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) 

HF INTERFEROMETRIC SAS SOFTWARE

Solicitation number W7707-145707/A

Publication date

Closing date and time 2013/12/12 13:00 EST


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: 
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    HF INTERFEROMETRIC SAS SOFTWARE
    
    W7707-145707/A
    Collier, Susan
    Telephone No. - (902) 496-5350 
    Fax No. - (902) 496-5016
    
    TITLE:
    HF INTERFEROMETRIC SAS SOFTWARE
    
    1.1.INTRODUCTION
    Defence Research and Development Canada - Atlantic intends to
    procure one (1) modular dual-sided Interferometric Synthetic
    Aperture Sonar (SAS) system.  The SAS system must be integrated
    into DRDC's Arctic Explorer class Autonomous Underwater Vehicle
    (AUV), manufactured by International Submarine Engineering Ltd. 
    The proposed contractor must perform the integration of the SAS
    sensor with the AUV on site at DRDC Atlantic, located at
    Dartmouth, Nova Scotia, Canada.  The proposed contractor must
    supply all electronics, data storage and additional auxiliary
    sensors not already included in the AUV configuration (specified
    in Annex E of the RFP ) required to produce focussed SAS images
    and interferometric maps.  The proposed contractor shall provide
    SAS beamforming software for post processing of acoustic data
    and creating geo-located SAS imagery and interferometry.  
    
    1.2.BACKGROUND
    The Mine Defence project, part of the DRDC's Maritime Science
    and Technology Programme, is focussed on the use of unmanned
    systems for naval mine countermeasures activities.  A key
    transformational technology in this area has been the
    development of commercial synthetic aperture sonars (SAS) which
    provide significant improvements to along-track resolution
    through the coherent summing of pings as the vehicle follows a
    straight line trajectory.  The increased image resolution and
    quality can provide better input to other parts of the research
    programme, such as Automatic Target Recognition, Battlespace
    Characterization and Marine Autonomy.  DRDC has a requirement to
    acquire a commercial off-the-shelf Interferometric SAS system to
    be integrated into an Arctic Explorer AUV in order to better
    achieve the research and development objectives within its
    programme of work.
    
    A budget of $500,000.00 Canadian dollars taxes extra has been
    set aside for this project.
    
    MANDATORY TECHNICAL CRITERIA
    The Synthetic Aperture Sonar system must be in compliance with
    the Statement of Requirements as detailed in clause 1 of PART 1
    - INFORMATION AND INSTRUCTION -Annex A of the RFP. 
    
    In order to show compliance with the Statement of Requirements
    the proposed Contractor must submit a "Performance Inspection
    and Acceptance Test Plan" as detailed in the RFP and conduct a
    "Performance Acceptance Test" at DRDC Atlantic facilities as
    describe below.
    
    METHOD OF SELECTION
    A bid must comply with the requirements of the bid solicitation
    and meet all mandatory technical evaluation criteria to be
    declared responsive. Bids meeting the mandatory requirements
    will be point rated against the evaluation criteria in Annex B2
    of the RFP - Performance Criteria . The lowest responsive
    cost-per-point proposal within the stated budget of $500,000
    (taxes extra) will be recommended for award of a contract.
    
    This requirement is subject to Agreement on Internal Trade (AIT).
    
    INQUIRIES: 
    All inquiries of a technical nature and all questions of a
    contractual nature are to be submitted to the Contracting
    Authority: Susan Collier, telephone (902) 496-5350, facsimile:
    (902) 496-5016. Inquiries are to be made in writing and should
    be received no less than five (5) calendars days prior to the
    closing date to allow sufficient time to respond.
    Delivery Date: Above-mentioned
    
    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

    • Agreement on Internal Trade (AIT)

    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
    Collier, Susan
    Phone
    (902) 496-5350 ( )
    Fax
    (902) 496-5016
    Address
    1713 Bedford Row
    Halifax, N.S./
    Halifax, (N.É.), B3J 3C9

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    0
    000
    English
    3
    000
    French
    3
    001
    French
    1

    Access the Getting started page for details on how to bid, and more.

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Nova Scotia
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    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: