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 0A1 / Noyau 0A1
Gatineau
Québec
K1A 0S5
Bid Fax: (819) 997-9776
Solicitation No. - N° de l'invitation
Date
W8482-146156/B
2014-11-05
REQUEST FOR PROPOSAL
DEMANDE DE PROPOSITION
Proposal To: Public Works and Government
Services Canada
We hereby offer to sell to Her Majesty the Queen in right
of Canada, in accordance with the terms and conditions
set out herein, referred to herein or attached hereto, the
goods, services, and construction listed herein and on any
attached sheets at the price(s) set out therefor.
Proposition aux: Travaux Publics et Services
Gouvernementaux Canada
5.75 - 6.0M INFLATABLE BOATS
Client Reference No. - N° de référence du client
W8482-146156
GETS Reference No. - N° de référence de SEAG
PW-$$MC-030-24777
File No. - N° de dossier
CCC No./N° CCC - FMS No./N° VME
030mc.W8482-146156
Solicitation Closes - L'invitation prend fin
at - à 02:00 PM
on - le 2014-11-25
F.O.B. - F.A.B.
Plant-Usine:
Destination:
Time Zone
Fuseau horaire
Eastern Standard Time
EST
Other-Autre:
Address Enquiries to: - Adresser toutes questions à:
Buyer Id - Id de l'acheteur
Dufour(030mc), Erin
030mc
Telephone No. - N° de téléphone
FAX No. - N° de FAX
(819) 956-8292 (
( )
)
-
Destination - of Goods, Services, and Construction:
Destination - des biens, services et construction:
Nous offrons par la présente de vendre à Sa Majesté la
Reine du chef du Canada, aux conditions énoncées ou
incluses par référence dans la présente et aux annexes
ci-jointes, les biens, services et construction énumérés
ici sur toute feuille ci-annexée, au(x) prix indiqué(s).
Specified Herein
Précisé dans les présentes
Comments - Commentaires
Instructions: See Herein
Instructions: Voir aux présentes
Vendor/Firm Name and Address
Raison sociale et adresse du
fournisseur/de l'entrepreneur
Delivery Required - Livraison exigée
Delivery Offered - Livraison proposée
See Herein
Vendor/Firm Name and Address
Raison sociale et adresse du fournisseur/de l'entrepreneur
Issuing Office - Bureau de distribution
Ship Construction, Refit and Related Services/Construction
navale, Radoubs et services connexes
11 Laurier St. / 11, rue Laurier
6C2, Place du Portage
Gatineau
Québec
K1A 0S5
Telephone No. - N° de téléphone
Facsimile No. - N° de télécopieur
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 23
Date
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-146156/B
Buyer ID - Id de l'acheteur
030mc
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-146156
030mcW8482-146156
CCC No./N° CCC - FMS No/ N° VME
REQUEST FOR PROPOSALS (RFP) FOR THE PURCHASE OF
TWENTY-FIVE (25), INFLATABLE BOATS FOR
THE DEPARTMENT OF NATIONAL DEFENCE (DND)
TABLE OF CONTENTS
PART 1 - GENERAL INFORMATION
1.
2.
3.
4.
Security Requirement
Requirement
Debriefings
Trade Agreement
PART 2 - BIDDER INSTRUCTIONS
1.
2.
3.
4.
Standard Instructions, Clauses and Conditions
Submission of Bids
Enquiries - Bid Solicitation
Applicable laws
PART 3 - BID PREPARATION INSTRUCTIONS
1.
Bid Preparation Instructions
PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION
1.
2.
Evaluation Procedures
Basis of Selection
PART 5 - CERTIFICATIONS
1.
2.
Mandatory Certifications Required Precedent to Contract Award
Additional Certifications Precedent to Contract Award
PART 6 - RESULTING CONTRACT CLAUSES
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
Security Requirement
Requirement
Standard Clauses and Conditions
Term of Contract
Authorities
Payment
Invoicing Instructions
Certifications
Welding Certification
Project Schedule
Progress Report
SACC Manual Clauses
Preparation for Delivery
Shipping Instructions
Release Documents - Distribution
Page 2 of - de 23
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-146156/B
030mc
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-146156
030mcW8482-146156
16.
17.
18.
19.
20.
21.
22.
23.
Trade Qualifications
Defence Contract
Post Contract Award/Pre-Production Meeting
Manuals
Inspections, Test and Trials
Insurance Requirements
Applicable Laws
Priority of Documents
List of Annexes:
Annex
Annex
Annex
Annex
Annex
Buyer ID - Id de l'acheteur
"A" - Technical Statement of Requirement (TSOR)
“B” - Cost Breakdown
“C” - Subcontractors
“D” - Bidder Questions and Canada Responses
“E” - Inspection/Quality Assurance/Quality Control
Page 3 of - de 23
CCC No./N° CCC - FMS No/ N° VME
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-146156/B
Buyer ID - Id de l'acheteur
030mc
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-146156
030mcW8482-146156
CCC No./N° CCC - FMS No/ N° VME
PART 1 - GENERAL INFORMATION
1.
Security Requirement
There is no security requirement associated with this bid solicitation.
2.
Requirement
The Department of National Defence (DND) has a requirement to purchase twenty-five (25) inflatable
boats built in accordance with the Technical Statement of Requirement (TSOR) - Annex “A” and the
Bidders Questions and Canada Responses – Annex “D” attached to this RFP.
3.
Debriefings
Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the
request to the Contracting Authority within 15 working days of receipt of the results of the bid solicitation
process. The debriefing may be in writing, by telephone or in person.
4.
Trade Agreement
The requirement is subject to the provisions of the Agreement on Internal Trade (AIT).
PART 2 - BIDDER INSTRUCTIONS
1.
Standard Instructions, Clauses and Conditions
All instructions, clauses and conditions identified in the bid solicitation 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-conditions-manual)
issued by Public Works and Government Services Canada.
Bidders who submit a bid agree to be bound by the instructions, clauses and conditions of the bid
solicitation and accept the clauses and conditions of the resulting contract.
The 2003, 2014-03-01, Standard Instructions - Goods or Services - Competitive Requirements, are
incorporated by reference into and form part of the bid solicitation.
1.1
SACC Manual Clause
B1000T, 2014-06-26, Condition of Material
B3000T, 2006-06-16, Equivalent Products
2.
Submission of Bids
Bids 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 bid solicitation.
Due to the nature of the bid Solicitation, bids transmitted by facsimile to PWGSC will not be accepted.
Page 4 of - de 23
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-146156/B
2.1
Buyer ID - Id de l'acheteur
030mc
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-146156
030mcW8482-146156
CCC No./N° CCC - FMS No/ N° VME
Improvement of Requirement During Solicitation Period
Should bidders consider that the specifications or Statement of Work contained in the bid solicitation
could be improved technically or technologically, bidders are invited to make suggestions, in writing, to
the Contracting Authority named in the bid solicitation. Bidders must clearly outline the suggested
improvement as well as the reason for the suggestion. Suggestions that do not restrict the level of
competition nor favour a particular bidder will be given consideration provided they are submitted to the
Contracting Authority at least seven (7) days before the bid closing date. Canada will have the right to
accept or reject any or all suggestions.
3.
Enquiries - Bid Solicitation
All enquiries must be submitted in writing to the Contracting Authority no later than seven (7) calendar
days before the bid closing date. Enquiries received after that time may not be answered.
Bidders should reference as accurately as possible the numbered item of the bid solicitation to which the
enquiry relates. Care should be taken by bidders 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 the Bidder do so, so that the proprietary nature of the question is
eliminated, and the enquiry can be answered with copies to all bidders. Enquiries not submitted in a form
that can be distributed to all bidders may not be answered by Canada.
4.
Applicable Laws
Any resulting contract must be interpreted and governed, and the relations between the parties
determined, by the laws in force in the Province of Ontario.
Bidders may, at their discretion, substitute the applicable laws of a Canadian province or territory of their
choice without affecting the validity of their bid, 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 bidders.
PART 3 - BID PREPARATION INSTRUCTIONS
1.
Bid Preparation Instructions
Canada requests that bidders provide their bid in separately bound sections as follows:
Section I
-
Technical Bid (three (3) hard copies and three (3) soft copies on CDs)
Section II
-
Financial Bid (one (1) hard copy and one (1) soft copy on CD)
Section III
-
Certifications (one (1) hard copy and one (1) soft copy on CD)
Two (2) packages must be provided with the bid. The first package should include two (2) hard and
two (2) soft copies of the Technical Bid, Section I. The other package should include all Sections as
requested above.
If there is a discrepancy between the wording of the soft copy and the hard copy, the wording of the hard
copy will have priority over the wording of the soft copy.
Page 5 of - de 23
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-146156/B
Buyer ID - Id de l'acheteur
030mc
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-146156
030mcW8482-146156
CCC No./N° CCC - FMS No/ N° VME
Prices must appear in the financial bid only. No prices must be indicated in any other section of the
bid.
Canada requests that bidders follow the format instructions described below in the preparation of their
bid:
(a) use 8.5 x 11 inch (216mm 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/achats-procurement/politique-policy-eng.html). To
assist Canada in reaching its objectives, bidders should:
1)
use 8.5 x 11 inch (216 mm x 279 mm) paper containing fibre certified as originating from a
sustainably-managed forest and 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.
By the submission of a bid, Bidders agree that all supplemental revisions, Addenda or deletions,
including answers to questions raised by Bidders during the period prior to submission of bids, must be
incorporated in the Bidder's Proposal together with the Bidder's Firm Price.
1.1
Section I - Technical Bid
In their technical bid, bidders should explain and demonstrate how they propose to meet the
requirements and how they will carry out the Work.
1.1.1
Project Schedule
1. As part of its technical bid, the Bidder must propose its preliminary project schedule, in MS Project
format or equivalent. The project schedule must include the Bidder's work breakdown structure, the
scheduling of main activities and milestone events, and any potential problem areas involved in
completing the Work.
1.1.2
Inspection and Test Plan (ITP)
Bidders may be required to provide an example of its ITP. Bidders must provide within five (5) working
days of receiving written notification from the Contracting Authority.
1.1.3
Subcontractors
A list, in the form of the attached Annex “C” of subcontracts for labor and/or material must be included
with the Bidder's Proposal, stating the name and address of each subcontractor, and a description
(Make, Model No.) of the goods or services to be supplied by each.
1.1.4
Vessel Construction Experience
Page 6 of - de 23
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-146156/B
Buyer ID - Id de l'acheteur
030mc
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-146156
030mcW8482-146156
CCC No./N° CCC - FMS No/ N° VME
The Bidder must provide objective evidence that it has a proven capability in the construction of vessels
of the size, type and complexity which is the subject to this RFP, by providing a detailed list of such
boats built within the last five (5) years.
1.1.5
Contractor Quality Management System
1. The Bidder must provide objective evidence that it has a Quality Assurance Program, which must be
in place during the performance of the Work, and which addresses the quality control elements below.
2. The objective evidence may be in the form of a copy of the Bidder's Quality Assurance Manual which
addresses these elements. Proof of registration with a recognized quality assurance organization whose
system addresses the minimum requirements below, may be submitted for consideration.
3. The Bidder must also provide a minimum of three (3) samples of completed quality records used on
the most recent marine vessel construction at its facility.
4. The quality control elements must include, as a minimum:
Management Representative
Quality Assurance Manual
Quality Assurance Program Descriptions
Quality Reporting Organization
Documentation
Measuring and Testing Equipment
Procurement
Inspection and Test Plan
Incoming Inspection
In-Process Inspection
Final Inspection
Special Processes
Quality Records
Non Conformance
Corrective Action
5. Bidder facilities may be audited by Canada, or its authorized representative, prior to award of contract
to ensure that a system is in place in accordance with the foregoing requirement.
6. The Contractor will be required to submit completed quality assurance documentation with each claim
for payment.
1.1.6
Insurance Requirements
The Bidder must provide a letter from an insurance broker or an insurance company licensed to operate
in Canada stating that the Bidder, if awarded a contract as a result of the bid solicitation, can be insured
in accordance with the Insurance Requirements specified in Part 6 - Resulting Contract Clause 21.
If the information is not provided in the bid, the Contracting Authority will so inform the Bidder and
provide the Bidder with a time frame within which to meet the requirement. Failure to comply with the
Page 7 of - de 23
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-146156/B
Buyer ID - Id de l'acheteur
030mc
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-146156
030mcW8482-146156
CCC No./N° CCC - FMS No/ N° VME
request of the Contracting Authority and meet the requirement within that time period will render the bid
non-responsive.
Page 8 of - de 23
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-146156/B
030mc
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-146156
030mcW8482-146156
1.2
Buyer ID - Id de l'acheteur
CCC No./N° CCC - FMS No/ N° VME
Section II - Financial Bid
Bidders must submit their financial bid in accordance with the BASIS OF PAYMENT and the following
articles. The total amount of the applicable taxes must be shown separately.
1.2.1
Financial Capability
A9033T, 2012-07-16, Financial Capability
1.2.2
Firm Price
Bidders must indicate for each of the following Item, the Bid price excluding taxes.
Description
Firm Price
Item 1: Ten (10) inflatable boats built in
accordance with Annex “A” and Annex “D”
$_____________ (CAD)
Item 2: FOB Destination for ten (10) boats (Item 1) to
Victoria, BC - Transportation cost:
$_____________ (CAD)
Item 3: Fifteen (15) inflatable boats built in
accordance with Annex “A” and Annex “D”
$_____________ (CAD)
Item 4: FOB Destination for fifteen (15) boats (Item 3) to
Halifax, NS - Transportation cost:
$_____________ (CAD)
TOTAL WITHOUT GST/HST
1.2.3
$_____________ (CAD)
Cost Breakdown
1. Bidders must include with their financial bid a complete cost breakdown of its bid price for the Work.
Each item of work or services in the TSOR is to be priced individually to indicate labour, material,
overhead and profit. Each item of cost must be cross referenced to the matching article numbers of the
TSOR.
2. The cost breakdown must itemize all costs included in its price for the Work in accordance with the
Bidder's cost accounting or cost schedule system. Alternatively, Bidders may complete the attached
Annex “B” which is the minimum amount of information required.
3. The information submitted as a mandatory item will be held as confidential business information. The
details of this information may be used for contractual evaluation purposes and/or contract administration
purposes.
1.3
Section III - Certifications
Bidders must submit the certifications required under Part 5.
Page 9 of - de 23
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-146156/B
Buyer ID - Id de l'acheteur
030mc
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-146156
030mcW8482-146156
CCC No./N° CCC - FMS No/ N° VME
PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION
1.
Evaluation Procedures
(a) Bids will be assessed in accordance with the entire requirement of the bid solicitation including the
technical, the management and financial evaluation criteria.
(b) An evaluation team composed of representatives of Canada will evaluate the bids.
1.1
Technical Evaluation
1.1.1
Mandatory Technical Criteria
In order to be compliant, Bidder's proposal must, to the satisfaction of Canada, meet all requirements of
the TSOR and provide all information as requested in PART 3 – BID PREPARATION INSTRUCTIONS,
1.1 Section I - Technical Bid.
1.2
Financial Evaluation
A0222T, 2013-04-25, Evaluation of Price
2.
Basis of Selection
A bid must comply with the requirements of the bid solicitation and meet all mandatory technical
evaluation criteria to be declared responsive. The responsive bid with the lowest evaluated price will be
recommended for award of a contract.
A mandatory requirement is described using the words "shall", "must", "will" "is required" or "is
mandatory".
Page 10 of - de 23
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-146156/B
Buyer ID - Id de l'acheteur
030mc
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-146156
030mcW8482-146156
CCC No./N° CCC - FMS No/ N° VME
PART 5 - CERTIFICATIONS
Bidders must provide the required certifications and documentation to be awarded a contract.
The certifications provided by bidders to Canada are subject to verification by Canada at all times.
Canada will declare a bid non-responsive, or will declare a contractor in default, if any certification made
by the Bidder is found to be untrue whether during the bid evaluation period or during the contract period.
The Contracting Authority will have the right to ask for additional information to verify the Bidder’s
certifications. Failure to comply with this request will also render the bid non-responsive or will constitute
a default under the Contract.
1.
Mandatory Certifications Required Precedent to Contract Award
1.1
Code of Conduct and Certifications - Related documentation
By submitting a bid, the Bidder certifies that the Bidder and its affiliates are in compliance with the
provisions as stated in Section 01 Code of Conduct and Certifications - Bid of Standard Instructions
2003. The related documentation therein required will assist Canada in confirming that the certifications
are true.
1.2
Federal Contractors Program for Employment Equity - Bid Certification
By submitting a bid, the Bidder certifies that the Bidder, and any of the Bidder's members if the Bidder is
a Joint Venture, is not named on the Federal Contractors Program (FCP) for employment equity "FCP
Limited Eligibility to Bid" list (http://www.hrsdc.gc.ca/eng/labour/index.shtml) available from Human
Resources and Skills Development Canada (HRSDC) - Labour's website.
Canada will have the right to declare a bid non-responsive if the Bidder, or any member of the Bidder if
the Bidder is a Joint Venture, appears on the “FCP Limited Eligibility to Bid“ list at the time of contract
award.
2.
Additional Certifications Precedent to Contract Award
The certifications listed below should be completed and submitted with the bid, but may be submitted
afterwards. If any of these required certifications is not completed and submitted as requested, the
Contracting Authority will so inform the Bidder and provide the Bidder with a time frame within which to
meet the requirement. Failure to comply with the request of the Contracting Authority and meet the
requirement within that time period will render the bid non-responsive.
2.1
Welding Certification
1. Welding must be performed by a welder certified by the Canadian Welding Bureau and in
accordance with the requirements of the following Canadian Standards Association (CSA) standards:
(a) CSA W47.2-M1987 (R2003), Certification of Companies for Fusion Welding of Aluminum division
1 or 2.1.
2. Before contract award and within five (5) calendar days of the written request by the Contracting
Authority, the successful Bidder must submit evidence demonstrating its certification to the welding
standards.
Page 11 of - de 23
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-146156/B
Buyer ID - Id de l'acheteur
030mc
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-146156
030mcW8482-146156
CCC No./N° CCC - FMS No/ N° VME
PART 6 - RESULTING CONTRACT CLAUSES
1.
Security Requirement
There is no security requirement applicable to this Contract.
2.
Requirement
The Contractor must deliver to the Department of National Defence (DND) twenty-five (25) inflatable
boats in accordance with the Technical Statement of Requirement (TSOR) - Annex “A” and the Bidder
Questions and Canada Responses – Annex “D”, attached to this RFP.
Delivery locations:
Quantity ten (10) inflatable boats to:
DND
CFB Esquimalt
Bldg 66 Colwood
Victoria, BC
V9A 7N2
Quantity fifteen (15) inflatable boats to:
DND
CFB Halifax
Main Warehouse
2519 Provo Wallis Street
Halifax, NS
B3K 5X5
3.
Standard Clauses & Conditions
All clauses and conditions identified in the Contract 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-conditions-manual)
issued by Public Works and Government Services Canada.
3.1
General Conditions
2030, 2014-03-01, Goods (Higher Complexity) apply to and form part of the Contract.
3.2
Supplemental General Conditions
1028, 2010-08-16, Ship Construction - Firm Price, apply to and form part of the Contract.
Page 12 of - de 23
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-146156/B
030mc
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-146156
030mcW8482-146156
4.
Term of Contract
4.1
Delivery date
Buyer ID - Id de l'acheteur
CCC No./N° CCC - FMS No/ N° VME
A quantity of five (5) boats must be delivered monthly for a period of five (5) months. All twenty-five (25)
boats and any other deliverable(s) identified in the Contract must be delivered within five (5) months of
the Contract Award date.
5.
Authorities
5.1
Contracting Authority
The Contracting Authority for the Contract is:
Erin Dufour, Purchasing Assistant
Department of Public Works and Government Services Canada
Acquisitions Branch
Marine Sector
6C2, Place du Portage, Phase III
11 Laurier Street,
Gatineau, QC. K1A 0S5
CANADA
Tel: (819) 956-8292
E-mail: [email protected]
The Contracting Authority is responsible for the management of the Contract, and any changes to the
Contract must be authorized in writing by the Contracting Authority. The Contractor must not perform
work in excess of or outside the scope of the Contract based or verbal or written requests or instructions
from anybody other than the Contracting Authority.
5.2
Technical Authority
The Technical Authority for the Contract is: (information will be provided at contract award)
Name:
Title:
Organization:
Address:
Telephone:
Facsimile:
E-mail:
The Technical Authority named above is the representative of the department or agency for whom the
Work is being carried out under the Contract and is responsible for all matters concerning the technical
content of the Work under the Contract. Technical matters may be discussed with the Technical
Authority, however the Technical Authority has no authority to authorize changes to the scope of the
Work. Changes to the scope of the Work can only be made through a contract amendment issued by
the Contracting Authority.
Page 13 of - de 23
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-146156/B
030mc
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-146156
030mcW8482-146156
5.3
Buyer ID - Id de l'acheteur
CCC No./N° CCC - FMS No/ N° VME
Inspection Authority/Quality Assurance Authority
The Inspection Authority is the representative of the department or agency for whom the Work is being
performed under the Contract and is responsible for inspection of the Work and acceptance of the
finished work. The Inspection Authority may be represented on-site by a designated inspector and any
other Government of Canada inspector who may from time to time be assigned in support of the
designated Inspector.
All work is subject to Government Quality Assurance performed at the Contractor's or subcontractor's
facility, and at the installation site, by the Director of Quality Assurance, or it’s designated Quality
Assurance Representative (QAR).
Director of Quality Assurance
National Defence Headquarters
MGen George R. Pearkes Building
101 Colonel By Drive
Ottawa, ON K1A 0K2
E-mail: [email protected]
Within forty-eight (48) hours of contract award, the Contractor must contact the QAR. The name,
location and phone number of the QAR can be obtained from the nearest National Defence Quality
Assurance Region (NDQAR) listed below:
•
Atlantic - Halifax 902-427-7224 or 902-427-7150
•
•
•
•
•
•
•
•
•
•
Quebec - Montreal 514-732-4410 or 514-732-4477
Quebec - Quebec City 418-694-5998, ext. 5996
National Capital Region - Ottawa 819-939-0168
Ontario - Toronto 416-635-4404, ext. 6081 or 2754
Ontario - London 519-964-5757
Manitoba/Saskatchewan - Winnipeg 204-833-2500, ext. 6574
Alberta - Calgary 403-410-2320, ext. 3830
Alberta - Edmonton 780-973-4011, ext. 2276
British Columbia - Vancouver 604-225-2520, ext. 2460
British Columbia - Victoria 250-363-5662
The Contractor is responsible for performing, or having performed, all inspections and tests necessary
to substantiate that the material or services provided conform to the requirements of the Contract.
The Contractor must provide, at no additional cost, all applicable test data, all technical data, test
pieces and samples as may reasonably be required by the QAR to verify conformity to the
requirements of the Contract. The Contractor must forward at its expense such technical data, test
data, test pieces and samples to such location as the QAR may direct.
Quality control, inspection and test records that substantiate conformity to the specified requirements,
including records of corrective actions, must be retained by the Contractor for three (3) years from the
date of completion or termination of the Contract and must be made available to the QAR upon
request.
Page 14 of - de 23
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-146156/B
030mc
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-146156
030mcW8482-146156
6.
Payment
6.1
Basis of Payment
Buyer ID - Id de l'acheteur
CCC No./N° CCC - FMS No/ N° VME
In consideration of the Contractor satisfactorily completing all of its obligations under the Contract, the
Contractor will be paid a firm price of $ _________ Customs duties are included and Goods and Services
Tax or Harmonized Sales Tax is extra, if applicable.
6.2
Payment for Fuels, Oils and Lubricants
The Contractor is responsible for the supply and cost of all fuel, lubricating oil, hydraulic oil and other
lubricants sufficient for fully charging all systems as required for operating the machinery and other
equipment and for performing all tests and trials.
6.3
Field Engineering and Supervisory Services
If Field Service Representatives (FSR) and/or Supervisory Services are required for the Work, the cost
of all such services is to be included in the price for the Work.
6.4
Limitation of Price
Canada will not pay the Contractor for any design changes, modifications or interpretations of the Work
unless they have been approved, in writing, by the Contracting Authority before their incorporation into
the Work.
6.5
Multiple Payments
Canada will pay the Contractor upon completion and delivery of units in accordance with the payment
provisions of the Contract if:
(a) an accurate and complete invoice and any other documents required by the Contract have been
submitted in accordance with the invoicing instructions provided in the Contract;
(b) all such documents have been verified by Canada;
(c) the Work delivered has been accepted by Canada.
7.
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 must be supported by:
(a) a copy of the release document and any other documents as specified in the Contract;
(b) Quality Assurance documentation when applicable and/or as requested by the Contracting Authority.
Page 15 of - de 23
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-146156/B
Buyer ID - Id de l'acheteur
030mc
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-146156
030mcW8482-146156
CCC No./N° CCC - FMS No/ N° VME
2. The invoice must be distributed as follows:
(a) For the delivery of the ten (10) boats delivered to Victoria BC, the original and one (1) copy must be
forwarded to:
Department of National Defence
Base Logistics Officer
CFB Esquimalt
Stn Forces P.O Box 17000
Victoria, BC V9A 7N2
CANADA
(b) For the delivery of the fifteen (15) boats delivered to Halifax NS, the original and one (1) copy must
be forwarded to:
Department of National Defence
Maritime Forces Atlantic
P.O. Box 99000, Stn Forces
Halifax, NS B3K 5X5
CANADA
(c) One (1) copy must be forwarded to:
Department of National Defence
National Defense Headquarters
101, Colonel By Drive
Ottawa, ON Canada
K1A 0K2
Attention: D Mar P 4-3-3-4
(d) One (1) copy must be forwarded to the Contracting Authority identified under the section entitled
"Authorities" of the Contract.
8.
Certifications
Compliance with the certifications provided by the Contractor in its bid is a condition of the Contract and
subject to verification by Canada during the term of the Contract. If the Contractor does not comply with
any certification or it is determined that any certification made by the Contractor in its bid is untrue,
whether made knowingly or unknowingly, Canada has the right, pursuant to the default provision of the
Contract, to terminate the Contract for default.
9.
Welding Certification
1. The Contractor must ensure that welding is performed by a welder certified by the Canadian Welding
Bureau (CWB) in accordance with the requirements of the following Canadian Standards Association
(CSA) standards:
(a) CSA W47.2-M1987 (R2003), Certification for Companies for Fusion Welding of Aluminum division 1
or 2.1.
Page 16 of - de 23
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-146156/B
Buyer ID - Id de l'acheteur
030mc
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-146156
030mcW8482-146156
CCC No./N° CCC - FMS No/ N° VME
2. In addition, welding must be done in accordance with the requirements of the applicable drawings and
specifications.
3. Before the commencement of any fabrication work, and upon request from the Inspection Authority,
the Contractor must provide approved welding procedures and/or a list of welding personnel he intends
to use in the performance of the Work. The list must identify the CWB
welding procedure
qualifications attained by each of the personnel listed and must be accompanied by a copy of each
person's current CWB welding certification.
10.
Project Schedule
1. The Contractor must provide a detailed project schedule in MS Project format or equivalent to the
Contracting Authority and the Technical Authority 5 days after award of Contract.
2. The schedule is to be regularly updated and available in the Contractor's office for review by Canada's
authorities to determine the progress of the Work.
11.
Progress Report
1. The Contractor must submit monthly reports on the progress of the Work in an electronic format to the
Technical Authority and to the Contracting Authority.
2. The progress report must contain two (2) Parts:
(a) PART 1: The Contractor must answer the following three questions:
(i) is the project on schedule?
(ii) is the project within budget?
(iii) is the project free of any areas of concern in which the assistance or guidance of Canada may be
required?
Each negative response must be supported with an explanation.
(b) PART 2: A narrative report, brief, yet sufficiently detailed to enable the Technical Authority to
evaluate the progress of the Work, containing as a minimum:
(i) a description of the progress of each task and of the Work as a whole during the period of the report.
Sufficient sketches, diagrams, photographs, etc., must be included, if necessary, to describe the
progress accomplished.
(ii) an explanation of any variation from the schedule.
12.
SACC Manual Clauses
C2801C (2011-05-16) Priority Rating - Canadian Contractors
D2000C (2007-11-30) Marking
B7500C (2006-06-16) Excess Goods
D6010C (2007-11-30) Palletization
D2001C (2007-11-30) Labelling
D5540C (2010-08-16) ISO 9001:2008 Quality Management Systems – Requirements
D5606C (2012-07-16) Release Documents - Canadian-based Contractor
D9002C (2007-11-30) Incomplete Assemblies
Page 17 of - de 23
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-146156/B
13.
Buyer ID - Id de l'acheteur
030mc
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-146156
030mcW8482-146156
CCC No./N° CCC - FMS No/ N° VME
Preparation for Delivery
The Contractor must prepare all items 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 items in quantity of 1 per unit pack.
14.
Shipping Instructions
The Contractor must ship the goods prepaid DDP - Delivered Duty Paid (... named place of destination).
Unless otherwise directed, delivery must be made by the most economical means. Shipping charges
must be shown as a separate item on the Contractor's invoice. The Contractor is responsible for all
delivery charges, administration, costs and risks of transport and customs clearance, including the
payment of customs duties and Applicable Taxes.
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) A quantity of ten (10) boats must be delivered to:
CFB Esquimalt
Building 66 Colwood
Victoria, BC V9A 7N2
CANADA
Attention: Reception
(b) A quantity of fifteen (15) boats must be delivered to: CFB Halifax
2519 Provo Wallis Street
Halifax, NS B3K 5X5
CANADA
Attention: Main Warehouse
15.
Release Documents – Distribution
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 Contracting Authority;
(d) One (1) copy to:
National Defence Headquarters
Mgen George R. Pearkes Building
101 Colonel By Drive
Ottawa, ON K1A OK2
Attention: _____
Page 18 of - de 23
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-146156/B
Buyer ID - Id de l'acheteur
030mc
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-146156
030mcW8482-146156
CCC No./N° CCC - FMS No/ N° VME
(e) One (1) copy to the Quality Assurance Representative;
(f) One (1) copy to the Contractor.
16.
Trade Qualifications
The Contractor must use qualified, certified (where applicable) and competent tradespeople and
supervision to ensure a uniform high level of workmanship. The Contracting Authority may request to
view and record details of the certification and/or qualifications held by the Contractor’s tradespeople.
This request should not be unduly exercised but only to ensure qualified tradespeople are on the job.
17.
Defence Contract
SACC Manual Clause A9006C (2012-07-16) Defence Contract
18.
Post Contract Award/Pre-Production Meeting
Within three (3) working days of the receipt of the contract, the Contractor must contact the Contracting
Authority to determine the details of a pre-production meeting. The meeting will be held at the
Contractor's plant. Cost of holding such pre-production meeting must be included in the price of the bid.
Please note that the travel and living expenses for Government Personnel will be arranged and paid for
by the Canada.
19.
Manuals
1. The Contractor must obtain and deliver to the Technical Authority, no later than fourteen calendar (14)
days prior to delivery of each boat for approval all Data Books, Operating Instruction Books,
Maintenance Manuals and Spare Parts Lists (including part numbers and ordering instructions) for all
machinery and equipment fitted on the Vessel as required. Once approved by the TA, the Contractor will
provide two (2) complete copies in accordance with and as specified in the TSOR, Article 3.2.1 Manuals.
2. Where manuals are examined by Canada, such examination does not relieve the Contractor of any
responsibility under the Contract for ensuring the correctness of all details and adequacy of performance
of the Vessel, nor does it obligate Canada to accept, in part or in whole, an item of Work completed in
accordance with such manual, nor does it mean such an item of Work meets the requirements of the
TSOR.
20.
Inspection, Test & Trials
1. During Construction of the vessel, the Contractor must arrange for regular inspections and upon
completion of the construction of each vessel, the Contractor must arrange to trial each vessel. All
Inspections and test and trials performed must be in accordance with the TSOR and the Annex “E” Inspection/Quality Assurance/Quality Control. The Inspection Authority must approve any additional
testing not specified in the TSOR.
2. The Contractor must prepare and submit an Inspection and Test Plan (ITP) to the Contracting
Authority and the Inspection Authority seven (7) days after contract award for review and amended by
the Contractor to the satisfaction of the Inspection Authority.
Page 19 of - de 23
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-146156/B
Buyer ID - Id de l'acheteur
030mc
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-146156
030mcW8482-146156
CCC No./N° CCC - FMS No/ N° VME
3. Once approved, any modification to the ITP must be pre-approved by the Inspection Authority. A
revised ITP will be required should any modification be made.
21.
Insurance Requirements
The Contractor must comply with the insurance requirements specified in Articles 21.1 and 21.2 below.
The Contractor must maintain the required insurance coverage for the duration of the Contract.
Compliance with the insurance requirements does not release the Contractor from or reduce its liability
under the Contract.
The Contractor is responsible for deciding if additional insurance coverage is necessary to fulfill its
obligation under the Contract and to ensure compliance with any applicable law. Any additional
insurance coverage is at the Contractor's expense, and for its own benefit and protection.
The Contractor must forward to the Contracting Authority within ten (10) days after the date of award of
the Contract, a Certificate of Insurance evidencing the insurance coverage and confirming that the
insurance policy complying with the requirements is in force. Coverage must be placed with an Insurer
licensed to carry out business in Canada. The Contractor must, if requested by the Contracting
Authority, forward to Canada a certified true copy of all applicable insurance policies.
21.1
General Commercial Insurance
1. The Contractor must obtain Commercial General Liability Insurance, and maintain it in force
throughout the duration of the Contract, in an amount usual for a contract of this nature, but for not less
than $2,000,000 per accident or occurrence and in the annual aggregate.
2. The Commercial General Liability policy must include the following:
(a) Additional Insured: Canada is added as an additional insured, but only with respect to liability arising
out of the Contractor's performance of the Contract. The interest of Canada should read as follows:
Canada, as represented by Public Works and Government Services Canada.
(b) Bodily Injury and Property Damage to third parties arising out of the operations of the Contractor.
(c) Products and Completed Operations: Coverage for bodily injury or property damage arising out of
goods or products manufactured, sold, handled, or distributed by the Contractor and/or arising out of
operations that have been completed by the Contractor.
(d) Personal Injury: While not limited to, the coverage must include Violation of Privacy, Libel and
Slander, False Arrest, Detention or Imprisonment and Defamation of Character.
(e) Cross Liability/Separation of Insureds: Without increasing the limit of liability, the policy must protect
all insured parties to the full extent of coverage provided. Further, the policy must apply to each Insured
in the same manner and to the same extent as if a separate policy had been issued to each.
(f) Blanket Contractual Liability: The policy must, on a blanket basis or by specific reference to the
Contract, extend to assumed liabilities with respect to contractual provisions.
(g) Employees and, if applicable, Volunteers must be included as Additional Insured.
(h) Employers' Liability (or confirmation that all employees are covered by Worker's compensation
(WSIB) or similar program)
Page 20 of - de 23
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-146156/B
Buyer ID - Id de l'acheteur
030mc
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-146156
030mcW8482-146156
CCC No./N° CCC - FMS No/ N° VME
(i) Broad Form Property Damage including Completed Operations: Expands the Property Damage
coverage to include certain losses that would otherwise be excluded by the standard care, custody or
control exclusion found in a standard policy.
(j) Notice of Cancellation: The Insurer will endeavour to provide the Contracting Authority thirty (30)
days written notice of policy cancellation.
(k) If the policy is written on a claims-made basis, coverage must be in place for a period of at least 12
months after the completion or termination of the Contract.
(l) Owners' or Contractors' Protective Liability: Covers the damages that the Contractor becomes legally
obligated to pay arising out of the operations of a subcontractor.
(m) Non-Owned Automobile Liability - Coverage for suits against the Contractor resulting from the use of
hired or non-owned vehicles.
(n), (o), (p), (q) not used.
(r) Litigation Rights: Pursuant to subsection 5(d) of the Department of Justice Act, S.C. 1993, c. J-2, s.1,
if a suit is instituted for or against Canada which the Insurer would, but for this clause, have the right to
pursue or defend on behalf of Canada as an Additional Named Insured under the insurance policy, the
Insurer must promptly contact the Attorney General of Canada to agree on the legal strategies by
sending a letter, by registered mail or by courier, with an acknowledgement of receipt.
For the province of Quebec, send to:
Director Business Law Directorate,
Quebec Regional Office (Ottawa),
Department of Justice,
284 Wellington Street, Room SAT-6042,
Ottawa, Ontario, K1A 0H8
For other provinces and territories, send to:
Senior General Counsel,
Civil Litigation Section,
Department of Justice
234 Wellington Street, East Tower
Ottawa, Ontario K1A 0H8
A copy of the letter must be sent to the Contracting Authority. Canada reserves the right to co-defend
any action brought against Canada. All expenses incurred by Canada to co-defend such actions will be
at Canada's expense. If Canada decides to co-defend any action brought against it, and Canada does
not agree to a proposed settlement agreed to by the Contractor's insurer and the plaintiff(s) that would
result in the settlement or dismissal of the action
against Canada, then Canada will be responsible to
the Contractor's insurer for any difference between the proposed settlement amount and the amount
finally awarded or paid to the plaintiffs (inclusive of costs and interest) on behalf of Canada.
21.2
Marine Liability Insurance
1. The Contractor must obtain Protection & Indemnity (P&I) insurance that must include excess
collision liability and pollution liability. The insurance must be placed with a member of the International
Group of Protection and Indemnity Associations or with a fixed market in an amount of not less than
Page 21 of - de 23
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-146156/B
Buyer ID - Id de l'acheteur
030mc
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-146156
030mcW8482-146156
CCC No./N° CCC - FMS No/ N° VME
the limits determined by the Marine Liability Act, S.C. 2001, c. 6. Coverage must include crew
liability, if it is not covered by Worker's Compensation as detailed in paragraph (2.) below.
2. The Contractor must obtain Worker's Compensation insurance covering all employees engaged in
the Work in accordance with the statutory requirements of the Territory or Province or state of
nationality, domicile, employment, having jurisdiction over such employees. If the Contractor is
assessed any additional levy, extra assessment or super-assessment by a Worker's Compensation
Board, as a result of an accident causing injury or death to an employee of the Contractor or
subcontractor, or due to unsafe working conditions, then such levy or assessment must be paid by the
Contractor at its sole cost.
3. The Protection and Indemnity insurance policy must include the following:
(a) Additional Insured: Canada is added as an additional insured, but only with respect to liability
arising out of the Contractor's performance of the Contract. The interest of Canada as additional
insured should read as follows: Canada, represented by Public Works and Government Services
Canada.
(b) Waiver of Subrogation Rights: Contractor's Insurer to waive all rights of subrogation against
Canada as represented by Fisheries and Oceans Canada and Public Works and Government
Services Canada for any and all loss of or damage to the watercraft however caused.
(c) Notice of Cancellation: The Insurer will endeavour to provide the Contracting Authority thirty (30)
days written notice of cancellation.
(d) Cross Liability/Separation of Insureds: Without increasing the limit of liability, the policy must
protect all insured parties to the full extent of coverage provided. Further, the policy must apply to
each Insured in the same manner and to the same extent as if a separate policy had been issued to
each.
(e) Litigation Rights: Pursuant to subsection 5(d) of the Department of Justice Act, S.C. 1993, c.
J-2, s.1, if a suit is instituted for or against Canada which the Insurer would, but for this clause, have
the right to pursue or defend on behalf of Canada as an Additional Named Insured under the
insurance policy, the Insurer must promptly contact the Attorney General of Canada to agree on the
legal strategies by sending a letter, by registered mail or by courier, with an acknowledgement of
receipt.
For the province of Quebec, send to:
Director Business Law Directorate,
Quebec Regional Office (Ottawa),
Department of Justice,
284 Wellington Street, Room SAT-6042,
Ottawa, Ontario, K1A 0H8
For other provinces and territories, send to:
Senior General Counsel,
Civil Litigation Section,
Department of Justice
234 Wellington Street, East Tower
Ottawa, Ontario K1A 0H8
Page 22 of - de 23
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-146156/B
Buyer ID - Id de l'acheteur
030mc
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-146156
030mcW8482-146156
CCC No./N° CCC - FMS No/ N° VME
4. A copy of the letter must be sent to the Contracting Authority. Canada reserves the right to
co-defend any action brought against Canada. All expenses incurred by Canada to co-defend such
actions will be at Canada's expense. If Canada decides to co-defend any action brought against it,
and Canada does not agree to a proposed settlement agreed to by the Contractor's insurer and the
plaintiff(s) that would result in the settlement or dismissal of the action against Canada, then Canada
will be responsible to the Contractor's insurer for any difference between the proposed settlement
amount and the amount finally awarded or paid to the plaintiffs (inclusive of costs and interest) on
behalf of Canada.
22.
Applicable Laws
The Contract must be interpreted and governed, and the relations between the parties determined, by
the laws in force in Province of Ontario.
23.
Priority of Documents
If there is a discrepancy between the wordings 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 Articles of Agreement;
(b) The Supplemental General Conditions 1028, 2010-08-16, Ship Construction - Firm Price;
(c) The General Conditions 2030, 2013-06-27, Goods (Higher Complexity);
(d) Annex "A" - Technical Statement of Requirement;
(e) Annex “B” - Cost Breakdown;
(f) Annex “C” - Subcontractors;
(g) Annex “D” - Bidder Questions and Canada Responses;
(h) Annex “E” - Inspection/Quality Assurance/Quality Control;
(i) The Contractor's bid dated _____________________.
Page 23 of - de 23
DND 15 Person, Black Inflatable Dive Boat – 19ft
Annex “A”
TECHNICAL STATEMENT OF REQUIREMENT
(TSOR)
FOR
BOAT, LANDING, INFLATABLE
15 People (DIVE)
NSN 1940-21-909-1012
1
DND 15 Person, Black Inflatable Dive Boat – 19ft
2014-03-17
TABLE OF CONTENTS
1.0 SCOPE………………………………………………………………… 6
2.0 APPLICABLE DOCUMENTS...................................... 6
2.1
OTHER PUBLICATIONS…………………………………...6
3.0 REQUIREMENTS………………………………………………… 7
3.1
DESCRIPTION……………………………………………… 7
3.2
PRINCIPAL COMPONENTS…………………………….. 7
3.2.1
3.3
Manuals………………………………………….....7
CONSTRUCTION……………………………………………. 8
3.3.1
BUOYANCY TUBES…………………………… 8
3.3.2
BOTTOM AND INFLATABLE KEEL…………. 8
3.3.3
INFLATION / DEFLATION VALVES…………. 8
3.3.4
COLOUR………………………………………… 8
3.3.5
CORDAGE………………………………………. 8
3.3.6
CARRYING HANDLES………………………… 8
3.3.7
RUBBING STRAKE…………………………….. 8
3.3.8
RUBBING STRIPS / CHAFING PATCHES…... 9
3.3.9
TOW RINGS……………………………………… 9
3.3.10
TRANSOM…………………………………………9
2
DND 15 Person, Black Inflatable Dive Boat – 19ft
3.3.11
TRANSOM DRAIN………………………………..9
3.3.12
DIAGONAL SPLASH GUARDS………………...9
3.3.13
BOWDODGER………………………………….....9
3.3.14
STORAGE POCKET………………………………9
3.3.15
FLOORBOARDS………………………………… .10
3.3.16
METAL COMPONENTS………………………… 10
3.3.17
WOODEN COMPONENTS……………………... 10
3.3.18
LIFE LINES………………………………………...10
3.3.19
IDENTIFICATION PLATES…………………….. 10
3.3.20
FABRIC MATERIAL………………………………11
4.0 ANCILLARYEQUIPMENT………………………........11
4.1
REPAIR KIT…………………………………………….11
4.2
AIR BELLOWS…………………………………………11
4.3
VALISES………………………………………………... 12
4.4
PADDLES……………………………………………………… 12
4.5
PAINTER………………………………………………...............12
4.6
TOWING BRIDLE…………………………………….............12
4.7
PRESSURE GUAGE………………………………………...12
4.8
LIFTING SLING……………………………………………......12
4.9
COXN SEAT……………………………………………..………12
4.10 BOAT COVER…………………………………………………..12
4.11 OTHER ANCILLARY…………………………………...........12
3
DND 15 Person, Black Inflatable Dive Boat – 19ft
5.0 QUALITY ASSURANCE PROVISIONS.............................13
5.1
RESPONSIBILITY OF INSPECTION………………………..13
5.2
COMPONENT MATERIAL AND INSPECTION……….....13
5.3
TEST REPORTS………………………………………………...…13
5.3.1
PRE-PRODUCTION BOATS………………………...13
5.3.2
PRE-PRODUCTION INSPECTION………………….13
5.3.3
INSPECTION FAILURE………………………………14
5.3.4
INSPECTION COMPARISON………………………..14
5.4
TESTING OF MATERIALS / SAMPLES…………………...14
5.5
CHANGE OF MATERIAL AND FITTING SPECIFIED…14
5.6
WORKMANSHIP………………………………………………….14
6.0 TESTING…………………………………………………………………15
6.1
COLLAR INFLATION TEST…………………………………...15
6.2
WATER TIGHTNESS……………………………………..15
6.3
CARRYING HANDLES………………………………………15
6.4
TOWING BRIDLE………………………………………………….15
6.5
TOWING POINTS…………………………………………………15
6.6
LIFELINES…………………………………………………………..16
4
DND 15 Person, Black Inflatable Dive Boat – 19ft
6.7
FOUR POINT LIFT SLING / LIFTING EYEBOLTS……..16
6.8
TEST AND TRIAL RECORDS………………………………...16
6.9
INSPECTION…………………………………………………….….16
6.10 TRIALS………………………………………………………………..17
7.0 Equipment Checklist inventory……………………………17
8.0
INQUIRIES………..…………………………….…………………17
5
DND 15 Person, Black Inflatable Dive Boat – 19ft
1.0 SCOPE
This Technical Statement of Requirement (TSOR) states the technical
requirements for NICP (DND Spares) procurement of 25ea 15 person (Dive)
inflatable utilized by DND Regional Dive Centres, Fleet Diving Units, Combat
Engineer Units for training and Special Operations.
2.0 APPLICABLE DOCUMENTS
The following documents form part of the TSOR to the extent specified herein.
Unless otherwise specified, the amendment of documents applicable to a
particular contract must be as stated in the applicable data list, the request for
proposal or the contract.
a)
b)
c)
C-28-020-001/TB-001
D-LM-008-011/SF-001
D-01-100-215/SF-000
d)
e)
f)
g)
i)
D-02-006-008/SG-001
D-02-002-001/SG-001
D-03-003-022/SF-001
D-23-010-113/SF-001
D-01-100-214/SF-000
TEST OF SHIPBOARD APPLIANCES
PREPARATION AND USE OF PACKAGING
PREPARATION OF MATERIAL CHANGE
NOTICE
DESIGN CHANGE DEVIATION WAIVER
CF IDENTIFICATION AND MARKINGS
OARS, PADDLES AND STAVES
REPAIR KIT, INFLATABLE BOATS
PREPARATION FOR PROVISIONING
DOCUMENTATION
2.1 OTHER PUBLICATIONS The following documents form part of this
specification to the extent specified herein. The effective date must be that in
effect on the date of manufacture.
a)
TP 1332(E)
b)
ISO 11592
c)
CSA W47.2
d)
ISO - 9001
CONSTRUCTION STANDARDS FOR SMALL
VESSELS
DETERMINATION OF MAXIMUM
PROPULSION POWER FOR VESSELS
UNDER 8M
CWB CSA STANDARD FOR ALUMINUM
WELDING
QUALITY MANAGEMENT SYSTEM
6
DND 15 Person, Black Inflatable Dive Boat – 19ft
3.0 REQUIREMENTS The following are requirements that all bidders must
adhere to:
3.1 DESCRIPTION The boat must as a minimum conform to the following:
a) To carry 15 people and 22kg (50lbs) of equipment each.
b) Load capacity: 2500kg (5500lbs) or better.
c) Length overall: 5.75m to 6.0m (18.86ft to 19.68ft)
d) Beam overall: 2.45m to 2.55m (8.03ft to 8.36ft)
e) Horsepower rating: up to 90HP Long Shaft.
f) Airtight chambers of tube set: no less than 5.
g) Tube diameter: .63m to .65m (2.06ft to 2.13)
h) Weight of boat: 245kg to 260kg (540lbs to 575lbs)
i) Inflatable speed tubes
j) Material, Military grade Polyamide, Hypalon neoprene coated fabric.
k) Valise X 2, for the inflatable, floor + ancillary.
l) Aluminum floor boards.
m) Marine grade plywood for transom and thrust boards
n) Tube set colour: Black,
o) Tested 4 point lift sling
p) Dive Personnel max: 6 plus associated equipment and COXN
3.2 Principal Components The principal components of the boat are:
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
Buoyancy tube assembly with attached bottom inflatable keel and
speed tubes.
Removable aluminum floorboard slats complete with stringers.
Fitted transom with stainless steel lifting eye bolts.
Bow dodger.
Inflation/deflation and pressure relief valves.
Lacing cuffs and lifelines.
Bow thrust board/or thrust board integral with floorboards, metal
reinforced for lifting points.
Ancillary equipment
3.2.1 Manuals It is the bidder’s responsibility to supply bilingual or French and
English manuals. Such manuals will include:
1.
Instruction: assembly including sequence of events and outboard
installation.
7
DND 15 Person, Black Inflatable Dive Boat – 19ft
2.
3.
4.
Schematics: to include parts and recommended spare parts with
part numbers of all itemized material used.
Maintenance: to include daily, monthly and annual routines.
Operation: General operating procedures for inflatables.
Two sets of copies must be sent to the TA for approval 30 days after
contract award. The Technical Authority will retain 2 sets of approved copies.
Each inflatable boat will hold 2 copies for the end users. Copies stored in the
inflatables will be protected by a durable watertight bag.
3.3 CONSTRUCTION The boats will be constructed as follows:
3.3.1 Buoyancy Tubes The buoyancy tubes must be subdivided having not less
than three compartments. Fabric must be polyamide Hypalon neoprene 1880
DTX. The tubeset must be so arranged that if any one compartment is damaged,
the intact compartments will support the fully loaded boat. Each compartment
will be fitted with an inflation/deflation valve. The tubeset must also consist of
pressure relief valves.
3.3.2 Bottom and Inflatable Keel The bottom and inflatable keel must be
constructed to provide rigidity to the boat in conjunction with the aluminum
floorboards. They will be fabricated out of polyamide, hypalon neoprene. Optimal
1880 DTX.
3.3.3 Inflation/deflation valves The inflation/deflation valves must be supplied
and installed by the Contractor and consist of the following: For easy access, the
valves must be located on the inboard side of each compartment of the buoyancy
tubes. The inflatable keel must have a separate inflation and deflation valve.
The operating pressure for the tubes must be permanently stencilled at each
valve location with lettering and numerals approximately 25.4 mm high in
millibars and psi.
3.3.4 Colour The tube set colour of the proofed fabric will be black as indicated
in 3.2 (n). The rubbing strake will be black and the bottom will be grey or black.
3.3.5 Cordage All cordage attached to the inflatable will be black in colour, be
manufactured from water resistant “rot proof” synthetic fibre such as
polypropylene and/or braided nylon.
3.3.6 Carrying Handles A minimum of eight heavy duty carrying handles must
be fitted on each side, to the horizontal centreline of the buoyancy tubes directly
above the rubbing strake.
3.3.7 Rubbing Strake A heavy duty rubbing strake manufactured from neoprene
or an approved material by the TA must be fitted all around the boat at the
outboard horizontal centreline of the buoyancy tubes. The strake will be
8
DND 15 Person, Black Inflatable Dive Boat – 19ft
D-shaped approximately 101.6 mm (4 in.) wide with a centre rise of 25.4 mm (1
in.). The strake will protect the side of the boat when moored alongside and
must also deflect water spray away from the boat when moving through the
water.
3.3.8 Rubbing Strips and Chafing Patches Rubbing strips will be fitted to
prevent damage when beaching the boat. They must be of heavy, durable
material, capable of withstanding hard contact with sharp objects, to reduce wear
and the hazard of puncturing the buoyancy tubes and floor. The strips will run
longitudinally the entire length of the bottom of the boat. The width of the strips
and the distance between the strips must be determined by the manufacturer to
suit the bottom configuration of the boat to afford maximum protection. The
buoyancy tubes will have a multi-grooved rubbing strip running the length of the
bottom section, from the turn of the tube forward complete to the cone seam.
3.3.9 Towing Rings Two stainless steel towing rings will be fitted to the forward
underside of the buoyancy chambers, one towing ring located on the port side of
the boat and one towing ring located on the starboard side. The tow rings must
be able to withstand a horizontal static pull of 680kg.
3.3.10 Transom The transom will be fabricated of marine grade plywood or
composite construction stiffened and fitted to accommodate up to a 4 Stroke
90HP long shaft outboard motor. The transom will be an integral part of the boat.
The vertical height of the transom must be between 500 mm and 550 mm at the
motor location. The transom angle will provide for optimum performance of the
motor utilized as recommended by the manufacturer. A non-corrosive metal
mounting plate, i.e., stainless steel or anodize aluminum, will be fitted on the
inboard side of the transom for the outboard motor clamps. An anodize
aluminum plate, must be fitted on the outboard side for the outboard motor
resting clamps. A ring bolt will be fitted on the inboard side of the transom for
securing the outboard motor safety chain. A stainless steel strip or an approved
material by the TA must be fitted to cover the bottom edge of the transom to
prevent damage during grounding.
3.3.11 Transom Drain Two drain tubes and plugs will be fitted at an accessible
position at the bottom of the transom to drain from each side of the inflatable
keel. The expanding plugs must be secured to the transom with a keep chain.
3.3.12 Diagonal Splash Guards Splash guards will be fitted on the buoyancy
tube and the transom to prevent the ingress of water from the propeller
turbulence.
3.3.13 Bowdodger A removable bowdodger must be fitted, complete with
associated support and securing arrangements.
9
DND 15 Person, Black Inflatable Dive Boat – 19ft
3.3.14 Storage Pocket A weatherproof fabric storage pocket must be fitted,
located under the bowdodger. The pocket must be fitted to accept a container
460 mm long by 305 mm high and 102 mm deep. The pocket must be fitted with
a weatherproof flap with a securing device, i.e., zipper, lacing or press studs.
3.3.15 Floorboards The floorboards must be made of aluminum interlocking
sections. The floorboard deck will be of non-slip surface for safety. The floor,
when flat, must grip against the bow thrust board, transom, and side joints
between the buoyancy tubes and the fabric bottom. The floorboards must be
removable when the boat is deflated. Positive locking seating’s complete with
longitudinal stringers must be provided for securing the removable floorboards.
The floorboards must be designed to maximize rigidity of the boat to prevent
warping and twisting under operating conditions.
3.3.16 Metal Components Metal parts used in the boat construction must be of
a non-corrosive material, strong and light in weight suitable for use in a marine
environment, i.e., stainless steel to SAE 30316 or anodized aluminum alloy. All
metal parts must be suitably configured to prevent chaffing and puncturing of the
fabric.
3.3.17 Wooden Components Wooden parts used must be made of marine
grade wood / plywood where as no cross sectional wooden fibres are sealed and
not exposed to the outside elements.
3.3.18 Lifelines Must manufactured from waterproof, “rot proof” synthetic fibre
such as polypropylene or nylon must run completely around the outer side of the
tube set and 2 additional lifelines must be fitted from forward to aft on the inside
attached to the buoyancy tubes. These lifelines will also be utilized for tie-down
points for portable equipment that may be transported in the boat. All securing
points of the lifelines must withstand a minimum static pull of 227 kg.
3.3.19 Identification Plates The Contractor must supply identification plates in
both official languages of Canada in accordance with DND Standard D-02-002001/SG-001. The identification plate must be mounted on each boat at the
transom. The identification plates must be fabricated from anodized aluminum,
88.9 mm (3.5 in.) by 127 mm (5 in.), and contain, as a minimum, the following
data:
(a) BOAT, LANDING, INFLATABLE
SEARCH AND RESCUE 6 PEOPLE
(b) NSN 1940 21-909-1012
(c) OEM Serial No. and DND Hull # i.e. (14-348-01)
(d) OEM REC MAX HP
(e) OEM NCAGE (Name and Location)
(f) Contract No. ***********
(g) YEAR AND MONTH OF MANUFACTURE
10
DND 15 Person, Black Inflatable Dive Boat – 19ft
(h) DND CANADA MDN
(i) SWL of lifting points
(j) SWL of sling arrangement
From (a) to (h) above must be indicated on one (1) ID plate, if sufficient
space for the remainder is not possible, then an additional specification
plate must be added.
The serial number must begin with the last two (2) digits in the year of
manufacture i.e. (14) followed by the RCN Equipment Registered Number
(ERN) i.e. (348) and lastly the item fabrication in sequence i.e. (01, 02, 03
and so on) Drawings of the Identification plate and specification plate ( if
applicable ) are to be submitted for approval a minimum of 30 calendar
days prior to production to the Contracting Authority and the Technical
Authority.
3.3.20 Fabric Material The fabric used in the manufacture of the buoyancy
tubes, keel, floor and speed tubes of the boat must be of a woven fabric support
of military grade polyamide 1670 DTX or better. 1880 DTX is Optimal. Thread
must be a high grade polyimide 6.6. Neoprene film will be utilized to line
buoyancy tubes. As the quality of material is constantly being improved, the
manufacturer may use improved materials but only after obtaining prior written
approval from the Technical Authority and the Contracting Authority
4.0
ANCILLARY EQUIPMENT The following are items that are part of the
ancillary equipment checklist and all of the items must accompany each
inflatable:
4.1 Repair Kit.- A repair kit must be provided with each boat. The repair kit will
meet or exceed the contents required for NSN 2090-21-885-0184. The repair kit
must consist of the following:
a) Stitcher- Buffer, Galvanized steel or zinc plated – QTY 1
b) White grease pencil – QTY 1
c) Rubber rapid repair plug set, pliable hollow core, conical spiral thread
Plug 0.750 inch base, 2.250 inch oal - QTY 1
Plug, 1.500 inch base, 3.250 inch oal - QTY 1
Plug, 2.000 inch base, 4.000 inch oal - QTY 1
d)
e)
f)
g)
Industrial blunt nosed Scissors-shears
Hypalon 6” circular patches - QTY 3 grey, QTY 3 black
Repair instructions - QTY1
Durable plastic container for contents - QTY 1
11
DND 15 Person, Black Inflatable Dive Boat – 19ft
4.2 Air Bellows.- One air bellows complete with hose and related fittings to
accommodate the fitted inflation valves will be provided for each boat. The
bellows must be foot operated, fabricated of rugged construction and must be
capable of inflating the boat to the designed operating pressure and evacuating
the air from the boat chambers prior to repacking. The air bellows must be
capable of inflating the boat to the designed operating pressure within a 15
minute time frame.
4.3 Valises.- Two rugged fabric valises per boat must be provided for stowing
the deflated boat, floor boards and its ancillary equipment.
4.4 Paddles.- Two, 5-6 foot, laminated paddles will be provided for each boat.
Paddles must meet the requirements of D-03-003-022/SF-001. Paddles will be
fitted to the inboard side of the buoyancy tubes, one on each side of the boat.
Securing arrangement must be with a blade pocket and a shaft securing strap.
4.5 Painter.- A painter, of 2 in 1 braided nylon rope, 12.7 mm (1/2-in.) in
diameter and 7620 mm (25 ft.) in length complete with one stainless steel snap
hook which must be spliced into one end of the painter, will be supplied with each
individual boat.
4.6 Towing Bridle A towing bridle of 2 in 1 braided nylon rope spliced to a
stainless steel ring in the centre with a stainless steel snap hook spliced into the
end of each leg must be supplied with each boat. Each leg will be 2438 mm (8 ft.)
in length.
4.7 Pressure Gauge Each boat will be supplied with a pressure gauge (0 to 10
psig rated) to measure buoyancy tube pressure. This gauge must be compatible
with the fitted inflation/deflation valves system.
4.8 Lifting Sling A four(4) point lifting sling will be provided with each inflatable
where the entire assembly has a tested SWL of 680kgs (1500lbs) or better. The
four point sling must have a tested pear shaped SS ring as the single lift point.
The Sling must be fabricated from extra special steel wire rope (ESSWR), high
modulus polyethylene fibre (HMPE) or another suitable synthetic product
authorized by the Technical Authority.
4.9 COXN SEAT A small transom mounted COXN seat is to be supplied with
each inflatable. The frame must be made from SS or anodized aluminum and
durable weather resistant synthetic fabric for seat cushion and back rest. The
seat must be removable with adjustable clamps in order to be mounted on Port
or Starboard side of the Outboard Engine.
4.10 Boat Cover A durable custom made, waterproof, UV resistant boat cover is
to be supplied with each inflatable. The cover must be made and fastened in
such a way that it can not be fouled by wind force during trailering.
12
DND 15 Person, Black Inflatable Dive Boat – 19ft
4.11 Other Ancillary In addition to the ancillary above, each inflatable must
consist of 1 small boat bailer, 1 small sea anchor with 10m synthetic line, marine
environment water proof flash light (spare batteries and bulb), 2 heaving lines
with rescue quoits and a nautical buoyant safety knife.
5.0 QUALITY ASSURANCE PROVISIONS
5.1 Responsibility for Inspection The Contractor must assume responsibility
for the performance of all inspection requirements specified herein, in
accordance with ISO 9001. Unless otherwise specified in the contract, the
Contractor:
a) May utilize any facilities deemed acceptable to DND. DND reserves the
right to perform any of the inspections set forth in this specification where
such inspections are deemed necessary to ensure that the items conform
to prescribed requirements.
b) Will establish and maintain an effective quality control system to ensure
that only acceptable materials are utilized in construction of the inflatable
boats.
c) Must produce objective evidence by way of a detailed comparison list
that all materials conform to the contract requirements, whether
manufactured or processed by the Contractor or produced by subcontractors.
d) Must not commence the actual construction of the inflatable boats until
the Contractor’s Inspection Plan has been approved by the Inspection
Authority.
5.2 Component, Material Inspection and Tests The Contractor must ensure
that all components and materials utilized are manufactured, examined, and
tested in accordance with this specification and/or any other tests not specified
herein that the Contractor normally performs during the course of pre-production
and production. All material, machinery and equipment, must be inspected by the
Contractor prior to being incorporated or installed in the inflatable boat. The
Contractor must replace any and all defective material and equipment
discovered.
5.3
Tests Reports The Contractor must provide test reports and/or
appropriate samples which may be required by DND for the verification of
materials detailed in this technical statement of requirement.
5.3.1 Pre-production Boats Preproduction samples are a requirement of this
specification. Preproduction samples must be completely representative of the
final product, being made from parts and materials as specified and by the
equipment and the process which will be used in quantity production. The
supplier must fabricate two (2) complete preproduction samples within 60 days of
13
DND 15 Person, Black Inflatable Dive Boat – 19ft
the Contract Award; complete with applicable test data, available to the
Inspection and Technical Authority.
5.3.2 Pre-Production Inspection The Inspection Authority and Technical
Authority will inspect the pre-production boats, complete with all ancillary
equipment and associated valises from the boats being produced by production
tooling to determine conformance to the requirements of this specification. The
inspection will be performed at a pre-determined site. Acceptance of the
preproduction samples does not relieve the contractor of the responsibility for
compliance with all provisions of this specification.
In addition to any test
specified as part of the pre-production test, the Inspection Authority reserves the
right to conduct any and all other tests contained in this TSOR as part of the preproduction test, and failure of such additional tests must have the same effect as
failure to those tests specified as pre-production tests.
5.3.3 Inspection Failure Failure of a pre-production boat to meet any
requirement specified herein, during, and as a result of the inspections and tests
specified, will be cause for rejection of the pre-production boats, and will be
cause for refusal by DND to continue acceptance of production boats until
objective evidence has been provided by the Contractor that deficiencies have
been rectified. Listed deficiencies must be rectified by the Contractor at no cost
to the Crown on any and all boats previously accepted and produced under the
Contract. Any deficiencies found as a result of the pre-production inspection will
be considered prima facie evidence that all boats accepted prior to the
completion of pre-production inspections are similarly deficient, unless objective
evidence to the contrary is furnished by the Contractor and such evidence is
deemed acceptable by the Inspection Authority and/or Technical Authority.
5.3.4 Inspection Comparison DND will exercise the option of selecting boats at
random during the Contract production period to determine conformance to the
requirements of this TSOR. The inspection will be performed by the Inspection
Authority and/or Technical Authority.
5.4 Testing of Materials/Samples The Contractor will be responsible for the
provision of test reports and/or appropriate samples which may be required by
DND for the verification of materials specified in this specification.
5.5 Change of Material and Fittings Specified No alteration or change of
materials or fittings specified herein will be permitted without prior written
approval from the Technical Authority and the Contracting Authority.
5.6 Workmanship.- When inspected as specified, the finished boat will be free
from bubbles, bulges, ripples, folds, wrinkles, puckers, defective or missing parts,
evidence of material separation, defective or loose components or any other
defects which could impair the serviceability of the boat. Before applying
cement, surfaces will be thoroughly wiped clean with a cleaning solvent and must
14
DND 15 Person, Black Inflatable Dive Boat – 19ft
be free from grease, dirt, oil, excess materials used in fabrication, and any other
foreign materials that may be detrimental to the application of the cement and the
bonding of surfaces. The ancillary equipment, valises, pump, and paddles
furnished with the boat must be free of defects that may impair their
serviceability.
6.0 Testing The following tests will be conducted and recorded for each
inflatable during production:
6.1 Collar inflation Test
The Contractor must have all inflatable parts evaluated IAW industry standard for
testing inflatable hypalon coated fabric. These tests must be conducted after
fabrication and when assembled as a full unit.
•
Air retention test
•
Overpressure test
•
Bulkhead (baffle) pressure test
•
Valve leak test
.
6.2 Water Tightness Inflate the boat complete with floorboards to designed
pressure. Position the boat in water deep enough to allow the boat to be free
floating when fully loaded. Load the boat with 1000kg of weight. Allow the boat
to remain in the water at an even keel for 1 hour. After 1 hour, check for ingress
of water. Any ingress of water constitutes failure of the test.
6.3
Carrying Handles Inflate the boat complete with floorboards to designed
pressure. Load the boat to a weight of 900 kg. Attach a calibrated electronic load
cell to the first carrying handle utilizing a flat configured lift sling through the
handle. Apply a vertical static load of 225 kg (500 lbs) for a period of three
minutes. Following the three minutes there must be no evidence of handle
separation from the buoyancy tube or any evidence of cracking at the adhesion
point. Repeat this procedure for all carrying handles.
Any evidence of distortion or mechanical failure will constitute as failure of the
test.
6.4 Towing Bridle Inflate the boat complete with floorboards to designed
pressure. Attach the towing bridle to the forward towing points. Attach towing
points located on transom to a suitable anchor point with approved sling or line.
Place a calibrated electronic load cell between the towing bridle and suitable
anchor point. Apply a static horizontal force of 454.5 kg and maintain for a time
frame of 3 minutes. There must be no evidence of permanent distortion or
mechanical failure related to the towing bridle.
Any evidence of separation, distortion or mechanical failure will constitute as
failure of the test.
6.5 Towing Points Inflate the boat complete with floorboards to designed
pressure. Attach the towing bridle to the forward towing points. Attach the towing
15
DND 15 Person, Black Inflatable Dive Boat – 19ft
points located on the transom to a suitable anchor point with appropriate sling.
Place a calibrated electronic load cell between the towing bridle and a suitable
anchor point. Apply a static horizontal pull of 454.5 kg for a period of 3 minutes.
There must be no evidence of material separation at the forward tow point or
permanent distortion or mechanical failure of any part of the forward/aft tow
points or of the boat. Any evidence of separation, distortion or mechanical failure
will constitute as failure of the test.
6.6 Lifelines Inflate the boat complete with floorboards to designed pressure.
Utilizing a calibrated electronic load cell apply a static load of 225 kg at six
positions.
Any evidence of separation, distortion or mechanical failure will constitute as
failure of the test
6.7 Four Point Lift Sling and lifting eye bolts The Lifting Sling Arrangement
must be tested IAW CFTO C-28-020-001/TB-001. In-Service Certification
Requirements of Shipboard Lifting Equipment.
6.8 Test and Trial Records The Contractor is responsible to supply all test
documentation and results which must include as a minimum:
a. Serial number of the boat
b. Recorded result of all individual tests.
c. Name and signature of Contractor Test Supervisor.
d. Name and signature of Inspection Authority.
e. Date test/trial conducted.
One copy of each test/trial result must be supplied to the Inspection Authority and
the Technical Authority.
6.9 Inspection The boat and ancillary equipment must be inspected by the
Inspection Authority and/or the Technical Authority for the following defects:
(a) Sub-standard workmanship.
(b) Material not as specified.
(c) Non-conformance to dimensions and weights specified.
herein or agreed to by the Inspection Authority.
(d) Parts incorrect, missing, not correctly attached, or damaged.
(e) Fabric lapped less than 25.4 mm (1 in.) on transversal seams or less
than 50 mm on longitudinal seams.
(f) Tapes less than 25.4 mm (1 in.) wide.
(g) Tape ends overlapped less than 50.8 mm (2 in.).
(h) Warp threads not running circumferentially around tube sections.
(i) Location of carrying handles incorrect.
(j) Inflation/deflation valves not easily accessible.
(k) Inflation/deflation valves not installed as specified
.
(l) Colour not as specified.
(m) Transom and forward eye bolts not properly located/installed.
16
DND 15 Person, Black Inflatable Dive Boat – 19ft
(n)
(o)
(p)
(q)
(r)
(s)
(t)
Markings not as specified.
Incorrectly fitted floorboards.
Towing bridle not as specified.
Inflation/deflation pump inadequate in capacity or design.
Identification plate not fabricated or installed.
Tube pressure stencilling incorrect.
Empty weight of the inflatable.
Pre-production and production boats must contain nil repair patches.
6.10 Trials. - The Contractor must conduct a sea trial using the first article boat.
This boat will be fitted with a 50-90HP tiller outboard engine complete with fuel
tank and fuel lines. The boat must be tested with one operator and driven at full
power hard port and starboard turns. The boat must be stable throughout the
test and show no signs of cavitation. The Contractor will provide the operator
and rated outboard engine complete with fuel system for this trial.
7.0 Equipment Check List Inventory Will be checked and a listing will be
certified by the Inspection Authority.
8.0 Inquiries Any inquiries relating to this Technical Statement of Requirement
are to be referred to the PWGSC Contracting Authority who will direct
questions to the Technical Authority and / or Inspection Authority.
17
DND 15 Person, Black Inflatable Dive Boat – 19ft
2014-03-17
.
18
ANNEX “C”
SUBCONTRACTORS
Specification Item
Description of
Goods/Services
(Including Make, Model
Number as applicable)
Name of Supplier
Address of Supplier
ANNEX “D”
BIDDER'S QUESTIONS AND CANADA RESPONSES
Solicitation # W8482-146156
REQUIREMENT: TWENTY-FIVE (25) 5.75 TO 6.0M INFLATABLE BOATS FOR THE
DEPARTMENT OF NATIONAL DEFENCE.
to be completed as required during bid solicitation.
ANNEX “E” - INSPECTION/QUALITY ASSURANCE/QUALITY CONTROL
1.
Conduct of Inspection
(a) Inspections will be conducted in accordance with the ITP provided and accepted by the
Inspection Authority and as detailed in this Annex.
(b) The Contractor must provide its own staff or subcontractors to conduct inspections, tests and
trials; excepting that Technical Authority or Inspection Authority personnel may be designated in
the specifications, in which case the Contractor must ensure that its own staff are provided in
support of such inspection/test/trial.
(c) As applicable, the Contractor must ensure that the required conditions stated in the
specification prevail at the commencement of, and for the duration of, each inspection/test/trial.
(d) The Contractor must ensure that personnel required for equipment operation and records
taking during the inspection/test/trial are briefed and available at the start and throughout the
duration of the inspection/test/trial. Tradesmen or FSRs who may be required to effect minor
changes or adjustments in the installation must be available at short notice.
(e) The Contractor is to coordinate the activities of all personnel taking part in each
inspection/test/trial and ensure that safe conditions prevail throughout the inspection/test/trial.
2.
Inspection Records and Reports
(a) The Contractor on the inspection record, test or trials sheets as applicable must record the
results of each inspection. The Contractor must maintain files of completed inspection records.
(b) The Contractor's Quality Control (QC) representative (and the FSR when required) must sign
as having witnessed the inspection, test or trial on the inspection record. The Contractor must
forward originals of completed inspection records, together with completed test(s) and/or trials
sheets to the Inspection Authority as they are completed.
(c) Unsatisfactory inspection/test/trial results, for which corrective action cannot be completed
during the normal course of the inspection/test/trial, will require the Contractor to establish and
record the cause of the unsatisfactory condition to the satisfaction of the Inspection Authority.
Canada representatives may assist in identification where appropriate.
(d) Corrective action to remove cause of unsatisfactory inspections must be submitted to the
Contracting Authority and to the Inspection Authority in writing by the Contractor, for approval
before affecting such repairs and rescheduling of the unsatisfactory inspection/test/trial. Such
notices must be included in the final records passed to the Contracting Authority and to the
Inspection Authority.
(e) The Contractor must undertake rectification of defects and deficiencies in the Contractor's
installation or repair as soon as practicable. The Contractor is responsible to schedule such repairs
at its own risk.
(f) The Contractor must reschedule unsatisfactory inspections after any required repairs have been
completed.
(g) Quality Control, Inspection and Test records that substantiate conformance to the specified
requirements, including records of corrective actions, must be retained by the Contractor for three
(3) years from the date of completion or termination of the Contract and must be made available
to the Contracting Authority and to the Inspection Authority upon request.
3.
Inspection and Trials Process
3.1
Drawings and Purchase Orders
(a) Upon receipt of two (2) copies of each drawing or purchase order, the designated Inspection
Authority will review its content against the provisions of the TSOR. Where discrepancies are
noted, the Inspection Authority will formally advise all concerned, in writing using a Discrepancy
Notice. The resolution of any such discrepancy is a matter for consultation between the
Contractor and other Government of Canada Authorities.
3.2
Inspection
(a) Upon receipt and acceptance of the Contractor's ITP, inspection will consist of a number of
Inspection Points supplemented by such other inspections, tests, demonstrations and trials as may
be deemed necessary by the Inspection Authority to permit him to certify that the work has been
performed in compliance with the provisions of the specification. The Contractor must be
responsible for notifying the designated Inspection Authority of when the work will be available
for inspection, sufficiently in advance to permit the designated Inspection Authority to arrange for
the appropriate inspection.
(b) The Inspection Authority will inspect the materials, equipment and work throughout the
project against the provisions of the specification and, where non-conformances are noted, will
issue appropriate INSPECTION NON-CONFORMANCE REPORTS.
(c) The Contract requires the implementation of a Quality Assurance/Quality Control system, so
the Inspection authority must require that the Contractor provide a copy of its internal inspection
report pertaining to a work item before conducting the requested inspection. If third party
inspections are required by the Contract (e.g. inspections by a certified CWB 178.2 welding
inspector), the reports of these inspections must be required before the Work is inspected by the
Inspection Authority.
(d) The QA/QC system is a requirement, so if the documentation is presented to the Inspection
Authority before an inspection stating that the Work is satisfactory but the Inspection Authority
finds that the Work has not been satisfactorily inspected, the Inspection Authority must issue an
Inspection Non-conformance Report against the Work and another against the failure of the
Contractor's QA/QC system.
(e) Before carrying out any inspection, the Inspection Authority must review the requirements for
the Work and the acceptance and/or rejection standards to be applied. Where more than one
standard or requirement is called up and they are potentially conflicting, the Inspection Authority
must refer to the order of precedence in the Contract to determine the standard or requirement to
be applied.
3.3
Inspection Non-conformance report
(a) An Inspection Non-conformance report will be issued for each non-conformance noted by the
Inspection Authority. Each report will be uniquely numbered for reference purposes, will be
signed and dated by the Inspection Authority, and will describe the non-conformance.
(b) When the non-conformance has been corrected by the Contractor and has been re-inspected
and accepted by the Inspection Authority, the Inspection Authority will complete the Report by
adding an applicable signed and dated notation.
(c) At the end of the project, the content of all Inspection Non-conformance Reports which have
not been signed-off by the Inspection Authority will be transferred to the Acceptance documents
before the Inspection Authority's certification of such documents.
3.4
Tests, Trials, and Demonstrations
(a) To enable the Inspection Authority to certify that the Work has been performed satisfactorily,
in accordance with the Contract and specifications, the Contractor must schedule, co-ordinate,
perform, and record all specified tests, trials and demonstrations required by the Inspection
Authority and the Specifications and any additional tests and trials performed by the Contractor
required by the Inspection Authority.
(b) Where the specifications contain a specific performance requirement for any component,
equipment, sub-system or system, the Contractor must test such component, equipment,
sub-system or system to the satisfaction of the Inspection Authority, to prove that the specified
performance has been achieved and that the component, equipment, sub-system or system
performs as required by the specifications.
(c) Tests, trials and demonstrations must be conducted in accordance with a logical, systematic
schedule which must ensure that all associated components and equipment are proven before
sub-systems demonstration or testing, and that sub-systems are proven before system
demonstration or testing.
(d) Where the Specifications do not contain specific performance requirements for any
component, equipment, sub-system or system, the Contractor must demonstrate such component,
equipment, sub-system or system to the satisfaction of the Inspection Authority.
(e) The Contractor must co-ordinate each test, trial and demonstration with all interested parties,
including the Inspection, Contracting and Technical Authorities; regulatory authorities;
Classification Society; Sub-contractors; etc. The Contractor must provide the Inspection
Authority and other Government of Canada Authorities with a minimum of ten (10) working days
notice of each scheduled test, trial, or demonstration.
(f) The Contractor must keep written records of all tests, trials, and demonstrations conducted
required by the QA System.
(g) The Contractor must in all respects be responsible for the conduct of all tests and trials in
accordance with the requirements of the Contract.
(h) The Contracting Authority and the Inspection/Technical Authority reserve the right to defer
starting or continuing with any sea trials for any reasonable cause including but not limited to
adverse weather, visibility, equipment failure or degradation, lack of qualified personnel and
inadequate compliance with safety standards.