SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Savox Clarity LTE Covert Kit

Solicitation number M7594-183026/A

Publication date

Closing date and time 2018/02/13 17:00 EST


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Interchangeable Parts
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Savox Communications Ltd
    Suite 115
    4400 Dominion Street
    Burnaby British Columbia
    Canada
    V5G4G3
    Nature of Requirements: 
    
    Wireless Surveillance Kit and accessories 
    
    
    M7594-183026/A
    Mak, Goretti M.
    Telephone No. - (604) 363-0582
    Fax No. - (604) 775-7526
    Email:  Goretti.Mak@pwgsc.gc.ca
    
    
    
    T1.  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. REQUIREMENT
    Public Works and Government Services Canada (PWGSC), on behalf of its Client, the Royal Canadian Mounted Police (RCMP), E Division Radio Technology Program in Surrey, BC. has an requirement for supply and deliver a minimum of 200 surveillance neck-loop kit and accessories to be used with Motorola WAVE Push to Talk over Cellular (PoC) application on standard Android Devices.  The technology is based upon an Android Operating System (OS) Smartphone platform using the standard 3.5 mm Tip/Ring/Ring/Sleeve (TRRS) headphone jack for all inbound, outbound and Push to Talk (PTT) sensing functionality.  The contractor must supply the necessary components of the surveillance kit in whole.  
    
    This requirement has an option to extend two additional one year period to purchase additional kits and accessories.
    
    
    3. CRITERIA FOR ASSESSMENT OF THE STATEMENT OF CAPABILITIES (minimum essential requirements but is not limited to the following)
    
    Any interested supplier must demonstrate by way of a statement of capabilities that its equipment meets but is not limited to the following mandatory requirements:
    
    3.1 The surveillance kit must consist of the following major components:
    a.  Surveillance Wire Assembly with Neck-loop and embedded microphone
    b.  Wireless PTT button (WPTT)
    c.  Wireless Earpiece
    
    3.2 Surveillance accessories must not be specific to a particular Commercial off-the-shelf (COTS) Android Smartphone brand.
    
    3.3 All components, including but not limited to, switches, buttons, wires, connectors, connections, strain reliefs, housing, clothing clips, microphones, earpieces and WPTTs supplied under this specification must be sufficiently rugged for reliable daily use in the law enforcement environment.  All components and connections must withstand normal pulling and tugging.
    
    3.4 The operation of the surveillance kits and associated components must not be affected by electrical interference normally present when using conventional audio induction wireless earpiece systems.  The user must not receive interference from car ignitions, electric motors, high voltage power lines, fluorescent lights, electronic equipment or other sources of electrical interference that are common when using conventional audio induction surveillance kits and wireless earpieces. Squelch circuits in the earpiece that simply mask the interference are not acceptable.
    
    3.5 All surveillance kit functions must be immune from noticeable negative effects caused by RF interference from the Smartphone, regardless of the proximity of surveillance wire assembly components to the Smartphone.
    
    3.6 All surveillance kit functions must be immune from noticeable negative effects caused by RF interference from the portable radio transmitter, regardless of the proximity of surveillance wire assembly components to the portable radio antenna.
    
    3.7 Circuitry in the surveillance kit including any wireless transmitters for push to talk operation, must not cause any interference to, or otherwise desensitize the Smartphone receiver.
    
    3.8 Surveillance kit must not add any noticeable delay or truncation to audio transmissions including voice traffic and other tones generated by the user equipment.
    
    3.9 Surveillance kit must be compatible with current and future versions of the Motorola WAVE PTT application being used on current and future Android OS based smartphones utilizing 3.5mm TRRS connectors.  Surveillance kit must utilize WAVE’s “Double-pulse” protocol for ending call on WAVE.
    
    3.10 The maximum volume of the earpiece must be limited to a level no greater than 103 dB +/- 2 dB at 1 kHz.
    
    3.11 Earpiece must be capable of operating in a temperature range 0°C to +40°C.
    
    3.12 Battery life of the supplied batteries must be at least 40 hours with a fresh battery under normal working operations (5 - Tx / 5 - Rx / 90 - Standby).  The earpiece must provide an audible indication to warn of a low battery condition.
    
    
    
    4. APPLICABILITY OF THE TRADE AGREEMENT(S) TO THE PROCUREMENT
    
    This procurement is subject to the following trade agreement
    
    - Canadian Free Trade Agreement (CFTA)
    
    
    5. JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER
    
    RCMP E-Division has deployed and invested approximately $800k to $1M on a Motorola WAVE Push-to-Talk over Cellular (PoC) system called E-Division Secure Technology and Radio (E-STAR). In order to utilize this system to the full potential, compatible wireless PTT surveillance kits are required for plain clothes operations.
    
    Savox Communications is the only company that has the wireless surveillance kits compatible with the Motorola WAVE PoC system that meeting the technical and functional requirements.
    
    6. EXCLUSIONS AND/OR LIMITED TENDERING REASONS
    
    The following exclusions and limited tendering reasons are invoked under the:
    
    - Canadian Free Trade Agreement (CFTA) - Article(s) 506, paragraph 12a and 12b
    
    
    7. PERIOD OF THE PROPOSED CONTRACT OR DELIVERY DATE
    
    The product must be delivered on or before March 31, 2018 inclusive.  
    
    
    8. COST ESTIMATE OF THE PROPOSED CONTRACT
    
    The estimated value of the contract, including options, is $600,000.00 GST/HST extra
    
    
    
    9. NAME AND ADDRESS OF THE PRE-IDENTIFIED SUPPLIER
    
    Savox Communications
    Suite 115 - 4400 Dominion Street
    Burnaby, B.C.   V5G 4G3
    Canada
    
    
    10. SUPPLIERS’ RIGHT OT 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 CAPBILITIES
    
    The closing date and time for accepting statement of capabilities is XX Feb, 2018
    
    
    12. INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES
    
    Inquiries and statement of capabilities are to be directed to:
    
    Goretti Mak, Supply Specialist
    #219 - 800 Burrard Street
    Vancouver, B.C.   V6Z 0B9
    Telephone No. - (604) 363-0582
    Fax No. - (604) 775-7526
    Email:  Goretti.Mak@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

    • Canadian Free Trade Agreement (CFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Additional Deliveries

    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
    Mak, Goretti M.
    Phone
    (604) 363-0582 ( )
    Email
    goretti.mak@pwgsc-tpsgc.gc.ca
    Fax
    (604) 775-7526
    Address
    219 - 800 Burrard Street
    800, rue Burrard, pièce 219
    Vancouver, BC, V6Z 0B9

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    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
    British Columbia
    Procurement method
    Non-Competitive
    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: