Trade Agreement: CFTA / FTAs with Peru / Colombia / Panama / Korea 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:
Campbell Scientific (Canada) Corp. 14532 - 131 Avenue NW Edmonton Alberta Canada T5L4X4 Nature of Requirements:
Snow Depth Sensor
KW405-210979/A Abela, Aaron Telephone No. - (416) 262-6212 e-mail: aaron.abela@pwgsc-tpsgc.gc.ca
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 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 the requirement
Environment and Climate Change Canada (ECCC) has a requirement for the supply of 160 Snow Depth Sensors and installation components used to measure the height of snow pack above ground.
Standard installation is 2 metres over a custom designed target that is 4 x 4 square.
The sensor must measure snow on as much of the target area as possible. The purchase is to include a firm quantity of 160 each:
1.
Snow depth sensor SR50A;
2.
SR50A installation cable; and
3.
SR50A installation mounting stem.
The SR50A is a direct replacement successor to the SR50 sensor that ECCC initially procured in large quantities under multi-year contract KM044-045128/001/TOR. Since July 2015, additional procurements were made under the now expired National Master Standing Offer E60PV-09LS00/064/PV. A sole source bridging contract is required for continuity of supply during the re-procurement process.
The SR50A uses the same core measuring element but is constructed using updated components.
Specifications and opera tion of the SR50A are the same as SR50.
Because of that interchangeability, ECCC adopted and approved the SR50A as a replacement for use in surface weather stations across Canada.
The SR50A is compatible with the existing ECCC automatic weather stations, datalogging programs, data ingest, and QA processes at the National Data Management System.
Any changes to sensor manufacturer/model will require approximately 12 months to assess the performance characteristics of the sensor, create and test·data logger as well as OMS integration.
Over 200 old type SR50's are operating currently that require replacement when non-repairable breakage occurs.
The standard weather station uses three SR50A to determine a better average snow coverage when snow drifting can scour or pile snow under a single sensor.
The performance of the equipment must not be affected by adverse weather conditions.
The sensors should be able to be left in the field for 2 years before any field maintenance.
Increased maintenance frequency is allowable in harsh coastal environments.
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 equipment meets the following requirements:
a. Compatible Dataloggers: CR3000EC b. Power Requirements: 9 to 18 Vdc c. Power Consumption: 250mA at 12Vdc d. Measurement Range: 0.5 to 10 metres e. Accuracy: ±1 cm or 0.4% of reading, whichever is greater f. Resolution: 0.25 mm g. Beam Acceptance: approximately 30° h. Operating Temperature: -45° to +50°C i. Data Output Format: SDI12 version 1.3 j. Maximum Cable Length: 60 metres by SDI12 k. Certfication Compliances:
EN61326:1998 or later, and minimum CE
RoHS 2011/65/EU
l. Dimensions: Length 10.1 cm, Diameter 7.5 cm m. Weight: 375 grams
4. Applicability of the trade agreements to the procurement
This procurement is subject to the following trade agreement(s)
o Canadian Free Trade Agreement (CFTA)
o Canada-Colombia FTA o Canada-Panama FTA o Canada-Chile FTA o Canada-Korea FTA
5.
Justification for the Pre-Identified Supplier
Campbell Scientific
Corporation (CSC)
is the sole manufacturer of the SR50A and owns the Intellectual Property for this product.
6. Government Contracts Regulations Exception
The following exception(s) to the Government Contracts Regulations 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:
Canadian Free Trade Agreement (CFTA) Article(s) 513 (b) where, the goods or services can be supplied by a particular supplier an no reasonable alternative or substitute goods or services exist for any of the following reasons
(ii)the protection of patents, copyrights, or other exclusive rights; and
(iii) due to an absence of competition for technical reasons; Canadian Free Trade Agreement with Korea Article XIII, 1.b iii. due to an absence of competition for technical reasons.
8.
Ownership of Intellectual Property
Campbell Scientific Corporation (CSC) owns the Intellectual Property rights and is the sole manufacturer of the SR50A and installation components.
9. Period of the proposed contract or delivery date
The equipment must be delivered on or before August 31, 2021.
10.
Name and address of the pre-identified supplier
Campbell Scientific (Canada) Corp. 14532 131 Avenue NW Edmonton, AB T5L 4X4
11. Suppliers' right to submit a statement of capabilities
Suppliers who consider themselves fully qualified and available to provide the goods 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.
12. Closing date for a submission of a statement of capabilities
The closing date and time for accepting statements of capabilities is April 26, 2021.
13. Inquiries and statements of capabilities
Inquiries and statements of capabilities are to be directed to:
Name: Aaron Abela Title: Supply Specialist Public Works and Government Services Canada Acquisitions Branch Address: 10th Floor, 4900 Yonge Street Toronto, ONT. Canada. M2N 6A6 Telephone:
416-262-6212 E-mail address: aaron.abela@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.