Tele-Robotic Manipulator System

Solicitation number W3915-180038

Publication date

Closing date and time 2017/12/27 14:00 EST


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    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: 
    SRI INTERNATIONAL
    333 RAVENSWOOD AVE
    PO BOX 2767
    MENLO PARK California
    United States
    94025
    Nature of Requirements: 
    
    REMOTELY OPERATED TELE-ROBOTIC MANIPULATOR (ROTM)
    W3915-180038/A
    
    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
    
    The Department of National Defence (DND), Canadian Armed Forces Level Two Exploitation Capability (L2EC) has a requirement for one Remotely Operated Tele-robotic Manipulator (ROTM) System with the option to purchase up to two one year periods for third line maintenance and technical support after the end of the one year warranty period. The delivery is required by March 31, 2018 to Ottawa, Ontario. 
    
    3.Criteria for assessment of the Statement of Capabilities  
    
    Any interested supplier must demonstrate by way of a statement of capabilities that its product/equipment/system meets the following requirement:
    
    The system must be: 
    
    The Remote Operating Station must be a desktop based computer application.
    
    The system manipulator components must require an operating area of no greater than 11 cubic metres.
    
    The system must also be capable of using fitted tools (such as cutting wheels, screwdrivers, etc.), in order to open a portable hard drive, and fit remove a standard USB connection cable.
    
    Decontamination: The operational areas of the system (defined as those components of the system exposed to the item being exploited) must be capable of being protected against chemical or radiological contamination, or able to be decontaminated within five (5) days by trained CBRN staff.
    
    A tele-robotic manipulator system fitted with a minimum of two haptic feedback manipulators capable of simultaneous operation.
    
    Highly dexterous by demonstrating the ability to open an android based cellular device, remove the battery and sim card using tools held in the robotic grips.
    
    The system must be capable of:
      
    Real time, stereoscopic high definition 3D imaging.
    
    Cutting wire typically found on commercial detonators (20-24 gauge)
    
    Lifting objects up to 1kg in weight, with a thickness of not greater than 12mm and an area (size) of not greater than 1100 square cm.
    
    Remote operation by an operator a minimum of 3m and a maximum of 10m from the manipulators.
    
    The manipulators having a full 360 degree range of movement while holding an object. 
    
    Conducting invasive exploitation of known or suspected energetic and electronic items
    
    The electrical or connectivity requirements of the system must: 
    
    Utilize a hard-wire (copper, fibre optic, or equivalent) link between the manipulators and the remote operator station as Bluetooth/wireless command system is unacceptable in a high security EMSEC zoned work place.
    
    Operate from standard North American alternating current power distribution system.
    
    Be designed so that a loss of connectivity or power fluctuations does not cause the state of the manipulators to change.
    
    Be electrically grounded to prevent against electrostatic discharge while handling sensitive electronics or energetic materials.
    
    The system must meet the following environmental conditions: 
    
    Operating in a temperature range of 15-40 degrees Celsius in a laboratory environment.
    
    The system must be capable of operation in direct sunlight and low visibility.
    
    The system must meet the following size and weight requirements: 
    
    Total weight of the system (excluding transport boxes) must not exceed 30 kg.
    
    The system must meet the following storage and transport requirements:
     
    Be modular and be packaged for long term storage and transport in waterproof containers capable of being lifted by two average servicepersons.
     
    Cases must be capable of being locked while in transit.
    
    System must be able to be packaged up, shipped around the world, reassembled in a portable lab facility and mounted on an allocated work bench. 
    
    Capable of being setup from the transport cases and be operationally functional by a single trained operator within four hours under normal conditions.
    
    Note: a “normal” condition is defined for the purposes of this document as acceptable lighting, space, and environmental conditions with no need for an expedited operational requirement.
    
    Any tools and accessories of the system must: 
    
    Be able to be installed by the operator remotely using the manipulators.
    The system must be currently in service with a military or government agency in the United States, Great Britain, Australia, New Zealand or Canada.
    
    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)
    - North American Free Trade Agreement (NAFTA)
    - World Trade Organization - Agreement on Government Procurement           (WTO-AGP)
    
    5.Justification for the Pre-Identified Supplier
    
    The only known supplier of Remotely Operated Tele-Robotic Manipulator (ROTM) meeting all the above required technical specifications is SRI International. For this reason, it is proposed to negotiate this requirement with SRI International.
    
    6.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 12(b)
    North American Free Trade Agreement (NAFTA) - Article 1016.2(b)
    World Trade Organization - Agreement on Government Procurement (WTO-AGP) (WTO-AGP) - Article(s) XV (1b)
    
    7.Period of the proposed contract or delivery date
    
    The final delivery of the equipment must be on March 31st, 2018.
    
    8.Name and address of the pre-identified supplier
    
    SRI INTERNATIONAL
    333 RAVENSWOOD AVE
    PO BOX 2767
    MENLO PARK, California
    94025
    United States
    
    9.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.
    
    10.Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of capabilities is December 27th, 2017 at 2:00 p.m. EST.
    
    11.Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    
    Martin Gauthier
    Supply Officer
    Public Works and Government Services Canada 
    Scientific, Medical and Photographic Division - PV 
    Portage III - Floor: 6A2 - Room: 48  
    11 Laurier Street  
    Gatineau, Quebec 
    Canada
    K1A 0S5
     
    Telephone:    613-404-8642
    Facsimile:     819-956-3814
    E-mail:  martin.gauthier@pwgsc.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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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 Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Gauthier, Martin
    Phone
    (613) 404-8642 ( )
    Email
    martin.gauthier@tpsgc-pwgsc.gc.ca
    Fax
    (819) 956-3814
    Address
    11 Laurier St./ 11 rue, Laurier
    6B1, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

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

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Non-Competitive
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.