laboratory evaluations of the formation potential of regulated gases and unregulated polycyclic aromatic hydrocarbon (PAH) emissions for a Mammoth passive diesel particulate filter (DPF)
Solicitation number NRCan-5000063050
Publication date
Closing date and time 2021/11/18 13:00 EST
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.
Definition of the requirement
The Department of Natural Resources Canada (NRCan) has a requirement to Vale and Mammoth Equipment & Exhausts (Mammoth), in cooperation with Natural Resources Canada (NRCan), will conduct a laboratory evaluations of the formation potential of regulated gases and unregulated polycyclic aromatic hydrocarbon (PAH) emissions for a Mammoth passive diesel particulate filter (DPF). Please see Appendix A for compounds of interest. The DPF is intended for use by Vale on large mining equipment CanmetMINING will employ a 242 kW Detroit Diesel Series 60 reference engine for all emissions studies. This engine is calibrated and its performance, fuel economy and emissions are well known, tested and documented. Any small changes in emissions or performance caused by fuel properties can be detected and measured to a high statistical accuracy.
The scope of the project does include measurement of non-regulated emissions or toxics by external contractor.
CanmetMINIING proposes both an engine out, baseline, and DPF out, assessment of regulated and nom-regulated emissions using mining fuel. The test regime will compose of ISO 8178 C1 test cycle of extended duration per mode point.
The following test data will be recorded for all tests; speed, power, torque, fuel consumption and regulated emissions including; CO, CO2, NO, NO2, O2, THC and diesel particulate matter (tailpipe). In addition special samples will be collect to assess PAHs and/or nPAHS . This analysis will be carried out by an external contractors.
- The CanmetMINING laboratory standard engine will be installed in the test cell and a baseline emission test will be performed using CSA certification fuel. The baseline test will consist of one the ISO8178 C1 cycle.
- CanmetMINING will repeat in duplicate this process for tailpipe, DPF out. For the purposes of costing, this scope includes one baseline test and two duplicate tests.
- Canmet MINING will prepare a draft report for the CLIENT’s review to include reference to external contractors report summarizing the PAH results of the sampling program.
- CanmetMINING will reference in the final report from literature, comparison of non-regulated from similar type engines
Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)
Any interested supplier must demonstrate by way of a statement of capabilities that its exhaust gas sampling system meets all of the following requirements:
Capable of sampling for all the following compounds of interest:
Volatile Organic Compounds
Benzene
Formaldehyde
Acetaldehyde
1,3-Butadiene
Dioxins and Furans (total as TEQ)
2,3,7,8 Tetrachlorodibenzo-p-dioxin (2,3,7,8 T4CDD)
1,2,3,7,8 Pentachlorodibenzo-p-dioxin (1,2,3,7,8 P5CDD)
1,2,3,4,7,8 Hexachlorodibenzo-p-dioxin (1,2,3,4,7,8 H6CDD)
1,2,3,6,7,8 Hexachlorodibenzo-p-dioxin (1,2,3,6,7,8 H6CDD)
1,2,3,7,8,9 Hexachlorodibenzo-p-dioxin (1,2,3,7,8,9 H6CDD)
1,2,3,4,6,7,8 Heptachlorodibenzo-p-dioxin (1,2,3,4,6,7,8 H7CDD)
Octachlorinated dibenzo-p-dioxin (O8CDD)
2,3,7,8 Tetrachlorodibenzofuran (2,3,7,8 T4CDF)
1,2,3,7,8 Pentachlorodibenzofuran (1,2,3,7,8 P5CDF)
2,3,4,7,8 Pentachlorodibenzofuran (2,3,4,7,8 P5CDF)
1,2,3,4,7,8 Hexachlorodibenzofuran (1,2,3,4,7,8 H6CDF)
1,2,3,6,7,8 Hexachlorodibenzofuran (1,2,3,6,7,8 H6CDF)
1,2,3,7,8,9 Hexachlorodibenzofuran (1,2,3,7,8,9 H6CDF)
2,3,4,6,7,8 Hexachlorodibenzofuran (2,3,4,6,7,8 H6CDF)
1,2,3,4,6,7,8 Heptachlorodibenzofuran (1,2,3,4,6,7,8 H7CDF)
1,2,3,4,7,8,9 Heptachlorodibenzofuran (1,2,3,4,7,8,9 H7CDF)
Octachlorinated dibenzofuran (O8CDF)
Polynuclear Aromatic Hydrocarbons (PAHs)
Naphthalene
1-Methyl naphthalene
2-Methyl naphthalene
Acenaphthene
Acenaphthylene
Phenanthrene
Nitrated Polynuclear Aromatic Hydrocarbons (nPAHs)
Pyrene 1-nitro-naphthalene
Fluoranthene 2-nitro-naphthalene
Chrysene 3-nitro-phenanthrene
Benz(a)-anthracene 9-nitro-phenanthrene
Benzo(b)-fluoranthene 9-nitro-anthracene
Benzo(k)-fluoranthene 3-nitro-fluoranthene
Benzo(a)-pyrene 1-nitropyrene
Indene(1,2,3- cd) pyrene 1-nitro-naphthalene
Capable of performing the sample collection and analysis according to the following methods:
• United States Environmental Protection Agency (US EPA)
Compendium Method TO-15: Determination Of Volatile
Organic Compounds (VOCs) In Air Collected In Specially-
Prepared Canisters And Analyzed By Gas Chromatography/
Mass Spectrometry (GC/MS);
• US EPA Compendium Method TO-11A: Determination of
Formaldehyde in Ambient Air Using Adsorbent Cartridge
Followed by High Performance Liquid Chromatography
(HPLC) [Active Sampling Methodology] OR California Air
Resources Board (CARB) Method 430: Determination of
Formaldehyde and Acetaldehyde in Emissions from
Stationary Sources);
• Environment Canada EPS 1/RM/2: Measurement of
Releases of Semi-Volatile Organic Compounds from
Stationary Sources, and EPS 1/RM/3: A Method for the
Analysis of Polychlorinated Dibenzo-para-dioxins (PCDDs),
Polychlorinated Dibenzofurans (PCDFs) and Polychlorinated
Biphenyls (PCBs) in Samples from the Incineration of PCB
Waste OR US EPA Method 23: Determination of
Polychlorinated Dibenzo-p-Dioxins and Polychlorinated
Dibenzofurans From Stationary Sources.
Having prior experience in storage and transport of sensitive compounds.
Applicability of the trade agreement(s) to the procurement
This procurement is subject to the following trade agreement(s)
- Canadian Free Trade Agreement (CFTA)
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
- Canada-Chile Free Trade Agreement (CCFTA)
- Canada-Colombia Free Trade Agreement
- Canada-Honduras Free Trade Agreement
- Canada-Korea Free Trade Agreement
- Canada-Panama Free Trade Agreement
- Canada-Peru Free Trade Agreement (CPFTA)
- Canada-Ukraine Free Trade Agreement (CUFTA)
Justification for the Pre-Identified Supplier
The supplier mentioned in section 13 below is the only known supplier that meets the mandatory criteria set out in section 3 above.
Should Canada receive a statement of capabilities from a supplier that contains sufficient information to indicate that it meets the requirements set forth in this ACAN, a competitive process will be triggered with a technical and financial evaluation methodology of the bids proposed by the potential bidders
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".
The identified supplier, Montrose Environmental, is the only one able to meet all of the criteria identified in paragraph 3 above
Exclusions and/or Limited Tendering Reasons
The following exclusion(s) and/or limited tendering reasons are invoked under the:
- Canadian Free Trade Agreement (CFTA) – Article: 513.1(b) (iii);
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) – Article(s): 15.10 , 2 (b) (iii) (s)
- Canada-Chile Free Trade Agreement (CCFTA) – Article(s) Kbis-09 (b),Article Kbis-09 (c)
- Canada-Colombia Free Trade Agreement – Article(s): 1409 (b) (iii);
- Canada-Honduras Free Trade Agreement – Article(s): 17.11 2 (b) (iii)
- Canada-Korea Free Trade Agreement – Article 14.3, Under the Revised GPA - Article XIII, 1 (b) (iii);
- Canada-Panama Free Trade Agreement – Article(s) 16.10 (b) (iii)
- Canada-Peru Free Trade Agreement (CPFTA) – Article(s1409 (b) (iii)
- Canada-Ukraine Free Trade Agreement (CUFTA) – Article(s Article 10.13 (b) (iii);
Period of the proposed contract or delivery date
The proposed contract is for a period of 1 years from date of contract award until March 31, 2022. Cost estimate of the proposed contract
The estimated value of the contract, including option(s), is 159,000 x (GST/HST extra)
Name and address of the pre-identified supplier
Montrose Environmental Group 704 Mara Street, Suite 210 Point Edward ON N7V 1X4
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
November 18th, 2021 at 2PM EST will be the closing date for submissions against the statement of capabilities.
Inquiries and submission of statements of capabilities
Inquiries and statements of capabilities are to be directed to:
Daniel Burley
Procurement Specialist
Natural Resources Canada
daniel.burley@nrcan-rncan.gc.ca
343-543-7809
Contract duration
Refer to the description above for full details.
Trade agreements
-
Canada-Panama Free Trade Agreement
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canada-Honduras Free Trade Agreement
-
Canadian Free Trade Agreement (CFTA)
-
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
-
Canada-Ukraine Free Trade Agreement (CUFTA)
-
Canada-UK Trade Continuity Agreement (Canada-UK TCA)
-
Atlantic Procurement Agreement
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
Contact information
Contracting organization
- Organization
-
Natural Resources Canada
- Address
-
580 Booth StOttawa, Ontario, K1A 0E4Canada
- Contracting authority
- Burley, Daniel
- Phone
- 343-543-7809
- Email
- Daniel.Burley@canada.ca
- Address
-
580 Booth StreetOttawa, ON, K1A 0E4CA
Buying organization(s)
- Organization
-
Natural Resources Canada
- Address
-
580 Booth StOttawa, Ontario, K1A 0E4Canada