GAS CHROMATOGRAPH

Solicitation number 31184-166530/A

Publication date

Closing date and time 2016/05/17 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: 
    Westech Industrial Ltd.
    2830 Argentia Road 1
    Mississauga Ontario
    Canada
    L5N8G4
    Nature of Requirements: 
    
    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 National Research Council’s (NRC) Energy, Mining and Environment (EME) program has a requirement for a portable hand-held natural gas chromatograph for the completion of tests including but not limited to aviation fuels, internal combustion fuels and various experimental/commercial and noncommercial fuel or engine candidates.  Our two (2) working groups perform their research from different NRC locations. Both groups participate in the research of new fuel or engine candidates.  The two groups collaborate on any and all fuel or engine candidate destines.  One group performs initial research to confirm that a fuel or engine candidate could be a viable entity.  Once deemed viable, a portable gas analyzer, rotated thru each facility on an as required basis, is used to validate any hypothesis generated at the initial research stage.
    
    Fuel testing requires combustion analysis, using a gas analyzer/chromatograph, of hydrocarbon (C1 thru C9) exhaust and various exhaust gases including oxygen, nitrogen, carbon dioxide and hydrogen by a gas chromatograph system.  Additionally, the fuel’s caloric value, British thermal unit (BTU) energy content, relative density and compressibility is measured.  To perform this analysis the GTL uses a portable gas chromatograph system. To increase efficiency and enhance throughput, EME now requires a portable analyzer thereby eliminating the requirement to rotate one analyzer through each facility and building.
    
    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 its product/equipment/system (as appropriate) meets the following requirements:
    
    - The GC must be a light weight unit. Light weight is defined as 37 pounds (maximum) to reduce strain on our researchers in confined spaces.
    - Warm up period of forty (40) minutes or less.
    - Must allow for direct printing via USB port and must have a Direct Flash drive compatible with our pre-existing Ametek Model 292B and allow for data extraction for file sharing.
    - Must have an integrated color display. 
    - Cross platform compatible and functionality of parts and components, and data extraction/file sharing with Ametek Model 292B.
    - Replacement parts must be compatible with our pre-existing Ametek Model 292B natural gas chromatograph. The GC will act as a back-up for two different programs. NRC must be able to swap various parts and components from time to time while the unit is serviced. 
    - Suppliers offering equivalent GC must demonstrate how their parts and components will integrate for proper fit, form and functionality of the unit to ensure seamless interruption between the two units.
    
    4. Applicability of the trade agreements to the procurement 
    
    This procurement is subject to the following trade agreements: 
    - Agreement on Internal Trade (AIT)
    - North American Free Trade Agreement (NAFTA)
    
    5. Justification for the Pre-Identified Supplier 
    
    The only known instrument that meets all technical requirements is the Ametek Model 292B.  For this reason, it is proposed to negotiate directly with the OEM and sole supplier of Ametek instruments, Westech Industrial Ltd. of Mississauga, ON.
    
    6. Government Contracts Regulations Exception
    
    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”.
    
    7. Exclusions and/or Limited Tendering Reasons 
    
    - Agreement on Internal Trade (AIT) - Article 506.12(a)
    - North American Free Trade Agreement (NAFTA) - Article 1016.2(d)
    
    8. Period of the proposed contract or delivery date 
    
    Delivery must be completed on or before June 30, 2016.
    
    9. Cost estimate of the proposed contract 
    
    The estimated value of the contract, including option(s), is $44,458.00 (GST/HST extra).
     
    10. Name and address of the pre-identified supplier
     
    Westech Industrial Ltd.
    2830 Argentia Road Unit 1
    Mississauga, ON L5N 8G4 
    
    11. 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.
    
    12. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is May 17, 2016 at 2:00 p.m. EDT. 
    
    13. Inquiries and statements of capabilities are to be directed to:
    
    Cassandra Shannahan
    Public Works and Government Services Canada
    Acquisitions Branch
    Commercial and Consumer Products Directorate
    11 Laurier Street, 6A2, Phase III
    Place du Portage, Gatineau, Québec, K1A 0S5
    
    Telephone: (819) 420-1068
    Facsimile:   (819) 956-3814
    E-mail address: cassandra.shannahan@pwgsc-tpsgc.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
    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
    Shannahan, Cassandra
    Phone
    (819) 420-1068 ( )
    Fax
    (819) 956-3814
    Address
    11 Laurier St./ 11 rue, Laurier
    6B1, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Non-Competitive
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.