ACAN 25-58271 Iron Bird Test Stand/Rig
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
The National Research Council Canada’s (NRC) Aerospace Research Centre (AERO) has a requirement for the supply of a unique ground-based, full-scale “Iron-Bird” Test Stand/Rig for delivery to Ottawa, ON. AERO’s Low Emission Aviation Program (LEAP) requires the unique and customized, full-scale “Iron-Bird” Test Stand/Rig tailored for hydrogen fuel-cell electric aircraft propulsion systems. The Test Stand/Rig must provide highly specialized performance capabilities suited to research and development of megawatt-scale hydrogen fuel cell powertrains. This unique test-stand is not a product that is produced commercially.
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 “Iron Bird” Test Stand/Rig (test stand) meets the following requirements:
“Iron Bird” Test Stand/Rig (test stand) with the following:
a) Custom Engineering, Design, Integration, and Complete Assembly of Test Stand:
-The test stand must be designed and built specifically to accommodate the testing of a megawatt-class hydrogen fuel cell-electric powertrain; this includes a seamless integration of all necessary components for this purpose.
This includes, but is not limited to: fuel cell stacks, high-voltage components/connectors, cooling system, sensors, and related equipment as follows:
Quantity
Fuel Cell Stack, part number G2700-650 6
3-inch Bosch/Rotrex Compressors 2
Radiator (Mezzo Technologies), 58” x 32” x 4” 2
150 psig Coolant Pump, part number BNP-49G-000 1
Cascadia Motion AC Motor Controller, part number PM100DZ 2
HVDC Amphenol Rhino connectors 8
HVDC 2/0 AWG OFC cables, 108 ft 8
3" coolant hose x 50ft, cast aluminum T fittings and other fittings 25
Continental Fan, part number AIB36-10 2
Universal Hydrogen Junction Box 1
Power Distribution Unit 1
Emmegi Heat Exchanger, part number 205-WB50 1
Hoeven Heat Exchanger, part number DTH-12-20 2
Custom aluminum coolant tank 12"x12"x8" 1
i2M a Mann + Hummel Omniflow Ion Exchange Filters, part number i6-3 6
Tronico DC/DC Converter 60KW, part number CONV-DCDC-60KW-DIOQ-04-K 1
3" cooling air hose x 30 ft 1
Invertertek Optidrive variable frequency drive, part number ODE-3-340180-3F4A
Hartzell Propeller 5 Blade Raptor, part number HC-E5P-3X 1
Hartzell Propeller Governor 1
Big Tex Flat bed trailer 14,000 lb, 24 ft long dual axle, 18 ft bed, 16x6rims, 4 corner jacks, part number 140A-18BK-8SIR 4
Pressure sensors, temp sensors, electrical harnesses (various)
b) Performance Specifications:
-The system must be capable of testing motors rated up to 1 megawatt of power, and fuel cell stacks with power output to adequately operate such a powerplant under full load.
c) System Components:
-The test stand must include integrated control systems, safety interlocks, and data acquisition interfaces suitable for research use.
d) Proven Configuration:
-The proposed system must have been previously designed, built, and validated for comparable research in aircraft applications.
-The supplier must certify that there are no Intellectual Property (IP) restrictions that prevent the sale of the test stand to the NRC and that there is no IP restrictions that prevent the NRC from using, operating, or modifying the test stand. (Note: electric motor will not be modified).
e) Delivery and Support:
-The supplier must be capable of delivering a fully functional, tested system by March 31st, 2026.
4. Applicability of the trade agreement(s) to the procurement
This procurement is set aside from the international trade agreements under the provision each has for measures with respect to Aboriginal peoples or for set-asides for small and minority businesses.
5. Set-aside under the Procurement Strategy for Indigenous Business
Indigenous Business (PSIB). This procurement is set-aside for an Indigenous supplier in accordance with the government Procurement Strategy for Indigenous Business (PSIB). Therefore, only suppliers who meet the definition of an Indigenous business, as defined in the PSIB, may submit a statement of capabilities.
6. Justification for the Pre-Identified Supplier
There is a limited number of Indigenous suppliers who are able to provide the requirement and thus MSS LTD. has been chosen as the Indigenous supplier who can provide the requirement under this set aside.
7. Government Contracts Regulations Exception(s)
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".
8. Period of the proposed contract or delivery date
The equipment (as appropriate) is to be delivered by March 31st, 2026.
9. Name and address of the pre-identified supplier
MSS LTD, 47 Studney Drive,
Hay River, Northwest Territories, X0E0R6
Canada
10. 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.
Only suppliers who meet the definition of an Indigenous business, as defined in the PSIB and 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.
11. Closing date for a submission of a statement of capabilities
The closing date and time for accepting statements of capabilities is February 6, 2026 at 2pm EST.
12. Inquiries and submission of statement of capabilities
Inquiries and statement of capabilities are to be directed to:
Katie Homuth
Senior Contracting Officer | Special Projects
Procurement and Contracting Services | Finance and Procurement Services Branch
National Research Council Canada | Government of Canada
Katie.Homuth@nrc-cnrc.gc.ca | 343-549-4539