Software

Solicitation number W2671-16JG53/A

Publication date

Closing date and time 2016/08/08 15:00 EDT


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    SYMVIONICS, Inc. Telemetry Systems
    488 East Santa Clara Street
    Suite 201
    Arcadia California
    United States
    91006-7230
    Nature of Requirements: 
    
    Software - Real-Time Data Processing and Display Software and Hardware 
    
    W2671-16JG53/A
    Chubey, Karen
    Telephone No. - (204) 291-5928 
    Fax No. - (204) 983-7796
    Email:  karen.chubey@pwgsc-tpsgc.gc.ca
    
    Software - Real-Time Data Processing and Display Software and Hardware 
    
    Public Works and Government Services Canada (PWGSC) on behalf of the Department of National Defense (DND) intends to negotiate with Symvionics, Inc. Telemetry Systems for the supply of Real-Time Data Processing and Display Software and Hardware to process, export and display telemetry data.  Below is a list of the required deliverables in accordance with the minimum essential requirements:  
    
    1. Software.  The requirement is for software for ten (10) users and one (1) operator with an option to purchase up to six (6) additional user and one (1) operator license to expand the systems capability as required. 
    
    2. Server.  The requirement is for data server hardware, with server software installed.
    
    3. Data Storage.  Therequirement is for data storage hardware with a minimum of 8 TB capacity, expandable by the user.
    
    4. Documentation.  The requirement is for two (2) complete sets of user guides and system documentation.  Paper copy or soft copy media is acceptable, vendor choice.
    
    5. Licensing.  The requirement is for ten (10) users and one (1) operator, with any third party operating system license requirements for the server provided by the vendor and incorporated into the price.
    
    Criteria for assessment of theStatement of Capabilities 
    Minimum Essential Requirements Any interested supplier must demonstrate by way of a statement of capabilities that its product meets the following requirements:
    
    Description. The Real-time Data Processing and Display Software and Hardware, here-after called the software, must be a proven and established product, comprised of software and hardware products as described in the following document
    
    User Interface.  The software must operate on the Microsoft Windows 7 operating software.
    Users.  The software must come with licensing for ten (10) users and one (1) operator and be capable of adding users and operators to accommodate future expansion.
    
    Server.  The server component of the software must have the operating system installed and delivered on vendor provided server hardware.
    
    Data Storage.  The data storage component of the software must be vendor provided hardware and have at least capacity of 8 TB.
    
    Multiple Site.  The software must allow the user to sharethe configuration database among multiple test facilities.
    
    Stand Alone.  The software must have the capability of being configured for a stand-alone application.
    
    Mobile Application.  The software must have components capable of being installed onan Android or iPad tablet device.
    
    Data Sources.  The following describes the general characteristics of data sources the software must be able to use.
    
    Chapter 10.  The software must be able to import, process, analyse, export data from and displayIRIG-106 Chapter 10 data files.  The software must be able to determine the structure and contents of the Chapter 10 data file packets comprising 1553, ARINC429, PCM-unpacked/thru, UART, analog and video data using TMATS information.
    
    Chapter 10 UDP.The software must be able to acquire, process, analyse, log and display data in real-time from an IRIG-106 Chapter 10 UDP stream comprising 1553, ARINC429, PCM-unpacked/thru, UART, analog and video data.
    
    CSV.  The software must be able to import, process,analyse and display data contained in Comma Separated Values (CSV) files as a minimum.
    
    Data Export. The following describe the general characteristics of the data export capability the software must be able to provide.
    
    CSV.  The software mustbe able to export data in Comma Separated Value (CSV) format, with the following user selectable conditions as a minimum; start/stop time, sample rate, time precision, parameter selection, data group selection.
    
    Displays. 
    The following describes theminimum general characteristics of the software.
    
    Real-time/Post-test.  The software must allow the same displays to be used in real-time or post-test.
    
    Peak Hold.  The software must have a display or displays capable of capturing and holding both positiveandnegative peak data values.
    
    Caution and Warning.  The software must have caution and warning displays with the following characteristics as a minimum; display cautions, advisories and warnings based on user specified criteria and thresholds, on user selected data parameters.
    
    Annunciator.  The software must have annunciator displays with the following characteristics as a minimum; user defined dimensions, user defined colors, user defined caution/alarm thresholds, user defined color and or textto display at thresholds.
    
    Strip chart.  The software must have strip chart displays with the following characteristics as a minimum; user selectable vertical or horizontal orientation, dynamic or user defined fixed scaling, user selectable line widths andcolors, user defined background color, user defined caution/alarm threshold, parameter or user defined label, and the ability to show the data value on the strip chart.
    
    Cross Plot.  The software must have cross plot displays with the following characteristics as a minimum; plot pairs of data parameters, user defined data point history/persistence, display user defined envelope, and be capable of using an image as a background.
    
    Bar Graph.  The software must have bar graphs with the following characteristics as a minimum; user selectable vertical or horizontal orientation, user selectable scaling, user selectable color, and user defined caution/alarm threshold.
    
    Slider.  The software must have slider displays with the following characteristics as a minimum; user selectable vertical or horizontal orientation, user selectable scaling, user selectable color, and user defined caution/alarm threshold.
    
    Tabular Display.  The software must have tabular displays with the following characteristics as a minimum; user defined parameter selection, user selectable update/refresh rate, user defined font size, user defined numerical format, and user defined caution/alarm threshold.
    
    Gauge.  The software must have gauge displays with the following characteristics as a minimum; user defined dimensions, user defined scaling, user defined line and pointer colors and widths, and user defined caution/alarm threshold.
    
    Aircraft Instruments.  The software must have the following aircraft type instrument displays available as a minimum; Attitude Indicator, Horizontal Situation Indicator (HSI), and Heading Indicator/Compass.
    
    2D Moving Map.  The software must have a 2D moving map display with the follow characteristics as a minimum; display up to10 aircraft over terrain data or a map image, position and orient aircraft based on user selected parameters in real-time.
    
    3D Moving Map.  The software must have a 3D moving map display with the follow characteristics as a minimum; display up to 10 aircraft over terrain data or a map image, position and orient aircraft based on user selected parameters in real-time.
     
    3D Aircraft Model.  The software must have a 3D aircraft model display with the following characteristics as a minimum; provide forsurface articulation based on user selectable data parameters, compatibility with 3D Studio Mesh 3ds files, AutoCAD dwg files, Imagine Object iob files, Lightwave Object lwo files, Maya Image iff files, and Wavefront obj files.
    
    Time Display.  The software must have a time display capable of displaying time from the Chapter 10 data.
    
    Video/Audio.  The software must have a display capable of displaying video imagery from the Chapter 10 data.  It must also be able to reproduce the audio from the Chapter 10 data.
    
    Active-X.  The software must be compatible with ActiveX displays.
    
    Custom.  The software must allow the user to create custom displays from a library of existing widgets as well as from basic geometric shapes.
    
    Third Party.  The software must be capable of interfacing to third-party displays.
    
    Processing. 
    The following describe the general characteristics of the processing capability of the software.
    
    Input Data Types.  The software must be able to process the following input data typesas a minimum; Unsigned binary, Signed Binary, Offset Binary, Two’s Compliment, Signed and Unsigned BCD, 32 Bit IBM Floating Point, IEEE 754 Floating Point.
    
    Output Data Types.  The software must be able to output data in the following data types as a minimum; Floating Point, Double Precision, Binary, Octal, Hexadecimal, Decimal, Scientific Notation, Engineering Notation, States. 
    
    Data Compression.  The software must have the following data compression algorithms as a minimum; ZFN, In Limits, Out of Limits, Bit Change, Bit Set, Bit Not Set, Minimum, Maximum, Average, Nth Sample, and Conditional.
    
    EU Conversion.  The software must be able to perform Engineering Unit (EU) conversion using the following methods as a minimum; 1st thru 5th Order Polynomials, Multiple Slope Polynomial, and Look-up Tables.
    
    Derived Equation.  The software must allow the user to create derived processes from a user selected sequences of the following arithmetic (addition, subtraction, multiplication, division) and logic operators (AND, NOT, OR, XOR) on user selected data parameters.
    
    Custom Derived.  The software must allow the user to create custom derived processing algorithms using C++, C#, Visual C or Visual Basic (vendor choice).
    
    Frequency Domain. The software must have the following frequency domain processing capability as a minimum; perform Fast Fourier Transforms to generate Power Spectral Density data, and perform Digital Filtering to remove unwanted frequency components.
    
    Time Domain.  The software musthave the following data processing algorithms as a minimum; Minimum, Maximum, Average, Trigonometric Functions, Exponential Functions, Interpolation, Decimation.
    
    Spike Detection.  The software must be able to detect and correct spurious data points.
    
    Sync Lock Processing.  The software must be able to use stream synchronization information to reduce the inclusion of noisy data.
    
    Data Point Logging. The following describe the general characteristics of the data point logging capability if the software of the software.
    
    Data Point Marking.  The software must allow the user to mark data points in real-time on strip-chart displays.
    
    Data Point Log.  The software must allow the user to create a Data Point Log File that contains the following information as a minimum; the data point number or identifier, the data parameter name, the time of occurrence, and the data point value.
    
    Event Mark/Log.
    The following describe the general characteristics of the event logging capability if the software.
    Event Marking.  The software must allow the user to create visual event marks in real-time on strip-chart displays.
    
    Event Annotation.  The software must allow the user to annotate event marks with user defined comments.
    
    Event Log. The software must allow the user to create an Event Log File that contains the following information as a minimum; the event number or identifier, the time of occurrence, and the comment annotation.
    
    Simulation.
    The following describe the general characteristics of the simulation capabilities of the software.
    Wave Forms.  The software must be able to generate the following wave forms in data parameters available to test and verify data processing; Sine, Sweep, Fixed Value, and Noise.
    
    ProcessingVerification.  The software must allow the user to direct simulated data to user specified parameters and processing algorithms for data processing verification.
    
    X-Plane Interface.  The software must have the capability to acquire data from X-Plane in real-time for data processing verification.
    
    Server/Storage.
    
    The following describe the general characteristics of the server/storage component of the software.
    Mutli-user Data Access.  The software must allow multiple users to simultaneously access the samedata, in real-time and post-test.
    
    Data Scroll Back.  The software must have the capability to allow the user to scroll back through data.
    
    Data Server.  The server component of the software must be installed and delivered on vendor provided server hardware.
    
    Data Capacity.  The server component of the software must have a minimum of 8 TB of storage capacity and allow for the expansion of storage capacity through upgrades to internal disk storage and the off-loading/backup of data to external storage ona network.
    
    Custom Interface. The following describe the general characteristics of the custom interface capability of the software.
    
    Scripts.  The software must allow the user to create and run scripts to perform repetitive and or bulk data processing tasks.
    
    API.  Application Programming Interface information must be available for the software to allow interface development for other data sources, both real-time and post-test.
    
    Operator Control. 
    The following describe thegeneral characteristics of the operator control station.
    
    Client Station Control.  User stations can be configured/controlled from an operator station.
    
    APPLICABLE DOCUMENTS
    Applicability.  The following documents form part of this Technical Specification to the extent specified herein.
    
    IRIG 106-11 (Part 1), Chapter 4, June 2015.
    IRIG 106-09, Telemetry Standard, Chapter 10, July 2015.
    
    Justification for the Pre-Identified Supplier 
    Symvionics Inc. Telemetry Systems is the only known supplier that can supply software meeting all the technical requirements.
    
    Government Contracts Regulations Exception(s) 
    
    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) - "onlyone person iscapableof performing the work". 
    Exclusions and/or Limited Tendering Reasons 
    
    The following exclusion(s) and/or limited tendering reasons are invoked: 
    •  Agreement on Internal Trade (AIT) - Article 506-12(b) there is an absence of competition fortechnical reasons and the goods or services can be supplied only by a particular supplier and no alternative or substitute exists, respectively.
    •  North American Free Trade Agreement (NAFTA) - Article(s) 1016.2(b) 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 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.
    
    Ownership of Intellectual Property 
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    Period of the proposed contract or deliverydate Delivery is requested by December 31 2016.
    
    The estimated value of the contract, including option(s), is $195,000 - $200,000 (GST/HST included). 
    
    Name and address of the pre-identified supplier 
    Symvionics Telemetry Systems Inc.
    488 East Santa Clara StreetSuite 201
    Arcadia, CA  91006-7230
    
    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 ACANmay submit a statement ofcapabilities 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 August 8, 2016 at 2:00 p.m. CDT. 
    Inquiries and submission of statements of capabilities 
    Inquiries and statements of capabilities are to be directed to: 
    
    Karen Chubey
    Procurement Specialist 
    Telephone: 204-291-5928
    Facsimile:   204-983-7796
    E-mail: karen.chubey@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

    • 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)

    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

    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
    Chubey, Karen
    Phone
    (204) 291-5928 ( )
    Fax
    (204) 983-7796
    Address
    Room 100
    167 Lombard Ave.
    Winnipeg, Manitoba, R3B 0T6

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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
    Alberta
    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: