Research and Development for 250 KWth and 10 MWe Supercritical CO2 (sCO2) Brayton Cycle

Solicitation number 23375-171451/A

Publication date

Closing date and time 2017/10/26 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 CanmetENERGY - Ottawa (CE-O) has a requirement for validated recuperator model(s) to simulate low-temperature (50-150°C) and high-temperature (150-600°C) recuperator performance for supercritical CO2 (sCO2) power cycles, high temperature materials performance testing in sCO2 environments, and complete dynamic modelling and simulation of sCO2 power cycles. In this requirement the “recuperator” in consideration is of the Printed Circuit Heat Exchanger (PCHE) type.

    Services are to be delivered to CanmetENERGY - Ottawa facility in Ottawa, ON.

    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:

    M1 The Supplier must have successfully completed at least 1 project within the past 10 years, in formulating, analyzing and designing an indirectly fired 250 KWth and a 10 MWe sCO2 Brayton power cycle (either simple or recompression) capable of:

    1. operating at pressures exceeding 100 bars;
    2. operating at temperatures exceeding 650°C (at the inlet to the turbine); and,
    3. being coupled to a high pressure oxy-fuel combustion loop through a compact heat exchanger to heat up the pressurized sCO2 working fluid to 650°C or higher, for conversion of thermal to mechanical energy in a turbine, in order to produce electricity.

    The project must have included detailed process, system, turbomachinery modelling and design, as well as aerodynamic, control, structural, material, flow, and thermal analyses. The Supplier must demonstrate this experience by providing a brief abstract of one or more project(s) that clearly demonstrates the month and year commenced and completed, and how (through what activities, responsibilities, equipment, and approach) they successfully completed the project.

    M2 The Supplier must have developed a functional dynamic model of one of the sCO2 Brayton power cycles described under item 1 to simulate process control and observe the effect of perturbation on the dynamic behaviour of the power cycle, including start-up, shutdown, normal operation, emergency conditions and transient scenarios such as ramping up, ramping down, or during major upset conditions. Moreover, this dynamic model must have been developed from fundamental physics principles for analysis of sCO2 Brayton power cycle and components’ transient behavior. Furthermore, this model must be directly scalable or applicable to 10 MWe sCO2 Brayton power cycles (both simple and recompression).

    The Supplier must demonstrate this experience by providing a brief abstract of one or more project(s) that clearly demonstrates the month and year commenced and completed, and how (through what activities, responsibilities, equipment, and approach) they successfully completed the project.

    M3 The Supplier must have developed a detailed heat transfer model for simulation of sCO2 Brayton power cycle recuperators.

    The Supplier must demonstrate this experience by providing a brief abstract of one or more project(s) that clearly demonstrates the month and year commenced and completed, and how (through what activities, responsibilities, equipment, and approach) they successfully completed the project.

    M4 The Supplier must have experience investigating and testing materials performance in a sCO2 environment at temperatures exceeding 650°C and pressures exceeding 100 bars. Moreover, the Supplier must have characterized the corrosion behavior of material samples exposed to the sCO2 environment, using methods such as Scanning Electron Microscopy (SEM) and Energy-dispersive X-ray spectroscopy (EDS).

    The Supplier 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, equipment, and approach) they successfully completed the project.

    M5 The Supplier must have experience in collecting and analyzing data from compact heat exchangers in order to verify and update recuperator models using collected test data.

    The Supplier must demonstrate this experience by providing a brief abstract of one or more project(s) that clearly demonstrates the month and year commenced and completed, and how (through what activities, responsibilities, equipment, and approach) they successfully completed the project.

    M6 The Supplier must have access to facilities necessary for characterizing the corrosion behavior of material samples exposed to sCO2 environment, using methods such as Scanning Electron Microscopy (SEM) and Energy-dispersive X-ray spectroscopy (EDS).

    3.Applicability of the trade agreement(s) to the procurement

    This procurement is subject to the Canadian Free Trade Agreement (CFTA).

    This procurement consists of Research and Development services which are excluded from the application of the North American Free Trade Agreement (NAFTA) as per Annex 1001.1b-2, Section B, Class A Research and Development, are not listed under the World Trade Organization Agreement on Government Procurement (WTO-AGP) Appendix l, Annex 5, and are not listed under the Canada-European Union Comprehensive Economic and Trade Agreement (CETA) Annex 19-5.

    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

    1) Carleton University has successfully completed at least 1 project within the past 10 years, in formulating, analyzing and designing an indirectly fired 250 KWth and a 10 MWe sCO2 Brayton power cycle (either simple or recompression) capable of:

    1. operating at pressures exceeding 100 bars;
    2. operating at temperatures exceeding 650°C (at the inlet to the turbine); and,
    3. being coupled to a high pressure oxy-fuel combustion loop through a compact heat exchanger to heat up the pressurized sCO2 working fluid to 650°C or higher, for conversion of thermal to mechanical energy in a turbine, in order to produce electricity.

    The project must have included detailed process, system, turbomachinery modelling and design, as well as aerodynamic, control, structural, material, flow, and thermal analyses.

    2) Carleton University has developed a functional dynamic model of one of the sCO2 Brayton power cycles described under item 1 to simulate process control and observe the effect of perturbation on the dynamic behaviour of the power cycle, including start-up, shutdown, normal operation, emergency conditions and transient scenarios such as ramping up, ramping down, or during major upset conditions. Moreover, this dynamic model must have been developed from fundamental physics principles for analysis of sCO2 Brayton power cycle and components’ transient behavior. Furthermore, this model must be directly scalable or applicable to 10 MWe sCO2 Brayton power cycles (both simple and recompression).

    3) Carleton University has developed a detailed heat transfer model for simulation of sCO2 Brayton power cycle recuperators.

    4) Carleton University has experience investigating and testing materials performance in a sCO2 environment at temperatures exceeding 650°C and pressures exceeding 100 bars. Moreover, Carleton University has characterized the corrosion behavior of material samples exposed to the sCO2 environment, using methods such as Scanning Electron Microscopy (SEM) and Energy-dispersive X-ray spectroscopy (EDS).

    5) Carleton University has experience in collecting and analyzing data from compact heat exchangers in order to verify and update recuperator models using collected test data.

    6) Carleton University has access to facilities necessary for characterizing the corrosion behavior of material samples exposed to sCO2 environment, using methods such as Scanning Electron Microscopy (SEM) and Energy-dispersive X-ray spectroscopy (EDS).

    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 contract.”

    6.Limited Tendering Reasons

    The following exclusion(s) and/or limited tendering reasons are invoked under the:

    Canadian Free Trade Agreement (CFTA) – Article(s) 513, 1(b) (iii) – “if the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons: due to an absence of competition for technical reasons”

    7.Ownership of Intellectual Property

    Canada intends to retain ownership of any Foreground Intellectual Property arising out of the proposed contract on the basis that the main purpose of the contract is, as per Appendix A, Article 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 expanded 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

    The period of the proposed contract is from the date of contract award to March 31, 2018.

    9.Name and address of the pre-identified supplier

    Carleton University

    1125 Colonel By Drive

    Ottawa, Ontario, K1S 5B6

    10.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.

    11.Closing date for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is October 26, 2017 at 2:00 p.m. EDT.

    12.Inquiries and submission of statements of capabilities

    Inquiries and statements of capabilities are to be directed to:

    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

    DaisySukWah.Yee@tpsgc-pwgsc.gc.ca

    Telephone: 819-420-2886

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)
    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
    Yee, Daisy Suk Wah
    Phone
    819-420-2886
    Email
    DaisySukWah.Yee@tpsgc-pwgsc.gc.ca
    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
    26
    French
    6

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

    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