Technical Engineering and Maintenance Services (TEMS) (Excludes requirements related to armament, R&D and R&O)

Solicitation number 30002416-1

Publication date

Closing date and time 2023/04/12 14:00 EDT

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)
    For
    Task and Solutions Professional Services (TSPS)
    GSIN: R008A: Technical Engineering and Maintenance Services (TEMS) (Excludes requirements related to armament, R&D and R&O)

    Reference Number: 30002416-1
    Solicitation Number: 30002416-1
    Organization Name: Department of Fisheries and Oceans Canada – Canadian Coast Guard

    Solicitation Date: 2023-03- 27
    Closing Date: 2023-04-19 2:00 PM Eastern Standard Time (EST)

    Anticipated Start Date: 2023-04-24
    Estimated Delivery Date: 2023-07-10 Estimated Level of Effort: 60 days.

    Contract Duration:
    The contract period will be from contract award to approximately July 10 2023.

    Solicitation Method: Competitive
    Applicable Trade Agreements:
    • Canadian Free Trade Agreement (CFTA),
    • Canada-Chile Free Trade Agreement (CCFTA),
    • Canada-Columbia Free Trade Agreement (CColFTA),
    • Canada-Honduras Free Trade Agreement (CHFTA),
    • Canada-Korea Free Trade Agreement (CKFTA),
    • Canada-Panama Free Trade Agreement (CPanFTA)

    Comprehensive Land Claim Agreement Applies: No
    Number of Contracts: 2

    Requirement Details
    Tendering Procedure: Selective Tendering
    This requirement is open only to those TSPS Supply Arrangement Holders who qualified under E60ZT-18TSPS for services in the National Capital Region for the following category:
    The Canadian Coast Guard (CCG) requires the professional services for two (2) Intermediate Consultants Stream 5.0 Technical Engineering and Maintenance Services Stream, Category 5.3 Engineering Graduate to provide technical assistance, and support to the Canadian Coast Guard, Vessel Life Extension (VLE) program.

    The following SA Holders have been invited to submit a proposal:

    1. ADGA Group Consultants Inc.
    2. AES ENGINEERING LTD.
    3. Allswater Marine Consultants Limited
    4. Averna Technologies Inc.
    5. Calian Ltd.
    6. Dunn Engineering Inc
    7. GasTOPS Ltd.
    8. Lengkeek Vessel Engineering Inc.
    9. Michael Wager Consulting Inc.
    10. Modis Canada Inc
    11. Orbis Risk Consulting Inc., Okwaho Management Resources Inc., IN JOINT VENTURE
    12. Platinum Technologies Inc.
    13. Posterity Group Consulting Inc,
    14. Tiree Facility Solutions Inc.
    15. WSP Canada Inc.

    1.0 Description of Work

    The Vessel Life Extension (VLE) group is responsible to coordinate, plan and execute vessel work periods with the goal to extend the service life of various Canadian Coast Guard (CCG) vessels. The group is part of the Integrated Technical Services (ITS) branch of the CCG with teams across the country.

    The Vessel Life Extension group is comprised of teams located in Western, Central & Arctic and Eastern Regions. The teams work closely with other sections of the CCG and ITS branch to orchestrate the vessel repair periods which, include Marine Engineering, Engineering Services and Fleet Operations.

    The vessels range is size which includes larger vessels, such as the CCGS Louis St-Laurent to the smaller vessels, such CCGS Otter Bay. The projects are divided between each region, based on area of responsibility.

    2.0 Purpose

    The Canadian Coast Guard (CCG) requires the professional services for two (2) Intermediate Consultants Stream 5.0 Technical Engineering and Maintenance Services Stream, Category 5.3 Engineering Graduate to provide technical assistance, and support to the Canadian Coast Guard, Vessel Life Extension (VLE) program.
    This resource requirement is intended to facilitate and enhance CCG procurement and program management practices in identifying, defining and developing comprehensive work plans.
    The primary resource role will be to define and draft work plans/specifications for individual and concurrent ship repair projects, while complying with Canadian procurement, contracting laws and CCG policies.

    3.0 Scope of Work

    The two (2) Engineering Graduates must provide support, to their assigned project team, for the development of specification items in preparation of docking and refit of Canadian Coast Guard vessels. They must be required to review technical reports, configuration change requests and engineering studies to incorporate the necessary technical information into the specifications being developed. They must be required to conduct technical research and data gathering using various methods of research, such as reference drawings, manufacturer specifications and CCG technical requirements.

    The VLE group also conducts quality assurance, acceptance trials and tests related to the delivery of the materiel and services procured. The Engineering Graduate must be required to develop quality assurance plans and checklists to accompany most specifications which will assist to ensure quality standards, validation, and acceptance of the work conducted for each specification is/are met in accordance with CCG requirements.

    Security Requirement: Common PS SRCL #06 applies
    Minimum Corporate Security Required: DOS - Reliability
    Minimum Resource Security Required: Enhanced Reliability

    Contract Authority
    Name: Ashley Potter
    Phone Number: 613-432-1855
    Email Address: Ashley.Potter@dfo-mpo.gc.ca and DFOtenders-soumissionsMPO@dfo-mpo.gc.ca

    Inquiries

    Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. Request for Proposal (RFP) documents will be e-mailed directly from the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “BUYANDSELL.GC.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.

    NOTE: The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles. If you wish to find out how you can be a “Qualified SA Holder”, please contact SPTS.TSPS@TPSGC-PWGSC.GC.CA

    Contract duration

    The estimated contract period will be 2 month(s), with a proposed start date of 2023/04/24.

    Trade agreements

    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Department of Fisheries and Oceans
    Address

    200 Kent Street

    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Ashley Potter
    Phone
    16134321855
    Email
    ashley.potter@dfo-mpo.gc.ca
    Address

    200 Kent street

    Ottawa, Ontario, K1A 0E6
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English
    Region(s) of delivery
    British Columbia
    Region of opportunity
    British Columbia
    Contract duration
    2 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: