FINAL DESIGN AND ASSEMBLY OF TEST FRAME FOR BLAST TRIALS
Solicitation number W7702-165797/A
Publication date
Closing date and time 2016/08/04 16:00 EDT
Last amendment date
Description
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: The bidder must supply Canadian goods and/or services Competitive Procurement Strategy: Comprehensive Land Claim Agreement: No Nature of Requirements: 1. TITLE: FINAL DESIGN AND ASSEMBLY OF TEST FRAME FOR BLAST TRIALS 2. SECURITY: SECURITY REQUIREMENT FOR CANADIAN SUPPLIER: PSPC FILE #: W7702-165797 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 Services and Procurement Canada (PSPC). 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/PSPC. 2.3 Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PSPC. 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; b) Industrial Security Manual (Latest Edition). 3. REQUIREMENT: Defence Research and Development Canada (DRDC) Suffield Research Centre (SRC) anticipates testing large historic masonry walls against blast loads at a test site on the DRDC Suffield Research Centre Experimental Proving Ground (EPG) near Ralston, Alberta. To facilitate this work, a test frame will be required which will be used to (i) act as a base for a section of masonry wall, and (ii) act as a rigid’, non-responding, frame around the sides, base and top of the masonry wall during the blast. The test frame is expected to support in excess of 90 cubic metres of reinforced concrete. The intent of the tests is to create a blast scenario which damages the masonry walls (targets). It is anticipated that the test frame will be required to survive up to six separate large blasts (TNTor equivalent) without significant damage. To allow for the possibility of damage to the test frame, the proposed contract will contain options which may be exercised at SRC’s discretion for the repair of the test frame after one or more of the blast tests. There is no requirement for any work associated with designing or building the historic masonry test walls. WARNING: FACSIMILE BIDS WILL NOT BE ACCEPTED due to the nature of this solicitation. 4. EVALUATION AND SELECTION: Mandatory and point rated technical evaluation criteria are included in Annex "I" of the solicitation. Contractor selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 20% for the technical merit and 80% forthe price. 5. OWNERSHIP OF INTELLECTUAL PROPERTY: Any intellectual property arising from the performance of the Work under the Contract will vest in Canada. 6. PERIOD OF CONTRACT: It is anticipated that any contract will be effective from dateof contract to 2020-12-31. Contracting Authority Lorraine Jenkinson Procurement Specialist Public Works and Government Services Canada Acquisitions Branch, Western Region ATB Place, North Tower, 5th Floor 10025 Jasper Avenue NW Edmonton, AB T5J 1S6 Telephone: (780) 497-3593 Facsimile: (780) 497-3510 E-mail address: Lorraine.Jenkinson@pwgsc-tpsgc.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
-
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
-
ATB Place North Tower
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.E10793.EBSU002.PDF | 002 |
English
|
9 | |
ABES.PROD.PW_EDM.B607.F10793.EBSU002.PDF | 002 |
French
|
1 | |
ABES.PROD.PW_EDM.B607.E10793.EBSU001.PDF | 001 |
English
|
14 | |
ABES.PROD.PW_EDM.B607.F10793.EBSU001.PDF | 001 |
French
|
0 | |
ABES.PROD.PW_EDM.B607.E10793.EBSU000.PDF | 000 |
English
|
46 | |
ABES.PROD.PW_EDM.B607.F10793.EBSU000.PDF | 000 |
French
|
4 |
Access the Getting started page for details on how to bid, and more.