Inoculation/Spray Unit

Solicitation number 31029-136615/A

Publication date

Closing date and time 2013/03/13 16:00 EDT


    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: 
    DeVries Manufacturing
    86956 State Hwy 251
    Hollandale Minnesota
    United States
    56045
    Nature of Requirements: 
    Inoculation / Spray Unit
    
    W7702-135605/A
    Tammy Kozak
    Telephone No. 	- (204) 984-8825 
    Fax No. 		- (204) 983-7796
    
    
    1. INTRODUCTION
    Public Works and Government Services Canada (PWGSC), on behalf
    of the National Research Council (NRC) located in Saskatoon SK,
    intends to solicit a proposal and negotiate a contract with
    DeVries Manufacturing located in Hollandale, Minnesota, USA for
    the supply and installation of a Inoculation / Spray Unit.  
    
    
    2. BACKGROUND
    NRC's initiative is to improve Wheat includes disease resistance
    research, specifically Rust and Fusarium Head Blight (FHB).
    Researchers require a means to efficiently inoculate diverse
    varieties of wheat with FHB to produce infected plants for
    genetic and metabolic analyses as well as to test susceptibility
    of novel germplasm and relevant varieties.  
    Key to experimental success will be the ability to process
    relatively large numbers of wheat plants in short time frames. 
    Research milestones are dependent on a system that can be
    implemented quickly, fit in to the existing Plant Growth
    Facility footprint, meet research requirements and protect the
    integrity of concurrent other same species research.  The
    Devries Gen III SB-6 spray booth is the sole available portable,
    self contained automated research plant spray booth.  
    
    3. REQUIREMENT
    National Research Council has a requirement for the supply and
    install of a pesticide spray chamber for the Research Council
    Canada, Saskatoon SK.  
    
    4. MANDATORY PERFORMANCE SPECIFICATIONS
    It is a mandatory requirement that the unit meets the following
    specifications:
    1.	Entire unit must not exceed 82"H x 31.5"D x 96.5"W (including
    castors) due to space restrictions.  
    2.	Must have an internal spray shelf minimum depth of 22", width
    of 79"with a minimum effective spray travel (distance) of 60". 
    3.	Must have a minimum effective spray height of 54" from nozzle
    to shelf.
    4.	Travel speed 0 mph to a maximum of 4 mph with accuracy of
    control to a minimum of 1/100 of a mph.
    5. 	Must have controls and interface for sprayer that is readily
    accessible by a single operator positioned at one location
    adjacent to the spray chamber.  Controls shall include boom
    speed, length of travel, pressure, exhaust, wash down system,
    rainfall simulator, shelf height and chamber light.
    6.	Sliding doors with ¼" to ½" safety glass for access to spray
    chamber
    7. 	Must be lined with stainless steel and including the
    stainless steel shelf for durability and ease of 	cleaning.
    8.	Chamber floor must taper for flow and collection of waste
    water.
    9.  	Must be mounted on caster wheels for mobility of unit.
    10. 	Must be able to fit through a 33"wide and 84" high door
    11.	Must be 110 volt.
    12. 	Must be explosion proof.
    13.	Adjustable stainless steel shelf for accurate positioning of
    the plants in relation to the nozzle
    14. 	Must be able to adjust the shelf automatically.
    15. 	Must operate on compressed air with the option of
    pressurized CO2.  (CO2 tank not required at this time)
    16.	Working areas of the chamber must be lit with a minimum of
    3000 lumens of light.
    17.	Automatic start ventilation when chamber doors are opened
    with contact for building exhaust.
    18.	Internal wash down system for ease of cleaning after
    application.
    19.	Separate tank and pump to collect waste water after an
    application.
    20. 	Waste water shall be carbon filtered.
    21.	Device or method which does not allow the sprayer to work
    while the doors are open.
    22. 	Must function also as an automatic rainfall simulator.
    23.	Unit must have been available in the marketplace for a
    minimum of one year, with previous 		customers and published
    information regarding specifications and available options. 
    			Prototypes will not be accepted.
    
    
    5.  SOLE SOURCE JUSTIFICATION
    Inconsistencies in hand application to individual wheat plants
    increases experimental error, and can cause significant negative
    impact on results.  A mechanized system capable of precise,
    repeatable inoculation/chemical application is required to
    consistently test plants. The customized Devries Gen III SB-6 is
    the only portable spray booth with a proprietary control (and
    touch screen) to interface with an automated spray boom, shelf
    and safety systems.  The boom's effective travel (60") is
    precisely controlled to speeds between 0-6.4kph with resolution
    to 0.016kph.  This capability, along with nozzle selection and
    regulated spray pressure, is essential for inoculation protocol.
    (Droplet size, uniformity of spray pattern and concentration)
    The Gen III uniquely incorporates these features into a booth
    capable of fitting our available footprint yet large enough to
    handle the required number of plants per application.  The
    custom interior dimensions provide the minimum required spray
    clearance of 54" without compromising waste water collection,
    total spray area or exceeding acceptable external dimensions. 
    Fully assembled and on castors, the Gen III SB-6 is the only
    inclusive system small enough (less than 2140mmH x 1220mW x
    2600mmL) to be transported by confines of elevator car to its
    final location in the basement of NRC Saskatoon's Plant Growth
    Facility.  An advantage of this spray booth is containment of
    the FHB in a small system/area to reduce contamination of other
    ongoing wheat experiments in the facility.  The control system
    also integrates safety contacts, internal wash-down system and
    the external waste collection system. Custom exhaust contacts
    will integrate the cabinet exhaust system with the building's
    filtered exhaust.  
    DeVries Manufacturing has been identified as the sole vendor
    that achieves all the Mandatory Performance Specifications
    outlined above.   DeVries is in a unique position to fulfill
    this requirement as they are the manufacturer and sole
    authorized distributor of the Inoculation / Spray Unit meeting
    the NRC's mandatory specifications.  Based on the above, the
    Crown intends to negotiate a contract with DeVries on a sole
    source basis.    
    
    
    6.  TRADE AGREEMENTS
    The requirement is subject to the provisions of the North
    American Free Trade Agreement (NAFTA), and the Agreement on
    Internal Trade (AIT).
    
    Government Contract Regulations:  6.(d) only one person or firm
    is capable of performing the contract. 
    
    AIT Article 506. 12 Where only one supplier is able to meet the
    requirements of a procurement, an entity may use procurement
    procedures that are different from those described in paragraphs
    1 through 10 in the following circumstances: (b) where there is
    an absence of competition for technical reasons and the goods or
    services can be supplied only by a particular supplier and no
    alternative or substitute exists;
    
    NAFTA Article 1016: Limited Tendering Procedures. 2. An entity
    may use limited tendering procedures in the following
    circumstances and subject to the following conditions, as
    applicable: (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; 
    
    
    7.  PROPOSED CONTRACTOR
    DEVRIES MANUFACTURING
    86956 STATE HWY. 251
    HOLLANDALE, MN
    56045 USA
    
    
    8.  DELIVERY DATE
    Estimated delivery date is June 01, 2013.
    
    
    9.  ESTIMATED COST
    Estimated value of the requirement: $55,000.00 CND (GST not
    included). The Crown retains the right to negotiate with
    suppliers on any procurement.
    
    10.  SUPPLIERS RIGHT OT SUBMIT A STATEMENT OF CAPABILITIES
    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. 
    
    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.
    
    
    
    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)

    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
    Kozak, Tammy
    Phone
    (204) 984-8825 ( )
    Fax
    (204) 983-7796
    Address
    PO Box 1408, Room 100
    167 Lombard Ave.
    Winnipeg, Manitoba, R3C 2Z1

    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
    Saskatchewan
    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: