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)

Snow Depth Sensor

Solicitation number K3D33-180423/A

Publication date

Closing date and time 2017/11/17 13:00 EST


    Description
    Trade Agreement: NONE
    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: 
    Campbell Scientific (Canada) Corp.
    14532 - 131 Avenue NW
    Edmonton Alberta
    Canada
    T5L4X4
    Nature of Requirements: 
    
    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. Definition of the requirement 
    Environment and Climate Change Canada (ECCC) has a requirement for the supply of 250, with an option to purchase an additional 250, Snow Depth Sensors and installation components used to measure the height of snow pack above ground.  Standard installation is 2 metres over a custom designed target that is 4’ x 4’ square.  The sensor must measure snow on as much of the target area as possible.
    
    The purchase is to include a firm quantity of 250 each:
    1/  Snow depth sensor SR50A; 
    2/  SR50A installation cable; and
    3/  SR50A installation mounting stem.
    
    The SR50A is a direct replacement successor to the discontinued SR50 sensor that ECCC initially procured in large quantities under multi-year contract KM044-04-5128 until 2007.  Beginning in July 2015, SR50A were procured under the now expired National Master Standing Offer E60PV-09LS00/064/PV. A sole source bridging contract is required for continuity of supply during the re-procurement process.   
    
    The SR50A uses the same core measuring element as the SR50but is constructed using updated components.  Specifications and opera tion of the SR50A are nearly the same as the SR50.  Because of that interchangeability, ECCC adopted and approved the SR50A as a replacement for use in surface weather stations across Canada.
    
    The SR50A is compatible with the existing ECCC automatic weather stations, datalogging programs, data ingest, and QA processes at the National Data Management System.  Any changes to sensor manufacturer/model will require approximately 12 months to assess the performance characteristics of the sensor, create and test·data logger as well as OMS integration.  
    
    
    SR50A sensors are required for sparing of the 700 in-service SR50 sensors when non-repairable failure occurs, as well as to improve snow reporting by increasing the number of sensors from one to three per weather station.  The increased number of sensors per sites, measuring various areas of the site, improves data quality by calculating an average snow pack when drifting or scouring under a single sensor  can otherwise be mis-representative. 
    
    The performance of the equipment must not be affected by adverse weather conditions.  The sensors should be able to be left in the field for 2 years before any field maintenance.  Increased maintenance frequency is allowable in harsh coastal environments.
    
    3. Any interested supplier must demonstrate by way of a statement of capabilities that its system meets the following requirements: 
    
    • Compatible Dataloggers: CR3000EC
    • Power Requirements: 9 to 18 Vdc
    • Power Consumption: 250mA at 12Vdc
    • Measurement Range: 0.5 to 10 metres
    • Accuracy: ±1 cm or 0.4% of reading, whichever is greater
    • Resolution: 0.25 mm
    • Beam Acceptance: approximately 30°
    • Operating Temperature: -45° to +50°C
    • Data Message: Distance from target in metres
    • Data Output Format: SDI12 version 1.3
    • Maximum Cable Length: 60 metres by SDI12
    • Certfication Compliances:  EN61326:1998 or later, and minimum CE RoHS 2011/65/EU 
    • Dimensions: Length 10.1 cm, Diameter 7.5 cm
    • Weight: 375 grams
    • Meantime Between Failure:  Minimum 20 years
    • Service History: Must have been deployed in a field application in at least 100 units, in one or more government or commercial agencies for at least two years.  The supplier must provide proof of service performance history.
    
    4. Applicability of the trade agreements to the procurement 
    This procurement is subject to the following trade agreement(s) 
    o Canadian Free Trade Agreement (CFTA) 
    o World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    o North American Free Trade Agreement (NAFTA)
    o Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    
    5. Justification for the Pre-Identified Supplier 
    Campbell Scientific  Corporation (CSC)  is the sole manufacturer of the SR50A and owns the Intellectual Property for this product. 
    
    6. Government Contracts Regulations Exception 
    The following exception(s) to the Government Contracts Regulations is (are) 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 exclusion(s) and/or limited tendering reasons are invoked under the: 
    
    CFTA, Article 513, paragraph 1.(b) and 1.(c) are applicable on the basis of limited tendering due to compatibility with existing products, to recognize exclusive rights, such as exclusive licenses, copyright and patent rights, or to maintain specialized products that must be maintained by the manufacturer or its representative, and when there is an absence of competition for technical reasons and the goods or services can be supplied only by a particular supplier and no alternative or substitute exists.
    
    Articles 1016.2(b) and 1016.2(d) of NAFTA are applicable on the basis of limited tendering due to reasons where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists, for additional deliveries by the original supplier that are intended either as replacement parts or continuing services for existing supplies, services or installations, or as the extension of existing supplies, services or installations, where a change of supplier would compel the entity to procure equipment or services not meeting requirements of inter changeability with already existing equipment or services, including software to the extent that the initial procurement of the software was covered by this Chapter.
    
    World Trade Organization - Agreement on Government Procurement (WTO-AGP) Article XV1.(b) when, for works of art or for reasons connected with protection of exclusive rights, such as patents or copyrights, or in the absence of competition for technical reasons, the products or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists.
    
    Canada-European Union Comprehensive Economic and Trade Agreement - b.if the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
     
    ii) the protection of patents, copyrights or other exclusive rights; and
    iii) due to an absence of competition for technical reasons;
    
    8. Ownership of Intellectual Property 
    Campbell Scientific Corporation (CSC) owns the Intellectual Property rights and is the sole manufacturer of the SR50A and installation components.  
    
    9. Period of the proposed contract or delivery date 
    The equipment must be delivered by 30 March 2018. The contract includes optional quantities to be delivered within x days of exercising the option. 
    
    10. Name and address of the pre-identified supplier 
    
    Campbell Scientific (Canada) Corp.
    14532 131 Avenue NW
    Edmonton, AB T5L 4X4
    
    11. Suppliers' right to submit a statement of capabilities 
    Suppliers who consider themselves fully qualified and available to provide the goods 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.
    
    12. Closing date for a submission of a statement of capabilities 
    The closing date and time for accepting statements of capabilities is  
    Inquiries and submission of statements of capabilities 
    Inquiries and statements of capabilities are to be directed to: 
    Lori Rombough, Supply Specialist
    Public Works and Government Services Canada
    Acquisitions Branch
    86 Clarence Street
    Kingston, ON   K7L 1X3
    Telephone:  613-545-8061
    Facsimile:  613-545-8067
    E-mail address: lori.rombough@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

    • No trade agreements are applicable to this solicitation process

    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
    Rombough, Lori
    Phone
    (613) 545-8061 ( )
    Email
    lori.rombough@pwgsc-tpsgc.gc.ca
    Fax
    (613) 545-8067
    Address
    Kingston Procurement
    Des Acquisitions Kingston
    86 Clarence Street, 2nd floor
    Kingston, Ontario, K7L 1X3

    Buying organization(s)

    Organization
    Environment 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: