Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / FTAs with Peru / Colombia / Panama / Korea Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements:
Amendment #4
There has been a revision to Annex A SOW paragraphs A4.2.2.3 and A4.2.3.2.3, resulting in a change to the Annex C Technical Proposal Requirements and Bid Evaluation Serial M29 and M30.
No additional extension will be granted as the trial has been scheduled with the staff at CFB Suffield, and the selected period cannot be moved without significant delay.
The closing of the solicitation has been extended to 30th Jul 2019.
_______________________________________________________________ Amendment #3:
There has been a modification in Annex A SOW A13.0 Hydraulic Door Opener System Technical Specification, resulting in a change to the ANNEX C Technical Proposal Requirements and Bid Evaluation Serial M42.
The closing of the solicitation has been extended to July 16, 2019.
__________________________________________________________________ Amendment #2:
The closing date has been extended to 9th July 2019.
_____________________________________________________________________
Amendment #1:
The closing date has been extended to 2nd Jul 2019. ____________________________________________________________________
High Risk Search Equipment
Competitive bid process for High Risk Search Tools (HRS-Tools) to be used by the Canadian
Armed Forces (CAF).
W8476-195904/A
REQUIREMENT: This requirement on behalf of the Department of National Defence, for the High Risk Search Tools.
The Statement of Work (SOW) defines the requirements for the High Risk Search Equipment & Multi-Threat Detection Tools (HRS-TOOL), which will be used by the Canadian Armed Forces (CAF) field engineer sections in the roles of intermediate and advanced search teams.
Both intermediate and advanced search teams will be deployed in support of Battle Groups during overseas and domestic missions. The role of the intermediate search teams will be filled by the field engineer sections that will operate with the maneuver elements of the Battle Group.
Advanced teams will be deployed on deliberate search operations or called forward as a result of discoveries made by intermediate search teams involving too high a risk for an intermediate team.
The intended use of the HRS-TOOL is to provide a suite of detectors that are designed to find hidden objects that are of interest to search teams. Stand-off detectors must detect a variety of targets in a variety of conditions. The detectors will be used to search vulnerable points, caches, factories and confined spaces where there is a suspected explosive threat.
The HRS-TOOL project will also include a suite of general access and search tools,providing the user a capability to safety approach and gain access to the threat.
Delivery will be in accordance with Annex G, Delivery Schedule. There is also a service support requirement for the HRS-Tools. The Statement of Work is located at Annex D. The intention is to evaluate the cost for this portion with the goods in the current Request for Proposal and the actual contract will be awarded separately as a sole source requirement to the winning bidder of the equipment requirement.
SOURCING It is proposed to solicit a competitive bid through Buy and Sell for this requirement; which will be published for sixty (60) calendar days. There are both financial mandatory and technical mandatories in the evaluation process (Annex C and Annex H), which will be published with the competitive Solicitation.
A Contract will be awarded to the responsive offeror who meets all of the mandatory requirements as outlined in the Basis of Payment Annex H and Technical Bid Evaluation outlined in Annex C, with the lowest overall price for items 1-37, item 39 of the Basis of Payment, Annex H; plus cost for service support as indicated on pages 7-16 of the Basis of Payment, Annex H.
Public Service and Procurement Canada (PSPC) intends to put in place, a contract valid from contract award for a period of two (2) years, with an option to extend the contract under the same terms and conditions for one additional year. This will facilitate procurement of additional systems per the Basis of Payment, if required.
There is also potential for training and other associated contract requirements after delivery of the equipment.
If only one compliant offer is received, price support and price certification will be requested.
SECURITY There is security requirements for this requirement, and is as outlined in Part 7.3 of the Solicitation document.
BASIS OF PAYMENT Offerors will be requested to propose Firm unit or item Price for all requirement and as detailed in the Basis of Payment, Annex H.
POLICY The requirement falls under stock code N5840, Radar Equipment, Except Airborne commodities. Due to the value of the potential contract, Trade Agreements apply to this competitive requirement: The World Trade Organization - Agreement on Government Procurement (WTO-AGP);
North American Free Trade Agreement (NAFTA), and the Canadian Free Trade Agreement (CFTA), CDA-Peru, Chile, Columbia and Panama.
Canadian Content Policy does not apply, if the Trade agreements apply.
Provisions of the Comprehensive Land Claims Agreements (CLCAs) do not apply as no work will be performed and no goods delivered in a land claim settlement area.
If a Contract is awarded as a result of this solicitation, unsuccessful offerors may request a debriefing on the results of their offers. Offerors should make the request to the Contracting Authority within fifteen (15) working days of receipt of notification that their offer was unsuccessful. The debriefing may be provided in writing, by telephone or in person.
As per policy requirements all notices posted on BuyandSell will be in both official languages.
The Phased Bid Compliance Process applies to this requirement.
INQUIRIES Public Service and Procurement Canada Land and Aerospace Equipment Procurement and Support Sector - QF 8C2-12, Place du Portage, Phase III, 11 Laurier Street Gatineau, QC K1A 0S5
ATTN: Indra Hamilton TEL No.: (819) 420-1738
E-MAIL: indra.hamilton@pwgsc-tpsgc.gc.ca
Delivery Date: Above-mentioned
The Crown retains the right to negotiate with suppliers on any procurement.
Documents may be submitted in either official language of Canada.