"IMPAC" PORTABLE REMOTE CDMI/BASE STATION
Solicitation number M2989-153489/A
Publication date
Closing date and time 2015/03/09 18:00 EDT
Last amendment date
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: Exclusive Rights Comprehensive Land Claim Agreement: No Vendor Name and Address: STAR SOLUTIONS INTERNATIONAL ULC 4600 Jacombs Road Richmond British Columbia Canada V6V3B1 Nature of Requirements: "IMPAC" PORTABLE REMOTE CDMI/BASE STATION M2989-153489/A Alan Takasaki Supply Specialist Public Works and Government Services Canada Acquisitions Branch Vancouver, Room 219 - 800 Burrard St Vancouver, BC V6Z 0B9 Telephone: (604)775-7605 Facsimile: (604)775-7526 E-mail address: al.takasaki@pwgsc.gc.ca The PWGSC Vancouver office provides procurement services to the public in English. REQUIREMENT Public Works and Government Services Canada (PWGSC) on behalf of the Royal Canadian Mounted Police (RCMP) "E" Division Lower Mainland District Emergency Response Team (LMD ERT) proposes to negotiate with StarSolutions of Richmond BC for the supply and delivery of two(2) LTE IMPAC man-portable CDMI base station systems with the option to purchase an additional 2 systems. Delivery Requirement: On or before March 31, 2015 Initial Order, Estimate Value: $130,000.00 - $160,000.00 The Lower Mainland District Emergency Response Team (LMD ERT) is mandated to resolve high-risk incidents where the potential risk to both Police Officers and public safety exceeds the response capabilities of regular front line police personnel. In doing so, specialized equipment and tactics are required. The high risk situations faced by the LMD ERT includes but are not limited to: armed and barricaded persons, hostage taking, high risk warrants, high risk prisoners and witness protection and escorts, armed ship boarding, aircraft intervention, other marine interventions, VIP protection, covert surveillance, intelligence gathering and rural surveillance. In responding to these events, the LMD ERT employs a vast array of highly specialized tactical equipment and firearms. Within "E" Division, the LMD ERT also has Federal and Provincial responsibilities and has been called upon to respond to incidents in conjunction with other ERTs from neighbouring jurisdictions and have been in extra-territorial investigations outside of 'E' Division. To enhance Officer and Public safety and due to various operating environments, the RCMP LMD ERT wish to purchase an off-the-shelf "man packable" portable remote cell CDMI base station systems. The IMPAC LTE is the only known man portable CDMI base station that: 1. Works in conjunction with video and thermal imaging cameras either stationary (trail/covert camera systems) or mounted on an Unmanned Aerial System (UAS); 2. Works with cell/smart phones on Bell, Rogers or Telus; 3. Works with Smart watches; 4. Works with Tablets, IPads and Panasonic Toughbooks; 5. Is compatible with the InMotion Gateway system that is in the LMD ERT's mobile command post; 6. Works with any device with a SIM card on the current Rogers/Bell/Telus Canadian network and 7. Is compatible with the 24V DC power currently being used in the LMD ERT 's Tactical Armoured Vehicles (TAV). The above listed equipment are currently being employed by the RCMP LMD ERT. Application: 1. The system allows, at a critical ERT event, all ERT members with a connect device can communicate with each other regardless of location, remote or urban; 2. The system's satellite capability will allow enabled cell phone to communicate globally; 3. All data captured can be used for evidentiary requirements and 4. As a stand alone system with its own power source, it can be used as a communication base in the event of a natural disaster. Sole Source Justification Star Solutions of Richmond, BC Canada is the manufacturer and sole supplier of the LTE IMPAC CDMI portable base station system. Applicable Trade Agreements This requirement falls under FSC58 to which the World Trade Organization - Agreement on Government Procurement (WTO-AGP) (see Appendix I - General Notes 1c)) and the North American Free Trade Agreement (NAFTA) - (see Chapter 10, Annex 1001.2b General Notes 1c)) do not apply. 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)
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:
-
Exclusive Rights
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Takasaki, Alan H.
- Phone
- (604) 775-7605 ( )
- Fax
- (604) 775-7526
- Address
-
219 - 800 Burrard Street
800, rue Burrard, pièce 219Vancouver, BC, V6Z 0B9
Buying organization(s)
- Organization
-
Royal Canadian Mounted Police
- Address
-
73 Leikin DrOttawa, Ontario, K1AOR2Canada
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.