Maintenance on CanadaBuys

The CanadaBuys website and SAP Ariba will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • CanadaBuys on Friday, February 14 from 7:00 pm until February 16 7:00 pm (Eastern Time)
  • SAP Ariba on Saturday, February 15 from 7:00 pm until 10:59 pm (Eastern Time)   

Near Infrared Transmittance (NIT) Spectroscopy Grain Analyzers -
Lethbridge, Alberta

Solicitation number 01586-130669/A

Publication date

Closing date and time 2014/02/07 16:00 EST


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    FOSS North America, Inc
    8091 Wallace Road
    Eden Prairie Minnesota
    United States
    55344
    Nature of Requirements: 
    Near Infrared Transmittance (NIT) Spectroscopy Grain Analyzers -
    Lethbridge, Alberta
    
    01586-130669
    Logan, Elizabeth
    Telephone No. - (780) 497-3956
    Fax No. - (780) 497-3510
    
    1.	Advance Contract Award Notice
    
    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.
    
    2.	Definition of the Requirement
    
    Agriculture and Agri-Food Canada Research Centre located in
    Lethbridge, Alberta has a requirement for the supply, delivery
    and off-loading of two (2) NIT Spectroscopy Grain Analyzers for
    the measurement of wheat protein and related parameters.
    
    The NIT Grain Analyzer required is recognized and utilized for
    measurement of wheat protein and related parameters. The data
    must be standardized with the Canadian Grain Commission (CGC)
    data for the success of the cereal breeding program. The NIT
    Grain Analyzer must maintain continuity of calibration and data
    with the current analyzer and CGC analyzers. 
    
    3.	Criteria for assessment of the Statement of Capabilities
    (Minimum Essential Requirements)
    
    Any supplier must demonstrate by way of a statement of
    capabilities that its equipment meets the following requirements:
    
    	3.1	The NIT Grain Analyzer must be designed to determine wheat
    protein measurements consistency over time under conditions as
    outlined in the following internationally recognized standard
    methods:
    			i)	ISO 9001
    		3.2	The NIT Grain Analyzer must hold valid approval from
    Canada. 
    		3.3	The NIT Grain Analyzer must be capable of maintaining CGC
    NIT 			Analyzer
    		calibration standards.		
    	3.4	The NIT Grain Analyzer must perform be capable of
    Wavelength range between 570-1100 nm
    	3.5	The NIT Grain Analyzer must perform with an Optical
    bandwidth of 7nm
    	3.6	The NIT Grain Analyzer must be capable of 250 or more data
    points/scan
    	3.7	The NIT Grain Analyzer must be a scanning Monochromator.
    	3.8	The NIT Grain Analyzer must include:
    		3.6.1  Storage Media Capability:  Flash disk, USB Memory stick;
    		3.6.2  LCD Display for data display;
    		3.6.3  25 pin parallel port printer jack;
    		3.6.4  9 pin serial port for modem;
    		3.6.5  9 pin serial port for PC connection;
    		3.6.6  2 USB Ports;
    		3.6.7  PS/2 keyboard; and
    		3.6.8  RJ45 LAN.
    
    	3.9	The NIT Grain Analyzer must weigh no more than 35kg.
    
    	3.10	The NIT Grain Analyzer must provide dust and humidity
    protection for the system..
    		
    	3.11	Power requirement:  110-120 VAC with a 3-prong grounded
    plug or 115 volts, 1 phase, 50-60 Hz. The system and/or
    components must be able to achieve the approval of the Canadian
    Standard Association (CSA).
    
    4.	Applicability of the trade agreement(s) to the procurement
    
    The procurement is subject to the following trade agreements:
    
    w	Agreement on Internal Trade (AIT)
    w	North American Free Trade Agreement (NAFTA)
    
    5.	Justification for the Pre-Identified Supplier
    
    The FOSS,  Infratec 1241 NIT spectroscopy grain analyser, is the
    most recent version of the instrument used to perform the
    internationally accepted standard method that is in compliance
    with ISO 9001 . It is applicable for measurement of wheat
    protein. In addition, the Infratec 1241 is approved for use in
    Canada and is calibratable to Canada Grain Commission standards.
    
    The required technology, available in the FOSS Near Infrared
    Transmittance spectroscopy grain analyser, is unique to the
    vendor.  The Canadian Grain Commission (CGC) Grain Research
    Laboratory has worked with FOSS for many years to develop very
    accurate, specific calibrations for the measurement of wheat
    protein and related parameters.  This standardization with CGC
    is critical for the success of the cereal breeding program and
    will result in uniform data across the two institutions. This is
    vitally important for the development of new wheat cultivars
    because the CGC Grain Research Lab performs all of the quality
    analysis for new cultivar registration.  Several hundred
    Infratech 1241 units have been purchased by the CGC for
    placement at grain grading sites because of their accuracy and
    durability.  Additionally, new calibrations that are developed
    by the CGC will be directly applicable to this unit, as it is
    the machine that is being used by the CGC and the rest of the
    industry.  Further, AAFC Lethbridge currently has an older FOSS
    unit that works with the same calibrations.  It is important
    that the units use the same calibrations so that the data that
    is generated is comparable among the units.
    The Infratec 1241 from FOSS is the only known instrument that
    meets this requirement as well as maintains continuity of the
    data that has been generated by the CGC.  FOSS  is the sole
    supplier of the instrument.
    
    
    Make and Model Required:  
    	FOSS 
    	Infratec 1241
    
    6.	Government Contracts Regulations Exception(s)
    
    The following exception(s) to the Government Contracts
    Regulations is invoked for this procurement under subsection 6
    (d) - only one person is capable of performing the contract.
    
    7.	Exclusions and/or Limited Tendering Reasons
    
    The following exclusion(s) and/or limited tendering reasons are
    invoked under the:
    
    w	Agreement on Internal Trade (AIT) - Article 506.12 (b)
    w	North American Free Trade Agreement (NAFTA) - Article 1016 2
    (b)
    
    8.	Delivery Date
    
    All the deliverables are required on or before March 31, 2014.
    
    9.	Cost Estimate of the Proposed Contract
    
    The estimated value of the contract, including option(s), is
    $63,383.70 (GST/HST extra).
    
    10.	Name and Address of the Pre-identified Supplier
    
    	FOSS North America, Inc.
    	8091 Wallace Rd
    	Eden Prairie  MN
    	55344 USA- 
    
    11.	Suppliers' Right to Submit a Statement of Capabilities:
    
    Suppliers who consider themselves fully qualified and available
    to provide the services and/or 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.
    
    12.	Closing Date for a Submission of a Statement of Capabilities
    
    The closing date and time for accepting statements of
    capabilities is February 7, 2014, at 2:00 p.m. MST.
    
    13.	Inquiries and Submission of Statements of Capabilities
    
    	Inquiries and statements of capabilities are to be delivered to:
    
    	Elizabeth Logan
    	Supply Specialist
    	Public Works and Government Services Canada
    	Western Region - Acquisitions Branch
    	Telus Plaza North 5th Floor
    	10025 Jasper Avenue
    	Edmonton, AB   T5J 1S6
    
    	Telephone:  (780) 497-3956
    	Facsimile:   (780) 497-3510
    
    
    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

    • Canada-Panama Free Trade Agreement
    • 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
    Logan, Elizabeth
    Phone
    (780) 497-3956 ( )
    Fax
    (780) 497-3510
    Address
    Telus Plaza North/Plaza Telus Nord
    10025 Jasper Ave./10025 ave Jasper
    5th floor/5e étage
    Edmonton, Alberta, T5J 1S6

    Buying organization(s)

    Organization
    Agriculture and Agri-Food Canada
    Address
    1341 Baseline Road
    Ottawa, Ontario, K1A0C5
    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
    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: