Multi Role Boat (MRB) Radios-W8472-215841

Solicitation number W8472-215841/A

Publication date

Closing date and time 2020/09/16 14:00 EDT


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Consulting Services Regarding Matters of a Confidential Nature
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Harris Corporation
    1350 Jefferson Road
    Rochester New York
    United States
    14623
    Nature of Requirements: 
    
    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 
    2.1 The Department of National Defence (DND) has a requirement for the supply of quantity thirty (30) TYPE 1 SECURE (“SECRET”) VHF, UHF, SATCOM Radios; and thirty (30) TYPE 1 SECURE (“SECRET”) HF Radios; and
     
    2.2 Ancillary equipment to support the integration of the radios in paragraph 2.1.  
    
    2.3 The Radios must be “Approved for Use” by the Canadian Security Establishment (CSE), OR the supplier must submit a waiver for lab, field and integration testing provided to them by the CSE by the ACAN posting date, otherwise the radios will not be considered to meet the requirements of this procurement. 
    
    2.4 The Radios must be suitable for operating in a marine environment and capable of operating continuously in fog, snow, heavy rain and humidity levels up to 100 %. 
    
    2.5 The VHF, UHF, SATCOM Radio must:
      - Be a Type 1, software defined radio with embedded encryption; 
      - Be capable of simultaneous transmission and reception of SECURE     voice and data, including positional data, short text messages and     up to full-motion video;
      - Be capable of supporting (Adaptive Networking Wideband Waveform)     ANW2®C and TSM-X™ waveforms; and
      - Be capable of supporting Mobile User Objective System (MUOS)     connectivity.
    2.6 The HF Radio must: 
      - Be a Type 1, software defined radio with embedded encryption;
      - Be capable of SECURE and NON-SECURE communications within and beyond     line-of-sight (LOS), up to a range of 60 nm; and
      - Be capable of simultaneous transmission and reception of SECURE     voice and data, supporting data rates up to +100 kbps.  
    
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    
    3.1 Any interested supplier must demonstrate by way of a statement of capabilities that its equipment meets the following requirements: 
    
      - It has software defined, Type 1 radios with embedded encryption;
      - The Type 1 VHF, UHF, SATCOM radio must be capable of supporting     ANW2®C and TSM-X™ waveforms.
      - Both Type 1 radios must be capable of simultaneous transmission and     reception of SECURE voice and data; and
      - It can supply a complete system, which includes the radios and its     ancillary equipment that meets all the mandatory requirements of DND     as described in paragraph 2, above.
    
    4. Applicability of the trade agreement(s) to the procurement 
    4.1 This procurement is excluded from the following trade agreements:
    CUSMA:The services required are related to FSC 5820 - GSIN 5820, which are excluded in accordance with Canada United States Mexico Free Trade Agreement (CUSMA) Annex 1001.1b-2, Section B, Item J;
    WTO-AGP:The services required are excluded in accordance with the World Trade Organization - Agreement on Government Procurement (WTO-AGP) Appendix 1, General Notes 1(c);
    4.2 This procurement is subject to the following trade agreement:
    The Canadian Free Trade Agreement (CFTA) applies to this procurement. The limited tendering strategy is in accordance with Article 506.12. (a), as there is only one supplier who is able to meet the requirements of the procurement. Specifically, in order to ensure compatibility and interoperability with existing installed tactical communicational infrastructure, the services can be supplied by only a particular supplier due to the Exclusive Rights of the supplier.
    
    5. Comprehensive Land Claims Agreement(s) 
    The Comprehensive Land Claims Agreements (CLCA) do not apply because the delivery points do not fall within the geographic areas covered by the CLCAs. 
    
    6. Justification for the Pre-Identified Supplier 
    6.1 Canada intends to award a contract to Harris Global Communications, Inc.  for the supply of the identified equipment under section 2.
    
    6.2 The L3Harris AN/PRC-163 Radio is the only known, currently CSE authorized for lab, field and integration testing, Type 1 UHF, VHF, SATCOM Radio that has embedded encryption, is capable of simultaneous transmission and reception of SECURE voice and data including up to full motion video, supports the TSM-X™ and ANW2®C waveforms and has the compatibility for supporting MUOS connectivity. 
    
    6.3 In addition, the L3Harris AN/PRC-160(V)1-CA Radio is the only known, currently “Approved for Use” by the Communications Security Establishment (CSE), Type 1 HF Radio that has embedded encryption, is capable of simultaneous transmission and reception of SECURE voice and data, at data rates exceeding +100 kpbs. 
    
    6.4 For the purposes of this contract, SECURE means “Secured with NSA-certified Type 1 Encryption”.
    
    6.5 Taking into consideration the critical compatibility requirement with current in-service equipment and interoperability with other branches such as the Canadian Army and special operations teams such as CANSOFCOM and Naval Tactical Operations Group (NTOG), the L3Harris AN/PRC-163 and AN/PRC-160(V)1-CA are the only known products that addresses DND’s capability deficiencies and meets its form, fit and functional requirements. 
    
    7. Government Contracts Regulations Exception(s) 
    7.1 The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d), where only one person/company is capable of performing the contract. 
    Exclusions and/or Limited Tendering Reasons 
    
    Following exclusion(s) and/or limited tendering reasons are invoked under the: 
    Canadian Free Trade Agreement (CFTA) - Article(s) 6(d)
    7.2 Canada intends to award this contract to Harris Global Communications, Inc. as it has been identified as a Sole-source vendor that can provide the goods and services required.
    
    7.3 Harris Global Communications, Inc. is the Original Equipment Manufacturer (OEM) and has the intellectual property rights for the software, firmware and the legacy equipment that is current in service at DND. 
    
    
    8. Ownership of Intellectual Property 
    8.1 Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor. 
    
    8.2 There will not be any Intellectual Property (IP) developed under this contract. L3Harris holds the (IP) rights for its equipment, software and firmware and the IP rights will reside with the supplier. 
    
    9. Period of the proposed contract or delivery date 
    The proposed contract is for a period of two years plus two option years from the contract award date. 
    
    10.  Cost estimate of the proposed contract
    The estimated value of the contract, including option(s), is 7,800,576 CDN (GST/HST extra), as applicable. 
    
    11. Name and address of the pre-identified supplier 
    Harris Global Communications, Inc.
    A Wholly-Owned Subsidiary of L3Harris Technologies, Inc. 
    1350 Jefferson Road
    Rochester, NY 14623 USA
    
    12. 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.
    
    13.  Closing date for a submission of a statement of capabilities 
    The closing date and time for accepting statements of capabilities is on the covering page of this notice. 
     
    14. Inquiries and submission of statements of capabilities 
    Please submit statements of capabilities or inquiries to: 
    
    
    Nadir Abdulkadir
    Public Works and Government Services Canada
    Defence and Marine Procurement Branch 
    Electronics, Munitions and Tactical Systems Procurement Directorate 
    Defence Communications Division (QD)
    11 Laurier Street
    Place du Portage, Phase III, 8C2
    Gatineau, Québec, Canada K1A 0S5
    Telephone:  (819) 664-8121
    E-mail:  Nadir.Abdulkadir@tpsgc-pwgsc.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

    • Canadian Free Trade Agreement (CFTA)

    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:

    • Consulting Services Regarding Matters of a Confidential Nature (for contracts not covered by CETA, CFTA, WTO-GPA, CPTPP, CKFTA and CUFTA)

    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
    Abdulkadir, Nadir
    Phone
    (819) 420-1754 ( )
    Email
    nadir.abdulkadir@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    11 Laurier St./11, rue Laurier
    Place du Portage, Phase III, 8C2
    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
    British Columbia
    ,
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding

    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: