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)
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
- Bourassa, Chantal
- Phone
- (819) 956-6763 ( )
- Fax
- (819) 956-5227
- Address
-
11 Laurier St./11, rue Laurier
7B1, Place du Portage, Phase IIIGatineau, Québec, 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.BK__HS.B597.E61057.EBSU001.PDF | 001 | EN | 0 | |
ABES.PROD.BK__HS.B597.E61057.EBSU000.PDF | 000 | EN | 7 | |
ABES.PROD.BK__HS.B597.E61057.EBSU002.PDF | 002 | EN | 2 | |
ABES.PROD.BK__HS.B597.F61057.EBSU002.PDF | 002 | FR | 0 | |
ABES.PROD.BK__HS.B597.F61057.EBSU000.PDF | 000 | FR | 2 | |
ABES.PROD.BK__HS.B597.F61057.EBSU001.PDF | 001 | FR | 0 |
Access the Getting started page for details on how to bid, and more.