SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Infra- Red Cameras

Solicitation number W0117-16UA01/A

Publication date

Closing date and time 2016/06/17 16:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Interchangeable Parts
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Trillium Engineering LLC
    101 1/2 Oak Street
    Hood River Oregon
    United States
    97031
    Nature of Requirements: 
    
    Infra-Red Cameras - Winnipeg, Manitoba
    
    W0117-16UA01
    Fisher, Drew
    Telephone No. - (780) 901-4270
    Fax No. - (780) 497-3510
    
    1. Advance Contract Award Notice
    
    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 requires the supply and delivery of Two (2) Multi-band EOIR gimbals as a technology and test & evaluation training device.
    
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements):
    
    1.  Must be manufacturer's latest model;
    2. Must have demonstrated industry acceptability by having been manufactured, marketed and sold on the commercial or military market for at least 6 months;
    3.  Must include all hard, soft and electronic components, equipment and accessories required for collecting, transferring, and processing system data in electronic format, although they may not be specifically described in this Purchase Description;
    4. Must have both Electro-Optical and InfraRed camera modes and permit remote remote (i.e. airborne) selection between Visible and Infrared camera modes;
    5. With the exception of the power supply, the EOIR system must be a stand-alone system that does not rely on existing Air Vehicle components for operation;
    6. To fit within existing internal spatial limitations, internal airborne components must not exceed (including maximum gimbal movement - if applicable):
    a) 150 mm in width;
    b) 230 mm in height; and,
    c) As installed, the gimbal shall not protrude greater than 200 mm below the aircraft (i.e. mounting bracket).
    d) To protect from unintentional contact with the ground during take-off and landing, the mounting system must include a capability for the operator to remotely retract the turret into the aircraft fuselage.
    7. Must not exceed a total mass for all airborne components of 2.2 kg;
    8. Must be installed in such a manner that lateral and longitudinal centres of gravity remain within those specified by the Air Vehicle manufacturer;
    9. Must not exceed a total power consumption for all airborne components of 50 W at 28VDC;
    10. Heat dissipation must be such that the system remains operational within an environment at +50° C with nil expected airflow.  Any supplemental cooling to meet this requirement must fit within the space, weight and power limitations as defined herein;
    11. Must provide a display of EOIR imagery and gimbal status data for a minimum of one operator;
    12. Must provide operator the capability to remotely conduct real-time control of all camera functions including, but not limited to:
    a) System power;
    b) Selection of Visible or IR;
    c) Selection of White hot/Black hot;
    d) Tracker function (EO and IR); and,
    e) Continuous control of image zoom (EO and IR).
    13. Must provide gimbal command and control through IP over Ethernet interface;
    14. The user interface must utilize common interface control components (eg. Keyboard, mouse, joystick);
    15. Must provide near real-time video streaming through IP over Ethernet interface;
    16. Any required Ground Control Segment(GCS) components must operate using a 120 VAC power source;
    17. Weather - The EOIR system must meet the performance requirements and function in all weather extremes including rain and snow and within day or night at temperatures ranging from -10° C to +35° C;
    18.  Altitude - The EOIR system must be able to operate between 0’ and 2000’ AGL (1000’ and 3000’ MSL);
    19. Groundspeed - The EOIR system must be able to operate at groundspeeds between 0 -100 kts;
    20. Transportability- All ground-based and airborne components of the EOIR system must tolerate the vibrations of being transported within a towed, enclosed mobile Command and Control unit on paved and gravel roads operating at speeds of 100 km/h without incurring damage;
    21. Must provide a High Definition EO camera with a minimum resolution of 720p (1280x720);
    22. The Infra-Red camera Must be Mid-wavelength Infrared operating in the 3-8 µm section of the Electromagnetic Spectrum;
    23. Must provide EO zoom of at least 3x optical and 3x digital;
    24. Must provide IR zoom of at least 3x either optical or 3x digital;
    25. Must have the ability to track a single target (stationary and moving) in both EO and IR modes;
    26. Must have the ability to slew continuously through 360 degrees in azimuth;
    27. Must have the ability to slew from +10 degrees to -90 degrees in elevation;
    28. Must provide adequate stabilization to compensate for attitude perturbations as a result of  light-to-moderate levels of turbulence up to 0.5g
    29. At the time of delivery, or as otherwise agreed to by the TA, the Contractor must provide a  total of at least 1 day of the following training:
    a) Operation/Maintenance Training - The Contractor must provide operation/maintenance  raining course forup to four (4) DND operators at a mutually agreed upon location between the  Contractor and DND, including classroom instruction and hands-on training.  The following must  be included in the course curriculum:
     1.     Safety precautions to be observedwhile operating and servicing EOIR
     2.     EOIR operating characteristics
     3.     EOIR operating procedures
     4.     Pre-operating and pre-shutdown procedures
     5.     Daily/weekly operator servicing procedures
     6.     Preventative maintenance including servicing schedules
     7.     Troubleshooting, testing and adjustments
     8.     Special tools and test equipment
      9.     Any additional information the Contractor deems important/relevant
    30. Complete Delivery Must be made no later than 2016-10-15. Complete delivery includes all parts, documentation, training, and certifications
    Contractor must contact Frank Decker prior to Delivery to
    Canadian Forces School of Aerospace Studies
    Building 84
    17 Wing Winnipeg
    715 Wihuri Rd
    Winnipeg, Manitoba
    Canada R3J 3Y5
    Attn:  Frank Decker (204) 833-2500  ext: 5237
    
    4. Applicability of the trade agreement(s) to the procurement
    
    The procurement is subject to the following trade agreements:
    
    01.) Agreement on Internal Trade (AIT)
    02.) North American Free Trade Agreement (NAFTA)
    03.) World Trade Organization Agreement on Government Procurement (WTO-AGP)
    04.) Canada-Chile Free Trade Agreement (CCFTA)
    05.) Canada-Peru Free Trade Agreement (CPFTA)
    
    5. Justification for the Pre-Identified Supplier
    
    The pre-identified supplier is the only supplier that we are aware of who offers a product which meets all the Minimum Essential Requirements listed above in point number 3.  Specifically, to fit within the existing spatial limitations of: 150 mm width, 230 mm height, and shall not protrude greater than 200 mm below the aircraft.  The total mass of all airborne components must not exceed 2.2 kg.  The instrument must provide gimbal command, control and near real time video streaming through IP over Ethernet interface through IP over Ethernet Interface.  The Infra-Red camera must also be a mid-wavelength infrared operating in the 3-8 µm section of the Electromagnetic Spectrum.
    
    6. Government Contracts Regulations Exception(s)
    
    The following exception(s) to the Government Contracts Regulations is invoked for this procurement under subsection 6 (d) - only one person is capable of performing the contract.
    
    7. Exclusions and/or Limited Tendering Reasons
    
    The following exclusion(s) and/or limitedtendering reasons are invoked under the:
    
    a.) Agreement on Internal Trade (AIT) Article 506.12 (b)"Where there is an absence of competition for technical reasons and the goods or services can be supplied only by a particular supplier and no alternative or substitute exists." 
    b.) North American Free Trade Agreement (NAFTA) Article 1016 2 (b) "where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists." 
    c.) WTO-Article XV: Limited Tendering, 1. b) when, for works of art or for reasons connected with protection of exclusive rights, such as patents or copyrights, or in the absence of competition for technical reasons, the products or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists.
    
    8. Delivery Date
    
    Mandatory delivery before 2016-10-15
    
    9. Cost Estimate of the Proposed Contract
    
    The estimated value of the contract, including option(s), is $547,055.60 CAD (Including GST)
    
    10. Name and Address of the Pre-identified Supplier
    
    Trillium Engineering LLC
    101 1/2 Oak Street
    Hood River, OR 97031-2387
    
    11. Suppliers Right to Submit a Statement of Capabilities:
    
    Suppliers who consider themselves fully qualified and available to provide the services and/or 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.
    
    12. Closing Date for a Submission of a Statement of Capabilities
    
    The closing date and time for accepting statements of capabilities is June 17, 2016 at 2:00 p.m. MST.
    
    13. Inquiries and Submission of Statements of Capabilities
    
     Inquiries and statements of capabilities are to be delivered to:
    
     Drew Fisher
     Procurement Officer 
    Public Works and Government Services Canada
    Western Region - Procurement Branch
    ATB Place, North Tower
    5th Floor, 10025 Jasper Avenue
    Edmonton, AB  T5J 1S6
    Telephone:  (780) 901-4270
    Facsimile:    (780) 497-3510
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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:

    • Additional Deliveries

    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
    Fisher, Andrew
    Phone
    (780) 901-4270 ( )
    Fax
    (780) 497-3510
    Address
    ATB Place North Tower
    10025 Jasper Ave./10025 ave Jasper
    5th floor/5e étage
    Edmonton, Alberta, T5J 1S6

    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
    Manitoba
    Procurement method
    Competitive – Open Bidding
    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: