Test Cell Analysis Control System

Solicitation number K8A21-200244/B

Publication date

Closing date and time 2020/01/16 14:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Test Cell Analysis Control System
    
    K8A21-200244/B
    Courteau, Robert
    Telephone No. - (343) 550-1614
    
    Background:
    Environment and Climate Change Canada’s (ECCC) is required under the Canadian Environmental Protection Act (CEPA) Part 7 Division 5 to conduct exhaust emission measurements on ultra-low emission light duty vehicles ULEV).  The ERMS currently has a fully functional, automated light duty vehicle emissions test laboratory however the analysis control system is reaching the end of its useful life, and the objective is to replace the existing test cell  system with a current state-of-the-art system. 
    
    The Emissions Research and Measurement Section (ERMS) has the requirement for the supply and commissioning for one control system to integrate the existing analysis components necessary to conduct exhaust emission measurements of ULEVs according to the test procedures described in the relevant sections of the United States Code of Federal Regulations Title 40 Part 1066, inclusive of all system components, installation, commissioning, accessories, training, and technical documentation. 
    
    As this testing is being performed to support regulatory and research commitments of CEPA it is paramount that the instrumentation meets technical and reliability requirements and whose results are accepted by industry. 
    
    Test Cell Analysis Control System 
    
    1.0 Application Description
    
    The system must provide an automation analysis application for executing vehicle emission tests. The application shall provide integration, control and management functions to allow an appropriately equipped test cell to perform vehicle emission tests to legislative standards and for R&D purposes.
    
    The system shall enable the user to measure vehicle exhaust emissions collected in a sample bag, measure continuous dilute and modal emissions from alternative, gasoline and diesel fueled vehicles. This data is then used to provide the vehicle mass emissions produced by the vehicle under test according to the test executed and the regulatory requirements of that test. The system shall also allow the user to create custom testing programs.
     
    The system shall be provided with testing routines, procedures and analysis based upon the regulatory requirements of the World Light-Duty Test Procedures (WLTP) and 40 CFR 1066, as well as other global drive cycles. The system shall allow user developed drive and test cycles as well as vehicle shift schedules to be imported into the application.
    
    The system must include features to manage emission measurement analysis equipment during the test, record data, analyze recorded measurements and generate a report. 
    
    The system shall be provided with:
    • An integrated Driver’s Aid
    • Global Drive Cycles
    • Shift Schedules
    • Emission Test Execution
    • Test Results Reporting
    • Test Results Analysis
    • User Configured Graphics
    • User defined test execution
    • Quality control checks of the entire test cell, including the dynamometer and emissions measurement systems
    • Centralized management of configuration and results data
    
    The system shall be compliant with current regulations standard for:
    • USA according to EPA 40 CFR Part 86, 40 CFR Part 1066
    • World Harmonized Light Duty Test Procedures (WLTP)
    
    1.1 Features which must be included
    
    • Integrated Driver’s Aid as a configurable test cell resource
    • Clear indications for devices status, operations and measured values
    • Editors to configure the system and create new resources
    • Analysis to verify and trace results calculations
    • Analysis to generate an audit report of the calculations
    • The ability to editors and browse test definitions, test cycles, fuels and vehicles
    • Drive trace completion status
    • Device operations and status
    • Display of test status
    • Progress through the test and time to completion
    • Continuous concentration data
    • CVS blower start/stop
    • Heat exchanger control if present
    • Flow selection based on test data, including flow setting on a per-phase basis
    • Bag sampling venturi selection (if present)
    • Bag preparation, sampling and reading
    • Management of clean/dirty bag sets
    
    1.2  Tests, Reported Results and Analysis
    
    Drive cycles to be included in the system:
    Table 1:  USA Test Procedures
    • EPA 75 4 Bag
    • EPA 75 3 Bag
    • EPA 75 2 Bag
    • EPA Highway Fuel Economy (HWFET) with Warm Up
    • EPA Highway Fuel Economy (HWFET)
    • EPA US06
    • EPA SC03
    • US06 Split Bag Test
    Table 2:  European Test Procedures
    • MVEG A (AT), (MT)
    • MVEG B (AT), (MT)
    • WLTP Class1
    • WLTP Class2
    • WLTP Class3a
    • WLTP Class3b
    1.3  Analysis and Test Reports
    
    The system shall provide data analysis and reports based upon the regulatory requirements chosen during the vehicle emission test. 
    
    Reports shall contain the following information:
    • Vehicle Test Header Information
    • Fuel data
    • Regulation Test Identification
    • Phase-based Mass and mass/distance results for:
    ? Bag Sample
    ? Continuous Dilute Sample
    ? Raw Continuous Sample
    • Continuous Mass results for:
    ? Continuous Dilute Sample
    • Phase-based Fuel Economy Results
    • Phase-based Particulate Mass Report
    • Phase-based Particulate Number Reporting
    • Driver Violation Report
    • Test Error Reporting
    • Analyzer Zero - Span Drift Reporting
    • Bag to continuous mass comparisons
    • Calibration and drift check results
    • CVS Mass Propane Injection Report (CFO)
    
     
    2  WORKSTATION COMPUTER HARDWARE
    
    The system shall be provided with all computer hardware needed to automate and synchronize the test sequences, calculations and results storage, it shall be provided with a suitable uninterruptable power supply (UPS) and have the following electrical approvals:
    
    • Underwriters Laboratories
    • Canadian National Standard/CSA
    The system shall be provided in a workstation cabinet of at least 12U, 19” rack-mount space
    All communications between the control system and the auxiliary systems (CVS, Analyzers, particulate samplers etc) shall be of the type serial network, LAN or CANbus with a communication protocol (i.e MODBUS, AK etc) that is openly available or made available to ECCC so that ECCC can configure the auxiliary equipment to communicate to the control system themselves. Control system must be able to communicate with industry standard exhaust gas analyzers, particulate sampling systems and other commonly utilized exhaust emission measurement systems using either the AK protocol or a suitable combination of analog and digital signals.
    
    3  DRIVER AID EQUIPMENT
    3.1 : Driver Aid Monitor
    
    Preference will be given to a Wireless driver aid monitor with in-vehicle mounting devices and a
    wireless pendant although hard wired option will be deemed acceptable. The display will be capable of being placed directly in front of the driver. 
    
    3.2  Driver Aid Overview
    • Trace scrolling display, top to bottom
    • Zero speed, left side of display
    • Driver violation message window
    • Driver message window
    • Trace tolerance error lines
    • Gear Shift Creator, Editor and Importer
    • Trace Creator, Editor and Importer
    • Transmission shift window and gear position message
    • Alarm window display
    • MPH or KPH Scaled Display based upon Test Type
    • Interface to any dynamometer, with support for analog or frequency-based speed feedback signals
    • Display chart-based target and actual speed
    
    4 Upgrades to system 
    ECCC will be provided either a lifetime or subscription based method to maintain the integrity of the system in terms of enhancements in the form of:
    Patches/ Updates:
    • Any Minor or Major Release
    • Packages of Features
    • Bug Fixes
    In order to:
    • Provide new functions
    • Improve robustness
    • Provide compatibility to actual software components like WINDOWS versions
    .
    
    Installation
    Installation must be completed at 335 River Road, Ottawa, Ontario. Installation must be conducted within 15 business days of equipment delivery. Arrangements for date/time to be made with the Technical Authority.
    
    Manuals
    
    One complete set (hard or softcopy) of user documentation must be supplied in English.
    
    Optional Training Requirement
    
    Training will be done on-site (335 River Road, Ottawa, Ontario) over 4 days. User training must be provided in English for up to four (4) users. The training must enable the ECCC analyst to carry out basic operations, general applications, and routine maintenance and troubleshooting of the system. All costs associated with the on-site training must be included in the price. 
    
    Training must be conducted within 20 business days of equipment delivery.
    
    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

    • 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)

    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
    Environment 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
    001
    English
    9
    001
    French
    2
    000
    English
    23
    000
    French
    6

    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
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest 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: