100M Depth rated AUV System

Solicitation number W7707-165820/B

Publication date

Closing date and time 2015/09/10 13:00 EDT


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    100M Depth rated AUV System
    
    W7707-165820/B
    Collier, Susan
    Telephone No. - (902) 496-5350 
    Fax No. - (902) 496-5016
    
    REQUIREMENT
    
    DRDC intends to procure one (1) complete 100 meter depth rated
    Autonomous Underwater Vehicle (AUV) system. This system will be
    used to augment existing autonomous systems and provide a
    platform to continue R&D development in underwater research at
    DRDC Atlantic. 
    
    DRDC has a requirement for an AUV with an onboard vehicle
    control system with a mature 
    interface to various adaptive behavior "autonomy software"
    architectures.  
    
    Autonomous vehicle manufacturers typically provide vehicle
    navigation and control systems on a main vehicle control
    computer (VCC). The VCC is capable of outputting vehicle
    position and trajectory information to a separate payload
    computer. The VCC in return accepts input of  autonomy decisions
    such as heading, speed and depth. 
    
    The two autonomy software systems used by DRDC are SeeTrack
    Neptune and MOOS-IvP. 
    See Annex A - Statement of Work in the Request for Proposal for
    more details. 
    
    BACKGROUND
    
    The Mine Defence project, part of the DRDC's Maritime Science
    and Technology Programme, is focused on the use of unmanned
    systems for naval mine countermeasures activities.  A key
    research area has been the development of autonomous vehicle
    behaviours and autonomous cooperation between different MCM
    autonomous systems. This AUV will play a key role in DRDC
    research.
    
    To facilitate other DRDC work the AUV will support DRDC mine
    countermeasures (MCM) sonar and automatic target recognition
    research and will be supplied with a high frequency
    interferometric side-scan sonar.   The AUV will operate as a
    contributing member of a fleet of autonomous systems and must
    communicate using underwater acoustic modems with other AUVs and
    autonomous surface vehicles.  The AUV will deploy from a variety
    of locations, including large and small boats, from a jetty, a
    beach or rocky shore line. 
    The AUV system must be easily transportable to remote field
    locations by road, rail, sea and air transport. The AUV must be
    of a size and weight allowing for manual deployment of the
    vehicle by a two-person crew in a small boat. 
    The AUV will be usable in all regions of the country and
    overseas. Operations include Northern latitudes where
    traditional navigation systems using magnetic compasses are
    typically unreliable; therefore an integrated and operational
    inertial navigation system (INS) is necessary. The INS is
    required to provide for accurate AUV heading control to carry
    out mission tasks.  
    
    METHOD OF SELECTION
    
    Basis of Selection
    
    The bid evaluation method used in this requirement is evaluation
    using Mandatory criteria with selection on the basis of the
    lowest priced compliant proposal. Under this contractor
    selection method, a compliant proposal is one which complies
    with the requirements of the bid solicitation and PASSES all
    mandatory criteria contained in the TSOR Mandatory Requirements.
    
    The lowest priced compliant proposal is recommended for contact
    award. 
    
    DRDC SUPPORT
    
    (a)	No DRDC Atlantic support is required during this requirement.
    
    (b)	The DRDC Atlantic technical authority or representative
    reserves the right to inspect the build stage of the AUV and sea
    acceptance trials, with prior notice and arrangements being made
    with the contractor. 
    
    
    DELIVERABLES
    
    The contractor must deliver to the Crown:
    
    i.	One (1) AUV with depth rating of 100m with functionality and
    support equipment as detailed in the TSOR. The AUV must have
    successful completed a contractor sea acceptance trial; and
    
    ii.	A copy of the sea acceptance trial results for the delivered
    AUV, must at a minimum show the AUV operational parameters,
    sensor system integration, functionality and navigation accuracy.
    
    DELIVERY DATE
    
    All the deliverables must be received 8 weeks after contract
    award.
    
    PAYMENT
    
    BASIS OF PAYMENT
    
    In consideration of the Contractor satisfactorily completing all
    of its obligations under the contract, the contractor will be
    paid on delivery of all deliverables.
    
    UNFUNDED OPTIONS
    
    In the proposal the contractor shall submit pricing for the
    following three unfunded options that DRDC may evoke at a later
    date.
    
    This procurement is subject to the provisions of the following
    Trade Agreements:
    
    •	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, e-mail susan.collier@pwgsc.gc.ca. Inquiries are
    to be made in writing and should be received no less than five
    (5) calendar days prior to the closing date to allow sufficient
    time to respond.
    This PWGSC office provided services to the public in English.
    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, Nova Scot, 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
    000
    English
    37
    000
    French
    3

    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
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest 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: