SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

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)

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Taylor, Brooke
    Phone
    819-956-1674
    Address
    11 Laurier Street
    Gatineau, QC, K1A 0S5
    CA

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    French
    2
    001
    English
    13
    000
    French
    6
    000
    English
    34

    Access the Getting started page for details on how to bid, and more.

    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
    National Capital Region (NCR)
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: