(SOF) Distinctive Service Uniforms

Solicitation number W6399-18KA05/A

Publication date

Closing date and time 2018/01/05 14:00 EST

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: If 2+ bids offer Canadian goods/services other bids will not be considered
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Special Operations Forces (SOF) Distinctive Service Uniforms (SDSU)
    
    W6399-18KA05/A
    Contact: Josette Richard
    Telephone: 613-462-4128
    Email: josette.richard@pwgsc.gc.ca
    
    PURPOSE OF AMENDMENT 008 IS TO ANSWER QUESTIONS FROM POTENTIAL BIDDERS.
    
    REQUIREMENT:
    To establish the Canadian Special Operations Forces Command (CANSOFCOM) as a unique service, Canada requires a Distinctive Service Uniform for the Special Operations Forces to be supplied in accordance with DND specifications. 
    
    The Special Operations Forces Distinctive Service Uniform (SDSU) will be be used for daily dress, training and deployed operations that is distinct from the other services.  The SDSU consists of a coat and trousers that will be manufactured in accordance with the DND provided manufacturing data and patterns.  The uniform has the same design as the CAF Enhanced Combat Uniform, but will be available in two different materials, both with a MULTICAM® camouflage pattern printed outer finish.
    
    PERIOD OF THE SUBSEQUENT CONTRACT:
    The Contract will be from the date of contract award for a period of 2 years (24 months) with the option to extend the term of the contract by up to three (3) additional 12 month periods, under the same terms and conditions. 
    
    Canada will order the goods to be provided under this Contract on a as-and-when-requested basis, using a Requisition on Contract (ROC) order form.
    
    *ESTIMATED* Quantities:
    Coat - Type I (Annex C1)
    Year 1:8000 units
    Year 2:2640 units
    Year 3(extension):2760 units
    Year 4(extension):2880 units
    Year 5(extension):3000 units
    
    Coat - Type II (Annex C2) 
    Year 1: 1100 units
    Year 2:550 units
    Year 3(extension):575 units
    Year 4(extension):600 units
    Year 5(extension):625 units
    
    Coat - Type III (GSM)
    Year 1:1400 units
    Year 2:850 units
    Year 3(extension):875 units
    Year 4(extension):900 units
    Year 5(extension):925 units
    
    Trousers - Type I (Annex C1)
    Year 1: 8000 units
    Year 2:2640 units
    Year 3(extension):2760 units
    Year 4(extension):2880 units
    Year 5(extension):3000 units
    
    Trousers - Type II (Annex C2)
    Year 1:1100 units
    Year 2:550 units
    Year 3(extension):575 units
    Year 4(extension):600 units
    Year 5(extension):625 units
    
    Trousers - Type III (GSM)
    Year 1:1400 units
    Year 2:700 units
    Year 3(extension):725 units
    Year 4(extension):750 units
    Year 5(extension):775 units
    
    
    EVALUATION CRITERIA: Details provided in Annex D of the solicitation document.
    
    DELIVERY: Goods are to be deliverered within 300 kilometres of Canada's National Capital Region. Exact destination will be confirmed on the Requisition on Contract (ROC) form when an order is placed.
    
    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
    Richard, Josette
    Phone
    (613) 462-4128 ( )
    Email
    josette.richard@tpsgc-pwgsc.gc.ca
    Address
    11 Laurier St./ 11, rue Laurier
    6A2, Place du Portage
    Gatineau, Québec, K1A 0S5

    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    008
    English
    23
    008
    French
    4
    007
    English
    20
    007
    French
    3
    006
    English
    16
    006
    French
    3
    005
    English
    24
    005
    French
    2
    004
    English
    24
    004
    French
    2
    003
    English
    22
    003
    French
    2
    002
    English
    28
    002
    French
    3
    001
    English
    33
    001
    French
    5
    000
    English
    136
    000
    French
    20

    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
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    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: