• Thanks for stopping by. Logging in to a registered account will remove all generic ads. Please reach out with any questions or concerns.

BC Company Supplying RCMP with Advanced Tasers

The Bread Guy

Moderator
Staff member
Directing Staff
Subscriber
Donor
Reaction score
2,527
Points
1,260
Gotta love MERX......

TASER

Trade Agreement: Agreement on Internal Trade (AIT)
Tendering Procedures: Generally only one firm has been invited
to bid
Attachment: None
Non-Competitive Procurement Strategy: Exclusive Rights
Comprehensive Land Claim Agreement: No
Vendor Name and Address:
M.D. Charlton Company Limited
Box 153
Brentwood Bay British Columbia
Canada
V8M1R3
Nature of Requirements:
TASER - M5000-081908/A

ONLY KNOWN SOURCE
M.D. Charlton CO. LTD.
Box 153
Brentwood Bay, British Columbia, Canada
V8M 2A7

(This PWGSC office provides procurement services to the public in English.)

An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified supplier. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award. However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting officer will proceed to a full tendering process.

This requirement is subject to the Agreement on Internal Trade.

The requirement is to supply and deliver twenty-three (23) Advanced Tasers X26 for the Royal Canadian Mounted Police to Regina, Saskatchewan.

SUBSTANTIATION FOR SOLE SOURCING
M.D. Charlton Co. Ltd., Brentwood Bay, British Columbia, has the exclusive rights to possess, sell, service, and distribute in Canada Advanced Tasers used by the Royal Canadian Mounted Police.

Selection of "Advanced TASER" X26 Taser (model #26001) as the current approved Taser for RCMP use.

1. Initial Taser model selection: The advanced TASER® M26 Model 44000 was the first approved conducted energy weapon (CEW) for RCMP operational use as a less lethal intervention device.
At the time of approval, the M26 was the only available CEW designed to look, feel and function in a similar fashion to a pistol. As a result, officers were not required to learn new motor skills to operate it.

2. Improvement over Taser International M26 model: The "Advanced TASER® " X26 Model 26001 CEW is an upgrade, or newer generation of the M26. It is 60% smaller, 60% lighter and consumes 1/5th of the power of the M26. The X26 is an improvement to the M26 and therefore, does not really represent a new device, rather an amendment to an already existing approved product. It is a new model number, but essentially the same weapon.

3. Improved Performance: The X26 contains improved technology in terms of recording usages (date, time and length) and produces a more effective, and yet safer, level of current on reduced power requirements.

4. Compact Size/Lower Weight: The X26's smaller design addresses some officer and public safety and "concealability" issues experienced with the M26 taser. The M26 and its holster are prone to catching on branches, fences, etc., which impacts officer and public safety. The X26 is much easier to conceal for members conducting covert or plain clothes duties.

5. Other products: Market research and product evaluation during the evaluation of the M26 and the X26 showed these products to be unique in terms of the performance they offer and the physical characteristics that make them safer to use. Other companies have advertised similar "pistol-like"  products, however, requests by the RCMP to have the company conduct a demonstration or allow an evaluation have never been met and the products are not presently available for purchase. No other
product has the full range of features, physical and performance, as the X26.

6. Compatibility with existing equipment: Other conducted energy weapon ammunition cartridges are not currently compatible with those used with the M26 and X26. Furthermore, the X26 uses the same ammunition cartridges as the M26. It would be a serious officer and public safety issue if we were operating CEW's with non-compatible cartridges.

7. Improved Cold Weather Performance: Based on research and development carried out by the RCMP Armoury Ordnance Quality Assurance Section, and field trial results, the X26 does not
have the same cold weather limitations for operation as the M26, which does not function at -20 degrees Celsius. The X26 does function at low temperatures. This is a serious officer/public safety issue addressed by the newer X26.

8. Training and Policy Standards: The training and policy standards presently in use for the M26 are virtually the same as for the X26 CEW. Other products, if ever available, would require a major retraining initiative at significant cost to the RCMP.           

9. Distance/Range of Weapon: The probe range is 21 feet which provides a major tactical advantage over other "stun guns" which do not perform like a pistol. In fact, the M26 and X26 also function both as "stun guns", which are a pain compliance level of intervention, and in "probe mode" which provides members the tactical advantage of up to 21 feet distance from the subject and temporarily controls the subject allowing restraint.           

10. Member Confidence: Members are confident in the performance and function of the X26 TASER CEW.

*All the deliverables must be received on or before October 15, 2007.

Estimated Value of the Contract: $26,938.75

Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

Submissions can be addressed to:

Tom Liagridonis
Supply Officer | Agent d'approvisionnement
(306) 780-5605 | Fax/télécopieur: (306) 780-5601
Tom.Liagridonis@pwgsc.gc.ca | Tom.Liagridonis@tpsgc.gc.ca
Public Works and Government Services Canada |
Travaux publics et Services gouvernementaux Canada
500-1900 Albert Street, Regina, SK S4P 4K8 |
500-1900, rue Albert, Regina, (SK) S4P 4K8
Government of Canada | Gouvernement du Canada


CLOSING DATE AND TIME FOR WRITTEN SUPPLIER RESPONSES CHALLENGING
THIS REQUIREMENT IS 2:00PM EST., SEPTEMBER 24, 2007.

Delivery Date: 15/10/2007

You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.

An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award. However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full
tendering process.

Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.

The Crown retains the right to negotiate with suppliers on any procurement.

Documents may be submitted in either official language of Canada.

Liagridonis, Tom
Room 500, 1900 Albert Street
Regina, SK S4P 4K8
Telephone No.: (306) 780-5605 ( )
Facsimile No.: (306) 780-5601
 
And, as a company, you've also gotta love being the

"Only known source".  ;)
 
Back
Top