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)
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
- Lemay, Hélène
- Phone
- (418) 649-2974 ( )
- Email
- helene.lemay@tpsgc-pwgsc.gc.ca
- 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.PW_QCL.B025.F17429.EBSU003.PDF | 003 |
French
|
11 | |
ABES.PROD.PW_QCL.B025.E17429.EBSU003.PDF | 003 |
English
|
14 | |
ABES.PROD.PW_QCL.B025.F17429.EBSU002.PDF | 002 |
French
|
11 | |
ABES.PROD.PW_QCL.B025.E17429.EBSU002.PDF | 002 |
English
|
18 | |
ABES.PROD.PW_QCL.B025.F17429.EBSU001.PDF | 001 |
French
|
13 | |
ABES.PROD.PW_QCL.B025.E17429.EBSU001.PDF | 001 |
English
|
22 | |
ABES.PROD.PW_QCL.B025.F17429.EBSU000.PDF | 000 |
French
|
26 | |
ABES.PROD.PW_QCL.B025.E17429.EBSU000.PDF | 000 |
English
|
83 |
Access the Getting started page for details on how to bid, and more.