Canadian Air and Precipitation Monitoring Network – Bonner Lake

Solicitation number 5000090636

Publication date

Closing date and time 2026/02/27 15:00 EST

Last amendment date


    Description

    The Contractor hereby agrees to:

    1. Objective

    Environment and Climate Change Canada (ECCC) requires a Contractor for daily technical support (7 days per week, 52 weeks per year) at the Canadian Air and Precipitation Monitoring Program (CAPMoN) Bonner Lake site located approximately 8 km northeast of Moonbeam, Ontario with coordinates N 49.385528° latitude, W 82.121250° longitude.

    2. Background

    ECCC operates an environmental research and monitoring station in the area which forms part of ECCC’s national network of CAPMoN stations. The primary focus of this monitoring station is the daily collection of precipitation and/or air samples. Environmental data is collected from both automatic and manual samplers. A contract operator is required to attend to the station to retrieve and process the samples according to the CAPMoN Standard Operating Procedures (SOP's). The samples are then packaged and shipped for analysis to the CAPMoN National Laboratory located in Toronto, Ontario. Other daily duties include reading and recording of various gauges, diagnostics, and regular servicing, troubleshooting, and minor repair of a variety of monitoring equipment. On-site training will be provided by ECCC technical staff.

    3. Details of Work to be Performed

    All sampling, shipping, and maintenance must be performed in accordance with the Site Operations Reference Manuals; and in accordance with any amendments to the aforementioned manuals. The routine may involve additional collectors, passive samplers and various climatological and meteorological instruments. ECCC will provide the Contractor the aforementioned manuals and amendments.

    4. Tasks and Deliverables:

    Firm Requirement:

    1. The Contractor will be responsible for servicing:
    a. Air Filter Sampling System See Appendix 1 to Annex A
    b. Ozone Sampling System: See Appendix 2 to Annex A
    c. Precipitation Collector: See Appendix 3 to Annex A
    d. PM Measurements: See Appendix 4 to Annex a

    5. General Conditions:

    1. The Contractor must have knowledge of local weather conditions.

    2. The Contractor will be supplied with a phone number and name for emergencies. Only the Technical Authority can make any changes to the sampling program. All changes will be made known to the Contractor, either orally or in writing, or both.

    3. The Contractor must have at least two resources (to a maximum of four resources), a Primary resource and a Back-up resource. The back-up resource(s) must service the measurement site at least once per month.

    4. The Primary resource and Back-up resource(s) must be proficient in English, both written and oral.

    5. All resources (including the designated backup(s)) must make themselves available for two inspections each year as well as for certifications as required. The inspections will be during normal sample collection periods and should take less than 2 hours each.

    6. Smoking is not permitted within 500 meters of the compound. Vehicles must not approach closer than the designated parking area. The Contractor must not enter the building with contaminated clothing or footwear.

    7. The Contractor must not bring toxic or contaminating compounds such as oil based products, road salt, soaps, disinfectants, or insect repellents to the CAPMoN station. No paints, solvents or glues must be used onsite or in the vicinity of the compound.

    8. The Contractor must clean and wash the interior of the building when required using only distilled or de-ionized water as supplied by ECCC and dust must be swept or vacuumed.

    9. The Contractor must contribute to the security of the site by adhering to the use of locks where applied. Any suspicious activity or tampering of the site equipment must be reported to the Technical Authority, as should any event or activity that may compromise the sampling integrity.

    10. No animals or pets are to be inside the building.

    11. The Contractor must have access to reliable transportation to and from the Site.

    12. The Contractor must ensure the issue of working alone at an isolated location is addressed by using a buddy type system.

    13. The primary resource and back-up resource(s) must review and sign off on all site safe work procedures (SWP) and task hazard analysis (THA) every year. Failure to comply with safety practices could result in the discontinuation of the contract.

    14. All Contractors must hold a valid Reliability Security Clearance.

    Contract duration

    The estimated contract period will be 9 month(s), with a proposed start date of 2026/04/01.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    Department of the Environment (ECCC )
    Address

    351 Boulevard Saint-Joseph

    Gatineau, Quebec, J8Y 3Z5
    Canada
    Contracting authority
    Nathalie Shannon
    Phone
    873800-4734
    Email
    nathalie.shannon@ec.gc.ca
    Address

    351 Boulevard Saint-Joseph

    Gatineau, Quebec, J8Y 3Z5
    Canada
    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.
    Caption
    Document title Amendment no. Language Unique downloads Date added
    001 EN 24 2026/02/03
    001 FR 5 2026/02/03
    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Region of opportunity
    Ontario (except NCR)
    Contract duration
    9 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Variations or combinations of the above methods