Canada - Buy and Sell

57 downloads 224 Views 479KB Size Report
Jul 31, 2015 - Name and title of person authorized to sign on behalf of Vendor/Firm ... Signature .... e) To minimize co
Public Works and Government Services Canada

Travaux publics et Services gouvernementaux Canada

1

1

RETURN BIDS TO: RETOURNER LES SOUMISSIONS À:

Title - Sujet

Bid Receiving - PWGSC / Réception des soumissions - TPSGC 11 Laurier St. / 11, rue Laurier Place du Portage , Phase III Core 0B2 / Noyau 0B2 Gatineau Québec K1A 0S5 Bid Fax: (819) 997-9776

Solicitation No. - N° de l'invitation

Amendment No. - N° modif.

W8472-135462/B

001

Client Reference No. - N° de référence du client

Date

W8472-135462

2015-07-31

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. Ce document est par la présente révisé; sauf indication contraire, les modalités de l'invitation demeurent les mêmes.

Underwater Warfare Suite Upgrade

GETS Reference No. - N° de référence de SEAG

PW-$$QF-101-25303 File No. - N° de dossier

CCC No./N° CCC - FMS No./N° VME

101qf.W8472-135462

Solicitation Closes - L'invitation prend fin at - à 02:00 PM on - le 2016-11-30 F.O.B. - F.A.B.

Specified Herein - Précisé dans les présentes

Plant-Usine:

Destination:

Other-Autre:

Time Zone Fuseau horaire

Eastern Standard Time EST



Address Enquiries to: - Adresser toutes questions à:

Buyer Id - Id de l'acheteur

Michael Rancourt

101qf

Telephone No. - N° de téléphone

FAX No. - N° de FAX

(819) 956-5650 (

(819) 956-5650

)

Destination - of Goods, Services, and Construction: Destination - des biens, services et construction:

Comments - Commentaires

Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur

National Defence Headquarters MGen Georges R. Pearkes Building 101 Colonel By Dr. Ottawa On, K1A 0K2 Canada

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

Electronics, Simulators and Defence Systems Div. /Division des systèmes électroniques et des systèmes de simulation et de défense 11 Laurier St. / 11, rue Laurier 8C2, Place du Portage 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 2

Date

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

Buyer ID - Id de l'acheteur

W8472-135462/B

001

101qf

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

W8472-135462

101qfW8472-135462

This Request for Information (RFI) amendment 14 is to release: Annex A - Industry Communiqué - The Underwater Warfare Suite Upgrade Project; and Annex B - UWSU Request for Visit forms.

Page 2 of - de 2

15 July 2015

RDIMS #3752366

ANNEX A - INDUSTRY COMMUNIQUÉ The Underwater Warfare Suite Upgrade Project INTRODUCTION 1. The Department of National Defence (DND) Underwater Warfare Suite Upgrade (UWSU) Project seeks to upgrade the Anti-Submarine Warfare (ASW) capability for the Royal Canadian Navy (RCN) Halifax Class frigate. This upgrade is intended to be installed on post Mid-Life Refit (MLR) ships, with an Initial Operational Capability (IOC) date planned for 2020. 2. The purpose of this document is to provide industry with an update of the current scope, constraints and intended procurement strategy for the Project, as these have undergone significant refinement since the last round of industry engagements took place. This document will also provide industry with a snapshot of current activity and insight into the plans for the coming year. 3. The information provided in this document is subject to change, and cannot be construed as a commitment by the DND to any particular course of action. No information is being sought from industry at this time. BACKGROUND 4. The UWSU Project has the objectives to replace or upgrade the components of the legacy Underwater Warfare (UWW) sensor suite for the Halifax Class, namely the AN/SQR-501 Towed Array (CANTASS), the AN/SQS-510 Hull Mounted Sonar (HMS), and the AN/UYS-503 Sonobuoy Processing System (SPS). Newly added capabilities will be Towed Low Frequency Active Sonar (LFAS), and a Torpedo Sonar Intercept and Classification (TORSIC) system (frequently referred to as Active Intercept). Ownship Noise Monitoring (ONM) for signature management purposes is also a requirement. All UWW sensors will be integrated to provide the operator with tools to perform data fusion and management of the UWW tactical picture. 5.

The project is also required to deliver a)

a full set of operator and maintainer training capabilities, including an embedded training functionality.

b) acoustic post-mission analysis capabilities; c)

shore-based test systems; and

d) any necessary infrastructure upgrades for in service support. 6. The scope of the project is detailed further in subsequent sections of this document. 7. The intended procurement strategy for the UWSU Project will be to compete the acquisition contract to a single vendor or system integrator, who will work with the Halifax Class In Service Support Contractor and the shipyard in order to integrate and install the new system into the ship. The conduct of the

1/15

15 July 2015

RDIMS #3752366

installations themselves will be the responsibility of DND and the applicable shipyard. In tandem with the acquisition contract, the UWSU In Service Support Contract (ISSC) is also intended to be tendered, responses to which will be evaluated alongside the UWSU capital acquisition as a total package from the vendor. Further detail regarding the ISSC and the intended procurement strategy is provided later in this document. 8. As the UWSU Project budget is capped at a ceiling value for the acquisition, there is some likelihood that not all 12 ships of the Halifax Class will be equipped identically. The DND is committed, however, to acquire sufficient capability to meet the minimum operation capability as expressed in the Statement of Operational Requirement. This is discussed further in section 12. CURRENT ACTIVITY 9. The UWSU Project has recently entered Definition Stage, and has initiated a number of activities in preparation for the Project’s entering into Implementation Stage. These activities include: a)

Drafting and preparation for approval of the final Statement of Operational Requirement;

b) Drafting of the System Requirements Document (SRD) and corresponding Statement of Work (SOW) for procurement; c)

Conducting the preliminary impact assessments and costing for integration of the UWSU system into the ship and related shore-based systems, including interfaces to the Halifax Class Combat Management System (CMS), and operations and maintenance trainers;

d) Conducting the preliminary impact assessments and costing for ship Engineering Change Specification development, installation and Set to Work; and e)

Developing the Statement of Support Intent (SSI) which will lead to development of the Statement of Work for the UWSU In-Service Support Contract (ISSC).

SCOPE 10. The deliverables for the UWSU Project are illustrated in Figure 1. Note that this is only a notional decomposition of the UWSU system. As delivered, the UWSU system may differ from the pictured concept.

2/15

15 July 2015

RDIMS #3752366

Figure 1 Block Diagram – UWSU System

11. At a high level, UWSU intends to replace all inboard systems with Commercial-off-the-Shelf (COTS) based hardware wherever possible and upgrade or replace wet-end sensors. Specifically: a)

3/15

The primary new wet-end sensors will be a combination Low Frequency Active (LFA) active/passive sonar system to replace CANTASS. LFA will be a new capability for the RCN, but R&D systems had been built and tested as part of the Towed Integrated Active Passive Sonar (TIAPS) technology demonstrator project.

15 July 2015

RDIMS #3752366

b) Legacy components that will likely be retained are the AN/SQS-510 HMS transducer array, and the CANTASS Handling and Stowage system. Some modifications to those legacy items can be anticipated (for example, upgrades to the HMS transmitter, and a change to the CANTASS winch slip ring and associated fairlead). c)

The system will also include a Hull-mounted active intercept system comparable to the TORSIC systems that underwent evaluation by DND over the previous five years (though implementation details may differ for UWSU, for example, mounting externally to the ship’s hull or HMS dome). A TORSIC capability is intended to be included in the towed sensor system as well.

d) An Ownship Noise Monitoring (ONM) is included, using the fitted acoustic sensors as basis for signature measurement and monitoring. e)

All inter-compartment cabling will be replaced with Ethernet (copper or fibre-optics) where appropriate.

The scope for the various sub-systems and other aspects of the project are detailed in the following sections. 12. In addition to the constraints of time and budget, as a fleet back-fit project, UWSU is naturally constrained by the platform into which it is being installed. These constraints are as follows: a)

The UWSU Project towed sensor system must be implemented as a single tow, replacing the current CANTASS.

b) The UWSU acquired towed system must co-exist and be able to be operable alongside the current towed torpedo countermeasure system, the AN/SLQ25A Nixie. c)

No changes to the AN/SLQ-25A system are permitted under this Project, for example, to add new sensor capabilities to the Nixie tow.

d) Under normal ship operations, during deployment, use underway, and retrieval the UWSU towed systems shall not physically interact with the ship stern flap. e)

To minimize cost and risk, the UWSU Project must make maximum re-use of existing infrastructure such as cabinetry and sensor stowage and handling systems. The rated system to be used for evaluation of proposals will be such as to favour those making the most re-use of existing infrastructure, minimizing the cost of introducing the capability as well as through-life costs.

f)

To minimize cost and risk, the UWSU Project is physically constrained, to the extent practicable, by the current space, weight, and cooling and power requirements of the existing equipment. Evaluation of proposals will be such as to favour those having the least impact on space, weight, cooling and power requirements.

4/15

15 July 2015

RDIMS #3752366

g) Extensive modifications to the hull or superstructure may have negative impacts on the length of implementation of the Project, the availability of ships and the overall cost of the Project. Therefore, when considering options available to provide UWSU to the Halifax class, these factors, and ultimately the scope of proposed hull and superstructure modifications will have a significant impact on the determination of the selected option. To minimize cost and risk, where possible, any hull modifications must be limited in scope. Evaluation of proposals will be such as to favour those having the least impact in terms of changes to the hull. This includes but is not limited to temporary or permanent changes to the transom; temporary removal of deck plates, bulkheads or any other structure or equipment for the purposes of equipment removals or replacement, and permanent removals or relocation of deck plates, bulkheads or any other structure or equipment for the purposes of accommodation of UWSU equipment. h) Further, the UWSU Project must not make any hull modifications or equipment installations, permanent or temporary, that would have an impact on the ability of the ship to conduct flight operations. 13.

The following paragraphs discuss the scope of the project in further detail. 13.1. Integration of UWW Capabilities. The legacy UWW capabilities (namely passive Towed Array, Hull Mounted Sonar and Sonobuoy Processing) can be considered “stovepiped” in that very little cross-correlation or sharing of information between sensors takes place in order to better understand the underwater “picture”. It is understood that correlation of different sensors improves detection and tracking performance. Thus, the design of the UWSU architecture will enforce a centralized concept for processing that enables the fusion of different sources of data. The centralized processing concept also facilitates the implementation of a number of other intended features for the system, for example: (a) Redundancy of processing resources, whereby processing load may be redistributed (manually or automatically) in the event of failures of any particular processor;1 (b) Notification between subsystems of activity, for example notifying other subsystems when active sonar transmissions are taking place; and (c) Implementation of an “any page, anywhere” concept of operator interaction, whereby any particular function of the UWW suite will be available for operators at any particular workstation. 13.2. Hull Mounted Sonar. The AN/SQS-510 Sonar is a medium-frequency Hull Mounted Sonar capable of both active and passive operations. While the transducer array is considered supportable through to the end of life for the Halifax Class, the inboard transmitter electronics and signal processing systems

1

Also, in general, all available UWW data should be processed and recorded on a continual basis, regardless of whether or not the operators are displaying or interacting with the processed data.

5/15

15 July 2015

RDIMS #3752366

require updating in order to meet operational requirements. The upgrades are to include the capability to transmit and process combination FM and CW2 waveforms, or other user-defined waveforms, for both slow and fast moving targets. 13.3. Passive Towed Array / Active Receive Array. The legacy AN/SQR-501 CANTASS is a low-frequency passive towed array. Deficiencies related to this system include a limited frequency range and limited dynamic range. Both of these factors are detrimental to its ability to co-exist and/or to take advantage of active sources in a bi-static sonar operation.3 The replacement receive array, therefore, must have a high dynamic range and a frequency range that extends into the range used by Low Frequency Active Sonars such as the Cyclone HELRAS. Optionally, capability for active receive coverage into the medium frequency bands used by the active AN/SQS-510 HMS may be a deliverable, as would the capability to process those transmissions in an own-ship bi-static mode of operation. For frequency ranges in the LFA band, the receive array must be directional in that port-starboard bearing ambiguity is immediately resolved with the receipt of each active sonar transmission. To fit to the ship, it is desirable to re-use the existing OK-410 winch. It is acknowledged that (a) some modifications to that winch may be required to fit a new passive towed array / active receive array, and these modifications will be within scope for the UWSU system integrator, and (b) in order to accommodate a combination active receive / passive array, some compromises to the low frequency coverage and/or tow cable length may be acceptable. 13.4. Low Frequency Active Sonar. UWSU shall deliver a towed Low Frequency Active transmit capability in order to meet detection requirements below the surface layer. It shall be capable of use with the active receive array (paragraph 13.3). Referring to the constraints described in paragraph 12, the LFA transmitter shall be included in the same tow as the passive active receive towed array. Further referring to the constraints in paragraph 12, solutions for an LFA system should not result in significant changes to the ship’s hull. As with the HMS, the LFA transmit and receive system shall include the capability to transmit and process combination FM and CW waveforms, or other user-defined waveforms, for both slow and fast moving targets. 13.5. Sonobuoy Processing System. The requirements for the new SPS are to be able to access all 99 standard sonobuoy channels, and to be able to process a minimum of 16 of those channels simultaneously. In addition, the SPS must have the capability to interact with sonobuoys which implement the standard Command Function Select capability. This latter requirement will entail a change to the Sonobuoy radio system, which currently does not have the 2

Frequency Modulated and Continuous Waveform

3

It is recognized that sonar bi-statics and multi-statics are emerging technologies for ASW, and with the exception of sonobuoy systems, may not yet be mature enough to be included as a deliverable for UWSU. That said, it is a design goal that the UWSU System shall be designed to be ready to take advantage of this technology in the future through specific design requirements and component selections.

6/15

15 July 2015

RDIMS #3752366

capability for transmit over UHF. The SPS shall include a sonobuoy-based multistatic capability which integrates, coordinates and processes the data from sonobuoy fields consisting of multiple active and passive sonobuoys. At a minimum, the sonobuoys to be supported are those defined in the DND document Sonobuoy Reference Guide,4 but ability to extend capability for new sonobuoys should be considered in the design and selection of the antenna(s), the receiver/transmitter and the processing system (including software). Commonality of components with RCAF Sonobuoy Processing Systems may be considered, but is not mandatory. 13.6. Torpedo Sonar Intercept and Classification System. Following from previous technical evaluations by DND, UWSU will deliver an Active Intercept (or TORSIC) capability implemented as both hull-mounted and towed sensors. TORSIC processing will resolve bearing of the received signals (though allowing for left-right bearing ambiguity from the towed TORSIC sensors). Automated alertment of the operators of intercepted active sonar transmissions, along with other transients such as mechanical and biological noises, shall be implemented. Basic automated classification of transients based on frequency bands and duration should be included as a feature. To aid operators in classification, a ready method for audio replay and reprocessing of received transients shall be included. 13.7. Ownship Noise Monitoring. An Ownship Noise Monitoring (ONM) will be delivered by UWSU, using the fitted acoustic sensors as basis for signature measurement and monitoring. This will essentially be a software-based function, using ownship sensors (primarily the HMS and hull-mounted TORSIC sensors) to establish and monitor deviations from a baseline level, and providing facilities for automation of alerts to the operator. Fitment of accelerometers to the ship for ONM is not being considered at this time, but the capability must exist to allow for expanding the sensor inputs to ONM. Other optional features that may be included are interfaces to the ship’s propulsion and auxiliary machinery control system. 13.8. Marine Mammal Mitigation. All active systems shall be capable of implementing the best practices for Marine Mammal Mitigation, as defined in current RCN orders and doctrine. Tools and decision aids for Marine Mammal Mitigation purposes will help to achieve the overall intent of the requirement. 13.9. Impacted Compartments. The compartments potentially impacted by UWSU include: (a) the Operations (Ops) Room, (Deck 2, Frames 12 to 16); (b) the Forward Sonar Instrument Space (SIS) (HMS Equipment), (Deck 4, Frames 12 to 14); (c) the Aft Sonar Instrument Space (SIS) (CANTASS SESS Cabinets), (Deck 2, Frames 50 to 52.5); 4

C-59-007-006/MB-001

7/15

15 July 2015

RDIMS #3752366

(d) Radar Room No. 2 (SPS), (Deck 2, Frames 16 to 18); (e) the CANTASS Handling Equipment Compartment (Deck 2, Frames 59 to 62.75); (f)

the Main Mast (Sonobuoy antenna);

(g) the C5 Sonar Hull Outfit (HMS) assembly / Canoe subassembly; and (h) any intervening areas for intercompartment cable runs. 13.10. Operations Room Workstations. The UWSU project will replace or upgrade the existing two CANTASS consoles and one HMS console. Use of HCM standard 2-EYE MFWs is a stated optional requirement for the UWSU Vendor/System Integrator. It is recognized that there may be benefits to this approach from the perspective of DND, including pre-existing environmental qualifications, lower risk for issues related to security certification and accreditation, and lower departmental cost of ownership. However, aspects such as technical capabilities and footprint demands may preclude their use in favour of the UWSU vendor’s own solutions. It may also be more economical to refurbish the existing CANTASS and HMS consoles as part of UWSU. 13.11. Integration with the Sonar Control Supervisor (SCS) Workstation and Sonobuoy Processing System (SPS) Workstation. Both the SCS and SPS workstations were upgraded to HCM standard 3-EYE MFW as part of the HCM/FELEX project. Functionality currently available within the operating software of the Sonar Control Supervisor’s workstation may be leveraged as part of the overall UWSU solution. This may include, but is not limited to tools such as Target Motion Analysis (TMA), data fusion tasks and surface and sub-surface contact/track promotion/acceptance. Further details are intended to be provided as the project progresses. Though the sonobuoy operator workstation has been upgraded to a 3-EYE MFW, the legacy Sonobuoy Processing System was retained. As UWSU will upgrade the SPS with new capability, it will be within scope of the UWSU Project to adapt to the newly delivered MFW. 13.12. Interfaces to Ship Combat Management System and Navigation Data Distribution System. The UWSU Project will replace the legacy stove-piped UWW/CCS system interfaces by creating a single data interfaces to the Combat Management System (CMS) (neglecting any planned redundancy) and the ship’s Navigation Data Distribution System (NavDDS). The interfaces will generally be bi-directional, allowing the UWSU system to contribute to the overall tactical picture while receiving ship system status and navigation information as well as Above-water contact information to correlate with UWW sensors. Interfaces shall be implemented to conform to accepted Open Architecture principles. A deliverable by the UWSU OEM/System Integrator will be the necessary Interface Control Documents that will allow DND to implement any necessary changes to the other connected systems. 13.13. Interfaces to Other Ship Systems. The legacy system has an interface to the Underwater Telephone and an interface to the Bathythermograph Recorder is planned. These interfaces are intended to be updated as part of UWSU.

8/15

15 July 2015

RDIMS #3752366

13.14. Bathythermograph Recorder. As currently implemented, the main component of the MK8-F Bathythermograph Recorder consists of an isolated chassis housing electronics and a laptop computer. This unit interfaces with deployed probes via a small junction box. To improve the usability of the recorder and to facilitate integration with UWSU data recording and analysis systems, it is intended to host the MK8-F electronics within the UWSU delivered cabinetry and to host the MK8-F software on the UWSU system, providing user interface and control directly on an UWSU console. 13.15. Environmental Modelling and Tactical Decision Aids. The UWSU system may leverage the environmental modelling and Tactical Decision Aids currently being delivered as part of the HCM program (specifically NITES2R) for performing both Monostatic and Multistatic sonar range predictions, sensor coverage analysis, ASW mission planning and other tasks, or deliver a separate stand-alone capability from the CMS. The sensors for which analysis is required include all of the active and passive systems being delivered by UWSU, including sonobuoys. CMS 330 hosted tools may fulfill these requirements, or vendors may propose their own solutions as fulfilling the requirements at lower cost and risk. Specific capabilities that will form part of the requirement include: (a) ability to calculate detection and counterdetection ranges for current or selected conditions; (b) ability to employ historical or real-time (or recent) acquired oceanographic data and threat subsurface and surface platform properties in range calculations; (c) ability to utilize range prediction results for development of sensor placement and employment recommendations; and (d) ability to plot sensor coverage areas on electronic charts based on sensor performance as derived from detection and counterdetection range predictions. 13.16. Trainers. The Training Needs Analysis is underway for UWSU, and many questions remain. A new navy initiative, for example, has commenced to integrate naval combat system training under one over-arching strategy, and a key component of that strategy is the delivery of Multi-Purpose Reconfigurable Trainers (MPTs). As this effort is expected to dovetail with the delivery of UWSU, there is some desire to target the MPT systems for UWSU operator training integration. As implementation of the training strategy has only just begun, there may be some uncertainty in the short term as to interface requirements and specifications to which UWSU will be expected to conform. In order to mitigate the risk, the approach for UWSU will be to deliver a robust embedded training capability with open interfaces that will allow for ready integration as specifications firm up. 13.17. Special Tools and Test Equipment. UWSU will be mandated to deliver all of the necessary Special Tools and Test Equipment to support the acquired system, or update them as necessary. For special consideration are:

9/15

15 July 2015

RDIMS #3752366

(a) The TULSA Reeler (ERN 69-859) is used to install and remove the current CANTASS towed array while alongside. Some modifications may be needed to accommodate new towed systems. (b) The Sonar Performance Figure (SPF) Measurement System (ERN 69812) is a transportable system used for the source level and beam pattern measurement and transducer calibration of the AN/SQS-510 sonar system. It consists of a Boom sub-system (Wet End) and a Computer Group sub-system (Dry-End). There are two full systems, one on each coast. 13.18. On Board Spares. Conventional approaches to On Board Spares for most equipment are likely to be taken, but spares for the towed sensors will require special consideration. Stowage and handling provisions exist to allow for spare modules of the CANTASS array to be swapped in and out, but a new system may have entirely different requirements for first-line maintenance. These requirements will be constrained by cost and space, and the modularity of the delivered towed sensors. OTHER PROJECT CONSIDERATIONS 14.

Other considerations for the project include the following: 14.1. Modularity. Towed systems should be modular such that sensor subsystems (passive receive, active receive, LFA transmit, TORSIC, etc) may be configured as appropriate to mission or equipment availability. This requirement has linkages to the Project’s Fit-for-but-not-With (FFBNW) strategy. 14.2. The Fit-for-but-not-With (FFBNW) Strategy. As mentioned previously, it is anticipated that the UWSU Project budget ceiling may be insufficient to equip all twelve Halifax Class frigates identically. As an initial baseline capability, it was assessed that having a minimum six ships fitted with modern active and passive systems (towed array, HMS and sonobuoy processing), and four ships with added LFA capability, would be the minimum necessary to meet operational requirements. In order to ease the transfer between ships of the class, it was further proposed that remaining ships implement all of the necessary engineering changes to make the transition of equipment feasible within a short work period. Under such a FFBNW scenario, it was acknowledged that the worst case was that some ships may operate without any organic UWW sensor systems. Other options will be pursued to find a compromise to this “all-or-nothing” approach, and are presently the subject of study. For example, though the selection of sub-systems will still be constrained to the Project’s budget ceiling, the selection may be such as to provide some minimum UWW sensor capability for each ship. Candidates include upgrades to the Hull Mounted Sonar, or a replacement Sonobuoy Processing System for the entire fleet of twelve ships. Compromises may be made, subject to budget and operational requirement. Industry engagement on this topic will be an important source of information during the Definition phase.

10/15

15 July 2015

RDIMS #3752366

14.3. Horizontal Capability. Horizontal Capability Development is the development and sustainment of a capability to be implemented across naval platforms. When systems are transitioned, the operator proficiencies and departmental experience that have been obtained over time are preserved. Horizontal Capability, however, does not necessarily imply the transfer or further procurement of actual equipment, for example: (a) At one level, the advantages to be gained from Horizontal Capability Development may be found in the transition of a Concept of Operations (CONOPS), training and doctrine and a continuum of technological advances from one platform to the next. This is particularly true for new technologies such as Low Frequency Active Sonar. (b) At an intermediary level, when open architectures, COTS and commercial standards are employed, software (or software algorithms) are readily portable from one platform to the next. (c) Finally, at the far end of the spectrum, commonality of equipment across platforms can also meet requirements for transition of technology and expertise while reducing the department’s cost of ownership for support. In following the Horizontal Capability Development concept, the UWSU Project will bridge the capability gap between the current inadequate UWW suite in the Halifax Class and the new Canadian Surface Combatant (CSC). Selection of technologies to be introduced (e.g. LFAS) and design choices (e.g. open architectures) by the UWSU project will ensure that the department can pursue Horizontal Capabilities where the opportunities present themselves while not constraining future decision makers. 14.4. In-Service Support. As described earlier, there is an intent to compete both the acquisition and in-service support simultaneously, awarding both to the same vendor. The In-service Support Contract (ISSC) is intended to be a long term relationship (an initial period, followed by potential periodic renewals), following the concepts laid out in departmental policy.5 This approach seeks to ensure best value to the government over the long term and would provide industry with the requirement and opportunity to approach the system design with the long-range horizon in mind. During future industry consultations, it is intended that the department provide an initial Statement of Support Intent / Concept of Support which will outline current support arrangements, and solicit industry feedback for the future ISSC. The result of these consultations would be the ISSC Statement of Work6 that will be part of the Request for Proposal Package. In the meantime, the following outline some of the considerations for the ISSC: a) Timing of ISSC Execution. As the UWSU System will consist in large part of COTS hardware, it is incumbent that the commencement of the ISSC may be fairly early in the life of the UWSU System delivery. As 5 6

DAOD 3022-0, Procurement of In-Service Support for CF Platforms Or, using more current terminology, “Performance Work Statement”.

11/15

15 July 2015

RDIMS #3752366 soon as the Critical Design Review (CDR) or equivalent milestone is complete, component obsolescence will begin. It will therefore be one of the functions of the nascent ISSC to monitor and mitigate this obsolescence. It is accepted that the throughput of ISSC will be gradually ramping up, and won’t be fully realized until FOC. However, between CDR and IOC, and especially between IOC and FOC, there will need to be a formalized relationship between the capital acquisition project and the ISSC. The details of how this relationship would function continue to be a topic for discussion. For example, how will solutions to obsolescence that are developed under the ISSC be transitioned to systems still to be delivered by the acquisition contract?

b) An Integrated Product Team (IPT) for the management of change for the acquired UWSU System. Made up of operational authorities, R&D, materiel authorities, and industry, an IPT would act to address obsolescence, prioritize and assess feasibility for proposals for change, establish and execute a change management plan (complete with a testing regime), and address materiel assurance requirements. An IPT could be established during acquisition and transition to the in service support phase. Concepts of this sort were the topic of early UWSU industry engagements (“Sonar Community of Interest”). c) Obsolescence and Technology Refresh. The current Halifax Class UWW suite consists of a closed architecture, with purpose-built software and hardware systems designed in the early 1980s. These systems have become increasingly difficult to support as component availability is dwindling, and the specialist skill sets needed to maintain older technologies are no longer readily available. UWSU shall avoid these problems of obsolescence and supportability by maximizing the use of COTS components and commercial standards. This will facilitate small-scale component replacement during the life of the system and avoid the need for large scale changes that were typically required to address obsolescence in the past. Also, UWSU shall accommodate a periodic technology refresh to maintain relevance with the current state of the industry. Recognizing that a large part of the investment in a system is in its software, UWSU shall specify commercial standards for software that will facilitate the porting of software from older UWSU system components to upgraded ones when conducting a technology refresh. The technology refresh process, instituted during the conduct of the capital project, will carry on in steady state during the in-service life of the UWSU project. This is a key design concept for the transition of technology and capability to future ship classes. As a benefit, the technology and design of UWSU will continue to be current, relevant, and able to respond to changes in operational requirements. Therefore, using technology refresh and technology insertion as required, UWSU is intended to remain technically capable through to the end of life for the Halifax Class.

12/15

15 July 2015

RDIMS #3752366

d) Technology Insertion. Technology Insertion is the process of upgrading a system or equipment capability by the planned, incremental, cyclical introduction of new or improved technology. Consequently, the UWW suite is to be designed in a modular fashion using commercial components and accepted commercial standards for all key interfaces between modules and components. An Open Architecture design allows for replacement of components and modules, whether hardware or software, with minimal impact on the remainder of the system and at a significantly reduced cost compared to traditional capital acquisition projects. This will allow the UWSU Project to continue to leverage the current Defence Research and Development work in anti-submarine warfare and to maintain operational relevance. e) Training Support. While it is intended for the Navy to be responsible for operator and maintainer training, there may be frequent occasions where direct OEM support is required. This is anticipated in the event (in particular) when Technology Refresh or Insertion activities have created a mis-match in configurations at sea, in the trainers, and in development. Being COTS-based, it is expected that change will be frequent and thus require some bridging to occur because of training capability gaps with what the Navy is able to provide. When a refresh occurs, it will not necessarily be rolled out to the fleet all at the same time. f) Spares, Second and Third level Maintenance and Performance Based Support. Rather than a “prescriptive” approach, there is some impetus for defence systems to be supported based on minimum and achieved availability. That way, the navy will get what’s needed for capability and availability, and the contractor is incentivized to deliver in the most economical way that maximizes their profits. To that end, for example, it is less attractive to DND to stock large quantities of depot spares for COTS products, in favour of allowing the contractor to deliver needed parts “just in time”. Similarly, this approach leads to a reconsideration of the traditional division of labour of second and third level support. It may no longer be cost-effective for DND to operate certain types of second-line maintenance facility relying instead on the contractor to provide that facility. Unfortunately, it is difficult in early stages to define availability requirements and their corresponding incentives/penalties. For that reason, it may be worth considering initiation of a “traditional” support concept (e.g. time and materials) with a mandate to develop the parameters for and then transition to a performance-based support contract within the first “x” years. These, and similar considerations, will be the subject of the draft Statement of Support Intent and industry engagements during Definition.

13/15

15 July 2015

RDIMS #3752366

SHORT-TERM INTENTIONS FOR INDUSTRY ENGAGEMENT 15. Industry Engagement. At a high-level, the primary objective of the Project Team is to achieve approval to enter into Implementation Stage. Previous industry engagement was essential in progressing the project into Definition, and industry engagement will again be essential in achieving Implementation. 16. Definition Stage Approach. The UWSU Project intends to proceed to Treasury Board for approval to enter Implementation Stage after having conducted a Request for Proposals and selected a winning vendor for the UWSU acquisition and the accompanying ISSC. This will mean an “unfunded requisition”, with the successful bid providing the basis for the substantive cost estimates needed to obtain expenditure authority from Treasury Board. The UWSU Treasury Board submission will then be joint between DND and Public Works, seeking expenditure authority (Project Approval (Implementation)) as well as approval to enter into contract. The following will provide a brief overview of the Project Team objectives during Definition stage, with a rough timetable of events. 17. Definition Stage Objectives. The Project Team aims to (a) produce a welldefined and achievable System Requirements Document (SRD) and corresponding Statement of Work (SOW) for acquisition and SOW for In Service Support, and (b) refresh cost estimates to validate the project’s budget within the departmental investment plan. These two objectives are related in that well-defined SRD and SOWs will be key documents to allowing industry to provide accurate costing to the project team. To that end, drafts of those documents are intended to be issued via the buyandsell.ca website as a Request for Information to (a) solicit feedback, and (b) solicit pricing. 18. Industrial Technological Benefits and Value Proposition. The UWSU Requirement is subject to the Defence Procurement Strategy, and there will thus be an intent to collaborate with industry on the Industrial and Technological Benefits and Value Proposition (VP/ITB) strategy. This collaboration will likely commence with the initial Letter of Interest and subsequent Industry Day intended for the fall/winter of 2015. This same Request for Information will also continue to elaborate and seek feedback on the technical requirement, as well as the in service support of the system. 19. Industry Day. The planned Industry Day event will be a key milestone to progress the technical documents and procurement strategy development for the project. Attendees from the Department of National Defence are planned to attend, representing Navy requirements authorities, project staff, procurement authorities, and matrix subject matter experts in sonar systems engineering and life cycle materiel management. Attendees will provide expertise to help respond to questions from industry representatives, and will provide assistance in coordination and logistics for the event, including a planned ship visit. Industry Canada and Public Works will also participate. Further detail regarding the Industry Day will be included in separate documents to be posted on the project’s buyandsell.ca page. 20. Renewed Pricing. The previous costing exercise was the 2012 Price and Availability request, which led to the establishment of an indicative estimate for the 14/15

15 July 2015

RDIMS #3752366

project and led to achievement of Project Approval (Definition). As the pricing will be upwards of 4 years old by the time the Request for Proposals will be released, there is a need to reduce cost risk by conducting one final pricing exercise. This is intended to be conducted as part of a second Letter of Interest which will include matured SRD and SOW documents to permit accurate pricing and seek any further industry feedback. 21. Project Schedule. The following outlines the intended schedule of events for the coming year: Summer 2015: Winter 2015: February 2016:

Post Request for Information Industry Day Price and Availability exercise

Overall planned project milestones remain relatively unchanged from previous announcements: 2017: 2020: 2024: 2024:

15/15

Contract Award Initial Operational Capability Full Operational Capability Project close-out

All fields must be completed and the form communicated via Government-to-Government

REQUEST FOR VISIT TO:CFB HALFAX / HMC Dockyard / HMC HALIFAX (Country / international organisation name) 1. TYPE OF VISIT REQUEST

2. TYPE OF INFORMATION / MATERIAL OR SITE ACCESS

One-time

CONFIDENTIAL or above

Recurring Emergency

Access to security areas without access to classified information / material

Amendment

3. SUMMARY

No. of sites

2

No. of visitors

1

Only if required by the laws / regulations of the countries involved Unclassified / RESTRICTED

4. ADMINISTRATIVE DATA: Requestor:

NSA/DSA RFV Reference No.

To:

Date (dd/mm/yyyy):

5. REQUESTING GOVERNMENT AGENCY, ORGANISATION OR INDUSTRIAL FACILITY: Military

Government

Industry

NATO

EU

Other

NAME: POSTAL ADDRESS: E-MAIL ADDRESS: FAX NO:

TELEPHONE NO:

6. GOVERNMENT AGENCY(IES), ORGANISATION(S) OR INDUSTRIAL FACILITY(IES) TO BE VISITED (Annex 1 to be completed) 7. DATE OF VISIT (dd/mm/yyyy):

FROM 30/11/2015

TO 04/12/2015

8. TYPE OF INITIATIVE (Select one from each column): Government initiative

Initiated by requesting agency or facility

Commercial initiative

By invitation of the facility to be visited

All fields must be completed and the form communicated via Government-to-Government 9. IS THE VISIT PERTINENT TO: Specific equipment or weapon system Foreign military sales or export licence A programme or agreement A defence acquisition process Other Specification of the selected subject:

The visit will be to a Halifax Class Frigate, located in HCM Dockyard, in support of the Underwater Warfare Suite Upgrade Project Industry Engagement in Halifax, NS, 30 Nov - 4 Dec 15. 10. SUBJECT TO BE DISCUSSED/JUSTIFICATION/PURPOSE (To include details of host Government/Project Authority and solicitation/contract number if known and any other relevant information. Abbreviations should be avoided):

Assistant Deputy Minister (Material) and Directorate of Naval Requirements project staff will lead an Industry site visit of a Halifax Class ship to allow potential bidders to assess the installation locations for the intended underwater warfare suite upgrade project acquisition. The specific following spaces will be the core destinations for the visit: Fwd and Aft SIS, Operations Room, Radar Room #2, and CANTASS Handling Equipment Compartment.

11. ANTICIPATED HIGHEST LEVEL OF INFORMATION/MATERIAL OR SITE ACCESS TO BE INVOLVED: Only if required by the laws/regulations of the countries involved Unclassified

RESTRICTED

CONFIDENTIAL

SECRET

TOP SECRET

Other

12. PARTICULARS OF VISITOR(S) - (Annex 2 to be completed) 13. THE SECURITY OFFICER OF THE REQUESTING GOVERNMENT AGENCY, ORGANISATION OR INDUSTRIAL FACILITY: NAME: TELEPHONE NO: E-MAIL ADDRESS: SIGNATURE:

STAMP

All fields must be completed and the form communicated via Government-to-Government 14. CERTIFICATION OF SECURITY CLEARANCE LEVEL: STAMP

NAME: ADDRESS: TELEPHONE NO: E-MAIL ADDRESS: SIGNATURE:

DATE (dd/mm/yyyy):

15. REQUESTING NATIONAL SECURITY AUTHORITY / DESIGNATED SECURITY AUTHORITY: NAME:

STAMP

ADDRESS: TELEPHONE NO: E-MAIL ADDRESS: SIGNATURE:

DATE (dd/mm/yyyy):

16. REMARKS (Mandatory justification required in case of an emergency visit):

ANNEX 1 TO RFV FORM All fields must be completed and the form communicated via Government-to-Government

GOVERNMENT AGENCY(IES), ORGANISATION(S) OR INDUSTRIAL FACILITY(IES) TO BE VISITED Add Military

Government

Industry

NAME:

CFB HALIFAX

ADDRESS:

PO BOX 99000 STN FORCES

NATO

EU

Other

TELEPHONE NO: FAX NO: NAME OF POINT OF CONTACT:

LCdr Adam Owen

E-MAIL:

[email protected]

TELEPHONE NO:

819-939-3985

NAME OF SECURITY OFFICER OR SECONDARY POINT OF CONTACT:

Mr. Kenneth Johansen

E-MAIL:

[email protected]

TELEPHONE NO:

819-939-3785

Delete Military

Government

Industry

NAME:

HMC DOCKYARD / HMCS HALIFAX

ADDRESS:

PO BOX 99000 STN FORCES

NATO

EU

Other

TELEPHONE NO: FAX NO: NAME OF POINT OF CONTACT:

LCdr Adam Owen

E-MAIL:

[email protected]

TELEPHONE NO:

819-939-3985

NAME OF SECURITY OFFICER OR SECONDARY POINT OF CONTACT:

Mr. Kenneth Johansen

E-MAIL:

[email protected]

TELEPHONE NO:

819-939-3785

Delete

ANNEX 2 TO RFV FORM All fields must be completed and the form communicated via Government-to-Government

PARTICULARS OF VISITOR(S) Add Military

Defence Public Servant

Government

Industry/Embedded Contractor

NATO Employee

EU Employee

Other

SURNAME: FORENAMES (as per passport): RANK (if applicable): DATE OF BIRTH (dd/mm/yyyy): PLACE OF BIRTH: NATIONALITY: SECURITY CLEARANCE LEVEL: PP/ID NUMBER: POSITION: COMPANY/AGENCY:

Delete