OXY-FUEL PRESSURIZED GENERATION TWO (G2) BURNER

Solicitation number 23375-150464/A

Publication date

Closing date and time 2015/05/27 14:00 EDT


    Description
    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. 
    
    1.	Requirement
    
    Natural Resources Canada (NRCan) has a requirement for the design, fabrication, testing and delivery of a 50 KWth prototype oxy-fuel pressurized Generation 2 (G2) Clean Fossil Fuel Technology burner system to CANMETEnergy’s facility in Ottawa, Ontario, Canada. 
    
    The Generation 2 (G2) Clean Fossil Fuel Technology is comprised of a novel and proprietary supercritical oxy-fuel combustion process (G2-Combustor) which effectively integrates the heat of combustion from burning fossil fuels with a closed supercritical CO2 (S-CO2) Brayton cycle (G2-Turbine) to produce electricity. NRCan is currently in the process of designing and building a proof-of-concept pilot-scale facility in an effort to realize the G2 Clean Fossil Fuel Technology. The proposed burner system will be integrated into this pilot-scale G2 facility which is currently under development. 
    
    The design, fabrication and delivery of the burner system will be accomplished in three (3) phases, as follows:
    
    Phase I is comprised of an Engineering Design Feasibility Study to formulate a burner system configuration in accordance with the G2 process parameters summarized in the Statement of Work, provided for typical natural gas, #2 oil, #6 oil, as well as bitumen combustion. This represents the 1st milestone of the project. There is a go/no-go decision point following Phase I.
    
    Phase II is comprised of the Engineering Design of the Burner System. This activity will build on the results of Phase I to complete the detailed design for the dual mode, i.e., gaseous fueled and liquid fueled, burner system. The Contractor must complete the detailed engineering design of the system and its components such that they could readily proceed with fabrication and assembly of the system and its components based on the design package provided by the Contractor in this phase. This represents the 2nd milestone of the project. There is a go/no-go decision point following Phase II.
    
    Phase III is comprised of the Manufacturing, Assembly, Testing and Delivery of the Burner System.   This activity will build on the results of the Work completed in Phase II, and implement the manufacturing, assembly and checkout testing and delivery of the burner system. The checkout test is to be performed at the Contractor’s facility at the actual burner operating pressure, temperature and flow conditions. The Contractor must deliver the prototype burner system to CanmetENERGY facility in Ottawa, ON, and provide on-site Installation support. 
    
    2. 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: 
    
    1) The Bidder must have successfully completed one (1) project within the past seven (7) years, measured back from the date of ACAN closing, in designing, fabricating, and testing a high-pressure oxy-fuel burner system capable of:
    a)	operating in a supercritical CO2 environment;
    b)	burning fossil fuels, such as Natural Gas (NG) or oil;
    c)	operating in pressure ranges equal to or exceeding 140 bars;
    d)	operating at temperatures equal to or exceeding 650°C (at the outlet of the combustor); and,
    e)	operating at temperatures equal to or exceeding 1200°C in the combustor core.
    
    The Bidder must demonstrate this experience by providing a brief abstract of the project that clearly demonstrates the month and year commenced and completed, and how (through what activities, responsibilities and approach) they successfully completed the project.
    
    2) The Bidder must have a facility to test an assembled 50 KWth at a minimum or greater high-pressure oxy-fuel burner system in a continuous operation mode burning Oil and Natural Gas for the duration of twelve (12) hours each at the following design pressure and temperatures;
    a)	operating in pressure ranges equal to or exceeding 140 bars;
    b)	operating at temperatures equal to or exceeding 650°C (at the outlet of the combustor); and,
    c)	operating at temperatures equal to or exceeding 1200°C in the combustor core.
    
    The Bidder must demonstrate this by providing a brief description of the facility that clearly demonstrates its ability to test an assembled 50 KWth at a minimum or greater high-pressure oxy-fuel burner system in a continuous operation mode burning Oil and Natural Gas for the duration of twelve (12) hours each at the above mentioned design pressure and temperatures.
    
    3. Applicability of the trade agreement(s) to the procurement
    
    This procurement is subject to the Agreement on Internal Trade (AIT).
    This procurement consists of Energy Research and Development services which are excluded from the application of the NAFTA as per Annex 1001.1b-2, Class A Research and Development and are not listed under the WTO-AGP Appendix l, Annex 4.
    The Comprehensive Land Claims Agreements (CLCAs) are not applicable to this procurement, as Work will not be delivered to, nor conducted within CLCA areas.
    
    4. Justification for the Pre-Identified Supplier
    Parametric Solutions Inc. is the only known supplier that has successfully designed and fabricated supercritical CO2 high pressure oxy-fuel burner within the past seven (7) years that is capable of operating at the extreme range of pressures and temperatures that G2-Combustor Loop system has been designed to operate at. Parametric Solutions Inc. is the only know supplier that also has a test and verification facility that enables them to test and verify the performance of the burner at the G2-Combustor system’s extreme pressure and temperature conditions, while operating in a supercritical CO2 environment. 
    
    5. Government Contracts Regulations Exception(s)
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work”.
    
    6. Limited Tendering Reasons
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the (section of the trade agreement(s) specified):
    
    Agreement on Internal Trade (AIT) – Article(s) 506, 12b – “where there is absence of competition for technical reasons and the goods and services can only be supplied by a particular supplier and no alternative of substitute exists”. 
    
    7. Ownership of Intellectual Property
    
    Canada will own the Intellectual Property Rights in Foreground Information as per article 6.4.2 of the Policy on Title to Intellectual Property Arising under Crown Procurement Contracts; “to augment an existing body of Crown Background as a prerequisite to the transfer of the augmented Background to the private sector, through licensing or assignment of ownership (not necessarily to the original Contractor), for the purposes of Commercial Exploitation.”
    
    8. Period of the proposed Contract or delivery date
    
    The period of the proposed contract is from the date of contract award to April 04, 2016
    
    9. Cost estimate of the proposed contract
    
    The estimated value of the contract is $456,870.00 USD applicable taxes included.
    
    10. Name and address of the pre-identified supplier
    
    Parametric Solutions Inc.
    900 East Indiantown Road, 
    Jupiter, FL 33477, 
    United States
    
    11. Suppliers' right to submit a statement of capabilities
    
    Suppliers who consider themselves fully qualified and available to provide the goods and/or 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.
    
    Suppliers may request a copy of the Statement of Work from the Contracting Authority. Suppliers must complete and sign the Non-Disclosure Agreement which is attached as Annex A and submit it to the Contracting Authority at the coordinates detailed below in order to obtain a copy of the Statement of Work.
    
    12. Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of capabilities is May 27, 2015 at 2:00 p.m. EDT.
    
    13. Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    
    Mario Legault
    Supply Officer
    Life and Earth Sciences Division
    Science Procurement Directorate
    Services and Technology Acquisitions Management Sector (STAMS)
    Acquisitions Branch
    Public Works and Government Services Canada
    11 Laurier Street, Portage III, 11C1, Gatineau QC K1A 0S5
    mario.legault@pwgsc-tpsgc.gc.ca
    Telephone:  819-956-7766
    Fax: 819-997-7229

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Legault, Mario
    Phone
    819-956-7766
    Fax
    819-997-2229
    Address
    11 Laurier Street
    Gatineau, QC, K1A 0S5
    CA

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    English
    13
    French
    1

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    Unspecified
    Procurement method
    Competitive - Limited Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: