Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

Articulated tractor

Solicitation number T3200-120006/A

Publication date

Closing date and time 2012/11/02 14:00 EDT


    Description
    Trade Agreement: NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Letter of interest -- for the acquisition of an articulated
    tractor (bidirectionnal) for Transports Canada, Sept-Iles airport
    
    This letter of interest is related to the requirement of
    Transports Canada, Sept-Iles airport, to make the acquisition of
    an articulated tractor (bidirectionnal) no later than March 31st
    2013.  The tractor will be used to perform different tasks such
    as street sweeping, snow removal and lawn mowing.
    
    Public Works and Government Services Canada (PWGSC) is preparing
    a request for proposal and offers the industry the opportunity
    to comment on the specifications that were written in order to
    fulfill the requirement. Individuals who believe they can
    improve technically or technologically, specifications are
    invited to provide suggestions in writing to the Contracting
    Authority identified in this letter of interest. Suggestions
    that do not restrict the level of competition nor favour a
    particular bidder will be given consideration provided they are
    submitted to the Contracting Authority before the time and date
    indicated at page 1 of this document. The feedback we receive
    will be taken into consideration before preparing the Request
    for Proposal. Canada will have the right to accept or reject any
    or all suggestions.
    
    PWGSC would like the industry to comment on the following
    specifications:
    
    _________________________________________________________________
    ___________________
    
    
    TRACTOR SPECIFICATIONS
    
    
    1. General Specification and conditions
    
    1.1  The tractor shall have a minimum operating speed of 25 km/h 
    
    1.2  The maximum overall width shall not exceed 108 inches
    (mirrors not included).
    
    1.3  Height to the top of the cab to be a maximum of 11 feet
    
    1.4  Frame type: articulated
    
    
    2. Engine
    
    2.1  The engine must have a minimum net PTO power output of
    100HP.
    
    2.2  Oil filter to be a full flow type with replaceable elements.
    
    2.3  Provide an oil pressure gauge or light.
    
    2.4  Provide a full flow fuel filter/water separator.
    
    2.5  Coolant protection down to -40C.
    
    2.6  Equipped with a block heater for the oils and for the
    cooling liquids.
    
    2.7  Dry type air filter with replaceable element.
    
    
    3. Gear box
    
    3.1   The gear box must be equipped with a hydrostatic
    transmission.
    	
    
    4. Axles
    
    4.1  The rear axle to be a driver controlled locking
    differential type.
    
    4.2  Front wheel assist mechanical drive or drive shaft.
    
    5. Braking system
    
    5.1  The unit must have brakes on both rear wheels.
    
    5.2  The brakes shall be wet type
    
    5.3  The unit shall have an independent parking brake system.
    
    
    6. Wheels and tires
    
    6.1 The wheels and tires shall comply with the axle
    manufacturer's rating for imposed loads and operating conditions.
    
    6.2  Front and rear tires must be protected by mud flaps.
    
    6.3 A supplementary wheel and tire must be furnished.
    
    
    7.  Exhaust system
    
    7.1 The exhaust system is to be installed complete with a rain
    cap or elbow.
    
    7.2  The exhaust system shall be complete with a muffler.
    
    
    8.  Electrical
    
    8.1  The electrical system is to be 12 volt.
    
    8.2  Provide maintenance-free battery having a minimum of 800
    CCA.
    
    8.3  The alternator shall have a minimum output of 75 amps.
    
    8.4  The minimum lights required are front and rear working and
    travelling lights, turn signal lights with 4-way flashers,
    back-up lights and instrument panel illumination.
    
    8.5  The tractor must have breaking lights.
    
    8.6  The tractor must have a back up alarm and horn.
    
    8.7  All wiring is to be installed inside of loom.  All looms
    are to be protected from damage and to be fixed with sufficient
    frame connectors.
    
    
    9.  Guards and Shields
    
    9.1  Provide fenders over the front and rear wheels.
    
    9.2  Provide efficient and durable guards or shields where
    necessary to ensure maximum safety when servicing and operating
    the front end tractor and attachments.
    
    
    10.  Cab
    
    10.1  The unit is to be complete with an all weather, protective
    ROPS enclosure providing full visibility. The enclosure shall
    conform to SAE J1040 specification.  
    
    10.2  The cab must be bidirectional allowing a 180 degree
    rotation of the driver's seat and the steering wheel.
    	
    10.3  The cab is to be equipped with adequate steps, handholds,
    and non-slip surfaces to permit easy access and exit without
    hazard to the operator, with a minimum of 3 control points.
    
    
    10.4  The unit shall be equipped with a fresh air heating and
    defrosting system of adequate capacity to maintain a cab
    temperature of 13°C with an ambient temperature of -40°C.
     
    10.5  Provide air conditioning capable of maintaining an
    interior cab temperature of 22°C with an ambient temperature of
    30°C.
    
    10.6  Full cab insulation to provide a maximum sound level of 85
    dB(a), as per SAEJ919 specification.
    
    10.7  Provide the operator with a low and high level advertiser
    of the following accessories: voltmeter, coolant temperature (or
    light), fuel, oil pressure, tachometer and hour-meter or an
    analog dashboard
    
    10.8  Provide dual exterior rear-view mirrors on each side of
    the cab.
    
    10.9  Provide slip resistant material surfaces on all foot
    pedals.
     
    10.10 The driver seat shall be high -back with 2 arms rests and
    covered with a durable and breathable material.  Provide an
    entirely adjustable air suspension seat.
    
    
    11.  Hydraulic system
    
    11.1  The hydraulic system shall  include adequate oil capacity,
    filtration (with replaceable filters), pressure control and
    relief devices, and all other equipment necessary to ensure the
    satisfactory and safe operation of the tractor and attachments.
    
    11.2  Hydraulics for attachments to be readily coupled to the
    system with quick-disconnect fittings. System to provide flow
    dividers, flow control valves and other devices as necessary to
    ensure satisfactory operation of specified attachments.
    
    11.3  The hydraulic pump should be a variable displacement pump
    with a sufficient hydraulic capacity for the use of the
    attachments.
    
    11.4  All hydraulic hoses to comply with SAE standards for
    operating conditions.  All hoses must remain flexible down to
    -40°C.
    
    11.5  Provide a minimum of two (2) spare, 2 position spool
    valves to operate attachments.
    
    
    12.  Rear PTO and Hitch
    
    12.1  Provide an independent rear mechanical drive PTO. Minimum
    dual speed 540/900 RPM. The PTO must be capable of operating a
    15 foot towed mower.
    
    12.2  Provide a Category II three point hitch, as well as a pull
    bar.  The hitch must be equipped with anti-sway features.
    
    
    13.  Fuel Tank
    
    13.1  Provide a minimum 75 litre fuel tank.
    
    13.2  Provide an in cab fuel level gauge
    
    
    14.  Instruction Identification
    
    14.1  Provide permanently installed ISO or English and/or French
    written instructions, diagrams and warning plates, where
    required to ensure efficient operation and servicing with
    maximum safety.
    
    14.2  All instruments, switches, gauges and controls must be
    clearly marked in English and/or French or ISO identification. 
    All labels must be permanently affixed.
    
    _________________________________________________________________
    ___________________
    
    
    This letter of interest is not a solicitation and will not be
    used for screening or otherwise restricting participation in a
    future RFP. No contracts will be awarded in connection with this
    letter of interest. Responses will not be formally evaluated.
    
    Contracting Authority:
      
      	Name:       			Nicolas Champoux
       	Position:       			Supply Officer
    	Address: 			1550 D'Estimauville Avenue
    					Quebec City, Quebec
    					G1J 0C7
        	Telephone:	   	  	418-649-2821
        	Facsimile:  	 		418-648-2209
        	E-mail: 				nicolas.champoux@tpsgc-pwgsc.gc.ca
    
    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

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

    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
    Champoux, Nicolas
    Phone
    (418) 649-2821 ( )
    Fax
    (418) 648-2209
    Address
    601-1550, Avenue d'Estimauville
    Québec
    Québec, Québec, G1J 0C7

    Buying organization(s)

    Organization
    Transport Canada
    Address
    330 Sparks St
    Ottawa, Ontario, K1A 0N5
    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
    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: