Portable Data Acquisition System

Solicitation number W7701-176234/A

Publication date

Closing date and time 2016/12/07 14:00 EST

Last amendment date


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    PORTABLE DATA ACQUISITION SYSTEM
    
    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
    Public Works and Government Services Canada (PWGSC), on behalf of its client, Defence Research and Development Canada (DRDC), is proposing to negotiate the supply of a Portable Data Acquisition System.
    DRDC own a Dewetron DEWE2-A7 Portable Data Acquisition System to update instrumentation in its laboratories. In order to continue to update this instrumentation, DRDC wishes to acquire a second system identical or equivalent to DEWE2-A7. The new system must be compatible with the Dewetron DEWE2-A7 and be commercially available (COTS).
    
    The goal of having two identical systems will serve to:
    
    - Have a bank of modules for both systems.
    - Connect these two systems in order to have a system with remote inputs (which reduces the length of cable between the sensor and the acquisition system).
    
    The two acquisition systems will be used jointly in different laboratories for data acquisition during tests of :
    
    • Rocket engine with static pressure, dynamic pressure, forces, temperatures.
    • Measurement of dynamic pressures in rifle barrels.
    • Measurement of forces and pressures in a tri-sonic wind tunnel.
    
    Here are some types of sensors used:
    
    • ICP Piezoelectric Pressure Sensor
    • Pressure sensor with strain gauges
    • ICP piezoelectric force sensor
    • Thermocouples different types K, T, J
    • Rotary Encoder
    • Reading of different status sensors (TTL or 24vdc)
    
    
    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 meets the requirements of the requirement and that it includes the following components and/or specifications:
    
    
    Quantity required: 1 of each
    Portable all-in-one data acquisition system, rugged industrial design
    • 7slots for user exchangeable modules
    • 1x PCIe 1X interface 
    • 17"” full HD display, 1920 x 1080 pixels *(or an external port to connect a 17’’ full HD display)
    • Intel® CoreTM i7 processor, 4 GB RAM
    • 480 GB flash disk no moving parts, max. data throughput 100 MB/s
    • 7x USB, 1x LAN Ethernet, , 2x Firewire 1394a 
    • 1x external DVI socket, AUDIO interface
    •  Option to link with other DEWE2 system
    • Power supply 115 / 230 VAC
    • Microsoft® Windows® 7 operating system
    • With Acquisition software
    • Battery power supply with isolated DC 
    • 2 hours operation included
    
    6 channel module with isolated inputs for constant current (ICP®) sensors and voltage
    • 16-bit resolution, simultaneous sampling, 2 MS/s per channel
    • Freely programmable 2nd, 4th, 6th order low-pass filters 0.16 Hz high-pass filter
    • Measure modes: IEPE, voltage and current (via external shunt)
    • 14 programmable voltage ranges from ±5 mV to ±100 V
    • 4 / 8 mA IEPE constant current supply
    • Isolation 1500 V
    • Self-check functionality
    • Connectors: isolated BNC sockets
    
    8 channel universal analog input module
    • 24-bit resolution, simultaneous sampling, 204.8 kS/s per channel, anti-aliasing filters
    • Bandwidth DC to 77 kHz
    • Measure modes: bridge, voltage, IEPE, resistance, temperature and current
    • Programmable excitation voltage from 0 - 13 VDC, independent for each channel
    • Programmable excitation current from 200 ìA - 25 mA, independent for each channel
    • DC or AC coupling, 4 high pass filters 0.16, 0.5, 3.4 and 10 Hz
    • Bridge input: full bridge sensors 80 Ohm to 10 kOhm (@ excitation <=5 V)
    • Internal completion for 1/2 bridge sensors 80 Ohm to 10 kOhm
    • Internal completion for 1/4 bridge sensors 120 and 350 Ohm
    • Freely programmable ranges from ±1 to ±1000 mV/V or mV/mA
    • Automatic bridge offset adjustment up to approx. ±250 % of range
    • 2 internal shunts for shunt calibration
    • Voltage input: freely programmable ranges between ±10 mV to ±10 V
    • Differential or single-ended inputs
    • IEPE input: freely programmable ranges between 100 mV to 10 V, fixed constant current source 4 mA
    • Resistance input: freely programmable ranges between 10 Ohm to 30 kOhm
    • Temperature input: Pt100, Pt200, Pt500, Pt1000 or Pt2000 sensors
    • Complete self-check functionality and TEDS support
    • Connectors: 8 x RJ-45 sockets, mating connectors not included
    
    Digital input / output module
    • 8 x digital inputs and 8 x digital outputs, TTL level with 30V Over voltage protection, D-SUB-25
    • 2 TTL counter / encoder inputs on Lemo EPG.1B.307 Sockets
    • Resolution 32 bits, time base 80MHz, accuracy 10ppm
    
    8 channels thermocouples amplifier
    • thermocouples types: K,J,T,E,R,S,B,N,C
    • 12 samples / second / channel
    • Simultaneous sampling 
    • Connecting cable and termination
    
    
    Training 
    • Hands-on configuration, sensor setup, data recording (freerun and trigger mode), time base setting
    • Hands-on data analysis, math function, networking multiple systems
    
    4. Applicability of the trade agreement(s) to the procurement
    This procurement is subject to the following trade agreements:
    o Agreement on Internal Trade (AIT) 
    o North American Free Trade Agreement (NAFTA)
    
    5.   Government Contracts Regulations Exception
    The following exception(s) to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work".
    
    6. Exclusions and/or Limited Tendering Reasons
    The following exclusion(s) and/or limited tendering reasons are invoked under the (section of the trade agreement(s) specified):
    
    Agreement on Internal trade (AIT)
    Paragraph 506.12 (b) of the AIT applies in respect of limited tendering procedures when "for technical reasons, where there is an absence of competition for technical reasons and the goods or services can be supplied only by a particular supplier and no alternative or substitute exists;”.
    
    North American Free Trade Agreement (NAFTA)
    Section 1016.2 (b) of the NAFTA applies where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists;
    
     
    7. Justification for the Pre-Identified Supplier
    Dewetron manufactures the Portable Data Acquisition System, which combine all the unique and essential characteristics required by DRDC. Consequently, in accordance with government contracting policy, it is proposed that a contract be awarded to Gap Wireless Inc., which is, the only authorised reseller of Dewetron products in Canada and to our knowledge, the only firm capable of supplying the products.
    
    8.    Ownership of Intellectual Property
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    9.    Period of the proposed contract or delivery date
    The equipment must be delivered no later than twelve (12) weeks following the contract award.
    
    10.    Name and addressof the pre-identified supplier
    Gap Wireless Inc.
    2880, Argentia Road, Unit 8 & 9
    Mississauga, ON
    L5N 7X9
    Canada
    
    
    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 December 7, 2016 at 2:00 p.m. EST.
    
    13.Inquiries and submission of statements of capabilities
    Inquiries and statements of capabilities are to be directed to: 
        
    Name:          Alain Roy
    Title:          Procurement Officer
    Telephone:        (418) 649-2845
    Facsimile:      (418) 648-2209
    Email:     alain.roy.que@tpsgc.gc.ca
    
    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

    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)
    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
    Roy, Alain
    Phone
    (418) 649-2845 ( )
    Fax
    (418) 648-2209
    Address
    601 - 1550 Avenue d'Estimauville
    Québec
    Québec, Québec, G1J 0C7

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Procurement method
    Competitive – Open Bidding