Buy Canadian Policy

The Government of Canada has introduced new policies to protect, build, and transform Canadian industries. Check out Buy Canadian Policy for more information on what this could mean for you.

SCBA Annual Testing

Solicitation number 21807-25-0067

Publication date

Closing date and time 2025/09/29 17:00 EDT

Last amendment date


    Description

    SCBA Annual Testing Contract

    This requirement is for: The Correctional Service of Canada.

    Trade agreement: Canadian Free Trade Agreement (CFTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free Trade Agreement,

    Policy on Reciprocal Procurement:
    This solicitation is open only to Canadian suppliers and to Suppliers of an applicable trading partner.

    Competitive Procurement Strategy: Lowest priced compliant bid.

    Set-aside under the Procurement Strategy for Indigenous Business: This procurement is not subject to any set-asides for Indigenous Suppliers.

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

    Security Requirements: This contract does not include security requirements.

    Nature of Requirements:

    The following is a summary of the statement of work for this requirement.

    The Correctional Service Canada (CSC) has a requirement for annual inspection and flow testing of the Pacific Region’s inventory of Mine Safety Appliances (MSA) FireHawk M7 Self-Contained Breathing Apparatus (SCBA) Units and spare masks in accordance with the MSA manufacturer’s specifications and requirements. The Contractor must also provide a one time second stage regulator new valve assembly conversion service.

    1.1 Background:
    The Pacific Region Correctional institutions and staff college require annual services to conduct flow testing and inspections on its inventory of MSA SCBA units and spare masks.

    1.2 Objectives:
    1.2.1 The annual testing and inspection of all Pacific Region MSA FireHawk M7 SCBA Units and spare masks is to ensure proper function and compliance with Manufacturer’s specifications and recommendations. Supply and replacement of all batteries is to be included in the testing and inspection process.

    1.2.2 A one time second stage regulator new valve assembly conversion service is to be completed in the first year of the contract along with the annual flow test and inspection service.

    1.3 Tasks:

    1.3.1 The contractor must complete a second stage regulator new valve assembly conversion service during the first year of the contract on all MSA Firehawk M7 SCBA units in the Pacific region’s SCBA inventory that still require this upgrade to meet the manufacturer’s maintenance standard. The Contractor must refer to the MSA product information news bulletin dated February 16, 2009 – Firehawk Regulator new valve assembly. CSC estimates that all 260 MSA Firehawk M7 SCBA units in the Pacific region inventory will require this service upgrade.

    The Contractor must only complete the second stage regulator new valve assembly conversion service once during the period of the contract during the first year of the service contract.

    1.3.2 The contractor must provide the labour, tools and equipment to conduct the second stage regulator new valve assembly conversion service, CSC will provide the necessary parts for this conversion (see Client Support). The contractor must be MSA Care Certified to conduct this conversion service.

    1.3.3 The contractor must conduct annual inspections and flow testing of all MSA FireHawk M7 SCBA Units in accordance with MSA manufacturer’s specifications and recommendations to ensure proper function and compliance. The annual inspections and flow testing must include but is not limited to the following:

    1.3.4 Visual Inspection must include but is not limited to:
    Facepiece, Backframe/Harness, Low Pressure Warning, Hoses, Power Module, HUD, Control Module, Analog and Digital Gauges and all other applicable components as per manufacturer requirements.

    1.3.5 Functional Tests must include but is not limited to:
    Facepiece (leak test), Exhalation Valve, Pressure Gauge (digital and analogue), Alarm Accuracy, Alarm Ring down, Static Facepiece Pressure, Static First Stage Pressure, First Stage Pressure Change, Bypass Test, High Pressure Leakage as per manufacturers requirements.

    1.3.6 HUD Test must include but is not limited to:
    Test the Heads-up Display for accuracy at ¼, ½, ¾ Pressure(s) as per manufacturer’s requirements.

    1.3.7 The contractor must supply and install new O rings in each unit.

    1.3.8 The contractor must provide a Flow Test Result/Inspection Record Sheet for each SCBA unit and spare mask.

    a. The format of Flow Test Result/Inspection Record Sheet must be consistent with manufacturer’s
    format.

    b. The Flow Test Result/Inspection Record Sheet must be provided to the specific CSC institution
    where the SCBA units are used.

    1.3.9 The contractor must supply and install four (4) new “C” batteries in each unit and three (3) new “AAA” batteries in each SCBA unit mask using manufacturer approved batteries. The Contractor must:

    a. Inspect HUD Battery Cradle and replace with manufacturer approved batteries.
    b. Inspect Power Module Battery Cradle and replace with manufacturer approved batteries.

    1.3.10 The contractor must conduct inspection and testing of all spare masks in accordance with MSA manufacturer’s specifications and recommendations. CSC estimates that there are approximately 100 spare masks to test and inspect.

    1.3.11 The contractor must supply and install three (3) new AAA batteries in each spare mask tested using manufacturer approved batteries.

    1.3.12 The contractor must provide for replacement parts and repair services as and when requested for any unit(s) that needs replacement parts and repair services at the time of testing. The contractor must obtain the Project Authority’s prior approval for any parts or repairs where estimated cost of materials, or labour, or both is equal to or exceeds $500.00.

    1.3.13 The contractor must provide trained repair persons certified by the MSA manufacturers as: Certified Air Mask Repair Education (C.A.R.E) trained for MSA FireHawk SCBA units to conduct all flow testing, inspections, repairs and second stage regulator conversion services.

    1.3.14 If the contractor finds that any task required to complete the annual testing and inspection and second stage regulator new valve assembly conversion services has been omitted or has not been properly described in this Statement of Work, the contractor must advise the Project Authority and obtain the Project Authority’s approval prior to providing any additional services.

    1.3.15 Supply and replacement of all batteries is to be included in the testing and inspection process.

    1.3.16 A one time second stage regulator new valve assembly conversion service is to be completed in the first year of the contract along with the annual flow test and inspection service.

    1.3.17 Unit quantities (estimated) and locations as follows:

    a. Matsqui Complex :
    Fraser Valley Institution 16 SCBA Units
    Matsqui Institution 34 SCBA Units
    Pacific Institution 31 SCBA Units
    Regional Staff College 37 SCBA Units (CSC will shuttle the RSC Units to be to Matsqui Complex for testing)
    b. Agassiz Complex:
    Kent Institution 76 SCBA Units
    Mountain Institution 29 SCBA Units

    c. Mission Complex:
    Mission Institution 37 SCBA Units

    1.4 CSC Support:

    1.4.1 CSC will provide the parts listed below to the contractor to complete the second stage regulator new valve assembly conversion service on up to 260 Firehawk M7 SCBA units.

    - 10087295 Valve Assembly
    - 10087301 Housing Assembly
    - 10092041 Spring, Diaphragm

    1.5 Deliverables:

    1.5.1 Flow testing and inspection services for all SCBA units including O rings replacement.

    1.5.2 Supply and install new batteries in each unit and mask.

    1.5.3 Testing of up to approximately 100 Spares Masks distributed throughout the region at the various sites.

    1.5.4 Provision of replacement parts and repair services as and when requested.

    1.5.5 Provision of a Flow Test Result/Inspection Record Sheet for each SCBA unit and spare mask tested/inspected as per task 1.3.8.

    1.5.6 All flow testing, inspections, repairs and second stage regulator new valve assembly conversion
    services must be conducted by trained repair persons certified by the MSA manufacturer as:
    Certified Air Mask Repair Education (C.A.R.E.) trained for MSA FireHawk SCBA units.

    1.5.7 The contractor must invoice as per directions from the Correctional Service Canada Regional Headquarters contracting authority.
    1.6 Location of work:

    1.6.1. The Contractor must perform the work at:

    a. Matsqui Complex -Central Heat Plant,
    33344 King Road,
    Abbotsford, BC
    V2S 4P3

    b. Agassiz Complex
    4732 Cemetery Road,
    Agassiz, BC
    V0M 1A0

    c. Mission Complex- Medium Institution
    8751 Stave Lake Street,
    Mission, BC
    V2V 4L8
    1.7 Travel

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

    1.8 Language of Work:

    1.8.1 The contractor must perform all work in English.

    Any conditions for participation of suppliers not specified in solicitation documentation: none.

    Estimated quantity of commodity: see solicitation document statement of work and basis of payment.

    Duration of Contract and Time Frame for Delivery:

    Period of the Contract: The Work is to be performed during the period of October 31 2025 to March 31, 2028, with the option to renew for two (2) additional one-year periods.

    File Number: 21807-25-0067

    Contracting Authority: Katie McKeever
    Telephone number: 236-380-2294
    E-mail: Katie.McKeever@CSC-SCC.GC.CA

    NOTE TO BIDDERS:

    Bidders can obtain the complete statement of work and evaluation criteria by downloading the solicitation document and associated documents from the website.

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

    Documents may be submitted in either official language of Canada (English or French).

    After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

    Procurement Assistance Canada (PAC) offers seminars to businesses interested in learning how to sell goods and services to the Government of Canada. The seminars are FREE.

    Topics include:
     Understand the federal procurement process;
     Learn about searching for opportunities;
     Find out how to bid on opportunities;
     Discover how to prepare to sell to the government.

    The full schedule of seminars can be found on the Procurement Assistance Canada website, under find an event (Procurement Assistance Canada: Find an event - Canada.ca).

    Contract duration

    The estimated contract period will be 29 month(s), with a proposed start date of 2025/10/31.

    Trade agreements

    • Please refer to tender description or tender documents

    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

    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.

    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada (CSC)
    Address

    33991 GLADYS AVENUE

    ABBOTSFORD, BC, V2S2E8
    CANADA
    Contracting authority
    Katie McKeever
    Phone
    (236) 380-2294
    Email
    Katie.McKeever@CSC-SCC.GC.CA
    Address

    33991 GLADYS AVENUE

    ABBOTSFORD, BC, V2S2E8
    CANADA
    Bidding details
    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
    Caption
    Document title Amendment no. Language Unique downloads Date added
    001 EN and FR 6 2025/09/23
    001 EN 29 2025/09/03
    001 FR 1 2025/09/03
    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    ,
    Abbotsford
    Region of opportunity
    British Columbia
    Contract duration
    29 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Variations or combinations of the above methods

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: