ACAN – X-Ray Training Tool

Solicitation number 20-157784

Publication date

Closing date and time 2019/12/20 00:00 EST


    Description

    TITLE: ACAN – X-Ray Training Tool

    SOLICITATION NUMBER: 20-157784

    1.0 THE PURPOSE AND EXPLANATION OF AN 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.

    2.0 DEFINITION OF REQUIREMENT

    The Department of Foreign Affairs, Trade and Development (DFATD) has a requirement for the supply of twenty (20) licenses to XRT4 – Training CBS – Conc. HS, XRT4 – Training Mail – Conc. HS, XRT4 – X-Ray OPRT – Conc. HS.

    DFATD operates some 179 diplomatic and consular missions across 110 countries, and relies heavily on its Security Teams as the first line of defense charged in protecting its personnel, visitors, assets, and information at Canadian Missions and Embassies around the world. 

    Contracted security guards perform the bulk of the screening function at Missions and Embassies. DFATD’s security guards rely on an array of skills and tools to ensure that visitors and mail are adequately screened for threats. One tool used in this screening process is x-ray equipment combined with the security guards ability to detect threats at this point has direct impact on safety and continuous daily operations at Mission and Embassies; however a number of challenges exists with the varying competencies of the screeners using this equipment.

    To ensure the safety and continuity of operations at Missions and Embassies, it is thus necessary to ensure that screeners using this equipment have enhanced training opportunities. Toward these effort the Mission Readiness Programs division (CSI), within DFATD, has undertaken a brief analysis of the variety of training formats available, tested the use of Adaptive Computer Based Training (CBT).

    Having taken this step, DFTAD is now seeking to expand its ability to mobilise x-ray screening training through a computer based training tool for X-ray screening.

    3.0CRITERIA FOR ASSESSMENT OF THE STATEMENT OF CAPABILITIES PROVIDED

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

    Licences and support for a commercial off-the-shelf comprehensive Computer Based Training (CBT) tool for x-ray screening (image interpretation) and a pre-employment assessment tool.

    1. The CBT tool must have the following software and administrative capabilities:
      • Web-based application with HTML5 compatibility
      • Compatible with Windows 7 operating software and greater
      • Provide a hosted solution that can function with an internet connection of 1 Megabyte per second or less for all users
      • Configurable response buttons
      • Provide administrative functions that enables:
        • Monitoring and management of individual users and their profiles
        • Management by organizational unit
        • Management by objective
        • Reporting of data
        • Exporting of data in Excel compatible formats
      • Regular updates of the image library content to reflect new and emerging threats and software
      • Available in English, French, German, Italian, Dutch, Polish, Spanish, Arabic, and additional languages if required.
    2. The CBT tool must have the following user interface capabilities:
      • Include at least two (2) types of training modes:
        • Mail screening
        • Cabin baggage screening
      • Contain threats of various categories in both training modes. For example, knives, improvised explosive devices, guns and other threats which would include electroshock weapons or any threats that do not fall under previously stated categories.
      • Contain an extensive image library to permit the automatic presentation of:
        • Several thousand X-ray images (containing threats and no threats)
        • Several hundred unique threats/prohibited objects in various rotations/angles
        • Automatically generate combinations of unique threat item images and unique clear bag images
        • Setting of training goals and tracking of a users’ progress
      • Be an individually adaptive system that would select images from a library of images with varying levels of difficulty to present to the user based on their level of ability in X-ray image interpretation. For example, if the trainee is in a beginner level, the algorithm will present simpler images; if the trainee is in an advanced level, the algorithm will present images that are more complicated
      • Provide on-demand and immediate detailed user feedback allowing them to verify level progress, based on such things like training time, number of bags, correct responses along with reporting on specific threat categories
      • Multiple threat configuration per bag (up to 3)
      • Provide all possible views generated by DFATD’s X-Ray Platforms for image analysis including but not limited to Smith Detection Hiscan 5030si
      • Replicate key X-Ray equipment operating system controls and image enhancement functions including but not limited to:
        • Original
        • Super Enhancement
        • Organic Only
        • Organic Stripping
        • Negative
        • Black and White
        • High Luminosity
        • Zoom in and out
    3. The supplier must demonstrate their capability to provide comprehensive online pre-employment X-ray image interpretation assessment tool that:
      • Assess potential X-Ray screeners aptitude in X-Ray image interpretation
      • Allows for unlimited use of assessment tool during licence validity period.
      • Does not require previous knowledge to allow user to take the assessment.
      • Varies the level of difficulty systematically by combining criteria such as rotation, superposition and bag complexity
      • That provides scientifically pre-validated images.

    4.0 APPLICABLE TRADE AGREEMENTS

    This procurement is subject to the following trade agreements:

    • Agreement on Internal Trade (AIT)
    • World Trade Organization – Agreement on Government Procurement (WTO-AGP)
    • North American Free Trade Agreement (NAFTA)
    • Canada – Chile Free Trade Agreement (CCFTA)
    • Canada – Colombia Free Trade Agreement (CPFTA)
    • Canada – Peru Free Trade Agreement (CPFTA)
    • Canada – Panama Free Trade Agreement
    • Canada – Korea Free Trade Agreement (CKFTA)
    • Canada – Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)

    5.0 SET-ASIDE UNDER PROCUREMENT STRATEGY FOR ABORIGINAL BUSINESS (PSAB)

    This procurement is not set-aside for an Aboriginal supplier; therefore any suppliers may submit a Statement of Capabilities.

    6.0 COMPREHENSIVE LAND CLAIM AGREEMENTS (CLCA)

    This procurement is not subject to Comprehensive Land Claim Agreements

    7.0 GOVERNMENT CONTRACT REGULATIONS EXCEPTIONS

    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) – Only one person or firm is capable of performing the contract.

    8.0 JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER

    The Department of Foreign Affairs, Trade and Development Canada (DFATD) operates with multiple missions and embassies across the world. DFATD’s security personnel operating the X-Ray machines at our missions and embassies have various language profiles; therefore, it is imperative the tool supports multiple language profiles including: English, French, German, Italian, Dutch, Polish, Spanish, Arabic, and additional languages if required.

    Due to the several language requirements, APSS Software & Services AG was identified as the only supplier capable of providing a product that supports the several language profiles including: English, French, German, Italian, Dutch, Polish, Spanish, Arabic, and additional languages if required.

    9.0 PERIOD OF THE PROPOSED CONTRACT

    The proposed contract is for a period of one-year (1) plus three (3) additional one-year (1) optional periods.

    10.0 ESTIMATED VALUE OF THE PROPOSED CONTRACT

    The total estimated value of the contract is $125,629.80 EUR including all applicable taxes and option periods.

    11.0 CLOSING DATE AND TIME

    The Closing Date and Time for accepting Statement of Capabilities is December 20, 2019 at 2:00 PM EST.

    12.0 PROPOSED CONTRACTOR

    APSS Software & Services AG
    Thurgauerstrasse 39
    8050, Zürich
    Schweiz

    13.0 RIGHTS OF THE SUPPLIERS

    Suppliers who consider themselves fully qualified and available to provide the services or goods described in this ACAN may submit a Statement of Capabilities demonstrating how they meet the advertised requirement. This Statement of Capabilities must be provided via e-mail only to the contact person identified in Section 14.0 of the Notice on, or before, the closing date and time of the Notice. If the Bidder can clearly demonstrate they possess the required capabilities, the requirement will be opened to electronic or traditional bidding processes.

    14.0 CONTACT PERSON

    Inquiries and statements of capabilities are to be directed to:

    Name: Brandon Hua
    Title: Senior Specialist, Supply Operations
    Organization: Department of Foreign Affairs, Trade and Development Canada
    Address: 200 Promenade du Portage
    Telephone: 343-203-1307
    Facsimile: N/A
    E-mail address: Brandon.Hua@international.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Atlantic Procurement Agreement
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)
    Contact information

    Contracting organization

    Organization
    Foreign Affairs, Trade And Development (Department Of)
    Address
    125 Sussex Dr
    Ottawa, Ontario, K1A0G2
    Canada
    Contracting authority
    Hua, Brandon
    Phone
    343-203-1307
    Email
    Brandon.Hua@international.gc.ca
    Address
    200 Promenade du Portage
    Gatineau, QC, K1A 0G2
    CA

    Buying organization(s)

    Organization
    Foreign Affairs, Trade And Development (Department Of)
    Address
    125 Sussex Dr
    Ottawa, Ontario, K1A0G2
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.