CRYOGENIC MACHINING SYSTEM

Solicitation number 31184-123950/A

Publication date

Closing date and time 2013/01/15 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: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    AIR PRODUCTS AND CHEMICALS, INC.
    7201 Hamilton Blvd
    Allentown Pennsylvania
    United States
    18195
    Nature of Requirements: 
    CRYOGENIC MACHINING SYSTEM
    
    31184-123950/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.  National Research Council Canada (NRC), has a requirement
    for the supply, installation, training, and manuals for one (1)
    Cryogenic Machine system and associated accessories. It is
    intended to negotiate with Air Products for the supply,
    installation, training and manuals for the equipment identified
    below:
     
             a. One (1) Cryogenic Machining System Model 2000
             b. One (1) Piece ½ ID X4FT length flexible vac
             c. One (1) Drager Pointguard Wall Mounted
    
    3. Minimum Essential Requirements
     
        Any interested supplier must demonstrate by way of a
    statement of capabilities that its                              
      Cryogenic Machine system and associated accessories meet the
    following requirements:
     
    a.	The Cryogenic system should be easily and inexpensively
    retrofitted to any existing machining 		centre, using standard
    tooling / inserts.
    
    b.	The lengths of the hose from the control unit to the working
    area should be long 
    	enough (at least 15' long) to suit the implementation of the
    system on the machining centers at the 	NRC Aerospace
    Manufacturing Facility. Additionally, it should be properly
    insulated to avoid any 		transformation of LiN prior to cutting
    area. 
    
    c.	The length of the vacuum jacketed flexile hose from the LiN
    tank to the control cabinet should be 		at least 3' long.
    	
    d.	The electrical power source for the motor and the controller
    should be 120 VAC, 50/60                          	Hz, three
    phases or single phase.
    
    e.	The control cabinet should include the software interface for
    flow control.
    
    f.	A remote control box should be provided to allow the
    operation of the control cabinet from the 		work area.
    
    g.	The control panel should include the display of LiN flow rate
    and/or pressure. 
    
    h.	LiN operating pressure range: 70-130 psi. 
    
    i.	LiN maximum circuit pressure: 230 psi.
    
    j.	LiN operating flow range: 1-3 lbs/min.
    
    k.	LiN maximum flow rate: 3 lbs/min.
    
    
    
           
           
    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 
     
            Air Products was selected to supply the cryogenic
    equipment as they are the only supplier capable of 	        
    providing retrofitable LinN cryogenic cooling for machining
    processes.  Air Products is also the only             supplier
    to have developed a portfolio of patents related to cryogenic
    machining of metals,                         non-metals,
    cryogenic cooling and processing applications and the delivery
    of cryogen to machining,          cooling and/or processing
    applications.
    	
    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 (b) where there is an absence of
    competition for technical reasons and   the goods        or
    services can be supplied only by a particular supplier and no
    alternative or substitute exists;
    
            North American Free Trade Agreement
            NAFTA 1016.2 (b) where, for works of art, or for reasons
    connected with the protection of patents,             copyrights
    or other exclusive rights, or proprietary information or where
    there is an absence of                     competition for
    technical reasons, the goods or services can be supplied only by
    a particular supplier          and no reasonable alternative or
    substitute exists.
    
    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 by 31 March, 2013. 
     
    10.    A cost estimate of the proposed contract. 
     
            The estimated value of the contract is $31,274.79CDN
    (GST/HST included).
     
    11.   Name and address of the pre-identified supplier:
     
            Name: Air Products and Chemicals, INC.       
            Address: Allentown, PA
     
    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 15 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 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
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.