Maintenance of Non-Proprietary Components of the Near Real Time
Ship Detection Capability

Solicitation number W8474-11JS23/A

Publication date

Closing date and time 2012/09/06 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    NOTICE OF PROPOSED PROCUREMENT (NPP)
    
    
    Descriptive Title:		{Near Real Time Ship Detection (NRTSD)
    Capability - Non Proprietary Maintenance}
    
    Description:
    DND's Project Polar Epsilon has been established to exploit
    information obtained from existing or emerging civil and/or
    commercial satellites, primarily RADARSAT-2.  It will support
    Canadian defence by providing wide area surveillance over the
    ocean approaches to Canada, over Canada's Arctic region, and in
    foreign littoral areas where Canadian forces may be deployed.
    
    DND has a requirement for the provision of Non Proprietary
    Maintenance Services for DND's NRTSD System. The requirement
    includes the provision of defined maintenance and support
    services, as well as the provision of maintenance and support
    services to be provided on an "as and when requested basis". 
    Equipment to be maintained is installed at the following
    locations:
    -	Halifax, Nova Scotia  - DND East Coast Regional Joint
    Operations Centre;
    -	Masstown, Nova Scotia - East Coast Satellite Data Downlink
    Site; 
    -	Aldergrove British Columbia - Central Processing Site and West
    Coast Satellite Data Downlink Site; 
    -	Esquimalt, British Columbia - DND West Coast Regional Joint
    Operations Centre; and,
    -	Ottawa, Ontario -  Canada Centre for Remote Sensing
    
    The defined maintenance and support services include:
    - 	Contract management and contract management reporting;
    -  	Scheduled Maintenance for the Non Proprietary hardware and
    software components of the NRTSD System;
    -  	First Line Corrective Maintenance for the Non Proprietary
    hardware and software components of the NRTSD System at the
    Central Processing Site and West Coast Satellite Data Downlink
    Site;
    -  	Telephone and E-mail Technical and Engineering Support
    Services;
    -  	Configuration Management for Minor Changes to the NRTSD
    System; and,
    - 	Development, implementation and maintenance of a Service
    Requirement Request (SRR) database.
    
    Services to be provided on an "As and When Requested" basis
    include:
    - 	Second and Third Line Corrective Maintenance for the Non
    Proprietary hardware and software components of the NRTSD System
    at all equipment installation sites;
    -  	Special investigations and technical studies;
    -  	Configuration Management for Major Changes to the NRTSD
    System; 
    -  	Procurement of spares, 
    -	Upgrades and enhancements (Major changes) to the NRTSD System; 
    -	Investigation and engineering studies; and,
    -	Operator and maintainer training.
    
    The period of the resulting contract will be two years with
    three one year option periods.  The estimated start date is 01
    October 2012.  Work is to be performed at the Contractor's
    facilities, and at the equipment installation sites identified
    above.  
    
    Bids will be technically evaluated in accordance with the
    evaluation criteria contained in the Request for Proposal.  The
    lowest price responsive bid will be recommended for award of a
    contract.
    
    The following mandatory requirements form part of the bid
    solicitation:
    1. 		The Bidder must have within the last five (5) years, a
    minimum of twelve (12) months experience, providing Scheduled
    and Corrective Maintenance on at least one satellite ground
    system that receives and processes satellite data.
    
    2.	The Technical Bid must include the bidder's Work Plan for
    performance of the following portions of the Work:
    	-	Contract management tasks;
    	-	Scheduled Maintenance (all sites), and First Line Corrective
    Maintenance (Central Processing Site and West Coast Satellite
    Data Downlink Site);
    	-	Service Requirement Request (SRR) database development; and,
    	-	Technical and engineering telephone and E-mail support.
    
    3.	The Technical Bid must include the bidder's Configuration
    Management Plan (Initial Version).  
    
    4. 	The Bidder must identify at least one (1) Fully Qualified
    resource for each labour category specified in the Statement of
    Work for performance of the task authorized work.  The labour
    categories are:
    	-	Senior Systems Engineer;
    	-	Intermediate Systems Engineer;
    	-	Senior Telecommunications Technician; and,
    	-	Intermediate Telecommunications Technician.
    	An individual resource must not be proposed for more than one
    labour category.
    
    5. 	The Bidder must identify at least one Fully Qualified
    resource from one of the above labour categories for purposes of
    performing First Line Corrective Maintenance at the Central
    Processing Site and West Coast Satellite Data Downlink Site. 
    The proposed resources must be based out of a work location
    situated within 100 kilometers of the Central Processing Site
    and the West Coast Satellite Data Download Site.
    
    6. 	The Bidder must request a copy of the Distributed
    Documentation that forms part of this bid solicitation.
    
    Competition will be limited to firms meeting the Canadian
    Content Requirement.  Ownership of Foreground Intellectual
    Property will vest with the contractor.  
    
    The bidder will be required to sign a confidentiality agreement
    in respect of the Distributed Documentation, before the
    documentation will be released to them.  A tentative optional
    tour of the Central Processing Site and West Coast Satellite
    Data Downlink Site is scheduled for 10:00 hrs, 25 July, 2012.
    
    At time of bidding, the bidder must hold a valid Designated
    Organization Screening (DOS) issued by the Canadian Industrial
    Security Directorate (CISD).
    
    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
    John Caldwell
    Phone
    (819) 956-1373 ( )
    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

    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.

    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

    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: