Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-11-25 00:00:00
Canada CanadaBuys

EXECUTION OF THE CANADIAN OPERATIONAL RESEARCH ENVIRONMENT FOR VULNERABILITY/LETHALITY (CORE V/L) (W7701-227456/A)

Process Number PW-$QCL-057-18243

Dates:


Publication date:

2021-11-25 00:00:00

Amendment date:

None

Date closing:

2022/01/05 14:00 Eastern Standard Time (EST)

Details:


Region of delivery:

Quebec

End user entity:

Department of National Defence

Procurement entity:

Public Works and Government Services Canada

Tendering procedure:

Suppliers on permanent list or able to meet qualification requirements

Reference number:

PW-$QCL-057-18243

Solicitation number:

W7701-227456/A

Description:


Description:

Trade Agreement: CETA/WTO-AGP/CPTPP/FTAs with Peru/Colombia/Panama/Korea/UK Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: EXECUTION OF THE CANADIAN OPERATIONAL RESEARCH ENVIRONMENT FOR VULNERABILITY/LETHALITY (CORE V/L) SUMMARY Under 06ba and Human System performance (HSP) projects, DRDC is developing and validating novel applications for Vulnerability and Lethality (V/L) studies. Various concepts have been explored and need to be further refined and validated. Some of the orienting questions of these two projects are related to weapon platforms, external and terminal ballistic of small arms bullets, as well as, human factors affecting soldier mobility and survivability. The WEP section requires the services of a maximum of (1) Programmer/Software developer A6 level 2 to update the DRDC V/L modelling and analysis tools. Details of these updates are provided further in this document. The two main software that are covered by the contract are CORE V/L and CICERO. These updates will increase the capabilities of the CAF in assessing threat effects of soldier’s survivability and lethality under different missions, as well as, support the acquisition and evaluation of new personal protection equipment and weapons systems. a. This bid solicitation is being issued to satisfy the requirement of Defence Research and Development Canada – Valcartier Research Centre (the “Client(s)”) for task-based Informatics Professional Services (SBIPS) under the TBIPS Supply Arrangement (SA) method of supply EN578-170432. b. It is intended to result in the award of one (1) firm contract valid from the award until March 31st 2022, plus three (3) irrevocable options of one (1) year each, allowing Canada to extend the term of the contract c. There are security requirements associated with this requirement. For additional information, consult Part 6 – Security 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 Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website. d. The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canadian Free Trade Agreement (CFTA), the Canada-Chile Free Trade Agreement (CCFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Colombia Free Trade Agreement (CColFTA), the Canada-Panama Free Trade Agreement (CPanFTA) if it is in force, and the Agreement on Internal Trade (AIT). e. Defence Research and Development Canada, Valcartier Research Centre has determined that any intellectual property rights arising from the performance of the work under the subsequent contract will belong to Canada under exception 2 of Appendix A of the Policy on Intellectual Property Rights from Crown Contracts f. This procurement is subject to the Controlled Goods Program. The Defence production Act defines Canadian Controlled Goods as certain goods listed in Canada’s Export Control List, a regulation made pursuant to the Export and Import Permits Act (EIPA). g. The supply arrangement for SPICT EN578-170432 is incorporated by reference and is part of this solicitation, as if formally reproduced therein, and is subject to the conditions contained in this solicitation. Capital letters that are not defined in this solicitation have the meaning given to them in SA for THE TBIPS. Only selected SA holders for the TBIPS who currently hold an SA for TBIPS for Level 1 in the Quebec City region under the EN578- 170432 series of supply arrangements (TAs) may bid. SA holders may not bid on this solicitation unless they have been formally invited. Nevertheless, SA holders not invited to tender who wish to do so may, no later than five working days before the published closing date of the latter, contact the Contracting Authority and request that it send them an invitation to tender. An invitation will then be sent to them unless it interferes with the proper functioning of the supply system. Under no circumstances will Canada extend the closing date of the invitation to tender to allow these suppliers to bid. Where additional invitations are issued as part of the solicitation process, they may not be considered in the amendments to the invitation to tender. h. SA holders who are invited to bid as a joint venture must submit a bid as a joint venture and must not form another joint venture to bid. Any joint venture must have already been selected under SA No. EN578-170432at the time of the closing of bids in order to submit a bid. i. This requirement is subject to the COVID-19 Vaccination Policy for Supplier Personnel. Failure to complete and provide the COVID-19 Vaccination Requirement Certification as part of the bid will render the bid non-responsive. W7701-227456/A Lussier, Marie-Claude Telephone No. - (418) 576-3709 marie-claude.lussier@tpsgc-pwgsc.gc.ca 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.

Contact information:


Contact name:

Lussier, Marie-Claude

Contact email:

marie-claude.lussier@tpsgc-pwgsc.gc.ca

Contact phone:

(418) 576-3709 ( )

Contact address:

601-1550, Avenue d'Estimauville Québec Québec G1J 0C7

Contact Fax:

Solicitation Documents:


File Amendment Number Language Date added