General Service Respirator

Solicitation number W8486-134968/B

Publication date

Closing date and time 2012/08/30 14:00 EDT

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: 
    Attachment: None
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    General Service Respirator
    
    W8486-134968/B
    Karen Anderson
    E-mail - Karen.Anderson@tpsgc-pwgsc.gc.ca
    Telephone No. - (819) 994-1928
    Fax No. - (819) 994-3287
    
    1	Introduction
    
    1.1	The Canadian Forces (CF) has a need for a Chemical,
    Biological, Radiological and Nuclear 		(CBRN) respirator to
    replace the one currently in service.
    
    1.2	The Joint CBRN General Service Respirator (Joint CBRN GSR)
    project intends to eventually 		procure Commercial of-the Shelf
    (COTS), Military of-the shelf (MOTS) or modified 			COTS/MOTS
    respirator systems through a competitive procurement process to
    meet the CF 		need. 
    
    1.3	The Joint CBRN GSR project intends to procure respirators to
    equip Air, Land, and Maritime 		Forces, including specialist
    units.
    
    1.4	Each Joint CBRN GSR system will consist of a mask, two sets
    of a filter system, a carrying bag 		and any accessories
    required per an OEM's design, and any test equipment adaptors as
    required.  		The project will examine concepts such as the
    provision of a common respirator for specialist 		joint forces
    and a specialized respirator system or adaptors for aircrew and
    other specialized 		forces.
    
    1.5	This Price and Availability (P&A) inquiry is to provide the
    Joint CBRN GSR project team with 		accurate costing data,
    performance data, production capacity and logistical support
    data.
    
    1.6	Industry is informed that certain referenced documents which
    could be part of an eventual 		Request for Proposal (RFP) (such
    as the client library of CBRN Warfare Agents) will identify
    		classified performance and technical requirements based on
    threat agents or references to NATO 		and Canadian classified
    specifications. These referenced documents will be classified up
    to and 		including SECRET. Interested suppliers will be required
    to obtain and hold a valid Facilities 		Security Clearance (FSC)
    and a valid Document Safeguarding Capability (DSC) issued by the
    		Industrial Security Division (ISD) of Public Works and
    Government Services Canada (PWGSC), 		at the SECRET level in
    order to receive these classified documents. 
    
    Note:   Potential suppliers will have to provide proof of
    compliance with the FSC and DSC requirements prior to receiving
    any classified documents.
    
    1.7	Industry is advised that they are required to comply with
    the International Traffic in Arms 		Regulations (ITAR) and
    Controlled Technology Access Transfer (CTAT), and/or in-country
    		equivalent. In addition, required Technical Assistance
    Agreement (TAA) approvals must be 		obtained at the earliest
    possible date to facilitate participation in the J CBRN GSR
    Project.
    
    1.8	This inquiry does not commit Canada to any future order. 
    This P&A inquiry will not necessarily 		result in a procurement
    action and contractors are not to earmark stock or production
    facilities 		relative to the materiel itemized.
    
    2	Description of Project Requirements
    
    2.1	The Joint CBRN GSR project team has prepared the following
    documents available upon 		request to the Contracting Authority
    for P&A responses:
    	a) 	Annex A: Joint CBRN GSR Statement of Work (SOW);
    	b)	Appendix 1: Joint CBRN GSR System Requirements Specification
    					(SRS) and Requirement Verification Matrix (RVM);
    	c)	Appendix 2: Titles of Contract Data Requirements List (CDRL);
    	d)	Appendix 3: Titles of Data Item Descriptions (DID)
    	e)	Appendix 4: DND Office Software List
    	f)	Appendix 5: Joint CBRN GSR Maintenance Concept
    	g)	Appendix 6: Cost Estimates Worksheet
    
    Note:  Appendices 2 through 5 are included as part of Annex A.
    
    2.2	The documents are in MS Excel format. Annex A and Appendix 1
    are to be used to indicate how 		each of the requirements
    detailed therein are met. They have been formatted to allow P&A
    		respondents to enter claimed performance values, comments,
    answers and any other applicable 		information. Appendix 6 is to
    be used to provide cost estimates. 
    
    2.3	In the event that a RFP is issued, it will include the Bid
    Evaluation Plan, which will include a 		Test and Evaluation
    (T&E) plan. T&E will be conducted during the Bid Evaluation and
    therefore 	bidders will be required to provide sample systems.
    The intent of the T&E is to prove the OEM's 		claims of meeting
    the performance requirements by the bidding systems.
    
    2.4	Respondents are to be cautioned that the Joint CBRN GSR SOW
    and SRS provided are draft 		only and will in all likelihood
    evolve between now and, if materialized, the actual issuance of
    a 		RFP. 
    
    3	Information Requirements
    
    3.1	All costs are to be shown in Canadian dollars.
    
    3.2	Respondents are requested to provide their best cost
    estimate of the work scoped in the SOW for 		the delivery of all
    deliverables, including equipment, training service, integrated
    logistics support 	service and data.
    
    3.3	Respondents are requested to provide their best cost
    estimate of equipment price escalations.
    
    3.4	Respondents are requested to provide the cost estimates for
    Contract Data Requirements List 		(CDRLs) and Deliverable Item
    Descriptions (DIDs) based on their titles provided (Appendices 2
    		and 3) and respondents' past experience with such
    deliverables. The intent is to use products 		currently
    available and the respondents' internal products that meet the
    requested deliverables. 		The respondents shall mention in the
    comment area if the deliverable is already available.
    
    3.5	Respondents are requested to provide shipping costs, based
    on shipping all equipment to 			Montreal, Quebec.
    
    3.6	Potential bidders are encouraged to comment on exceptions to
    the Joint CBRN GSR SRS.
    
    3.7	If any SRS requirement, essential or desirable, is or can be
    met, respondents are requested to 		indicate in the comment area
    what evidence is, or will be available to prove that the
    solution to 		be proposed will meet the CF requirements. 
    Respondents are requested to provide details of the		evidences
    already available or indicate when the evidence will be
    available. Forms of evidence 		may be, but will not be limited
    to, test results, evaluation results, and certificates. 
    
    3.8	If any SOW or SRS requirement, essential or desirable,
    cannot be met, a statement shall be made 		in the comment area
    stating how and when the supplier can fix this deficiency,
    propose an 		alternative solution or providing comments. The
    answers provided by all respondents may be 		used to adjust the
    expectation of the Technical Authority towards availability.
    
    3.9	If the solution to be proposed meets performance
    requirements not included in the draft SRS 		provided, the
    respondents are encouraged to provide performance statements of
    potential interest 		to the CF and details of evidences to prove
    the performance claims.
    
    3.10	If any SRS requirement is unclear from respondent's
    perspective, the respondents are encouraged 	to request
    clarification or recommend changes to the requirement statement
    in the comment area.
    
    3.11	Respondents are requested to state, in the comment area of
    each SOW/SRS requirement, what 		the maximum
    performance/capacity the supplier/product can meet, whether the
    requirement is 		met or not. Performance/capacity must be
    clearly written and include the unit of measure.
    
    3.12	Respondents are requested to provide data and information
    in accordance with paragraphs 3.6 		through 3.11. Submission of
    this information will allow the Joint CBRN GSR project for a
    		comprehensive picture of technical availability of COTS/MOTS
    based respirator systems.  
    
    3.13	Respondents are requested to provide the following
    information about the original equipment	 	manufacturer:
    	a)	evidence, in the form of previous contract references,
    demonstrating experience and 			competence to manufacture,
    repair, calibrate and otherwise support respirator equipment;
    	b)	evidence, in the form of a detailed description, that
    facilities exist to manufacture, repair, 		calibrate and
    otherwise support the respirator equipment;
    	c)	evidence, in the form of a detailed description, of the
    quality assurance system to be used 		during repair, calibration
    and manufacture of the respirator equipment; and
    	d)	if major components are sourced from subsidiaries or other
    manufacturers, the 				respondents should submit evidence
    concerning these firms in accordance with 				paragraphs a)
    through c) above.
    
    3.14	Although it is not essential that respondents address the
    above Information Requirements in their 		response to this P&A
    inquiry, submission at this time will be appreciated. Submission
    of this 		information may be a mandatory requirement in a
    procurement event, such as RFP.  
    
    3.15	Respondents are requested to advise if there are any
    obstacles for the supplier to provide the 		respirator products
    to Canada and elaborate details of the obstacles.
    
    4	Government of Canada Responsibility
    
    4.1	The Government of Canada shall not be bound by anything
    stated in this P&A inquiry or any 		other documents provided
    with the inquiry or documents provided by the Government of
    Canada 		following corporations' requests for such documents.
    Government of Canada reserves the right to 	change, at any time,
    all or part of the project requirements as it considers
    necessary, as the 		project progresses. 
    
    4.2	Canada will not reimburse any respondent for expenses
    incurred in responding to this P&A.
    
    5	Confidentiality
    
    5.1	Respondents should clearly mark any portions of their
    response that they consider proprietary or 		confidential.
    Canada and its consultants will treat those portions of the
    responses as confidential 		to the extent permitted by the
    Access to Information Act.
    
    6	Request for Responses
    
    6.1	Respondents are requested to provide all information in
    response to this P&A inquiry no later 		than the date indicated
    on MERX.
    
    6.2	All responses to this P&A inquiry and all inquiries during
    the posting period shall be directed 		to the Contracting
    Authority.
    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

    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
    Anderson, Karen
    Phone
    (819) 994-1928 ( )
    Fax
    (819) 994-0894
    Address
    11 Laurier St./ 11 rue, Laurier
    6B1, 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
    000
    English
    43
    000
    French
    7

    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 Information
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    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: