Soft Body Armour System

Solicitation number W8476-165488/B

Publication date

Closing date and time 2018/04/10 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Sniper Body Armour System
    
    W8476-165488/B
    Contact: Josette Richard
    Telephone No.(613) 462-4128
    
    Amendment 003 is raised to answer questions from potential bidders.
    
    The Request for Proposal W8476-165488/B supersedes and cancels solicitation number W8476-165488/A dated 2017-05-24 with a closing of 2017-09-19 at 14h00 (EDT).
    
    Note 1: The requirement for a pre-award sample may be waived if the Bidder has already supplied the pre-award samples for solicitation W8476-165488/A which closed on September 19, 2017. Please refer to the evaluation procedures outlined in Part 4 for further details.
    
    
    BACKGROUND:
    The sniper community currently has access to the in-service Fragmentation Protective Vest (FPV) that is worn by all Canadian Forces (CF) members.  The in-service FPV is an all-in-one system, meaning the soft armour and in-service Bullet Resistant Plate (BRP) pockets are part of one garment.  While the in-service FPV provides excellent ballistic protection, it hinders the snipers ability to operate effectively due to its bulk and restricted range of motion.  Therefore it was determined that snipers require a less restrictive garment that allows flexibility of protection and movement based on operational needs.  
    
    The Sniper Body Armour System (SBAS) to be delivered under this contract is composed of three components. The first component is the SBAS External Carrier (SBAS EC) that will hold the SBAS Ballistic Panel (SBAS BP).  The second component is the SBAS Plate Carrier (SBAS PC) that will hold the in-service BRP.  The third component is the Bilingual User Instructions Card that provides important information related to sizing and wearing/caring for the SBAS.  
    The SBAS will provide ballistic protection to members of the sniper community with improved flexibility of movement and protection options.  The sniper will wear individual components or both to maximize ballistic and fragmentation protection.
    
    REQUIREMENT:
    The Contractor is required to provide Canada for the Department of National Defence (DND) Sniper Body Armour Systems in accordance with Annex B - Statement of Work and the Purchase Descriptions at Annex C-1, C-2 and C-3, of the solicitation document.
    
    CONTRACT FIRM QUANTITIES:
    Item 01 - Sniper Body Armour System (inclusive of all related components) - quantity: 319 units
    
    OPTIONS:
    This requirement also includes options to purchase additional quantities as follows:
    Item 02 - External Carrier Rear - estimated qty: 75 units
    Item 03 - Ballistic Panel Rear - estimated qty: 75 units
    Item 04 - External Carrier Front - estimated qty: 75 units
    Item 05 - Ballistic Panel Front - estimated qty: 75 units
    Item 06 - Plate Carrier Rear - estimated qty: 75 units
    Item 07 - Plate Carrier Front - estimated qty: 75 units
    Item 08a - Sniper Body Armour System (inclusive of all related components)- estimated qty: 75 units
    
    Options can be exercised within 36 months after contract award date.
    
    MANDATORY AND RATED TECHNICAL EVALUATION CRITERIA:
    As part of the technical evaluation, to confirm a Bidder's capability of meeting the technical requirements, the Bidder will be subjected to a five (5) phase evaluation process as detailed in Annex D. A summary is provided below.
    
    Phase 1: The bidder’s proposal will be assessed against all mandatory requirements detailed in the Technical Evaluation Workbook which is attached as Appendix 1 to Annex D.  The bidder proposal must demonstrate that it meets all mandatory requirements to be compliant. Details can be found in Section 4 to Annex D.
    
    Phase 2: The bidder’s draft QA/Management Plan must achieve a minimum score of 49 out of a total possible 61 points to be compliant.  Details can be found in Section 5 of Annex D.
    
    Phase 3: The bidder’s SBAS Construction and Design must achieve a minimum score of 18 out of a total possible 23 points to be compliant.  Details can be found in Section 6 of Annex D.
    
    Phase 4: The bidder’s non-ballistic materials will be assessed against the spectral reflectance and test requirements defined in MIL-DTL 32439.  The bidder’s non-ballistic materials must meet all requirements to be compliant.  Details can be found in Section 7 of Annex D.
    
    Phase 5: Ballistic Qualification will be scored by reviewing the Ballistic Qualification Test Reports submitted by the bidder.  DND will also conduct Ballistic Qualification testing of bidder ballistic shoot packs.  The bidder must meet all minimum mandatory scores and achieve a minimum overall assessed score of 210 out of a total possible 700 points to be compliant. Details can be found in Section 8 of Annex D.
    
    
    ENQUIRIES:
    To ensure a response before the bid closing date, all enquiries about this requirement must be submitted in writing and received by the Contracting Authority at least seven (7) calendar days prior to the bid closing date.  
    
    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 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
    003
    English
    23
    003
    French
    3
    002
    English
    16
    002
    French
    0
    English
    26
    001
    English
    27
    001
    French
    1
    French
    26
    000
    English
    95
    000
    French
    12

    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
    Quebec (except 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.