SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Eval. of the Impacts on Surface Run-off and groundwater flow on
permafrost and road embankment stabi

Solicitation number T8129-120006/A

Publication date

Closing date and time 2013/11/29 14:00 EST


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Government Objectives
    Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Université de Montréal
    C.P.,6128,Succursale Centre-ville
    Montreal Quebec
    Canada
    H3C3J7
    Nature of Requirements: 
    PWGSC file number: T8129-120006/A
    Contracting Authority: Bitsene, Marlène
    Telephone No. - (819) 956-1347 
    Fax No. - (819) 997-2229
    
    
    ADVANCED CONTRACT AWARD NOTICE (ACAN)
    
    TITLE: 
    
    EVALUATION OF THE IMPACTS OF SURFACE RUN-OFF AND GROUNDWATER
    FLOW ON PERMAFROST AND ROAD EMBANKMENT STABILITY
    
    
    NOTICE DESCRIPTION:
    
    1. Purpose
    
    Transport Canada (TC) has a requirement for the provision of
    services for the evaluation of the impacts of surface run-off
    and groundwater flow on permafrost and road embankment
    stability. The purpose of this Advance Contract Award Notice
    (ACAN) is to signal the government's intention to award a
    contract for these services to Université de Montréal, Montréal,
    Québec. Before awarding a contract, however, the government
    provides other suppliers with the opportunity to demonstrate
    that they are capable of satisfying the requirements set out in
    this Notice, by submitting a statement of capabilities during
    the fifteen calendar day posting period.
    
    If other potential suppliers submit statements of capabilities
    during the fifteen calendar day posting period that meet the
    requirements set out in the ACAN, the government will proceed to
    a full tendering process on either the government's electronic
    tendering service or through traditional means, in order to
    award the contract.
    
    If no other supplier submits, on or before the closing date, a
    statement of capabilities meeting the requirements set out in
    the ACAN, a contract will be awarded to the pre-selected
    supplier.
    
    
    2. Background
    
    Transport Canada (TC) is responsible for ensuring a safe,
    efficient and reliable transportation system in Canada's
    northern regions. The Department supports research and
    development activities to design, develop, and implement
    innovative technologies, tools, and best practices; improve and
    enhance knowledge and understanding of the impacts of climate
    change on the northern transportation system; improve the
    resiliency and adaptability of both existing and future northern
    transportation infrastructure and operations to climate change;
    and encourage the development of northern expertise. TC works
    collaboratively with provincial and territorial governments,
    academia, and private industry to ensure that limited northern
    resources are maximized and that the knowledge, best practices
    and adaptive solutions gained from this initiative benefit
    Canada's North.
    
    Permafrost is an integral component of the terrain in Canada's
    North and it often contributes to the underlying strength and
    stability of transportation infrastructure. As a result of
    climate change, transportation infrastructure in the North is
    becoming more susceptible to permafrost thaw and degradation. In
    addition to a warming atmosphere, the presence of water in the
    form of surface run-off and sub-surface flows increases the
    likelihood of permafrost degradation through advective heating.
    A better understanding of these processes will help determine
    the extent to which surface run-off and sub-surface flows
    contribute to permafrost degradation, and whether it is much
    larger than warming air temperature.
    
    3. Requirement
    
    Scope
    
    The work required is:
    
    - to develop numerical modelling tools;
    
    - to use these tools for a sensitivity analysis to study the
    effects of varying ground temperature and water temperature,
    discharge and turbulence on permafrost degradation; 
    
    - to summarize the results of the sensitivity analysis. The
    target audiences for the results are transportation planners and
    practitioners working in permafrost regions. The summary should
    include recommendations that support climate change adaptation
    solutions for transportation infrastructure and operations in
    these regions (e.g., new drainage system to prevent permafrost
    degradation); and
    
    - to ensure that numerical modelling outputs are effectively
    translated into user-friendly recommendations for planners and
    decision-makers as the guiding principle for this proposed
    project is to develop tools and knowledge that will ultimately
    help northern transportation planners and decision-makers manage
    their transportation infrastructure and operations in the
    context of changing climate. 
    
    Tasks / Technical Specifications
    
    The proposed Contractor must:
    
    - Calibrate and set up a controlled environment to study
    permafrost in environmental conditions (temperature and light
    conditions) similar to Canada's North;
    
    - Develop physical models of permafrost degradation induced by
    groundwater flow and thermo-erosion of ice wedges;
    
    - Characterize the thermal gradient at the ice-water boundary
    interface;
    
    - Develop innovative numerical thermal models to better
    understand the effects of changing environmental conditions
    (e.g., temperature, flow rate);
    
    - Use numerical simulations tools to study permafrost
    degradation by groundwater flow and thermo-erosion of massive
    ice caused by the infiltration of surface run-off water; and
    
    - Conduct sensitivity analysis studies to better understand the
    effects of varying ground temperature and water temperature,
    discharge and turbulence on permafrost degradation.
    
    Government Furnished Equipment / Information
    
    A copy of the "Publication Guidelines for Contractors (2013
    Edition)" will be provided to the proposed Contractor upon
    contract award. The document outlines specific report
    requirements (e.g., section requirements, formatting). The
    purpose of this document is to ensure all reports submitted by
    the Contractor are high quality and uniform.
    
    Deliverables
    
    Knowledge dissemination strategy: The dissemination strategy
    should highlight plans for sharing results of the proposed
    project. This would include identifying target audiences and
    dissemination vehicles (e.g., websites, conferences and
    workshops). For example, the proposed Contractor's summary
    presentation to subject matter experts from government
    (including TC), academia and private industry could be
    considered part of the dissemination strategy.
    Report summarizing the purchasing and setting up of laboratory
    environment to support testing and modelling activities
    Interim Report
    Draft of the Final Report
    Final Report
    Summary of Final Results/Findings Presentation.
    
    Minimum essential requirements
    
    Any interested supplier must demonstrate by way of a statement
    of capabilities that it meets the following requirements. The
    Principal Investigator requires the following qualifications and
    capabilities (at a minimum):
    
    - Must have at least 10 years of technical research experience
    in the subjects of geography and geomorphology with at least 8
    years of experience studying permafrost and the effects of its
    degradation on Canada's transportation infrastructure. This
    could be demonstrated by holding an advanced degree in either of
    these subjects (e.g., PhD) and/or through consultancy work. 
    		
    - Must be fluent in either of Canada's official languages.
    		
    - Must have ready access to human resources, knowledge
    resources,  and equipment to provide the deliverables outlined
    in the SOW within the stated timelines.
    		
    - Must have access to networks of researchers and practitioners.
    These networking opportunities could be used as forums to share
    research, improve researching capabilities, and could take the
    form of networks, research communities, conferences and
    permafrost-related workshops. The minimum number of cumulative
    researchers/practitioners for these networks is 200.
    		
    - Must have at least 8 years of technical research experience in
    studying surface and groundwater flows in permafrost regions, as
    well as the processes guiding thermo-erosion and permafrost
    degradation.
    
    - Must have 5 years of experience addressing the challenges
    facing northern transportation infrastructure, as it relates to
    climate change.
    
    - Must have at least 5 years of experience using numerical
    modelling software (e.g., COMSOL) and developing thermal
    numerical models for sensitivity analysis studies.
    
    - Must have ready access to a controlled laboratory environment
    where climatic conditions of Canada's North can be reproduced
    (i.e., temperatures between room/ambient and -40oC; and lighting
    conditions - the full spectrum of solar radiation).
    
    
    4. Contract Period
    
    From Contract Award to December 1, 2015.
    
    
    5. Estimated value
    
    The estimated contract value is $288,150.00, GST/HST included
    (if applicable).
    
    
    6. Justification for the Pre-selected Supplier
    
    The Pre-Selected Supplier is considered unique as it is the only
    known supplier with the  proposed Principal Investigator who has
    direct access to the Geocyosphere, a unique and controlled
    laboratory environment of université de Montréal that can mimic
    environmental conditions of Canadian permafrost regions. The
    proposed Principal Investigator also has extensive experience in
    very specialized fields as geomorphology, permafrost,
    thermo-erosion, and surface and groundwater flow in permafrost
    regions. 
    The Government Contracts Regulations (GCRs) section 6 (d)
    applies - only one person or firm is capable of performing the
    work.
    
    
    7. Trade Agreement
    
    The Agreement on Internal Trade is applicable to this
    procurement. 
    
    This requirement is excluded from the North American Free Trade
    Agreement (NAFTA) as per Annex 1001.1b-2, Section B, and the
    World Trade Organization - Agreement on Government Procurement
    (WTO-AGP) because R&D services are not listed in these trade
    agreements. The provisions of the Comprehensive Land Claims
    Agreements (CLCA) do not apply, as the services will not be
    performed within Comprehensive Land Claims Settlement areas. 
    The Procurement Strategy for Aboriginal business is not
    applicable, as the services will not be delivered to or for an
    Aboriginal population.
    
    
    8. Inquiries and Submission of Statement of Capabilities
    
    Suppliers who consider themselves fully qualified and available
    to meet the specified requirements may submit a statement of
    capabilities in writing to the Contracting Authority 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.
    
    
    Inquiries and statements of capabilities are to be directed to:
    
    Marlène Bitsene
    Science procurement directorate
    Acquisitions Branch
    11C1-10, phase III - Place du Portage
    11, rue Laurier 
    Gatineau, Québec
    K1A 0S5 Canada
    
    Telephone: (819) 956-1347
    Facsimile: (819) 997-2229
    E-mail: marlene.bitsene@tpsgc-pwgsc.gc.ca
    
    
    9. Closing date and time
    
    The closing date and time for accepting statements of
    capabilities is 
    November 29, 2013, 2:00 p.m. EST.
    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

    • Agreement on Internal Trade (AIT)

    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
    Bitsene, Marlene
    Phone
    (819) 956-1347 ( )
    Fax
    (819) 997-2229
    Address
    11C1, Phase III
    Place du Portage
    11 Laurier St. / 11, rue Laurier
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Transport Canada
    Address
    330 Sparks St
    Ottawa, Ontario, K1A 0N5
    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
    Ontario (except 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: