Storage Solutions

Solicitation number W0125-180016/A

Publication date

Closing date and time 2018/12/04 14:00 EST


    Description
    Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    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: 
    SHARKCAGE Inc
    111844 Bandera Rd #487
    Helotes, TX Texas
    United States
    78023-4132
    Nature of Requirements: 
    
    Storage Solution
    W0125-180016/A
    
    1.  Title: Storage Solution
    An advanced contract award notice (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 and time stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
    
    2. Definition of requirement:
    The Department of National Defence 8th Air Communications Squadron Bagot Ville, QC has a requirement to procure cages to store and secure material, tools and test equipment while maintaining the capability to transition seamlessly to intermodal containers and air pallet. 
    Cages must have capability to:
    Secure material
    Provide capability for visual inspection 
    Withstand harsh climate condition with little or no degradation, preferable with hot dip galvanization. 
    Cages must be anti-sparking.  
    Cages must be portable using existing material handling equipment (pallet jacks/forklifts) with additional top lift capability.  
    Cages must offer the flexibility to quickly reconfigure spaces when required.  
    Cages must be stackable to safely increase vertical storage capability. 
    
    3. Criteria for assessing the statement of capabilities (minimum essential requirements):
    
    The storage solutions must allow B Flt to safely store more CIS equipment inside Hangar 3 in collapsible/stackable galvanized steel cages, with PVC covers, while also increasing floor space available for equipment maintenance and training activities. Due to the old wooden roof structure of the hangar it is not authorized to bolt down shelving or cages to secure the equipment since the roof requires a yearly inspection and tightening with the use of a scissor lift which requires the space to manoeuvre around.
    
    Mobility: Must allow for 4-way forklift capability with pallet jacks.  Designed to fulfill both STANAG-2828 as well as MIL-STS-648D to ensure operability in joint operations. Must provide top-lift capability with reinforced corner posts and connection points to accommodate crane, helicopter lift and UNREP according to MIL-STD-913A, -209K and -648D.  Critical weld seams inspected according to RCX-3 to ensure safety.  Strong enough for all modes of strategic transport, designed according to MIL-STD-1791D, and -1366E. 
    
    Flexibility: Rearrange without emptying the cages. Cages must allow easy repositioning of parts, tools and test equipment next to the required point of work.  For maintenance operational checks, cages with parts, tools and test equipment can be easily moved to maintenance locations.  
    
    Security and Durability: Cages can be locked using standard issue series 6200 padlocks. Must be highly durable by using extra high-strength steel and hot dip galvanization to withstand any type of climate and handling. 
    
    4. Applicability of the trade agreement (s) to the procurement
    This procurement is subject to the following trade agreement (s):
    Canadian Free Trade Agreement (CFTA); and
    North American Free Trade Agreement (NAFTA).
    Canada-European Union Comprehensive Economic and Trade Agreement (CETA) are included below
    The procedural requirements of the other international trade agreements will be fulfilled following compliance to the procedural requirements of CFTA, NAFTA, and/or the CETA.
    
    5. Justification for the Pre-Identified Supplier
    Sharkcage Inc. is the only known supplier that can meet the requirement as stated in the minimum essential requirements.  The pre-identified supplier meets all of the minimum essential requirements described in this ACAN.
    
    6. Government Contracts Regulations Exception(s)
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection:
    (d)  only one person is capable of performing the contract.
    
    7.  Exclusions and/or Limited Tendering Reasons
    The following exclusion(s) and/or limited tendering reasons are invoked under the: 
    Canadian Free Trade Agreement (CFTA) Article 513, section 1 (b) (iii) 
    
    North American Free Trade Agreement (NAFTA) Article 1016, section 2 (b)  
    Canada-European Union Comprehensive Economic and Trade Agreement (CETA) Article 19.12, section 1 (b) (iii)
    
    8. Period of the proposed contract or the delivery date(s)
    Delivery must be on or before 31 March 2019.
    
    9. Cost estimate of the proposed contract
    The estimated value of the contract is $187,214.00 (HSTI).
    
    10. Name and address of the pre-identified supplier
    Name: Sharkcage Inc. 
    Address: 7648 Reindeer Trail, San Antonio, TX 78238
    
    11. 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 and time of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    12.  Closing date and time for a submission of a statement of capabilities
    The closing date and time for accepting statements of capabilities is: 
    4th December, 2018 at 14:00 EDT.
    
    13.  Inquiries and submission of statement of capabilities
    Inquiries and statement of capabilities are to be directed to:
    Vashti Ramnarine
    Ontario Region-Acquisitions 
    Public Services and Procurement Canada / Government of Canada
    33 City Centre Drive, Suite 480C, Mississauga, ON, L5B 2N5 
    Vashti.Ramnarine@pwgsc-tpsgc.gc.ca / Tel: 905-615-2419/ 
    Cell: 289-772-7284
    
    
    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

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • 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 Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Ramnarine, Vashti
    Phone
    (905) 615-2419 ( )
    Email
    vashti.ramnarine@pwgsc-tpsgc.gc.ca
    Fax
    () -
    Address
    Ontario Region
    33 City Centre Drive
    Suite 480
    Mississauga, Ontario, L5B 2N5

    Buying organization(s)

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

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Procurement method
    Non-Competitive