Trade Agreement: NAFTA/CFTA/Canada FTAs with Peru/Colombia/Panama 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:
Grimm Aerosol Canada Inc. 1136 Boul. de l'Hôtel-de-Ville Laval Quebec Canada H7X3P1 Nature of Requirements:
Automated Measuring System
K4E21-180210/A Anthony Tiet Telephone: 587-926-1376 Facsimile: 780-497-3510 E-mail address: anthony.tiet@tpsgc-pwgsc.gc.ca
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 Environment and Climate Change Canada (ECCC) has a requirement for the supply of one Automated Measuring System with accessories. The equipment must use an optical light scattering with red laser light dual intensity as principle of operation.
The Edmonton Air Quality Science unit operates a continuous particulate matter (PM) monitor to monitor PM concentrations from a portable air quality monitoring trailer. PM (primarily PM2.5) is a critical measurement in determining the air quality health index (AQHI). To have the same quality of data and a smooth transition between instruments, the Particulate Matter Monitor must meet the statement of capabilities below.
3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)
Any interested supplier must demonstrate by way of a statement of capabilities that its equipment meets the following requirements:
M1 - Precisely, accurately, and continuously measure the concentration of PM1.0, PM2.5, and PM10 in ambient air from an unmanned monitoring station (reporting data in units of µg/m3).
M2 - Must be data compatible with GRIMM Environmental Dust Monitor EDM-180.
M3 - Meet US EPA certification or a federal equivalent method.
M4 - Use optical light scattering with red laser light dual intensity as principle of operation.
M5 - Be capable of logging data internally with remote access via RS-232 or Ethernet communication.
M6 - Must have 110 VAC 50/60Hz power supply.
M7 - 19 rack mountable (no more than 6 units in height).
M8 - Full Scale: minimum of 1000 µg/m3.
M9 - Time Resolution: minimum of 6 seconds.
4. Applicability of the trade agreement(s) to the procurement
This procurement is subject to the following trade agreement(s): - Canadian Free Trade Agreement (CFTA) - North American Free Trade Agreement (NAFTA)
5. Justification for the Pre-Identified Supplier
Principles of operation in particulate matter (PM) analyzers strongly influence observational data, typically as a result of how each method differs in handling moisture removal at a cost of removing some semi-volatile components of PM.
For consistency in data records, it is imperative to maintain a consistent principle of operation in analyzers.
The manufacturer (Grimm Aerosol Canada Inc.) holds the patents related to red laser light dual intensity and it is the principle of operation for this equipment.
If a different analyzer is purchased from an alternate manufacturer (with a different type of laser), there will be significant cost increases from a necessity to maintain a new set of spare parts, additional training time, and establishing new data communication standards.
More importantly, other analyzers for similar measurements require significant changes to existing air monitoring infrastructure due to differences in rack-mount vs bench-mount systems and entirely different sampling inlet systems.
The trailer in which this analyzer will reside will not be able to accommodate bench-mounted equipment nor an alternative sample inlet system.
6. Government Contracts Regulations Exception(s)
The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work".
7. Exclusions and/or Limited Tendering Reasons
The following exclusion(s) and/or limited tendering reasons are invoked under the:
- Canadian Free Trade Agreement (CFTA)
Article 513: 1(b.v)
- North American Free Trade Agreement (NAFTA)
Article 1016: 2(b)
8. Period of the proposed contract or delivery date
The equipment must be delivered before December 1, 2017.
9. Cost estimate of the proposed contract
The estimated value of the contract, including option(s), is $34,165.00 (GST/HST extra).
10. Name and address of the pre-identified supplier
Grimm Aerosol Canada Inc. 1136 Boul. De lHôtel-de-Ville Laval, QC H7X 3P1
11. 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 requirements.
12. Closing date for a submission of a statement of capabilities
The closing date and time for accepting statements of capabilities is October 2, 2017 at 2:00 p.m. MDT).
13. Inquiries and submission of statements of capabilities
Inquiries and statements of capabilities are to be directed to:
Name: Anthony Tiet Title: Procurement Officer Public Works and Government Services Canada Acquisitions Branch Directorate: Western Region Address: 5th Floor, ATB Place Tower, 10025 Jasper Avenue, Edmonton, AB T5J 1S6
Telephone: 587-926-1376 Facsimile: 780-497-3510 E-mail address: anthony.tiet@tpsgc-pwgsc.gc.ca 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.