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)
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
- Martins, Christina
- Phone
- (819) 956-6911 ( )
- Fax
- (819) 956-3814
- Address
-
11 Laurier St./ 11 rue, Laurier
6B1, Place du PortageGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Natural Resources Canada
- Address
-
580 Booth StOttawa, Ontario, K1A 0E4Canada
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.