Press Release

Space Situational Awareness (SSA) Study (W7714-156012/001/SL)

By SpaceRef Editor
November 27, 2014
Filed under , , ,

The resulting contract is from date of contract award until March 31, 2015

There is a security requirement associated with this requirement. For additional information, consult Part 6 – Security, Financial and Other Requirements, and Part 7 – Resulting Contract Clauses. Bidders should consult the “Security Requirements for PWGSC Bid Solicitations – Instructions for Bidders” (http://www.tpsgc-pwgsc.gc.ca/app-acq/lc-pl/lc-pl-eng.html#a31) document on the Departmental Standard Procurement Documents website

Bidders must provide a list of names, or other related information as needed, pursuant to section 01 of Standard Instructions 2003

For services requirements, Bidders in receipt of a pension or a lump sum payment must provide the required information as detailed in article 3 of Part 2 of the bid solicitation.

The requirement is limited to Canadian goods and/or services

The maximum funding available for the contract resulting from the bid solicitation is $80,000.00 (Applicable Taxes extra, as appropriate). Bids valued in excess of this amount will be considered non-responsive. This disclosure does not commit Canada to pay the maximum funding available.
Defence Research and Development Canada (DRDC) requires a study on Space Situational Awareness (SSA)

Space Situational Awareness (SSA) is the knowledge of all aspects necessary for operations in space. Aspects of SSA include the sensing objects in space (by optical telescopes or radar), estimating object orbits, predicting close approaches between orbiting objects, forecasting reentries and assessing satellite capabilities and state. SSA is much broader than the space debris problem alone and is a fundamental enabler for space operations and a key component to protecting space assets.

The SSA & Emerging Space Technology (EST) project in the Defence Research and Development Canada (DRDC) Joint Force Development (JFD) Space Operations Program will deliver enablers to develop Canadian Armed Forces (CAF) capabilities related to the Canadian Space Operations Cell (CANSpOC). Particular technology areas need to be validated with an aim toward keeping the CANSpOC technologically prepared for future SSA needs.

The stand-up of the CANSpOC has created a need for a space Common Operating Picture (COP) providing an interface between the CAF, domestic users, and international allies. The CANSpOC Mission System (CMS) is a future system capability that will enhance SSA capabilities of the CANSpOC. The CMS will focus on the mission areas of orbit determination and estimation, conjunction assessment, object reentry warning and prediction, satellite pattern of life determination, and space object identification. The purpose of this study is to perform proof of concept technical validation for potential future CMS requirements. Some degree of exploration on the part of the contractor will be required in order to determine the viability of the requested problem solutions.

TECHNICAL EVALUATION CRITERIA

Mandatory and point rated technical criteria are included in Attachment 2 of the bid solicitation.

BASIS OF SELECTION — HIGHEST RATED WITHIN BUDGET

To be declared responsive, a bid must:

(a) comply with all the requirements of the bid solicitation;

(b) meet all mandatory technical evaluation criteria;

(c) obtain the required minimum points for each group of criteria with a pass mark; and

(d) obtain the required minimum points overall for the technical evaluation criteria which are subject to point rating (50%).

Bids not meeting (a) or (b) or (c) or (d) will be declared non responsive. The responsive bid with the highest number of points will be recommended for award of a contract, provided that the total evaluated price does not exceed the budget available for this requirement. In the event that the highest number of points is obtained by more than one responsive bid, the responsive bid with the lowest evaluated price will be recommended for award of a contract.

CONTRACTING AUTHORITY

Joseph Hulse
Supply Specialist
Public Works and Government Services Canada
Science Procurement Directorate

Place du Portage III, 11C1
11 Laurier Street
Gatineau, Québec
K1A 0S5

Phone: (819) 956-3356
Fax: (819) 997-2229
Email: Joseph.hulse@tpsgc-pwgsc.gc.ca

All enquiries must be submitted in writing to the Contracting Authority no later than 5 calendar days before the bid closing date.

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.

Tender Link: https://buyandsell.gc.ca/procurement-data/tender-notice/PW-14-00662315

SpaceRef staff editor.