sorry, the link broke. so here is the contract offering on the armour and other weapons systems being offloaded by the Army:
Market and Sell Surplus Military Armament, Ammunition and Equipement
Reference Number PW-$$ZH-109-12386
Source ID FD.DP.QC.10077.C2
Solicitation Number EP243-020059/B
Published 19/11/2004
Revised 19/01/2005
Closing 15/02/2005 02:00 PM Eastern Standard Time EST
Associated Components Yes
Category Custodial Operations and Related Services
Tender Type Notice of Proposed Procurement (NPP)
Region of Delivery NEWFOUNDLAND PRINCE EDWARD ISLAND NOVA SCOTIA NEW BRUNSWICK QUEBEC NATIONAL CAPITAL REGION ONTARIO MANITOBA SASKATCHEWAN ALBERTA BRITISH COLUMBIA YUKON NORTHWEST TERRITORIES NUNAVUT FOREIGN
Region of Opportunity
Agreement Type Agreement on Internal Trade (AIT)
Solicitation Method
Estimated Value
Organization Name
Travaux publics et services gouvernementaux Canada
GSINS K1 Custodial Services
Trade Agreement: Agreement on Internal Trade (AIT)
Tendering Procedures: All interested suppliers may submit a bid
Attachment: None
Competitive Procurement Strategy: Lowest/Lower Bid
Comprehensive Land Claim Agreement: No
Nature of Requirements:
MARKETING AND SELLING OF SURPLUS
MILITARY ARMAMENT, AMMUNITION AND EQUIPMENT
"This requirement is subject to the Controlled Goods Regulations
(CGR). This bid package does not contain controlled goods"
The Department of National Defence requires the services of
Contractors to market and sell Surplus military armament,
ammunition and equipment (hereinafter called "Surplus Assets")
in a manner that maximizes financial benefits to DND and Canada
on a commission percentage basis. The objectives are to, obtain
maximum return from the sale of Surplus Assets, eliminate the
requirement for the Crown to actively market the Surplus Assets
and ensure these are sold in a responsible manner primarily to
acceptable foreign governments.
Services will be required for a period commencing from Contract
date for a period of four years with an irrevocable option on
the part of Canada to extend the period of any resultant
contract by up to two additional one year periods
CURRENT REQUIREMENTS
The exact number and types of Military Armament, Ammunition and
Equipment that will eventually be made available on Reports of
Surplus (RoS), originated by DND for sale during the period
of this Contract cannot be accurately determined at this time.
However, the following is a current list of assets that have
been declared surplus and are available for immediate sale:
QTY Description - all items below include spares Commodity Group
382 Heavy Machine Guns (HMG) .50 calibre, with Quick-Change
Barrel 1
112 Recoilless Rifles, 106 mm 3
49 Armoured Vehicle General Purpose (AVGP) Cougar 4
489 Armoured Personnel Carriers (APC's), several variants of the
M113 Family of Vehicles 4
33 Leopard C2 Tanks 5
11 Leopard Turrets 5
17 M109A4 Self Propelled Howitzer 2
46,500 Cartridge, 76mm (various types) 7
33,904 Cartridge, 35mm (various types) 7
361 AIM-9M-6/7 Sidewinder missiles 10
10 Fire Control Unit, LLAD Skyguard MK II Towed 2
20 35 mm Gun, Air Defence Artillery, Towed 2
As-and-When Requested Requirements
In addition to these initial assets, the following groups as
identified below, include examples of Surplus Assets that may be
declared to the Contractor, as they become available. It should
be noted that the availability of additional assets would be
dependent upon the extent of the retirement of military
armament, ammunition and equipment systems. The military
armament, ammunition and equipment contained in the groups is
not currently declared surplus, but is included to inform
prospective bidders of examples of the types of military
armament, ammunition and equipment assets, which may eventually
be declared surplus. The surplus asset(s) may include associated
spare parts or components:
Commodity Group 1 - Small Arms and Light Weapons - includes
items such as pistols, rifles, shotguns, and machine guns up to
and including 12.7mm (.50 calibre) and grenade launchers up to
40mm.
Commodity Group 2 - Artillery, Air Defence, and Mortar Systems -
includes items such as the following:C1 and C3 Light Towed
Howitzers, 105mm; LG-1 Light Towed Howitzer, 105mm; M109
Self-Propelled Howitzer, 155mm; Air Defence Twin Gun, 35mm;
Mortar, 81mm; and, Mortar, 60mm.
Commodity Group 3 - Anti-Armour Systems - includes one-man
portable and crew-served weapons such as: Javelin Anti-Armour
Missile System; Eryx Anti-Armour Missile System; Carl Gustav
Recoilless Rifle, 84mm; and, M72 Anti-Armour Rocket Launcher,
66mm.
Commodity Group 4 - Armoured Vehicles - such as: M113 Family of
Vehicles; Armoured Vehicle General Purpose (AVGP) - Bison,
Cougar, Grizzly and Husky; and, Turrets for AVGP Cougar and
Grizzly.
Commodity Group 5 - Main Battle Tanks - such as: Leopard Main
Battle Tank and variants.
Commodity Group 6 - Surveillance Systems - such as:
Surveillance Radar; Recognition Trainer, Optical and Thermal
Imagery.
Commodity Group 7 - Ammunition (Land, low value) - such as:
35mm ammunition, 84mm ammunition, 38 mm projectiles (various
types).
Commodity Group 8 - Ammunition (Land, high value) - such as:
ERXY missiles, Javelin missiles, Light Anti-Tank Weapon system
M72.
Commodity Group 9 - Ammunition (Air, low value) - such as: Fin
Assy BSU-49/B for Mk82 Bomb, 2.75" Flechette Warheads, bombs,
and pyrotechnic devices
Commodity Group 10 - Ammunition (Air and Maritime, high value) -
such as: AIM-7 Sparrow missile, AIM-9 Sidewinder missile,
RIM-7 M/P Seasparrow missle.
Spares may be included in the above, if available
BASIS OF SELECTION
The lowest commission percentage responsive bid per commodity
group will be recommended for award of the contract for that
specific commodity. There will be one contract per commodity
regardless if the same bidder wins more than one commodity
group. In the event that two proposals are submitted with the
same commission percentage for the same commodity group, the
selection will be given to the Bidder who obtained the highest
score in the point rated evaluation.
For evaluation purposes only, the total price shall be
established as specified in 3.0 - Financial Evaluation.
To be considered responsive, a proposal must:
(a) be signed;
(b) achieve the minimum passing mark for each criteria; and,
(c) obtain the specified minimum score of 70% of the points for
each group of criteria, and an overall score of 75% of the
point rating specified in section 3.2 herein. The rating is
performed on a scale of 800 points.
Proposals not meeting (a), (b) or (c) above will be given no
further consideration
CONTRACTING AUTHORITY:
Margherita Finn
Public Works and Government Services Canada
Science and Professional Services Procurement Directorate
Services Commodity Procurement and Contract Management Sector
Acquisitions Branch
Professional Services Procurement Directorate, "ZH" Division
Place du Portage, Phase III, 10C1 Telephone: (819) 956-1014
11 Laurier Street Fax: (819) 956-9235
Hull, Québec K1A 0S5 E-mail address:
margherita.finn@pwgsc.gc.ca
The PWGSC office provides procurement services to the public in
both official languages.
Delivery Date Required:
The Crown retains the right to negotiate with suppliers on any
procurement.
Documents may be submitted in either official language of Canada.
- Finn, Margherita
11C1, Phase III
Place du Portage
11 Laurier St. / 11, rue Laurier
Gatineau, Québec K1A 0S5
(819) 956-1014