Power Distribution System

Solicitation number W6776-170001/A

Publication date

Closing date and time 2016/12/28 14:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Interchangeable Parts
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Primex Project Management Limited
    Primex Project Management Limited
    119 Walgreen Rd.
    Ottawa Ontario
    Canada
    K0A1L0
    Nature of Requirements: 
    
    POWER DISTRIBUTION SYSTEM
    
    
    The Department of National Defence has a requirement to purchase Power Distribution System, as identified in the attached document, with an in-service-support for training and operations where local infrastructure is not available for one year.  Task authorizations will be used for all non-warranty work.  This also includes optional quantities and in-service-support for an addional 4 one year periods.  
    
    
    SPECIFICATION REQUIREMENTS
    
    2.1 Operational Performance and Technical Requirements.  The operational performance and technical requirements for each component of the Power Distribution System are as follows:
    
    (a) 300 kW Distribution Box - The 300 kW Distribution Box (NSN 6110-01-532-1776) must be the Lex ProductsCorporation “MEPDIS-R 300kW DIST BOX” (Part# DB350MA-P2WQS3), or equivalent, as follows:
    i. Insulated molded rubber enclosure that provides impact, weather, chemical exposure and shock resistance;
    ii. Rated to operate at 1200 Amp, 3 Phase, 4 Pole, 5 Wire, 120/208 VAC and 50/60 Hz;
    iii. Operate under the climatic conditions A1 to A3, B1 to B3, and C1 to C3 in accordance with MIL-STD-810F as follows:
    a. Temperature: -51°C to +49°C;
    b. Humidity: Up to 100%; and
    c. Solar Radiation, Rain, salt, fog, sand, dust, icing and freezing rain;
    iv. Permits input from three (3) synchronized 400 Amp, 3 Phase external power sources (independently or simultaneously) utilizing 16 Series Cam-Type inlets;
    v. Include outputs as follows:
    a. Two (2) 400 Amp, 3 Phase,4 Pole, 5 Wire, 120/208 VAC, 16 Series Cam-Type Outlet;
    b. Two (2) 100 Amp, 3 Phase, 4 Pole, 5 Wire, 120/208 VAC, IEC 60309 Pin & Sleeve Receptacles; and
    c. One (1) NEMA 5-20, 20 Amp, Single Phase, 2 Pole, 3 Wire, 120 VAC, GFCI Duplex Receptacle;
    vi.Include overcurrent protection on all outputs; and
    vii. Have a size and weight as follows:
    a. No larger than the following:
    1. Length: 100 cm (40 in);
    2. Width: 70 cm (28 in);
    3. Height: 80 cm (32 in);
    b. Weigh no more than 145 kg (320 pounds);
    
    (b) 100 kW Distribution Box - The 100 kW Distribution Box (NSN 6110-01-532-1835) must be the Lex Products Corporation “MEPDIS-R 100kW DIST BOX” (Part# DB350MA-P2WAS3), or equivalent, as follows:
    i. Insulated molded rubber enclosure that provides impact, weather, chemical exposure and shock resistance;
    ii. Rated to operate at 800 Amp, 3 Phase, 4 Pole, 5 Wire, 120/208 VAC and 50/60 Hz;
    iii. Operate under the climatic conditions A1 to A3, B1 to B3, and C1 to C3 in accordance with MIL-STD-810F as follows:
    a. Temperature: -51°C to +49°C;
    b. Humidity: Up to 100%; and
    c. Solar Radiation, Rain, salt, fog, sand, dust, icing and freezing rain;
    iv. Permits input from two (2) synchronized 400 Amp, 3 Phase external power sources (independently or simultaneously) utilizing 16 Series Cam-Type inlets;
    v. Include outputs as follows:
    a. One (1) 200 Amp, 3 Phase, 4 Pole, 5 Wire, 120/208 VAC, 16 Series Cam-Type Outlet;
    b. Four (4) 100 Amp, 3 Phase, 4 Pole, 5 Wire, 120/208 VAC, IEC 60309 Pin & Sleeve Receptacles;
    c. Two (2) 60 Amp, 3 Phase, 4 Pole, 5 Wire, 120/208 VAC, IEC 60309 Pin & Sleeve Receptacles;
    d. Two (2) 30 Amp, 3 Phase, 4 Pole, 5 Wire, 120/208 VAC, IEC 60309 Pin & Sleeve Receptacles;
    e. Two (2) 20 Amp, 3 Phase, 4 Pole, 5 Wire, 120/208 VAC, IEC 60309 Pin & Sleeve Receptacles;
    f. Two (2) 20 Amp, Single Phase, 2 Pole, 3 Wire, 120 VAC, IEC 60309 Pin & Sleeve Receptacles; and
    g. One (1) NEMA 5-20, 20 Amp, Single Phase, 2 Pole, 3 Wire, 120 VAC, GFCI Duplex Receptacle;
    vi. Include overcurrent protection on all outputs; and
    vii. Have a size and weight as follows:
    a. No larger than the following:
    1. Length: 100 cm (40 in);
    2. Width: 70 cm (28 in);
    3. Height: 80 cm (32 in);
    b. Weigh no more than 140 kg (310 pounds);
    
    (c) 30 kW ECU Distribution Box - The 30 kW Environmental Control Unit Distribution Box (NSN 6100-01-586-2426) must be the Lex Products Corporation “MEPDIS-R “BOO Box” 30kW” (Part# DB100MA-P1021Q-01S3), or equivalent, as follows:
    i. Insulated molded rubber enclosure that provides impact, weather, chemical exposure and shock resistance;
    ii. Rated to operate at 100 Amp, 3 Phase, 4 Pole, 5 Wire, 120/208 VAC and 50/60 Hz;
    iii. Operate under the climatic conditions A1 to A3, B1 to B3, and C1 to C3 in accordance with MIL-STD-810F as follows:
    a. Temperature: -51°C to +49°C;
    b. Humidity: Up to 100%; and
    c. Solar Radiation, Rain, salt, fog, sand, dust, icing and freezing rain;
    iv. Permits input the following utilizing IEC 60309 Pin & Sleeve inlets:
    a. Directly from the 100 kW Distribution Box; or
    b. One (1) 100 Amp, 3 Phase external power source;
    v. Include outputs as follows:
    a. Four (4) 60 Amp, 3 Phase, 4 Pole, 5 Wire, 120/208 VAC, IEC 60309 Pin & Sleeve Receptacles;
    b. Six (6) 30 Amp, 3 Phase, 4 Pole, 5 Wire, 120/208 VAC, IEC 60309 Pin & Sleeve Receptacles; and
    c. One (1) NEMA 5-20, 20 Amp, Single Phase, 2 Pole, 3 Wire, 120 VAC, GFCI Duplex Receptacle;
    vi. Include overcurrent protection on all outputs; and
    vii. Have a size and weight as follows:
    a. No larger than the following:
    1. Length: 100 cm (40 in);
    2. Width: 70 cm (28 in);
    3. Height: 40 cm (16 in);
    b. Weigh no more than 85 kg (190 pounds);
    
    (d) 15 kW Distribution Box - The 15 kW Distribution Box (NSN 6110-01-532-1764) must be the Lex Products Corporation “MEPDIS-R 15kW DIST BOX” (Part# DB-60MA-F22QS3), or equivalent, as follows:
    i. Insulated molded rubber enclosure that provides impact, weather, chemical exposure and shock resistance;
    ii. Rated to operate at 120 Amp, 3 Phase, 4 Pole, 5 Wire, 120/208VACand 50/60 Hz;
    iii. Operate under the climatic conditions A1 to A3, B1 to B3, and C1 to C3 in accordance with MIL-STD-810F as follows:
    a. Temperature: -51°C to +49°C;
    b. Humidity: Up to 100%; and
    c. Solar Radiation, Rain, salt, fog, sand, dust, icingand freezing rain;
    iv. Permits input the following utilizing IEC 60309 Pin & Sleeve inlets:
    a. Directly from the 100 kW Distribution Box;
    b. Directly from the 30 kW Distribution Box; or
    c. Two (2) synchronized 60 Amp, 3 Phase external power sources (independently or simultaneously);
    v. Include outputs as follows:
    a. Four (4) 30 Amp, 3 Phase, 4 Pole, 5 Wire, 120/208 VAC, IEC 60309 Pin & Sleeve Receptacles;
    b. Four (4) 20 Amp, Single Phase, 2 Pole, 3 Wire, 120VAC, IEC 60309 Pin & Sleeve Receptacles;and
    c. One (1) NEMA 5-20, 20 Amp, Single Phase, 2 Pole, 3 Wire, 120 VAC, GFCI Duplex Receptacle;
    vi. Include overcurrent protection on all outputs; and
    vii. Have a size and weight as follows:
    a. No larger than the following:
    1. Length: 70 cm (28 in);
    2. Width: 60 cm (24 in);
    3. Height: 50 cm (20 in);
    b. Weigh no more than 45 kg (112 pounds);
    
    (e) 5 kW Outdoor Distribution Box - The 5 kW Outdoor Distribution Box (NSN 6110-01-532-1821) must be the Lex Products Corporation “MEPDIS-R 5kW OUTDOOR BOX (W/ 2 CORDS)” (Part# DB-30NA-A22-S3), or equivalent, as follows:
    i. Insulated molded rubber enclosure that provides impact, weather, chemical exposure and shock resistance;
    ii. Rated to operate at 30 Amp, 3 Phase, 4 Pole, 5 Wire, 120/208 VAC and 50/60 Hz;
    iii. Operate under the climatic conditions A1 to A3, B1 to B3, and C1 to C3 in accordance with MIL-STD-810F as follows:
    a. Temperature: -51°C to +49°C;
    b. Humidity: Up to 100%; and
    c. Solar Radiation, Rain, salt, fog, sand, dust, icing and freezing rain;
    iv. Permits input the following utilizing IEC 60309 Pin & Sleeve inlets:
    a. Directly from the 100 kW Distribution Box;
    b. Directly from the 30 kW Distribution Box; or
    c. Directly from the 15 kW Distribution Box;
    v. Include outputsasfollows:
    a. Six (6) 20 Amp, Single Phase, 2 Pole, 3 Wire, 120VAC, IEC 60309 Pin & Sleeve Receptacles; and
    b. Three (3) 30 Amp, Single Phase, 2 Pole, 3 Wire, 120 VAC, IEC 60309 Pin & Sleeve receptacles;
    vi. Include overcurrent protection on all outputs;
    vii. Include six (6) 15 m (50 ft) 10/3 SEOOW Extension Cords with two (2) NEMA L5-20 Duplex Receptacles each;
    viii. Include three (3) spare 30 Amp, Single Phase, 2 Pole, 3 Wire, 120 VAC, IEC 60309 Pin & Sleeve Plugs; and
    ix. Have a size and weight as follows:
    a. No larger than the following:
    1. Length: 50 cm (20 in);
    2. Width: 50 cm (20 in);
    3. Height: 40 cm (16 in);
    b. Weigh no more than 10 kg (44 pounds) for the box only (without cords);
    
    (f) 50 ft 100 Amp Feeder Cable - The 50 ft 100 AmpFeeder Cable (NSN 6150-01-529-8806) must be the Lex Products Corporation “MEPDIS-R 50FT 100A CABLE” (Part# PE4/5P-50-510), or equivalent, as follows:
    i. IEC 60309 Pin & Sleeve Cable set for connecting 300kW or 100kW(es) distribution boxes to 30kW distribution box(es);
    ii. Rated at 100 Amp, 4 Pole, 120/208 VAC;
    iii. Cable: 5 Wire, 4/5 Type PPE, 15 m (50 ft) in length;
    iv. Male End Coupler: 5 Wire, IEC 60309 Pin & Sleeve; and
    v. Female End Coupler: 5 Wire, IEC 60309 Pin & Sleeve;
    
    (g) 50 ft 60 AmpFeederCable - The 50 ft 60 Amp Feeder Cable (NSN 6150-01-529-7674) must be the Lex Products Corporation “MEPDIS-R 50FT 60A CABLE” (Part# PE6/5P-50-560), or equivalent, as follows:
    i. IEC 60309 Pin & Sleeve Cable set for connecting 15 kW Distribution Box to30kW or 100 kW Distribution Boxes;
    ii. Rated at 60 Amp, 4 Pole, 120/208 VAC;
    iii. Cable: 5 Wire, 6/5 Type PPE, 15 m (50 ft) in length;
    iv. Male End Coupler: 5 Wire, IEC 60309 Pin & Sleeve; and
    v. Female End Coupler: 5 Wire, IEC 60309 Pin & Sleeve;
    
    
    (h) 50 ft 30 Amp Feeder Cable - The 50 ft 30 Amp Feeder Cable (NSN 6150-01-529-8428) must be the Lex Products Corporation “MEPDIS-R 50FT 60A CABLE” (Part# PE105SE-50-530), or equivalent, as follows:
    i. IEC 60309 Pin & Sleeve Cable set for connecting 5kW Distribution Box to 15 kW, 30 kW or 100 kW Distribution Boxes;
    ii. Rated at 30 Amp, 4 Pole, 120/208 VAC;
    iii. Cable: 5 Wire, 10/5 Type PPE, 15 m (50 ft) in length;
    iv. Male End Coupler: 5 Wire, IEC 60309 Pin & Sleeve; and
    v. Female EndCoupler:5 Wire, IEC 60309 Pin & Sleeve;
    
    (i) Spare Parts/Tools Kit - The Spare Parts/Tools Kit (NSN 5999-01-534-6389) must be the Lex Products Corporation “MEPDIS-R CAM SPARE PARTS/TOOLS KIT” (Part# KIT-SERIES16), or equivalent, Cam-Type Coupler repair kit, contained within a duffel-style bag, including the following components:
    
    Item Description Quantity
    1 Female Assembly Tool - 16 & 18 Series 1
    2 Male Assembly Tool - 16 & 18 Series 1
    3 Male Cam Inline 1/0-4/0 (Red) 3
    4 Male Cam Inline 1/0-4/0 (Black)3
    5Male Cam Inline 1/0-4/0 (Blue) 3
    6 Male Cam Inline 1/0-4/0 (White) 3
    7 Male Cam Inline 1/0-4/0 (Green) 3
    8 Female Cam Inline 1/0-4/0 (Red) 3
    9 Female Cam Inline 1/0-4/0 (Black) 3
    10 Female Cam Inline 1/0-4/0 (Blue) 3
    11 Female Cam Inline1/0-4/0 (White) 3
    12 Female Cam Inline 1/0-4/0 (Green) 3
    13 Cam 16 Series, Single Male to Triple Female Adapter 5
    14 Hex Bit Socket 1
    15 Wrench Ratchet 1
    16 Screw Set 16 & 18 Series Cam 5
    17 Wire Strain Relief 16 & 18 Series Cam 5
    18 Shim Copper 16 & 18 Series Cam 5
    19 Screw Insulated 16 Series 5
    20 Cam 16 Series Cap for Female (Black) 12
    21 Cam 16 Series Cap for Male (Black) 12
    
    3.0   REQUIREMENTS
    
    3.1 Quality Assurance Programs.  The Contractor must:
    
    (a) Establish, implement, document and maintain a quality system that ensures conformance to contractual requirements and meets the requirements of the ISO 9001 or equivalent quality system model during performance of this contract; and
    
    (b) Conduct Quality Conformance Inspections andTests during manufacture in accordance with the Contractor’s standard acceptance test plan.  Details of the test plan, and documentation of all inspections/tests, are to be provided to DND upon request.  
    
    3.1.1 Configuration Control.  The contractor must have anestablished, DND verifiable, Configuration Management (CM) Program with control systems in place in accordance with MIL-HDBK-61A, and must provide configuration identification, control and status accounting of all new and/or modified hardware, firmware,software and documentation. All power distribution components delivered must have the same product baseline and support interchangeability/interoperability of parts.  The established product baseline must be maintained during repair and any deviation from the baseline must be approved in advance by the DND Technical Authority (TA).
    
    3.2              In-Service Support.  The in-service support requirements for the Power Distribution System include the following:
    (a)  Warranty Repair in accordance with Section 3.2.1 ;
    (b)  Additional Work Request (AWR) services for up to a period of five (5 years) following  Contract Award in accordance with Section 3.2.2, including: non-warranty repair; Repair and Overhaul (R&O); and Hardware upgrade;
    
    (c)  Technical support in accordance with Section 3.2.3.
    
    3.2.1 Warranty Repair.  The Contractor must provide warranty on the Power Distribution System against material defects and workmanship, including parts and labor, at no additional cost to DND in accordance with the Contractor’s standard warranty provisions (minimum one (1) year).  During the warranty period, the Contractor must provide a new asset if a failed Power Distribution component cannot be repaired and returned to DND.
    
    3.2.2  Additional Work Request (AWR).  The Contractor shall provide non-warranty Additional Work Request services on an as-and-when requested basis. All AWR repairs on a Power Distribution System component are to be authorized by the PA (in writing) in accordance with the repair procedure detailed below.
    
    3.2.2.1  Repair Procedures.  All Power Distribution System components returned to the Contractor for repair shall have a Return Material Authorization (RMA) number assigned by the Contractor prior to the item being shipped from CFJSR. The Contractor shall perform OEM level repair on the Power Distribution System components to equal or better than original performance parameters. The following procedure is to be followed:
    
    (a) Prior to acknowledging receipt, the Contractor shall:
    
    i. Verify that the articles received correspond with the packing slip that accompanies the shipment and promptly report any losses or discrepancies to the PA; and 
    ii. Items incorrectly received are to be promptly reported to thePA and segregated pending receipt of disposition instructions;
    (b) Upon confirmation of receipt of DND equipment serviceable under the contract, the Contractor shall: 
    
    i. Open a work order; 
    ii. Carry out a physical check to ensure that the item iscompleteand is in accordance with the accompanying delivery documents;
    iii. Notify the PA of receipt of the equipment; 
    iv. Action any warranty activities in accordance with Section 3.2. l;
    v. Determine the extent of the work required, prepare a cost estimate and submit it to the PA for approval. If approved, the PA will issue a Task Authorization on a DND 626 to complete the repair (no work is to commence until the DND 626 is received authorizing the repair); 
    vi. Complete the repair; 
    vii. Conduct post-servicing trials to confirm operation of the component/system; and 
    viii. Return the Power Distribution System component to DND.
    3.2.2.2  Post-Servicing Tests and Performance Verification.  The Contractor shall conduct thorough tests and performance verification following the repair, R&O or upgrade of all Power Distribution Systems and components prior to being returned to DND as follows:
    
    (a) Clear, complete and current written test procedures shall be prepared and followed for each operation, including those relating to the assessment of the adequacy of process controls; and
    (b) A post-servicing report shall be provided including a comprehensive identification of all work completed and itemization of the following:
    
    i.  An as-completed comparison tothe work estimate provided to the PA upon receipt;
    ii. A list of outstanding issues or defects that were identified but not rectified as part of the work; and 
    iii. An indication of when issues and defects will be resolved.
    
    3.2.2.3Repair to ProductBaseline.  Following repair, the Contractor shall ensure all Power Distribution System components are in accordance with the current (at time of repair) approved Product Baseline for the Power Distribution System prior to being returned to DND.  Following repair or maintenance, the Contractor shall conduct performance testing to ensure proper operation of the Power Distribution System component, and then ship the system to the delivery point specified in the delivery order, unless otherwise requested by the PA.
    
    3.2.2.4   Contractor Supplied Parts.  The Contractor shall be responsible to provide the repair parts required for warranty and AWR repairs, including the location of sources for the required parts. The Contractor is not required to maintaina spares inventory specifically for DND; however, they shall maintain a spares supply chain that is compatible with the targeted turn-around time (TAT). The targeted TAT is ninety (90) days after receipt of the delivery order (warranty) or PA approval (AWR). Where this target cannot be met, the Contractor shall immediately notify the PA of the delay and of any extenuating circumstances that would cause significant impediment to timely completion of the repair. In the event that an original part is no longer available and the Contractor determines that a replacement part will serve with respect to fit, form, function and reasonable cost, then the use of that part shall be approved by the PA in advance of the repair. As a minimum, substituted parts shall:
    
    (a) Remain fully interchangeable (fit, form and function) with articles catalogued under the same   reference number, part number and of the same modification status; and
    (b) Include similar internal characteristics such as waveforms and components layout in order to ensure full compatibility with automatic test equipment, software and automatic probing.
    3.2.2.5  Time-Expiring Parts.  During repairs, any parts with time expiry dates within four months of the date that the equipment is to be returned to DND shall be replaced as follows:
    
    (a) If the Power Distribution System component is undergoing warranty repair, the Contractor shall send a request, in writing, to the PA for authorization to change the necessary time-expiring part(s);
    (b) Ifthe Power Distribution System component is undergoing AWR repair, the Contractor shall include the replacement of the time-expiring parts on the cost estimate; and
    (c) The Contractor shall return items that are in Serviceable Condition to DND.
    
    3.2.3Technical Support.  The Contractor must provide technical support by phone/email, Monday-Friday (holidays excluded) during the hours 0800-1600 EST to the TA (CFJSR Maint O) during the warranty period.
    
    
     
    APPLICABLE TRADE AGREEMENTS AND OBLIGATIONS
    
    This requirement is subject to the Agreement on Internal Trade (AIT) and the North American Free Trade Agreement (NAFTA), the Billateral Trade Agreements and the World Trade Organization Agreement on Government Procurement (WTO-AGP).
    
    
    GOVERNMENT CONTRACT REGULATIONS (GCR) EXCEPTION AND LIMITED TENDERING REASON
    
    In accordance with the GCR exception, this requirement is being directed to the Primex Project Management Limited (OEM) as the required items are guaranteed interchangeable with the current equipment on site at the Canadian Joint SignalsRegiment located in Kingston, Ontario.
    
    Limited tendering procedures are being invoked for reasons of Interchangeability with existing equipment and that there are no known equivalents.  
    
    
    REQUIREDDELIVERY 
    
    April 10, 2017
    
    
    PROPOSED CONTRACTOR
    
    Primex Project Management Limited 
    119 Walgreen Rd.
    Ottawa, Ontario
    K0A 1L0
    
    
    CLOSING DATE FOR ACCEPTING STATEMENTS OF CAPABILITIES
    
    December 28, 2016, 2:00 pm. EST.
    
    
    INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES
    
    Joanne Ladouceur (M)
    Supply Specialist
    Public Works and Government Services Canada
    “HN” Division
    Floor 7B3, Place du Portage, Phase III
    11 Laurier Street
    Gatineau, Quebec
    K1A 0S5
    
    Telephone:  (819) 420-0340
    Facsimile:   (819) 953-4944
    E-mail:  joanne.m.ladouceur@pwgsc-tpsgc.gc.ca
    
    The Crown retainsthe right to negotiate with suppliers on any procurement.  Documents may be submitted in either official language of Canada.
    
    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
    • Agreement on Internal Trade (AIT)
    • 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:

    • Additional Deliveries
    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
    Ladouceur, Joanne M.
    Phone
    (819) 420-0340 ( )
    Address
    11 Laurier St./11, rue Laurier
    7B3, Place du Portage, Phase III
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

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

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Procurement method
    Non-Competitive