SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, June 1 from 7:00 pm until 11:00 pm (Eastern Time) 

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)

    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
    Tamaro, Daniel
    Phone
    (819) 956-5319 ( )
    Fax
    (819) 956-0897
    Address
    11 Laurier St. / 11, rue Laurier
    6C2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Transport Canada
    Address
    330 Sparks St
    Ottawa, Ontario, K1A 0N5
    Canada
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    French
    4
    000
    English
    27

    Access the Getting started page for details on how to bid, and more.

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    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: