Proportional Dilutor System
Solicitation number KW405-220334/A
Publication date
Closing date and time 2022/01/17 14:00 EST
Description
Trade Agreement: Canadian Free Trade Agreement (CFTA) 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: Brunson Aquatic Test Systems, L.L.C. 2000 E. Broadway, #267 Columbia Missouri United States 65201 Nature of Requirements: Title: Proportional Diluter System Solicitation Number: KW405-220334/A 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 2.1. Definition of the Requirement The primary focus of the Mussel Ecotoxicology Lab located at the Canada Centre for Inland Waters (CCIW) is to conduct exposures of freshwater mussels to different potential toxicants likely found in Canadian waterways. This involves placing the juvenile or adult mussels in reservoirs (300 mL or 1L glass beakers) with different concentrations of potential toxicants mixed with water. The toxicant solutions can be static renewal (solutions changed regularly) or flow-through (toxicants and water are pre-mixed and added continually to the mussel environment). Flow through exposures have a number of advantages but can be complicated and require precise control of flow rates and water quality parameters to ensure a known exposure level of the mussels to the toxicant (s). A proportional diluter system allows for flow-through mussel toxicology exposures with precise and known concentrations of toxicants 2.2. Mandatory Proportional Diluter Capabilities a. Capable of biological and toxicological test for mussels b. Flow-through mussel toxicology exposures with precise and known concentrations of toxicants. c. Comparable to American (U.S. Environmental Protection Agency (USEPA), and U.S. Geological Survey (USGS) allowing interlab comparisons to be easily completed with collaborators 2.3. Mandatory Proportional Diluter Technical Requirements a. Electrical components must be CSA or UL approved b. Include controller and tubing mount and backboard compatible with existing CCIW Aquatic Life Research Facility structures c. Include a standard water pump and precision water pump capable of delivering precise control of flow through water and toxicants to each mussel vessel d. Include manifolds with needle/stoppers for precise delivery of water and toxicants to each of 36 300 mL and/or 1L beakers e. Be compatible with 300 mL and 1L beakers f. Include 300 mL and 1 L flow-through modified and screened beakers g. Include polypropylene beaker boxes with integrated splitter supports h. Include platinum cured silicon tubing 2.4. Proportional Diluter System must also include a. Installation b. Manufacturers warranty c. One year warranty on materials and workmanship on custom parts d. One year remote support 3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 3.1. Any interested supplier must demonstrate by way of a statement of capabilities that its system meets all of the specifications identified in 2.1-2.4 under Article 2. Definition of Requirement. 3.2. The supplier must be capable of meeting requirements at the time of notice publication. 4. Applicability of the trade agreement(s) to the procurement 4.1. This procurement is subject to the following trade agreement(s) Canadian Free Trade Agreement (CFTA) 5. Justification for the Pre-Identified Supplier Pursuant to the Government Contracts Regulations of the Financial Administration Act, the contract is being awarded because it has been determined that only one vendor is capable of performing the contract for reasons listed herein. The vendor has ownership of Brunson splitters used in the proportional diluter system. Similar systems built by the same company are used by our American (USEPA, USGS) collaborators This is a custom built unit built by someone with greater than 15 years experience building similar units for government and university labs in the USA. 6. Government Contracts Regulations Exception The following exception to the Government Contracts Regulations is 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 exclusions and/or limited tendering reasons are invoked under the trade agreements specified: Canadian Free Trade Agreement (CFTA) Article 513 1 (b) 8. Period of the proposed contract and delivery dates 8.1. The period of the Contract is from date of contact to 2 months after final delivery and acceptance inclusive 9. Cost estimate of the proposed contract The estimated value of the contract, is less than $80,000.00 CAD 10. Name and address of the pre-identified supplier Brunson Aquatic Test Systems, LLC 3957 County Road 259 Fulton, MO 65251, USA 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 January 17th, 2022 at 1400hrs (2:00 pm) EST. 13. Inquiries and submission of statements of capabilities 13.1. Inquiries and statements of capabilities are to be directed to: Melanie Gillis Supply Specialist | Kingston Procurement Public Works and Government Services Canada, Ontario Region Telephone: 613-328-2654 E-mail: Melanie.Gillis2@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
-
Canadian Free Trade Agreement (CFTA)
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 PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Gillis, Melanie
- Phone
- (613) 328-2654 ( )
- Email
- Melanie.Gillis2@pwgsc.gc.ca
- Fax
- (613) 545-8067
- Address
-
Kingston Procurement
Des Acquisitions Kingston
86 Clarence Street, 2nd floorKingston, Ontario, K7L 1X3
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.