Colourimetric ExplosiveDet Kit
Solicitation number W8476-196077/A
Publication date
Closing date and time 2019/10/11 14:00 EDT
Last amendment date
Description
Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: Competitive bid process for Colourimetric Explosives Detection Kit (CEDK) to be used by the Canadian Armed Forces (CAF). W8476-196077 REQUIREMENT: This requirement on behalf of the Department of National Defence, is for Colourimetric Explosives Detection Kits (CEDK). The Statement of Work (SOW) defines the work requirements for the Colourimetric Explosives Detection Kit (CEDK), which will be used by the Canadian Armed Forces (CAF) field engineer sections in the roles of intermediate and advanced search teams. Both the intermediate and advanced search teams will be deployed in support of Battle Groups during overseas and domestic missions. The role of the intermediate search teams will be filled by the field engineer sections that will operate with the maneuver elements of the Battle Group. Advanced teams will be deployed on deliberate search operations or called forward as a result of discoveries made by intermediate search teams involving too high a risk for an intermediate team. Search teams require a simple, reliable and non-encumbering field detection kit based on the colourimetric technique for the detection and presumptive identification of explosive substances, that can be performed quickly in different weather and in daylight,low light (dawn/dusk) or black-out conditions. Delivery will be in accordance with Annex "C",Delivery Schedule. SOURCING: It is proposed to solicit a competitive bid through Buy and Sell for this requirement; which will be published for forty (40) calendar days. There are both financial mandatory and technical mandatories in the evaluation process (Annex "F" and Annex "D"), which will be published with the competitive Solicitation. A Contract will be awarded to the responsive offeror who meets all of the mandatory requirements as outlined in Technical Bid Evaluation in Annex "D", and the Basis of Payment Annex "F", with the combined lowest overall price for items 1-17 and 20-27 of the Basis of Payment. There is a roll-up cost summary at page eight (8) of the Basis of Payment. Public Service and Procurement Canada (PSPC) intends to put in place, a contract valid from contract award for a period of two (2) years, with an option to extend the contract for eight (8) additional one (1) year periods under the same conditions. There is also potential for training and other associated contract requirements after delivery of the equipment. If only one compliant offer is received, price support and price certification will be requested. SECURITY There is security requirements for this requirement, and is as outlined in Part 7.3 of the Solicitation document. BASIS OF PAYMENT: Offerors will be requested to propose Firm unit or item Price or firm lot price for all requirement and as detailed in the Basis of Payment, Annex "F". POLICY: The requirement falls under stock code N5840, Radar Equipment, Except Airborne commodities. Due to the value of the potential contract, Trade Agreements apply to this competitive requirement: The World Trade Organization - Agreement on Government Procurement (WTO-AGP); North American Free Trade Agreement (NAFTA), and the Canadian Free Trade Agreement (CFTA), CDA-Peru, Chile, Columbia and Panama. Canadian Content Policy does not apply, if the Trade agreements apply. Provisions of the Comprehensive Land Claims Agreements (CLCAs) do not apply as no work will be performed and no goods delivered in a land claim settlement area. If a Contract is awarded as a result of this solicitation, unsuccessful offerors may request a debriefing on the results of their offers. Offerors should make the request to the Contracting Authority within fifteen (15) working days of receipt of notification that their offer was unsuccessful. The debriefing may be provided in writing,by telephone or in person. As per policy requirements all notices posted on BuyandSell will be in both official languages. The Phased Bid Compliance Process applies to this requirement. INQUIRIES: Public Service and Procurement Canada Land and Aerospace Equipment Procurement and Support Sector - QF 8C2-12, Place du Portage, Phase III, 11 Laurier Street Gatineau, QC K1A 0S5 Attn: Indra Hamilton Tel No.: (819) 420-1738 E-mail: indra.hamilton@pwgsc-tpsgc.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
-
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)
-
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Hamilton, Indra
- Phone
- (819) 420-1738 ( )
- Email
- indra.hamilton@tpsgc-pwgsc.gc.ca
- Fax
- (819) 956-5650
- Address
-
11 Laurier St. / 11, rue Laurier
8C2, Place du PortageGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__QF.B030.E27423.EBSU005.PDF | 005 | EN | 15 | |
ABES.PROD.PW__QF.B030.F27423.EBSU005.PDF | 005 | FR | 4 | |
ABES.PROD.PW__QF.B030.E27423.EBSU004.PDF | 004 | EN | 15 | |
ABES.PROD.PW__QF.B030.E27423.EBSU003.PDF | 003 | EN | 8 | |
ABES.PROD.PW__QF.B030.F27423.EBSU004.PDF | 004 | FR | 2 | |
ABES.PROD.PW__QF.B030.F27423.EBSU003.PDF | 003 | FR | 2 | |
ABES.PROD.PW__QF.B030.E27423.EBSU002.PDF | 002 | EN | 15 | |
ABES.PROD.PW__QF.B030.F27423.EBSU002.PDF | 002 | FR | 2 | |
ABES.PROD.PW__QF.B030.E27423.EBSU001.PDF | 001 | EN | 11 | |
ABES.PROD.PW__QF.B030.F27423.EBSU001.PDF | 001 | FR | 1 | |
ABES.PROD.PW__QF.B030.E27423.EBSU000.PDF | 000 | EN | 57 | |
ABES.PROD.PW__QF.B030.F27423.EBSU000.PDF | 000 | FR | 8 |
Access the Getting started page for details on how to bid, and more.