Maintenance on CanadaBuys website

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

  • Friday, May 24, 7:00 pm until 11:00 pm (Eastern Time) 

  • Sunday, May 26, 7:45pm until 9:45 pm (Eastern Time) 

DEGRADED VISUAL ENVIRONMENTAL RESEARCH

Solicitation number W7714-125562/A

Publication date

Closing date and time 2012/06/26 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: 
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Elbit Systems Ltd.
    P.O.Box 539
    Israel
    31053
    Nature of Requirements: 
    File Number: W7714-125562/A
    DEGRADED VISUAL ENVIRONMENTAL RESEARCH and DEVELOPMENT
    
    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.
    
    The Department of National Defence (DND) has a requirement for
    the provision of services as specified under "Proposed Work"
    below. The purpose of this ADVANCE CONTRACT AWARD NOTICE (ACAN)
    is to signal the government's intention to award a contract for
    these services to: 
    
    Elbit Systems Ltd.
    P.O. Box 539
    Haifa
    31053
    Israel. 
    
    Before awarding a contract, however, the government would like
    to provide other suppliers with the opportunity to demonstrate
    that they are capable of satisfying the requirements set out in
    this Notice, by submitting a statement of capabilities during
    the 15 calendar day posting period.
    
    If other potential suppliers submit a statement of capabilities
    during the 15 calendar day posting period that meet the
    requirements set out in the ACAN, the government will proceed to
    a full tendering process on either the government's electronic
    tendering service or through traditional means, in order to
    award the contract.
    
    If no other supplier submits, on or before the closing date, a
    statement of capabilities meeting the requirements set out in
    the ACAN, a contract will be awarded to the pre-selected
    supplier.
    
    1.0	Background
    
    Maintenance of orientation based on inputs from the visual,
    vestibular and somatosensory systems is essential for pilot
    safety and mission success.  Of all the sensory systems that are
    required for maintaining spatial awareness and orientation,
    vision is the predominant input.  Brownout or whiteout is a
    situation in which blowing dust or desert sand or snow from
    rotor down wash obscure both horizon and terrain features. They
    can suddenly hinder overall visibility, and can lead to
    undetected drift or bank or even create vection (visually
    induced sensation of self motion).  When devoid of vision as in
    brownout or whiteout the pilot must transition from VMC (visual
    meteorological condition) to IMC (instrument meteorological
    condition) flying. Unfortunately, there is also an inherent
    delay for the pilot to regain orientation after the transition. 
    In addition, the helicopter, by nature is an unstable platform. 
    Pilots have to "work" persistently with their controls in order
    to gain and maintain stability.  
    
    The fidelity of current helicopter instrumentation is not
    sufficient to execute instrument landings in the
    low-speed-flight phases (takeoff and landing) where the onset of
    brownout or whiteout normally occurs.  In order to fully achieve
    the required task, visual cues that will provide drift, height
    above terrain (HAT), descent rate, ground speed, attitude,
    slope, terrain features, Landing Zone location, obstacle
    clearance and moving obstacle detection that are mission related
    must be available to ensure control of the aircraft during
    landing.
    
    Display of these visual cues has been developed separately along
    two approaches, a two-dimensional approach and a
    three-dimensional approach.  The US Army Aviation and Missile
    Research Development and Experimentation Center (AMRDEC) have
    lead the development of the 2-D Brown Out Symbology System
    (BOSS), and the UK Defence Science and Technology Laboratory
    (Dstl) has invested significantly in the development of a 3-D
    "Dust-Off" Low Visibility Landing (LVL) solution (herein termed
    "Dust-Off"/DVE).  Under the auspices of The Technical
    Cooperation Program (TTCP), a forum for defence science and
    technology collaboration between Australia, Canada, New Zealand,
    the United Kingdom and the United States, these two technologies
    have been closely monitored by DRDC.
    
    Each approach has been evaluated independent of the other and
    each has a unique performance and cost factor associated with
    it.  Since the CF has a documented deficiency related to the DVE
    problem and that both approaches offer potential for
    implementation on the CH146 fleet, DRDC has been asked by the
    air force to conduct a head-to-head evidence based performance
    and human factors evaluation in order to fully appreciate the
    technical and human performance differences between the two
    approaches.
    
    Given past collaborative activity under TTCP, the US Army AMRDEC
    has offered unrestricted access to the (2-D) BOSS symbology set
    and the US Air Force Research Laboratory (AFRL) has offered DRDC
    access to a DVE scenario configured rotary wing flight
    simulator. Also under TTCP, the Dstl facilitated access to the
    (3-D) "Dust-Off"/DVE system.  Support to an evaluation was
    offered through the provision of the proprietary "Dust-Off"/DVE
    software installed on proprietary display generation hardware
    that is fully compatible with the current CF AN/AVS-7 symbology
    system (acquired under Public Works and Government Services
    Canada (PWGSC) Contract W8475-05EB73/001/BB dated 25 November
    2004).  
    
    Initial project scoping activities included an assessment of
    flight test platform options.  The assessment compared resource,
    schedule and technical risk of employing a CF Aerospace
    Engineering Test Establishment (AETE) configured CH146 Griffon
    versus a modified National Research Council (NRC) Canada
    modified Bell 412 helicopter.  The two aircraft are functionally
    identical in terms of handling qualities and visual cueing.  It
    was determined that the CH146 option was assessed as being
    higher risk in all three criteria; therefore, it was recommended
    to proceed with testing at NRC.  For the purpose of this work
    the CH146 and the NRC Bell 412 are to be considered as
    equivalent aircraft.
    
    2.0	Proposed Work
    
    The objective of the work described herein relates to the
    contractor hardware and software integration requirements and
    technical support for both a simulator based and airborne
    (helicopter) based evaluation trial.
    
    Defence Research & Development Canada - Corporate (DRDC
    Corporate) will conduct research and development trials to
    address the requirement of reducing spatial disorientation and
    improving safety of CF rotary wing operations, specifically the
    CH146 Griffon, operating in Degraded Visual Environment (DVE)
    conditions. The trials will compare two different approaches in
    displaying visual cues to the aircrew when encountering DVE
    conditions, first in a rotary wing flight simulator and
    secondly, in flight employing a representative helicopter. A
    two-dimensional (2-D) approach to DVE visual cueing and a
    three-dimensional (3-D) conformal approach to DVE visual cueing
    will be compared against a current AN/AVS-7 symbology system
    which will serve as the control. For the trials, all three
    symbology systems will be displayed through a
    head-mounted-display that is consistent with the Griffon
    airframe.
    
    The aim of the trials is to provide the CF with the
    specifications of the most promising symbology system that can
    be implemented into current and future CF rotary wing airframes
    as a risk mitigation tool when flying in DVE.
    
    The "Dust-Off"/DVE software and display generation hardware will
    be made available for loan during trial periods.  DRDC will be
    required to pay for the integration engineering and trial
    support provided by the contractor.
    
    3.0	Minimum Essential Requirements
    
    Any interested supplier must demonstrate by way of a statement
    of capabilities that it meets the following requirements:
    
    3.1	Contractor must have a commercially demonstrated and
    available three-dimensional (3-D) conformal approach to DVE
    visual cueing HMD system with a fully functional interface with
    the existing CF ANVIS HUD system.
    
    3.2	Contractor must be able to complete hardware and software
    integration and provide technical support for both simulator
    based and airborne (helicopter) based evaluation trials for a
    CH146 Griffon operating in Degraded Visual Environment (DVE)
    conditions.
    
    Canadian Content Policy, will not apply to the future
    procurement, should Canada accept a Statement of Capabilities
    and result in a follow-on competitive process.
    
    4.0	Justification for the Pre-Selected Supplier
    
    The proposed Contractor, Elbit Systems Ltd., Haifa, Israel is
    the only known Supplier that can provide commercially
    demonstrated and available three-dimensional (3-D) conformal
    approach to DVE visual cueing HMD system with a fully functional
    interface with the existing CF ANVIS HUD system.
    
    The Elbit Dust-off/DVE  system is the only 3D system that is
    flight test ready to evaluate against the 2D BOSS system via
    airborne (helicopter) based evaluation trials for a CH146
    Griffon operating in Degraded Visual Environment (DVE) conditions
    
    5.0	Period of Contract
    
    The period of Contract will be from June 2012 to 31 Mar 2014
    inclusive.  
    
    The estimated value of the contract, including option(s), is
    $2,100,000.00 (GST/HST extra).
    
    6.0	Inquiries and Submission of Statements of Capabilities
    
    Suppliers who consider themselves fully qualified and available
    to meet the specified requirements may submit a statement of
    capabilities, in writing, to the Contracting Authority
    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 closing date for accepting statements of capabilities is
    June 26, 2012, 2:00 p.m. EDT.
    
    Inquiries and statements of capabilities are to be directed to:
    
    Kent Cummings
    Supply Team Leader 
    Defence Sciences Division
    Science Procurement Directorate
    Public Works and Government Services Canada
    Place du Portage, Phase III, 11C1
    11 Laurier Street
    Gatineau (Hull), Québec
    K1A 0S5
    
    TEL.: 819-956-1904
    FAX: 819-997-2229
    E-MAIL: kent.cummings@pwgsc.gc.ca
    
    7.0	Policy Considerations
    
    This requirement is consistent with the following:
    
    Government Contracts Regulations (ref.: Article 6.d), which
    states that only one person or firm, is capable of performing
    the work;
    
    Agreement on International Trade (AIT) (ref.: Article 506.12.b):
    where there is an absence of competition for technical reasons
    and the goods or services can be supplied only by a particular
    supplier and no alternative or substitute exists;
    
    North American Free Trade Agreement (NAFTA) does not apply to
    this procurement; and
    
    World Trade Organization- Agreement on Government Procurement
    (WTO-AGP) does not apply to this procurement.
    
    
    8.0	Set-aside under the Procurement Strategy for Aboriginal
    Business
    
    The Set-aside under the Procurement Strategy for Aboriginal
    Business does not apply to this procurement.
    
    9.0	Comprehensive Land Claims Agreement(s)
    
    This procurement is not subject to any Comprehensive Land Claims
    Agreements.
    
    10.0	Ownership of Intellectual Property.
    
    Canada intends to retain ownership of any Foreground
    Intellectual Property arising out of the proposed contract on
    the basis that the main purpose of the contract is :1) to
    generate knowledge and information for public dissemination and
    2.) where the Foreground consists of material subject to
    copyright, with the exception of computer software and all
    documentation pertaining to that software.
    
    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
    Cummings, Kent
    Phone
    (819) 956-1904 ( )
    Fax
    (819) 997-2229
    Address
    11C1, Phase III
    Place du Portage
    11 Laurier St. / 11, rue Laurier
    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
    National Capital Region (NCR)
    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: