LAV Up Interim Crew Gunnery System Hand Controllers

Solicitation number W8476-145047/B

Publication date

Closing date and time 2014/10/27 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/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: 
    ULTRA ELECTRONICS MEASUREMENT SYSTEMS INC.
    50 BARNES PARK NORTH
    SUITE 102
    WALLINGFORD Connecticut
    United States
    06492
    Nature of Requirements: 
    ADVANCE CONTRACT AWARD NOTICE (ACAN):
    
    Light Armour Vehicle Upgrade (LAV Up)
    Interim Crew Gunnery System (ICGS) Hand Controller
    
    NOTE:	This ACAN cancels and supersedes previous bid solicitation
    number 				W8476-145047/A dated June 27, 2014 with a closing of
    August 19, 2014 			at 2:00pm EST.  A debriefing or feedback
    session will be provided upon 			request to Bidders who bid on
    the previous solicitation.
    
    1.	Definition
    
    1.1	Advance Contract Award Notice
    
    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.
    
    1.2	Requirement 
    
    1.	The purpose of this Advanced Contract Award Notification
    (ACAN) is to identify 		the requirements for a Light Armour
    Vehicle Upgrade (LAV Up) Interim Crew 		Gunnery System (ICGS)
    hand controller that will be used by the Canadian Army 		(CA) as
    part of the LAV Up ICGS.  The LAV Up ICGS hand controller will
    be a 		replica of the actual hand controller found in the LAV Up
    vehicle, with the 			exception that it will be connected to the
    ICGS simulator using a USB interface.
    
    2.	A unit of the LAV Up ICGS hand controller must, as a minimum,
    consist of the 		following components:
    
    	A)	Hand Controller; and 
    	B)	Mounting Mechanism.
    
    3.	The ICGS hand controller must replicate the following model
    of the LAV Up hand 		controller:
    
    	Model: Hand Control, Single Grip
    	Part Number: 502-G6993.
    
    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 hand controller meets the following
    specifications:
    
    Hand Controller Function
    
    1.	The LAV Up ICGS Hand Controller must replicate the
    functionality of the actual 		hand controller found in the LAV
    Up in terms of form, fit, button placement, and 		handle
    force/deflection and must meet the following criteria:
    
    	A)	2-axis (X/Y) analog joystick with force/deflection of:
    
    		I.	0 - 2lbs (nominal- measured as force placed at midpoint of
    hand 				controller shaft, along X or Y axis): no movement;
    		II.	2lbs - 5.5lbs (nominal): 0 - 24 degrees from vertical; 
    		III.	X-Y values are half-magnitude when joystick is centered,
    0,0 when 				the joystick is in the farthest left-forward
    extend, X-decreasing 				when moved left, Y-decreasing when
    pushed forward; and
    		IV.	The LAV Up ICGS Hand Controller physical resistance must
    be 				accurate within ± 5% of the actual LAV Up Hand Controller
    					Force-Deflection curve, over the full range of motion.
    
    	B)	Trigger button (momentary) with trigger guard.
    
    	C)	AUX button (momentary) mounted on left (as viewed from the
    user).
    
    	D)	Palm switch (momentary) mounted on forward side (as viewed
    from the 			user).
    
    	E)	Main/MG switch (SPDT toggle switch) mounted on left hand of
    hand 			controller top.
    
    	F)	200/100/SS switch (SP3T toggle switch) mounted on the center
    of hand 			controller top.
    
    	G)	Primary/Secondary switch (SPDT toggle switch) mounted on the
    right 			hand of hand controller top.
    
    	H)	LAY button (momentary) mounted on the left hand of hand
    controller 			shaft.
    
    	I)	RNG button (momentary) mounted on the right hand of hand
    controller 			shaft.
    Physical Form
    
    2.	The LAV Up ICGS Hand Controller physical form must replicate
    the physical form 		of the actual LAV Up Hand Controller.
    
    3.	The LAV Up ICGS Hand Controller must be dimensionally similar
    to the actual 		LAV Up Hand Controller within ± 2mm.
    
    Hardware Interface
    
    4.	The LAV Up ICGS Hand Controller must provide a Universal
    Serial Bus (USB) 		interface, of plug Type "A", which conforms
    to the USB 2.0, or more current, 		specification.
    
    5.	The USB cable must be removable from the LAV Up ICGS Hand
    Controller 			assembly in order to allow the controller to be
    removed from the computer 		system without detaching the USB
    cable from the computer.
    
    6.	The LAV Up ICGS Hand Controller must be powered through the
    same USB 		connection.
    
    Software Interface
    
    7.	The LAV Up ICGS Hand Controller will be used with Microsoft
    Windows 7.  The 		LAV Up ICGS Hand Controller must appear to the
    operating system as a USB 		Human Interface Device class (HID
    class) Input Device.
    
    8.	The LAV Up ICGS Hand Controller must be recognized by Windows
    Operating 		Systems as a joystick device.
    
    9.	The LAV Up ICGS Hand Controller should use drivers which are
    contained within 		the Windows 7 driver library, rather than
    requiring installation of a proprietary 		driver.
    
    10.	The X/Y analog portion of the LAV Up ICGS Hand Controller
    must appear as a 		joystick controller X-Y analog input.
    
    11.	Analog values transmitted by the LAV Up ICGS Hand Controller
    must scale 		linearly with LAV Up ICGS Hand Controller
    deflection, and must be rendered in at 	least 8-bit precision
    for each axis.
    
    12.	Each actuation momentary button on the LAV Up hand
    controller must appear as 	a joystick pushbutton event.
    13.	Each toggle switch position on the LAV Up ICGS Hand
    Controller must appear as 		a separate pushbutton event (e.g.
    "Main" appearing as Button1 "On" and 			Button2 "Off", with "MG"
    appearing as Button1 "Off" and Button2 "On").
    
    14.	Transition between toggle switch positions should not cause
    transient 			pushbutton events (so-called "bouncing") lasting
    longer than 10 milliseconds.
    
    Mounting
    
    15.	The LAV Up ICGS Hand Controller must include an integral
    means of mechanical 		attachment between the base and a
    horizontal surface.  The mounting bracket is 		to be an
    extension of the forward edge of the hand controller's bottom
    cover 		plate.  The dimensions of the mounting bracket are 2 ½
    inches x 2 inches.
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    3.	Requirement and Optional Goods and/or Services
    
    3.1	Requirement
    
    	200 ICGS hand controllers.
    
    3.2	Optional Goods
    
    	Up to an additional 100 ICGS hand controllers.
    
    3.3	Optional Services
    
    	Extended warranty for each ICGS hand controller.
    
    4.	Shipping Instructions - Delivery at Destination
    
    Goods must be consigned to the destination specified in the
    Contract and delivered:
    
    	A.	Delivered Duty Paid (DDP) Incoterms 2010 for shipments from
    a 			commercial contractor.
    
    5.	Justification, Name and Address of the Proposed Contractor
    
    It is the Canada's intention to award a Contract to Ultra
    Electronics Measurement Systems Inc., 50 Barnes Park North,
    Suite 102, Wallingford, CT 06492, USA, who is the only known
    supplier capable of performing this work.
    
    6.	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".
    
    7.	Applicability of Trade Agreements
    
    This requirement comes under the Federal Supply Classification
    (FSC) 6920, Arnament Training Devices, and, as such, is subject
    to the following Trade Agreements:
    
    -	Agreement on Internal Trade (AIR);
    -	North America Free Trade Agreement (NAFTA);
    -	World Trade Organization - Agreement on Government Procurement
    (WTO - 		AGP);
    -	Canada - Peru Free Trade Agreement (CPFTA); and
    -	Canada-Chile Free Trade Agreement (CCFTA).
    
    7.1	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);
    -	NAFTA: Article 10.16.2(b);
    -	WTO - AGP: Article XV(b);
    -	CPFTA: Article 1409.1(b) - iii; and
    -	CCFTA: Article 9(b).
    
    8.	Intellectual Property
    
    Ownership of any Foreground Intellectual Property arising out of
    the proposed contract will vest in the Contractor.
    
    9.	Suppliers' right to submit a statement of capabilities
    
    Suppliers who consider themselves fully qualified and available
    to provide the goods, services or construction services
    described in the 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.
    
    10. 	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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • 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
    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
    New Brunswick
    ,
    Quebec (except NCR)
    ,
    National Capital Region (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: