Activity behaviour monitoring devices

Solicitation number 45045-190054/A

Publication date

Closing date and time 2019/11/12 14:00 EST


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    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: 
    ActiGraph Corporation
    49 East Chase Street
    Pensacola Florida
    United States
    32502
    Nature of Requirements: 
    
    Activity behaviour monitoring devices
    
    45045-190054/A
    Dubé, Robert
    Telephone No. - (613) 296-1526 (    )
    Fax No. - (613) 943-7620 (    )
    
    
    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.
    
    
    2. BACKGROUND
    
    Statistics Canada’s Canadian Health Measures Survey (CHMS), in partnership with Health Canada and the Public Health Agency of Canada, collects important health information through self-reported data and direct physical measures. The purpose of the CHMS is to provide more robust indicators and measures of health, obtain national estimates of indicators where data are lacking, and address priority health data gaps at the national level. Physical measures are used to examine indicators and risk factors related to various chronic and infectious diseases, as well as exposure to environmental chemicals. Direct measures of physical activity, fitness, and some household, neighbourhood, and/or community level variables are also collected through interviews at our two (2) mobile examination centres (MEC) (virtual regional offices).
    
    The CHMS currently measures physical activity levels of Canadians using a wearable device for a 7 day period. All respondents (3-79 years old) are given a device to wear during waking hours for 7 days after their visit at the MEC to collect this data. Respondents are then required to return the device so that their data can be analysed and disseminated.
    
    Statistics Canada and its federal partners plan to add sleep and sedentary activity measurements to supplement the current physical activity measurements in order to understand and monitor all behaviours over a 24-hour period. In order to achieve this objective, Statistics Canada must purchase a research grade accelerometer (activity monitor) that can accurately measure sleep, sedentary and physical activity.
    
    
    3. DEFINITION OF THE REQUIREMENT 
    
    CHMS has a requirement for the supply of up to 800 ActiGraph wGT3X-BT activity behaviour monitoring devices, accessories, and software.
    
    Any interested supplier must demonstrate by way of a statement of capabilities that its product meets the following requirements:
    
    Mandatory Technical Criteria
    
    The device must:
    (a) Have a range of data collection resolutions. 
    - Specifically be able to collect data in raw electrical signals, epoch lengths of 1 second up to 1 minute.
    (b) Have an ambient light sensor
    (c) Have an inclinometer
    (d) Be water resistant
    (e) Have the ability to be worn at the waist on a non-invasive belt
    (f) Have a minimum 3 axis accelerometer (ability to measure acceleration in 3 directions)
    - With the ability to convert the raw data into activity counts, which can be used to determine time spent in sleep, sedentary, and physical activity as well as step counts.
    (g) Chargeable using either a power outlet or USB
    (h) Not display data to user or provide any user feedback
    (i) Be pre-programmable in advance using software (i.e. No user input after device initialization)
    (j) Not have any external activation buttons
    (k) Have a battery life of a minimum of 20 days 
    (l) Store data for a minimum of 90 days
    - Data must be retrievable even if battery dies.
    (m) Have the ability to disable wireless/Bluetooth features (if applicable)
    (n) Have the ability to do electronic data transfer from device to software via USB
    (o) Have the ability to be disinfected in between users using a product that kills bacteria (ex. Isopropyl alcohol)
    (p) Not require calibration
    (q) Demonstrate (publically available) scientific track record of providing valid, reliable, and consistent outputs in many populations (provide scientific journal articles)
    (r) Have a minimum 1 year warranty
    
    The Software must:
    (a) Be able to initialize the device 
    - set the start and end date/time of data collection period
    - set the collection resolution
    (b) Be able to download the data from the device
    (c) Be able to export the data into a .csv file (or equivalent file type)
    - Serial number, data collection resolution, data collection period, raw data, position, ambient light
    (d) Be compatible with Windows 7 64 bit and later versions
    
    The supplier must:
    (a) Provide software maintenance and support services (i.e. updates and upgrades, etc...), including those to remain compatible to Statistics Canada computer operating system (currently Windows 7 64 bit and later versions)
    (b) Provide telephone support during regular business hours, Monday through Friday, from 9:00 a.m. to 5:00 p.m., Eastern Standard Time
    (c) Have the rights to sell this type 2 medical device in Canada according to Health Canada regulations
    (d) Have ISO 13485:2016 certification for design, development, and manufacture of wearable monitoring devices for sleep and activity measurement.
    
    Rated Technical Criteria
    
    The device should have:
    (a) Been used for a minimum 2 years in large-scale population-based studies or in population-based surveillance and/or monitoring, in-line with other international or national surveillance systems (e.g., NHANES, ISCOLE, ICAD) (provide scientific journal articles)
    (b) Ability to wear device on the wrist on a non-invasive strap
    (c) Already published, publically available data analysis codes (algorithms) for statistical software programs (ex SAS, SUDDAN) used and validated by academic research community (provide references to analysis codes)
    
    The Contractor should provide:
    (a) Optional extended warranty (minimum of 3 years)
    (b) Optional repair/maintenance plan (minimum of 3 years)
    
    
    4. JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER 
    
    The proposed supplier is the manufacturer of the listed equipment. There is no known alternative meeting the minimum essential requirements listed above. The ActiGraph wGT3X-BT is the only device that is able to meet all of the CHMS needs. Not purchasing the device would result in Statistics Canada's inability to meets its needs, resulting in poor quality of data and increased costs. Statistics Canada needs to provide highly accurate, reliable physical activity, sedentary activity and sleep data from one waist worn device that can be compared to highly respected population based research studies such as ISCOLE and NHANES.
    
    
    5. PERIOD OF THE PROPOSED CONTRACT OR DELIVERY DATE 
    
    The proposed contract is for a period of 1 year from contract award date, plus an option to extend the contract period by up to two (2) additional one (1) year period under the same conditions.
    
    
    6. COST ESTIMATE OF THE PROPOSED CONTRACT
    
    The estimated value of the contract, including option(s), is $308,305.00 CAD (taxes extra)
    
    
    7. NAME AND ADDRESS OF THE PRE-IDENTIFIED SUPPLIER
    
    ActiGraph Corporation
    49 East Chase Street
    Pensacola, Florida 32502
    USA
    
    
    8. 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.
    
    
    9.  CLOSING DATE FOR A SUBMISSION OF A STATEMENT OF CAPABILITIES 
    
    Closing date and time for accepting written statements of capabilities for this requirement is 2:00 PM Eastern Standard Time (EST), November 12, 2019.
    
    
    10. INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES
    
    Inquiries and statements of capabilities are to be directed to:
    
    Robert (Bob) Dubé
    Supply Specialist
    
    Public Services and Procurement Canada (PSPC)
    Commercial and Alternative Acquisitions Management Sector
    Electrical and Electronics Products - Division - HN 
    140 O'Connor Street, 4th Floor, Room 4133
    L’ Esplanade Laurier, East Tower  
    Ottawa, Ontario K1A 0R5
    
    Telephone: (613) 296-1526
    E-mail address: robert.dube@tpsgc-pwgsc.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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Dubé, Robert
    Phone
    (613) 296-1526 ( )
    Email
    robert.dube@tpsgc-pwgsc.gc.ca
    Fax
    (613) 943-7620
    Address
    L'Esplanade Laurier
    East Tower, 4th floor
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Statistics Canada
    Address
    150 Tunney's Pasture Driveway
    Ottawa, Ontario, K1A0T6
    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
    Ontario (except 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: