DVASA HEAD-MOUNTED AR DEMO

Solicitation number W8486-184093/A

Publication date

Closing date and time 2017/09/06 14:00 EDT


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Uncharted Software Inc.
    2 Berkeley Street
    Suite 600
    Toronto Ontario
    Canada
    M5A4J5
    Nature of Requirements: 
    
    DVASA HEAD-MOUNTED AR DEMO
    
    W8486-184093/A
    Hussain, Danish
    Telephone No. - (819) 420-4093 (    )
    Fax No. - (819) 934-0610 (    )
    
    1. ADVANCE CONTRACT AWARD NOTICE (ACAN)
    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 to the pre-identified supplier.
    
    2. DEFINITION OF THE REQUIREMENT
    The Department of National Defence (DND) has a requirement to provide an initial examination of non-occlusive (direct view compatible), head mounted displays for Army vehicle commanders through a structured evaluation to assess the utility of these displays using off-the-shelf command and control and spatial visualization software (or existing prototype capabilities).  Subject to the evaluation confirming the utility of head mounted displays, a second, optional, portion of the requirement will include the analysis of requirements and integration issues for the use of this class of display in turret equipped, armoured fighting vehicles and demonstrate potential solution concepts in both laboratory and real vehicle environments.
    
    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 solution meets all the mandatories listed at Annex A to this Notice.
    
    4.  APPLICABILITY OF TRADE AGREEMENTS OR OTHER OBLIGATIONS:
    The Canadian Free Trade Agreement (CFTA) applies.  
    
    5. COMPREHENSIVE LAND CLAIMS AGREEMENTS(S)
    The Comprehensive Land Claims Agreements (CLCAs) do not apply.
    
    6. JUSTIFICATION FOR THE PRE-IDENTIFIES SUPPLIER
    Uncharted Software Inc. owns all the rights, title and interest in and to the IP within the Augmented Reality (AR) display solution (patent numbers US8436872 and US9047699) for navigation and wayfinding required to fulfill this requirement.
    It is proposed to negotiate a contract with Uncharted Software Inc., Toronto ON Canada.
    
    7. GOVERNMENT CONTRACT REGULATIONS EXCEPTION(S)
    Section 6(d) of the Government Contract Regulations is being invoked in this procurement as only one person or firm is capable of performing the contract.  
    
    8. EXCLUSIONS AND/OR LIMITED TENDERING REASONS
    The Canadian Free Trade Agreement applies and the limited tendering strategy is in accordance with Article 513 para 1 (b) (ii); the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist due to the protection of patents, copyrights, or other exclusive rights.
    
    9. OWNERSHIP OF INTELLECTUAL PROPERTY
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    10. PERIOD OF THE PROPOSED CONTRACT: 
    The period of the proposed Contract is estimated to be fifteen months from document issue date.
    
    11. SUPPLIERS RIGHT TO SUBMIT A STATEMENT OF CAPABILITIES
    Suppliers who consider themselves fully qualified and available to provide the goods/services described in this ACAN, 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.
    
    12. CLOSING DATE FOR A SUBMISSION OF A STATEMENT OF CAPABILITIES: 
    The closing date and time for accepting a statement of capabilities is the closing date of the notice as indicated on the covering page.
    
    13. INQUIRIES AND SUBMISSION OF STATEMENT OF CAPABILITIES
     Danish Hussain
     EMPTSP Directorate
     Place du Portage, Phase III, 8C2-44A
     11 Laurier St, Gatineau, PQ, Canada K1A 0S5
    
    --------------------
    
    Mandatory Requirements
    
    It is mandatory that the service provider meet all the following requirements:
    
    1. Must have acquired and evaluated (through in-house assessment of their function and capabilities) a minimum of two specific displays within the last 24 months.  These displays must be of a type to meet the requirement.
    
    2. Must have available the specific command and control software that will be utilized to meet the requirement.
    
    3. Must have available the specific augmented reality visualization software that will be utilized to meet the requirement.
    
    4. Must currently own the rights to the software, or have in place a binding legal agreement in effect and extending at least 2 years from the date of the ACAN being posted.
    
    5. Personnel must have specific experience that reflects development or use of the command and control software and the augmented reality visualization software offered for use.
    
    6. Personnel must have detailed knowledge and work experience in the specification, design or development of software routines to interact with the ASIS / Electronic Local Area Network (ELAN) or underlying technology; specifically, Variable Message Format (MIL-STD 6017C) data structure interpretation
    
    
    
    Phase 1 - Technical Requirement Description
    
    In Phase 1 the Contractor will assemble off the shelf software and systems to implement a head mounted display system for evaluation of the utility of the display method in the Army operational context. Utility will be assessed in a structured evaluation by government subject matter experts using the system in a limited simulation of a situational awareness scenario. In parallel with the integration of the display system, the requirement includes implementation of government furnished (GFI - Government Furnished Information) software tools to simulate the platform environment. The platform simulator will run core components of the Application Services Infrastructure Subsystem (ASIS) and test tools (software programs) that feed ASIS vehicle data and communication traffic so that it can provide this data to the display system over a network interface.  The Contractor will also develop a test plan for the evaluation and develop scripts for the test tools to implement the simulated sequence of events that will form the evaluation scenario.
    
    
    Phase 2 - Technical Requirement Description
    Subject to a decision by the Technical Authority to proceed, based upon the results of the Phase 1 evaluation, Phase 2 of the requirement will more fully evaluate the utility of displaying additional data utilizing this class of display and explore the platform level system integration challenges and constraints. This phase will: refine the information display conventions and methods to provide guidance on how to optimize the use of these displays; provide a framework for the definition of requirements for head-mounted displays; assess if there are fundamental barriers to head position determination in Armoured Fighting Vehicles (AFVs); create system integration design concepts to adapt the existing platform architecture to implement head-mounted displays; provide insight into the technological readiness of the underlying display technologies; and, identify the potential barriers to adoption of the technology in the highly demanding environmental conditions under which AFVs operate.
    
    Project Plan and Schedule
    The overall contract duration is projected to be 15 months from the date of award. The evaluation associated with Phase 1 must be scheduled in October 2017, within the period of 9-27 October 2017.
    
    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

    • Canadian Free Trade Agreement (CFTA)

    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
    Hussain, Danish
    Phone
    (819) 420-4093 ( )
    Email
    danish.hussain@tpsgc-pwgsc.gc.ca
    Fax
    (819) 934-0610
    Address
    11 Laurier St./11, rue Laurier
    Place du Portage, Phase III, 8C2
    Gatineau, Québec, K1A 0S5

    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
    Alberta
    ,
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding

    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: