SMMS (ACAN)

Solicitation number W8474-218069/B

Publication date

Closing date and time 2021/03/15 14:00 EDT


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / CFTA / FTAs with Peru / Colombia / Panama / Korea
    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: 
    EMS Technologies Canada, Ltd.
    400 Maple Grove Road
    Ottawa Ontario
    Canada
    K2V1B8
    Nature of Requirements: 
    
    SMMS (ACAN)
    
    Please Note, for any additional information regarding this ACAN or to obtain copy of the criteria for assessment of the statement of capabilities, please contact the following Contracting Authority:
    
    W8474-218069
    Cendrella Hansen
    Email: Cendrella.Hansen@tpsgc-pwgsc.gc.ca
    
    SEARCH AND RESCUE MISSION COORDINATION AND LOGGING SOLUTION
    
    An Advanced Contract Award notice (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.
    
    The purpose of this Advance Contract Award Notice (ACAN) is to signal the Government’s intention to enter into a Sole Source Contract with EMS Technologies Canada, Ltd., a wholly owned subsidiary of Honeywell International Inc., the developer of the SARMaster 600 application. Before awarding a contract, however, the government would like to provide other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in this Notice, by submitting a statement of capabilities during the 15 calendar day posting period. 
    
    If other potential suppliers submit a statement of capabilities during the 15 calendar day posting period demonstrating that they can meet the requirements set out in the ACAN, the government will proceed to a full tendering process on either the government's electronic tendering service or through traditional means, in order to award the contract.
    
    If no other supplier submits, on or before the closing date, a statement of capabilities meeting the requirements set out in the ACAN, a contract will be awarded to the pre-selected supplier.
    
    DEFINITION OF REQUIREMENT - FOR THE DEPARTMENT OF NATIONAL DEFENCE
    
    In Canada, the provision of aeronautical and maritime Search and Rescue (SAR) services is a federal government mandate. The National SAR Program is supported by the Canadian Armed Forces (CAF) and the Canadian Coast Guard (CCG) to deliver SAR service, SAR operations including detection, response and rescue, and SAR mutual training. The legacy command and control and logging software used to coordinate the response to SAR incidents is obsolete and no longer supportable. It must be replaced with a modernized system to avoid lapses in Canada’s ability to provide critical lifesaving SAR services. Recent technical issues have highlighted the need to replace the application quickly.
    
    CRITERIA FOR ASSESSMENT OF THE STATEMENT OF CAPABILITIES
    
    Any interested supplier must demonstrate by way of a statement of capabilities that their product and services meet Canada’s requirements, especially those listed in Annex A. 
    
    REQUIREMENTS
    
    Canada has a requirement for the supply of a COTS application to meet the general concept of operations of the SAR system in Canada, as it relates to mission coordination, and the intent of how it is to be used to support SAR operations, as well as specific technical requirements. Canada seeks to acquire an application that meets or exceeds the operational capabilities of the application it is replacing to conduct command, control, and logging of SAR activities, which will resolve obsolescence and technical issues with the existing application. This interim replacement must be an off-the-shelf solution that is already in operation with another nation for both maritime and aerospace SAR, and would not require developmental effort to meet Canada’s requirements to be ready for use in Canada for Canadian SAR operations.
    
    Rescue Centre mission management normally commences when the centre is alerted through various means such as phone calls from a tertiary communication organisation (9-1-1, Marine Communication and Traffic Services, etc.), from a concerned citizen, a distressed craft, or through COSPAS-SARSAT message reception. Search and Rescue Mission Coordinators (SMCs) evaluate the call and determine the need to initiate a case. The SMCs gather and record pertinent information relating to the search object and persons in distress through investigation, including phone calls, the results of which are recorded in the case specific log file.
    
    Search missions are planned using all available information, this includes information such as on scene weather, GIS aided search area definitions, routes, live feeds, etc. The search plan evolves as Search and Rescue Units (SRUs) carrying out sorties and return with new pieces of information or reports of mission flown that are added to the case. Once the search object is located, persons in distress rescued, or the search is reduced, SMCs proceed with case close-out ensuring that all SRU mission times are gathered, case statistics are confirmed to be complete, and final reports are sent out. The SMCs then close the case; however, it will still be available to attach post-case information, review, and if necessary, it will be reopened if new information warrants it.
    
    SAR cases do not occur or evolve as linear processes or in isolation. Normally each centre is working on multiple cases with multiple SMCs each adding, modifying, and otherwise interacting with each case within their own centres. SMCs from different Canadian rescue centres will also at times lend support to other rescue centres; therefore, it is required that SMCs be able to access, modify, and interact with cases from other Canadian rescue centres.
    
    Canada requires that the solution allow multiple SMCs from a centre to each work on multiple cases simultaneously within their centre and access other rescue centre’s cases as well. Interaction between centres is normally carried out over a common Search and Rescue Network infrastructure.
    
    MANDATORY SOFTWARE REQUIREMENTS
    
    Any interested supplier must demonstrate by way of a statement of capabilities that their product and services meet the requirements in Annex A with a commercial-off-the-shelf solution (i.e. no development or integration work) that is already in use with at least one other nation for both aerospace and maritime SAR.
    
    JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER
    
    EMS Technologies Canada, Ltd., which is a wholly owned subsidiary of Honeywell International Inc., provides and supports SAR solutions worldwide. Their global footprint means that they can serve customers efficiently anywhere in the world, and support them long into the future with its SARMaster 600 Solution. 
    
    Designed specifically for Search and Rescue, SARMaster 600 is an advanced search and rescue (SAR) incident management system offering extensive SAR planning tools used to coordinate all maritime and aerospace SAR efforts in a single control center view. SARMaster 600 provides rescue coordination centers (RCCs) with a complete view of SAR data, including emergency beacon locations and information about local SAR resources (e.g., vessels, helicopters and personnel). 
    
    SARMaster 600 has consistently proven its effectiveness for civil and military operations, deployed in numerous countries for both maritime and aerospace SAR. In addition to SARMaster 600, Honeywell’s end-to-end SAR offerings include satellite ground stations, mission control centers (MCCs) and RCCs.
    
    Following an RFI for potential vendors, SARMaster 600 was found to be the only solution that meets DND’s requirements.
    
    GOVERNMENT CONTRACTS REGULATIONS EXCEPTION(S)
    
    Section 6 of the Government Contract Regulations is being invoked in this procurement as only one person or firm is capable of performing the contract.
    
    EXCLUSIONS AND/OR LIMITED TENDERING REASONS
    
    Chapter 5 article 513(b)(iii)of the CFTA is applicable on the basis of limited tendering where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist due to an absence of competition for technical reasons.
    
    Article 15.10(2)(b) of the CPTPP is applicable on the basis of limited tendering under the circumstance that the good or service can be supplied only by a particular supplier and no reasonable alternative or substitute good or service exists due to the absence of competition for technical reasons.
    
    Article XIII(b) of the WTO-AGP is applicable on the basis of limited tendering following circumstances where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist due to an absence of competition for technical reasons.
     
    OWNERSHIP OF INTELLECTUAL PROPERTY.
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    THE PERIOD OF THE PROPOSED CONTRACT 
    
    The proposed contract is for a period of 2 years that includes 8 additional 1-year options. 
    
    NAME AND ADDRESS OF THE PRE-IDENTIFIED SUPPLIER:
    
    EMS Technologies Canada, Ltd.
    400 Maple Grove Road
    Ottawa, Ontario
    K2V 1B8
    
    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.
    
    The conditions of the developer's shrink-wrap license are not acceptable to the Crown. This software is proprietary, and the proposed Contractor must have the authority to negotiate the terms and conditions of the contract and the related software licensing terms including, but not limited to; limitation of liability, indemnification, transferability of license, termination/refund to the Crown. Documents may be submitted in either official language of Canada
    
    INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES
    
    Inquiries and statements of capabilities are to be directed to:
    
    Cendrella Hansen
    Supply Officer
    Public Works and Government Services Canada
    Gatineau, Québec, Canada 
    Cendrella.Hansen@tpsgc-pwgsc.gc.ca
    Government of Canada
    
    ANNEX A
    
    The key mandatory requirements leading to this sole source procurement of the required Search and Rescue Mission Management Replacement Application are listed below. Canada requires the solution to be compliant with the following:
    
    ESSENTIAL APPLICATION REQUIREMENTS
    
    Logging
    M1  The application must allow rapid log creation.
    M2  The application must allow incident creation from initial log entry.
    
    COSPAS-SARSAT
    
    M3  The application must accept and display the Search and Rescue Satellite-Aided Tracking (COSPAS-SARSAT) data from the Canadian Mission Control Centre (CMCC) and the United States Mission Control Centre (USMCC) in accordance with COSPAS-SARSAT Mission Control Centres Standard Interface Description (C/S A.002).
    M4  The application must treat COSPAS-SARSAT SIT messages as persistent entities separate from log entries.
    M5  The application must allow SIT alert messaging limitation based on geographical boundaries.
    
    Search Object
    
    M6  The application must be able to differentiate and manage all identifiable information of Search Objects of Air, Marine, and Humanitarian type.
    M7  The application must have a means of tracking individual Persons in Distress.
    M8  The application must have a means of track Persons in Distress medical condition.
    
    Sightings and Detections
    
    M9  The application must allow the management of individual sightings and detections as persistent entities separate from incident and General Logs.
    M10  The application must allow the creation, edit, and deletion of electronic sightings (i.e. calculate radio horizon).
    M11  The application must display the calculated radio horizon onto a GIS map.
    
    Contacts
    
    M12  The application must allow users to create, edit, and manage global contact information.
    M13  The application must allow users to create, edit, and manage incident specific contact information.
    
    Routing
    
    M14  The application must allow user to generate multiple incident specific routes.
    M15  The application must allow user to manually (textually) enter or designate route waypoints for any object of interest within an incident environment.
    M16  The application must allow user to graphically display incident routes and waypoints for any object of interest within an incident environment.
    M17  The application must allow user to manually enter or designate route waypoints Date Time Group.
    
    SAR Resource Unit Management
    
    M18  The application must have a dedicated means of creating, tracking, editing, and managing Rescue Centre specific primary and secondary SAR resources.
    M19  The application must provide a dedicated incident specific means of tracking, editing, and deletion of key SAR Resource Unit mission timings.
    M20  The application must allow temporary assignment of non-tracked resources to incidents.
    
    Incident Management
    
    M21  The application must manage and display active, inactive, and closed SAR incidents.
    M22  The application must allow incidents to be filterable and sortable per rescue center, displaying minimal tombstone data and incident summary for a selected incident.
    M23  The application must allow rapid incident creation without log creation.
    
    Weather
    
    M24  The application must have an incident specific weather gathering area separate form log entries.
    M25  The application must allow the user to enter any number of incident specific weather information from various sources and methods of input.
    M26  The application must allow users to parse key weather information within weather data.
    
    Search Areas and Patterns
     
    M27  The application must allow the creation, display, and edit of SAR Search areas and SAR Patterns according to national and international standards.
    
    GIS Display
    
    M28  The application must have an integrated global GIS map.
    M29  The application must have an integrated GIS map for each incident.
    M30  The application must graphically display all pertinent static and dynamic SAR incident information.
    M31  The application must display all relevant and necessary supporting information from regional national, international, and user generated sources.
    M32  The application must have an integrate location database search method allowing users to geographically location place names on the GIS map.
    
    Survivability
    
    M33  The application must have a means of producing a survivability estimate based on parameters and environmental factors for individual persons separate from the search object.
    
    Situational Awareness
    
    M34  The application must allow the user to gather rapidly and efficiently, record, interpret, and disseminate SAR incident information.
    M35  The application must be internally integrated and not force duplication of workload.
    
    Technical Requirements
    
    M36  The application must be in use as of the posting date of this ACAN with at least one other nation for both aerospace and maritime SAR in accordance with international standards set out by the International Civil Aviation Organization (ICAO) and the International Maritime Organization (IMO), and their IAMSAR Manual Volume 1.
    M37  The application must not require any development or integration work as of the posting date of this ACAN to meet the requirements above and be ready for deployment for operational use.
    
    You are hereby notified that the government intends to solicit a bid and negotiate with one firm only as identified above.
    
    If you wish to submit a written response showing that you are capable of meeting this requirement, it must be done not later than the specified closing date and time. The file number, 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. As it is intended to proceed in a timely manner, responses received after the closing date will not be considered.
    
    Responses received on or before the closing date will be considered solely for the purpose of deciding whether or not to conduct a competitive procurement. Information provided will be used by the Crown for technical evaluation purposes only and is not to be construed as a competitive solicitation. Your written response must provide sufficient evidence (e.g. specifications, technical data, screen captures, reference training material, or any other proof) that clearly demonstrates that your product or service is capable of fulfilling this requirement.
    
    Suppliers that have submitted a response will be notified in writing of Public Services and Procurement Canada’s decision whether continue with the non-competitive procurement or compete the requirement.
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Hansen, Cendrella
    Phone
    (343) 551-5221 ( )
    Email
    cendrella.hansen@tpsgc-pwgsc.gc.ca
    Fax
    (819) 956-3584
    Address
    Terrasses de la Chaudière
    4th Floor, 10 Wellington Street
    4th etage, 10, rue Wellington
    Gatineau, Québec, K1A 0S5

    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
    National Capital Region (NCR)
    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: