Support Human Autonomy Interaction
Solicitation number W7719-185397/A
Publication date
Closing date and time 2019/04/17 14:00 EDT
Last amendment date
Description
Trade Agreement: Canadian Free Trade Agreement (CFTA) Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: The closing date is extended to April 17, 2019. THIS DOCUMENT CONTAINS A SECURITY REQUIREMENT Support Human Autonomy Interaction Defence Research and Development Canada, Toronto, Ontario has a requirement for the provision of Support Human Autonomy Interaction Research. The objective of this work is to design, develop, implement, and evaluate Human Autonomy Interaction (HAI) concepts, methodologies, and technologies to improve overall Human-Machine System (HMS) performance for the Canadian Armed Forces (CAF). The period of the contract will be 3 years with 2 optional one-year periods. In order to manage this work efficiently, a Task Authorization Contract (TAC) is required. The statement of work (SOW) is intended to form the basis for this TAC that will allow DRDC Toronto to task services from the Contractor on an as-required basis. There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website. The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA). The requirement is subject to a preference for Canadian goods and/or services. The Federal Contractors Program (FCP) for employment equity applies to this procurement; refer to Part 5 Certifications and Additional Information, Part 7 - Resulting Contract Clauses and the annex titled Federal Contractors Program for Employment Equity - Certification. Mandatory Technical Criteria M1. The Bidder must propose 10 resources in the following categories: Senior Researcher: 2 resources Specialist Researcher: 4 resources Technical Support Staff: 4 resources If a Bidder proposes additional resources, they will not be evaluated. M2. The Bidder must provide a current CV for each proposed resource. M3. SENIOR RESEARCHER M3.1 Each proposed resource must possess a PhD or Post-Doctoral training in Psychology or Industrial Engineering (Specialised in Human Factors). M3.2 Each proposed resource must possess a minimum of 5 years' experience (within 10 years from the RFP closing date) working in the area of human-automation interaction or human-artificial intelligence interaction and as a scientific lead in at least 2 research projects dealing with the development of experimental measures and cognitive metrics for investigating human performance issues. M3.3 Each proposed resource must possess a minimum of 5 years’ experience (within 10 years from the RFP closing date) in the design and implementation of a research facility for investigating human-autonomy interaction or human-artificial intelligence Interaction issues. M4. SPECIALIST RESEACHER M4.1 Each proposed resource must possess a PhD or Post-Doctoral training in a minimum of one of the following: • Computer Science • Computer Engineering • Mechanical Engineering • Mechatronics Engineering • Industrial Engineering (Specialized in Human Factors) • Aerospace Engineering. M4.2 Each proposed resource must possess a minimum of 5 years’ experience (within 10 years from the RFP closing date) working in/with system design for autonomous or intelligent systems. M5. TECHNICAL SUPPORT STAFF M5.1 Each proposed resource possess a Bachelor or high degree of training in a minimum of one of the following: • Psychology • Industry Engineering (specialized in Human Factors) • Cognitive Science • Computer Science • Computer Engineering • Mechanical Engineering • Electronical Engineering • Interface Design • Technical Communications • Aerospace Engineering M5.2 Each proposed resource must possess a minimum 5 years’ experience (within 10 years from the RFP closing date) in design and implementation of a simulation-based facility for assessing human performance concepts or technologies in a defence context. Basis of Selection - Highest Combined Rating of Technical Merit and Price 1. To be declared responsive, a bid must: a. comply with all the requirements of the bid solicitation; and b. meet all mandatory criteria; and c. obtain the required minimum of 280 points overall for the technical evaluation criteria which are subject to point rating. The rating is performed on a scale of 472 points. 2. Bids not meeting (a) or (b) or (c) will be declared non-responsive. 3. The selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 60% for the technical merit and 40% for the price. 4. To establish the technical merit score, the overall technical score for each responsive bid will be determined as follows: total number of points obtained / maximum number of points available multiplied by the ratio of 60%. 5. To establish the pricing score, each responsive bid will be prorated against the lowest evaluated price and the ratio of 40%. 6. For each responsive bid, the technical merit score and the pricing score will be added to determine its combined rating. 7. Neither the responsive bid obtaining the highest technical score nor the one with the lowest evaluated price will necessarily be accepted. The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract. 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
-
Canadian Free Trade Agreement (CFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Berends, Robert
- Phone
- (905) 615-2465 ( )
- Email
- robert.berends@pwgsc-tpsgc.gc.ca
- Address
-
Ontario RegionMississauga, Ontario,
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW_TOR.B302.E7737.EBSU004.PDF | 004 | EN | 15 | |
ABES.PROD.PW_TOR.B302.F7737.EBSU004.PDF | 004 | FR | 5 | |
ABES.PROD.PW_TOR.B302.E7737.EBSU003.PDF | 003 | EN | 13 | |
ABES.PROD.PW_TOR.B302.F7737.EBSU003.PDF | 003 | FR | 2 | |
ABES.PROD.PW_TOR.B302.E7737.EBSU002.PDF | 002 | EN | 13 | |
ABES.PROD.PW_TOR.B302.F7737.EBSU002.PDF | 002 | FR | 1 | |
ABES.PROD.PW_TOR.B302.E7737.EBSU001.PDF | 001 | EN | 12 | |
ABES.PROD.PW_TOR.B302.F7737.EBSU001.PDF | 001 | FR | 3 | |
ABES.PROD.PW_TOR.B302.E7737.EBSU000.PDF | 000 | EN | 70 | |
ABES.PROD.PW_TOR.B302.F7737.EBSU000.PDF | 000 | FR | 8 |
Access the Getting started page for details on how to bid, and more.