Lightning Detection Parts & Service
Solicitation number K3D33-131151/A
Publication date
Closing date and time 2013/11/19 14:00 EST
Description
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: Generally only one firm has been invited to bid Attachment: None Non-Competitive Procurement Strategy: Exclusive Rights Comprehensive Land Claim Agreement: No Vendor Name and Address: Vaisala Canada Inc 100-13775 Commerce Parkway Richmond British Columbia Canada V6V2V4 Nature of Requirements: Lightning Detection Network Parts and Service 1. ACAN Explanation 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 Requirement Environment Canada (EC), Meteorological Service of Canada, has a requirement to provide real time lightning to support EC's warning mandate and support a number of key economic sectors in Canada. The requirement includes the set up of a Standing Offer in order to continue the upgrade and support of the existing Canadian Lightning Detection Network (CLDN). The requirement is to provide hardware depot maintenance and various network services on the EC owned CLDN equipment by supplying sensors, parts, services, and accessories. The Standing Offer will include the maintenance services, such as hardware maintenance, preventative maintenance, remedial maintenance, depot maintenance and replacement parts and components. The Standing Offer will be for a two year period with options to extend for three additional one year periods. 3. Criteria for Assessment of the Statement of Capabilities 3.1 Minimum Essential Requirements: Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements: Must be able to provide the following data stream elements for each lightning stroke in near real-time: o Always 0 (UALF Type 0) o Year o Month o Day o Hour o Minute o Second o Nanosecond o Latitude (4 decimal places) o Longitude (4 decimal places) o Peak Current (kA) o Multiplicity (zero for stroke) o Number of sensors participating in solution o Degrees of freedom o Ellipse angle from (zero to 180.0 degrees) o Ellipse semi-major axis o Ellipse semi-minor axis o Chi-squared value o Rise time o Peak-to-zero time o Max rate of rise of wave form in kA/micro sec o Cloud-Cloud or Cloud-Ground strike o Angle information used to establish position o Signal information used to establish position o Time information used to establish position Must be able to perform remote diagnosis on Vaisala LS7000 and LS7001 sensors. The LS7000 series can be managed remotely. When interacting remotely the operator has complete command and control of the system and must perform functions such as: o remote diagnostics of all system boards o self tests o monitoring performance of the sensor with respect to lightning detection o angle consistency testing o signal strength consistency testing o gain calibrations o threshold management o noise recognition o GPS timing engine management o miscellaneous Command and Control functions o remote reset Must be able to maintain a ticket system to track sensor, or communications component failure. This ticket must be communicated to EC and updated as required. The following information must be included in the message: o Vaisala Ticket #. o Date and time of failure. o Problem description. o Site code (Telesat ID). o Actions taken by Vaisala. o Recommended actions for EC tech. o Supplies/spares needed. o Site history (if pertinent). o Criticality of site to the network. o Support contact person's name/phone number. Must be able to provide a repair service for the LS7000 and LS70001 within 30 days of receipt of the repair service order. Must be able to deliver new LS7001 sensors (c/w mast and antenna) within 90 days of receipt of the call-up document. Must be able to provide radio frequency surveys at existing or proposed CLDN sites as required. Must be able to provide technical operational and maintenance training for EC Technicians on an as required basis. Must be able to provide sensor data quality information and provide feedback to the EC Life Cycle Manager. Must be able provide expert advice in the siting new or relocated sensors within the CLDN 4. Applicability of Trade Agreements This procurement is subject to the following trade agreements: Agreement on Internal Trade (AIT) North American Free Trade Agreement (NAFTA) World Trade Organization - Agreement on Government Procurement (WTO-AGP) 5. Justification for the Pre-Identified Supplier Environment Canada requires the continuation of the standing offer with Vaisala Inc. in order to upgrade and support the current Canadian Lightning Detection Network (CLDN) to meet their operational requirements. In the mid-1990's, it was recognized that a national lightning network in Canada was necessary to support EC's warning mandate for lightning detection and support a number of key economic sectors in Canada. At that time, Vaisala Inc. was recognized as a world leader in lightning science and detection. They owned and operated a national lightning network in the USA (National Lightning Detection Network) and proposed to EC a detection system that would seamlessly integrate with their own, eliminating any boundary issues along the Canada-USA border. A contract was therefore awarded to Global Atmospheric Inc. (now Vaisala Inc.) for the procurement and installation of an 83 sensor network across Canada which became operational in 1998 and called the Canadian Lightning Detection Network (CLDN). By collaborating in this fashion, EC acquired a state-of-the-art lightning detection system for Canada and its clients, that built upon infrastructure already in place elsewhere (e.g. 24/7/365 operation in the USA, redundant back-up), minimizing duplication of effort and exploiting economies of scale. The purpose of this network was to allow EC to provide enhanced forecasts and warnings for damaging thunderstorms and to provide better services to aviation, defense, provincial forest fire, hydro and other agencies. This network had to be fully integrated with the US lightning Detection Network (NLDN) to ensure adequate coverage south of the Canadian border as a large number of damaging thunderstorms in southern Canada originate in the United States. The US NLDN is owned and operated by Vaisala Inc., who is the sole manufacturer of the sensors used in the CLDN. Furthermore, Vaisala's National Communications and Control centre is the only facility that can process the combined CLDN and NLDN sensor data to provide the required lightning solution information. The lightning sensors and downstream components were designed to operate as an integrated "system", much like a single device or "black box", working seamlessly 24/7/365. The components of this "system cannot be segregated and contracted out to different suppliers. Vaisala is the only supplier able to process raw data from the current suite of Vaisala manufactured sensors. The raw data from these sensors is proprietary, encrypted, and protected by Vaisala's exclusive IP ownership. Vaisala Inc. is therefore the only known supplier in a position to meet this requirement. 6. Government Contracts Regulations Exception The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "Only one person or firm is capable of performing the contract." 7. 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) - Article 506.12 (a), to ensure compatibility with existing products, to recognize exclusive rights, such as exclusive licences, copyright and patent rights, or to maintain specialized products that must be maintained by the manufacturer or its representative; (b) 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) - Article 1016.2 (b), "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; (d), for additional deliveries by the original supplier that are intended either as replacement parts or continuing services for existing supplies, services or installations, or as the extension of existing supplies, services or installations, where a change of supplier would compel the entity to procure equipment or services not meeting requirements of interchangeability with already existing equipment or services, including software to the extent that the initial procurement of the software was covered by this Chapter World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article(s) XV (b) when, for works of art or for reasons connected with protection of exclusive rights, such as patents or copyrights, or in the absence of competition for technical reasons, the products or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists; (d), for additional deliveries by the original supplier which are intended either as parts replacement for existing supplies, or installations, or as the extension of existing supplies, services, or installations where a change of supplier would compel the entity to procure equipment or services not meeting requirements of interchangeability with already existing equipment or services. 8. Period of the proposed Standing Offer The proposed standing offer is for a period of two years with options to extend for three additional one year periods. 9. Name and Address of the Pre-Identified Supplier Name: Vaisala Canada Inc. Address: 100-13775 Commerce Parkway Richmond, British Columbia CANADA, V6V 2V4 10. Suppliers' right to submit a statement of capabilities Suppliers who consider themselves fully qualified and available to provide the goods and 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. 11. The closing date for a submission of a statement of capabilities: The closing date and time for accepting statements of capabilities is 19 November 2013 at 2:00 p.m. 12. Inquiries and submission of statement of capabilities Inquiries and statement of capabilities are to be directed to: Marian Shaw Supply Specialist 33 City Centre Drive - Suite 480C Mississauga, Ontario, L5B 2N5 Telephone: 905-615-2065 Facsimile: 905-615-2060 E-mail:pmarian.shaw@pwgsc.gc.ca 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
-
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
- Shaw, Marian
- Phone
- (905) 615-2065 ( )
- Fax
- (905) 615-2060
- Address
-
Ontario Region
33 City Centre Drive
Suite 480Mississauga, Ontario, L5B 2N5
Buying organization(s)
- Organization
-
Environment 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.