Portable Dive Air Compressors

Solicitation number W8482-217974/A

Publication date

Closing date and time 2022/04/12 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Canadian Armed Forces (CAF) has a requirement to replace the obsolete portable breathing air diving compressors use by Royal Canadian Navy (RCN) Clearance Divers, Army Combat Divers, Search and Rescue Technicians and Port Inspection Dive Teams with new gas and electric compressors.
    
    The Procurement will be for the replacement of fifty five (55) portable gasoline driven breathing air diving compressors and twenty (20) portable electrically driven breathing air diving compressors. For Canadian Armed Forces operational requirements, the contractor must provide the same Brand/Model compressor blocks across the line.
    The delivery must be on or before the 31 March 2023.
    The Request for Proposal includes the Mandatory Technical Criteria.
    
    Questions and Answers Set 1                            Click "Show more"
    
    Question 1:
    
    I only have one question.  While it does not state it, you need continuous run machines, and the electric power assumes single phase 230 - and either 50 or 60 Hz.
    
    Answer 1:
    
    CAF portable diving compressors are not considered continuous run compressors. At times, the compressors are operated for multiple hours, but not in continuous auto mode. The compressors are only operated while charging the dive cylinders and then turned off by the operator once charging has been completed. They are not/will not be connected to a cascade system and left in auto.
    
    I am inviting you to read 3.2.20 of the TSOR for the voltages requirement. 3.2.20 "All electric motors of the portable breathing air diving compressors must be manufactured to operate with dedicated terminal block enclosed of 208 VAC and 460 VAC, 60 Hz three (3) phases"
    
    Questions and Answers Set 2.
    
    Question 1 
    Will the government of Canada be interested in a trade in value for the 75 compressors being replaced?
    
    Answer 1
    There are more than 75 compressors at base holdings and all can be sold, but are in varying degrees of operational/reparability status and depends on procurement/disposal regulations.
    
    Note from the Contracting Authority: If valuable the compressors should be sell as surplus on GCSurplus in the best interest of Canada and to fair for all buyers.
     
    Question 2. Clause 3.1.1
    Typically the gas driven and electric motor driven compressor packages will have a similar part number with the letter designate 3E for electric motors and G for gasoline engines.
    The brand and model of the compressor blocks will be the same in all units. Is this interpretation correct?
    
    Answer 2
    Correct, the electric driven and gasoline driven compressors should be identical with the exception of the prime mover and associated components to support the prime mover.
     
    Question 3. Clause 3.2.1
    I note the PMV (pressure maintaining valve) is not on the CRN list, please confirm this is to be included in the CRN requirements.
    
    Answer 3
    It was not a requirement on previous procurements for similar equipment. 
     
    Question 4. Clause 3.2.3
    Typical CO monitors have an alarm set point at 5 PPM, is this acceptable or is 3 PPM mandatory? The current CSA standard CSA Z180.1:19 states a 5 PPM CO alarm threshold set point.
    
    Answer 4
    The DND D-87-003-000/SG-001 Purity of Compressed Breathing Air and Gases for Divers is based off the CSA Z275.2 diving air standard, which states, carbon monoxide shall not exceed 3 ppmv. The Z180.1 has the lower acceptable limit of 5 ppmv, which is not sufficient to meet the air quality standard for CAF diving air purity.
     
    Question 5. Clause 3.2.7
    There are 3-stage and 4-stage compressors which meet the 9 SCFM charging rate and the stated 300 Barg pressure requirements. The units being replaced are 4-stage compressors, is the idea to stay with this 4-stage block design or is a 3-stage block acceptable?
    A 3-stage compressor block weighs 50 KG
    A 4-stage compressor block weighs 59 KG
    Please advise which design of compressor is to be offered; a 3-stage or 4-stage, alternatively both can be offered for evaluation and selection?
     
    Answer
    A 4 stage compressor is preferred due to the lower operating temperatures.
     
    Question 6. Clause 3.2.12
    The standard compressor frame supplied has items attached to the standard upper protective frame, is an added removable protective frame still required? Would a removable box be an option to protect the compressors during transport and deployment?
    
    
    Answer 6
    If the current standard frame supplied protects all the components from accidental damage, then an additional frame is not required, however, the standard frame supplied has to meet the required dimensions listed in paragraph 3.2.13 of Annex A of the RFP. 
     
    Yes, a removable protective box would be acceptable to cover the compressors during transport. 
    
    
    Questions and Answers Set 3
    
    1. Clause 3.2.17
    The application of the units is subject -20C to +38C temperature ranges.
     
    2. Clause 3.3.2
    Storage will be at -40C to +50C temperature ranges
     
    Due to the temperatures ranges and considering these units may have extended periods of storage a PLC based control system could be problematic, will a control system based on timers and relays with fault lights be acceptable as it provides temperature and function stability?
    
    Answer 1
    
    If a company wants to use an alternate to a PLC based control system, the Technical Authority have no objections.
    
    
    Questions and Answers Set 4
    
    Question 1:
    Clause 3.2.11
     
    1. Please confirm if the steel base listed is to be a part of the compressor frame or something separate. Our compressor frame is aluminum as well as the base pan which matches the load requirement and reduces overall weight, is this also acceptable. The frame can also be supplied with a steel base pan with more weight. Both the aluminum and the steel base assembly will accommodate the rail mounting system as shown in Clause 3.2.13, photos 1  & 2.
    
    Answer 1
    
    The steel base listed can be either a standalone base to support the compressor components or part of the frame assembly. Preferable if the base and frame are detachable from each other to allow installation in the mobile dive response vehicle, if the frame dimensions are greater than the dimensions listed in para 3.2.13 of Annex A of the RFP.
     
    An aluminum base plate is of sufficient thickness to accommodate the overall weight of the compressor assembly is acceptable.
     
    Question 2 and 3:
    Clause 3.2.13, photos 1 & 2
     
    2. On picture 1 the older compressors are shown sliding into a rail system, will this type of mounting be the same for the new units and if so will the dimensions of the rails be available to the selected vendor to match this installation method?
    
    Answer 2
    
    As long as the dimensions of the compressor unit is in accordance with the dimensions listed in para 3.2.13 of Annex A of the RFP, then the sliding compressor support of the mobile dive response vehicle can be modified to support the compressor, however, if required, dimensions can be provided by COB on Friday, 25 March 2022.
     
    Question 3
    
    3. Does this truck mounting apply to the gasoline engine units only or both the gasoline and electric driven units?
    
    Answer 3
    
    Only the gasoline driven compressor is mounted in the mobile dive response vehicle.
    
    
    Questions and Answers Set 5
    
    Question 1
    
    In response to subject solicitation, would you please extend the due date for two weeks to allow all interested suppliers prepare a proposal?
    
    Question 2
    
    Following the analysis of the request for proposal, we ask if it is possible to postpone the closing date of the request for proposal by 4 weeks for a closure on May 10, 2022. This time will be required for us to prepare and complete our technical proposal (section 1). We have challenges due to global supply chains for the required components and more importantly, considering the quantities involved. This will not affect the required delivery time,
    i.e. March 31, 2023.
    
    Answer 1 and 2
    
    No, the closing date will not be extended due to high priority request for new compressors.
    
    Qestion 3
    
    Regarding the above-mentioned solicitation, as mentioned in the section 3.5.1 of the TSOR:
    The Contractor must comply with the requirements of the International Organization for Standardizations (ISO) 9001:2015  Quality Management Systems Requirements. Current edition and copy of Contractor’s ISO Certificate provided by the Contractor.
    
    As our partners have ISO 9001:2015, is it possible to change the term "Contractor" to "Contractor or Sub-contractor"? 
    
    Answer 3
    
    Yes, at your request the solicitation will be amended to change the term "Contractor" to "Contractor or Sub-contractor" in the section 3.5.1 of the TSOR.
    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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Durocher, Daniel
    Phone
    (873) 455-3877 ( )
    Email
    daniel.durocher@tpsgc-pwgsc.gc.ca
    Address
    11 Laurier St. / 11, rue Laurier
    Place du Portage III, 8B3
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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
    002
    English
    8
    002
    French
    2
    001
    English
    37
    001
    French
    4
    000
    English
    22
    000
    French
    4
    000
    English
    53
    000
    French
    12

    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
    Quebec (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest 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: