SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Boat Trailer Lifts - CCG

Solicitation number F7044-190106/A

Publication date

Closing date and time 2019/06/17 12:30 EDT


    Description
    Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Kropf Industrial Inc
    #1 Quebec Drive
    Seguin Ontario
    Canada
    P2A0B2
    Nature of Requirements: 
    
    Boat Trailer Lifts - CCG
    
    F7044-190106/A
    Peach, Ryan
    Telephone No. - (709) 690-9865 
    
    
    1. Advance Contract Award Notice
    An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
    
    2. Definition of Requirement 
    The Department of Fisheries and Oceans and Canadian Coast Guard has a requirement for one hydraulic and one non hydraulic lift boat trailers for Fall 2019 in Argentia , NL. The trailers are required to support and move all lifeboats of the small vessel fleet ie: Cape class, Arun and Bay class. One trailer is required to be self-propelled and the other of a configuration capable to be towed by fifth wheel and/or pintle hook. The Conolift SP-80 by Kropf or equivalent is the required specification for this application.
    
    3. Criteria for Assessment of the Statement of Capabilities (minimum essential requirements):
    Any interested supplier must demonstrate by way of a statement of capabilities that its equipment meets the following requirements: 
    A minimum of 10 years’ experience constructing/maintaining these trailers or similar is required with the capability to provide support for a minimum of 5 years after supply of same. This is to include mechanical/safety inspections as per manufacturers recommended intervals. This is to also include training/re-training as/if required.
    A product that will meet the marine environment and conditions for the Atlantic Canadian provinces. The equipment will be expected to operate in and therefore the equipment will consist of the hot dipped galvanized frame, hubs and components requirements. 
    
    The trailer/s are required to be capable of moving a vessel of 20m x 7m and of 80t. The power driven unit must meet the following criteria:
    
    Title: Hydraulic Boat Trailer(s)
    - Capacity of 160,000 Lbs minimum.
    - 60degree front steering/drive
    - Rear wheel assist
    - Diesel powered with tier 4 emissions c/w digital control display
    - Capability of hydraulic hitch adjustment and leveling for drive clearance
    - Ability to negotiate 6% grade with full rated service load.
    - Full engine instrumentation at operators station (hydraulically raised)
    - Radio remote control to include all functions of drive and steering
    - Start, stop, throttle control and hydraulic control at the remote
    - Spare remote pak
    - Two speed hydrostatic drive with dynamic braking
    - Automatic parking brake c/w release alarm
    - Minimum of 6 hydraulic support arms
    - Hydraulic expanding frame and hydraulic adjustable height to lift minimum height of 30 inches.
    - Hydraulic winch with straps in addition to or instead of spreader bars/cross beams
    - safety lock valves included in hydraulic system 
    - Stainless steel hardware
    - Galvanized frame, hubs and components
    - Extended warranty. 5 years
    
    The second trailer will be without drive option but must be capable of being maneuvered by goose neck and pintle hook options and include tow dolly for pintle option.   
    
    4. Applicability of the trade agreement(s) to the procurement
    The procurement is subject to the following trade agreements:
    
    01.) Canadian Free Trade Agreement (CFTA)
    02.) North American Free Trade Agreement (NAFTA)
    
    5. Justification for the Pre-Identified Supplier
    The pre-identified supplier is the only known supplier who offers a product which meets all the Minimum Essential Requirements listed above in point number 3.
    
    6. Government Contracts Regulations Exception(s)
    The following exception(s) to the Government Contracts Regulations is invoked for this procurement under subsection 6 (d):  Only one person is capable of performing the contract.
    
    
    
    7. Exclusions and/or Limited Tendering Reasons
    The following exclusion(s) and/or limited tendering reasons are invoked under the:
    
    a. North American Free Trade Agreement (NAFTA) Article 1016: Limited Tendering Procedures 
    2 b) where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists;
    
    b. CFTA Article 513: Limited Tendering
    
    (b) if the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
    
    (iii) due to an absence of competition for technical reasons;
    
    8. Delivery Date
    
    All the deliverables are requested to be delivered on or before Nov 1, 2019.
    
    Delivery DDP: 
     Canadian Coast Guard
     MCTS-Center
     49 Placentia Pike Road
     Argentia-Placentia, NL
     A0B 1W0
    
    The contractor must complete delivery, set-up, function test and training by November 15, 2019. Operation and maintenance training must be included at the time of installation/in-service at final destination.
    
    9. Cost Estimate of the Proposed Contract
    
    The estimated value of the contract, is approximately $ 1.2 mil (including applicable tax)
    
    10. Name and Address of the Pre-identified Supplier
     
    Kropf Conolift Industrial Inc.
    1 Quebec Drive
    Seguin, ON P2A 0B2 
    
    11. Suppliers Right to Submit a Statement of Capabilities:
    
    Suppliers who consider themselves fully qualified and available to provide the goods described herein, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    12. Closing Date for a Submission of a Statement of Capabilities
    The closing date and time for accepting statements of capabilities is June 17, 2019 by PSPC at 2:00 p.m. NST.
    
    13. Inquiries and Submission of Statements of Capabilities
    Inquiries and statements of capabilities are to be delivered to:
    
    Name:   Ryan Peach
    Title:   Junior Supply Officer
    Organization  Public Works and Government Services Canada 
                            Acquisitions Branch, Atlantic Region
                            Science, Professional Services and Marine 
                            The John Cabot Building, 10 Barter’s Hill
                            P.O. Box 4600, St. John’s, NL 
                            A1C 5T2
    
    Telephone:   (709) 690-9865
    Facsimile:   (709) 772-4603
    E-mail address:  ryan.peach@pwgsc.gc.ca
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    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
    Peach, Ryan
    Phone
    (709) 690-9865 ( )
    Email
    ryan.peach@pwgsc-tpsgc.gc.ca
    Address
    Cabot Place, Phase II, 2nd Floor
    Box 4600
    St. John's, NF, A1C 5T2

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Newfoundland and Labrador
    Procurement method
    Non-Competitive
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature
    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: