CanadaBuys Portal Maintenance Notice

The CanadaBuys website will be temporarily unavailable for a critical upgrade.

Maintenance Window:

  • Friday, March 28, 2025, 20h00 (8:00 PM) EDT to Monday, March 31, 2025, 07h00 (7:00 AM) EDT

Important Notice: Procurement Posting Guidelines During Federal Elections

During a federal government election, it is the buyer’s responsibility to obtain proper approval prior to posting procurement activities on CanadaBuys. For more information on obtaining approval prior to posting on CanadaBuys, buyers should contact their supervisor. For technical questions regarding publications or urgent requirements regarding postings, contact the Service Desk.

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)

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    003
    English
    11
    003
    French
    10
    002
    English
    12
    English
    13
    French
    13
    002
    French
    1
    001
    English
    27
    001
    French
    6
    English
    41
    French
    41
    000
    English
    73
    000
    French
    20

    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
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    National Capital Region (NCR)
    Selection criteria
    Lowest Price
    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: