Professional Services for Vehicle Minimum Sound Testing

Solicitation number T8080-230054

Publication date

Closing date and time 2023/07/11 14:00 EDT

Last amendment date


    Description

    Professional Services for Hybrid and Electric Vehicle Minimum Sound Testing

    1. Description of the Requirement

    Hybrid and electric vehicles (HEVs) are significantly quieter than their internal combustion engine (ICE) counterparts when driven at low speeds, heightening the risk of collision to vulnerable road users who rely on audible signals when navigating in the vicinity of traffic (e.g., in parking lots and while crossing streets).

    As of December 2, 2022, Canada Motor Vehicle Safety Standards now include regulations (CMVSS 141) for minimum sound requirements for every hybrid or electric passenger car, multi-purpose passenger vehicle, truck, bus, and low-speed vehicle with a gross vehicle weight rating of 4,536 kg or less.

    The safety standard includes requirements for acoustic parameters when the vehicle is about to move or is moving at low speeds. These requirements will increase the likelihood that blind, visually impaired, and other pedestrians, and pedal cyclists are able to detect and recognize nearby light duty hybrid and electric vehicles. These specifications should allow the pedestrian to recognize that there is a vehicle present, where that vehicle is, and in what state it is operating, more precisely, if the vehicle is accelerating or decelerating, going forward or reversing.

    Transport Canada is seeking laboratory compliance testing, CMVSS 141 on light-duty vehicles to a standard of UN ECE Regulations No. 138 or CFR Standard No. 141.

    As well an unbiased vehicle minimum sound research testing on an expanded scope of vehicles, including conventionally powered, hybrid, and electric; medium and heavy-duty vehicles. Research testing results will provide the technical evidence necessary to guide Canadian motor vehicle safety regulations for medium and heavy-duty electric vehicles.

    2. Period of the Contract

    The term of the Standing Offer will be a two-year contract period. Each contract will commence approximately 15 August 2023 and will end on March 31, 2025, with two (2) one (1) year option periods.

    3. Applicable Trade Agreements

    Canada Free Trade Agreement(CFTA), Canada-Chile Free Trade Agreement, Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), Canada-Colombia Free Trade Agreement, Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Canada-Honduras Free Trade Agreement, Canada-Korea Free Trade Agreement, Canada-Panama Free Trade Agreement, Canada-Peru Free Trade Agreement, Canada-Ukraine Free Trade Agreement, Canada-United Kingdom Trade Continuity Agreement, World Trade Organization-Agreement on Government Procurement (WTO-GPA)

    3. Good and Services Identification Number (GSIN)

    B219A Other Engineering Studies

    6. Security Requirement:

    There are no security requirements

    7. Contracting Authority

    Louise Curtis
    Procurement Specialist
    Transport Canada
    275 Sparks Street
    Ottawa, ON K1A 0N5
    Tel: 343-571-8834
    E-mail: louise.curtis@tc.gc.ca

    Contract duration

    The estimated contract period will be 20 month(s), with a proposed start date of 2023/08/01.

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)

    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
    Transport Canada
    Address

    275 Sparks st

    Ottawa, ON, K1A 0N5
    Canada
    Contracting authority
    Cory Lajoie
    Phone
    (204) 228-2267
    Email
    cory.lajoie@tc.gc.ca
    Address

    275 Sparks st

    Ottawa, ON, K1A 0N5
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    2
    001
    French
    1
    001
    English
    2
    001
    French
    1

    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
    Canada
    Region of opportunity
    Canada
    Contract duration
    20 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price