Wide Area Motion Imagery Study
Solicitation number W7701-155897/A
Publication date
Closing date and time 2014/11/25 14:00 EST
Description
Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: Generally only one firm has been invited to bid Attachment: None Non-Competitive Procurement Strategy: Exclusive Rights Comprehensive Land Claim Agreement: No Vendor Name and Address: PV Labs Inc. 175 Longwood Road South Suite 400A Hamilton Ontario Canada L8P0A1 Nature of Requirements: Airborne Demonstration of Wide Area Motion Imagery 1. Explanation of what an Advance Contract Award Notice (ACAN) is: An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award. 2. Definition of Requirements or Expected Results The Department of National Defence (DND) has a requirement to conduct a study to assess the performances and capabilities airborne of Wide Area Motion Imagery (WAMI) and the utility of this technology for intelligence applications. The work will include the following: Task 1: Airborne collection of WAMI at 10,000 and 15,000 feet above ground Objective: Collect a reference airborne WAMI dataset for future use by the Department of National Defence (DND). Expected results: This task will provide DND with a reference WAMI dataset that will be exploitable to derive imagery quality metrics, to evaluate commercial off-the-shelf and government exploitation tools, and to assess the utility of WAMI for intelligence applications. Performance standard: The collected dataset will achieve the following performance standards: -True RGB color WAMI: 300 Megapixels or greater; - Broadband MWIR WAMI: 5 Megapixels or greater; - Duration of flight: one hour (1h) or greater; - Duration of continuous data collection: one hour (1h) or greater; - Nadir instantaneous field of view: 0.005 degrees or smaller; - Frame rate: 2 frames per second or greater; - Collection geometry: stabilized turret, look down configuration; - Stabilization accuracy: 5 microradians or smaller; - Stabilization capability: capable of persistent orbits using a Roll/Pitch/Roll configuration; - Orthorectification: mandatory; - Geoposititioning: mandatory; - Access to WAMI database: Access to imagery using an Application Programming Interface (API). Deliverable: - Hard drive with database of collected imagery; - Documentation on the API functionalities and use. Task 2: Demonstration of WAMI real-time data exploitation capabilities Objective: Demonstrate WAMI system real-time data exploitation capabilities. Expected results: This task will allow a DRDC observer to assess the system real-time WAMI data exploitation capabilities for intelligence applications. Performance standard: The activities conducted under this task will achieve the following performance standards: - Access to live data: real-time; - Access to reach-back archived data: real-time; - Orthorectification of collected imagery: real-time; - Geopositionning of collected imagery: real-time; - Storage and archival of data: real-time. Deliverable: For Task 2, the deliverable will consist in a live demonstration taking place inside the aircraft while Task 1 is being conducted. An observer from DRDC will be in the aircraft to receive this deliverable from a supplier's representative. Optionally, the live demonstration could take place at a remote ground location if an appropriate communication link is available to the supplier. Task 3: Demonstrate post-processing data exploitation capabilities Objective: Demonstrate post-processing WAMI data exploitation capabilities. Expected results: This task will provide DND with a set of ground moving target tracks that will be exploitable to derive intelligence products, to evaluate commercial off-the-shelf and government off-the-shelf exploitation tools, and to assess the utility of WAMI for activity-based-intelligence (ABI) applications. Performance standard: The generated ground moving target tracks will achieve the following performance standards: - Maximum number of simultaneous tracks: 5000 or greater; - Track-back capability: ability of system to find initial point of moving target given final destination, mandatory; - Virtual gate capability: ability of system to automatically detect if a moving target crosses a geographic location, mandatory. Deliverable: - Hard drive with database of ground moving target tracks; - Documentation on the ground moving target tracks data format; - Multimedia briefing material (Powerpoint with movies) showing examples of ground moving target tracking, track-back capability, and virtual gate capability. 3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) Any interested supplier must demonstrate by way of a statement of capabilities that its product/equipment/system (as appropriate) meets the following requirements for a live airborne demonstration: WAMI sensor: - Imaging type: true color RGB; - Number of megapixels: 300 or greater; - Number of frame per seconds: 2 or greater; - Instantaneous field of view (nadir): 0.005 degrees or smaller; Pointing and stabilization system: - Mount type: stabilized turret, look down configuration; - Stabilization accuracy: 5 microradians or smaller; - Stabilization capability: allow continuous rotation about the line of sight (roll/pitch/roll configuration), requires slip ring in gimbal with fiber optic rotary joint; - Data transmission on a single optical fiber. Imagery processing capabilities: - Integrated Orthorectification of WAMI imagery : real-time; - Integrated Geopositionning of WAMI imagery : real-time; - Access to imagery database: Access to live and reach-back data using an Application Programming Interface (API); - Ground moving target tracking: post-processing, greater than 5000 tracks. Data storage and archival: - Duration of continuous data collection: 1 hour or greater; - Storage space on airborne system: 9TB or greater ; - Airborne data storage and archival: real-time. 4. Trade Agreements This procurement is subject to the following trade agreements: Agreement on Internal Trade (AIT) North American Free Trade Agreement (NAFTA) Free Trade Agreement between Canada and Colombia/Peru/Panama Article 506 12 (b) of the Agreement on Internal Trade is invoked because there is an absence of competition for technical reasons and the goods or services can be supplied only by a particular supplier and no alternative or substitute exists. Article 1016.2(b) of the North American Free Trade Agreement (NAFTA) is invoked because there is an absence of competition for technical reasons. Therefore, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists; 5. Justification for the Pre-Identified Supplier - The PSI-Vision imaging system developed by PV Labs is the only Canadian system capable of collecting more than 300 megapixels available for a live airborne demonstration. The PSI-Vision imaging system is proprietary to PV Labs and can only be operated with this supplier. - The tCMS data processing system developed by PV Labs is the only available system allowing integrated real-time orthorectification and geopositioning of WAMI imagery. These capabilities are proprietary to PV Labs and only available through this supplier. - PV Labs is the only supplier providing a sensor system capable of single optical fiber data transmission, allowing 3-axis stabilization for continuous rotation about the line of sight. - Only PV Labs' WAMI sensor, pointing and stabilization system, imagery processing capabilities: and data storage and archival capabilities meet all the requirements listed in section 3 above. 6. Government Contracts Regulations Exception Government Contracts Regulations, subsection 6 (d) "where only one supplier can do the work" is being invoked for the contract requirement. 7. Period of the Proposed Contract 3 months from contract award date 8. Estimated Value of the Proposed Contract The estimated cost for this requirement is within the following category : Between $100,000.00$ and 250,000.00$, applicable taxes included. 9. Name and Address of the Pre-identified Supplier PV Labs International McMaster Innovation Park 175 Longwood Road South, Suite 400A Hamilton, ON, L8P 0A1 CANADA 10. Suppliers' right to submit a statement of capabilities. Suppliers who consider themselves fully qualified and available to provide the services and/or goods described herein, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. 11. Closing Date for a Submission of a Statement of Capabilities The closing date and time for accepting statements of capabilities is November 25th, 2014 at 02:00 PM Eastern Standard Time. 12. Inquiries and Submission of Statements of Capabilities Suppliers may inquire or send a statement of capabilities to: Frédéric Hamann Suppy Specialist Public Works and Government Services Canada Acquisitions Branch Quebec Region 601-1550 Avenue D'Estimauville Québec, Qc, G1J 0C7 CANADA Telephone: 418-649-2975 Facsimile: 418-648-2209 E-mail address: frederic.hamann@tpsgc-pwgsc.gc.ca Delivery Date: Above-mentioned You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above. An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award. However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process. Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page. 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
-
Canada-Panama Free Trade Agreement
-
Agreement on Internal Trade (AIT)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Reason for limited tendering
A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:
-
Exclusive Rights
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
- Hamann, Frédéric
- Phone
- (418) 649-2975 ( )
- 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
Details for this tender opportunity are provided in the Description tab.
Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.
Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.
We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.