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) 

pH Probes & Transmitters

Solicitation number F5243-170240/A

Publication date

Closing date and time 2017/12/27 13:00 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: 
    WAJAX INDUSTRIAL COMPONENTS LIMITED PARTNERSHIP
    100 Wright Avenue
    Suite 7
    Dartmouth Nova Scotia
    Canada
    B3B1L2
    Nature of Requirements: 
    
    F5243-170240
    
    pH probes and transmitters
    
    For the provision of Honeywell Durafet III pH probes and ATP 2000  2 wire pH Transmitters on behalf of Fisheries & Oceans Canada located in St. Andrews, NB.  Public Services and Procurement Canada intends to enter into a contract with Wajax located in Dartmouth, NS.
    
    Mandatory Requirements:
    
    Item 1 - 58 units Honeywell Durafet III pH probes with 20’ cable. 
    
    o Probes must be capable of continuous, prolonged (months and years) operation
    o Probes must be capable of very accurate monitoring and regulation of tank pH through CO2 injection
    o Monitoring and regulation must occur on a tank by tank basis to ensure valid data for statistical analysis
    o Must be non-glass electrode ISFET technology
    o Must be compatible with compatible with existing Delta system
    
    Item 2 - 58 ATP 2000 2-wire pH transmitters to bridge distance from tank to Delta system and negate voltage drop
    
    o Must have screen for monitoring temperature and pH at tank level
    o Must use looped power 
    o Must be NEMA 4x rated
    o Must be compatible with the Durafet III pH probes
    
    Delivery Date:  March 29, 2018
     
    The reason for single tendering is:   Government Contract Regulations, Section 6 (d) is being invoked in this procurement is the only one person capable of performing the contract.
    
    Justification for pre-identified supplier
    Only one company (Wajax Industrial Components) can legally distribute the Honeywell Durafet III pH electrodes and the ATP 2000 2-Wire pH Transmitters, within Atlantic Canada.
    Honeywell (the vendor) is the only manufacturer of these units and there are no reliable substitutes. The purpose of these units are to collect research data. 
    The ‘Broodstock building’ at SABS (DFO) is being renovated and retrofitted with new tanks and systems. Research on the biological responses of various species to ocean acidification effects, will be a priory research stream in this newly renovated wet-laboratory facility. The nature of multi-stressor climate change experiments necessities very accurate monitoring and regulation of tank pH through CO2 injection and pH needs to be monitored on a per tank basis for prolonged periods of time. It is essential that monitoring and regulation occurs on a tank by tank basis to ensure valid data for statistical analysis (e.g. treatments, replicates). Consequently, a unit per tank is required. Most glass based pH electrodes are subject to drift and stability issues under prolonged use. The Durafet III is a high-end, non-glass electrode based on ISFET technology. This circumvents many of the problems associated with glass-based pH electrodes. Peer reviewed scientific literature has advocated the Durafet III for research use given the precision required for ocean acidification studies (Martz et al. 2010; Bresnahan et al. 2014; Kapsenberg et al. 2017).
    The Durafet IIIs need to be connected to our Delta system, so tanks can be monitored centrally to regulate CO2 for individual tanks. The distance between the tanks and system access panels are such that there will be a voltage drop from the pH electrode which will affect the quality of pH measures. A transmitter is, therefore, required to amplify the mV signal. An appropriate transmitter will have a screen for monitoring temperature and pH at the tank level which is necessary for trouble shooting and most importantly, pH electrode response testing and calibration which needs to occur directly at the tank. It can use looped power (i.e. not require to be plugged in to an AC outlet), it has a high quality display screen, it is NEMA 4x rated (water tight and corrosion resistant) and Durafet III calibration can occur directly at the tank using the ATP 2000 screen interface. 
    The current equipment that we use for monitoring pH uses glass electrode technology. The glass electrodes are not accurate enough for our work because 1) they should not be used for continuous measurement as we need for our program, 2) they become more inaccurate over time, even with weekly calibrations, 3) even when functioning, they do not have the sensitivities to enable us to hit target pH values which are related to future climate conditions (for example, a 0.1pH unit difference represents the same change in ocean pH as we have seen since the industrial revolution that even brought up the ocean acidification issue. The glass probes do not reliably measure to 0.1pH units and therefore when they are used to manipulate seawater into future scenarios, then it means that we cannot reliably say that the animal responses we’re seeing are related to what the conditions would be in say 2100).
    Because of all the inaccuracies of equipment like glass electrodes, it makes it difficult to compare between regions - so for example one region might do a study with pH 7.5 and the same as another region, but when the results were wildly different it was hard to tell if that was because of natural variability or if it was because of the equipment. 
    The old glass technology is no longer considered accurate or reliable enough, and the Honeywell probes are considered the gold standard that programs should employ in order to facilitate global comparisons of climate change impacts on marine organisms. 
    
    This requirement is subject to the NAFTA/CFTA.  Limited Tendering Provisions is in accordance with the Trade Agreements, Articles 513 (b) (iii) of CFTA, Articles 1016.2 (b) of NAFTA, and Columbia/Peru Trade Agreements contain similar limited tendering provisions to those in the NAFTA.
    
    
    The total estimated value of the contract is $145,549.41 taxes included.
    
    Supplier: 
    
    Wajax
    100 Wright Avenue, Suite 7
    Dartmouth, NS
    B3B 1L2  
       
    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
    • 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

    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 ( )
    Email
    lisa.m.martin@pwgsc-tpsgc.gc.ca
    Fax
    (506) 851-6759
    Address
    1045 Main Street
    1st Floor, Lobby C
    Unit 108
    Moncton, NB, E1C 1H1

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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
    New Brunswick
    Procurement method
    Non-Competitive

    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: