Work Spaces Furniture - DND FMF Cape Breton Victoria BC

Solicitation number W3555-180134/A

Publication date

Closing date and time 2018/02/13 17:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Work Spaces Furniture -  DND FMF Cape Breton Victoria BC
    
    W3555-180134/A
    Grieve, Bronwen
    Telephone No. - (250) 514-3757
    Fax No. - (250) 363-0395 
    
    SUMMARY - Notice of Proposed Procurement (NPP) 
    ---------------------------------------
    
    This notice amendment #001 is issued to amend the above-noted solicitation as follows:
    1) Post answers to enquiries received from potential bidders (Q&As):
    2) Amend the Contracting Authority.
    
    ----------------------------------------
    
    1. This NPP is issued pursuant to PWGSC Supply Arrangement (SA) # E60PQ-140003/B and covers a requirement from the following Product Category(ies) of the SA: 
    - Product Category 1 - Interconnecting Panels and Freestanding Systems;
    - Product Category 2 - Freestanding Height Adjustable Desk/Table Products;
    - Product Category 3 - Metal Filing and Storage Cabinets;
    - Product Category 5 - Ancillary and Lighting Products.
    
    2. The Department of National Defence at Fleet Maintenance Facility Cape Breton (FMFCB) in Esquimalt, BC has a requirement for Work Spaces Furniture in accordance with Annex A.  This requirement includes both Supply Arrangement (SA) and non-Supply Arrangement (non-SA) components.
    
    This initial firm portion of this project is to supply and install 106 work stations in total on the second floor of the facility. Consisting of six (6) main types of work stations layouts. The project will be completed in 5 phases of installation covering 4 days duration each (Friday to Monday). 
    Therefore the work under this contract shall include labour and resources for normal and outside of normal hours of work.  The contractor is responsible to provide enough tools, manpower and services to maintain the schedule within each phase of work.
    The secondary project for this requirement shall be for delivery and installation of a similarly sized and configured requirement (approx. 110 work stations) for the third floor of the facility, to be conducted after the completion of the second floor.  Optional items for the secondary project shall be coordinated through issuance of Task Authorizations (TA’s) in accordance with Annex E.  Component listings, delivery and installation schedules shall be detailed at that time with issuance of subsequent TA’s.  
    The project also includes an optional requirement for an estimated additional 110 workstations to be purchased on an “as and when requested basis” until March 31, 2019 using the Task Authorization process detailed in Annex E.  Canada is under no obligation to purchase all or part of the optional requirement stated herein.
    
    The period of the contract is from date of contract award to 31 March 2019 inclusive.
    
    Bidders must submit firm pricing for all products and services listed for each Product Category. Bids addressing only a portion of the requirement detailed for each Product Category will not be considered. 
    
    Bidders may submit a bid on one, two, three or all four Product Categories.  A bid must comply with all requirements of the solicitation to be declared responsive.  Bids will be evaluated separately for each Product Category.  The responsive bid with the lowest aggregate evaluated total price for each Product Category will be recommended for award of a Contract.  Canada intends to issue only one (1) contract award by Product Category.  A contract may combine several product categories in the event the same bidder is recommended for award of contracts for multiple product categories.
    
    Refer to RFB below for full requirement details.
    
    RFB enquiries must submitted in writing to the Contracting Authority by no later than February 06, 2018 at 2:00 PM Pacific Standard Time (PST). Enquiries received after that date and time may not be answered.
    
    Bidders should include colour options with their bid for each category they are bidding on.
    
    3. This NPP covers a requirement to be solicited amongst the General Stream of Suppliers (SA holders). 
    
    4. This requirement is subject to the Canadian Free Trade Agreement (CFTA), the North American Free Trade Agreement (NAFTA), the Canada-Columbia Free Trade Agreement, the Canada-Chili Free Trade Agreement, Canada-Panama Free Trade Agreement and Canada-Honduras Free Trade Agreement the Canada-Peru Free Trade Agreement, the Comprehensive Economic and Trade Agreement (CETA), and the World Trade Organization-Agreement on Government Procurement (WTO-AGP). 
    
    5. The bid solicitation is also open to suppliers who are not Supply Arrangement (SA) holders.  In order for new suppliers to bid on this solicitation, the new supplier must first qualify for a SA.  The process to qualify for a SA is detailed in RFSA # E60PQ-140003/C and can be found on the Government Electronic Tendering Service (GETS - https://buyandsell.gc.ca/procurement-data/tenders).  Canada is not required to delay the award of a resulting contract pending the evaluation of an arrangement and issuance of a SA by the PWGSC Supply Arrangement Authority. 
    
    6. The Federal Contractors Program (FCP) for employment equity applies to this procurement; refer to Annex H titled Federal Contractors Program for Employment Equity - Certification.
    
    
    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)
    • 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
    Grieve, Bronwen
    Phone
    (250) 514-3757 ( )
    Email
    bronwen.grieve@tpsgc-pwgsc.gc.ca
    Fax
    (250) 363-0395
    Address
    401 - 1230 Government Street
    Victoria, B. C., V8W 3X4

    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
    001
    French
    1
    001
    English
    17
    000
    French
    7
    000
    English
    47

    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
    British Columbia
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Lowest Price
    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: