Personal Flotation Device (PFD)

Solicitation number E60PR-18FLDV/A

Publication date

Closing date and time 2018/05/28 14:00 EDT


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Goods Purchased on a Commodity Market
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    MUSTANG SURVIVAL ULC
    7525 Lowland Drive
    Burnaby British Columbia
    Canada
    V5J5L1
    Nature of Requirements: 
    
    Personal Flotation Device (PFD)
    
    E60PR-18FLDV/A
    Contact: Josette Richard
    Telephone No. - (613) 462-4128
    Email: josette.richard@pwgsc-tpsgc.gc.ca
    
    Personal Flotation Device (PFD)
    
    
    1. Advance Contract Award Notice (ACAN) 
    
    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. If no supplier submits 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 the Requirement
    
    Canada has a requirement to put in place a National Master Standing Offer (NMSO) the supply of personal flotation devices (PFD) that are fully compatible with Personal Protective Equipment (PPE), approved uniform and equipment (U&E) used by officers performing marine law enforcement duties, and approved Hard Body Armour (HBA). The PFD must have the Transport Canada (TC) "RESTRICED FOR USE BY ENFORCEMENT OFFICERS" designation.
    
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)
    
    Any interested supplier must demonstrate by way of technical documentation, including detailed specifications sheets, pictures and test reports, that its equipment meets the following requirements:
    
    Mandatory Operational Requirements:
    
    The personal floatation device must meet the following minimum criteria:
     
    (a) Manual/Automatic Inflatable Personal Floatation Device of 150 N of Buoyancy.
    (b) Heavy duty outer shell fabric Erez 
    (c) Protective ballistic CO2 cylinder kevlar pouch
    (d) Hydrostatic Inflator Technology (HIT)
    (e) Beaded inflation handle to reduce unintentional inflation
    (f) Urethane Baffle in the bladder to provide redundancy
    (g) Dark colour to be used for discrete operations when the need is dictated
    (h) Must have the Transport Canada (TC) "RESTRICED FOR USE BY ENFORCEMENT OFFICERS" designation.
    
    4. Applicability of the trade agreement(s) to the procurement
    
    This procurement is subject to the Canadian Free Trade Agreement (CFTA)
    
    5. Government Contracts Regulation Exception(s)
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - Only one person is capable of performing the contract.
    
    6. Justification for the Pre-Identified Supplier
    
    Mustang Survival ULC from Burnaby, BC is the only supplier that meets operational requirements, including compatibility with existing Personal Protective Equipment (PPE), approved uniform and equipment (U&E) and approved Hard Body Armour (HBA) used by officers performing marine law enforcement duties within the Royal Canadian Mounted Police (RCMP). Mustang Survival Corp. is also the only known supplier with a PFD with a Transport Canada (TC) "RESTRICTED FOR USE BY ENFORCEMENT OFFICERS" designation.
    
    7. Name of pre-identified supplier:
    
    Mustang Survival ULC
    7525 Lowland Drive
    Burnaby, BC
    V5J 5L1
    
    8. The following exclusion(s) and/or limited tendering reasons are invoked under the:
    
    (1) CFTA Article 513 b. 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:
    
    v. to ensure compatibility with existing goods, or to maintain specialized goods that must be  maintained by the manufacturer of those goods or its representative.
    
    
    9. Period of the proposed Standing Offer
    
     The period of the proposed Standing Offer is 2 years plus three one-year extension.
    
    10. The estimated usage of the Standing Offer by the Royal Canadian Mounted Police (RCMP)*: 
    
    Year 1: 450 units
    Year 2: 150 units
    Year 3 (extension): 150 units
    Year 4 (extension): 150 units
    Year 5 (extension): 150 units
    
    * NOTE: The Standing Offer will also be made available for use by other law enforcement agencies at the provincial and territorial levels. Estimated usage by provinces and territories is unknown at this time.
    
    11. Suppliers right to submit a statement of capabilities Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of the notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    12. Closing date for the submission of a statement of capabilities.
    The closing date and time for accepting statements of capabilities is May 28 2018 at 02:00p.m. EDT
    
    13. Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    
    Josette Richard
    Supply Specialist
    Public Works and Government Services Canada
    6A2, Portage III, 11 Laurier
    Gatineau, Quebec, K1A 0S5
    Telephone: 613-462-4128
    E-mail address: josette.richard@pwgsc-tpsgc.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

    • Canadian Free Trade Agreement (CFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Goods Purchased on a Commodity Market

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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
    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
    Non-Competitive
    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: