Osprey Licenses

Solicitation number W8485-247796/A

Publication date

Closing date and time 2023/11/13 14:00 EST

Last amendment date


    Description

    1. Advance Contract Award Notice (ACAN)

    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.

    2. Definition of the requirement

    The Department of National Defence has a requirement for the supply of a civilian assisted intelligence gathering and assessment software. The estimated value of this procurement is $250,000.00 CAD (Taxes Included).

    The specific product requested is as follows:

    1. 50 x Osprey Alerts: unique licenses for recipients of alert information;
    2. 30 x Osprey Explore: user licenses to access standing database of aviation and security incidents for research;
    3. 5 x Osprey RM Light: user licenses for downloadable data sheets on country, airspace and airport risk assessments
    4. Osprey Oracle: Min 6 hours of included analyst access time

    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)

    Any interested supplier must demonstrate by way of a statement of capabilities that its product/equipment/system (as appropriate) meets the following requirements:

    1. System must be capable of provision of real time alert notifications (within a maximum of 60 min of incident occurrence) directly to licensee;
    2. Alert notification must include:
    a. Detailed incident description
    b. Analysis of potential impact
    c. Suggestion on scope of incident – isolated or part of wider trend
    d. Recommended actions to address any incidents identified through the Alert System;
    3. Alert notification must have method of unique identification of report to licensee (ie colour or tone);
    4. Alert notification must be paired with provision for real time access to aviation intelligence analyst for provision of additional information as required;
    5. Analyst access must be available 24/7 for provision of research, and alert information provision, related to specific areas of interest identified by the licensee;
    6. System must provide for access to comprehensive database relating to aviation assets and incidents worldwide;
    7. Industry database and incident system must be updated at a minimum hourly;
    8. Industry database must provide for standardized risk/threat information online dashboard and downloadable sheets broken down by region, country, airspace and airport locations for use by licensee;
    9. Analytics must be available with long term assessments of regions and incidents;
    10. Dashboards must be locally customizable by licensee down to Wing/tactical level of assessment.
    11. Provision of information/analyst support must be tailorable to reflect scalable levels (identified as strategic, operational and tactical) based upon requirements/demands of licensee;
    12. Dashboards must include provision for historical research by licensee on specific regions, counties and airport locations;
    13. Provision of training for use of the different systems provided must be accessible online and virtually as required;
    14. Comprehensive IT support/help line for the system must be available 24/7 as provision of any contract;

    4. Applicability of the trade agreement(s) to the procurement

    This procurement is subject to the following trade agreement(s)

    • Canadian Free Trade Agreement (CFTA),
    • World Trade Agreement (WTO)

    5. Justification for the Pre-Identified Supplier

    The main features provided in the Osprey FS suite facilitate and automate Open Source collection for military analysts and as such, they have all intellectual property rights. Beyond the automation features, Osprey FS also offers the ability to tailor unique Aviation Security alerts and reporting, to the needs of RCAF operational end-users at the Wing level. Currently Osprey Flight Solutions is the only company that can provide the capabilities listed above.

    6. Government Contracts Regulations Exception(s)

    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work".

    7. Exclusions and/or Limited Tendering Reasons

    The following exclusion(s) and/or limited tendering reasons are invoked under the:

    • Canadian Free Trade Agreement (CFTA) – Article 513 b (iv)
    • World Trade Organization (WTO)

    8. Period of the proposed contract or delivery date

    Provision of Service must be delivered NLT 31 MAR 2023.

    9. Cost estimate of the proposed contract

    The estimated value of the contract is $250,000.00 CAD (GST/PST incl).

    10. Name and address of the pre-identified supplier

    Osprey Flight Solutions, Unit 3, The Bullpens, Manor Court,
    Herriard, Hampshire, RG25 2PH, United Kingdom

    11. Suppliers' right to submit a statement of capabilities

    Suppliers who consider themselves fully qualified and available to provide the goods and 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.

    12. Closing date for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is 13 NOV 2023, at 2:00 pm EDT.

    13. Inquiries and submission of statements of capabilities

    Inquiries and statements of capabilities are to be directed to:

    Proc Officer: Capt K. Grenier DAP 7-5-2
    Department of National Defence
    101 Colonel By Drive
    Ottawa, Ontario, K1A 1K2
    E-mail address: kyle.grenier@forces.gc.ca

    Contract duration

    The estimated contract period will be 4 month(s), with a proposed start date of 2023/11/13.

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • World Trade Organization Agreement on Government Procurement (WTO GPA)

    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
    Contact information

    Contracting organization

    Organization
    DND
    Address

    101 Colonel By

    Ottawa, On, K1A 1K2
    Canada
    Contracting authority
    Capt.Kyle Grenier
    Phone
    (819) 939-7031
    Email
    kyle.grenier@forces.gc.ca
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    12
    001
    French
    3

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Contract duration
    4 month(s)
    Procurement method
    Advance Contract Award Notice
    Selection criteria
    Not applicable
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.