CCGS ANN-HARVEY - Engine Block Replacement

Solicitation number F7049-160259/A

Publication date

Closing date and time 2016/12/21 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
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Garlock of Canada Ltd.
    P.O. Box 247
    217 Bow Street
    Cochrane Alberta
    Canada
    T4C1A5
    Nature of Requirements: 
    
    CCGS ANN-HARVEY
    
    F7049-160259/A
    Moore(md div), Chris
    Telephone No. - (819) 420-2893 (    )
    Fax No. - (613) 697-0375 (    )
    
    Advance Contract Award Notice (ACAN)
    Ref. File #: F7049-160259
    
    
    
    The Canadian Coast Guard has a requirement for the provision of services as specified under “Background” below. The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for these services to Fairbanks Morse Engine  
    (12253 FM 529 Houston, TX 7704). Before awarding a contract, however, the government would like to provide other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in this Notice, by submitting a statement of capabilities during the 15 calendar day posting period.
    
    If other potential suppliers submit a statement of capabilities during the 15 calendar day posting period that meet the requirements set out in the ACAN, the government will proceed to a full tendering process oneither the government's electronic tendering service or through traditional means, in order to award the contract.
    
    If no other supplier submits, on or before the closing date, a statement of capabilities meeting the requirements set out in the ACAN, a contract will be awarded to the pre-selected supplier.
    
    Background
    
    The Canadian Coast Guard Ship (CCGS) Ann Harvey utilizes 3 Alco 251F main propulsion engines. The accumulated time on the engines has necessitated the requirement to obtain spare blocks to allow engines to be rebuilt for the CCGS Ann Harvey in advance of an engine installation dry dock period.
    
    All deliverables under any resulting contract must be received by January 31, 2017 and, if the Option is exercised, final delivery of the operational engines by April 28, 2017.
     
    The estimated value of the contract is $ 2,000,000.00 (GST extra). To $6,000,000.00 (if option invoked.)
    
    Minimum Essential Requirements
    
    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements: 
    
    The Contractor must supply the following components;
    
     3 pieces - Alco 251 V16 Engine Block, version “F”.
    
    - The Contractor must supply newly constructed, version “F” engine blocks. The Contractor must not supply refurbished, rebuilt or re-welded and machined engine blocks.
    
    - The Contractor must allow time in the production schedule to permit inspection of the new blocks by the TA. The TA must receive at least one (1) weeks’ notice prior to the inspection to make travel arrangements. Prior to the inspection of the blocks, documentation as noted in section 3.5.1 must be supplied to the TA.
    
    The Alco engine blocks must conform to the following standards:
    - Canada Shipping Act, 2001: pertaining to a ship having general particulars as specified under - Section 2.0 of this specification;
    -  Marine Machinery Regulations
    -  American Welding Society certification standards;
    - Rules of a recognized Classification Society, e.g. ABS.
    The engines must be packed in weather resistant packing within closed wooden crate(s). The wooden crate(s) must be constructed to allow the crate(s) to be easily lifted with slings under the crate body without causing any damage to the crate. The crates must bebuilt to prevent distortion of the blocks.
    
    Delivered to;
    
    Canadian Coast Guard 
    CCGS Ann Harvey
    C/O Technical Stores, 280 Southside Rd.
    St. John’s, NL  
    A1C 5X1
    
    Option to Convert Block to Operational Engines
    
    The Contractor must provide the Option to convert the supply of three (3) new engine blocks to the supply of three (3) new engine blocks with additional components as identified below:
    
    New Alco 251 V16 Engine Blocks, version “F” with unit exchanged Coast Guard parts, rebuilt CoastGuard parts and new parts. Painted, test run, ABS certifications and Factory Acceptance Testing, packaged for shipment to St. John’s, Newfoundland, and sea trials of the engine in St. John’s, Newfoundland.
    
    The Contractor must provide a copy of all wear measurements for OEM supplied parts that are new, unit exchanged or rebuilt, with the wear limits for each measurement identified on the list. The list of measurements must be provided to the TA for review prior to the installation of parts on the engine blocks.
    
    The Contractor must only use parts that are less than 25% of the wear limit from the “as new” manufacturing tolerance, provided that the resultant clearance between two interfacing parts is no more than 25% of the normal clearance range. Any parts that cannot meet these specifications must be new parts. If the Contractor cannot source new parts from on hand stores that meet these specifications, the TA must be notified immediately and provided details of when the parts would be available.
    3.3.2.5 The Contractor must allow the TA or his delegate free access without notice to the Contractor’s facility to permit inspection of the engine components and the verification of measurements being taken and recorded of the engine components. This inspection may include dimensional inspection of components to confirm compliance with the manufacturing specifications.
    
    Justification for the Pre-Selected Supplier 
    Fairbanks Morse - ALCO is the OEM for these engines previously procured upon the construction of the vessel. These replacement components are proprietary. Inspection and certification by Transport Canada Marine Safety (TCMS) is contingent upon the use of OEM parts, service, and recommendations.
    
    Ownership of Intellectual Property
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor. (4006 03 (2008-05-12))
    
    Subject to NAFTA -
    Subject to AIT 
    
    Inquiries and Submission of Statements of Capabilities
    
    Suppliers who consider themselves fully qualified and available to meet the specified requirements may submit a statement of capabilities, in writing, to the Contracting Authority 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 closing date for accepting statements of capabilities is December 21, 2016
    
    Inquiries and statements of capabilities are to be directed to:
    
    The Contracting Authority for the Contract is:
    
    Name:   Chris Moore
    Address:  6C2, Place du Portage
    11 Laurier St. Gatineau, Quebec K1A OS5 
    Telephone:  819-420-2893  
    
    E-mail:   chris.moore@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)

    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
    Moore(md div), Chris
    Phone
    (819) 420-2893 ( )
    Fax
    (613) 697-0375
    Address
    11 Laurier St. / 11, rue Laurier
    6C2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Newfoundland and Labrador
    Procurement method
    Non-Competitive