LIFE JACKETS & SAFETY/SURVIVAL EQMT
Solicitation number T8493-130011/A
Publication date
Closing date and time 2013/06/04 14:00 EDT
Description
Trade Agreement: NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA
Tendering Procedures: All interested suppliers may submit a bid
Attachment: None
Competitive Procurement Strategy: Lowest/Lower Bid
Comprehensive Land Claim Agreement: No
Nature of Requirements:
LIFE JACKETS & SAFETY/SURVIVAL EQMT
T8493-130011/A
Coté, Michel
Telephone No. - (819) 956-0118 ( )
Fax No. - (819) 997-0437
ANNEX A
REQUIREMENT
1. Nature of Requirement
A National Standing offer to supply lifejackets, life rafts,
survival packs and associated safety and survival equipment on
behalf of the Department of Transport on an as and when
requested basis also to provide repair and rectification and or
exchange, during the period of the National Individual Standing
Offer from July 1 2013 to August 31, 2016.
Plus a two year option extension., with an option to extend an
additional one year period from September 01, 2016 to August
31st, 2018 under the same conditions and at the rates or prices
specified in the Standing Offer, or at the rates or prices
calculated in accordance with the formula specified in the
Standing Offer.
Technical Mandatory Requirements
To be considered responsive, a bid must meet all of the
mandatory requirements M1 to M9 below. Bids not meeting all of
the mandatory requirements may be given no further
consideration.
It is imperative that the contractor address each of these
mandatory requirements in sufficient depth so as to allow the
evaluators a full understanding of the contractor's capabilities.
M1 - A statement of compliance for each RFSO numbered clause is
mandatory.
M2 - The offeror's financial proposal shall be provided at RFSO
Part 6B, Section 4. Since there is no list of part numbers
provided, the offeror may submit markups and/or discounts upon
company's commercial price list catalogue or may want to submit
prices upon provision of a Transport Canada individual purchase
order.
M3 - The offeror must provide the following certification:
("We hereby certify that the price quoted is not in excess of
the lowest price charged anyone else, including our most
favoured customer for like quantity and quality of the product.")
M4 - The Offeror must include identification of key technical
problems, if any, and outlines of solutions. (Identification of
problems and justification of solutions is the responsibility of
the contractor.)
M5 - The offeror must be FAA/MOT certified by Transport Canada
and provide the certification. Airworthiness certificates must
accompany each unit as laid out by the Canadian Aviation
Regulations (CARs).
M6 - The offeror must sell/provide only parts which are approved
by and listed in the maintenance manuals that have been
produced by the Original Equipment Manufacturer (OEM), or the
original parts manufacturer. Parts Manufacturer Authority shall
not be used.
M7 - In the event that negotiations are necessary with respect
to this RFSO, the offeror must be prepared to carry out and
complete such negotiations within thirty (30) days.
M8 - Canada reserves the right to reject any bid which does not
comply with this solicitation. Any deviation is to be clearly
identified and supported with full details.
M9 - Any offeror may be required to demonstrate to Canada's
satisfaction that it is capable of successfully completing the
Work in accordance with this solicitation.
For Buyers to cut and paste into Notices
IMPORTANT NOTICE TO SUPPLIERS
Government of Canada is moving its Government Electronic
Tendering Service from MERX to Buyandsell.gc.ca/tenders on June
1, 2013Starting June 1, 2013, federal government tenders (tender
notices and bid solicitation documents) will be published and
available free of charge on a Government of Canada Web site on
Buyandsell.gc.ca/tenders.The Government Electronic Tendering
Service on Buyandsell.gc.ca/tenders will be the sole
authoritative source for Government of Canada tenders that are
subject to trade agreements or subject to departmental policies
that require public advertising of tenders.Get more details in
the Frequently Asked Questions section of
Buyandsell.gc.ca/tenders. After June 1, 2013, all tenders and
related documents and amendments will be on
Buyandsell.gc.ca/tenders. On June 1, 2013, suppliers must go to
Buyandsell.gc.ca/tenders to check for amendments to any tender
opportunities that they have been following on MERX prior to
June 1. Bookmark Buyandsell.gc.ca/tenders now to be ready for
June 1!
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
-
Agreement on Internal Trade (AIT)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Coté, Michel
- Phone
- (819) 956-0118 ( )
- Fax
- (819) 997-0437
- Address
-
Portage III 8C1 - 50
11 Laurier St./11 reu LaurierGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Transport Canada
- Address
-
330 Sparks StOttawa, Ontario, K1A 0N5Canada
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.
Access the Getting started page for details on how to bid, and more.
| Document title | Amendment no. | Language | Unique downloads | Date added |
|---|---|---|---|---|
| ABES.PROD.BK_CAG.B006.E23722.EBSU000.PDF | 000 | EN | 10 | 2026/05/01 |
| ABES.PROD.BK_CAG.B006.F23722.EBSU000.PDF | 000 | FR | 1 | 2026/05/01 |