Luxlink Products or equivalent BPM017178
Solicitation number BPM017178/20474
Publication date
Closing date and time 2022/11/09 15:00 EST
Last amendment date
Description
Luxlink Products or equivalent
The requirement is to procure a suite of Liteway Luxlink equipment for a specific need onboard the Halifax class life cycle. These specific devices were selected based on their technical functionalities corresponding to the specific design integration requirements. These devices are required to enable the transport of an IRIG-B signal, from the NavDDS system, between multiple compartment, on a long distance. In order to do so, it is required that the signal be converted from a coax to a fiber and It is also required that the solution offer one to many connection capability over the fiber portion of the transport. The select product/technology was the only one found to have the required capabilities. In this solicitation, DND/RCN plans to acquire the aforementioned equipment to enable this capability. DND/RCN, with the support of SSC, has specified these products by brand name in order to ensure compatibility, interoperability and interchangeability with the current design.
If you wish to propose equivalent products, please carefully review the section of SSC’s Standard Instructions entitled “Evaluation Procedures for Proposed Equivalent Products”, which applies with respect to the evaluation of any equivalent products, as well as submit all required Supply Chain Security Information, as further described below.
The requirement is to procure a suite of Liteway Luxlink equipment for a specific need onboard the Halifax class life cycle. These specific devices were selected based on their technical functionalities corresponding to the specific design integration requirements. These devices are required to enable the transport of an IRIG-B signal, from the NavDDS system, between multiple compartment, on a long distance. In order to do so, it is required that the signal be converted from a coax to a fiber and It is also required that the solution offer one to many connection capability over the fiber portion of the transport. The select product/technology was the only one found to have the required capabilities. In this solicitation, DND/RCN plans to acquire the aforementioned equipment to enable this capability. DND/RCN, with the support of SSC, has specified these products by brand name in order to ensure compatibility, interoperability and interchangeability with the current design.
If you wish to propose equivalent products, please carefully review the section of SSC’s Standard Instructions entitled “Evaluation Procedures for Proposed Equivalent Products”, which applies with respect to the evaluation of any equivalent products, as well as submit all required Supply Chain Security Information, as further described below.
Contract duration
Refer to the description above for full details.
Trade agreements
-
Canada-Panama Free Trade Agreement
-
Canada-Honduras Free Trade Agreement
-
Canadian Free Trade Agreement (CFTA)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
Contact information
Contracting organization
- Organization
-
Shared Services Canada
- Address
-
90 Metcalfe StreetOttawa, Ontario, K0A 0C3Canada
- Contracting authority
- Oliver,Librada
- Phone
- 343-542-8460
- Email
- oliver.librada@ssc-spc.gc.ca
- Fax
- 343-542-8460
- Address
-
180 Kent Streetottawa, ontario, K1P0B6CANADA
Buying organization(s)
- Organization
-
Shared Services Canada
- Address
-
90 Metcalfe StreetOttawa, Ontario, K0A 0C3Canada
Bidding details
Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
Access the Getting started page for details on how to bid, and more.