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
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- 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 7300Montréal, Québec, H5A 1L6
Buying organization(s)
- Organization
-
Canadian Space Agency
- Address
-
6767 Route de l'AéroportSaint-Hubert, Quebec, J3Y 8Y9Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW_MTB.B130.F15866.EBSU002.PDF | 002 |
French
|
6 | |
ABES.PROD.PW_MTB.B130.E15866.EBSU002.PDF | 002 |
English
|
30 | |
ABES.PROD.PW_MTB.B130.F15866.EBSU001.PDF | 001 |
French
|
7 | |
ABES.PROD.PW_MTB.B130.E15866.EBSU001.PDF | 001 |
English
|
20 | |
ABES.PROD.PW_MTB.B130.F15866.EBSU000.PDF | 000 |
French
|
24 | |
ABES.PROD.PW_MTB.B130.E15866.EBSU000.PDF | 000 |
English
|
84 |
Access the Getting started page for details on how to bid, and more.