MARINE FUEL ANALYZERS
Solicitation number T8275-140652/A
Publication date
Closing date and time 2015/02/27 14:00 EST
Description
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: All interested suppliers may submit a bid Attachment: None Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: PORTABLE MARINE FUEL ANALYZER FOR SULPHUR CONTENT Transport Canada has a requirement for six (6) portable marine fuel analyzers for the measurement of the sulphur content. There is an option for an additional six (6) portable marine fuel analyzers to be purchased sometime during the contract period. There is an option for maintenance & calibration service contracts for the Portable marine fuel analyzers for a period of five (5) years. Both optional requirements are being addressed in this requirement. The contract is for an initial period of one (1) year with four (4) option periods of one (1) year. There is no security requirement associated with this requirement. The requirement is subject to the North American Free Trade Agreement (NAFTA) and the World Trade Organization Agreement on Government Procurement (WTO-AGP), and the Agreement on Internal Trade (AIT). The requirement is conditionally limited to Canadian goods and/or services. Mandatory Criteria: M1: Field analyzer able to measure compliance to 0.1% sulphur content in Marine fuel oil with a margin of error not exceeding +15%, M2: Analyzer designed to measure sulphur in fuel oil to one of the following test method standards: ISO 8754 or ASTM D429, M3: Designed for field work, M4: Factory calibrated - ready to work without additional human intervention/programming, M5: Factory Maintenance / calibration not required within a 12 month period, M6: Analyzer Test results - easy to read and understand and are obtained immediately after analysis is completed (results outlined by a read out or print out, M7: Portable and light weight (under 25 lbs with analyzer, accessories required for testing and accompanying case), M8: Operating range of at least -10 oC to +25oC, M9: Shock proof; be able to withstand being dropped within enclosed case, M10: Weatherproof; must be able to work in an marine environment (salt water spray), M11: Store information, (USB or information recorded on hard drive and able to connect to computer), M12: Power source: Battery powered, 120/240 VAC 50/60 Hz, or 12 VDC with mobile use Transformer unit, M13: No specific training required to operate the equipment with the exception for the provision of operation instruction documents or instructional videos, M14: Fuel analyzer model must not be more than three years old and must have availability for spare parts and service for at least 5 years from date of purchase. Point rated Criteria are: PR1: Analyzer measurement error range, PR2: Analyzer warm up/prep time, PR3; Fuel analysis testing time, PR4: Assembly required on fuel test equipment, PR5: Fuel sample clean up requirements by operator, PR6: Weight: (with analyzer, accessories required for testing within accompanying case), PR7: Temperature operation range, PR8: Dedicated fuel analyzer, PR9: Data/ information Storage, PR10: Battery powered. Delivery Date: Above-mentioned 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)
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
- Tamaro, Daniel
- Phone
- (819) 956-5319 ( )
- Fax
- (819) 956-0897
- Address
-
11 Laurier St. / 11, rue Laurier
6C2, Place du PortageGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Transport Canada
- Address
-
330 Sparks StOttawa, Ontario, K1A 0N5Canada
Bidding details
Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__ML.B027.F24915.EBSU000.PDF | 000 |
French
|
4 | |
ABES.PROD.PW__ML.B027.E24915.EBSU000.PDF | 000 |
English
|
27 |
Access the Getting started page for details on how to bid, and more.