Wartsila

Solicitation number F2599-195003/A

Publication date

Closing date and time 2019/03/12 14:00 EDT


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / CFTA
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Interchangeable Parts
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Wartsila Canada Inc
    Unit 3, 90 Cutler Avenue
    Dartmouth Nova Scotia
    Canada
    B3B0J6
    Nature of Requirements: 
    
    Wartsila
    
    F2599-195003/A
    Pourmand, Mastaneh
    Telephone No. - (819) 420-5487 (    )
    Fax No. - (   )    -     (    )
    
    Line 1, Wartsila VASA 22V12 engine block
    
    Line 2, Wartsila VASA 22V12 Crankshaft
    
    Line 3, Freight
    
    
    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 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 Wartsila Canada Inc. 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 on either 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 utilizes Wartsila VASA22 V12 engines on the "Samuel Risley" Vessel. The requirement is to purchase one (1) new Wartsila VASA22 V12 engine block to replace the original VASA22 V12 block Serial # 3073; and one (1) new Crankshaft for the Wartsila VASA22 V12 engine.
    
    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 it meets the following requirements:
    
    a) One VASA22V12 engine block Wartsila Part # 100 001 / Product # 3073; Reference Wartsila 12V22MD Spare Parts Manual section 100-4:
    
       1. Engine block, net weight: 4630 kg
       2. Engine Output rating 1740 kW marine engine at 900 RPM
       3. Engine block must be provided with all necessary plugs and studs to install the heads and running gear
       4. Engine block must be painted with OEM approved engine coating suitable for marine type application - in OEM standard grey for Wartsila VSA engines.
       5. Areas where seals and external components will be mounted must be left bare and machined to acceptable tolerance in accordance with OEM recommendations
       6. Contractor must include in price the cost for rental of special engine lifting tool for duration of engine shipping until installed in the vessel October 23, 2019
    
    b) One Wartsila VASA22V12 crankshaft Part # 110-034:
    
       1. Crankshaft with shield bearing, net weight: 1600 kg
       2. Crankshaft must be provided with flange to accept flywheel same as original.  Reference Wartsila 12V22MD Spare Parts Manual Section 114-3.
       3. Crankshaft must be supplied with counterweights installed.  Counter weights to be sized and crankshaft assembly balanced to use H-profile type C connecting rods (reference Wartsila Connecting Rods Vasa 22) and Pistons (Material # 009470990).
       4. Contractor must also supply a new torsional damper that has been matched to the rotating assembly group (Crankshaft, counterweights, connecting rods and pistons).
    
    c) Required Documentation:
    
       *  The contractor must supply torsional calculations for rotating assembly consisting of the crankshaft, counterweights, connecting rods, pistons and torsional damper and demonstrate the assembly meets or exceeds all regulatory and OEM requirements.  One paper copy and one electronic non-password protected copy must be provided to CCG on memory drive.
    
       *  The contractor must provide updated drawings in pdf format for the new engine block, crankshaft, pistons, connecting rods and torsional damper including component assemblies. One paper copy and one electronic non-password protected copy must be provided to CCG on memory drive
       
       *  The contractor must supply updated manuals with respect to any changes to the engine, crankshaft and rotating group assembly that differs from the original manual including any changes to existing parts list.  One paper copy and one electronic non-password protected copy must be provided to CCG on memory drive.
    
    d) Required Approvals:
    
       *  The Contractor must provide Class Type Approval Certificate for the supplied engine block and crankshaft from Lloyd Registry Classification Society.
    
       *  The Contractor must provide 1 paper copies and one electronic copy (PDF format) of the Classification Society approval documents for the engine block and crankshaft to CCG on memory drive.
    The Contractor must supply newly constructed, engine block and crankshaft. The Contractor must not supply refurbished, rebuilt or re-welded and machined engine block.
    
    Applicable Regulations and Standards:
    
       *  Canada Shipping Act - CSA 2001
       *  Marine Machinery Regulations
       *  American Welding Society Certification standard or equivalent
       *  Rules of recognized Classification Society e.g. LR
    
    Applicable Reference Drawings:
       *  Wartsila Diesel - Doc. # : 10.2.STI.008
       *  Engines ECS )&MM en 32 - Doc. # 3072              
       *  Wartsila 12V22MD Spare Parts Manual
       *  Wartsila Connecting Rods Vasa 22
    
    Packaging & Delivery:
    
       *  All components must be properly packaged to avoid damage
    
       *  All unprotected and bearing surfaces must be protected to avoid damage or contamination from debris during the shipping process
    
       *  The items 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 be built to prevent distortion of the engine block.
    
       *  The Contractor is to deliver all components to:
          
          CCGS Samuel Risley
          Canadian Coast Guard Base 
          28 Waubeek Street
          Parry Sound, Ontario, Canada
          P2A 1B9
    
          Delivery method: DDP Parry Sound, Ontario Incoterms 2010
    
    3.  Applicability of the trade agreement(s) to the procurement
    
    This procurement is subject to the following trade agreement(s):
    
       *  North American Free Trade Agreement (NAFTA)
       *  Canadian Free Trade Agreement (CFTA)
       *  World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    
    4.  Set-aside under the Procurement Strategy for Aboriginal Business
    Not Applicable
    
    5.  Comprehensive Land Claims Agreement(s)
    Not Applicable
    
    6.  Justification for the Pre-Identified Supplier
    
    Wartsila is the OEM for this engine, previously procured upon the construction of the vessel.
    
    Wartsila Canada Inc. is the sole authorized and approved distributor for the OEM, and holds the exclusive rights to the proprietary design details of the engines for which this service is procured.
    
    Additionally, CCG and TCMS regulations require the use of OEM parts and service when available.
    
    7.   Government Contracts Regulations Exception(s)
    
    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").
    
    8.  Exclusions and/or Limited Tendering Reasons
    Not Applicable
    
    9.  Ownership of Intellectual Property
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    10.  Period of the proposed contract or delivery date
    
    All deliverables under any resulting contract must be received by Aug. 5, 2019.
    
    11.  Cost estimate of the proposed contract
    
    The estimated value of the contract is $ 505,000 CAD. HST/GST, and local freight & duties are extra. Foreign shipping costs must be priced separately.
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    12.  Name and address of the pre-identified supplier
         
         Wartsila Canada Inc.
    
         1771 Savage Road
         Richmond, British Columbia
         Canada
         V6V 1R1
    
    13.  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.
    
    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, in the case of a facsimile transmission, on the cover page.
    Documents may be submitted in either of Canada’s official languages.
    
    14.  Closing date for a submission of a statement of capabilities
    March 11, 2019 at 5:00 p.m. EST
    
    15.  Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to: 
    
       Name:      Mastaneh Pourmand
       Address:   11, Laurier Street
                  6C2-43, Place du Portage III
                  Gatineau, Québec, K1A 0S5
    
       Telephone: 819-420-5487
       Facsimile: 613-697-0375
       E-mail: mastaneh.pourmand@tpsgc-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)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

    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:

    • Additional Deliveries
    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
    Pourmand, Mastaneh
    Phone
    (819) 420-5487 ( )
    Email
    mastaneh.pourmand@tpsgc-pwgsc.gc.ca
    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
    Ontario (except NCR)
    Procurement method
    Non-Competitive