Trade Agreement: Canadian Free Trade Agreement (CFTA) Tendering Procedures: Generally only one firm has been invited to bid Non-Competitive Procurement Strategy: Interchangeable Parts Comprehensive Land Claim Agreement: No Vendor Name and Address:
VIKING PUMP OF CANADA INC 661 Grove Avenue Windsor Ontario Canada N9A6M3 Nature of Requirements:
REPLACEMENT PUMP, FUEL TRANSFER SYSTEM
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
Public Works and Government Services Canada (PWGSC), on behalf of its client, Fisheries and Oceans Canada/Canadian Coast Guard, Quebec, is proposing to negotiate the supply of material for the purchase of replacement pumps for CCGS Pierre Radisson fuel transfer system. The requested pump is a part of equipment that is certified by a classification society and inspected by Transport Canada for ship fuel handling.
Quantity required: 2
Item 1: Replacement pumps, Fuel Transfer System, LQE4195 Foot & Flange Mounting Relief valve, DIN100 PN16 Raised Face Opposite Flanged Ports, replaces Model LQE4076
(4-3320-5949-503) IRON ROTOR - (392) HARDENED STEEL IDLER
CARBON IDLER BUSHING - 2-478-409 VITON SEAL
VITON O-RING GASKETS (HEAD & R/V MOUNTING)
Quantity required: 2
Item 2: 3-464-SEAL-K412 for LQE LSE4195, 2-478-409-999-00 VITON SEAL -806 FLANGE GASKETS-HEAD, & RELIEF VALVE MOUNTING VITON O-RING GASKETS - BEARING HOUSING COMPONENTS
Quantity required: 2
Item 3: 3-464-REBUILD-K431 LQE4195 SD - HARDENED STEEL IDLER & CARBON BUSHING - HEAD & HARDENED STEEL LUBRICATED PIN -HEAD & RV CAPSCREWS - E
Quantity required: 2
Item 4: 572-16M-040-37 (ROTOR/SHAFT)
The product must meet all specifications that will allow us to meet the request of our client. Due to compatibility for replacement pump, only one supplier is able to provide the required parts as installed on the ship, i.e. Viking Pump of Canada.
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 product meets the requirements of the requirement and that it includes the following components and/or specifications:
Mandatory Equivalency Criteria for item 1 Pump LQE4195 & flange mounting relief valve:
Bracket / Casing and Head : Cast Iron, ASTMA48, Class 35B
Pressure Relief Valve : Cast Iron, ASTMA48, Class 35B
Rotor Shaft : Steel, ASTM A108, Class 1045
Rotor : Cast Iron, ASTM A48, Class 35B (G, GG, H, HJ, KE, LQE, Q) Ductile Iron, ASTM A536 Grade 60-40-18 (HL, AS, AK, AL, KKE, LSE, QS)
Nominal pump rating : For use with 60 hz, 1750 RPM, 235 GPM
Maximum differential pressure : 150 Psi 10 bar
Maximum hydrostatic pressure : 300 Psi 20 Bar
Maximum temperature : 225 F 110C
Idler bushing material : Carbon Graphite
Idler Pin : Hardened Steel, ASTM A108, Grade 1045
Mechanical seal faces : Carbon Vs. Silicon Carbide
Elastomers : Viton
Antifriction bearing : Steel with buna Seals
Flange to flange size : 17 inches
Center of flange from bottom under feet : 5.5 inches
4. Applicability of the trade agreement(s) to the procurement This procurement is subject to the following trade agreements:
o Canadian Free Trade Agreement (CFTA)
5. Government Contracts Regulations Exception
The following exception(s) to the Government Contracts Regulations is invoked for this procurement under subsection 6 (c) - "the nature of the work is such that it would not be in the public interest to solicit bids"; and under subsection 6 (d) - "only one person is capable of performing the work".
6. Exclusions and/or Limited Tendering Reasons
The following exclusion(s) and/or limited tendering reasons are invoked under the (section of the trade agreement(s) specified):
Canadian Free Trade Agreement (CFTA):
Article 513 Limited Tendering 1. b) ii) the protection of patents and iii) due to an absence of competition for technical reasons et v) to ensure compatibility with existing goods, or to maintain specialized goods that must be maintained by the manufacturer of those goods or its representative. The Canadian Free Trade Agreement (CFTA) limited tender procedures where "for technical reasons there is no competition and the goods or services can only be provided by a particular supplier and there are no alternative products or services.
7. Justification for the Pre-Identified Supplier
The product must meet all specifications that will allow us to adequately meet the request of our client. Due to pump replacement compatibility, only one supplier is able to provide the required parts as installed on the vessel, Viking Pump of Canada. Spare parts must be of the same model and series as the equipment on board the ship in order to have an assembly in accordance with the manufacturer's specifications and compatibility is essential. Thus, in accordance with the government's contracting policies, it is proposed to award a contract to Viking Pump of Canada, which is, to our knowledge, the only company capable of providing the goods.
8. Ownership of Intellectual Property
No intellectual property rights will result from the execution of the work provided by this contract.
9. Period of the proposed contract or delivery date
The equipment must be delivered no later than ten (10) weeks following the contract award.
10. Name and address of the pre-identified supplier
VIKING PUMP OF CANADA INC 661 Grove Avenue Windsor, Ontario N9A6M3 Canada
11. Suppliers' right to submit a statement of capabilities
Suppliers who consider themselves fully qualified and available to provide the goods 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 June 7, 2019 14:00 HNE.
13. Inquiries and submission of statements of capabilities
Inquiries and statements of capabilities are to be directed to:
Name: Melanie Parent
Title:Procurement Officer
Telephone:(418) 649-2813
Facsimile:(418) 648-2209
E-mail:melanie.parent@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.