Chlorine Dioxide Generator

Solicitation number 6D063-122723/A

Publication date

Closing date and time 2012/12/14 15:00 EST


    Description
    Trade Agreement: NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA
    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: 
    CLORDISYS SOLUTIONS INC
    PO BOX 549
    LEBANON New Jersey
    United States
    08833
    Nature of Requirements: 
    Chlorine Dioxide Generator
    
    6D063-122723/A
    Barenz, Leanne
    Telephone No. - (204) 983-0506 
    Fax No. - (204) 983-7796
    
    Gaseous 1Chlorine Dioxide Biodecontamination System
    
    Introduction	
    The Canadian Science Centre for Human and Animal Health (CSCHAH)
    has a requirement for a gaseous chlorine dioxide
    biodecontamination system to decontaminate specific areas within
    the facility. 
    
    The CSCHAH currently carries out most of its biodecontamination
    with the use of Formaldehyde gas.  While this is a proven and
    effective method of gaseous biodecontamination, the industry is
    moving away from its use because of the hazard it poses both to
    the environment as well as the people that may come in contact
    with it (it is listed as a carcinogen). Gaseous Chlorine Dioxide
    is emerging as one of the two main alternates to Formaldehyde
    Gas (the other being vaporous hydrogen peroxide).
    
    The Chlorine Dioxide system is a better choice to use for rooms
    with soil loads because Chlorine Dioxide gas is much better at
    penetrating solids than vaporous hydrogen peroxide. Chlorine
    Dioxide is also better suited for rooms that can be ventilated
    because the gas has to be physically removed from the space
    before the area is safe to enter again. We plan to use this
    machine to decon areas like our animal cubicles, which are
    relatively dirty, moist and have no sensitive electronic
    equipment (which can be damaged by chlorine dioxide). These
    areas can be ventilated.
    
    1.  Mandatory Physical Specifications:
    
    1a  	Electrical specifications: must operate off of a 120 V 15
    receptacle.	
    
    1b  	Must be portable, and be capable of being wheeled through
    doorways.
    
    1c	Must include humidity generator, and associated controllers
    capable of pre-conditioning space to 		a suitable RH for a
    successful chlorine dioxide decontamination.
    
    1d	Must include a circulating fan used to distribute the
    chlorine dioxide gas quickly and evenly 		throughout the space
    being decontaminated.
    
    1e	Must include sodium chlorite cartridge  set which will
    convert chlorine gas (supplied by CSCHAH) 		into chlorine
    dioxide gas
    
    1f	Must include a portable battery operated chlorine dioxide
    concentration monitor, suitable for 		ensuring the chlorine
    dioxide levels have reduced to a safe level before entering the
    			decontaminated space after the chlorine dioxide generator has
    been used.
    
    1g	System must include the following sensors: gas concentration,
    relative humidity, temperature, 		pressure
    	
    
    2.  Mandatory Performance Specifications:
    
    2a 	Must produce pure gaseous chlorine dioxide using a process
    in which chlorine gas (from cylinders 	supplied by CSCHAH) is
    run through a cartridge which converts it to chlorine dioxide gas
    
    2b	System must be capable of decontaminating spaces up to 70,000
    cubic feet in volume.
    
    2c	System parameters must be adjustable via a touch screen
    interface connected to a PLC 			controller.
    	
    3.  Additional Requirements:						
    
    3a.  	12 month warranty on parts and labor
    
    3b.  	Initial setup, calibration and training at the CSCHAH in
    Winnipeg
    
    3c.  	Operators manual (English)
    
    3d	Shipping & Handling to our loading dock in Winnipeg 
    
    
    Sole Source Supplier:
    ClorDisys Soluteions Inc.	
    P.O. Box 549
    Lebanon, NJ, 08833
    USA
    
    Trade Agreements
    
    The following trade agreements are applicable to this
    procurement: The Agreement on Internal Trade (AIT) and the North
    American Free Trade Agreement (NAFTA).  
     
    Article 1016.2(b) of NAFTA and Article 506.12(b) of AIT are all
    applicable as this requirement can be fulfilled by only one
    supplier.
    
    Section 6 of the Government Contract Regulations applies as only
    one person or firm is capable of performing the contract.
    
    
    Estimated Cost:	$75,000.00 - $85,000.00 (GST not included)
    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

    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)
    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
    Barenz, Leanne
    Phone
    (204) 983-0506 ( )
    Fax
    (204) 983-7796
    Address
    PO Box 1408, Room 100
    167 Lombard Ave.
    Winnipeg, Manitoba, R3C 2Z1

    Buying organization(s)

    Organization
    Public Health Agency of Canada
    Address
    130 Colonnade Road
    Ottawa, Ontario, K1A 0K9
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Manitoba
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.