Speed Fan and Pump Drives

Solicitation number E0226-141284/A

Publication date

Closing date and time 2013/12/13 12:00 EST


    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: 
    Hydro Dyne Inc.
    PO Box 41061
    Dartmouth Nova Scotia
    Canada
    B2Y4P7
    Nature of Requirements: 
    Speed Fan and Pump Drives
    
    E0226-141284/A
    
    Requirement:  For the provision of variable speed FAN and PUMP
    drives and controls (belt driven, variable torque load) on
    behalf of Public Works and Government Services Canada,
    Summerside, PE. PWGSC intends to enter into a contract with
    Hydro Dyne Inc., Dartmouth, NS.
    
    The estimated value of the contract is: $30,096.00 GST/HST
    included.
    
    Description:
    
    The drive unit shall be self-contained and include the following:
    
    1.  A constant speed input drive member that is directly mounted
    to the motor shaft with a shrink disc shaft locking device.
    
    2.  A variable speed driven output member that rotates freely
    without any mechanical connection (other than its own support
    bearings).
    
    3.  Output speed is accomplished by varying the amount of
    current applied to the drive's rotating coil, which changes the
    strength of the magnetic field across an air gap, controlling
    the amount of coupling between the two elements.
    
    4.  The AC motor shall be wired to operate continuously at full
    speed when the motor contactor is energized.
    
    5.  Torque shall be tranmitted from the electric motor to the
    drive's output member via magnetic force across a single air gap.
    
    6.  Power to the rotating coil shall be supplied by a brushless
    electrical coupling.
    
    7.  The pulley/sheaves shall be located on the motor shaft-entry
    side of the drive nearest the motor face.
    
    8.  All drive bearings must be located directly under the pulley
    grooves.
    
    9.  All drives shall incorporate manual mechanical bypass for
    full speed emergency lockup capability.
    
    10.  The internal surface of the drive drum shall be copper
    lined.
    
    11.  Unit shall be capable of operating continuously at any
    output speed from 0 to 100% without causing any increase in
    motor heating.
    
    12.  The manufacturer prior to shipment shall test all units at
    full rated load and speed for ten continuous hours.
    
    13.  The speed controller in conjunction with the drive shall
    meet or exceed FCC Part 15 Subpart J specifications on RFI/EMI
    disturbances and the IEEE-519 standards for total harmonic
    current distortion.
    
    14.  The speed controller shall not create PWM, six-step or
    other audible acoustical noise when operating throuoghout the
    entire speed range regardless of full-load or part-load
    conditions.
    
    15.  The controller shall be immune to line noise generated by
    other electrical equipment.
    
    16.  Each speed controller shall operate on 115 volts AC, 50/60
    Hz @ 3 amps, single phase power and provide adjustable voltage
    output to the drive.
    
    17.  The controller shall accept current, voltage, or pressure
    transducer signal input and shall interface with any energy
    BacNet or Lonworks management system.
    
    18.  The controller shall be housed in a NEMA 1 enclosure,
    pre-wired with "Man-Off-Auto" selector switch, manual operator
    speed potentiometer on the front cover and Speed Meter.
    
    19.  The controller shall also provide independent adjustable
    soft-start for preset ramp-up of the drive.
    
    20.  In the event of power failure or momentary interrupt, the
    unit shall automatically restart with preset ramp-up when power
    is restored to the motor.
    
    21.  CSA approved.
    
    Mandatory Requirements:
    
    Item 1.  Easy-Payback Magnetic-Coupled Variable Speed Belt
    Drive, Easy 3 size 22
    Item 2.  Easy-Payback Magnetic-Coupled Variable Speed Belt
    Drive, Easy 4 size 23
    Item 3.  Easy-Payback Magnetic-Coupled Variable Speed Belt
    Drive, Easy 5 size 24
    Item 4.  Easy-Payback Magnetic-Coupled Variable Speed Belt
    Drive, RPCU-RT (*) size 25
    Item 5.  Easy-Payback Magnetic-Coupled Variable Speed Belt
    Drive, Rotary Power Couplings RPCU-2 size 26
    Item 6.  Speed sensors with adjustment clamp S2 size 27
    
    Description:
    
    The reason for single tendering is: Only one firm is capable of
    performing the contract.
    The items requested are "hard to get", "exact replacement"
    parts/components for the "existing" Easy-Payback drive system in
    use at J. A. Ghiz Building in Summerside.  Failure of one of the
    components would cause shut down of HVAC systems which are
    crucial to the data processing operations carried on in the
    building. These components are required on site so that repairs
    can be made in days and not months.
    
    Section 6 (d) of the Government Contract Regulations is being
    invoked in this procurement as only one person or firm is
    capable of performing the contract.
    Articles 506.12 (a)  and 506.12(b) of AIT are applicable on the
    basis of limited tendering due to compatibility with existing
    products, to recognize exclusive rights, such as exclusive
    licences, copyright and patent rights, or to maintain
    specialized products that must be maintained by the manufacturer
    or its representative and 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, respectively.
    Articles 1016.2 (b) and 1016.2 (d) of NAFTA are applicable on
    the basis of limited tendering due to reasons 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, and where, additional deliveries by the original
    supplier that are intended either as replacement parts or
    continuing services for existing supplies, services 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, including software to the extent that the
    initial procurement of the software was covered by this Chapter;
    respectively.
    Delivery:  Prior to February 28, 2014
    This PWGSC office provides procurement services to the public in
    both official languages 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

    • 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
    Martin, Lisa M.
    Phone
    (506) 851-7811 ( )
    Fax
    (506) 851-6759
    Address
    1045 Main Street
    1st Floor, Lobby C
    Unit 108
    Moncton, NB, E1C 1H1

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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
    Prince Edward Island
    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: