ABI FULL WAVEFORM ACCOUS. TELEVIEW.

Solicitation number 23240-130315/A

Publication date

Closing date and time 2013/01/04 14:00 EST


    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: Interchangeable Parts
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Terraplus Inc.
    52 West Beaver Creek Rd.
    Unit 12
    Richmond Hill Ontario
    Canada
    L4B1L9
    Nature of Requirements: 
    ABI FULL WAVEFORM ACCOUS. TELEVIEW.
    
    23240-130315/A
    Martins, Christina
    Telephone No. - (819) 956-6911 
    Fax No. - (819) 956-3814
    
    1)      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)      Natural Resources Canada, has a requirement for the
    supply of one (1) Full Waveform Acoustic Televiewer, one (1)
    Optical Televiewer, one (1) deviation  module for WellCAD and a
    WellCAD upgrade from v4.3 to v4.4.  It is intended to negotiate
    with Terraplus Inc. for the following :
     
    a.      OL40-ABI Full Waveform Acoustic Televiewer, Qty 1
    b.      OL40-OBI Optical Televiewer, Qty 1
    c       WellCAD Upgrade from v4.3 to v4.4, Qty 1
    d.      Deviation Module for WellCAD, Qty 1
     
    3)      Minimum Essential Requirements
     
            Any interested supplier must demonstrate by way of a
    statement of capabilities that its Imaging Probes must meet the
    following requirements:
     
            The full waveform acoustic televiewer must:
     
             - Be compatible with a Mount Sopris Instruments (MSI)
    Matrix logging system and stackable with 		other MSI logging
    tools
             - Include an MSI single conductor probe top pressure
    barrier
             - Contain an orientation system with 3 accelerometers
    for inclination (+/- 0.5 degree) and a 3-axis 		magnetometer for
    azimuthal measurements       (+/- 1.0 degree)
             - Operate at 1.4 MHz with automatic gain control (AGC)
    and user defined sample/revolution and 		rotation rates
             - Be capable of performing complex data processing of
    the ultrasonic wavetrain in real time during 		logging, using
    A/D conversion (14 bit @ 10MHz or comparable) directly coupled
    to a DSP 			processor (FAST 75 Mops or comparable)
             - Be capable of recording the full waveform
             - Have a caliper resolution of  0.1 mm or better
             - Have a multi-echo mode to allow for acoustic
    measurements through plastic pipes
             - Be capable of a minimum resolution of 270 points per
    revolution at a 2 mm sampling interval
             -  tool dimensions cannot exceed 40 mm diameter, 1.6 m
    length
             - Operate within a fluid temperature range of 0 - 70 C
    and pressure range of up to 3000 psi
             - Operate within boreholes of 2 - 20" in diameter
     
            The optical televiewer must:
     
             - Be compatible with a Mount Sopris Instruments (MSI)
    Matrix logging system and stackable with                  other
    MSI logging tools
             - Include an MSI single conductor probe top pressure
    barrier
             - Contain an orientation system with 3 accelerometers
    for inclination (+/- 0.5 degree) and a 3-axis                
    magnetometer for azimuthal measurements      (+/- 1.0 degree)
             - Contain a DSP-based digital camera with 24 bit RGB
    value
             - Have user adjustable aperture, shutter, and light
    settings
             - Have an azimuthal resolution of up to 720
    pixels/revolution
             - Have a user configurable vertical resolution of
    better than 0.5 mm
             - Tool dimensions cannot exceed 40 mm diameter, 1.2 m
    length
             - Operate within a fluid temperature range of 0 - 50 C
    and pressure range of up to 3000 psi
             - Operate within boreholes of 2 - 20" in diameter
     
            WellCAD:
     
            - Supply upgrade from WellCAD V4.3 to V4.4
            - Supply WellCAD deviation module with activation code
     
    4.     Applicability of the trade agreement(s) 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 
     
            In 2008, the GSC made a one-time capital expenditure on
    a borehole logging system manufactured            by Mount
    Sopris Instruments (MSI) of Boulder, Colorado.  At the time, the
    GSC already owned a                 sophisticated probe (Full
    Waveform Sonic Tool) which was compatible with the MSI logging
    system            purchased.   Natural Resources Canada requires
    two (2) additional interchangeable logging tools for         
    research purposes which will be run exclusively on this system.
            Logistically, it is important that a borehole logging
    system be able to support many probes with only             one
    downhole winch.  
     
            Natural Resources Canada wishes to direct this
    requirement to Terraplus Inc, in Richmond Hill, ON,           as
    they are the sole distributor in Canada authorized to sell and
    support/repair the equipment built by         MSI.  
     
    6.     Government Contracts Regulations Exception(s)
     
            10.2 Exceptions 10.2.1 Section 6 of the Government
    Contracts Regulations contains four exceptions           that
    permit the contracting authority to set   aside the requirement
    to solicit bids. 
            
            These are:
     
            a.the need is one of pressing emergency in which delay
    would be injurious to the public interest;
     
            b.the estimated expenditure does not exceed $25,000,
    $100,000, where the contract is for the                      
    acquisition of architectural, engineering and other        
    services required in respect of the planning,            
    design, preparation or supervision of the construction, repair,
    renovation or restoration of a work,               or $100,000
    where the contract is to be entered into by the member of the
    Queen's Privy Council for           Canada 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 program or project;
     
           c.the nature of the work is such that it would not be in
    the public 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 is invoked for this procurement               under
    subsection 10.2 Section 6(d) - "only one   person is capable of
    performing the work".
     
    7.     Exclusions and/or Limited Tendering Reasons 
     
            The following exclusion(s) and/or limited tendering
    reasons are invoked under the section of the                 
    trade agreement(s) specified:
     
            Agreement on Internal Trade
            AIT Article 506.12(a): To ensure compatibility with
    existing products, to recognize exclusiverights,               
    such as exclusive licesnses, copyright and   patent rights, or
    to maintain specialized products that               must be
    maintained by the manufacturer or its representative.
     
            North American Free Trade Agreement
            NAFTA 1016.2(d): for additional deliveries by the
    original supplier that are intended either as                   
       replacement parts or continuing services for existing   
    supplies, services or installations, or as the             
    extension of existing supplies, services or installations, where
    a change of supplier would compel                the entity to
    procure equipment or services not meeting requirements of
    interchangeability with                    already existing
    equipment or services, including software to the extent that the
    initial procurement of          the software was covered by this
    Chapter;
     
    8.     Ownership of Intellectual Property.
     
            Ownership of any Foreground Intellectual Property
    arising out of the proposed contract will vest in the        
    Contractor.
     
    9.     The period of the proposed contract or the delivery date.
     
            Delivery must be received on or before 31 March, 2013. 
     
    10.    A cost estimate of the proposed contract. 
     
            The estimated value of the contract is $80,766.80US.
     
    11.   Name and address of the pre-identified supplier:
     
            Name: Terraplus Inc.    
            Address: Richmond Hill, Ontario
     
    12.   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.
     
    13.   The closing date for a submission of a statement of
    capabilities. 
     
            The closing date and time for accepting statements of
    capabilities is 4 January, 2013 at 2:00 p.m.               EST.
     
    
    
    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

    • 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
    Martins, Christina
    Phone
    (819) 956-6911 ( )
    Fax
    (819) 956-3814
    Address
    11 Laurier St./ 11 rue, Laurier
    6B1, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Natural Resources Canada
    Address
    580 Booth St
    Ottawa, Ontario, K1A 0E4
    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: