Light Weight Parallel Air Compressors
Solicitation number K3D57-180526/A
Publication date
Closing date and time 2017/12/14 14:00 EST
Description
Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea Tendering Procedures: Generally only one firm has been invited to bid Non-Competitive Procurement Strategy: Interchangeable Parts Comprehensive Land Claim Agreement: No Vendor Name and Address: SENIOR FLEXONICS CANADA LIMITED 134 NELSON ST.WEST BRAMPTON Ontario Canada L6X1C9 Nature of Requirements: Light Weight Parallel Air Compressors - Miscellaneous Aircraft Accessories and Components K3D57-180526/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 The Department of the Environment and Climate Change (ECCC), Air Quality Research Division (AQRD), Toronto Ontario has a requirement for the supply and delivery of two (2) Aerospace Metal Bellows Model PWSC 28823-11 air compressors. It is intended to negotiate a contract with Senior Flexonics Canada Limited, Brampton, Ontario; Canadian distributor for Senior Aerospace Metal Bellows, Chicago, IL. The Contractor is must provide two Parallel Air Compressors that will be used to pressurize specialized stainless steel whole air sample canisters with outside (the aircraft) air during the aircraft flights. Since the sample air, which is analyzed for parts per trillion concentrations of volatile organic compounds, must pass through the compressor before being stored in the sample canisters, only compressors with wetted surfaces of highly inert materials can be used. Furthermore, the compressors must be specially cleaned after manufacture to remove any traces of contaminating materials. Finally, the compressors must be light weight and electrically compatible with the specific aircraft electrical services that will be available during this study. 3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) Any interested supplier must demonstrate by way of a statement of capabilities that its equipment meets the following requirements: 1. The minimum air flow delivered by the compressor must be 2.0 SCFM at 40 PSIG; 2. The compressor motor must operate on 400 hz, 115/200V, 3-phase electrical power; 3. The maximum power drawn by the compressor must be 600 watts or less; 4. The compressor must be rated for continuous service at the above flow and pressure; 5. The total compressor weight must be 12 lbs. or less; 6. The electric motor must be designed to MIL-M-7969; 7. All wetted surfaces must be stainless steel, except for valve gaskets and O-rings; 8. All wetted surfaces must be cleaned with high purity ethanol or methanol by the manufacturer; 9. The metal bellows must be of a fully sealed type with no pinholes for pressure relief purposes; 10.The metal bellows must be helium leak tested by the manufacturer to 1 X 10-6 cc/second prior to final assembly; and 11.No pressure relief valve is to be mounted integral with the pump cylinder heads or faceplates. 4. Applicability of the trade agreement(s) to the procurement This procurement is subject to the following trade agreement(s): a. Canadian Free Trade Agreement (CFTA) b. North American Free Trade Agreement (NAFTA) 5. Justification for the Pre-Identified Supplier ECCC requires air compressors that are compatible with the existing metal bellows compressors used for air sampling. These compressors must be compatible in pneumatic specifications, cleanliness, inertness, and leak tightness with the existing compressors. To the best of ECCC’s knowledge, Senior Flexonics Canada Limited, Canadian distributor for Senior Aerospace Metal Bellows Corp., is the only known supplier that can provide this grade of metal bellows compressors. 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: Canadian Free Trade Agreement (CFTA) - Article 513 1(b)(iii), due to an absence of competition for technical reasons; and North American 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. 8. Period of the proposed contract or delivery date The product, including installation and on-site training, must be delivered on or before March 31, 2018. 9. Cost estimate of the proposed contract The estimated value of the contract is $46,680.00 USD (GST/HST extra). 10. Name and address of the pre-identified supplier Senior Flexonics Canada Limited 134 Nelson St. West Brampton, Ontario L6X 1C9 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 date for a submission of a statement of capabilities The closing date and time for accepting statements of capabilities is December 14, 2017 at 2:00 p.m. EST. 13. Inquiries and submission of statements of capabilities are to be directed to: Shannon Brewster Supply Specialist 33 City Centre Drive, Suite 480-C 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
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canadian Free Trade Agreement (CFTA)
-
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:
-
Additional Deliveries
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
- Brewster, Shannon
- Phone
- (905) 615-2028 ( )
- Email
- shannon.brewster@pwgsc-tpsgc.gc.ca
- Fax
- () -
- Address
-
Ontario Region
33 City Centre Drive
Suite 480Mississauga, Ontario, L5B 2N5
Buying organization(s)
- Organization
-
Environment 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.