Computed Radiography Systems

Status Awarded

Contract number W8486-184545/001/QE

Solicitation number W8486-184545

Publication date

Contract award date


    Description

    This contract was awarded to:

    Trikon Technologies

    1. Purpose

    The intent of this solicitation is to establish One (1) Contract.

    The Department of National Defence has a requirement for the supply of quantity one (1)

    CRxFlex II System with desktop computer, High-Resolution Monitor, Rhythm Software Upgrade

    package with Premium Software tools for CRxFlex II System Flash Filter for Castings and

    quantity one (1) CRxVision System with Desktop Computer, High-Resolution Monitor, & Rhythm

    Software Upgrade package with Premium Software tools for CRxVision System Flash Filter for

    Castings, Flash Filter for Welds, Image Plate for CRxVision Speed IPS Size 14" x 17", Image

    Plate for CRxVision Speed IPS Size 7" x 17". Delivery, installation, testing and commissioning

    of the two new Computed Radiography Systems with related accessories, site clean-up,

    removal of trade-in units, disposal of all packaging and debris, plus training for Quality

    Engineering Test Establishment personnel on the new equipment as per the solicitations

    Statement of Requirement is also being requested.

    The Crown retains the rights to negotiate with suppliers on any procurement.

    Documents may be submitted in either official language of Canada.

    2. Background

    The Computed Radiography (CR) Systems are used to perform two-dimensional (2D) digital

    industrial radiography of parts and components, and provide a critical role in performing

    unique and advanced non-destructive evaluation (NDE) inspections and investigations for

    the Department of National Defence (DND). More specifically, the Royal Canadian Air Force

    and the Canadian Army as the primary customers for tasks and projects, require the use of

    CR systems to provide unique test data and information that can only be obtained through

    advanced computed radiography inspections. This test data is deemed crucial to the

    responsible and successful management and support of key DND equipment and fleet

    assets.

    3. Justification for Pre-Selected Supplier:

    The Computed Radiography Systems CRxFlex II and CRxVision are the only system that have

    technical commonality and compatible with DND’s validated and approved test routines, and

    procedures. Hardware and software confirguration changes immediately compromise the

    validation of the system, and therefore alternative products do meet the requiremts of

    interchangeability within the already existing system . As such, Bidders must provide products

    that are of the same description, brand name, model and/or part number as detailed in the item

    description of the bid solicitation.

    For the above technical reasons, competition is being limited to the below list of Pre-selected

    Suppliers as Baker Hughes, a GE Company and the Original Equipment Manufacturer with the

    Intellectual Property Rights for the CrcFlex II and CrxVision systems, has authorized these

    companies as resellers and confirmed that they are able to provide the requested goods and

    services for this procurement.

    4. Pre-selected Suppliers :

    The below suppliers have been invited to bid on this procurement:

     Trikon technologies Inc.

     Non-Destructive testing Products Ltd.

     Intech NDE

    5. RFP Documents

    RFP documents will be e-mailed directly from the Contracting Authority to the Qualified Supply

    Arrangement Holders who are being invited to bid on this requirement. Bidders are advised that

    the RFP documents are not available on the Government Electronic Tendering System (GETS)

    (https://buyandsell.gc.ca/tenders).

    For suppliers not on the above Bidders list, the RFP documents can be obtained by contacting

    the Contracting Authority with confirmation that you are a certified reseller of Baker Hughes a

    GE Company.

    6. Security Requirement

    There are security requirements associated with this requirement. For additional information,

    consult Part 1 – General Information, and Part 6 – Resulting Contract Clauses. For more

    information on personnel and organization security screening or security clauses, bidders

    should refer to the Industrial Security Program (ISP) of Public Works and Government Services

    Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.

    7. Exception(s) and /or Limited Tendering Reasons

    As there is an absence of competition for technical reasons, the following exception(s) and/or

    limited tendering reasons are invoked: NAFTA Article 1016.2(b), WTO-AGP Article XV.1 (b),

    CETA Article 19.12.b (iii), and CFTA Article 513.1.b (iii).

    Business address
    208 Rue Joseph-Carrier
    Vaudreuil-Dorion, QC, J7V 5V5
    Procurement method
    Competitive - Limited Tendering
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • N6635 - Physical Properties Testing Equipment
    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Bleskie, Valerie
    Phone
    819-939-6477
    Address
    101 Colonel By Drive
    Ottawa, ON, K1A 0K2
    CA

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada