Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

Sup & Del 47' MLB AC Gen Systems

Solicitation number F7047-120105/A

Publication date

Closing date and time 2012/12/31 17:00 EST


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: 
    Attachment: None
    Non-Competitive Procurement Strategy: Interchangeable Parts
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Power Innovations International, Inc.
    333 South 520 West
    Lindon Utah
    United States
    84042
    Nature of Requirements: 
    SUP & DEL 47' MLB AC GENERATION  SYSTEMS
    
    The Department of Fisheries and Oceans/ Canadian Coast Guard has
    a requirement for the supply and delivery of electrical power
    system upgrades for their Motor Life Boat (MLB) vessels.
    
    The purpose of this Advance Contract Award Notice (ACAN) is to
    signal the government's intention to award a contract for these
    goods to:
    
    Power Innovations Inc.
    333 South 520 West Lindon,
    84042
    Utah, USA . 
    
    Before awarding a contract, however, the government would like
    to provide other suppliers with the opportunity to demonstrate
    that they are capable of satisfying the requirements set out in
    this Notice, by submitting a statement of capabilities during
    the 15 calendar day posting period.
    
    If other potential suppliers submit a statement of capabilities
    during the 15 calendar day posting period that meet the
    requirements set out in the ACAN, the government will proceed to
    a full tendering process on either the government's electronic
    tendering service or through traditional means, in order to
    award the contract.
    
    If no other supplier submits, on or before the closing date, a
    statement of capabilities meeting the requirements set out in
    the ACAN, a contract will be awarded to the pre-selected
    supplier.
    
    Background:
    
    The Department of Department of Department of Fisheries and
    Oceans/ Canadian Coast Guard has a requirement for the supply of
    Qty: 10,  (for 5 vessels or 2 generator systems per vessel).
    upgraded  alternators, inverters, cables, mounting brackets,
    inrush limiters and forced air cooling kits in accordance with
    the Specification: Motor Life  Boat (MLB's) AC Generation system
    Technical Specification.
    
    Equipment model number / assembly number
    
    Item	Description	PI Sub Assembly #	Notes
    1	DS5 CCG Alternator or equivalent	FI00255	W/ Short Shaft,
    Cannon, Bi-Fan
    2	AMPS Q-EX-5000 Power Module, RD or equivalent	FI00290	W/Front
    Display Mod & Cannon (Alt/ECM/Output)
    3	CCG Alternator-Inverter Interconnect Cable or
    equivalent	SA00499	W/Cannon/Custom Length
    4	CCG ECM	SA00500	W/Cannon
    5	CCG ECM Interconnect Cable or equivalent	SA00498	W/Cannon
    6	CCG Alternator Engine Mounting Bracket or equivalent	HA00665	
    7	CCG Inrush Limiter or equivalent	EC00690	
    8	CCG Forced Air Cooling Kit or equivalent	SA00501	
    
    
    
    The equipment is  to be delivered by March 20, 2013 to five
    locations in Canada. 
    
    Minimum Essential Requirements:
    
    Any interested supplier must demonstrate by way of a statement
    of capabilities that its product or equipment meets the
    following essential  characteristics :
    
    Detailed Specification:
    General	
    Output power capacity 5 KW	
    Output current (peak amp) 120 V	42 amps
    Power Conditioning Topology	
    Nominal output voltage 120 Volts single phase	
    Output frequency range	60 Hz
    Output	
    Voltage Regulation and Frequency	
    Protection Breaker	
    Output voltage regulation	± 2%
    Wave form	Pure sine wave
    Distortion	< 1%
    Isolation	
    Common-mode noise rejection Yes	
    Normal-mode noise rejection	Yes
    High Frequency On-line Inverter	Yes
    Overload capacity	> 110%
    Crest factor	3:1
    Transfer time	Zero
    Efficiency	90% min
    Physical for the Inverter	
    Weight 32.61 kg	
    Maximum available dimensions in terms of Width x Depth x
    Height	22 x 20x 48 cm
    Environment	
    Temperature (-30º - 60º C)	
    Storage temperature	(-40º - 70º C)
    Humidity	10% - 95% non condensing
    Shock	10 g for 11 mS, 1/2 sine
    Display / Controls	
    Remote option Yes	
    Load	LCD Display
    Voltage	LCD Display
    Temperature	Yes
    Enable	Yes
    Input	
    Pulley Ratio* 4:1 recommended	
    Input frequency	220 - 9.2 kHz
    Supports a type AC 4 ( highly inductive start) within this
    range	6 x FLC (largest load)
    Protection	3Ø breaker
    Input voltage	Alternator regulated
    Alternator surface temperature at maximum load	< 85° C
    Alternator speed*	2200 - 9200 RPM
    Physical for the alternator	
    Weight (approx) 14 kg	
    Maximum available dimensions in terms of Length x Diameter	29 x
    15 cm
    
    
    The components are upgrading the existing onboard equipment. The
     actual installation is customized to these vessels. The new 
    component upgrades are required to be installed at the same
    location as  the existing equipment or components.
    Justification for the Pre-Selected Supplier: 
    
    Power Innovations has assisted in the investigation of the
    previously installed 5kW "SEAPOWER" 120 VAC, 60Hz systems unit
    provided and has identified an acceptable solution.  The
    solution includes a higher capacity alternator and inverter. 
    During investigations it was determined that the electrical load
    at low speeds required the system to handle very high currents
    which in turn lead to excessively high equipment temperatures. 
    Given the nature of the 47'MLBs' mission, it is important that
    these vessels be able to operate for extended periods at low
    speed. The Power Innovations solution specifically addresses
    this operating condition. Furthermore, Power Innovations Inc
    offer a significant refund for the their old equipment.  
    
    The pre-selected supplier has  been identified as the only
    supplier capable of meeting the government's requirements, and
    link the justification to the applicable exception to soliciting
    bids under the Government Contracts Regulations and, if
    applicable, the Limited Tendering provisions of the trade
    agreements.
    
    Ownership of any Foreground Intellectual Property arising out of
    the proposed contract will vest in the Contractor.
    
    Suppliers who consider themselves fully qualified and available
    to meet the specified requirements may submit a statement of
    capabilities in writing to the Contracting Authority 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 closing date and time for accepting statements of
    capabilities is December 31, 2012.
    Inquiries and statements of capabilities are to be directed to:
    
    Andre Godin
    Supply Team Leader
    401-1230 Government Street, Victoria BC. Canada 
    Telephone: 250-363-3152
    Facsimile: 250-363-3690
    E-mail: andre.godin3@pwgsc-tpsgc-gc.ca
    
    Sourcing Strategy
    
    The equipment GSIN number is N6115BA Generator Sets. The
    sourcing strategy related to this procurement is subject to the
    Agreement on Internal Trade (AIT) only.
    
    
    Limited tendering reasons:
    1) Government Contract Regulations article 6, D)
    2) Applicable Limited Tendering Provision under AIT (Article
    506.12) article 506.12(a) 
    3) This procurement is exempt from NAFTA [see Chapter 10, Annex
    1001.2b, paragraph 1 (a)] and from the WTO-AGP (see Annex 4)
    
    
    
    
      
    
    
    
    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)

    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
    Godin, Andre
    Phone
    (250) 363-3152 ( )
    Fax
    (250) 363-3960
    Address
    401 - 1230 Government Street
    Victoria, B. C., V8W 2Z4

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    ,
    Quebec (except NCR)

    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: