Flight Test Support Services

Solicitation number W2671-11E002/A

Publication date

Closing date and time 2012/11/30 16:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    THIS CANCEL AND SUPERSEDES NOTICE PW-$EDM-607-9507 PUBLISHED ON
    MERX ON 2012-08-17 AND AMENDED ON 2012-09-12, 2012-09-24 and
    2012-11-12. 
    
    
    1.  	TITLE: 
    TECHNICAL INVESTIGATION AND ENGINEERING SERVICES (TIES) FOR
    FLIGHT TEST SERVICES, AEROSPACE ENGINEERING TEST ESTABLISHMENT
    (AETE), 4 WING COLD LAKE
    
    2.  	REQUIREMENT:
    Department of National Defence, Aerospace Engineering Test
    Establishment (AETE), 4 Wing, Cold Lake, Alberta, has a
    requirement for the provision of flight test support services in
    support of flight testing projects.  The specific services to be
    accomplished will be addressed in Task Authorizations that will
    be tasked in accordance with the procedures in this Contract.  
    The tasks shall consist of performing engineering, technical and
    project management support services such as, but not limited to:
     Test and Evaluation (T&E) Services, Project Officer,
    Engineering Officer, Engineering/Technical Analyses and
    Services, Technical Investigation Services, and Training.
    
    
    WARNING: FACSIMILE BIDS WILL NOT BE ACCEPTED due to the nature
    of this solicitation.
    
    3.  	SECURITY AND OTHER REQUIREMENTS:
    
    3.1	Security Requirement 
    
    a)	The Contractor must, at all times during the performance of
    the Contract, hold a valid Facility Security Clearance at the
    level of SECRET, issued by the Canadian Industrial Security
    Directorate (CISD), Public Works and Government Services Canada
    (PWGSC).
    
    b) 	The Contractor personnel requiring access to CLASSIFIED
    information, assets or sensitive work site(s) must be a citizen
    of Canada, the United States, United Kingdom, Australia, or New
    Zealand and must EACH hold a valid personnel security screening
    at the level of SECRET, granted or approved by CISD/PWGSC.
    
    c) 	The Contractor MUST NOT remove any CLASSIFIED information
    from the identified work site(s), and the Contractor must ensure
    that its personnel are made aware of and comply with this
    restriction. 
    
    d) 	The Contractor personnel requiring access to COMSEC
    information/assets must be a Canadian citizen, hold a valid
    security clearance commensurate with the information/assets that
    will be accessed, have a need-to-know and have undergone a
    COMSEC briefing and signed a COMSEC Briefing certificate. Access
    by foreign nationals or resident aliens must be approved by the
    Head IT Security Client Services at CSEC on a case-by-case basis.
    
    e)	The Contractor personnel requiring access to CLASSIFIED
    information and/or assets bearing the caveat "CANADIAN EYES
    ONLY" must be citizens of Canada and EACH hold a valid personnel
    security screening at the level of granted or approved by the
    CISD, PWGSC.
    
    f)  	Subcontracts which contain security requirements are NOT to
    be awarded without the prior written permission of CISD/PWGSC.
    
    g)   	The Contractor must comply with the provisions of the: (i)
    	Security Requirements Check List and security guide (if
    applicable), Annex "C" of the solicitation; and (i)  Industrial
    Security Manual (Latest Edition).
    
    3.2.	Controlled Goods Requirement
    This procurement is subject to the CONTROLLED GOODS Program. 
    Details on how to register under the CGP are available at the
    CONTROLLED GOODS Program web site: 
    http://ssi-iss.tpsgc-pwgsc.gc.ca/dmc-cgd/apropos-about/inscrptn-r
    gstrtn-eng.html
    
    3.3 	Joint Certification Program
    This contract involves unclassified military data subject to the
    provisions of the Technical Data Control Regulations indicated
    by the client at Block (5bnew form; Block 9 old form) of the
    SRCL. It is required that the chosen suppliers become certified
    contractors under the US/Canada JOINT CERTIFICATION PROGRAM
    (JCP). The suppliers may obtain information on how to become
    involved in the JCP by calling Norm Weir at 1-800-352-3572.
    
    4.  OPTIONAL SITE VISIT - 
    It is recommended that the Bidder or a representative of the
    Bidder visit the work site. Arrangements have been made for a
    tour of the work site. The site visit will be held on: 
    
    DATE:		TO BE DETERMINED  
    TIME:		09:00 a.m. 
    LOCATION: 	AETE, Hangar 7, 4 Wing Cold Lake 
    
    Bidders must communicate with the Contracting Authority no later
    than five (5) days before the scheduled visit to confirm
    attendance and provide the name(s) of the person(s) who will
    attend. Bidders who do not confirm attendance and provide the
    name(s) of the person(s) who will attend as required will not be
    allowed access to the site.
    
    5. EVALUATION AND SELECTION:  
    Mandatory and point rated technical evaluation criteria are
    included in Annex "G" of the solicitation. 
    
    Contractor selection will be based on the highest responsive
    combined rating of technical merit and price.  The ratio will be
    65% for the technical merit and 35% for the price.
    
    6. OWNERSHIP OF INTELLECTUAL PROPERTY:
    Any intellectual property arising from the performance of the
    Work under the Contract will vest in Canada. 
    
    7. PERIOD OF CONTRACT: 
    It is intended this solicitation will result in the award of one
    (1) contract for one (1) year, plus two (2), one-year
    irrevocable options allowing Canada to extend the term of the
    contract.
    
    8.  Code of Conduct and Certification
    Pursuant to section 01 of Standard Instructions 2003
    (2012-07-11), Standard Instructions - Goods or Services -
    Competitive Requirements, Bidders must submit a complete list of
    names of all individuals who are currently directors of the
    Bidder.  Furthermore, as determined by the Special
    Investigations Directorate, Departmental Oversight Branch, each
    individual named on the list may be requested to complete a
    Consent to a Criminal Record Verification form.
    
    
    This PWGSC office provides procurement services to the public in
    English.
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Telus Plaza North/Plaza Telus Nord
    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.

    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

    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: