SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Modular Geotechnical Centrifuge

Solicitation number W0114-155163/A

Publication date

Closing date and time 2014/12/29 14:00 EST


    Description
    Trade Agreement: WTO-AGP/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: Government Objectives
    Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    BROADBENT INCORPORATED
    PO BOX 185249
    FT WORTH Texas
    United States
    76118
    Nature of Requirements: 
    Modular Geotechnical Centrifuge
    
    W0114-155163/A
    Correia Reid, Vincent
    Telephone No. - (613) 545-8738 (    )
    Fax No. - (613) 545-8067
    
    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.  Requirement:  Modular Geotechnical Centrifuge
    
    The Royal Military College of Canada (RMC) located in Kingston,
    ON has a requirement for the supply, delivery, installation, and
    training of a Modular Geotechnical Beam Centrifuge GMB GT6/0.75
    and 16 Channel Data Acquisition System manufactured by Broadbent
    Inc., to the Royal Military College (RMC) of Canada, Kingston,
    ON, before March 31, 2015.
    
    Background:
    The Geotechnical Laboratory of the Royal Military College of
    Canada leads several geotechnical engineering-related research
    projects, especially focussed on physical modelling of
    geotechnical systems in collaboration with other researchers and
    collaborators from the Department of National Defense (DND),
    Natural Science and Engineering Research Council (NSERC) and
    Nuclear Waste Management Organization (NWMO). Future officers of
    the Canadian Armed Forces are also trained at the undergraduate
    and graduate level within the Geotechnical Laboratory.
    
    RMC requires a modular geotechnical centrifuge for research and
    teaching.  After careful consideration of all centrifuges
    currently available on the North American market, only the
    Geotechnical Beam Centrifuge GMB GT6/0.75 and 16 Channel Data
    Acquisition System manufactured by Broadbent Inc. has all the
    needed requirements to fit RMC's research and teaching needs.
    One of the many research projects of the Geotechnical Laboratory
    is to perform physical modelling of geotechnical systems. A
    geotechnical centrifuge is required to perform physical
    modelling for teaching laboratories at the undergraduate and
    graduate level. In order to perform teaching laboratories, the
    centrifuge must be able to perform a high number of centrifuge
    experiments within a finite time period. The modular nature of
    the centrifuge allows for a number of different configurations
    that can be tested during a 3-hour laboratory session. Research
    level experiments, for funding partners such as DND, NSERC and
    NWMO, also have additional requirements. NWMO, in particular,
    has Quality Assurance / Quality Control (QAQC) requirements of
    all equipment used for their research. Thus the design,
    manufacture, testing and service must be performed to standard
    levels. Owing to the proposed location of the centrifuge, the
    centrifuge must fit in a certain finite space within the
    Geotechnical Laboratory at RMC. The rotational speed of the
    centrifuge requires adequate safety containment as well as
    safety-based control and protection systems. In order to allow
    for future development the data acquisition must allow for a
    number of programmable ranges for sensor output, high
    resolution, high bandwidth associated with centrifuge
    environment, and operating temperature.
    
    3.  Criteria for assessment of the Statement of Capabilities
    (Minimum Essential Requirements)
    
    Due to the nature of RMC's teaching and research requirements
    summarized above, it is imperative the meet the size,
    capability, modularity, safety, data acquisition, and design and
    construction QAQC requirements. The centrifuge must meet the
    following requirements:
    -	Size: the centrifuge system must fit into a confined area that
    is less than 2.2m (wide) x 2.2m (length) x 1.7 m (height).  
    -	Capabilities
    	o	Maximum acceleration of 300 g and 6gTonnes.
    	o	2x Payload swing / boxes that 
    		"	Are at least 100mm (wide) x 300mm (length) x 180mm (tall).
    		"	Allow testing of 10kg of soil
    		"	Include brackets to hold two digital Single-Lens Reflex
    (SLR) Camera each.
    -	Modularity: the centrifuge must be capable to be configured in
    multiple test environments including:
    	o	Beam environment
    	o	Drum environment
    	o	Permeameter environment
    -	Safety: the control system for the centrifuge must be a
    standalone (ie non Windows) programmable logic controller
    system. non-Windows control system.  The centrifuge must come
    with adequate safety casing to protect users from potential
    centrifuge failures.
    -	On-board data acquisition system that includes
    	o	16 channels
    	o	16 bit resolution
    	o	Bandwidth = 500kHz
    	o	Excitation power supply unit +10V, +5V, -5V, -10V.
    -	QAQC: Company must operate under a quality assurance system
    covering design, manufacture, testing and service work in
    accordance with ISO9001:2008
    
    4.  Applicability of the trade agreements to the procurement
    
    This procurement is subject to the following trade agreement(s): 
    
    World Trade Organization Agreement on Government Procurement
    (WTO-AGP)
    Agreement on Internal trade (AIT)
    North American Free Trade Agreement (NAFTA)
    Canada FTAs with Peru/Colombia/Panama 
    
    5.  Justification for the Pre-Identified Supplier
    
    The Modular Geotechnical Beam Centrifuge GMB GT6/0.75 and 16
    Channel Data Acquisition System manufactured by Broadbent Inc.
    is the only system that meets all the above essential
    requirements. The centrifuge can be configured to offer
    modelling across multi test environments, including Beam, Drum
    and Permeameter. This is achieved by astute design of the
    payload to centrifuge drive shaft connection enabling the user
    to interchange test environments quickly and simply by the
    intervention of a single screw connection.  This feature offers
    the very latest modelling capability, thereby future proofing
    the main centrifuge purchase for years to come. This is crucial
    to maximize and future proof RMC's strategic investment in
    centrifuge modelling.
    
    6.  Government Contract Regulations Exception
    
    The following exception to the Government Contracts Regulations
    is invoked for this procurement under subsection:  subsection
    6(d) - "only one person is capable of performing the work".
    
    7.  Limited Tendering Reasons
    
    The following limited tendering reasons are invoked under the:
    
    Agreement on Internal Trade (AIT) - Article  506-12 (b); Where
    there is an absence of competition for technical reasons and the
    goods or services can be supplied only by a particular supplier
    and no alternative or substitute exists.
    
    North American Free Trade Agreement (NAFTA) - Article 1016:
    Limited Tendering Procedures; (b) where, 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;
    
    World Trade Organization - Agreement on Fovernment Procurement
    (WTO-AGP) - Article XV: Limited Tendering Procedure (b.) when,
    for works of art or for reasons connected with protection of
    exclusive rights, such as patents or copyrights, or in the
    absence of competition for technical reasons, the products or
    services can be supplied only by a particular supplier and no
    reasonable alternative or substitute exists; (CAP code 71)
    
    8.  Period of the Proposed Delivery Date
    
    The equipment must be delivered on or before March 31, 2015.
    
    9.  Cost estimate of the proposed contract
    
    The estimated value of the contract, including option(s), is
    $200,000.00 - $250,000.00 (GST/HST extra).
    
    10.  Name and address of the pre-identified supplier
    
    Broadbent Inc
    2684 Gravel Drive
    Fort Worth
    Texas
    United States
    76118
    
    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 is Friday, 19th December 2014, at 14:00 Eastern
    Standard Time
    
    13.  Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Name: Vincent Correia Reid
    Title: Intern Officer
    Public Works and Government Services Canada
    Acquisitions Branch
    Directorate: Acquisitions Kingston
    Address: 86 Clarence Street, 2nd floor
    Kingston, Ontario K7L 1X3
    Telephone:  613-545-8738
    Facsimile: 613-545-8068
    E-mail address: vincent.correia-reid@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

    • 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)

    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
    Correia-Reid, Vincent
    Phone
    (613) 545-8738 ( )
    Fax
    (613) 545-8067
    Address
    Kingston Procurement
    Des Acquisitions Kingston
    86 Clarence Street, 2nd floor
    Kingston, Ontario, K7L 1X3

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature
    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: