L'invitation prend fin at - à 02:00 PM 2018-10-15 on - le

29
1 1 Part - Partie 1 of - de 2 See Part 2 for Clauses and Conditions Voir Partie 2 pour Clauses et Conditions RETURN BIDS TO: RETOURNER LES SOUMISSIONS À: Bid Receiving - PWGSC / Réception des soumissions - TPSGC 11 Laurier St., / 11, rue Laurier Place du Portage, Phase III Core 0B2 / Noyau 0B2 Gatineau, Québec K1A 0S5 Bid Fax: (819) 997-9776 Title - Sujet Remote Weapon Systems - LAV Solicitation No. - N° de l'invitation W8476-195971/A Client Reference No. - N° de référence du client W8476-195971 File No. - N° de dossier 08apc.W8476-195971 CCC No./N° CCC - FMS No./N° VME Time Zone Eastern Daylight Saving Time EDT LETTER OF INTEREST LETTRE D'INTÉRÊT F.O.B. - F.A.B. Plant-Usine: Destination: Other-Autre: Address Enquiries to: - Adresser toutes questions à: Millar, Laurie Telephone No. - N° de téléphone FAX No. - N° de FAX (819) 939-0597 ( ) ( ) - Destination - of Goods, Services, and Construction: Destination - des biens, services et construction: DEPARTMENT OF NATIONAL DEFENCE 101 COLONEL BY DR. OTTAWA Ontario K1A0K2 Canada Fuseau horaire Solicitation Closes - L'invitation prend fin at - à 02:00 PM 2018-10-15 on - le Issuing Office - Bureau de distribution Project Management Office/Light Armoured Vehicle (PMO/LAV) / Bureau de gestion de projet/Véhicules blindés légers (BP VBL) Louis St. Laurent Bldg., 4th floor Édifice Louis St-Laurent, 4è étage 555 boulevard de la Carrière Gatineau Quebéc K1A 0S5 Comments - Commentaires Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur GETS Ref. No. - N° de réf. de SEAG PW-$APC-008-26985 Buyer Id - Id de l'acheteur 08apc Date 2018-09-14 Delivery Required - Livraison exigée Delivery Offered - Livraison proposée Vendor/Firm Name and Address Signature Date Name and title of person authorized to sign on behalf of Vendor/Firm (type or print) Nom et titre de la personne autorisée à signer au nom du fournisseur/ de l'entrepreneur (taper ou écrire en caractères d'imprimerie) Instructions: Voir aux présentes Instructions: See Herein See Herein Raison sociale et adresse du fournisseur/de l'entrepreneur Telephone No. - N°de téléphone Facsimile No. - N° de télécopieur Page 1 of - de 2

Transcript of L'invitation prend fin at - à 02:00 PM 2018-10-15 on - le

1 1Part - Partie 1 of - de 2

See Part 2 for Clauses and ConditionsVoir Partie 2 pour Clauses et Conditions

RETURN BIDS TO:RETOURNER LES SOUMISSIONS À:Bid Receiving - PWGSC / Réception des soumissions - TPSGC11 Laurier St., / 11, rue LaurierPlace du Portage, Phase IIICore 0B2 / Noyau 0B2Gatineau, Québec K1A 0S5Bid Fax: (819) 997-9776

Title - SujetRemote Weapon Systems - LAV

Solicitation No. - N° de l'invitation

W8476-195971/A

Client Reference No. - N° de référence du client

W8476-195971

File No. - N° de dossier

08apc.W8476-195971CCC No./N° CCC - FMS No./N° VME

Time Zone

Eastern Daylight SavingTime EDT

LETTER OF INTERESTLETTRE D'INTÉRÊT

F.O.B. - F.A.B.

Plant-Usine: Destination: Other-Autre:

Address Enquiries to: - Adresser toutes questions à:

Millar, Laurie

Telephone No. - N° de téléphone FAX No. - N° de FAX

(819) 939-0597 ( ) ( ) -

Destination - of Goods, Services, and Construction:Destination - des biens, services et construction:

DEPARTMENT OF NATIONAL DEFENCE101 COLONEL BY DR.OTTAWAOntarioK1A0K2Canada

Fuseau horaireSolicitation Closes - L'invitation prend finat - à 02:00 PM

2018-10-15on - le

Issuing Office - Bureau de distribution

Project Management Office/Light Armoured Vehicle (PMO/LAV) / Bureau de gestion de projet/Véhicules blindés légers (BP VBL)Louis St. Laurent Bldg., 4th floorÉdifice Louis St-Laurent, 4è étage555 boulevard de la CarrièreGatineauQuebécK1A 0S5

Comments - Commentaires

Vendor/Firm Name and Address

Raison sociale et adresse du

fournisseur/de l'entrepreneur

GETS Ref. No. - N° de réf. de SEAG

PW-$APC-008-26985

Buyer Id - Id de l'acheteur

08apc

Date

2018-09-14

Delivery Required - Livraison exigée Delivery Offered - Livraison proposée

Vendor/Firm Name and Address

Signature Date

Name and title of person authorized to sign on behalf of Vendor/Firm

(type or print)

Nom et titre de la personne autorisée à signer au nom du fournisseur/de l'entrepreneur (taper ou écrire en caractères d'imprimerie)

Instructions: Voir aux présentes

Instructions: See Herein

See Herein

Raison sociale et adresse du fournisseur/de l'entrepreneur

Telephone No. - N°de téléphone

Facsimile No. - N° de télécopieur

Page 1 of - de 2

Do

cum

ent

No

.W84

76-1

9597

1/A

12

Par

t -

Par

tie

1 o

f -

de

2S

ee P

art

2 fo

r C

lau

ses

and

Co

nd

itio

ns

Vo

ir P

arti

e 2

po

ur

Cla

use

s et

Co

nd

itio

ns

Del

iver

y R

eq.

Liv

rais

on

Req

.D

el.

Off

ered

Liv

. o

ffer

teU

. o

f I.

U.

de

D.

Des

crip

tio

n

Des

t.C

od

eD

est.

Inv.

Co

de

Fac

t.Q

tyQ

téIt

emA

rtic

leD

esti

nat

ion

Pla

nt/

Usi

ne

Un

it P

rice

/Pri

x u

nit

aire

FO

B/F

AM

11

LAV SVE PROJECT# C.000575

W84

76W

8476

1E

ach

$

XX

XX

XX

XX

XX

See

Her

ein

1THIS REQUISITION IS CREATED TO

1GENERATE A REQ# TO INITIATE THE

1REMOTEWEAPON SYSTEM PROCUREMENT.

1FUNDING TO BE FY 20/21 REFER TO

1RFP FOR DEFINITION PHASE AND RFI

1TO INDUSTRY.

Pag

e 2

of

- d

e 2

Lin

e It

em D

etai

l -

Dét

ails

de

l'art

icle

Remote Weapon Systems for Light Armoured

Vehicles

Request for Information (RFI)

Table of Contents

1.0 Purpose and Nature of the Request for information (RFI) ...................................................................................1

2.0 Background Information .......................................................................................................................................2

3.0 Potential Work Scope...........................................................................................................................................2

4.0 Legislation, Trade Agreements, and Government Policies ..................................................................................2

5.0 Schedule ..............................................................................................................................................................3

6.0 One-on-one Sessions ..........................................................................................................................................3

7.0 Response Preparation Instructions ......................................................................................................................3

8.0 Enquiries and Submission of Responses.............................................................................................................4

9.0 Changes to the RFI and the Closing Date ...........................................................................................................4

10.0 Clarification of Responses....................................................................................................................................4

List of Annexes and Appendices

Annex A Requirements Questions Annex B Industrial and Technological Benefits Annex C Pricing Appendix 1 to Annex C - Price Table Annex D One-on-one Session Registration Form

Remote Weapon Systems for Light Armoured

Vehicles

Request for Information (RFI)

1.0 Purpose and Nature of the Request for information (RFI)

1. 1 Public Services and Procurement Canada (PSPC) is requesting Industry feedback regarding the acquisition, training, spares and sustainment support for quantity 44 Remote Weapon Systems and potential optional units for the Government of Canada (GC), the Department of National Defence (DND) and the Canadian Armed Forces (CAF).

1.2. The objectives of this RFI are to: a) Develop a shared understanding with Industry about the solutions available that could meet the Canadian Armed

Forces requirements;

b) Provide information to Industry and seek their feedback on the requirements including those related to operational requirements, sustainment, Industrial and Technological Benefits (ITB) policy and pricing; and

c) Allow interested suppliers to pose their ideas, questions and concerns.

1.3. This RFI is neither a call for tender nor a Request for Proposal (RFP). No agreement or contract will be entered into based on this RFI. The issuance of this RFI is not to be considered in any way a commitment by the GC, nor as authority to potential Respondents to undertake any work that could be charged to Canada. This RFI is not to be considered as a commitment to issue a subsequent solicitation or award a contract for the work described herein. 1.4. Although the information collected may be provided as commercial-in-confidence (and, if identified as such, will be treated accordingly by Canada), Canada may use the information to assist in drafting performance specifications (which are subject to change) and for budgetary purposes. 1.5. Respondents are encouraged to identify, in the information they share with Canada, any information that they feel is proprietary or confidential. Canada will handle the responses in accordance with the Access to Information Act. Canada will not disclose proprietary or commercially sensitive information concerning Respondents or third parties, except and only to the extent required by law. For more information, please see http://laws-lois.justice.gc.ca/eng/acts/a-1/. 1.6. Respondents are asked to identify if their response, or any part of their response, is subject to the Controlled Goods Regulations. 1.7. Participation in this RFI is encouraged, but is not mandatory. There will be no short-listing of potential suppliers for the purposes of undertaking any future work as a result of this RFI. Similarly, participation in this RFI is not a condition or prerequisite for the participation in any potential subsequent solicitation. 1.8. Respondents will not be reimbursed for any cost incurred by participating in this RFI. Responses to this RFI will not be returned to Respondents. 1.9. Responses will not be formally evaluated. However, the responses received may be used by Canada to develop or modify the procurement approach. Canada will review all responses received by the RFI closing date. Canada may, in its discretion, review responses received after the RFI closing date. 1.10. A review team composed of representatives of DND, CAF, PSPC and Innovation, Science and Economic Development (ISED) Canada will review the responses. Canada reserves the right to hire any independent consultant, or use any GC resources that it considers necessary to review any response. Not all members of the review team will necessarily review all responses.

2.0 Background Information 2.1 The CAF has an enduring responsibility to defend Canada and North America and to contribute to the security of our allies and to allied and coalition operations abroad. To provide flexible options to government in fulfilling these responsibilities, the CAF must maintain agile, multi-role capabilities that are deployable across the spectrum of operations. The ability to identify, engage and destroy a target, whether for defensive or offensive purposes is a core capability required by the military to deliver on its wide-ranging responsibilities. 2.2 Several of the Light Armoured Vehicle (LAV 6.0) vehicle variants are currently deficient in their ability to identify, engage and destroy targets for both defensive and offensive purposes. Through the LAV Specialist Variant Enhancements project, the Canadian Army intends to address the ability of the Engineer variant to identify, engage and destroy targets for self-defence using direct fire. Implementing this project will enhance the Canadian Army’s ability to perform its core function, particularly within the context of allied and coalition operations abroad. Specifically, this requirement pertains to the acquisition of Remote Weapon Systems for the LAV Engineer variant. Due to obsolescence issues associated with the in-service Remote weapon Systems, DND is looking for the acquisition of new systems. 2.4 This RFI is one step of the Industry Engagement process. The intent, following receipt of RFI responses from Industry, is to continue interactive engagement with Industry throughout the project phases leading to the RFP in accordance with the Defence Procurement Strategy.

3.0 Potential Work Scope:

3.1 At Annex A, Requirements Questions

4.0 Legislation, Trade Agreements, and Government Policies

4.1 The following is indicative of some of the legislation and government policies that could impact any follow-on solicitation(s):

a) Canadian Free Trade Agreement (CFTA) may apply

b) Industrial and Technological Benefits Policy may apply

c) North American Free Trade Agreement (NAFTA) and World Trade Organization – Agreements on Government Procurement (WTO-AGP) and Comprehensive Economic and Trade Agreement are likely not applicable to this requirement as the Remote Weapon Systems will be integrated on wheeled military vehicles under Federal Supply class 2355 and are excluded from the Trade Agreements

d) Comprehensive Land Claims Agreements will likely not be applicable as the final delivery points of services required are not within the Comprehensive Land Claims Settlements Areas

e) Procurement Strategy for Aboriginal Business Set Aside will likely not apply as this requirement has not been

identified for a set aside

f) Defence Production Act will apply g) Treasury Board Policy on Government Security will apply h) Controlled Goods Program (CGP) will not apply

i) National Security Exception will not apply to this requirement j) Federal Contractors Program for Employment Equity (FCP-EE) may apply

4.2 The above is not an exhaustive list.

5.0 Schedule

5.1 In providing responses, the following schedule should be utilized as a baseline: a) One-on-one sessions – within 25 days from RFI closing date unless advised otherwise; b) RFI Responses Due – See the RFI cover page c) Draft RFP Release –Spring 2020; d) RFP Release – June 2020; e) Contract Award – Industry should assume that contract award will be no earlier than the spring of 2022; f) Delivery – Bidders to provide delivery lead times.

6.0 One-on-one Sessions Potential Respondents can request a one-on-one session by completing and submitting Annex E – One-on-one Session Registration Form. Registration Deadline: to be submitted with RFI Response, Eastern Daylight Saving Time One-on-One Sessions: within 25 days from RFI closing date One-on-One Sessions Location: Ottawa/Gatineau

6.1 The Contracting Authority will directly communicate with the interested suppliers who will have submitted a duly completed Annex D by the Registration Deadline in order to provide the status of their requests and provide the exact date, time and location for the one-on-one sessions.

6.2 The duration of one-on-one sessions will depend on the number of suppliers but will not be shorter than 45 minutes.

6.3 Each one-on-one session will involve representatives of Canada and one supplier at a time. 6.4 Any new information provided by Canada during one-on-one sessions will be posted on the Government Electronic Tendering System (GETS) for all suppliers.

7.0 Response Preparation Instructions 7.1 This RFI is aimed at engaging industry to refine the CAF requirements and support concepts. Respondents are encouraged to be innovative in their proposed method(s) of capability delivery and support options. 7.2 To facilitate the review of responses to this RFI, Respondents are strongly encouraged to follow the response format described below and to provide requested information if available. As well, Respondents may include any additional information they believe to be relevant to the Project.

7.3 Response Format and Content

a) Executive Summary: Respondents are requested to provide a high level description of their solution and their experience with manufacturing and/or sustaining such a capability.

b) Respondents are requested to respond to the questions in the following Annexes: i Annex A – Requirement Questions; ii. Annex B – Industrial and Technological Benefits;

iii. Annex C – Appendix 1 to Annex C: Pricing Table; and, iv. Annex D – One-on-one Session Registration Form.

c) Provide the earliest date the Respondent can deliver the remote weapon systems following a contract award and a schedule for follow on deliveries including any production/delivery constraints.

d) A point of contact for the Respondent should be included in the package.

8.0 Enquiries and Submission of Responses 8.1 All enquiries and other communications related to this RFI and associated Industry Engagement activities must be directed exclusively to the PSPC Contracting Authority, using the e-mail address below. Since this is not a bid solicitation, Canada will not necessarily respond to enquiries in writing or by circulating answers to all Respondents. 8.2 Respondents are requested to submit their responses by e-mail to the PSPC Contracting Authority, using the e-mail address below. [email protected] 8.3 Alternatively, Respondents may submit their responses (in 4 paper copies or on 4 CDs/DVDs to the PSPC Contracting Authority below:

Laurie Millar Supply Team Leader Public Services and Procurement Canada 11 Laurier Street, Gatineau, QC K1A 0S5 Place du Portage, Phase III, 6C1 Telephone: 819-939-0597

9.0 Changes to the RFI and the Closing Date

9.1 Changes to this RFI may occur and will be advertised on GETS. Respondents are to visit Buyandsell.gc.ca regularly to check for changes, if any. 9.2 Responses to this RFI are to be submitted to the PSPC Contracting Authority identified above, on or before the time and date indicated on the cover page of the RFI document.

10.0 Clarification of Responses

Canada may, in its discretion, contact any Respondents at any time to clarify any aspect of a response.

Annex A – RWS Requirements Questions

References: AECTP-230 - Climatic Conditions. MIL-STD 810G - Environmental Engineering Considerations and Laboratory Tests. MIL-STD 2895 - Climatic Conditions/ B-GL-385-004/PT-001 - The General Purpose Machine Gun, 7.62 mm, C6. STANAG 4569 - Protection Levels for Occupants of Logistic and Light Armored Vehicles. STANAG 4347 - (Thermal Imagers) Definition of Nominal Static Range Performance for Thermal Imaging Systems. DCIEM 75-R-1114 - Anthropometric Survey of Canadian Forces Personnel. MIL-STD-1275D, Characteristics of 28 Volt DC Input Power to Utilization Equipment in Military Vehicle. MIL-STD-464C, Electromagnetic Environmental Effects, Requirements for Systems. MIL-STD-461F, Electromagnetic Interference Characteristics Requirements for Equipment. MIL-STD-2525B - Common Warfighting Symbology. STANAG 4545 - NATO Secondary Imagery Format. STANAG 4607 - NATO Ground Moving Target Indication Format (GMTIF). STANAG 4609 - NATO Digital Motion Imagery. STANAG 5525 - Joint Command, Control, Consultation Information Exchange Data Model (JC3IEDM). STANAG 4559 - NATO Standard Imagery Library Interface (NISLI). CFP-300-004/FP-001 - Army Combat Service Support. Context

1. The LAV 6.0 Engineer (Engr) variant is often required to operate independently of other forces. As such it must rely on its own integral offensive and defensive capabilities. This may include operation at a forward point providing ‘overwatch’ of ongoing activities. It is intended to upgrade the defensive capability of the LAV 6.0 Engr variant by improving its integral 24 hour, all-weather defensive capability. The means to achieve this will be a single mount, remote weapon station (RWS) capable of operating the in-service 7.62mm C6, Flex, General-Purpose Machine Gun (GPMG) (NSN 1005-13-112-5223). The RWS will be primarily operated by crew commanders from their station within the LAV 6.0 (ENGR) Engr.

2. The proposed RWS should maximize the performance of the C6 when using current in-service munitions, and, especially towards achieving a maximum effective range of 2500 m (or beyond).

3. The required RWS will contribute to the LAV 6.0 Engr capability by its ability to: improve lethality (i.e. neutralize1 moving and static light vehicles, personnel, and light fortifications while the LAV 6.0 Engr vehicle is static or moving); improve situational awareness and target acquisition (ability for the operator to identify a person-sized target at a range of at least 1,100 metres by day and night and under adverse weather conditions from within the vehicle while the LAV 6.0 Engr vehicle is static or moving); and, the ability to mount the in-service 7.62mm C-6 GPMG.

4. The enhanced optics available through the RWS could considerably improve the situational awareness of the Engineers by providing surveillance well beyond engagement ranges. The ability of

1 Neutralize: to render enemy personnel or materiel incapable of interfering with a particular operation.

the Engineers to properly assess an unfolding tactical situation in their tactical area will improve their effectiveness and survivability.

5. The RWS will be government supplied material to GDLS-C who will incorporate the RWS into the LAV 6.0 Engr baseline vehicle on behalf of the Government of Canada. The respondents must be willing to provide GDLS-C with foreground intellectual property sufficient to accomplish this task.

6. The respondent must provide the service history of their unit, what nation and into what type of vehicle their units are integrated.

7. As currently envisioned, the RWS will be capable of being fired by a single soldier at a single station within the LAV 6.0 Engr vehicle.

8. Unless otherwise stipulated the following assumptions are made:

a) terrain is open, clear and level;

b) light conditions are for a normal day with minimal atmospheric interference;

c) Movement (Target or Identifier);

i. maximum speed of 20 kph;

ii. the target and identifier are moving perpendicular to each other with the target traversing across the forward arc;

d. the RWS, relative to the operator, will be in the most advantageous location for conducting drills, Detection, Recognition and Identification, etc.,

e. under normal conditions, the maximum (ballistic) range of the C6 munitions is 3750 meters.

Physical Properties Requirements

9. The RWS must consist of a powered, remotely operated, integrated weapon station.

10. The respondent must provide physical dimensions of proposed RWS (exclusive of weapon). The answer should at a minimum provide:

a. height of the RWS that would be over the hull (at tallest point);

b. width of the system (at widest point); and

c. weight of the system including a breakdown indicate weights: overall, roof mounted section alone, roof mounted section with weapon and base load ammo (also indicate quantity of rounds for baseload), and Add on Armoured weight.

11. With reference to AECTP-230 categorizations; the respondent must describe under what climatic conditions the RWS can: operate; and, be warehoused without affecting re-start performance.

12. With reference to MIL-STD 810G (especially Sand and Dust, Sea/Salt-Spray, Vibration, Shock, Altitude and Fungus); the respondent must describe under what condition the RWS can: operate; and, be warehoused without affecting re-start performance.

13. With reference to MIL-STD 2895 (conditions A1 to C2); the respondent must describe under what condition the RWS can: operate; and, warehoused without affecting re-start performance.

Freedom of Movement Capability

14. The respondent should provide data for Freedom of Movement of the proposed RWS.

a. Whether the RWS capable of continuous 360 degree operation in azimuth?

b. What is the angle of elevation from the horizontal plane (independent of vehicle design)?

c. What is the angle of depression from the horizontal plane (independent of vehicle design)?

d. What is the slew speed for weapon including ammunition in degree/second for the azimuth?

e. What is the slew rate for weapon including ammunition in degree/second for the elevation/depression?

f. Does the RWS have the ability to disconnect the weapon from the sights (in surveillance mode)?

g. What means are incorporated for fire traverse/elevation inhibit zones?

Firepower

15. Recognizing the relevance of future growth and options, the respondents are requested to describe the ability of the proposed mount to be re-configured to mount the following; 5.56mm C9 Light Machine Gun, (NSN 1005-20-003-3788); .50 cal M2HB QCB, (NSN 1005-21-908-7703); 40mm C16 AGLS, (NSN 1010-12-369-4143); Laser designator, non-lethal effectors, and/or, Anti-Tank Guided Missile (ATGM) similar to Javelin or Spike. This should include the means of mounting/dismounting, and whether any special processes, tools or equipment are required. Resultant changes in physical characteristics (height, width, mass, etc.) should be provided. In the alternative, the respondent should indicate other mounts that may achieve this condition and their physical characteristics.

16. The respondent must describe the quantity of ammunition, by nature, to be carried by the RWS as an integral load to the weapon, and, as ‘ready’ ammunition for subsequent loads.

Stabilization Requirement

17. Describe how the performance parameters of the RWS stabilization permit effective observation and engagement while moving.

18. The respondent must describe if the RWS will be independently point stabilized, in that it maintains the target on sight after the target has been ranged, during vehicle movement or weapon recoil, in order to maintain absolute azimuth and elevation regardless of hull movement.

19. The respondent must describe the means and characteristics for the RWS point and/or vector stabilization (independently of hull movement or weapon recoil forces) to maintain the sight on a target that has been ranged with range finder.

Man-Machine Interface

20. In the event of an RWS failure (i.e., electrical, firing handle, etc.), the respondent must indicate what means, if any, are available for the operator to manually direct and fire the weapon while still mounted in the RWS.

21. The respondent should indicate if the system is capable of operation in both English and French languages and what means there are to switch between the languages.

22. The respondent shall describe how the operator will achieve rapid accomplishment of:

a. change of gas regulator settings,

b. perform immediate action and stoppage drills,

c. change of barrel, and

d. to reload ammunition.

23. The respondent must describe what provisions exist for the operator to arm the weapon from inside the vehicle.

24. The respondent must confirm that the RWS and especially the operator station will accommodate the anthropometric metrics of the central 95th percentile soldier. (Ref. G) 25. The respondent must provide any degradation to the usability/interface under heads-up and hatches closed conditions. 26. The respondent must provide details on how the controller functionality is managed by the operator. This should include:

a. how engagements are conducted;

b. how to “make safe” the weapon;

c. how to adjust focus;

d. how to engage the Range Finder;

e. how to change magnification /Fields of View;

f. how to track moving targets while static or moving;

g. adjust screen brightness;

h. how to register static targets while static or moving;

i. how the hand controller is operated (i.e., single, double-hand deflection, etc.); and, j. confirmation that the controller can be operated by either left or right hand oriented

operators. Protection Requirements

27. The respondent must describe available ballistic protection for the RWS. This must include whether or not the means of protection is a removable kit that can be purchased separately, and

include prices (indication in the price table) and the other trade-offs characteristic (i.e. size and weight). Relevant levels of ballistic protection are:

a. STANAG 4569 Level 1 ballistic protection;

b. STANAG 4569 Level 2 ballistic protection;

c. Removable ballistic cover for sights; and

d. Protective cover for outside storage and lens covers for optics.

28. The respondent must describe available electro-optics protection from external threats, such as laser, for the relevant RWS components. This must include whether or not the means of protection is integral or a removable kit that can be purchase separately, and include prices (indication in the price table) and the other trade-offs characteristic (i.e. size, weight, and performance).

29. The respondent must state the degree of light reflectivity (glare) of any exposed optics, as well as the means to reduce the reflectivity and the impacts on optical performance.

30. The respondent must indicate the means, if any, by which the RWS electronics are ‘hardened’ against cyber-attack.

Training, Support, and Maintenance Requirement

31. The respondent should describe reliability of the proposed RWS. (i.e., Mean Time to Failure, Mean Rounds Between Failure and other metrics if available). The respondent should also provide the reference of this information. Metrics from actual user information or from manufacturer testing are desirable.

32. The respondent should describe proposed OEM and Integrated Logistics Support (ILS) for the first two years after delivery.

33. The respondent should identify if the RWS comes equipped with a built-in test (BIT) and what system faults it detects.

34. The respondent should indicate the available types of simulators and their capabilities especially regarding qualification, and skill maintenance training. In addition, the respondent should provide their recommendation for the quantity and types of simulators required to support training of operators at the four separate locations (bases) that the RWS will be deployed.

35. In addition to any stand-alone simulators the respondent must provide information regarding training aids, special tools or equipment, and publications provided with the RWS for the purposes of training both operators and maintainers. That information should include recommended quantities and mixes as well as OEM support.

36. The respondent should include information on proposed initial cadre training for maintainers and operators, as well as, a proposed course package for future maintainer/operator training.

Awareness and Target Acquisition – overall Detection, Recognition and Identification (DRI) requirements

37. Regarding the below stated conditions, the respondent must describe the maximum ranges of the various sight systems (daylight, thermal, range finder) to achieve Detection, Recognition and Identification with a likelihood of 50 percent while the LAV 6.0 Engr is static or moving.

a. The respondent must describe the effects on the range and accuracy performance, as it relates to Detection, Recognition and Identification likelihood (50 %), over open, clear and level terrain, against:

i. a figure 11 target (charging man);

ii. a NATO silhouette 1 target measuring 2.3 metre by 2.3 metre; and,

iii. a NATO silhouette 2 target measuring 1.75 metre by .46 metre;

b. under the following visual conditions:

i. Daylight – atmospheric transmittance of 23 km at sea level; 1075 lux illuminance; visible spectrum;

ii. Starlight - atmospheric transmittance of 23 km at sea level; .0011 lux illuminance (i.e., moon, overcast night sky); visible spectrum;

iii. Poor Visibility - optical visibility reduced to a maximum of 1 km by visual smoke (wavelengths between 0.4 and 0.7 microns), light fog, rain, snow or mist; target thermal contrast of 2 degree C; and.

iv. Bad Visibility - optical visibility reduced to a maximum of 0.5 km by visual smoke (wavelengths between 0.4 and 0.7 microns), IR smoke (wavelengths between 3 and 5 microns and 8 to 12 microns), heavy fog, heavy rain or heavy snow.

38. The respondent should provide the optical Depth of Field at the Detection, Recognition and Identification ranges.

39. The respondent must indicate and describe any target tracking capability.

40. The respondent must indicate and describe any capabilities for target, or unusual feature, distinguishing/discriminating.

Awareness and Target Acquisition – daylight camera and thermal imager

41. The respondent must provide the following information regarding the daylight camera:

a. the quality of the image (black/white or colour, resolution, etc.) and Detection, Recognition and Identification data for NATO silhouette 2 target;

b. the fields of view with, and without, magnification;

c. the magnification/zoom capability, and, the related effect of depth of field;

d. the means and ability for an auto-focus capability, and, whether the focus can be adjustable from 20m to infinity in all fields of view; and,

e. there is no flare-out or significantly diminished performance due to extreme light (such as illumination flares).

42. The respondent must provide the following information regarding the thermal imager:

a. what are the wave-lengths, and the imagery resolution and Detection, Recognition and Identification data for NATO silhouette 2 target;

b. what are the fields of view with, and, without magnification;

c. what magnification/zoom capability the camera possesses, and the related effect of depth of field;

d. what are the means and ability for an auto-focus capability, and whether the focus can be adjustable from 20m to infinity in all fields of view; and

e. the capability to export data to other in-vehicle stations, or, to the Army in-service communication system.

Awareness and Target Acquisition –Range Finder Requirements

43. The respondent must describe the Range Finder method (i.e., Laser Range Finder, Laser Radar, Range only radar, etc.) of determining precision spatial positioning data, and the measurement accuracy performance (in mils), against both stationary and moving targets, of the Range Finder in determining distance to target for both heading/pointing and pitch/roll for its minimum distance out to its practical distance limit or 10km.

44. If the Range Finder is a laser, the respondent will confirm that the Laser Range Finder is eye-safe.

45. The respondent must describe the capability to export positional and/or imagery data to other in-vehicle stations or to other communication systems.

46. The respondent will describe the RWS Range Finder ability to deal with multiple returns.

Awareness and Target Acquisition – Fire Control System Requirements

47. The respondent should describe the single integrated, ruggedized, Fire Control Unit with the following characteristics as a minimum:

a. physical dimensions;

b. whether the quality of the image is degraded when viewed in full sunlight and if the unit possesses adjustable brightness or luminosity for the image to be usable under full sunlight and night condition;

c. the operator should have access to information from all sensors in real time. Real time is defined as such low latency that it should not be perceived by the operator, as such the RWS system must have a latency of 60 ms (milliseconds) or lower;

d. the means of the Fire Control Unit displaying the outputs from the daylight and thermal imager sensors (for example; multi-image or fusion);

e. what functions are accessible to the operator;

f. how the RWS Fire Control System incorporates a digital fire control computer that includes the ballistic solutions necessary to fire in-service ammunition; whether the system can be adjusted to adapt different ballistic solutions in the event of the Canadian Army changing in-service ammunition specifications, and how this will be accomplished;

g. does the Fire Control Unit allow for automatic lead-angle compensation for firing at moving targets while the vehicle is static or on the move over level or broken ground;

h. does the Fire Control Unit allow for operator-selectable fire/traverse-inhibit zones, which should be integrated to include interrupts for all hatches and fixed upper hull mounted installations which might interfere with the RWS’ line of fire and the means (to include a combat override mode);

i. does the RWS allow adjustment (by the operator, part of in-service support contract or, at least, by the Original Equipment Manufacturer) to adapt it to changes to the vehicle profile; and,

j. what display mission information related to the weapon will be display. Of particular interest are:

i. state (armed/disarmed/safe);

ii. aiming/firing reticule;

iii. rounds remaining;

iv. low ammo indication;

v. rounds since barrel change;

vi. barrel hot warning;

vii. zoom/field of view angle;

viii. weapon orientation relative to the vehicle chassis;

ix. fire/traverse-inhibit zones override status;

x. distance to ranged target; and,

xi. far target location (understanding that this may necessitate the interaction between the Range Finder and LAV 6.0 (Engr) Tactical Navigation System).

48. The respondent must describe the means, if any, for the fire control system, when stationary, to store target data enabling the operator to recall target locations and causing the mount to automatically point towards the target as selected by the operator.

49. The respondent must describe the means, and state any ancillary equipment/tools required, for integrated RWS fire-control system (FCS) bore sighting and zeroing of the RWS components and the weapon.

50. The respondent should indicate whether the proposed system can provide automated target detection warnings (note: items of specific interest are):

a. visible target detection warning alarm displayed on the FCS;

b. audible target detection warning alarm with a user selectable feed to a loudspeaker and/or the operator’s communications headset; and

c. means of indicating the target type integrated with either or both of the visible and audible target detection warning alarms.

Integration Requirements

51. The respondent must indicate if, how, and what the RWS Fire Control System is able to integrate with the controls of other integral systems. This would include:

a. the in-service 76-mm Multi-Barrel Grenade Discharger already installed on the LAV 6.0 Engr. The respondent should also indicate any options for additional smoke/fragmentation dischargers, including their physical characteristic, energetics performance, which may be integrated into the RWS;

b. the ability of the FCS to access an external source LAV 6.0 Engr tactical navigation system data to provide far target location capability and to display it; and,

c. the accuracy of ‘targeting’ data (i.e. range Finder ‘distance’, weapon azimuth, cant and elevation) in order to determine potential Far target location accuracy.

52. The respondent should indicate whether or not and under which circumstances the RWS is capable of counting ammunition rounds fired and remaining. 53. The respondent must confirm that RWS meets the compatibility requirements of MIL-STD-1275D when connected to the vehicle’s 28 VDC electrical power system. 54. The respondent must confirm that RWS must meet the electromagnetic compatibility requirements of MIL-STD-464C and the electromagnetic interference requirements of MIL-STD-461F (Methods CE102, RE102, CS101, CS114, CS115, CS116, and RS103). 55. The respondent should describe how the proposed system has growth potential to cater to performance improvements resulting from evolving threat capabilities, technology advancements in protection, and changes in employment concepts throughout the life of the fleet and the enhancements. Although difficult to forecast technological evolutions, a modular system design will enhance the capability for growth and obsolescence management. 56. The respondent should provide information on the data and electrical flow demands between the RWS station and the operator station. 57. The respondent should indicate the ability of the RWS system to produce or manipulate data from sensors and any other data source according to the following conventions:

a. MIL-STD-2525B - Common Warfighting Symbology;

b. STANAG 4545 - NATO Secondary Imagery Format (NSIF);

c. STANAG 4607 - NATO Ground Moving Target Indication Format (GMTIF);

d. STANAG 4609 - NATO Digital Motion Imagery;

e. STANAG 5525 - Joint Command, Control, Consultation Information Exchange Data Model (JC3IEDM); and

f. STANAG 4559 - NATO Standard Imagery Library Interface (NISLI).

58. If the respondent has an existing RWS or similar equipment in service with the Canadian Military the respondent should indicate the equipment and the percentage of commonality of the proposed system to the in-service equipment.

59. The respondent will describe any additional processes, materials, tools or training required to ensure essential logistical and maintenance support of the RWS as describe in Army Combat Service Support (CFP-300-004/FP-001).

Annex B: Industrial and Technological Benefits

Introduction

The Industrial and Technological Benefits (ITB) Policy, including Value Proposition, may apply to the Light Armoured Vehicle Specialist Variant Enhancements (LAV SVE) Remote Weapon System (RWS) project. Engagement through the Request for Information (RFI) will help determine the ITB Policy’s application and how Canada could leverage this procurement for economic benefit.

The ITB Policy including Value Proposition

The ITB Policy is a powerful investment attraction tool and companies awarded defence procurement contracts are required to undertake business activities in Canada equal to the value of the contract. The ITB Policy encourages companies to establish or grow their presence in Canada, strengthen Canada’s supply chains, and develop Canadian industrial capabilities.

The goal of the ITB Policy is to support the long-term sustainability and growth of Canada’s defence sector, including small and medium-sized enterprises in all regions of the country, to enhance innovation through R&D in Canada, to support skills development and training, and to increase the export potential of Canadian-based firms. The ITB Policy includes the Value Proposition (VP), which requires bidders to compete on the basis of the economic benefits to Canada associated with its bid. Winning bidders are selected on the basis of price, technical merit and their VP. VP commitments made by the winning bidder become contractual obligations in the ensuing contract.

For more information about the ITB Policy, please visit www.canada.ca/itb.

Key Industrial Capabilities:

To maximize the economic impact that can be leveraged through the VP, Canada will look to use the ITB Policy to motivate defence contractors to invest in Key Industrial Capabilities (KICs). KICs align with Canada’s defence policy, Strong, Secure, Engaged, and the Innovation

and Skills Plan by supporting the development of skills and fostering innovation in Canada’s defence sector. The KICs represent areas of emerging technology with the potential for rapid growth and significant opportunities, established capabilities where Canada is globally competitive, and areas where domestic capacity is essential to national security.

Based on initial analysis of the LAV SVE RWS project, this procurement encompasses a component of the KIC Electro-Optical / Infrared (EO/IR) Systems, where Canada has world leading capabilities. Canada will be seeking to motivate high value economic opportunities and partnerships to support the growth of Canada’s defence sector, as well as enhance supply chain participation and export market access opportunities for Canadian industry.

The definition of the relevant KIC for this project is:

Electro-Optical / Infrared (EO/IR) Systems

Design, manufacture and integration of electro-optical and infrared systems for surveillance, reconnaissance, night vision, and targeting. This category also includes components and assemblies that significantly drive system capability, as well as software that enhances system performance or contributes to superior exploitation of collected sensor information. Applications for these systems are either military or civil, and feature in multiple media, including airborne platforms, satellites, ground vehicles, ships and submarines, or in fixed infrastructure.

ITB/VP Industry Engagement Questions

Defence Sector: The ITB Policy seeks to promote economic development and long-term sustainment of Canadian businesses engaged in the manufacturing and delivery of products and services used in government defence and security applications.

1. Based on the high level mandatory requirements proposed by the Department of National Defence, describe what Direct Work activities your company would foresee undertaking in Canada for the production and the maintenance of the LAV SVE RWS. As part of your response, please highlight what Direct Work activities your company would foresee performing in Canada in the KIC EO/IR Systems.

Supplier Development:

2. The ITB Policy seeks to improve the competitiveness of Canadian industry by encouraging Canadian industrial participation and the scaling up of Canadian companies, including small and medium-sized businesses (SMB), in the supply chains of bidders and tier-one suppliers for the LAV SVE RWS project. As a result of the LAV SVE RWS project, please indicate what new supply chain opportunities could be made available to Canadian suppliers and what opportunities you foresee

that could be specifically targeted at Canadian SMBs. Please include in your response information on: a. Which activities should be perceived as providing the highest value to Canada

and why. b. Supplier development opportunities that could be performed in the KIC EO/IR

Systems. For the EO/IR Systems supplier development opportunities identified, please specify the Direct and Indirect activities that could be performed with SMBs.

3. The ITB Policy requires at least 15 percent of the value of the contract to be work with Canadian SMBs. Please describe the challenges and opportunities that you foresee if Canada motivates higher levels of SMB participation through a rated requirement.

Exports: The ITB Policy seeks to increase the opportunities for Canadian industry to successfully access export markets.

4. Please describe the potential export opportunities your company foresees undertaking from Canada as a result of the LAV SVE RWS project. As part of your response, please highlight the export opportunities which are in the KIC EO/IR Systems.

5. Please provide your views on the feasibility of providing an exclusive global product mandate to your Canadian partners or Canadian-based operations, including subsidiaries, and supply chain partners for Direct Work, global value chain (exports on the system) and indirect opportunities.

6. Please describe to what extent are you able to support the licencing or transfer of Intellectual Property (IP) related to your LAV SVE RWS system to your Canadian partners or Canadian-based operations, including subsidiaries, and supply chain partners so that these organizations have access to the necessary IP to undertake work in Canada.

Skills Development and Training: The ITB Policy fosters the development and sustainment of a diverse, talented, and innovative Canadian workforce through access to training, education, opportunities and programs.

7. What types of Skills Development and Training investments would produce the maximum benefit for Canadians (defence or commercial sector) related to the LAV SVE RWS project?

Examples: i. Work integrated learning programs (e.g., co-operative education;

work placements); ii. Apprenticeship programs;

iii. A new or existing skills development program at or through a post-secondary institution; and,

iv. Support for security certifications (e.g.: Top Secret, ITAR) for Canadian companies, especially small and medium-sized businesses.

8. Please describe the Skills Development and Training activities your company currently undertakes, and how your company could extend these activities to Canadians. As part of your response, please highlight any Skills Development and Training activities that are currently linked or could be linked in future to the KIC EO/IR Systems.

Research and Development: The ITB Policy encourages innovation and technological advancement through research and development (R&D) investments.

9. Please describe your company’s priority areas for R&D investment and how they relate to the LAV SVE RWS project. As part of your response, please explain to what extent these priority areas align with the KIC EO/IR Systems.

10. Recognizing the role that post-secondary institutions and public research institutes play in fostering innovation in Canada, please describe what potential direct or indirect opportunities your company foresees undertaking in Canada with these organizations and what specific research areas you would pursue.

Other Questions:

11. Are there other relevant KICs which align with the work to be conducted for the LAV SVE RWS project? If yes, please indicate which KICs should be considered and why. As part of your response, please describe how the proposed KICs would enhance the opportunities that could be leveraged through the Value Proposition for Canadian industry.

12. With consideration to technical merit and price, the Value Proposition typically has a weight of no less than 10 percent of the overall bid evaluation. Please provide your views on the weighting of the Value Proposition for the LAV SVE RWS project. In your response, please include feedback on proposed weightings for each Value Proposition pillar (i.e. Defence Sector, Supplier Development, Exports, Skills Development and Training, and Research and Development).

Annex C: Pricing Intent The purpose of the Remote Weapon Systems costing annex is to request indicative pricing information from suppliers in order to allow Canada to prepare its documents for the Project Approval. If a specific price element is not provided for any reason (e.g. it is included in the price for another item), please detail and advise in pricing table at Appendix 1 of Annex C. A. Remote Weapon Systems Provide a price break down based on the following aspects related to the procurement of the RWS systems and key deliverables. Suppliers may use, as a guideline, Appendix 1 of Annex C to provide a pricing response and add rows where needed to elaborate. Outline: 1. Unit price for a forecasted quantity 44 of RWS systems:

1.1. Any economy of scale for a certain quantity procured? 1.2. Provision of IP so RWS can integrate on LAV vehicles 1.3. Support (if requested and required) for integration on LAV vehicles 1.4. Optional hardware for future enhancements

2. Publications: 2.1. Technical Manual

2.1.1. Amount for French translation (if possible) 2.2. Operator manual

2.2.1. Amount for French translation (if possible) 3. Training based on recommendation from response.

3.1. Initial Cadre Training (ICT) – Course 3.1.1. Amount for French translation (if possible)

3.2. ICT Courseware (Operator and Technician) 3.2.1. Amount for French translation (if possible)

4. Spares Parts: 4.1. Initial Provisioning of spares for 2 years of support based on quantity 44 of

RWS systems plus optional periods. 5. In-service Support for initial two years plus thirteen one-year optional periods 6. Special Tool and Test Equipment (STTE) for the preventive and corrective maintenance 7. Fielding support respondent can provide the total price or a breakdown by activities or

unit prices: 7.1. Preventive and corrective maintenance.

8. Any other key deliverables.

Annex D One-on-One Session Registration Form

Registration Deadline: TBD at 2:00 PM, Eastern Daylight Saving Time

SECTION A: CORPORATE INFORMATION

(Please include legal corporate name, corporate address, as well as a telephone number and e-mail address for any future correspondence)

Name of Business:

Business Address:

Point of Contact Name:

Point of Contact Job title:

Telephone Number of the Contact:

E-mail Address of the Contact*:

____________________________________________________________________________

* This e-mail address will be used by Contracting Authority to send confirmation of registration. You may provide a supplementary e-mail address who would also receive the confirmation and correspondence related to the one-on-one session.

(Please respond to the following questions)

1. What is your primary business line?

What type of goods and/or service does your company specialize in?

2. Is your company a manufacturer of a potential RWS systems? Yes No;

3. What size would you estimate your company to be? Small Medium Large Small – fewer than 100 employees; Medium – between 100 and 500 employees; Large – more than 500 employees

SECTION B: ONE-ON-ONE SESSION ATTENDANCE

(Please provide the requested information including the purpose/objective of the one-on-one session)

Our purpose/objective for the one-on-one meeting is to:

Name and title of each representatives from your company who will be attending a one-on-one session (please see the RFI, Part 2 of 2, Section 6.0 for limitations):

One-on-one session: Yes No 1. 2. (you may add more rows)

SECTION C: CERTIFICATION

By signing this document, the individual below represents that he/she has full authority to bind the Supplier and that the Supplier and its representatives agree to be bound by all the terms and conditions contained in the Request for Information document. Name and Signature: Telephone:

E-mail:

LOGISTIC NOTES FOR ONE-ON-ONE SESSIONS

- Supplier representatives will be required to attend onsite. Videoconference and teleconference

will not be available. - Please arrive 15 minutes early to register and/or obtain your visitor passes at the reception area. - Please email the presentation documents in advance or bring them on a USB.

- The Government of Canada will provide a computer and display device for the meeting room for displaying presentation material, should any participants require it.

- Canada will not provide Internet access.

C

A*B

Remote Weapon Systems (RWS) 44

RWS Optional units 1 to 5

RWS Optional units 6 to 13

RWS Optional units (note add additional rows if price break can be further broken down from over 14 units)

14 or over optional units

Simulators for training purposes

Supplier to recommend quantity

Provision of IP 1 LOT

Labour Category 1

Labour Category 2

Labour Category 3

Recommended Publication/Technical Data PackageCost for translation for technical manual

Year 1 - Mandatory (November 1, 2023- October 31, 2024)Amount for French translation

Annual ongoing training

Year 1 - Mandatory (November 1, 2023- October 31, 2024)

Appendix 1 to Annex C: Pricing Table

A B

Description Number of UnitsCost Per Unit for

hardware or cost per hour for labour

Total Price (taxes out) Specify Currency

Optional hardware for future potential enhancement bidders are to add rows if required

Publications

Support if requested to assist Canada for integration efforts. Suppliers to identify labour category and add additional rows if required

Acquisition Costs

Recommended Spares

Recommended Initial Cadre Training (add rows as required)

Ongoing Training ( technician/operator training, annual cyclic training for new technician/operators)

Year 2 - Mandatory (November 1, 2024 - October 31, 2025)Year 3 - Optional (November 1, 2025 - October 31, 2026)Year 4 - Optional (November 1, 2026 - October 31, 2027)Year 5 - Optional (November 1, 2027 - October 31, 2028)Year 6 - Optional (November 1, 2028 - October 31, 2029)Year 7 - Optional (November 1, 2029 - October 31, 2030)Year 8 - Optional (November 1, 2030 - October 31, 2031)Year 9 - Optional (November 1, 2031 - October 31, 2032)Year 10 - Optional (November 1, 2032 - October 31, 2033)Year 11 - Optional (November 1, 2033 - October 31, 2034)Year 12 - Optional (November 1, 2034 - October 31, 2035)

Year 1 - Mandatory (November 1, 2023- October 31, 2024)Year 2 - Mandatory (November 1, 2024 - October 31, 2025)Year 3 - Optional (November 1, 2025 - October 31, 2026)Year 4 - Optional (November 1, 2026 - October 31, 2027)Year 5 - Optional (November 1, 2027 - October 31, 2028)Year 6 - Optional (November 1, 2028 - October 31, 2029)Year 7 - Optional (November 1, 2029 - October 31, 2030)

In-service Support

Year 8 - Optional (November 1, 2030 - October 31, 2031)Year 9 - Optional (November 1, 2031 - October 31, 2032)Year 10 - Optional (November 1, 2032 - October 31, 2033)Year 11 - Optional (November 1, 2033 - October 31, 2034)Year 12 - Optional (November 1, 2034 - October 31, 2035)

STTE

TOTAL

Fielding support - Preventative and Corrective Maintenance

Special Tool and Test Equipment (STTE) for the preventive and corrective maintenance of the RWS System

Any Other Key Deliverables - Suppliers to add additional rows as required