Solicitation Number: 16-22157 – Aerodynamic Laboratory Technical Support Consultant
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.
Definition of the requirement:
The National Research Council, Aerodynamics Laboratory has a requirement to provide technical support during the deployment of the new TestSlate based DAC system for the upgrade of the 2x3 wind tunnel. The work will involve the following: Manage and assist with the design and development activities related to the integration of TestSlate plug-ins and wind tunnel instrumentation; Establish test plans to validate the plug-ins; produce documentation; ensure systems are ready for deployment; prepare validation plan; Manage and support decommissioning, installation, commissioning and validation work.
Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements):
Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
Certified LabView Developer (CLD certification);
10 years of experience developing Labview applications;
5 years of experience developing Labview RT applications;
5 years of experience developing .NET assemblies;
2 years of experience developing Plugins for the Testslate platform (from Jacobs Engineering);
Knowledge of NRC's 2mx3m Wind Tunnel legacy DAC systems;
Knowledge of NRC's new wind Tunnel DAC architecture based on TestSlate, Automated Test Software, by Jacobs.
Experience developing and deploying complex applications for wind tunnel testing facilities;
Experience developing muti-axis motion applications with Labview Softmotion;
Experience designing and configuring motion servo system with Kollmorgen hardware;
Experience designing distributed data acquisition systems
Experience designing advance multi-axis motion systems and control theory;
Experience with Digital Signal Processing algorithms and theory;
Experience with Matlab and data reduction algorithms for aerodynamic analysis;
Experience with software version control and bug tracking tools;
Experience with wind tunnel testing
Bachelor degree in Computer or System engineering
Ontario Professional Engineer
This procurement is subject to the following trade agreement(s):
North American Free Trade Agreement (NAFTA)
Justification for the Pre-Identified Supplier:
The pre-identified supplier has several years of experience at the NRC wind tunnels developing data acquisition software in Labview and specifically with the TestSlate platform. The pre-identified supplier has extensive knowledge of the complex systems that will be put in place as part of this critical facility upgrade. The pre-identified supplier has extensive knowledge of the wind tunnel where this upgrade will take place.
Exclusions and/or Limited Tendering Reasons:
Only one vendor is able to satisfy the unique technical requirements listed herein.
North American Free Trade Agreement (NAFTA)
– Article(s) where, for works oft 2015 au 31 mars 2015, avec l’option de prolonger le contrat de trois (3) périodes supplémentaires, d’une (1) année chacune.
11. Estimé du montant des contrats proposés
La valeur estimée de chaque contrat, y compris l’/les option(s) est de : (PT=Plein temps ; TP = Temps partiel)
Fred Lascelles
PT
351 101,34 $
Shane Henry
PT
336 157,57 $ Linda Zaluska
PT
351 101,34 $ James Johnson
PT
351 101,34 $ Dan Ross
TP
278 832,55 $ Jane Chartrand
TP
258 750,62 $
Steve Sands
TP
351 101,34 $ Paul Bourgeois
TP
278 832,55 $ Mike Couchie
TP
242 292,52 $ Walter Cooke
TP
80 638,99 $ Jacquelyn Labonte TP
177 685,70 $ Laini Lascelles
PT
325 361,69 $
12. Nom et adresse des fournisseurs sélectionnés à l’avance
Nom de l’Ainé Lieu de résidence Site de travail Gravenhurst Couchie Mike North Bay, Ontario Établissement Beaver Creek
Kitchener Labonte Jacquelyn St. Catherines, Ontario Établissement Grand Valley
Lascelles Laini Scarborough, Ontario Établissement Grand Valley
Cooke Walter Winona, Ontario Établissement Grand Valley
Warkworth Bourgeois Paul Hiawatha FN, Ontario Établissement Warkworth
Sands Steve Deseronto, Ontario Établissement Warkworth
Kingston et environs Zaluska Linda Kingston, Ontario Kingston et environs Chartrand Jane Whitney, Ontario Kingston et environs Lascelles Fred Tyendinaga FN, Ontario Kingston et environs Henry Shane Winnipeg, Manitoba Kingston et environs Ross Dan
Nepean, Ontario Kingston et environs Johnson Jim Hiawatha FN, Ontario Kingston et environs
13. Droit du fournisseur de soumettre un énoncé de capacités
Les fournisseurs qui se considèrent pleinement qualifiés et disponibles pour fournir les biens, services ou travaux de construction décrits dans le PAC pourront soumettre un énoncé de capacités en écrivant à la personne-contact identifiée dans cet avis à, ou avant la date et l’heure de clôture indiquées dans cet avis. Cet énoncé de capacités doit montrer clairement comment le fournisseur compte répondre aux exigences requises.
14. Date et heure de clôture pour la soumission d’un énoncé de capacités
Merci d’envoyer vos énoncés de capacités avant le 7 juillet 2015 14h, HAE.
15. Demandes de renseignements et énoncés des capacités
Les demandes de renseignements et énoncés des capacités doivent être envoyés à :
Shane Collins, agent régional de négociation des contrats
Service correctionnel du Canada, région de l’Ontario
Case postale 1174, 443 rue Union
Kingston, ON
K7L 2R8 Téléphone: 613-536-6127 Télécopieur :
613-536-4571 Courriel :
Shane.Collins@csc-scc.gc.ca