Public Works and Government Services Canada RETURN BIDS TO: RETOURNER LES SOUMISSIONS À: Bid Receiving - PWGSC / Réception des soumissions TPSGC 11 Laurier St. / 11, rue Laurier Place du Portage , Phase III Core 0A1 / Noyau 0A1 Gatineau, Québec K1A 0S5 Bid Fax: (819) 997-9776 Travaux publics et Services gouvernementaux Canada 1 1 Title - Sujet Satcom On The Move (SOTM) Solicitation No. - N° de l'invitation Amendment No. - N° modif. W8476-134035/A 020 Client Reference No. - N° de référence du client Date W8476-134035 2014-02-06 GETS Reference No. - N° de référence de SEAG PW-$$RA-002-24119 File No. - N° de dossier CCC No./N° CCC - FMS No./N° VME 002ra.W8476-134035 SOLICITATION AMENDMENT MODIFICATION DE L'INVITATION The referenced document is hereby revised; unless otherwise indicated, all other terms and conditions of the Solicitation remain the same. Solicitation Closes - L'invitation prend fin at - à 02:00 PM on - le 2014-03-12 F.O.B. - F.A.B. Plant-Usine: Destination: Eastern Standard Time EST Other-Autre: Address Enquiries to: - Adresser toutes questions à: Buyer Id - Id de l'acheteur 002ra McGrath, Phil Ce document est par la présente révisé; sauf indication contraire, les modalités de l'invitation demeurent les mêmes. Time Zone Fuseau horaire Telephone No. - N° de téléphone FAX No. - N° de FAX (819) 956-0486 ( ( ) ) - Destination - of Goods, Services, and Construction: Destination - des biens, services et construction: See Herein Comments - Commentaires Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur Instructions: See Herein Instructions: Voir aux présentes Delivery Required - Livraison exigée Delivery Offered - Livraison proposée Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur Issuing Office - Bureau de distribution Land Projects and Communication System Support Division/Div des projets terrestres et support de systèmes de communication 11 Laurier St. / 11, rue Laurier 8C2, Place du Portage, Phase III Gatineau Québec K1A 0S5 Telephone No. - N° de téléphone Facsimile No. - N° de télécopieur Name and title of person authorized to sign on behalf of Vendor/Firm (type or print) Nom et titre de la personne autorisée à signer au nom du fournisseur/ de l'entrepreneur (taper ou écrire en caractères d'imprimerie) Signature Canada Page 1 of - de 4 Date Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8476-134035/A 020 002ra Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W8476-134035 002raW8476-134035 This amendment #020 to the RFP is raised to answer questions from Bidders. A. Questions 84 to 91. Question 84. There may also be an issue achieving final WGS certification by 18 MACA as Canada will have to provide completed installation packages for each vehicle type that the VASS is installed on prior to completing the WGS certifications. Amendment 16, Question 68, noted that Canada intends to use LAV 3 and Bison platforms. Can Canada: a) confirm the number of different platform types that will require certification so that the qualification effort can be costed; and, b) provide a milestone schedule indicating when the vehicle installations will be provided as GFI. Answer 84: Question Reference: Wideband Terminal Performance Certification Requirements Version 2.00 dated 18 July 2013. a). WGS Certification of the VASS will be required on one (1) DND 'primary' (as defined at the Question's Reference) vehicle in both X and Ka bands no later than 18-months after contract award. The Contractor is responsible for costs as per the RFP Part 7, Paragraph 20. As stated in the Question's Reference, it is reasonable to assume that testing for the VASS will be required on the "primary" vehicle platform itself at the Aberdeen Proving Grounds, Maryland. Providing this DND "primary" vehicle itself will be the responsibility of DND. The Contractor will be responsible for providing their proposed VASS solution to Aberdeen Proving Grounds, Maryland, or an appropriate alternate location agreed with Canada, to be installed on the "primary" vehicle or possibly the motion table, as is required to support WGS Certification, and all engineering support required for the Contractor's VASS solution to successfully achieve full WGS Certification. Subsequent 'secondary' (as defined in the Question's Reference) vehicle WGS certifications will be the responsibility of DND. b). If any vehicle installation drawings are required by the Contractor in support of obtaining WGS Certification they will be made available at the Kick-off meeting after Contract Award. No schedule is required. Question 85: Annex A para 1.3 (l) states that the TA retains responsibility to provide cables for the VSS with minor exceptions. However it also states that the Contractor must provide cables internal to the proposed VSS . It reiterated in Annex A para 4.1.2 that all cables "internal to the proposed VSS" are to be delivered. Mitigating this, there is no deliverable item listed for cables in Appendix A6 to Annex A and the list of VSS components in Appendix A1 to Annex A, para 2.3.1. The VSS consists of the VASS, SOTM vehicle Modem, a CF-30, a HAIPE Crypto and the TCP PEP, of which only the VASS and the PEP application are deliverable. Please confirm that the only cables or connectors associated with the VSS that are deliverables are those internal to the VASS and any unique external connectors or backshells used on the VASS that are not readily available. Page 2 of - de 4 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8476-134035/A 020 002ra Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W8476-134035 002raW8476-134035 Answer 85: For the purposes of this RFP with regard to cables, cables external to the VASS are defined as power cables (SRD ref 146), L-Band interface cables (SRD ref 141) and data/control cables (SRD ref 143). All other VASS cables are considered internal cables, and are the responsibility of the Contractor as per para 4.1.2. Question 86: References: Attachment 1 to Appendix 1 to Annex A, Table 3-1 (SOTM SystemRequirements Statements), TPS-1-2 and TPS-1-4, Paragraph b: VSS to HSS link budget, Military Ka Band; Solicitation Amendment 6, question 36. Is it the intent of the DND that vendors should only apply a zone K rain model one side of the link? If so, does the DND have a preference on the side? If not, is it acceptable for the bidder to clearly state reasonable assumptions? Answer 86: The Bidder is only required to apply a zone K rain model to one side of the link and Bidders may choose which side. Question 87: To cover Export compliance requirements for the SOTM program, there may be a requirement for a Technical Assistance Agreement between one or more suppliers and the DND to be executed upon contract award. This document may take time for the DND to approve , therefore we propose that providing the DND with a Draft TAA in advance of contract award for review and comments only would assist in expediting the process. Will Canada consider this approach. Answer 87: Where a Bidder may have a requirement for a TAA, the Bidder is requested to provide the Draft TAA with its proposal. Question 88: Reference Annex A, Paragraph 4.6.2 Compliance and DID SE-004 (a) Will Canada provide an identification of Regulations, Laws or agency certifications that are to be applicable or required for the design and selection of the supplied equipment and system? (b) For example, is CSA Certification required for any portion of electrical and electronic equipment power generators or HVAC units, sub-systems or systems? Answer 88: (a) No, Canada will not provide any additional identification of “Regulations, Laws or agency certifications that are to be applicable or required for the design and selection of the supplied equipment and system” beyond what is already in the RFP. (b) See also Supplemental General Conditions 4001. For clarity purposes, the clause regarding electrical equipment is provided below: 4001 06 (2008-05-12) Certification of Electrical Equipment The Contractor guarantees that all electrical equipment delivered under the Contract is either: certified by an organization accredited by the Standards Council of Canada in accordance with Part I of the Canadian Electrical Code; or has been inspected by an organization acceptable to the Chief Electrical Page 3 of - de 4 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8476-134035/A 020 002ra Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W8476-134035 002raW8476-134035 Inspector in the province, territory or city in Canada where the electrical equipment will be delivered, in which case the Contractor must present evidence of this inspection if requested by Canada. Question 89: Reference Annex A, Paragraph 4.6.1 General – Will Canada provide copy or access to the Canadian Forces Supply System (CFSS) material listing? Answer 89: Amend RFP Annex A, Paragraph 4.6.1 as follows: Delete 2nd paragraph as shown here: “The Contractor shall not increase the hazard risk, or the number of controlled substances in any changes to the existing configuration without a measureable increase in equipment performance that is authorized by the Technical Authority. For any proposed changes, the Contractor shall review the Canadian Forces Supply System (CFSS) material listing for an existing suitable product before recommending introduction of a new product into the CFSS inventory.” That requirement was intended for any part of the proposal that was built to a design provided by Canada and is now judged to not be needed for this procurement. Although not expected to be necessary, any access to the Canadian Forces Supply System (CFSS) material listing will be arranged after Contract Award by Canada as and when required and approved. Question 90: RFP instructions, Para. 2.4.9, Investment Framework (IF) states that “An IF transaction that has been fully reviewed and approved by the IRB authority as a Banked Transaction may be included in Bidder’s IRB Proposal submitted at bid closing…” Does the Canadian Government want bidders with banked transactions to send details of those banked transactions now for review and approval before proposal submittal? Answer 90: Approved Banked Transactions may be submitted with the bid. Question 91: In Annex B, Appendix B1, Note 3 states, “At Contract Award the Phase 1 price will be adjusted downward in accordance with the cost of obtaining WGS Certification for the VASS and the HASS. (a) Does that mean that the costs of WGS certification shall not be included in the proposal? Should we assume the Canadian Gov’t. will pay for WGS Certification? (b) Will all downward adjustments be at the same value? Answer 91: (a) No. See the RFP Part 7, Para 20 and the answer to Question 84, and Annex B para 4.0. (b) No. See the RFP Part 7, Para 20, and Annex B para 4.0. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. Page 4 of - de 4
© Copyright 2024 ExpyDoc