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) 

EO Systems Characterization Facility & Expert

Solicitation number W7701-176211/A

Publication date

Closing date and time 2017/10/05 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: The bidder must supply Canadian goods and/or services
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Background/History
    
    The Canadian Forces (CF) must regularly select equipment to support operations. Sensors are an integral part of the EO systems used to detect and locate threats. One of Defence Research and Development Canada (DRDC)’s mandates is to support the CF in its electro-optical system acquisition process by technically translating their operational needs, evaluating the performance of sensors currently in use, evaluating the potential of sensors from emerging technologies, analyzing options and issuing recommendations.
    Sensor performance is evaluated in four ways, depending on time  and objectives:
    
    a.Laboratory characterization of basic sensor parameters via quantitative measurements;
    b.Outdoor testing to emulate sensor performance in conditions similar to those encountered on operations (e.g. low light, natural spectral content, difficult environment);
    c.Modelling of sensor performance; and
    d.Laboratory application of comparative evaluation methods to measure performances similar to those encountered in operation.
    Because the capacity of DRDC - Valcartier Research Centre laboratories is limited, it cannot respond to all requests for testing and characterizing EO systems.
    
    Purpose
    
    The purpose of this Statement of Work is the provision of scientific and engineering services in performance prediction/characterization for such EO systems covering the spectral bands ranging from ultraviolet (UV) to infrared (IR), including image amplification systems (I2).
    
    Scope of the Work (Tasks) 
    
    •Facility and expertise in  characterization of image intensifier tubes 
    •Facility and expertise in characterization of Infrared sensors (0.9 µm to 15 µm) or their components
    •Facility and expertise in characterization of digital vision systems or their components
    •Facility and expertise in characterization of performance for optical components and lenses such as binoculars, visor or telescope
    •Development of testing and evaluation methods for 0.2 to 15 µm UV/Visible sensors, including fusion of multiple spectral bands 
    •Calibration of laboratory equipment 
    •Optical design services
    •Opto-mechanical design and manufacturing services
    •Microfabrication services
    
    Additional Information 
    
    The organization for which the services are to be rendered is Defence Research and Development Canada - Valcartier (DRDC - Valcartier).
    
    The Contract Period is five (5) years from the date of award of the Contract.
    
    The work will be carried out entirely 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.
    
    The majority of the work will have to be completed at the contractor's premises, but some of the work may take place in the offices of t DRDC Valcartier Research Centre, located at 2459 de la Bravoure Road, Québec, Qc, G3J 1X5.
    
    The estimated amount of available funding for this Contract is $3,000,000.00, Applicable Taxes extra. 
    
    In accordance with clause “Minimum Work Guarantee - All the Work - Task Authorizations” of the Contract, Canada's obligation under the Contract is limited to 10% of the estimated amount of available funding specified above
    
    Defence Research and Development Canada - Valcartier has determined that any intellectual property rights arising from the performance of the Work under the resulting contract will belong to Canada.
    
    There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website
    
    For services requirements, Bidders in receipt of a pension or a lump sum payment must provide the required information as detailed in article 3 of Part 2 of the bid solicitation.
    
    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. 
    
    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
    Fournier, Annie
    Phone
    (418) 649-2821 ( )
    Email
    nicolas.champoux@tpsgc-pwgsc.gc.ca
    Fax
    (418) 648-2775
    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
    French
    8
    001
    English
    10
    000
    French
    22
    000
    English
    25

    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 – Selective Tendering
    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: