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)
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
- Podlesny, Sebastian
- Phone
- (819) 956-0077 ( )
- Fax
- () -
- Address
-
11 Laurier St. / 11, rue Laurier
8C2, Place du PortageGatineau, 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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__QF.B091.E24039.EBSU000.PDF | 000 |
English
|
46 | |
ABES.PROD.PW__QF.B091.E24039.EBSU002.PDF | 002 |
English
|
11 | |
ABES.PROD.PW__QF.B091.E24039.EBSU001.PDF | 001 |
English
|
11 | |
ABES.PROD.PW__QF.B091.E24039.EBSU003.PDF | 003 |
English
|
6 | |
ABES.PROD.PW__QF.B091.F24039.EBSU003.PDF | 003 |
French
|
0 | |
ABES.PROD.PW__QF.B091.F24039.EBSU001.PDF | 001 |
French
|
0 | |
ABES.PROD.PW__QF.B091.F24039.EBSU000.PDF | 000 |
French
|
4 | |
ABES.PROD.PW__QF.B091.F24039.EBSU002.PDF | 002 |
French
|
0 |
Access the Getting started page for details on how to bid, and more.