SAP Ariba system maintenance

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

  • Friday, June 28 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 29 from12:00 am (Eastern Time) 

radiological calibration

Solicitation number W8486-184697/A

Publication date

Closing date and time 2018/07/30 14:00 EDT


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: The bidder must supply Canadian goods and/or services
    Non-Competitive Procurement Strategy: National Security Consideration
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Stuart Hunt & Associates Ltd.
    20 Rayborn Crescent
    St. Albert Alberta
    Canada
    T8N5C1
    Nature of Requirements: 
    
    radiological calibration
    
    W8486-184697/A
    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 management and calibration services of Radiation Detection Equipment, and related equipment. The work will involve the following: 
    o The Contractor must: receive, track, calibrate and reports on all items listed in the following table:
    
    Item NSN Equipment Name Estimated Calibrations per year
    1 6665-01-163-8387 XP-110 9
    2 6665-01-222-1425 ANVDR2 (w/ probe & pouch) 220
    3 6665-14-563-9423 ED (SOR/RF) 5700
    4 6665-20-001-2152 Mobile Microspec (w/ 3E probe) 25
    5 6665-20-005-1515 Interceptor 125
    6 6665-20-005-2815 RadEye G10 220
    7 6665-20-005-8223 TBM3 Equipment 90
    8 6665-20-005-9576 RadEye B20-ER 135
    9 6665-20-005-9590 RadEye NL 20
    10 6665-21-913-3793 GPSM 113
    11 6665-21-913-3794 ASM (c/w ABP100 probe) 25
    12 6665-21-914-1311 GP-100 / GP-100A 40
    13 6665-21-914-1312 NP-100 15
    14 6665-21-914-1313 GSP-100 25
    15 6665-21-914-5603 ABP-100 20
    16 6665-21-914-5604 BP-100 15
    17 6665-21-921-6477 RDS-100 150
    18 6640-01-494-4980 F&J Air Flow Calibrator 4
    
    
    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: 
    ? The Contractor must have a minimum of three consecutive years of experience managing and calibrating no less than 15 separate line items, composed of no less than 5,000 unique serial numbers; 
    ? The Contractor must have a minimum of 10 years’ experience in calibration of radiation detectors kits;
    ? The Contractor must have a minimum of 5 years’ experience in calibrating each of the following radiation detector types (i.e. detectors that measure the following radiation types):
    1. Alpha,
    2. Beta,
    3. Gamma, and
    4. Neutron
    ? The Contractor must hold a current ISO/IEC 17025 Quality Management certificate;
    ? The Contractor must be registered under the Controlled Goods Program;
    ? The Contractor must meet the minimum CNSC requirements to hold and use the radioactive sources needed to perform the calibrations;
    ? The Contractor must have in place a Radiation Safety Plan; and
    ? The Contractor must have the 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: 
    o Canada Free Trade Agreement (CFTA)
    
    5. Justification for the Pre-Identified Supplier 
    Stuart Hunt & Associates Ltd 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(s) 
    The following exception(s) to the Government Contracts Regulations is (are) 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: FSC 6665 Hazard Detecting Instruments and Apparatus exemption.
    o North American Free Trade Agreement (NAFTA) - Annex 1001.1b-1 Goods, Section A - General Provisions, #1. Regarding Annex 1001.1b-1 Goods, Section B, FSC 6665 Hazard Detecting Instruments and Apparatus exemption.
    
    8. Period of the proposed contract or delivery date
    The proposed contract is for a period of 3 years, from October 1 2018 to 30 September 2021 and an option to extend the contract period up to two (2) one year periods
    
    9. Name and address of the pre-identified supplier 
    Stuart Hunt & Associates Ltd, 20 Rayborn Crescent, St.Albert, AB, T8N 5C1
    
    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 31 July 2018, 14:00 Eastern Standard Time.
    
    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

    • Canadian Free Trade Agreement (CFTA)

    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 – Selective Tendering
    Selection criteria
    Additional Construction Services
    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: