing date of the service provided to the
    client(s), and - Demonstrating the implementation results in a
    representative aerospace                      environment. 
    3. 	Bidder must demonstrate that they possess significant
    experience in researching, analyzing and implementing high speed
    and high integrity networks implemented over legacy MIL-STD-1553
    networks in a non-interference basis suitable for aerospace
    applications.  Experience MUST be demonstrated by: - providing a
    brief description of the experience(s), project(s); - providing
    name of client(s) the service was provided for; - providing
    reference name and phone number; - providing  the starting and
    finishing date of the service provided to the client(s),       
    and - Demonstrating the implementation results in a
    representative aerospace environment. 
    4. 	Bidder must demonstrate that they have successfully
    demonstrated their technology in an actual aircraft, either in a
    ground or in an airborne environment. The Technology MUST be
    demonstrated by: - providing a brief description of the
    demonstration(s), project(s); - providing name of client(s) the
    service was provided for; - providing reference name and phone
    number; - providing  the starting and finishing date of the
    service provided to the client(s),        and - presenting
    satisfactory demonstration results.  
    
    
    
    5. Applicability of the trade agreement(s) to the procurement
    
    This procurement is subject to the following trade agreement: 
    
    Agreement on Internal Trade (AIT)
    
    6. Justification for the Pre-Identified Supplier
    
    The United States Air Force (USAF) developed under Contract an
    open standard, MIL-STD 1553 B Notice 6, which enables on-board
    communications at rates up to 200 Mbps without rewiring the
    aircraft while still allowing legacy 1553 B Notice 2/4
    communications. MIL-STD 1553 B Notice 6 is the only standard
    that will allow on-board communications without rework of the
    aircraft. Furthermore, while seeking to upgrade its on-board
    communications networks, Canada must remain interoperable with
    its allies and in particular the United States. The USAF and US
    Office of the Secretary of Defense have committed to deploying
    open standard, MIL-STD 1553 B Notice 6 compliant Network
    Interface Cards (NICs) within the Enhanced Link-16 program. To
    meet the requirements of this program, the MIL-STD 1553 B Notice
    6 compliant NICs must be developed within two years. 
    Previously, the US, UK and AUS have all purchased a CANIC 1553
    prototype kit from Edgewater.  DND has provided letters from the
    U.S. DoD indicating that they are seeking partner nation
    participation in the development of an 'Enhanced Link-16' which
    is enabled by Extended 1553 i.e. Extended 1553 is required for
    Enhanced Link-16 to work. Industry opportunities indicated in
    these letters refer therefore to broader industry opportunities,
    such as testing, integration work for each specific platform,
    etc.  
    
    Edgewater Computing Systems Inc (ECSI) is the only company that
    has demonstrated a prototype that meets the MIL-STD 1553 B
    Notice 6 communication specifications and this prototype has
    been validated by tests with the USAF and DND.  
    
    7. Government Contracts Regulations Exception(s)
    
    The following exception to the Government Contracts Regulations
    is invoked for this procurement under subsection 6(d) -  'only
    one person is capable of performing the work'.
    
    8. 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:
    
    Agreement on Internal Trade (AIT) - Article 506, 12.b
    
    9. Ownership of Intellectual Property.
    
    Ownership of any Foreground Intellectual Property arising out of
    the proposed contract will vest in the Contractor.
    
    10. The period of the proposed contract 
    
    The proposed contract is for a period of two (2) years.
    
    11. Name and address of the pre-identified supplier:
    
    Edgewater Computer Systems, Inc.
    1125 Innovation Drive
    Ottawa, Ontario
    K2K 3G6
    
    12. Suppliers' right to submit a statement of capabilities
    
    Suppliers who consider themselves fully qualified and available
    to provide the 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.
    
    13. The closing date for a submission of a statement of
    capabilities
    
    The closing date and time for accepting statements of
    capabilities is 14 February 2013 at 2:00 p.m. EST
    
    14. Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    
    Linda Davidson 
    Public Works and Government Services Canada
    Acquisitions Branch
    Science Procurement Directorate 
    Defence Sciences Division
    Place du Portage, Phase III, 11C1		
    11 Laurier Street				
    Gatineau, Québec
    K1A 0S5			
    E-mail:  linda.davidson@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

    • 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
    Davidson(sv), Linda
    Phone
    (819) 956-1367 ( )
    Fax
    (819) 997-2229
    Address
    11C1, Phase III
    Place du Portage
    11 Laurier St. / 11, rue Laurier
    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
    Ontario (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: