SAP Ariba system maintenance

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

  • Friday, June 21 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 22 from 6:00 pm until Sunday, June 23 12:00 am (Eastern Time) 

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

    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
    Lopez, Maria
    Phone
    (905) 615-2071 ( )
    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)
    Procurement method
    Non-Competitive

    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: