Summer Dynamic Vehicle Testing Facility

Status Awarded

Contract number 2000443

Solicitation number 21-58038

Publication date

Contract award date


    Description

    This contract was awarded to:

    PMG Technologies

    Advance Contract Award Notice (21-58038)

    Summer Dynamic Vehicle Testing Facility

    Definition of an 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.

    Definition of the requirement:

     NRC-AST requires service on an “as and requested” basis for the use of the appropriate dynamic vehicle test facility to support various summer test programs. The test facility will be required to provide logistical and technical assistance to NRC-AST test engineers and technologists during the execution of the testing programs.

    Background

    Transport Canada, through its ECO Technology for Vehicles (eTV) program, undertakes testing and evaluation of current and emerging vehicle technologies to help inform various stakeholders that are engaged in the development of regulations, codes and standards for the next generation of advanced light and heavy-duty vehicles.

    The ECO Technology for Vehicles II (eTV II) program is a five-year initiative as part of Transport Canada’s broader ECO Transport strategy. The overall objective of the ECO Transport strategy is to promote the development of an environmentally responsible transportation system. The ETY program will continue to contribute to this objective by accelerating the adoption of advanced environmentally friendly vehicle technologies that reduce greenhouse gas (GHG) emissions and promote a reduction in fuel consumption in the Canadian fleet of light and heavy-duty vehicles.

    To support these efforts, Transport Canada, through its ETV II program is interested in assesing the environmental benefits and performance of various light and heavy-duty vehicles. To that end, Transport Canada has asked NRC-AST to develop and undertake various test programs of which will require the use of a specialized summer vehicle test facility.

    Objective

    The objective of this contract is to provide a test facility, services, technical and logistical support to the multi-phases of the NRC-AST vehicle dynamic summer testing program.

    Scope of Work

    The scope of the work to be provided under this contract includes provisions of a test facility, and all professional services to comprise of both technical and logistical support to carry out the NRC-AST vehicle testing program requirements. NRC-AST clients typically specify a precise set of dynamic vehicle tests to be undertaken. The full test program set of requirements is detailed in the following section.

    Requirements/Tasks

    General Test Program requirements

    The NRC-AST dynamic vehicle testing program comprises the following requirements.

    1. The testing location shall be located in geographic region within reasonable distance from NRC-AST.
    2. The testing location shall be accessible by a tractor with a 53-foot trailer or long-combination vehicles.
    3. The testing facility shall have an indoor vehicle bay that can accommodate a tractor with a 53-foot trailer.

    Specific Dynamic Test Program requirements

    The set of dynamic vehicle tests to be undertaken shall be conducted on a full-scale vehicle test track and include the following:

    1. Dynamic Testing Area (performance measures such as lane-change maneuvers to determine roll stability, yaw acceleration performance as a minimum)
    2. Off-Road Track (rough, unpaved areas scattered with rocks and tree roots)
    3. Brake tests (640 m in length, 27 m wide: specially coated “Genite” area equipped with sprinklers generating extremely slippery conditions during the summer months.)
    4. Low-Speed test (including test such as fuel consumption trials, mileage accumulation as a minimum)
    5. High-Speed test (pavement that and can accept 25 000 lbs. axles: high-speed operations and endurance testing.)
    6. Ramp tests (slopes of 20 and 30% with asphalt access ramp and concrete surface)
    7. Immersion Pit test (concrete basin for drenching the brakes in up to 1.3 m of water prior to testing.)

    NRC-AST will be responsible for supplying test program material in the category of “items under test” and the required support personnel to conduct the tests. NRC-AST will assume the test lead while on-site at the contractors test facility.

    The Contractor will be responsible for all facilities management, maintenance, technical & logistical services that support the NRC-AST test program and test lead.

    Deliverables

    The following will be the test program deliverables:

    1. Track preparation prior to and track maintenance services for the duration of the test period
    2. On-site technical and logistical support, as required.
    1. This procurement is subject to the World Trade Agreement-Agreement on Government Procurement (WTO-AGP)
    2. Standing Offer Period: September 13 2021 to September 13 2024
    3. Proposed Standing Offer Value: $1,500,000.00 plus tax
    4. Supplier: PMG Technologies Inc, 100 De Landais, Blainville, QC J7C 5C9
    1. Justification for the Pre-Identified Supplier

    Pursuant to the Government Contracts Regulations of the Financial Administration Act, the contract is being awarded because it has been determined that only one vendor is capable of performing the contract for reasons listed herein.

    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6 (d)"only one person is capable of performing the work" and Limited Tendering Reasons contained in the Trade Agreements 1016 b.

    where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists;

    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.

    Closing date for a submission of a statement of capabilities: Aug 20th, 2021 at 5:00pm.

    Inquiries and submission of statements of capabilities:

    Senior Contracting Officer: Alain Leroux
    E-mail: alain.leroux@nrc-cnrc.gc.ca

    Business address
    100 Rue de Landais
    Blainville, Quebec, J7C 5C9
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • R123AQ - Evaluation & Performance Measurement Services
    Contact information

    Contracting organization

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    Canada
    Contracting authority
    Leroux, Alain
    Address
    1200 Montreal Road Building M-58
    Ottawa, ON, K0A 1M0
    CA

    Buying organization(s)

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    Canada
    Date modified: