SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

Leopard 2 Main Battle Tank Chassis Electrical Components Repair and Overhaul

Solicitation number W8486-249318/A

Publication date

Closing date and time 2024/01/15 16:00 EST

Last amendment date


    Description

    The Department of National Defence has a requirement to provide Repair, Overhaul and Upgrade, Demilitarization and acquire Chassis electrical components for the Leopard 2 Main Battle Tank.

    The work will involve the following:

    - Maintenance Support, Repair and Overhaul (R&O) and Upgrade including but not limited to: inspection, disassembly, repair, overhaul, reassembly, testing, use of OEM parts, packaging, disposal, technical data management and integrated logistics and maintenance support, labour and materials for all repairable items listed below.

    - The Work is to include all labour, material, overheads, handling, packaging, and profit to R&O and upgrade an item and its specialized container.

    - Use parts and materials as per the most recent or OEM design configuration.

    - Perform a Detailed Diagnostic Inspection utilizing OEM inspection criteria and methods that will allow the Contractor to ascertain the required parts (Listing of parts including NSN and Part No) and labour hours (Breakdown of all the tasks) required for the R&O and upgrade, and replacement of worn, damaged, scrapped, obsolete, missing or life-expired parts necessary to return the item to a serviceable condition.

    - For all hydraulic components, all the non-metallic hydraulic hoses, seals, packing and gaskets must be replaced, regardless of their condition. New hoses, seals, packing and gaskets must have a current year of repair cure date.

    - The Contractor must refinish or repaint components in accordance with OEM specifications.

    - Following the R&O and Upgrade; perform the necessary calibration and testing in accordance with the OEM specifications.

    - Inspect, repair, repaint reusable containers or replace them if non-repairable.

    - Mandatory Upgrade:

    NSN 2920-12-178-5320, Generator Engine: It is mandatory to R&O and Upgrade the Generator Engine NSN 2920-12-178-5320 to NSN 2920-12-330-6170.
    NSN 2510-12-311-6119, Panel Vehicular Operational: It is mandatory to R&O and Upgrade the Panel Vehicular Operation NSN 2510-12-311-6119 to NSN 2510-12-352-9281.
    NSN 2910-12-198-5265, Fuel Pump Electrical: It is mandatory to R&O and Upgrade the Fuel Pump Electrical NSN 2910-12-198-5265 to NSN 2910-12-353-4015.
    NSN 4810-12-176-9916, Valve Assembly (Deep Fording): It is mandatory to R&O and Upgrade the Valve Assembly (Deep Fording) NSN 4810-12-176-9916 to NSN 4810-12-365-5989.
    NSN 2940-12-178-4812, Fan, Air Intake: It is mandatory to R&O and Upgrade the Fan, Air Intake NSN 2940-12-178-4812 to NSN 2940-12-333-6903.
    NSN 6110-12-383-6154, Distribution Box U1 A4M: It is mandatory to R&O and Upgrade the Distribution Box U1 A4M NSN 6110-12-383-6154 to NSN 5920-12-403-1321.

    - Repair and Overhaul:

    NSN 2920-12-330-6170, GENERATOR, ENGINE
    NSN 2920-12-178-5739, STARTER, ENGINE
    NSN 6110-12-187-5892, DISTRIBUTION BOX (ECS)
    NSN 2920-12-180-0095, VOLTAGE REGULATOR
    NSN 2520-12-359-5909, CONTROL UNIT, MECHANISM (TRANSMISSION)
    NSN 2510-12-403-7506, PANEL VEHICULAR OPERATION A6M
    NSN 2510-12-352-9281, PANEL VEHICULAR OPERATION A4CAN
    NSN 2510-12-402-0889, PANEL VEHICULAR OPERATION A4M
    NSN 6110-12-310-2389, DISTRIBUTION BOX U1 A4CAN
    NSN 6110-12-354-0781, DISTRIBUTION BOX U1 A6M
    NSN 5920-12-403-1321, DISTRIBUTION BOX U1 A4M
    NSN 6110-12-338-2840, DISTRIBUTION BOX U1 A4CAN
    NSN 2520-12-179-1310, GEAR SELECTOR SWITCH
    NSN 4320-12-369-5492, PUMP UNIT AXIAL (coolant pump)
    NSN 4320-12-178-7743, BILGE PUMP ROTARY
    NSN 2910-12-304-2116, REGULATOR FUEL INJECTION PUMP
    NSN 2910-12-353-4015, PUMP FUEL, ELECTRICAL (New)
    NSN 2940-12-333-6903, FAN, AIR INTAKE (New)
    NSN 2990-12-176-8283, HEATER COOLANT, ENGINE
    NSN 2590-12-338-5207, FILLER NECK, VEHICULAR COMPONENTS (fuel pump assy)
    NSN 2540-12-339-1512, WINDSHIELD WIPER ASSEMBLY A4M / A6M
    NSN 6350-12-344-6496, CONTROL, ALARM
    NSN 2540-12-176-3294, BLOWER VEHICLE
    NSN 4240-12-177-0758, FILTER PARTICULATE (NBC motor assy)
    NSN 4810-12-365-5989, VALVE ASSEMBLY, (Deep fording)
    NSN 5998-12-394-9278, ELECTRONIC COMPONENTS ASSEMBLY
    NSN 2940-12-178-4812, FAN AIR INTAKE
    NSN 4931-12-188-0032, FIRE CONTROL SYSTEM TEST SET
    NSN 2540-12-357-2647, MOTOR, WINDSHIELD WIPER, ELECTRIC
    NSN 1015-12-366-7001, CLEANING KIT, GUN

    There are security requirements associated with this requirement. For additional information, consult Part 1 – General Information, and Part 6 – Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, bidders should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website”.

    This procurement is subject to the Controlled Goods Program. The Defence production Act defines Canadian Controlled Goods as certain goods listed in Canada’s Export Control List, a regulation made pursuant to the Export and Import Permits Act (EIPA).

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

    Documents may be submitted in either of Canada's official languages.

    Contract duration

    The estimated contract period will be 12 month(s).

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • 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)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None

    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 National Defence
    Address

    101 Colonel By Drive

    Ottawa, Ontario, K1A 0K2
    Canada
    Contracting authority
    Eric Lefebvre
    Phone
    (613) 406-1392
    Email
    eric.lefebvre@forces.gc.ca
    Bidding details

    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, French
    Region(s) of delivery
    Canada
    ,
    Alberta
    ,
    Edmonton
    ,
    Quebec (except NCR)
    ,
    Montréal
    Region of opportunity
    World
    Contract duration
    12 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: