SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Portable Eye Tracker

Solicitation number W7719-185409/A

Publication date

Closing date and time 2018/02/14 14:00 EST


    Description
    Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Interchangeable Parts
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    SR Research Ltd. Ontario Inc. 1060449
    35 Beaufort Drive
    Ottawa Ontario
    Canada
    K2L2B9
    Nature of Requirements: 
    
    Portable Eye Tracker
    
    W7719-185409/A
    Nguyen, Michelle
    Telephone No. - (905) 615-2078 
    
    1. 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. 
    
    
    2. Definition of the requirement 
    
    The Department of National Defense (DRDC Toronto) has a requirement for the supply and delivery of one (1) portable eye-tracking unit and associated software. The portable eye-tracking unit must provide the technical capabilities to fulfill experimental needs.
    
    
    3. 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 product/equipment/system (as appropriate) meets the following requirements: 
    
    a. The eye-tracking unit must be portable, with dimensions no bigger than 23 cm x 40 cm x 55 cm and easily transportable by a single person; 
    
    b. The eye-tracking unit must be capable of collecting data at a sampling rate of both 2000 Hz (monocular) and 1000 Hz (binocular) in head-stabilized conditions.
    
    c. The eye-tracking unit must be able to collect data at a minimum sampling rate of 500 Hz (binocular) in free-head movement conditions.
    
    d. The instrument must be capable of collecting data with an average accuracy of less than 0.5°.
    
    e. The instrument must be able to track eye movement using the pupil with corneal reflection method.
    
    f. The instrument and software must be capable of generating online event parsing options for fixations, saccades and blinks.
    
    
    4. Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreement(s) 
    - Canadian Free Trade Agreement (CFTA) OR Agreement on Internal Trade (AIT)
    - North American Free Trade Agreement (NAFTA)
    - FTAs with Peru / Columbia / Panama / Korea
    
    
    5. Justification for the Pre-Identified Supplier 
    
    SR Research Ltd. to our knowledge is the only OEM (Original Equipment Manufacturer) meeting all the specifications required in section 3. 
    
    The Eyelink models are currently used by DRDC and SR Research Ltd. is the only distributor of its products in Canada. The purchase of additional Eyelink products, namely the Eyelink Portable Duo, will ensure seamless integration, as well as have the required technical specifications to match the current quality of data collected with DRDC’s stationary eye tracking units. Due to the nature of experimental needs, the quality of data collected by current stationary units and the new portable unit need to be consistent.   
    
    
    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. Exclusions and/or Limited Tendering Reasons
    
    CFTA Article: 513 -1 (c) for additional deliveries by the original supplier of goods or services that were not included in the initial procurement, if a change of supplier for such additional goods or services: 
    
    i. cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, software, services, or installations procured under the initial procurement; and
    
    ii. would cause significant inconvenience or substantial duplication of costs for the procuring entity.
    
    NAFTA: Article 1016: 2.d - for additional deliveries by the original supplier that are intended either as replacement parts or continuing services for existing supplies, services or installations, or as the extension of existing supplies, services or installations, where a change of supplier would compel the entity to procure equipment or services not meeting requirements of interchangeability with already existing equipment or services, including software to the extent that the initial procurement of the software was covered by this Chapter.
    
    
    8. Period of the proposed contract or delivery date 
    
    The equipment must be delivered before March 29, 2018.
    
    
    9. Cost estimate of the proposed contract 
    
    Price is not provided as it compromises the pre-identified supplier’s competitive position if the requirement proceeds to a traditional or electronic bidding process.
    
    
    10. Name and address of the pre-identified supplier
    
    Name:     SR Research Ltd.
    Address:  35 Beaufort Drive
              Ottawa, Ontario, K2L 2B9
    
    
    11. 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.
    
    
    12. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is February 14, 2018 at 14:00 hrs. EST.
    
    
    13. Inquiries and submission of statements of capabilities 
    
    Name: Michelle Nguyen
    Title:   Intern Officer
               Public Works and Procurement Canada
               City Centre Drive, Suite 480C
               Mississauga, ON. L5B 2N5
    
    Telephone: 905-615-2078
    E-mail:    Michelle.Nguyen@pwgsc-tpsgc.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

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • 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:

    • Additional Deliveries

    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
    Nguyen, Michelle
    Phone
    (905) 615-2078 ( )
    Email
    michelle.nguyen@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

    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
    Ontario (except NCR)
    Procurement method
    Non-Competitive
    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: