Portable solar-tracking Fourier-Transform Infrared Spectrometer

Solicitation number K3D42-220324/A

Publication date

Closing date and time 2021/09/16 14:00 EDT

Last amendment date


    Description
    Trade Agreement: 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: 
    BRUKER LTD.
    2800 Highpoint Drive, Suite 206
    Milton Ontario
    Canada
    L9T6P4
    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 
    
    2.1 Environment and Climate Change Canada (ECCC), Climate Research Division has a requirement for the supply of one Portable solar-tracking Fourier-Transform Infrared Spectrometer (FTIR).
    
    2.2  OPTIONAL GOODS:  
    ECCC may require up to 3 additional FTIRs over the next 2 years.
    
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    
    Compact and rugged design, total weight (including tracker) below 35kg and size smaller than 0.2m3. 
    
    Note: Requirement for additional cooling, chillers or LN2 cooling is not acceptable as these mobile instruments will be used in remote areas of Canada e.g. Fort McKay First Nation Community/Oski-otin site (Northern Alberta), where LN2 cannot be provided frequently and where ECCC does not have infrastructure to maintain a LN2 storage. Additional chillers are not acceptable as they would require additional power to be operated, which is not available at remote locations
    
    Automatic integrated/integrateable solar tracker with optical feedback system for auto-alignment (e.g. camera-based tracker);
    
    Option for power supply for at least one day of measurements in remote areas without access to electricity grid (e.g. through battery pack provided by manufacturer). Portable generators emitting greenhouse gases are not acceptable;
    
    Integrated detectors for column-averaged gas dry air mole fraction (DMF): XCO2, XCH4, XCO (and optional XN2O) for solar spectroscopy (NIR or MIR range). DMF must be calculable based on O2 total columns measured in the same instrument;
    
    Demonstrate repeatability of measurements of XCO2<0.3ppm, XCH4<2ppb across multiple instruments over at least one year of measurements (through peer-reviewed publications).
    
    Spectral resolution better than 0.5 cm-1 apodized
    
    At least 24 bit dynamic range for A/D converter; integrated acquisition processer is required;
    
    Frictionless design of interferometer bearing (no maintenance requirements)
    
    No lasers can be included in the spectrometer above safety class 1
    
    Software for operating tracker and FTS has to be included
    
    Data has to be provided in format to allow analysis using TCCON (Total Carbon Column Observing Network) standard software suite GGG;
    
    Remote operation must be possible and FTS controlled by integrated computer or laptop
    
    Provide manuals  in English and French that outlines set up instructions
    
    4. Applicability of the trade agreements to the procurement 
    This procurement is subject to the following trade agreements: 
    Canadian Free Trade Agreement (CFTA), 
    Canada-Chile Free Trade Agreement (CCFTA)
    Canada-Colombia Free Trade Agreement
    Canada-Honduras Free Trade Agreement
    Canada-Korea Free Trade Agreement
    Canada-Panama Free Trade Agreement
    Canada-Peru Free Trade Agreement (CPFTA)
    
    5. Justification for the Pre-Identified Supplier 
    The Climate Research Division currently uses four EM27/SUN for total column observations of XCO2, XCO and XCH4. The Bruker EM27/SUN spectrometers are also currently used within the World Meteorological Organization's Global Atmospheric Watch (WMO-GAW) community, the global collaborative carbon column observing network (COCCON) and at academic institutions in Canada. Using this same instrument allows to perform measurements compatible to COCCON and WMO-GAW recommendations as outlined in the report on the 19th WMO/IAEA Meeting on Carbon Dioxide, Other greenhouse Gases, and Related Measurement techniques (GGMT-19) as well as allow collaboration with Canadian Universities on projects supporting activities of the Canadian Space Agency (CSA).
    Bruker Ltd. has patented key elements of the EM27/SUN spectrometer design and uses proprietary software. The use of the instrument or data (and created IP) by ECCC is not limited.
    
    The ruggedness and portability of the instrument is critical for its use at different ECCC locations and during field campaigns. The permanent alignment, wear-free design and remote diagnostics ensure compatible measurements within the ECCC network and avoid frequent (and costly) maintenance.
    
    6.   Government Contracts Regulations Exception 
    The following exception 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 exclusions and/or limited tendering reasons are invoked under the:
     
    Canadian Free Trade Agreement (CFTA) - Article(s) 513 (b): (ii) and (v) 
    
    8. Period of the proposed contract or delivery date All goods must be delivered on or before 30 January 2022. Optional goods must be delivered within 12 weeks of exercising the option.
    
    9. Name and address of the pre-identified supplier 
    Bruker Ltd.
    2800 Highpoint Drive, Suite 206
    Milton, ON  L9T 6P4
    
    10. 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.
    
    11. Closing date for a submission of a statement of capabilities 
    The closing date and time for accepting statements of capabilities is indicated in the posting. 
    
    12. 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
    E-mail address: lori.rombough@pwgsc.gc.ca
    
    Delivery Date: 30/01/2022
    
    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

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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) 483-9035 ( )
    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
    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: