Provide Technical Services in Balance Calibration and Validation Training at the High Speed Transonic Wind Tunnel, Bldg. U-66 Uplands campus, Ottawa, Ontario

Solicitation number 16-22008

Publication date

Closing date and time 2016/05/11 11:00 EDT


    Description

    16-22008 Provide Technical Services in Balance Calibration and Validation Training at the High Speed Transonic Wind Tunnel, Bldg. U-66 Uplands campus, Ottawa, Ontario.

    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.
    1. Definition of the requirement
      • The National Research Council, Department of Aerospace has a requirement for the training and knowledge transfer to wind tunnel staff for the balance calibration and validation procedures in use at the 1.5m tri-sonic wind tunnel located at the Uplands campus of the NRC.
      • The balances used in this wind tunnel are extremely delicate and sensitive instruments that require a highly specialized skillset and high level of knowledge to maintain and calibrate.
      • Specifically, the requirement will be to train wind tunnel staff in the instrumentation, calibration, and use of internal strain gauged balances. It will also provide consulting and support in wind tunnel operational procedures, Paroscientific Digiquartz pressure transducer calibration, Scanivalve ZOC operation / calibration, and compressor plant operation.
    2. Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
    • Experience: Minimum of 20 years’ experience in conducting the calibration of a world class high speed wind tunnel balance.
    • Knowledge and understanding of 1.5m Tri-sonic U-66 wind tunnel.
    • The proposal must include a description of the Company's previous experience with projects of similar size and complexity, a company profile and at least 2 previous contacts from different organizations noting client name and telephone number, services provided and contract period. NRC reserves the right to contact any or all references supplied by the bidder. Include the Company’s legal name and the province in which the company is incorporated.
    • Composition, qualifications, and experience of the proposed personnel must be described in the proposal. Experience and expertise of the proposed personnel must be appropriate to the nature of the work. The proposed personnel must have a good knowledge of and experience in Paroscientific Digiquartz pressure transducer calibration, Scanivalve ZOC operation / calibration, and compressor plant operation. Detailed resumes of proposed personnel must be included.
    • The contractor's proposal should demonstrate a clear understanding of the work and the problems that might be encountered. This demonstrated understanding of the work should include an overview of the issues involved, possible limitations and difficulties associated with the assignment and possible solutions to address these difficulties. Simply repeating the statements contained in the Statement of Work is not sufficient to demonstrate understanding of the requirement
    1. Applicability of the trade agreement(s) to the procurement
    • North American Free Trade Agreement (NAFTA)

    5. Justification for the Pre-Identified Supplier

    The proposed supplier is the only known turnkey service provider that has intimate knowledge of the understanding of the tri sonic wind tunnel operational procedures, Paroscientific Digiquartz pressure transducer calibration, Scanivalve ZOC operation / calibration, and compressor plant operation. The proposed supplier aided in the development of creating the research protocols, algorithms, sequencing/calibration methodologies for the tri-sonic wind tunnel.

    • It is essential that the training be conducted by Fred Ellis in order to ensure that all of the expertise that has been developed over the years by NRC is successfully passed on to other NRC staff. If this does not occur, NRC will lose invaluable skills and knowledge in this area.
    • It is important for NRC to maintain these skills and knowledge because improper maintenance and calibration of these instruments can directly lead to measurement errors which are likely to cause client test data to become compromised. It is essential that the data gathered by these instruments is accurate and consistent. This is not possible unless they are maintained and calibrated by someone with specialized knowledge in this field and considerable experience with the test setup for this particular wind tunnel. It is also important to note that any deficiencies that occur with these instruments during testing, will lead to down times which will result is lost revenues from testing in the amount of $4000/hour.
    • In addition to the potential for measurement errors, there is also a significant risk of equipment damage if these instruments are not handled and calibrated properly. The replacement cost for a typical 6 component balance used in this facility is upwards of $200K
    1. Government Contracts Regulations Exception(s)
      The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection
    • Only one person is capable of performing the work.
    1. The following exclusion(s) and/or limited tendering reasons are invoked under the
      1. North American Free Trade Agreement (NAFTA) – Article(s)

    Exclusions and/or Limited Tendering Reasons 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; (CAP Code 71)

    1. Ownership of any Foreground Intellectual Property will not be applicable.
    1. Period of the proposed contract or delivery date
    • The period of the proposed contract will be April 2016 to March 2017 including potential renewal or option years with a maximum of 100 K.
    1. Name and address of the pre-identified supplier
    • ELLIS INTRUMENTATION DEVELOPMENT, 64 SOUTHPARK DRIVE, OTTAWA, ON K1B 3B3
    1. 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.

    1. Closing date for a submission of a statement of capabilities
    • The closing date and time for accepting statements of capabilities is May 11, 2016 at 2:00 p.m. EST.
    1. Inquiries and statements of capabilities are to be directed to:

    NRC Contracting Officer: Steve Cassidy

    National Research Council, ASPM, Bldg M-22 Montreal Rd, Ottawa, On
    Telephone: 613-993-0851

    E-mail: Steve.Cassidy@nrc-cnrc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    Canada
    Contracting authority
    Cassidy, Stephen
    Phone
    613-993-0851
    Address
    1200 Montreal Rd
    Ottawa, ON, K1A 0R6
    CA

    Buying organization(s)

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: