Canada - MX15HDi ELECRO-OPTICAL INFRARED CAMERA SYSTEMS (T8493-190006/A)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
02 July 2019
Opportunity publication date
15 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Trade Agreement: CETA / WTO-AGP / CPTPP / 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:
L-3 Communications Canada
649 North Service Road W
Burlington Ontario
Canada
L7P5B9
Nature of Requirements:

Trade Agreement: CETA/WTO-AGP/CPTPP/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: L3 Wescam, 649 North Service Rd. W, Burlington, Ontario, Canada L7P 5B9

Nature of Requirements: MX15HDi ELECRO-OPTICAL INFRARED CAMERA SYSTEMS

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 Aircraft Services Directorate (ASD) of Transport Canada (TC) seeks to establish a contract for the purchase of six (6) Electro-Optical Infrared (EOIR) Airborne Surveillance and Imagery Sensor systems in support of the National Aerial Surveillance Program (NASP). The items must be delivered and/or before March 31, 2020.

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 equipment meets the following mandatory requirements:

3.1 General Requirements

3.1.1 Tasks
The Contractor must provide six (6) MX-15HDi systems in accordance with the requirements specified in this document. For commonality of training, engineering design, maintenance support and spare parts, these include but are not limited to the components listed as follows:

3.1.2 System Component:

WESCAM MX-15HDi MX-15 High Definition system with:
-Integrated Master Control Unit (MCU)
-Precision stabilized gimbal with inertial measurement unit (IMU) inside based on fiber optic gyro technology
-Multi-sensor payload (as defined in this SOW)
-Advanced image processing Hand Control Unit (HCU), with 1.8 m (6’) cord, bracket and shipping case
-Connectors

3.1.3 Daylight Colour Camera/Daylight camera with:
-High definition (1920 x 1080 pixel)
-Focal lengths 8.6 / 154 mm
-Continuous zoom

3.1.4 High Definition Infrared (HD IR) Thermal imager camera
-Cooled Midwave Infrared
-High Definition (1280 x 1024 pixel)
-6 field of view step-zoom
-Pixel Pitch of 15 µm

3.1.5 Dual Channel Spotter
-Dual channel spotter, colour and short-wave infrared (SWIR) camera
-Colour imager High Definition (1920 x 1080 pixel)
-Visible (VIS) / SWIR imager (640 x 480 pixel)
-600, 1000, 1500 mm focal length

3.1.6 Laser Range Finder (LRF) Laser Range Finder
-Class 1, eyesafe
-Range of 20 km
-Accuracy of +/- 6m
-Resolution of +/- 2m

3.1.7 Wide Area Laser Illuminator (WALI)
-Laser Illuminator
-Wide divergence
-Wavelength of 860 nm
-Class IV
-Wavelength
-Power: 720, 360 mW3
-Continuous, Pulsed modes
-Provides coverage for low light spotter’s field of view.

3.1.8 Advanced Video Tracking (AVT) / Advanced Video Tracker
-Functionality on all imaging sensors video stream
-Automatic target detection; Automated Video and Geo Tracking (AVGT) mode

3.1.9 Pointing Accuracy The system must include:
-A built-in inertial measurement unit (IMU) and internal GPS Receiver;
-Auto and Auto-aid steering modes
-GeoPointing, GeoLocation, GeoFocus and GeoScan
-Target Location Error (TLE) of less than 10m at 5km slant range and TLE of less than 20m at 10km slant range.

3.1.10 Remote Control Subsystem (RCS) Remote Control Subsystem (RCS) interface:
-Ability to remotely control turret by host computer
-Supported on one of RS-422, Ethernet, or MIL-STD-1553b port

3.1.11 METADATA-KLV
-Metadata, embedded, key length variable (KLV) format
-Embedded in SMPTE292 video stream

3.2 Technical Requirements

All six (6) MX-15HDi systems must be in accordance with the following requirements.

3.2.1 Airframe and Flight Envelope
The system must be capable of operating within specifications within the following flight parameters:

Ground speed: 120 kts to 350 kts (ground speed)
Altitude - level flight: 500 ft to 25,000 ft (above sea level)

3.2.2 Aircraft Power Supply

The system must not exceed power available on the aircraft
- 60 HZ 115 V AC Power = 1000 VA
- 28 V DC Power = 125 A

3.2.3 Environmental Conditions

The system must operate in all normal NASP environmental conditions in accordance with:
-MIL-STD-461F - Requirements for the Control of Electromagnetic Interference Characteristics of Subsystems and Equipment
-MIL-STD-810G - Environmental Engineering Considerations and Laboratory Tests; and
-RTCA/DO-160 - Environmental Conditions and Test Procedures for Airborne Equipment

3.2.4 MX-15HDi Payload Specifications

3.2.4.1 The payload must include a High Definition Thermal Imager with the following characteristics:

Type: MWIR, cooled
Resolution: 1280 X 1024 pixels
Fields of View: 35.5° to 1.2°

3.2.4.2 The payload must be equipped with a Daylight Zoom with the following characteristics:

Type: Colour
Resolution: 1920 x 1080 Pixels
Fields of View: 31.2° to 1.8° - 1080p

3.2.4.3 The Payload must be equipped with a Low Light Zoom with the following characteristics:

Type: EMCCD
Resolution: 640 x 480 Pixels
Fields of View: 40.8° to 2.4°

3.2.4.4 The payload must be equipped with a Daylight Colour Spotter with the following characteristics:

Type: CMOS
Resolution: 1920 x 1080 Pixels
Focal Length: 600/100/1500 mm (step)
Fields of View: 1.1° to 0.43° - 1080p

3.2.4.5 The payload must be equipped with Dual Channel Spotter consisting of a colour spotter and Short Wave Infrared (SWIR) spotter with a step zoom.

Type: HD Colour Imager; SWIR Imager
Resolution: 1920 x 1080 Pixels; 640 x 512 Pixels
Focal Length Colour Imager: 600/1000/1500 mm (step)

3.2.4.6 The payload must be equipped with a Wide Area Laser Illuminator (WALI) with the following characteristics:

Laser Type: Diode - Class IV
Wavelength: 860nm (near IR)
Modes: Continuous, Pulsed
Beam Power: 350mW3 or 700mW3 selectable
Beam Divergence: Wide

3.2.4.7 The payload must be equipped with a Laser Range Finder (LRF) with the following characteristics:

Laser Type: Eyesafe, ANSI Class 1
Wavelength: 1540 nm
Pulse Rate: 12 pulses/min
Range: 20km
Range Resolution: ± 2m
Accuracy: ± 6m

3.2.5 MX-15HDi System Specifications

3.2.5.1 The turret shall be equal or less than 95 lbs. when equipped with all of the specified payload.

3.2.5.2 The turret shall be no larger than 15.5 in diameter and 18.95 in height.

3.2.5.3 The power supply must be in accordance with

-MIL-STD-704 - Aircraft Electric Power Characteristics; and
-280 W Average

3.2.5.4 The Hand Control Unit (HCU) must not exceed 2.2 lbs.

3.2.5.5 The HCU must be no larger than 4.25 in width, 8.97 in length and 3in depth.

3.2.5.6 The HCU must not consume more than 3.5W (average) and 5W (max).

3.2.5.7 The Turret must have line of stabilization of < 5 µRadians.

3.2.5.8 The Turret shall have an azimuth and elevation slew rate of no less than 0 - 60° per second.

3.2.5.9 The Turret must have a continuous Line of Sight (LOS) Pan Range of 360°.

3.2.5.10 The Turret must have a LOS tilt range of +90° to -120°

3.2.5.11 The system must incorporate a built-in video switch matrix.

3.2.5.12 The system must be equipped, at a minimum, with six (6) independent High Definition - Serial Digital Interface (SDI) output channels.

3.2.5.13 The system must be equipped, at a minimum, with the following Data Interface types

-RS-232/422;
-Ethernet;
-MIL-STD-1553B - Aircraft Internal Time Division Command/Response Multiplex Data Bus; and
-ARINC 429.

3.2.5.14 The system must be equipped, at a minimum, with the following Functional Interfaces

-Aircraft GPS/INS
-Remote Control
-Moving Map
-Microwave/Datalink
-Surveillance Radar
-Metadata/Status

3.3 Testing

3.3.1 Factory Acceptance Testing and Procedures

In order to evaluate the new MX-15HDi system the Crown will need to witness the bench testing at the contractor’s facility.

3.3.2 Tasks

The contractor must provide Canada with access to the acceptance test facilities to allow the Crown or its designate(s) to witness the system end-to-end functionality during acceptance testing. End-to-end tests will demonstrate real or simulated targets can be detected, processed, displayed and recorded.

The installation, commissioning and certification of the system in the aircraft are the responsibility of the Crown or it’s designate(s) and will take place at a facility selected by the Crown.

3.4 Airworthiness Certifications

All equipment or modifications required for the installation and operation of the system by the contractor must meet the certification and documentation standards required to allow for application for civil Limited Supplementary Type Certification (LSTC) under Canadian Aviation Regulations (CARs).

3.5 System Technical Documentation
The Contractor shall provide all technical and interface control documentation to support system integration, operation and field maintenance in Electronic Format.

3.6 Training

The contractor may be required to provide operator and maintenance training if TC decides to exercise the option of purchasing training under a separate contract.

TC will provide classroom facilities and access to the turret, if required. Scheduling of the training will be determined by mutual agreement.

4. Applicability of the trade agreement(s) to the procurement

This procurement is subject to the following trade agreement:

• Canadian Free Trade Agreement (CFTA)

5. Justification for the Pre-Identified Supplier

The L3 Wescam designed and supplied the MX15 Camera systems that have been integrated into three MSS6000 systems currently installed on all 3 TC NASP aircraft. L3 are the only company who can do the required upgrades. Also L3 hold the intellectual technological property rights to the software and hardware that Transport Canada is seeking to upgrade and acquire.

There are suppliers of other Electro-Optical Infrared camera systems throughout the World, however none reside in Canada like L3. Furthermore, no other systems are already integrated with the latest version of the Maritime Surveillance System's latest version of the software, compatible with structural provisions on the NASP aircraft and L3 simulators which are utilized for training.

6. Government Contracts Regulations Exception(s)

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 contract.

7. Period of the proposed contract or delivery date

All the equipment must be delivered on or before March 31, 2020.

The period of the Contract is from date of Contract Award to March 31, 2020 inclusive.

8. Cost estimate of the proposed contract

The estimated approximate value of the contract, no options included, is $7,000,000.00 (GST/HST extra).

9. Name and address of the pre-identified supplier

L3 Communications Canada Wescam Inc
649 North Service Rd. W
Burlington, Ontario, Canada - L7P 5B9

10. 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.

11. Closing date for a submission of a statement of capabilities

The closing date and time for accepting statements of capabilities is July 02, 2019 EST.

12. Inquiries and submission of statements of capabilities

Oliver Morones
Contracting Officer
Public Services and Procurement Canada
Place du Portage, Phase III, 8C1
11 Laurier Street
Gatineau, QC K1A 0S5
Telephone: 819-420-5345
E-mail address: oliver.morones@tpsgc-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.

Opportunity closing date
02 July 2019
Value of contract
to be confirmed

About the buyer

Address
Transport Canada Canada

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?