Vehicle Equipment Installation/Removal Services – NS

Agency: Government of Canada
State: Federal
Level of Government: State & Local
Category:
  • 25 - Vehicular Equipment Components
  • J - Maintenance, Repair, and Rebuilding of Equipment
  • N - Installation of Equipment
Opps ID: NBD17738976004861943
Posted Date: Mar 27, 2024
Due Date: Apr 30, 2024
Solicitation No: M4000-4-5054
Source: Members Only

Description

The Royal Canadian Mounted Police (RCMP) has a requirement for the provision of labour, certain materials and supervision necessary to install and remove police emergency equipment, safety equipment and radio/communication equipment on RCMP vehicles on an “as and when” requested basis in Nova Scotia in accordance with the terms and conditions and the Scope of Work as detailed within this document or directed by the Atlantic Region Fleet Manager or Site Authority of the RCMP “H” Division, Nova Scotia.

It is anticipated that the RCMP will make use of several contractors in the Halifax Regional Municipality area. The number of vehicles built and stored at each site will depend on the number of successful Offerors and their capacity.

In conjunction with the criteria outlined in this proposal, the award of a Standing Offer will be based on capacity, service delivery turn-around time, lowest price and storage availability.

The standing offer period will be for a 12-month period, with 3 additional 12-month options to extend.

It is estimated that 150 vehicles will be equipped per 12-month period and that 150 vehicles will be de-equipped over the same period.

The requirement also includes the provision of an outdoor storage compound located on site of the Contractor’s installation facility in Nova Scotia within a 20-kilometer radius of the Halifax Regional Municipality (HRM), NS that has the capacity to store a minimum of 50 RCMP vehicles at any one time. The number of vehicles requiring storage will fluctuate.

There is a security requirement associated with the Standing Offer.

Basis of selection:

An offer must comply with the requirements of the Request for Standing Offer and meet all mandatory technical evaluation criteria to be declared responsive. The responsive offers with the lowest evaluated prices will be recommended for issuance of a standing offer.

Tenders must be submitted to the RCMP Bid Receiving Unit at:

Bid Receiving/Réception des sousmissions
ATL_Procurement@rcmp-grc.gc.ca

Refer to the attached tender documents to obtain further information.

Canada retains the right to negotiate with any supplier on any procurement.

Documents may be submitted in either official language of Canada.

The RCMP has adopted the Integrity Regime administered by Public Services and Procurement Canada. As a result, the integrity provisions are being applied in RCMP contracting activities as outlined in this solicitation.

Canada will make available Notices of Proposed Procurement (NPP), bid solicitations and related documents for download through the Government Electronic Tendering Service (GETS) at https://canadabuys.canada.ca/en/tender-opportunities . Canada is not responsible and will not assume any liabilities whatsoever for the information found on websites of third parties. In the event an NPP, bid solicitation or related documentation would be amended, Canada will not be sending notifications. Canada will post all amendments, including significant enquiries received and their replies, using GETS. It is the sole responsibility of the Bidder to regularly consult GETS for the most up-to-date information. Canada will not be liable for any oversight on the Bidder's part nor for notification services offered by a third party.

Indigenous Procurement:

The federal Indigenous Business Directory (IBD) is an online resource for all levels of government and the private sector to identify Indigenous business capacity. Having a business profile in the IBD will increase your company’s visibility and may provide additional business. A profile in the IBD can also allow you to compete for federal government contracts that are set-aside for Indigenous businesses through the Procurement Strategy for Indigenous Businesses. For more information and to review eligibility criteria and register, visit: www.canada.ca/indigenousbusinessdirectory .

Show more description Show less description
Contract duration

The estimated contract period will be 48 month(s), with a proposed start date of 2024/06/01.

Trade agreements
  • World Trade Organization Agreement on Government Procurement (WTO GPA)
  • Canada-Chile Free Trade Agreement (CCFTA)
  • Canada-Peru Free Trade Agreement (CPFTA)
  • Canada-Colombia Free Trade Agreement
  • Canada-Panama Free Trade Agreement
  • Canada-Honduras Free Trade Agreement
  • Canada-Korea Free Trade Agreement (CKFTA)
  • Canadian Free Trade Agreement (CFTA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
  • Canada-Ukraine Free Trade Agreement (CUFTA)
  • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
Reason for limited tendering

A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

  • None
Partner with another business

The functionality to add your company name to the list of interested businesses is temporarily unavailable.

This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use .

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >