SAP Ariba system maintenance

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

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

BLAST INJURY RESEARCH ENGINEERING SUPPORT

Solicitation number W7702-186056/A

Publication date

Closing date and time 2018/04/18 16:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: The bidder must supply Canadian goods and/or services
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    1.  TITLE: BLAST INJURY RESEARCH ENGINEERING SUPPORT - TASK AUTHORIZATION CONTRACT
    
    2.  SECURITY:
    
    2.3.1 The following security requirements (SRCL and related clauses) apply and form part of the Contract.
    
    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:  PWGSC FILE #W7702-186056 
    
    2.3.1.1 The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Facility Security Clearance at the level of SECRET, with approved Document  Safeguarding and Production Capabilities at the level of SECRET, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC)
    
    2.3.1.2 This contract includes access to Controlled Goods.  Prior to access, the contractor must be registered in the Controlled Goods Program of Public Works and Government Services Canada (PWGSC). 
    
    2.3.1.3 The Contractor/Offeror personnel requiring access to PROTECTED/CLASSIFIED information, assets or sensitive work site(s) must EACH hold a valid personnel security screening at the level of RELIABILITY STATUS, CONFIDENTIAL or SECRET as required, granted or approved by the CISD/PWGSC.
    
    2.3.1.4 The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store any sensitive PROTECTED/CLASSIFIED information until CISD/PWGSC has issued written approval.  After approval has been granted, these tasks may be performed at the level of SECRET.
    
    2.3.1.5 Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
    
    2.3.1.6 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).
    
    NOTE:  There are multiple levels of personnel security screenings associated with this file.  In this instance, a Security Classification Guide must be added to the SRCL clarifying these screenings. 
    
    2.3.2 Contractor’s Sites or Premises Requiring Safeguarding Measures
    
    2.3.2.1 Where safeguarding measures are required in the performance of the Work, the Contractor must diligently maintain up-to-date the information related to the Contractor’s and proposed individuals’ sites or premises.
     
    2.3.2.2 The Company Security Officer must ensure through the Contract Security Program that the Contractor and individuals hold a valid security clearance at the required level.
    
    3.  REQUIREMENT:
    
    Defence Research and Development Canada - Suffield Research Centre is conducting a multi-year project to understand the effects of primary blast on the nervous system in order to facilitate the survivability and wellness of exposed Canadian Armed Forces (CAF) personnel.  Integral to this effort is the development and refinement of blast and blast simulation equipment and instrumentation.  In support of this research, there is a requirement for Contractor support in developing and executing scientific testing, in analysis and reporting of data, and in the design, modification and maintenance of experimental equipment/facilities.  Suffield Research Centre requires these services on an as-and-when task authorization requested basis.
    
    
    To qualify a bid will have to consist of no less than 80% of goods and/or services of Canadian origin. 
    
    
    4. VALUATION AND SELECTION:  
    
    Mandatory and point rated technical evaluation criteria are included in Annex "H" 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. 
    
    6. PERIOD OF CONTRACT: 
    
    It is anticipated the contract will be effective from date of award to 2020-03-31 with the option to extend the term of the Contract by up to one (1) additional one (1) year period.
    
    
    Contracting Authority
    
    Lorraine Jenkinson  
    Procurement Specialist 
    Procurement Branch, Western Region 
    Public Services and Procurement Canada 
    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

    • Canadian Free Trade Agreement (CFTA)

    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 ( )
    Email
    lorraine.jenkinson@pwgsc-tpsgc.gc.ca
    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
    5
    002
    French
    0
    001
    English
    5
    001
    French
    0
    000
    English
    31
    000
    French
    0

    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
    Alberta
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: