SAP Ariba system maintenance

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

  • Friday, June 28 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 29 from12:00 am (Eastern Time) 

CC-130 AVS OWSM

Solicitation number W8485-07QH11/C

Publication date

Closing date and time 2012/03/16 15:00 EDT

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: If 3+ bids offer Canadian goods/services
    other bids will not be considered
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    CC-130 AVIONICS SYSTEMS (AVS) OPTIMIZED WEAPONS SYSTEM
    MANAGEMENT (OWSM) CONTRACT
    
    Description for NPP for W8485-07QH11.
    GSIN: JX1680
    
    DESCRIPTION: CC-130 AVIONICS SYSTEMS (AVS) OPTIMIZED WEAPONS
    SYSTEM MANAGEMENT (OWSM) CONTRACT
    
    This is a draft Request for Proposal (RFP) for provision of
    CC-130 AVIONICS SYSTEMS (AVS) OPTIMIZED WEAPONS SYSTEM
    MANAGEMENT (OWSM) on behalf of the Department of National
    Defence (DND).  The CC-130 Hercules transport aircraft will be
    supported by the Primary Air Vehicle (PAV), Propulsion (Prop),
    and Avionics Systems (AVS) Optimized Weapon System Management
    (OWSM) contracts.  The Department of National Defence (DND) is
    currently using a contracting approach called OWSM.  Under the
    OWSM approach PAV, Prop, and AVS system-level bundled,
    long-term, and performance-based contracts are being implemented
    for a number of air force fleets, including the CC-130 Hercules.
     This RFP applies to the CC130 AVS only.
    
    The OWSM approach consists of one Prime Contractor who is
    responsible for the entire AVS Systems support requirement. This
    includes the following work streams: Program Management,
    Engineering Support, Software Support, and, Materiel Support.  A
    detailed list of activities for each work stream is included in
    the RFP. The Prime Contractor will provide some support in-house
    and sub-contract other support elements as required.
    
    Procurement Process and Contractor Selection
    
    A draft RFP is advertised on MERX and comments from Canadian
    Industry will be taken under consideration and, where
    appropriate, will be incorporated into the RFP. A final RFP will
    follow this Draft to solicit proposals. 
    
    Industrial and Regional Benefits will be sought and Bidders are
    required to commit 75% of the contract value in direct and
    indirect Industrial and Regional Benefits.  Bidders must be a
    Canadian registered company. Program management work must be
    performed in Canada.  A minimum of 50% of the Engineering Work
    Stream must be performed in Canada.  The management of the
    Materiel Work Stream must be performed in Canada.
    
    After receipt of proposals, selection of a contractor will
    follow standard bid evaluation processes. In this instance,
    "best value" will be used for contractor selection where
    Technical Score will represent seventy-five percent (75%) and
    Bid Price will represent the remaining twenty-five percent (25%)
    to provide the "best value" measure.
    
    Exemptions:
    
    This requirement falls under DND aircraft (FSC 15) and therefore
    is excluded from, the World Trade Organization - Agreement on
    Government Procurement under Annex 4, Note 4 and, the North
    American Free Trade Agreement under Chapter 10, Annex 1001.1b-2,
    Section B, General Note 1.
    
    The National Security Exemption under the Agreement on
    International Trade (AIT), 
    Article 1804, was invoked on 26 November 2001 for this
    procurement.
    
    Provisions of the Comprehensive Land Claims Agreements do not
    apply to this procurement, as no goods/services are to be
    delivered/performed in a land claim settlement area.
    
    Any questions regarding this requirement should be directed to:
    
    Martin Lalonde
    Supply Team Leader
    PWGSC
    Place du Portage, Phase III, Tower C, 11 Laurier Street,
    Gatineau, Quebec 
    K1A 0S5 
    Tel: (819) 956-0175,  Fax: (819) 956-9110
    INTERNET ADDRESS:	martin.lalonde@pwgsc.gc.ca
    Delivery Date: Above-mentioned
    
    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

    • No trade agreements are applicable to this solicitation process

    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
    Lalonde, Martin
    Phone
    (819) 956-0175 ( )
    Fax
    () -
    Address
    11 Laurier St. / 11, rue Laurier
    8C1, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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
    011
    English
    15
    010
    English
    31

    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
    Ontario (except NCR)

    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: