Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

PORTABLE RADIO FREQUENCY (RF) SAFETY MONITOR

Solicitation number W8486-195083/A

Publication date

Closing date and time 2018/07/12 14:00 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: 
    Interfax Systems Inc
    1200 Aerowood Drive,
    Unit 2,
    Mississauga, Ontario
    Canada
    L4W2S7
    Nature of Requirements: 
    
    PORTABLE RADIO FREQUENCY (RF) SAFETY MONITOR
    
    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:
    
    The Department of National Defense (DND) needs to acquire one hundred (100) portable radio frequency (RF) safety monitors. The mandatory requirements these monitors must meet are described below.
    
    a. Must meet Canada Safety Code 6 2015 (SC6 2015) requirements.
    
    b. Must be able to detect electric (E) or magnetic (H) field in the following frequency bands:
    
    i. HF (3 - 30 MHz), with coverage from 10 MHz (or lower) to 30 MHz;
    ii. VHF (30 - 300 MHz), with complete range coverage;
    iii. UHF (300 MHz - 3 GHz), with complete range coverage;
    iv. SHF (3 GHz - 30 GHz), with complete range coverage; and
    v. EHF (30 GHz - 300 GHz), with coverage up to at least 40 GHz.
    
    c. Frequency response must be shaped in accordance with Health Canada Safety Code 6 2015 Limits;
    
    d. Must have LED indicators (more than one) that can show to users an increase of exposure levels when approaching a source of RF radiation;
    
    e. Must have at least one audible alarm that will let users know when their exposure levels are within 40% - 60% of the exposure limit;
    
    f. ELF immunity: must be immune to malfunctioning or generating false alarms when exposed to 50/60 Hz electric fields of at least 1 kV/m;
    
    g. Must have data logging capability;
    
    h. Recurring calibration support must be available via North-American source;
    
    i. Required calibration cycle must be no less than 3 years;
    
    j. Must be a single portable unit that does NOT require an electric power source to recharge or operate;
    
    k. Must have user on-site replaceable batteries capabilities (that does not require tools to access);
    
    l. Must be transportable and usable in a wide temperature and humidity range with the following being the minimum:
    
    i. Temperature during transport:   -40°C to +70°C (-40 F to 158 F);
    ii. Temperature during operation: -10°C to +55°C (14 F to 131 F); and
    iii. Humidity during operation: must be still usable in environments with humidity levels of 90% or higher.
    
    m. Must come with earphones and/or headphones kit that can be utilized to hear alarms in a noisy environment;
    
    n. It must fit in a typical sized shirt pocket as well as in an OEM provided belt-attachable pouch, therefore it cannot be more than 1.5 × 2 × 7 inch in size. NOTE: A hard carrying case in lieu of a pouch is not acceptable;
    
    o. Unit must weigh no more than 1 lb with accessories (unpacked);
    
    p. Must be usable both, as a personal body-worn monitor, or as an isotropic sensor for detecting RF leakages (with users holding the unit in a hand and pointing to a potential source of RF radiation);
    
    q. OEMs offering an alternate product will have 30 days to deliver 2 demo units to DND (QETE) to be evaluated for compliance;
    
    r. Winning bidder must be able to complete/deliver complete order within 120 days of contract award date;
    
    s. All units must be individually packed with their accessories and with (1) their P/N, (2) a brief description of what the item is, and (3) the DND assigned NSN printed on top of each package (which will be provided upon contract awarding);
    
    t. All units must have a Certificate of Calibration enclosed in their appropriate package. The Certificate of Calibration cannot be dated more than 90 days before actual delivery date; and,
    
    u. Delivery must be FOB destination (Gatineau, QC).
    
    3-  Justification for the Pre-Identified Supplier
    
    Interfax Systems Inc. is the exclusive Canadian representative of L3 Narda-MITEQ, which is the Original Equipment Manufacturer (OEM) of the RadMan XT (RF safety monitor meeting the requirements specified above).
    
    4-  Applicability of the trade agreements to the procurement.
    
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA).
    
    5- Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)
    
    Any interested supplier must demonstrate by way of a statement of capabilities that its product meets the definition of the requirement.
    
    6-   Exclusions and/or Limited Tendering Reasons
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the:
    
    - North American Free Trade Agreement (NAFTA) - Article 1016, Limited Tendering Procedures, paragraph 2(b).
    
    7- Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of capabilities is Thursday July 12th, 2018 at 02:00 PM, Eastern Standard Time (EST).
    
    8- Inquiries and submission of statement of capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    
    Name: Sidi M. Belcaid
    Public Works and Government Services Canada - Acquisitions Branch
    Logistics, Electrical, Fuel and Transportation Directorate - "HN" Division
    7B3, Place du Portage, Phase III, 11 Laurier Street, Gatineau, QC, K1A 0S5
    Telephone: (819) 420-2292
    E-mail address: sidi-mohammed.belcaid@tpsgc-pwgsc.gc.ca 
    
    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.
    
    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
    Belcaid(hn470), Sidi
    Phone
    (819) 420-2202 ( )
    Email
    sidi-mohammed.belcaid@pwgsc-tpsgc.gc.ca
    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

    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
    Quebec (except NCR)
    Procurement method
    Competitive – Open Bidding

    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: