Portable Dive Shelter

Solicitation number W0100-198349/A

Publication date

Closing date and time 2018/11/01 13:00 EDT


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    HDT Expeditionary Systems Limited
    35 Wilson Avenue
    Belleville Ontario
    Canada
    K8P1R7
    Nature of Requirements: 
    
    Portable Dive Shelter
    
    1 Advance Contract Award Notice (ACAN) 
    An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. 
    
    2 Definition of the requirement 
    Public Services and Procurement Canada on behalf of Department of National Defence has a requirement for the supply and delivery of 4x3 Portable, self-contained, multi-climate, dive compatible shelters complete with corresponding compressors, HVAC unit, and supplementary heater for artic operations, modular flooring and miscellaneous equipment required to pack and unpack the shelters. The shelters must be two (2) Green coloured systems and two (2) Arid coloured systems and must read RCN on the side.
    
    3 Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    o The system must be constructed from abrasion-resistant, water repellent and ultra violet light resistant materials. 
    o Each system must contain at least three (3) shelters to ensure space is available for habitation, operations, and equipment or vehicle storage purposes. 
    o Each shelter must include any special equipment to be erected or struck within 10 minutes by no more than two (2) personnel. 
    o The individual shelters that make up the system must be able to be interconnected in a variety of configurations to accommodate mission requirements and site needs. 
    o The system must provide habitable shelter for personnel and equipment in both extreme arctic climates (-40 degrees Celsius) and tropical climates (+50 degrees Celsius).
    o Each shelter must be able to withstand winds up to (50 knots). 
    o Each must have a minimum interior dimension of 6m x 10m (20ft x 30ft). 
    o Each shelter must have an integrated interior floor space that is clear of any support poles, supports or struts to maximise configuration options, including through ice diving operations, and ensure unobstructed movement of personnel within. 
    o Shelters must be equipped with internal HVAC, electrical and lighting services. 
    o The shelter must incorporate a thermal liner/layer to provide additional insulation from the environment and maintain an internal temperature of 20 degrees Celsius.
    o Each shelter must have window and door configurations (side and end) to ensure multiple ingress/egress points. 
    o The end openings must be configurable to have either a personnel, large cargo or vehicle door. 
    o The shelter system must be easily moved by a limited number of personnel when packaged to allow deployment in remote areas inaccessible to large vehicles.
    Any interested supplier must demonstrate by way of a statement of capabilities that its product/equipment/system (as appropriate) meets the following requirements:
    o The shelter system must be compatible with current HDT Air Beam shelter systems in use by CAF Fleet Diving Unit. By compatibility, the Shelter must be capable of integrating with the existing HDT Airbeam shelter infrastructure. Lack of compatibility will limit the utility of existing shelters and our ability to scale shelter size to meet the exercise requirements.
    o Rapidly deployed/struck within 10 minutes by no more than two (2) people. 
    o Shelter system to include environmental control unit capable of heating or cooling the interior to maintain 20 degrees Celsius in both Arctic and arid environments. 
    o Ability to “complex” the shelters by joining them at either the sides or ends of the structure.
    o Must be constructed such that there are no internal support poles or struts that restrict the internal movement of personnel, storage of equipment or vehicles, and configuration options.
    o Must have an integrated floor that also allows for through ice diving operations.
    
    4 Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreement(s)
    o Canadian Free Trade Agreement (CFTA) OR Agreement on Internal Trade (AIT)
    o World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    o North American Free Trade Agreement (NAFTA)
    o Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    
    5 Justification for the Pre-Identified Supplier 
    
    The proposed contractor (HDT Expeditionary Systems Inc.) deals directly with the OEM, as HDT Expeditionary Systems Inc. are the owners, developers of the equipment and owners of the IP. They do not authorize value-added resellers or third party distributors for their equipment in Canada.
    
    6. Government Contracts Regulations Exception(s) 
    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work").
     
    7. Exclusions and/or Limited Tendering Reasons 
    The following exclusion(s) and/or limited tendering reasons are invoked under the 
    o Canadian Free Trade Agreement (CFTA) - Article 513 item 2(ii)
    o World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article XV 1(b)
    o North American Free Trade Agreement (NAFTA) - Article 1016 2(b)
    o Canada-European Union Comprehensive Economic and Trade Agreement (CETA) - Article 19.12b (ii)
    
    8. Ownership of Intellectual Property 
    o Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    9. Period of the proposed contract or delivery date 
    
    The system and associated accessories must be delivered on or before March 31, 2019 
    
    10. Cost estimate of the proposed contract 
    
    The estimated value of the contract is between $500,000-$580,000.00 (GST/HST extra). 
    
    11. Name and address of the pre-identified supplier 
    HDT Expeditionary Systems Limited
    35 Wilson Avenue,
    Belleville, Ontario
    Canada, K8P 1R7
    
    
    12. Suppliers' right to submit a statement of capabilities 
    
    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    13. Closing date for a submission of a statement of capabilities 
    The closing date and time for accepting statements of capabilities is November 01, 2018 at 2:00 p.m. (Atlantic Daylight Savings Time). 
    
    14. Inquiries and submission of statements of capabilities 
    Inquiries and statements of capabilities are to be directed to: 
    
    Chukwudi Chinye
    Supply Specialist
    1713 Bedford Row,
    Halifax, 
    Nova Scotia
    B3J 1T3
    Telephone: 902-401-7604
    Facsimile:  902-496-5016
    E-mail: chukwudi.chinye@pwgsc-tpsgc.gc.ca
    
    
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    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)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights

    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
    Chinye (HAL), Chukwudi
    Phone
    (902) 401-7604 ( )
    Email
    chukwudi.chinye@pwgsc-tpsgc.gc.ca
    Fax
    (902) 496-5016
    Address
    1713 Bedford Row
    Halifax, N.S./Halifax, (N.É.)
    Halifax, Nova Scot, B3J 1T3

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Nova Scotia
    Procurement method
    Competitive – Open Bidding
    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: