Hydraulic servo testing machine with grooved table.

Agency: Government of Canada
State: Federal
Level of Government: State & Local
Category:
  • 34 - Metalworking Machinery
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD17738887283135552
Posted Date: Jul 26, 2023
Due Date: Aug 10, 2023
Solicitation No: 23-58065
Source: Members Only

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

2.1        The Automotive Surface and Transportation (ATS) Research Centre, a Department at the National Research Council of Canada (NRC), has a requirement for a hydraulic servo testing machine equipped with a grooved table.

The device must meet the following generic and mandatory requirements:

2.2         Generic Technical Requirements:

1.        The hydraulic device must operate at a minimum of 100 kN;

2.        The axial rigidity of the frame must be greater than 250 kN/mm;

3.         The acceptable minimum dimensions must be of:

a.         533 mm between the columns,

b.        and the available height for mechanical testing must be at least 190 mm when the crossbeam is in its lowest position and

c.        a minimum of 1,589 mm when the crossbeam is in its highest position;

4.         Must Include a steel table with:

a.        a minimum thickness of 150mm and

b.        dimensions of 711 mm in width by

c.        2,032 mm in length,

d.        featuring T-slots in both the X and Y directions;

5.         Must Include a hydraulic actuator positioned on the table, centered with respect to it, and with a minimum displacement of 150 mm;

6.         Must Include two (2) hydraulic grips compatible with a variety of samples to be tested, with a maximum capacity of 100 kN for both static and fatigue

testing;

7.         The grips should be able to handle:

a.         flat samples ranging from 0 to 16 mm in thickness and

b.        round samples ranging from 5 to 19 mm in diameter;

8.         Must Include a control module for the hydraulic grips with a minimum capacity of 3000 psi;

9.         The mobile system of the crossbeam and its locking mechanism must be hydraulic;

10.        Must have a safe mode that restricts the speed of the actuator during the setup of a sample;

11.         Must have a device that allows alignment of the apparatus (actuator with the crossbeam) when it is under load;

12.        The actuator must include a servo valve with a minimum capacity of 15 GPM (gallons per minute);

13.        The apparatus must be equipped with a water-cooling system, including conduits, fittings, flow control valves, and a manifold;

14.        The apparatus should come with hydraulic supply and return hoses, as well as all electrical power and control cables;

2.3        Compatibility Requirements:

The apparatus should be compatible with the following devices currently used at CNR:

The apparatus should be controlled with the existing MTS FlexTest 60 controller.

The HSM (Hydraulic Servo Module), servo valve, emergency stop, load cells, LVDT (Linear Variable Differential Transformer), and all necessary wiring should be compatible with this controller.

The apparatus will be powered by an MTS Silent Flo 505.30 hydraulic power unit.

2.4        High Performance Requirements:

1.        Must Include a load cell with:

a.         a minimum capacity of 100 kN and

b.        an accuracy of plus or minus 0.5% of the reading from 1% of the load cell's capacity;

2.5        Professional Services

1.        Onsite Installation and calibration of the device;

2.        The Contractor must provide a one (1) day onsite training for (2) two end users of the device immediately after Installation;

The training must include System operation, maintenance, Software programming and data transferring capabilities

3.        Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements):

Any interested supplier must demonstrate in their statement of capabilities that their device is able to meet all of NRC’s Generic Technical Requirements, all of NRC’s Compatibility Requirements, all of NRC’s High-Performance Requirements and all of NRC’s Professional services.

4.        Justification for the Pre-Identified Supplier (7):

The supplier was chosen for this requirement for technical reasons. The proposed supplier is the only known source of supply that’s able meet all of NRC’s Generic Technical Requirements, all of NRC’s Compatibility Requirements, all of NRC’s High-Performance Requirements and all of NRC’s Professional services

This requirement is an additional delivery for the supply of equipment from supplier MTS Testing System in connection with existing equipment at NRC-ATS, Saguenay site, The following reasons for limited tendering are contained in the trade agreements.

5.        Cost estimate of the proposed contract (12)

The estimated value of the contract, including option(s), is $ 261,341.37 CAD (GST/HST extra).

6.        Name and address of the pre-identified supplier (13)

MTS Testing Systems (Canada) Ltd.

PO Box 56142

Station A

Toronto, ON M5W 4L1

7.        Suppliers' right to submit a statement of capabilities (14)

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.

8.        Inquiries and submission of statements of capabilities (16)

Inquiries and statements of capabilities are to be directed to:

R-Michel Simard

Agent d’approvisionnement principal | Senior Procurement Officer

Site Saguenay | Saguenay Site

Show more description Show less description
Contract duration

The estimated contract period will be 11 month(s), with a proposed start date of 2023/08/15.

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)
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:

  • Additional Deliveries
Partner with another business

Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering .


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 .

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >