Drysuits and thermal liners

Solicitation number F3732-20CP15/A

Publication date

Closing date and time 2021/05/19 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    MUSTANG SURVIVAL ULC
    7525 Lowland Drive
    Burnaby British Columbia
    Canada
    V5J5L1
    Nature of Requirements: 
    
    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
    
    Public Works and Government Services Canada, on behalf of its client, Department of Fisheries and Oceans (DFO), proposes to negotiate the supply constant-wear Law enforcement dry suits (LEDS) and thermal liners.
    
    DFO requires the acquisition of 37 constant-wear Law enforcement dry suits and 38 thermal liners, ideal for small craft operations, over-water helicopter operations, working on ice operations and general hypothermia protection against cold-water exposure.  
    
    The products must be offered in a variety of off-the-rack sizes, including short, regular and tall versions. A model with front relief opening and a model with drop-seat relief opening are required. Although it is asked that the bidder offer a wide range of sizes, there may be a need to alter some LEDS for individuals for which available sizing is not sufficient. The bidder must be able to offer customization to available sizes without comprising the appearance, quality or integrity of the LEDS. Canada will assume expedition costs related to any alteration required after the item is received, if the Canada did not indicate that an alteration was required at the time of ordering
    
    3. CRITERIA FOR ASSESSMENT OF THE STATEMENT OF CAPABILITIES (MINIMUM ESSENTIEL REQUIREMENTS)
    
    Any interested supplier must demonstrate by way of a statement of capabilities that its product meets the following requirements:
    
    1. The LEDS shell must be made of a waterproof and breathable dry suit fabric (example: Gore-Tex) with reinforcement of a ballistic nylon which must have incorporated into it drainage that will prevent water becoming trapped in those areas.
    
    2. The neck of the LEDS must come with an adjustable neck seal which does not involve any material overlap. The user must be able to easily and quickly vent the suit with one hand (left or right).
    
    3. The wrists of the LEDS must be made of neoprene or latex.
    
    4. The LEDS must be repairable in theater or garrison with the supplied repair kit and cannot include a requirement for the user to carry additional tools. These field repairs include minor holes or tears that could arise from catching a sharp edge during operations. The repair procedure will render the suit fully operable in less than one hour. Each suit must come complete with a repair kit when it is shipped.
    
    5. The LEDS must have a zipper system for entry and relief that is low profile, lightweight and corrosion resistant which is easy to operate (open and close) by one person. It must be in a location which provides comfort and no pressure spots to the user when wearing other equipment (i.e. personal flotation devices).
    
    6. The LEDS must have the following pocket systems:
    Thigh - Expanding thigh cargo pockets, one on the left leg and one on the right leg. The cargo pocket must fit streamlined to the user’s thigh and not be loose. The pocket must a hook and loop type (i.e. Velcro) closure. The cargo pocket must be able to hold work gloves, duty notebook and other small items. The cargo pocket must secure and hold the listed items while the user is working (example: operating equipment, climbing ladders, walking about a vessel).
    
    Calf - Expanding calf cargo pockets, minimum of one. The calf pocket must a hook and loop type (i.e. Velcro) closure and must be large enough to accommodate a survival hood.
    
    Arm - Arm pockets can be closed, one on the left upper arm and one on the right upper arm. The pockets must be large enough to accommodate standard sized pens, identification cards and other similarly sized items.
    
    7. The LEDS must have the following additional protection: Knees - reinforced ballistic nylon
    
    8. The LEDS must have a protective collar to shield the neck seal from the potential for abrasions and should also be able to serve as a storm collar.
    
    9. The LEDS must have an internal removable suspender system.
    
    10. The LEDS waist band must have a waist adjustments system.
    
    11. The LEDS must have integrated belt keepers (four (4)) around the waist (two (2) in front and two (2) in the back).  A minimum of two (2) horizontal loops for removable belt keepers could also be acceptable.
    The integrated belt keepers must have a secure closure mechanism (i.e.: side release buckle clip) and must be able to accommodate a standard Law Enforcement duty belt.
    
    The Integrated belt keepers must be sturdy enough to keep a fully equipped Law Enforcement duty belt in place.
    
    12. The LEDS over cuffs must be made of ballistic nylon that will reinforce the wrists and ankles as well as hook and loop type closures (i.e. Velcro) for adjustability by the user.
    
    13. The LEDS must be dual tone in color: 
    The top half (waist up) must be bright orange in its majority.
    The bottom half (waist down) must be black in color.
    
    14. The LEDS must have integrated waterproof socks (i.e.: Gore-Tex). Socks must be proportionate to sizing or universal fitting.
    
    15. In order to accommodate the vast majority of employees and be best fitting, the LEDS should be offered in a variety of off-the-rack sizes, including Short, Regular and Tall versions.
    A model with front relief opening is required.
    A model with drop-seat relief opening is required.
    
    16. The LEDS must be able to be accommodate image identification requirements by way of heat transfer or similar process and must not compromise the integrity of the garment in any way.
    Lettering must be reflective and must be large enough to be visible at a distance.
    
    The words: FISHERY OFFICER and AGENT DES PECHES must be placed on the back of the garment. Both expressions must fit on one line each (one above the other).
    
    Shoulder flashes must be placed at the top of each sleeve (the digital artwork of the shoulder flashes will be provided to the supplier).
    
    17. A thermal liner that is compatible with the LEDS must also be supplied.
    
    The thermal liner must be offered in the same range of sizes as the LEDS.
    
    The thermal liner must be compatible with relief openings (Front and drop-seat).
    
    18. When worn in combination, the LEDS and thermal liner should offer a Clo value (unit of measurement for clothing insulation) of no less than 0.6.
    
    19. Repair Kit. The repair kit provided for the LEDS must contain at least the following items:
    - Patches (4) which are of the same material that the dry suit is made of size of patch 37mm x 50 mm.
    - Applicable amount of fast acting Glue or fast acting adhesive which will allow the user to use on the four patches and the glue must dry in one (1) hour or less so that the end user can return to operations if required. The container of glue must have a lid or be capable of being sealed again for future use.
    - Repair kit must contain quick instructions in English, or when available, bilingual French/English on how to complete the repair using the materials contained within the kit and any warnings about the contents of the repair kit.
    - Repair kit must come in a bag or small container which can be easily stored in one of the pockets or carried by the individual in their personal kit bag. The container or bag must be labeled "REPAIR KIT FOR".
    
    20. The bidder must be able to offer customization to available sizes without comprising the appearance, quality or integrity of the LEDS. Although it is asked that the bidder offer a wide range of sizes, there may be a need to alter some LEDS for individuals for which available sizing is not sufficient. Canada will assume expedition costs related to any alteration required after the item is received, if the Canada did not indicate that an alteration was required at the time of ordering.
    
    21. Operating and Care Instruction Manual. The bidder must provide the English, or when available, bilingual French/English, operating and care instructions with each suit.
    
    4. APPLICABILITY OF THE TRADE AGREEMENT TO THE PROCUREMENT
    
    This procurement is subject to the following trade agreement : Canadian Free Trade Agreement (CFTA)
    
    5. JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER
    
    Mustang Survival manufactures the constant-wear Law enforcement dry suits and thermal liners, which combine all the unique and essential characteristics required by DFO. Consequently, in accordance with government contracting policy, it is proposed that a contract be awarded to Mustang Survival, which is to our knowledge, the only firm capable of supplying the products.
    
    6. GOVERNMENT CONTRACTS REGULATIONS EXCEPTION
    
    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 and/or limited tendering reason is invoked under the : Canadian Free Trade Agreement (CFTA) - Article(s) 513 
    
    8. OWNERSHIP OF INTELLECTUAL PROPERTY
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    9. DELIVERY DATE
    
    The products must be delivered on or before twelve (12) weeks after the contract award. 
    
    10. COST ESTIMATE OF THE PROPOSED CONTRACT
    
    The estimated value of the contract is $80 876,87 (GST/HST extra).
    
    11. NAME AND ADDRESS OF THE PRE-IDENTIFIED SUPPLIER
    
    Mustang Survival Corporation
    75025, Lowland Drive
    Burnaby, British Columbia, Canada 
    V5J 5L1
    
    12. SUPLPIERS 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.
    
    13. CLOSING DATE FOR A SUBMISSION OF A STATEMENT OF CAPABILITIES
    
    The closing date and time for accepting statements of capabilities is May 19, 2021 at 2:00 pm Eastern Daylight Time (EDT).
    
    14. INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES
    
    Inquiries and statements of capabilities are to be directed by email to:
    Annabelle Cloutier, Procurement Officer
    Annabelle.Cloutier@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)

    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
    Cloutier, Annabelle
    Phone
    (418) 654-6227 ( )
    Email
    annabelle.cloutier@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    601-1550, Avenue d'Estimauville
    Québec
    Québec, Québec, G1J 0C7

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.