Design of a lantern for Canadian Coast Guard
Solicitation number F7047-200102/A
Publication date
Closing date and time 2021/05/28 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: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: Amendment no. 4 The Request for proposal document has been amended. Amendment no. 3 The closing date of Notice of Proposed Procurement and the Request for proposal has been extended. The new closing date will be May 28,2021 at 14H00 EDT. Amendment no. 2 The Notice of Proposed Procurement has been amended to extend the bid closing date. The Request for Proposal has been amended to extend the bid closing date. All other terms and conditions remain the same. Amendment no.1 The Notice of Proposed Procurement has been amended to change the contract period and to extend the bid closing date. Delete: Contract Period: 3 years firm with 2 option years of one year each. Insert: Contract Period: 5 years firm. The Request for Proposal also has been amended. Please consult the amended document . ________________________________________________________________________ Request for Proposal for the purchase of the lanterns for the Canadian Coast Guard (CCG)in Québec, P. Quebec. These lanterns will be used on a system of several aids to navigation systems. The lanterns must offer different levels of service, including minimum visual range, specific colors, specific flashing characteristics. The specific objectives of this mandate are; to create a new lantern design for the client based on the tasks and technical requirements provided by the client and also to ensure that the lanterns meet the requirement or more specifically the level of service required namely: a light range of at least 4nm (effective luminous intensity of 37 candelas), meet the colorimetry standards established by the International Association of Marine Aids to Navigation and lighthouse Authorities (Reference 1.6.5) and produce common signals (flashes ) as listed in the client’s List of Lights. All details are specified at Annex A-Statement of work. The CCG will provide the following: 1.Technical support; 2.Reference works (Annex A -Section 1.6); 3.Any other documentation necessary for the performance of the mandate deemed relevant by the CCG or by the Contractor. The contractor is responsible for identifying any other additional documentation that would be necessary to carry out his mandate. In this case, the contractor must inform the CCG as soon as possible, so that arrangements can be made to help meet the needs of the contractor. In addition, the CCG is responsible for the lantern housing design (Annex A -Section 5), i.e. the following components: -Design and dimensions -Materials -Bolts and their respective torques -Sealing of the lantern, including the seal design -Protection against birds Note that the CCG is not responsible for the development of the lens, it is shown in Annex A -Section 5 for guidance only. No work will take place at the CCG Quebec base. Type of contrat: With Task authorizations Contract Period: 3 years firm with 2 option years of one year each. Quantity of tasks: Various 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)
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
- Paradis, Mary
- Phone
- (514) 702-8173 ( )
- Email
- mary.paradis@tpsgc-pwgsc.gc.ca
- Fax
- () -
- Address
-
Place Bonaventure, portail Sud-Oues
800, rue de La Gauchetière Ouest
7e étage, suite 7300Montréal, Québec, H5A 1L6
Buying organization(s)
- Organization
-
Fisheries and Oceans Canada
- Address
-
200 Kent St, Station 13E228Ottawa, Ontario, K1A 0E6Canada
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_MTB.B309.F16120.EBSU004.PDF | 004 |
French
|
2 | |
ABES.PROD.PW_MTB.B309.E16120.EBSU004.PDF | 004 |
English
|
16 | |
ABES.PROD.PW_MTB.B309.F16120.EBSU003.PDF | 003 |
French
|
6 | |
ABES.PROD.PW_MTB.B309.E16120.EBSU003.PDF | 003 |
English
|
7 | |
ABES.PROD.PW_MTB.B309.F16120.EBSU002.PDF | 002 |
French
|
6 | |
ABES.PROD.PW_MTB.B309.E16120.EBSU002.PDF | 002 |
English
|
14 | |
ABES.PROD.PW_MTB.B309.F16120.EBSU001.PDF | 001 |
French
|
8 | |
ABES.PROD.PW_MTB.B309.E16120.EBSU001.PDF | 001 |
English
|
20 | |
ABES.PROD.PW_MTB.B309.F16120.EBSU000.PDF | 000 |
French
|
21 | |
ABES.PROD.PW_MTB.B309.E16120.EBSU000.PDF | 000 |
English
|
86 |
Access the Getting started page for details on how to bid, and more.