H2 Datalogger
Solicitation number KW405-140414/A
Publication date
Closing date and time 2015/02/03 14:00 EST
Description
Trade Agreement: 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: FTS Forest Technology Systems Ltd. 1065 Henry Eng Place Victoria British Columbia Canada V9B6B2 Nature of Requirements: Advance 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 preidentified supplier. BACKGROUND: The Fresh Water Quality Monitoring Sector has a requirement for the supply and delivery of five (5) Dataloggers. Data loggers are used whenever precise recording, storage, evaluation and documentation of measurement data is required under extreme environmental conditions. All the deliverables must be received within 4 weeks from Contract award. It is intended to sole source this requirement to Forest Technology Systems (FTS) Ltd - Victoria BC, the only known manufacturer and distributor of the H2 GOES Datalogger.This equipment must be compatible with existing equipment used by Water Survey Canada at their stream gauging sites in Northern Canada. There are also several unique features to this equipment. Those features are as follows; Enclosure (TTS-ENCL + TTS-ENCL-BASE) a. The enclosure is a unique fabrication to FTS, and is designed to house an ISCO Sampler (Model 6712). b. The enclosure has a drop down arm which lifts the lid of the Isco through a leveraged system which makes removal of the lid of the Isco easily done. The enclosure is designed to house dual batteries, since the power demands of the integrated system requires dual batteries for extended life. c. All holes for mounting the additional equipment are pre-drilled in accordance with our site plan so setup on site requires less setup time, equipment, and manpower. Datalogger and Power System (H2-G5-TLM and SPS-50W-F6H2) a) The Datalogger has a color touchscreen, through which all functions in the datalogger can be accessed. Thus no laptops are required in the field hence reducing the chance of failure when servicing and/or installing the equipment in remote sitesThe Datalogger has a built in power regulator, removing the need for an external power regulator (reducing cost) and increasing the reliability of the system (the power regulator is inside a IP67 waterproof case to reduce corrosion/exposure) b) All connectors to sensors and the solar panel are positive locking, military style connectors. This ensures that sensors cannot be hooked up incorrectly and that power systems cannot be wired incorrectly (potentially damaging equipment). c) The Datalogger has a USB port, which allows for easy downloading of data. In addition, a USB master is included so a mouse or keyboard can be plugged into the datalogger to facilitate easier use of the color touchscreen menu. Scientific Justification The FTS system has the ability to trigger the ISCO autosampler based off of a seven point rising, and seven point falling triggering algorithm unique to this system. In addition, in terms of Sensors, Integration and Support: a. FTS is providing a "" Equipment cost INCLUDES the price of configuration, testing prior to shipment of all cables, connections, and telemetry devices. All sensors are fitted with matching military connectors to hook into the dataloggerand the system is tested as a whole, integrated unit. There is on-site programming of the system Free Lifetime Support - FTS includes a lifetime support with purchased equipment. This includes unlimited calling and hardware updates. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) Any interested supplier must demonstrate by way of a statement of capabilities that its product/equipment/system (as appropriate) meets the following requirements: Hardware Display/touchscreen: · Graphical color touch screen display, 3.65"(diagonal), QVGA (320x240 pixels). · Display is transflective (readable in low light and outdoors in bright daylight) · Displays system status, configuration, stored data (graphical and tabular) and provides system configuration and troubleshooting diagnostics. · Displays voltage and current separately for battery and solar panel and battery temperature. · Supports troubleshooting, configuration and programming. CPU: · Two (2) CPUs total, both low-power RISC. · Main CPU is 200MHz 32-bit ARM. Memory/storage: · 64MB RAM · 256MB fixed physical, non-volatile flash memory for data and program storage. · Data is stored in a circular 10MB buffer (oldest data overwritten by newest when buffer full). · Based on NFDRS logging criteria, 7,575 days (about 20 years) of data can be stored. Device ports: · 2 waterproof USB 2.0 host ports, 1.5Mbps and 12 Mbps, support for flash memory and other USB-compliant devices. · 1 waterproof USB 2.0 12 Mbps device port with automatic PC detect. · Supports USB keyboard and mouse. · GOES RF output (for models with an integrated GOES transmitter): N-type jack · GPS RF input (for models with an integrated GOES transmitter): SMA jack Sensor ports: · Waterproof, color-coded, military-style connectors. · Dedicated ports (F6): o wind speed (frequency input) o wind direction (potentiometer input) o rain gauge (counter) o temperature & humidity (thermistor, 0-1.0V) o fuel stick (thermistor, 0-1.0V) · Dedicated ports (H2): o rain gauge (counter) · 2 (F6 and H1) or 4 (H2) independent SDI-12 V1.3 ports, expandable using external expansion modules to support up to 62 digital sensors. · SDI ports each support up to 500mA and are electrically isolated. · Optional, configurable analog-to-SDI expansion module (SDI-AM) to connect legacy analog sensors (terminal strips). Serial ports: · Either: o 2 ports factory configured as internal GOES transmitter and one external, waterproof, military style bayonet connector o 2 external, waterproof, military-style bayonet connectors o One external, waterproof, military style bayonet connector · Signal levels: RS232C · Signals: TXD, RXD, RTS, CTS, DCD, DTR, RI Environmental sealing, size, weight: · Waterproof to IP67, O-ring sealed, cast aluminum & stainless steel hardware, engineered resin bezel · Dimensions: 10"W x 8"H x 6"D · Weight: approx. 8 lbs. Power supply: · Internal, temperature compensated charge regulator · Waterproof, military style bayonet connectors for solar panel and battery. · Sensing of battery voltage, battery current, battery temp, solar voltage and solar current. · 9.6VDC to 20VDC operating voltage. Software Station identification: The station'name, NESID and GOES data can be easily identified on the touchscreen display. Programming: · All programming done through intuitive graphical user interface (GUI) without writing code. · No laptop required; GUI accessed through integrated touchscreen. · Unlimited setup configurations are stored directly on the datalogger;different configurations can be selected or a new one created with the GUI. Electronic service reports: · All of the data recorded by field techs during a service call can be captured electronically in the Axiom and saved to a USB memory stick. · Data includes: o a list of sensor serial numbers before and after the service trip. o Audit log. o datalogger program version. o latitude, longitude, elevation. Datalogger performance verification: · Graph sensor data and diagnostic parameters. · Battery load tests; view voltage before and after (requires dummy load on battery). · View current sensor readings. · View historical data. · View GPS performance stats. · View forward and reflected power stats to check GOES antenna performance. Rain count: · Custom NFDRS rain GUI allows users to quickly test tipping buckets each year by viewing manual tip measurement in real-time and quickly removing the test tips from memory (F6). · User can select a rain reset date if desired and set the action on power failure (rain total can be set to return to previous values or reset to zero). One-touch current conditions: · Users can customize the Current Conditions screen so that all sensors' real-time data are viewable with one button press, extremely handy when validating wind quadrants or simply validating each sensor as it is replaced. · The electronic service report automatically captures the current conditions at the start (pre-swap) and after (post-swap). Data transfer via USB memory stick: · Data, Programs and Firmware updates can be transferred to and from datalogger via a conventional USB memory stick. · Historical data download is fast: approximately 5 seconds for 1 year of data including logger and telemetry records. · Data downloaded in universal .CSV (comma-separated values) format; importable into Excel and many other software. Applicability of the trade agreements to the procurement This procurement is subject to the following trade agreements: Agreement on Internal Trade (AIT) North American Free Trade Agreement (NAFTA) Government Contracts Regulations Exception(s) The following exception(s) to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work". Exclusions and/or Limited Tendering Reasons The following exclusion(s) and/or limited tendering reasons are invoked under the : Agreement on Internal Trade (AIT) -Article 506.12 Where there is an absence of competition for technical reasons and the good or service can only be supplied only by a particular supplier and no alternative or substitue exist. North American Free Trade Agreement (NAFTA) -Article 1016 (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 technicai reasons the goods or serv1ces can be supplied only by a particular supplier and no reasonabie alternative or substitute exists Cost estimate of the proposed contract The estimated value of the contract, including option(s), is $ 90,000.00 (GST/HST extra). 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. Closing date for a submission of a statement of capabilities The closing date and time for accepting statements of capabilities is February 3, 2015 at 2:00 p.m. EST. Inquiries and submission of statements of capabilities Inquiries and statements of capabilities are to be directed to: Maria Lopez Téléphone : 905 615 2071 Télécopieur : 905 615 2060 Courriel : maria.lopez@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
-
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)
Reason for limited tendering
A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:
-
Exclusive Rights
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
- Lopez, Maria
- Phone
- (905) 615-2071 ( )
- 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.