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) 

Autonomous Underwater Vehicale (AUV)

Solicitation number 5P033-130034/A

Publication date

Closing date and time 2013/05/14 14:00 EDT


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    100 meter depth rated Autonomous Underwater Vehicale
    
    5P033-130034/A
    Wilkie, Neil
    Telephone No. - (819) 956-0704
    Fax No. - (819) 956-0897
    
    BACKGROUND:
    
    The Underwater Archaeology Service (UAS) of Parks Canada
    conducts comprehensive scientific diving and remote-sensing
    surveys to identify, inventory, and assess submerged cultural
    resources within the Parks Canada mandate. This includes the
    expanding system of National Historic Sites, National Parks,
    National Park Reserves, National Marine Conservation Areas,
    National Marine Parks, and Heritage Rivers. The UAS is also a
    recognized Federal Authority for the evaluation of submerged
    cultural resources under the provisions of the Canadian
    Environmental Assessment Act. As such, the UAS is called upon to
    conduct archaeological site investigations throughout Canada in
    both marine and fresh water environments (including the Pacific,
    Atlantic, and Arctic Oceans, as well as the Great Lakes).
    
    The UAS has a requirement for a 100 m depth rated autonomous
    underwater vehicle (AUV) equipped with high resolution side-scan
    sonar to support its archaeological survey operations across
    Canada, specifically to complement an existing capability for
    traditional towed side-scan sonar from surface vessels. A
    flexible and expandable AUV platform is required, one that will
    enable future integration of diverse mission-specific sensor
    packages including magnetometer, stereo-photogrammetric still
    photo, and multi-beam echo sounder configurations. The system
    design will necessarily have to be modular to permit end-user
    integration of 3rd party instrumentation.
    
    The AUV will be deployed from a variety of vessel platforms,
    including survey vessels belonging to the UAS, as well as from
    other vessels of opportunity including rigid hull inflatable
    boats and zodiacs. Consequently, the system must be readily
    transportable to field locations by commercial air carrier, and
    must also be of a size and weight allowing manual deployment of
    the vehicle by a two-person crew from small boats.
    
    As the vehicle will be used in all regions of the country,
    including at northern latitudes where traditional magnetic
    compasses are typically unreliable, a high-performance inertial
    navigation system is required to guarantee accurate navigation
    of planned survey lines and gap-free sonar coverage (with
    position drift typically not exceeding 0.5% of underwater
    distance travelled).
    
    GENERAL:
    The basic system shall consist of the underwater vehicle,
    battery charging system, and mission planning software.
    
    
    
    MANDATORY SYSTEM REQUIREMENTS:
    
     	The underwater vehicle must be equipped with a Kearfott
    KI-4921S inertial navigation 		system (INS).
    
     	The underwater vehicle must be equipped with an L3 Klein
    UUV-3500 dual-frequency 		(455 khz/900 kHz nominal) side-scan
    sonar system.
    
     	The underwater vehicle must be equipped with an RDI 600 kHz
    Explorer phased array 		Doppler velocity log (DVL).
    
     	The underwater vehicle must be equipped with a Teledyne
    Benthos ATM-900-BC1 		acoustic modem OEM card with compatible
    remote transducer.
    
     	The underwater vehicle must be equipped with a
    direct-measurement sound velocity 		sensor accurate to ¡Ó 0.025
    m/s or better.
    
     	The underwater vehicle with all specified instrumentation
    installed and integrated must 		be depth rated to at least 100 m
    of sea water, as certified by the manufacturer.
    
    UNDERWATER VEHICLE (BODY):
    
     	The vehicle shall be of a ¡§torpedo¡¨ body style with single
    rear-mounted propeller.
    
     	Servo-powered control surfaces can comprise either
    individually actuated fins or a 		gimballed duct (Kort nozzle).
    
     	The vehicle shall possess an antenna mast containing both GPS
    and Wireless 802.11n 		Ethernet antennae.
    
     	The antenna mast should also be fitted with an LED light to
    facilitate spotting of the 		vehicle when surfaced in conditions
    of limited visibility and/or darkness.
    
     	The body design should be modular allowing expansion with
    additional body sections as 		future sensor integration may
    require.
    
    
    NAVIGATION SENSORS:
    
     	The INS shall accept real-time aiding inputs from an onboard
    GPS receiver (when 		surfaced) and DVL (in water depths of 80 m
    and less).
    
     	The DVL transducer shall be mounted on the underside of the
    vehicle to enable bottom 		tracking and altitude control.
    
     	The GPS antenna and receiver should have integrated
    satellite-based augmentation 		system (SBAS) reception
    capability.
    
     	The vehicle shall be equipped with a digital 3-axis compass.
    
     	The vehicle shall be equipped with a pressure depth sensor.
    
    PAYLOAD SENSORS:
    
     	The side-scan transducers should be securely mounted and
    positioned along the vehicle 		body so as to minimize acoustic
    noise in the sonar data.
    
     	Ambient speed of sound from the sound velocity sensor must be
    relayed in real-time to 		the DVL to improve the accuracy of the
    bottom track vector.
    
     	The transducer for the acoustic modem shall be installed on
    the underside of the vehicle 		to enable acoustic communications
    with nearby surface vessels when the AUV is 			surfaced.
    
    CPU AND DATA STORAGE
    
     	The underwater vehicle must possess an Intel Dual Core 1.6 GHz
    low power CPU or 		equivalent.
    
     	The underwater vehicle must possess a solid state hard drive
    of at least 250 GB capacity.
    
     	A water-tight data port should be provided on the vehicle to
    allow easy download of
    	completed mission data and upload or planned mission parameters
    while on deck.
    
    PROPULSION AND POWER SUPPLY:
    
     	The vehicle should be equipped with a brushless DC motor with
    velocity feedback.
    
     	The vehicle should be capable of a nominal underwater speed of
    4 knots without current.
    
     	The underwater vehicle must be powered by lithium ion
    batteries providing at least 750 		Whr of total reserve power.
    Individual batteries must not exceed 100 Whr capacity due to
    	transportation restrictions on commercial aircraft in Canada.
    
     	A battery charger should be provided with the system.
    
     	A water-tight charging port or connector should be provided on
    the vehicle to allow easy 		replenishment of power while on deck.
    
    
    SOFTWARE:
    
     	Mission planning software should be provided to allow the
    operator control of mission 		design and real-time monitoring of
    mission execution.
    
     	Via the specified acoustic modem (when underwater) and by
    wireless 802.11n ethernet 		(when on the surface), the mission
    planning software should enable critical mission status
    	information such as the vehicle¡¦s estimated position, depth,
    altitude, heading, remaining 		battery power, sensor status, and
    survey progress to be transmitted. It should also permit 		the
    operator to command the vehicle to both start and abort missions
    as necessary.
    
     	The software should enable common geo-referenced raster and
    vector chart backgrounds 		such as Geotiff, S-57 and BSB to be
    displayed for mission planning purposes.
    
    DELIVERY:
    
    	One AUV is required for delivery to:
    
    	Parks Canada
    	Cultural Sciences Branch
    	Underwater Archaeology Service
    	1800 Walkley Road
    	Ottawa, Ontario
    	K1A-0M5	
    
    	Delivery is requested by 9th August 2013.
    
    
    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

    • No trade agreements are applicable to this solicitation process

    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
    Wilkie, Neil
    Phone
    (819) 956-0579 ( )
    Fax
    (819) 956-0897
    Address
    11 Laurier St. / 11, rue Laurier
    6C2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Parks Canada
    Address
    30 Victoria Street
    Gatineau, Quebec, J8X 0B3
    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
    23

    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
    National Capital Region (NCR)
    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: