Vellux Blanket Material - Various CORCAN Locations Across Canada

Solicitation number 21C11-130001/A

Publication date

Closing date and time 2013/06/11 16:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    WESTPOINT HOME LLC
    28 EAST 28TH STREET
    NEW YORK New York
    United States
    10016
    Nature of Requirements: 
    Vellux™ Blanket Material - Various CORCAN Locations Across Canada
    
    21C11-130001/A
    Mack, Wayne
    Telephone No. - (306) 975-4004 (    )
    Fax No. - (306) 975-5397
    
    To supply Vellux™ fabric as detailed herein for Correctional
    Services of Canada (CSC), CORCAN Industries, various CSC CORCAN
    locations across Canada "as and when requested", during the
    period of the National Individual Standing Offer from date of
    Standing Offer issue to 30 June 2015. 
    
    If the Standing Offer is authorized for use beyond the initial
    period, the Offeror offers to extend its offer for three (3)
    additional twelve (12) month periods, from 01 July 2015 to 30
    June 2016; 01 July 2016 to 30 June 2017 and  01 July 2017 to 30
    June 2018.
     
    
    About CORCAN
    CORCAN is a program of the Correctional Service of Canada (CSC),
    dating back to the mid-1800s, when the first federal prisons
    were built. The objective of CORCAN is to promote offender
    rehabilitation by developing or improving employability. 
    
    CORCAN became a Special Operating Agency in 1992, financed
    through a revolving fund and is subject to the same federal
    legislative and regulatory authority as CSC. 
    
    CORCAN operates in 39 sites across Canada with four business
    lines: textiles, manufacturing, construction and services (such
    as printing and laundry). A principal goal of CORCAN is to
    provide Offender Workers with positive job-related work habits
    and the opportunity to acquire real-world marketable skills.
    CORCAN shops operate in as businesslike a manner as possible,
    given their institutional setting and training imperatives. All
    shops are ISO-certified. 
    
    CORCAN's mission is to aid in the safe reintegration of
    offenders into Canadian society by providing employment and
    employability skills training to offenders incarcerated in
    federal penitentiaries and, for brief periods of time, after
    they are released into the community.
    
    Further information can be found within the CSC website at:
    www.corcan.gc.ca
    
     
    
    Sole Source Justification:
    Vellux™ material (patent and trademark) is solely owned by the
    Original Equipment Manufacturer (OEM) Westpoint Marketing
    Australia Pty Ltd.  Westpoint Marketing Australia Pty Ltd., are
    the developers of the fabric and exclusive owners of the
    Intellectual Property (IP)/patent/trademark for the Vellux™ .
    The trademark is registered under their subsidiary WP IP, LLC. 
    The Registration Numbers are US - 0936147, International -
    0994577, Canada - TMA198098. The manufacturing process is
    proprietary.  
    
    The company has multiple approved retailers of finished goods
    (blankets), however CSC CORCAN want to purchase the material raw
    so that it can be sewn and finished in CORCAN shops by inmate
    labour. The Australian company is the only one that can process
    the order for raw material. They have appointed the NY office to
    administer this SO and process all resulting call-ups. They do
    not authorize resellers or distributors for their raw material. 
    
    There are no other manufacturers or distributors of Vellux™
    material in bulk/rolls due to patent and trademark ownership.
    
    CORCAN has existing Standing Offers for blanket material which
    were tendered competitively. As a result, CORCAN currently
    produces 4 types of blankets: wool, Leanoweave (100% cotton),
    fleece (100% polyester) and Nomex fire suppression. 
    
    Since CORCAN shops operate in as businesslike a manner as
    possible, CORCAN has identified a growing demand for Vellux™
    blankets and would like to be able to respond to its clients
    requests for such material. CORCAN forecasts that the demand for
    Vellux™ will be for at least ten years. The current requirement
    is for an initial five year period, after which the market will
    be reassessed to see if the requirement still exists. If demand
    warrants, CORCAN's intentions are to have other fabric
    requirements tendered competitively to allow CORCAN clients more
    choice in products.
    
    
    Vellux™ is the only product that will meet all of the following
    minimum specifciations:
    
    1) Abrasion Resistance: Must have passed Teledyne Taber Abrader
    Test
    
    2) Construction will not pill or unravel 
    
    3) Insulating Properties: Using the Reeves Thermal Method, 
    fabric must have a minimum Clo value of 0.80
    
    4) Hypoallergenic 
    
    5) Non-woven, synthetic product 
    
    6) Does not absorb moisture 
    
    7) Flammability Test: Must pass as a Class 1/DNI product under
    ASTM D4151 and 16 CFR 1610 TexTests for flammability.
    
    8) Machine washable, does not require dry cleaning 
    
    9) The core scrim construction results in a product that will
    not stretch or shrink (less than 1%).
    
    10) Back/Base: network fabric (100% Terylene) 
    
    11) Middle: Polyurethane Foam (double sides) 
    
    12) Surface: 100% nylon fibre 
    
    13) Weight:      minimum 230 g/m²  
    
                             maximum 240 g/m² 
    
    14) Width: minimum 233.7cm - 92" maximum 238.8 cm - 94"
    
    15) Roll Size: minimum 50 metres/roll maximum 60 metres/roll
    
    16) Pattern/Colour: available in 6 colours (tan, ivory, blue,
    gray, navy and pink)
    
    
    
    
    
    
    
    
    GCR Exemption:
    d) only one supplier (person or firm) is capable of performing
    the contract. 
    
    NAFTA Limited Tendering Reason:
    (b)where, for works of art, or for reasons connected with the
    protection of patents, copyrights or other exclusive rights, or
    proprietary information or where there is an absence of
    competition for technical reasons, the goods or services can be
    supplied only by a particular supplier and no reasonable
    alternative or substitute exists;
    
    WTO Limited Tendering Reason: Article XV
    (b) when, for works of art or for reasons connected with
    protection of exclusive rights, such as patents or copyrights,
    or in the absence of competition for technical reasons, the
    products or services can be supplied only by a particular
    supplier and no reasonable alternative or substitute exists;
    
    AIT Article 506:
    12) to ensure compatibility with existing products, to recognize
    exclusive rights, such as exclusive licences, copyright and
    patent rights, or to maintain specialized products that must be
    maintained by the manufacturer or its representative;
    
    
    Total Estimated Cost: $282,500.00 per year HST included.
    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)
    • 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
    Mack, Wayne
    Phone
    (306) 975-4004 ( )
    Fax
    (306) 975-5397
    Address
    #910, 410 - 22nd Street East
    Saskatoon, Sask., S7K 5T6

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    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
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    National Capital Region (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: