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) 

Holographic Augmented Reality Visualization Support Services - Giant Mine, NT

Solicitation number A7126-192402/A

Publication date

Closing date and time 2019/11/05 16:00 EST


    Description
    Trade Agreement: NONE
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: Yes
    Vendor Name and Address: 
    BGC ENGINEERING INC.
    Suite 500 - 980 Howe Street
    Vancouver British Columbia
    Canada
    V6Z0C8
    Nature of Requirements: 
    
    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. DEFINITION OF THE REQUIREMENT 
    
    2.1. Background
    
    The Northern Contaminated Sites Branch (NCSB) within Crown Indigenous Relations and Northern Affairs Canada (CIRNAC) is responsible for a portfolio of abandoned mine sites in the North, which require remediation and closure to mitigate the effects of contamination on environmental and human health and safety. Within the Northwest Territories (NWT), one of NCSB's Major Projects is the Giant Mine Remediation Project (GMRP). A former underground gold mine, Giant Mine, covers 949 hectares within the city limits of the City of Yellowknife, NWT. 
    
    3D holographic augmented reality visualizations of the Giant Mine site have been coded using a proprietary platform, allowing users to view these visualizations projected onto an augmented reality headset. This allows participants to explore the site remotely, and visualize how the site will look post-closure.
    
    2.2 Requirement
    
    CIRNAC has a requirement for up to one (1) Standing Offer for services to enhance existing 3D holographic augmented reality visualizations of the Giant Mine site projected onto an augmented reality headset; (Microsoft Hololens, or equivalent) on an "if and when requested" basis.
    
    3. 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: 
    
    M1: COMPANY EXPERIENCE
     
    M1.1 - Must provide professional services in engineering and applied earth sciences, with experience in mine operation and closure, including:
    a. Groundwater
    b. Surface water
    c. Geotechnical
    d. Civil
    e. Open pit and underground mines
    f. 3D photogrammetry and LiDAR data collection
    
    M1.2 - Must have experience in delivering virtual/augmented reality projects of underground and open pit mines
    
    M.1.3 - Must have expertise in geomatics and software development management, including:
    a. Surpac
    b. PolyWorks
    c. GlobalMapper
    d. ArcGIS
    e. CloudCompare
    f. Jira
    g. C#
    h. 3D real-time rendering
    i. 3D computer physics and simulation
    j. Unity
    k. Mobile app development
    l. High performance computer networking
    m. Deep learning and computer vision
    n. Structure light and time of flight sensors
    o. Photogrammetry
    
    M1.4 - Must be registered engineering firm in the province of Northwest Territories.
    
    M1.5 - Must possess ownership/license to use software platform compatible with models created and source codes used to date (Ada Platform, or equivalent), and augmented reality headsets (Microsoft HoloLens, or equivalent)
    
    M1.6 - Must be familiar with the Giant Mine site, including an understanding of the historical operations, key site features, the Closure and Reclamation Plan, and the site’s spatial relationship with the City of Yellowknife 
    
    Must have knowledge of the environmental and closure aspects of the Giant Mine Remediation Project, including an understanding of the historical operations, key site features, the Closure and Reclamation Plan, and the site’s spatial relationship with the City of Yellowknife.
    
    M2: PRINCIPAL CONSULTANT
    
    M2.1 - Bidder must have proposed resource with:
    [1] valid certification as professional engineer in good standing licensed to practice in the province of Northwest Territories
    OR
    [2] Minimum M.Sc. post graduate degree in environmental science, engineering, or related physical science from a recognized post-secondary institution
    
    M2.2 - Experience: must have minimum fifteen (15) years professional work experience in environmental closure and closure aspects of mining, of which minimum five (5) years must have been in role of Principal Consultant, or equivalent
    
    M3: SENIOR CONSULTANT
    
    M3.1 Bidder must have proposed resource with:
    [1] Valid certification as professional engineer in good standing licensed to practice in the province of Northwest Territories
    OR
    [2] Valid certification as professional geologist in good standing licensed to practice in the province of Northwest Territories
    OR
    [3] Minimum B.Sc. in environmental science, engineering, or related physical science from a recognized post-secondary institution
    
    M3.2 - Experience: must have minimum ten (10) years professional experience in environmental and closure aspects of mining with experience in minimum one (1) of the following: ground water, surface water, geotechnical, civil, mine closure, mine operation, 3D photogrammetry and LiDAR data collection
    
    M4: JUNIOR CONSULTANT
    
    M4.1 - Bidder must have proposed resource with:
    [1] degree in science, or related field, from a recognized post-secondary institution
    OR
    [2] technician/technologist diploma in environmental science, engineering, drafting, or related physical science from a recognized post-secondary institution
    
    M4.2 - Experience: must have minimum two (2) years professional experience in environmental and closure aspects of mining with experience in minimum one (1) of the following: ground water, surface water, geotechnical, civil, mine closure, mine operation, 3D photogrammetry and LiDAR data collection
    
    M5: SENIOR PROGRAMMER
    
    M5.1 - Experience: must have minimum ten (10) years’ professional work experience in software development with experience in C#
    
    M5.2 - Professional work experience in minimum of one (1) of the following: 3D real-time rendering, 3D computer physics and simulation, Ada platform development, mobile application development, high performance computer networking, deep learning and computer vision, structured light and time of flight sensors, photogrammetry
    
    M6: JUNIOR PROGRAMMER
    
    M6.1 - Experience: must have minimum two (2) years’ professional work experience in software development with experience in C#
    
    M6.2 - Professional work experience in minimum of one (1) of the following: 3D real-time rendering, 3D computer physics and simulation, Ada platform development, mobile application development, high performance computer networking, deep learning and computer vision, structured light and time of flight sensors, photogrammetry
    
    M7: SENIOR TECHNICIAN
    
    M7.1 - Education: must have diploma in environmental science, engineering, drafting, or related physical science from a recognized post-secondary institution
    
    M7.2 - Experience: must have minimum eight (8) years professional work experience in environmental and closure aspects of mining
    
    M8: TECHNICIAN
    
    M8.1 - Education: must have diploma in environmental science, engineering, drafting, or related physical science from a recognized post-secondary institution
    
    M8.2 - Experience: must have minimum two (2) years professional work experience in environmental and closure aspects of mining
    
    4. APPLICABILITY OF THE TRADE AGREEMENT(S) TO THE PROCUREMENT 
    
    This procurement is subject to the following trade agreement(s):
    - Canadian Free Trade Agreement (CFTA)
    - Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    
    5. COMPREHENSIVE LAND CLAIMS AGREEMENT(S) 
    
    This procurement is subject to the Tlicho Land Claims and Self-Government Agreement.
    
    6. JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER 
    
    Holographic visualizations of the Giant Mine site were created under a previous subcontract and utilizes proprietary code and proprietary software platform. Immersive scenes and tabletop models have been developed using BGC Engineering Inc’s Ada Platform. The Ada Platform combines terrain and survey data, engineering designs, and real-time computer graphics to visualize applied earth science data in 3D and creates holographic models that can be projected on the Microsoft Hololens.
    
    Work under this proposed Standing Offer is a continuation of what has been completed by BGC Engineering Inc and includes developing additional views within existing holographic models, modifying and refining existing holographic models and views, as well as participating in community and industry engagement activities to demonstrate these visualizations to stakeholders and answer related questions.
    
    BGC Engineering Inc is the only known supplier to have the required knowledge and experience with augmented and virtual reality in open pit mining, underground mining, mine closure, mine remediation, and familiarity with the Giant Mine site to perform the work.
    
    7. 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 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: 2iii. due to an absence of competition for technical reasons
    
    Canada-European Union Comprehensive Economic and Trade Agreement (CETA) - Article 19.12: 1biii. due to an absence of competition for technical reasons
    
    9. PERIOD OF THE PROPOSED STANDING OFFER
    
    The proposed Standing Offer is for a period of three (3) years from award date with one (1) - one (1) year option period.
    
    10. COST ESTIMATE OF THE PROPOSED CONTRACT 
    
    The estimated value of the Standing Offer, including option, is $404,250.00 (including applicable taxes).
    
    11. NAME AND ADDRESS OF THE PRE-IDENTIFIED SUPPLIER 
    
    BGC ENGINEERING INC.  
    Suite 500 - 980 Howe Street
    Vancouver, British Columbia V6Z 0C8
    
    12. 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.
    
    13. CLOSING DATE FOR A SUBMISSION OF A STATEMENT OF CAPABILITIES 
    
    The closing date and time for accepting statements of capabilities is November 5, 2019 at 2:00 p.m. MST. 
    
    14. INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES 
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Dallas Scott
    A/Procurement Specialist
    Environmental Services Acquisitions Team
    Public Services and Procurement Canada, Government of Canada
    
    Canada Place, Suite 1000
    9700 Jasper Avenue
    Edmonton, Alberta T5J 4C3
    
    Telephone: 780-224-7200
    Facsimile: 780-497-3510
    E-mail: dallas.scott@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

    • No trade agreements are applicable to this solicitation process

    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
    Dallas Scott
    Phone
    (780) 224-7200 ( )
    Email
    dallas.scott@pwgsc-tpsgc.gc.ca
    Fax
    (780) 497-3510
    Address
    Suite 1650
    635 - 8th Ave. S.W.
    Bureau 1650
    635 - 8e avenue, SO
    Calgary
    Calgary, Alberta, T2P 3M3

    Buying organization(s)

    Organization
    Aboriginal Affairs & Northern Development 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
    Northwest Territories
    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: