Water Level Recorders (SA E60PV-19EQUI)

Status Expired

Contract number 4500064761

Solicitation number 30005434

Publication date

Contract award date

Last amendment date

Contract value

CAD 65,178.93

    Description

    This contract was awarded to:

    Hoskin Scientific

    Trade Agreement: Canadian Free Trade Agreement (CFTA)

    Tendering Procedures: to all pre-qualified supplier under the SA E60PV-19EQUI (hydrological instruments)

    1. Hoskin Scientific Limited
    2. VWR international Ltd.
    3. Canadawide Scientific
    4. Aquatic Life Ltd.
    5. Campbell Scientific (canada) Corp
    6. Geneq Inc
    7. Beadedstream LLC
    8. Alpha Controls & Instrumentation Inc
    9. EGE Consultant 9356-1991 Québec Inc
    10. Safe Leaf Extract Solutions

    Competitive Procurement Strategy: Lowest cost

    Comprehensive Land Claim Agreement: No

    Nature of Requirements: Water Level Recorders for the Department of Oceans and Fisheries Canada (30005434)

    Procurement Officer : Carina Della Valle
    Email : dfo.tenders-soumissions.mpo@dfo-mpo.gc.ca
    CC : Carina.DellaValle@dfo-mpo.gc.ca

    THIS REQUEST IS RESERVED FOR HOLDERS OF SUPPLY ARRANGEMENT # E60PV-19EQUI ONLY, FOR THE PURCHASE OF LABORATORY AND SCIENTIFIC EQUIPMENT, PARTS AND ACCESSORIES, SERVICES AND SUPPLIES.

    Only Suppliers currently pre-qualified on Supply Arrangement E60PV-19EQUI have been invited to bid.

    As a requirement of the Supply Arrangement, this notice is published on Government Electronic Tendering Service (GETS) for a period of 40 calendar days. The closing date published on this notice identifies how long the notice will be published. For the closing date of any solicitation under the supply arrangement, invited suppliers should refer to the solicitation documents.

    Suppliers that do not have a Supply Arrangement for the supply of Laboratory and Scientific Equipment, Parts and Accessories, Services and Supplies with Public Works and Government Services Canada, cannot submit a bid. Any bids received from suppliers not pre-qualified on the Supply Arrangement will not be evaluated.

    Suppliers may qualify under Supply Arrangement E60PV-19EQUI for Laboratory and Scientific Equipment, Parts and Accessories, Services and Supplies, at any time. Interested suppliers should download solicitation document E60PV-19EQUI/D from CanadaBuys (SAP Ariba) and submit a response as per the requirements of the Request for Supply Arrangement.

    Water Level Recorders for the Department of Oceans and Fisheries Canada

    8 x Optical Dissolved Oxygen Logger compatible with both Optic-USB Base Station and 4MB Waterproof Shuttle
    In accordance with Mandatory Technical Evaluation M1.

    4 x Optic based 4MB Waterproof Shuttle and software required to operate
    In accordance with Mandatory Technical Evaluation M2.

    10 x Polypropylene Water Level Logger
    In accordance with Mandatory Technical Evaluation M3.

    5 x Universal Optic-USB Base Station for touchless data loggers
    In accordance with Mandatory Technical Evaluation M4.

    3 x Bluetooth Low Energy pH and Temperature data logger
    In accordance with Mandatory Technical Evaluation M5.

    3 x Saltwater Conductivity loggers compatible with Optic-USB base station
    In accordance with Mandatory Technical Evaluation M6.

    1 x pH 4 buffer solution 500 ml
    In accordance with Mandatory Technical Evaluation M7.

    1 x pH 7 buffer solution 500 ml
    In accordance with Mandatory Technical Evaluation M8.

    1 x pH 10 buffer solution 500 ml
    In accordance with Mandatory Technical Evaluation M9.

    5 x Waterproof temperature logger
    In accordance with Mandatory Technical Evaluation M10.

    4 x Turbidity meter
    In accordance with Mandatory Technical Evaluation M11.

    The mandatory technical criteria are:

    EVALUATION CRITERIA
    M1- The Bidder must demonstrate ability to provide 8 Optical Dissolved Oxygen Loggers compatible with both Optic-USB Base Station and 4MB Waterproof Shuttle.
    To demonstrate compliance the Optical Dissolved Oxygen Loggers must :
    • Capture range of 0-30mg/L,
    • Store 21,700 data sets (DO/temp)
    • 6 month sensor cap life - user replaceable
    • 3 year battery (@5 min logging) - factory replaceable.

    M2- The Bidder must demonstrate ability to provide Optic based 4MB Waterproof Shuttle and software required to operate.
    To demonstrate compliance the Optic based 4MB Waterproof Shuttle and software must include :
    • USB interface cable
    • Interchangeable housing to accommodate different sensors

    M3- The Bidder must demonstrate ability to provide Water Level Loggers.
    To demonstrate compliance the Water Level Loggers must :
    • Store 21700 measurements,
    • Operate 0-9m range,
    • Precision range of +/-10mm (typical)
    • Be compatible with waterproof optical shuttle

    M4- The Bidder must demonstrate ability to provide Universal Optic-USB Base Station for touchless data loggers
    To demonstrate compliance the Universal Optic-USB Station must :
    • Splash resistant base station with couplers
    • Offloads data from dataloggers with an Optic USB interface

    M5- The Bidder must demonstrate ability to provide Bluetooth Low Energy pH and Temperature data logger.
    To demonstrate compliance the Bluetooth Low Energy pH and Temperature data logger must :
    • Operating range of at least 2 to 12 pH
    • Temperature range of at least -2 to 50 degrees Celsius
    • Temperature accuracy no less than +/- 0.2 C

    M6- The Bidder must demonstrate ability to provide Saltwater Conductivity loggers compatible with Optic-USB base station.
    To demonstrate compliance the Saltwater Conductivity Loggers must :
    • 18 500 Temp & conductivity measurements with one range (14 500 temp conductivity measurements when using both ranges).
    • Calibrated Ranges: 100-10 000 μS/cm & 5000-55 000 μS/cm. Accuracy, Low Range: +/- 3% of reading or 50 μS/cm, whichever is greater, +/-0.1C Accuracy, High
    • Range: 5% of reading, in waters within a range of +/-3000 μS/cm of the calibration point

    M7- The Bidder must demonstrate ability to provide pH 4 buffer solution 500 ml.
    To demonstrate compliance the pH 4 buffer solution 500 ml must :
    • Shelf life of at least 12 months
    • Accuracy of at least +/- 0.05 pH

    M8- The Bidder must demonstrate ability to provide pH 7 buffer solution 500 ml.
    To demonstrate compliance the pH 7 buffer solution 500 ml must :
    • Shelf life of at least 12 months
    • Accuracy of at least +/- 0.05 pH

    M9 - The Bidder must demonstrate ability to provide pH 10 buffer solution 500 ml.
    To demonstrate compliance the pH 10 buffer solution 500 ml must :
    • Shelf life of at least 12 months
    • Accuracy of at least +/- 0.05 pH

    M10- The Bidder must demonstrate ability to provide Waterproof temperature logger.
    To demonstrate compliance the Waterproof temperature logger must :
    • 42000 measurements, 300m depth rating (-20°C to +30°C in water/-20°C to +70°C in air)
    • Accuracy of at least +/- 0.3 degrees C
    • Possess LED readout indicating logger functionality

    M11- The Bidder must demonstrate ability to provide Turbidity meter.
    To demonstrate compliance the Turbidity meter must:
    • 0-3000 NTU range, self-wiping face,
    • Compatible with external data logger
    • Possess at least 4 mb flash memory
    • Accuracy of at least +/- 5% of reading

    The responsive bidder already holding a Supply arrangement for Laboratory and Scientific Equipment, Parts and Accessories, Services and Supplies from Public Works and Government Services Canada who meets the mandatory technical criteria with the lowest aggregate price will be recommended for contract award.

    Business address

    3735 Myrtle Street

    Burnaby, British Columbia, V5C 4E7
    Canada
    Notice type
    RFP against Supply Arrangement
    Procurement method
    Competitive – Selective Tendering
    Language(s)
    English
    ,
    French
    Selection criteria
    Lowest Price
    Commodity code
    Array
    Region(s) of delivery
    British Columbia
    Nanaimo

    Contract duration

    The contract will be for a period of 1 month(s), from 2024/03/13 to 2024/04/30.

    Commodity - UNSPSC

    • 41100000 - Laboratory and scientific equipment
    • 41114300 - Hydrological instruments

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    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:

    • None
    Contact information

    Contracting organization

    Organization
    Fisheries and Oceans Canada
    Address

    200 Kent St

    Ottawa, Ontario, K1A0E6
    Canada
    Contracting authority
    Carina Della Valle
    Phone
    343542-9691
    Email
    Carina.DellaValle@dfo-mpo.gc.ca
    Address

    200 Kent St

    Ottawa, Ontario, K1A0E6
    Canada
    Date modified: