Soft Fall Protection System
Solicitation number W3996-160001/A
Publication date
Closing date and time 2016/09/02 14:00 EDT
Description
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama 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: Forest Safety Products Ltd Starden Works Tewkesbury Road United Kingdom GL18 1LG Nature of Requirements: Soft Fall Protection System W3996-160001/A Martin, Lesley Telephone No. - (905) 615-2069 ( ) Fax No. - (905) 615-2060 ( ) 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 The Department of National Defence has a requirement for ten (10) compatible Soft Fall Protection System (SFPS) for personnel working at height on top of the CH147F Chinook helicopter where no wrap-around maintenance stands are available. 3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) Any interested supplier must demonstrated by way of a statement of capabilities that it meets the following requirements: o Must stop/reduce injury from a fall of up to 17 feet o Must be weather resistant and withstand rain, snow, humidity, sand, dust, ice, freezing rain and freeze thaw cycles o Must withstand operating temperature range from -40C to 50C o Must withstand 80mph winds created by the downwash from taxiing CH147F aircraft 120 feet away o Must be safe to be used in the close proximity and potential contact with hazardous materials including but not limited to aviation fuel (JP-4/JP-5/JP-8 (MIL-T-5624 and MIL-T-83133)), gas, transmission fluid, oil, radiator coolant, hydraulic fluid (MIL-H-83282), lubrication oil (MIL-PRF-7808 and MIL-PRF-23699), liquid de-icing solutions, paints and solvents o Must not contain any loose objects which can create risk to the safety of flight through creation of Foreign Object Debris o Must be a light weight fall softening system o Must be easily installable by two trained personnel and ready for operation within 45 minutes from the start of setup o Maximum 45 minutes for takedown o Must not require modification of theaircraft or its components to include a SFPS as part of its structure o Must provide enough coverage around the aircraft to ensure fall protection to the personnel working on forward, middle and aft areas of the CH147 simultaneously as per Figure 1 andFigure 2 o The distance between left Aft SFPS and right Aft SFPS must not exceed 3.2 meters (10 feet 6 inches) at the end of the aircraft as per Figure 2 o The distance between left Front SFPS and right Front SFPS must not exceed 3.2 meters (10 feet 6inches) at the front of the aircraft as per Figure 2 o The weight of the individual parts of the SFPS must not be more than 100 Lbs o All locking pins and parts must be secured to the SFPS o Must be usable for personnel working at heights varying from 3 feet to 17 feet o Must provide fall protection for a person with a maximum weight of 350 Lbs in any location as per Figure 1 o Must provide training documentation and training to DND instructors responsible for providing instruction to multiple users who will be in charge of operating and maintaining the SFPS o Must adhere to all applicable codes and standards, Canada Occupational health and Safety Regulations (COHSR) and Canada Labour Code Part II Figure 1: CH147F Side Dimensions 1.1.1.1 Transmission (A and B): Three (3) technicians at 3.0 meters (9.8 feet); 1.1.1.2 Engines (B): Two (2) Technicians at 3.0 meters (9.8 feet); 1.1.1.3 Blades (C): Three (3) Technicians at 5.2 meters (17 feet); 1.1.1.4 Head (D): Two (2) technicians at 5.2 meters (17 feet); and 1.1.1.5 Tie Downs (E): Two (2) technicians at 4.6 meters (15 feet). Figure 2: CH147F Top Dimensions 4. Applicability of the trade agreement(s) to the procurement This procurement is subject to the following trade agreement(s) o Agreement on Internal Trade (AIT) o North American Free Trade Agreement (NAFTA) o World Trade Organization - Agreement on Government Procurement (WTO-AGP) 5. Justification for the Pre-Identified Supplier The only known supplier of a Soft Fall Protection System meeting the specifications required is Forest Safety Products Ltd. For this reason it is proposed to negotiate directly with them for this requirement. 6. Government Contracts Regulations Exception(s) 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(s) and/or limited tendering reasons are invoked under the section of the trade agreement(s) specified: o Agreement on Internal Trade (AIT) - Article 506.12 b) o North American Free Trade Agreement (NAFTA) - Article 1016.2 b) o World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article XV 1b) 8. Period of the proposed contract or delivery date The product must be delivered on November 30, 2016 9. Name and address of the pre-identified supplier Forest Safety Products Ltd. Starden Works Tewkesbury Road Newent Gloucestershire GL18 1LG 10. Suppliers’ 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. 11. Closing date for a submission of a statement of capabilities The closing date and time for accepting statements of capabilities is 12. Inquiries and submission of statement of capabilities Inquiries and statements of capabilities are to be directed to: Lesley Martin Supply Team Leader Public Works and Government Services Canada 33 City Centre Drive, Suite 480C Mississauga, Ontario L5B 2N5 Telephone: 905-615-2069 E-mail: Lesley.Martin2@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
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Canada-Panama Free Trade Agreement
-
Agreement on Internal Trade (AIT)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
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 PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Martin, Lesley
- Phone
- (905) 615-2069 ( )
- Fax
- (905) 615-2060
- Address
-
Ontario Region
33 City Centre Drive
Suite 480Mississauga, Ontario, L5B 2N5
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.