Opportunity
CanadaBuys #W8482-264883/A
National Defence Canada Solicits Safety Relief Valves for CFB Halifax and CFB Esquimalt
Posted
April 13, 2026
Respond By
April 28, 2026
Identifier
W8482-264883/A
NAICS
332912
National Defence Canada is seeking suppliers for safety relief valves to support operations at two major Canadian Forces Bases. - Government Buyer: - National Defence Canada, Materiel Acquisition and Support Officer Directorate - Contracting office at 101 Colonel By Drive, Ottawa, ON - OEM Highlight: - NAUTEC INH. GERALD LEMKE E. KFM is the specified manufacturer for the safety relief valves (part number 4820-12-422-3163) - Equivalent products are permitted if full technical details, brand, model, part number, and NCAGE code are provided - Products Requested: - Safety relief valves (NSN 4820-12-422-3163 / EPPO CA424) - Quantity: 40 units total (20 units for CFB Halifax, 20 units for CFB Esquimalt) - Bronze body, single response for oxygen/liquid, 300 bar max operating pressure - Connection styles: threaded external boss and plain pipe end; ISO M and BSP.PL thread sizes - Must be compatible with Diving Equipment Set LAR-5000 - Unique Requirements: - Preference for Canadian goods and suppliers - Delivery Duty Paid (DDP) to CFB Halifax (Halifax, NS) and CFB Esquimalt (Victoria, BC) - All deliveries must be completed by March 31, 2027 (date negotiable) - Warranty and compatibility requirements apply for equivalents - Open, competitive bidding under the Canadian Free Trade Agreement; lowest price selection - Delivery Locations: - CFB Halifax: Main Warehouse Bldg D206, HMC Dockyard, Halifax, NS - CFB Esquimalt: Bldg 66 Colwood, Victoria, BC
Description
The Department of National Defence of Canada is soliciting proposals for the supply of safety relief valves. The procurement includes two line items, each requiring 20 units of a specific valve model (Part Number: 4820-12-422:3163) to be delivered to CFB Halifax and CFB Esquimalt respectively. Bidders may propose equivalent or substitute products but must provide detailed information including brand name, model, part number, and NCAGE. The contract duration is estimated at 18 months, and there is a preference for Canadian goods and services. The procurement is conducted under the Canadian Free Trade Agreement with a competitive open bidding process and selection based on the lowest price.