ACCP Ph O ALI, SHOW, TICFIRE

Solicitation number 9F045-190490/A

Publication date

Closing date and time 2020/11/19 14:00 EST

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: The bidder must supply Canadian goods and/or services
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    AMENDMENT 002
    Answers bidder questions
    ------------------------------------------------------
    AMENDMENT 001
    See the request for proposal document.
    ------------------------------------------------------
    Project Title
    Feasibility study of the Aerosol Limb Imager (ALI), the Spatial Heterodyne Observations of Water (SHOW)  and the Thin Ice Cloud in Far InfraRed Experiment (TICFIRE), instruments for the Aerosols - Cloud, Convection, Precipitation (A-CCP) mission
     
    Description
    In late 2018 NASA began a three year study of two priority designated observables — Aerosols and Cloud-Convection-Precipitation (A-CCP) — to leverage the advantages of a single synergistic observing system. NASA invited the Canadian Space Agency to participate in a workshop concerning the A-CCP pre-formulation study. The CSA extended this invitation to scientists from Environment and Climate Change Canada (ECCC) and to scientists with relevant expertise from Canadian universities. The Canadian delegation to this workshop made a presentation about potential Canadian contributions to the mission.
    
    This was followed up by submission of technical information about potential Canadian instrument contributions to the A-CCP mission. These are: the Aerosol Limb Imager (ALI), the Spatial Heterodyne Observations of Water (SHOW), and the Thin Ice Clouds in Far InfraRed Experiment (TICFIRE).
    
    Initial NASA assessments have indicated that the Canadian instruments ALI, SHOW and TICFIRE will enhance baseline observations and may be accommodated on A-CCP spacecraft. 
    
    With this RFP, the CSA will undertake work by Canadian industry to carefully examine the current instrument concepts, the user and science requirements that were recently established by the Canadian science teams for each of these instruments on the A-CCP mission, the mission constraints imposed by NASA, and technology and design options in order to identify the optimal instrument concept, estimate costs and chart the path to technology readiness. One contract by stream will be awarded.
    
    Stream 1: For the Aerosol Limb Imager (ALI) instrument 
    Stream 2: For the Spatial Heterodyne Observations of Water (SHOW) instrument
    Stream 3: For the Thin Ice Cloud in Far InfraRed Experiment (TICFIRE) instrument
    
    Bidders can submit a proposal for each Stream.
    
    In the event they wish to submit bids for both Streams 1, 2 and 3, bidders must provide separate bids, and clearly identify on each bid (1, 2 or 3) for which Stream they are proposing their services. 
    
    Actual Available Budget
    Stream 1:
    The maximum funding available for the contract resulting from the bid solicitation for this stream is $500 000 (Applicable Taxes extra, as appropriate). Annex A (Statement of Work) includes a description of the work required. Bids valued in excess of this amount will be considered non-responsive. This disclosure does not commit Canada to pay the maximum funding available. A maximum of 1 contract is expected to be awarded within Stream 1.
    
    Stream 2:
    The maximum funding available for the contract resulting from the bid solicitation for this stream is $500 000 (Applicable Taxes extra, as appropriate). Annex A (Statement of Work) includes a description of the work required. Bids valued in excess of this amount will be considered non-responsive. This disclosure does not commit Canada to pay the maximum funding available. A maximum of 1 contract is expected to be awarded within Stream 2.
    
    Stream 3:
    The maximum funding available for the contract resulting from the bid solicitation for this stream is $500 000 (Applicable Taxes extra, as appropriate). Annex A (Statement of Work) includes a description of the work required. Bids valued in excess of this amount will be considered non-responsive. This disclosure does not commit Canada to pay the maximum funding available. A maximum of 1 contract is expected to be awarded within Stream 3.
    
    In this RFP, up to 3 (three) contracts are expected to be awarded. For additional information, please refer to Part 2, section 2.7 - Maximum Funding, of the bid solicitation.
    
    Period of Contract
    From the contract award up to 11 months.  
         
    Intellectual property
    Contractor to own Intellectual property
    
    Security Requirements
    There are no security requirements associated with this requirement. 
    
    Requirements- Controlled Goods Program (if applicable)
    This procurement can be subject to the Controlled Goods Program. The Defence Production Act defines Canadian Controlled Goods as certain goods listed in Canada’s Export Control List, a regulation made pursuant to the Export and Import Permits Act (EIPA).
    
    Trade Agreements
    This requirement is not subject to the trade agreements.
    
    Canadian Content
    The requirement is limited to Canadian services.
    
    Epost Connect
    IMPORTANT NOTICE TO SUPPLIERS RE. BID SUBMISSION REQUIREMENTS
    
    Due to the impacts from the COVID-19 pandemic, temporary measures are being taken on-site at the Québec Region Bid Receiving Unit to encourage social distancing. The health and safety of staff and suppliers remains our top priority. 
    
    Suppliers are required to submit bids electronically using the Canada Post epost Connect application for the subject bid solicitation. This service allows suppliers to submit bids, offers and arrangements electronically to PWGSC Bid Receiving Units. This online service enables the electronic transfer of large files up to Protected B level.
    
    Faxed, emailed and hard copy (submitted in person or via mail/courier) bids will not be accepted for the subject bid solicitation.
    
    Given current circumstances and network limitations, some active procurements may be delayed. To stay up to date on the status of specific procurements, please consult Buysandsell.gc.ca.
    
    This bid solicitation allows bidders to use the epost Connect service provided by Canada Post Corporation to transmit their bid electronically.  Bidders must refer to Part 2 entitled Bidder Instructions, and Part 3 entitled Bid Preparation Instructions, of the bid solicitation, for further information.
    
    Confidentiality of Contract Documents
    A “Non-Disclosure Agreement Contract” must be signed and sent to the Contracting Authority before having access to information by or on behalf of Canada in connection with the Work (refer to Annex F).
    
    Confidentiality of the Request for Proposal documents
    The “Mandatory Non-Disclosure Agreement (NDA) must be signed and sent to the Contracting Authority before having access to the optional reference documents (refer to 2.5 of the RFP). The consultation of these reference documents is optional to provide a proposal.
    Delivery Date: Above-mentioned
    
    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

    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
    Caty, Mélanie
    Phone
    (438) 340-1557 ( )
    Email
    melanie.caty@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    Place Bonaventure, portail Sud-Oues
    800, rue de La Gauchetière Ouest
    7e étage, suite 7300
    Montréal, Québec, H5A 1L6

    Buying organization(s)

    Organization
    Canadian Space Agency
    Address
    6767 Route de l'Aéroport
    Saint-Hubert, Quebec, J3Y 8Y9
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    002
    French
    6
    002
    English
    30
    001
    French
    7
    001
    English
    20
    000
    French
    24
    000
    English
    84

    Access the Getting started page for details on how to bid, and more.

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    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: