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)

    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
    Jenkinson, Lorraine
    Phone
    (780) 497-3593 ( )
    Fax
    (780) 497-3510
    Address
    ATB Place North Tower
    10025 Jasper Ave./10025 ave Jasper
    5th floor/5e étage
    Edmonton, Alberta, T5J 1S6

    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
    002
    English
    9
    002
    French
    1
    001
    English
    14
    001
    French
    0
    000
    English
    46
    000
    French
    4

    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

    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: