Laboratory Equipment

Solicitation number W0103-208674/A

Publication date

Closing date and time 2019/10/15 17:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / 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: 
    FESTO DIDACTIQUE LTÉE
    675 rue du Carbone
    Charlesbourg Quebec
    Canada
    G2N2K7
    Nature of Requirements: 
    
    Laboratory Equipment
    
    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 National Defence requires additional Lab-Volt equipment to expand training capacity conducted at Naval Fleet School (Pacific).
    
    3. DELIVERABLES:
    The equipment as described in Annex "A" must be delivered to the address shown below by January 31, 2020. 
    
    Naval Fleet School (Pacific)
    Building NAD092
    CFB Esquimalt 
    Victoria, BC Canada V9A 6N7
    
    4. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    
    Any interested supplier must demonstrate by way of a statement of capabilities that it can supply and deliver all items in Annex "A".
    
    5. Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreement(s): 
    a. Agreement on Internal Trade.
    b. Canadian Free Trade Agreement (CFTA).
    c. Canada-European Union Comprehensive Economic and Trade Agreement (CETA).
    d. North American Free Trade Agreement (NAFTA).
    e. World Trade Organization - Agreement of Government Procurement (WTO-AGP).
    
    6. Justification for the Pre-Identified Supplier 
    
    It is believed that only Festo Didactic Ltd. can supply the items as they have exclusive proprietary rights.  
    
    The Naval Fleet School (Atlantic) and Naval Fleet School (Pacific) both use Lab-Volt trainers in their Electrical and Electronics Training cells. The goods will be used in conjunction with existing Lab-Volt equipment, so compatibility with existing products is imperative. Standardization of training equipment at both schools is imperative as personnel can be posted to either school during their career in the Royal Canadian Navy.
    
    7. Government Contracts Regulations Exception
    
    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 contract". 
    
    8. Limited Tendering Reasons 
    
    The following limited tendering reasons are invoked under the:
    (a) North American Free Trade Agreement (NAFTA 1016.2 (b & d);
    (b) World Trade Organization - Agreement of Government Procurement (WTO-AGP XIII, 1 , c, I & ii);
    (c) Canada-European Union Comprehensive Economic and Trade Agreement (CETA 19.12 b.ii);
    (d) Canadian Free Trade Agreement (CFTA) 513.2 (2.ii or iii.);
    (e) Agreement on Internal Trade (AIT) 506.12 (a & b).
    
    9. Ownership of Intellectual Property 
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    10. Delivery:
    
    All equipment with a valuation of in excess of $30,000 must be serialized prior to delivery.
    
    Notice of intent to deliver must be received no later than one business day before scheduled time of delivery.
     
    Delivery shall only occur Mon-Fri between 0800-1500h (PST) .
    
    All electrical equipment supplied under the Contract must be certified or approved for use in accordance with the Canadian Electrical Code, Part 1, BEFORE DELIVERY, by a certification organization accredited by the Standards Council of Canada.
    
    11. Cost estimate of the proposed contract:
    
    The estimated value of the contract including options is $995,000.00 GST/HST included. 
    
    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 mandatory requirements.
    
    13. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is October 15, 2019 at 2:00 p.m. PDST. 
    
    14. Inquiries and submission of statements of capabilities 
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Christine Cress 
    Supply Officer  
    Pacific Region, Acquisitions
    Public Works and Government Services Canada
    1230 Government Street, Suite 401   
    Victoria, BC V8X 3X4
    Email:  christine.cress@pwgsc-tpsgc.gc.ca
    Tel:   250-514-9294 
    Fax:  250-363-0395 
    
     
    ANNEX « A »
    
    Qty LabVolt Ref. Laboratory Equipment Description
    4 91000-30 Manual Base Unit with Built-In Power Supply
        consisting of:
    1 91000-3X Manual Base Unit with Built-In Power Supply
    1 86331-00 Power Cord - Nema 5-15
    5 91001-20 DC Fundamentals
    1 91003-20 AC 1 Fundamentals
    5 91031-20 Digital Signal Processor
    5 91005-20 Semiconductor Devices
    5 91010-20 FET Fundamentals
    5 91015-20 Digital Circuit Fundamentals 1
    5 91013-20 Operational Amplifier Applications
    5 91006-20 Transistor Amplifier Circuits
    5 91017-20 32-Bit Microprocessor
    4 8080-00 Analog Communications Training System
        consisting of:
    1 26866-00 Instrumentation (Student Manual)
    1 26866-10 Analog Communications (Instructor Guide)
    1 26867-00 AM / DSB / SSB (Student Manual)
    1 26868-00 FM / PM (Student Manual)
    1 8948-00 Cables and Accessories
    1 9401-00 Power Supply / Dual Audio Amplifier
    1 9402-10 Dual Function Generator
    1 9403-00 Frequency Counter
    1 9404-10 True RMS Voltmeter / Power Meter
    1 9405-00 Spectrum Analyzer
    1 9406-00 RF/Noise Generator
    1 9410-00 AM/DSB/SSB Generator
    1 9411-00 AM/DSB Receiver
    1 9412-00 SSB Receiver
    1 9413-00 Direct FM Multiplex Generator
    1 9414-00 Indirect FM/PM Generator
    1 9415-10 FM/PM Receiver
    1 9480-A0 Analog Communications Simulation Software(LVSIM®- ACOM) - 5Users
      8085-10 Digital Communications Training System
        consisting of:
    4 27695-00 Pulse Modulation and Sampling (Student Manual)
    1 27695-10 Digital Communications (Instructor Guide)
    4 27696-00 Digital Modulation (Student Manual)
    4 27697-00 Modems and Data Transmission (Student Manual)
    4 8949-10 Cables and Accessories - Digital Telecommunications
    8 9420-00 Enclosure / Supply Regulator
      
    4 9421-00 Clock Generator
    4 9422-00 Pseudo-Random Binary Sequence Generator
    4 9424-00 Logic Analyzer
    4 9425-00 DC Voltmeter / DC Source
    4 9426-00 Low Pass Audio Filter
    4 9427-00 Synchronous Audio Generator
    4 9428-00 Signal Interruptor/Selector
    4 9429-00 Noise Measurement Filters
    4 9440-00 PAM/ASK Generator
    4 9441-00 PAM/ASK Receiver
    4 9444-00 PCM Encoder
    4 9445-00 PCM Decoder
    4 9450-00 BPSK Modulator
    4 9451-00 BPSK Demodulator
    4 8096-10 Basic Radar Training System
        consisting of:
    1 38542-00 Principles of Radar Systems (Student Manual)
    1 38542-10 Radar Training System (Instructor Guide)
    1 9535-00 Horn Antenna
    1 9601-10 Power Supply / Antenna Motor Driver
    1 9602-10 Radar Synchronizer / Antenna Controller
    1 9603-00 Rotating-Antenna Pedestal
    1 9604-00 Radar Antenna
    1 9605-00 Dual-Channel Sampler
    1 9607-10 Target Positioning System
    1 9620-10 Radar Transmitter
    1 9621-10 Radar Receiver
    1 9689-00 Accessories for 8096-1
        Radar Processor/Display - Add-On to 8096-1
    4 8096-20 
        consisting of:
    1 38543-00 Analog MTI Processing (Student Manual)
    1 38543-E0 Radar Processor/Display (User Guide)
    1 38544-00 Digital MTD Processing (Student Manual)
    1 9408-1X RTM Power Supply
    1 9431-20 Reconfigurable Training Module (RTM)
    1 9630-00 Analog/Digital Signal Combiner
    1 9631-00 Data Acquisition Interface
    1 9632-00 Radar Analog/Digital Output Interface
    1 9689-A0 Accessories for 8096-2
    1 95451-00 Power Cord - Type B
        Frequency Counter
    4 9403-00 
     
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • 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
    Cress, Christine
    Phone
    (250) 514-9294 ( )
    Email
    christine.cress@pwgsc-tpsgc.gc.ca
    Fax
    (250) 363-0395
    Address
    401 - 1230 Government Street
    Victoria, B. C., V8W 3X4

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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
    Procurement method
    Non-Competitive

    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: