Gas Chromatograph

Solicitation number K4E21-150027/A

Publication date

Closing date and time 2015/12/14 16:00 EST


    Description
    Trade Agreement: World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    C.D. Nova Ltd.
    C. D. Nova Ltd.
    5330 Imperial Street
    Burnaby British Columbia
    Canada
    V5J1E6
    Nature of Requirements: 
    
    ACAN - GAS CHROMATOGRAPHY SYSTEM, 
    
    K4E21-150027/A
    Yu, Jenny
    Telephone No. - (403) 292-5795 
    Fax No. - (403) 292-5786 
    
    
    1. Advance Contract Award Notice (ACAN)
    
    An ACAN is a public notice indicating to the supplier community that a departmentor agency intends to award a contract for goods, services or co
    nstruction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a st
    atement 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. 
    
    
    
    2. Requirement
    
    Public Works and Government Services Canada (PWGSC) on behalf of its client, Environment Canada, intends to enter into a Contract with CD Nova Instruments Ltd. for the supply and delivery of the specified Gas Chromatography System: Synspec SYNTECH SPECTRAS GC955 600-Series PID- GC (GC
    955 - 611 POCP C5-C12 #9611-PX2XXS). 
    
    The instrument will be used in combination with the existing and currently operated Synspec SYNTECH SPECTRAS GC955 600-Series PID- GC equipment by Environment Canada’s Science and Technology Branch, Air Quality Science Unit, the Edmonton Air Quality Services Unit (Edmonton AQSU), and other provincial monitoring stations for ongoing VOC monitoring  in alignment with the Alberta Environmental Monitoring, Evaluation and Reporting Agency (AEMERA), and the Alberta Environment and Parks Air Monitoring Directives, and the Joint Oil Sands Monitoring Plan.  
    
    
    
    
    3. Criteria for assessment of the Statement of Capabilities
    
    Suppliers who consider themselves fully qualified and available to provide the goods, services, or construction services described in this AC
    AN 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.
    
    MANDATORY TECHNICAL SPECIFICATIONS
    VOC AutoGC
    
    The automated gas chromatograph (AutoGC) must measure ambient concentrations of several volatile organic compounds (VOCs) semi-continuously (see below), in accordance with European standards and Eu
    ropean Certification.
    
    Environment Canada also requires for the VOC AutoGC to meet the following specifications:
    
    The AutoGC must measure ambient concentrations of benzene, toluene, ethylbenzene, and xylenes (i.e., BTEX species) plus other C6 - C12 VOCs (s
    ubstituted aromatics and saturated aliphatics).
    
         • An internal pre-concentration system allows for low detection    
         limits to trace levels.
         • Semi-continuous, automated operation for sample analyses every   
          15-30 minutes.
         • Photoionization detector for ease of use and no need for         
    hydrogen gas supply.
         • Unit can be operated remotely by a data logger or other         network-based connection to perform multipoint calibrations and         ot
    her routine maintenance.
    
         1. 120 VAC 50/60Hz power supply.
         2. Benzene detection limit of approximately 0.1 - 0.2 ppb.
         3. Capable of measuring C6-C12 VOCs at ambient levels, including:
    
            Benzene         n-Octane
            Toluene         2 - Methylpentane
            Ethylbenzene    n-Heptane
            m-/p-Xylenes n-Hexane
            o-Xylene Methylcyclohexane
            Styrene 
         4. Semi-continuous sampling routine, with samples analyzed every   
          15-30 minutes.
         5. Photoionization detector.
         6. Onboard data logging capabilities.
         7. Standard I/O.
         8. Rack Mounts.
    
    
    
    4. Applicability of the Trade Agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreement(s):
    
    Agreement on Internal Trade (AIT)
    World Trade Organization - Agreement on Government Procurement 
    (WTO-AGP)
    North American Free Trade Agreement (NAFTA)
    
    
    
    5. Justification for the Pre-Identified Supplier
    
    The Synspec SYNTECH SPECTRAS GC955 600-Series PID- GC Gas 
    Chromatography System is manufactured by Synspec B.V. whom also own the 
    patent and Intellectual Property rights. The identified supplier, CD Nova Instruments Ltd. Is the exclusive, sole approved distributor of th
    e Synspec system in Canada. 
    
    The specified Gas Chromatography System will be used in combination 
    with the existing and currently operated Synspec SYNTECH SPECTRAS GC955 
    600-Series PID- GC units by Environment Canada’s Science and Technology 
    Branch, Air Quality Science Unit, the Edmonton Air Quality Services 
    Unit (Edmonton AQSU), and other provincial monitoring stations for ongoing VOC monitoring  in alignment with the Alberta Environmental Monitoring, Evaluation and Reporting Agency (AEMERA), and the Alberta Environment and Parks Air Monitoring Directives, and the Joint Oil Sands 
    Monitoring Plan.  
    
    In addition to compatibility with the other monitoring stations and continuance in existing monitoringefforts along with consistency in years of data collection; the Synspec system has been identified to meet
     the required specifications for measuring the target analytes in Environment Canada’s monitoring program. The extensive tests and st
    udies by Environment Canada have been based on monitoring and cross-branch data collection with the identified Synspec systems. Using an
     alternate system will delay the research initiatives by years, along with impacts to operational procedures, and quality assurance pr
    otocols. Operator familiarity across monitoring stations, compatibility 
    of parts, and existing in-house support were also factors considered in 
    identifying the specified system required.  The Synspec’s ozone precursor option also meets Environment Canada’s compound requirements. 
    
    
    
    
    6. Government Contracts Regulations Exception(s)
    
    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 work".
    
    
    
    7. Exclusions and/ or Limited Tendering Reasons  
    
    The following exclusions and/or limited tendering reasons are invoked under the: 
    
    Agreement on Internal Trade (AIT) - Articles 506.12 (a) and 506.12 (b) 
    
    World Trade Organization - Agreement on Government Procurement 
    (WTO-AGP) - Article XV.1 (b)
    
    North American Free Trade Agreement (NAFTA) - Article 1016.2 (b)
    
    
    
    8. Deliverables
    
    Synspec SYNTECH SPECTRAS GC955 600-Series PID- GC (GC955 - 611 POCP C5-C12 #9611-PX2XXS)
    
    Period of proposed contract delivery date:  March 31, 2016. 
    
    Estimated Value:    $ 51,880.00 CAD
    
    
    
    9. Pre-identified Supplier:
    
    CD Nova Instruments Ltd.
    Unit 210 120 Pembina Road
    Sherwood Park, AB  T8H 0M2
    
    
    Delivery Date: Above-mentioned
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights

    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
    Yu, Jenny
    Phone
    (403) 292-5795 ( )
    Fax
    (403) 292-5786
    Address
    Room 1650, 635 8th Ave. S.W.
    Calgary, Alberta, T2P 3M3

    Buying organization(s)

    Organization
    Environment 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
    Alberta
    Procurement method
    Non-Competitive
    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: