TBI Dynamic Research R&D Services

Solicitation number W6399-20LD48/A

Publication date

Closing date and time 2021/06/01 14:00 EDT


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Prototype Purchase
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Dynamic Research Innovations Inc.
    85 Summerwalk Place
    Nepean Ontario
    Canada
    K2G5Y4
    Nature of Requirements: 
    
    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
    
    INTRODUCTION
    Members of DND are routinely exposed to multiple operational threats for which personal protection equipment is required.  This includes helmet and body armour protection systems designed to protect the head, central nervous system and associated senses from the effects of blast, blunt impact and ballistic threats.  There are multiple test standards for armour systems that dictate the level of performance of the armour.  However, because up until now it has not been possible to easily visualize and measure what was occurring inside armour systems (eg: between a helmet outer shell and the skull of the wearer), many of these test standards are based on an understanding of what threat needs to be stopped, and not on the effects of the armour system on the user.  In addition, it is very difficult to ascertain the performance of blunt impact liners in situ under real-world impact loads.  To that end, Dynamic Research Innovations has developed a unique high speed x-ray impact testing apparatus that will allow researchers to visualize and measure exactly what is occurring to the helmet layers and sub-components underneath a helmet outer shell or body armour plate during blast or impact loading.  This device is the first of its kind in North America and it has the potential to dramatically change and improve how body armour is developed and tested, thus improving performance for the end user.  DND is embarking on a research and development effort aimed at mitigating the effects blast, blunt impact and recoil energy to induce traumatic brain injury (TBI).  Consequently, to better understand the interaction of helmet systems and the users they are designed to protect, DND requires access to the high-speed x-ray machine on an as-and-when-needed basis for life of the research program.
    
    In detail, DND has a requirement for the following capability:
    
    1. The ability to precisely and repeatedly conduct impact tests on combat helmet systems using a pneumatically driven linear ram capable of generating impact forces up to 1200 joules of energy,
    2. The ability to repeatedly and precisely apply the impact force to any point on the helmet,
    3. The ability to conduct the tests with the helmet mounted on either a common commercially available head form (such as a HYBRID III head form) or on government furnished head forms including novel or experimental head forms,
    4. The ability to conduct helmet tests with helmets mounted on post-mortem human subjects,
    5. The ability to capture the response of all layers within a complete helmet system and also the head form using a high speed x-ray camera capable of taking up to 7,500 frames per second at a minimum of 1 megapixel resolution.
    
    1. GENERAL TASKS
    In support of the TBI research effort, DND will require frequent testing of many different helmet systems and sub-components in an effort to explore and optimize the trade space surrounding ballistic, blunt impact, and blast protection.  To support this research effort, DND has a requirement for:
    
    2. Testing and evaluation of helmet and body armour systems and sub-components using a high-speed x-ray facility;
    
    3. Development of high-speed x-ray test standards or methodologies to accurately and repeatedly assess the performance of helmet and armour systems and sub-components to reduce or mitigate as much as possible the forces leading to traumatic brain injury;
    
    4. Test and evaluate helmet and armour systems using the high speed x-ray facility to support research into how traumatic brain injury is generated from blast, impact or recoil loads; and,
    
    5. The development and installation of a second high-speed x-ray facility at Defence Research and Development Canada - Valcartier’s laboratory;
    
    At a minimum, the contractor is expected to identify the following personnel to support this contract:
    
    (a) One (1) Team Lead who will act as the main point of contact between DND and the contractor and who will oversee the administrative processes of the entire contract as outlined in section Error! Reference source not found.; and,
    
    (b) One or more technical specialists with expertise in measuring the performance of helmet systems using the high-speed x-ray machine.  This person will be required to have an acceptable post-secondary degree at the Masters or doctorate level in a relevant field including (but not limited to) engineering, mechanical engineering, electrical-mechanical engineering, biomechanics, kinesiology, human factors or similar.
    
    2. SPECIFIC TASKS
    In support of the TBI research effort, DND will require frequent testing of many different helmet systems and sub-components in an effort to explore and optimize the trade space surrounding ballistic, blunt impact, and blast protection.  To support this research effort, DND has a requirement for:
    
    (a) Testing and evaluation of helmet and body armour systems and sub-components using a high-speed x-ray facility;
    
    (b) Development of high-speed x-ray test standards or methodologies to accurately and repeatedly assess the performance of helmet and armour systems and sub-components to reduce or mitigate as much as possible the forces leading to traumatic brain injury;
    
    (c) Test and evaluate helmet and armour systems using the high speed x-ray facility to support research into how traumatic brain injury is generated from blast, impact or recoil loads; and,
    
    (d) The development and installation of a second high-speed x-ray facility at Defence Research and Development Canada - Valcartier’s laboratory;
    
    Applicable Documents
    The following documents form part of this statement of work to the extent specified and are supportive of this statement of work when referenced; any other documents are to be considered supplemental information only.  In the event of a conflict between the documents and the contents of this statement of work, then the contents of this statement of work take precedence.
    
    - Defence Production Act, Chapter D-1 (http://laws-lois.justice.gc.ca)
    
    3. DELIVERABLES
    In general, the contractor must deliver the following for the life of the contract:
    
    3. Administrative Services in accordance with Section Error! Reference source not found.;
    
    4. Technical Services in accordance with Section 5.2; and,
    
    5. An irrevocable option to extend delivery of services for one (1) additional one (1) year period. 
    Specific individual deliverables will be defined for each task authorization released under this contract in accordance with the Task Authorization process detailed at Error! Reference source not found..
    
    REQUIREMENTS
    Administrative Services
    The contractor is expected to provide the following administrative support services as part of the task authorization process (as a minimum):
    
    a) Perform cost estimation;
    
    b) Track and report on budgets and expenditures in relation to the contract and each individual task authorization;
    
    c) Conduct project planning, scheduling, organizing, directing, coordinating, executing and monitoring of each individual task authorization;
    
    d) Provide resource management, risk management, and environmental health and safety oversight for contracted personnel assigned to each task authorization;
    
    e) Generate engineering test and evaluation plans and protocols using published national and international standards where applicable;
    
    f) Provide any written reports, plans or other documents as detailed in each task authorization; and
    
    g) Close out action items as it relates to the work conducted under the contract.
    
    Technical Services
    The contractor must provide the following technical services (as a minimum):
    
    (a) Conduct impact testing on an as-and-when needed basis on combat helmet systems and sub-components with precisely controlled and repeatable levels of force up to 1200 joules to any point on the helmet shell;
    
    (b) Conduct impact testing using multiple different shapes and material construction for the impacting ram;
    
    (c) Conduct impact testing on an as-and-when needed basis using multiple different industry standard helmet testing head forms such as the hybrid III, or using government furnished experimental or novel head forms such as the BIPED, or using post-mortem human subjects;
    
    (d) Measure and visualize the impact attenuation performance of the helmet shell(s), suspension system, liner, or any other helmet component of interest using high speed x-ray cameras; and,
    
    (e) Interpret high-speed x-ray results as it relates to force attenuation aspects of helmet layers or sub-components.
    
    (f) Provide technical expertise on the development and construction of a second high-speed helmet test x-ray facility at Defence Research and Development - Valcartier.
    
    4. APPLICABILITY OF THE TRADE AGREEMENT(S) TO THE PROCUREMENT 
    This procurement is subject to the following trade agreement(s) 
    o Canadian Free Trade Agreement (CFTA)
    
    5. JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER 
    
    Dynamic Research Innovations Inc has the helmet testing capabilities that are unique in Canada and the world. This capability includes a high-speed X-ray videography system, often referred to as cineradiography. This system, which enables continuous x-ray videos to be taken at frame rates as high as 100,000 frames per second, can combined with a linear impactor enabling high speed x-ray videos of helmet deformation. This capability allows us to use unique approaches to quantifying helmet performance. Typical frame rates for helmet testing with this system are at 7,500 fps, which provides image resolutions on the order of one Megapixel, temporal and spatial resolutions that exceed commercially available systems. The system and methodology have been submitted for patent and the patent status is currently pending in both Canada and the United States of America. At this time, I own the sole rights to exploit this patent and build a similar system.
    
    6. GOVERNMENT CONTRACTS REGULATIONS EXCEPTION(S) 
    The following exception(s) to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work").  we confirm that only one organization is capable of performing the proposed work.  Mila institute is the only AI institution that has undertaken geological characterization with geophysical and seismic datasets.  In particular, Mila is not only applying complex AI algorithms to our geoscientific questions, but they are developing leading edge methodology and developing fundamental research in AI.
    
    7. OWNERSHIP OF INTELLECTUAL PROPERTY 
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest with Canada.
    
    8. PERIOD OF THE PROPOSED CONTRACT OR DELIVERY DATE : 
    The proposed contract is for a period of 3 years, from Jyly 1, 2021 to March 31, 2024 plus one option period of one year from April 1, 2024 to March 26, 2025. 
    
    9. NAME AND ADDRESS OF THE PRE-IDENTIFIED SUPPLIER:
    DRI Inc.
    Dynamic Research Innovations Inc
    85 Summerwalk Place
    Nepean, On K2G 5Y4
    
    10. 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.
    11. CLOSING DATE FOR A SUBMISSION OF A STATEMENT OF CAPABILITIES 
    The closing date and time for accepting statements of capabilities is June 1, 2021 at 2:00 p.m. EDT. 
    
    Inquiries and submission of statements of capabilities Inquiries and statements of capabilities are to be directed to: 
    Karianne Castonguay, Spécialiste en approvisionnements/ Supply Specialist , 
    Direction des achats innovateurs (DAI)/ Innovation Procurement Directorate (IPD)
    Services Publics et Approvisionnement Canada (SPAC) / gouvernement du Canada
    Public Services and Procurement Canada (PSPC) / Government of Canada?? 
    ?? karianne.castonguay@tpsgc-pwgsc.gc.ca ? 343-572-0584
    
    
    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

    • No trade agreements are applicable to this solicitation process

    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:

    • Prototype Purchase

    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
    Castonguay, Karianne
    Phone
    (613) 572-0584 ( )
    Email
    karianne.castonguay@tpsgc-pwgsc.gc.ca
    Address
    Les Terrasses de la Chaudière
    10, rue Wellington, 4e étage
    Gatineau, Quebec, 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
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: