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

    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
    Hamann, Frédéric
    Phone
    (418) 649-2975 ( )
    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

    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.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Procurement method
    Non-Competitive

    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: