SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

infrared (IR) windows

Solicitation number F7044-170260/A

Publication date

Closing date and time 2018/05/11 14:00 EDT

Last amendment date


    Description
    Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    INFRARED TRANSPARENT WINDOWS ASSEMBLIES FOR THE CANADIAN COAST GUARD VESSELS IN THE NATIONAL REGION OF CANADA
    
    The Canadian Coast Guard has the requirement to establish a national individual standing offer for "Infrared Transparent Window Assemblies" that will be used on the Canadian Coast Guard (CCG) Vessels.
    
    The requirement is subject to the provisions of the North American Free Trade Agreement (NAFTA), Canada - Chile Free Trade Agreement (CCFTA), Canada - Colombia Free Trade Agreement, Canada - Honduras Free Trade Agreement, Canada - Korea Free Trade Agreement, Canada - Panama Free Trade Agreement, and Canadian Free Trade Agreement (CFTA).
    
    The period of the Standing Offer is for three (3) years.
    
    There are no security requirement associated with this requirement.
    
    The geographic area for the services covered under this Standing Offer are the Canadian Coast Guard (CCG) vessel’s home ports, repair facilities, commercial shipyards and repair facilities under contract with the CCG, across Canada.
    
    
    MANDATORY TECHNICAL CRITERIA EVALUATION
    
    M1 
    The Bidder must be the Original Equipment Manufacturer (OEM) of the "Infrared Transparent Window Assemblies" or an OEM authorized distributor.
    
    M2 
    "Infrared Transparent Window Assemblies" must be approved by a Recognized Classification Society for shipboard application.
    
    M3 
    "Infrared Transparent Window Assemblies" lenses must have a broadband transmission allowing both visible spectrum wavelengths and the infrared wavelengths (including shortwave, midwave and longwave of the infrared spectrum; "from 400nm to 700nm and from 700nm to 1mm") to transmit through the "Infrared Transparent Window Assemblies" lenses lenses. Thereby allowing the enclosure components to be viewed by both visual means (human eye, digital photographic camera, etc.) and a thermal imager (8.0 to 12.0 microns). The ability to conduct thermal scans and take digital photos of the enclosure components is required for documentation and corrective action processes.
    
    M4 
    "Infrared Transparent Window Assemblies" must allow the beam of a lamp/light and flash to pass through for visual inspections.
    
    M5 
    "Infrared Transparent Window Assemblies" must be manufactured from a clear, rigid, solid crystalline material (calcium fluoride) or equivalent and have no embedded, nor affixed to, grill, mesh or reinforcing screens under/in/on the window material.
    
    M6 
    "Infrared Transparent Window Assemblies" assemblies must be manufactured to be resistant to moisture penetration at face and circumferential edge to prevent a change of "Infrared Transparent Window Assemblies" transmissivity.
    
    M7 
    "Infrared-transparent window assemblies" shall be provided with a silicone gasket, equivalent or better, that must be installed between the exterior of the enclosure and the "infrared-transparent window assemblies".
    
    M8 
    "Infrared Transparent Window Assemblies" assemblies must be of a complete circular shape and the actual viewing aperture diameter must be of 3.5 inches (89 mm) +/- 0.10 inches (2.54 mm).
    
    M9 
    "Infrared Transparent Window Assemblies" assemblies must have a permanently attached and hinged solid metal impact and load resistant cover secured or opened for viewing access by a single non-removable fastener. To protect from possible arc flash, the metal cover must be able to remain in the closed position when the "Infrared Transparent Window Assemblies" are not being used for viewing.
    
    M10 
    "Infrared Transparent Window Assemblies" must be constructed of stainless steel, aluminum, or other strong metal alloy and have an ingress protection (IP) rating equal to IP65 or better.
    
    M11 
    "Infrared Transparent Window Assemblies" assemblies must be rated to two-hundred fifty degrees Celsius (250°C) or greater.
    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

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • 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
    Therrien, Jeremy
    Phone
    (819) 420-4510 ( )
    Email
    jeremy.therrien@tpsgc-pwgsc.gc.ca
    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
    001
    English
    13
    000
    French
    5
    000
    English
    33

    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
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    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: