TRACKED LINE CONSTRUCTION VEHICLES

Solicitation number W8476-144458/A

Publication date

Closing date and time 2013/10/31 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    TRACKED LINE CONSTRUCTION VEHICLES
    
    W8476-144458/A
    Khan, Shazia
    Telephone No. - (819) 956-7345 (    )
    Fax No. - (819) 956-5227
    ______________________________
    
    AMENDMENT 006
    
    This amendment is raised to provide questions and answers to
    potential bidders as follows:
    
    Question: Para 3.12.2 ii) - Portable electric winch
    A 250 ft long cable is not readily available for a 10,000 lbs
    electric winch.  Will you accept shorter length, at 125 ft? 
    This seems to be the norm.  With cable longer than this, you
    will likely overload the electric motor.
    
    Answer: This is a shall(E) requirement, therefore equivalent can
    be offered.  Please provide details in the bid package.  During
    the bid evaluation, the Technical Authority will do the
    evaluation and decide to accept it or not.
    
    All other terms and conditions remain the same
    ______________________________
    
    AMENDMENT 005
    
    This amendment is raised to provide questions and answers to
    potential bidders as follows:
    
    Question: Para 3.3.2 - Aerial Device Safety
    ANSI 10.31 applies to everything related to the digger derrick
    and even accounts for the bucket option including the dielectric
    testing.  This cannot be crossed with CSA standard.  If you look
    at CSA C225, section 1.2.2 "Equipment not covered", digger
    derricks are mentioned and shown to be covered under ANSI A10.31.
    
    Answer: The ANSI /ASSE A10.31-2006 standard applies to special
    multipurpose vehicle-mounted machines, commonly known as digger
    derricks. These machines are primarily designed to accommodate
    components that dig holes, set poles and position materials and
    apparatus.  The purpose of the CSA C225-10 standard is to
    establish criteria for the design, manufacture, testing,
    inspection, installation, maintenance, use and operation of
    vehicle-mounted aerial devices installed on a chassis, primarily
    used to position personnel.  Therefore, both standards apply to
    this vehicle.
    
    
    Question: Para 3.7.1 - Tracks
    This paragraph states that tracks 'shall' have rubber
    cross-links.  Ours are rubber belts with steel D-dent grousers. 
    Is this acceptable?
    
    DELETE
    Para 3.7.1 - Tracks
    
    Answer: INSERT 
    Para 3.7.1 Tracks - The track shall:
    (a)	Include rubber 5-ply belts as a minimum; and
    (b)	Be able to be fitted with ice cleats when required. Ice
    cleats shall be provided with each tracked vehicle.
    
    
    Question: Para 3.12.4 c) Platform
    This paragraph states that bucket levelling to be hydraulic. 
    Ours is gravity with disc brake.  Is this acceptable?
    
    Answer: This is a shall(E) requirement, therefore equivalent can
    be offered.  Please provide details in the bid package.  During
    the bid evaluation, the Technical Authority will do the
    evaluation and decide to accept it or not.
    
    
    
    Question: Para 3.12.4 d) Platform
    This paragraph states that unit to have hydraulic bucket
    rotator.  This is not available on most, if not all diggers. 
    Will unit be accepted without this feature?
    
    Answer:This is a shall(E) requirement, therefore equivalent can
    be offered.  Please provide details in the bid package.  During
    the bid evaluation, the Technical Authority will do the
    evaluation and decide to accept it or not.
    
    
    Question: Para 3.4 (d) - Tracked Vehicle Performance
    Have a ground Pressure at maximum 2.0 psi without load.  Is this
    not redundant as the unit will be built with equipment
    permanently mounted, thus putting load on it.  The important
    measurement is the fully loaded one.  Can the 2.0 psi unloaded
    have some variance?
    
    Answer: DELETE
    Para 3.4 (d)
    
    INSERT 
    Para 3.4 (d)   Have a ground pressure with 6" penetration of
    maximum 5.0 psi fully loaded; 
    
    
    
    All other terms and conditions remain the same.
    
    ______________________________
    AMENDMENT 004
    
    This amendment is raised to modify the Purchase Description (PD)
    and to provide questions and answers to potential bidders as
    follows:
    
    1. Purchase Description for Tracked Line Construction Vehicle
    40ft dated August 2013
    
    Delete: in its entirety
    
    Insert: Purchase Description for Tracked Line Construction
    Vehicle 40ft dated 01 October 2013
    
    
    2. Question: On the digger side:
    Para 3.12.1 (f) Digging radius, we would be from 14.2 to 21.5
    
    Answer: The word shall will be changed to shall(E).   The PD
    will be amended to reflect this change.  Consequently, an
    equivalent can be offered, therefore please provide details in
    the bid package.  During the bid evaluation, the Technical
    Authority will do the evaluation and decide to accept it or not.
    
    
    Question: On the digger side:
    Para 3.12.3 (b) Can we use another brand than Kentucky, Pengo is
    normally the one offered.
    
    Answer: At Para 3.12.3 (b), the brand name Kentucky will be
    deleted in the PD.  The PD will be amended to reflect this
    change.
    
    
    Question: On the digger side:
    Para 3.12.4 (d) The bucket rotator is not offered on the digger
    derricks
    
    Answer: This is a shall(E) requirement, therefore equivalent can
    be offered.  Please provide details in the bid package.  During
    the bid evaluation, the Technical Authority will do the
    evaluation and decide to accept it or not.
    
    
    Question: On the digger side:
    Para 3.12.19 (e) Upper controls would be permanently mounted,
    but not fully hydraulic, in-order to keep space for other
    functions.  They can also be pinned to either the second or
    third stage.
    
    Answer: This is a shall(E) requirement, therefore equivalent can
    be offered.  Please provide details in the bid package.  During
    the bid evaluation, the Technical Authority will do the
    evaluation and decide to accept it or not.
    
    
    Question: Para 3.11 (f) - Our standard units are equipped with
    an hour meter in lieu of an odometer.  An hour meter is
    traditionally used in equipment which is both driven and used
    stationary as it provides a true indication of equipment use. 
    Is this acceptable?
    
    Answer: DELETE
    Para 3.11 (f) Odometer;
    
    INSERT
    Para 3.11 (f) Hour-meter - An hour-meter with numeric display,
    which accurately records accumulated engine running time up to
    at least 9,999 hours;
    
    
    Question: Para 3.6.1 (g) The auxiliary gear pump is sized so
    that the GPM provided at engine idle is suitable for aerial
    device operation, negating the requirement for an automatic fast
    idle device.  Is this acceptable?
    
    Answer: Requirement identified by the word 'shall' is mandatory.
     Deviation will not be permitted.
    
    
    Question: Para 3.6.1 (h) The engine used in our standard unit is
    a mechanical injection diesel engine with no allowance for an
    electronic adjusting hand throttle.  We provide mechanical hand
    throttles.  Is this acceptable?
    
    Answer: Requirement identified by the word 'shall' is mandatory.
     Deviation will not be permitted.
    
    
    Question: Para 3.12.1 (h) Our standard units are now equipped
    with a planetary drive rotation which provides better protection
    against side loading than a worm gear drive.  Is this acceptable?
    
    Answer: DELETE
    Para 3.12.1 (h)
    
    INSERT 
    Para 3.12.1 (h)  Shall have 360 degree continuous rotation or a
    minimum 370 degrees non-continuous rotation.  If non-continuous
    is used, the rotation stop shall(E) be at forward centre of
    turret to allow free rotation at rear of tracked vehicle;
    
    
    Question: 3.12.5 (a)  Our standard pole puller has a rated
    capacity of 23 500kg at 3,000 psi and comes with a high pressure
    tools circuit for the operation of the pole puller.  This allows
    us to meet the capacity requirement with a lighter,
    ergonomically friendly unit.  Is this acceptable?
    
    Answer: The word shall will be changed to shall(E).   The PD
    will be amended to reflect this change.  Consequently, an
    equivalent can be offered, therefore please provide details in
    the bid package.  During the bid evaluation, the Technical
    Authority will do the evaluation and decide to accept it or not.
    
    
     All other terms and conditions remain the same.
    
    ______________________________
    
    AMENDMENT 003
    
    This amendment is raised to extend the bid closing date as
    follows:
    
    Page 1 Solicitation Closes
    
    Delete: 2013-10-21
    
    Insert: 2013-10-31
    
    All other terms and conditions remain the same.
    
    ______________________________
    
    AMENDMENT 002
    
    This amendment is raised to modify the Request For Proposal
    (RFP), the Purchase Description (PD) and the Technical
    Information Questionnaire (TIQ) as follows:
    
    1. Request For Proposal (RFP) -  Bid Closing Date:
    
    Delete: 2013-10-07
    
    Insert: 2013-10-21
    
    
    2. Purchase Description for Tracked Line Construction Vehicle
    40ft dated April 2013
    
    Delete: in its entirety
    
    Insert: Purchase Description for Tracked Line Construction
    Vehicle 40ft dated August 2013
    
    
    3. Technical Information Questionnaire dated 2013-04-23
    
    Delete: in its entirety
    
    Insert: Technical Information Questionnaire modified 2013-08-13
    
     All other terms and conditions remain the same.
    
    ______________________________
    
    AMENDMENT 001
    
    This amendment is raised to provide questions and answers to
    potential bidders as follows:
    
    Question: To better understand the application to determine the
    value of an Automatic greasing system could you let me know what
    these machines primary function will be?
    
    Answer: The tracked vehicle will be used in domestic and
    expeditionary operations for aerial, overhead and underground
    telecommunications cable installation and maintenance, post/pole
    hole digging, setting, and removal.
    
    
    Question: Have you looking into equipping Automatic greasing
    systems on these machines? This is a system that will automate
    the process of greasing the individual grease zerks for the
    moving contact points (pins/bushings, brakes, steering, boom
    joints, etc). The benefits of these systems are:
    
    - No longer needing to depend on an the individual operating the
    machine to grease manually (workers rarely get out and grease,
    especially when weather is poor)
    - Greasing while/only when the machine is in operation (while in
    motion allows the grease to fully penetrate the entire surface
    area of the pin/bushing being greased)
    - Savings in grease consumption (only uses small amounts of
    grease, constantly based on a preset interval dependent on the
    amount of use of each individual contact point versus manually
    greasing until grease comes out the opposite end - **wasting
    grease on every application)  *** approximately 30-50% savings
    in grease
    - Delays premature wear of parts
    - Allows operator to work full hours, not having to take an hour
    to grease 1-2 times per day depending on application
    
    Answer: An auto-lubrication system will be added at Para 3.17.1
    of the Purchase Description.  The PD will be amended to reflect
    this change.
    
    Insert:
    3.17.1  Auto-Lubrication System - Auto-lubrication system
    servicing the maximum number of grease points shall be provided
    on the tracked vehicle.  The grease reservoir shall be full when
    vehicle is delivered.
    
    All other terms and conditions remain the same.
    
    ______________________________
    
    The Department of National Defence has a requirement to purchase
    five (5) Tracked Line Construction Vehicles and ancillary items,
    including familiarization instruction/training, in accordance
    with the Purchase Description for Tracked Line Construction
    Vehicle 40 ft, dated 2013-04, and as described at Annex A -
    Pricing. 
    
    The requirement includes an option to purchase up to three (3)
    Tracked Line Construction Vehicles and ancillary items to be
    exercised within twelve (12) months from the effective date of
    the contract.
    
    The requirement is subject to the provisions of the World Trade
    Organization Agreement on Government Procurement, the North
    American Free Trade Agreement, the Canada-Columbia Free Trade
    Agreement, the Canada-Peru Free Trade Agreement, the
    Canada-Panama Free Trade Agreement and the Agreement on Internal
    Trade.
    
    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 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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • 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.

    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
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Ontario (except NCR)
    ,
    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: