TCi Thermal Conductivity Analyzer

Solicitation number 31030-194650/A

Publication date

Closing date and time 2019/06/06 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: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    C-Therm Technologies Ltd.
    921 COLLEGE HILL RD
    921 COLLEGE HILL RD
    921 COLLEGE HILL RD
    FREDERICTON New Brunswick
    Canada
    E3B6Z9
    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 
    
    The National Research Council Canada has a requirement for the supply of 1 TCi Thermal Conductivity Analyzer. The system must include:
    
    i. TH910000  C-Therm Tci 
    a. Thermal Property Analyzer
    b. High Resistance (HR) Electronic Control Unit
    c. Standard Laptop Windows® 10 Operating Software
    d. TECAS™ Software License
    e. Operator Manual
    f. Pelican™ Protective Case
    
    ii. TH-TCi-MTPS-SB MTPS Sensor & Board
    a.  A Modified Transient Plane Source (MTPS) high-precision sensor, electronics sensor board, and baseplate stand and sample weight. 
    b. Must conform to ASTM D7984.
    
    iii. TH-MKM Max k Module
    a. Thermal Conductivity Range: 0.01 to 500 W/mK
    b. “Plug and Play” capability to easily test aerogels, traditional insulation/foams, polymers, composites, ceramics, metals, liquids, powders, textiles and fabrics.
    c. Includes small volume liquids testing cell and certified reference materials:
    d. Expanded Polystyrene (EPS), LAF6720, Pyrex, Pyroceram, Phosphor Bronze and Copper (or suitable replacements). Customizable Calibrations with the C-Therm Cal Wizard™
    
    iv. TH-Tci-HT-UPG High Temp MTPS Sensor
    a. MTPS sensor for high temperature operation
    b. Temperature range up to 500°C for insulation and powders.
    
    v. CM-SRV Installation & Commissioning
    a. 1-Day of Onsite Installation and Commissioning.
    
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    
    3.1 Background:  
     
    The National Research Council’s Powder Forming Division (NRC PFD) works with many different industrial materials and requires precise scientific equipment to precisely measure a wide range of materials, with different thicknesses, different shapes, at many different temperatures without preparation. NRC PFD must measure samples including, but not limited to, several applications in the automotive sector, aerospace, and packaging.
    
    3.2 Definition of Requirement:
    
    The National Research Canada (NRC) requires a Thermal Conductivity Analyzer to directly measure the thermal conductivity, and thermal effectivity of liquids, powders and solids up to 500 degrees Celsius, with a test time under 1 second, and with limited sample volume requirements. C-Therm’s TCi Thermal Conductivity Analyzer’s patented MTPS technique is the only method that offers a one-sided testing method with a test time under 1 second with limited sample volume requirements (1.25 ml). No other analyzer can be applied to the range of materials that the NRC is required to test.
      
    3.3 Minimum Essential Requirements:
    
    Any interested supplier must demonstrate by way of a statement of capabilities that its system meets the following requirements: 
    
    1. Must have a thermal conductivity range of 0.01 W/mK to 500 W/mK;
    2. Must be plug and play to easily test aerogels, traditional insulation/foams, polymers, composites, ceramics, metals, liquids, powders, textiles and fabrics;
    3. Must have a small volume liquids testing cell;
    4. Must have customizable calibrations with a Cal Wizard;
    5. Must have Modified Transient Plane Source sensor for high temperature operation range up to 500 Celsius for insulation and powders;
    6. Must have a Thermal Property Analyzer;
    7. Must have a high Resistance Electronic Control Unit;
    8. Must have standard laptop Windows 10 Operating software;
    9. Must have Modified Transient Plane Source high precision sensor and an electronics sensor board, and baseplate stand and sample weight; and
    10. Must come onsite to install and commission the equipment.
    
    Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreements: 
    
    Canadian Free Trade Agreement (CFTA); and
    North American Free Trade Agreement (NAFTA).
    
    5. Justification for the Pre-Identified Supplier 
     
    The National Research Canada requires a Thermal Conductivity Analyzer to directly measure the thermal conductivity and thermal effectivity of a range of liquids, powders and solids up to 500 degrees Celsius, with a test time under 1 second, and with limited sample volume requirements. C-Therm’s TCi Thermal Conductivity Analyzer’s patented MTPS technique is the only method that offers a one-sided testing method with a test time under 1 second with limited sample volume requirements (1.25ml). No other analyzer can be applied to the range of materials that the NRC is required to test.
    
    6. Government Contracts Regulations Exception(s) 
    
    The following exception 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 exclusions and/or limited tendering reasons are invoked under the:
    
    A. Canadian Free Trade Agreement (CFTA) - Articles 513: Limited Tendering 1.b.ii and iii.
    
    ii. the protection of patents, copyrights, or other exclusive rights
    iii.“due to an absence of competition for technical reasons.”
    
    B. North American Free Trade Agreement (NAFTA) - Article 1016 Limited Tendering Procedures 2.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; (CAP Code 71)”
     
    8. Ownership of Intellectual Property 
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    9. Period of the proposed contract or delivery date 
    
    The system must be delivered on or before August 30, 2019.
    
    10. Cost estimate of the proposed contract 
    
    The estimated value of the contract, including option(s), is $78,387.54 (GST/HST extra). 
    
    11. Name and address of the pre-identified supplier 
    
    C-Therm Technologies Ltd.
    494 Queen Street, 1st Floor
    Fredericton NB E3B 1B6
    
    12. 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.
    
    13. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is June 6, 2019.
    
    14. Inquiries and submission of statements of capabilities 
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Name: Julie Adler Brooks
    Title: Supply Specialist
    Address: 10th Floor - 4900 Yonge Street, Toronto ON M2N 6A6
    Telephone: 647-267-0313
    E-mail: julie.adlerbrooks@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
    • 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:

    • 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
    Adler Brooks, Julie
    Phone
    (647) 267-0313 ( )
    Email
    julie.adlerbrooks@pwgsc.gc.ca
    Fax
    () -
    Address
    Ontario Region
    10th Floor, 4900 Yonge Street
    Toronto, Ontario, M2N 6A6

    Buying organization(s)

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    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: