Polar Epsilon NRTSD Site Operations

Solicitation number W6369-16DC04/A

Publication date

Closing date and time 2017/02/27 14:00 EST

Last amendment date


    Description

    Revision History:

    Amendment 001: This amendment is raised to revise the first page of the solicitation to update the Bid Receiving address at PWGSC.

    All other terms and conditions of the solicitation remain the same.

    ---------------------------------------------------------------------------------------

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    Title: Polar Epsilon Near Real Time Ship Detection (NRTSD) Site Operations

    Reference Number: W6369-16DC04

    1. Summary

    The Department of National Defence and Canadian Forces require the services of a contractor, on an “as and when requested” basis, to operate the Polar Epsilon (PE) Near Real-Time Ship Detection (NRTSD) System, which delivers to the Canadian Atlantic and Pacific Regional Joint Operations Centres (RJOC) a capability to exploit RADARSAT-2 (R2) for all-weather, day and night, active wide area surveillance, for the purposes of contributing to the situational awareness of the maritime approaches to Canada and North America and to foreign littoral areas where the Canadian Forces may be deployed.

    The resulting contractor will be required to operate, on an “as and when requested” basis, the West Reception and Central Processing Site in Aldergrove, BC, and the East Reception Site in Masstown, NS. In addition, resulting contractor resources will be required at the RJOC sites in Esquimalt, BC and Halifax NS. to develop R2 surveillance and data acquisition plans to meet operational requirements in accordance with established practices and procedures. Although the resulting contractor will not be working on-site at the East Reception Site, the resulting contractor will be required on an “as and when requested” basis to remotely operate and administer NRTSD System elements located at the East Reception Site from the West Reception Site.

    It is Canada's intention to award one (1) contract for this requirement, for services required on an “as and when requested” basis.

    The Period of the contract is estimated to be for one (1) year from Contract Award. There will be provision to extend the contract by up to four (4) additional one (1) year periods under the same conditions.

    2. Trade Agreements

    This procurement is subject to national security exceptions and is, therefore, excluded from all of the obligations of the trade agreements.

    The Comprehensive Land Claim Agreement (CLCAs) and the Set-aside Program for Aboriginal (SPAB) are not applicable to this requirement, as Work will not be delivered to, nor conducted within CLCA areas.

    3. Security

    There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - 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.

    The resulting Contractor personnel requiring access to PROTECTED/CLASSIFIED information, assets or sensitive work site(s) must be citizens of Canada or USA and must EACH hold a valid personnel security screening at the level of SECRET, granted or approved by CISD/PWGSC.

    The requirement is limited to Canadian goods and/or services.

    Canadian Content Policy applies, and competition is limited to suppliers of Canadian Services.

    This procurement is subject to the Controlled Goods Program.

    4. Requirements

    The Department of National Defence and the Canadian Forces require a minimum of resources as follow:

    Manager: West Reception and Central Processing Site -Aldergrove, BC

    System Administrator: West Reception and Central Processing Site – Aldergrove, BC

    Collector and Exploiter: West Reception and Central Processing Site – Aldergrove, BC

    Planner: West RJOC – CFB Esquimalt, BC

    Planner: East RJOC – CFB Halifax, NS

    The Bidder’s proposed personnel must hold a valid security screening at the level of SECRET, granted or approved by CIISD/PWGSC.

    5. EVALUATION PROCEDURES:

    Bids will be assessed in accordance with the entire requirement of the bid solicitation including the mandatory and point rated technical evaluation criteria.

    6. MANDATORY AND POINT RATED TECHNICAL EVALUATION CRITERIA

    Mandatory and point rated technical evaluation criteria are included in Attachment 1 to Part 4 of the bid solicitation.

    7. SELECTION METHOD

    1. To be declared responsive, a bid must:

    (a) comply with all the requirements of the bid solicitation;

    (b) meet all mandatory technical evaluation criteria;

    (c) obtain the required minimum points for each criterion of the technical evaluation subject to point rating with a pas mark; and

    (d) obtain the required minimum points over all for the technical evaluation criteria which are subject to point rating.

    2. Bids not meeting (a) or (b) or (c) or (d) will be declared non-responsive. The responsive bid with the highest total combined rating of technical merit and price, rounded to three (3) decimal places and calculated as per “Basis of Selection – Highest Combined Rating Technical Merit (50%) and Price (50%) of the bid solicitation will be recommended for award of a contract. In the even that two or more responsive bids have the same highest total combined rating of technical merit and price, the responsive bid with the lowest evaluation price will be recommended for award of a contract.

    8. Contracting Authority

    The Contracting Authority is responsible for the management of the Contract and any changes to the Contract must be authorized in writing by the Contracting Authority. The Contractor must not perform work in excess of or outside the scope of the Contract based on verbal or written requests or instructions from.

    Allen Zourani

    Supply Officer

    Defence Space Projects Division

    Public Services and Procurement Canada

    Place du Portage, Phase III, 11C1

    11 Laurier Street

    Gatineau, Quebec, K1A 0S5

    Telephone: 873-469-4448

    Facsimile: 819-997-2229

    Email: allen.zourani@pwgsc-tpsgc.gc.ca

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

     Documents may be submitted in either official language of Canada.

    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
    Zourani, Allen
    Phone
    819-956-0690
    Fax
    819-997-2229
    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
    English
    19
    001
    French
    1
    000
    English
    50
    000
    French
    5

    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

    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: