Software development for electro-optical systems

Solicitation number W7701-103652/A

Publication date

Closing date and time 2012/06/20 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    BID SOLICITATION FOR SOFTWARE SUPPORT AND DEVELOPMENT SERVICES
    FOR ELECTRO-OPTICAL SYSTEM PERFORMANCE STUDIES
    
    1. Description of the requirement
    This bid solicitation is being issued to satisfy the requirement
    of Defence Research and Development Canada, Valcartier (the
    "Client") for Software support and development services for
    electro-optical system performance studies.
    The objectives of the work carried out under this contract are
    as follows:
    Ensure availability and operability of software used for studies
    and field testing.
    Provide technical support for software applications during field
    testing.
    Perform improvement, maintenance, upgrading and documentation
    work on existing software applications.
    Develop and document new software applications for interfacing
    and controlling electronic and electro-optical systems,
    acquiring and recording data, and processing and analyzing
    information. 
    Integrate software components into current and future equipment.
    Plan and coordinate software development project management
    activities. 
    Develop the digital models required for simulation of the
    systems studied.
    The period of the resulting contract is from the date of the
    contract award to June 30, 2017.
    The estimated amount of funding available for this contract
    (GST/HST extra) is 800,000.00$ CAD.
    Any intellectual property rights arising from the performance of
    the Work under the resulting contract will belong to Canada.
    There is a security requirement associated with this requirement.
    The requirement is subject to the provisions of the World Trade
    Organization Agreement on Government Procurement (WTO-AGP), the
    North American Free Trade Agreement (NAFTA), the Canada-Chile
    Free Trade Agreement (CCFTA), the Canada-Peru Free trade
    Agreement, the Canada-Colombia Free trade Agreement and the
    Agreement on Internal Trade (AIT).
    
    This requirement is subject to the Controlled Goods Program.
    
    2. Work location
    
    Given the nature of the equipment in use (military systems,
    controlled goods, fixed and mobile laboratories and shared
    equipment), the main part of the work must be carried out
    on-site at DRDC Valcartier. However, the parts of the software
    development work not requiring constant use of equipment may be
    performed off the DRDC Valcartier site. If the nature of the
    work allows it to be performed off-site, these aspects will be
    set out in the task authorization. For the work of task 2
    (software support during field testing), the test site may be
    outside Quebec or even Canada. This information will be set out
    in the task authorization.
    3.	List of the mandatory technical criteria
    
    1.	Labour category «Software Architect»
    	1.1	All the proposed resources in the  «Software Architect » 
    labour category must, at a minimum, hold a bachelor's degree in
    software engineering or computer engineering or electrical
    engineering.
    
    1.2 	All of the proposed resources in the « Software Architect »
     labour category must, at a minimum, have the equivalent of 12
    months of full-time experience over the last five years
    exclusively dedicated to designing software application
    architecture or using UML modeling language or applying a
    software development process that is recognized in the industry.
    1.3	The bidder must propose a minimum of two resources in the
    labour category «Software Architect».
    
    2.	Labour Labour category « Software Developer »
    2.1 	All of the proposed resources in the « Software Developer »
    labour category must, at a minimum, hold a bachelor's degree in
    computer engineering or in electrical engineering or in computer
    science or software engineering.
    2.2	All of the proposed resources in the « Software Developer »
    labour category must, at a minimum, have the equivalent of 12
    months of full-time experience over the last five years
    exclusively dedicated to developing software applications using
    C++ programming language.
    2.3	 The bidder must propose a minimum of three resources in the
    labour category «Software Developer ».
    
    3.	Labour category  «Project Manager»
    3.1	All of the proposed resources in the «Project Manager» 
    labour category must, at a minimum, hold a bachelor's degree in
    pure or applied science or administration, or a bachelor's
    degree in another discipline combined with a complementary
    degree (e.g. undergraduated certificate or graduate certificate
    or master's degree) in administration or project management.
    3.2	All of the proposed resources in the «Project Manager»
    labour category must have had a minimum of 35 hours of formal
    training in project management (such training could be a part of
    a university program or be given by a private company).
    3.3	All of the proposed resources in the «Project Manager»
    labour category must, at a minimum, have the equivalent of 12
    months of full-time experience over the last five years
    exclusively dedicated to managing software development projects.
    3.4	The bidder must propose a minimum of two resources in the
    labour category «Project Manager».
    
    4.	Point rated technical criteria categories :
    
    1. TECHNICAL PROPOSAL
    2. MANAGEMENT
    3. RESOURCE'S EXPERIENCE
    4. COMPANY'S EXPERIENCE
    
    5. 	Basis of Selection - Lowest Evaluated Price Per Point
    
    To be declared responsive, a bid must:
    
    (a)	comply with all the requirements of the bid solicitation; 
    (b)	meet all mandatory technical evaluation criteria; 
    (c)	obtain the required minimum points for each criterion and
    each group of criteria with a pass mark;
    (d)	obtain the required minimum points overall for the technical
    evaluation criteria which are subject to point rating. 
    
    Bids not meeting (a) or (b) or (c) or (d) will be declared
    non-responsive.  Neither the responsive bid that receives the
    highest number of points nor the one that proposed the lowest
    price will necessarily be accepted.  The responsive bid with the
    lowest evaluated price per point will be recommended for award
    of a contract.  The evaluated price per point will be determined
    by dividing the evaluated price of the bid by the number of
    points obtained for the point rated technical evaluation
    criteria.
    
    In the event that two or more responsive bids have the same
    lowest evaluated price per point, the responsive bid which
    obtained the highest number of points overall for the point
    rated technical evaluation criteria will be recommended for
    award of a contract.
    
    This PWGSC office provide procurement services in French and
    English / Ce bureau de TPSGC fournit des services d'achat en
    français et en anglais
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Boudrias, Marie-M.
    Phone
    (418) 649-2806 ( )
    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.

    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

    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: