True Three Phase Field Testing Analyzer

Solicitation number U6322-164861/A

Publication date

Closing date and time 2016/12/01 14:00 EST


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Power Source Instruments Inc.
    1111 Burns Street East, Unit 1
    Whitby Ontario
    Canada
    L1N6A6
    Nature of Requirements: 
    
    True Three Phase Field Testing Analyzer 
    U6322-164861/A
    
    
    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 
    
    Measurement Canada has a requirement for the supply and delivery of four (4) 3-series Powermaster (3302) on or before March 17, 2017. 
    Measurement Canada's field test installations are designed to accept specific connection interfaces.  A critical component to MC's measurement is the input of correction factors for increased accuracy.
    
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    The True Three Phase Field Testing Analyzer must meet the following mandatory specifications:
    
    General Specifications
    - Accuracy Class of +/- 0.05%or greater (Direct Current Channels)
    - Operating Temperature: -20 deg C to 50 deg C
    - Storage Temperature: -30 deg C to 60 deg C
    - Humidity: 0 to 90% or greater, non-condensing
    - Dimensions: 245 mm x 157 mm x 51 mm or less
    - Weight: 3.5 lbs orless excluding cables
    - Must include a set of 3 MN114 Clamp on Current Probes (0.1-10A, 600V).
    - Must include 4x CAT III (1000V) Fused Voltage Leads.
    - Must include 3x Duck Bill Probes.
    - Must include Magnetic Infrared Detector for pulse pick up.
    - Must include manual push button.
    - Must include communication wiring (USB) and Meter Site Manager Database software.
    - Must include Power Adapter and case.
    - Must include safety rating CAT-IV-600V
    
    Display / Software Specifications
    - 5.7 inch display or greater
    - Full colour, transmissive, LED backlit 640 x 480 display
    - Windows based operating system
    - Display complete vector diagrams (Colour Plot)
    - Display % registration of customer load meter test results per measurement function
    - Display individual waveforms, for voltage, current, power (Plot)
    - Display complete CT Burden Results in form of Accuracy
    - Parallelograms per phase, including ratio and phase error's
    - Display complete Harmonic Analysis Results (Plot)
    - Display demand test data results
    - Simultaneously display complete site analysis summary including vector diagram (plot), waveforms (plot), harmonic analysis (plot) and customer load test date
    - Programmed with all Canadian (MC Standard) Meter Drawings 
    
    Technical Specifications
    - Voltage Inputs
    - 4 inputs/ channels
    - Measures 20 mv to 600 volts (rms) with a resolution of 0.5% or better
    - All four voltage leads must be fused with a CAT III (1000 V) rating and connect via a multi pin connector
    
    Current Inputs
    - 3 direct inputs / channels
    - Measure from 0.1 to 20 amps and an accuracy of 0.05% of reading or better. 
    - 6 probe set inputs / channels to accept clamp on probes, flex probes and amp lite wire probs. - Connection via multi pin connectors.
    
    Frequency
    - Mustmaintain specified accuracy when measuring a system frequency between 45 and 65 Hz.
    
    Energy Measurements
    - Must be capable of providing measurements of watt hours (wh's), volt amp hours (vah's) and Volt amp reactance hours (varh's).
    - Measurements must be user selectable.
    
    Power Measurements
    - Must be capable of providing measurements of watts (w), volt amps (va), and volt amp reactance (var).
    - Measurements must be user selectable.
    
    Burden Testing
    - Must apply and measure the effects on the CT's secondary output accuracy, when additional burdens (resistances) are applied to the CT.
    - Required burdens to be applied are 0.1 ohms, 0.3 ohms, 0.5 ohm, 1.0 ohms, 2.0 ohms, and 4.0 ohms.
    
    Ratio Testing
    - Must conduct ratio and phase angle tests between actual primary and secondary currents to an accuracy of 0.2% or greater
    
    Phase Angle
    - Must measure a phase angle of 0 to 360 degrees with an accuracy of 0.01 degrees or better.
    
    Power Factor
    - Measures power factor from -1.00to +1.00 with an accuracyof 0.001 or better.
    
    Harmonic Analysis
    - Measures up to the 20th Harmonic.
    - Must measure THD, Total Harmonic Distortion.
    
    Memory
    - Must store a minimum of 150 individual sites in non-volatile memory.
    
    Auxiliary Power
    - Minimum range of 120 volts to 240 volts or greater.
    - Must have a built in charging unit.
    
    4. Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreement(s):
    a. Agreement on Internal Trade (AIT); and
    b. North American Free Trade Agreement (NAFTA)
    
    5. Justification for the Pre-Identified Supplier 
    To the best of MC’s knowledge, Power Source Instruments Inc. is the only known supplier who meets the mandatory technical specifications.  For this reason, it is proposed to negotiate directly with them for this requirement. 
    
    6. Government Contracts Regulations Exception(s) 
    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 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:  
    Agreement on Internal Trade (AIT) - Article 506.12 (a), to ensure compatibility with existing products, to recognize exclusive rights, such as exclusive licences, copyright and patent rights, or to maintain specialized products that must be maintained by the manufacturer or its representative; and 
    
    NorthAmerican Free Trade Agreement (NAFTA) - Article1016 (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; and 
    
    8. Period of the proposed contract or delivery date 
    The product must be delivered on or before February 24, 2017.
    
    9. Cost estimate of the proposed contract 
    The estimated value of the contract is $88,480.00 (GST/HST extra). 
    
    10. Name and address of the pre-identified supplier 
    Power Source Instruments Inc. 
    1111 Burns Street East, Unit 1 
    Whitby, Ontario, L1N 6A6
    Canada 
    
    11. 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.
    
    12. Closing datefor a submission of a statement of capabilities 
    The closing date and time for accepting statements of capabilities is December 01 2016 at 2:00 p.m. EST. 
    
    13. Inquiries and submission of statements of capabilities are to be directed to:
    Inquiries and statements of capabilities are to be directed to: 
    Shannon Brewster
    Supply Specialist
    33 City Centre Drive
    Mississauga, ON L5N 3C2 
    Telephone: 905-615-2028
    E-mail:  shannon.brewster@pwgsc-tpsgc.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)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights

    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
    Brewster, Shannon
    Phone
    (905) 615-2028 ( )
    Fax
    (905) 615-2060
    Address
    Ontario Region
    33 City Centre Drive
    Suite 480
    Mississauga, Ontario, L5B 2N5

    Buying organization(s)

    Organization
    Industry 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
    Ontario (except NCR)
    Procurement method
    Non-Competitive
    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: