Energy Management Control System Service and Maintenance

Solicitation number 17-22029

Publication date

Closing date and time 2017/07/07 14:00 EDT


    Description

    Energy Management Control System Service and Maintenance – Solicitation Number: 17-22029

    Advance Contract Award Notice (ACAN): 17-22029

    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 has a requirement for additional engineering, software programming, components, and upgrades to the existing Energy Management Control System (EMCS) which is a legacy system that was installed as part of an Energy Performance Contract completed for several buildings on the Montreal Road Campus in the early 1990’s. The modifications consist of software programming and system engineering, new field installed components, field wiring for local interface displays, control panels and controllers, end devices for temperature, pressure, humidity, transducers, exhaust temperature, bypass damper actuator, duct mounted pressure transducers, fan control relays, motorized heating control valves, interface relays, cooling controls, heating controls, flow switches, low water cutoff, cascade controller and sensors, and status /alarm monitoring. The software programming, system engineering and components must be fully compatible, functional and be fully integrated with the current proprietary Andover Continuum EMCS (Ainsworth Canada).

    Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements):

     Must be a participating aggregator in the DR 3 Program, and who is also an Andover Controls authorized representative (now Ainsworth Canada)

    Technicians must have “Certification from the Original Manufacture” Ainsworth Canada;

    Use only Genuine OEM parts;

    Provide 24/7 helpdesk with expert support;

    Provide spare part kits for scheduled maintenance for the entire Andover Continuum product line;

    Provide access to drawings, designs, software records and product improvements;

    Ability for Online Remote Monitoring;

    Ability to connect ‘live’ to control system;

    Must have 10 years’ experience with Ainsworth Canada building automation and the Andover Continuum product line.

     Applicability of the trade agreement(s) to the procurement:

    Agreement on Internal Trade (AIT)

    World Trade Organization - Agreement on Government Procurement (WTO-AGP)

    North American Free Trade Agreement (NAFTA)

    Justification for the Pre-Identified Supplier: The Non-Competitive recommendation is based on unification of systems and cross-platform compatibility (OEM Hardware/Software Platforms). NRC/Engineering has a requirement for a turn-key service provider that will upgrade a number of buildings automation systems (equipment and software). NRC has on inventory 20,000 monitoring and control points in 77 buildings across in the National Capital Region. Ainsworth Canada has been selected for this requirement as they are the original designer of equipment in question, they own the IP associated with the buildings automation infrastructure and the sole vendor that can resolve the requirement.

     Limited Tendering Procedures/applicable:

    1016 b. where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists

     1016 d. For additional deliveries by the original supplier that are intended either as replacement parts or continuing services for existing supplies, services or installations, or as the extension of existing supplies, services or installations, where a change of supplier would compel the entity to procure equipment or services not meeting requirements of interchangeability with already existing equipment or services, including software.

    Ownership of Intellectual Property: No Intellectual Property will be generated from this contract, all Intellectual Property belongs to Ainsworth Canada, should any Intellectual Property arise as a result of this contract, Ownership of any Foreground Intellectual Property will remain with the Contractor.

    Estimated Contract Start date and End date: August 01 2017 – March 31 2018

    Estimated Contract term: The initial contract will be for 8 months – 12 months however, NRC reserves the right to award additional contracts of similar scope of work for up to three years after this solicitation closes.

    Cost estimate of the proposed contract: (initial contract $200K-300K CDN per site)

    Proposed Supplier: Ainsworth Inc. - 100-2935 Conroy Rd. Ottawa, On K1G 6C6

    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.

    Closing date for a submission of a statement of capabilities: July 7 2017, 2PM Eastern

    Inquiries and submission of statements of capabilities:

    Procurement Officier: Johnathon Gillis Tel: (613) 993-5506; Email: Johnathon.Gillis@nrc-cnrc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)

    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
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    Canada
    Contracting authority
    Gillis, Johnathon
    Phone
    613-993-5506
    Email
    Johnathon.Gillis@nrc-cnrc.gc.ca
    Address
    1200 Montreal Road, M22
    Ottawa, ON, K1A 0R6
    CA

    Buying organization(s)

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    National Capital Region (NCR)
    Procurement method
    Competitive - Limited Tendering

    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: