Toxic Gas Engineering and integration package
Solicitation number 17-22106
Publication date
Closing date and time 2018/12/07 13:00 EST
Description
Honeywell Analytics – Toxic Gas Engineering and integration package
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.
Background: The National Research Council (NRC) operates a multi-shift commercial semiconductor foundry servicing external client’s requiring photonic integration/devices on Semiconductors. Processes require the use of highly hazardous processing gases and chemistries which must be monitored continuously. NRC accomplishes this by the use of single and multipoint monitors – all of which are all manufactured by Honeywell.
Requirement: This requirement is to have the (OEM) of our detection equipment provide us with their integration package to link us into Honeywell’s extensive worldwide support structure as we move to 24/7 operations.
The contractor will be hired to perform the following tasks:
- Design, install, and program and upgrade NRC’s (TGMS) and incorporates industrial grade components with the latest software GUI.
- The install and link the (CCP) Central Control Panel (PLC), with the (RIO) Remote Input/output panels which includes routing the information to a central server (PC database) for logging and tracking. The contractor will be required to configure the system, layout and modify current conditions to allow accessibility from multiple control points through two (2) remote view-nodes installed and programmed two NRC designated locations.
- The gas detection devices will be located throughout the facility at locations determined by NRC. Routing will occur via established NRC internal networks, including (POE) Power over Ethernet capabilities to (CCP) and (RIO) panels. The internal addresses of individual remote gas detection devices and (POE) switches will be used in determining functionality of (PLC) based on location and gas types. The information programmed will be used for capture, display, and data logging on the TGMS & HMI and will aid in trained NRC staff with assessing events, troubleshooting individual gas detector faults, and/or maintenance issues.
- Each individual input and output from the I/O panel will be verified and tested to the existing electrical layout drawing package. Upon completion of I/O testing, the activation of notification devices and shutdowns will be verified for correct programming and location.
Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)
- Must be a qualified, trained, engineer with Honeywell certification for gas monitoring systems.
- Must have detailed knowledge and understanding of Honeywell’s (GMDS) to perform the tasks in question.
- Third parties must have 10 years’ experience with system designs, installations, integrations and programming for Honeywell Analytics (GMDS).
- Must have well established engineering support network trained in Honeywell Gas Detection equipment available 24 hours per day, seven days a week.
Applicability of the trade agreement(s) to the procurement
This procurement is subject to the following trade agreement(s):
World Trade Organization - Agreement on Government Procurement (WTO-AGP)
North American Free Trade Agreement (NAFTA)
Justification for the Pre-Identified Supplier:
This requirement is exclusively about obtaining industrial grade support for our hazardous gas detection multi-shift operations moving to continuous round the clock operations. All existing monitoring points currently in use are manufactured by (OEM) Honeywell Analytics. Targeting 100% uptime of life/health monitoring systems means standardizing on industry proven technologies, securing access to established, robust support structures and services, standardizing on procedures and commonality of parts and equipment.
Government Contracts Regulations Exception(s):
The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection: 6(d) - "only one person is capable of performing the work").
Exclusions and/or Limited Tendering Reasons
Article 1016: Limited Tendering B: The following exclusion(s) and/or limited tendering reasons are invoked under the 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
Ownership of Intellectual Property: There are no IP considerations with this Procurement. Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
Period of the proposed contract or delivery date:
Cost estimate of the proposed contract - $200K - $250K USD; Subject to negotiation.
Name and address of the pre-identified supplier:
Honeywell Analytics, Inc.
405 Barclay Boulevard Lincolnshire,
Illinois 60069 USA
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:
December 07th 2017 – 2pm Eastern Standard Time
Inquiries and submission of statements of capabilities:
Procurement Officer: Johnathon Gillis – (613) 993-5506
Contract duration
Refer to the description above for full details.
Trade agreements
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
Contact information
Contracting organization
- Organization
-
National Research Council Canada
- Address
-
100 Sussex DrOttawa, Ontario, K1A0R6Canada
- Contracting authority
- Gillis, Johnathon
- Phone
- 613-993-5506
- Email
- Johnathon.Gillis@nrc-cnrc.gc.ca
- Address
-
1200 Montreal Road, M22Ottawa, ON, K1A 0R6CA
Buying organization(s)
- Organization
-
National Research Council Canada
- Address
-
100 Sussex DrOttawa, Ontario, K1A0R6Canada
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.