Request for Information - Motion Control System for Human
Centrifuge

Solicitation number W7719-145261/A

Publication date

Closing date and time 2014/03/13 15:00 EDT


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    
    
    
    Request for Information  - Motion Control System for Human
    Centrifuge 
    
    
    1.0	Background  
    
    1.1	The Human Centrifuge at the  Defence Research and
    Development Canada (DRDC), 			Toronto Research Centre is used to
    produce forces similar to those experienced in a steep 		turning
    manoeuvre in military aircraft. It is used for training Royal
    Canadian Air Force (RCAF) air 		crew in high gravitational (G)
    force environments to recognize and prevent symptoms of
    			G-induced loss of consciousness (G-LOC) while flying. The
    RCAF is considering options to 		maintain the capability at
    DRDC, Toronto Research Centre for another 10 years. 
    
    1.2	The centrifuge, built by EMRO Engineering, was installed in
    1988. An upgrade was completed in 		1998 with an Environmental
    Tectonics Corporation (ETC) operator control system. An			
    independent, hardware-based Safety System was designed and
    installed by ASECO in 2004 to 		complete a failsafe system.
    Although the electro-mechanical hardware has many more years of
    		serviceable life, the existing operator control system is
    unserviceable and requires replacement.
    
    2.0	Objective and Purpose of this Request for Information (RFI)
    
    2.1 	The objective of this request for information is to:
    
    	(a)	determine the extent of interest and existence of expertise
    in industry to provide the 		services required to refit the
    operator control system for the DRDC Human Centrifuge;
    
    	(b)	allow respondents to assess and comment on the adequacy and
    clarity of the 			requirements as currently expressed;
    
    	(c)	allow respondents to propose alternate methods of
    maintaining the Human Centrifuge 		capability; and
    
    	(d)	provide industry with an opportunity to communicate
    information about the factors that 		DRDC and the RCAF should
    take into consideration when planning and developing the refit
    plan.
    
    2.2 	DRDC and the RCAF will use the input from industry to:
    
    	(a)	help determine whether to proceed with the refit as
    planned, and if so, develop the 		necessary approvals and
    documents that may potentially lead to a solicitation;
    
    	(b)	refine the requirements, cost estimate, and timelines;
    
    	(c) 	become a more informed buyer; and
    	(d)	potentially consider alternative delivery concepts that
    meet the RCAF's requirements.
    
    3.0	Nature of Request for Information
    
    This is not a bid solicitation. This RFI will not result in the
    award of any contract. As a result, potential suppliers of any
    goods or services described in this RFI should not reserve stock
    or facilities, nor allocate resources, because of any
    information contained in this RFI. Nor will this RFI result in
    the creation of any source list. Therefore, whether or not any
    potential supplier responds to this RFI will not preclude that
    supplier from participating in any future procurement. Also, the
    procurement of any of the goods and services described in this
    RFI will not necessarily follow this RFI. This RFI is intended
    to solicit feedback from industry with respect to the matters
    described in this RFI.
    
    4.0	Nature of Responses Requested
    
    Respondents are requested to provide their comments, concerns
    and, where applicable, alternative recommendations regarding how
    the requirements or objectives described in this RFI could be
    satisfied. Respondents are also invited to provide comments
    regarding the content, format and/or organization of any draft
    documents included in this RFI. Respondents should explain any
    assumptions they make in their responses. Clear and concise
    documentation are required to demonstrate knowledge, experience
    and capability.
    
    5.0	Response Costs
    
    Canada will not reimburse any respondent for expenses incurred
    in responding to this RFI.
    
    6.0	Treatment of Responses
    
    6.1	Use of Responses: Responses will not be formally evaluated.
    However, the responses received 		may be used by Canada to
    develop or modify procurement strategies or any draft documents
    		contained in this RFI. Canada will review all responses
    received by the RFI closing date. Canada 		may, in its
    discretion, review responses received after the RFI closing date.
    
    6.2	Review Team: A review team composed of representatives of
    the client (where applicable) and 		PWGSC will review the
    responses. Canada reserves the right to hire any independent
    consultant, 		or use any Government resources that it considers
    necessary to review any response. Not all 		members of the
    review team will necessarily review all responses.
    
    6.3	Confidentiality: Respondents should mark any portions of
    their response that they consider 		proprietary or confidential.
    Canada will handle the responses in accordance with the Access
    to 		Information Act.
    
    6.4	Follow-up Activity: Canada, in its discretion, may contact
    any respondents to follow up with 		additional questions or for
    clarification of any aspect of a response.
    
    7.0	Contents of this RFI
    
    7.1	This RFI contains a draft Statement of Work (Annex A). This
    document remains a work in 		progress and respondents should not
    assume that new clauses or requirements will not be added 		to
    any bid solicitation that is ultimately published by Canada. Nor
    should respondents assume that 	none of the clauses or
    requirements will be deleted or revised. Comments regarding any
    aspect of 	the draft document are welcome.
    
    7.2	This RFI contains draft Experience Criteria (Annex B).
    
    7.3	This RFI also contains specific questions addressed to the
    industry.
    
    
    8.0	Questions to Industry
    
    All responses are valued:
    
    8.1	Adequacy and clarity of the requirements:  
    
    	(a)	Provide comments on the adequacy of the Statement of Work
    (Annex A) as currently 		expressed. What additional information
    would be required to bid on this requirement?
    
    	(b)	It is anticipated that a supplier would demonstrate a
    profile of relevant experience. Are the 	Experience Criteria
    (Annex B), as currently expressed clear and reasonable?
    
    8.2	Industry Interest:  Provide general information on the
    following:
    
    	(a)	How would the respondent approach the work?
    
    	(b)	What resources would the respondent need to acquire,
    develop or redeploy to perform 		the work?
    
    	(c)	Statements describing the potential capability and capacity
    of your target
    	resources, or full or partial resumes. 
    
    	(d)	Reference sites and contacts for verification of stated
    capability and experience. 
     
    	(e)	Estimated rough order of magnitude costs including but not
    limited to system 			development, installation, validation, and
    operator training.
    
    	(f)	Estimated rough order of magnitude of the time required to
    complete the work.
    	
    	(g)	Identify potential issues, risks and concerns the
    respondent would expect at the start and 		during the work and
    outline their mitigation strategy (s) for addressing them.
    
    	(h)	Express willingness, beyond a warranty period, to a longer
    term relationship where 		maintenance and support would be
    provided on an annual and or a time and materials 			arrangement.
    
    8.3	 Method of Supply:  
    
    Provide an indication if the respondent is listed, or plans to
    be listed, on the following Supply
    Arrangements and Standing Offers: the Solutions - Based
    Informatics Professional Services (SBIPS)Supply Arrangement, the
    Task-Based - Informatics Professional Services (TBIPS) Standing
    Offer and Supply Arrangement, or the Technical, Engineering and
    Maintenance Services Supply Arrangement (TEMS) Supply
    Arrangement. 
    
    
    9.0	Format of Responses 
    
    9.1	Number of Copies: Canada requests that respondents submit
    ONE (1) hard copy and
    	ONE (1) soft copy.
    
    9.2	Soft copy responses must be formatted in MS Office 2010
    applications (Word, Excel, PowerPoint, 	etc.) compatible with
    the MS Windows 7 personal computing environment.
    
    9.3	Cover Page: If the response includes multiple volumes,
    respondents are requested to indicate on 		the front cover page
    of each volume the title of the response, the solicitation
    number, the volume 		number and the full legal name of the
    respondent.
    
    9.4	Title Page: The first page of each volume of the response,
    after the cover page, should be the title 	page, which should
    contain:
    	(a)	the title of the respondent's response and the volume
    number; 
    	(b)	the name and address of the respondent;
    	(c)	the name, address and telephone number of the respondent's
    contact; 
    	(d)	the date; and
    	(e)	the RFI number.
    
    
    9.5	Numbering System: Respondents are requested to prepare their
    response using a numbering 		system corresponding to the one in
    this RFI. All references to descriptive material, technical
    		manuals and brochures included as part of the response should
    be referenced accordingly.
    
     
    10.0	Enquiries
    
    Because this is not a bid solicitation, Canada will not
    necessarily respond to enquiries in writing or by circulating
    answers to all potential suppliers. However, respondents with
    questions regarding this RFI may direct their enquiries to:
    
    Contracting Authority:	Kaye Callahan
    E-mail address:		kaye.callahan@pwgsc-tpgsc.gc.ca
    Telephone:		(905) 615-2071
    Facsimile:		(905) 615-2060
    
    11.0		Submission of Responses
    
    11.1	Time and Place for Submission of Responses: Suppliers
    interested in providing a response 		should  be submitted to the
    Public Works and Government Services (PWGSC) Bid Receiving Unit
    	by  the time and date indicated on page 1 of this document.
    
    11.2	Responsibility for Timely Delivery: Each respondent is
    solely responsible for ensuring its response 	is delivered on
    time to the correct location.
    
    11.3	Identification of Response: Each respondent should ensure
    that its name and return address, the 		solicitation number and
    the closing date appear legibly on the outside of the response.
    Delivery Date: Above-mentioned
    
    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

    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
    Callahan, Kaye
    Phone
    (905) 615-2071 ( )
    Fax
    (905) 615-2060
    Address
    Ontario Region
    33 City Centre Drive
    Suite 480
    Mississauga, Ontario, L5B 2N5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    English
    41
    000
    French
    5

    Access the Getting started page for details on how to bid, and more.

    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
    Request for Information
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (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: