SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, September 28 from 8:00 pm until September 29 12:00am (EDT) 

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)

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Tremblay, Marial
    Phone
    (418) 677-4000 (4159)
    Fax
    (418) 677-3288
    Address
    CFB Bagotville, PO Box 380
    Building 71, Room 115
    Alouette, Québec, G0V 1A0

    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
    Quebec (except NCR)
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: