Greenlight Flow Battery Test Station (Greenlight Innovation
Corp.)

Solicitation number 31019-139812/A

Publication date

Closing date and time 2014/01/08 17:00 EST


    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: 
    Greenlight Innovation Corp.
    104A-3430 Brighton Ave
    Burnaby British Columbia
    Canada
    V5A3H4
    Nature of Requirements: 
    Greenlight Flow Battery Test Station (Greenlight Innovation
    Corp.)
    
    31019-139812/A
    Alan Takasaki
    Supply Specialist
    Public Works and Government Services Canada
    Acquisitions Branch Vancouver,
    2nd floor,  800 Burrard St
    Vancouver, BC  V6Z  2V8
    Telephone: 	(604)775-7605    	Facsimile: 	(604)775-7526
    E-mail address: al.takasaki@pwgsc.gc.ca
    
    The PWGSC Vancouver office provides procurement services to the
    public in English.
    
    Objective:
    The main objective of the proposed flow battery test station are
    
    To characterize performance on flow battery single cell and/or
    stacks through current/voltage curves;
    To run long-term charge and discharge dynamic durability
    profiles, simulating real-world use of a flow battery over
    long-term testing.
    
    The NRC is proposing to purchase a flow battery test station
    that has both the electronic part (load bank and power supply)
    and also pumps, tanks and tubing for the anolyte and catholyte.
    The test station should be a turnkey system with safety control
    features that allow 24/7 unattended operation.
    
    Mandatory Technical Specifications:
    The technical specifications required include
    
    1.	Electronic Parts
    (1)	Programmable charge/discharge control (0 to 20V, +/- 100A);
    (2)	PC and automated control software;
    (3)	5 channels of cell voltage measurements;
    (4)	a highly accurate cell voltage monitoring system that can be
    expanded for future testing up to1 kV range.  The accuracy of
    the Cell Voltage Monitoring (CVM) system has to be +/--1mV per
    cell using 16 bit A/D resolution;
    (5)	All necessary I/O for test station operation, including
    temperature, pressure and flow rate monitoring.
    
    2	Mechanical Parts
    (1)	Dual anti-corrosion peristaltic catholyte and anolyte pumps
    with a maximum flow rate of 1.0L/min., and materials
    specifically compatible with the acidic fluids used in flow
    batteries;
    (2)	Anti-corrosion catholyte and anolyte tanks (4L capacity)
    (3)	Electrolyte conductivity measurements;
    (4)	Temperature regulation systems
    (5)	Stirring systems for tanks
    
    3.	Software features:
    (1)	The ability of operators to program the test station for
    unattended 24/7 dynamic operation (users can make durability
    profiles, or convert real-world renewable data to scripts)
    (2)	The test station can be remotely controlled and can send
    emails/text messages to operators if there is a problem.
    
    Requirement
    Public Works and Government Canada (PWGSC) on behalf of National
    Research Council (NRC) proposes to negotiate with Greenlight
    Innovation Inc.,  Burnaby, BC for the supply, delivery and
    commissioning  of  one (1) only, Greenlight Flow Battery Test
    Station.  
    
    Reason for No Substitution and Sole Source
    Greenlight is the only company that manufactures a flow battery
    test station that has both the electronic part for charge and
    discharge control and the anti-corrosion pumps and tanks for the
    electrolytes with a high power range up to 500w - 1 kW.
    
    Greenlight is a development partner with the NRC and together
    are developing a flow battery cell that will be tested on this
    station.  The Greenlight Flow Battery Test Station will be fully
    optimized to operate the NRC/Greenlight flow battery cell.
    
    The Government Contracts Regulations (GCRs Section 6)
    6.(d) only one person or firm is capable of performing the
    contract.
    
    NAFTA Article 1016 - Limited Tendering Procedures (Thresholds
    $25,300 for Goods and $78,500 for Services)
    1016.2 (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.
    Delivery date:		On or before March 31, 2014
    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
    Takasaki, Alan H.
    Phone
    (604) 775-7605 ( )
    Fax
    (604) 775-7526
    Address
    800 Burrard Street, 12th Floor
    800, rue Burrard, 12e etage
    Vancouver, BC, V6Z 0B9

    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
    British Columbia

    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: