Home
Canada - Buyandsell.gc.ca
Contents
1. 6 2 Requirement The contractor must provide the goods in accordance with the technical requirements stated herein and in the quantities stated at page 3 6 2 1 SACC Manual Clauses SACC Reference 6 3 Standard Clauses and Conditions All clauses and conditions identified in the Contract by number date and title are set out in the Standard Acquisition Clauses and Conditions Manual https buyandsell gc ca policy and guidelines standard acquisition clauses and conditions manual issued by Public Works and Government Services Canada 6 3 1 General Conditions 2010A 2015 07 03 General Conditions Goods Medium Complexity apply to and form part of the Contract 6 3 1 1 Warranty Period Section 09 of general conditions 2010A is amended by replacing the period of twelve 12 months by sixty 60 months All other provisions of the warranty section remain in effect Additional warranty requirements at Appendix A apply to and form part of the contract 6 3 2 SACC Manual Clauses SACC Reference Section Date C2800C Priority Rating 2013 01 28 C2801C Priority Rating Canadian Contractors 2014 11 27 6 4 Term of Contract 6 4 1 Delivery Date All the deliverables must be received on or before Delivery as offered and as accepted will be inserted at contract award Page 10 of de 16 Solicitation No N de l invitation Amd No N de la modif Buyer ID Id de l acheteur W8482 156607 A hn324 C
2. The LMD must be warranted in accordance with Appendix A PRE AWARD PRE PRODUCTION PRODUCTION AND QUALITY ASSURANCE REQUIREMENTS Pre award pre production production and quality assurance requirements are prescribed in Appendix B NOTE The Department of National Defence Technical Authority and Director Quality Assurance representative reserves the right upon award of contract to visit the production facility during normal working hours without notice for the purpose of witnessing LMD production and testing The Department of National Defence reserves the right to withdraw LMD samples off the production line and conduct their own testing Page 5 of 5 Appendix A April 2015 WARRANTY REQUIREMENTS LIGHT MARKER DISTRESS NSN 6230 20 008 9857 WARRANTY The LMD must be warranted for a period of five years from the date of manufacture Any LMD which fails to pass periodic inspection up to a maximum of 60 months from the date of manufacture will be shipped back to the contractor at Department of National Defence DND expense The contractor will have 30 days to repair and recertify or replace and return any non serviceable LMD to the address where it originated or nearest Canadian Forces Base or Supply Depot as follows 1 Canadian Forces Base Esquimalt 2 Canadian Forces Base Halifax 3 Canadian Forces Supply Depot Edmonton 4 Canadian Forces Supply Depot Montreal Non serviceable LMD repairs or replacements will b
3. Medium Complexity Annex B Specification for Light Marker Distress the Contractor s bid dated insert date of bid 6 11 Defence Contract SACC Manual clause A9006C 2012 07 16 Defence Contract 6 12 SACC Manual Clauses SACC Reference Section Date D5545C ISO 9001 2008 Quality Management Systems Requirements 2010 08 16 Quality Assurance Code C 6 12 1 NATO Commercial and Government Entity Code NCAGE Traceability Material supplied for the items specified in this contract is subject to investigation by Canada Material which can neither be demonstrated by the contractor as having originated directly from the NCAGE specified for the item in this contract nor as supplied with the specific written permission of this specified NCAGE are subject to the following action by Canada Canada may either a terminate the contract for default with respect to that item return the item to the Contractor at the Contractor s risk and expense and demand and receive from the Contractor who shall forthwith So pay all reprocurement and other costs incurred by Canada including any increased costs required for the purpose of expediting production or b retain the item and demand and receive from the Contractor who shall forthwith so pay the difference between the Contractor s costs relating to the item as determined by Canada and the costs which in Canada s opinion the Contractor would have incurred had it obtained
4. Public Works and Government Services Canada RETURN BIDS TO RETOURNER LES SOUMISSIONS A Bid Receiving PWGSC R ception des soumissions TPSGC 11 Laurier St 11 rue Laurier Place du Portage Phase III Core 0B2 Noyau 0B2 Gatineau Qu bec K1A 085 Bid Fax 819 997 9776 REQUEST FOR PROPOSAL DEMANDE DE PROPOSITION Proposal To Public Works and Government Services Canada We hereby offer to sell to Her Majesty the Queen in right of Canada in accordance with the terms and conditions Set out herein referred to herein or attached hereto the goods services and construction listed herein and on any attached sheets at the price s set out therefor Proposition aux Travaux Publics et Services Gouvernementaux Canada Nous offrons par la pr sente de vendre Sa Majest la Reine du chef du Canada aux conditions nonc es ou incluses par r f rence dans la pr sente et aux annexes ci jointes les biens services et construction num r s ici sur toute feuille ci annex e au x prix indiqu s Comments Commentaires Vendor Firm Name and Address Raison sociale et adresse du fournisseur de l entrepreneur Issuing Office Bureau de distribution Electrical amp Electronics Products Division 11 Laurier St 11 rue Laurier 7B3 Place du Portage Phase III Gatineau Qu bec K1A 0S5 Lid Canada Travaux publics et Services gouvernementaux Canada Title Sujet LIGHT MARKER DISTRESS Solicitat
5. 20 Annex B Para 3 2 2 The LMD switch must be operable with a gloved hand MTR 21 Annex B Para 3 2 3 The overall size of the LMD must be as follows 1 Not more than 5 5 cm long 2 Not more than 5 5cm wide 3 Not more than 5 cm high base bottom to top of dome Appendix D April 2015 BID EVALUATION FORM LIGHT MARKER DISTRESS PRE PRODUCTION MANDATORY REQUIREMENTS Bidder Identification MTR 22 Annex B Para 3 2 4 The LMD base body color must be bright yellow or orange MTR 23 Annex B Para 3 2 5 The LMD switch must be a bright color noticeably different than that of the base body MTR 24 Annex B Para 3 2 6 It is desirable that all LMD components be recyclable MTR 25 Annex B Para 3 2 7 Accessing the battery compartment must require deliberate action s to avoid unintentional opening loss of the battery MTR 26 Annex B Para 3 2 8 In addition the battery housing compartment opening must include a tamper proof Seal MTR 27 Annex B Para 3 2 9 In accordance with Department of National Defence green procurement strategies no item or component containing Polychlorinated Biphenyls PCBs will be accepted MTR 28 Annex B Para 3 3 1 The LMD must have attached to its base a minimum 5cm by 5cm piece of hook and loop material hook side only which allows coupling to the hook and loop loop side patch sewn on all CAF in service life jackets pre
6. FIRM UNIT PRICE Option 2 Year 2 FY 17 18 HALIFAX 5 000 15 000 FIRM UNIT PRICE ESQUIMALT 5 000 15 000 FIRM UNIT PRICE TOTAL BID PRICE Original requirement Halifax 7 000 x unit price Original requirement Esquimalt 5 000 x unit price Option 1 Halifax 10 000 x unit price Option 1 Esquimalt 10 000 x unit price Option 2 Halifax 10 000 x unit price Option 2 Esquimalt 10 000 x unit price TOTAL i Page 16 of de 16 T0Z OT OSb 29Sd 299Md ebueuo op Xne np E303 juowuaysnfey 1ueunsn fpy 93e ebueuox3 8101 quawajsnfes jenu np suy xne UOISISAUOS 93nueno juatuaysn ey eBueup ap xneL ep unaye seJebue39 ayun Jed a186ue139 esieq sieuuou ue juequoy uonduoseg O1 O h x A3nuenb X 224 Aoue ino yun sad uauoduio jueunsn py ubI2104 ou Fr 34N I2J sp ajonae p O4ABWNN JequinN e joAuj ue3 3ernuoo np OJQUINN JEqUINN Penuo D9S4L p Je ssop np OPWNN JaquinN alld 2S9Md AnouedaJjus 9p WON JWEN 0328 30 obueuo op xnej np 3uouiojsnfe1 op spueweg epeue xnejuauieuleAno5 epeueg saag sjueunsn py 91eH obueuox3 10 Welo SSOINSS je soiqnd xne ejj jueuuJ8Aoc pue SHOM ANd fel ANNEX B April 2015 SPECIFICATION LIGHT MARKER DISTRESS NSN 6230 20 008 9857 NOTICE This documentation has been reviewed by the technical authority and does not contain controlled goods AVIS Cette documentation a t r vis e par l autorit technique et ne contient pas
7. and French instruction tag as follows 1 The tag must be made from Type II material in accordance with D 80 001 055 SF 001 Specification for Label Clothing and Equipment 2 The tag must provide illustrated instruction s for operation of the LMD in both white and IR light 3 All instructions must be in letters no less than two millimeters 4 The instruction tag must be attached to but movable along along the 80 cm wire lead with probe 3 5 2 The instruction tag must be approved by the Department of National Defence Technical Authority 3 6 SERVICING 3 6 1 The contractor must provide a bilingual English and French illustrated service manual for the LMD to include the following 1 How to carry out step by step periodic serviceability tests of the LMD 2 How to remove and replace the battery 3 6 2 The service manual must be approved by the Department of National Defence Technical Authority Page 4 of 5 ANNEX B April 2015 3 7 3 7 1 3 8 3 8 1 3 9 3 9 1 4 1 SPECIFICATION LIGHT MARKER DISTRESS NSN 6230 20 008 9857 PACKAGING Packaging of the LMD must be in accordance with D LM 008 036 SF 000 Department of National Defence Minimum Requirement for Manufacturers Standard Pack as follows 1 All LMD must be placed into separate packaging wrapping to prevent any possibility of electrical contact arching 2 Bulk packaging must not be larger than unit packs Para 12 of D LM 008 036 SF 000 WARRANTY
8. at the time of payment based on the FCC and the exchange rate fluctuation provisions in the contract The exchange rate adjustment amount will be calculated in accordance with the following formula Adjustment FCC x Qty x i1 i0 i0 where formula variables correspond to FCC Foreign Currency Component per unit i0 Initial exchange rate CANS per unit of foreign currency e g US 1 i1 exchange rate for adjustments CAN per unit of foreign currency e g US 1 Qty quantity of units The initial exchange rate is typically set as the noon rate as published by the Bank of Canada on the solicitation closing date Page 12 of de 16 Solicitation No N de l invitation Amd No N de la modif Buyer ID Id de l acheteur W8482 156607 A hn324 Client Ref No N de r f du client File No N du dossier CCC No N CCC FMS No N VME W8482 156607 hn324 W8482 156607 5 For goods the exchange rate for adjustment will be the noon rate as published by the Bank of Canada on the date the goods were delivered For services the exchange rate for adjustment will be the noon rate on the last business day of the month for which the services were performed For advance payments the exchange rate for adjustment will be the noon rate on the date the payment was due The most recent noon rate will be used for non business days 6 The Contractor must indicate the total exchange rate adjustment amount either upward downward
9. bids 4 1 1 Technical Evaluation All bids must be completed in full and provide all of the information requested in the bid solicitation to enable full and complete evaluation 4 1 1 1 Mandatory Technical Criteria The following Mandatory requirements must be submitted with the bid for evaluation e Technical compliance description of items at Annex B e Pre Award requirements at Appendix B Section 1 2 e Signed copy with statement indicating that the bidder fully agrees with all terms of Appendix A e Draft LMD manufacturing testing and quality assurance plan e Bids must be submitted for all destinations per NSN 4 1 2 Financial Evaluation Bidders must submit their financial bid on Annex A Pricing Sheet in accordance with the following Basis of Pricing 4 1 2 1 Basis of Pricing The bidder must quote firm unit prices in Canadian dollars DDP Delivered Duty Paid Halifax NS and Esquimalt BC Applicable Taxes extra as applicable Freight charges to destination and all applicable Custom duties and Excise taxes must be included 4 2 Basis of Selection A bid must comply with the requirements of the bid solicitation and meet all mandatory technical evaluation criteria to be declared responsive The responsive bid with the lowest evaluated price on an aggregate basis will be recommended for award of a contract Page 7 of de 16 Solicitation No N de l invitation Amd No N de la modif Buyer ID Id de l acheteur W8
10. certification that all components used in the manufacturing of the LMD do not contain any Appendix D April 2015 BID EVALUATION FORM LIGHT MARKER DISTRESS PRE PRODUCTION MANDATORY REQUIREMENTS Bidder Identification Polychlorinated Biphenyls
11. de marchandises contr l es 2 1 2 2 SCOPE This document outlines the mandatory requirements for the light marker distress as used with Canadian Armed Forces CAF life jackets preservers and personal floatation devices The light marker distress herein known as LMD has the following three main functions To automatically upon contact with water indicate the position of the wearer To indicate position of the wearer under obscure conditions To provide search and rescue personnel with a known and recognizable means of visually identifying a distressed person s at distances of 1500 feet and beyond APPLICABLE DOCUMENTS D 80 001 055 SF 001 Specification for Label Clothing and Equipment D LM 008 036 SF 000 Department of National Defence Minimum Requirement for Manufacturers Standard Pack MANDATORY REQUIREMENTS PERFORMANCE The LMD must immediately activate turn on upon contact with fresh or salt water The LMD must when activated by contact with water operate in a flashing mode The LMD must be Transport Canada and safety of life at sea SOLAS approved The completely assembled LMD with battery inserted must float Page 1 of 5 ANNEX B April 2015 3 1 10 3 1 11 3 1 12 3 1 13 3 1 14 3 1 15 3 1 16 3 1 17 SPECIFICATION LIGHT MARKER DISTRESS NSN 6230 20 008 9857 The LMD must include a switch allowing the user to select the following functions 1 To deactivate turn off the LMD when t
12. or no change as a separate item on each invoice or claim for payment submitted under the Contract Where an adjustment applies the Contractor must submit with their invoice form PWGSC TPSGC 450 Claim for Exchange Rate Adjustments 7 The exchange rate adjustment will only be applied where the exchange rate fluctuation is greater than 2 increase or decrease calculated in accordance with column 8 of form PWGSC TPSGC 450 i e i1 iO i0 8 Canada reserves the right to audit any revision to costs and prices under this clause 6 7 Invoicing Instructions T The Contractor must submit invoices in accordance with the section entitled Invoice Submission of the general conditions Invoices cannot be submitted until all work identified in the invoice is completed 2 Invoices must be distributed as follows a The original and one 1 copy must be forwarded to the consignee b One 1 copy must be forwarded to the following address National Defence Headquarters MGen George R Pearkes Building 101 Colonel By Drive Ottawa ON K1A OK2 Attention D MAR P 4 3 3 4 c One 1 copy must be forwarded to the Contracting Authority identified under the section entitled Authorities of the Contract Department of Public Works and Government Services HN Division 7B3 Place du Portage Phase Ill 11 Laurier Street Gatineau QC K1A 0S5 Attention Joelle Theriault 6 8 Certifications 6 8 1 Compliance The continuous compliance with t
13. removal installation must be accomplishable by the user under field conditions without any tool requirement 1 2 6 The LMD must have a wire lead with sensory probe a minimum of 85 centimeters 0 5 in length 1 2 7 The overall size of the LMD must be as follows a Not more than 5 5 cm long b Not more than 5 5cm wide C Not more than 5 cm high base bottom to top of dome 12 8 The LMD base body color must be bright yellow or orange 1 2 9 The LMD switch must be a bright color noticeably different than that of the base body Page 1 of 3 Appendix B April 2015 PRE AWARD PRE PRODUCTION PRODUCTION AND QUALITY ASSURANCE REQUIREMENTS LIGHT MARKER DISTRESS NSN 6230 20 008 9857 1 2 10 Accessing the battery compartment must require deliberate action s to avoid any unintentional opening loss of the battery 1 3 The bidder must include a signed copy with statement indicating that the bidder fully agrees with all terms of Appendix A warranty requirements light marker distress 1 4 The bidder must supply a draft LMD manufacturing testing and quality assurance plan 2 LMD PRE PRODUCTION REQUIREMENTS 2 1 Pre production requirements consist of the following 2 1 1 The contractor must provide two 2 LMD pre production samples that meet all mandatory requirements of Annex B specification light marker distress 2 1 2 The contractor must provide certification and test results from an independent accredited test laboratory
14. 015 PRE AWARD PRE PRODUCTION PRODUCTION AND QUALITY ASSURANCE REQUIREMENTS LIGHT MARKER DISTRESS NSN 6230 20 008 9857 g The LMD must when activated in flashing mode under clear sky conditions provide a minimum visibility range of 1500 feet altitude above ground level AGL 3 1 2 Certification that the battery s used must have a minimum of ten 10 years shelf life 2 months from the date inserted into the LMD 4 LMD PRODUCTION AND QUALITY CONTROL ASSURANCE TESTING 4 1 The contractor is responsible for all production testing of the LMD 4 2 The contractor must utilize their own quality control assurance plan 4 3 The contractor must keep production test records and make them available to the Department of National Defence Technical Authority and Quality Assurance Representative Page 3 of 3 Appendix C April 2015 BID EVALUATION FORM LIGHT MARKER DISTRESS PRE AWARD MANDATORY REQUIREMENTS Bidder Identification Pre Award Mandatory Technical Requirements for LMD Bid Compliant Non Compliant Substantiation Evaluation MTR 1 Appendix B Para 1 1 The following pre award requirements are mandatory and must be supplied with the bid Appendix B Para 1 2 The bidder must supply illustrated explanatory three dimensional 3D computer aided design CAD drawings which demonstrate the LMD proposed by the bidder meets the following mandatory performance design and compatibility requirements MTR 2 Ap
15. 1 606 PAYMENIS RP I PLI IU IA INED D ILI 12 6 7 INVOICING INSTRUCTIONS eeeeenneenenennen nennen nennen ttn enn retenta istae aigan anaipa daai ioeina 13 6 8 CERTIFICATIONS uc itis im iE Ert i Ford ret A need ne UD ELT Po D Ere TI E PETERS REIN 13 6 9 AP PACAR E AV O sans men da A rete ehe le da eve re d ela e Rv EE dre re ERE ER ER 13 6 10 PRIORITY OF DOCUMENTS iii nnne nri teen trennen serre tn dites a rae sn snne anne ense etna enses En EEan 13 6 11 DEFENCE CONTRACT seis ic RUE R 14 6 12 SACC MANUAL CLAUSES iiit cecinit m rn Pk rita vk ea ic P RR Ud E ERR E ERR E Ra rh Pr FRU RV LP rk ERA A LER LR 14 ANNEXES Annex A Basis of Payment and Form 450 Claim for Exchange Rate Adjustment Annex B Specification Light Marker Distress Appendix A Warranty Requirements Appendix B Pre Award Pre Production Production and Quality Assurance Requirements Appendix C Bid Evaluation Form Pre Award Mandatory Requirements Appendix D Bid Evaluation Form Pre Production Mandatory Requirements Page 1 of de 16 Solicitation No N de l invitation Amd No N de la modif Buyer ID Id de l acheteur W8482 156607 A hn324 Client Ref No N de r f du client File No N du dossier CCC No N CCC FMS No N VME W8482 156607 hn324 W8482 156607 PART 1 GENERAL INFORMATION 1 1 Security Requirements There is no security requirement associated with the requirement 1 2 Requirement The cont
16. 482 156607 A hn324 Client Ref No N de r f du client File No N du dossier CCC No N CCC FMS No N VME W8482 156607 hn324 W8482 156607 PART 5 CERTIFICATIONS AND ADDITIONAL INFORMATION Bidders must provide the required certifications and additional information to be awarded a contract The certifications provided by Bidders to Canada are subject to verification by Canada at all times Canada will declare a bid non responsive or will declare a contractor in default if any certification made by the Bidder is found to be untrue whether made knowingly or unknowingly during the bid evaluation period or during the contract period The Contracting Authority will have the right to ask for additional information to verify the Bidder s certifications Failure to comply and to cooperate with any request or requirement imposed by the Contracting Authority will render the bid non responsive or constitute a default under the Contract 5 1 Certifications Required with the Bid Bidders must submit the following duly completed certifications as part of their bid 5 1 1 Declaration of Convicted Offences As applicable pursuant to subsection Declaration of Convicted Offences of section 01 of the Standard Instructions the Bidder must provide with its bid a completed Declaration Form to be given further consideration in the procurement process 5 2 Certifications Precedent to Contract Award and Additional Information The certifications a
17. 5 Annex B Para 3 1 4 The completely assembled LMD with battery inserted must float MTR 6 Annex B Para 3 1 5 The LMD must include a switch allowing the user to select the following functions 1 To deactivate turn off the LMD when the sensory probe Para 3 2 1 is intentionally removed from the water 2 To immediately activate the LMD in a flashing only mode 3 To immediately activate the LMD in a steady on mode Appendix D April 2015 BID EVALUATION FORM LIGHT MARKER DISTRESS PRE PRODUCTION MANDATORY REQUIREMENTS Bidder Identification MTR 7 Annex B Para 3 1 6 To avoid the LMD being unintentionally deactivated under turbulent conditions the LMD must have a delay of no less than 10 and no more than 30 seconds for deactivation when the sensory probe has been removed from the water MTR 8 Annex B Para 3 1 7 No matter the position of the Switch when at any time the sensory probe re contacts water the LMD must automatically reactivate in flashing mode MTR 9 Annex B Para 3 1 8 The LMD must provide the same functions in Infrared IR light MTR 10 Annex B Para 3 1 9 The LMD must operate in temperature conditions of minus twenty to plus sixty five degrees Celsius MTR 11 Annex B Para 3 1 10 With battery installed the LMD must withstand storage conditions of minus forty to plus sixty five degrees Celsius MTR 12 Annex B Para 3 1 11 The LMD whe
18. IBILITY The LMD must have attached to its base a minimum 5 cm by 5 cm piece of hook and loop material hook side only which allows coupling to the hook and loop loop side patch sewn on all CAF in service life jackets preservers and personal floatation devices The LMD must have a minimum 80 cm 0 long securing lanyard made from Mil C 5040 cordage any color acceptable 1 The lanyard must be secured to the LMD point of attachment using a bowline knot finished with a half hitch and a tag end a minimum of 5 cm long All CAF in service inflatable life jackets preservers and personal floatation devices have a fixed loop of webbing with a seven eighth inch 7 8 opening used to control the wire lead with sensory probe 1 The LMD wire lead with sensory probe must fit through these existing fixed loops 2 Any additional or alternate securing attachment must be approved by the Department of National Defence Technical Authority Page 3 of 5 ANNEX B April 2015 SPECIFICATION LIGHT MARKER DISTRESS NSN 6230 20 008 9857 3 4 LABELLING 3 4 1 The LMD must be labelled in accordance with SOLAS requirements and in addition must have the following information in both English and French 1 Light Marker Distress 2 NSN 6230 20 008 9857 3 Serial number 4 Contract number and Date of manufacture 5 Contractor s name or recognized trademark 3 5 OPERATING INSTRUCTION S 3 5 1 The LMD must be supplied with a bilingual English
19. MINI 3 PART 3 BID PREPARATION INSTRUCTIONG cccccccsssssssecssssssssseesssssssceeeesesesssaneeeecssssesaneeeecesesssaees 4 3 1 BID PREPARATION INSTR GTIONS 2 4 3 3 nte en tite en ed ee t ote en t e d rc 4 PART 4 EVALUATION PROCEDURES AND BASIS OF SELECTION eee eene nnns 7 4 1 EVALUATION PROCEDURES 3 beet dp tet bind iter en b n p dr d eee dr te Den 7 4 22 JBASISOF SELECTION a idedredra dete tide aded tf eee ferat aer pd dr ea egere deter y PART 5 CERTIFICATIONS AND ADDITIONAL INFORMATION cccccsscssecesessssscseecessesssateeeeessesseaees 8 5 1 CERTIFICATIONS REQUIRED WITH TH BID n ere cere eter obe er e erui e neci a bue ot ad elle e 8 5 2 CERTIFICATIONS PRECEDENT TO CONTRACT AWARD AND ADDITIONAL INFORMATION nine 8 PART 6 RESULTING CONTRACT CLAUSES recess sean seen usa assa asas sa sa ausa sea aosd asas aa sensa aissius aans 10 6 1 SECURITY REQUIREMENTS inside reti oe a as tm mud MW I MU MI C de tatin 10 6 2 REQUIREMENT itii tei eec tact bn e exer ev et un er e Rx Rr dt eda da e eR e Fas FU Re Ru eR XAR RS 10 6 3 STANDARD CLAUSES AND CONDITIONS cccccccccccscesseccssccessecssscescesessescuseceussessaccasaceuseceuseaeecenseceasesesaeesasenes 10 6 4 TERMOF CONIRAGCT idein rrt eas erre reden eta e edet ret e eth e RA C ro RE REPRE e Fre RR 10 6 5 AUTHORITIESt e trnteirtenefie Denecen enitten Tere fre teri te tinea te nait tea tan ten ar a anale tt hs resin Denon 1
20. Proposal THE BIDDER MUST ADDRESS ON A PARAGRAPH BY PARAGRAPH BASIS THE STATEMENT OF TECHNICAL REQUIREMENTS ANNEX B APPENDIX B BY INDICATING WHERE APPLICABLE COMPLY UNDERSTOOD NOTED OR NOT APPLICABLE THE BIDDER MUST PROVIDE ADDITIONNAL INFORMATION THE TECHNICAL PROPOSAL SHALL MEET ALL OF THE TECHNICAL REQUIREMENTS OF THE STATEMENT OF REQUIREMENT FAILURE TO MEET THE TECHNICAL REQUIREMENTS WILL RENDER YOUR BID NON RESPONSIVE AND NO FURTHER CONSIDERATION WILL BE GIVEN Page 4 of de 16 Solicitation No N de l invitation Amd No N de la modif Buyer ID Id de l acheteur W8482 156607 A hn324 Client Ref No N de r f du client File No N du dossier CCC No N CCC FMS No N VME W8482 156607 hn324 W8482 156607 3 1 2 Equivalent Product 1 Products that are equivalent in form fit function and quality to the item s specified in the bid solicitation will be considered where the Bidder designates the brand name and model and or part number and NCAGE of the substitute product 2 Products offered as equivalent in form fit function and quality will not be considered if a the bid fails to provide all the information requested to allow the Contracting Authority to fully evaluate the equivalency of each substitute product or b the substitute product fails to meet or exceed the mandatory performance criteria specified in the bid solicitation for that item 3 In conducting its evaluation of the bids Cana
21. and supplied an item which did not differ in any way from that specifically required under the contract 6 13 SACC Manual Clauses Delivery SACC Reference Section Date D2000C Marking 2007 11 30 D2001C Labelling 2007 11 30 D6010C Palletization 2007 11 30 D9002C Incomplete Assemblies 2007 11 30 6 13 1 Shipping Instructions Delivery at Destination Goods must be consigned to the destination specified in the Contract and delivered Item 1 Delivered Duty Paid DDP Halifax NS Inco terms 2000 for shipments from a commercial contractor Item 2 Delivered Duty Paid DDP Esquimalt BC Inco terms 2000 for shipments from a commercial contractor 6 13 2 Preparation for Delivery The Contractor must prepare all items for delivery in accordance with the latest issue of the Canadian Forces Packaging Specification D LM 008 036 SF 000 DND Minimum Requirements for Manufacturer s Standard Pack a All LMD must be placed into separate packaging wrapping to prevent any possibility of electrical contact arching b Bulk packaging must not be larger than unit packs Para 12 of D LM 008 036 SF 000 Page 14 of de 16 Solicitation No N de l invitation Amd No N de la modif Buyer ID Id de l acheteur W8482 156607 A hn324 Client Ref No N de r f du client File No N du dossier CCC No N CCC FMS No N VME W8482 156607 hn324 W8482 156607 6 13 3 Shelf Life The Contractor must ensure that th
22. d agree to be bound by the instructions clauses and conditions of the bid solicitation and accept the clauses and conditions of the resulting contract The 2003 2015 07 03 Standard Instructions Goods or Services Competitive Requirements are incorporated by reference into and form part of the bid solicitation Subsection 5 4 of 2003 Standard Instructions Goods or Services Competitive Requirements is amended as follows Delete 60 days Insert 90 days 2 1 1 SACC Manual Clauses SACC Section Date Reference A9033T Financial Capability 2012 07 16 B1000T Condition of Material 2014 06 26 2 2 Submission of Bids Bids must be submitted only to Public Works and Government Services Canada PWGSC Bid Receiving Unit by the date time and place indicated on page 1 of the bid solicitation Due to the nature of the bid solicitation bids transmitted by facsimile to PWGSC will not be accepted 2 3 Enquiries Bid Solicitation All enquiries must be submitted in writing to the Contracting Authority no later than five 5 calendar days before the bid closing date Enquiries received after that time may not be answered Bidders should reference as accurately as possible the numbered item of the bid solicitation to which the enquiry relates Care should be taken by Bidders to explain each question in sufficient detail in order to enable Canada to provide an accurate answer Technical enquiries that are of a proprietar
23. da may but will have no obligation to request bidders offering a substitute product to provide technical information demonstrating the equivalency e g Drawing specifications engineering reports and or test reports or to demonstrate that the substitute product is equivalent to the item specified in the bid solicitation at the sole cost of bidders within ten 10 business days of the request If the bidder fails to provide the requested information within the specified timeframe Canada may declare the bid non responsive 3 1 2 1 Equivalent Products Samples DND If the Bidder offers a equivalent product Canada reserves the right to request a sample from the Bidder in order to determine its equivalency in form fit function quality and performance to the item specified in the bid solicitation The Bidder must upon request from the Contracting Authority provide a sample to the Technical Authority transportation charges prepaid and without charge to Canada within fifteen 15 calendar days from the date of request The sample submitted by the Bidder will remain the property of Canada and will not be considered as part of the deliverables in any resulting contract If the sample does not meet the requirements of the bid solicitation or the Bidder fails to comply with the request of the Contracting Authority the bid will be declared non responsive Section Il Financial Bid Bidders must submit their financial bid in accordance with th
24. e Basis of Payment The total amount of Applicable Taxes must be shown separately 3 1 3 Exchange Rate Fluctuation Risk Mitigation 1 The Bidder may request Canada to assume the risks and benefits of exchange rate fluctuations If the Bidder claims for an exchange rate adjustment this request must be clearly indicated in the bid at time of bidding The Bidder must submit form PWGSC TPSGC 450 Claim for Exchange Rate Adjustments with its bid indicating the Foreign Currency Component FCC in Canadian dollars for each line item for which an exchange rate adjustment is required 2 The FCC is defined as the portion of the price or rate that will be directly affected by exchange rate fluctuations The FCC should include all related taxes duties and other costs paid by the Bidder and which are to be included in the adjustment amount 3 The total price paid by Canada on each invoice will be adjusted at the time of payment based on the FCC and the exchange rate fluctuation provision in the contract The exchange rate adjustment will only be applied where the exchange rate fluctuation is greater than 296 increase or decrease 4 Attime of bidding the Bidder must complete columns 1 to 4 on form PWGSC TPSGC 450 for each line item where they want to invoke the exchange rate Page 5 of de 16 Solicitation No N de l invitation Amd No N de la modif Buyer ID Id de l acheteur W8482 156607 A hn324 Client Ref No N de r f du cl
25. e battery s used will have a minimum of ten 10 years shelf life 2 months from the date inserted into the LMD as certification will be required during the production process 6 13 4 Shipping Scheduling The Contractor must deliver the goods to Canadian Forces CF Supply Depots by appointment only The Contractor or its carrier must arrange delivery appointments by contacting the Depot Traffic Section at the appropriate location shown below The consignee may refuse shipments when prior arrangements have not been made 2B1 CF Esquimalt Esquimalt B C Telephone 250 363 4963 7H1 CF Halifax Halifax N S Telephone 902 427 1441 Page 15 of de 16 Solicitation No N de l invitation Amd No N de la modif Buyer ID Id de l acheteur W8482 156607 A hn324 Client Ref No N de r f du client File No N du dossier CCC No N CCC FMS No N VME W8482 156607 hn324 W8482 156607 ANNEX A PRICING SHEET Light Marker Distress The bidder must quote firm unit prices in Canadian dollars DDP Delivered Duty Paid Halifax NS and Esquimalt BC Applicable Taxes extra as applicable Freight charges to destination and all applicable Custom duties and Excise taxes must be included 1 Pricing DESTINATION QUANTITY Original requirement HALIFAX 7 000 FIRM UNIT PRICE ESQUIMALT 5 000 FIRM UNIT PRICE Option 1 Year 1 FY 16 17 HALIFAX 5 000 15 000 FIRM UNIT PRICE ESQUIMALT 5 000 15 000
26. e completed at the contractor s expense The contractor must have a minimum of one facility within Canada which can address warranty issues as required The name address and point of contact of the repair replacement facility must be provided to the DND Technical Authority upon contract award Page 1 of 1 Appendix B April 2015 PRE AWARD PRE PRODUCTION PRODUCTION AND QUALITY ASSURANCE REQUIREMENTS LIGHT MARKER DISTRESS NSN 6230 20 008 9857 1 LMD BID and PRE AWARD REQUIREMENTS 1 1 The following pre award requirements are mandatory and must be supplied with the bid 1 2 The bidder must supply illustrated explanatory three dimensional 3D computer aided design CAD drawings which demonstrate the LMD proposed by the bidder meets the following mandatory performance design and compatibility requirements 1 2 1 The LMD must immediately activate turn on upon contact with fresh or salt water 1 2 2 The LMD must include a switch allowing the user to select the following functions a To deactivate turn off the LMD when the sensory probe Para 3 2 1 Annex B is intentionally removed from the water b To immediately activate the LMD in a flashing only mode C To immediately activate the LMD in a steady on mode 1 2 8 The LMD must provide the same functions in Infrared IR light 1 2 4 The battery used in the LMD must a Be user replaceable b Be commercial off the shelf and universally available 1 2 5 Battery
27. f the Bidder if the Bidder is a Joint Venture appears on the FCP Limited Eligibility to Bid list at the time of contract award Page 8 of de 16 Solicitation No N de l invitation Amd No N de la modif Buyer ID Id de l acheteur W8482 156607 A hn324 Client Ref No N de r f du client File No N du dossier CCC No N CCC FMS No N VME W8482 156607 hn324 W8482 156607 5 2 3 General Environmental Criteria Certification By submitting the bid the bidder certifies that the information submitted in the General Environmental Criteria table found at Table 1 is accurate and complete By submitting the bid the Bidder certifies that it meets and will continue to meet throughout the duration of any resulting contract a minimum of four out of seven requirements identified in the General Environmental Criteria Table found at Table 1 Additional Information The Bidder must complete Table 1 by inserting a checkmark next to every criteria that are met Bidders are requested to submit Table 1 with their bid As this is a new procedure Canada reserves the right to request Table 1 after bid closing The Contracting Authority will inform the Bidder of a time frame within which to provide it Failure to provide Table 1 within the required time frame will render the bid non responsive The Contractor must meet and continue to meet four out of seven criterions during the entire duration of the contract Green practices with
28. facility of choice as prescribed in Para 3 2 1 3 The contractor must provide a detailed LMD manufacturing testing and quality assurance plan 2 1 4 The contractor must provide certification that all components used in the manufacturing of the LMD do not contain any Polychlorinated Biphenyls 3 CERTIFICATION REQUIREMENTS 3 1 The contractor must provide a copy of certification which provides proof that the LMD has been granted Transport Canada and SOLAS approval 3 1 1 The contractor must provide non predated test results from an independent test laboratory facility of choice which provides proof that the LMD was tested to and meets the following mandatory performance requirements a The LMD will operate in temperature conditions of minus twenty to plus sixty five degrees Celsius b With battery installed the LMD must withstand storage conditions of minus forty to plus sixty five degrees Celsius C The LMD when activated will operate continuously in flashing mode for a minimum of twenty five hours at temperatures of zero to minus five degrees Celsius d The LMD must provide a minimum output of one candela 1 cd of White light with a minimum viewing angle of 180 degrees by 360 degrees e The LMD must provide a minimum 15 milliwatts steradian of Infrared light with a minimum viewing angle of 120 degrees by 360 degrees f The LMD must be waterproof to a minimum depth of fifty 50 meters Page 2 of 3 Appendix B April 2
29. he certifications provided by the Contractor in its bid and the ongoing cooperation in providing additional information are conditions of the Contract Certifications are subject to verification by Canada during the entire period of the Contract If the Contractor does not comply with any certification fails to provide the additional information or if it is determined that any certification made by the Contractor in its bid is untrue whether made knowingly or unknowingly Canada has the right pursuant to the default provision of the Contract to terminate the Contract for default 6 9 Applicable Laws The Contract must be interpreted and governed and the relations between the parties determined by the laws in force in Insert the name of the province or territory as specified by the Bidder in its bid if applicable 6 10 Priority of Documents If there is a discrepancy between the wording of any documents that appear on the list the wording of the document that first appears on the list has priority over the wording of any document that subsequently appears on the list Page 13 of de 16 Solicitation No N de l invitation Amd No N de la modif Buyer ID Id de l acheteur W8482 156607 A hn324 Client Ref No N de r f du client File No N du dossier CCC No N CCC FMS No N VME W8482 156607 hn324 W8482 156607 the Articles of Agreement the general conditions 2010A 2015 07 03 General Conditions Goods
30. he sensory probe Para 3 2 1 is intentionally removed from the water 2 To immediately activate the LMD in a flashing only mode 3 Toimmediately activate the LMD in a steady on mode To avoid the LMD being unintentionally deactivated under turbulent conditions the LMD must have a delay of no less than 10 and no more than 30 seconds for deactivation when the sensory probe has been removed from the water No matter the position of the switch when at any time the sensory probe re contacts water the LMD must automatically reactivate in flashing mode The LMD must provide the same functions in Infrared IR light The LMD must operate in temperature conditions of minus twenty to plus sixty five degrees Celsius With battery installed the LMD must withstand storage conditions of minus forty to plus sixty five degrees Celsius The LMD when activated must operate continuously flashing mode for a minimum of twenty five hours at temperatures of zero to minus five degrees Celsius The LMD must be waterproof to a minimum depth of fifty 50 meters The LMD must provide a minimum output of one candela 1 cd of White light with a minimum viewing angle of 180 degrees by 360 degrees The LMD must provide a minimum 15 milliwatts steradian of Infrared light with a minimum viewing angle of 120 degrees by 360 degrees The LMD must when activated in flashing mode under clear sky conditions provide a minimum visibility range of 1500 feet alti
31. ient File No N du dossier CCC No N CCC FMS No N VME W8482 156607 hn324 W8482 156607 fluctuation provision Where bids are evaluated in Canadian dollars the dollar values provided in column 3 should also be in Canadian dollars so that the adjustment amount is in the same currency as the payment Alternate rates or calculations proposed by the Bidder will not be accepted for the purposes of this exchange rate fluctuation provision Section Ill Certifications Bidders must submit the certifications required under Part 5 Section IV Additional Information 3 1 4 Delivery Offered While delivery is requested as indicated above the best delivery that could be offered is Page 6 of de 16 Solicitation No N de l invitation Amd No N de la modif Buyer ID Id de l acheteur W8482 156607 A hn324 Client Ref No N de r f du client File No N du dossier CCC No N CCC FMS No N VME W8482 156607 hn324 W8482 156607 PART 4 EVALUATION PROCEDURES AND BASIS OF SELECTION You are reminded that this solicitation requires the compliance and or completion of requirements attached at Annex A Annex B Appendix A Appendix B and forming part of this document 4 1 Evaluation Procedures a Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical and financial evaluation criteria b An evaluation team composed of representatives of Canada will evaluate the
32. in supplier s organization Insert a checkmark for each criteria that is met Promotes a paperless environment through directives procedures and or programs All documents are printed double sided and in black and white for day to day business activity unless otherwise specified by your client Paper used for day to day business activity has a minimum of 30 recycled content and has a sustainable forestry management certification Recycling bins for paper newsprint plastic and aluminum containers available and emptied regularly in accordance with local recycling program A minimum of 50 of office equipment has an energy efficient certification Registered to ISO 14001 or has an equivalent environmental management system in place Utilizes environmentally preferable inks and purchase remanufactured ink cartridges or ink cartridges that can be returned to the manufacturer for reuse and recycling for day to day business activity Page 9 of de 16 Solicitation No N de l invitation Amd No N de la modif Buyer ID Id de l acheteur W8482 156607 A hn324 Client Ref No N de r f du client File No N du dossier CCC No N CCC FMS No N VME W8482 156607 hn324 W8482 156607 PART 6 RESULTING CONTRACT CLAUSES The following clauses and conditions apply to and form part of any contract resulting from the bid solicitation 6 1 Security Requirements There is no security requirement applicable to this Contract
33. ion Amd No N de la modif Buyer ID Id de l acheteur W8482 156607 A hn324 Client Ref No N de r f du client File No N du dossier CCC No N CCC FMS No N VME W8482 156607 hn324W8482 1 56607 This page has been intentionally left blank Page 2 of de2 Solicitation No N de l invitation Amd No N de la modif Buyer ID Id de l acheteur W8482 156607 A hn324 Client Ref No N de r f du client File No N du dossier CCC No N CCC FMS No N VME W8482 156607 hn324 W8482 156607 TABLE OF CONTENTS PART 1 GENERAL INFORMATION ccccsssssccscsssssscesecessessseeesecessenecesececessenscaeecsseesenaceesceseecsaeseseeeseuananes 2 1 1 SECURITY REQUIREMENTS mana aan ana ove odievei eh few etat tac en 2 1 22 7 IBEGUIREMENITG a ea a aa a ee OT Reb re T POP UTI 2 13 DEBRIERINGS 2 a an ee ao ea ae eat tn a ee a EE 2 1 4 TRADE AGREEMENTS asrin reiia iaoa anaa eiio ainan aarin a nE Eo aS E aia 2 PART 2 BIDDER INSTRUCTIONS cccssssssscecsssssscececssssssseeesecessesceeesesesseuccaeessceesennseseeseeseaceeseeseesenanes 3 2 1 STANDARD INSTRUCTIONS CLAUSES AND CONDITIONS eene nnne nnne nnne nnne rne 3 2 2 SUBMISSION OF BIDS rere eise iren eed dier d erbe E dre ER E PUSH ae 3 2 3 ENQUIRIES BID SOLICITATION ccccccccsccsssessccsssccsceccuseccuseceesccesccscaceusaccuseceusceeuaceasaseasseuasessacsaseseaueceesenuass 3 24 APPLICABLE LAWS cerent Ie e neRene nue M RBRENWG
34. ion No N de l invitation Date W8482 156607 A 2015 08 19 Client Reference No N de r f rence du client W8482 156607 GETS Reference No N de r f rence de SEAG PW HN 324 67826 File No N de dossier hn324 W8482 156607 Solicitation Closes L invitation prend fin TimeZone Fuseau horaire at a 02 00 PM Eastern Standard Time on le 2015 09 30 EST F O B F A B Plant Usine CCC No N CCC FMS No N VME Destination Other Autre Address Enquiries to Adresser toutes questions Buyer Id Id de l acheteur Theriault Joelle hn334 Telephone No N de t l phone FAX No N de FAX 819 956 3484 Destination of Goods Services and Construction Destination des biens services et construction Specified Herein Pr cis dans les pr sentes Instructions See Herein Instructions Voir aux pr sentes Delivery Required Livraison exig e Delivery Offered Livraison propos e See Herein Vendor Firm Name and Address Raison sociale et adresse du fournisseur de l entrepreneur Telephone No N de t l phone Facsimile No N de t l copieur Name and title of person authorized to sign on behalf of Vendor Firm type or print Nom et titre de la personne autoris e signer au nom du fournisseur de l entrepreneur taper ou crire en caract res d imprimerie Signature Page 1 of de2 Solicitation No N de l invitat
35. lient Ref No N de r f du client File No N du dossier CCC No N CCC FMS No N VME W8482 156607 hn324 W8482 156607 6 4 2 Option to Extend the Contract 6 5 The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to two 2 additional one 1 year periods under the same conditions The Contractor agrees that during the extended period of the Contract it will be paid in accordance with the applicable provisions as set out in the Basis of Payment Canada may exercise this option at any time by sending a written notice to the Contractor at least fifteen 15 calendar days before the expiry date of the Contract The option may only be exercised by the Contracting Authority and will be evidenced for administrative purposes only through a contract amendment The Department of National Defence reserve the right to exercise the two 2 years options in whole or in part for a minimum of 5 000 units up to a maximum of 15 000 units distributed amongst the destinations Halifax NS Esquimalt BC Authorities 6 5 1 Contracting Authority The Contracting Authority for the Contract is Joelle Theriault Public Works and Government Services Canada Acquisitions Branch Logistics Electrical Fuel and Transportation Directorate HN Division 7B3 Place du Portage Phase Ill 11 Laurier Street Gatineau QC K1A 0S5 Telephone 819 956 3484 Facsimile 819 953 4944 E mail address joelle the
36. material in accordance with D 80 001 055 SF 001 Specification for Label Clothing and Equipment 2 The tag must provide illustrated instruction s for operation of the LMD in both white and IR light Appendix D April 2015 BID EVALUATION FORM LIGHT MARKER DISTRESS PRE PRODUCTION MANDATORY REQUIREMENTS Bidder Identification 3 All instructions must be in letters no less than two millimetres 4 The instruction tag must be attached to but movable along along the 80 cm wire lead with probe MTR 33 Annex B Para 3 5 2 The instruction tag must be approved by the Department of National Defence Technical Authority MTR 34 Annex B Para 3 6 1 The contractor must provide a bilingual English and French illustrated service manual for the LMD to include the following 1 How to carry out step by step periodic serviceability tests of the LMD 2 How to remove and replace the battery MTR 35 Annex B Para 3 6 2 The service manual must be approved by the Department of National Defence Technical Authority MTR 36 Appendix B Para 2 1 2 The contractor must provide certification and test results from an independent accredited test laboratory facility of choice as prescribed in Para 3 MTR 37 Appendix B Para 2 1 3 The contractor must provide a detailed LMD manufacturing testing and quality assurance plan MTR 38 Appendix B Para 2 1 4 The contractor must provide
37. n activated must operate continuously flashing mode for a minimum of twenty five hours at temperatures of zero to minus five degrees Celsius MTR 13 Annex B Para 3 1 12 The LMD must be waterproof to a minimum depth of fifty 50 meters MTR 14 Annex B Para 3 1 13 The LMD must provide a minimum output of one candela 1 cd of White light with a minimum viewing angle of 180 Appendix D April 2015 BID EVALUATION FORM LIGHT MARKER DISTRESS PRE PRODUCTION MANDATORY REQUIREMENTS Bidder Identification degrees by 360 degrees MTR 15 Annex B Para 3 1 14 The LMD must provide a minimum 15 milliwatts steradian of Infrared light with a minimum viewing angle of 120 degrees by 360 degrees MTR 16 Annex B Para 3 1 15 The LMD must when activated in flashing mode under clear sky conditions provide a minimum visibility range of 1500 feet altitude above ground level AGL MTR 17 Annex B Para 3 1 16 The battery used in the LMD must 1 Be user replaceable 2 Be commercial off the shelf and universally available 3 Have a minimum ten year shelf life from the date inserted into the LMD MTR 18 Annex B Para 3 1 17 Battery removal installation must be accomplishable by the user under field conditions without any tool requirement MTR 19 Annex B Para 3 2 1 The LMD must have a wire lead with sensory probe a minimum of 85 centimetres 0 5 in length MTR
38. nd additional information listed below should be submitted with the bid but may be submitted afterwards If any of these required certifications or additional information is not completed and submitted as requested the Contracting Authority will inform the Bidder of a time frame within which to provide the information Failure to provide the certifications or the additional information listed below within the time frame provided will render the bid non responsive 5 2 1 Integrity Provisions List of Names Bidders who are incorporated including those bidding as a joint venture must provide a complete list of names of all individuals who are currently directors of the Bidder Bidders bidding as sole proprietorship as well as those bidding as a joint venture must provide the name of the owner s Bidders bidding as societies firms or partnerships do not need to provide lists of names 5 2 2 Federal Contractors Program for Employment Equity Bid Certification By submitting a bid the Bidder certifies that the Bidder and any of the Bidder s members if the Bidder is a Joint Venture is not named on the Federal Contractors Program FCP for employment equity FCP Limited Eligibility to Bid list http www labour gc ca eng standards equity eq emp fcp list inelig shtml available from Employment and Social Development Canada ESDC Labour s website Canada will have the right to declare a bid non responsive if the Bidder or any member o
39. pendix B Para 1 2 1 The LMD must immediately activate turn on upon contact with fresh or salt water MTR 3 Appendix B Para 1 2 2 The LMD must include a switch allowing the user to select the following functions a To deactivate turn off the LMD when the sensory probe Para 3 2 1 is intentionally removed from the water b To immediately activate the LMD in a flashing only mode c To immediately activate the LMD in a steady on mode MTR 4 Appendix B Para 1 2 3 The LMD must provide the same functions in Infrared IR light MTR 5 Appendix B Para 1 2 4 The battery used in the LMD must a Be user replaceable Appendix C April 2015 BID EVALUATION FORM LIGHT MARKER DISTRESS PRE AWARD MANDATORY REQUIREMENTS Bidder Identification b Be commercial off the shelf and universally available MTR 6 Appendix B 1 2 5 Battery removal installation must be accomplishable by the user under field conditions without any tool requirement MTR 7 Appendix B 1 2 6 The LMD must have a wire lead with sensory probe a minimum of 85 centimetres 0 5 in length MTR 8 Appendix B Para 1 2 7 The overall size of the LMD must be as follows a Not more than 5 5 cm long b Not more than 5 5 cm wide c Not more than 5 cm high base bottom to top of dome MTR 9 Appendix B Para 1 2 8 The LMD base body color must be bright yellow or orange MTR 10 Appendi
40. ractor must provide the goods in accordance with the technical requirements stated herein and in the quantities stated at page 3 1 2 1 Delivery Requirement Delivery is requested to be completed by December 1 2015 1 3 Debriefings Bidders may request a debriefing on the results of the bid solicitation process Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process The debriefing may be in writing by telephone or in person 1 4 Trade Agreements The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement WTO AGP the North American Free Trade Agreement NAFTA and the Agreement on Internal Trade AIT Page 2 of de 16 Solicitation No N de l invitation Amd No N de la modif Buyer ID Id de l acheteur W8482 156607 A hn324 Client Ref No N de r f du client File No N du dossier CCC No N CCC FMS No N VME W8482 156607 hn324 W8482 156607 PART 2 BIDDER INSTRUCTIONS 2 1 Standard Instructions Clauses and Conditions All instructions clauses and conditions identified in the bid solicitation by number date and title are set out in the Standard Acquisition Clauses and Conditions Manual https buyandsell gc ca policy and guidelines standard acquisition clauses and conditions manual issued by Public Works and Government Services Canada Bidders who submit a bi
41. riault pwgsc gc ca The Contracting Authority is responsible for the management of the Contract and any changes to the Contract must be authorized in writing by the Contracting Authority The Contractor must not perform work in excess of or outside the scope of the Contract based on verbal or written requests or instructions from anybody other than the Contracting Authority 6 5 2 Project Authority The Project Authority for the Contract is will be inserted at contract Name Title Telephone xxx xxx xxxx Facsimile XXX XXX XXXX E mail The Project Authority is the representative of the department or agency for whom the Work is being carried out under the Contract and is responsible for all matters concerning the technical content of the Work under the Contract Technical matters may be discussed with the Project Authority however the Project Authority has no authority to authorize changes to the scope of the Work Changes to the scope of the Work can only be made through a contract amendment issued by the Contracting Authority Page 11 of de 16 Solicitation No N de l invitation Amd No N de la modif Buyer ID Id de l acheteur W8482 156607 A hn324 Client Ref No N de r f du client File No N du dossier CCC No N CCC FMS No N VME W8482 156607 hn324 W8482 156607 6 6 6 6 1 6 6 2 6 5 3 Contractor s Representative Name and telephone number of the person responsible for will be inserted at con
42. servers and personal floatation devices MTR 29 Annex B Para 3 3 2 The LMD must have a minimum 80 cm 0 long securing lanyard made from Mil C 5040 cordage any color acceptable 1 The lanyard must be secured to the LMD point of attachment using a bowline knot finished with a half hitch and a tag end a minimum of 5 cm long Appendix D April 2015 BID EVALUATION FORM LIGHT MARKER DISTRESS PRE PRODUCTION MANDATORY REQUIREMENTS Bidder Identification MTR 30 Annex B Para 3 3 3 All CAF in service inflatable life jackets preservers and personal floatation devices have a fixed loop of webbing with a seven eighth inch 7 8 opening used to control the wire lead with sensory probe 1 The LMD wire lead with sensory probe must fit through these existing fixed loops 2 Any additional or alternate securing attachment must be approved by the Department of National Defence Technical Authority MTR 31 Annex B Para 3 4 1 The LMD must be labelled in accordance with SOLAS requirements and in addition must have the following information in both English and French 1 Light Marker Distress 2 NSN 6230 21 912 1169 3 Serial number 4 Contract number and Date of manufacture 5 Contractor s name or recognized trademark MTR 32 Annex B Para 3 5 1 The LMD must be supplied with a bilingual English and French instruction tag as follows 1 The tag must be made from Type II
43. tract General enquiries Name Telephone Facsimile E mail Delivery follow up Name Telephone Facsimile E mail Payment Basis of Payment In consideration of the Contractor satisfactorily completing all of its obligations under the Contract the Contractor will be paid a firm unit price as specified in the contract Customs duties are included and Applicable Taxes are extra Canada will not pay the Contractor for any design changes modifications or interpretations of the Work unless they have been approved in writing by the Contracting Authority before their incorporation into the Work Multiple Payments SACC Manual clause H1001C 2008 05 12 Multiple Payments 6 6 3 6 6 4 SACC Manual Clauses SACC Section Date Reference G1005C Insurance 2008 05 12 Exchange Rate Fluctuation Adjustment The foreign currency component FCC is defined as the portion of the price or rate that will be directly affected by exchange rate fluctuation The FCC should include all related taxes duties and other costs paid by the Bidder and which are to be included in the adjustment amount For each line item where a FCC is identified Canada assumes the risks and benefits for exchange rate fluctuation as shown in the Basis of Payment For such items the exchange rate fluctuation amount is determined in accordance with the provision of this clause The total price paid by Canada on each invoice will be adjusted
44. tude above ground level AGL The battery used in the LMD must 1 Beuserreplaceable 2 Be commercial off the shelf and universally available 3 Have a minimum ten year shelf life from the date inserted into the LMD Battery removal installation must be accomplishable by the user under field conditions without any tool requirement Page 2 of 5 ANNEX B April 2015 3 2 3 2 1 3 2 2 3 2 3 3 2 4 3 2 5 3 2 6 3 2 1 3 2 8 3 3 3 3 1 3 3 2 3 3 3 SPECIFICATION LIGHT MARKER DISTRESS NSN 6230 20 008 9857 DESIGN The LMD must have a wire lead with sensory probe a minimum of 85 centimeters 0 5 in length The LMD switch must be operable with a gloved hand The overall size of the LMD must be as follows 1 Not more than 5 5 cm long 2 Not more than 5 5 cm wide 3 Not more than 5 cm high base bottom to top of dome The LMD base body color must be bright yellow or orange The LMD switch must be a bright color noticeably different than that of the base body It is desirable that all LMD components be recyclable Accessing the battery compartment must require deliberate action s to avoid unintentional opening loss of the battery In addition the battery housing compartment opening must include a tamper proof seal In accordance with Department of National Defence green procurement strategies no item or component containing Polychlorinated Biphenyls PCBs will be accepted COMPAT
45. x B Para 1 2 9 The LMD switch must be a bright color noticeably different than that of the base body MTR 11 Appendix B Para 1 2 10 Accessing the battery compartment must require deliberate action s to avoid any unintentional opening loss of the battery MTR 12 Appendix B Para 1 3 The bidder must include a signed copy with statement indicating that the bidder fully agrees with all terms of Appendix A warranty requirements light marker distress MTR 13 Appendix B Para 1 4 The bidder must supply a draft LMD manufacturing testing and quality assurance plan Appendix D April 2015 BID EVALUATION FORM LIGHT MARKER DISTRESS PRE PRODUCTION MANDATORY REQUIREMENTS Bidder Identification Pre Production Mandatory Technical Requirements for LMD Compliant Non Compliant Substantiation Bid Evaluation MTR 1 Appendix B Para 2 1 Pre production requirements consist of the following Para 2 1 1 The contractor must provide two 2 LMD pre production samples that meet all mandatory requirements of Annex B specification light marker distress MTR 2 Annex B Para 3 1 1 The LMD must immediately activate turn on upon contact with fresh or salt water MTR 3 Annex B Para 3 1 2 The LMD must when activated by contact with water operate in a flashing mode MTR 4 Annex B Para 3 1 3 The LMD must be Transport Canada and safety of life at sea SOLAS approved MTR
46. y bound sections as follows Section I Technical Bid 2 hard copies Section II Financial Bid 1 hard copy Section III Certifications 1 hard copy Section IV Additional Information 1 hard copy Prices must appear in the financial bid only No prices must be indicated in any other section of the bid Canada requests that Bidders follow the format instructions described below in the preparation of their bid a use 8 5 x 11 inch 216 mm x 279 mm paper b use a numbering system that corresponds to the bid solicitation In April 2006 Canada issued a policy directing federal departments and agencies to take the necessary steps to incorporate environmental considerations into the procurement process Policy on Green Procurement http www tpsgc pwgsc gc ca ecologisation greening achats procurement politique policy eng html To assist Canada in reaching its objectives Bidders should 1 use 8 5 x 11 inch 216 mm x 279 mm paper containing fibre certified as originating from a sustainably managed forest and containing minimum 30 recycled content and 2 use an environmentally preferable format including black and white printing instead of colour printing printing double sided duplex using staples or clips instead of cerlox duotangs or binders Section I Technical Bid In their technical bid Bidders should explain and demonstrate how they propose to meet the requirements and how they will carry out the Work 3 1 1 Technical
47. y nature must be clearly marked proprietary at each relevant item Items identified as proprietary will be treated as such except where Canada determines that the enquiry is not of a proprietary nature Canada may edit the question s or may request that the Bidder do so so that the proprietary nature of the question s is eliminated and the enquiry can be answered to all Bidders Enquiries not submitted in a form that can be distributed to all Bidders may not be answered by Canada 2 4 Applicable Laws Any resulting contract must be interpreted and governed and the relations between the parties determined by the laws in force in Ontario Bidders may at their discretion substitute the applicable laws of a Canadian province or territory of their choice without affecting the validity of their bid by deleting the name of the Canadian province or territory specified and inserting the name of the Canadian province or territory of their choice If no change is made it acknowledges that the applicable laws specified are acceptable to the Bidders Page 3 of de 16 Solicitation No N de l invitation Amd No N de la modif Buyer ID Id de l acheteur W8482 156607 A hn324 Client Ref No N de r f du client File No N du dossier CCC No N CCC FMS No N VME W8482 156607 hn324 W8482 156607 PART 3 BID PREPARATION INSTRUCTIONS 3 1 Bid Preparation Instructions Canada requests that Bidders provide their bid in separatel
Download Pdf Manuals
Related Search
Related Contents
Télécharger le PDF External-Mix System User Manual User Manual SS1000 Manuel d`utilisation et d`entretien Istruzioni per l`uso PO80 USER MANUAL Via-Remote G2 XD1080 User Guide AVISO Bee - AudioFils importateurs spécialisés en accessibilité Le droit chemin de la santé Difrnce SP 110 PINK car speaker Copyright © All rights reserved.
Failed to retrieve file