Automated Measuring System

Solicitation number K4E21-180210/A

Publication date

Closing date and time 2017/10/02 16:00 EDT


    Description
    Trade Agreement: NAFTA/CFTA/Canada FTAs with Peru/Colombia/Panama
    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: 
    Grimm Aerosol Canada Inc.
    1136 Boul. de l'Hôtel-de-Ville
    Laval Quebec
    Canada
    H7X3P1
    Nature of Requirements: 
    
    Automated Measuring System
    
    K4E21-180210/A
    Anthony Tiet
    Telephone: 587-926-1376
    Facsimile: 780-497-3510
    E-mail address: anthony.tiet@tpsgc-pwgsc.gc.ca
    
    1. 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. 
    
    2. Definition of the requirement 
    
    The Department of Environment and Climate Change Canada (ECCC) has a requirement for the supply of one Automated Measuring System with accessories. The equipment must use an optical light scattering with red laser light dual intensity as principle of operation.
    
    The Edmonton Air Quality Science unit operates a continuous particulate matter (PM) monitor to monitor PM concentrations from a portable air quality monitoring trailer. PM (primarily PM2.5) is a critical measurement in determining the air quality health index (AQHI). To have the same quality of data and a smooth transition between instruments, the Particulate Matter Monitor must meet the statement of capabilities below.
    
    3. 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 equipment meets the following requirements: 
    
    M1 - Precisely, accurately, and continuously measure the concentration of PM1.0, PM2.5, and PM10 in ambient air from an unmanned monitoring station (reporting data in units of µg/m3).
    
    M2 - Must be data compatible with GRIMM Environmental Dust Monitor EDM-180.
    
    M3 - Meet US EPA certification or a federal equivalent method.
    
    M4 - Use optical light scattering with red laser light dual intensity as principle of operation.
    
    M5 - Be capable of logging data internally with remote access via RS-232 or Ethernet communication.
    
    M6 - Must have 110 VAC 50/60Hz power supply.
    
    M7 - 19” rack mountable (no more than 6 units in height).
    
    M8 - Full Scale: minimum of 1000 µg/m3.
    
    M9 - Time Resolution: minimum of 6 seconds.
    
    4. Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreement(s):
    - Canadian Free Trade Agreement (CFTA)
    - North American Free Trade Agreement (NAFTA)
    
    5. Justification for the Pre-Identified Supplier 
    
    Principles of operation in particulate matter (PM) analyzers strongly influence observational data, typically as a result of how each method differs in handling moisture removal at a cost of removing some semi-volatile components of PM.  For consistency in data records, it is imperative to maintain a consistent principle of operation in analyzers.
    
    The manufacturer (Grimm Aerosol Canada Inc.) holds the patents related to red laser light dual intensity and it is the principle of operation for this equipment.
    
    If a different analyzer is purchased from an alternate manufacturer (with a different type of laser), there will be significant cost increases from a necessity to maintain a new set of spare parts, additional training time, and establishing new data communication standards.  More importantly, other analyzers for similar measurements require significant changes to existing air monitoring infrastructure due to differences in rack-mount vs bench-mount systems and entirely different sampling inlet systems.  The trailer in which this analyzer will reside will not be able to accommodate bench-mounted equipment nor an alternative sample inlet system.
    
    6. 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".
    
    7. 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.v) 
    - North American Free Trade Agreement (NAFTA) - Article 1016: 2(b)
    
    8. Period of the proposed contract or delivery date 
    
    The equipment must be delivered before December 1, 2017.
    
    9. Cost estimate of the proposed contract 
    
    The estimated value of the contract, including option(s), is $34,165.00 (GST/HST extra). 
    
    10. Name and address of the pre-identified supplier 
    
    Grimm Aerosol Canada Inc.
    1136 Boul. De l’Hôtel-de-Ville
    Laval, QC H7X 3P1
    
    11. 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.
    
    12. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is October 2, 2017 at 2:00 p.m. MDT). 
    
    13. Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Name: Anthony Tiet
    Title: Procurement Officer
    Public Works and Government Services Canada
    Acquisitions Branch
    Directorate: Western Region
    Address: 5th Floor, ATB Place Tower, 10025 Jasper Avenue, Edmonton, AB T5J 1S6
    
    Telephone: 587-926-1376
    Facsimile: 780-497-3510
    E-mail address: anthony.tiet@tpsgc-pwgsc.gc.ca
    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
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Tiet, Anthony
    Phone
    (587) 926-1376 ( )
    Email
    anthony.tiet@pwgsc-tpsgc.gc.ca
    Fax
    (780) 497-3510
    Address
    ATB Place North Tower
    10025 Jasper Ave./10025 ave Jasper
    5th floor/5e étage
    Edmonton, Alberta, T5J 1S6

    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: