Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

ELECTROPHYS. NIGHT VIS. IMAG. DEV.

Solicitation number W8484-137796/A

Publication date

Closing date and time 2013/01/29 14:00 EST

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    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: 
    ELECTROPHYSICS CORP
    373 RTE 46 W BLDG E
    FAIRFIELD New Jersey
    United States
    07004
    Nature of Requirements: 
    ADVANCE CONTRACT AWARD NOTICE (ACAN):
    
    ELECTROPYSICS NIGHT VISION IMAGING DEVICES
    
    1.	Definition of Requirement 
    
    The Department of National Defence (DND) has specific
    requirements for the procurement of Night Vision camera systems
    which are composed of Night Vision Central Intensifier Unit
    (CIU) variable gain devices and various Night Vision Nikon,
    Canon, and Sony camera adapter / bracket mounts, lenses and
    various accessories.
    
    2.	Criteria for Assessment of the Statement of Capabilities
    
    2.1	Minimum Essential Requirements
    
    Any interested supplier must demonstrate by way of a Statement
    of Capabilities that its system meets the following
    specifications:
    
    System Requirements
    
    DND has an immediate requirement to procure Night Vision camera
    systems that will physically fit (without third party adapters)
    on professional camera systems such as the Nikon D4 and the
    Canon 1D MK III series Digital Single Lens Reflects (DSLR), and
    the Sony NX5U and HC9 video cameras. 
    
    The main Night Vision system component requirements are: 
    
    A.	Central Intensifier Unit (CIU) variable gain device;
    B.	Nikon camera adaptor mount and Nikon full frame adapter
    attachments;
    C.	Canon camera adaptor mounts and Canon full frame adapter
    attachments; and
    D.	Sony video camera bracket mount;
    
    Specification Requirements of System Components
    
    A.	The Night Vision Central Intensifier Unit:
    
    	-	Photocathode Response.  The RAW CIU photocathode response
    (light 			sensitivity) must be equal or better than 2000 µA/lm
    (Micro/Amp per 			lumen).
    	-	Signal-to-Noise Ratio (SNR).  The Signal-to-Noise Ratio of
    the CIU must be 		equal or better than 26.  SNR is a measure of
    the light signal reaching the 		eye divided by the perceived
    noise as seen by the eye or, in our case, 			seen by the camera;
    	-	Resolution.  The image resolution of the CIU must be equal or
    better than 			64lp/mm;
    	-	Halos Effects.  The CIU must include a 'gated power supply"
    to minimize 			any "halo" effects;
    	-	Auto-gating and Blooming Effect.  The CIU must include an
    auto-gating 			feature to control the amount of light that gets
    through to the MCP in 			order to operate the CIU during
    brighter conditions, such as daylight, 			without damaging the
    tube or leading to premature failure;
    	-	Variable Gain. The CIU must provide a variable gain
    adjustment feature 			that will allows the output light
    adjustment from low to high gain;
    	-	Back Focus.  As a crucial part of the night vision imaging
    system, the CIU 			device must have a precise back focus
    characteristic, eliminating any 			manual adjustment and tuning; 
    	-	Life Expectancy.   With respect to life expectancy, the CIU
    must, as a 			minimum, meet the US Army GEN III specifications -
    life expectancy of 			10,000hrs; and
    	-	Interchangeability.  The CIU must be fit and be
    interchangeable (inserting 			CIU in any of the Nikon, Canon, or
    Sony camera adaptor / bracket mounts 		housing identified below.
    This insertion must be accomplished without the 		use of any
    tools (very important characteristic in supporting military
    			personnel deployed on combat missions).
    
    B.	The Nikon camera adaptor mounts and full frame adapter
    attachments:
    
    	-	Integration. The Nikon camera adapter mounts and full frame
    adapter 			attachments must allow retention of the Nikon D3 s
    and Nikon D4 features 		and functionality such as zooming,
    auto-focus, light metering, and image 			stabilization (these
    automatic functions / features are especially critical 			during
    combat missions to speed up image capture);
    	-	The Nikon camera adaptor mount and full frame adapter
    attachment must 		fit between the Nikon camera body and the
    Nikon camera lens without 			third party camera adaptors; and
    	-	Variable gain. The Nikon camera adapter mounts must
    incorporate a 			variable gain control knob to adjust the gain
    of the "variable gain" CIU 			(see CIU specs above).
    
    C.	The Canon camera adaptor mounts and full frame adapter
    				attachments:
    
    	-	Integration. The Canon camera adapter mounts and full frame
    adapter 			attachments must allow retention of the Canon 1D MK
    III and 5D Mk III 			camera features and functionality such as
    zooming, auto-focus, light 			metering, and image stabilization
    (these automatic functions / features are 		especially critical
    during combat missions to speed up image capture);
    	-	The Canon camera adaptor mount and full frame adapter
    attachment 			must fit between the Canon camera body and the
    Canon camera lens 			without third party camera adaptors; and
    	-	Variable gain. The Canon camera adapter mounts must
    incorporate a 			variable gain control knob to adjust the gain
    of the "variable gain" CIU 			(see CIU specs above).  
    
    D.	The Sony video camera bracket mounts:
    
    	-	Interchangeable.  The Sony bracket mounts for the Sony NX5U
    and the 			Sony HC9 video cameras must be able to accept a "C"
    mount lens;
    	-	Optical Alignment. The Sony NX5U and Sony HC9 video cameras
    bracket 			mounts must be manufactured to mount each of these
    two "fix lens" Sony 		video cameras.  Each of the bracket mounts
    must provide perfect optical 			alignment between the camera
    lens and the bracket mount relay lens 			holding the CIU; and
    	-	Variable Gain Control Knob.  The Sony NX5U and Sony HC9 video
    cameras 		bracket mounts must incorporate a variable gain
    control knob to adjust 			the gain of the "variable gain" CIU
    (see CIU specs above).  
    
    2.2	Initial Equipment / Optional Goods - Deliverable Table
    
     Item #	 Description	Initial Equipment Qs	Optional Goods Qs 
    1	Central Intensifier Unit (CIU) Night Vision imaging devices
    (variable gain control)	14	32
    2	Nikon camera adaptor mounts (variable gain control) for Nikon
    D3 s and Nikon D4 cameras	14	32
    3	Nikon full frame adapter attachment for Nikon D3s and Nikon D4
    cameras	17	45
    4	Canon camera adaptor mounts (variable gain control)	1	10
    5	Canon full fame adapter attachment for Canon EOS-1D MK III and
    EOS-5D Mk III cameras.	1	10
    6	Sony camera adapter brackets for Sony NX5U video cameras.	20	40
    7	Lenses (C-Mount) 25 mm f0.95 for use with the Sony bracket
    mounts	20	47
    8	Small, foam-lined, watertight Carrying cases to store the
    above items (Pelican 1400, Black PN: 920001 or equivalent)	5	32
    9	Sony camera adapter bracket for Sony HC9 video cameras.	1	7
    10	Bracket Eyepiece (converts BRAC into hand-held)	1	7
    11	C-Mount camera adapter for C-Mount CCD Camera	1	7
    12	1 Year Parts & Labour Warranty	N/A	N/A
    
    
    2.3	Optional Goods
    
    The prices for each of the Optional Goods (listed above) must
    remain firm until March 31, 2015. The Contracting Authority
    shall reserve the right to exercise such options at any time
    before this date.
    
    3.	Applicability of Trade Agreements
    
    This requirement comes under the Federal Supply Classification
    (FSC) 5855, Night Vision Equipment Emitted and Reflected
    Radiation, and, as such, is subject to the following Trade
    Agreements:
    
    -	AIT. 
    
    This requirement is not subject to the following Trade
    Agreements.
    
    -	NAFTA;
    -	CPFTA; and 
    -	CCFTA.
    
    4.	Justification, Name and Address of the Proposed Contractor
    
    It is the governemnt's intention to award a Contract to Sofradir
    EC Inc / Electrophysics Corp., 373 Route 46 West, Fairfield,
    NJ., 07004, USA, who is the only known supplier capable of
    performing this work.
    
    5.	Government Contracts Regulations Exception(s)
    
    The following exception to the Government Contracts Regulations
    is invoked for this procurement under subsection 6(d) - "only
    one person is capable of performing the work").
    
    6.	Exclusions and/or Limited Tendering Reasons
    
    The following exclusion(s) and/or limited tendering reasons are
    invoked under the section of the trade agreement(s) specified:
    
    -	AIT / Article 506, para. 12(a).
    7.	Required Delivery Date
    
    The required delivery date:
    
    -	Initial Equipment = on or before March 15, 2013; and
    -	Optional Goods = 30 days after receipt of order. 
    
    8.	Intellectual Property
    
    Ownership of any Foreground Intellectual Property arising out of
    the proposed contract will vest in the Contractor.
    
    9.	Inquiries and Submission of Statements of Capabilities
    
    Ricardo N. Mastantuono
    Supply Team Leader
    PWGSC, D&MP Sector, Electronics,
    Simulators and Defence Systems Division - QF
    Portage III 8C2 - 11 Laurier Street
    Gatineau, QC., Canada, K1A 0S5
    Tel.: (819) 956-5771
    Fax: (819) 956-5650
    Email: Ricardo.Mastantuono@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

    • Agreement on Internal Trade (AIT)

    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
    Mastantuono, Ricardo
    Phone
    (819) 956-5771 ( )
    Fax
    (819) 956-5650
    Address
    11 Laurier St. / 11, rue Laurier
    8C2, Place du Portage
    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
    Quebec (except NCR)

    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: