MEOSAR Ground Segment Phase 2
Date closing 2017/03/30 14:00 Eastern Standard Time (EST)
Details
Reference number PW-$$ST-005-30676
Solicitation number W8474-177351/A
Region of delivery National Capital Region
Notice type Notice of Proposed Procurement (NPP)
GSIN N5985: Antennas, Waveguides and Related Equipment
Trade agreement Agreement on Internal Trade (AIT)
Tendering procedure If 2+ bids offer Canadian goods/services other bids will not be considered
Procurement entity Public Works and Government Services Canada
End user entity Department of National Defence
Description
Trade Agreement: Agreement on Internal Trade (AIT)
Tendering Procedures: If 2+ bids offer Canadian goods/services other bids will not be considered
Competitive Procurement Strategy:
Comprehensive Land Claim Agreement: No
Nature of Requirements:
Revision History
Amendment 004 – This amendment is raised to revise the solicitation and answer questions posed by vendors.
Amendment 003 – This amendment is raised to revise the solicitation.
Amendment 002 – This amendment is raised to revise the solicitation and answer questions posed by vendors.
Amendment 001 – This amendment is raised to revise the solicitation.
1. SUMMARY
COSPAS-SARSAT is the international programme that provides both the Search and Rescue Satellite Aided Tracking (SARSAT) distress beacon detectionsystem and coordinates Search and Rescue (SAR) organizations that assistpersons in distress.The SARSAT system uses both Geosynchronous Earth Orbit (GEO) satellites and Low Earth Orbit (LEO) satellites. COSPAS-SARSAT is augmenting its programme with Medium Earth Orbit (MEO) satellites equipped with Search and Rescue repeaters. This augmented system is called Medium Earth Orbit Search and Rescue (MEOSAR).
The current Canadian SARSAT system receives and processes distress beacon signals from all available LEO and GEO satellites at their respective Local User Terminals (LUTs). Alert data is transmitted to the Canadian Mission Control Centre (CMCC) servers located in Trenton, Ontario. CMCC is a fully redundant facility with a backup site in Belleville, Ontario. Both sites are identical and one is always staffed on a 24 hours a day, 7 days a week (24/7) basis, 365 days a year.
The Department of National Defence has been mandated to augment its SARSAT Ground Segment (GS) system to include MEO-capable ground stations, allowing Canada to meet its obligations under the International COSPAS-SARSAT Programme Agreement (ICSPA).
The objectives of the resultant MEOSAR Ground Segment Phase II project are:
1 – the design, build and commissioning of two Medium Earth Orbit Local User Terminals (MEOLUTs) with the capability to provide coverage of all of Canadas Search and Rescue Area of Responsibility (SAR AOR), and integrate the MEOLUTs into theexisting OperationalCanadian Search and Rescue satellite infrastructure to provide a fully-operational system that will provide accurate and timelylocation of alert beacons to the Canadian Mission Control Centre (CMCC); and
2 – to deliver In-Service Support (ISS) that will allow the management, control and maintenance of the above while maintaining full operational compliance with COSPAS-SARSAT andnational specifications.
The period of the Contract is from date of contract to a maximum of three years to the successfulcommissioning and acceptance of both MEOLUTs, plus five years from date of authorization of In-Service Support, with an option to extend for an additional 5 years.
2. TRADE AGREEMENTS
This procurement is not subject to any Comprehensive Land Claim Agreement (CLCA) nor has it been set-aside for Aboriginal Business under the federal government’s Set-AsideProgram for Aboriginal Business.
The requirement is subject to the provisions of the Agreement on Internal Trade (AIT).
3. CANADIAN CONTENTPOLICY
The Canadian Content Policy applies to this competitive procurement; the procurement is conditionally limited to Canadian bidders. The requirements associated with this policy are addressed in the solicitation.
4. SECURITY REQUIREMENT
There is a security requirement associated with this procurement.
The Contractor and/or any and all Subcontractors must be froma country within the North Atlantic Treaty Organization (NATO), the European Union (EU) or from a country with which Canada has an international bilateral industrial security instrument. The Contract Security Program (CSP) has international bilateralindustrial security instruments with the countries listed on the following PSPC website: http://ssi-iss.tpsgc-pwgsc.gc.ca/gvrnmnt/risi-iisr-eng.html.
The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). The Contractor personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
Foradditional information, consult Part 6 – Security and Financial Requirements and Part 7 – Resulting Contract Clauses.
5. EVALUATION AND SELECTION METHODOLOGY
Proposals will be evaluated against Mandatory and Point-Rated criteria.
The responsivebid receiving the highest responsive combined rating of technical merit and price will be recommended for award of contract.
6. CONTRACTING AUTHORITY
The Contracting Authority (or delegated representative) is responsible for the management of the Request for Proposal and any resulting Contract. To ensure the integrity ofthe competitive bid process, enquiries and other communications regarding the Request for Proposal are to be directed ONLY to the Contracting Authority named below.
Ashley Byrnes
Supply Specialist
Defense Space Projects Division
Acquisitions Branch
Public Services and Procurement Canada
Telephone: 873-469-4453
Fax: 819-997-2229
E-mail address: ashley.byrnes@tpsgc-pwgsc.gc.ca
DeliveryDate: Above-mentioned
The Crown retains the right to negotiate with suppliers on any procurement.
Documents may be submitted in either official language of Canada.
Delivery Date: Above-mentioned
The Crown retains the right to negotiate with suppliers on any procurement.
Documents may be submitted in either official language of Canada.
Access and terms of use
Government of Canada (GC) tender notices and awards, solicitation documents and tender attachments are available free of charge and without registration on Buyandsell.gc.ca/tenders, the authoritative location for GC tenders.
You may have received this tender notice or award 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 through Buyandsell.gc.ca/tenders.
This Government of Canada tender notice or tender award carries an Open Government Licence – Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to the section about Commercial Reproduction in the Buyandsell.gc.ca Terms and Conditions for more information.
Solicitation Documents
Contact Information
Contact name Byrnes, Ashley
Contact phone (873) 469-4453 ( )
Contact fax (819) 997-2229
Contact address
11 Laurier St. / 11, rue Laurier
11C1, Place du Portage
Gatineau, Québec K1A 0S5
For more information: buyandsell


This article comes from NationTalk:
http://qc.nationtalkdev2.com
The permalink for this story is:
http://qc.nationtalkdev2.com/tender/meosar-ground-segment-phase-2