PFA-1064D PORTABLE FUEL ANALYZER

Solicitation number K8A21-130052/A

Publication date

Closing date and time 2013/07/26 17:00 EDT

Last amendment date


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Real-Time Analyzers, Inc.
    362 Industrial Park Road (#8)
    Middletown Connecticut
    United States
    06457
    Nature of Requirements: 
    PFA-1064D PORTABLE FUEL ANALYZER
    
    K8A21-130052/A
    Walton, Mark
    Telephone No. - 819-956-3813 
    Fax No. - 819-956-3814
    E-mail: mark.walton@tpsgc-pwgsc.gc.ca
    
    This amendment is issued to add the closing date at item 15,
    which was omitted from the original ACAN. All other terms and
    conditions of the original ACAN remain unchanged, including the
    closing date and time.
    
    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 requirement
    The Department of the Environment Canada (EC) has a requirement
    for the supply of quantity one (1) each of Real-Time Analyzers
    model PFA-1064D portable fuel analyzer. The equipment must meet
    all the essential requirements set out at article 3 of this ACAN.
    
    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 equipment meets the following
    requirements:
    Ability to measure, in a single unit, both cloud point and
    sulfur content of diesel fuel and jet fuel.
    
    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. Set-aside under the Procurement Strategy for Aboriginal
    Business
    Not applicable
    
    6. Comprehensive Land Claims Agreements
    Not applicable
    
    7. Justification for the Pre-Identified Supplier
    This analyzer is necessary for EC's Air Quality Research
    Division to conduct measurements of cloud point and sulfur
    content of diesel fuel and jet fuel. EC's mandate is to ensure
    compliance with the Canadian Environmental Protection Act (CEPA)
    and Regulations, specifically Part 7 Division 5, which is
    available at
    http://www.ec.gc.ca/lcpe-cepa/default.asp?lang=En&n=24374285-1&of
    fset=8&toc=show#e
    The CEPA vehicle and engine regulations are harmonized with the
    U.S. Environmental Protection Agency (EPA) Code of Federal
    Regulations (CFR) which has specifications for fuel
    requirements. Although many portable analyzers can measure for
    some of the compounds required by the CFR , EC is looking
    specifically for Sulphur and Cloud Point as these are two
    parameters which, if they are at the wrong level, can be
    damaging to the vehicle. Too high a sulfur content could plug up
    and inactivate emissions control devices, and a cloud point at
    the wrong level will cause the fuel to gel in the vehicle fuel
    system at colder temperatures.
    After reviewing several different analyzers, EC found this to be
    the only one capable of doing both measurements in one unit.
    Real-Time Analyzers is the original equipment manufacturer
    (OEM); they do not have value-added resellers.
    
    8. Government Contracts Regulations Exception
    The following exception to the Government Contracts Regulations
    is invoked for this procurement:
    Subsection 6(d) - "Only one person is capable of performing the
    work".
    
    9. Limited Tendering Reasons
    The following limited tendering reasons are invoked under the
    section of the trade agreements specified:
    Agreement on Internal Trade (AIT) - Article 506.12(b)(j)
    North American Free Trade Agreement (NAFTA) - Article 1016.2(b)
    Both reasons relate to exclusive rights.
    
    10. Ownership of Intellectual Property.
    Not applicable
    
    11. Delivery Date
    The equipment must be delivered on or before September 13, 2013.
    
    12. A cost estimate of the proposed contract
    The estimated value of the contract is CAD $55,142.50.
    
    13. Name and address of the pre-identified supplier:
    Name: Real-Time Analyzers
    Address: 362 Industrial Park Road, Middletown, Connecticut USA
    06457; telephone 860-635-9800; fax 860-635-9804; web site
    www.rta.biz 
    
    14. 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.
    
    15. The closing date for a submission of a Statement of
    Capabilities.
    The closing date and time for accepting statements of
    capabilities is Friday, July 26, 2013 at 5:00 p.m. EDT.
    
    16. Inquiries and submission of statements of capabilities
    Inquiries and statements of capabilities are to be directed to:
    Mark Walton
    Supply Officer
    Scientific, Medical, and Photographic Division PV
    11 Laurier Street, Gatineau, Quebec Canada K1A 0S5
    Telephone: 819-956-3813
    Facsimile:  819-956-3814
    E-mail: mark.walton@tpsgc-pwgsc.gc.ca
    Delivery Date: 13/09/2013
    
    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)

    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
    Walton, Mark
    Phone
    (819) 956-3813 ( )
    Fax
    (819) 956-3814
    Address
    11 Laurier St./ 11 rue, Laurier
    6B1, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Environment 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)
    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: