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) 

DEVELOPING SEARCH OPTIMIZATION METHODOLOGIES FOR CANADIAN COAST GUARD MARITIME SEARCH AND RESCUE

Solicitation number FP802-150046

Publication date

Closing date and time 2015/09/29 14:00 EDT

Last amendment date


    Description
    NOTICE OF PROPOSED PROCUREMENT (NPP)
    
    
    
    Solicitation #: FP802-150046 REVISED Closing Date: September 29, 2015    Time: 2 p.m. EDT 
    
    
    This requirement is for the department of Fisheries and Oceans Canada.
    
    
    Title: 
    DEVELOPING SEARCH OPTIMIZATION METHODOLOGIES FOR CANADIAN COAST GUARD MARITIME SEARCH AND RESCUE
    
    
    Introduction:  
    Fisheries and Oceans Canada has a requirement for the development and implementation 
    of advanced Search and Rescue Optimization Methods within Canadian Coast Guard’s
    Automated Search Planning Tool (ASPT).  This requirement will be part of “Implementing
    Probabilistic Drift and Search Optimization Methodologies in Maritime SAR” Search and
    Rescue (SAR) New Initiatives Fund (NIF) project.  The Canadian Coast Guard (CCG) is a
    special operating agency within Fisheries and Oceans Canada.
    
    Automated Search Planning Tools are complex decision support systems that assist the Maritime SAR Coordinator at a Joint Rescue Coordination Centre (JRCC) or Marine Rescue Sub-Centre (MRSC) to determine the correct search area and plan for search and rescue; these complex software programs include a search object drift simulation module which is coupled with a SAR planning module.
    
    The Canadian Coast Guard’s ASPT working group explored future options for the 
    Canadian ASPT, culminating in the hosting of an International ASPT workshop.  After a thorough examination of the alternatives; such as the United States Coast Guard’s SAROPS program, the ASPT working group recommended that work be undertaken to incorporate a probabilistic drift simulation and SAR resource optimization module within the existing Canadian ASPT; i.e. Canadian Search and Rescue Program (CANSARP), thereby creating the next generation Canadian ASPT.   The “Implementing Probabilistic Drift and Search Optimization Methodologies in Maritime SAR” project was submitted and approved as a SAR New Initiatives Fund (SAR NIF) project.  
    
    Contract Dates:
    The intent is to establish a contract for the period of Contract Award to October 15th, 2017.
    
     The Contractor must submit a proposed schedule showing milestones and completion dates for each task within their tender submission.  The schedule must be detailed as to allow the Project Authority and the Contractor to plan, monitor and coordinate tasks and resources efficiently to achieve completion of the work on time. The Contractor’s proposed work schedule and any changes post start-up will require written approval by the Project Authority.	
    
    Ownership of Intellectual Property: 
    Intellectual Property ownership developed under this contract will remain with Fisheries and
    Oceans Canada (DFO).
    
    All results and correspondence from this project are the property of DFO, and shall not be
    released or distributed by the contractor without the prior permission of DFO, or unless
    specifically required by law.
    
    This project is based around the CANSARP 5.0 application which has been licensed using the GNU General Public License (GPLv3).  Consequently, any source code developed and integrated into CANSARP as part of the contract must also share the same license.  For details on the GPLv3 license, please refer to http://www.gnu.org/copyleft/gpl.html .
    
    Security Requirement:
    There are no security requirements under this contract. The contractor will not be working from any Department of Fisheries and Oceans facility.  Should the contractor be required to be on DFO property; he/she will be escorted by DFO Personnel at all times.
    
    The Contractor, at all times during the performance of the Contract, must not access protected and/or classified information or assets.
    
    The Contractor personnel may not enter nor perform work on sites where protected or classified information or assets are kept, without an escort provided by the department or agency for which the work is being performed.
    
    The Contractor must not remove any protected information or assets from the identified work site(s), and the Contractor must ensure that its personnel are made aware of and comply with this restriction.
    
    Subcontracts which contain security requirements are not be awarded without the prior written permission of the DFO or CISD/PWGSC.
    
    The Contractor must comply with the provisions of the:
    
    a)	Security Requirements Check List and security guide (if applicable)
    b)	Industrial Security Manual (latest edition).
    
    
    Mandatory Requirements: 
    
    M1. Proposed Project Leader must have experience in the development and implementation of a proven* advanced Search and Rescue Resource Optimization Methodology and Solution. 
    
    The Bidder must have experience in the development and design of proven Search and Rescue Resource Planning Methods for Public Sector clients. Specifically, the Project Leader contracted resource must have experience in the design, development documenting of a proven* methodology for SAR, including the development of manuals. 
    *Proven is defined as being in use or having been in use in Search and Rescue operations.
    
    The Bidder must provide  one (1) or more project summaries describing, in detail, the current/previous experience in development and design of Search and Rescue Resource Planning Methods for Public Sector clients.  
    
    M2. Experience of the Bidder’s additional Resource(s)* in the development and implementation of an advanced Search and Rescue Resource Optimization and Theory.  
    
    The Bidder will provide a summary up to 2 pages that provides the name of the supporting resource and describes, in detail, the experience that each resource has accumulated in the study or research-and-development of advanced Resource Optimization and Theory.  
    
    *Additional Resources is defined as those proposed to support the Project Leader for this project.
    M3. Education: Proposed Project Leader must have experience developing and designing an advanced Search and Rescue Resource Optimization and Theory.
    
    The Project Leader proposed by the Bidder must have a degree from a recognized college or university relevant to the field of operations research, decision analysis or related discipline.
    
    Bidders must include within their proposal a detailed curriculum vitae (c.v.) for the Project Leader resource named in their bid; c.v.’s must include detailed listing of the experience and, educational and professional designation. 
    M4. Education: All other resources’ experience developing and designing an advanced Resource Optimization and Theory.
    
    All of the other resources proposed by the Bidder must have a degree from a recognized college or university in the field of operations research, decision analysis or related discipline.
    
    Bidders must include within their proposal a detailed curriculum vitae (c.v.) for all other resources named in their bid; c.v.’s must include a detailed listing of the educational and professional designation attainments, as well as all other academic credentials for each proposed resource. 
    
    
    
    
    
    Enquiries regarding this RFP requirement are to be submitted in writing to the following:
    
    Nancy L. Stanford
    Senior Contracting Officer
    Department of Fisheries and Oceans
    Station 9W087, 9th Floor, 200 Kent Street
    Ottawa, Ontario, 
    K1A 0E6 
    Tel:  (613) 993-1550
    Fax:  (613) 991-1297
    Email: nancy.stanford@dfo-mpo.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • North American Free Trade Agreement (NAFTA)

    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
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Stanford, Nancy
    Phone
    613-993-1550
    Fax
    613-991-1297
    Address
    200 Kent Street
    Station 9W087, 9th Floor
    Ottawa, ON, K1A 0E6
    CA

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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
    English
    9
    French
    1
    French
    9
    English
    1
    English
    3
    English
    10
    English
    6
    French
    1
    French
    3
    French
    10
    French
    6
    English
    15
    French
    15
    English
    32
    001
    English
    47
    001
    French
    13
    French
    32
    000
    English
    73
    000
    French
    19

    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
    Canada
    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: