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
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
- Mastantuono, Ricardo
- Phone
- (819) 956-5771 ( )
- Fax
- (819) 956-5650
- Address
-
11 Laurier St. / 11, rue Laurier
8C2, Place du PortageGatineau, Québec, K1A 0S5
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.