See-through display module
Solicitation number W7701-145715/A
Publication date
Closing date and time 2013/10/03 14:00 EDT
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: LUMUS LTD 2 Bergman St. Israel Nature of Requirements: See-through display module 1. Purpose of an Advance Contract Award Notice (ACAN) An Advance Contract Award Notice (ACAN) allows a department to post a notice, for no less than fifteen calendar days, indicating to the supplier community that it intends to award a contract to a pre-identified contractor. If no other supplier submits during the fifteen calendar day posting period, a statement of capabilities that meets the requirements set out in the ACAN, the competitive requirements of the government's contracting policy have been met. Following notification to suppliers not successful in demonstrating that their statement of capabilities meets the requirements set out in the ACAN, the contract may then be awarded, using the Treasury Board's electronic bidding authorities. If other potential suppliers submit statements of capabilities during the fifteen calendar day posting period, and meet the requirements set out in the ACAN, the department must proceed to a full tendering process on either the government's electronic tendering service or through traditional means, in order to award the contract. 2. Definition of requirements Public Works and Government Services Canada intends to negotiate with Lumus Ltd., located in Israel, on behalf of its client, Defence Research and Development Canada - Valcartier (DRDC), for the supply and delivery of a see-through display module. This requirement is to support ongoing effort to provide expert opinion to a research and development project on EO technology, trend and capability. The objective is to evaluate this new see-through display technology in image fusion and situational awareness. The see-through display module must meet the following criteria: 1) The display module must be a see-through technology. Justification : We need to evaluate this see-through technology for situational awareness capability and image fusion in binocular configuration in these modes: See-through image plus injected infrared image; See-through image, plus image intensified (I2) image and infrared image; Display only I2 image; Display only infrared image; Display fused I2 and infrared images. 2) The see-through display must be a binocular set of two-single optical elements. Justification : We need to evaluate this see-through technology for situational awareness capability and image fusion with both eyes. 3) The display information is optically reflected inside each of these optical elements to the eyes. Justification : Compared to other approaches that require multiple, discrete optical elements to project, reflect and correct the display images for eye viewing, only this single optical element approach is acceptable for its compactness and operational requirement for the soldiers. 4) The resolution of each optical element of the see-through display must be at least at 1280 by 720 in 720p HDMI. Justification : We need the highest resolution display up to 1280 by 720 in 720p HDMI in order to display the high resolution images from I2 (2000 by 2000) and infrared images (1024 by 768). 5) The diagonal field-of-view of each of the optical element must be at least 40 degrees. Justification : We need a sufficiently wide field-of-view for situational awareness in the proximity. 6) The brightness of the see-through display must be at least 1000 FL. Justification : We need at least 1000 FL brightness for outdoor operations. 7) The transparency of active area or display area must be at least 78%. Justification : The see-through display must provide enough transparency at 78% for situational awareness. 8) The weight of each optical element module must be less than 30 grams without batteries. Justification : The technology is intended for helmet mounted capability and therefore the weight of each optical element module must be less than 30 grams in order not to introduce too much weight to the head. In accordance with government purchasing policies, we propose to award a contract to Lumus Ltd., which is, to our knowledge, the only firm capable of providing the required goods. 3. Trade Agreements The article 1016.2(b) of NAFTA are applicable on the basis of limited tendering due to reasons where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists. The above reasons can also be found in Annex 4.4 in article 506.12(b) of AIT. 4. Government Contracts Regulations Exception This contract is subject to subsection 6(d) of the Government Contracts Regulations, in that only one person or company is capable of performing the contract. 5. Ownership of Intellectual Property Rights No new intellectual property will be created during the course of this contract. 6. Delivery date of Proposed Contract 4 weeks after contract award. 7. Proposed Contractor Lumus ltd. 2 Bergman St. Rehovot 76705 Israel 8. Submission of Statement of Capabilities by Suppliers Suppliers, who consider themselves fully qualified and available to provide the services 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. 9. Departmental Contact Person Suppliers may address inquiries or submit their statement of capabilities to: Name: Sylvie Legendre Position: Procurement Specialist Tel.: (418) 649-2860 Fax: (418) 648-2209 E-mail: sylvie.legendre@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)
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
- Legendre, Sylvie
- Phone
- (418) 649-2860 ( )
- 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.