R&O VARIOUS PUMPS
Solicitation number W8482-116492/A
Publication date
Closing date and time 2012/09/24 14:00 EDT
Last amendment date
Description
Trade Agreement: Agreement on Internal Trade (AIT) 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: Notice Amendment 011 Distribution of additional question and answer as well as a revised RFP document encompassing all solicitation amendments where feasible. The revised document serves as a guideline only with all solicitation amendments remaining in effect. Notice Amendment 010 Distribution of answer to Question 12 of Solicitation Amendment 009. See Solicitation Amendment 010. Notice Amendment 009 Distribution of questions and answers, set 7;EXTENSION TO BID CLOSING DATE FROM 10 SEPTEMBER 2012 TO 24 SEPTEMBER 2012.. See Solicitation Amendment 009. Notice Amendment 008 Distribution of questions and answers, set 6; EXTENSION TO BID CLOSING DATE FROM 31 AUGUST 2012 TO 10 SEPTEMBER 2012. See Solicitation Amendment 008. Notice Amendment 007 Distribution of questions and answers, set 5. See Solicitation Amendment 007. Notice Amendment 006 Distribution of questions and answers, set 4. See Solicitation Amendment 006. Notice Amendment 005 THE CLOSING DATE OF 10 AUGUST 2012 IS EXTENDED TO 31 AUGUST 2012. Notice Amendment 004 Distribution of questions and answers, set 3 Notice Amendment 003 Distribution of questions and answers, set 2; extension to bid closing date from 09 July 2012 to 10 August 2012. See Solicitation Amendment 003. Notice Amendment 002 Distribution of questions and answers. See Solicitation Amendment 002. Notice Amendment 001 THE CLOSING DATE OF 28 AUGUST 2012 IS AMENDED TO 09 JULY 2012. Nature of Requirements Line1, GSIN: JX2090, R&O -VARIETY OF PUMPS The Scope of Work is, when requested, to repair, overhaul (R&O) and test, modify and/or reduce to spares, four (4) groups of pumps, including pump assemblies, subassemblies, prime movers, and their associated components to as "good as new" condition and performance. The Work will also include, when requested, Special Investigation Technical Studies (SITS), Technical Investigations and Engineering Studies (TIES), supply of Field Service Representative support or Mobile Repair Parties for the stated equipment and its applicable systems, when requested. These pumps are used in fluid systems onboard various Department of National Defence (DND) Ships. The equipment is predominantly pumps used in fresh & salt water, and in fuel & lube oil systems, but also includes some pumps from pollution abatement and other systems. The above Work shall be performed in accordance with the requirement description and with the Technical and Logistic Statements of Work attached to the bid solicitation as Annexes A and C, respectively. Canada may award up to four contracts (one for each group of pumps). Bidders are invited to bid on more than just one group of items in the requirement, as Canada's preferred option is to aggregate as many groups of items as possible under the fewest number of contracts possible, in accordance with the evaluation criteria and conditions of award set herein. For the selected group(s) of Annex A, Bidders shall clearly demonstrate in their bid that the Technical Data and R&O Specifications required to undertake and successfully complete all aspects of the R&O services described in the bid solicitation are available to them at the time of bid closing because: i) the bidder is the Original Equipment Manufacturer (OEM) of the selected items; or, ii) the bidder has a current license or agreement with the relevant OEM. It is acceptable to use subcontractors to perform either part of, or all aspects of, the R&O services described in the bid solicitation; however, relationship and division of the work must be clearly indicated in the bid submission. The Contractor shall be responsible for undertaking and completing all work as requested. Canada shall not be held liable for providing to the Contractor any technical information other than the Equipment Performance Sheets for each item in Appendices 4 to 7 of Annex A. Canada may provide limited technical information, if available, for bidding purposes only. The technical information may be subject to Limited Intellectual Property Rights and shall only be released to bidders provided they request such data, and provide certification of non disclosure to the Contracting Authority. This technical information for the pumps described herein has been delivered to Canada under various Contracts since 1960. As the technical information has not been fully updated since that time, Canada is unable to, and will not warrant its accuracy or completeness. Canada shall not be responsible or liable for any damage or loss which may result from use of, or reliance on, this technical information. The Contractor shall acknowledge that it has no right to assert against Canada any claim or demand based on the technical information resulting in its inability to perform any of its obligations under the Contract, including, without limitation, its obligation to meet the Equipment Performance Specifications set out in Annex A of the Contract. The Work shall be performed in the Contractor's or Subcontractor's Plant or by their Mobile Repair Party on an as and when requested basis for work authorized from date of contract award to 31 March 2015. Canada shall have the option to extend the contract period to 31 March 2016, and further to 31 March 2017 without recompeting the requirements. Canada shall also have the option to add R&O services for any new naval pump item or for any naval pump item without contracted R&O services, to any resulting contract at any time during the period of the contract at prices to be negotiated with the Contractor. The Work, also described herein as "Major Overhaul", is repairing and overhauling the equipment to 'as good as new' condition and performance. The Work shall be done as requested herein and in section 3 of the Technical Statement of Work (TSOW) and shall include: all labour and material required to perform pump repairs and overhauls including receipt, disassembly, visual, dimensional and non destructive inspections, mandatory part replacements, missing components replacement, cleaning, repair, rebuilding and reconditioning work resulting from inspections, reassembly, fitting, calibrating, testing, painting, preservation, preparation for delivery, packaging and shipping. It shall also include, when items are delivered to the contractor in reusable containers, the inspection of the containers and all minor container repairs, such as: partial repainting, stenciling, patching of holes, recaulking of the seals and weather-stripping. The Contractor shall supply all replacement parts required for the repair & overhaul of the listed equipment as Contractor Furnished Material (CFM). The timely provision of parts to meet the requested Turn Around Time (TAT) shall be the responsibility of the Contractor. DND holds an inventory of spare parts associated with this requirement and wishes to make these spares available at certain conditions to the Contractor until full depletion of the inventories. All requests for Canadian Forces Supply Stock (CFSS) by the contractor will be sent to the Requisition Authority for approval prior to ordering from NDQAR authority. There will be no incentive basis of payment, the full market value of the item ordered from the CFSS will be subtracted from the contract fixed price of the item being overhauled. The Contractor shall also be responsible for providing all necessary repair tools and test equipment. Interested bidders must download the solicitation document and attachments from MERX and, under separate cover, request in writing the eight (8) appendices to the Technical Statement of Work and eight (8) related specifications available only from the Contracting Authority. 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)
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
- Wright, Muriel
- Phone
- (819) 956-4886 ( )
- Fax
- (819) 956-0897
- Address
-
11 Laurier St. / 11, rue Laurier
6C2, Place du PortageGatineau, 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.
Access the Getting started page for details on how to bid, and more.