Wide Area Motion Imagery Airborne Camera
Solicitation number 31184-198632/A
Publication date
Closing date and time 2019/01/02 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: PV Labs Ltd. 1074 Cooke Blvd 1074 Cooke Blvd. Burlington Ontario Canada L7T4A8 Nature of Requirements: Wide Area Motion Imagery Airborne Camera 31184-198632/A Courteau, Robert Telephone No. - (343) 550-1614 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 National Research Council (NRC), Flight Research Laboratory (FRL) is conducting a research project which aims at testing and evaluating the capability of multi-spectral Wide Area Motion Imagery (WAMI) using airborne camera systems (ACS). The project is part of a research agreement where the researchers require the most stable, comprehensive turn-key solution the industry offers. The sensors and system in question will be mounted on NRC’s Convair 580. The unit must contain upgradeable options for sensors which complement the immediate needs. 3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) FRL’s Key Unique Requirements: A. The WAMI ACS must be enclosed in a gyrostabilized gimbal with 5-axis stabilization (3 internal and 2 external). The inner 3-axis stabilization module must stabilize the optical bench with a jitter of 5 microradians root mean square (RMS) or less. The geo-pointing accuracy must be of +/- 2 milliradians or less; B. The 5-axis gyrostabilized gimbal must have an interchangeable payload capability which enables the user to install different payloads in the gimbal without intervention from the manufacturer; C. The WAMI ACS must comprise a visible camera and be capable of collecting visible images at a resolution of more than 100 megapixels at a speed of 1 frame per second (FPS) or more. The collected images must cover at least 20 square km when flying at an altitude of 10,000 ft with an average ground sample distance (GSD) of less than 75 cm per pixel; D. The WAMI ACS must comprise a short-wave infrared (SWIR) camera and be capable of collecting images in the SWIR band at a resolution of 1000 x 1000 pixels or more. The SWIR camera must be boresighted with the visible camera and must cover the same field of view; Other Mandatory Requirements: A. The WAMI ACS must comprise the WAMI gimbal, power supply, cables, and airborne data collection system; B. The WAMI ACS must comprise an application programming interface (API) that allows the processing of the collected imagery with a third-party track processor; C. The WAMI ACS must provide all the required software application to configure and operate the system; and D. The WAMI ACS and all its components must not be subject to the International Traffic in Arms Regulations (ITAR). 4. Applicability of the trade agreement(s) to the procurement This procurement is subject to the following trade agreement: • Canada Free Trade Agreement (CFTA) • Canada-European Union: Comprehensive Economic Trade Agreement (CETA) • North America Free Trade Agreement (NAFTA) • World Trade Organization (WTO) 5. Justification for the Pre-Identified Supplier After a detailed market assessment, FRL concluded that only one source of supply exists. There are no equivalent technologies that have industry leading proprietary platforms and industry leading technology with upgradeable features. The PV-18WS uses a proprietary Gen-V technology to create open architecture, designs and sensor integration with full meta-data. The instrument in question (WAMI) is the only system in its class that has upgradeable options for sensors which complements the immediate need. National Research Council (NRC) has identified the multi-spectral Wide Area Motion Imagery from PV Labs Ltd. as the only instrument that meets all of the minimum essential requirements. 6. Government Contracts Regulations Exception(s) The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work". 7. Quantity of the proposed contract • One (1) PV 18 Gimbal System with Integrated Lodestar Sensor, WAMI Payload, and System Server and Software. • One (1) External Interface Breakout • One (1) Payload Surrogate Mass (including Block Camera) • One (1) Multispectral SWIR • One (1) Purge Kit 8. Name and address of the pre-identified supplier PV Labs 1074 Cooke Blvd, Burlington, ON L7T 4A8 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 January 2, 2019 at 14:00 EST. 11. Inquiries and submission of statements of capabilities Direct all correspondence to: Robert Courteau Supply Specialist Public Works and Government Services Canada Commercial Consumer Products Directorate Suite 7153, 140 O’Connor Street, Ottawa, Ontario, Canada Telephone: 343-550-1614 E-mail address: Robert.Courteau@tpsgc-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 PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Courteau, Robert
- Phone
- (343) 550-1614 ( )
- Email
- robert.courteau@tpsgc-pwgsc.gc.ca
- Address
-
L'Esplanade Laurier
140 O'Connor Street,
East Tower, 7th FloorOttawa, Ontario, K1A 0S5
Buying organization(s)
- Organization
-
National Research Council Canada
- Address
-
100 Sussex DrOttawa, Ontario, K1A0R6Canada
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.