R&O of Aircraft Fuel System Confined Space Entry Equipment

Solicitation number W8485-184703/B

Publication date

Closing date and time 2018/11/07 14:00 EST


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    This bid solicitation cancels and supersedes previous bid solicitation number W8485-184703/A dated 05 July 2018 with a closing of 14 August 2018 at 14:00 Eastern Daylight (EDT). A debriefing or feedback session will be provided upon request to bidders who bid on the previous solicitation.
    
    Trade Agreements: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Chile / Peru / Colombia / Panama / Korea / Ukraine / Honduras
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Highest Combined Rating of Technical Merit and Price
    
    NATURE OF THE REQUIREMENT:
    
    W8485-184703/B
    REPAIR AND OVERHAUL OF AIRCRAFT FUEL SYSTEM CONFINED SPACE ENTRY EQUIPMENT
    
    The Royal Canadian Air Force (RCAF) has a requirement for the provision of a Repair and Overhaul (R&O), for intrinsically safe (explosive proof) confined space entry equipment used to enter fuel cells and tanks on a variety of aircraft, as listed in Appendix 1 to Annex A. 
    
    NATO Stock Number (NSN) Items on the Repairable Items List at Appendix 1 to Annex A:
    4240-21-920-8077 - Breather Box Pneumatic
    4240-21-920-8079 - Breathing, Apparatus, Self Contained
    4240-21-920-8080 - Breather Box, Electrical
    4460-01-593-0738 - Breather Box Pneumatic C/W Cart
    4310-01-446-4979 - Portable Compressor
    5830-21-921-1829 - Inter-Communication Set
    6080-01-493-7005 - White Light Fiber Optic Kit
    6230-20-001-5637 - Light Extension, Explosive Proof
    6665-01-481-4192 - Carbon Monoxide Indicator Breather Box
    6665-01-481-4193 - Carbon Monoxide Indicator Breather Box
    6665-01-481-4194 - Carbon Monoxide Indicator Portable Compressor
    6665-01-552-6039 - AutoRae Controller
    6665-01-552-7549 - MultiRae Plus Cradle
    6665-21-914-1293 - MultiRae Detector Kit Gas
    6665-01-599-6704 - Multi Rae PRO Detector Kit Gas
    4920-20-003-3085 - Vacuum Sanding Kit Tiger Vac
    7910-20-001-8530 - Cleaner Vacuum Electric Tiger Vac
    7910-21-908-3235 - Cleaner Vacuum Pneumatic Tiger Vac
    7910-21-910-8810 - Cleaner Vacuum Electric Tiger Vac
    7910-21-910-8856 - Cleaner Vacuum Electric Tiger Vac
    7910-20-001-8527 - Cleaner Vacuum Electric Tiger Vac
    4930-20-001-5544 - Dispensing Pump, Hand Driven, Tiger Vac
    8120-01-494-9554 - Cylinder, Compressed Gas, Air Breathing
    8120-01-500-8444 - Cylinder, Compressed Gas, Air Breathing
    
    Bidders provide Original Equipment Manufacturer (OEM) certification for a minimum of six (6) NSN items on the Repairable Items List at Annex A, Appendix 1. See Annex E Technical Evaluation Plan.
    
    The Contractor represents that only personnel holding the requisite OEM certification (Service Training Certificate) will perform the Work pursuant to the Statement of Work.
    
    CONTRACT DURATION:
    
    The period of the resulting Contract under this requirement will be from date of Contract to March 31, 2021 inclusive. The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to two (2) additional one (1) year period(s) under the same conditions.
    
    NOTE TO BIDDERS:
    
    1. This bid solicitation allows bidders to use the epost Connect service provided by Canada Post Corporation to transmit their bid electronically.
    
    2. The Phased Bid Compliance Process (PBCP) applies to this requirement. It provides bidders or offerors with an opportunity, after the solicitation closing date, to correct a finding of non-compliance with respect to Eligible Mandatory Requirements. Where a bidder or offeror is evaluated as non-compliant they will be offered an opportunity to submit additional or different information in order to be re-evaluated as compliant with respect to such Eligible Mandatory Requirement.
    
    3. There are security requirements associated with this requirement.
    
    4. Canada requires that each bid be signed by the Bidder or by an authorized representative of the Bidder.
    
    5. Ensure that the Bidder's name, and return address, bid solicitation number, and solicitation closing date and time are clearly visible on the bid.
    
    ENQUIRIES:
    
    All enquiries must be submitted in writing to the Contract Authority no later than ten (10) calendar days before the bid closing date.
    File Number: W8485-184703/B
    Contract Authority: Wayne Nicholson
    Email: Wayne.Nicholson@tpsgc-pwgsc.gc.ca
    This PWGSC office provides procurement services to the public in both official languages.
    
    DEBRIEFINGS:
    
    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 from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.
    
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    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)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Nicholson, Wayne
    Phone
    (873) 469-3881 ( )
    Email
    wayne.nicholson@tpsgc-pwgsc.gc.ca
    Address
    11 Laurier St. / 11, rue Laurier
    8C1, Place du Portage
    Gatineau, Québec, K1A 0S5

    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
    French
    2
    000
    English
    37

    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
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    Foreign
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: