The Mission Rehearsal Tactics Trainer (MRTT) Power and Cooling Equipment Maintenance Services
Status Awarded
Contract number W8485-195250
Solicitation number W8485-195250
Publication date
Contract award date
Contract value
Status Awarded
Contract number W8485-195250
Solicitation number W8485-195250
Publication date
Contract award date
Contract value
Tender Notice
Solicitation number: W8485-195250
Region of delivery: National Capital Region (NRC), Quebec, Alberta, New Brunswick
Notice type: Notice of Proposed Procurement (NPP)
GSIN: JX4120A: Air Conditioning Equipment – Industrial - Repair
Trade Agreement: Canadian Free Trade Agreement (CFTA), Chile, Colombia, the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Honduras, Korea, the North American Free Trade Agreement (NAFTA), Panama, Peru, Ukraine and World Trade Organization Agreement on Government Procurement (WTO-AGP).
Comprehensive Land Claim Agreement: No
Tendering procedure: All interested suppliers may submit a bid
End user entity: Department of National Defence
Nature of Requirements:
The Mission Rehearsal Tactics Trainer (MRTT) Power and Cooling Equipment Maintenance Services
Request for Proposal (RFP) for the provision of maintenance services for the Uninterruptible Power System (UPS) and Cooling Systems supporting the MRTTs in Canadian Forces Bases Gagetown, Edmonton, Valcartier, Edmonton, and the Visualization, Simulation and Modeling (VSIM) Building at Carleton University in Ottawa by Department of National Defence. Each location hosts a server room that contains numerous racks of computer equipment. Work under this RFP will be in the form of hardware maintenance support. In order to ensure this equipment operates at maximum performance and to ensure minimal disruption to training exercises, Power and Cooling Systems are required.
It is anticipated that a two (2) year contract will be awarded with potentially up to three (3) additional option years.
Pursuant to Part 5 – Certification and Additional Information of the RFP, Bidders must submit a complete list of names of all individuals who are currently directors of the Bidder. Furthermore, as determined by the Special Investigations Directorate, Departmental Oversight Branch, each individual named on the list may be requested to complete a Consent to a Criminal Record Verification form and related documentation.
There is a security requirement associated with this requirement. For additional information, see Part 6 – Resulting Contract Clauses. Bidder should consult the 'Security Requirements for PWGSC Bid Solicitations - Instructions for Bidders 'document ' (https://www.tpsgc-pwgsc.gc.ca/esc-src/index-eng.html) on the Departmental Standard Procurement Documents Website.
This procurement contains MANDATORY technical requirements. See Part 4 – Evaluation Procedures and Basis of Selection of the RFP.
Delivery Date: Upon issuance of the Contract.
Documents may be submitted in either official language of Canada.
Refer to the description above for full details.