SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Atropine Sulfate Autoinjectors and Training Devices

Solicitation number W6369-23-A54

Publication date

Closing date and time 2022/09/12 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 for the supply of Atropine Sulfate autoinjectors to provide treatment of intoxication resulting from suspected exposure to chemical nerve agents, and an associated re-usable training device to train users on the safe handling and use of the device.

    The initial requirement is for 200 multi-use Atropine autoinjector training devices to be delivered 180 days after contract award and no later than 31 March 2023, including optional requirements to procure up to 3,000 Atropine Sulfate Autoinjectors and up to 500 multi-use Atropine Autoinjector training devices as and when requested during the period of the contract.

    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 its product/equipment/system (as appropriate) meets the following requirements:

    3.1 The Bidder must demonstrate with an executed Certificate of Analysis from a lot representative of the material to be delivered that they proposed Atropine Sulfate autoinjector contains 2.0 mg (or 1.67 mg atropine base).

    3.2 The Bidder must demonstrate that their proposed Atropine Sulfate autoinjector has the following information included on its primary package label:

    • Product name

    • Strength

    • Lot or batch number

    • Expiry date or date of manufacture

    A photo or design mock-up of the primary package label must be provided as part of their bid.

    3.3 The Bidder must demonstrate that their proposed Atropine Sulfate autoinjector has a minimum shelf-life of 24 months from date of manufacture.

    Real-time stability data for a minimum of 24 months at 15 - 25°C must be provided as part of their bid.

    3.4 The Bidder must demonstrate that their proposed Atropine Sulfate autoinjector is approved by Health Canada, the United States Food and Drug Administration (FDA), or the European Medicines Agency.

    A copy of the most recently approved prescribing information must be provided as part of their bid.

    3.5 The Atropine autoinjector training device must be the same size and shape as the Atropine Sulfate autoinjector.

    A photo or design mock-up must be provided as part of their bid.

    3.6 The Atropine autoinjector training device must be capable of being reset to facilitate multiple uses in a training environment

    Instructions on how to reset the training device must be provided as part of their bid.

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

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

    1. Canadian Free Trade Agreement (CFTA);
    2. Revised World Trade Organization - Agreement on Government Procurement (WTO-AGP);
    3. Canada-European Union Comprehensive Economic and Trade Agreement (CETA);
    4. Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP);
    5. Canada-Chile Free Trade Agreement (CCFTA);
    6. Canada-Colombia Free Trade Agreement;
    7. Canada-Honduras Free Trade Agreement;
    8. Canada-Korea Free Trade Agreement;
    9. Canada-Panama Free Trade Agreement;
    10. Canada-Peru Free Trade Agreement (CPFTA);
    11. Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA); and
    12. Canada-Ukraine Free Trade Agreement (CUFTA).

    5. Justification for the Pre-Identified Supplier

    Rafa Laboratories Limited, the pre-identified supplier, is the only known supplier that can provide Atropine Sulfate autoinjectors and multi-use autoinjector training devices.

    6. Government Contracts Regulations Exception(s)

    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

    The following exclusion(s) and/or limited tendering reasons are invoked under the following trade agreements:

    1. Canadian Free Trade Agreement (CFTA) – Article 513 (1) (b) (iii): due to an absence of competition for technical reasons;
    2. World Trade Organization - Agreement on Government Procurement (WTO-AGP) – Article XIII (b) (iii): due to an absence of competition for technical reasons;
    3. Canada-European Union Comprehensive Economic and Trade Agreement (CETA) – Article XIII (b) (iii): due to an absence of competition for technical reasons;
    4. Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) – Article 15.10 (2) (b) (iii): due to an absence of competition for technical reasons;
    5. Canada-Chile Free Trade Agreement (CCFTA) – Article Kbis-16 (2) (c): necessary to protect intellectual property;
    6. Canada-Colombia Free Trade Agreement – Article 1409 (1) (b) (iii): due to an absence of competition for technical reasons;
    7. Canada-Honduras Free Trade Agreement – Article 17.11 (2) (b) (iii): due to an absence of competition for technical reasons;
    8. 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;
    9. Canada-Panama Free Trade Agreement – Article 16.10 (1) (b) (iii): because of the absence of competition for technical reasons;
    10. Canada-Peru Free Trade Agreement (CPFTA) –Article 1409 (1) (b) (iii): due to an absence of competition for technical reasons;
    11. Canada-Ukraine Free Trade Agreement (CUFTA) – Annex 10-6 (2) (a): any form of preference, including set asides, to benefit micro, small and medium enterprises; and
    12. 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).

    8. Period of the proposed contract or delivery date

    The proposed contract is from contract award to 31 March 2027.

    9. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $404,100.00 (GST/HST extra).

    10. Name and address of the pre-identified supplier

    Rafa Laboratories Limited

    5 Shlomo (momo) Haveli

    Jerusalem, 9777019

    Isarel

    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 September 12, 2022 at 2:00 p.m. EDT.

    13. Inquiries and submission of statements of capabilities 

    All inquiries must be submitted in writing to the Contracting Authority no later than five (5) calendar days before the closing date of the ACAN. Inquiries received after that time may not be answered.

    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

    • 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
    World
    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: