Square Kilometre Array pre-construction

Solicitation number 31034-135332/A

Publication date

Closing date and time 2013/11/05 17:00 EST


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Non-Competitive Procurement Strategy: Government Objectives
    Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    MacDonald, Dettwiler and Associates Ltd.
    13800 COMMERCE PARKWAY
    RICHMOND British Columbia
    Canada
    V6V2J3
    Nature of Requirements: 
    Square Kilometre Array pre-construction
    
    31034-135332/A
    Park, Isabell
    Telephone No. - (250) 363-3981 (    )
    Fax No. - (250) 363-0395
    Email: ji-yonisabell.park@pwgsc.gc.ca
    
    Advance Contract Award Notice (ACAN)	31034-13-5332
    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.
    Definition of the requirement
    The NRC-Hertzberg has a requirement to provide domain specific
    project management, project engineering, system engineering, and
    engineering services in support of leading an international
    consortium in the study, prototyping, and design of the Central
    Signal Processor (CSP) of the Square Kilometre Array (SKA) radio
    astronomy project. The CSP will be a state-of-the-art digital
    signal processing system processing vast amounts of data
    received from radio frequency receptors distributed in the
    Australian outback and the South African desert. Canada has
    decided to lead this consortium which is one of eleven consortia
    working together in the larger SKA program. The supplier will
    work closely with the NRC to co-lead this work.  
    The work will involve the following: 
    Key Tasks and Objectives
    "	Provide domain specific project management services to lead a
    consortium of about 80 people from more than 25 organizations
    and more than 10 countries through the Pre-construction design
    phase of activities.
    "	Provide domain specific project and system engineering
    services to lead the consortium through requirements analysis,
    preliminary design, prototyping, critical design, and
    preparation of a design data package for the construction of the
    CSP. This design package may subsequently be used by the SKA
    Organization in an international competitive construction
    request for proposal process.
    "	The intermediate documentation and final resulting data
    package will meet industry standards in terms of quality,
    completeness, and content.
    "	The proposed solution must meet the stringent requirements
    imposed by the SKA Project Office for deployment in the
    Australia outback and the South African desert where power is
    limited and there are harsh environmental conditions. 
    "	The objective is to arrive at the solution that provides the
    most delivered science value for the least capital and
    operations cost within the project constraints.
    "	The consortium is made up of a wide range of organizations and
    personnel, consisting of astronomers, mathematicians, computer
    scientists, and engineers. As such, the leadership team must
    assemble, train, mentor, and monitor the participants, as well
    as negotiate scope of work, content, value, and approach with
    the consortium and with the SKA Organization throughout the
    process to ensure a successful outcome.
    "	As the consortium is comprised of many organizations with a
    wide range of personnel, experience, expertise, and track
    record; and as the nature of the work is highly technical and
    uncertain in terms of quantifying construction costs; and as the
    primary objective of the pre-construction stage is to develop
    accurately costed specifications, it is a requirement that the
    supplier have a proven track record in accurately estimating
    budget and schedule for large, complex international projects to
    ensure that the costs and specifications resulting from
    pre-construction can be successfully executed within budget in
    the construction stage.  To achieve this goal, the supplier must
    have a proven track record, with demonstrable time and
    cost-proven metrics, based on direct experience with previous
    large projects of a similar nature, to demonstrate that it can
    ensure delivery of accurate specifications, with an accurate
    cost, to be executed within an accurate schedule. 
    
    Criteria for assessment of the Statement of Capabilities
    (Minimum Essential Requirements)
    Any interested supplier must demonstrate by way of a statement
    of capabilities that it meets the following requirements: 
    o	Must be in good standings with SKA Organization.
    o	Extensive corporate and individual experience (>15 years in
    related fields) and credentials (relevant post-graduate degrees)
    in the domain specific project management, technical project
    engineering, system engineering, digital signal processing, and
    full life-cycle development of operational, high speed,
    real-time, Radio Frequency (RF) signal processing solutions
    within large, complex computing systems.
    o	Corporate and individual experience in leading large,
    international, distributed, multi-disciplinary, multi-sector
    (government, academia, industry) teams in the development of
    complex engineering solutions.
    o	A proven track record, with demonstrable time and cost-proven
    metrics, based on direct experience with previous large projects
    of a similar nature, to demonstrate that it can ensure delivery
    of accurate specifications, with an accurate cost, to be
    executed within an accurate schedule.
    o	Knowledge and understanding of Square Kilometer Array radio
    astronomy project.
    o	Must demonstrate ability and capacity to perform key tasks and
    objectives outlined above. 
    Applicability of the trade agreement(s) to the procurement
    This procurement is subject to the following trade agreement(s):
    Agreement on Internal Trade (AIT)
    Canadian Content Policy
    This procurement is limited to Canadian goods and service.
    Justification for the Pre-Identified Supplier
    The nature and scale of the work requires the capability to
    provide technically complex and successful large international
    project management expertise, coupled with large systems
    development experience in specific segments of Industry. MDA
    Systems Ltd. is the only bidder known to the Government that
    fully satisfies the essential requirements noted above. MDA has
    expertise across highly specialized industry sectors (including
    Space, Robotics, and Information management) and has repeatedly
    delivered highly complex, long term programs. MDA has the
    expertise to manage the complex linkages required within
    industry and Government to facilitate the execution of large
    scale international projects such as the SKA.  MDA serves a
    worldwide customer base which includes the Government of Canada,
    from its operations located throughout Canada, USA and
    internationally. 
    With respect to the technical capabilities required per the
    "Central Signal Processor", MDA has unique in-Canada system
    expertise in the field of operational, high speed, real-time
    radio signal processing within large complex computing systems
    that is essential to NRC in establishing and leading a
    cooperative, credible, international consortium for the SKA CSP
    within the very tight time-frames required. MDA, Canada's
    foremost aerospace and radar company, is internationally
    recognized as a world leader in radio frequency signal
    processing and has extensive experience in bidding and
    successfully executing international programs of this type. 
    MDA has been engaged in the SKA program for more than two years
    and has key staff who each have more than 20 years of experience
    in these domains, have suitable graduate level education in
    engineering and the sciences relevant to this work, and are
    available and fully up to speed on the SKA program and can
    therefore provide immediate and long-term critical support to
    the NRC.
    There is a potential that members of the international
    consortium ( which includes MDA) formed to conduct the work in
    the Pre-construction phase intend to bid for subsequent
    construction phase work through a competitive international
    tender process, which may include RFP documents produced by the
    international consortium managed by the SKA Organization. It is
    possible that part or all of the CSP design package will be used
    by the Crown in a Canadian RFP process to support Canada's role
    in future CSP construction activities.
    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".
    Ownership of Intellectual Property
    Ownership of any Foreground Intellectual Property arising out of
    the proposed contract will vest in the Contractor. But, the
    Crown and the SKA Organization will have unrestricted rights to
    any FIP (and co-mingled Background IP) created during the CSP
    Pre-construction work for the purposes of the SKA project.
    Period of the proposed contract or delivery date
    The proposed contract is for a period of three years. The
    Preliminary Design Review is expected in late 2014 and the
    Critical Design Review is expected in the fall of 2016.
    Comprehensive review packages will be generated by the
    consortium under the supervision of the leadership team.
    Cost estimate of the proposed contract
    The estimated value of the contract, including option(s), is
    $1.75M (GST/HST extra).
    Name and address of the pre-identified supplier
    MDA SYSTEMS LTD.
    13800 Commerce Parkway
    Richmond, British Columbia
    CANADA, V6V 2J3
    
    
    	
    	
    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.
    Closing date for a submission of a statement of capabilities
    The closing date and time for accepting statements of
    capabilities is November 5, 2013 at 2:00 p.m. PDT
    .
    Inquiries and submission of statements of capabilities
    Inquiries and statements of capabilities are to be directed to:
    Isabell (Ji-Yon) Park
    Supply Specialist 
    401-1230 Government Street 
    Victoria, B.C V8W3X4
    Telephone :     (250) 363-3981
    Facsimile :       (250) 363-0395
    Email :                  ji-yonisabell.park@pwgsc-tpsgc.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

    • 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
    Park, Isabell
    Phone
    (250) 363-3981 ( )
    Fax
    (250) 363-0395
    Address
    401 - 1230 Government Street
    Victoria, B. C., V8W 3X4

    Buying organization(s)

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    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

    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: