Characterisation of gaseous and particulate emissions from
military activities

Solicitation number EE010-141030

Publication date

Closing date and time 2014/01/27 14:00 EST

Last amendment date


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    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: 
    Centre de recherche industrielle du Québec
    333, rue Franquet
    Sainte-Foy Quebec
    Canada
    G1P4C7
    Nature of Requirements: 
    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
    Defence Research and Development Canada Valcartier requires
    services to sample and characterize gaseous and particulates
    emissions from military activities. 
    
    The measurement of the emissions generated by the live-firing
    and the demilitarization activities in ambient air is a real
    analytical challenge. The main three restrictive factors that
    have to be considered are the difficulty to sample close to the
    emission source due to the vibrations and the shock wave created
    by the firing, the rapid diffusion of the emissions in ambient
    air, which is affected by the variation in the atmospheric
    conditions, and the low concentration of chemical species that
    have to be detected. Moreover, the important quantity of
    different chemicals emitted by these firings requires a large
    variety of analytical techniques that could complicate the
    analytical work in the project. 
    
    This work implies carrying out three types of trials which will
    require to develop new gas and particles sampling methods, the
    procurement and the adjustment of the sampling material and the
    related equipment needed, the analytical apparatus, the
    expertise and the knowledge required to perform the analysis and
    the complete evaluation of all the emitted substances
    (combustion gases, volatile organic compounds, semi-volatile
    organic compounds, inorganic particles and energetic materials
    (RDX, TNT, HMX, DNT)).
    
    The objectives of this project are to sample and characterize
    the gaseous and particulate emissions resulting from military
    activities (training and demilitarization activities) through
    the following three trials that will be held at different
    locations and times: 
    
    The gas and particles emitted in the atmosphere during the
    demilitarization process of pyrotechnic items; 
    The gas emitted at the three gunners' positions around a 105-mm
    Howitzer to verify the human health risk exposure;
    The emissions generated by a usual explosive formulation
    compared to a formulation considered greener, i.e. less
    polluting.
    
    3.	Criteria for assessment of the Statement of Capabilities
    (Minimum Essential Requirements)
    To carry out this work on characterization of gas and particles
    from military activities (see technical specifications), any
    interested supplier must show with a statement of capabilities
    that he satisfies the following requirements: 
    
    An existing capacity to develop protocols and sampling methods
    of gas and particle emissions from military activities
    considering the associated difficulties; 
    An existing field capability for the quantification and the
    identification of energetic materials such as TNT, HMX, RDX and
    the ingredients inside propellant formulations, including their
    degradation products;
    An existing capacity concerning the decomposition, degradation
    and transformation methods of these compounds; 
    The supplier must have the specialised expertise and a gas
    analysis laboratory including the following equipment: a ICP-AES
    for the particles, a LC/MS/MS (Q-TOF), a LC-UV, a GC/MS, a
    GC/FID and ECD, a FT-IR-PAS and a FT-IR with MCT detector
    (Gasmet) and a Jérôme analyser for the gaseous mercury and the
    H2S;
    The capacity to reach the experimental site and perform the
    sampling with a 24 hour notice from the Technical Authority.
    
    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
    
    To our knowledge, Centre de recherche industrielle du Québec
    (CRIQ) is the only firm that meets the criteria in Section 3,
    Criteria for assessment of the Statement of Capabilities, of
    this document.
    
    6.	Government Contracts Regulations Exception
    
    Exception 6(d) of the Government Contracts Regulations has been
    invoked for this requirement, since only one firm is able to
    meet the contract requirements.
    	
    7.	Exclusions and/or Limited Tendering Reasons
    The following exclusions and/or limited tendering reasons are
    invoked under the : 
    -Agreement on Internal Trade (AIT) - Article 506.12b
    -North American Free Trade Agreement (NAFTA) - Article 1016.2b 
    
    8.	Period of the proposed contract or delivery date
    
    The proposed contract is for a period from the award to March
    31st, 2014. 
    
    
    9.	Name and address of the pre-identified supplier
    
    Centre de recherche industrielle du Québec (CRIQ)
    333, rue Franquet
    Sainte-Foy (Québec)  G1P 4C7
    
    10.	Suppliers' right to submit a statement of capabilities
    Suppliers who consider themselves fully qualified and available
    to provide the 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.
    
    11.	Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of
    capabilities is  January 27, 2014 at 2:00 p.m. EST.
    
    12.	Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    
    Josée Roy
    Supply Officer
    1550, avenue D'Estimauville, Québec (QC)
    G1J 0C7
    Téléphone : 	418 649-2932
    Télécopieur : 	418 648-2209
    Courriel : 	Josee.Roy@tpsgc-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

    • 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)

    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
    Roy, Josée
    Phone
    (418) 649-2932 ( )
    Fax
    (418) 648-2209
    Address
    601-1550, Avenue d'Estimauville
    Québec
    Québec, Québec, G1J 0C7

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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
    Quebec (except 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: