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) 

Cold Climate Railway Technologies

Solicitation number T8009-180251/A

Publication date

Closing date and time 2019/03/29 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    TRANSPORTATION TECHNOLOGY CENTER INC
    PO BOX 11130
    TEST CENTRE RD PROD LINE MGR SOFT.
    PUEBLO Colorado
    United States
    81001
    Nature of Requirements: 
    
    Cold Climate Railway Technologies
    
    T8009-180251/A
    Holvec, Monique
    Telephone No. - (647) 616-3991 
    
    1. Advanced 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
    
    Transport Canada (TC) has a requirement for a wide range of Research and Development (R&D) tasks relating to railway operations in cold climatic conditions. This requirement relates to the research and development of improved procedures and materials, and the application of innovative technologies for efficient and safe operation of railways in cold climatic conditions. 
    
    The work involves various anticipated R&D program elements, such as, but not limited to:
    
    - The evaluation of premium rail steels for performance in winter conditions;
    - The evaluation of premium insulated joints for performance in both regular and winter conditions;
    - The evaluation of seasonal substructure to characterize seasonal degradation of subgrade due to cycles of freeze-thaw;
    - Investigating alternate treatments and materials for cross ties in cold weather applications;
    - The evaluation of innovations to mitigate frozen switch issues and improve turnout design;
    - The evaluation of rail lubrication and friction control in for applications in all-season and cold weather conditions.
    
    The outcome of this work aligns with the Transport Canada’s strategic research priorities focused on improving the performance, reliability and safety of railway infrastructure, locomotives and rolling stock in cold environments. This research and development activity continues to address cold weather operations which are problematic for the rail industry and have proven to be a major issue in the transportation of grain and other strategic commodities in previous winter seasons. With 48,000 route kilometres of track, Canada has one of the most extensive rail networks in the world. Railways operating in Canada face extreme winter conditions including cold temperatures, snow, ice and high winds. These conditions affect the safety of railway employees, reduce operational efficiency and cause delays affecting the entire transportation supply chain. For the Canadian rail sector to be competitive in an increasingly global environment, there is a need for the sector as a whole to better adapt to more effectively operate in harsh winter conditions. The research conducted will help the rail industry prioritize and optimize procedures that will improve the reliability of operations and the resilience of the overall railway system.
    
    3. Criteria for Assessment of the Statement of Capabilities         (Minimum Essential Requirements)
    
    3.1 Interested suppliers must demonstrate that they meet the requirements outlined below by submitting a portfolio of a minimum of ten (10) peer-reviewed research publications. Through the peer-reviewed research publications, interested suppliers must demonstrate experience and expertise undertaking the  following tasks:
    
    3.1.1 Testing and evaluating railway infrastructure and equipment in laboratory and field environments including testing of rail steel and insulated joint performance, alternative track materials for cold weather applications, switch operations and maintenance, and seasonal subgrade behaviour; 
    
    3.1.2 Developing test programs for evaluating the effects of heavy axle load (HAL) traffic on track infrastructure and the use of new technologies to monitor and enhance track infrastructure and         train operations;
    
    3.1.3 Interacting with rail related government regulatory agencies, academia, and other private sector organizations, managing high-value rail technical projects with competing concurrent tasks; and
    
    3.1.4 Publishing railway technical material and presenting this work at Canadian and international railway seminars and conferences.
    
    3.2 The supplier must submit a work-plan to demonstrate their experience in or proposed plan to work in collaboration with regulatory bodies and Class 1 railway operators to conduct testing of cold weather operations for track infrastructure and equipment in revenue-service environments.
    
    4. Applicability of the trade agreement(s) to the procurement
    
    This procurement is subject to the following trade agreements:
    
    -  Canadian Free Trade Agreement (CFTA)
    
    5. Justification for the Pre-Identified Supplier
    
    It is believed that there is no other supplier that:
    
    1) has the ability and resources to collaborate with Transport Canada and industry on an undertaking of this scale and scope,  as defined in Section 2 (i.e., multiple concurrent test programs in several sections of Class 1 railway mainlines through all-weather conditions);
    
    2) possesses the necessary technical expertise in the testing and  evaluation of improved materials and procedures for cold weather railway operations; and
    
    3) has established partnerships with Class 1 railway operators to conduct testing materials and technologies on revenue-service track.
    
    6. Government Contracts Regulations Exception(s)
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6 (d) only one person is capable of performing the work. 
    
    7. Exclusions and/or Limited Tendering Reasons
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the 
    
    Canada Free Trade Agreement (CFTA), Article 513.2 (iii), "due to an absence of competition for technical reasons".
    
    8. Ownership of Intellectual Property
    
    Ownership of any intellectual property arising out of the proposed contract will vest in the contractor. The contractor will grant the Government of Canada a non-exclusive, worldwide, perpetual, royalty-free license for the use of Intellectual Property for non-commercial purposes.  
    
    9. Period of the proposed contract or delivery date
    
    The proposed contract is for a period of 12 months, from May 1, 2019 to April 30, 2020 with 4 optional 1 year periods.
    
    10. Cost estimate of the proposed contract
    
    The estimated value of the contract, including options, is estimated to be approximately $1,000,000 (GST/HST extra).
    
    11. Name and address of the pre-identified supplier
    
    Transportation Technology Center, Inc.
    55500 DOT Road
    Pueblo, CO 81001
    
    12. 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.
    
    13. Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of capabilities is March 29, 2019. 
    
    14. Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    
    Monique Holvec
    Supply Specialist 
    Acquisitions 
    Public Works and Government Services Canada - Ontario Region
    33 City Centre Dr., Ste. 480, Mississauga, ON L5B 2N5 
    Telephone: 647-616-3991 
    E-mail: monique.holvec@tpsgc-pwgsc.gc.ca   
    Government of Canada
    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

    • Canadian Free Trade Agreement (CFTA)

    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
    Holvec, Monique
    Phone
    (905) 616-3991 ( )
    Email
    monique.holvec@pwgsc-tpsgc.gc.ca
    Address
    Ontario Region
    Mississauga, Ontario,

    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)
    Procurement method
    Non-Competitive
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature
    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: