Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

Balloon Auto Launcher

Solicitation number K3D33-159476/A

Publication date

Closing date and time 2016/02/18 14:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Vaisala Canada Inc
    110-13551 Commerce Parkway
    Richmond British Columbia
    Canada
    V6V2L1
    Nature of Requirements: 
    
    Note: Delivery date of March 31, 2016 is amended to August 15, 2016. 
    
    1. 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 suppliers, 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 suppliers. 
    
    2. Definition of the requirement 
    
    To investigate the feasibility of integrating mature automatic weather balloon launching technologies and Environment Canada’s existing hydrogen generation equipment, Environment Canada requires the provision of two automatic weather balloon launchers, Model Vaisala Autosonde AS15 and Model Météomodem Robotsonde, as well as 2000 compatible radiosondes for each launcher.  
    The procurement of these two different launching systems are driven by MSC’s need to develop a system integration using two different mature launching technologies known and available on the market in order to fully assess the feasibility of an integrated solution with the existing MSC’s on-site hydrogen generation systems, for use in the Canadian climate and within MSC’s existing program conditions, for sites operating in remote locations. In the future, if MSC decides to deploy autolaunchers based on the results of this feasibility investigation and provided that there is minimum risk associated with integrating autolaunchers with on-site hydrogen generation, MSC may issue a competitive solicitation at that time to procure multiple automatic launcher units for operational use and will include data quality requirements and performance for the radiosondes included in the autolauncher system. 
    
    3. 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 autolauncher system meets the following minimum functional requirements: 
    
    Item Specification - Mandatory FunctionalRequirement:
    
    1 Must be mature technology - More than 5 units currently in service globally with a Meteorological Services Agency/Department
    
    2 Must have 1 deployed operational unit in climate conditions similar to Canada  - Must have at least 1 of the 5 units deployed with Meteorological services where the deployed location must be north of the 55th parallel in the northern hemisphere or south of the 55th parallel in the southern hemisphere. 
    
    3 Must be capable of operating in temperature range of Canadian climate - Operate between -40°C~+40°C. 
    
    4 Must be capableof operating in wind speeds of Canadian climate - Deploy balloon in wind speeds above 23m/s. 
    
    5 Must be capable of operating in snow fall depths of Canadian climate - 1m of average annual snowfall and must be able to open launch door(s) with at least1m of fresh snow on top. 
    
    6 Must be capable of operation in significant precipitation intensity - Operate in minimum rainfall intensity of 45mm/h. 
    
    7 Must be capable of autonomous operation (excluding lift gas source) - Must be able to prepare andinitiate radiosonde, inflate balloon, deploy balloon, track radiosonde, receive radiosonde data and transmit data. 
    
    8 Must have multiple radiosonde and balloon capacity to ensure its autonomous operation - Must have capacity for 10 or more radiosondes and balloons in queue for automated preparation, inflation and release without the need for human involvement. 
    
    9 Must have capability to transmit data in multiple formats - Must be able of producing radiosonde flight messages in ASCII text and BUFRformats. 
    
    10 Must be capable of maintaining communication contact with radiosonde over large distances - Receive transmitting data from radiosonde to minimum 40km in altitude and to a minimum 250km in radial direction. 
    
    11 Must meet Canadian Safety and Electrical standards for use with Hydrogen Gas - Upon delivery of the unit, the unit must be certified to CSA standards or certified by a third party with CSA authorization authority- proof of documentation required. 
    
    12 Lift gas supply pressure - Must be able to operate with a minimum lift gas pressure of 550kPa and maximum lift gas pressure of 2070kPa. 
    
    4. Applicability of the trade agreement(s) to the procurement 
    
    Thisprocurement is subject to the following trade agreement(s): 
    o Agreementon Internal Trade (AIT)
    o World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    o North American Free Trade Agreement (NAFTA)
    
    5. Justification for the Pre-Identified Supplier 
    
    The two identified automatic launching systems are the only known products that fulfill the mandatory functional requirements but each system does so through different designs and technologies.  MSC plans to procure the two different technologies in order to explore the range of options when integrating different launching technologies with the same existing on-site hydrogen generation infrastructure. Vaisala is the manufacturer and sole distributor of the Vaisala Autosonde AS15 and its associated radiosondes. Similarly, ATS Canada is the sole Canadian distributor of the Meteomodem Robotsonde and its associated radiosondes. 
    
    6. Government Contracts Regulations Exception(s) 
    
    The following exception(s) to the Government ContractsRegulations is (are) 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: 
    o Agreement on Internal Trade (AIT) - Article 506.12 (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.” 
    oWorld Trade Organization - Agreement on Government Procurement (WTO-AGP)- Article XV1.(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 technicalreasons, the products or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists.”
    o 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.” 
    
    8. Period of the proposed contract or delivery date 
    
    The autolauncher systems and the associated radiosondes must be delivered by August 15, 2016. 
    
    9. Cost estimate of the proposed contract 
    
    The estimated value of each autolauncher system ranges from $700,000 to $1,000,000 (GST/HST extra). 
    
    10. Name and address of the pre-identified supplier 
    
    Vaisala Autosonde AS15:
    Vaisala Canada Inc
    110-13551 Commerce Parkway, Richmond, British Columbia, V6V2L1 Canada
    
    Meteo Modem Robotsonde:
    ATS Canada 
    35 Auriga Dr. Unit 211, Ottawa,ON K2E 8B7, Canada
    
    11. 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 ofcapabilities 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 thesupplier meets the advertised requirements.
    
    12. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is February 18, 2016 at 2:00p.m. EDT. 
    
    13. Inquiries and submissionof statements of capabilities 
    
    Inquiries and statements of capabilitiesare to be directed to: 
    Peggy Juan
    33 City Centre Drive - Suite 480C
    Mississauga, Ontario
    Canada L5B 2N2
    Telephone: 905-615-2467
    Facsimile: 905-615-2060
    E-mail: peggy.juan@pwgsc-tpsgc.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)

    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
    Juan, Peggy
    Phone
    (905) 615-2467 ( )
    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: