SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

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)

    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
    000
    French
    9
    001
    French
    5
    001
    English
    1
    000
    English
    8

    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: