Canada - Oxygen and nitrogen, liquid and gaseous for cfb goose Bay (w0123-20cm01/a)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
27 May 2020
Opportunity publication date
13 May 2020
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Trade Agreement: CETA / WTO-AGP / CPTPP / 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:
Northside Development Corporation
P.O. Box 129
Stn. C
Hangar#1
23 Halifax Street
Goose Bay, Labrador Newfoundland and Labrador
Canada
A0P1C0
Nature of Requirements:

Liquid and Gaseous Oxygen and Nitrogen

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, a contract will be awarded to the pre-identified supplier.

2. Requirement description
The Department of National Defence (DND) has a requirement for a contractor to produce, store and supply oxygen and nitrogen, liquid and gaseous at Goose Bay, Newfoundland and Labrador. The products are to be delivered as and when ordered into government owned containers from June 1, 2020 to May 31, 2023 with the possibility of two optional one-year Supply Periods. Optional Supply Period I will be from June 1, 2023 to May 31, 2024 and optional Supply Period II will be from June 1, 2024 to May 31, 2025.

Continuous availability of product at Goose Bay is a mandatory requirement in order to meet the demands of the Military Forces flying in Goose Bay, thus the plant must be located in Goose Bay. The guaranteed quantity will be 8,800 units per year with an estimated additional quantity of 4,450 units per year.

Note: 1 unit equals 1 cubic metre of gaseous oxygen or nitrogen or 1 litre of liquid oxygen or nitrogen.

3. Criteria for assessment of the statement of capabilities (Minimum Essential Requirements)
Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

? provides a fully trained workforce capable of delivering a variety of services related to the production and delivery of Liquid Oxygen Gaseous products to 5 Wing Goose Bay
? capable of supplying Aviator’s liquid oxygen meeting CF Spec D-22-003-003/SF-000, Aviator’s breathing oxygen, 99.5 vol. % min. oxygen meeting CF Spec D-22-003-003/SF-000, Nitrogen, Gaseous, Commercial Item Description A-A-59503, Type 1, Class 1, Grade B, and Nitrogen, Liquid, Commercial Item Description A-A-59503, Type 2, Class 1, Grade B, and
? provides a qualified workforce capable of picking up LOX carts, containers, cylinders and LOX converters from a pre-established site on the Wing, refilling the containers, carts, cylinders and LOX converters at the contractor’s facilities, and delivering the replenished containers to the Wing prior to commencement of next scheduled flights. The minimum requirement for pickups and deliveries will be two (2) times daily during the active flying season, and
? the ability to take possession of and maintain two 50 gallon LOX carts in accordance with applicable government documents, and
? the ability to provide a facility vehicle approved for the transport of liquid or gaseous oxygen trailers and associated oxygen maintenance support equipment, LOX converter trailers, gaseous oxygen transport cylinders, hazardous cargo kits, portable oxygen walk around bottles, and oxygen servicing carts.

4. Applicability of the trade agreements to the procurement
This procurement is subject to the following trade agreements:
? Canadian Free Trade Agreement (CFTA)
? North American Free Trade Agreement (NAFTA)
? World Trade Organization - Agreement on Government Procurement (WTO-AGP)
? Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
? Canada-Chile Free Trade Agreement (CCFTA)
? Canada-Columbia Free Trade Agreement
? Canada - Honduras Free Trade Agreement
? Canada - Korea Free Trade Agreement
? Canada - Panama Free Trade Agreement
? Canada-Peru Free Trade Agreement (CPFTA)
? Canada-Ukraine Free Trade Agreement (CUFTA)
? Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

5. Justification of the Pre-Identified Supplier
Northside Development Corporation is considered to be the only known source that meets the technical requirement description.

6. Government Contracts Regulations Exception
The following exception to the Government Contracts Regulations is invoked for the procurement under subsection 6 (d) - “only one person is capable of performing the work”.

7. Exclusions and/or Limited Tendering Reasons
The following exclusions and/or limited tendering reasons are invoked under the:

? Canadian Free Trade Agreement (CFTA) - Article 513 subsection 1 (b) “if the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons: (iii) due to an absence of competition for technical reasons.”
? North American Free Trade Agreement (NAFTA) - Article 1016 subsection 2 (b) “where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists.”
? World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article XIII subsection 1 (b) (iii) “where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons: due to an absence of competition for technical reasons.”

8. Period of the proposed contract:
The proposed contract is for a period of three years, from June 1, 2020 to May 31, 2023 with the possibility of two optional one-year Supply Periods.

9. Cost estimate of the proposed contract
The estimated value of the contract, including options, is $4,800,000.00 CDN (GST/HST included).

10. Name and address of the pre-identified supplier
Northside Development Corporation,
P. O. Box 129, Station "C"
Goose Bay, Newfoundland and Labrador
A0P 1P0

11. 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 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.

12. Closing date for a submission of a statement of capabilities
The closing date and time for accepting statements of capabilities is May 27, 2020 at 14:00 EDT.

13. Inquiries and submission of statement of capabilities
Inquiries and statements of capabilities are to be directed to:

Bobbi MacLeod
L’Esplanade Laurier, East Tower 4th Floor - 4140, 140 O’Connor Street
Ottawa, Ontario K1A 0S5
bobbi.macleod@tpsgc-pwgsc.gc.ca
Telephone No. - (873) 354-1451
Facsimile No. - (613) 943-7620

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.

Opportunity closing date
27 May 2020
Value of contract
to be confirmed

About the buyer

Address
Department of National Defence Canada

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?