INDOOR EXHIBIT STRUCTURE
Solicitation number W8484-147988/A
Publication date
Closing date and time 2013/08/30 14:00 EDT
Last amendment date
Description
Trade Agreement: Agreement on Internal Trade (AIT) 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: INDOOR EXHIBIT STRUCTURE W8484-147988/A Amaral(CX Div.), Paola Telephone No. - (613) 993-5642 Fax No. - (613) 993-2581 NATURE OF REQUIREMENT: The Department of National Defence (DND) has a requirement for the supply and delivery of a Truss System to augment DND's existing truss inventory (Skyline Skytuss Exhibit System), as detailed in Annex "A" - Statement of Requirements and Annex "B" - Pricing and List of Deliverables. DELIVERY DATE: All the deliverables must be delivered on or before September 20, 2013, as detailed in Annex A Statement of Requirements Article A.4, to: 45 Sacr-Coeur Blvd. Gatineau, QC, K1A 0K2 Attention: to be provided in the resulting contract PERIOD OF CONTRACT: The period of the Contract is from date of Contract award to October 3rd, 2014. M.1 Requirement and Equivalent Products The Bidder must provide specifications and descriptive literature for each proposed product 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: 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: (a) designates the brand name, model and/or part number of the substitute product; (b) states that the substitute product is fully interchangeable with the item specified; (c) provides complete specifications and descriptive literature for each substitute product; (d) provides compliance statements that include technical specifics showing the substitute product meets all mandatory performance criteria that are specified in the bid solicitation; and (f) clearly identifies those areas in the specifications and descriptive literature that support the substitute product's compliance with any mandatory performance criteria. Products offered as equivalent in form, fit, function and quality will not be considered if: (g) he bid fails to provide all the information requested to allow the Contracting Authority to fully evaluate the equivalency of each substitute product; or (h) the substitute product fails to meet or exceed the mandatory performance criteria specified in the bid solicitation for that item. 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 in 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-reponsive and will not be considered further. The Bidder is not required to propose the same brands for all products listed under A.3 Deliverables. 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 informatin strictly in accordance with Annex B Pricing and List of Deliverables. All line items in Annex B must be bid. The total amount of Applicable Taxes must be shown separately. 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 evaluated price 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
-
Agreement on Internal Trade (AIT)
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
- Amaral(CX Div.), Paola
- Phone
- (613) 993-5642 ( )
- Fax
- (613) 993-2581
- Address
-
360 Albert St. / 360, rue Albert
12th Floor / 12ime tageOttawa, Ontario, K1A 0S5
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__CX.B011.E63307.EBSU000.PDF | 000 | EN | 31 | |
ABES.PROD.PW__CX.B011.F63307.EBSU000.PDF | 000 | FR | 7 |
Access the Getting started page for details on how to bid, and more.