RADAR SYSTEM UPGRADE

Solicitation number F2599-120092/A

Publication date

Closing date and time 2012/07/04 14:00 EDT


    Description
    Trade Agreement: NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA
    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: 
    Northrop Grumman Canada (2004) Inc
    Sperry Marine Canada
    Northrop Gruman Canada (2004) Inc
    1000 Windmill Rd., Unit 1
    Dartmouth Nova Scotia
    Canada
    B3B1L7
    Nature of Requirements: 
    RADAR SYSTEM UPGRADE
    
    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.
    
    The Canadian Coast Guard (CCG) Sarnia, Ontario, has a
    requirement for the supply and delivery of one X-Band
    VisionMaster Radar and one S-Band VisionMaster Radar including
    the associated bulkhead transceivers, scanners, Interswitch unit
    and installation kit with components. Delivery is required no
    later than August 17, 2012.  
    
    The Canadian Coast Guard Ship (CCGS) Griffon currently operates
    with a dual BridgeMaster II X+S-band bulkhead mounted Tx/Rx
    radar system and two interswitched BridgeMaster II displays. 
    The upgrade consists of the replacement of the radar systems
    only, while the BridgeMaster II displays are being kept in
    service.  Only a VisionMaster solution from the same
    manufacturer (Sperry Marine) is compatible with the display
    units currently in operation on the ship. 
    
    Any interested supplier must demonstrate by way of a statement
    of capabilities that they can meet the following requirements:
    1)	The proposed radar system must be backward compatible such
    that units of any existing BridgeMaster E radar system and all
    associated components held in CCG inventory may be used as part
    of the new system.
    2)	The proposed radar system must be compatible with the
    existing BridgeMaster II bridge displays. 
    
    The only known authorized distributor and the Original Equipment
    Manufacturer of this equipment is Sperry Marine Canada. 
    
    The reason for the sole sourcing is defined in the Government
    Contract Regulations Section 6 Article 10.2.1 (d), "Only one
    person or firm is capable of performing the contract; for patent
    or copyright requirements, or technical compatibility factors
    and technological expertise." 
    
    Since this procurement is subject to Agreement on Internal Trade
    (AIT) and North American Free Trade Agreement (NAFTA), the
    reason for sole sourcing under AIT is defined under Article
    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 Article 506.12 (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."  ; and under NAFTA Article
    1016.2
    (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 of
    interchangeability with already existing equipment or services,
    including software to the extent that the initial procurement of
    the software was covered by this Chapter."
    
    
    Delivery Date: 17/08/2012
    
    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)
    • 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
    Juan, Peggy
    Phone
    (905) 615-2467 ( )
    Fax
    (905) 615-2060
    Address
    Ontario Region
    33 City Centre Drive
    Suite 480
    Mississauga, Ontario, L5B 2N5

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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: