Mass Property Measurement Device
Solicitation number 23-58024
Publication date
Closing date and time 2023/06/22 14:00 EDT
Last amendment date
Description
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 National Research Council (NRC) Ocean, Coastal and River Engineering (NRC OCRE) has a requirement to the supply of one (1) mass property measurement device capable of measuring the rigid-body properties of mechanical structures in a platform constrained from underneath by soft coil springs and supported at its center by a 5-DOF air bearing mechanism, within a high accuracy (<1% error) maintained over a wide measurement range (200kg to 2000kg)
The following deliverables are part of the contract:
o Mass Property Measurement Device
o Machine Calibration Equipment
o 3D photogrammetry measurement system
3. Criteria for assessment of the Statement of Capabilities (Minimum Mandatory Requirements):
Any interested supplier must demonstrate by way of a statement of capabilities that its system meets the following requirements:
a. System must have been proven in marine applications such as, but not limited to: ship models, boats, and offshore models.
b. System must measure the rigid-body properties of mechanical structures. The setup must be a platform constrained from underneath by soft coil springs and supported at its center by a 5-DOF air bearing mechanism.
c. System must be able to provide full mass analysis results (mass, COG (x,y,z), MOI’s (Ixx, Iyy, Izz) and POI’s (Ixy, Ixz, Iyz)) and must be available within minutes after setup through a simple and fail-proof process. There should be no need to reposition the test object multiple times.
d. The system must use pneumatic actuators to move the test object in a defined way about multiple degrees of freedom (DOFs) and measure the resulting interface forces.
e. High accuracy (< 1% error) must be maintained over a wide measurement range (200kg – 2000kg), even for oblong objects where three very different MOIs must be measured simultaneously.
f. System calibration equipment must be available and included so that calibrations and measurements can be easily performed by the system operators. The equipment should allow for various configurations with diverse mass properties and reduce the need for contractor support.
g. System must include a portable 3D coordinate measuring system to compute precise (precision (1m3) = 100µm) 3D positions for an arbitrary number of marked points.
4. Applicability of the trade agreement(s) to the procurement
o Canadian Free Trade Agreement (CFTA)
o Revised World Trade Organization - Agreement on Government Procurement (WTO-AGP)
o Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
o Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
o Canada-Chile Free Trade Agreement (CCFTA)
o Canada-Colombia Free Trade Agreement
o Canada-Honduras Free Trade Agreement
o Canada-Korea Free Trade Agreement
o Canada-Panama Free Trade Agreement
o Canada-Peru Free Trade Agreement (CPFTA)
o Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA)
o Canada-Ukraine Free Trade Agreement (CUFTA)
5. Justification for the Pre-Identified Supplier:
The pre-identified supplier is the sole provider that meets all or the minimum essential requirements as described in Section 3 and owns the associated intellectual property (IP) for the system.
The supplier system is a proven application used in similar projects to the ones developed by the National Research Council, Ocean, River and Coastal Engineering Research Centre, with reliable results demonstrated by completed projects and/or peered review publications.
6. Exclusions and/or Limited Tendering Reasons:
Only one vendor is able to meet the unique technical requirements listed herein.
The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6 (d) as only one supplier is capable of performing work.
7. Ownership of Intellectual Property:
Resonic is the manufacturer (OEM) of the proposed system and owns the associated intellectual property (IP) for the system. Resonic does not authorize value-added resellers or distributors for their equipment.
The Crown will have the right of use for normal business operations of the system once purchased. The design and system’s intellectual property are solely owned by the contractor.
All IP generated on this instrument during its use by the NRC OCRE Research Centre would belong entirely to NRC and its Research partners.
8. Period of the proposed contract or delivery date:
NRC is expecting the equipment to be delivered within the month of June 2024, based on the date of the contract. Delivery time frame is expected to take 12 months.
9. Name and address of the pre-identified supplier:
Resonic GmbH
Schwarzchildstr. 1
Berlin, Germany
D12489
10. 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, within 15 days, 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 each of the advertised requirements in Section 3.
11. Closing date for a submission of a statement of capabilities:
The closing date and time for accepting statements of capabilities is June 22, 2023 at 2:00PM EDT.
12. Inquiries and statements of capabilities are to be directed to:
Paul Hewitt
National Research Council Canada
Senior Contracting Officer
Email: Paul.Hewitt@nrc-cnrc.gc.ca
Contract duration
The estimated contract period will be 12 month(s).
Trade agreements
-
North American Free Trade Agreement (NAFTA)
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Peru Free Trade Agreement (CPFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Panama Free Trade Agreement
-
Canada-Honduras Free Trade Agreement
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
-
Canada-Ukraine Free Trade Agreement (CUFTA)
-
Please refer to tender description or tender documents
Reason for limited tendering
A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:
-
Exclusive Rights
Contact information
Contracting organization
- Organization
-
NRC-CNRC
- Address
-
1200 Montreal Road
Ottawa, Ontario, K2G 6N5Canada
- Contracting authority
- Paul Hewitt
- Phone
- (343) 573-1068
- Email
- paul.hewitt@nrc-cnrc.gc.ca
- Fax
- N/A
- Address
-
1200 Montreal Road
Ottawa, Ontario, K2G 6N5Canada
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.