Pick Pack Stations

Solicitation number ET025-190723/A

Publication date

Closing date and time 2018/08/22 15:00 EDT


    Description
    Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Pitney Bowes of Canada Ltd.
    PO Box 280
    Orangeville Ontario
    Canada
    L9W2Z7
    Nature of Requirements: 
    
    Pick Pack Stations
    
    ET025-190723/A
    Graham, Danielle
    Telephone No. - (204) 292-2872 (    )
    Fax No. - (204) 983-7796 (    )
    
    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 
    
    o The Department of Public Works and Government Services Canada on behalf of the Canada Revenue Agency has a requirement for the supply of quantity 7 pick pack stations. The product must comply with the criteria below. 
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    
    o Any interested supplier must demonstrate by way of a statement of capabilities that its product meets the following requirements: 
    a. SCOPE OF WORK
    1.1 Public Works and Government Services Canada (PWGSC) has a requirement for the purchase, delivery and installation of height-adjustable packing stations for the Canada Revenue Agency (CRA) National Forms Distribution Centre (NFDC). The height-adjustable packing stations must be delivered at 125 Fennell Street, Winnipeg, Manitoba within 6-8 weeks from date of order.  
    
    b. GENERAL REQUIREMENTS
    i. All products must be new.
    ii. Provide necessary hardware attachments for a complete installation.
    iii. Desking products to meet:
    A. ANSI/BIFMA e3 Furniture Sustainability Standard, Minimum Level 1 or SCS-EC10.2 Indoor Advantage Gold or Greenguard Gold. Certification must be submitted with the bid package.
    B. Products are manufactured in a certified and environmentally responsible facility.
    C. Remanufacturing Program guarantees zero percent of product to landfill site. 
    iv. Electrical systems and components: To CAN/CSA C22.2 No. 203.
    v. All task to be performed during Normal Business hours: 
    A. Normal Business Hours: 8:00 am - 4:00 pm 
    B. All deliveries or installation taking place outside of these hours require approval from the Landlord. 
    
    c. REFERENCES
    i. All products must comply with: 
    A. American National Standards Institute (ANSI)
    1. ANSI A208.1-2009, Particleboard.
    B. American National Standards Institute (ANSI)/Business and International Furniture Manufacturers Association (BIFMA) International
    1. ANSI/BIFMA X5.5-2014, Desk Products.
    2. ANSI/BIFMA e3-2011e, Furniture Sustainability Standard
    C. American National Standards Institute (ANSI)/National Electrical Manufacturers Association (ANSI/NEMA)
    1. ANSI/NEMA LD3-2005, High-Pressure Decorative Laminates.
    D. ASTM International
    1. ASTM D3359-09e1, Standard Test Methods for Measuring Adhesion by Tape Test.
    2. ASTM D3363-05 (2011)e2, Standard Test Method for Film Hardness by Pencil Test.
    3. ASTM D4060-10, Standard Test Method for Abrasion Resistance of Organic Coatings by the Taber Abraser.
    E. Canadian General Standards Board (CGSB)
    1. CAN/CGSB-44.227-2008, Free-Standing Office Desk Products and Components.
    F. Canadian Standards Association (CSA)
    1. CSA C22.2 No. 68-09 (R2014), Motor-Operated Appliances (Household and Commercial), including updates.
    2. CSA C22.2 No.203-M91 (R2014), Modular Wiring Systems for Office Furniture.
    G. Health Canada/Workplace Hazardous Materials Information System (WHMIS)
    1. Material Safety Data Sheets (MSDS).
    H. Scientific Certification Systems (SCS)
    1. SCS-EC10.2-2007, Indoor Air Quality Performance.
    
    d. PRODUCT TECHNICAL REQUIREMENTS
    i. TABLES
    A. Tables: 
    1. Electric height-adjustable lift with continuous height adjustment range from 711 mm (28”) to 1067 mm (42”) with a minimum of 356 mm (14”) adjustability. Table load capacity to be minimum 540 lbs. For both Workstation 1 &2 (WKST-1 and WKST-2).
    B. Table tops:
    1. Rectangular, size as follows:
    1. 838 mm (33”) deep x 1727 mm (68”) long
    2. Table tops to be 27 mm (1.065”) thick to a maximum of 38.1 mm (1.5”) thick finished height with high-pressure laminate and vinyl T-molding laminate edges. 
    3. Table tops to be supported below by metal framing spanning full work surface. 
    4.1.2.4 Facing and backing materials are of equal balance; core material is 42-45 lb. per cubic foot density.
    4.1.2.5 Table finishes to be determined after award of contract. Colour of exposed finished edge must match the colour of table top finish.
    
    ii. TABLE BASES
    A. Include glides with a minimum of 12 mm (½”) height adjustment.
    B. Metal components:
    1. Finish Hardness: to ASTM D3363 scratch hardness method, minimum H.
    2. Abrasion Resistance: loss of finish, to ASTM D4060 using CS-10 wheel with 1000 g load, maximum 0.04 g at 500 cycles.
    3. Colour Stability: finish, after exposure, when tested to NEMA LD 3, section 3, must not show a change in colour greater than grey scale 4 contrast by reference to AATCC Evaluation Procedure (EP) 1.
    4. Paint Adhesion: Minimum 4B, when tested in accordance with ASTM D3359, Method B.
    5. All metal components are finished in a high-quality baked enamel. 
    
    iii. LIFT MECHANISM
    A. Two legs, electrically powered, c/w control box and motor cable, and to CSA C22.2 No. 68 standards.
    B. Lifting columns 1200N thrust, with a speed of 38mm/s.
    C. Tubing - 1-1/2” square welded tubular structure
    D. Steel - 16 gauge 
    
    iv. ACCESSORIES 
    A. Accessories must move in conjunction with worksurface, with the exception of the printer pull-out tray.  
    B. Location of accessories to be flexible, placement will be determined upon award.
    C. Workstation Type 1 (WKST-1): 
    1. Sp. Metal Side & Back Splasher Assembly, for a D-9031C x 9-1/2” H.
    2. Cartoning rack ONLY, with holes, 63-3/4 x 16-1/2
    3. Cartoning rack ONLY, (no holes), 63-3/4 x 16-1/2
    4.  Document shelf divider, 16-1/2” D x 9-1/2”H
    5. Sorter support brackets (set of 2) 
    6. Printer pull-out tray, 13-5/8 x 20” D for a lift table, 20” pull-out travel
    7. Wire dividers 
    8.  Straight uprights (set of 2)
    D. Workstation Type 2 (WKST-2): 
    1. Sp. Metal Side & Back Splasher Assembly, for a D-9031C x 9-1/2” H.
    2. Cartoning rack ONLY, with holes, 63-3/4 x 16-1/2
    3. Cartoning rack ONLY, (no holes), 63-3/4 x 16-1/2
    4.  Document shelf divider, 16-1/2” D x 9-1/2”H
    5. Sorter support brackets (set of 2) 
    6. Wire dividers 
    7.  Straight uprights (set of 2)
    
    e. INSTALLATION
    i. Damage during shipping or installation is not the responsibility of the client.
    ii. Locate all furniture items where indicated on drawings. 
    iii. Lubricate operating hardware as recommended by hardware manufacturer. Adjust glides so that tables are leveled.
    iv. Once installation is complete, verify complete operation of electrical components.
    
    f. WARRANTY
    i. Lifetime warranty 
    4. Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreement(s) 
    o Canadian Free Trade Agreement (CFTA) 
    o North American Free Trade Agreement (NAFTA)
    
    5. Justification for the Pre-Identified Supplier 
    Client requires many unique features in their equipment in order to service the massive mail & package volumes and comply with the policy of Duty to Accommodate staff requirements.
    8. 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". 
    9. Exclusions and/or Limited Tendering Reasons 
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the :
    o Canadian Free Trade Agreement (CFTA) - Article(s) 513.1b : one particular supplier
    o North American Free Trade Agreement (NAFTA) - Article(s) 1016.2b: one particular supplier
    10. Ownership of Intellectual Property 
    o Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    11. Period of the proposed contract or delivery date 
    o The product must be delivered on September 30, 2018. 
    
    12. Name and address of the pre-identified supplier 
    Pitney Bowes of Canada 
    PO Box 190 
    Orangeville ON L9W 2Z6
    14. 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.
    15. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is August 22 2018.
    16. Inquiries and statements of capabilities are to be directed to: 
    Name: Danielle Graham
    Title: A/Procurement Specialist
    Public Works and Government Services Canada
    Acquisitions Branch
    Directorate: Western Region
    Address: 100-167 Lombard Ave
    Winnipeg MB R3B 0T6
     
    Telephone: 204-292-2872
    Facsimile: 204-983-7796
    E-mail address: danielle.graham@pwgsc-tpsgc.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

    • 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

    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
    Graham, Danielle
    Phone
    (204) 292-2872 ( )
    Email
    danielle.graham@pwgsc-tpsgc.gc.ca
    Fax
    (204) 983-7796
    Address
    Room 100
    167 Lombard Ave.
    Winnipeg, Manitoba, R3B 0T6

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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
    Manitoba
    Procurement method
    Competitive – Open Bidding
    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: