SAP Ariba system maintenance

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

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

Weapon system Modelling and simulation

Solicitation number W7701-166176/B

Publication date

Closing date and time 2018/09/06 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Purpose
    
    The Weapons Systems (WS) Section uses the WeaponsSystemsLibrary (WSL) for its work involving weapons systems modelling and simulation. This library uses the Matlab/Simulink environment, which is very familiar to and valued by members of the Section. The Section would therefore like to continue working with this library. Also, the Electro-Optical Warfare (EOW) and Defence Engineering Valcartier (DeV) sections use Virtual Proving Ground (VPG) for their modelling and simulation work. VPG includes Simulink and C++ models, a simulation environment entitled Karma that is developed in C++, as well as other tools. With respect to software architecture and services provided, Karma is more flexible and advanced than WeaponsSystemsLibrary. In fact, Karma includes an infrared scene generator and an advanced environmental model. For some of its work, the WS Section would like to use models and services available in VPG to study the impact of a degraded environment on the performance of a weapons system. In addition, the integration of the WeaponsSystemsLibrary models into VPG would make it possible to promote collaborative work and the exchange of models between the WS Section and the EOW and DeV sections. It was therefore decided that, for certain projects, VPG would be used, which requires the integration of certain WSL models into VPG, the adaptation of the Karma simulation environment to the specific needs of these models, the execution of simulations in VPG and the Verification and Validation (V&V) of models.
    
    The tasks to be carried out may be as follows:
    
    5.1 Study of weapons systems / technology / models / software
    
    5.2 Development of weapons systems models
    
    5.3 Verification and Validation of weapons systems models, simulations or specialized software
    
    5.4 Integration of models into a simulation environment
    
    5.5 Addition to or modification of a simulation environment
    
    5.6 Development/modification of modelling and simulation tools
    
    5.7 Execution of simulations
    
    5.8 Analysis of simulation results
    
    5.9 Documentation
    
    5.10 Integration of Work
    
    Additional Information
    
    The organization for which the services are to be rendered is Defence Research and Development Canada - Valcartier (DRDC - Valcartier).
    
    The period of the Contract is from the Contract Award date to five years after Contract Award date, inclusively.  
    
    The estimated maximum funding available for the Contract resulting from the bid solicitation is $2 000 000.00 (Applicable Taxes extra).
    
    All or parts of the Work will be performed on an “as and when requested basis”, using a Task Authorization (TA). 
    
    A contract with Task Authorizations (TAs) is a method of supply for services under which all of the work or a portion of the work will be performed on an "as and when requested basis". Under contracts with TAs, the work to be carried out can be defined but the exact nature and timeframes of the required services, activities and deliverables will only be known as and when the service(s) will be required during the period of the contract. A TA is a structured administrative tool enabling the Crown to authorize work by a contractor on an "as and when requested" basis in accordance with the conditions of the contract. TAs are not individual contracts.
    
    Canada has determined that any intellectual property rights arising from the performance of the Work under the resulting contract will belong to Canada
    
    Task 5.10 Work, as well as the Work requiring the use of licences that are not available at the Contractor’s facilities, must be performed at the DRDC - Valcartier Research Centre site at the following address:
    
     Defence Research and Development Canada - Valcartier Research Centre
     2459 de la Bravoure Road
     Quebec City, Quebec
     G3J 1X5
     Canada
    
    The other Work may be carried out off the DRDC - Valcartier Research Centre site.
    
    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" (http://www.tpsgc-pwgsc.gc.ca/app-acq/lc-pl/lc-pl-eng.html#a31) document on the Departmental Standard Procurement Documents website.”
    
    The requirement is subject to the Canadian Free Trade Agreement (CFTA).
    
    The requirement is limited to Canadian goods and(or) services. 
    
    This procurement is subject to the Controlled Goods Program.
    
    There is a Federal Contractors Program (FCP) for employment equity requirement associated with this procurement; see Part 5 - Certifications, Part 7 - Resulting Contract Clauses and the attachment named Federal Contractors Program for Employment Equity - Certification.
    
    The Contractor must complete and submit a Foreign Ownership, Control and Influence (FOCI) Questionnaire and associated documentation identified in the FOCI Guidelines for Organizations prior to contract award to identify whether  a third party individual, firm or government can gain unauthorized access to CLASSIFIED FOREIGN information/assets.
     
    
    In accordance with clause “Minimum Work Guarantee - All the Work - Task Authorizations” of the Contract, Canada's obligation under the Contract is limited to 30% of the estimated amount of available funding specified above
    
    Bidder’s Conference
    
    A bidders' conference will be held at Publics Works and Government Services Canada, 1550 av. D’Estimauville, Québec, Qc, G1J 0C7 on Wednesday July 4th, 2018. The conference will begin at 10:00 AM. The scope of the requirement outlined in the bid solicitation will be reviewed during the conference and questions will be answered. It is recommended that bidders who intend to submit a bid attend or send a representative.
    Bidders are requested to communicate with the Contracting Authority before the conference to confirm attendance. Bidders should provide, in writing, to the Contracting Authority, the name(s) of the person(s) who will be attending and a list of issues they wish to table no later than Tuesday, July 3rd, at 2:00 PM
    
    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

    • Canadian Free Trade Agreement (CFTA)

    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
    Lemay, Hélène
    Phone
    (418) 649-2974 ( )
    Email
    helene.lemay@tpsgc-pwgsc.gc.ca
    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
    003
    French
    11
    003
    English
    14
    002
    French
    11
    002
    English
    18
    001
    French
    13
    001
    English
    22
    000
    French
    26
    000
    English
    83

    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)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: