REPLACEMENT CENTRIFUGAL PUMP

Solicitation number F2599-165006/A

Publication date

Closing date and time 2016/04/22 14:00 EDT


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    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: 
    Leistritz Corporation
    165 Chestnut
    Allendale New Jersey
    United States
    07401
    Nature of Requirements: 
    
    REPLACEMENT CENTRIFUGAL PUMP / ELECTRIC MOTOR UNIT FOR CANADIAN COAST GUARD (CCG) SHIPS
    
    1. Definition of the Requirement:
    
    This requirement is for the Department of Fisheries and Oceans - Canadian Coast Guard (CCG) for three replacement Original Equipment Manufacturer (OEM) identical centrifugal pumps - electric motor units required that conform to original form, fit, quality, function, pressure and physical dimensions.  
    The Coast Guard has a requirement to replace three IRONPUMP centrifugal pumps (OEM) on the CCGS Samuel Risley:
    a.   Main Engine Cooling Raw Water Pump #1 IRONPUMP QVP 6/300 
    Flange data QVP. 6/300.44794/3.TP.8BAR.84.09.11.
    b.   Main Engine Cooling Raw Water Pump #2 IRONPUMP QVP 6/300
    Flange data QVP.6/300.44794/2.TP.8BAR.84.09.11.
    c.   General Service/Fire Pump  IRONPUMP QVP 2-4/300
    Flange data QVP.2.4/600.44600/3.A†B.84.0614 TP.10BAR.CPN.ARS.591
    
    In order to avoid modification to existing piping; existing flange to flange placement and physical dimensions of the pump - electric motors unit must be identical.  Any modification to an Equivalent pump(s) in order to meet the flange to flange dimensions must be made at Bidder’s facilities.  Physical dimensions of the pump - motor system must be identical to the original OEM pumps due to limitations of physical space.  
    
    The tight space restrictions for the pump / electric motor unit was created during the initial build of the ship and their placement at the working deck level the engine room. 
    
    Delivery date is:  30 June 2016
    
    
    Mandatory Technical Criteria (MC) Replacement Pumps 
    
    MC 1:  The Bidder will supply all OEM identical pump - electric motor units needed to replace the existing three centrifugal pumps - electric motor units in their entirety, including flange to flange dimensions.  The replacement pumps must fit the existing piping without modification.
    
    MC 2:  The replacement pump - electric motor unit must fit the original Pump Seating Dimensions. Raw water pump #1 has a polygon seating: with a straight line base of 23.75 inches a left side of 21.5 inches at a 90 degree angle to the base, a right side of 13.75’’ at a 90 degree angle to the base, a top 11’’ line at a 90 degree angle to the 21.5’’ inch left side to the right, and a line of 14.75’’ joining the end of the 11 inch line top line to the 13.75 inches right line.  Raw water pump #2 has a rectangle seating of 12.5 inches x 23 inches.  G/ S Pump has a rectangle seating of 19.5 inches x 17.75 inches.
    
    MC 3:  Pump system #1: Quantity 2:  IRONPUMP QVP 6/300 REPLACEMENT PUMP identical to 44.794/2+3 centrifugal pump with bare end shaft with motor ILE15-180M B5 with heater, ABS certificate, manual, test sheet and seaworthy crate.  Pump sets require 600 volt 3 phase 60 Hz motors in the Delta configuration.  The flange to flange distance for the Main Engine cooling pumps DN 150 flanges is 580mm. The vertical center of the flange is 250mm above the pump base.  Physical dimensions of the pump - electric motor system must be identical to the original OEM pumps due to limitations of physical space.  One Main Engine Cooling Raw Water Pump #1 and one Main Engine Cooling Raw Water Pump #2.
    
    MC 4:   Pump system #2:  Quantity 1:   IRONPUMP QVP 2-4/300 REPLACEMENT PUMP identical to 44.600 centrifugal pump with bare end shaft with motor ILE15-180M B5 with heater, ABS certificate, manual, test sheet and seaworthy crate.  Pump sets require 600 volt 3 phase 60 Hz motors in the Delta configuration.  The Flange to flange distance of the General Service pump DN100 flanges is 500mm. The vertical center of the suction flange is 335mm and discharge flange 215mm above the pump base.  Physical dimensions of the pump - electric motor system must be identical to the original OEM pumps - electric motor due to limitations of physical space.  One General Service / Fire Pump.
    
    2.  Justification 
    
    This requirement is sole sourced to Leistritz Advanced Technologies Corp., 165 Chestnut Street, Allendale, New Jersey, 07401 as they are the only known supplier capableto supply a replacement centrifugal pump with electric motor assembly that will fit the pump seating dimensions and the identical flange to flange measurements of the original equipment.  The replacement pumps and electric motor assemblies must fit the existing piping and seating dimensions without modification as indicated in the requirement.
    
    3.  Applicability of the trade agreements to the procurement.
    
    The Agreement on Internal Trade (AIT)
    The North American Free Trade Agreement (NAFTA)
    
    4.Government Contracts Regulations Exception.
    
    The following exceptions to the Government Contracts Regulations is invoked for this procurement Under subsection 6 (d) - only one person is capable of performing the work;
    
    5. Limited Tendering Reasons
    
    The following limited tendering reasons are invoked under the:
    
    Agreement on Internal Trade (AIT) section 506, 12 (b) - only one person is capable of performing the work.
    North American Free Trade Agreement (NAFTA) Article 1016, 2 (b).
    
    6. Closingdate for a submission of a statement of capabilities is            .
    
    7.  Inquiries and submission of statement of capabilities are to be directed to:
    
    Daniel Tamaro
    Senior Procurement Officer
    Portage II - 6C2 - 35
    11 Laurier St.
    Gatineau, Quebec, K1A 0S5
    Telephone:  (819) 420-2892
    Daniel.tamaro@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

    • 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:

    • Additional Deliveries

    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) 420-2892 ( )
    Fax
    (819) 956-0897
    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

    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
    Ontario (except NCR)
    Procurement method
    Non-Competitive
    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: