Operational Clothing & Footwear (OCFC2)

Solicitation number W8486-206245/A

Publication date

Closing date and time 2021/08/19 14:00 EDT

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: The bidder must supply Canadian goods and/or services
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    
    This Solicitation (# W8486-206245/A) is for the Operational Clothing & Footwear Consolidated Contract (OCFC2) and is directly linked to all previous Solicitations posted on BuyandSell under the W8486-137549 series.
    
    Summary
    
    Background
    
    The Canadian Armed Forces (CAF) is responsible for protecting Canada and defending its sovereignty, defending North America and contributing to international peace and security. To carry out their responsibilities, CAF members must be equipped with operational clothing and footwear (OCF) that provides the necessary protection and operational mobility to conduct daily operations anywhere in the world.
    OCFC2 builds on the existing Consolidated Clothing Contract (C3) model operating in DND today for dress and occupational / environment uniform commodities, offering assurance of a tried and proven business model which has evolved through the last 20 years.
    For all items stipulated under contract, a prime vendor would be responsible for their acquisition, as well as inventory and distribution management and other services. This managed clothing solution (MCS) provides for the opportunity to develop a direct delivery system between the contractor and the individual military member. In addition, OCFC2 will allow for lower contract management and administrative overhead, lower inventory, improved acquisition cycles, improved response times for corrective actions and product improvement while allowing the apparel, textile and footwear industries to remain competitive, innovative and responsive.
    
    Brief Description
    
    The MCS will provide end-to-end management of the DND supply chain for Operational Clothing and Footwear (OCF), from acquisition and/or manufacturing to inventory management to distribution. It will include professional and design services as well as configuration management. 
    The successful bidder will supply DND with a complete supply chain management approach that encompasses program management services, professional services, manufacturing, warehousing and inventory management, order processing and management, and distribution and delivery.
    The MCS will also provide an online Order Management System (OMS) for use by Authorized Users who will order items for Direct Delivery to the address of their choice.
    National and international deliveries may be required by the successful Bidder; destinations will only be specified at time of order. 
    
    Period of the Contract
    
    The contract period will be for an initial period of 6 years from the date of the contract, with the option to extend the term of the contract by up to fourteen (14) additional one (1) year period under the same terms and conditions.
    
    Security Requirement
    
    There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
    
    National Security Exception (NSE) and Trade Agreements
    
    The national security exceptions provided for in the trade agreements have been invoked; therefore, this procurement is excluded from all of the obligations of all the trade agreements.
    Canadian Content
    
    Canadian Goods Definition, Certifications and Verification Process is described in Annex “E”.
    
    Comprehensive Land Claims Agreements (CLCAs)
    
    This procurement is subject to the Nunavut Land Claims Agreement, Gwich’in Comprehensive Land Claim Agreement, Sahtu Dene and Metis Comprehensive Land Claim Agreement, Tlicho Land Claims and Self-Government Agreement, Inuvialuit Final Agreement, Vuntut Gwich'in First Nation, First Nation of Nacho Nyak Dun, Teslin Tlingit Council, Champagne and Aishihik First Nations, Little Salmon/Carmacks First Nation, Selkirk First Nation, Tr'ondëk Hwëch'in First Nation, Ta'an Kwach'an Council, Kluane First Nation, Kwanlin Dun First Nation, Carcross/Tagish First Nation,  Maa-nulth Final Agreement, Nisga’a Final Agreement, Tsawwassen First Nation Final Agreement, James Bay and Northern Quebec Agreement, Northeastern Quebec Agreement, Nunavik Inuit Land Claims Agreement, Eeyou Marine Region Land Claims Agreement, Labrador Inuit Land Claims Agreement.
    
    Sollicitation Amendment #016 is raised to extend the closing date to August 19, 2021, and to respond to industry questions.
    
    
    
    
    
    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

    • No trade agreements are applicable to this solicitation process
    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
    Baker, Johanne
    Phone
    (613) 854-9253 ( )
    Email
    johanne.baker@tpsgc-pwgsc.gc.ca
    Fax
    (613) 943-7970
    Address
    L'Esplanade Laurier,
    East Tower 7th Floor
    140 O'Connor
    Ottawa, Ontario, K1A 0R5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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.
    Caption
    Document title Amendment no. Language Unique downloads Date added
    017 EN 107 2021/07/26
    006 EN 601 2021/07/26
    017 FR 19 2021/07/26
    016 EN 91 2021/07/16
    016 FR 11 2021/07/16
    015 EN 77 2021/05/27
    015 FR 18 2021/05/27
    014 EN 92 2021/05/14
    014 FR 14 2021/05/14
    013 EN 100 2021/03/09
    013 FR 26 2021/03/09
    012 EN 108 2021/01/14
    012 FR 24 2021/01/14
    011 EN 88 2020/12/23
    011 FR 20 2020/12/23
    010 EN 124 2020/12/08
    010 FR 21 2020/12/08
    009 EN 140 2020/06/12
    009 FR 30 2020/06/12
    008 EN 126 2020/03/30
    008 FR 32 2020/03/30
    007 EN 124 2020/03/27
    007 FR 21 2020/03/27
    005 EN 142 2019/12/17
    005 FR 32 2019/12/17
    004 EN 127 2019/11/29
    004 FR 27 2019/11/29
    003 EN 121 2019/11/27
    003 FR 26 2019/11/27
    002 EN 169 2019/10/30
    002 FR 30 2019/10/30
    001 EN 222 2019/09/10
    001 FR 45 2019/09/10
    000 EN 922 2019/08/29
    000 FR 179 2019/08/29
    Access the Getting started page for details on how to bid, and more.

    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 – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.