Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2022-08-17 00:00:00
Canada CanadaBuys

SUPPLY AND INSTALLATION OF CNC MILLING MACHINE (M7594-222605/A)

Process Number PW-$$HN-331-81348

Dates:


Publication date:

2022-08-17 00:00:00

Amendment date:

None

Date closing:

2022/09/01 14:00 Eastern Daylight Time (EDT)

Details:


Region of delivery:

Ontario

End user entity:

Royal Canadian Mounted Police

Procurement entity:

Public Works and Government Services Canada

Tendering procedure:

All interested suppliers may submit a bid

Reference number:

PW-$$HN-331-81348

Solicitation number:

M7594-222605/A

Description:


Description:

Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK Tendering Procedures: All interested suppliers may submit a bid Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt Comprehensive Land Claim Agreement: No Vendor Name and Address: Sirco Machinery Company Limited 40 Jutland Road Toronto Ontario Canada M8Z2G9 Nature of Requirements: SUPPLY AND INSTALLATION OF CNC MILLING MACHINE M7594-222605/A 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 RCMP has a requirement for the Supply and installation of one CNC Machine HAAS VM-2 with TRT160 5 Axis CNC Machine or equivalent at 1426 St Joseph Blvd, RM 1640, Ottawa, ON, K1A 0R2. o The product/system/equipment must meet minimum specifications and requirements as stated in Annex A - Statement of Work and APPENDIX A: MINIMUM CRITERIA FOR ACAN FROM THE CNC MILLING MACHINE o The work will involve the following: Supply and Install as per Annex A - Statement of Work and APPENDIX A: MINIMUM CRITERIA FOR ACAN FROM THE CNC MILLING MACHINE 3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) : Minimum specifications and requirements for an equivalent machine as stated in Annex A - Statement of Work and APPENDIX A: MINIMUM CRITERIA FOR ACAN FROM THE CNC MILLING MACHINE Any interested supplier must demonstrate by way of a statement of capabilities that its product/equipment/system (as appropriate) meets the following requirements: As stated in Annex A - Statement of Work and APPENDIX A: MINIMUM CRITERIA FOR ACAN FROM THE CNC MILLING MACHINE 4. This procurement is subject to the following trade agreements: 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 supplier selected in advance and identified in section 8, Sirco Machinery Company Limited who is the authorized original equipment manufacturer distributor(OEM) for HAAS., is to our knowledge the only supplier meeting all the specifications required in Annex A. Due to the specific requirements, Sirco is the only known supplier. 6. Government Contracts Regulations Exception(s) The following exception to the Government Contracts Regulations is invoked for this procurement under subsection subsection 6(d) - "only one person is capable of performing the work". 7. Exclusions and/or Limited Tendering Reasons Indicate, as applicable, the exclusion(s) and/or the limited tendering reason(s) invoked (see Annex 3.2 Limited Tendering Reasons contained in the Trade Agreements) under the trade agreement(s). The following exclusion(s) and/or limited tendering reasons are invoked under the: 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 The Bilateral Trade Agreements Article 513: Limited Tendering of Chapter 5 of the CFTA; Article 19.12 - Limited tendering of Chapter 19 of CETA; and Article XIII - Limited Tendering of the WTO-AGP. 8. Period of the proposed delivery date o The product/system/equipment is requested to be delivered and installed on or before March 31, 2023 9. Estimated cost of the proposed contract o Cost estimate of the proposed contract The estimated value of the contract is estimated between $200,000.00 - $240,000.00 x (GST/HST extra). 10. Name and address of the pre-identified supplier: Sirco Machinery Company Limited 40 Jutland Road Toronto, Ontario M8Z 2G9 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: September 1, 2021 at 2 pm Ottawa time 13. Inquiries and submission of statements of capabilities Inquiries and statements of capabilities are to be directed to: Louie Turner Supply Specialist | Spécialiste en approvisionnement Industrial Products and Vehicles Procurement - HN Public Services and Procurement Canada Services publics et Approvisionnement Canada 140 O’Connor Street, Ottawa, Ontario, K1A 0R5 Phone: 613-297-3769 Email: louie.turner@pwgsc-tpsgc.gc.ca Government of Canada | Gouvernement du Canada Annex A -Statement of Work - M7594-222605/A STATEMENT OF WORK - SUPPLY AND INSTALLATION OF CNC MILLING MACHINE - 2022-07-28 Objective: Supply and installation of a CNC Milling Machine at the client location in Ottawa, Ontario, Canada Background: This procurement is to replace an existing CNC machine with a CNC Milling Machine within an existing CNC Machine Shop. Scope: The supply and installation of a CNC Milling Machine to the client site in Ottawa, Ontario, Canada. Tasks - Contractor: The contractor is responsible for the following tasks: 1. Supply and delivery of a CNC Milling Machine that meets or exceeds the technical requirements listed in Appendix A to the client site in Ottawa, Ontario, Canada. a. Contractor is responsible for any costs and scheduling required with off-loading the equipment from the delivery truck. 2. Installation of the machine within sixty (60) days of having been advised from the TA that the site is ready for the machine to be installed and the CNC machine is ready for delivery. a. Installation includes the installation, leveling and commissioning of the machine. b. Installation shall only be done by manufacturer factory trained and certified personnel. c. Delivery of the machine must be scheduled within the three (3) business days that have been allocated for moving the CNC machines. i. Delivery will require a minimum of 5 business days advance notice in order to make the required arrangements for access and space. 3. Training on the operation of the CNC Milling Machine shall be provided within 10 business days after the installation of the CNC Milling Machine to between one (1) to four (4) people at the discretion of the TA. 4. Warranty shall be provided as for one (1) year from the date of installation as per the Manufacturer’s Limited Warranty Coverage. a. Warranty shall include full coverage for both parts and labour. b. Warranty shall include after-sales support and training on the operation of the machine. 5. Basic training and support on the programming and operation of the CNC Milling Machine shall be provided at no additional charge during the warranty period of the machine. 6. Supply of any required electrical transformers and any other equipment that would need to be pre-installed by the TA before the scheduled installation of the machine. a. This electrical transformer must be delivered to the client site 60 days before the installation of the machine. 7. The contractor shall be responsible for providing all of the trained personnel and all of the equipment and/or machinery required to move the machine on the client site. a. This is expected to be required a maximum of two (2) times if temporary onsite storage is required before installation, or a maximum of one (1) time, if delivery and moving of the machines is done during the same three (3) days allocated to moving the machines. Tasks - Client: The TA will be responsible for the following tasks: 1. Arranging for accepting delivery of the CNC Milling Machine to the client site in Ottawa, Ontario, Canada 2. Securing temporary storage space for the CNC Milling Machine, in the event of any delays between the date the machine is received and the installation date. 3. Providing a technical escort during the installation of the machine and during any other onsite access required. 4. Completing any electrical work or compressed air work that is required for the installation or uninstallation of the machines. Travel: All onsite work shall be done at the client site in Ottawa, Ontario, Canada. All travel costs for the onsite installation and basic training (items 2 and 3 in the Tasks - Contractors section) will be the responsibility of the Contractor. Constraints: The following are a list of constraints for the contractor. 1. Onsite work shall be done between 8AM - 4PM local time in Ottawa, ON, Monday to Friday, not including any stat holidays observed by the TA or the client. Any modifications or requests for changes to the hours of work may be requested and is subject to approval by the TA. 2. Three (3) business days notice is required to be provided to the TA for any onsite access and will need to describe the work that will be performed, the time required, and a minimum of two (2) points of contact for the contractor(s) who are expected to be onsite. 3. Any additional constraints that are included in the procurement contract or that are standard policy within the Government of Canada, PSPC procurements. 4. The installation work will have to be done by individuals with valid site access security clearances from the RCMP. If the individuals who will or may perform any onsite work or support for this equipment does not have a valid security clearance, the security clearance paperwork will have to be filled out, signed and provided 60 days before the installation is scheduled to start in order to be able to complete the security clearance process. a. Note that this does not apply to individuals delivering the equipment. 5. All onsite work including the delivery and the installation will have to be done under escort. Client support: The contractor is expected to be self-sufficient for any onsite work including the delivery and offloading of the equipment. The Client and TA will be responsible for providing access to the space and a technical escort, as well as any applicable items in the Tasks - TA section, or any other support items that are included in the procurement contract. Meetings: The TA will facilitate onsite visits and meetings with the contractor as required to plan and verify the site before the installation to ensure that the site is ready for the installation. There is an expectation of up to two (2) onsite meetings for any pre-installation site viewings or verification. Additional meetings should only be necessary if there are any deficiencies that are identified during the site visits. Deliverables: The contractor is expected to provide any installation and training documentation that will be used to complete the initial work in a hard copy or pdf format. Other formats may be accepted based on the acceptance by both parties. APPENDIX A: MINIMUM CRITERIA FOR ACAN FROM THE CNC MILLING MACHINE 2. Definition of the requirement The Royal Canadian Mounted Police (RCMP) has a requirement for the supply of one (1) four (4) axis and five (5) axis capable Computer Numerically Controlled (CNC) milling machine. The CNC machine will be used to increase the efficiency of the current machine shop capabilities and provide additional capabilities for producing more complex designs. This requirement includes accessories, installation and training. 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 system meets the following requirements: a. The CNC machine must be able to operate and be serviced within the following physical space, including fully opening any service doors: a. 125" height b. 125" width c. 145" depth b. The CNC machine must have a programmable tool changer with a minimum capacity of thirty (30) tools c. The CNC machine must have a programmable coolant nozzle d. The CNC machine must have a programmable air gun e. The CNC machine must have an automatic or programmable chip auger f. The CNC machine must have the following data transfer options available: a. Universal Serial Bus (USB) b. Ethernet g. The CNC machine must have a comprehensive control panel at the machine to allow for: a. Program alteration at the machine b. Direct programming c. Full control over the machine h. The CNC machine must be fully programmable through Mastercam and have a post processor available within thirty (30) days of the delivery of the CNC machine a. Fully programmable will be defined as having 95%+ of machine features accessible to be programmed within Mastercam, including the 4th and 5th axis accessories i. The CNC machine must have Original Equipment Manufacturer (OEM) or manufacturer approved 4th axis drive and wiring to provide direct programming and use of a 4th axis rotary indexer or rotary table. j. The CNC machine must be directly compatible with HAAS HRT 210 and HAAS HA5C rotary indexers. k. The CNC machine must have Original Equipment Manufacturer (OEM) or manufacturer approved 5th axis drive and wiring to provide direct programming and use of a 5th axis trunnion or tilting rotary table. l. The CNC machine must include a 5th axis trunnion or tilting rotary table that meet or exceed the following requirements: a. Minimum platter diameter of 6" b. Minimum 360 degree clearance diameter of 10" centered on platter c. Maximum empty footprint of 15" x 28" m. The CNC machine must have a spindle with: a. Minimum travel of: i. 30" in the x axis ii. 20" in the y axis iii. 20" in the z axis b. Maximum speed of at least 12000 RPM c. Minimum rating of 25HP d. Maximum torque rating of at least 85 ft-lbf at 2000 RPM n. The CNC machine spindle and tool changer must be compatible with Command C4C4-0020 tool holders o. The CNC machine table must have: a. Minimum size of 36" in the x axis and 18" in the y axis b. 16 mm T-slot width c. Minimum of six (6) x T-slots in the Y axis and three (3) x T-slots in the X axis d. Minimum weight capacity of 2200 lbs p. The CNC machine must include factory installed Renishaw wireless probing system q. The CNC machine must be programmable through Mastercam r. The supplier must be able to complete the following within five (5) business days before moving the machines, or during the same three (3) consecutive business days allowed for moving the machines: a. Uninstall HAAS SL-20 and HAAS VF-1 by HAAS factory trained or HAAS certified technician s. The supplier must be able to complete the following within three (3) consecutive business days: a. Move HAAS SL-20 and HAAS VF-1 out of the way b. Deliver and move new CNC machine into place c. Move HAAS SL-20 back into place t. The supplier must be able to complete the following within five (5) business days after moving the machines, or during the same three (3) consecutive business days allowed for moving the machines: a. Installation and commissioning of new CNC machine by factory trained or certified technician b. Re-installation of HAAS SL-20 by HAAS factory trained or HAAS certified technician u. The supplier must provide a minimum of 1 day (7 hours) onsite training on the operation of the CNC machine at the time of installation for between one (1) to four (4) people v. Onsite work must be done by people with valid RCMP Site Access Security Clearance, or must submit security clearance application at least sixty (60) days before scheduling onsite work w. The supplier must provide one (1) year of warranty for the CNC machine that will cover the cost of parts and labour x. The supplier must provide the electrical transformer and any other required infrastructure equipment that needs to be installed before the machine can be installed at least sixty (60) days before the scheduled installation Optional Service: a. The supplier must include an annual preventative maintenance program for the machine for five (5) years after the warranty period has ended a. Technicians performing the onsite preventative maintenance will require valid RCMP Site Access security clearances to access the site and perform the work b. The supplier must provide the option for one (1) year of extended warranty for the CNC machine. 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.

Contact information:


Contact name:

Turner, Louie

Contact email:

louie.turner@tpsgc-pwgsc.gc.ca

Contact phone:

(613) 297-3769 ( )

Contact address:

Contact Fax:

Solicitation Documents:


File Amendment Number Language Date added