Maintenance on CanadaBuys

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

  • CanadaBuys on Friday, October 11 from 8:00 pm until Saturday, October 12 10:00 am (EDT) 

  • SAP Fieldglass on Friday, October 11 from 8:00 pm until Saturday, October 12 10:00 am (EDT) 

NISO - CARC PAINT

Solicitation number W8486-122119/B

Publication date

Closing date and time 2012/10/01 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    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: 
    NISO - CARC PAINT
    
    W8486-122119/B
    Bourassa, Chantal
    Telephone No. - (819) 956-6763 (    )
    Fax No. - (819) 956-5227
    
    REVISION 001
    
    This amendment is raised to modify the Request For a Standing
    Offer as follows:
    
    1. Table of Contents - Part 5 - Certifications
    
    Delete: 1.     Code of Conduct Certifications - Consent to a
    Criminal Record Verification
    
    Insert:	1.     Code of Conduct Certifications - Certifications
    Required Precedent to Contract Award
    
    2. Part 2 - Offeror instructions, Paragraph 1 - Standard
    Instructions, Clauses and Conditions
    
    Subsection 01.4 of 2006, Standard Instructions - Request for
    Standing Offers - Goods or Services - Competitive Requirements,
    is amended as follows:
    
    Delete: 	In its entirety
    
    Insert: 	Offerors should provide, with their offer or promptly
    thereafter, a complete list of names of all individuals who are
    currently directors of the Offeror.  If such a list has not been
    received by the time the evaluation of offers is completed,
    Canada will inform the Offeror of a time frame within which to
    provide the information.   Failure to provide such a list within
    the required time frame will render the offer non-responsive. 
    Offerors must always submit the list of directors before
    issuance of a standing offer. 
    
    Canada may, at any time, request that a Offeror provide properly
    completed and Signed Consent Forms (Consent to a Criminal Record
    Verification form - PWGSC-TPSGC 229) for any or all individuals
    named in the aforementioned list within a specified delay. 
    Failure to provide such Consent Forms within the delay will
    result in the offer being declared non-responsive.
    
    Subsection 01.5 of 2006, Standard Instructions - Request for
    Standing Offers - Goods or Services - Competitive Requirements,
    is amended as follows:
    
    Delete: 	In its entirety
    
    Insert: 	The Offeror must diligently maintain the list
    up-to-date by informing Canada in writing of any change
    occurring during the validity period of the offer, and must also
    provide Canada, when requested, with the corresponding Consent
    Forms. The Offeror will also be required to diligently maintain
    the list and when requested,  provide Consent Forms during the
    period of any standing offer and any call-ups made against the
    Standing Offer.
    
    3. Part 5 - Certifications
    
    Delete: Paragraph 1 in its entirety
    
    Insert:
    1.	Code of Conduct Certifications - Certifications Required
    Precedent to Contract Award
    
    1.1	Offerors should provide, with their offer or promptly
    thereafter, a complete list of names of all individuals who are
    currently directors of the Offeror.  If such a list has not been
    received by the time the evaluation of offers is completed, the
    Standing Offer Authority will inform the Offeror of a time frame
    within which to provide the information.  Offerors must submit
    the list of directors before issuance of a standing offer,
    failure to provide such a list within the required time frame
    will render the offer non-responsive.
    
    The Standing Offer Authority may, at any time, request that a
    Offeror provide properly completed and Signed Consent Forms
    (Consent to a Criminal Record Verification form - PWGSC-TPSGC
    229) for any or all individuals named in the aforementioned list
    within a specified delay.  Failure to provide such Consent Forms
    within the delay will result in the offer being declared
    non-responsive.
    
    4. Part 7A - Standing Offer and Resulting Contract Clauses,
    Paragraph 2.1 - General Conditions
    
    Subsection 11.4 of 2005, General Conditions - Standing Offers -
    Goods or Services, is amended as follows:
    
    Delete: 	In its entirety
    
    Insert: During the entire period of the Standing Offer, the
    Offeror must diligently update, by written notice to the
    Standing Offer Authority, the list of names of all individuals
    who are directors of the Offeror, whenever there is a change. 
    As well, whenever requested by Canada, the Contractor must
    provide the corresponding Consent Forms.
    
    5. Part 7B - Resulting Contract Clauses, Paragraph 2.1 - General
    Conditions
    
    Subsection 29.4 of 2010A, General Conditions - Goods (Medium
    Complexity), is amended as follows:
    
    Delete: 	In its entirety
    
    Insert: 	During the entire period of the Contract, the
    Contractor must diligently update, by written notice to the
    Contracting Authority, the list of names of all individuals who
    are directors of the Contractor whenever there is a change.  As
    well, whenever requested by Canada, the Contractor must provide
    the corresponding Consent Forms.
    
    All other terms and conditions remain the same.
    ___________________________________________________________
    
    
    This cancels and supersedes the previous Request for Standing
    Offer number W8486-122119/A dated 2012-04-25 which was due at
    02:00 p.m. on July 10, 2012.
    
    The Department of National Defence has a requirement to
    establish a National Individual Standing Offer (NISO) to provide
    Chemical Agent Resistant Coating (CARC) for Land Equipment  and
    Training Sessions as described below and in accordance with
    Annex A Description of Items and Annual Estimated Quantities and
    Annex B - Training Requirement Statement of Work for CARC
    Products Train-the-Trainer Training.
    
    The goods will be delivered to the Edmonton and Montreal Supply
    Depot.
    
    The Training Sessions locations are: CFB Valcartier QC, CFB
    Borden ON and CFB Edmonton AB.
    
    The work under this requirement will be for an initial period of
    two (2) years from the issuance of the NISO with an option to
    extend the offer by one (1) additional period of one (1) year
    under the same terms and conditions.
    
    For items 1 to 7 inclusive, Offerors must offer products/kit
    produced by the same 		     manufacturer.
    
    It is the Bidder's responsibility to submit by closing date and
    time a complete bid, including the following:
    
    1. 	Code of Conduct Certifications - Consent to a Criminal
    Record Verification
    
    1.1 Bidders must submit with their bid, by the bid solicitation
    closing date:
    
    (a) a complete list of names of all individuals who are
    currently directors of the
    Bidder;
    
    (b) a properly completed and signed form Consent to a Criminal
    Record Verification
    (PWGSC-TPSGC 229), for each individual named in the list.
    
    For information purposes an electronic copy of the Consent to a
    Criminal Record Verification can be found at:
    http://www.tpsgc-pwgsc.gc.ca/app-acq/forms/documents/229.pdf
    
    Item 001, GSIN: N8010, NSN: 8010-01-493-3169, MIL-DTL-64159 Ty II
    Polyurethane coating kit consists of 2 quarts of component A and
    1 US quart of component B (excluding water).
    Colour FED-STD-595C : 34094
    Size of Kit: 0.75 US Gal Kit
    Unit of Issue: KT
    Annual Estimated Quantity : 410 Kits
    
    Item 002, GSIN: N8010, NSN: 8010-01-493-3170, MIL-DTL-64159 Ty II
    Polyurethane coating kit consists of 2 US Gals of component A
    and 1 US Gal of component B (excluding water).
    
    Colour FED-STD-595C : #34094
    Size of Kit: 3 US Gal
    Unit of Issue: KT
    Annual Estimated Quantity: 170 Kits
    
    Item 003, GSIN: N8010, NSN: 8010-01-493-3177, MIL-DTL-64159 Ty II
    Polyurethane coating kit consists of 2 US quarts of component A
    and 1 US quart of component B (excluding water).
    
    Colour FED-STD-595C : #33446
    Size of Kit: 0.75 US Gal Kit
    Unit of Issue: KT
    Annual Estimated Quantity: 60 kits 
    
    Item 004, GSIN: N8010, NSN: 8010-01-493-3179, MIL-DTL-64159 Ty II
    Polyurethane coating kit consists of 2 US Gals of component A
    and 1 US Gal of component B (excluding water).
    
    Colour FED-STD-595C : #33446
    Size of Kit: 3 US Gal
    Unit of Issue: KT
    Annual Estimated Quantity: 40 kits
    
    Item 005, GSIN: N8010, NSN: 8010-01-589-7077, MIL-DTL-53022 Ty IV
    Description : Epoxy primer, kit consists of 1 US Gals of
    component A and 1 US quart of component B.
    
    Colour FED-STD-595C : No darker than #26622
    Size of Kit: 1.25 US Gal
    Unit of Issue: KT
    Annual Estimated Quantity: 400 kits
    
    
    Item 006, NSN 8030-00-281-2726  Specification/Spécification:
    DOD-P-15328
    
    Coating compound, metal pre-treatment, resin-acid, kit consists
    of 0.8 US Gal of the resin component A in a 1 US Gal can and 0.2
    US Gal in one US quart can of acid component B.
    Colour FED-STD-595C: N/A
    Size of Kit: 1 US Gal
    Annual Estimated Quantity: 80 Kits
    
    	Or
    
    Coating compound, metal pre-treatment, resin-acid, kit consists
    of 1.0 US Gal of the resin component A and 1 US quart of acid
    component B.
    Colour FED-STD-595C: N/A
    Size of Kit: 1.25 US Gal
    Annual Estimated Quantity: 64 Kits
    
    Item 007, NSN 8010-01-419-1164  Specification/Spécification:
    MIL-PRF-22750
    
    Consist of component A (Epoxy resin and solvents) and component
    B (Polyamide and/or amine resins and solvents) packaged
    separately in the proportion under which qualification was
    granted and when mixed the total volume equals 1 US gallon.
    Colour FED-STD-595C: #17925
    Size of Kit:1 US Gal
    Annual Estimated Quantity: 175 Kits
    
    Or
    
    Consist of component A (Epoxy resin and solvents) and component
    B (Polyamide and/or amine resins and solvents) packaged
    separately in the proportion under which qualification was
    granted and when mixed the total volume equals 1.25 US gallon.
    Colour FED-STD-595C: #17925
    Size of Kit: 1.25 US Gal
    Annual Estimated Quantity: 140 Kits
    
    Item 008, NSN 8010-01-397-3806  Specification/Spécification:
    MIL-PRF-24667 Ty I, II, IV, Comp G
    
    Coating system, non-skid, for roll or spray, kit consists of
    component A and component B (packaged separately in the ratio
    under which qualification was granted) to equal a total quantity
    of 5 US Gal.
    Colour FED-STD-595C: #36076
    Size of Kit: 5 US Gal
    Annual Estimated Quantity: 40 Kits
    
    	Or (preferred)
    
    Coating system, non-skid, for roll or spray, kit consists of
    component A and component B (packaged separately in the ratio
    under which qualification was granted) to equal a total quantity
    of 1 US Gal.
    Colour FED-STD-595C: #36076
    Size of Kit: 1 US Gal
    Annual Estimated Quantity: 200 Kits
    
    Debriefings
    
    After issuance of a standing offer, offerors may request a
    debriefing on the results of the request for standing offers
    process. Offerors should make the request to the Standing Offer
    Authority within 15 working days of receipt of the results of
    the request for standing offers process. The debriefing may be
    in writing, by telephone or in person.
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Bourassa, Chantal
    Phone
    (819) 956-6763 ( )
    Fax
    (819) 956-5227
    Address
    11 Laurier St./11, rue Laurier
    7B1, 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

    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
    English
    0
    000
    English
    7
    002
    English
    2
    002
    French
    0
    000
    French
    2
    001
    French
    0

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

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    Quebec (except NCR)

    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: