AN/SSQ-62F (GPS) DICASS Sonobuoys

Solicitation number W8485-226517/A

Publication date

Closing date and time 2022/12/15 14:00 EST


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    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: 
    SONOBUOY TECH SYSTEMS
    4868 E PARK 30 DRIVE
    COLUMBIA CITY Indiana
    United States
    46725
    Nature of Requirements: 
    
    AN/SSQ-62F (GPS) DICASS Sonobuoys
    
    W8485-226517/A
    Holmes, Brenden
    Telephone No. - (819) 664-6516 (    )
    Fax No. - (   )    -     (    )
    
    AN/SSQ-62F (GPS) DICASS Sonobuoys
    
    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 AN/SSQ-62F (GPS) DICASS sonobuoys.  This requirement consists of six (6) lots (lots consist of quantity 1,186 sonobuoys - 1152 + 34 for lot sample testing) over a three (3) year period, delivered in quantities of two lots per year, with an option to procure up to two (2) additional lots.
    To eliminate the requirement for qualification and stores clearance testing, the sonobuoys must be currently flight qualified on either the P-3 Orion or CP-140 Aurora aircraft.
    The specific product requested is as follows:
    Stock code: 5845-01-678-2923
    Part Number: 90152A-809
    Description: AN/SSQ-62F (GPS) DICASS
    
    There are no security requirements associated with this requirement.
    
    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 meets the following requirements:
    The product must be a NATO A-size sonobuoy installed in LAU-126/A Sonobuoy Launch Containers built for aircraft /shipboard training and operations in accordance with the Production Sonobuoy Specification for Bathythermograph Transmitting Set AN/SSQ-36B and Sonobuoys AN/SSQ-53F, 62E, 77C and 101A (PSS) dated 1 October 2008 (Revised 03/17/2016 REV C CHG 1).
    The product must provide both range and bearing to the target for accurate position fixing and be capable of supporting any of the four DICASS acoustic frequencies. 
    This product must have both Electronic Function Select (EFS) for use prior to loading and launching and Command Function Select (CFS) to allow the operator to modify the sonobuoy’s modes of operation after it has been deployed in the water.
    This product must have GPS location reporting capabilities following activation, with the GPS information formatted in accordance with National Marine Electronics Association (NMEA) Protocol 0183.
    To be compatible with DND’s CP140 aircraft stores release systems, the product must be configured for air deployment within a cylindrical Sonobuoy Launch Container with a diameter of 4 7/8 (+0, -1/8) inches and a length of 36 (+.125, -187) inches.
    The product as configured for air deployment (bare buoy) shall pass with no force other than gravity through a vertical right cylinder having an inside diameter of 4 15/16(+1/64, -0) inches and 4 feet long.
    Air descent of the product must be stabilized and slowed by a parachute allowing for deployment within the Production Sonobuoy Specification (PSS) Altitude/Speed Launch Envelope.
    The product must be currently flight qualified on either the P-3 Orion or CP-140 Aurora aircraft to eliminate the requirement for qualification and stores clearance testing.
    The product must be capable of being deployed from the deck of a surface vessel.
    
    4.  Applicability of the trade agreement(s) to the procurement
     
    This procurement, on behalf of DND, is subject to the following trade agreement:
    · Canadian Free Trade Agreement (CFTA)
    
    5. Justification for the Pre-Identified Supplier
    
    Sonobuoy Tech Systems (STS) is the only known supplier capable of meeting the government requirement since STS has exclusive ownership of the Foreground and Background Intellectual Property for the AN/SSQ-62F (GPS) DICASS sonobuoy.
    
    6. Government Contracts Regulations Exception(s)
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6 (d) as only one supplier is capable of performing the work.
    
    7. Limited Tendering Reasons
    
    The limited tendering reasons are invoked under the (section of the trade agreement(s) specified):
     
    · Canadian Free Trade Agreement (CFTA) - Article 513 b (iii).
    
    8. Ownership of Intellectual Property
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    9. Period of the proposed contract
    
    The proposed contract is for a period of three (3) years.
    
    10.  Cost estimate of the proposed contract
    
    The value of the contract is estimated to be between $28,000,000 and $37,000,000.
    
    11.  Name and address of the pre-identified supplier
    
    Sonobuoy Tech Systems 
    4868 East Park 30 Drive 
    Columbia City, Indiana 
    USA 46725-8861
    
    12.  Suppliers' right to submit a statement of capabilities
    
    Suppliers who consider themselves fully qualified and available to provide the 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 15 December 2022  at 2:00 p.m. EST.
    
    14.  Inquiries and submission of statements of capabilities 
    Inquiries and statements of capabilities are to be directed to:
    
    Brenden Holmes
    Supply Team Leader, Defence and Marine Procurement Branch  
    Public Services and Procurement Canada / Government of Canada 
    brenden.holmes@tpsgc-pwgsc.gc.ca  / Tel: 819-664-6516
    
    
    
    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 in block letters 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.
    
    
    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:

    • 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
    Holmes, Brenden
    Phone
    (819) 664-6516 ( )
    Email
    brenden.holmes@tpsgc-pwgsc.gc.ca
    Address
    11 Laurier St. / 11, rue Laurier
    8C2, Place du Portage
    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
    ,
    Nova Scotia
    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: