SURFACE GRINDING MACHINE

Solicitation number 31184-122270/A

Publication date

Closing date and time 2013/07/22 14:00 EDT


    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: Interchangeable Parts
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Thomas Skinner & Son Ltd.
    13880 Vulcan Way
    Richmond British Columbia
    Canada
    V6V1K6
    Nature of Requirements: 
    SURFACE GRINDING MACHINE
    
    
    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.
    
    
    Requirement
    The National Research Council Canada (NRC) has a requirement to
    award a contract to Thomas Skinner & Son Ltd. for the supply,
    delivery, training for and installation of one (1) unit of
    Okamoto ACC 8-18NC Saddle type, surface grinding machine and
    parts. This grinding machine is used to support different client
    requirements on specific surface finishes.
    GSIN: N3415.
    
    Technical Requirements
    The grinder must be capable of working with both metal finishing
    and non-metallic materials - such as ceramic and graphite. It
    must comply with the following technical requirements:
    
    Machine Features
    Must have automatic lubrication for all ways and feed screws
    Spindle must be super precision angular contact bearings (ABEC-8
    or better),  lubricated for life
    Must have a table travel of at least X Axis(longitudinal)=20.5",
    Z Axis (Cross)=9.0"
    Must be able to accept a electro-magnetic chuck size of 8" x 18"
    specified below
    Must have a minimum distance of 14" between the table surface
    and the underside of an 8" wheel
    Must have a table load capacity of at least 300 lbs.
    Must have at least 1 table T-slot with a size of 0.67" and must
    accept the electro-magnetic chuck supplied
    Must have a longitudinal table feed rate range, infinitely
    variable, from 0.3 ft./min to 65 ft./min
    Must have a longitudinal manual hand feed per rev of at least
    5.0"
    Must have a intermittent Z axis (cross) feed rate range,
    infinitely variable, from 1.64 ft./min to 16.4 ft./min
    Must have a continuous, rapid & jog Z axis(cross) feed rate
    range, infinitely variable, from 0 to 3.3 ft./min
    Must have manual pulse generator for the Z (cross) feed and Y
    (vertical) feed with a minimum of 4 control increments per
    division of 0.00001", 0.0001", 0.0005", & 0.002"
    Must have a Y axis (vertical) feed rate, infinitely variable,
    from 0.0001" inch/min to 0.00399" inches per min
    Must have a rapid & jog Y axis (vertical) feed rate range,
    infinitely variable, from 0 to 3.3 ft./min
    Must be able to accept a grinding wheel diameter of 8"
    Must be able to accept a grinding wheel width variation at least
    .23" to 1.25"
    Must accept 1.25" wheel bores
    Must have a grinding wheel spindle speed of 3600 RPM
    Must have a grinding wheel spindle motor with at least 2 HP
    Must have a Cross Feed motor (AC Servo Motor) rated to 0.6 HP
    Must have a Vertical Feed motor (AC Servo Motor) rated to 0.6 HP
    Must have a hydraulic pump motor rated to 1 HP
    Must include a coolant system with pump (without dust
    collection) with a coolant capacity of at least 30 gallons.
    Must  include a Magnetic Swarf separator
    Must include double vee way table and saddle construction
    Must have extended Saddle and table ways
    Must have 2 axis simultaneous CNC control of Cross feed (Z axis)
    and Vertical feed (Y axis)
    Must have RS 232 port and a PC Card slot
    Must have "Teach"  Input Programming System
    Must have "Built-in" Conversational Dress Programming System
    Must have "Built-in" Conversational Programming System
    Must have table feed controls to enable different stroke
    positions.
    Must have built in programmable dressing option for various
    forms such as Convex, V, Angle, Concave, and Straight
    Must have mid-program restart capability
    Must have mid-program dressing capability with dress
    compensation - manually initiated and program initiated
    Must be capable of programming 5 different X-Axis (longitudinal)
    stroke lengths in one program
    Must have a versatile built-in controller for the
    electro-magnetic chuck including variable power control and
    automatic demagnetizing.
    Must include an 8" x 18" electro-magnetic chuck having fine
    transverse pole divisions (<0.16") to accept small (=> 0.60"
    dia) and thin (=> 0.06") parts
    The control panel must include a 9" or larger colour graphic CRT
    
    Miscellaneous
    The power source available is 208 volts/3 ph./60 Hz. If a
    transformer is required, due to voltage differences of the
    grinder, it must be supplied and installed by the vendor
    The installed machine plus all auxiliary equipment must fit
    within a foot print of 80" wide x 70" deep x 88" high
    During placement, the machine must fit through a door opening of
    70" wide x 83.5" high
    Supplier must supply shipping to DFS Vancouver, offloading,
    placement, installation, commissioning and on-site training by
    factory trained personnel
    Supplier must have local service technicians and local
    replacement parts availability
    Must come with a permanently mounted 3 point diamond dresser (2
    point angle/radius dresser and 1 point straight dresser) mounted
    directly to the table without interfering with the
    electromagnetic chuck. It must be positioned to allow for
    automatic dressing mid cycle.
    Must come with a full set of splash guards including back face
    and front face splash covers
    Must come with a coolant nozzle to direct coolant at wheel and
    work part
    Must come with levelling bolts and pads to protect floor
    Must come with an adjustable dust collection shroud near the
    discharge of grinding wheel.
    Must include all hydraulic oil and coolant fluid required for
    commissioning
    
    Spare Parts
    Must be Quantum Type 01 Vitrified Norton Wheels for Surface
    Grinder- 8" O.D. x 1/2" thick x 1 1/4" I.D.
    Must include six (6) balancing wheel adapters
    Must include all specialty tools for all standard operational
    procedures plus all routine maintenance
    Must include a Work Light (Waldmann #108870801)
    
    Formation
    Training on-site for 2 users.
    
    
    Applicable Trade Agreements and Obligations
    This requirement is subject to the North American Free Trade
    Agreement (NAFTA), the Agreement on Internal Trade (AIT) and the
    Bilateral Trade Agreements.
    
    
    Government Contract Regulations (GCR) Exception and Limited
    Tendering Reasoning
    Government Contract Regulations applies as only one person is
    capable of performing the work (Supply Manual Chapter 3 - 3.15).
    Limited tendering procedures in accordance with AIT, NAFTA and
    the Supply Manual (SM), Chapter 3, Annex 3.2 where: 
    
    - for additional deliveries by the original supplier which are
    intended either as parts replacement for existing supplies, 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 (5); (CAP code 74)
    
    - for works of art, or for reasons connected with the protection
    of patents, copyrights or other exclusive rights, or proprietary
    information or where there is an absence of competition for
    technical reasons, the goods or services can be supplied only by
    a particular supplier and no reasonable alternative or
    substitute exists; (CAP Code 71)
    
    
    Required Delivery
    Delivery is requested to be completed by October 1, 2013.
    
    Intellectual Property:
    Contractor is the sole distributor in Canada for Okamoto, the
    Original Equipment Manufacturer (OEM) who will own the
    Intellectual Property Rights in Foreground Information. 
    
    
    Estimated Cost : $98 400
    It is the Government of Canada's intent to issue a sole source
    contract to Thomas Skinner & Son Ltd. as they are the sole
    distributor in Canada for the OEM possessing the proprietary
    rights to the design of the saddle type, surface grinding
    machine. As such, Thomas Skinner & Son Ltd. is the only known
    supplier capable of performing the work.
    
    Proposed Contractor
    Thomas Skinner & Son Ltd.
    13880 Vulcan Way
    Richmond (BC)
    V6V 1K6
    
    You are hereby notified that the government intends to solicit a
    bid and negotiate with one firm only as identified above. 
    
    Suppliers who consider themselves fully qualified and available
    to provide the goods described herein, may submit a statement of
    capabilities in writing to the contracting officer identified
    below, on or before the closing date and time of this notice. As
    it is intended to proceed in a timely manner, responses received
    after the closing date will not be considered. The statement of
    capabilities must definitively demonstrate how they are fully
    capable of meeting the technical requirements as outlined herein.
    
    Responses received on or before the closing date will be
    considered solely for the purpose of deciding whether or not to
    conduct a competitive procurement. Information provided will be
    used by the Crown for technical evaluation purposes only and
    will not be construed as a proposal. The submitted written
    response must provide sufficient evidence (e.g. specifications,
    technical data, drawings or any other proof) that clearly
    demonstrates that the proposed product is capable of fulfilling
    this requirement.  Suppliers that have submitted a response will
    be notified in writing of PWGSC's decision whether to continue
    with the aforementioned procurement or to compete the
    requirement.
    
    Inquiries and Submission of Statement of Capabilities
    Mejuine Chow
    Supply Specialist
    Public Works and Government Services Canada - Acquisitions Branch
    Logistics, Electrical, Fuel and Transportation Directorate - HN
    Division
    7B3, Place du Portage, Phase III, 11 Laurier Street
    Gatineau (QC)	K1A 0S5
    
    Telephone : 	819- 956-6283
    Facsimile : 	819- 953-4944
    E-mail address:  mejuine.chow@pwgsc-tpsgc.gc.ca
    
    All responses or inquiries are to be submitted to the
    Procurement officer identified above. The PWGSC file number, the
    procurement 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.
    
    
    CLOSING DATE AND TIME FOR WRITTEN SUPPLIER RESPONSES CHALLENGING
    THIS REQUIREMENT IS JULY 19, 2013, 2:00 PM EDST.
    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
    Chow, Mejuine
    Phone
    (819) 956-6283 ( )
    Address
    11 Laurier St./11, rue Laurier
    6B1, Place du Portage, Phase III
    Gatineau, Québec, K1A 0S5

    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
    British Columbia
    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: