SAP Ariba system maintenance

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

  • Sunday, June 9 from 7:00 pm until 11:00 pm (Eastern Time) 

Individually Ventilated (IVC) Racks

Solicitation number H4067-163563/A

Publication date

Closing date and time 2016/12/20 14:00 EST


    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: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    ALLENTOWN CAGING
    EQUIPMENT ROUTE 526
    P.O. BOX 698
    ALLENTOWN New Jersey
    United States
    8501-0698
    Nature of Requirements: 
    
    Individually Ventilated (IVC) Racks
    
    H4067-163563/A
    Shannahan, Cassandra
    Telephone No. - (819) 420-1068 (    )
    
    1. Advance Contract Award Notice (ACAN) 
    
    An ACAN is a public notice indicating to the supplier community that a department or agencyintends 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 
    
    Health Canada’s Food Directorate requires one (1) individually ventilated (IVC) rack for mice and four (4) for rats to carry out Research and Scientific Horizontal Technical Services and Animal Care Services in support of Regulatory, Diagnostic and Regulatory Research activities for clients in the Health Products and Food Branch (HPFB).
    
    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 individually ventilated (IVC) rack meets the following requirements: 
    
    a) Must have high efficiency blowers with ratings at or below .024 KW/h;
    b) Acoustic testing on air blowers which are located within close proximity to the animals must meet or have lower values than 20 dBa;
    c) Must have a HEPA filter replacement indicator that is based on filter loading, NOT running hour timer;
    d) Must have cage lock indicators that only flag the location of a cage that is not docked correctly; cage lock indicators that display flags when the cage space is left vacant are not acceptable;
    e) Must be compatible with racks that fit our bottle and cage washer equipment; and
    f) Rat cages must provide a minimum of 142 square inches and mouse cages should provide a minimum of 77.5 square inches.
    
    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 IVC rack from Allentown Inc. has the following unique technical features not available through other vendors: 
    
    a) Must have high efficiency blowers with ratings at or below .024 KW/h.  
     
    This type of equipment is used 24/7; therefore high efficiency blowers with ratings at or below .024 KW/h are paramount. Allentown uses brushless high efficiency motors which exceeds these requirements.
    
    b) Acoustic testing on air blowers which are located withinclose proximity to the animals must meet or have lower values than 20 dBa.
    
    Animals to be housed in these type of units are very sensitive to noise; acoustic testing on air supply blowers that are located within close proximity to the animals must have values that meet or are lower than 20 dbA. Noise and vibration have a huge impact on rodent housing; thus acquiring low dba equipment reduces this impact.
    
    c) Must have a HEPA filter replacement indicator that is based on filter loading, NOT runninghour timer. 
    
    HEPA filters are extremely expensive to replace and we require the HEPA filter to be used to its full potential. The HEPA filter replacement indicator technology in the units must be based on filter load and not by an hourly timer. The technology on the equipment proposed is based on filter load which will greatly reduce our costs on filter replacement. 
    
    d) Must have cage lock indicators that only flag the location of a cage that is not docked correctly; cage lock indicators that display flags when the cage space is left vacant are not acceptable.
    
    Ensuring that air supply to the cages is appropriate depends on the cage being docked properly.  Cage lock indicators that will only exhibit or flag the location of a cage that is not docked correctly must be available. A cage lock indicator that exhibits a flag when the cage space is left vacant is undesirable, because staff waste large amounts of time checking flagged space when no problem exists.
    
    e) Must be compatible with racks that fit our bottle and cage washer equipment.
    
    The proposed equipment is compatible with the racks that fit our bottle and cage washer equipment. There are only two types of equipment which our bottle and cage washing equipment are templated for and this is one of them.  These templated racks are used many times per day and allow the user to easily load and unload washers and reload supplies with ease.
    
    The cage washers currently in use are: 
    - Steris Basil 4700 cage washer with Ancare Corp. custom stainless rack template for cages from Techniplast (140 square inches, 75 square inches)
    - Allentown polysulfone (142 square inches, 77.5 square inches)
    
    The bottle washer currently in use is:
    - Steris Reliance 450 with Ancare Corp. stainless bottle racks templated for the Techniplast 300ml bottle and the Allentown 250ml and 350 ml water bottle
    
    f) Rat cages must provide a minimum of 142 square inches and mouse cages should provide a minimum of 77.5 square inches.
    
    Maximum internal cage space must be provided for the rodents. Animal health and well-being are directly related to living space.
    
    6. Government Contracts Regulations Exception
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - “only one company is capable of performing the work”.
    
    7. Exclusions and/or Limited Tendering Reasons 
    
    The following exclusions and/or limited tendering reasons are invoked under the: 
    - Agreement on Internal Trade (AIT) - Articles506.12(b)
    - North American Free Trade Agreement (NAFTA) - Article 1016.2(b)
    
    8. Period of the proposed contract or delivery date 
    
    - The equipment must be delivered on or before March 31, 2017 
    
    9. Name and address of the pre-identified supplier 
    
    Allentown Caging
    165 Route 526 
    Allentown, NJ
    08501 USA
    
    10. 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.
    
    11. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is December 20, 2016 at 2:00 p.m. EST.  
    
    12. Inquiries and submission of statements of capabilities 
    
    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:

    • Exclusive Rights

    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
    Shannahan, Cassandra
    Phone
    (819) 420-1068 ( )
    Address
    11 Laurier St./ 11 rue, Laurier
    6B1, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    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
    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.

    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: