HANDHELD BACKSCATTER X-RAY (HB X-RAY) IMAGING SYSTEM

Solicitation number 47419-207933/A

Publication date

Closing date and time 2019/10/01 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    HANDHELD BACKSCATTER X-RAY (HB X-RAY) IMAGING SYSTEM
    
    47419-207933/A
    Shannahan, Cassandra
    Telephone No. - (819) 775-1562 
    
    The Canada Border Services Agency (CBSA) has a requirement for Handheld Backscatter X-Ray systems, hereafter referred to as the "HB X-Ray systems", for use at international airports and at CBSA-controlled land border operations at various locations across Canada.
    The requirement includes the following:
     
    - thirteen (13) HB X-Ray systems including delivery of all equipment, image analysis software, three concurrent user licenses for the image analysis software to be used on the HB X-Ray system and on CBSA computer systems, all training and training materials, a one-year warranty including maintenance and support services, and Operator and Maintenance manuals, as detailed in Annex A of the RFP. Delivery of all 13 systems to Ottawa, ON is required on or before March 1, 2020. 
    
    - the following goods and services, on an as and when requested basis, to be purchased through the use of Task Authorizations:
     
    - additional Equipment Maintenance Training, as detailed herein, for up to ten years after contract award; 
    - material and replacement parts and consumables, for up to ten years after contract award; and
    - technical services, as described herein, for up to five years after contract award.
    
    The following options for procurement are included:
     
    - An irrevocable option to purchase additional HB X-Ray systems, as detailed in Annex A of the RFP, until March 31, 2025;
     
    - An irrevocable option to purchase additional warranty including maintenance and support services for each HB X-Ray system procured, for three additional one-year periods after expiry of the initial one year all-inclusive warranty; and
     
    - An irrevocable option to purchase additional User Licences for the Image Analysis Software.
     
    Bids will be assessed against mandatory requirements and point-rated criteria. The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract.
     
    Canada may, but will have no obligation to, require that the top two ranked Bidders perform a Data Validation Test (DVT) on a Proven System (as defined in the RFP) to validate performance claims of compliance with the mandatory technical evaluation criteria; and to confirm the preliminary technical scores allocated from the point rated technical evaluation.  Data Validation Testing will be conducted in Ottawa, between 10 and 25 calendar days after notification by the Contracting Authority. The Bidder will be responsible for all costs to furnish the Proven System, test equipment, test fixtures and radiation survey instruments required to demonstrate systems compliance. The Bidder will also be responsible for all travel and living expenses for its personnel attending/performing the DVT.
     
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • 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
    Shannahan, Cassandra
    Phone
    (819) 775-1562 ( )
    Email
    cassandra.shannahan@tpsgc-pwgsc.gc.ca
    Address
    L'Esplanade Laurier
    140 O'Connor Street,
    East Tower, 7th Floor
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Canada Border Services Agency
    Address
    333 North River Road
    Ottawa, Ontario, K1L 8B9
    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
    004
    French
    12
    004
    English
    36
    003
    French
    1
    003
    English
    21
    002
    French
    1
    002
    English
    17
    001
    French
    3
    001
    English
    22
    000
    French
    13
    000
    English
    118

    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
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    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.

    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: