SAP Ariba system maintenance

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

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Studies of Emerging technologies for infrared guidance systems.

Solicitation number W7701-125333/A

Publication date

Closing date and time 2012/12/10 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:Studies of Emerging Technologies for Infrared Guidance
    systems.
    Objectives:The work objectives for this contract are the
    following:
    To study the emerging technologies in the field of IR guidance
    systems using IR source projection systems, laser sources and
    operational field conditions test facilities at DRDC Valcartier; 
    Develop the interfaces required to perform experimental
    measurements, and integrate them into existing equipment;
    Participate in field or laboratory trials to validate the
    experimental results; 
    Study the optical, software, electronic and mechanical design of
    the various 
    technologies; 
    Participate in experimental data collection and analysis; and 
    Develop and improve various characterization methodologies.
    
    Background
    IR guidance systems introduce, among other things, imaging or
    pseudo-imaging guiding techniques, as well as sophisticated
    mechanisms for countermeasure discrimination.  The study of
    those techniques and mechanisms is one of the aims of this
    contract. The study must include, in particular, an evaluation
    of the sensitivity of those technologies against classic
    countermeasures. In addition, the emergence of new directional
    coun-termeasures (DIRCM) requires an evaluation of their effects
    on the various technologies studied in order to assess their
    advantages and limitations.  
    
    To fulfill these needs, DRDC Valcartier operates facilities for
    projecting IR sources to characterize electro-optical systems
    and evaluate various classic countermeasures, laser sources for
    studying laser interference phenomena, and mobile facilities for
    validating experimental measurements and the functioning of
    countermeasure systems in field 
    Trials.
    
    In order to achieve the project objectives, this contract will
    carryout 7 tasks.
    Task 1 - Study of electronic design
    Task 2 - Study of software design
    Task 3 - Electro-optical characterization of an IR guidance
    system
    Task 4 - Analysis and update (as needed) of the optical design
    and production
    Task 5 - Evaluation of the susceptibility/efficiency of an IR
    guidance system in the presence of disturbances such as decoy
    flares, noise, laser, etc.
    Task 6 - Design of interfaces adapted to the new technologies
    studied
    Task 7 - Participation in a campaign of field or laboratory
    trials
    
    Period of Contract
    The period of the resulting contract is from April 1st 2013 to
    March 31, 2016.
    
    Work location:
    The Contractor must perform the work on site at Defence Research
    and Development Canada.
    
    Client department :
    The services will be rendered to Defence Research and
    Development Canada (DRDC-Valcartier).
    
    Estimated funding available
    The maximum funding available for the contract resulting from
    the bid solicitation is $900,000.00 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.
    
    Intellectual property rights 
    
    Any intellectual property rights arising from the performance of
    the Work under the resulting contract will belong to Canada.
    
    Code of Conduct
    
    IMPORTANT NOTICE: New measures related to Code of Conduct and
    certifications included in the solicitation documents requiers
    attention.
    
    Other information :
    - The requirement is subject to the provisions of the Agreement
    on Internal Trade (AIT).  
    - The requirement is limited to Canadian services.
    - This PWGSC office provides provides procurement services to
    the public in both official languages.
    - This requirement is subject to the Controlled Goods Program.
    - There is a security requirement associated with this
    requirement.
    Mandatory technical criteria
    1.	Mechanical engineering technologist
    1.1	All resources proposed for this category must have at
    minimum a diploma in mechanical engineering technology or a
    related discipline related to the design/production of
    mechanical components using computer-aided design software.
    1.2	All resources proposed for this category must have a minimum
    of 12 months of experience in designing mechanical components
    using computer-aided software (e.g. SolidEdge) and/or producing
    mechanical components using conventional machines.
    1.3	The bidder must propose a minimum of one resource in this
    category.
    2.	Electrical engineer
    2.1	All the resources proposed for this category must have at
    minimum a bachelor's degree in electrical engineering, computer
    engineering or engineering physics. 
    2.2	All the resources proposed for this category must have a
    minimum of 24 months of experience in the conception and/or
    design of electronic equipment using computer-aided software
    (e.g. Altium Designer).
    2.3	All the resources proposed for this category must have a
    minimum of 12 months of experience in electronic work involving
    infrared guidance systems. 
    2.4	The bidder must propose a minimum of two resources in this
    category.
    3.	Software architect
    3.1	All the resources proposed for this category must have at
    minimum a bachelor's degree in computer engineering, electrical
    engineering or software engineering.  
    3.2	All the resources proposed for this category must have a
    minimum of 12 months of experience in designing architecture for
    embedded or electronic equipment control software applications,
    using UML and/or applying a software development process that is
    recognized in the industry.
    3.3	The bidder must propose a minimum of one resource in this
    category.
    4.	Software development engineer
    4.1	All the resources proposed for this category must have at
    minimum a bachelor's degree in computer engineering or
    electrical engineering. 
    4.2	All the resources proposed for this category must have a
    minimum of 12 months of experience in developing electronic
    equipment control software applications using the C++
    programming language on the Linux operating system.
    4.3	The bidder must propose a minimum of 2 resources in this
    category.
    5.	Microcontroller programming engineer
    5.1	All the resources proposed for this category must have at
    minimum a bachelor's degree in computer engineering or
    electrical engineering. 
    5.2	All the resources proposed for this category must have
    knowledge of an assembly language or C++, and have a minimum of
    12 months of experience in programming microcontrollers.  
    5.3	The bidder must propose a minimum of 2 resources in this
    category.
    6.	Infrared guidance systems engineer
    6.1	All the resources proposed for this category must have at
    minimum a bachelor's degree in engineering physics, physics or
    electrical engineering. 
    6.2	All the resources proposed for this category must have a
    minimum of 12 months of experience in characterizing infrared
    guidance systems.  
    6.3	The bidder must propose a minimum of 2 resources in this
    category.
    7	Optical design specialist
    7.1	All the resources proposed for this category must have at
    minimum a master's degree in physics or engineering physics. 
    7.2	All the resources proposed for this category must have a
    minimum of 36 months of experience in optical design. Time
    devoted to graduate studies (two years for a master's degree,
    three years for a PhD) will be recognized as valid experience if
    the subject and relevance are demonstrated. 
    7.3	The bidder must propose a minimum of one resource in this
    category.
    8	Project manager
    8.1	All the resources proposed for this category must have at
    minimum a bachelor's degree in pure or applied science or
    administration or a bachelor's degree in another discipline
    combined with a complementary degree (e.g. certificate, master's
    degree) in administration or project management. 
    8.2	All the resources proposed for this category must have
    received a minimum of  35 hours of formal training in project
    management. 
    8.3	All the resources proposed for this category must have a
    minimum of 24 months of experience in R&D project management.
    8.4	All the resources proposed for this category must not be
    proposed for any other resource category in this contract.  
    8.5	The bidder must propose a minimum of 2 resources in this
    category.
    
    Technical Criteria evaluation and basis selection
    Technical proposal: 55 points, minimum 40 points
    Management: 40 points, minimum 25 points
    Competence of personnel directly involved in project: 80 points,
    minimum 55 points
    Experience of the company 15 points, minimum 8 points
    Total: Maximum 190 points, minimum 128 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 criterion and
    each group of criteria with a pass mark;
    (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 which
    obtained the highest number of points overall for the point
    rated technical evaluation criteria will be recommended for
    award of a contract.
    
    
    W7701-125333/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

    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
    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
    001
    English
    2
    002
    English
    2
    000
    English
    11
    002
    French
    1
    000
    French
    3
    001
    French
    1

    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
    Quebec (except NCR)

    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: