Standoff Chemical Threat Detection Systems

Solicitation number W6399-19KE98/A

Publication date

Closing date and time 2019/06/19 14:00 EDT


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Bruker Daltonics Ltd.
    555 Steeles Ave. East
    Milton Ontario
    Canada
    L9T1Y6
    Nature of Requirements: 
    
    Standoff Chemical Threat Detection Systems
    
    W6399-19KE98/A
    Courteau, Robert
    Telephone No. - (343) 550-1614
    
    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
    
    DND has a requirement for the supply of quantity three (3) Standoff Chemical Threat Detector-Identifier (SCTDI) systems for conducting monitoring, detection and identification of airborne Chemical Warfare Agents (CWAs) and Toxic Industrial Chemicals (TICs) from a distance in areas of operation. 
    
    The Brüker RAPID, or equivalent, must meet requirements in accordance with MIL-STD-810G for ruggedization and MIL-STD-461 for electromagnetic interference and immunity. In addition, it must scan for said threats both while stationary and while on-the-move (i.e. on a moving vehicle).  The RAPID system must enable portable, real-time monitoring for chemical threats from distances of up to 1km, allowing advance warning before contact with chemical threats and thus enabling operators to don appropriate Personal Protective Equipment (PPE) and evacuate the area.
    
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    
    Any interested supplier must demonstrate by way of a statement of capabilities that its product/equipment/system (as appropriate) meets the following requirements: 
    
    3.1 Detection
    
    (a) General. The SCTDI:
    i. Must have detection and identification range of 1 km or better;
    ii. Must detect and identify CWAs and TICs in gas and vapor phases;
    iii. Must use a passive means of detection (i.e. must not use a laser).
    
    (b) Scanning. The SCTDI must have azimuthal scan range of 360o; 
    
    (c) Mobility. The SCTDI:
    i. Must detect and identify CWAs and TICs while stationary;
    ii. Must detect and identify CWAs and TICs while mobile (i.e. mounted on a vehicle) at speeds up to 12 km/h.; and,
    iii. Must detect and identify CWAs and TICs while mounted on civilian and military wheeled vehicles.
    
    3.2 Identification.
    
    The SCTDI:
    (a) Must detect and identify the CWAs listed in Appendix 1, item (i); 
    (b) Must detect and identify the TICs listed in Appendix 1, item (ii); 
    (c) Must have library of CWAs and TICs which is not ITAR-controlled.
    
    3.3 Remote
    
    (a) The SCTDI must use a remote laptop or tablet for control of the SCTDI;
    (b) The remote laptop must be able to control the detector from 10m away.
    
    3.4 Mounting
    
    (a) The SCTDI must come equipped with a tripod; 
    (b) Vehicle Mount
    i. The SCTDI must come equipped with civilian vehicle mounting hardware; 
    ii. The civilian vehicle mount must have mechanical shock and vibration absorption;
    iii. When assembled with the civilian vehicle mount, the total height must be 530mm or less; and,
    iv. The vehicle mounting hardware must allow it to meet the requirements of section 2.2.1.(c).
    
    3.5 Ruggedness/Environmental
    
    The SCTDI;
    (a) Must, in operational configuration, correctly perform its detection and identification functions following exposure to mechanical shock in accordance with MIL-STD-810G, Method 516.6; and,
    (b) Must, in operational configuration, correctly perform its detection and identification functions following exposure to dust and sand in accordance with MIL-STD-810G, Method 510.5, Procedure I.
    
    3.6 Electromagnetic Emissions
    
    The SCTDI (excluding laptop and batteries);
    (a) Must comply with MIL-STD-461F RE102 (or equivalent): Radiated Emissions, Electric Field, 10 kHz to 18 GHz.
    (b) Must comply with MIL-STD-461F RS103 (or equivalent): Radiated Susceptibility, Electric Field, 2 MHz to 40 GHz.
    (c) Must comply with MIL-STD-461F CE102 (or equivalent): Conducted Emissions, Power Leads, 10 kHz to 10MHz.
    (d) Must comply with MIL-STD-461F CS114 (or equivalent): Conducted Susceptibility, Bulk Cable Injection, 10 kHz to 200MHz.
    (e) Must comply with MIL-STD-461F CS115 (or equivalent): Conducted Susceptibility, Bulk Cable Injection, Impulse Excitation.
    (f) Must comply with MIL-STD-461F CS116 (or equivalent): Conducted Susceptibility, Damped Sinusoidal Transients, Cables and Power Leads, 10 kHz to 100 MHz.
    
    3.7 Power
    
    (a) The SCTDI must be powered from all of the following:
    
    i. 20 - 30 VDC sources;
    ii. 115 VAC (North American) and,
    iii. Rechargeable batteries.
    
    4. Applicability of the trade agreement(s) to the procurement
    
    This procurement is subject to the following trade agreement: 
    Canada Free Trade Agreement (CFTA)
    
    5. Justification for the Pre-Identified Supplier 
    
    The Brüker RAPID is the only product on the market which meets all of the operational requirements. The requirements in question are described below:
    
    1. Mandatory requirement for at least 75 TICs (ref. Chem Standoff Capability Rationalization, para 6); the RAPID is the only product with an adequate library (81 compounds and growing) of TICs which it can detect and identify to meet this requirement.
    
    2. Mandatory requirement for detection of blood agents Cyanogen Chloride and Hydrogen Cyanide. (ref. Chem Standoff Capability Rationalization, para 6). The RAPID is the only ruggedized (item 3, below) and passive detection product which is able to detect and identify these substances.
    
    3. Mandatory requirements for ruggedization against shock, vibration, humidity, and temperature extremes in addition to immunity to, and interfering with, other electronic equipment with respect to electromagnetic interference (ref. Chem Standoff Capability Rationalization, para 4). The RAPID is the only product which has been tested (and thus proven) according to MIL-STD-810G standards for shock, vibration, extreme temperatures, dust and sand and MIL-STD-461F standards while having hardware for civilian vehicle mounting (item 4, below) and able to detect blood agents (item 2, above).
    
    4. Mandatory requirement for an available civilian vehicle mount (ref. Chem Standoff Capability Rationalization, para 4). The RAPID is the only product available with hardware which makes it mountable on commercial civilian vehicles (such as SUVs and minivans) and recreational all-terrain vehicles, in addition to being easily dismounted and mounted on a tripod.
    
    6. Government Contracts Regulations Exception(s) 
    
    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. Quantity of the proposed contract
    
    Three (3) units.
    
    8. Name and address of the pre-identified supplier 
    
    Brüker Daltronic GmbH
    Zweigniederlassung Leipzig
    Permoserstraße 15
    04318 Leipzing, Germany
    
    9. 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.
    
    10. Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of capabilities is June 19th, 2019 at 14:00 EST.
    
    11. Inquiries and submission of statements of capabilities
    
    Direct all correspondence to:
    Robert Courteau
    Supply Specialist
    Public Works and Government Services Canada
    Commercial Consumer Products Directorate
    Suite 7153, 140 O’Connor Street, Ottawa, Ontario, Canada
    
    Telephone:  343-550-1614
    E-mail address: Robert.Courteau@tpsgc-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

    • Canadian Free Trade Agreement (CFTA)

    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
    Courteau, Robert
    Phone
    (343) 550-1614 ( )
    Email
    robert.courteau@tpsgc-pwgsc.gc.ca
    Address
    L'Esplanade Laurier
    140 O'Connor Street,
    East Tower, 7th Floor
    Ottawa, Ontario, K1A 0S5

    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
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding

    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: