Cadets - Workstations and Cases

Solicitation number W8561-130003/A

Publication date

Closing date and time 2013/03/06 14:00 EST

Last amendment date


    Description
    Trade Agreement: NONE
    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: 
    The purpose of this Amendment #001 to the Notice of Proposed
    Procurement (NPP) is to change the delivery date.
    
    
    CADETS CANADA - WORKSTATIONS AND CASES
    
    W8561-130003/A
    York, Rochelle
    Telephone No. - (613) 998-8408
    Fax No. - (613) 993-2581
    
    
    NATURE OF REQUIREMENT:
    
    Cadets Canada has a requirement for the supply and delivery of 6
    workstations (Classic Exhibits MOD-1133, or equivalent) and 6
    cases (Classic Exhibits Euro LT Clamshell Case (LT-550)
    (MOD-550)), or equivalent, as detailed at Annex "A" Statement of
    Requirements, Annex "B" Pricing and List of Deliverables, and
    Annex "C" Delivery Locations and Quantities.
    
    Cadets Canada has two optional requirements to replace the
    yellow Plex, or equivalent, wings of the workstations with Plex,
    or equivalent, wings with direct print graphics, and for 6 VESA
    monitor mounts with accompanying hardware.  The optional
    requirements may only be exercised upon contract award and must
    be shipped with the original quantities.
    
    DELIVERY DATE:
    
    All the deliverables must be delivered on or before March 28,
    2013 to the delivery addresses specified in Annex "C" Delivery
    Locations and Quantities.
    
    Deliveries must be made in full quantities for each delivery
    site.  Partial deliveries will not be accepted.  Only one (1)
    invoice for all shipments is to be made which should include the
    name, address, and destination of shipments, quantities,
    description, as well as the date and name of the company.  The
    Contractor should call the delivery contact for each location
    prior to any shipments.
    
    The Contractor must ensure the safe arrival of all deliverables
    at their final destination by using industry-standard packaging
    and shipping practices. Packing slips must accompany each
    shipment. All deliverables remain the responsibility of and at
    the risk of the Contractor until accepted by Canada in
    accordance with this Contract. The cost of replacing any units
    damaged in transit to the final destination is the Contractor's
    responsibility and units will not be considered delivered on the
    Delivery Date unless they are undamaged and ready for acceptance.
    
    
    MANDATORY REQUIREMENTS:
    
    M.1	Requirement and Equivalent Products
    
    The Bidder must provide specifications and descriptive
    literature for each proposed product (even if the Bidder is
    proposing the brands, makes and models as specified herein) in
    accordance with the requirement described in Annex "A" Statement
    of Requirements, and in accordance with SACC Manual Clause
    B3000T (2006-06-16) Equivalent Products (reproduced below for
    convenience).
    
    Equivalent Products:
    
    1.     Products that are equivalent in form, fit, function and
    quality to the item(s) specified in the bid solicitation will be
    considered where the Bidder:
    
    designates the brand name, model and/or part number of the
    substitute product;
    states that the substitute product is fully interchangeable with
    the item specified;
    provides complete specifications and descriptive literature for
    each substitute product; 
    provides compliance statements that include technical specifics
    showing the substitute product meets all mandatory performance
    criteria that are specified in the bid solicitation; and
    clearly identifies those areas in the specifications and
    descriptive literature that support the substitute product's
    compliance with any mandatory performance criteria.
    
    2.     Products offered as equivalent in form, fit, function and
    quality will not be considered if:
    
    the bid fails to provide all the information requested to allow
    the Contracting Authority to fully evaluate the equivalency of
    each substitute product; or
    the substitute product fails to meet or exceed the mandatory
    performance criteria specified in the bid solicitation for that
    item.
    
    3.     In conducting its evaluation of the bids, Canada may, but
    will have no obligation to, request bidders offering a
    substitute product to demonstrate, at the sole cost of bidders,
    that the substitute product is equivalent to the item specified
    in the bid solicitation. 
    
    If the Bidder proposes one or more products under the Equivalent
    Products article, Canada may, but will have no obligation to,
    request a sample of one or more of the product(s) proposed in
    order to determine whether the proposed product(s) meet the
    technical specifications identified at Annex "A" Statement of
    Requirements.  The Bidder will have the number of days specified
    by Canada in its request to provide the required sample(s). 
    Failure to provide a sample within the time allotted may result
    in the entire bid being declared non-responsive.
    
    If the Bidder fails to demonstrate in its technical proposal
    and/or through a sample provided (if requested by Canada) that a
    proposed product is equivalent (in accordance with SACC Manual
    Clause B3000T (2006-06-16) Equivalent Products, the entire bid
    will be declared non-responsive and will not be considered
    further.
    
    NOTE:  The Bidder is not required to submit a sample of any
    product(s) proposed with the bid submission.
    
    M.2	Financial Proposal
    
    The Bidder must provide complete costing information strictly in
    accordance with Annex "B" Pricing and List of Deliverables.  All
    line items, including line items for "Optional Goods and
    Services", in Annex "B" must be bid.  The total amount of Goods
    and Services Tax (GST) or Harmonized Sales Tax (HST) must be
    shown separately, if applicable.
    
    
    BASIS OF SELECTION:
    
    A bid must comply with the requirements of the bid solicitation
    and meet all mandatory technical evaluation criteria to be
    declared responsive.  The responsive bid with the lowest Bid
    Evaluation Value (BEV) will be recommended for award of a
    contract.
    
    
    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

    • No trade agreements are applicable to this solicitation process
    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
    York(CX Div.), Rochelle
    Phone
    (613) 998-8408 ( )
    Fax
    (613) 993-2581
    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
    French
    1
    000
    French
    3
    000
    English
    12
    001
    English
    0

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    ,
    Manitoba
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    ,
    Quebec (except NCR)
    ,
    National Capital Region (NCR)