Technical services concerning numerial analyses in the field of
external and terminal ballistics

Solicitation number W7701-125373/A

Publication date

Closing date and time 2012/12/17 14:00 EST

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Title: Technical services concerning numerial analyses in the
    field of external and terminal ballistics.
    
    The Statement of Work (SOW) describe the services required by
    Defence R&D Canada - Valcartier (DRDC Valcartier) aimed at
    carrying out the following objectives : 
    
    Objectives
    
    The objectives of the work are to provide DRDC Valcartier,
    Precision Weapons and Weapons Effects and Protection sections
    with specialized technical services concerning numerical
    analyses in the field of external and terminal ballistics. The
    work to be performed will involve the following:
    
    literature reviews;
    analytical development;
    hydrodynamics finite element modelling;
    CAD meshing;
    molecular dynamics modeling; and
    Computational fluid dynamics calculations for external
    ballistics analysis.
    
    Background
    
    DRDC Valcartier, Precision Weapons (WP) and Weapons Effects and
    Protection (WEP) sections plan and execute applied R&D programs
    and direct support to CF projects in the field of external and
    terminal ballistics.  The sections have formed programs on
    vehicle and personnel protection as well as on small arms and
    flight mechanics.  These programs, including their numerical
    simulation components are exten-sively sought out and more since
    future small arms research program (FSAR) and mild-traumatic
    brain injury projects were approved.  External support is
    required mainly for converting CT-Scans images, RMI or X-ray
    images to CAD format, meshing of different threats and targets
    including the human body and performing Finite-Element (FE)
    studies using hydrocodes.  Running of molecular dynamics
    simulations as well as Computational Fluid Dynamics (CFD)
    calculations for flight mechanics are also required. Sup-port
    may also be required to model new threats and protection systems
    for personnel and vehicles, supersonic external aerodynamics,
    supersonic intakes, projectile impact probability and
    aeroheating of hypersonic projectiles.
    
    Tasks:
    Task 1: Provide CAD and meshed models from CT-Scan, MRI and
    X-Ray Images
    Task 2: Multi-physics based numerical modeling using Hydrocodes
    and CFD codes
    Task 3:Engineering and technical support for experiments
    
    Client department
    
    The services will be rendered to Defence Research and
    Development Canada (DRDC-Valcartier).
    
    Period of the contract :
    
    The period of the Contract is from April 1, 2013 to March 31,
    2017 inclusive.
    
    Estimated funding available
    
    The maximum funding available for the contract resulting from
    the bid solicitation is $950,000.00 CAD (Goods and Services Tax
    or the Harmonized Sales Tax extra, as appropriate). Bids valued
    in excess of this amount will be considered non-responsive. 
    This disclosure does not commit Canada to pay the maximum
    funding available.
    
    Ownership of Intellectual Property :
    	
    Defence Research and Development Canada - Valcartier has
    determined that any intellectual property rights arising from
    the performance of the Work under the resulting contract will
    belong to Canada.
    
    Technical Criteria evaluation and basis selection
    Technical Proposal: 25 points, minimum 13 points
    Management Proposal: 18 points, minimum 10 points
    Qualification of proposed resources:42 points, minimum 20 points
    Bidder's qualifications: 20 points, minimum 10 points
    Total: 105 points, minimum 53 points.
    
    Basis of Selection - Lowest Evaluated Price Per Point
    
    To be declared responsive, a bid must:
    (a)	comply with all the requirements of the bid solicitation; 
    (b)	meet all mandatory technical evaluation criteria; 
    (c)	obtain the required minimum points for each group of
    criteria with a pass mark; and
    (d)	obtain the required minimum points overall for the technical
    evaluation criteria which are subject to point rating. 
    Bids not meeting (a) or (b) or (c) or (d) will be declared
    non-responsive.  Neither the responsive bid that receives the
    highest number of points nor the one that proposed the lowest
    price will necessarily be accepted.  The responsive bid with the
    lowest evaluated price per point will be recommended for award
    of a contract. The evaluated price per point will be determined
    by dividing the evaluated price of the bid by the number of
    points obtained for the point rated technical evaluation
    criteria.
    
    In the event that two or more responsive bids have the same
    lowest evaluated price per point, the responsive bid with the
    lowest evaluated price will be recommended for award of a
    contract.
    
    Code of Conduct
    
    IMPORTANT NOTICE: New measures related to Code of Conduct and
    certifications included in the solicitation documents requiers
    attention.
    
    Security requirements :
    There is a security requirement associated with this requirement.
    For additional information, consult Part 6 - Security, Financial
    and Other Requirements, and Part 7 - Resulting Contract Clauses.
     Bidders should consult the "Security Requirements for PWGSC Bid
    Solicitations - Instructions for Bidders" document on the
    Departmental Standard Procurement Documents Web site.
    
    Other information:
    The requirement is subject to the provisions of the Agreement on
    Internal Trade (AIT). 
    The requirement is subject to a preference for Canadian services.
    This PWGSC office provides procurement services to the public in
    both official languages.
    
    Site of Work:
    Works will be carried out at DRDC Valcartier site.
    
    W7701-125373/A
    Brisebois, Aline
    N° de téléphone - (418) 649-2883 
    Nº fax - (418) 648-2209
    
    
    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

    • No trade agreements are applicable to this solicitation process
    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
    Brisebois, Aline
    Phone
    (418) 649-2883 ( )
    Fax
    (418) 648-2209
    Address
    601-1550, Avenue d'Estimauville
    Québec
    Québec, Québec, G1J 0C7

    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
    000
    French
    8
    001
    French
    1
    001
    English
    1
    000
    English
    3

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)