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
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- 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 étageEdmonton, Alberta, T5J 1S6
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.