Operation and Maintenace Environmental Exposure Chamber

Solicitation number W7702-125424/A

Publication date

Closing date and time 2012/04/16 16:00 EDT


    Description
    Trade Agreement: NONE
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Amtech Aeronautical Limited
    P.O. BOX 1404
    MEDICINE HAT Alberta
    Canada
    T1A7N3
    Nature of Requirements: 
    Title: Operational and Technical Services for the Suffield
    Environmental Exposure Chamber
    
    1. Advance Contract Award Notice
    
    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.
    
    2. Definition of Requirement
    
    The Department of National Defence, Defence Research and
    Development Canada - Suffield, (DRDC-S) Ralston, AB has a
    requirement for operational, technical and maintenance support.
    
    DRDC Suffield has recently constructed a environmental exposure
    chamber (SEEC) facility using a vertical wind tunnel
    configuration, for research, engineering and system evaluation
    of equipment being developed for physical countermeasures
    against airborne hazards. The chamber has full environmental
    control (temperature, relative humidity, wind speed) and the
    capability to disseminate simulant hazards as vapour, aerosol or
    liquid. The facility also includes a sophisticated,
    anthropometrically correct articulated mannequin, capable of
    life-like movement and a range of activity regimes, which is
    fully integrated into the operation of the chamber.
    
    A requirement exists for contracted support at the SEEC facility
    that will provide the day-to-day operation and maintenance of
    the facility.  This contracted support is required in the form
    of a facility operations manager and engineering/technical
    support personnel that know the SEEC facility operating
    procedures, maintenance procedures, and limitations and what can
    be achieved within the design parameters of the chamber.
    
    Due to the nature of this work it is expected that there will be
    follow-on contracts.
    
    3. Criteria for assessment of the Statement of Capabilities
    
    Any interested supplier must demonstrate by way of a statement
    of capabilities that it meets the following requirements:
    
    a) Education: Engineering staff, including those under
    sub-contract, must hold as a minimum a Bachelor of Science in
    Engineering in a field relevant to the operation of the chamber
    (mechanical, computer, electrical) and be certified as a
    Professional Engineer with the Province of Alberta; Technical
    staff must hold as a minimum a diploma in a field relevant to
    the operation of the chamber (engineering technology,
    electronics and instrumentation, journeyman electrician) from a
    recognized technical school; the analytical chemist must hold as
    a minimum a Bachelor of Science in Chemistry or Biochemistry
    from a recognised university.
    b) Experience: All professional engineering and technical
    support staff must have experience working with equipment,
    instrumentation and computer process control systems in an
    environmental exposure wind tunnel chamber;  with the operation
    of closed-loop process control systems for disseminating vapours
    and aerosols, and; with gas chromatography analytical
    instrumentation. 
    c) The contractor must at all times during the performance of
    the Contract, hold a valid Designated Organization Screening
    (DOS), issued by the Canadian Industrial Security Directorate
    (CISD), Public Works and Government Services Canada (PWGSC).
    
    4. Applicability of Trade Agreements
    
    This procurement is subject to the following trade agreements:
    Agreement on Internal Trade (AIT), 
    World Trade Organization - Agreement on Government Procurement,
    (WTO-AGP) North American Free Trade Agreement (NAFTA)
    
    5.  Justification for Pre-Identified Supplier
    
    The objective of this contract is to provide operational,
    technical and maintenance support to DRDC Suffield for the
    Suffield Environmental Exposure Chamber (SEEC). The SEEC
    facility is a custom designed and engineered multi-million
    dollar vertical wind tunnel test facility for research and
    technical evaluation of equipment being developed for physical
    countermeasures against airborne hazards. It includes equipment,
    hardware and process operations instrumentation to fully control
    the environment within the chamber, including temperature,
    relative humidity and wind speed, as well as closed-loop process
    control systems for disseminating vapours and aerosols. The
    facility also includes a sophisticated, articulated mannequin,
    capable of life-like movement and a range of activity regimes
    that is fully integrated into the operation of the chamber.
    
    Amtech Aeronautical was the prime contractor who designed,
    engineered, constructed and delivered the SEEC facility, which
    included the operational validation of all the equipment,
    hardware and process control systems. They were awarded this
    original contract based on a successful competitive contract bid
    issued by Defence Construction Canada.  They are the only 
    company that has the engineering and technical knowledge of the
    facility and the systems within, to operate and maintain it. The
    output from this contract will support the DRDC Suffield
    in-house research and development programme and international
    collaborative work that DRDC Suffield is involved in.  In order
    to complete the work the contractor needs the knowledge and
    engineering and technical expertise to assume the role as a
    facility operations manager, and has to have on staff
    engineering/technical support personnel that know the SEEC
    facility operating procedures and maintenance procedures, and
    have an understanding of the limitations of what can be achieved
    within the design parameters of the Chamber.
    
    Contractors with no previous experience would need to review the
    engineering drawings and manuals for the facility and process
    control instrumentation to gain some basic understanding of what
    would be required to operate and maintain the facility, and then
    implement some of this knowledge and begin to operate the
    chamber. It is doubtful that the inexperienced contractor would
    have developed the expertise at a sufficiently advanced
    technical level to support R&D studies. Having an inexperienced
    contractor in charge of a multi-million dollar test facility
    providing sub-standard support could further jeopardise research
    programmes worth hundreds of thousands of dollars. To meet
    exacting research and development requirements and achieve the
    highest standard results, DRDC Suffield requires the
    organisation with the best technical expertise and knowledge
    base to complete the contract. 
    
    Amtech hold the proprietary rights to all of the process control
    algorithms and feed back loop technology to operate the
    environmental and dissemination systems. Continued access to and
    maintenance of these systems is critical to the success of the
    project. The SEEC facility is a system of systems. Failure to
    maintain the original specifications of one component will lead
    to a cascade failure of others. Amtech, as the original
    designers of these systems, is the only company that can ensure
    full integrated compatibility between systems.
    
    The SEEC facility is a system of systems. The successful
    operation of the facility requires that all sub-component
    systems, such as those for controlling the environmental
    conditions and dissemination of vapour and aerosols,
    experimental waste management, HVAC, air sampling throughout the
    facility and operation of the mannequin platform, function in an
    integrated manner and according to design specifications that
    support the operation of the chamber. Substitution of
    incompatible equipment would result in the chamber not
    functioning or operating below its operational design
    requirements. This would affect the results of the research and
    compromise advice Suffield may be required to provide DND, or
    even endanger those within the defence community that the
    research supports. The SEEC facility was designed to support
    unique research and development programmes at DRDC Suffield.
    Accordingly, it must be operated and maintained in strict
    accordance with the original engineering and technical
    specifications. Only Amtech Aeronautical has the expertise to
    maintain the integration across all systems in the facility. The
    price for non-conformance would be a significant delay to the
    DRDC Suffield research programme, higher maintenance costs and
    shutdowns related to incompatible equipment failures and a
    chamber operating below specifications for R&D work.
    
    6.  Government Contracts Regulations Exception
    
    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".
    
    7  Exclusions and/or Limited Tendering Reasons
    
    The following exclusions and/or limited tendering reasons are
    invoked under the section of the trade agreement specified:
    
    Agreement on Internal Trade (AIT) - Limited Tendering under
    Article 506, #12 a & b
    North Ameriican Free Trade Agreement (NAFTA) - Limited Tendering
    - Article 1016: b.
    WTO-AGP not applicable, as per Services in Appendix I, Canada -
    Annex 4.
    
    8.  Ownership of Intellectual Property
    
    Defence Research and Development Canada (DRDC) has determined
    that any intellectual property arising from improvements,
    modifications, upgrades to the SEEC facility, experimental
    methods, protocols and test platforms will vest in Canada. DRDC
    is exempted from the Treasury Board "Policy on Title to
    Intellectual Property Arising Under Crown Procurement Contracts"
    approved 1 June 2000.
    
    9.  The Period of the Proposed Contract
    
    The proposed contract is for a period of approximately 2 years
    from date of award.
    
    10.  The Estimated Cost of the Proposed Contract
    
    The estimated value of the contract is $719,250.00, GST extra.
    
    11.  Name and Address of the Pre-Identified Supplier:
    
    Amtech Aeronautical Limited
    678 Prospect Drive SW
    Medicine Hat, AB   T1A 4C1
    
    12.  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 requirement.
    
    13.  The Closing Date and Time for Accepting Statements of
    Capabilities
    
    April 16, 2012, 2:00 pm (MDST)
    
    14.  Inquiries and Submission of Statement of Capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    
    Elaine Barton, Supply Specialist
    Public Works and Government Services Canada
    Telus Plaza North
    5th Floor 10025 Jasper Avenue
    Edmonton, AB   T1J 1S5
    
    Telephone:780-497-3519
    Facsimile: 780-497-3510
    E-mail: elaine.barton@pwgsc-tpsgc.gc.ca
    
    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

    • No trade agreements are applicable to this solicitation process

    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
    Barton, Elaine
    Phone
    (780) 497-3519 ( )
    Fax
    (780) 497-3510
    Address
    Telus Plaza North/Plaza Telus Nord
    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
    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: