High Voltage Pulse Generator

Solicitation number W0114-190010/A

Publication date

Closing date and time 2019/12/19 14:00 EST


    Description
    Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    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: 
    Moose Hill Enterprises, Inc.
    54 Jennie Dade Lane
    Sperryville Virginia
    United States
    22740
    Nature of Requirements: 
    
    High Voltage Pulse Generator
    
    W0114-190010/A
    Cook, Pauline
    Telephone No. - (613) 536-4602
    Fax No. - (613) 545-8067
    
    Mandatory delivery date of March 25, 2020.
    
    This requirement does not contain a security requirement.
    
    
    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 National Defence (DND), Department of Mechanical and Aerospace Engineering at the Royal Military College of Canada located in Kingston, Ontario has a requirement to acquire a nanosecond high voltage pulse generator for aerospace related research.
    
    The identified high voltage pulse generator required by the (DND) Royal Military College is the High Voltage Pulse Generator manufactured by FID GmbH Technologies, model number FPG 20-10NM20 "Nanosecond Pulse Generator”.
    The instrument has technical characteristics provided only by the company (FID). Solutions provided by other companies require multiple systems to perform the same task making them much more costly. These multi-device systems however do not provide the same resolution and reliability. No single device solution with the same pulse repitition frequency range, pulse resolution, and power output could be found.
    
    The manufacturer is the only one capable of these technical specifications for a high-voltage nanosecond pulse generator. The 4 to 20 kilovolt pulse with a rise time of 3 to 4 nanoseconds is a crucial requirement for the target experiments. A highly specialized power supply is required to be able to deliver the high voltage pulse on the nanosecond scale. The repetitive pulses created by the FID generator are 5 to 10 times faster than other sourced generators of similar power output. A longer rise time however would not be suitable for the target experiments and cannot be considered as comparable alternatives. Literature review of the field confirms the use of this instrument in other research centers.
    
    
    
    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 product/equipment/system meets the following requirements: 
    
    General
    
    This specification outlines the operational performance and technical requirements for the high voltage pulse generator.
    
    Technical Requirements
    
    The high pulse voltage generator must consist of:
    
    ? Singular system not compiled of separated parts
    ? Amplitude range of 4-20 kV at 200 Ohm
    ? Amplitude of 4-15kV at 75 Ohm
    ? Rise time: 3-4 ns
    ? Pulse duration of 17-20 ns at 80% peak value
    ? Pulse energy of 0-20 mJ
    ? Maximum pulse Repetition Frequency - 10 kHz
    ? Range of average power to load 0-200 W 
    ? Input power - AC 100-240 V
    
     Additional Requirements
    i. Documentations
      The contractor must provide all the necessary documentations to install, operate, and   trouble shoot the equipment.
    ii. Technical Support
      Technical support must be available through e-mail or phone call for installation,    commissioning, and operational troubleshooting for both hardware and software for at   least one year after contract award.
    
    
    1. Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreement(s): 
    a. Canadian Free Trade Agreement (CFTA)
    b. North America Free Trade Agreement (NAFTA) Canada / US
    
    2. Justification for the Pre-Identified Supplier 
    
    Company "Moose Hill Enterprises, Inc." is the only authorized distributor of FID GmbH Technologies in Canada.  Thus, according to the purchasing policies of Government Contracts, PSPC proposes to award the contract to "Moose Hill Enterprises, Inc.", that is, to our knowledge, the only company able to provide the required goods. 
     
    3. 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 contract”.
    
    4. Exclusions and/or Limited Tendering Reasons
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the section of the trade agreement(s) specified:
    Canadian Free Trade Agreement (CFTA)
    
    Chapter Five - Government Procurement
    Article 513: Limited Tendering
    
    1. Subject to paragraphs 2 and 3, and provided that it does not use this provision for the purpose of avoiding competition among suppliers or in a manner that discriminates against suppliers of any other Party or protects its own suppliers, a procuring entity may use limited tendering in the following circumstances:
    
    (b) If the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
    
    (iii)  Due to an absence of competition for technical reasons.
    
    
    North American Free Trade Agreement (NAFTA)
    
    Exempt under NAFTA Annex 1001.1b-1, Section B
    
    
    5. Period of the proposed contract or delivery date 
    
    a. The equipment must be delivered before 25 March 2020.
    
    6. Cost estimate of the proposed contract 
    
    a. The estimated value of the contract, is $60,000.00 (Duties included & Applicable Taxes extra). 
    
    Name and address of the pre-identified supplier 
    
    Moose Hill Enterprises, Inc.
    54 Jennie Dade Lane
    Sperryville, VA  22740
    moosehill1@earthlink.net
    540-987-8271
    
    
    7. 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 
    8. Statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    9. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is December 19 2019 at 2:00 p.m. EST. 
    
    10. Inquiries and submission of statements of capabilities 
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Name:  Pauline Cook
    Title:   Supply Specialist
    Public Services and Procurement Canada
    Acquisitions Branch
    Address:   86 Clarence Street, 2nd Floor
       Kingston, Ontario, K7L 1X3
    Telephone:   (613) 536-4602
    Facsimile:   (613) 545-8067
    E-mail address:  pauline.cook@pwgsc-tpsgc.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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • 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
    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
    Cook, Pauline
    Phone
    (613) 536-4602 ( )
    Email
    pauline.cook@pwgsc.gc.ca
    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

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Procurement method
    Non-Competitive