Driver Simulators

Solicitation number W4938-19140G/A

Publication date

Closing date and time 2019/01/15 14:00 EST


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    SIMLEADER
    3000 Dessaulies
    ST -HYACINTH Ontario
    Canada
    J2S2V8
    Nature of Requirements: 
    
    Driver Simulators
    
    W4938-19140G/A
    Lopez, Maria
    Telephone No. - (905) 615-2071 (    )
    Fax No. - (   )    -     (    )
    
    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. 
    Background
    Public Safety Canada has entered into a task plan under the Memorandum of Understanding (MoU) between the United States of America (USA) Department of Defense and the Canadian Department of National Defence (DND) concerning Research and Development to Combat Terrorism (RDTC MOU). Under this task plan, Canada and the USA have decided to jointly fund and develop Project City Life.
    Objective
    The objective of City Life is to improve the quality of simulation-based training by providing a more realistic virtual reality (VR) environment that simulates life typical of a real city. The VR environment will immerse students into representative scenarios for training skill sets such as surveillance, security, and personnel protection. City Life will feature realistic indoor and outdoor structures and spaces (i.e., residential and commercial) for one generic North American city and one generic foreign city. Unique, non-player characters (NPC) in quantities approaching 10,000 will move and interact inside and outside the structures exhibiting realistic human behaviors over a 24-hour cycle. The student-controlled avatars will be able to observe the NPC behaviors and, in certain cases, engage in purposeful interaction. City Life is a significant improvement upon existing immersive training simulation in terms of realistic patterns of life within a virtual city space thereby increasing the capabilities of United States and Canadian military and interagency personnel. 
    
    Requirement
    This requirement is for the delivery of:
    a. twenty (20) commercial off the shelf (COTS) Driver Simulators;
     five (5) instructor workstations;
    b. one (1) day of installation; and
    
    c. provision of three (3) days of training.
    
    
    DND has the option to procure 5 additional driver simulators and 1 instructor workstations and additional warranty/technical support for a period of two years. Driver Simulators and Instructor Workstations must be delivered no later than 01 March 2019. 
    Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    Any interested supplier must demonstrate by way of a statement of capabilities that its equipment meets the following requirements:
    
    Driver simulators and instructor workstations must be compatible with the virtual environment Project City Life.
    City Life is a simulation software which the single purpose is to recreate the path of life in a virtual environment. It was designed to be an educative tool offering different settings and urban locations in one large site for the user to interact with. Full of people having their own life and behaviour (NPC), the user can practice driving and surveillance with an instructor in a varied and vivid environment. In City Life, the cars just like the people never disappear, reinforcing the realism in simulation.
    1O km2 map full of interactions
    Realistic environments
    City
    Suburban
    Industrial area
    Commercial area
    Residential area
    Rural village
    Airport
    Character generator (up to 10 000)
    •· Automotive & pedestrian traffic management
    Citizen behaviours customization
    Training in network for up to 20 participants
    Radio communication
    Fit for driving lessons;
    9-speed transmission
    13-speed transmission
    18-speed transmission
    The platform should have motion in order to support the driving experience. The steering wheel should offer resistance representative of the driving experience in the virtual environment. The pedals should offer resistance representative of the driving experience. The pedals should also offer the space in typical military pattern vehicle to accommodate for the normal footwear of soldiers.  Brake controls should be representative of the actual vehicle such as air brakes. The unit should have both manual and automatic transmissions to reflect the vehicles in the fleet.  The interface should be either with a console or a virtual reality headset. Both options are needed depending on the desired training outcome.
    General System Requirements
    -Four driver simulation systems and one instructor station must fit into a space: 9.7536 m (32') x 7.9248 m (26') x 2.7432 m (9')
    -All scenarios, instruction manuals, operator or driver controls must be provided in English and French.
    -The driver simulator system must have a minimum 180 degree field-of-view arrangement.
    -The driver simulator system must have 3 monitors with a minimum of 32 inches in size and with full High Definition (HD) Resolution of 1920x1080 each.
    -The driver simulator system must have a full motion platform with an integrated driver's seat. The entire platform must be motion supported with the ability to tilt left, right, up and down.  The driver simulator system motion aggressiveness must be adjustable to allow for low, medium and high settings, dependant upon which vehicle is being driven within the simulation.  -The driver simulator system must have an interchangeable gear shift to include the option of   automatic, synchronous and non-synchronous shifting.
    -The driver simulator system must contain an interactive dashboard display. The digital dashboard must change based on the vehicle chosen for the driver simulation scenario. The driver simulator system must have an accelerator, brake and clutch foot pedals.
    The driver simulator system must have a fully functional signal switch to account for left and right signalling within the vehicle.The driver simulator system must have a force feedback steering wheel with the ability to tilt the steering.
    -The driver simulator system must be able to flip into Virtual Reality mode and back into standard mode during any point of the simulation.  Virtual reality mode must use the HTC Vive Pro wearable headset, where all of the display and sound will transfer from the monitors into the headset.  The standard mode must use the monitors for display and sound and disable the virtual reality setting. -The driver simulator system must include surround sound.-The driver simulator system must provide for a variety of vehicle handling skills, including but not limited to pit maneuvers, J-turns and skid pad training. 
    
    Instructor Control Panel
    The instructor control panel systems should be able to synchronize up to 20 simulators into groups of 4 and must have accessible capability through both cable and WIFI, when it is available.
    
    The system must be programmable to include the following:
    -ability to install, configure and run Project City Life
    -ability to create different weather events; 
    -ability to change the terrain and road surface;
    -ability to include emergency situations including but not limited to blown tires, brake failure, engine fire and hydraulic fail;
    -ability to replay the scenario's from any view point;
    -ability to re-create highway, city, freeway, off-road, rural, suburban database, military base;
    -ability to create a modified environment;
    -ability to control traffic density;
    -ability to control time of day;
    -ability to control pedestrian density and behavior; and
     -ability to control weather conditions.
    
    The system must include a two-way radio system that can both transmit and receive communications.
    The system dashboard must follow the flexibility to replicate a selection of makes and models of vehicles including but not limited to:
    -Heavy Lift Vehicle Wheeled (HLVW);
    -Heavy Lift Vehicle Wheeled Pallet Loading System (HLVW PLS)
    -Light Utility Vehicle Wheeled MILCOT (Military Commercial Off the Shelf) (LUVWM);
    -5 Ton truck; 
    -44 Passenger bus; 
    -Tractor trailer; 
    Highway cruiser; 
    And Medium Support Vehicle Systems (incl MACK variants) (MSVS)
     
    In Cab Vehicle Features:
    In cab vehicle features must offer a true-to-life training environment including but not limited to seat, steering wheel, brake pedal and accelerator pedal.
    -The system must record a trainee's actions in real time while they are engaged in a scenario; 
    -The system must allow replay of scenarios back frame by frame for evaluation, debriefing or system of record purposes; and
    -The system must allow the recorded video and audio imagery to be written and stored on a permanent storage media, including but not limited to CD, DVD, memory card, memory stick and external hard drive.
    Instructor or Computer Controlled System:
    The instructor workstation system must be computer and/or instructor controlled. Computer controlled must be able to respond to the trainee's actions while instructor controlled must be able to override the pre-set computer programmed alternatives in order to modify the outcome of a scenario on the basis of the trainee's actions. 
    
    -The instructor workstation system must include Microsoft Windows 10 based scenario builder software to permit instructor staff to build or modify driver scenarios. 
    -Instructor created scenarios  must provide a capability to support an adjustable difficulty levels from simple to moderate to difficult to accommodate the driver’s experience level that is being accessed.
    -The evaluation software must be incorporated with the entire systems (driver simulator and instructor workstations) and scenarios in order to track the performance of candidates but not limited to turn ratios, average speed and brake time. 
    Technical Support:
    The system must include online remote diagnostic system analysis and problem resolution 24  hours a  day, 7 days a week; and
    The Contractor must provide a help desk contact phone number or contact person with phone number to address any technical issues which must be available 24 hours a day, 7 days a week.
    Warranty
    The Contractor must honor warranty for the period of 1 year from the installation date of the systems (driver simulator and instructor workstations).  The warranty must include 1 year parts, labour and recommended software system updates.. 
    Software updates:
    The Contractor must provide software updates for the system upon its release that are compliant with Project City Life.
    
    This procurement is subject to the following trade agreements: 
    Canadian Free Trade Agreement (CFTA)
    World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    North American Free Trade Agreement (NAFTA)
    Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    Justification for the Pre-Identified Supplier 
    SimLeader offers a platform that meet the Department of National Defence’s requirements. To the knowledge of the Department of the Department of National Defence,SimLeader simulators are the only simulators compatible with Project City Life.  
    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". 
    Exclusions and/or Limited Tendering Reasons 
    The following exclusion(s) and/or limited tendering reasons are invoked under the : 
    Canadian Free Trade Agreement (CFTA) - Article 513 subsection 1. b) (iii) and (v) 
    World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article  XV 1.b)
    North American Free Trade Agreement (NAFTA) - Article 1016 subsection 2. b) 
    Canada-European Union Comprehensive Economic and Trade Agreement (CETA) -Articles 19.6 through 19.8, paragraphs 7 through 11 of Article 19.9, and Articles 19.10, 19.11, 19.13 and 19.14 b.11
    The systems must be delivered on March 01, 2019. Optional goods must be delivered within 90 days of exercising the option. 
    Cost estimate of the proposed contract 
    The estimated value of the contract, including option(s), training, delivery and installation is $970,000 x (GST/HST extra). 
    Name and address of the pre-identified supplier 
    SIMLEADER
    3000 Dessaulles
    St-Hyacinth, QC 
    J2S 2V8
    
    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.
    
    The closing date and time for accepting statements of capabilities is January 15, 2019 at 2:00 p.m. EST. 
    
    Inquiries and statements of capabilities are to be directed to: 
    Maria Lopez 
    33 City Centre Dr, Suite 480C,Mississauga, ON L5B 2N5 
    Telephone: (647) 533-6527
    E-mail: maria.lopez@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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • 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 Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Lopez, Maria
    Phone
    (905) 615-2071 ( )
    Email
    maria.lopez@pwgsc-tpsgc.gc.ca
    Fax
    () -
    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

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Procurement method
    Non-Competitive