SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

HURON BRIDGE TYPE MACHINING CENTER

Solicitation number 31184-163120/A

Publication date

Closing date and time 2016/08/23 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/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: 
    Megatel Information Systems Inc.
    3930 Griffith
    St-Laurent Quebec
    Canada
    H4T1A7
    Nature of Requirements: 
    
    HURON BRIDGE TYPE MACHINING CENTER
    
    The National Research Council Canada has a requirement for a Huron Bridge Type Machining Center, as specified below, to be delivered to Ottawa, Ontario by March 31, 2017.
    
    
    SPECIFICATION REQUIREMENTS:
    
    MANDATORY SPECIFICATIONS FOR A Large CNC MACHINE (5 Axis Milling Machine)
    
    The National Research Council of Canada’s Design and Fabrication Services (NRC-DFS) has a requirement for the supply of a large five (5) Axis CNC Milling Machine. The DFS current has two Huron KX50L configured milling machines on inventory.  The new milling machine will allow the DFS to replace two machines with one and will enhance the DFS’ throughput capacity and compliance requirements with current health and safety regulations. 
    
    Unique Technical and Performance Specification Requirements 
    
    1.0 Due to space limitation, the machine must be no larger than 196 inches wide including the chips conveyor X 210 inches high X 396 inches long.
    
    2.0 The machine spindle/head must be a complete fork style  and not half of a fork offering two (2) additional axis (B+/-105 degrees minimum & C+/-190 degrees minimum) for higher rigidity and vibration purposes.  This configuration will allow capability in both horizontal and vertical works onvery difficult to machine material.
    
    3.0 The machine repeatability must be less than or equal to five (5) microns in all axis according to VDI/DQG3441 or ISO 230-2 norms.
    
    4.0 Machine columns must allow the passage of a table with width >1500mm;
    
    5.0 For ergonomic reasons, the machine must be equipped with an easy access window to the machine spindle for tool loading and unloading;
    
    6.0 The machine must be equipped with a spindle Power of (S1/S6-40%) 60/75 KW and spindle Torque of (S1/S6 -40%) 60/75Nm and with a speed characteristic of 9,550 RPM or better to allow for the efficient milling of very difficult materials including, but not restricted to tool steels, stainless steels, hardened steels, titanium and Inconel.
    
    7.0 The machine must be equipped with a clamping torque capability of >4,000 Nm for B & C axis;
    
    8.0 For enhanced accuracy (less backslash) and reduced maintenance costs, the machine must be equipped with direct drive coupling Ball screws for the X, Y and Z axis. The machine cannot be a belt driven machine.
    
    Other Mandatory Specifications
    1. The machine must be of true 5 axis simultaneous capability- not a 3+2 position capability only;
    
    2. For interchangeability purposes, the machine must be equipped with a Siemens 840D Control;
    
    3. The machine must have a minimum travel of 3000mm in X, 1700mm Y and 900 mm in Z. The            spindle speed must be at least 20,000 rpm in order to accurately and efficiently machine   material such as Aluminum.
    
    4. The head capability must be 100 RPM or better
    
    5. The machine must have an automated tool changer with a minimum of 30 tools capacity;
    
    6. The operating system, the measurement system software and hardware must be upgradeable;
    
    7. The machine must incorporate a HSK-63 taper tool holder for vibration control and accuracy   purposes. This translates to longer tool life.
    
    8. The machine must be equipped and delivered with automatic calibration devices. This will allow, quick rebalancing following a machine collision, machining precision optimization, machine thermal expansion compensation, and scrap parts elimination.
    
    9. To kill Vibration, all structures parts are made in cast iron in the Huron. This will translate in parts better surface finish and saving from longer disposable tool life.
    
    10. The Huron has a massive ball screw diameter “100 mm” on X Axis to drive the machine table. This translates to higher machine rigidity. Therefore higher parts tolerance can achieve;
    
    11. To build on strength, Y axisof the Huron is being driven on 2 guide rails and held on 4 Roller Saddles on each guide rail for a total of 8 Roller Saddles; the Y-Axis has a ball screw of 80mm dia. Those allow ability to take heavy depth of cut for fast material removal, less vibration, better surface finish and longer tool life.
    
    12. To build on strength, Z axis of the Huron is being driven on 2 guide rails and held on 4 Roller Saddles on each guide rail for a total of 8 Roller Saddles; the Z-Axis has a ball screw of 80mm dia. Those allow ability to take heavy depth of cut for fast material removal, less vibration, better surface finish and longer tool life.
    
    
    APPLICABLE TRADE AGREEMENTS AND OBLIGATIONS
    
    This requirement is subject to the Agreement on Internal Trade (AIT),the North American Free Trade Agreement (NAFTA), the Canada FTA’s with Peru, Panama and Columbia, and the World Trade Organization Agreement on Government Procurement (WTO-AGP).
    
    
    GOVERNMENT CONTRACT REGULATIONS (GCR) EXCEPTION AND LIMITED TENDERING REASON
    
    In accordance with the GCR exception, this requirement is being directed to the Megatel Inc. (OEM) as the Huron KX50L is the only machine that can meet all of National Research Council of Canada’s Design and Fabrication Services (NRC-DFS) technical and performance requirements relating to form, fit and function.
    
    Limited tendering procedures are being invoked for technical reasons where there is an absence of competition and the goods can be supplied only by a particular supplier and no reasonable alternative or substitute exists.
    
    
    REQUIRED DELIVERY 
    
    March 31, 2017
    
    
    PROPOSED CONTRACTOR
    
    Megatel Inc.
    3930 Griffith
    Montreal, QC
    H4T 1A7
    Canada
    
    
    CLOSING DATE FOR ACCEPTING STATEMENTS OF CAPABILITIES
    
    August 23, 2016, 2:00 pm. EST.
    
    
    INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES
    
    Joanne Ladouceur (M)
    Supply Specialist
    Public Works and Government Services Canada
    “HN” Division
    Floor 7B3, Place du Portage, Phase III
    11 Laurier Street
    Gatineau, Quebec
    K1A 0S5
    
    Telephone:  (819) 420-0340
    Facsimile:   (819) 953-4944
    
    The Crown retains the right to negotiate with suppliers on any procurement.  Documents may be submitted in either official language of Canada.
    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)
    • 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)

    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
    Ladouceur, Joanne M.
    Phone
    (819) 420-0340 ( )
    Address
    11 Laurier St./11, rue Laurier
    7B3, 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
    Ontario (except NCR)
    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: