Linear Hydraulic Actuators

Solicitation number 31184-153090/A

Publication date

Closing date and time 2016/04/13 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/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: 
    MTS Systems Corporation
    14000 Technology Drive
    Eden Prairie Minnesota
    United States
    55344
    Nature of Requirements: 
    
    Linear Hydraulic Actuators
    
    31184-153090/A
    Hooper, Marlyn
    Telephone No. - (613) 219-8478 (    )
    
    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
    
    Natural Research Council Canada has a requirement for the supply and installation of six Linear Hydraulic Actuators, two Silent Flow Pumps, Hydraulic system design for the facility, one FlexTest Controller and upgrade the existing system including two (2) years extended warranty. This requirement include an option to extend the warranty for five (5) additional one (1) year periods.
    
    3. Criteria for assessment of the Statement of Capabilities  
    
    Any interested supplier must demonstrate by way of a statement of capabilities that its product/equipment/system (as appropriate) meets the following requirements:
    
    The actuators must operate through MTS central software (S/W) based control unit and integrate seamlessly with the existing MTS hardware (11 actuators), software and electronics.
    
    The actuators must interface with the MTS control unit/software to affect a functioning hydraulic actuator system, integral with the existing MTS hardware (actuators), software and electronics.
    
    Any proposed system must have pre-validated data regarding emergency shutdown of the entire hydraulic system (including functioning integrally with the existing MTS hardware) due to a system emergency or an operator-induced immediate system shutdown. This enables NRC to purchase a system with predictable performance in emergency situations.
    
    Supplier must include a refurbishment of the existing MTS equipment to make the existing legacy MTS equipment function seamlessly with the new equipment being purchased. The primary reason for the refurbishment is to ensure that the warranty provided with the new system also covers the legacy MTS equipment (11 hydraulic actuators, electronics and software) already installed in the facility, so the entire hydraulic system (new and pre-existing) is covered under a single warranty provided by one supplier.
    
    As the supplier must integrate a “legacy” test system with a contemporary test system, knowledge of the IP, the associated hardware of the legacy system and the legacy system operational protocols, is critical to a successful transition to “building” a single integrated test platform to conduct and apply contemporary tests to transportation systems of this current time period.
    
    The technician installing and maintaining the new equipment must be a certified and authorized technician of MTS to perform maintenance work and provide service support. Non MTS certified technicians do not have access to any MTS IP or OEM privileged information or data that would be required to ensure platform compatibility and integration. Further, noncertified MTS technicians may void current warranty/maintenance agreements in place.
    
    The upgrade to the current MTS test system must integrate the current, eleven actuators, pump and hardware inventories with the newly acquired components including actuators, pumps and control systems.  Additionally, the new control system must be integrated with the current control system to ensure a stable and single functioning platform of actuators, pumps and hardware for the entire test facility. 
    
    Due to space constraints, any and all supplied pumps must fit into the pre-allocated space in the Pump-House Building, with minimal modifications to existing hydraulic piping and flange systems. This is mandatory as the upgrade includes a specificnumber of pumps to “drive” the new test system; larger pumps could not be accommodated in the current space and hence the test system would not function as required.
    
    4. Applicability of the trade agreement(s) to the procurement
    
    This procurement issubject to the following trade agreement(s): 
    
    Agreement on Internal Trade (AIT)
    World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    North American Free Trade Agreement (NAFTA)
    
    5. Justification for the Pre-Identified Supplier
    
    The only known supplier of Linear Hydraulic Actuator system meeting all the above required technical specifications is MTS Systems Corporation.  For this reason, it is proposed to negotiate this requirement with MTS Systems Corporation.
    
    6. Exclusions and/or Limited Tendering Reasons
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the:
    
    World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article XV (b)
    Agreement on Internal Trade (AIT) - Article 506 12(b)
    North American Free Trade Agreement (NAFTA) - Article 1016.2(b) 
    
    7. Period of the proposed contract or delivery date
    
    The final delivery of the equipment must be on or before April 30, 2016.
    
    8. Name and address of the pre-identified supplier
    
     MTS Systems Corporation
     14000 Technology Drive
    Eden Prairie, Minnesota
    55344
    United States
     
    9. 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.
    
    10. Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of capabilities is April 13, 2016 at 2:00 p.m. EDST.
    
    11. Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    
    Marlyn Hooper
    Supply Specialist
    Public Works and Government Services Canada 
    Scientific, Medical and Photographic Division - PV 
    Portage III - Floor: 6A2 - Room: 81  
    11 Laurier Street  
    Gatineau, Quebec 
    Canada
    K1A 0S5
     
    Telephone:    613-219-8478
    Facsimile:     819-956-3814
    E-mail:  marlyn.hooper@pwgsc.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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • 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

    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
    Hooper, Marlyn
    Phone
    (613) 219-8478 ( )
    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

    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
    Ontario (except 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: