Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

Fire Detection,Fighting fighting

Solicitation number F3065-161071/B

Publication date

Closing date and time 2018/03/13 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: The bidder must supply Canadian goods and/or services
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    This bid solicitation cancels and supersedes previous bid solicitation number F3065-161071/A dated March 27, 2017 with a closing of April 18, 2017 at 02:00 PM. A debriefing or feedback session will be provided upon request to bidders/offerors/suppliers who bid on the previous solicitation.
    
    
    CANADIAN COAST GUARD VESSELS CENTRAL & ARCTIC REGION FIRE DETECTION, FIRE SUPPRESSION AND PORTABLE FIREFIGHTING EQUIPMENT INSPECTION AND SERVICING SERVICES IN THE PROVINCE OF QUEBEC
    
    The Canadian Coast Guard, Central & Artic Region has the requirement for the annual inspection, servicing and certification of the fire detection, fire suppression and firefighting equipment on board an estimated 220 vessels located in the Central and Arctic region - Saint-Lawrence Sector -province of Quebec, in accordance with Annex A Statement of Work.  The vessels range in size from a 5.9 meter rigid hull inflatables to the 100 meter vessel with a crew of 65.
    
    The term of the Standing Offer is for an initial period of one (1) year with two (2) one (1) year option periods.
    The period of the Standing Offer is from date of contract to one (1) year with an option to extend for two (2) additional period(s) of one (1) year.
    
    The requirement is limited to Canadian goods and/or services.
    
    There are no security requirement associated with this requirement
    
    The geographic area of the potential sites for services covered under this Standing Offer is for the Central and Arctic region - Saint-Lawrence Sector - Province of Quebec.  
    
    The vessels of the Canadian Coast Guard have onboard an estimated 800 various types and sizes of portable fire extinguishers and equipment, including but not limited to: ABC dry chemical fire extinguishers BC dry chemical fire extinguishers, D dry powder fire extinguishers, CO2 fire extinguishers, FX 384, 358, 607 and 609 - ABC dry chemical fire extinguishers, K fire extinguishers, AFFF foam fire extinguishers and 40 cubic ft. - 30 minute air bottles - Scott or M.S.A.
    
    The vessels are fitted with a variety of systems including the following:
    
    Fixed Systems     Alarm Systems
    
    Kidde-Fenwal Inc. FM200   Notifier
    Kidde- CO2 systems    Edwards
    Novec 1230    Simplex
    Range Guard
    Pyrene Corporation
    Pyro-Chem
    MinuteMan
    FireCombat
    
    Mandatory Technical Criteria
    
    M.1  The Offeror must demonstrate that it employs on a permanent basis at least two (2) certified Fire detection and firefighting service technicians with at least two (2) years of experience with the Offeror.
    
    M.2  The Offeror shall Certify that he can accomplish the work at all the following Home Port / Locations in the Province of Quebec as follows: Sorel Tracy, Quebec City, Rimouski, Matane, Sept-Îles, Mont-Joli, and Trois-Rivières
    
    M.3  The Offeror must demonstrate that he has the necessary equipment and rolling stock required for the repair, maintenance, and certification services for fire detection / firefighting systems described in section 3 of Annex A.
    
    M.4  The Offeror shall demonstrate that he is a certified Contractor for at least one of the following Fire Detection systems suppliers: Notifier, Edwards, Simplex, and provide certificates indicating that the Offeror is a certified Contractor and has on staff certified technicians.
    
    M.5  The Offeror shall demonstrate that he is certified and have on staff certified service technicians to service portable fire extinguishers.
    
    M.6  The Offeror shall demonstrate that he is certified and have on staff certified service technicians to service galley fire suppression systems.
    
    M.7   The offeror shall demonstrate that he has an approval of service or is in the process of obtaining an approval of service from a Classification Society
    
    M.8  Offeror must have a work record free of accident(s), incident(s) and unsatisfactory work record(s) on CCG ships and installations in the last two years including the following:
    
    M.8A  Offeror personnel must not have had a serious, light or minor accident caused by negligence or bad work practices on a CCG ship or facilities in the last two years from the date of issue of the solicitation. A potential offeror can request a review of an accident or incident for Mandatory Criteria M7 during the solicitation period by email to the Standing Offer Authority:
    
    M.8B  Offeror personnel must not have had an incident that caused damage to CCG equipment or ship or facilities in the last two years from the date of issue of the solicitation.  A potential offeror can request a review of an accident or incident for Mandatory Criteria M7 during the solicitation period by email to the Standing Offer Authority:
    
    M.8C  The Offeror must not have had an unsatisfactory rating with a contract or call up against standing offer in the last two years from the date of issue of the solicitation.  A potential offeror can request a review of an accident or incident for Mandatory Criteria M7 during the solicitation period by email to the Standing Offer Authority:
    
    
    Financial Evaluation
    
    The financial evaluation criteria is described at paragraph 2 of Annex E - Evaluation Plan of the RFP.  The evaluation plan incorporates:  hourly rates, travel time & distance and rates per kilometer.  
    
    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

    • Canadian Free Trade Agreement (CFTA)

    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
    Tamaro, Daniel
    Phone
    (819) 420-2892 ( )
    Email
    daniel.tamaro@tpsgc-pwgsc.gc.ca
    Fax
    (819) 956-0897
    Address
    11 Laurier St. / 11, rue Laurier
    6C2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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
    French
    1
    002
    English
    4
    001
    French
    1
    001
    English
    4
    000
    French
    4
    000
    English
    24

    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
    Quebec (except NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Lowest Price

    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: