SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

Virtual Reality System

Solicitation number W6369-20A010/A

Publication date

Closing date and time 2019/10/31 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Virtual Reality System
    
    W6369-20A010/A
    Courteau, Robert
    Telephone No. - (343) 550-1614
    
    Introduction
    
    The Canadian Armed Forces (CAF), through the Canadian Forces Health Services Group (CF H Svcs Gp), has a requirement for a Virtual Reality System to be utilized for the physical and mental rehabilitation of CAF personnel. 
    
    The VR System must have the following components:
    
    1. Dual belt treadmill
    
     1.1 Two (2) separate treadmill belts capable of simultaneous and independent movement
    
     1.2 Belts must be located side by side with a maximum spacing of 10cm
    
    1.3 Each treadmill belt must have a minimum walking surface of 40 centimeters (cm) wide by 180cm in length to a maximum of 60cm wide by 240cm in length
    
    1.4 Minimum operator selectable forward speeds from 0.5 kilometers per hour (km/h) to 10 km/h
    
    1.5 Minimum operator selectable reverse speeds from 0.5 kilometers per hour (km/h) to four (4) km/h
    
    1.6 Capable of accepting patients weighing up to 300 pounds
    
    2. Platform
    
    2.1 To provide for operator, clinician and patient safety, the platform must be level with and completely surround the dual treadmill belts
    
    2.2 Provide a minimum 45cm of walking space on each side of the treadmill belts
    
    2.3 Covered with a black, non-skid surface
    
    2.4 Ability to move in the X, Y and Z axis
    
    2.5 Minimum sideways, left and right, sway motion of 5cm
    
    2.6 Minimum incline and decline of 10 degrees in either direction
    
    3. Screen
    
    3.1 Flat screen with a minimum height of 200cm to a maximum height of 300cm and a minimum width of 300cm to a maximum of 450cm
    
    3.2 Pure white background
    
    4. Projector and Audio system
    
     4.1 Minimum two (2) colour LED projectors to project images and scenarios onto the screen
    
     4.2 Rack mounted image generators
    
     4.3 5.1 surround sound system to assist with scenario realism
    
    5. Motion capture system
    
     5.1 Minimum four (4) high definition video capture cameras
    
     5.2 Motion capture cameras are synchronized with the projectors
    
    6. Operator console with server rack
    
     6.1 Ergonomic desk
    
     6.2 Dual monitors each with a minimum size of 24 inches
    
     6.3 All computer components housed within a server rack system
    
    7. Software
    
     7.1 Application software to control the integration of all system components
    
     7.2 Real-time Gait analysis
    
     7.3 Real-time software engine for motion capture system
    
     7.4 VICON 
    
     7.5 Audio software
    
     7.6 Stability and balance software
    
     7.7 MatLab
    
     7.8 Graphics design software
    
    8. Safety system
    
    8.1 Support system to ensure patients on the treadmill are protected against falls and/or loss of balance
    
    8.2 Minimum of four (4) emergency stops (e-stop) with one (1) e-stop located on the operator console and the remainder on the platform within easy reach of the patient
    
    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

    • 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)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Courteau, Robert
    Phone
    (343) 550-1614 ( )
    Email
    robert.courteau@tpsgc-pwgsc.gc.ca
    Address
    L'Esplanade Laurier
    140 O'Connor Street,
    East Tower, 7th Floor
    Ottawa, Ontario, K1A 0S5

    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
    003
    English
    8
    003
    French
    4
    002
    English
    12
    002
    French
    2
    001
    English
    10
    001
    French
    2
    000
    English
    70
    000
    French
    7

    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
    Alberta
    ,
    Nova Scotia
    ,
    Quebec (except NCR)
    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: