Hybrid Safety Warning Systems for Railway-Roadway Grade Crossings
Solicitation number T8156-140053/A
Publication date
Closing date and time 2015/08/28 14:00 EDT
Last amendment date
Description
Transport Canada has a requirement for Research and Development services to develop comprehensive criteria and guidelines to identify the most appropriate hybrid safety warning systems for Canadian rail-highway grade crossings. The results of this project will provide a tool to regulators, railways and road authorities to determine hybrid safety warning systems that could be deployed at specific rail-highway grade crossings. The Contract will be from contract award date to October 31, 2016 inclusive. The maximum funding available for the contract resulting from the bid solicitation is $175,000.00 (Applicable Taxes extra). TRADE AGREEMENTS: The requirement is subject to the provisions of the Agreement on Internal Trade (AIT) and is limited to Canadian goods and/or services. The requirement is for Transportation Research & Development which is excluded from the application of the North American Free Trade Agreement (NAFTA) as per Annex 1001.1b-2, Class A (Research and Development). The requirement is also excluded from the application of the World Trade Organization - Agreement on Government Procurement (WTO-AGP), under Appendix I, Annex 4. The Comprehensive Land Claims Agreements (CLCAs) are not applicable to this procurement, as Work will not be delivered to, nor conducted within CLCA areas. The Procurement Strategy for Aboriginal business is not applicable, as the services will not be delivered to or for an Aboriginal population. MANDATORY TECHNICAL EVALUATION CRITERIA: At bid closing time, the Bidder must comply with the following mandatory technical criteria and provide the necessary documentation to support compliance. Any bid which fails to meet the following mandatory technical criteria will be declared non-responsive. Each criterion should be addressed separately. Bidders are advised to carefully read the mandatory requirements below and address each area of the criteria in sufficient detail using a table or matrix format, which will help evaluators refer to the specific requirements they are searching for, to clearly and effectively demonstrate compliance and show how the work will be accomplished. M1. The Principal Researcher must have a minimum of sixty (60) months experience completed within ten (10) years from the date of bid closing in conducting research related to transportation and traffic engineering and railway safety. M2. The Project Director must have a minimum of thirty-six (36) months experience completed within ten (10) years from the date of bid closing in conducting road transportation or railway projects. POINT RATED TECHNICAL EVALUATION CRITERIA: Point Rated Technical Evaluation Criteria are included in Part 4 of the bid solicitation. BASIS OF SELECTION: Lowest Evaluated Price Per Point To be declared responsive, a bid must: (a) comply with all the requirements of the bid solicitation; (b) meet all mandatory evaluation criteria; (c) obtain the required minimum points specified for each group of criteria with a pass mark; and (d) obtain the required minimum points overall for the technical evaluation criteria which are subject to a point rating. Bids not meeting (a) or (b) or (c) or (d) will be declared non-responsive. Neither the responsive bid that receives the highest number of points nor the one that proposed the lowest price will necessarily be accepted. The responsive bid with the lowest evaluated price per point will be recommended for award of a contract. The evaluated price per point will be determined by dividing the evaluated price of the bid by the number of points obtained for the point rated technical evaluation criteria. In the event that two or more responsive bids have the same lowest evaluated price per point, the responsive bid with the lowest evaluated price will be recommended for award of a contract. ENQUIRIES: The Contracting Authority for the requirement is: Brooke Taylor Supply Team Leader Public Works and Government Services Canada Acquisitions Branch Science Procurement Directorate Place du Portage, Phase III, 11C1 11 Laurier Street Gatineau, Quebec K1A 0S5 Telephone: (819) 956-1674 Facsimile: (819) 997-2229 E-mail address: brooke.taylor@pwgsc.gc.ca
Contract duration
Refer to the description above for full details.
Trade agreements
-
Agreement on Internal Trade (AIT)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Taylor, Brooke
- Phone
- 819-956-1674
- Address
-
11 Laurier StreetGatineau, QC, K1A 0S5CA
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
Bidding details
Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
rfp_amendment_001_french.pdf | 001 |
French
|
2 | |
rfp_amendment_001_eng.pdf | 001 |
English
|
13 | |
rfp_french.pdf | 000 |
French
|
6 | |
rfp_english.pdf | 000 |
English
|
34 |
Access the Getting started page for details on how to bid, and more.