Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

Engineering and Technical Services for Field Trials

Solicitation number W7702-155736/A

Publication date

Closing date and time 2015/07/13 16:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Non-Competitive Procurement Strategy: Government Objectives
    Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Amtech Aeronautical Limited
    P.O. BOX 1404
    MEDICINE HAT Alberta
    Canada
    T1A7N3
    Nature of Requirements: 
    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. TITLE: Engineering and Technical Services Field Trials
    
    2. SECURITY REQUIREMENT:
    
    2.1 The Contractor must, at all times during the performance of
    the Contract, hold a valid Facility Security Clearance at the
    level of SECRET, with approved Document Safeguarding at the
    level of SECRET, issued by the Canadian Industrial Security
    Directorate (CISD), Public Works and Government Services Canada
    (PWGSC).
    
    2.2. The Contractor personnel requiring access to CLASSIFIED
    information, assets or sensitive work site(s) must be permanent
    residents of Canada or citizens of Canada, Great Britain, United
    States, Australia or New Zealand and must EACHhold a valid
    personnel security screening at the level of SECRET, granted or
    approved by the CISD, PWGSC. Until the security screening of the
    Contractor personnel required by this Contract has been
    completed satisfactorily by the CISD, PWGSC, the Contractor
    personnel MAY NOT HAVE ACCESS to CLASSIFIED information or
    assets, and MAY NOT ENTER sites where such information or assets
    are kept, without an escort.
    
    2.3. The Contractor MUST NOT utilize its Information Technology
    systems to electronicallyprocess, produce or store any sensitive
    CLASSIFIED information until CISD/PWGSC has issued written
    approval. After approval has been granted, these tasks may be
    performed at the level of SECRET.
    
    2.4. Subcontracts which contain security requirements are NOT to
    be awarded without the prior written permission of CISD/PWGSC.
    
    2.5. The Contractor must comply with the provisions of the: (a)
    Security Requirements Check List, and (b) Industrial Security
    Manual (Latest Edition).
    
    3. REQUIREMENT:
    
    Defence Research & Development Canada - Suffield has a
    requirement for a task authorization contract to provide to
    provide engineering, technical and project management support
    for investigation of energetic material devices, of device
    detection and of device neutralization.  DRDC Suffield has
    conducted studies of explosive phenomena using a variety of
    energetic material devices, explosive detection devices and
    explosive neutralization devices. In order to lead these studies
    to success, additional support of engineering and technical
    services is required from outside sources. These studies are
    classified Secret and the Contractor must have the proper
    facility, personnel and computing resources to handle and store
    classified information.
    
    To qualify a bid will have to consist of no less than 80% of
    goods and/or services of Canadian origin.
    
    4. CRITERIA FOR ASSESSMENT OF THE STATEMENT OF CAPABILITIES
    (MINIMUM ESSENTIAL REQUIREMENTS)
    
    Any interested supplier must demonstrate by way of a statement
    of capabilities that it meets the following requirements: 
    1. Education:  Contractor's staff must include personnel with
    graduate and/or post-graduate degrees in mechanical or aerospace
    engineering from a recognized university; Overall Project
    Manager must be a registered Professional Engineer.  Proof of
    this certification must be provided. 
    2. A minimum of two members of the contractor's team must have
    experience in designing and conducting field experiments of
    multiphase explosives, dynamic artillery projectiles, and large
    scale weapon systems.  At least five years of experience is
    required in explosion dynamics, experimental methods such as
    data reduction and processing as well as analysis.  Fluency in
    numerical modeling using Finite Element Analysis Codes and
    Artillery Projectile Ballistics and Terminal Effect Analysis
    Codes is also necessary.  
    3.  Contractor must be able to be on site within two hours to
    respond to urgent tasks; and must have a local
    assembly/integration facility, or plans to set up a local
    assembly/integration facility, for completing test fixture
    design and integration work that is not done on-site at DRDC
    Suffield.
    4.  Confirmation that the bidder currently holds a valid
    Facility Security Clearance at the level of Secret with approved
    Document Safeguarding at the level of _Secret_, issued by the
    Industrial Security Division (ISD) of PWGSC.
    5. Contractor must be registered with the Controlled Goods
    Program. 
    5. APPLICABILITY OF THE TRADE AGREEMENT(S) TO THE PROCUREMENT
    
    NAFTA excluded: Annex 1001.1b-2, GSIN AD917700 Research &
    Development- Military is excluded.
    
    WTO-AGP excluded: Annex 5, GSIN AD917700 Research & Development-
    Military is not included.AIT applicable; limited tendering
    allowed under Article 506 12 (b).
    
    The Comprehensive Land Claims Agreements (CLCAs) are not
    applicable to this procurement, as Work will not be delivered
    to, nor conducted within CLCA areas.
    6. JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER
    Due to the sensitive nature and SECRET security classification
    requirements of this contract, the work must be keep within the
    restriction of a Canadian owned company which is in compliance
    with the security requirements checklist. From a technical
    standpoint, the required company must provide a wide variety of
    skills and high quality expertise in designing and production
    such specified devices in highly time-restricted period.
    
    Amtech is the one unique Canadian company that has the required
    security clearance and the wide variety of skills and high
    quality expertise in designing and productions of such specified
    devices in a highly time-restricted period. This company was
    responsible for prior related contracts (W7702-07R141/001/EDM,
    W7702-09R220/001/EDM, W7702-125318/001/EDM) that were
    successfully completed. These contracts included contracts for
    the design and manufacture of explosive compression devices,
    extensive support to the development, commissioning and
    operation of the Urban Test Site (UTS), support to the Force
    Protection Against Enhanced Blast (FPAEB) TDP, integration and
    commissioning of the Explosives Casting Facility, engineering,
    technical and consultative support in the conduct of the
    associated R&D and field trials, and engineering and technical
    personnel that are flexibly and immediately available for
    supporting on-site components of the work at DRDC Suffield.
    
    During these contracts, the company has accumulated
    significantly critical knowledge and experience required for
    such unique devices and materials required in this project. 
    Accumulation of the experience in designing, developing,
    prototyping and testing explosive compression devices and in
    supporting Urban Test Site, Explosive Processing Facilities and
    other explosive physics field work on the Experimental Proving
    Ground would require considerable time, which is not acceptable
    for the schedule constraints of the projects and the required
    level of expertise and experience, and would also not be
    economical. Amtech has the personnel who have demonstrated the
    specialized skills and expertise required to complete explosive
    physics facilitation and field trials work, and to provide this
    support in a timely and efficient manner.
    
    7. GOVERNMENT CONTRACTS REGULATIONS EXCEPTION(S)
    The following exception to the Government Contracts Regulations
    is invoked for this procurement under subsection 6(d) - "only
    one person is capable of performing the work".
    8. LIMITED TENDERING REASONS
    
    The following exclusion(s) and/or limited tendering reasons are
    invoked under the (section of the trade agreement(s) specified):
    Agreement on Internal Trade (AIT) - Article(s) 506, 12b - "where
    there is absence of competition for technical reasons and the
    goods and services can only be supplied by a particular supplier
    and no alternative of substitute exists". 
    9. OWNERSHIP OF INTELLECTUAL PROPERTY
    
    The Crown will retain intellectual property. DRDC is exempted
    from the Treasury Board "Policy on Title to Intellectual
    Property Arising Under Crown Procurement Contracts" approved
    1-June-2000. Any intellectual property arising from the
    performance of the Work under the
    Contract will vest in Canada.
    
    10. PERIOD OF THE PROPOSED CONTRACT
    
    The period of the proposed contract is from the date of contract
    award to March 31, 2018.
    11. COST ESTIMATE OF THE PROPOSED CONTRACT
    
    The estimated value of the contract is $747,600.00 CADapplicable
    taxes included.
    
    12. NAME AND ADDRESS OF THE PRE-IDENTIFIED SUPPLIER
    
    Amtech Aeronautical Limited 
    678 Prospect Drive S.W
    Medicine Hat, Alberta T1A 4C1
    
    13. 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.
    Suppliers may request a copy of the Statement of Work from the
    Contracting Authority. Suppliers must complete and sign the
    Non-Disclosure Agreement which is attached as Annex A and submit
    it to the Contracting Authority at the Coordinates detailed
    below in order to obtain a copy of the Statement of Work.
    14. CLOSING DATE FOR A SUBMISSION OF A STATEMENT OF CAPABILITIES
    
    The closing date and time for accepting statements of
    capabilities is July 10, 2015 at 2:00p.m. MDT.
    
    15. INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES
    
    Inquiries and statements of capabilities are to be directed to:
    Mony Lee
    Supply Specialist
    Acquisitions Branch
    Public Works and Government Services Canada
    ATB Place North Tower, 10025 Jasper Ave, 5th Floor
    Edmonton, AB T5J 1S6
    
    Mony.lee@pwgsc-tpsgc.gc.ca
    Telephone:  780-224-6675
    Fax: 780-497-3510
    
    
    
    
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate
    with one firm only as identified above. Should you have any
    questions concerning this requirement, contact the contracting
    officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and
    agencies to post a notice, for no less than fifteen (15)
    calendar days, indicating to the supplier community that it
    intends to award a good, service or construction contract to a
    pre-identified contractor. If no other supplier submits, on or
    before the closing date, a Statement of Capabilities that meets
    the requirements set out in the ACAN, the contracting authority
    may then proceed with the award.  However, should a Statement of
    Capabilities be found to meet the requirements set out in the
    ACAN, then the contracting authority will proceed to a full
    tendering process.
    
    Suppliers who consider themselves fully qualified and available
    to provide the services/goods described herein, 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.
    
    The PWGSC file number, the contracting officer's name and the
    closing date of the ACAN must appear on the outside of the
    envelope in block letters or, in the case of a facsimile
    transmission, on the covering page.
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Lee, Mony
    Phone
    (780) 497-3535 ( )
    Fax
    (780) 497-3510
    Address
    ATB Place North Tower
    10025 Jasper Ave./10025 ave Jasper
    5th floor/5e étage
    Edmonton, Alberta, T5J 1S6

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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
    Alberta
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: