Ford Econoline E-450 Super Duty Repair

Status Expired

Contract number 53900-24-4945664

Contract value :

CAD 62,475.00

Solicitation number 53900-24-4945664

Publication date

Contract award date

Last amendment date


    Description
    This contract was awarded to:
    Tomahawk Industries Ltd

    An advanced contract award notice (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 and time stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.

    1. Definition of the requirement:

    The Correctional Service Canada has a requirement to increase the heating and cooling capabilities in two Ford Econoline E-450 Super Duty – 10 Passenger vehicles. The work will involve the following:

    1.1 Objectives:

    To increase the vehicles current heating and cooling systems in the rear passenger areas.

    1.2 Tasks:

    The contractor must:

    1. Provide a permanent solution to increase heating and cooling capabilities in the rear passenger areas.
    2. The contractor must provide a solution to modify the existing system and installation of an additional compressor and condensers to increase the heating and cooling capabilities in the passenger area Install, connect, charge, and test new supplementary systems.
    3. Provide training on new supplementary system.
    4. Provide a 1-year warranty on all parts and labor.

    1.2 Expected results:

    Ability to maintain a temperature between 20 - 24 degrees Celsius in passenger areas during all weather conditions.

    1.3 Performance standards:

    a) All of the Contractor’s work must comply with the applicable provincial and national road safety acts.
    b) The contractor must document all heating and cooling systems modifications.
    c) The contractor must document any installation of a supplementary heating and cooling system.

    1.5 Deliverables:

    1.5.1 The contractor must provide all manuals for installed systems. The contractor must document all modifications and installation of new equipment.

    1.5.2 Paper consumption:

    a. Should printed material be required, double sided printing in black and white format is the default unless otherwise specified by the Project Authority.

    b. The Contractor must ensure printed material is on paper with a minimum recycled content of 30% and/or certified as originating from a sustainably managed forest.

    c. The Contractor must recycle unneeded printed documents (in accordance with Security Requirements).

    1.6 Constraints:
    1.6.1 Location of work:

    a. The Contractor must perform the contractor’s place of business.

    b. Travel

    ii. No travel is anticipated for performance of the work under this contract.

    1.6.2 Language of Work:

    The contractor must perform all work in English.

    1.6.3 Security Requirements:

    There are no security requirements associated to this contract.

    2. Criteria for assessment of the statement of capabilities (minimum essential requirements):

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

    Experience: must possess a minimum of five (5) years of experience repairing and installing HVAC systems in vehicles prior to the ACAN closing date.

    Professional designation, accreditation and/or certification:

    Contractor must have Journeyman Mechanics that are certified in Air Conditioning and Heating of vehicles. Contractor must be a registered business in Alberta.

    3. Applicability of the trade agreement(s) to the procurement

    This procurement is not subject to any trade agreement.

    4. Set-aside under the Procurement Strategy for Indigenous Business

    This procurement is not subject to any set-asides for Indigenous Suppliers.

    5. Comprehensive Land Claims Agreement(s)

    This procurement is not subject to a Comprehensive Land Claims Agreement.

    6. Justification for the Pre-Identified Supplier

    There is a limited number of suppliers who have the experience and capabilities to provide a solution that meet the specified requirements.

    The pre-identified supplier meets all of the minimum essential requirements described in this ACAN.

    7. Government Contracts Regulations Exception(s)

    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection:

    (d) only one person is capable of performing the contract.

    8. Exclusions and/or Limited Tendering Reasons

    This procurement is not subject to any trade agreement.

    9. Ownership of Intellectual Property

    Ownership of any foreground intellectual property arising out of the proposed contract will vest with the contractor.

    10. Period of the proposed contract or delivery date

    The proposed contract is for a period of 1 year from April 1st, 2025, to July 2, 2025.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $59,500.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Tomahawk Industries Ltd.
    Address: #8 55 Alberta Ave, Spruce Grove, AB, T7X 3B1

    13. 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 and time of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    14. Closing date and time for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is March 27th, 2025

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Katherine Booth
    Regional Procurement Officer
    Telephone: (306)659-9300
    Facsimile: (306)659-9317
    E-mail: 501Contracts@csc-scc.gc.ca

    Business address

    8-55 Alberta Ave

    Spruce Grove, Albert, T7X 3B1
    Canada
    Notice type
    Advance Contract Award Notice
    Procurement method
    Advance Contract Award Notice
    Language(s)
    English
    ,
    French
    Selection criteria
    Not applicable
    Region(s) of delivery
    Edmonton

    Contract duration

    The contract will be for a period of 3 month(s), from 2025/04/01 to 2025/07/02.

    Commodity - UNSPSC

    • 25101500 - Passenger motor vehicles
    • 25172704 - Vehicle climate control systems

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    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:

    • None
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada (CSC)
    Address

    3427 Faithfull Avenue

    Saskatoon, Saskatchewan, S7K 8H6
    Canada
    Contracting authority
    Katherine Booth
    Phone
    (306) 659-9300
    Email
    501Contracts@csc-scc.gc.ca
    Address

    3427 Faithfull Avenue

    Saskatoon, Saskatchewan, S7K 8H6
    Canada