AUTOMATED EXTERNAL DEFIBRILLATORS

Solicitation number 0X001-140458/B

Publication date

Closing date and time 2015/03/10 15:00 EDT


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Philips Electronics Ltd
    281 Hillmount Road
    Markham Ontario
    Canada
    L6C2S3
    Nature of Requirements: 
    
    AUTOMATED EXTERNAL DEFIBRILLATORS 
    (NATIONAL AED INITIATIVE) 
    
    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 
    
    The Canada School of Public Service (CSPS) has a requirement for
    the supply and delivery of twenty-seven (27) automatic external
    defibrillators (AEDs) and one (1) training AED unit, including
    batteries, pads, wall cabinets, signage, carrying case, manuals
    and training. Delivery will be to various CSPS campuses across
    Canada. 
    
    3. Criteria for assessment of the Statement of Capabilities 
    
    Any interested supplier must demonstrate by way of a statement
    of capabilities that its product/equipment/system (as
    appropriate) meets the following requirements: 
    
    AED Starter Kits 
    
    	1. The AED Starter kit must include the following items: 
    	- 1 AED unit (Bilingual) 
    	- 1 wall cabinet (with alarm) 
    	- 1 sign 
    	- 1 prep kit 
    	- 1 carrying case 
    
    AED Training Unit 
    
    	2. Must meet all mandatory technical requirements of regular
    AED unit (see requirement 1 above) 	but provide no electrical
    charge. 
    
    AED Units 
    
    The AED units must meet the following requirements 
    
    	Be licensed by Health Canada as a Medical Device. 
    
    	Be fully-automatic or semi-automatic in operation. 
    
    	At start of the defibrillator, the unit must have the ability
    to provide voice commands and screen 		messages in both English
    and French, to guide the user step-by-step through the
    defibrillation 		process in the language of their choice, 
    
    	Provide CPR coaching by voice prompts and/or audio cues, in
    both English and French. 
    
    	Analyze the victim's heart rhythm, determine if a shock or
    electrical current is required, and 		deliver the shock. 
    
    	Store and output both electrocardiographic and AED event data. 
    
    	Have self-testing capability, at regular intervals, with a
    visible indicator to confirm that the AED 		unit fully
    operational. 
    
    	Be portable. (The weight of the unit must not exceed 4.54 kg
    (10 lbs). 
    
    	Have an operating temperature range of 0C to 50C (32F to 122F).
    
    The AED units must come with: 
    
    	The lithium batteries (or battery) required to operate the AED
    unit, with a minimum three (3) year life 		cycle. 
    
    	1 set of electrode pads. 
    
    	All Download/Communication Cables and Software. 
    
    	A minimum 5 year warranty. 
    
    	1 hard-copy owner/operator manual in both official languages of
    Canada. 
    
    	1 hard-copy of the AED maintenance instructions and schedule. 
    
    Batteries 
    
    	The batteries must be lithium. 
    
    	The batteries must have a minimum three (3) year life cycle
    from the date of manufacture. 
    
    	The batteries must not be rechargeable. 
    
    Electrodes 
    
    The electrodes must meet the following requirements: 
    
    	Be adult size. 
    
    	Be disposable. 
    
    	Be self-sticking adhesive. 
    
    Wall Cabinets 
    
    The wall cabinets must meet the following requirements: 
    
    	Be wall mountable. 
    
    	Have an audible alarm that is battery operated, without any
    requirement for an external A/C power 		hook-up. 
    
    	Be able to contain the AED unit and accessories (Kit and
    contents). 
    
    Signage 
    
    The signage must meet the following requirements: 
    
    	Identify the AED site for responders. 
    
    	Be a visible Bilingual sign. 
    
    	Be able to attach to a wall to provide high visibility for AED
    location. 
    
    	Have the minimum dimensions between 6x6 and 10x10 inches. 
    
    Prep Kits 
    The prep kits must contain the following, at a minimum: 
    
    	One (1) soft case that can contain the prep kit accessories
    listed below. 
    
    	One (1) pair of paramedic scissors. 
    
    	One (1) disposable razor. 
    
    	Two (2) pairs of nitrile medical examination gloves. 
    
    	One (1) CPR mask. 
    
    	One (1) towel and/or anti microbial wipe. 
    
    Carrying Case
    
    	Be made from hardened material (or strengthened shell), to
    ensure its physical security, and to 			prevent damage to the
    unit while in use, transit, or storage. 
    
    4. Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreement(s): 
    Agreement on Internal Trade (AIT) 
    North American Free Trade Agreement (NAFTA) 
    
    5. Set-aside under the Procurement Strategy for Aboriginal
    Business 
    This procurement is set-aside for an Aboriginal supplier in
    accordance with the government's Procurement Strategy for
    Aboriginal Business (PSAB). Therefore, only suppliers who meet
    the definition of an Aboriginal business, as defined in the
    PSAB, may submit a statement of capabilities. 
    
    6. Comprehensive Land Claims Agreement(s) 
    
    This procurement is not subject to the CLCA. 
    
    7. Justification for the Pre-Identified Supplier 
    	A) Since the school has a large number of officials who visit
    our facilities every year, some of which are 		unilingual, it is
    an operational requirement that the units have the ability to be
    programmed in English 		and French simultaneously, therefore
    ensuring that the respondent can clearly understand the
    			instructions in order to assist the person in need. 
    	B) The unit must have the ability to be programmed in two
    languages of choice simultaneously, one 		primary language and
    one secondary language. When starting the defibrillator, users
    must be able to 		choose which language (English or French) in
    which they wish to receive instructions. If a language is 		not
    chosen, the unit will automatically default to the primary
    language. The Philips model Heartstart is 		the only
    commercially available unit with this functionality. 
    	C) Only the proposed Contractor can guarantee that it has the
    right to negotiate and grant to Canada all 		specified licensing
    rights. 
    
    8. Government Contracts Regulations Exception(s) 
    
    The following exception to the Government Contracts Regulations
    is invoked for this procurement under Article 1016: Limited
    Tendering Procedures ,subsection 2 b) 
    
    9. Exclusions and/or Limited Tendering Reasons 
    The following exclusion(s) and/or limited tendering reasons are
    invoked under the (section of the trade agreement(s) specified)
    : 
    North American Free Trade Agreement (NAFTA) - Article 2 b) 
    
    10. Ownership of Intellectual Property 
    
    Ownership of any Foreground Intellectual Property arising out of
    the proposed contract will vest in the Contractor. 
    
    11. Period of the proposed contract or delivery date 
    
    The product/system/equipment must be delivered on or before
    March 31, 2015. 
    
    12. Name and address of the pre-identified supplier
    
    		Philips Electronics Ltd 
    	281 Hillmount Road, Markham, Ontario 
    	L6C2S3 
    
    13. 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 this notice. The statement of
    capabilities must clearly demonstrate how the supplier meets the
    advertised requirements. 
    
    14. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of
    capabilities is March 9, 2015 at 2:00 p.m. EST). 
    
    
    15. Inquiries and submission of statements of capabilities 
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Paul Roy 
    Spécialiste en approvisionnement / Supply Specialist Travaux
    publics et Services gouvernementaux Canada / Public Works and
    Government Services Canada Division de l'équipement
    scientifique, des produits médicaux et photographiques /
    Scientific, Medical and Photographic Division 
    11, rue Laurier,Gatineau (Québec) Canada, K1A 0S5 
    Téléphone / Telephone : 819-956-6919 
    Télécopieur / Fax : 819-956-3814 
    Courriel / E-mail : paul.roy@tpsgc-pwgsc.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

    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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:

    • Exclusive Rights
    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
    Roy, Paul
    Phone
    (819) 956-6919 ( )
    Address
    11 Laurier St./ 11 rue, Laurier
    6B1, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Canada School of Public Service
    Address
    373 Sussex Dr
    Ottawa, Ontario, K1N6Z2
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Procurement method
    Non-Competitive