CRC RESEARCH VEHICLE UP-FITTING

Solicitation number U6800-163953/A

Publication date

Closing date and time 2015/11/19 14:00 EST


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Applied Electronics Limited
    1260 Kamato Road
    Mississauga Ontario
    Canada
    L4W1Y1
    Nature of Requirements: 
    
    CRC RESEARCH VEHICLE UP-FITTING
    U6800-163953/A
    McLaughlin, Michael
    Telephone No. - (819) 420-0330
    michael.mclaughlin@pwgsc.gc.ca
    
    ADVANCE CONTRACT AWARD NOTICE (ACAN)
    An Advance Contract Award Notice (ACAN) allows departments and agencies 
    to post a notice, for no less than fifteen 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, during the fifteen calendar day posting period, a statement of capabilities that meets the requirements set out in the ACAN, the competitive requirements of the government's contracting policy have been met.  Following notification to suppliers not successful in demonstrating that theirstatement of capabilities meets the requirements set out in the ACAN, the contract may then be awarded using the Treasury Board's electronic bidding authorities.
    If other potential suppliers submit statements of capabilities during the fifteen calendarday posting period, and meet the requirements in the ACAN, the department or agency must proceed to a full tendering process on either the government's electronic tendering service or through traditional means, in order to award the contract.
    
    DESCRIPTIVE TITLE: 
    Up-fitting and customization for the development of a CRC Mobile Wireless Research Platform.
    
    REQUESTED COMPLETION DATE: 
    December 30th 2015
    
    BACKGROUND: 
    In 2013, the Communications Research Centre Canada (CRC) began a p
    rogram to modernize its research facilities. Part of this modernization 
    has involved an effort to improve CRC’s fleet of mobile research vehicles. These research vehicles, which consist of a mix of light and heavy-duty vehicle types, are highly customized with integrated power systems, masts and specialized racks for interior/exterior equipment mounting. In the past, each vehicle had been specifically customized to support 
    the test and measurement equipment and functions required by a single expertise area within CRC. This approach resulted in a large fleet of measurement vehicles which were over-specialized and not easily shared amongst the diverse array of CRC research groups. 
    
    In an effort to both modernize and reduce the size of its ageing measurement fleet, CRC has made considerable efforts to identify its requirements for a single common mobile research platform that could support all of CRC’s mobile wireless research activities. The resulting core requi
    rements identify a mobile measurement platform based on a large sport utility vehicle; specifically the Chevrolet Suburban, which was identified due to its low roof height, significant cargo capacity, towing capability, powerful engine and heavy-duty drive train, chassis and frame. It is expected that CRC’s future measurement fleet could consist of up to six of these vehicles, each of identical fit and function. The major technical requirements are provided in the Work required section below. 
    
    Having identified the requirements for the common platform on which CRC’s future measurement vehicles would be based, considerable effort was made to identify potential manufactures with vehicles pre-designed and pre-engineered to meet these requirements. To date, only a single manufacturer has been identified which has a history of designing and building vehicles meeting all these requirements on a Chevrolet Suburban platform.
    
    
    UP-FITTING REQUIREMENTS:
    The work conducted under this contract will be for the up-fitting of a Government of Canada supplied 2016 Chevrolet Suburban 4WD LS (Model: CK15906). As mentioned, this requirement is NOT for the purchase of the iden
    tified vehicle, only the "up-fitting “of said vehicle. The requested up-fitting must meet the following requirements: 
    
    1. The final up-fitted vehicle must be compliant with the Canada Motor Vehicle Safety Standards (CMVSS) laid out by the Canada Motor Vehicle Safety Act (CMVSA).
    
    2. The up-fitted vehicle must retain, at a minimum, the following three se
    ating positions including safety belts:
    a. Two seating positions in the front: one for the driver and one for the passenger/navigator.
    b. One seating position in the rear, directly behind the front passenger, for the equipment operator. 
    
    3. The up-fitting must include an integrated roof platform for mounting eq
    uipment to the vehicle roof. The roof platform must:
    a. be capable of supporting a weight of no less than 450 lbs;
    b. extend the full width of the vehicle roof and be no less than 8 feet 
    in length;
    c. extendthe total height of the vehicle by no more than 5”; 
    d. support a generic means to bolt up to 450 lbs of equipment;
    e. be constructed from strong aluminum such that mounted equipment remains safely attached while travelling at typical highway speeds; and 
    
    f. be a level surface, free from obstructions or protrusions when the vehicle mast is not installed (see requirement 6.h).
    
    4. The up-fitting must include an integrated power system to supply AC power to onboard equipment without any shore connection. The integrated po
    wer system must:
    a. provide a minimum of 3000 W of power;
    b. provide a means to seamlessly select between the vehicle-based integrated AC power system and a shore or external power connection;
    c. provide a period of autonomy, for at least 3 hrs at a 3000 W power draw, where equipment can be operated without either the vehicle engine runn
    ing or a shore/external power connection present; and
    d. distribute 12 V and 120 V power via appropriate outlets/sockets throughout the vehicle’s interior and on the vehicle exterior.
    
    5. The up-fitting must include at least 40U of interior 19" rack space spread across no more than 2 equipment racks, built to industry standards. The interior 19" equipment racks must: 
    a. provide a means, compatible with industry standards, to mount equipment and equipment shelves into the equipment racks; and
    b. be capable of mounting up to a total of 400 lbs of equipment such that the equipment remains safely affixed while the vehicle is travellingat typical highway speeds.
    
    6. The up-fitting must include an integrated telescoping mast. The telescoping mast must:
    a. be fully integrated into the vehicle including the erecting system, power and controls;
    b. have a fully integrated non-manual erecting system to raise and lower the ma
    st;
    c. have an fully extended height of at least 30 feet;
    d. support a payload of up to 150 lbs when fully erected;
    e. be equipped with a 1.25” Nycoil for cable management;
    f. have an integrated pan and tilt system, controlled from the vehicle;
    g. not require guys with non-vehicle based attachment points for stabilization; and
    h. be removable from the vehicle such that, when removed, the vehicle roof platform remains an unobstructed, flat surface as specified in requirement 3.f. 
    
    7. The up-fitting must include stabilizing jacks to stabilize the vehicle when the mast is erected. 
    
    8. The up-fitting must include a rear IO panel with replaceable panel plates in which bulkhead connectors, sockets and pass-through’s can be mounted. 
    
    9. The up-fitting must include a weather-tight cable feed-through system
     for routing cables between the vehicles’ exterior and interior.
    
    10. The up-fitting must include a safety system with audible alerts/transmission lockouts for the power system, reversing, doors ajar, mast, and stabilizing jacks to prevent vehicle operation unless all systems are safely stowed.
    
    11. The up-fitting must include a safety system to alert operators if the mast is being erected at an unsafe distance from overhead electr
    ical wires.
    
    12. The up-fitting must include a front console IO panel to provide power and data connections from the dash to the equipment racks.
    
    13. The up-fitting must include an interior LED lighting and exterior scene lighting.
    
    
    
    
    
    
    Technical Requirements:
    Suppliers who believe their firm to be capable of providing the requested ‘up-fitting’ requirement must provide detailed information clearly outlining their firm’s statement of capabilities. Suppliers must
     provide, in writing at time of ACAN closing, confirmation of 
    compliance with the following requirements:
    • Previous experience up-fitting a Chevrolet Suburban as per the requirements outlined above. Proof of prior experience must be provided vi
    a a documented summary of previous contract(s) with requirements identical to those detailed above and a detailed technical sp
    ecification of the final vehicle and customizations by the ACAN closing 
    date.
    • At time of ACAN closing, detailed documentation showing the design work for an up-fitted Chevrolet Suburban, meeting the requirements outlined above, performed and validated. This documentation must incl
    ude proof of CAD documentation of the vehicle’s mechanical and electrical systems. 
    • At time of ACAN closing, Suppliers must supply proof that the re
    quired testing and/or computer modelling has been performed to ensure that the vehicle design takes into account appropriate load balancing and is compliant with the Canada Motor Vehicle Safety Standards (CMVSS) laid
     out by the Canada Motor Vehicle Safety Act (CMVSA).
    • At time of ACAN closing, Suppliers must supply proof of ISO 9001:2008 
    certification and that the installation of all equipment, including mast, power systems and equipment racks, are manufactured and installed to
     ISO 9001:2008 standards for quality management.
    • At time of ACAN closing, Suppliers must demonstrate capability of providing a 5 year warranty on all customized components used for the up-fitting. 
     
    Estimated Value:  $165,803.77
    
    It is the Government of Canada's intent to issue a Sole Source contract t
    o Applied Electronics Limited; as the Crown believes they are the only firm capable of meeting the technical requirements as identified under the 'Up-fitting' and 'Technical Requirements sections.' As such, Appl
    ied Electronics Limited is the only supplier capable of performing the work.
    
    IDENTIFICATION OF CONTRACTOR:
    Applied Electronics Limited
    Address:  1260 Kamato Road
    City:  Mississauga
    Province:  Ontario
    Postal Code:  L4W 1Y1
    
    
    You are hereby notified that the government intends to solicit a bid 
    and negotiate with one firm only as identified above.
    
    REASON FOR AWARDING CONTRACT TO THIS CONTRACTOR:
    From extensive research bythe Communications Research Centre Canada, Frontline Communications (represented by Applied Electronics Limited) is
     the only company that offers off-the-shelf, pre-engineered designs for 
    a Chevrolet Suburban up-fitted to match the core technical requirements 
    specified above.  Applied Electronics Limited of Mississauga, Ontario 
    is the sole Canadian reseller for Frontline Communications. 
    
    APPLICABLE TRADE AGREEMENTS AND APPLICABLE LIMITED TENDERING REASONS: 
    The Agreement on Internal Trade (AIT) (T.B. 10.2.8(b)) is applicable.  
    
    Should you have any questions concerning this requirement, contact the contracting officer identified below.  The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on t
    he outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    Inquiries and Submission of Statements of Capabilities
    Mike McLaughlin
    Public Works and Government Services Canada
    Industrial and Commercial Products and Standardization Services
    - "HN" Division
    7B3, Place du Portage, Phase III, ll Laurier Street, Hull,
    Quebec K1A 0S5
    Telephone number:  (819) 420-0330
    Facsimile number:   (819) 953-4944
    E-mail address: michael.mclaughlin@pwgsc.gc.ca 
    
    The Crown retains the right to negotiate with suppliers on any procurement.  Documents may be submitted in either official language of Ca
    nada.
    
    
    
    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)

    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:

    • Exclusive Rights

    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
    McLaughlin, Michael
    Phone
    (819) 956-3622 ( )
    Address
    11 Laurier St./11, rue Laurier
    7B3, Place du Portage, Phase III
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Industry 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)
    Procurement method
    Non-Competitive

    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: