Canada - Buyandsell.gc.ca

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