EXPANSION JOINT,PIPE

Solicitation number W8482-132990/A

Publication date

Closing date and time 2012/09/04 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    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: 
    EXPANSION JOINT, PIPE
    
    W8482-132990/A
    
    Dominic Forcier
    Telephone: (819) 956-3951
    Facsimile: (819) 956-5227
    Email: dominic.forcier@pwgsc-tpsgc.gc.ca
    
    Amendment No. 002
    
    This amendment 002 is raised to extend the bid closing date and
    to provide questions with answers to potential bidders as
    follows:
    
    1.	Page 1 Solicitation Closes
    
    Delete: 2012-08-21
    
    Insert: 2012-09-04
    
    
    2. Questions and answers
    
    Question: Is there any more information available on this
    solicitation?
    
    Answer: Description: RUBBER NITRILE, 2.000 IN. NOM DIA,8.125 IN.
    OD,8.312 I . O/A LG
    
    Manufacture: ¦B T R SILVERTOWN LTD.
    
    
    All other terms and conditions remain the same.
    
    _________________________________________________________________
    _____
    
    AMENDMENT 001
    
    This amendment is raised to modify the Request For Proposal as
    follows:
    
    1. Table of Content - Part 5 - Certification
    
    Delete: 1.     Certifications Precedent to Contract Award
    
    Insert:	1.     Code of Conduct Certifications - Consent to a
    Criminal Record Verification
    	2.     Certifications Precedent to Contract Award
    
    
    2. Part 2 - Bidder instruction, Paragraph 1 - Standard
    Instructions, Clauses and Conditions
    
    Delete: The 2003 (02/03/12) Standard Instructions - Goods or
    Services - Competitive Requirements, are incorporated by
    reference into and form part of the bid solicitation.
    
    Insert: The 2003 (11/07/12) Standard Instructions - Goods or
    Services - Competitive Requirements, are incorporated by
    reference into and form part of the bid solicitation.
    
    3. Part 5 - Certification
    
    Delete: In its entirety
    
    Insert: 
    PART 5 - CERTIFICATIONS
    
    Bidders must provide the required certifications to be awarded a
    contract. Canada will declare a bid non-responsive if the
    required certifications are not completed and submitted as
    requested.
    
    Compliance with the certifications bidders provide to Canada is
    subject to verification by Canada during the bid evaluation
    period (before award of a contract) and after award of a
    contract. The Contracting Authority will have the right to ask
    for additional information to verify bidders' compliance with
    the certifications before award of a contract. The bid will be
    declared non-responsive if any certification made by the Bidder
    is untrue, whether made knowingly or unknowingly. Failure to
    comply with the certifications or to comply with the request of
    the Contracting Authority for additional information will also
    render the bid non-responsive.
    
    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
    
    2.	Certifications Precedent to Contract Award
    The certifications listed below should be completed and
    submitted with the bid, but may be submitted afterwards. If any
    of these required certifications is not completed and submitted
    as requested, the Contracting Authority will so inform the
    Bidder and provide the Bidder with a time frame within which to
    meet the requirement. Failure to comply with the request of the
    Contracting Authority and meet the requirement within that time
    period will render the bid non-responsive.
    
    2.1 Federal Contractors Program - over $25,000 and below $200,000
    Suppliers who are subject to the Federal Contractors Program
    (FCP) and have been declared ineligible contractors by Human
    Resources and Skills Development Canada (HRSDC) are no longer
    eligible to receive federal government contracts over the
    threshold for solicitation of bids as set out in the Government
    Contracts Regulations. Suppliers may be declared ineligible
    contractors either as a result of a finding of non-compliance by
    HRSDC, or following their voluntary withdrawal from the FCP for
    a reason other than the reduction of their workforce to less
    than 100 employees.  Any bids from ineligible contractors,
    including a bid from a joint venture that has a member who is an
    ineligible contractor, will be declared non-responsive.
    
    The Bidder, or, if the Bidder is a joint venture the member of
    the joint venture, certifies its status with the FCP, as follows:
    
    The Bidder or the member of the joint venture
    
    (a)    (    ) is not subject to the FCP, having a workforce of
    less than 100 full-time or part-time permanent employees, or
    temporary employees having worked 12 weeks or more in Canada;
    
    (b)    (    ) is not subject to the FCP, being a regulated
    employer under the Employment Equity Act, S.C. 1995, c. 44;
    
    (c)    (    ) is subject to the requirements of the FCP, having
    a workforce of 100 or more full-time or part-time permanent
    employees, and/or temporary employees having worked 12 weeks or
    more in Canada, but has not previously obtained a certificate
    number from HRSDC, having not bid on requirements of $200,000 or
    more;
    
    (d)    (    ) has not been declared an ineligible contractor by
    HRSDC, and has a valid certificate number as follows: _______.
    
    Further information on the FCP is available on the HRSDC Web
    site.
    
    
    4. Part 6 - Resulting Contract Clauses, Paragraphe 3.1 - General
    Conditions
    
    Delete: 2010A (2012-03-02), General Conditions - Goods (Medium
    Complexity) apply to and form part of the Contract.
    
    Insert: 2010A (16/07/12), General Conditions - Goods (Medium
    Complexity) apply to and form part of the Contract.
    
    
    5. Part 6 - Resulting Contract Clauses, Paragraphe 10 (b) -
    Priority of Documents 
    
    Delete: 2010A (2012-03-02), General Conditions - Goods (Medium
    Complexity);
    
    Insert: 2010A (16/07/12), General Conditions - Goods (Medium
    Complexity);
    
    
    6. The Consent to a Criminal Record Verification form is
    attached to this amendment. 
    
    
    All other terms and conditions remain the same.
    
    _________________________________________________________________
    
    The Department of National Defence has a requirement for the
    items detailed below for delivery by September 27, 2012 to
    Canadian Forces Supply Depots in Halifax, Nova Scotia and
    Victoria , British Colombia.
    
    It is the Bidder's responsibility to submit by closing date and
    time a complete bid.
    
    Technical Evaluation Procedures
    
    Mandatory Technical Evaluation Criteria - Part Number and
    NSCM/CAGE
    Bidders must indicate the Part Number and the NSCM/CAGE they are
    offering.
    
    Mandatory Technical Evaluation Criteria - Substitute Products
    Bidders proposing a substitute product must meet the following
    criteria:
    
    In order to be considered for the evaluation of a substitute
    product, Bidders must provide all required technical information
    (as detailed in Part 3,  Section I, of this RFP) to demonstrate
    their technical compliance and to confirm form, fit, function,
    quality and performance of these substitute products.
    
    Mandatory Technical Evaluation Criteria - Replaced Part Numbers
    from the OEM 
    Bidders proposing a replaced part number must meet the following
    criteria:
    
    In order to be considered for the acceptance of a replaced part
    number (superseded or obsolete),
    Bidders must provide: 
    
    a. proof by submitting a copy of a Certificate of Conformity
    from the Original Equipment Manufacturer (OEM) providing
    justification/explanation that the replaced part numbers are
    equivalent in form, fit, function, quality and performance to
    the OEM's parts specified herein; or
    
    b.  all required technical information (as detailed in Part 3,
    Section I, of this RFP) to demonstrate their technical
    compliance and to confirm form, fit, function, quality and
    performance of these replaced part numbers.
    
    
    
    
    Item Description
    
    Item 001, Goods and Services Identification Number (GSIN):
    N4720, 
    NATO Stock Number (NSN): 4720995323152, 
    EXPANSION JOINT, PIPE, 
    Part Number: 4771/0238; NATO Supply Code for Manufacturers
    (NSCM/CAGE): K6455
    Part No.: EJ93006404; NSCM/CAGE: K7073
    Quantity: 10, Unit of Issue: Each, To be delivered to Halifax
    
    Item 002, GSIN: N4720, NSN: 4720995323152, 
    EXPANSION JOINT, PIPE, 
    Part No.: 4771/0238; NSCM/CAGE: K6455
    Part No.: EJ93006404; NSCM/CAGE: K7073
    Quantity: 15, Unit of Issue: Each, To be delivered to Victoria
    
    
    Debriefings
    
    After contract award, bidders may request a debriefing on the
    results of the bid solicitation. Bidders should make the request
    to the Contracting Authority within fifteen (15) working days of
    receipt of notification that their bid was unsuccessful. The
    debriefing may be provided 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

    • Agreement on Internal Trade (AIT)

    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
    Forcier, Dominic
    Phone
    (819) 956-3951 ( )
    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
    002
    English
    0
    001
    English
    1
    000
    English
    7
    001
    French
    0
    002
    French
    0
    000
    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
    British Columbia
    ,
    Nova Scotia
    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: