Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Friday, May 24, 7:00 pm until 11:00 pm (Eastern Time) 

  • Sunday, May 26, 7:45pm until 9:45 pm (Eastern Time) 

Wearable Blast Pressure Sensors

Solicitation number W3048-20KH35/A

Publication date

Closing date and time 2020/01/08 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: 
    Critical Solutions International
    2284 Clements Ferry Road
    Unit A
    Charleston South Carolina
    United States
    29492
    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 
    
    In support of its research the Department of Department of National Defence has a requirement to establish a Standing Offer for the supply of Body Worn Blast Gauges which will record low-level blast exposure for personnel during training and operations. The objective of the blast exposure tracking research is to provide an unobtrusive body-worn environmental pressure monitoring sensor(s) and associated data management software and hardware which will enable DND personnel and their support staff to remain aware of overpressure exposure.
    The contractor must provide the B3 wearable blast overpressure gauges (BGG7) and related components (BGK7 USB Hub kit, software/app), or equivalent, on an as-and-when-needed basis over a five years period:
    
    i.  Items to be provided:
    1. Wearable blast overpressure gauges (BGG7)
    2. BGK7 USB Hub kit
    3. Software and/or APP
    (b)  The contractor must provide software support for the life of the contract.
    (c)  The contractor must provide a manufacturer's warranty.
    (d)  Delivery of hardware and / or software must not exceed 2 month once an order is placed.
    
    Immediate requirement is for up to 100.   
    Anticipated quantities are 100 sensors per year, on an as and when requested basis, over the next 5 years.
    
    3.Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    
    4. Any interested supplier must demonstrate by way of a statement of capabilities that its product meets the following requirements: 
    
    1. General Requirements 
    (a)  The blast gauges must be commercial-off-the-shelf.
    (b) The blast gauges must have been previously procured and put in service by a national military.
    
    2. Physical Requirements 
    (a)  The blast gauges must not weigh more than 50 grams per gauge.
    (b) The blast gauges must have physical dimensions of no more than 50 mm wide, by 50 mm long by 30 mm tall.
    (c)   The blast gauges must be manufactured in an overall subdued black colour.
    (d)  The blast gauges must be easily mounted on the user's clothing and / or combat equipment.
    (e) Mounting the blast gauges must not require the use of special tools, nor require modifications to the user's clothing or equipment.
    (f)   The device used for mounting the gauge on the users equipment (eg: strap, clip, etc.) must                   be capable of retaining the blast gauge in place regardless of user movement.
    
    3. Functional Requirements 
    
    (a) The blast gauges must continuously function once activated, and must not require any user interaction to initiate blast overpressure recording (eg: push of a button).
    (b) The blast gauges must incorporate a motion sensing function such that the devices will go into "sleep mode" if they detect no movement after 30 minutes. This function should be user programmable so it can be turned off if required.
    (c) The blast gauges must exit sleep mode automatically without requiring the user to do anything (eg: press a button) once movement is detected again.
    (d) Unless transmitting data, the blast gauges must not emit any RF signal of any kind.
    (e) The blast gauges must not emit noise or light of any kind unless commanded to by the user (eg: pressing a button for a battery test).
    
    4. Environmental Requirements 
    (a) The blast gauges must be capable of functioning in any environment where the operator is expected to use blast gauges.
    (b) The blast gauges must conform to MIL-STD-810G (or latest variant) for water and dust resistance.
    (c) Blast gauges must be corrosion resistant for the following fluids:
    i. Petroleum products such as fuels, oils and lubricants
    ii. Weapon cleaning products (eg: CLP)
    iii. Blood
    iv. Sweat
    (d) Blast gauges must be capable of withstanding up to 110 psi.
    (e) Blast gauges must be capable of withstanding up to 100 g.
    
    5. Power Requirements 
    (a) The blast gauges must have their own internal power source.
    (b) The blast gauge battery must last for at minimum 1 year once activated under normal operating conditions. Note that normal operating conditions are that the gauges are recording data for 20% of their operational life.
    (c) The blast gauges should have a non-activated shelf life of up to 5 years.
    
    2.3.6 Recorded Blast Data Requirements 
    (a) The blast gauges must have a user programmable threshold setting below which no recording takes place, and above which recording of blast over pressure occurs.
    (b) The blast gauges must be capable of accurately recording blast over-pressures of 0.5 psi to 110 psi with 0.05 psi increments over ambient pressure.
    (c) The blast gauges must be capable of recording up to a minimum of 200 full blast waveforms each lasting up to 25 ms.
    (d) The blast gauges must date and time stamp each overpressure recording.
    (e) The blast gauges must stamp each overpressure recording with an alphanumeric number that is unique to the user. The alpha numeric number must be user programmable.
    (f) Must only enable access to the data when connect by a cable or when a Bluetooth connection is established by a data administrator (i.e. not allow any system enable wireless data connection).
    (g) Recorded blast data must be transferable from the gauges to an Android-based phone or tablet.
    (h) Recorded blast data must also be transferable from the Android device to a Windows-based personal computer in a format that is easy to import into common Microsoft spreadsheet and database programs (eg: excel and access).
    The gauges themselves and any android software on the tablet or phone must not require connection to the internet to function, and at no time should blast overpressure data be transferred to "the cloud", or to any computer outside that owned by DND.
    
    4.Applicability of the trade agreement(s) to the procurement 
    
    a.This procurement is subject to the following trade agreements: 
    b.Canadian Free Trade Agreement (CFTA)
    c.World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    d.North American Free Trade Agreement (NAFTA)
    Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    
    5.Justification for the Pre-Identified Supplier 
     
    Critical Solutions International, the worldwide distributor for B3 Blast Gauge System, is the only known supplier to be able to fully meet the required capabilities and specifications. The B3 power and functional requirements are critical to DND’s operational requirements.   
    
    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 exclusion(s) and/or limited tendering reasons are invoked under the: 
    
    Canadian Free Trade Agreement (CFTA) - Article(s) Article 513, 1b(iii) where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist due to an absence of competition for technical reasons;
    
    World Trade Organization Agreement on Government Procurement (WTO-AGP) - Article XV, (1b) 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;
    
    North American Free Trade Agreement (NAFTA)  Article North American Free Trade Agreement (NAFTA) Article 1016: Limited Tendering Procedures: 2. An entity may use limited tendering procedures in the following circumstances and subject to the following conditions:  
    (b) where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular
    
    Canada-European Union Comprehensive Economic and Trade Agreement (CETA)  Article(s) 19.12 1b(iii), 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: due to an absence of competition for technical reasons;
    
    8. Period of the proposed contract or delivery date 
    
    The immediate requirement of up to 100 must be delivered by 31 March, 2020.
    The proposed contract is for a period of 5 years, from January 20, 2020 to January 20, 2025
    
    9.Cost estimate of the proposed contract 
    
    The estimated value of the contract, including option(s), is $ 885,000.00  (GST/HST extra). 
    
    10. Name and address of the pre-identified supplier 
    
    Critical Solutions International
    2284 Clements Ferry Road
    Unit A
    Charleston
    SC 29492
    
    11. 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.
    
    12. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is 8 January, 2020, 2:00PM EST
    
    13.Inquiries and submission of statements of capabilities 
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Name:          Patrick Semple
    Title:         Supply Specialist
                   Public Works and Government Services Canada
                   Acquisitions Kingston
                   86 Clarence Street, 2nd Floor
                   Kingston, Ontario K7L 1X3
    Telephone:     613 530-3117
    Facsimile:     613-545-8067
    E-mail address:patrick.semple@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

    • 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
    Semple, Patrick
    Phone
    (613) 530-3117 ( )
    Email
    patrick.semple@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
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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: