Conducted Energy Weapon (CEW) Testing

Status Awarded

Contract number 7218885

Solicitation number 201602377

Publication date

Contract award date

Contract value

CAD 127,125.00

    Description

    This contract was awarded to:

    Electronics Test Centre – MPB Technologies

    Trade Agreements: Agreement on Internal Trade (AIT)

    Competitive Procurement Strategy: Lowest/Lower Bid

    Comprehensive Land Claim Agreement: No

    Nature of Requirement: Conducted Energy Weapon (CEW) Testing

    The Royal Canadian Mounted Police has a requirement for the testing and provision of test results for its Conducted Energy Weapons (CEW) models X26E and X26P.

    The Request for Proposal will be evaluated using mandatory criteria and price. To be considered responsive, a proposal must comply with all the requirements of the bid solicitation and meet all mandatory technical evaluation criteria. The bidder with the lowest responsive price will be recommended for contract award.

    Some of the Mandatory Requirements are:

    1) The bidder must be ISO/IEC 17025 Certified. Please demonstrate by providing a copy of the certification at bid submission.
    2) The bidder must be licensed by the chief Provincial Firearms Office to store CEWs on site during testing. Please demonstrate by providing a copy of the license at bid submission.
    3) The bidder must be able to provide a fully equipped and secure calibration lab traceable to National Standards and ISO 9001 certified in Canada. Please demonstrate these claims of traceability with valid and current documentation and records of the equipment used in the calibration process.

    See RFP for complete list of Mandatory Requirements and details of the requirement.

    The Crown retains the right to negotiate with suppliers on any procurement.

    The period of the contract is for one year with two additional one year periods.

    Documents may be submitted in either official language of Canada.

    RCMP has adopted the Integrity Regime administered by PSPC. As a result, the integrity provisions are being applied in RCMP contracting activities as outlined in this solicitation.

    The RCMP has published its National Procurement Plan. For further information, please see link:

    RCMP National Procurement Plan Fiscal Year 2016-2017

    http://www.rcmp-grc.gc.ca/en/rcmp-national-procurement-plan

    http://www.rcmp-grc.gc.ca/fr/plan-national-dapprovisionnement-grc

    File Number: 201602377

    Contracting Authority: Kaleigh Lafontaine

    Phone Number: 613-843-3800

    Fax Number: 613-825-0082

    E-Mail: kaleigh.lafontaine@rcmp-grc.gc.ca

    Business address
    302 Legget Drive, Unit 100
    Tel. 613-599-6800
    Fax: 613-599-7614
    Ottawa, Ontario, K2K 1Y5
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • R019F - Consulting Services
    Contact information

    Contracting organization

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Contracting authority
    Lafontaine, Kaleigh
    Phone
    613-843-3800
    Address
    73 Leikin Drive, M1 - 4th Floor, Mailstop 15
    Ottawa, ON, K1A 0R2
    CA

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Date modified: