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)

    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
    Shaw, Marian
    Phone
    (905) 615-2065 ( )
    Fax
    (905) 615-2060
    Address
    Ontario Region
    33 City Centre Drive
    Suite 480
    Mississauga, 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.

    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)

    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: