Night Visions Systems Field Trial
Solicitation number W7719-215554/A
Publication date
Closing date and time 2021/06/02 14:00 EDT
Description
Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK 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: QTAC Inc. 31 Queen's Plate Drive 31 Queen's Plate Drive Markham Ontario Canada L6C2A9 Nature of Requirements: Night Visions Systems Field Trial W7719-215554/A Porter, Marta M. Telephone No. - (613) 328-6498 ( ) Fax No. - (613) 545-8067 ( ) Nature of Requirements: Subject Matter Expertise - Night Vision Systems, DRDC, DND 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 Introduction The Defence Research and Development Canada (DRDC) has a requirement to provide Subject Matter Expertise and Operations Support to the 2021 Future Vision Enhancement Systems Field Trial. 2.2 Background A significant component of the research conducted by Defence Research & Development Canada (DRDC) in the Soldier Systems Line of Effort is in the area of Human Factors (HF), being led out of the DRDC Toronto Research Centre (TRC). A field study involving Canadian Armed Forces (CAF) soldiers will be planned and conducted in September and October of 2021. DRDC seeks administrative, logistics, operations and dismounted infantry subject matter expertise support to this activity from contract award to 31 March, 2022. 2.3 Planning and Execution of the Field Trial DRDC will undertake a field trial in September and October of 2021 examining night vision systems requirements, on behalf of the Directorate of Land Requirements 5 (DLR 5) and the Night Vision Systems Modernization (NVSM) Project. Testing will focus on night vision goggles (NVGs) and laser aiming devices (LADs). The trial will take place at CFB Gagetown over a roughly nine-week period, running from 30 August to 29 October, 2021 (dates may be subject to change). The first week is dedicated to trial preparation activities, whereas soldier-participants will be trained on the tasks they will be performing and the equipment they will be using during the second week. Data collection will unfold over the remaining seven weeks. DRDC seeks the support of two dismounted infantry specialists who are familiar with Canadian Army TTPs, SOPs and equipment in the context of dismounted infantry operations, as well as trial management and operations support, to assist the trial lead (the technical authority, TA) with planning and executing the field trial. Resources will participate in planning meetings, pilot testing, site recces, study design and preparation, and trial execution. 2.4 Resource Requirements The following resources are required: One (1) Trial Manager. Resource 1 One (1) Dismounted Infantry Small Arms Subject Matter Expert. Resource 2 One (1) Dismounted Infantry Reconnaissance Subject Matter Expert Resource 3 3. Criteria for assessment of Statement of Capabilities (Minimum Essential Requirements) are as follows: Trial Manager • Demonstrate experience providing logistics and operations support to human factors field trials. • Demonstrate experience providing liaison between non-CAF organizations and the Canadian Army. • 10 years military (any NATO nation) experience at the rank of Sergeant (or equivalent) or higher. • Demonstrate existing relationship with Army partners involved in the planning and preparation of the field trial for which support is required. Dismounted Infantry Small Arms Subject Matter Expert • Experience training Canadian Army soldiers not-in-service small arms. • Experience conducting live-fire field and gallery range exercises with Canadian Army soldiers. • 10 years military (any NATO nation) experience at the rank of Master Corporal (or equivalent) or higher. • Experience with not-in-service night vision equipment being examined as part of the field trial for which support is required (L3 NGAL, L3 PEQ-15, Rheinmetall TacRay, Rheinmetall SAL, B.E. Meyer MAWL-DA, Thales Bonnie, Thales Leslie, Optics-1 E-COTI). Dismounted Infantry Reconnaissance Subject Matter Expert • Experience training Canadian Army soldiers day and night reconnaissance techniques and procedures • Experience conducting live-fire field and gallery range exercises with Canadian Army soldiers • 10 years military (any NATO nation) experience at the rank of Sergeant (or equivalent) or higher • Experience with not-in-service night vision equipment being examined as part of the field trial for which support is required (L3 NGAL, L3 PEQ-15, Rheinmetall TacRay, Rheinmetall SAL, B.E. Meyer MAWL-DA, Thales Bonnie, Thales Leslie, Optics-1 E-COTI). 4. Applicability of the trade agreement(s) to the procurement This procurement is subject to the following trade agreement(s): a. Canadian Free Trade Agreement (CFTA) b. World Trade Organization - Agreement on Government Procurement (WTO-AGP) c. Canada-European Union Comprehensive Economic and Trade Agreement (CETA) d. Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) e. Canada-Chile Free Trade Agreement (CCFTA) f. Canada-Colombia Free Trade Agreement g. Canada-Honduras Free Trade Agreement h. Canada-Korea Free Trade Agreement i. Canada-Panama Free Trade Agreement j. Canada-Peru Free Trade Agreement (CPFTA) k. Canada-Ukraine Free Trade Agreement (CUFTA) 5. Justification for the Pre-Identified Supplier The work required was originally covered by a call-up under a previous contract (which expired 31 March 2021) and involved the planning, preparing and executing of a field trial that was to occur Sept/2020. Due to COVID-19 restrictions the field trial was postponed by 12 months to Sep/Oct 2021, however, significant planning and preparation was completed in the original call up. Given the significant work already completed, establishing working relationships with the military units involved with this field trial, the preparations that have been completed and the time remaining, changing to a new contractor is not feasible. 6. 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 contract?. 7. Exclusions and/or Limited Tendering Reasons The following exclusion(s) and/or limited tendering reasons are invoked under the: a. Canadian Free Trade Agreement (CFTA)- Article 513, 1(b) b. World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article XV, 1.(b) c. Canada-European Union Comprehensive Economic and Trade Agreement (CETA) - Article 19.2 (b) d. Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) - Article 15.10 (b) e. Canada-Chile Free Trade Agreement (CCFTA) - Article(s) Kbis-09 (b) f. Canada-Colombia Free Trade Agreement - Article 1409 (b) g. Canada-Honduras Free Trade Agreement - Article 17.11 (b) h. Canada-Korea Free Trade Agreement - Article 14.3 i. Canada-Panama Free Trade Agreement - Article 1409 (b) j. Canada-Peru Free Trade Agreement (CPFTA) - Article 1409 (b) k. Canada-Ukraine Free Trade Agreement (CUFTA) - Article 10.13 (b) 8. Period of the proposed contract or delivery date Delivery required: From Contract award to 31 March, 2022. 9. Cost estimate of the proposed contract The estimated value of the contract is $400,000.00 CDN inclusive of GST/HST. 10. Name and address of the pre-identified supplier Quality Training and Consulting Inc. 31 Queens Plate Dr. Markham, ON, Canada L6C 2A9 11. 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. 12. Closing date for a submission of a statement of capabilities The closing date and time for accepting statements of capabilities is June 2, 2021 at 2:00 p.m. EST. 13. Inquiries and submission of statements of capabilities Inquiries and statements of capabilities are to be directed to: Marta Porter Team Leader PWGSC, Acquisitions Branch Telephone: 613-328-6498 Facsimile: 613-545-8067 E-mail: marta.porter@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. 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.
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
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Porter, Marta M.
- Phone
- (613) 328-6498 ( )
- Email
- marta.porter@pwgsc.gc.ca
- Fax
- (613) 545-8067
- Address
-
Kingston Procurement
Des Acquisitions Kingston
86 Clarence Street, 2nd floorKingston, Ontario, K7L 1X3
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.