Liner, Parka/Trousers/Jacket

Solicitation number M0077-16J111/B

Publication date

Closing date and time 2017/08/18 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: The bidder must supply Canadian goods and/or services
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    This amendment is issued to delete the Agreement on Internal Trade (AIT) and replace it with the Canadian Free Trade Agreement (CFTA),
    -----------------------------------------------------------------------
    Requirement:
    The Royal Canadian Mounted Police (RCMP) has a requirement for Liners for the Patrol Jacket, for the Inclement Parka and for the Inclement Trousers.  The liners must be manufactured in accordance with the RCMP Specifications listed below, the patterns and the viewing samples.
    
    - G.S.1045-299 dated 2017-06-22 for the Liner, Patrol Jacket;
    - G.S.1045-315 dated 2017-06-22 for the Liner, Inclement Parka; and
    - G.S.1045-356 dated 2017-06-22 for the Liner, Inclement Trousers.
    
    Firm quantity:
    Item 1 - Liner, Patrol Jacket - 1,155 units
    Item 2 - Liner, Inclement Parka - 730 units  
    
    Estimated quantity ("as and when requested"):
    Item 3 - Liner, Patrol Jacket (regular sizes) - 500 units
    Item 4 - Liner, Inclement Parka (regular sizes) -500 units
    Item 5 - Liner, Inclement Trousers (regular sizes) - 2,000 units
    Item 6 - Liner, Patrol Jacket (special sizes) - 100 units
    Item 7 - Liner, Inclement Parka (special sizes) - 50 units
    Item 8 - Liner, Inclement Trousers (special sizes) - 50 units
    
    The estimated quantities may be ordered on an "as & when requested" basis by the RCMP for a period of 48 months from the effective date of the contract.  Canada is not obliged to request any such goods and the quantity of “as and when requested” goods is only an approximation of requirements.
    
    Special size is defined as those sizes outside the realm of the scale of measurements.
    
    Options
    This requirement also includes two (2) options to purchase an additional quantity as follows:
    
    Option 1:  for a maximum of 1,400 units exercisable for a period of 24 months from the date of contract award. 
    
    Option 2:  for a maximum of 1,400 units exercisable for a period of 36 months from the date of contract award.
    
    Pre-Award Sample and Supporting Documentation 
    Pre-award samples, Component samples, Certificates of Compliance and laboratory test results are requested with the bid.
    
    Viewing Samples & Paper Patterns
    Upon request of the bidder, RCMP viewing samples and base patterns will be provided only to the bidders who will be providing pre-award samples.  It is imperative that the request for viewing samples and base pattern be done within 10 calendar days from solicitation posting date to ensure timely receipt.   Any delay in submitting a request does not constitute a reason to request an extension to the bid closing date.
    
    The viewing samples must be used for guidance of the manufacturer in all factors not covered by the specification.  Variation from the specification may appear in the samples in which case the specification and pattern shall govern.
    
    The full set of patterns either in individual sizes or as a graded nest will be provided after contract award.
    
    Contract Financial Security
    If bid is accepted, the Bidder may be required to provide contract financial security in the amount of up to ten percent (10%) of the contract price. 
    
    Canadian Content Policy
    This requirement is subject to the Canadian Content Policy and is limited to Canadian origin goods.
    
    Enquiries
    To ensure a response before the bid closing date, all enquiries about this requirement must be submitted in writing and received by the Contracting Authority at least seven (7) calendar days prior to the bid closing date.  
    
    E-mail:  sylvie.gravel@pwgsc.gc.ca
    
    This PWGSC office provides procurement services to the public in both official languages.
    
    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

    • Canadian Free Trade Agreement (CFTA)

    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
    Gravel, Sylvie
    Phone
    (613) 240-7281 ( )
    Email
    sylvie.gravel@tpsgc-pwgsc.gc.ca
    Fax
    (819) 956-5454
    Address
    11 Laurier St./ 11, rue Laurier
    6A2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    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
    2
    001
    English
    18
    000
    French
    4
    000
    English
    63

    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
    Ontario (except NCR)
    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: