Flat printing - Various targets

Solicitation number W8486-195090/A

Publication date

Closing date and time 2019/02/05 14:00 EST

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: If 2+ bids offer Canadian goods/services other bids will not be considered
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    FLAT PRINTING - VARIOUS TARGETS (Shooting targets)
    
    
    W8486-195090/A
    Name: Daniel Buck
    Telephone: 613-998-8582
    E-mail address: Daniel.Buck@tpsgc-pwgsc.gc.ca
    
    
    NATURE OF REQUIREMENT
    
    The Department of National Defence (DND) requires the production to final format and delivery of different types of shooting targets. The targets must be delivered to Montreal, QC and Edmonton, AB as per the delivery schedule in Annex ''A'' Statement of Work.
    
    The various targets will be ordered on an ''if and when'' required basis at any time and at the sole discretion of DND for the following three (3) categories of targets:
    
    Category 1: Polyethylene foam target
    Category 2: Target Paster and Dispenser box
    Category 3: Paper and Paperboard target
    
    Offerors may submit an offer for any one (1) or multiple categories. Offerors are required to clearly identify in their offer, for which category or categories they are submitting an offer.
     
    In order to prepare an offer in response to the Request For Standing Offer (RFSO), offerors must have access to the technical specifications that are proprietary to Canada. It is a condition of the RFSO that offerors sign a Confidentiality Agreement substantially in the form set out in Annex ''E'' before being given access to such information before it is provided to them as part of the RFSO.
    
    All requests to obtain the technical specifications of any of the targets must be submitted in writing to the Standing Offer Authority (Daniel.Buck@tpsgc-pwgsc.gc.ca and TPSGC.padgamiace-appbmpace.PWGSC@tpsgc-pwgsc.gc.ca) no later than fifteen (15) business days before the Request for Standing Offers (RFSO) closing date.
    
    Canada anticipates issuing two (2) standing offers for each category.
    
    The period of each Standing Offer will be from the date of issuance to March 31, 2020 inclusive.
    
    If the Standing Offer is authorized for use beyond the initial period, the Offeror offers to extend its offer for an additional four (4) one (1) year periods, under the same conditions and at the prices specified in the Standing Offer.
    
    The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA).
    
    The requirement is subject to a preference for Canadian goods and/or services.
    
    The Request for Standing Offers (RFSO) is to establish National Individual Standing Offers for the requirement detailed in the RFSO, to the Identified Users across Canada, excluding locations within Yukon, Northwest Territories, Nunavut, Quebec, and Labrador that are subject to Comprehensive Land Claims Agreements (CLCAs). Any requirement for deliveries to locations within CLCAs areas within Yukon, Northwest Territories, Nunavut, Quebec, or Labrador will have to be treated as a separate procurement, outside of the resulting standing offers.
    
    Canada encourages self-declared aboriginal businesses to submit an offer.
    
    
    MANDATORY TECHNICAL CRITERIA
    
    The mandatory technical evaluation criteria are included in Annex ''F'' Evaluation Grid.
    
    Offerors submitting an Offer in response to this Request for Standing Offer must respond to all mandatory technical evaluation criteria corresponding to the category for which they are submitting an offer. The technical evaluation criteria for category 1, 2 and 3 are included at Appendix 1, 2 and 3 of Annex ''F'', respectively.
    
    Offerors may submit an offer for any one (1) or multiple categories. Offerors are required to clearly identify in their offer, for which category or categories they are submitting an offer.
    
    EACH CATEGORY WILL BE EVALUATED SEPARATELY.
    
    OFFERS NOT MEETING ALL OF THE MANDATORY REQUIREMENTS FOR THE APPLICABLE CATEGORY WILL BE CONSIDERED NON RESPONSIVE AND GIVEN NO FURTHER CONSIDERATION FOR THAT CATEGORY.
    
    
    FINANCIAL EVALUATION
    For Each Category Separately (Category 1, Category 2, and Category 3):
    
    The price of the offer will be evaluated in Canadian dollars, all applicable taxes excluded, FOB destination, Canadian customs duties and excise taxes included.
    
    For each category, the sum of the evaluated prices in the Annex ''B'' Basis of Payment will determine the Total evaluated price of the category.
    
    
    BASIS OF SELECTION
    For Each Category Separately (Category 1, Category 2, and Category 3):
    
    An offer must comply with the requirements of the Request for Standing Offers and meet all mandatory technical evaluation criteria to be declared responsive. The responsive offer with the lowest and the second lowest evaluated price for each category will be recommended for issuance of a standing offer.
    
    The Offeror with the lowest evaluated price will receive the right of first of refusal. The Offeror with the second lowest evaluated price will be the first alternate.
    
    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

    • Canadian Free Trade Agreement (CFTA)

    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
    Buck, Daniel
    Phone
    (613) 998-8582 ( )
    Email
    daniel.buck@tpsgc-pwgsc.gc.ca
    Address
    360 Albert St./ 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, 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
    001
    English
    19
    001
    French
    1
    English
    27
    000
    English
    62
    000
    French
    5
    French
    2

    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
    ,
    Quebec (except NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Lowest Price
    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: