Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

CLOTHING INSECT REPELLENT (PERMETHRIN)

Solicitation number W6369-22-A045/B

Publication date

Closing date and time 2022/04/25 14:00 EDT


    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 Department of National Defence has a requirement to establish a Standing Offer for the manufacturing, labeling, packaging and shipping of Permethrin 0.5% aerosolized clothing treatment and Permethrin 40% product to be delivered to the Central Medical Equipment Depot (CMED), Petawawa Ontario.

    The annual volume is estimated at approximately 7,500 permethrin 0.5% aerosolized clothing treatments and 35,000 permethrin 40% products per year.

    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements).

    3.1 Any interested supplier must demonstrate by way of a statement of capabilities that its Permethrin products meets the following requirements:

    3.1.1 Permethrin 40% product

    (i) The Offeror must demonstrate that their Permethrin 40% is registered under the Health Canada Pest Management Regulatory Agency (PMRA). The Offeror must provide pest control products registration number.

    (ii) The Offeror must demonstrate with a batch certificate that their Permethrin has a concentration of 40%.

    (iii) The Offeror must demonstrate with a batch certificate that their Permethrin 40% product has a shelf life of a minimum 24 months at 15 - 30°C.

    (iv) The Offeror must demonstrate that their proposed Permethrin 40% product has the following information included on its product label:

    a. Ensure that all containers of Permethrin 40% product is labeled in accordance with PMRA requirements. As a minimum, product labels are to include:

    • Product name;
    • Ingredients;
    • Product registration number under Pest Control Products Act;
    • *Precautions;
    • *Toxicology information;
    • *Directions for use; and
    • *First Aid instructions.

    All labels must be printed in both official languages, English and French.

    * If not on primary label, the Offeror must provide copy of labels, brochure/leaflet where to find the information on the precautions, toxicology, the direction of use and the First Aids instruction. The information (brochures or leaflets) must be included in the product package system.

    b. The Offeror must provide copies of both the primary and secondary labels, including any brochures or leaflets. If the product is part of a kit then a photo, drawing or diagram of all components must be provided.

    (v) The Offeror must demonstrate that the case label of their proposed Permethrin 40% product includes as a minimum the product name. The Offeror must provide a picture of the case labelling.

    3.1.2 Permethrin 0.5% aerosolized clothing treatment

    (i) The Offeror must demonstrate that their Permethrin 0.5% aerosolized clothing treatment is registered under the Health Canada Pest Management Regulatory Agency (PMRA). The Offeror must provide pest control products registration number.

    (ii) The Offeror must demonstrate their Permethrin 0.5% aerosolized clothing treatment the following pesticide concentration and container type:

    a. Active ingredient: Permethrin;

    b. Concentration: 0.5%

    c. A minimum volume of 175ml/bottle to a maximum volume 250ml/bottle

    d. Route of Administration: Aerosolized

    The Offeror must provide a copy of the product label (front and back).

    (iii) The Offeror must demonstrate with a batch certificate that their Permethrin 0.5% aerosolized clothing treatment has a shelf life of a minimum 36 months at 15 - 30°C.

    (iv) The Offeror must demonstrate that all containers of Permethrin 0.5% aerosolized clothing treatment labeled in accordance with PMRA requirements. As a minimum, tube labels are to include:

    a. Product name;

    b. Ingredients;

    c. Product registration number under Pest Control Products Act;

    d. Directions for use;

    e. Precautions;

    f. First Aid instructions; and

    g. Toxicology information.

    All labels must be printed in both official languages, English and French. The Offeror must provide a picture of the tube label.

    (v) The Offeror must demonstrate that the case label of their proposed Permethrin 0.5% aerosolized clothing treatment includes as a minimum the product name. The Offeror must provide a picture of the case labelling.

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

    This procurement is subject to the following trade agreement(s):

    a. Canadian Free Trade Agreement (CFTA);

    b. Revised World Trade Organization - Agreement on Government Procurement (WTO-AGP);

    c. Canada-European Union Comprehensive Economic and Trade Agreement (CETA);

    d. Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP);

    e. Canada-Chile Free Trade Agreement (CCFTA);

    f. Canada-Colombia Free Trade Agreement;

    g. Canada-Honduras Free Trade Agreement;

    h. Canada-Korea Free Trade Agreement;

    i. Canada-Panama Free Trade Agreement;

    j. Canada-Peru Free Trade Agreement (CPFTA);

    k. Canada-Ukraine Free Trade Agreement (CUFTA); and

    l. Canada United Kingdom Trade Continuity Agreement

    5. Justification for the Pre-Identified Supplier

    Sawyer Products Inc., the pre-identified supplier, is the only know supplier that sells both Permethrin 0.5% spray and Permethrin 40% product for military use.

    6. Government Contracts Regulations Exception

    The following exception to Government Contracts Regulations (GCRs) from http://laws-lois.justice.gc.ca/eng/regulations/SOR-87-402/page-2.html#h-6) is applicable:

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

    7. Exclusions and/or Limited Tendering Reasons

    . Canadian Free Trade Agreement (CFTA) – Article 513 (1) (b) (iii): due to an absence of competition for technical reasons;

    b. World Trade Organization - Agreement on Government Procurement (WTO-AGP) – Article XIII (b) (iii): due to an absence of competition for technical reasons;

    c. Canada-European Union Comprehensive Economic and Trade Agreement (CETA) –Article 19.12 (b) (iii): due to an absence of competition for technical reasons;

    d. Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) – Article 15.10 (2) (b) (iii): due to an absence of competition for technical reasons;

    e. Canada-Chile Free Trade Agreement (CCFTA) – Article Kbis-9 (b): an absence of competition for technical reasons;

    f. Canada-Colombia Free Trade Agreement – Article 1409 (1) (b) (iii): due to an absence of competition for technical reasons;

    g. Canada-Honduras Free Trade Agreement – Article 17.11 (2) (b) (iii): due to an absence of competition for technical reasons;

    h. Canada-Korea Free Trade Agreement – referencing the WTO Protocol Amending the GPA, Article XIII (1) (b) (iii): due to an absence of competition for technical reasons;

    i. Canada-Panama Free Trade Agreement – Article 16.10 (1) (b) (iii): because of the absence of competition for technical reasons;

    j. Canada-Peru Free Trade Agreement (CPFTA) –Article 1409 (1) (b) (iii): due to an absence of competition for technical reasons;

    k. Canada-Ukraine Free Trade Agreement (CUFTA) – Annex 10-13 (b) (iii): due to an absence of competition for technical reasons; and

    l. Canada-United Kingdom Trade Continuity Agreement: refer to CETA as the provisions of CETA are incorporated by reference into and made part of this Agreement. (CETA) Article 19.12 (b) (iii): due to an absence of competition for technical reasons.

    8. Period of the proposed Standing Offer or delivery date

    The proposed Standing Offer period is from date of standing offer award to 31 March 2025 with two (2) additional one (1) year optional periods.

    9. Cost estimate of the proposed Standing Offer

    The estimated value of the Standing Offer, including options is $2,720,000.00 (taxes not applicable).

    10. Name and address of the pre-identified supplier

    Name: Sawyer Products Inc.

    Address: PO Box 188

    11. Suppliers' right to submit a statement of capabilities

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

    12. Closing date for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is 25 April 2022 at 2:00 p.m. EDT.

    13. Inquiries and submission of statements of capabilities 

    Inquiries and statements of capabilities are to be directed to:

    Name: Marie-Diane Payeur
    Title: Senior Procurement Officer
    E-mail: Marie-Diane.Payeur@forces.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Payeur, Marie-diane
    Phone
    819-939-8469
    Email
    Marie-Diane.Payeur@forces.gc.ca
    Address
    105 Hotel de Ville
    Gatineau, QC, K1O 0K2
    CA

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Canada
    Region of opportunity
    Unspecified
    Procurement method
    Competitive - Limited Tendering
    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: