MDN demande repas pré-assemblés
Numéro de sollicitation W8484-219775/C
Date de publication
Date et heure de clôture 2020/05/14 14:00 HAE
Date de la dernière modification
Description
Entente sur le commerce : Accord de libre-échange canadien (ALEC) Processus de demande des soumissions : Tout fournisseur intéressé peut présenter une soumission Stratégie d'approvisionnement concurrentielle : Soumissionnaire le moins-disant Entente sur les revendications territoriales globales : Non Nature des besoins : REMARQUE: En raison de l'urgence due au COVID-19, la traduction n'a pas été possible. Nous apprécions votre compréhension. Veuillez contacter la personne-ressource de SPAC si vous avez des questions. Regards, Kristine Jackson Autorité contractante, Direction générale des approvisionnements Services publique et Approvisionnement Canada / Gouvernement du Canada kristine.jackson@tpsgc-pwgsc.gc.ca Contracting Authority, Acquisitions Branch Public Services and Procurement Canada / Government of Canada kristine.jackson@pwgsc-tpsgc.gc.ca 1.2 Requirement This requirement is in response to COVID-19. 1.2.1 The Department of National Defence (DND) and Correctional Services Canada (CSC) have a requirement for two (2) and possibly three (3) Regional Master Standing Offers (RMSOs) for the provision of Premade Meals to be delivered on an as and when requested basis to potentially 21 Canadian Armed Forces (CAF) bases, 39 CSC Institutions, and possibly additional locations across Canada in accordance with the requirement detailed in Annex A - Statement of Requirement. The period of the Standing Offers will be for a period of 6 months with two (2) 3-month option periods on the basis of Right of First Refusal. The total dollar value of all Standing Offers is estimated to be $5M (GST or HST included). Due to the unpredictable nature of COVID-19 and military operations, DND's operational requirements and CSC kitchen capacities, which would necessitate the provision on premade meals cannot be precisely defined. Estimates per location are included in section 2.2 MEAL FORECASTS of the SOR. However, the exact number of meals and locations will be specified in each call-up issued to the Offeror. 1.3 Trade Agreements The requirement is subject to the Canadian Free Trade Agreement (CFTA). 1.4 epost Connect Service This RFSO allows Offerors to use the epost Connect service provided by Canada Post Corporation to transmit their offers electronically. Offerors must refer to Part 2 of the RFSO entitled Offeror Instructions and Part 3 of the RFSO entitled Offer Preparation Instructions, for further information on using this method. 1.5 Additions and Modifications to the Requirements Canada, at its discretion, might expand, change, add or modify the Premade Meals and locations with the agreement of the Offeror(s). 1.6 Security Requirements Access to the CAF bases and CSC Institutions may be subject to certain restrictions, with which the Contractor and its employees must agree to comply at all times. Proper piece of identification will need to be provided. 1.7 Debriefings Offerors may request a debriefing on the results of the request for standing offers process. Offerors should make the request to the Standing Offer Authority within 15 working days of receipt of the results of the request for standing offers process. The debriefing may be in writing, by telephone or in person. 1.8 Anticipated migration to an e-Procurement Solution (EPS) Canada is currently developing an online EPS for faster and more convenient ordering of goods and services. In support of the anticipated transition to this system and how it may impact any resulting Standing Offer that is issued under this solicitation, refer to 7.14 Transition to an e-Procurement Solution (EPS). The Government of Canada's press release provides additional information. 1.9 Phase Bid Compliance Process (PBCP) The Phased Bid Compliance Process applies to this requirement. Date de livraison : Indiquée ci-dessus L'État se réserve le droit de négocier les conditions de tout marché avec les fournisseurs. Les documents peuvent être présentés dans l'une ou l'autre des langues officielles du Canada.
Durée du contrat
Voir la description ci-dessus pour voir tous les détails.
Accords commerciaux
-
Accord de libre-échange canadien (ALEC)
Coordonnées
Organisation contractante
- Organisation
-
Travaux publics et Services gouvernementaux Canada
- Adresse
-
11, rue Laurier, Phase III, Place du PortageGatineau, Québec, K1A 0S5Canada
- Autorité contractante
- Jackson, Kristine
- Numéro de téléphone
- (343) 542-6608 ( )
- Adresse courriel
- kristine.jackson@tpsgc-pwgsc.gc.ca
- Adresse
-
L'Esplanade Laurier,
East Tower 7th Floor
140 O'Connor, StreetOttawa, Ontario, K1A 0R5
Organisation(s) d'achat
- Organisation
-
Ministère de la défense nationale
- Adresse
-
101, promenade Colonel ByOttawa, Ontario, K1A0K2Canada
Détails de l'offre
Tous les détails concernant cette occasion de marché sont disponibles dans les documents ci-dessous. Cliquez sur le nom du document pour télécharger le fichier. Communiquez avec l'agent(e) de négociation des contrats si vous avez des questions concernant ces documents.
Titre du document | Numéro de la modification | Langue | Téléchargements unique | Date de l’ajout |
---|---|---|---|---|
ABES.PROD.PW__PD.B152.E78713.EBSU003.PDF | 003 |
Anglais
|
17 | |
ABES.PROD.PW__PD.B152.F78713.EBSU003.PDF | 003 |
Français
|
9 | |
ABES.PROD.PW__PD.B152.E78713.EBSU002.PDF | 002 |
Anglais
|
12 | |
ABES.PROD.PW__PD.B152.F78713.EBSU002.PDF | 002 |
Français
|
4 | |
ABES.PROD.PW__PD.B152.E78713.EBSU001.PDF | 001 |
Anglais
|
15 | |
ABES.PROD.PW__PD.B152.F78713.EBSU001.PDF | 001 |
Français
|
7 | |
attachment_1_to_part_4.docx |
Anglais
|
45 | ||
ABES.PROD.PW__PD.B152.E78713.EBSU000.PDF | 000 |
Anglais
|
86 | |
attachment_2_to_part_4_-_pricing_schedules.xlsx |
Anglais
|
27 | ||
ABES.PROD.PW__PD.B152.F78713.EBSU000.PDF | 000 |
Français
|
15 |
Consultez la page « Pour commencer » pour obtenir plus d’information sur la façon de soumissionner, et autres sujets.