RH-10 Capillary Rheometer - NRC, Boucherville, Quebec, Canada
Solicitation number 31206-125664/A
Publication date
Closing date and time 2013/02/06 14:00 EST
Description
Trade Agreement: NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA Tendering Procedures: Generally only one firm has been invited to bid Attachment: None Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt Comprehensive Land Claim Agreement: No Vendor Name and Address: PANALYTIQUE INC./ PANALYTICAL 4995 Levy St-Laurent Quebec Canada H4R2N9 Nature of Requirements: A) Publics Works and Government Services Canada, on behalf of National Research Council Canada (NRC), Boucherville,Quebec, Canada, intends to award a contract with the company "Malvern Instruments Canada, a division of PANalytical Canada", Montreal, Quebec, Canada for the purchase of a capillary flow rheometry, model RH-10. Delivery Date: March 29, 2013. C) The estimated cost of the proposed contract: between $40,000 to $50,000. D) Sole source justification: Context : 1- Capillary flow rheometry is a basic measurement technique intended to evaluate the materials responses (polymers, biopolymers, composites materials) to extrusion pressure in the range of shear rates, temperatures and environments experienced during processing. 2- Within the framework of the industrial biomaterials flagship carried out at the Boucherville site of NRC, it is imperative to get a global understanding of new materials behavior. The capillary flow rheometry technique is an essential part of this understanding. 3- NRC must replace its current outworn and obsolete capillary rheometer version that reached its end-of-life since manufacturer no more offers support and update). NRC current RH-7 rheometer was originally bought in 1992. The proposed replacement must met specific analysis requirements imposed by our new rheological orientations, which includes: a. Melt strength measurements and software interpretation facilities specifically design by Malvern Instrument Ltd to fit existing hardware from our current RH-7 instrument. b. A PVT accessory (comprises special design piston tip and die assembly for sealing the capillary barrel) to evaluate material's relationship between Pressure/Volume/Temperature. Requirements: 1- Supply a research grade capillary flow measurement apparatus intended to perform high temperature testing. The supplier must offer technical and IT support as well as a full coverage warranty on parts and labor for a year. 2- Technical specification required : a. A 15mm bore, nitride steel, twin bore barrels b. Precise sample temperature control using three independent zone heaters, c. Integral fume chamber with extraction to vent sample gases, d. Nitrogen purge option availability for testing in a dry, inert atmosphere e. Open design below barrel exit to accommodate optional accessories such melt strength (Haul Off) f. Software compatibility is imperative and must allow retrieval of .rtd data format files. g. Rigid 'H' frame design for compliance-free measurements in transient tests with a high force range (up to 100kN) 3- Existing part to be reused or replaced As previously stated, NRC already owns a Malvern Instruments Ltd early rheometer version (RH-7). The replacement must be compatible with existing hardware accessories that will be reused or otherwise replaced. The targeted accessories are: - Bronze piston tips (quantity : 10) - 15mm diameter extrusion pistons (quantity :(4) - Dynisco type pressure transducer - measurement range : 500 PSI to 20000 PSI (quantity : 8) - 15mm o.d. Tungsten carbide capillaries - precision ±5µm - of different lengths and diameters (0.5 to 30mm length and 0.5 to 3mm diameter) with 90° and 180° entrance angle (quantity : 30) - Cleaning and calibration tools(gage go/no go) - PVT measurements accessories (hardware and software) The experimental needs and required specifications propose Malvern Instrument Ltd as the sole supplier for this unit replacement. To the best of our knowledge, no other supplier can provide the acute tools, measurement accessories, software and add-on needed compatibility. It is essential to have a backward compatibility with data files collected over the years using different software versions. In short, by using our current parts and accessories from the older system, a potential replacing cost saving for NRC of more than 50,000.00$ is foreseeable. Finally, Malvern Instruments Ltd presented a fully loaded demonstrator unit offer to NRC that included an important discount compared to a new unit loaded with the require options and hardware. To our knowledge, no other supplier can offer NRC such conditions to replace our current research grade capillary rheometer. E) Exception and Limited Tendering Reason Government Contracts Regulations (GCR) 6. Notwithstanding section 5, a contracting authority may enter into a contract without soliciting bids where exception and Limited Tendering Reason : (d) only one person is capable of performing the contract. North American Free Trade Agreement (NAFTA) Part Four: Government Procurement, Chapter Ten Article 1016: Limited Tendering Procedures 2. An entity may use limited tendering procedures in the following circumstances and subject to the following conditions: (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 to the extent that the initial procurement of the software was covered by this Chapter; Agreement on Internal Trade (AIT) Article 506: Procedures for Procurement 12. Where only one supplier is able to meet the requirements of a procurement, an entity may use procurement procedures that are different from those described in paragraphs 1 through 10 in the following circumstances: (a) to ensure compatibility with existing products, to recognize exclusive rights, such as exclusive licences, copyright and patent rights, or to maintain specialized products that must be maintained by the manufacturer or its representative; Should you have any questions concerning this requirement, send your questions by e-mail to the contracting officer at: marial.tremblay@pwgsc-tpsgc.gc.ca. Delivery Date: 28/03/2013 You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above. An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award. However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process. Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, 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. The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page. The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Contract duration
Refer to the description above for full details.
Trade agreements
-
Agreement on Internal Trade (AIT)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Tremblay, Marial
- Phone
- (418) 677-4000 (4159)
- Fax
- (418) 677-3288
- Address
-
CFB Bagotville, PO Box 380
Building 71, Room 115Alouette, Québec, G0V 1A0
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.