SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Radiation Detection Equipment ISS

Solicitation number W8486-184694/B

Publication date

Closing date and time 2018/05/31 14:00 EDT


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Patlon Aircraft & Industries Limited
    8130 Fifth Line
    Halton Hills Ontario
    Canada
    L7G0B8
    Nature of Requirements: 
    
    Radiation Detection Equipment ISS
    
    W8486-184694/B
    Courteau, Robert
    Telephone No. - (819) 420-5322
    Fax No. - (819) 956-3814 
    
    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
    Department of National Defence (DND) has a requirement for the storage, management, calibration and provision of repair and maintenance services of Radiation Detection Equipment, and related equipment. The work will involve the following:
    o The Contractor must ensure all users have, at all times, their full entitlement of complete, correct, properly configured and, where applicable, calibrated Equipment;
    o The Contractor must initiate, effect and manage, through direct liaison with users, timely one-for-one Equipment exchanges, for users whose calibrated Equipment is about to expire;
    o The Contractor must monitor user returns and maintain Escalation Reports, detailing users failing to return required Equipment within the required timeframe of five (5) business days;
    o The Contractor must provide User Support during regular working hours in all time zones in Canada;
    o The Contractor must inspect all Equipment returning from users in accordance with the Inspection Checklist;
    o The Contractor must maintain sufficient stock of calibrated Equipment to meet upcoming one-for-one exchanges;
    o The Contractor must manage all one-for-one exchanges, repair activities and calibrations within the limitations of available Support Stock;
    o The Contractor must forward to the appropriate original Equipment Manufacturer (OEM) for repair any Equipment that Fails Instrument Functionality Checks conducted during incoming inspections, Fails to calibrate, Is physically damaged beyond the Corrective Maintenance guidance;
    o The Contractor must provide secure and insured warehousing facilities in Canada appropriate for the storage and support of Equipment;
    o The Contractor must maintain in real-time the Tracking System data accuracy, correctness and integrity;
    o The Contractor must maintain in real-time the Inventory in DND’s Enterprise Resource Planning software;
    o The Contractor must develop and maintain the Project Management Plan, Configuration Management Plan and Radiation Safety Plan; and
    o The Contractor must provide Technical Investigation and Engineering Support (TIES) Services. This work may include, but is not limited to:
    - Investigation of equipment failures;
    - Trials and testing;
    - Product improvement;
    - Maintenance support;
    - Equipment performance monitoring;
    - Obsolescence management;
    - Equipment disposal; 
    - Equipment upgrades and modifications to address life-cycle support issues; 
    - Equipment introduction; 
    - Fleet support acquisitions; and 
    - Approved Corrective Maintenance activities
    
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    
    o Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements: 
    - Experience: More than 10 years’ experience in managing the inventory and calibration cycles of radiation detectors kits;
    - Experience in planning, coordinating and executing all shipping and receiving of over 18,000 serialized kits to no less than 240 clients across Canada yearly;
    - Provide a letter from the OEM that the supplier is certified by the OEMs to provide preventive and corrective maintenance to equipment where the OEM is Mirion Technologies;
    - Hold a valid Facility Security Clearance at the level of SECRET, with approved Document Safeguarding at the level of SECRET, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). The Contractor personnel requiring access to PROTECTED/CLASSIFIED  information, assets or sensitive work site(s) must EACH hold a valid personnel security screening at the level of SECRET, granted or approved by the CISD;
    - Hold valid licenses from Canadian Nuclear Safety Commission for storage and shipping of radioactive material;
    - Supplier must be registered to the Controlled Goods Program; and - Ability to provide level of service with no ramp up time.
    
    4. Applicability of the trade agreement(s) to the procurement
    This procurement is subject to the following trade agreement(s) 
    o Canada Free Trade Agreement (CFTA)
    o World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    o North American Free Trade Agreement (NAFTA)
    
    5. Justification for the Pre-Identified Supplier 
    Patlon Aircraft & Industries is the only supplier known to DND who is capable of meeting the requirement, who has the capacity to provide the service described in the requirement who can meet the statement of capability. 
    
    6. Government Contracts Regulations Exception
    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 work".
    
    7. Exclusions and/or Limited Tendering Reasons
    The following exclusion(s) and/or limited tendering reasons are invoked under the: 
    o Canada Free Trade Agreement (CFTA) - Article 513 - Limited Tendering Para 1(a)(ii), a procuring entity may use limited tendering if no tenders that conform to the essential requirements of the tender documentation were submitted
    o World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article(s) Article XV - Limited Tendering para 1(a), The provisions of Articles VII through XIV governing open and selective tendering procedures do not apply  due to the following conditions: in the absence of tenders in response to an open or selective tender, or when the tenders submitted have been collusive, or not in conformity with the essential requirements in the tender, or from suppliers who do not comply with the conditions for participation provided for in accordance with this Agreement, on condition, however, that the requirements of the initial tender are not substantially modified in the contract as awarded
    o North American Free Trade Agreement (NAFTA) - Article 1016 - Limited Tendering Procedures, Para 2(a), limited tendering procedures due to the following circumstances apply.
    
    8. Period of the proposed contract or delivery date
    The proposed contract is for a period of 2 years, from October 1 2018 to 30 September 2020 and an option to extend the contract period up to three (3) one year periods.
    
    9. Name and address of the pre-identified supplier 
    Patlon Aircraft & Industries, 8130 Fifth Line, Halton Hills, ON, L7G 0B8
    
    10. 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.
    
    11. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is May 31, 14:00 EST.
    
    12. Inquiries and submission of statements of capabilities 
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Robert Courteau
    Supply Specialist
    Public Works and Government Services Canada
    Commercial Consumer Products Directorate
    11 Laurier Street, 6A2, Phase III
    Place du Portage, Gatineau, Quebec, K1A 0S5
    Telephone:  819 420 5322
    E-mail address: Robert.Courteau@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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • 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

    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
    Courteau, Robert
    Phone
    (819) 420-5322 ( )
    Email
    robert.courteau@tpsgc-pwgsc.gc.ca
    Fax
    (819) 956-3814
    Address
    11 Laurier St./ 11 rue, Laurier
    6A2, 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

    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
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding

    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: