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)
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
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__PV.B956.E77593.EBSU003.PDF | 003 |
English
|
8 | |
ABES.PROD.PW__PV.B956.F77593.EBSU003.PDF | 003 |
French
|
4 | |
ABES.PROD.PW__PV.B956.E77593.EBSU002.PDF | 002 |
English
|
12 | |
ABES.PROD.PW__PV.B956.F77593.EBSU002.PDF | 002 |
French
|
2 | |
ABES.PROD.PW__PV.B956.E77593.EBSU001.PDF | 001 |
English
|
10 | |
ABES.PROD.PW__PV.B956.F77593.EBSU001.PDF | 001 |
French
|
2 | |
ABES.PROD.PW__PV.B956.E77593.EBSU000.PDF | 000 |
English
|
70 | |
ABES.PROD.PW__PV.B956.F77593.EBSU000.PDF | 000 |
French
|
7 |
Access the Getting started page for details on how to bid, and more.