Operational Clothing & Footwear (OCFC2) (W8486-206245/A)
Tender Notice - Notice of Proposed Procurement (NPP)
Status
- Status
- Active
- Days until closing
- 2 months 2 weeks hence
Dates
- Publication date
- 2019/08/29
- Amendment date
- 2021/01/14
- Date closing
- 2021/04/07 14:00 Eastern Standard Time (EST)
Details
- GSIN
- Region of delivery
- Alberta
- British Columbia
- Manitoba
- National Capital Region
- New Brunswick
- Newfoundland and Labrador
- Northwest Territories
- Nova Scotia
- Nunavut
- Ontario
- Prince Edward Island
- Quebec
- Saskatchewan
- Yukon
- End user entity
- Department of National Defence
- Procurement entity
- Public Works and Government Services Canada
- Tendering procedure
- The bidder must supply Canadian goods and/or services
- Competitive procurement strategy
- Best Overall Proposal
- Trade agreement
-
- None
- Reference number
- PW-$$PR-756-77636
- Solicitation number
- W8486-206245/A
Description
Trade Agreement: NONE Tendering Procedures: The bidder must supply Canadian goods and/or services Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: Yes Nature of Requirements: This Solicitation (# W8486-206245/A) is for the Operational Clothing & Footwear Consolidated Contract (OCFC2) and is directly linked to all previous Solicitations posted on BuyandSell under the W8486-137549 series. Summary Background The Canadian Armed Forces (CAF) is responsible for protecting Canada and defending its sovereignty, defending North America and contributing to international peace and security. To carry out their responsibilities, CAF members must be equipped with operational clothing and footwear (OCF) that provides the necessary protection and operational mobility to conduct daily operations anywhere in the world. OCFC2 builds on the existing Consolidated Clothing Contract (C3) model operating in DND today for dress and occupational / environment uniform commodities, offering assurance of a tried and proven business model which has evolved through the last 20 years. For all items stipulated under contract, a prime vendor would be responsible for their acquisition, as well as inventory and distribution management and other services. This managed clothing solution (MCS) provides for the opportunity to develop a direct delivery system between the contractor and the individual military member. In addition, OCFC2 will allow for lower contract management and administrative overhead, lower inventory, improved acquisition cycles, improved response times for corrective actions and product improvement while allowing the apparel, textile and footwear industries to remain competitive, innovative and responsive. Brief Description The MCS will provide end-to-end management of the DND supply chain for Operational Clothing and Footwear (OCF), from acquisition and/or manufacturing to inventory management to distribution. It will include professional and design services as well as configuration management. The successful bidder will supply DND with a complete supply chain management approach that encompasses program management services, professional services, manufacturing, warehousing and inventory management, order processing and management, and distribution and delivery. The MCS will also provide an online Order Management System (OMS) for use by Authorized Users who will order items for Direct Delivery to the address of their choice. National and international deliveries may be required by the successful Bidder; destinations will only be specified at time of order. Period of the Contract The contract period will be for an initial period of 6 years from the date of the contract, with the option to extend the term of the contract by up to fourteen (14) additional one (1) year period under the same terms and conditions. Security Requirement There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website. National Security Exception (NSE) and Trade Agreements The national security exceptions provided for in the trade agreements have been invoked; therefore, this procurement is excluded from all of the obligations of all the trade agreements. Canadian Content Canadian Goods Definition, Certifications and Verification Process is described in Annex E. Comprehensive Land Claims Agreements (CLCAs) This procurement is subject to the Nunavut Land Claims Agreement, Gwichin Comprehensive Land Claim Agreement, Sahtu Dene and Metis Comprehensive Land Claim Agreement, Tlicho Land Claims and Self-Government Agreement, Inuvialuit Final Agreement, Vuntut Gwich'in First Nation, First Nation of Nacho Nyak Dun, Teslin Tlingit Council, Champagne and Aishihik First Nations, Little Salmon/Carmacks First Nation, Selkirk First Nation, Tr'ondëk Hwëch'in First Nation, Ta'an Kwach'an Council, Kluane First Nation, Kwanlin Dun First Nation, Carcross/Tagish First Nation, Maa-nulth Final Agreement, Nisgaa Final Agreement, Tsawwassen First Nation Final Agreement, James Bay and Northern Quebec Agreement, Northeastern Quebec Agreement, Nunavik Inuit Land Claims Agreement, Eeyou Marine Region Land Claims Agreement, Labrador Inuit Land Claims Agreement. Sollicitation amendment 012 is raised to modify the time of the Web conference. The bidders' conference will be held on Tuesday January 19, 2021 from 1:00pm to 3:00pm EST. It also provide details to join the meeting via ZOOM or teleconference. Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Contact information
- Contact name
- Baker, Johanne
- Contact email
- johanne.baker@tpsgc-pwgsc.gc.ca
- Contact phone
- (613) 854-9253 ( )
- Contact fax
- (613) 943-7970
- Contact address
L'Esplanade Laurier, East Tower 7th Floor Tour est 7e étage 140 O'Connor, rue O'Connor, Ottawa Ontario K1 A 0R5
Notifications
Get notifications for this tender notice:
Email notification RSS feed Atom feed
For more information on notifications, visit the Follow Opportunities page.
Find out who is interested in this tender
Are you looking for partnering opportunities or thinking about bidding? Find out who is interested in the tender and add your name to the List of Interested Suppliers.
Important: The LIS for a specific tender notice does not replace or affect the tendering procedures in place for the procurement. Businesses are still required to respond to bid solicitations and to compete based on established bid criteria. For more information please read the List of Interested Suppliers Terms of Use.
Access the List of Interested Suppliers for this tender
Activity
The following statistics are only for the English page and are provided in close to real time. To calculate the total activity for a tender notice, you will need to add the English and French statistics.
- Page views
(English page) - -
- Unique page views
(English page) - -
Support for smaller businesses
If you have questions specific to this procurement, please contact the Contracting Authority identified in the “Contact information” section of this tender notice.
If you need help understanding the federal procurement process or registering as a supplier, contact the Office of Small and Medium Enterprises. We have a network of offices across Canada.
Access and terms of use
Government of Canada (GC) tender notices and awards, solicitation documents and tender attachments are available free of charge and without registration on Buyandsell.gc.ca/tenders, the authoritative location for GC tenders.
You may have received this tender notice or award through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly through Buyandsell.gc.ca/tenders.
This Government of Canada tender notice or tender award carries an Open Government Licence - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to the section about Commercial Reproduction in the Buyandsell.gc.ca Terms and Conditions for more information.