Portable Emissions Measurement Systems

Solicitation number K8A21-190144/A

Publication date

Closing date and time 2018/09/25 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Portable Emissions Measurement Systems
    
    K8A21-190144/A
    Courteau, Robert
    Telephone No. - (819) 420-5322
    Fax No. - (819) 956-3814
    
    
    Environment and Climate Change Canada (ECCC) has a requirement for the supply of three (3) different and separate emission measurement systems, whereby each system must individually meet all of the mandatory technical requirements as specified below. Bidders are free to bid on one (1), two (2) or all three (3) systems and may apply grouping discounts to multi-system bids. The three systems are as follows:
    
    System 1: Portable Emission Measurement System and Parts
    Environment and Climate Change Canada’s (ECCC) Emissions Research and Measurement Section have the requirement under the Canadian Environmental Protection Act for the supply, commissioning, training, and manuals for one (1) Portable Emissions Measurement System (PEMS) including associated accessories to enable exhaust emission measurements of vehicles during real-world operation. This comprehensive system shall be composed of specialized analyzers to measure the pollutants listed below, a high speed exhaust flow meter, data acquisition, analysis, and reporting system, power control components, all designed to operate under the rigors of a real world test environment. As this testing is being performed to support the regulatory commitments of CEPA it is paramount that the instrumentation meets technical and reliability requirements and whose results are accepted by industry. 
    
    System 2: Exhaust Flow Measurement System for Large Displacement Engines
    Environment and Climate Change Canada’s (ECCC) Emissions Research and Measurement Section have the requirement under the Canadian Environmental Protection Act for the supply, commissioning, training, and manuals for one (1) stand-alone exhaust flow measurement system that would be used to accurately measure the volumetric and mass flow rate of raw exhaust from large displacement engines.  The instrument must be designed to connect to exhaust of a vehicle and include data acquisition software to measure, and record the volumetric and mass exhaust gas flow rate. Instrument reliability and accuracy are imperative because the instrument will be used for:
    a) Emissions testing to support regulatory commitments of CEPA;
    b) Providing flow measurements for other exhaust speciation equipment at ERMS;
    c) Validating and comparing exhaust flow between PEMS systems
    
    System 3: Real-Time Portable Soot Sensor
    Environment and Climate Change Canada’s (ECCC) Emissions Research and Measurement Section (ERMS) have the requirement under the Canadian Environmental Protection Act for the supply, commissioning, training, and manuals for one (1) portable emissions measurement system that would be used to measure the raw soot and particulate matter mass concentration from raw vehicle exhaust.  The instrument must be designed to connect to exhaust of a vehicle and include data acquisition software to measure and record the mass concentration of particles according to the principles outlined in the US EPA Code of Federal Regulations Title 40, Chapter I, Subchapter U, Part §1065.915. Instrument reliability and accuracy are imperative because the instrument will be used for:
    a) Emissions testing to support regulatory commitments of CEPA;
    b) Validating and comparing particulate matter measurements between PEMS systems, field equipment, and test cells;
    c) Measuring particulate matter from vehicles to support ERMS research activities in a variety of combustion industry settings including on-road and off-road heavy-duty engines, advanced light-duty vehicles, and marine vessels
    
    Delivery Date: Above-mentioned
    
    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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • 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
    Courteau, Robert
    Phone
    (819) 420-5322 ( )
    Email
    robert.courteau@tpsgc-pwgsc.gc.ca
    Fax
    (819) 956-3814
    Address
    11 Laurier St./ 11 rue, Laurier
    6A2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Environment Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    002
    French
    2
    002
    English
    14
    001
    French
    2
    001
    English
    12
    000
    French
    0
    000
    English
    40

    Access the Getting started page for details on how to bid, and more.

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price
    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: