RDDC - Caméra ultra haute vitesse

Solicitation number W7701-155993/B

Publication date

Closing date and time 2015/02/03 14:00 EST


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: 
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    TITLE: Ultra high speed video camera
    
    PROJECT DESCRIPTION
    
    1.0	Background
    
    The Weapons Effects and Protection (WEP) Section at Defence
    Research and Development Canada -  Valcartier Research Centre 
    is in charge of evaluating advanced armour materials and systems
    for vehicle ballistic protection.  In order to allow for further
    optimising the performance of armour systems, it is necessary to
    understand the impact and penetration dynamics of small arms
    projectiles impacting ceramic and metallic targets. Such
    detailed terminal ballistics assessment can be done using ultra
    high speed cameras capable of frame rate up to 5 million images
    per second (i.e. ultra high speed) with sufficient resolution to
    allow for the quantitative characterization of the
    projectile-target interaction mechanisms.
    
    2.0	Objective
    
    To acquire an ultra-high speed video camera for terminal
    ballistics applications for the WEP section at Defence Research
    and Development Canada - Valcartier Research Centre more
    specifically for the Novel Operational Combat Armour (NOCA)
    project.
    
    3.0 	Technical Requirements
    
    3.1	Mandatory Requirements
    
    The Contractor must provide an ultra-high speed video camera
    that meets all mandatory the requirements specified in section
    4, points 4.1.2 and 4.1.3. In addition to the ultra-high speed
    video camera, the Contractor must also provide the power supply,
    cables and control software. Camera lenses and a tripod are not
    part of the requirements but maintenance and technical support
    must be included.
    
    3.1.1	On-site training:
    
    The Contractor must provide 8 hours of on-site training within 6
    weeks of delivery.
    
    3.2	Point-Rated Requirements
    
    The point-rated requirements are specified in point 4.1.3 and
    include the following seven parameters, i.e.: recording speed,
    sensor resolution, number of frames, shutter speed, image
    quality, color, and bit depth. 
    
    
    
    
    
    MANDATORY CRITERIA PRIOR TO CONTRACT AWARD
    
    -	INTEGRITY PROVISIONS:
    
    Bidders must provide with their bid or promptly thereafter a
    complete list of names of all individuals who are currently
    directors of the Bidder. If the required names have not been
    received by the time the evaluation of bids is completed, Canada
    will inform the Bidder of a time frame within which to provide
    the information. Failure to provide the names within the
    time-frame specified will render the bid non-responsive.
    
    Canada may, at any time, request that a Bidder provide properly
    completed and Signed Consent Forms (Consent to a Criminal Record
    Verification form - PWGSC-TPSGC 229) for any or all individuals
    mentioned above within a specified time frame. Failure to
    provide such Consent Forms within the time frame provided, or
    failure to cooperate to the verification process will result in
    the bid being declared non-responsive.
    
    BID:
    
    Tenderers must provide a single all-inclusive fixed price, in
    Canadian dollars.
    
    DELIVERY
    
    All the deliverables must be received on or before March 31,
    2015.
    
    SHIPPING INSTRUCTIONS:
    
    The goods must be shipped to the destination specified in the
    Request for Proposal and delivered: Delivery Duty Paid (DDP), as
    per Incoterms 2000 for shipments from a commercial contractor.
    
    INQUIRIES
    
    All enquiries regarding this tender, are to be submitted in
    writing to the Contractual Authority : Caroline Fournier, Supply
    Specialist at caroline.fournier@tpsgc-pwgsc.gc.ca.
    
    LANGUAGES
    
    This PWGSC office provides acquisition services to the public in
    both official languages.
    Ce bureau de TPSGC fournit des services d'achat au public dans
    les deux langues officielles.
    
    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 Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Fournier, Caroline
    Phone
    (418) 649-2826 ( )
    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
    6
    000
    English
    11

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    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.