SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

Aeromedical Transport Ventilators (ATVs)

Solicitation number W6369-18-A020/A

Publication date

Closing date and time 2018/02/08 13:00 EST


    Description

    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 Canadian Armed Forces (CAF), through the Canadian Forces Health Services Group (CF H Svcs Gp), has a requirement for 15 Aeromedical Transport Ventilators (ATVs) to be delivered on or before 31 March 2018, with options to purchase up to an additional seven (7) ATVs over four (4) years.

    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 it meets the following requirements.

    Each ATV must substantially meet the technical specifications and requirements defined in the Requirements attached as Annex A to this ACAN. Specifically, each ATV must:

    (a) Have a license of medical device granted by Health Canada;

    (b) Have approved air worthiness certification under RTCA/DO-160, or a similar accepted equivalence for standard environmental test conditions and applicable test procedures for airborne equipment;

    (c) Have a CAF Air Worthiness (AW) compliance for each of the following aircraft:

    (i) C150 Polaris;
    (ii) C144 Challenger;
    (iii) CC177;
    (iv) C130 Hercules;
    (v) C130J Hercules
    (vi) CH147 Chinook;
    (vii) CH146 Griffin; and
    (viii) CH149 Cormorant.

    (d) Have the option to attach a Chemical, Biological, Radiological, and Nuclear (CBRN) filter, NATO No 4240-01-361-1319, to the air compressor inlet; and

    (e) Have Canadian Standards Association (CSA) certification (www.csagroup.org/global/en/about-csa-group/certification-marks-labels), or an equivalent proof of certification or proof of equivalency that must be recognized by the Standard Council of Canada (SCC) (www.scc.ca).

    4. Name and address of the Pre-Identified Supplier

    Zoll Medical Canada
    405 Britannia Road East, Units 17-19
    Mississauga, Ontario L4Z 3E6

    5. Justification for the Pre-Identified Supplier

    It is understood that the Zoll EMV+ is the sole ATV available that meets all of the Minimum Essential Requirements detailed above.

    In addition, it is understood that Zoll Medical Canada is the sole distributor authorized to sell these devices in Canada.

    6. Government Contracts Regulations exception(s)

    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6 (d): only one person is capable of performing the contract.

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

    This procurement is subject to the following trade agreement(s), with the associated exclusion(s) and/or limited tendering reasons invoked:

    (a) Canadian Free Trade Agreement (CFTA), Article 513 (1) (b) (iii): due to an absence of competition for technical reasons;
    (b) Canada-Colombia Free Trade Agreement, Article 1409 (1) (b) (iii): due to an absence of competition for technical reasons;
    (c) Canada-Honduras Free Trade Agreement, Article 17.11 (2) (b) (iii): due to an absence of competition for technical reasons;
    (d) Canada-Panama Free Trade Agreement, Article 16.10 (1) (b) (iii): because of the absence of competition for technical reasons;
    (e) Canada-Korea Free Trade Agreement (CKFTA), referencing the WTO Protocol Amending the GPA, Article XIII (1) (b) (iii): due to an absence of competition for technical reasons;
    (f) Canada-Peru Free Trade Agreement, Article 1409 (1) (b) (iii): due to an absence of competition for technical reasons;
    (g) Comprehensive Economic and Trade Agreement (CETA), Article 19.12 (1) (b) (iii): due to an absence of competition for technical reasons; and
    (h) World Trade Organization - Agreement on Government Procurement (WTO-AGP), Article XIII (1) (b) (iii): due to an absence of competition for technical reasons.

    8. Ownership of Intellectual Property

    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.

    9. Security requirement:

    There is no security requirement associated with this procurement.

    10. Period of the proposed contract or delivery date

    The proposed period of the contract is from date of contract to four (4) years later.

    11. Suppliers' right to submit a Statement of Capabilities

    Suppliers who consider themselves fully qualified and available to provide the 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.

    The file number, the Contracting Officer's name and e-mail address, and the closing date of the ACAN must appear in the Statement of Capabilities.

    Documents may be submitted in either official language of Canada.

    12. Closing date for a submission of a Statement of Capabilities

    The closing date and time for accepting Statements of Capabilities is 8 February 2018 at 14:00 EDT.

    13. Inquiries and Statements of Capabilities are to be directed, by e-mail, to:

    Sandy (Alexander) Ueffing
    E-mail: Alexander.Ueffing@forces.gc.ca

    14. 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.

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

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    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
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Ueffing, Alexander
    Email
    alexander.ueffing@forces.gc.ca

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    English
    29
    000
    French
    4

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Region of opportunity
    World
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: