Study of optronic and laser technologies for targeting and
ranging requirement for small arms.
Solicitation number W7701-135588/A
Publication date
Closing date and time 2013/02/22 14:00 EST
Last amendment date
Description
Trade Agreement: Agreement on Internal Trade (AIT) 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: Study of optronic and laser technologies for targeting and ranging requirements for small arms. Objectives:The work objectives for this contract are the following: The objectives of the work are: 1. To perform a study on existing and potential laser technologies for ranging and targeting capability for small arms. The work will be divided into two sections: (i) Existing state-of-the-art laser ranging and targeting technologies for small arms; (ii) Potential laser technologies such as the traditional one dimensional, fix beam, aim-and-shoot to one or two dimensional laser scanning to two dimensional flash ladar. Specification, capability and limitation on ranging and targeting up to 600m standoff distance shall be analysed. 2. To perform a review on existing literature and furthermore to perform studies and analysis to determine targeting task requirement and performance with the use of direct optics and optronic-type or pixelated, electro-optical viewing devices in small arm operations. The first goal is to determine both direct optic and optronic-type viewing devices for their performance under various parameters and field situations; and secondly, to answer the ultimate question whether sighting and targeting performance of optronic-type viewing technologies is comparable, as good as, or better than that of direct optic viewing technology. From the latter, capabilities and limits will be determined and quantitatively compared with both technologies. Due to the facts that both technologies have distinct characteristics and also these viewing devices are to produce the best viewable image to be perceived by human eyes which have direct implication on sighting and targeting performance, study and analysis on requirement and performance will make references and interpretations to human eye characteristics and working principle regarding sighting and targeting in small arm operations. Background Under the mandate of Future Small Arms Research (FSAR) project, DRDC will examine existing and future technologies for small arm capabilities with the objective of identifying technologies which could increase shot placement accuracy and reduce engagement time. These technologies include weapon, ammunition, optics and electro-optics. A series of studies on these subjects will be performed, some of which may involve literature survey, simulation and modelling, and experiments with modules and systems in lab and field, and user trials, etc Client department The services will be rendered to Defence Research and Development Canada (DRDC-Valcartier). The following tasks will part of the contract: PHASE 1 Task 1: Specification, capability and limitation of existing laser ranging and targeting technologies for small arms Task 2: Literature survey on sighting and targeting requirement and performance for small arms with respect to human eye working principle PHASE 2 (Optional period) Task 3: Study of potential laser ranging and targeting technologies for small arms Task 4: Test and evaluation of procured laser devices Task 5: Study of sighting and targeting requirement and performance of in-service direct optic viewing devices Task 6: Study of sighting and targeting requirement and performance of optronic-type viewing devices Task 7:Development of a targeting performance matrix of direct optic and optronic-type viewing devices Task 8:Test and evaluation of purcured optronic-type viewing devices Task 9: Test and evaluation performance of in-service direct optic viewing devices Task 10: Result analysis based on targeting performance matrix Period of the contract : The period of the Contract is from date of Contract to March 31, 2013 plus a possibility of additionnal one year period. Option to Extend the Contract The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to 1 additional 1 year period under the same conditions. The Contractor agrees that, during the extended period of the Contract, it will be paid in accordance with the applicable provisions as set out in the Basis of Payment. Canada may exercise this option at any time by sending a written notice to the Contractor at least 15 calendar days prior to the Contract expiry date. The option may only be exercised by the Contracting Authority, and will be evidenced for administrative purposes only, through a contract amendment. Intellectual property rights Any intellectual property rights arising from the performance of the Work under the resulting contract will belong to Canada. Pursuant to section 01 of Standard Instructions 2003, Bidders must submit a complete list of names of all individuals who are currently directors of the Bidder. Furthermore, as determined by the Special Investigations Directorate, Departmental Oversight Branch, each individual named on the list may be requested to complete a Consent to a Criminal Record Verification form and related documentation. Work location: At the contractor's location or at DRDC Valcartier, 2459 route de la Bravoure, Quebec, Qc. Client department : The services will be rendered to Defence Research and Development Canada (DRDC-Valcartier). Technical Criteria evaluation and basis selection Technical proposal: 25 points, minimum 15 points Qualification of resources: 56 points, minimum 35 points Experience of the company 25 points, minimum 12 points Total: Maximum 106 points, minimum 62 points Basis of Selection - Lowest Evaluated Price Per Point 1. 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; 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 the lowest evaluated price will be recommended for award of a contract. 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 procurement is subject to the Controlled Goods Program. There is a security requirement associated with this requirement. W7701-135588/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
-
Agreement on Internal Trade (AIT)
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
- Brisebois, Aline
- Phone
- (418) 649-2883 ( )
- Fax
- (418) 648-2209
- Address
-
601-1550, Avenue d'Estimauville
QuébecQuébec, Québec, G1J 0C7
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.BK_QCL.B002.F15216.EBSU000.PDF | 000 |
French
|
9 | |
ABES.PROD.BK_QCL.B002.F15216.EBSU001.PDF | 001 |
French
|
5 | |
ABES.PROD.BK_QCL.B002.E15216.EBSU001.PDF | 001 |
English
|
1 | |
ABES.PROD.BK_QCL.B002.E15216.EBSU000.PDF | 000 |
English
|
8 |
Access the Getting started page for details on how to bid, and more.