DMM-230A DEKATI MASS MONITOR
Solicitation number K8A21-120058/A
Publication date
Closing date and time 2012/07/20 14:00 EDT
Description
Trade Agreement: NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA 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: Particle Instruments LLC PO Box 270393 Vadnais Heights Minnesota United States 55127 Nature of Requirements: DMM-230A DEKATI MASS MONITOR K8A21-120058/A Buller, Julie Telephone No. - (819) 956-7365 An ACAN is a public notice indicating to the supplier community t at a department or agency intends to award a contract for goods, ervices or construction to a pre-identified supplier, thereby all wing other suppliers to signal their interest in bidding, by subm tting a statement of capabilities. If no supplier submits a stat ment of capabilities that meets the requirements set out in the A AN, on or before the closing date stated in the ACAN, the contrac ing officer may then proceed with the award to the pre-identified supplier. 1) Definition of Requirement Environment Canada's Emissions Research and Measurement Section ( RMS) has a requirement for an exhaust sampling and particle mass onitor (PM) to determine/ measure combustion generated exhaust pa ticle mass concentration from various vehicle chassis/engines. It is intended to negotiate with Particle Instruments, LLC for th supply of a particle monitor which addresses all ERMS performanc and technical requirements for this system. 2) Criteria for Assessment of the Statement of Capabilities The PM must have a time resolution of one second or less ( < 1 se ) to measure exhaust particles and allow real time data capture o emissions from pre-programmed vehicle/engine drive cycle testing which engine speed changes on a second to second basis. Addition lly, as current ERMS PM inventories all measure particle paramete s in one second or less time resolutions, the requirement is crit cal to ensure data interchangeability, integration and compatibil ty with all existing ERMS PM monitoring systems. The PM must be capable of measuring particles ranging from one (1 nanometer to one (1) micrometer (particle range of interest for he ERMS) and must have a mass concentration measurement capabilit range of one (1) microgram/m3 to 1000 micrograms/m3 allowing for emissions measurement both before and after emission control devi es. 3) Applicability of the trade agreement(s) to the procurement This procurement is subject to the following trade agreement(s): Agreement on Internal Trade (AIT) North American Free Trade Agreement (NAFTA) 4) Set-aside under the Procurement Strategy for Aboriginal Busin ss Not Applicable. 5) Comprehensive Land Claims Agreement(s) Not Applcable. 6) Justification for the Pre-Identified Supplier Particle Instruments, LLC is the exclusive Canadian distributor o the Dekati Mass Monitor which operates with unique features as i entified in the "Minimum Essential Requirements" above. Canada h s confirmed the functionality of the proposed system as meeting a l the operational and technical requirements of the Department f Environment Canada for the particle mass monitor. 7) Government Contracts Regulations Exception(s) 10.2 Exceptions 10.2.1 Section 6 of the Government Contracts Regu ations contains four exceptions that permit the contracting autho ity to set aside the requirement to solicit bids. These are: a.the need is one of pressing emergency in which delay would be i jurious to the public interest; b.the estimated expenditure does not exceed $25,000, $100,000, wh re the contract is for the acquisition of architectural, engineer ng and other services required in respect of the planning, design preparation or supervision of the construction, repair, renovati n or restoration of a work, or $100,000 where the contract is to e entered into by the member of the Queen's Privy Council for Can da responsible for the Canadian International Development Agency and is for the acquisition of architectural, engineering or other services required in respect of the planning, design, preparation or supervision of an international development assistance progra or project; c.the nature of the work is such that it would not be in the publ c interest to solicit bids; or d.only one person or firm is capable of performing the contract. The following exception to the Government Contracts Regulations i invoked for this procurement under subsection 10.2 Section 6(d) "only one person is capable of performing the work". 8) Exclusions and/or Limited Tendering Reasons The following exclusion(s) and/or limited tendering reasons are i voked under the section of the trade agreement(s) specified: Agreement on Internal Trade AIT Article 506 12. b. where there is an absence of competition f r technical reasons and the goods or services can be supplied onl by a particular supplier and no alternative or substitute exists World Trade Organization - Agreement on Government Procurement WTO Article XV, 1(b) when, for works of art or for reasons connec ed with protection of exclusive rights, such as patents or copyri hts, or in the absence of competition for technical reasons, the roducts or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists; North American Free Trade Agreement NAFTA 1016: 2.(b) where, for works of art, or for reasons connect d with the protection of patents, copyrights or other exclusive r ghts, or proprietary information or where there is an absence of ompetition for technical reasons, the goods or services can be su plied only by a particular supplier and no reasonable alternative or substitute exists; 9) Ownership of Intellectual Property Ownership of any Foreground Intellectual Property arising out of he proposed contract will vest in the Contractor. 10) The period of the proposed contract or the delivery date(s). The system must be delivered by September 28, 2012. 11) A cost estimate of the proposed contract. The estimated value of the contract is $61,735.12 (CAD). 12) Name and address of the pre-identified supplier: Name: Particle Instruments, LLC Address: Vadnals Heights, Minnesota 55127, USA 13) Suppliers' right to submit a statement of capabilities Suppliers who consider themselves fully qualified and available t provide the goods, services or construction services described i the ACAN, may submit a statement of capabilities in writing to t e contact person identified in this notice on or before the closi g date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. 14) The closing date for a submission of a statement of capabili ies. The closing date and time for accepting statements of capabilitie is 16 July 2012 at 2:00 p.m. EST. Delivery Date: Above-mentioned You are hereby notified that the government intends to negotiate ith one firm only as identified above. Should you have any questi ns concerning this requirement, contact the contracting officer i entified above. An Advance Contract Award Notice (ACAN) allows departments and ag ncies to post a notice, for no less than fifteen (15) calendar da s, indicating to the supplier community that it intends to award good, service or construction contract to a pre-identified contr ctor. If no other supplier submits, on or before the closing date a Statement of Capabilities that meets the requirements set out n the ACAN, the contracting authority may then proceed with the a ard. However, should a Statement of Capabilities be found to mee the requirements set out in the ACAN, then the contracting autho ity will proceed to a full tendering process. Suppliers who consider themselves fully qualified and available t provide the services/goods described herein, may submit a statem nt of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The sta ement of capabilities must clearly demonstrate how the supplier m ets the advertised requirements. The PWGSC file number, the contracting officer's name and the clo ing date of the ACAN must appear on the outside of the envelope i block letters or, in the case of a facsimile transmission, on th covering page. The Crown retains the right to negotiate with suppliers on any pr curement. Documents may be submitted in either official language of Canada.
Contract duration
Refer to the description above for full details.
Trade agreements
-
Agreement on Internal Trade (AIT)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Buller, Julie
- Phone
- (819) 956-7365 ( )
- Fax
- (819) 956-3814
- Address
-
11 Laurier St./ 11 rue, Laurier
6B1, Place du PortageGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Environment Canada