Modified Marine Rader (Bird Tracking)

Solicitation number K2A50-130002/A

Publication date

Closing date and time 2013/11/08 14:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Modified Marine Radar Detection System
    K2A50-130002/A
    Podlesny, Sebastian
    
    Environment Canada has a requirement to purchase one (1)
    modified Marine Radar Bird Detection systems (MRBDS) for
    detecting birds and other biological targets. This radar will be
    used for research and monitoring programs related to bird
    migration, for calibration of weather radars for detecting
    birds, and also to evaluate various protocols for monitoring.
    The marine radar unit is also required to assist in the
    development of Environmental Prediction Capacity for mapping
    bird movements in space and time (in conjunction with
    large-scale weather radars), and to monitor movements of birds
    in relation to wind turbines and other hazards to birds such as
    towers and lit buildings.
    
    The requirement is subject to the provisions of the World Trade
    Organization Agreement on Government Procurement (WTO-AGP), the
    North American Free Trade Agreement (NAFTA), and the Agreement
    on Internal Trade (AIT).
    
    Basis of Selection
    
    A bid must comply with the requirements of the bid solicitation
    and meet all mandatory technical
    evaluation criteria to be declared responsive. The responsive
    bid with the lowest evaluated price will be 
    recommended for award of a contract.
    
    Mandatory Technical Criteria
    
    Bidders must provide a statement confirming their compliance
    with each of the mandatory criteria (M1 through M6). Bidders
    should include a description of how their system meets each of
    the criteria. Bids that do not include a statement of compliance
    for each mandatory criterion will be deemed non-responsive.
    
    M1. The Antenna must have a horn-fed parabolic dish 60-70cm wide
    producing a beam with half-power width in the range 2.5-3.5
    degrees, with a gain of at least 30db.  The dish must be
    operable in winds up to 80km/h (and survive winds up to 120km/h
    without damage), in any precipitation, and a temperature range
    of -30 to +40 degrees as outlined in Section 4.1 of the
    Statement of Requirement (SOR).
    
    M2. The antenna must be remotely tiltable during operations,
    using software control, so that it can be adjusted to scan at
    different angles as outlined in Section 4.2 of the SOR.
    
    M3.  The transceiver must be housed and weatherproofed so that
    it can operate outdoors in all types of weather (i.e., any
    precipitation, winds of up to 80km/h, and over a temperature
    range of -30 to +40 degrees Celsius) as outlined in section
    4.3.3 of the SOR.
    
    M4.  The transceiver must operate on a single 12 VDC power
    supply and draw no more than 10 amps, and for a total power
    dissipation is 120 watts or less, in order to allow for
    operation in remote locations (i.e. here power is generated
    on-site from, for example, solar panels, a small wind turbine,
    or a small gasoline generator) as outlined in section 4.3.4 of
    the SOR.
    
    M5.  The raw output from the radar must be fully accessible and
    able to be processed by the Open Source software package RadR
    (https://radr-project.org/) as described in section 4.4.3 of the
    SOR.
    
    M6. The licensing of the tilter software interface (not
    including the operating system) must permit full and
    unrestricted use of the tilter radar system by 3rd party
    applications (including RadR), without fee and in perpetuity. 
    The license must also allow for unlimited redistribution of
    those library and executable binary files and header text files
    necessary to build and run 3rd party applications  (including
    RadR), that make full use of the tilter radar system as outlined
    in section 4.4.3.7 of the SOR.
    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
    • Agreement on Internal Trade (AIT)
    • 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
    Podlesny, Sebastian
    Phone
    (819) 956-0077 ( )
    Fax
    () -
    Address
    11 Laurier St. / 11, rue Laurier
    8C2, Place du Portage
    Gatineau, Québec, 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.

    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)
    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: