SAP Ariba system maintenance

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

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

Modelling Support of Munitions

Solicitation number W7702-175855/A

Publication date

Closing date and time 2017/09/06 16:00 EDT


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Martec Limited
    Martec Limited
    1888 Brunswick Street, Suite 400
    Halifax Nova Scotia
    Canada
    B3J3J8
    Nature of Requirements: 
    
    Advance Contract Award Notice - W7702-175855 - ENG 
    
    TITLE:  MODELING SUPPORT OF MUNITION EFFECTS IN URBAN ENVIRONMENTS
    
    1. ADVANCE CONTRACT AWARD NOTICE (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. SECURITY:
    
    2.1  The following security requirements apply and form part of the Contract.
    
    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER: PSPC FILE #: #W7702-175855
    
    2.1.1  The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). 
    
    2.1.2  The Contractor/Offeror personnel requiring access to PROTECTED information, assets or sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.
    
    2.1.3  This contract includes access to Controlled Goods. Prior to access, the contractor must be registered in the Controlled Goods Program of Public Works and Government Services Canada (PWGSC). 
    
    2.1.4  The Contractor/Offeror MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor/Offeror must ensure that its personnel are made aware of and comply with this restriction. 
    
    2.1.5  Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC. 
    
    2.1.6  The Contractor/Offeror must comply with the provisions of the: 
    
    (a)  Security Requirements Check List and security guide (if applicable), attached at Annex “C”; 
    (b)  Industrial Security Manual (Latest Edition). 
    
    3.  REQUIREMENT:
    
    Over the past decade, Defence Research & Development Canada - Suffield Research Centre (DRDC Suffield) has conducted a series of projects on the effects of and protection against non-ideal explosives and enhanced blast munition technologies. These programs have involved extensive small-scale and full-scale experiments and thorough studies of a variety of heterogeneous enhanced blast explosive and reactive material technologies as well as their effects on field defence, urban structures and personnel injuries. As the results, a fundamental knowledge database has been established and the technologies start to be applied to enhance CAF combat and defence capability in complex urban environments.
    The fundamental data have also been used to develop physical models for afterburning and complex blast-urban near-field interactions, which lead to enhanced loads and enlarged lethality areas that cannot be predicted using simple methods. These models have been successfully implemented in the high-fidelity CFD code (the Chinook code by Martec Limited) for accurate urban blast predictions. The shortcomings of such high-fidelity CFD code are long lead times, expert-user requirements for model setup, and simulation on large parallel computer systems. With the modern IT advancements in both hardware and software, these shortcomings have been overcome through a new software tool Rapid City Planner, developed at Martec Limited through a CSSP technology demonstration project (CSSP-2013-CP-1001). Rapid City Planner is a unique M&S tool that provides a rapid, accurate, and easy-to-use threat prediction capability in a geographic-based environment of real world cities. The cutting-edge technology employs fast CFD on gaming-based GPU and many-core CPU for solutions in minutes on a laptop. The easy-to-use interface is based on widely available Google Maps/Earth and its related open format for geo-located data. Rapid City Planner successfully demonstrated this novel technology for modelling blast in city streets using powerful computation not otherwise practical for most users, in an online GIS-based environment. The high degree of automation allows users of all experience levels to quickly model explosive risk scenarios and mitigation strategies, while the portable results files facilitate efficient communication of results amongst preparedness and response operators. 
    Firstly, in the continued Defence S&T projects and Canadian Safety and Security activities, requirements for the investigation of munition/IED effects on complex terrains, urban structures, personnel injuries, and related force protection remain. From the munition effects, performance would need a rapid defeat while minimizing the collateral damage. Within these projects, a number of tasks will need the modeling support. Secondly, the capability of Rapid City Planner will be significantly enhanced through: 1) expansion of the 3D geographic engine and platform to off-the-grid and behind-the-firewall capability, and local model coordinate system for building interior and underground scenarios; 2) adaption of point cloud representations of geometry generated from local sensors (e.g., LiDAR or photogrammetry) for dynamic fusion of multiple sources of information for changing interior/exterior scenes; and 3) extension of fast CFD solver and numerical capabilities from explosive/IED blast to multi-CBRNE and fragmentation/building collapse all-hazard threats.
    The work to be done in this contract includes a number of distinct activities. It will be necessary to change the precise content of the work as the mission and international collaboration proceed and the advanced technologies become available. Accordingly, the Contractor should be prepared to conduct the tasks under given Work Packages.  The Contract will be effective from date of award to 31 March 2019.
    
    4.  CRITERIA FOR ASSESSMENT OF THE STATEMENT OF CAPABILITIES (MINIMUM ESSENTIAL REQUIREMENTS)
    
    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
    
    4.1 Mandatory Technical Criteria: The personnel conducting the work must have the following:
    
    a)  Education: 
       (i) Master and/or Doctoral degree in one or more of the following: mechanical and/or aerospace and/or chemical engineering pertaining to computational fluid dynamics (CFD) and computational solid dynamics (CSD) simulation technologies for shock waves, explosion and detonation, and multiphase flow; CFD development for explosion and combustion, hypersonic flow, and fluid-structure interactions.
      (ii)   Computer science degree (Bachelor and/or Master) in computational mathematics and software development for software platform development.  
    
    b)  Experience: Demonstrated expertise and experience in one or more of the following: 
       (i)  Many-core processing, adaptive mesh refinement, and immersed boundary method, for high-speed compressible flow; development of physical and chemical models for shock and blast, fragmentation, explosive dispersal, multiphase, and turbulence, combustion; development and implementation of commercial CFD codes, specialized algorithms, leading edge methods, customized input/output, and application to unique computing systems such as the Rapid City Planner code.
       (ii) Experience in developing software tools and products, including GUI design, model creation, mesh generation, integration with CFD solvers, and graphical display of CFD/CSD-based results.  Unique expertise for creation of 3D environments from GIS-based terrain and structures, especially qualified for next generation weapon effects analysis in the Rapid City Planner code.
       (iii) Experience in calculation of detonation, blast and fragmentation from non-ideal explosives, home-made explosives, improvised explosive devices, enhanced blast threats, and their performance and effects in real-world and complex urban environments.  Unique experience of projects in modeling national critical infrastructure, iconic structures, and city-scale urban environments, including explosive threats and hazards, structural damage and human injury assessment. 
       (iv) Experience in the Rapid City Planner fast-running CFD software tool for cross-domain urban threats.
    
    5. APPLICABILITY OF THE TRADE AGREEMENT(S) TO THE PROCUREMENT 
    
    This procurement is subject to the following trade agreement: Canadian Free Trade Agreement (CFTA). 
    
    6. JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER
    
    This contract is a continuation of a previous R&D contracts: W7702-145674/001/EDM, W7702-145651/001/EDM, W7702-145627/001/SV, W7702-135606/001/EDM, W7702-115117/001/EDM, W7702-08R184/001/EDM, W7702-07R165/001/EDM (CRTI Program CRTI06-0252RD). 
    
    DRDC Suffield is currently conducting a Land Weapons Systems (LWS) Project and a Contested Urban Environment (CUE) Project, in support of Canadian Armed Forces (CAF).  The proposed sole source contract is focused on modeling support of related aspects of these two projects for the investigation of munition/IED effects on complex terrains, urban structures, personnel injuries, and related force protection using the extended capability of the Rapid City Planner software tool.  The proposed contract is linked to a number of previous procurements where Martec Ltd. was a key partner.  The world-class urban blast code RAPID CITY PLANNER, which Martec is the main developer for and owns the IP, must be applied in this contract.  Martec staff’s intimate knowledge of the code and unique qualification and experience in applying this code to blast effects in urban environments are required to modify and adapt the code for the work to be performed.  Over the course of the previous contracts, considerable time and expertise was required to develop the models, the code and simulation techniques.  
    
    Martec’s multidisciplinary nature includes a dozen of other highly educated staff beyond the core Rapid City Planner team, that may be drawn upon should the need arise. This includes Doctoral educations and experts in finite element analysis (FEA), structural damage, materials science, and risk analysis.  With a history in developing CFD and CSD solvers for high-speed flow and fluid-structure interactions, Martec’s engineers are uniquely qualified to design, develop and apply the Rapid City Planner modeling and simulation (M&S) technology for explosive events and the work involved in this contract.
    
    This procurement is also linked, as a leveraging, to a newly approved Procurement Strategy: Canadian Safety and Security Program CSSP-2016-CP-2275 “Rapid City Planner for Extreme Event - Phase 2”, as described in the CSSP-2016-CP-2275 Charter.
    
    7. GOVERNMENT CONTRACTS REGULATIONS EXCEPTION(S)
    
    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) - only one person is capable of performing the work.
    
    8. EXCLUSIONS AND/OR LIMITED TENDERING REASONS
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the: 
    Canadian Free Trade Agreement (CFTA), Article 513, paragraph 1 (b), (i).
    NAFTA excluded: Annex 1001.1b-2, GSIN AD917700 Military (R&D) is excluded. 
    WTO-AGP excluded: Annex 4, GSIN AD917700 Military (R&D) is not included. 
    
    9. OWNERSHIP OF INTELLECTUAL PROPERTY
    
    Any intellectual property arising from the performance of the Work under the Contract will vest in Canada.  DRDC is exempted from the Treasury Board "Policy on Title to Intellectual Property Arising Under Crown Procurement Contracts"  approved 1 June 2000 as per DRDC ADM (S&T) IP-02.
    
    10. PERIOD OF THE PROPOSED CONTRACT OR DELIVERY DATE
    
    The Contact will be effective from award date to 2019-03-31 with the option to extend the term of the Contract by up to two (2) additional one (1) year periods.
    
    11. COST ESTIMATE OF THE PROPOSED CONTRACT
    
    The estimated value of the contract is $997,500.00 (GST/HST extra) for the contract period excluding option years.  
    
    12.   NAME AND ADDRESS OF THE PRE-IDENTIFIED SUPPLIER:
    
    Martec Limited  
    1888 Brunswick Street, Suite 400  
    Halifax, Nova Scotia  B3J 3J8
    
    13.   SUPPLIERS’ RIGHT TO SUBMIT A STATEMENT OF CAPABILITIES
    
    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN 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.
    
    14. CLOSING DATE FOR A SUBMISSION OF A STATEMENT OF CAPABILITIES 
    
    The closing date and time for accepting statements of capabilities is indicated above. 
    
    15. INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES
    
    Inquiries and statements of capabilities are to be directed to:
    
    Contracting Authority
    
    Lorraine Jenkinson 
    Procurement Specialist 
    Procurement Branch, Western Region 
    Public Services and Procurement Canada 
    ATB Place, North Tower, 5th Floor 
    10025 Jasper Avenue NW
    Edmonton, AB T5J 1S6 
    
    Telephone:  (780) 497-3593     
    Facsimile:  (780) 497-3510 
    E-mail address:  Lorraine.Jenkinson@pwgsc-tpsgc.gc.ca
    
    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

    • Canadian Free Trade Agreement (CFTA)

    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:

    • Exclusive Rights

    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
    Jenkinson, Lorraine
    Phone
    (780) 497-3593 ( )
    Email
    lorraine.jenkinson@pwgsc-tpsgc.gc.ca
    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
    Alberta
    Procurement method
    Non-Competitive
    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: