Testing of Oxygen Purity in Samples of Aviator's Liquid Oxygen
and Aviator's Breathing Oxygen

Solicitation number W8485-130755/A

Publication date

Closing date and time 2014/05/29 14:00 EDT


    Description
    Trade Agreement: NONE
    Tendering Procedures: 
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Title: Testing of Oxygen Purity in Samples of Aviator's Liquid
    Oxygen and Aviator's Breathing Oxygen for the Canadian Forces
    
    W8485-130755/A
    Palmer, Heather
    Telephone No. - (819) 956-6176 
    Fax No. - (819) 997-2229
    
    REQUIREMENT
    
    The Department of National Defence (DND) has a requirement for
    services to test oxygen purity for Aviator's Liquid Oxygen (LOX)
    and Aviator's Breathing Oxygen (ABO) samples and have them sent
    to the Royal Canadian Air Force Wings. 
    
    Each sample shipment to the Royal Canadian Air Force Wings must
    be tested to ascertain its integrity before it can be released
    for use. Not only is there a need for accurate measurement of
    contaminants in LOX and ABO, but due to operational environment,
    verification of breathing oxygen for aircraft systems requires a
    quick response.
    
    Services are required for the period commencing July 1, 2014 up
    to March 31, 2017 with an irrevocable option on the part of
    Canada to extend the contract period by up to two (2) additional
    periods of one (1) year each. 
    
    For services requirements, Bidders in receipt of a pension or a
    lump sum payment must provide the required information as
    detailed in article 3 of Part 2 of the bid solicitation.
    
    Bidders must provide a list of names, or other related
    information as needed, pursuant to section 01 of Standard
    Instructions 2003.
    
    The national security exceptions provided for in the trade
    agreements have been invoked; therefore, this procurement is
    excluded from all of the obligations of all the trade agreements.
    
    The requirement is solely limited to Canadian goods and/or
    services.
    
    
    MANDATORY CRITERIA
    
    In order for the bid to be considered technically compliant, the
    laboratory testing facility must satisfy all of the following
    mandatory conditions.
    
    QUALIFICATIONS
    M1.	The laboratory testing facility must indicate that the work
    required is performed by either a chemist (BA degree in
    Chemistry, minimum acceptable qualification) or by a Chemical
    Technologist, certified in the province in which the test
    facility is located, working under the direct supervision of a
    chemist who possess a minimum of five years experience in the
    testing of gaseous materials.  
    This information is to be provided in the individual's resume
    and must clearly show how the individual(s) meet the
    requirements.
    
    SITE LOCATION
    M2.	The laboratory testing facility must describe how their
    location meets the requirements for a maximum delivery time of
    18 hours, via ground/air transportation, for samples from RCAF
    units to reach their facility as stated in item 5.1 of the
    Statement of Work attached as Annex A.	
    M3.	The laboratory testing facility must describe how they have
    the ability to comply with the requirement to conduct in-house
    all aspects of the requirements in the SOW without
    subcontracting.
    CERTIFICATIONS
    M4.	The laboratory testing facility must provide certification
    of having the following accredited standards:
    	a.	Accredited by the Standards Council of Canada (SSC) (or
    other nationally or internationally recognized laboratory
    accredited body) to conduct the tests identified in the product
    specifications; and
    b.	Registered to ISO 9001 or 9002 and has implemented a
    calibration system to ISO 10012-1.
    QUALITY CONTROL AND INSPECTION REQUIREMENTS
    M5.	The laboratory testing facility must demonstrate that they
    have participated regularly in a recognized proficiency testing
    program that tests at least twice per year.
    .
    M6.	The laboratory testing facility must demonstrate how they
    are capable of retaining quality control and inspection records
    for a period of three (3) years after the date of completion or
    termination of the contract.
    M7.	The laboratory testing facility must demonstrate that they
    are an independent organization with no business connections to
    contractors/suppliers providing ABO and LOX services to the
    RCAF.  A certification by way of a signed statement to this
    effect must be provided in this proposal.
    
    2.	Basis of Selection 
    
    2.1	Basis of Selection - Lowest Evaluated Price
    A bid must comply with the requirements of the bid solicitation
    and meet all mandatory technical evaluation criteria to be
    declared responsive.  The responsive bid with the lowest
    evaluated price will be recommended for award of a contract.
    
    
    OTHER INFORMATION
    
    There are Insurance Requirements associated with this
    requirement.
    
    The Bidder, on request, must agree to participate in, and
    unequivocally pass, a pre-award survey of the Laboratory test
    facility and audit sample evaluation.
    
    DELIVERY DATE
    
    The period of this proposed "as and when requested" contract is
    from July 1, 2014 to March 31, 2017 with two (2) one-year option
    periods ending.
    
    
    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

    • No trade agreements are applicable to this solicitation process

    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
    Palmer, Heather
    Phone
    (819) 956-6176 ( )
    Fax
    (819) 997-2229
    Address
    11C1, Phase III
    Place du Portage
    11 Laurier St. / 11, rue Laurier
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    French
    1
    000
    English
    17

    Access the Getting started page for details on how to bid, and more.

    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 Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    Selection criteria
    Lowest Price

    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: