Automated Test Board
Solicitation number U6322-187152/A
Publication date
Closing date and time 2018/10/05 14:00 EDT
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: RADIAN RESEARCH INC. 3852 FORTUNE DRIVE LAFAYETTE Indiana United States 47905 Nature of Requirements: Automated Test Board U6322-187152/A Essa, Zobia Telephone No. - (905) 615-2080 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 o The Department of Measurement Canada has a requirement for the supply and delivery of one Automated Single Position Test Platform to test meters compliant with American National Standards Institute (ANSI) and Measurement Canada (MC) , and is in accordance with EL-ENG-12-01 Requirements for the certification and use of measuring apparatuselectricity meter calibration consoles. The test platform will be used to settle public disputes, marketplace monitoring projects, and other work mandated by the Electricity and Gas Inspection Act. The platform must be compatible with WECO test model 4150 as this is the equipment currently in place at Measurement Canada. 3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) o Any interested supplier must demonstrate by way of a statement of capabilities that its Test Platform meets the following requirements: a. The reference standard meter of the test platform must be capable of measuring and indicating the following: Watt Hours (Whrs), Amperes (Amps), Volts, Volt-Amperes Reactive Hours (VARhrs), Volt-Amperes Hours (VAhrs), Q Hours (Qhrs), Watts, Volt-Amperes Reactive (VARs), Volt-Amperes (VA), Volt Hours (Vhr), Amperes Hours (Ahr), Volt (Squared) Hours (V2hr), Amperes (Squared) Hours (A2hr). b. The test platform must have the ability to capture minimum and maximum indicator readings for all measured quantities. c. The test platform must be able to indicate the Average Response for VAhrs, VA, Volts, Vhrs, Amps, Ahrs; 0.02% Accuracy. Average Response means that for a pure sinusoidal waveform Average value=0.637 * maximum or peak value. This is contrasted by Root Mean Squared (RMS) value=0.707 * maximum or peak value. d. The platform must be able to provide independent current and voltages sources, and test meters using a single phase or poly phase (3 phase) supply configuration; e. The platform must be able to test all ANSI and MC meter forms approved for use in Canada; f. The platform must be able to generate harmonics on each voltage and current source; g. The platform must be able to test multiple VAR and VA measurement methodologies; h. The platform must be able to conduct voltage and current burden testing; i. The platform must have independent programming of voltages from 20 to 600 volt in 0.01 volt increments; j. The platform must have independent programming of current sources from 0.001 to 150 amp or greater in 0.001 amp increments; k. Phase angle must be programmable from 0 degrees to 360 degrees in 0.01 degree increments; l. The platform must be able to conduct demand testing from 1 to 99999 revolutions and a time run of up to 99 hours or longer; m. The platform must have pulse testing for form A and C pulse configurations; n. The platform must conduct analog testing with a maximum output of 20 ma; o. The platform must have automatic cross phase testing capabilities; p. The platform must employ a fuseless self-protection technology; o In addition, the test platform must include the following: a. A computer; standard business class Mini Tower computer or equivalent, a 19-24" flat screen monitor, and Microsoft Windows operating system (minimum 32 Bit / 2 GB RAM) that must be compatible with the control software. b. One Optical Port Data Head c. One Test station d. One Single Phase A-Base Adapter e. One Socket to Panel Meter Adapter f. One Poly Phase A-Base Adapter g. One Day On-site Training at one site 4. Applicability of the trade agreement(s) to the procurement This procurement is subject to the following trade agreement(s): o Canadian Free Trade Agreement (CFTA) o North American Free Trade Agreement (NAFTA) 5. Justification for the Pre-Identified Supplier The WECO Model 4150X Automated Test Platform is the only automated test board that is capable of meeting all the specifications in Section 3. Radian Research Inc. is the sole distributor of this product in Canada. This test platform is a highly specialized piece of equipment specific to the industry and is required to perform in-lab testing of electricity meters. This equipment is currently in use by Measurement Canada and the purchase of a new WECO Model 4150x will ensure compatibility with existing test equipment and its connection methods. 6. Government Contracts Regulations Exception(s) The following exception to the Government Contracts Regulations is 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 exclusions and/or limited tendering reasons are invoked under the: o Canadian Free Trade Agreement (CFTA) - Article 513, 1(c) for additional deliveries by the original supplier of goods or services that were not included in the initial procurement, if a change of supplier for such additional goods or services: (i) cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, software, services, or installations procured under the initial procurement; and (ii) would cause significant inconvenience or substantial duplication of costs for the procuring entity; o North American Free Trade Agreement (NAFTA) - Article 1016, 2(d) for additional deliveries by the original supplier that are intended either as replacement parts or continuing services for existing supplies, services or installations, or as the extension of existing supplies, services or installations, where a change of supplier would compel the entity to procure equipment or services not meeting requirements of interchangeability with already existing equipment or services, including software to the extent that the initial procurement of the software was covered by this Chapter. 8. Period of the proposed contract or delivery date o The equipment must be delivered before February 15, 2018. 9. Cost estimate of the proposed contract Price is not provided as it compromise the pre-identified supplier’s competitive position if the requirement proceeds to a traditional or electronic bidding process. 10. Name and address of the pre-identified supplier Name: Radian Research Inc. Address: 3852 Fortune Drive, Lafayette, Indiana 47905, USA 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 October 5, 2018 at 14:00 EST. 13. Inquiries and submission of statements of capabilities are to be directed to: Name: Zobia Essa Title: Intern Officer Public Works and Government Services Canada Address: 33 City Centre Drive, Suite 480C Mississauga, ON, L5B 2N5 Telephone: 905-615-2080 E-mail address: zobia.essa@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
- Essa, Zobia
- Phone
- (905) 615-2080 ( )
- Email
- zobia.essa@pwgsc-tpsgc.gc.ca
- Fax
- () -
- Address
-
Ontario Region
33 City Centre Drive
Suite 480Mississauga, 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.