Horizon 1 - CBRN COVERALLS

Solicitation number W8486-173470/A

Publication date

Closing date and time 2017/06/29 14:00 EDT


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Horizon 1 - CBRN COVERALLS
    
    W8486-173470/A
    Courteau, Robert
    Telephone No. - (819) 420-5322 (    )
    
    
    
    1.0 SCOPE
    
    1.1 Purpose - The purpose of this Request for Information (RFI) is to inform industry that the Department of National Defence (DND) intends to post a Request for Proposal (RFP) for CBRN Coveralls. The intention of the future RFP is for stock replenishment of the in-service coveralls. In preparation for the RFP, this RFI seeks to obtain feedback from industry on the attached Technical Documents as well as responses to other specific DND questions posed herein. Further, interested vendors are requested to provide feedback on the proposed high level procurement strategy details associated with this requirement.
      
    1.2  Nature of Request for Information - This Request for Information (RFI) is not a bid solicitation. This RFI will not result in the award of any contract; therefore, respondents should not earmark stock or facilities, nor allocate resources, as a result of any information contained in this RFI. Nor will this RFI result in the creation of any source list; therefore, whether or not any respondent replies to this RFI will not preclude that respondent from participating in any future procurement. Also, the procurement of any of the goods and services described in this RFI will not necessarily follow this RFI. This RFI is simply intended to solicit information from industry with respect to the contents of this RFI.
    
    1.3 Background - The CBRN Coveralls are currently in-service and are available in two colours:  Temperate Woodland (TW) and Arid Region (AR). Additionally there are both Operational and Training variants of the coveralls. The intent of the procurement is to establish a Standing Offer Agreement (SOA) to replenish stock when required.  
    
    
    
    2.0 DRAFT TECHNICAL DOCUMENTS
    
    2.1 Requested Feedback - As described above, DND would appreciate industry feedback regarding the following technical annexes, appendices and drawings. 
    
    Annex A: Statement of Work
    Appendix 1: Manufacturing DATA 
    Appendix 2: Specification for Cloth (Ops) DSSPM 2-2-80-227 
    Appendix 3:  Specification for Cloth (training) DSSPM 2-2-80-231
    Appendix 4:  Specification for CADPAT 
    Appendix 5: Textiles Testing and Sample Submission 
    Appendix 6:  Quality Control Requirements
    Appendix 7:  CCWPH152, PDM package
    Appendix 8:  CFTPO Coveralls
    Appendix 9 Specification for Label D-80-001-055/SF-001
    Appendix 10: Specification for Fasteners, slide, Interlocking 
    D-83-001-005/SF-001
    Appendix 11: Specification for Cord, Plaited, Spun Synthetic 
    D-80-001-028/SF-001
    Annex B: Bid Evaluation for Bidders
    
    2.2 Questions - In addition to reviewing the Technical Documents and providing written feedback on the specified materials and components, RFI respondents are requested to respond in writing to the following questions.  Responses should be returned to the RFI Authority in accordance with Section 7.0. 
    
    1. What is the lead time to procure the liner material?
    2. What is the lead time to procure the outer material in both colors?
    3. What is the expected pre-production time?
    4. What is the expected production rate of the coveralls?
    5. What is the minimum number of coveralls that can be manufactured economically?
    6. What is the minimum quantity of coveralls that could be feasibly ordered in a call-up if the Contractor provides the liner material?  
    7. What is the minimum quantity of coveralls that could be feasibly ordered in a call-up if Canada provides liner material as Government Supplied Material (GSM)?
    
     
    SOLICITATION PROCESS
    
    3.1 Proposed Procurement Strategy - It is anticipated that a future procurement for the CBRN Coveralls would be run as a competitive process.  DND is considering the establishment of Standing Offer Arrangement in order to allow maximum flexibility in orders, while still respecting minimum order quantities that provide a reasonable return on investment to the Supplier. Feedback from Respondents will be critical in determining the feasibility of such an approach.  
    
    3.2 Canadian Content Policy - As the International Trade Agreements do not apply to this commodity, Canada reserves the right to leverage any future CBRN Coveralls RFP for economic benefit to Canada through the application of the Canadian Content Policy (CCP). 
    
    Greater detail on the CCP may be obtained from the Buyansell.gc.ca website:
    
    https://buyandsell.gc.ca/policy-and-guidelines/supply-manual/annex/3/6
    
    3.3 Other Potential Standard Acquisition Clauses and Conditions
    
    Respondents are encouraged to review Canada’s standard acquisition clauses and conditions at the web link provided below. While a future RFP may present different standard terms and conditions, these clauses are standard in Canadian federal government contracts and are indicative of the General Conditions that could be applied to any future RFP:
    
    https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions-manual/3/2030/16
    
    3.4 Cost Estimates - In order to assist DND with achieving its business planning requirements, interested suppliers are requested to provide a non-binding, indicative unit cost(s) in their native business currency in accordance with the items detailed in Section 4.0 (excluding shipping, packaging, and taxes). Interested suppliers are also requested to state any relevant information or assumptions that were made regarding the development of their estimate and identify any areas that could be potential cost risks.
    
    [Sections 4-7 can be found in the RFI documentation.]
    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
    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
    Courteau, Robert
    Phone
    (819) 420-5322 ( )
    Email
    robert.courteau@tpsgc-pwgsc.gc.ca
    Fax
    (819) 956-3814
    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
    104
    English
    79
    French
    9
    000
    French
    17

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Information
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Not applicable
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.