Low-Power Phased Array Radar

Solicitation number KM175-131262/A

Publication date

Closing date and time 2013/12/16 14:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Raytheon Integrated Defense Systems
    50 Apple Hill Drive
    Tewkesbury Massachusetts
    United States
    01875
    Nature of Requirements: 
    Low-Power Phased Array Radar
    
    1.	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. 
    
    2.	Definition of the requirement
    
    Environment Canada, Toronto, Ontario has a requirement for the
    supply of a Low-Power Phased Array Radar (L-PAR) system from
    Raytheon Integrated Defense Systems, Tewksbury, MA for research
    and operational evaluation purposes.  The requirement includes
    installation and support and maintenance from receipt of the
    system to 31 March 2015. 
    
    The technological capabilities of the required system are new
    and innovative and are considered to be leading edge.  The
    system consists of four individual phase array antenna radar
    with horizontal electronic scanning and vertical mechanical
    scanning that can be configured to operate individually, or in a
    multiple antennae network with coordinated adaptive scanning
    signal and data collection and signal and data processing for
    individual radar or network products. This allows for maximum
    flexibility to explore, demonstrate the potential of this new
    technology, to reconfigure and to update.
    
    The prime purpose of this acquisition for Environment Canada is
    to investigate and conduct research on low cost, low
    infrastructure and low maintenance phased array X Band radars
    for its application as a future operational radar for specific
    applications such as: rapid scan aviation nowcasting; wind shear
    detection; wind farm mitigation; and low level complex terrain
    or urban weather monitoring.  Decision on operational deployment
    is not expected for 8 to 10 years at which time a competitive
    procurement process will be initiated. 
    
    The system must operate, both with an operator, and unmanned at
    remote locations in typical Canadian Environments in southern
    Canada. 
    
    3.	Criteria for assessment of the Statement of Capabilities 
    
    Any interested supplier must demonstrate by way of a statement
    of capabilities that its system   meets the following
    requirements:
    Minimum Essential Requirements
    
    Operating Modes
    
    Specification				Minimum/Mandatory Requirement
    
    Scanning Modes 			Scan-to-scan and Staring mode
    Maximum range 			35 km
    Range resolution 			3 m
    Scan time 				Minimum of 4 seconds for a 90 degree sector 
    Peak EIRP 				53 dBW 
    Polarization Mode 			H and V
    Antenna Size (h x w) 			0.76m x 1.19m 
    
    Transmitter and Modulator 	
     
    Specification				Minimum/Mandatory Requirement
    Type 					Solid State 
    Frequency 				X-band (9.41 GHz) 
    Pulse Width 				0.5 - 40µsec 
    
    
    Antenna Subsystem
    
    Specification				Minimum/Mandatory Requirement
    Type 					Phased Array 
    Beamwidth (3dB)			2.7 degrees in elevation and 1.8 degrees in
    azimuth
    
    Receiver/Signal Processor
    
    Specification				Minimum/Mandatory Requirement
    Type 					Single channel 
    Linear Dynamic Range 			> 86 dB 
    Maximum Number of Range Bins 	2048 
    
    
    
    Radar Control, Display and Data Storage 
    
    Function				Description
    Radar Control 				Operated automatically via computer control;
    user interface 						allows for setting pulse width, PRF, scan
    mode, waveform, 						and other parameters via menu 
    Radar Data Products 			Zh (uncorrected for ground clutter and
    atmospheric 							attenuation), V (radial velocity), W
    (spectral width), ZDR 							(differential reflectivity), phv
    (cross-polar correlation), dp 							(differential phase), and
    time series (In-phase, Quadrature) 						data 
    Data display 				A-Scope and PPI displays of moments;  time
    series in near 						real-time or data play-back 
    
    Warranty, Service and Technical Support 
    
    Post-delivery support is required to repair, upgrade and enhance
    the system. 
    
    
    4.	Applicability of the trade agreement(s) to the procurement
    
    This procurement is subject to the following trade agreement(s)  
    o	Agreement on Internal Trade (AIT) 
    o	North American Free Trade Agreement (NAFTA) 
    o	World Trade Organization Agreement on Government Procurement
    
    
    5.	Justification for the Pre-Identified Supplier
    
    The required LPAR system was developed under a ten year
    initiative of the National Science Foundation USA for innovating
    disruptive radar technology for weather applications.  The
    consortium (called CASA, an acronym for Cooperative Adaptive
    Sensing of the Atmosphere) developing the technology was lead by
    the University of Massachusetts-Amherst and Raytheon Integrated
    Defense System was identified integrator and sole supplier of
    the developed products by the consortium. The phased array
    antenna technology and the multiple radar data processing is
    leading edge is proprietary to the consortium and is not
    available elsewhere. 
    
    6.	Government Contracts Regulations Exception(s)
    The following exception(s) to the Government Contracts
    Regulations is (are) invoked for this procurement under
    subsection 6 (d) " only one person is capable of performing the
    work".   
    
    7.	Exclusions and/or Limited Tendering Reasons
    The following limited tendering reasons are invoked under the
    section of the trade agreement(s) specified:
    
    Agreement on Internal Trade (AIT) - Article(s) 506.12 (a) "to
    ensure compatibility with existing products, to recognize
    exclusive rights, such as exclusive licenses, copyright and
    patent rights, or to maintain specialized products that must be
    maintained by the manufacturer or its representative"; and  (b)
    " where there is an absence of competition for  technical
    reasons and the goods or services can be supplied only by a
    particular supplier and no alternative or substitute exists"; 
    
    North American Free Trade Agreement (NAFTA) - Article(s) 1016, 2
    (b) " where, for works of art, or for reasons connected with the
    protection of patents, copyrights or other exclusive rights, or
    proprietary information or where there is a an absence of
    competition for technical reasons, the goods or services can be
    supplied only by a particular supplier and no reasonable
    alternative or substitute exists" ; and 2 (d)  "for additional
    deliveries by the original supplier that are intended either as
    replacement parts or continuing services for  existing supplies,
    services or installations, or as the extension of existing
    supplies, services or installations where a change of supplier
    would compel the entity to procure equipment or services not
    meeting requirements or interchangeability with already existing
    equipment or services"
    
    World Trade Organization - Agreement on Government Procurement -
    Article XV (b) "when for works of art, or for reasons connected
    with protection of exclusive rights, such as patents or
    copyrights, or in the absence of competition for technical
    reasons, the products or services can be supplied only by a
    particular supplier and no reasonable alternative or substitute
    exists."
    
    8. 	Delivery Date
    The system must be delivered on 1 April 2014.  The period of the
    contract will be from receipt of the system to 31 March 2015. 
    
    9. 	Name and address of the pre-identified supplier
    		
    Raytheon Integrated Defense Systems
    50 Apple Hill Drive,
    Tewkesbury, MA
    01875
     
    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: 
    
    	16 December 2013,  1400 hours EST.
    
    12.	Inquiries and submission of statements of capabilities
    Inquiries and statements of capabilities are to be directed to:
    Kaye Callahan
    Supply Team Leader 
    Telephone:  (905) 615-2071
    Facsimile:  (905) 615-2060
    E-mail:  kaye.callahah@pwgsc.gc.ca
     
    13.	Cost estimate of the proposed contract
    
    The estimated value of the contract is $2,500,00.00 GST/HST
    extra. 
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Callahan, Kaye
    Phone
    (905) 615-2071 ( )
    Fax
    (905) 615-2060
    Address
    Ontario Region
    33 City Centre Drive
    Suite 480
    Mississauga, Ontario, L5B 2N5

    Buying organization(s)

    Organization
    Environment 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)

    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: