Integrated high-resolution airborne imaging system

Solicitation number 31184-221986/A

Publication date

Closing date and time 2022/06/14 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Phase One United States Inc
    200 Broadhollow Road, Suite 312
    Melville New York
    United States
    11747
    Nature of Requirements: 
    
    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), Digital Technologies Research Center has a requirement for an integrated high-resolution airborne imaging system that will be installed on a research aircraft operated by the NRC. The required system must comprise one (1) high-resolution aerial camera equipped with a CMOS sensor using a global shutter and having a minimal resolution of 100 megapixels. The system must also comprise one (1) external data capture controller that includes an image capture software application that can store the collected imagery on removable Solid-State Drives (SSD). The NRC’s objective is to be able to integrate the high-resolution aerial survey camera with an existing aerial survey stabilization platform (Leica PAV80) as well as with an 18-inch gyro-stabilized gimbal (PV-Labs PV-18). In order to facilitate the integration of the camera with NRC’s current processing software applications, the manufacturer must provide a fully documented software development kit (SDK) that enables to control and configure the camera.
    
    Optional Requirement:
    a.Extended warranty for 2 additional years 
    b.Annual Preventative maintenance, calibration for 2 additional years 
    c.Lens options (additional lenses)
    d.Engineering support for integration on another platform
    e.Training on use of camera
    f.Updated SDK provided for any major functional updates (such as AOI capabilities)
    
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)
    
    A. Camera
    
    Any interested supplier must demonstrate by way of a statement of capabilities that the camera included with its high-resolution aerial survey system meets the following requirements:
    
    A.1 Optical sensor
     A.1.1 Type: Complementary metal-oxide-semiconductor (CMOS)
     A.1.2 Color: Support RGB
     A.1.3 Resolution
       Equal to or greater than 100 megapixels
       Width: Minimum 10,000 pixels
       Height: Minimum 8,000 pixels
     A.1.4 Shutter: Global
     A.1.5 Spectral range: Operation between 380 nanometers and 800 nanometers
     A.1.6 Dynamic range: Equal or greater than 75 dB
     A.1.7 Frame rate: Equal or greater than 5 frames per second (FPS)
     A.1.8 Bit depth: 12-bit at full resolution minimum
     
    A.2 Interfaces 
     A.2.1 Imagery: Ethernet 10G
     A.2.2 Commands (via SDK): Ethernet 10G
     A.2.3 Trigger: Hardware TTL signal
      
    A.3 Power
     A.3.1 Input: 28V
     A.3.2 Consumption: Maximum of 30W
     
    A.4  Physical Attributes
     A.4.1 Body dimensions (excluding lenses) 
       Width: Maximum of 100 mm
       Height: Maximum of 100 mm
       Depth: Maximum of 100 mm
     A.4.2 Weight (excluding lenses): Maximum of 1500 g
     A.4.3 Operating temperature: Between -5 °C and 35 °C
    
    A.5 Lens
     A.5.1 Focal length: 70 mm 
     A.5.2 Field of view: Minimum 35 deg., Maximum 45 deg.
     A.5.3 Mount: Non-fixed (interchangeable)
    
    A.6 Region of interest (ROI)
            A.6.1 The high-resolution aerial camera must generate in-camera imagery of at least one selected Region of Interest (ROI) using the provided SDK.
    
    A.7 Integration
     A.7.1 Software Development Kit (SDK): Two (2) licenses of the SDK
    
    
    B. Controller 
    
    Any interested supplier must demonstrate by way of a statement of capabilities that the controller included in its high-resolution aerial survey system meets the following requirements: 
    
    B.1 Software Applications
     B.1.1 One (1) license of an image capture software application
     
    B.2 Storage
     B.2.1 Capacity: Minimum 2 TB
     B.2.2 Type: Removable Solid-State Disks (SSD)
     
    B.3 Positioning
     B.3.1 Global navigation satellite system (GNSS): Integrated GNSS
     B.3.2 Inertial Measurement Unit (IMU): Connectivity with external IMU
     
    B.4 Interfaces 
     B.4.1 Display: Connection for an external monitor
     B.4.2 Network: Ethernet RJ45
     B.4.3 Data transfer: USB 3.0
     B.4.4 Control: USB ports for keyboard and mouse
    
    B.5 Power 
     B.5.1 Input: 28 V
     B.5.2 Consumption: Maximum 150W
    
    B.6 Physical Attributes
     B.6.1 Dimensions: 
       Width: Maximum: 400 mm
       Height: Maximum: 200 mm
       Depth: Maximum: 400 mm
     B.6.2 Weight: Maximum: 10 kg 
     B.6.3 Operating temperature: Between -5 °C and 35 °C
    
    
    4. Applicability of the trade agreements to the procurement 
    
    This procurement is subject to the following trade agreement(s) :
    -Canadian Free Trade Agreement (CFTA)
    -Revised World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    -Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    -Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    -Canada-Chile Free Trade Agreement (CCFTA)
    -Canada-Colombia Free Trade Agreement
    -Canada-Honduras Free Trade Agreement
    -Canada-Korea Free Trade Agreement
    -Canada-Panama Free Trade Agreement
    -Canada-Peru Free Trade Agreement (CPFTA)
    -Canada-Ukraine Free Trade Agreement (CUFTA)
     
    5. Justification for the Pre-Identified Supplier
    
    Phase One US Inc. is the only supplier that can supply a system meeting all of the technical requirements and has the exclusive rights and the sole supplier of the iXM-GS120 aerial camera. 
    
    6. Government Contracts Regulations Exception
    
    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. Exclusions and/or Limited Tendering Reasons
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the section of the trade agreement(s) specified:
    -Canadian Free Trade Agreement (CFTA): Article(s) 513:1;
    -Revised World Trade Organization - Agreement on Government Procurement (WTO-AGP): Article(s) XIII;
    -Canada-European Union Comprehensive Economic and Trade Agreement (CETA): Article(s) 19.12
    -Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP): Article(s) 15.10
    -Canada-Chile Free Trade Agreement (CCFTA): Article(s) Kbis-9
    -Canada-Colombia Free Trade Agreement : Article(s) 1409
    -Canada-Honduras Free Trade Agreement : Article(s) 17.11
    -Canada-Korea Free Trade Agreement : Article(s) 14.3
    -Canada-Panama Free Trade Agreement : Article(s) 16.10
    -Canada-Peru Free Trade Agreement (CPFTA) : Article(s) 1409
    -Canada-Ukraine Free Trade Agreement (CUFTA) : Article(s) 10.13
    
    8. Ownership of Intellectual Property
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor. 
    
    9. Period of the proposed contract or delivery date
    
    The system must be delivered within 2 months of contract award.  
    The proposed contract is for a period of 1 year, from date of contract award and includes the option to purchase additional equipment, maintenance support and extended warranty for up to two one-year periods.  
    
    10. Name and address of the pre-identified supplier
    
    Phase One US Inc.
    200 Broadhollow Road
    Melville, NY 11747
    United States
    
    11. 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.
    
    12. Closing date for a submission of a statement of capabilities
    The closing date and time for accepting statements of capabilities is June 14, 2022 at 2:00 p.m. EDT.
    
    13. Inquiries and submission of statements of capabilities  
    Inquiries and statements of capabilities are to be directed to:
    
    Cindy O’Gorman
    A/Team Leader, Pharmaceuticals Procurement Directorate
    Scientific, Medical and Photographic Division - PV
    Public Services and Procurement Canada, Government of Canada
    140 O'Connor Street, 7th floor
    L'Esplanade Laurier (LEL), East Tower
    Ottawa, Ontario, K1A 0R5
    
    E-mail address: Cindy.O’Gorman@tpsgc-pwgsc.gc.ca
    Telephone:  (819) 712-1748
    
    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)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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

    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
    O’Gorman, Cindy
    Phone
    (819) 712-1748 ( )
    Email
    cindy.o'gorman@tpsgc-pwgsc.gc.ca
    Address
    L'Esplanade Laurier
    140 O'Connor Street,
    East Tower, 7th Floor
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    Canada
    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.

    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

    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: