RADIO COMMUNICATIONS AND FIELD TRIAL INSTRUMENTATION SUPPORT
Solicitation number W7702-145650/A
Publication date
Closing date and time 2014/01/08 16:00 EST
Last amendment date
Description
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: The bidder must supply Canadian goods and/or services Attachment: None Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: 1. TITLE: RADIO COMMUNICATIONS AND FIELD TRIAL INSTRUMENTATION SUPPORT 2. SECURITY REQUIREMENT The following security requirement (SRCL and related clauses) applies and form part of the Contract. 2.1 The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). 2.2 The Contractor/Offeror personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC. 2.3 Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC. 2.4 The Contractor/Offeror must comply with the provisions of the: (a) Security Requirements Check List and security guide (if applicable), attached at Annex "C" of the solicitation; (b) Industrial Security Manual (Latest Edition). 3. REQUIREMENT: Defence Research and Development Canada (DRDC) - Suffield, Medicine Hat, Alberta, has a requirement for the provision of Radio Communications and Field Trial Support on an "as and when requested" task authorization basis, primarily to conduct maintenance and repair service on an inventory of over 300 radios. Additional as requested services will include occasional support of the DRDC Range Safety radio net, repair of scientific equipment and support for various field evaluation projects. 4. EVALUATION AND SELECTION: Point rated technical evaluation criteria are included in Annex "F" of the solicitation. Contractor selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 60% for the technical merit and 40% for the price. 5. OWNERSHIP OF INTELLECTUAL PROPERTY: Any intellectual property arising from the performance of the Work under the Contract will vest in Canada. DRDC is exempted from the Treasury Board "Policy on Title to Intellectual Property Arising Under Crown Procurement Contracts" approved 1 June 2000 as per DRDC ADM (S&T) IP-02. 6. ESTIMATED FUNDING: For planning purposes, Defence Research and Development Canada - Suffield, established a budget of $110,000.00 (GST/HST extra) for this requirement. This is not, however, to be construed as an offer on the part of Canada. MINIMUM WORK GUARANTEE: 10% of the contract value 7. PERIOD OF CONTRACT: It is anticipated that any contract will be effective for a period of 24 months from the date of award. 8. CODE OF CONDUCT CERTIFICATIONS Pursuant to section 01 of Standard Instructions 2003, Bidders who are incorporated, including those bidding as a joint venture, must provide with their bid or promptly thereafter a complete list of names of all individuals who are currently directors of the Bidder. Bidders bidding as sole proprietorship, including those bidding as a joint venture, must provide with their bid or promptly thereafter the name of the owner. Bidders bidding as societies, firms, or partnerships do not need to provide lists of names. If the required names have not been received by the time the evaluation of bids is completed, Canada will inform the Bidder of a time frame within which to provide the information. Failure to comply will render the bid non-responsive. Providing the required names is a mandatory requirement for contract award. This PWGSC office provides procurement services to the public in English. Contracting Authority Lorraine Jenkinson Supply Specialist Public Works and Government Services Canada Acquisitions Branch, Western Region Telus Plaza North 10025 Jasper Avenue, 5th Floor Edmonton, AB T5J 1S6 Telephone: (780) 497-3593 Facsimile: (780) 497-3510 E-mail address: Lorraine.Jenkinson@pwgsc-tpsgc.gc.ca IMPORTANT NOTICE TO BIDDERS Notifications about amendments to an opportunity. Buyandsell.gc.ca/tenders provides a Web feed to keep you informed about amendments to an opportunity of interest. Get more details on the Government of Canada Web site: https://buyandsell.gc.ca/procurement-data/tenders/follow-opportun ities#20 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
-
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
- Jenkinson, Lorraine
- Phone
- (780) 497-3593 ( )
- Fax
- (780) 497-3510
- Address
-
Telus Plaza North/Plaza Telus Nord
10025 Jasper Ave./10025 ave Jasper
5th floor/5e étageEdmonton, Alberta, T5J 1S6
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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 |
---|---|---|---|---|
ABES.PROD.PW_EDM.B607.F10050.EBSU000.PDF | 000 |
French
|
3 | |
ABES.PROD.PW_EDM.B607.F10050.EBSU001.PDF | 001 |
French
|
0 | |
ABES.PROD.PW_EDM.B607.E10050.EBSU000.PDF | 000 |
English
|
23 | |
ABES.PROD.PW_EDM.B607.E10050.EBSU001.PDF | 001 |
English
|
2 |
Access the Getting started page for details on how to bid, and more.