TRUCK ACCESSORIES
Solicitation number W6399-140039/B
Publication date
Closing date and time 2015/04/14 14:00 EDT
Last amendment date
Description
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: Attachment: YES (MERX) Electronic Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: TRUCK ACCESSORIES W6399-140039/B Khan, Shazia Telephone No. - (819) 956-7345 Fax No. - (819) 956-5227 Email: shazia.khan@pwgsc-tpsgc.gc.ca __________________________________ REVISION 003 This amendment is raised to to modify the information in the Request for Standing Offer as follows: 1) Part 3 - Offer Preparation Instructions Section II: Financial Offer Insert: 2. Exchange Rate Fluctuation Risk Mitigation 1) The Offerors may request Canada to assume the risks and benefits of exchange rate fluctuations. If the Offeror claims for an exchange rate adjustment, this request must be clearly indicated in the offer at time of bidding. The Offeror must submit form PWGSC-TPSGC 450, Claim for Exchange Rate Adjustments with its offer, indicating the Foreign Currency Component (FCC) in Canadian dollars for each line item for which an exchange rate adjustment is required. 2) The FCC is defined as the portion of the price or rate that will be directly affected by exchange rate fluctuations. The FCC should include all related taxes, duties and other costs paid by the Offeror and which are to be included in the adjustment amount. 3) The total price paid by Canada on each invoice will be adjusted at the time of payment, based on the FCC and the exchange rate fluctuation provision in the contract. The exchange rate adjustment will only be applied where the exchange rate fluctuation is greater than 2% (increase or decrease). 4) At time of bidding, the Offeror must complete columns (1) to (4) on form PWGSC-TPSGC 450, for each line item where they want to invoke the exchange rate fluctuation provision. Where offers are evaluated in Canadian dollars, the dollar values provided in column (3) should also be in Canadian dollars, so that the adjustment amount is in the same currency as the payment. 5) Alternate rates or calculations proposed by the Offeror will not be accepted for the purposes of this exchange rate fluctuation provision. 2) Part B. Resulting Contract Clauses Delete in its entirety: 4.1 Basis of Payment Firm lot prices in Canadian dollars, Delivered Duty Paid (... named place of destination), Incoterms 2000, including Canadian Custom Duties and Excise Taxes included where applicable, and applicable Taxes are extra. Insert: 4.1 Basis of Payment Firm lot prices in Canadian dollars, Delivered Duty Paid (... named place of destination), Incoterms 2000, including Canadian Custom Duties and Excise Taxes included where applicable, and applicable Taxes are extra. The price paid will be adjusted in accordance with the exchange rate fluctuation provision (as Applicable). 4.2 Exchange Rate Fluctuation Adjustment 1) The foreign currency component (FCC) is defined as the portion of the price or rate that will be directly affected by exchange rate fluctuation. The FCC should include all related taxes, duties and other costs paid by the Bidder and which are to be included in the adjustment amount. 2) For each line item where a FCC is identified, Canada assumes the risks and benefits for exchange rate fluctuation, as shown in the Basis of Payment. For such items, the exchange rate fluctuation amount is determined in accordance with the provision of this clause. 3) The total price paid by Canada on each invoice will be adjusted at the time of payment, based on the FCC and the exchange rate fluctuation provisions in the contract. The exchange rate adjustment amount will be calculated in accordance with the following formula: Adjustment = FCC x Qty x ( i1 - i0 ) / i0 where formula variables correspond to: FCC Foreign Currency Component (per unit) i0 Initial exchange rate (CAN$ per unit of foreign currency [e.g. US$1]) i1 exchange rate for adjustments (CAN$ per unit of foreign currency [e.g. US$1]) Qty quantity of units 4) The initial exchange rate is typically set as the noon rate as published by the Bank of Canada on the solicitation closing date. 5) For goods, the exchange rate for adjustment will be the noon rate as published by the Bank of Canada on the date the goods were delivered. For services, the exchange rate for adjustment will be the noon rate on the last business day of the month for which the services were performed. For advance payments, the exchange rate for adjustment will be the noon rate on the date the payment was due. The most recent noon rate will be used for non-business days. 6) The Contractor must indicate the total exchange rate adjustment amount (either upward, downward or no change) as a separate item on each invoice or claim for payment submitted under the Contract. Where an adjustment applies, the Contractor must submit with their invoice form PWGSC-TPSGC 450, Claim for Exchange Rate Adjustments. 7) The exchange rate adjustment will only be applied where the exchange rate fluctuation is greater than 2% (increase or decrease), calculated in accordance with column 8 of form PWGSC-TPSGC 450 (i.e [ i1 - i0 ) / i0]). 8) Canada reserves the right to audit any revision to costs and prices under this clause. _________________________________________ REVISION 002 This amendment is raised to extend the bid closing date, to provide questions and answers to potential bidders and to modify the information as follows: 1) Page 1 Solicitation Closes Delete: 2015-04-02 Insert: 2015-04-14 2) Question: 2,000 lbs, 100% extension aluminum slide is not available on the market. I work with several slide manufacturers, and the highest load capacity available in aluminum is 1,000 lbs. Answer: DND requires corrosion resistant materials, for example, marine grade aluminum. Stainless steel or properly power-coated steel would be acceptable. 3) Delete from the Request from Standing Offer from its entirety : Annex B2 Pricing - Stream 2 DDP Destination Identified User At Part 1 - General Information 2. Summary Delete: Stream 2: On-site Installation at the Government of Canada Facility 4) At Annex B1 Pricing - Stream 1 FCA Contractor Facility, Annex B3 Pricing - Stream 3 DDP Destination Contractor Facility and Annex C Delivey: Delete in its entirety: Location: Petawawa from Region 6 - Ontario Insert: Region 11 - Ontario Location: Petawawa Delete: Truck Caps (Space Cap) Insert: Truck Caps (Space Cap) 132 cm (52 in) Truck Caps (Space Cap) 182 cm (72 in) 5) PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION 1.1. Mandatory Technical Evaluation Criteria At 1.1.1 Offeror and Subcontractor Experience Insert: Offerors submitting an offer for Region 11 must demonstrate they have at least two (2) years of experience in providing installation services for Truck Caps, Bed Liners and Spray-on Box Liners within the last three (3) years before the closing date of the Request for Standing Offer. At 1.1.3 Mandatory Technical Evaluation Criteria - Make and Model Number, Insert: Offerors submitting an offer for Region 11 must indicate in Annex B1 and Annex B3 - Pricing, the Make and Model Number of Truck Caps, Bed Slides and Spray-on Box Liners they are offering. 1.2 Financial Evaluation At 1.2.2 Aggregate Evaluated Price Per Region Insert: The sum of the evaluated prices for Region 11 in Annex B1 and Annex B3, will determine the aggregate evaluated price of the offer for Region 11 At 2. Basis of Selection Insert: The responsive offer with the lowest aggregate evaluated price for Region 11 will be recommended for issuance of a standing offer; Delete: A maximum of ten (10) responsive offers will be recommended for issuance of a Standing Offer. Insert: A maximum of eleven (11) responsive offers will be recommended for issuance of a Standing Offer. All other terms and conditions remain the same. ___________________________________ REVISION 001 This amendment is raised to extend the bid closing date and to provide questions and answers to potential bidders as follows: Page 1 Solicitation Closes Delete: 2015-03-25 Insert: 2015-04-02 Question: They are requesting for over the rail spray in liner, all new trucks come with factory bed caps, most of the time when removing these. They aren't able to be reinstalled. Please advise. We usually do under the rail spray in liner. Please let us know if this works. Answer: DND will accept under the rail spray in liner where factory bed caps are installed, otherwise over the rail is required. Question: Can you confirm that they do not want side doors on the Spacekaps. Answer: Confirmed, no side windows on the Spacekaps. Question: For the High Rise Cap, would 45 " instead of 47" be acceptable? Answer: 45 " is acceptable Question: For the Spray-in liner part, is Reflex, Rhino,Bullet liner acceptable alternatives? Answer: It's acceptable as long as it's a spray-in Question: In regards to the slide, is it an issue if it is not made of aluminum? Answer: Has to be aluminum because of weight and corosion resistant All other terms and conditions remain the same. _________________________________ This requirement is to establish a National Master Standing Offer (NMSO) for the purchase and installation of Box Caps, Bed Slides and Spray-on Box Liners for pick-up trucks, in accordance with the attached Statement of Work. This requirement will be for the period from the effective date of the Standing Offer for an initial period of two (2) year with the provision to extend the Standing Offer for up to two (2) additional periods of one (1) year. The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Agreement on Internal Trade (AIT), the Canada-Columbia Free Trade Agreement and the Canada-Peru Free Trade Agreements. Debriefings 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 fifteen (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)
-
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)
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
- Khan, Shazia
- Phone
- (819) 956-7345 ( )
- 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.PW__HS.B636.E66755.EBSU003.PDF | 003 |
English
|
11 | |
ABES.PROD.PW__HS.B636.F66755.EBSU003.PDF | 003 |
French
|
10 | |
ABES.PROD.PW__HS.B636.E66755.EBSU002.PDF | 002 |
English
|
12 | |
w6399-140039_b_rev_002.zip |
English
|
13 | ||
w6399-140039_b_rev_002.zip |
French
|
13 | ||
ABES.PROD.PW__HS.B636.F66755.EBSU002.PDF | 002 |
French
|
1 | |
ABES.PROD.PW__HS.B636.E66755.EBSU001.PDF | 001 |
English
|
27 | |
ABES.PROD.PW__HS.B636.F66755.EBSU001.PDF | 001 |
French
|
6 | |
w6399-140039_b.zip |
English
|
41 | ||
w6399-140039_b.zip |
French
|
41 | ||
ABES.PROD.PW__HS.B636.E66755.EBSU000.PDF | 000 |
English
|
73 | |
ABES.PROD.PW__HS.B636.F66755.EBSU000.PDF | 000 |
French
|
20 |
Access the Getting started page for details on how to bid, and more.