Public Works and Government Services Canada Travaux publics et Services gouvernementaux Canada 1 1 RETURN BIDS TO: RETOURNER LES SOUMISSIONS À: Title - Sujet Bid Receiving - PWGSC / Réception des soumissions - TPSGC 11 Laurier St. / 11, rue Laurier Place du Portage, Phase III Core 0B2 / Noyau 0B2 Gatineau, Québec K1A 0S5 Bid Fax: (819) 997-9776 Solicitation No. - N° de l'invitation Date W8486-137867/C 2015-01-30 Client Reference No. - N° de référence du client GETS Ref. No. - N° de réf. de SEAG W8486-137867 PW-$$HL-657-66672 Request For a Standing Offer Demande d'offre à commandes NISO - IN SUPPORT OF ACROW BRIDGE File No. - N° de dossier CCC No./N° CCC - FMS No./N° VME hl657.W8486-137867 Solicitation Closes - L'invitation prend fin at - à 02:00 PM on - le 2015-03-16 Time Zone Fuseau horaire Eastern Daylight Saving Time EDT Delivery Required - Livraison exigée See Herein National Individual Standing Offer (NISO) Address Enquiries to: - Adresser toutes questions à: Buyer Id - Id de l'acheteur Offre à commandes individuelle nationale (OCIN) Turner, Louie hl657 Canada, as represented by the Minister of Public Works and Government Services Canada, hereby requests a Standing Offer on behalf of the Identified Users herein. Telephone No. - N° de téléphone FAX No. - N° de FAX (819)956-3975 ( (819)956-5227 ) Destination - of Goods, Services, and Construction: Destination - des biens, services et construction: Specified Herein Précisé dans les présentes Le Canada, représenté par le ministre des Travaux Publics et Services Gouvernementaux Canada, autorise par la présente, une offre à commandes au nom des utilisateurs identifiés énumérés ci-après. Comments - Commentaires Security - Sécurité This request for a Standing Offer does not include provisions for security. Cette Demande d´offre à commandes ne comprend pas des dispositions en matière de sécurité. Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur Instructions: See Herein Instructions: Voir aux présentes Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur Telephone No. - N° de téléphone Issuing Office - Bureau de distribution Facsimile No. - N° de télécopieur Fuel & Construction Products Division 11 Laurier St./11, rue Laurier 7A2, Place du Portage, Phase III Gatineau, Québec K1A 0S5 Name and title of person authorized to sign on behalf of Vendor/Firm (type or print) Nom et titre de la personne autorisée à signer au nom du fournisseur/ de l'entrepreneur (taper ou écrire en caractères d'imprimerie) Signature Canada Page 1 of - de 4 Date D-1 Destination Code Code destinataire SEE HEREIN Destination Address Adresse de la destination Public Works and Government Services Canada W8486 Invoice Code - Code bur.-comptable Page 2 of - de 4 Destination Detail - Détail de la destination Travaux publics et Services gouvernementaux Canada DEPARTMENT OF NATIONAL DEFENCE 101 COLONEL BY DR. ATT: NEIL SEGUIN DLP 3-4-5-5 OTTAWA Ontario K1A0K2 Canada Invoice Address Adresse de facturation 12 4 Item Article D-1 Dest. Code Dest. Qty Qté 1 Lot U. of I. U. de D. Page 3 of - de 4 Line Item Detail - Détails de l'article W8486 Inv. Code Fact. Travaux publics et Services gouvernementaux Canada Acrow Bridge parts Standing offer for Acrow Bridge spare parts and accessories. Requirements as per list of parts stated in Annex "A" Description Public Works and Government Services Canada $ $ Unit Price/Prix unitaire FOB/FAM Destination Plant/Usine Document No.W8486-137867/C 13 See Herein Delivery Req. Del. Offered Livraison Req. Liv. offerte 1 1 1 1 1 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W8486-137867 hl657W8486-137867 W8486-137867/C hl657 Cette page a été intentionnellement laissée en blanc This Page has been intentionally left blank Page 4 of - de 4 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME TABLE OF CONTENTS PART 1 - GENERAL INFORMATION 1. Introduction 2. Summary 3. Security Requirement 4. Debriefings SACC manual clause B4003T - Canadian General Standards Board – Standards 5. 6. Note to Tender (Drawings) PART 2 - OFFEROR INSTRUCTIONS 1. Standard Instructions, Clauses and Conditions 2. Submission of Bids 3. Enquiries - Bid Solicitation 4. Applicable Laws PART 3 - OFFER PREPARATION INSTRUCTIONS 1. Offer Preparation Instructions PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION 1. Evaluation Procedures 2. Basis of Selection PART 5 - CERTIFICATIONS 1. Mandatory Certifications Required Precedent to Issuance of a Standing Offer PART 6 - SECURITY, FINANCIAL AND INSURANCE REQUIREMENTS 1. Security Requirement PART 7 - STANDING OFFER AND RESULTING CONTRACT CLAUSES A. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. STANDING OFFER Offer Security Requirement Standard Clauses and Conditions Term of Standing Offer Authorities Identified Users Call-up Procedures Call-up Instrument Limitation of Call-ups Financial Limitation Priority of Documents Certifications Applicable Laws Part – Partie 2 of – de 2 / Page 1 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 B. Buyer ID - Id de l'acheteur hl657 CCC No./N° CCC - FMS No./N° VME RESULTING CONTRACT CLAUSES 1. 2. 3. 4. 5. 6. 7. 8. Requirement Standard Clauses and Conditions Term of Contract Payment Invoicing Instructions Insurance SACC Manual Clauses SACC Manual Clauses (Delivery) List of Annexes: Annex A Parts list and Pricing Annex B Standing Offer Quarterly Usage Report Annex C General Environmental Criteria Certification Annex D Environmental Attributes Part – Partie 2 of – de 2 / Page 2 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME PART 1 - GENERAL INFORMATION 1. Introduction The Request for Standing Offers (RFSO) is divided into seven parts plus attachments and annexes, as follows: Part 1: General Information: provides a general description of the requirement; Part 2: Offeror Instructions:provides the instructions applicable to the clauses and conditions of the RFSO; Part 3: Offer Preparation Instructions: provides offerors with instructions on how to prepare their offer to address the evaluation criteria specified; Part 4: Evaluation Procedures and Basis of Selection: indicates how the evaluation will be conducted, the evaluation criteria which must be addressed in the offer, the security requirement, if applicable, and the basis of selection; Part 5: Certifications: includes the certifications to be provided; Part 6 Security, Financial and Insurance Requirements: includes specific requirements that must be addressed by offerors; and Part 7: 7A, Standing Offer, and 7B, Resulting Contract Clauses: 7A, includes the Standing Offer containing the offer from the Offeror and the applicable clauses and conditions; 7B, includes the clauses and conditions which will apply to any contract resulting from a call-up made pursuant to the Standing Offer. The Annexes include the Requirement, and any other annexes. 2. Summary To supply ACROW Fixed Bridge (48M, 24M and 18M) System components. The Standing Offer (SO) will support a total of eleven bidges used by the Department of National Defence (DND) for training and domestic operations. Deliveries are as-and-when requested by DND, commencing from the date of issue of the SO for a period of 12 months. The total amount that could be called up by Canada against the proposed SO is estimated at $718,593.75 for the 12 month period. This requirement is for the establishment of a one-year National Individual Standing Offer for National Defence for the supply of spare parts, tools and equipment for their ACROW Fixed Bridges (models 48M, 24M and 18M) on an as-and-when requested basis. 2.1 Delivery Requirements Outside a Comprehensive Land Claims Settlement Area The resulting Standing Offer is not to be used for deliveries within a Comprehensive Land Claims Settlement Area (CLCSA). All requirements for delivery within a CLCSA are to be submitted to the Department of Public Works and Government Services for individual processing. Part – Partie 2 of – de 2 / Page 3 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 3. Buyer ID - Id de l'acheteur hl657 CCC No./N° CCC - FMS No./N° VME Security Requirement There is no security requirement associated with the requirement of the Standing Offer. 4. 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. 5. SACC manual clause B4003T - Canadian General Standards Board - Standards. SACC Reference B4003T 6. Section Date Canadian General Standards Board - Standards 2011-05-16 Note to Tender (Drawings) A copy of the technical information referred to herein will be forwarded to you by the Director, Supply Chain Operations, DSCO, National Defence Headquarters. Technical Data Packages are required. It is the bidders responsibility to request these packages, in writing, from the Contracting Authority in a timely fashion. Part – Partie 2 of – de 2 / Page 4 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME PART 2 - OFFEROR INSTRUCTIONS 1. Standard Instructions, Clauses and Conditions All instructions, clauses and conditions identified in the Request for Standing Offers (RFSO) 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-andconditions-manual) issued by Public Works and Government Services Canada. Offerors who submit an offer agree to be bound by the instructions, clauses and conditions of the RFSO and accept the clauses and conditions of the Standing Offer and resulting contract(s). The 2006 (2014-09-25) Standard Instructions - Request for Standing Offers - Goods or Services Competitive Requirements, are incorporated by reference into and form part of the RFSO. Subsection 5.4 of 2006, Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements, is amended as follows: Delete: sixty (60) calendar days Insert: ninety (90) calendar days 1.1 SACC Manual Clauses Reference Section 2. Date A9033T Financial Capability 2012-07-16 B1000T Condition of Material 2014-06-26 Submission of Offers Offers 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 Request for Standing Offers. Part – Partie 2 of – de 2 / Page 5 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 3. Buyer ID - Id de l'acheteur hl657 CCC No./N° CCC - FMS No./N° VME Enquiries - Request for Standing Offers All enquiries must be submitted in writing to the Standing Offer Authority no later than ten (10) calendar days before the Request for Standing Offers (RFSO) closing date. Enquiries received after that time may not be answered. Offerors should reference as accurately as possible the numbered item of the RFSO to which the enquiry relates. Care should be taken by offerors to explain each question in sufficient detail in order to enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary 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 questions or may request that offerors do so, so that the proprietary nature of the question is eliminated, and the enquiry can be answered with copies to all offerors. Enquiries not submitted in a form that can be distributed to all offerors may not be answered by Canada. 4. Applicable Laws The Standing Offer and any contract resulting from the Standing Offer must be interpreted and governed, and the relations between the parties determined, by the laws in force in Ontario. Offerors may, at their discretion, substitute the applicable laws of a Canadian province or territory of their choice without affecting the validity of their offer, 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 offerors. Part – Partie 2 of – de 2 / Page 6 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME PART 3 - OFFER PREPARATION INSTRUCTIONS 1. Offer Preparation Instructions Canada requests that offerors follow the format instructions described below in the preparation of their offer. 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/achatsprocurement/politique-policy-eng.html). To assist Canada in reaching its objectives, bidders are encouraged to: 1) use paper containing fibre certified as originating from a sustainably-managed forest and/or 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. 1.1 Equivalent Products 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 Standing Offer 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, Canada 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 five (5) business days of the request. If the bidder fails to provide the requested information within the specified delay, Canada may declare the bid non-responsive. Part – Partie 2 of – de 2 / Page 7 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 1.2 Buyer ID - Id de l'acheteur hl657 CCC No./N° CCC - FMS No./N° VME Equivalent Products - Samples (DND) If the Offeror offers a substitute product, Canada reserves the right to request a sample from the Offeror in order to determine its equivalency in form, fit, function, quality and performance to the item specified in the Request for Standing Offer. The Offeror must, upon request from the Standing Offer 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 Offeror 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 Request for Standing Offer or the Offeror fails to comply with the request of the Standing Offer Authority, the offer will be declared non-responsive. Section I: Financial Offer Offerors must submit their financial offer in accordance with the Pricing Basis below The total amount of Applicable Taxes must be shown separately. 1.3 Pricing - Multi-Item Offer Offerors do not have to quote a price for every item in the Request for Standing Offer in order to be evaluated. Offerors may withdraw one or more items after the Request for Standing Offer closing date but prior to the issuance of a Standing Offer award by advising in writing the Standing Offer Authority. 1.4 Payment of Invoices by Credit Card Canada requests that offerors complete one of the following: ( ) Government of Canada Acquisition Cards (credit cards) will be accepted for payment of invoices. The following credit card(s) are accepted: ( ) VISA ( ) MasterCard OR ( ) Government of Canada Acquisition Cards (credit cards) will not be accepted for payment of invoices. The Offeror is not obligated to accept payment by credit card. Acceptance of credit cards for payment of invoices will not be considered as an evaluation criterion. 1.5 Exchange Rate Fluctuation The requirement does not provide for exchange rate fluctuation protection. Any request for exchange rate fluctuation protection will not be considered and will render the offer non-responsive. Part – Partie 2 of – de 2 / Page 8 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Section II: Certifications Offerors must submit the certifications required under Part 5. Section I11: Additional Information 1.6 Offeror Contacts Name and telephone number of the person responsible for : Call-ups: Name: Telephone: Facsimile: E-mail: Delivery follow-up Name: Telephone: Facsimile: E-mail: Part – Partie 2 of – de 2 / Page 9 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION 1. Evaluation Procedures a) Offers will be assessed in accordance with the entire requirement of the Request for Standing Offers including the technical and financial evaluation criteria. b) An evaluation team composed of representatives of Canada will evaluate the offers. Evaluation Criteria All offers must be completed in full and provide all of the information requested in the RFSO document to enable full and complete evaluation. 1.1 Evaluation 1.1.1 Mandatory Criteria The following Mandatory requirements must be submitted with the offer for evaluation and will be taken into consideration in the evaluation of each bid: (a) Technical compliance; (b) Firm unit prices in Canadian funds, DDP destination Incoterms 2000 for items 1 – 20, FCA shipping point/plant Incoterms 2000 for items 26 - 87 (c) Inspection requirement; (d) Acceptance of terms and conditions as mentioned in the bid solicitation; (e) Completion of the Request for Standing Offer. 1.2 Financial Evaluation 1.2.1 Pricing Basis For items 1 – 20, the price of the offer will be evaluated in Canadian dollars, the Goods and Services Tax or the Harmonized Sales Tax excluded, DDP destination Incoterms 2000, Canadian customs duties and excise taxes included. The evaluated price will consist of the lowest compliant technical and financial offer on an item by item basis. For items 26 -87, the price of the offer will be evaluated in Canadian dollars, the Goods and Services Tax or the Harmonized Sales Tax excluded, FCA shipping point/plant, Canadian customs duties and excise taxes not included. The evaluated price will consist of the lowest compliant technical and financial offer on an item by item basis. Part – Partie 2 of – de 2 / Page 10 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 1.3 Buyer ID - Id de l'acheteur hl657 Transportation Costs Information CCC No./N° CCC - FMS No./N° VME (Applicable for items 26 – 87) The Offeror must provide the following information concerning transportation costs for the delivery of the units to destination: a) shipping weight by unit; b) number of items by unit; c) cubic measurement by unit; d) freight classification; e) name of shipping point; f) name of rail carrier, if shipment is by rail; and g) recommended method of shipment and its costs. 2. Basis of Selection An offer must comply with the requirements of the Request For Standing Offer (RFSO) and meet all mandatory criteria to be declared responsive. The responsive offer with the "lowest evaluated price on an item by item basis" will be recommended for the issuance of a standing offer. Part – Partie 2 of – de 2 / Page 11 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME PART 5 – CERTIFICATIONS Offerors must provide the required certifications and documentation to be issued a standing offer. The certifications provided by offerors to Canada are subject to verification by Canada at all times. Canada will declare an offer non-responsive, will have the right to set-aside a standing offer, or will declare a contractor in default, if any certification is found to be untrue whether during the offer evaluation period, during the Standing Offer period, or during the contract period. The Standing Offer Authority will have the right to ask for additional information to verify the Offeror’s certifications. Failure to comply with this request will also render the Offer nonresponsive or may result in the setting aside of the Standing Offer or will constitute a default under the Contract. 1. Mandatory Certifications Required Precedent to Issuance of a Standing Offer 1.1 Code of Conduct and Certifications - Related documentation By submitting an offer, the Offeror certifies that the Offeror and its affiliates are in compliance with the provisions as stated in Section 01 Code of Conduct and Certifications - Offer of Standard Instructions 2006. The related documentation therein required will assist Canada in confirming that the certifications are true. 1.2 Federal Contractors Program for Employment Equity - Standing Offer Certification By submitting an offer, the Offeror certifies that the Offeror, and any of the Offeror's members if the Offeror 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 HRSDC-Labour's website. Canada will have the right to declare an offer non-responsive, or to set-aside a Standing Offer, if the Offeror, or any member of the Offeror if the Offeror is a Joint Venture, appears on the “FCP Limited Eligibility to Bid” list at the time of issuing of a Standing Offer or during the period of the Standing Offer. Part – Partie 2 of – de 2 / Page 12 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 1.3 Buyer ID - Id de l'acheteur hl657 CCC No./N° CCC - FMS No./N° VME General Environmental Criteria Certification By submitting the offer, the Offeror certifies that the information submitted in the General Environmental Criteria table found at Annex C is accurate and complete. By submitting the offer the Offeror certifies that it meets, and will continue to meet throughout the duration of any resulting standing offer, a minimum of four out of seven requirements identified in the General Environmental Criteria Table found at Annex C; Additional Information The Offeror must complete Annex C by inserting a checkmark next to every criteria that are met. Offeror are requested to submit Annex C with their offer. As this is a new procedure, Canada reserves the right to request Annex C after the closing date. The Standing Offer Authority will inform the Offeror of a time frame within which to provide it. Failure to provide Annex C within the required time frame will render the offer nonresponsive. Part – Partie 2 of – de 2 / Page 13 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME PART 6 - SECURITY, FINANCIAL AND INSURANCE REQUIREMENTS 1. Security Requirement There is no security requirement associated with the requirement of the Standing Offer. Part – Partie 2 of – de 2 / Page 14 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME PART 7 - STANDING OFFER AND RESULTING CONTRACT CLAUSES A. STANDING OFFER 1. Offer 1.1 2. The Offeror offers to fulfill the requirement in accordance with the Requirement at line item detail. Security Requirement There is no security requirement applicable to this Standing Offer. 3. Standard Clauses and Conditions All clauses and conditions identified in the Standing Offer and resulting contract(s) 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-conditionsmanual) issued by Public Works and Government Services Canada. 3.1 General Conditions 2005 (2014-09-25) General Conditions - Standing Offers - Goods or Services, apply to and form part of the Standing Offer. 3.2 Standing Offers Reporting The Offeror must compile and maintain records on its provision of goods, services or both to the federal government under contracts resulting from the Standing Offer. This data must include all purchases, including those paid for by a Government of Canada Acquisition Card. The Offeror must provide this data in accordance with the reporting requirements detailed in Annex "B". If some data is not available, the reason must be indicated. If no goods or services are provided during a given period, the Offeror must still provide a "nil" report. The data must be submitted on a quarterly basis to the Standing Offer Authority. The quarterly reporting periods are defined as follows: 1) 1st quarter: April 1 to June 30; 2) 2nd quarter: July 1 to September 30; 3) 3rd quarter: October 1 to December 31; 4) 4th quarter: January 1 to March 31. The data must be submitted to the Standing Offer Authority no later than thirty (30) calendar days after the end of the reporting period. Part – Partie 2 of – de 2 / Page 15 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 4. Buyer ID - Id de l'acheteur hl657 CCC No./N° CCC - FMS No./N° VME Term of Standing Offer 4.1 Period of the Standing Offer The period for making call-ups against the Standing Offer is from May 1, 2015 to April 30, 2016. (exact dates to be finalized at contract award) 5. Authorities 5.1 Standing Offer Authority The Standing Offer Authority is: Louie Turner – Supply Specialist Public Works and Government Services Canada - Acquisitions Branch Logistics, Electrical, Fuel and Transportation Directorate - "HN" Division 7B3, Place du Portage, Phase III, 11 Laurier Street, Gatineau, QC, K1A 0S5 Telephone: (819) 956-3975 Facsimile: (819) 953-4944 E-mail address: [email protected] The Standing Offer Authority is responsible for the establishment of the Standing Offer, its administration and its revision, if applicable. Upon the making of a call-up, as Standing Offer Authority, he is responsible for any contractual issues relating to individual call-ups made against the Standing Offer by any Identified User. 5.2 Offeror's Representative Name and telephone number of the person responsible for : Call-ups: (will be inserted at issuance of standing offer) Name: Title: Telephone: (xxx) xxx-xxxx Facsimile: (xxx) xxx-xxxx E-mail: Delivery follow-up (will be inserted at issuance of standing offer) Name: Title: Telephone: (xxx) xxx-xxxx Facsimile: (xxx) xxx-xxxx E-mail: Part – Partie 2 of – de 2 / Page 16 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 6. Buyer ID - Id de l'acheteur hl657 CCC No./N° CCC - FMS No./N° VME Identified Users The Identified User authorized to make call-ups against the Standing Offer is: Department of National Defence DLP 3 Personnel MGen George R. Pearkes Bldg. 101 Colonel By Drive Ottawa, Ontario, K1A 0K2 7. Call-up Procedures The Work will be authorized or confirmed by the Identified Users. 8. Call-up Instrument The Identified Users will use DRMIS call up or form PWGSC-TPSGC 942, Call-up Against a Standing Offer, or an electronic version. 9. Limitation of Call-ups Individual call-ups against the Standing Offer must not exceed $100,000.00 (Goods and Services Tax or Harmonized Sales Tax included). 10. Financial Limitation The total cost to Canada resulting from call-ups against the Standing Offer must not exceed the sum of $718,593.75 (Goods and Services Tax or Harmonized Sales Tax excluded) unless otherwise authorized in writing by the Standing Offer Authority. The Offeror must not perform any work or services or supply any articles in response to call-ups which would cause the total cost to Canada to exceed the said sum, unless an increase is so authorized. The Offeror must notify the Standing Offer Authority as to the adequacy of this sum when 75 percent of this amount has been committed, or two (2) months before the expiry date of the Standing Offer, whichever comes first. However, if at any time, the Offeror considers that the said sum may be exceeded, the Offeror must promptly notify the Standing Offer Authority. Part – Partie 2 of – de 2 / Page 17 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 11. Buyer ID - Id de l'acheteur hl657 CCC No./N° CCC - FMS No./N° VME 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. a. the call up against the Standing Offer, including any annexes; b. the articles of the Standing Offer; c. the general conditions 2005 (2014-09-25), General Conditions - Standing Offers Goods or Services d. the general conditions 2010A (2014-11-27) General Conditions - Goods, Services (Medium Complexity); e. Requirement; f. Basis of Payment; g. the Offeror's offer _________: “as clarified on _______” OR “as amended _________. 12. Certifications 12.1 Compliance Compliance with the certifications and related documentation provided by the Offeror is a condition of authorization of the Standing Offer and subject to verification by Canada during the term of the Standing Offer and of any resulting contract that would continue beyond the period of the Standing Offer. In the event that the Offeror does not comply with any certification, provide the related documentation or if it is determined that any certification made by the Offeror in its offer is untrue, whether made knowingly or unknowingly, Canada has the right to terminate any resulting contract for default and set aside the Standing Offer. 13. Applicable Laws The Standing Offer and any contract resulting from the Standing Offer must be interpreted and governed, and the relations between the parties determined, by the laws in force in Ontario. Part – Partie 2 of – de 2 / Page 18 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 B. Buyer ID - Id de l'acheteur hl657 CCC No./N° CCC - FMS No./N° VME RESULTING CONTRACT CLAUSES The following clauses and conditions apply to and form part of any contract resulting from a call-up against the Standing Offer. 1. Requirement The Contractor must provide the items detailed in the call-up against the Standing Offer. 2. Standard Clauses and Conditions 2.1 General Conditions 2010A (2014-11-27) General Conditions - Goods (Medium Complexity) apply to and form part of the Contract. 2.2 SACC Manual Clauses SACC Reference B1501C B7500C 3. Section Date Electrical Equipment 2006-06-16 Excess Goods 2006-06-16 Term of Contract 3.1 Delivery Date Delivery must be completed in accordance with the call-up against the Standing Offer. 3.2 SACC Manual Clauses SACC Reference Section Date A9006C Defence Contract 2012-07-16 C2800C Priority Rating Use with DND Requirements Priority Rating - Canadian Contractors Use with DND Requirements 2013-01-28 C2801C Part – Partie 2 of – de 2 / Page 19 of - de 55 2014-11-27 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 4. Buyer ID - Id de l'acheteur hl657 CCC No./N° CCC - FMS No./N° VME Payment 4.1 Basis of Payment In consideration of the Contractor satisfactorily completing all of its obligations under the Contract, the Contractor will be paid the firm unit prices specified in the Contract at Annex ‘A’. For items 1 – 20, customs duties are ‘included’, and Goods and Services Tax or Harmonized Sales Tax is extra, if applicable. For items 26 – 87, customs duties are ‘excluded’ and Goods and Services Tax or Harmonized Sales Tax is extra, if applicable. 4.2 Limitation of Price SACC Manual clause C6000C (2011-05-16) Limitation of Price 4.3 Multiple Payments SACC Manual clause H1001C (2008-05-12) Multiple Payments 4.4 SACC Manual Clauses SACC Reference Section Date C2000C Taxes - Foreign-based Contractor 2007-11-30 C2610C Customs Duties - DND - Importer C2605C C2608C Canadian Customs Duties and Sales Tax - Foreignbased Contractor Canadian Customs Documentation 2012-07-16 C5201C Prepaid Transportation Costs 2008-05-12 4.5 Payment by Credit Card The following credit card is accepted: _____________. OR The following credit cards are accepted: __________ and _________. Part – Partie 2 of – de 2 / Page 20 of - de 55 2007-11-30 2008-05-12 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME 5. Invoicing Instructions 1. 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. Each invoice where applicable must be supported by: a. a copy of the release document and any other documents as specified in the Contract; 2. NO INVOICES TO BE SUBMITTED TO THE CONSIGNEE'S. 2.1 Invoices must be submitted on Supplier's own invoice form, made out to the consignor, and must be prepared to show: a) the date; b) name and address of the consignee; c) item number, quantity, part number, reference number and description; d) DND 942 call-up number. 2.2 The original and one (1) copy of all invoices are to be forwarded to: National Defence Headquarters MGen George R. Pearkes Building 101 Colonel By Drive Ottawa, Canada, K1A 0K2 Attention: Neal Seguin DLP 3-4-3-4 Payment will only be made on receipt of satisfactory invoices duly supported by specified release documents and/or other documents called for under this contract. 3. Invoices are not to be submitted prior to shipment of material.. 6. Insurance SACC Manual clause G1005C (2008-05-12) Insurance Part – Partie 2 of – de 2 / Page 21 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 7. Buyer ID - Id de l'acheteur hl657 CCC No./N° CCC - FMS No./N° VME SACC Manual Clauses SACC Reference Section Date D5545C ISO 9001:2008 - Quality Management Systems Requirements (Quality Assurance Code C) ISO 9001:2008 Quality Management Systems Requirements (Quality Assurance Code Q) Quality Assurance Authority (Department of National Defence) - Canadian-based Contractor Quality Assurance Authority (Department of National Defence) - Foreign-based and United States Contractor Release Documents (Department of National Defence) Canadian-based Contractor Release Documents (Department of National Defence) United States-based Contractor Release Documents (Department of National Defence) Foreign-based Contractor 2010-08-16 D5540C D5510C D5515C D5606C D5605C D5604C 2010-08-16 2014-06-26 2010-01-11 2012-07-16 2010-01-11 2008-12-12 Note: D5545C applies to items 1 – 40 D5510C, D5515C, D5540C, D5604, D5605 and D5606 apply to items 41 - 87 7.1 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 and supplied an item which did not differ in any way from that specifically required under the contract. Part – Partie 2 of – de 2 / Page 22 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 7.2 Buyer ID - Id de l'acheteur hl657 CCC No./N° CCC - FMS No./N° VME Release Documents - Distribution (QAC Q) The Contractor must prepare the release documents in a current electronic format and distribute them as follows: a. One (1) copy mailed to consignee marked: "Attention: Receipts Officer"; b. Two (2) copies with shipment (in a waterproof envelope) to the consignee; c. One (1) copy to the Standing Offer Authority; d. One (1) copy to: National Defence Headquarters Mgen George R. Pearkes Building 101 Colonel By Drive Ottawa, ON K1A OK2 Attention: will be inserted at standing offer e. One (1) copy to the Quality Assurance Representative; f. One (1) copy to the Contractor; and g. For all non-Canadian contractors, one (1) copy to: DQA/Contract Administration National Defence Headquarters Mgen George R. Pearkes Building 101 Colonel By Drive Ottawa, ON K1A OK2 E-mail: [email protected]. 8. SACC Manual Clauses (Delivery) SACC R f D2000C Section Date Marking 2007-11-30 D2001C Labelling 2007-11-30 D6010C Palletization 2007-11-30 D2025C Wood Packaging Materials 2013-11-06 D3010C Dangerous Goods/Hazardous Products 2014-06-26 D9002C Incomplete Assemblies 2007-11-30 8.1 Shipping Instructions - Delivery at Origin (for items 26 – 87) Goods must be consigned to the destination specified in the Contract and delivered: (a) FCA Free Carrier Contractor's facility/plant Inco terms 2000 for shipments from a commercial contractor. Part – Partie 2 of – de 2 / Page 23 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 8.2 Buyer ID - Id de l'acheteur hl657 CCC No./N° CCC - FMS No./N° VME Shipping Instructions - Delivery at Destination (for items 1 – 20) Goods must be consigned to the destination specified in the Contract and delivered: (a) Delivered Duty Paid (DDP) CFB Montreal, Quebec or CFB Edmonton, Alberta Inco terms 2000 for shipments from a commercial contractor. 8.3 Shipping Instructions Where applicable, unless otherwise directed, delivery shall be made by the most economical means. Shipping charges shall be shown as a separate item on the Contractor's invoice. 8.4 Preparation for Delivery The Contractor must prepare item numbers 1 - 87 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. The Contractor must package item numbers 1 – 87 in quantities of "up to a maximum of 100" by package. 8.5 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. (a) 7 CF Supply Depot Lancaster Park Edmonton, Alta Telephone: 780-973-4011, ext. 4524 (b) 25 CF Supply Depot Montreal Montreal, Qué. Telephone: 1-866-935-8673 (toll free), or 514-252-2777, ext. 2363 / 4673 / 4282 8.6 Shipping Instructions (DND) - Foreign-based Contractors 1. Delivery will be FCA Free Carrier at _________ (insert the named place, e.g. Contractor's facility) Inco terms 2000. The Contractor must load the goods onto the carrier designated by the Department of National Defence (DND). Onward shipment from the delivery point to the consignee will be Canada's responsibility. 2. Before shipping the goods, the Contractor must contact the following DND Inbound Logistics Coordination Center by facsimile or e-mail, to arrange for shipment, and provide the information detailed at paragraph 3. Part – Partie 2 of – de 2 / Page 24 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 (a) Buyer ID - Id de l'acheteur hl657 CCC No./N° CCC - FMS No./N° VME Insert the following when the Contractor is located in the United States (U.S.): Inbound Logistics Coordination Center (ILCC): Telephone: 1-877-447-7701 (toll free) Facsimile: 1-877-877-7409 (toll free) E-mail: [email protected] OR (b) Insert the following when the Contractor is located in United Kingdom (UK) and Ireland: Inbound Logistics United Kingdom (ILUK): Telephone: 011-44-1895-613023, or 011-44-1895-613024, or Facsimile: 011-44-1895-613047 E-mail: [email protected] In addition, the Contractor must send to ILUK the completed form "Shipping Advice and Export Certificate" by e-mail to: [email protected]. The shipment of any items above the value of 600 GBP (pound sterling) being exported from the United Kingdom and Ireland will be cleared by DND using Her Majesty's Customs & Excise (HMCE) New Export Systems (NES). The Contractor must comply with HMCE requirements by registering with HMCE or by having a freight forwarder complete the entry. A printed copy of the NES entry Export Declaration clearly displaying the Declaration Unique Consignment Reference Number must be provided by the Contractor and attached to the consignment. The Contractor must ensure that this procedure is carried out for all stores whether they be initial purchase or repair and overhaul export items. HMCE will authorize Canadian Forces Support Unit (Europe) to ship the goods only if the procedure has been adhered to completely and properly by the Contractor. OR (c) Insert the following when the Contractor is located in a country other than Canada, the U.S., the UK and Ireland: Inbound Logistics Europe Area (ILEA): Telephone: +49-(0)-2451-717199 or 717200 Facsimile: +49-(0)-2451-717189 Email: [email protected] OR (d) Insert the following for U.S. Foreign Military Sales (FMS): Inbound Logistics Coordination Center (ILCC): Telephone: 1-877-447-7701 (toll free) Facsimile: 1-877-877-7409 (toll free) Email: [email protected] Canada is responsible for the carrier selection for shipments of the goods supplied under this FMS contract. Instructions on how to obtain carrier selection from Canada are contained in U.S. Department of Defense 4000.25-8-M, Military Assistance Program Address Directory, and Canadian Special Instructions Indicator (SII). The Contractor must not ship the goods until the SII has been complied with. Part – Partie 2 of – de 2 / Page 25 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME 3. The Contractor must provide the following information to the DND Inbound Logistics contact when arranging for shipment: a) the Contract number; b) consignee address (if multiple addresses, items must be packaged and labeled separately with each consignee address); c) description of each item; d) the number of pieces and type of packaging (e.g. carton, crate, drum, skid); e) actual weight and dimensions of each piece type, including gross weight; f) copy of the commercial invoice (in accordance with clause C2608C, section 4, of the Standard Acquisition Clauses and Conditions Manual) or a copy of the Canada Border Services Agency form CI1, Canada Customs Invoice; g) Schedule B codes (for exports) and the Harmonized Tariff Schedule codes (for imports); h) North American Free Trade Agreement Certificate of Origin (in accordance with clause C2608C, section 2) for the U.S. and Mexico only; i) full details of dangerous material, as required for the applicable mode of transportation, signed certificates for dangerous material as required for shipment by the International Maritime Dangerous Goods Code, or International Air Transport Association regulations or the applicable Canadian Dangerous Goods Shipping Regulations and a copy of the material safety data sheet. 4. Following receipt of this information by Canada, Canada will provide the appropriate shipping instructions, which may include the requirement for specific consignee address labelling, the marking of each piece with a Transportation Control Number and customs documentation. 5. The Contractor must not ship goods before receiving shipping instructions from the DND Inbound Logistics contact. 6. If the Contractor delivers the goods at a place and time that are not in accordance with the given delivery instructions or fail to fulfill reasonable delivery instructions given by Canada, the Contractor must reimburse Canada any additional expenses and costs incurred. 7. If Canada is responsible for delays in delivering the goods, ownership and risk will be transferred to Canada upon expiry of either thirty (30) days following the date on which a duly completed shipping application is received by Canada or by its appointed forwarding agent, or thirty (30) days following the delivery date specified in the Contract, whichever is later. 8.7 Shipping Instructions (DND) - Canadian-based Contractor 1. Delivery will be FCA Free Carrier at ________ (Insert the named place, e.g. Contractor's facility) Inco terms 2000. The Contractor must load the goods onto the carrier designated by the Department of National Defence (DND). Onward shipment from the delivery point to the consignee will be Canada's responsibility. Part – Partie 2 of – de 2 / Page 26 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME 2. Before shipping the goods, the Contractor must contact the following DND Inbound Logistics Coordination Center by facsimile or e-mail, to arrange for shipment, and provide the information detailed at paragraph 3. (a) OR (b) Insert the following for all sole source contracts, except repair and overhaul, where the Contractor is located in Canada: Inbound Logistics Coordination Center (ILCC) Telephone: 1-877-877-7423 (toll free) Facsimile: 1-877-877-7409 (toll free) E-mail: [email protected] Insert the following for all repair and overhaul contracts where the Contractor is located between Kingston inclusive and westward to the Ontario/Manitoba border: Inbound Logistics Central Area (ILCA) Telephone: 1-866-371-5420 (toll free) Facsimile: 1-866-419-1627 (toll free) E-mail: [email protected] OR (c) OR (d) OR (e) Insert the following for all repair and overhaul contracts where the Contractor is located in Manitoba, Saskatchewan, Alberta, British Columbia, and the National Capital Region inclusive to east of Kingston: Inbound Logistics Coordination Center (ILCC) Telephone: 1-877-877-7423 (toll free) Facsimile: 1-877-877-7409 (toll free) E-mail: [email protected] Insert the following for all repair and overhaul contracts where the Contractor is located in Quebec: Inbound Logistics Quebec Area (ILQA) Telephone: 1-866-935-8673 (toll free), or 1-514-252-2777, ext 2323, 2852 or 4673 Facsimile: 1-866-939-8673 (toll free), or 1-514-252-2911 E-mail: [email protected] Insert the following for all repair and overhaul contracts where the Contractor is located in Atlantic (New Brunswick, Prince Edward Island, Nova Scotia, Newfoundland and Labrador): Inbound Logistics Atlantic Area (ILAA) Telephone: 1-902-427-1438 Facsimile: 1-902-427-6237 E-mail: [email protected] Part – Partie 2 of – de 2 / Page 27 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME 3. The Contractor must provide the following information to the DND Inbound Logistics Coordination Center when arranging for shipment: a) the Contract number; b) consignee address (for multiple addresses, items must be packaged and labeled separately with each consignee address); c) description of each item; d) the number of pieces and type of packaging (i.e., carton, crate, drum, skid); e) actual weight and dimensions of each piece type, including gross weight; f) full details of dangerous material, as required for the applicable mode of transportation, signed certificates for dangerous material as required for shipment by the International Maritime Dangerous Goods Code, the International Air Transport Association regulations or the applicable Canadian Dangerous Goods Shipping Regulations, and a copy of the material safety data sheet. 4. Following receipt of this information by Canada, Canada will provide the appropriate shipping instructions, which may include the requirement for specific consignee address labeling, and the marking of each piece with a Transportation Control Number. 5. The Contractor must not ship the goods before receiving shipping instructions from the DND Inbound Logistics contact. 6. If the Contractor delivers the goods at a place and time which are not in accordance with the given delivery instructions or fail to fulfill reasonable delivery instructions given by Canada, the Contractor must reimburse Canada any additional expenses and costs incurred. 7. If Canada is responsible for delays in delivering the goods, ownership and risk will be transferred to Canada upon expiry of either thirty (30) days following the date on which a duly completed shipping application is received by Canada or by its appointed forwarding agent, or thirty (30) days following the delivery date specified in the Contract, whichever is later. Part – Partie 2 of – de 2 / Page 28 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME ANNEX "A" PARTS LIST / PRICING Line 1 3540-00-278-1251 STRETCHER, STRAPPING, HAND PART: B13A10 NSCM: 08155 - Acme Strapping Inc., Scarborough, ON, CA PART: TH NSCM: 35055 - Shur-Fast fasterners Inc., Montreal, PQ, CA PART: MIP-1450 NSCM: 0UYW0 - Midwest Industrial Packaging Inc., Lake Forest, IL, US Call-up minimum order quantity 1 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price DDP Destination: _____________ Line 2 3540-21-849-2628 STRETCHING AND SEALING MACHINE,STRAPPING Part Number: AL12, NSCM: 35055 - Shur-Fast fasterners Inc., Montreal, PQ, CA Call-up minimum order quantity 1 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price DDP Destination: _____________ Part – Partie 2 of – de 2 / Page 29 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Line 3 3540-21-886-3356 STRETCHING AND SEALING MACHINE,STRAPPING Part Number: AH114, NSCM: 35055 - Shur-Fast fasterners Inc., Montreal, PQ, CA Call-up minimum order quantity 1 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price DDP Destination: _____________ Line 5 3940-21-904-7968 SLING,ENDLESS Part Number: EN2-903X7 NSCM: 0DHY0 - Can-Sling Ltd, Rexdale, ON, CA Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price DDP Destination: _____________ Line 6 3990-01-307-6053 TIE DOWN,CARGO,VEHICLE PART: 4N40A40A-24-360P-WS NSCM: 31272 - Ancra International LLC, Azusa, CA, US PART: 543242-024SLBOM1 NSCM: 0KHZ6 - Kinedyne Corporation, Lawrence, KS, US Call-up minimum order quantity 25 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price DDP Destination: _____________ Part – Partie 2 of – de 2 / Page 30 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 Line 7 4020-21-878-4644 Buyer ID - Id de l'acheteur hl657 CCC No./N° CCC - FMS No./N° VME ROPE, FIBROUS Part Number: 40-GP-2M, NSCM: 35068 - Canadian General Standards Board, Gatineau, QC, CA Call-up minimum order quantity 1000 metres Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price DDP Destination: _____________ Line 9, 4030-21-108-7384, SHACKLE, Part Number: 10018, NSCM: 35907 - Director General Land Equipment, Ottawa, ON, CA Call-up minimum order quantity 25 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price DDP Destination: _____________ Line 10 4030-21-108-7386 STAKE, GUY Part Number: 10017, NSCM: 35907 - Director General Land Equipment minimum order quantity 80 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price DDP Destination: _____________ Part – Partie 2 of – de 2 / Page 31 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Line 11 4030-21-902-1257 BODY, ANCHOR, EARTH Part Number: K-303378, NSCM: 38278 - Dibblee Tools Ltd, Pointe Claire, QC, CA Call-up minimum order quantity 10 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price DDP Destination: _____________ Line 12 4730-21-904-8124 FITTING, LUBRICATION Part Number: 31196, NSCM: 3AM27 - Rapco Equipment Inc., St Laurent, QC, CA Call-up minimum order quantity 25 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price DDP Destination: _____________ Line 13 4730-99-311-5051 FITTING, LUBRICATION Part Number: H1-5-BF, NSCM: U7969 - Harrison Engineering Lubrication Lt., Bolton, LA, GB Call-up minimum order quantity 25 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price DDP Destination: _____________ Part – Partie 2 of – de 2 / Page 32 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Line 14 5120-00-243-2981 HAMMER,HAND MPNs REQUIRING DOCUMENTATION FROM VENDOR TO PROVE SUITABILITY PART: GGG-H-B6 TYSACL3 NSCM: 80244 - General Services Administration, Arlington, VA, US Part Number: GGG-H86, NSCM: 81348 - Federal Specifications US Call-up minimum order quantity 5 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price DDP Destination: _____________ Line 15 5120-01-500-0898 HAMMER, HAND Part Number: 5907A16, NSCM: 39428 - McMaster-Carr Supply Company, Elmhurst, IL, US Call-up minimum order quantity 5 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price DDP Destination: _____________ Line 16 5120-21-105-1432, HAMMER,HAND PART: 39GP2TYPE3 NSCM: 35068 - Canadian General Standards Board, Gatineau, QC, CA PART: H-133-12 NSCM: 79202 - Warwood tool Company, Wheeling, WV, US Call-up minimum order quantity 5 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price DDP Destination: _____________ Part – Partie 2 of – de 2 / Page 33 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Line 17 5120-21-108-7563, JACK, RACK BAR Part Number: 1528, NSCM: 18740 - Yale Industrial Products Inc., Charlotte, NC, US Call-up minimum order quantity 5 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price DDP Destination: _____________ Line 18 5120-21-112-4726, HAMMER, HAND PART: 5911A15 NSCM: 39428 - McMaster-Carr Supply Company, Elmhurst, IL, US PART: 31005 NSCM: 89063 - Garland Manufacturing Company, Saco, ME, US PART: CR5 NSCM: 80201 - SKF USA Inc., Elgin, IL, US PART: CRM5 NSCM: 80201 - SKF USA Inc., Elgin, IL, US Call-up minimum order quantity 5 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price DDP Destination: _____________ Line 19 5130-01-299-0175, UNIVERSAL JOINT, SOCKET WRENCH ATTACHMENT Part Number: IP82, NSCM: 55719 - IDSC Holdings, LLC, Kenosha, WI, USA Call-up minimum order quantity 5 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price DDP Destination: _____________ Part – Partie 2 of – de 2 / Page 34 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Line 20 5140-21-896-7287, BAG, TOOL Part Number: 8390213, NSCM: 35907 - Director General Land Equipment, Ottawa, ON, CA Call-up minimum order quantity 5 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price DDP Destination: _____________ Line 26 5325-21-910-0758, RING, RETAINING Part Number: AB79A, NSCM: K0284 - Storey Thomas (Engineers) Ltd., Weybridge, SY, GB Call-up minimum order quantity 50 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 29 N5420, 5420-21-103-4607, BALANCED BEAM ASSEMBLY MPNs REQUIRING DOCUMENTATION FROM VENDOR TO PROVE SUITABILITY PART: EN1141 NSCM: K0243-Ministry of Defence (Army) HQ Engin, Stratford-Upon-Avon, WA, GB Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Part – Partie 2 of – de 2 / Page 35 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Line 37 8105-21-914-2768, BAG, TEXTILE PART: MEXE27319 NSCM: U0795 - QINETIQ, Chertsey, SY, GB PART: A430903-FG-01 NSCM: 3AK58 - RWM Tech Ltd., Ottawa, ON, CA PART: MEXEC27319 NSCM: K0973 -Ministry of Defence, ChristChurch, DO, GB Call-up minimum order quantity 10 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 38 5306-21-103-4619, BOLT, TEE HEAD PART: APC1092 NSCM: 3AG42 - Acrow Ltd., Bolton, ON, CA PART: EN1007 NSCM: K0973 - Ministry of Defence, ChristChurch, DO, GB Call-up minimum order quantity 50 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 39 5420-21-103-4776, RIBAND, Part Number: APC 1091, NSCM: 3AG42 - Acrow Ltd., Bolton, ON, CA Call-up minimum order quantity 50 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Part – Partie 2 of – de 2 / Page 36 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Line 40 5420-21-902-3219, CHESS, Part Number:8690281-1, NSCM:35907 - Director General Land Equipment, Ottawa, ON, CA Call-up minimum order quantity 50 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 41 5280-20-007-0606, GAGE SET, INSPECTION. Acrow Ltd., Bolton ON (3AG42) part number (P/N) 1909 Call-up minimum order quantity 1 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 42 5305-21-914-9317, SCREW, CAP, HEXAGON HEAD. Acrow Ltd., Bolton ON (3AG42) P/N APC1095 Call-up minimum order quantity 50 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Part – Partie 2 of – de 2 / Page 37 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Line 43 5306-21-910-1703, BOLT BLANK. Storey Thomas Eng Ltd (K0284) P/N APC548ML Acrow Ltd., Bolton ON (3AG42) P/N APC548ML, Call-up minimum order quantity 50 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 44 5310-21-914-5834, NUT, PLAIN, HEXAGON. Acrow Ltd., Bolton ON (3AG42) P/N APC584-A, Call-up minimum order quantity 50 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 45 5315-21-910-1047, PIN, LOCK. Acrow Ltd., Bolton ON (3AG42) P/N APC584ML-A, Storey Thomas Eng Ltd (K0284) P/N APC548ML-A Call-up minimum order quantity 50 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Part – Partie 2 of – de 2 / Page 38 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Line 46, 5315-21-912-5911, PIN, STRAIGHT, HEADED. Acrow Ltd., Bolton ON (3AG42) P/N APC1004, Call-up minimum order quantity 50 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 47, 5315-21-913-5808, PIN, STRAIGHT, HEADED. Acrow Ltd., Bolton ON (3AG42) P/N APC1002C, Call-up minimum order quantity 50 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 48, 5315-21-913-5809, PIN, LOCK. Acrow Ltd., Bolton ON (3AG42) P/N APC1002D, Call-up minimum order quantity 50 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Part – Partie 2 of – de 2 / Page 39 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Line 49, 5325-21-913-3247, RING, RETAINING. Acrow Ltd., Bolton ON (3AG42) P/N AB52 Call-up minimum order quantity 50 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 50, 5420-20-001-7180, ROCKING ROLLER TEMPLATE. Acrow Ltd., Bolton ON (3AG42) P/N APC 2061, Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 51, 5420-20-001-7182, ACROW PLAIN ROLLER, TEMPLATE. Acrow Ltd., Bolton ON (3AG42) P/N APC 2060-BB58, Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Part – Partie 2 of – de 2 / Page 40 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Line 52, 5420-21-256-9431, PIN. Acrow Ltd., Bolton ON (3AG42) P/N APC 1002-A, Call-up minimum order quantity 50 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 53, 5420-21-910-1034, BRACKET, CARRYING BAR. Acrow Ltd., Bolton ON (3AG42) P/N APC1003, Storey Thomas Eng Ltd (K0284) P/N APC1003 Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 54, 5420-21-910-1035, PEDESTAL, RAMP. Acrow Ltd., Bolton ON (3AG42) P/N APC1002, Storey Thomas Eng Ltd (K0284) P/N APC1002 Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Part – Partie 2 of – de 2 / Page 41 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Line 55, 5420-21-910-1036, STRINGER, BRIDGE. Acrow Ltd., Bolton ON (3AG42) P/N APC1001, Storey Thomas Eng Ltd (K0284) P/N APC1001 Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 56, 5420-21-910-1037, STRINGER, BRIDGE. Acrow Ltd., Bolton ON (3AG42) P/N APC1000, Storey Thomas Eng Ltd (K0284) P/N APC1000 Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 57, 5420-21-913-5327, PIN, PANEL, BRIDGE. Acrow Ltd., Bolton ON (3AG42) P/N AB51, Call-up minimum order quantity 50 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Part – Partie 2 of – de 2 / Page 42 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Line 58, 5420-21-913-6799, BASE, RAMP PEDESTAL. Acrow Ltd., Bolton ON (3AG42) P/N APC 1002 A, Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 59, 5420-21-920-1756, BRIDGE ERECTION SET,, FIXED BRIDGE. Acrow Ltd., Bolton ON (3AG42) P/N LE332 MOD1, Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 60, 5420-21-920-1938, ROLLER GUIDE. Acrow Ltd., Bolton ON (3AG42) P/N APC 1098, Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Part – Partie 2 of – de 2 / Page 43 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Line 61, 5420-21-920-7441, GATE. Acrow Ltd., Bolton ON (3AG42) P/N APC 1002-B, or equal. Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 62, 5420-21-920-9286, ROCKING ROLLER. Acrow Ltd., Bolton ON (3AG42) P/N APC2002-A, Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 63, 5420-21-920-9297, PLAIN ROLLER. Acrow Ltd., Bolton ON (3AG42) P/N APC2001-A, Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Part – Partie 2 of – de 2 / Page 44 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Line 64, 9520-21-914-2000, BEAM, STRUCTURAL. Acrow Ltd., Bolton ON (3AG42) P/N APC1094, Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 65, 5420-99-027-0788, BEARING. Mabey Bridge Limited, UK (U7336) P/N AB587; Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 66, 5420-99-083-2237, BRACE, RAKER. Mabey Bridge Limited, UK (U7336) P/N AB513; Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Part – Partie 2 of – de 2 / Page 45 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Line 67, 5420-99-110-2036, BRACKET, JACKING. Mabey Bridge Limited, UK (U7336) P/N AB647; Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 68, 5420-99-125-8698, BRACE, SWAY. Mabey Bridge Limited, UK (U7336) P/N AB516; Storey Thomas Eng Ltd (K0284) P/N AB516 Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 69, 5420-99-129-8911, END POST. Mabey Bridge Limited, UK (U7336) P/N AB706; Storey Thomas Eng Ltd (K0284) P/N AB706, Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Part – Partie 2 of – de 2 / Page 46 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Line 70, 5420-99-156-4407, CHORD, REINFORCEMENT. Mabey Bridge Limited, UK (U7336) P/N AB622; Call-up minimum order quantity 50 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 71, 5420-99-375-3339, END POST. Mabey Bridge Limited, UK (U7336) P/N AB705; Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 72, 5420-99-376-2516, BRACE, TRANSOM. Mabey Bridge Limited, UK (U7336) P/N AB518; Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Part – Partie 2 of – de 2 / Page 47 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Line 73, 5420-99-411-1139, BRACE, TOP CHORD. Mabey Bridge Limited, UK (U7336) P/N AB522; Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 74, 5420-99-728-6695, BRACE, PLAN. Mabey Bridge Limited, UK (U7336) P/N AB514; Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 75, 5420-99-731-5631, RAKER. Mabey Bridge Limited, UK (U7336) P/N AB703; Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Part – Partie 2 of – de 2 / Page 48 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Line 76, 5420-99-957-0795, BASEPLATE. Mabey Bridge Limited, UK (U7336) P/N AB009; Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 77, 5420-99-968-0388, CHORD, TAPER. Mabey Bridge Limited, UK (U7336) P/N AB662; Storey Thomas Eng Ltd (K0284) P/N AB662, Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 78, 9520-99-300-7598, BEAM, STRUCTURAL. Mabey Bridge Limited, UK (U7336) P/N AB507; Call-up minimum order quantity 1 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Part – Partie 2 of – de 2 / Page 49 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Line 79, 5420-99-477-5880, CHORD, TAPER. Mabey Bridge Limited, UK (U7336) P/N AB663, Acrow Ltd., Bolton ON (3AG42) P/N APC 1083 or AB663, Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 80, 5420-99-496-1348, LINK, LAUNCHING. Mabey Bridge Limited, UK (U7336) P/N AB654; Acrow Ltd., Bolton ON (3AG42) P/N APC 1080 or AB654, Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 81, 5420-99-527-3485, PANEL, BRIDGE. Acrow Ltd., Bolton ON (3AG42) P/N AB701A1, Mabey Bridge Limited, UK (U7336) P/N AB701 Call-up minimum order quantity 4 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Part – Partie 2 of – de 2 / Page 50 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Line 82, 5315-99-496-1295, PIN, GROOVED, HEADLESS. Mabey Bridge Limited, UK (U7336) P/N AB079; Call-up minimum order quantity 50 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 83, 5306-99-016-0835, BOLT, SHOULDER. Mabey Bridge Limited, UK (U7336) P/N AB584HAD; Storey Thomas Eng Ltd (K0284) P/N AB584, Call-up minimum order quantity 50 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 84, 5306-99-257-7542, BOLT, MACHINE. Mabey Bridge Limited, UK (U7336) P/N AB536HAD; Storey Thomas Eng Ltd (K0284) P/N AB536; Call-up minimum order quantity 50 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Part – Partie 2 of – de 2 / Page 51 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME Line 85, 5306-99-304-5228, BOLT, MACHINE. Mabey Bridge Limited, UK (U7336) P/N AB547HAD; Storey Thomas Eng Ltd (K0284) P/N AB547, Call-up minimum order quantity 50 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 86, 5306-99-619-2203, BOLT, MACHINE. Mabey Bridge Limited, UK (U7336) P/N AB549HAD; Storey Thomas Eng Ltd (K0284) P/N AB549, Call-up minimum order quantity 50 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Line 87, 5306-99-794-9761, BOLT, MACHINE. Mabey Bridge Limited, UK (U7336) P/N AB548HAD; Storey Thomas Eng Ltd (K0284) P/N AB548, Call-up minimum order quantity 50 Alternate or equivalent part numbers will be considered Proposed P/N: _______________ Proposed NSCM: _____________ Delivery: ___________________ Unit Price FCA Contractor’s facility/Plant: _____________ Part – Partie 2 of – de 2 / Page 52 of - de 55 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME ANNEX “B” STANDING OFFER QUARTERLY USAGE REPORT Periodic Usage Report Form - Standing Offer Instructions for submission of standing offer usage data. Please e-mail the information, to the following addresses on a quarterly basis: [email protected] or by fax (819)956-5227 Please use the Standing Offer number in the Subject line and clearly indicate: The standing offer number for which the data is submitted; The period for which the data has been accumulated (start date to end date); The Department with whom the standing offer was arranged; The start date and end date for the standing offer; and The total spent to date, by government department; you may use the attached template or your own format as long as it contains the required information. - (Add lines as necessary) Standing Offer (Insert Standing Offer #) Total Value to Date ($) Total Value for Reporting Period ($) Department Requesting Item Description Order Number (Part Number - If Applicable) Item Quantity Start Date of SO (DD/MM/YYYY) Start Reporting Period (DD/MM/YYYY) End Date of SO (DD/MM/YYYY) End Reporting Period (DD/MM/YYYY) Unit of Measure (each, litre, etc..) Date of Delivery Date or Order Part – Partie 2 of – de 2 / Page 53 of - de 55 Value of Order (not including GST or Delivery) Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME ANNEX “C” - General Environmental Criteria Certification The Contractor must meet and continue to meet four out of seven criterions during the entire duration of the contract. Green practices within supplier’s organization: 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. 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. 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 Part – Partie 2 of – de 2 / Page 54 of - de 55 Insert a checkmark for each criteria that is met Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. W8486-137867/C Buyer ID - Id de l'acheteur hl657 Client Ref. No. - N° de réf. du client File No. - N° du dossier W8486-137867 hl657.W8486-137867 CCC No./N° CCC - FMS No./N° VME ANNEX "D" ENVIRONMENTAL ATTRIBUTES As part of the federal government's commitment to environmentally responsible procurement, PWGSC encourages the private sector to develop and implement environmentally responsible initiatives in the supply of Acrow Bridge Spare parts As an initial step, before the inclusion of Environmental Criteria in future solicitations, Offerors are requested to submit information and / or substantiating documentation regarding their stated environmental initiatives, and the details of the environmental impact of the goods proposed in terms of overall environmental management, for example: a. Provide details of your policies and practices in relation to environmentally responsible transportation and logistics processes. b. Provide details of your policies and practices in relation to environmentally responsible manufacturing processes. c. Provide details of your policies, practices and emergency plans in response to any potential environmental unfriendly products. d. Provide details of any arrangement with a certified emergency response organization. e. Provide details of your policies and practices in relation to recycling in general. If your firm has a corporate environmental policy, you are requested to submit a copy of this policy either on corporate letterhead, as corporate documentation or provide your firms' web site address where this information resides. In support of your firm's environmental policy you are requested to provide documentation regarding the environmental principles referenced in your policy and details of the environmental policy and its impact in terms of overall environmental management. Part – Partie 2 of – de 2 / Page 55 of - de 55
© Copyright 2024 ExpyDoc