VEHICLE PARTS

Solicitation number W8486-136440/A

Publication date

Closing date and time 2012/11/29 14:00 EST

Last amendment date


    Description
    Trade Agreement: 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: 
    VEHICLE PARTS
    
    W8486-136440/A
    
    Shazia Khan
    Telephone No.: (819) 956-7345 
    Fax No.: (819) 956-5227
    Email: shazia.khan@pwgsc-tpsgc.gc.ca
    ___________________________________________________
    
    AMENDMENT 002
    
    This amendment 002 is raised to extend the bid closing date and
    modify the Request For Proposal as follows:
    
    1.      Page 1: Solicitation Closes
    
    Delete: at 02:00pm on 2012-11-27
    
    Insert: at 02:00pm on 2012-11-29
    
    
    2.	Table of Contents
    
    Delete:
    Part 5 - Certifications
    1.	Code of Conduct Certifications - Certifications Required
    Precedent to Contract Award
    2.    	Certifications Precedent to Contract Award
    
    Insert:
    Part 5 - Certifications
    1.	Mandatory Certifications Required Precedent to Contract Award
    2.  	Additional Certifications Precedent to Contract Award
    
    
    3.	Part 2 - Bidder instructions
    
    Delete: 	
    1.	Standard Instructions, Clauses and Conditions, in its
    entirety.
    
    Insert:  
    1. 	Standard Instructions, Clauses and Conditions
    All instructions, clauses and conditions identified in the bid
    solicitation by number, date and title are set out in the
    Standard Acquisition Clauses and Conditions Manual issued by
    Public Works and Government Services Canada (PWGSC).  
    
    Bidders who submit a bid agree to be bound by the instructions,
    clauses and conditions of the bid solicitation and accept the
    terms and conditions of the resulting contract.
    
    The 2003 (2012-11-19) Standard Instructions - Goods or Services
    - Competitive Requirements, are incorporated by reference into
    and form part of the bid solicitation.
    
    Subsection 05.4 of 2003, Standard Instructions - Goods or
    Services - Competitive Requirements, is amended as follows:
    
    Delete:  Bids will remain open for acceptance for a period of
    not less than sixty (60) days from the closing date of the bid
    solicitation
    
    Insert:  Bids will remain open for acceptance for a period of
    not less than ninety (90) calendar days from the closing date of
    the bid solicitation
    
    
    4.	Part 3 - Bid Preparation Instructions 
    
    1.	Bid Preparation Instructions
    
    Delete: 
    In April 2006, Canada issued a policy directing federal
    departments and agencies to take the necessary steps to
    incorporate environmental considerations into the procurement
    process Policy on Green Procurement 
    (http://www.tpsgc-pwgsc.gc.ca/ecologisation-greening/achats-procu
    rement/politique-policy-eng.html). To assist Canada in reaching
    its objectives, bidders are encouraged to:
    
    1)	use 8.5 x 11 inch (216 mm x 279 mm) paper containing fibre
    certified as originating from a sustainably-managed forest
    and/or containing minimum 30% recycled content; and
    
    Insert: 
    In April 2006, Canada issued a policy directing federal
    departments and agencies to take the necessary steps to
    incorporate environmental considerations into the procurement
    process Policy on Green Procurement
    (http://www.tpsgc-pwgsc.gc.ca/ecologisation-greening/achats-procu
    rement/politique-policy-eng.html). To assist Canada in reaching
    its objectives, bidders should:
    
    1) use 8.5 x 11 inch (216 mm x 279 mm) paper containing fibre
    certified as originating from a
    sustainably-managed forest and containing minimum 30% recycled
    content; and
    
    
    5.	Part 5 - Certifications
    
    Delete:	PART 5 - CERTIFICATIONS, in its entirety
    
    Insert:	PART 5 - CERTIFICATIONS
    Bidders must provide the required certifications and related
    documentation to be awarded a contract. Canada will declare a
    bid non-responsive if the required certifications and related
    documentation 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, to provide the related
    documentation or to comply with the request of the Contracting
    Authority for additional information will also render the bid
    non-responsive.
    
    1. 	Mandatory Certifications Required Precedent to Contract Award
    
    1.1 	Code of Conduct and Certifications - Related documentation
    
    1.1.1 	By submitting a bid, the Bidder certifies, for himself
    and his affiliates, to be in compliance with the Code of Conduct
    and Certifications clause of the Standard instructions. The
    related documentation hereinafter mentioned will help Canada in
    confirming that the certifications are true. By submitting a
    bid, the Bidder certifies that it is aware, and that its
    affiliates are aware, that Canada may request additional
    information, certifications, consent forms and other evidentiary
    elements proving identity or eligibility. Canada may also verify
    the information provided by the Bidder, including the
    information relating to the acts or convictions specified
    herein, through independent research, use of any government
    resources or by contacting third parties. Canada will declare
    non-responsive any bid in respect of which the information
    requested is missing or inaccurate, or in respect of which the
    information contained in the certifications is found to be
    untrue, in any respect, by Canada. The Bidder and any of the
    Bidder's affiliates, will also be required to remain free and
    clear of any acts or convictions specified herein during the
    period of any contract arising from this bid solicitation.
    
    Bidders who are incorporated, including those bidding as a joint
    venture, must provide with their
    bid or promptly thereafter a complete list of names of all
    individuals who are currently directors of the Bidder. Bidders
    bidding as sole proprietorship, including those bidding as a
    joint venture,
    must provide the name of the owner with their bid or promptly
    thereafter. Bidders bidding as
    societies, firms, partnerships or associations of persons do not
    need to provide lists of names. If
    the required names have not been received by the time the
    evaluation of bids is completed,
    Canada will inform the Bidder of a time frame within which to
    provide the information. Failure to comply will render the bid
    non-responsive. Providing the required names is a mandatory
    requirement for contract award.
    
    Canada may, at any time, request that a Bidder provide properly
    completed and Signed Consent
    Forms (Consent to a Criminal Record Verification form-
    PWGSC-TPSGC 229)
    (http://www.tpsgc-pwgsc.gc.ca/app-acq/forms/formulaires-forms-eng
    .html) for any or all
    individuals aforementioned within the time specified. Failure to
    provide such Consent Forms
    within the time period provided will result in the bid being
    declared non-responsive.
    
    2. 	Additional 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, and/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.
    
    
    6.	Part 6 - Resulting Contract Clauses
    
    Delete: 
    3.1	General Conditions, in its entirety
    
    Insert: 
    3.1	General Conditions
    2010A (2012-11-19) General Conditions - Goods (Medium
    Complexity) apply to and form part of the Contract.
    
    
    7.	Part 6 - Resulting Contract Clauses
    	
    Delete: 
    8.	Certifications, in its entirety
    
    Insert: 
    8. 	Certifications
    
    8.1 	Compliance
    Compliance with the certifications and related documentation
    provided by the Contractor in its bid is a condition of the
    Contract and subject to verification by Canada during the term
    of the Contract. If the Contractor does not comply with any
    certification, provide the related documentation or if it is
    determined that any certification made by the Contractor in its
    bid is untrue, whether made knowingly or unknowingly, Canada has
    the right, pursuant to the default provision of the Contract, to
    terminate the Contract for default.
    
    
    8.	Part 6 - Resulting Contract Clauses
    
    10.	Priority of Documents
    
    Delete:		
    (b)	2010A (2012-07-16) General Conditions - Goods (Medium
    Complexity);
    
    Insert:
    (b)	2010A (2012-11-19) General Conditions - Goods (Medium
    Complexity);
    
    
    All other terms and conditions remain the same.
    ___________________________________________________
    
    AMENDMENT 001
    
    This amendment is raised to extend the bid closing date as
    follows:
    
    Page 1 Solicitation Closes
    
    Delete: 2012-11-13
    
    Insert: 2012-11-27
    
    All other terms and conditions remain the same.
    ___________________________________________________
    
    The Department of National Defence has a requirement for the
    items mentioned below. The delivery is requested at: Canadian
    Forces Supply Depots (CFSD) Edmonton (Alberta) and CFSD Montreal
    (Québec) by April 30, 2013.
    
    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 part numbers are a
    replacement of the OEM parts specified herein and 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
    Line 1, GSIN:N5330, NSN:5330996671193, PARTS KIT,SEAL
    REPLACEMENT,MECHANICAL EQ, 
    Part No.: SK30024N-1, NSCM/CAGE: U2368
    Part No.: SK3-0024N·1, NSCM/CAGE: U2368
    Quantity:15, Unit of Issue:Each, to be delivered to CFSD
    Montreal.
    
    Line 2, GSIN:N2540, NSN:2540016004188, ADJUSTER,VEHICULAR SEAT,
    Part No.: 801127, NSCM/CAGE:09704
    Quantity:45, Unit of Issue:Each, to be delivered to CFSD
    Montreal.
    
    Line 3, GSIN:N2540, NSN:2540016004188, ADJUSTER,VEHICULAR SEAT, 
    Part No.: 801127, NSCM/CAGE:09704
    Quantity:35, Unit of Issue:Each,to be delivered to CFSD
    Edmonton. 
    
    Line 4, GSIN:N4320, NSN:4320013708972, PUMP,ROTARY, 
    Part No.: 323 9120 122, NSCM/CAGE:13829
    Quantity:6, Unit of Issue:Each, to be delivered to CFSD Montreal.
    
    Line 5, GSIN:N4320, NSN:4320013708972, PUMP,ROTARY, 
    Part No.: 323 9120 122, NSCM/CAGE:13829
    Quantity:4, Unit of Issue:Each, to be delivered to CFSD Edmonton.
    
    Line 6, GSIN:N2540, NSN:2540219083211, FRAME,SEAT,VEHICULAR,
    Part No.: 407 282 113 054-1, NSCM/CAGE: 0CHW9
    Part No.: 3082-G, NSCM/CAGE: 36221
    Quantity:20, Unit of Issue:Each, to be delivered to CFSD
    Montreal.
    
    Line 7, GSIN:N5330, NSN:5330996671193, PARTS KIT,SEAL
    REPLACEMENT,MECHANICAL EQ,
    Part No.: SK30024N·1, NSCM/CAGE: U2368
    Part No.: SK3-0024N-1, NSCM/CAGE: U2368
    Quantity:10, Unit of Issue:Each, to be delivered to CFSD
    Edmonton.
    
    Line 8, GSIN:N5935, NSN:5935013498945, CONNECTOR,PLUG,ELECTRICAL,
    Part No.: 8338560-1, NSCM/CAGE:5A910
    Quantity:300, Unit of Issue:Each, to be delivered to CFSD
    Montreal.
    
    Line 9, GSIN:N4710, NSN:4710219212137, TUBE ASSEMBLY,METAL,
    Part No.: 9012307, NSCM/CAGE:3AE82
    Quantity:50, Unit of Issue:Each, to be delivered to CFSD
    Montreal.
    
    Line 10, GSIN:N4710, NSN:4710219212137, TUBE ASSEMBLY,METAL,
    Part No.: 9012307, NSCM/CAGE:3AE82
    Quantity:20, Unit of Issue:Each, to be delivered to CFSD
    Edmonton.
    
    Line 11, GSIN:N4820, NSN:4820993006261, VALVE,LlNEAR,DIRECTIONAL
    CONTROL, Part No.: A4B125T1·250N, NSCM/CAGE: U2368
    Part No.: A4B125-T·1-250-N, NSCM/CAGE: U2368 
    Quantity:15, Unit of Issue:Each, to be delivered to CFSD
    Edmonton.
    
    Line 12, GSIN:N4820, NSN:4820993006261, VALVE,LlNEAR,DIRECTIONAL
    CONTROL, 
    Part No.: A4B125T1·250N, NSCM/CAGE: U2368
    Part No.: A4B125-T·1-250-N, NSCM/CAGE: U2368
    Quantity:25, Unit of Issue:Each, to be delivered to CFSD
    Montreal.
    
    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)
    • 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
    Khan, Shazia
    Phone
    (819) 956-7345 ( )
    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
    000
    English
    2
    001
    English
    0
    000
    French
    1
    001
    French
    0
    002
    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

    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: