EREP: Towable Tank - Floating Fabric Bladder

Solicitation number F7047-170069/A

Publication date

Closing date and time 2019/08/06 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    
    Amendment 006
    
    This amendment is raised to:
    1. Answer questions that were received from Industry
    2. Modify Annex A - Statement of Work
    3. Modify Annex B - Technical Statement of Requirements
    
    *************************************************
    
    Amendment 005
    
    This amendment is raised to:
    1.Answer questions that were received from Industry
    2.Modify RFP Articles 5.2.3 and 6.9.3
    3.Modify Annex B - Technical Statement of Requirements
    4.Modify Appendix 1 to Part 4 of the RFP - Technical Bid Evaluation Plan
    
    
    *************************************************
    
    Amendment 004
    
    This amendment is raised to:
    1) Answer questions received from Industry.
    2) Modify the quantity of required goods, the delivery periods and remove commissioning from the requirement.  This includes modifications to several articles within the RFP, Schedule A - Basis of Payment, Schedule B - Schedule of Deliveries and the Statement of Work (SOW). 
    3) Provide clarification regarding the submission of Compliance Assessment Reports (CARs) as part of the Phased Bid Compliance Process (PBCP).
    
    *************************************************
    
    
    Amendment 003
    
    This amendment is raised to answer questions received from Industry.  
    
    
    *************************************************
    
    Amendment 002
    
    This amendment is raised to:
    
    1- Answer questions from industry relating to Milestone Payments 
    
    2- Amend Article 6.7.5 - Method of Payment and Schedule B - Deliveries and Milestones
    
    *************************************************
    
    Amendment 001
    
    This amendment is raised to extend the bid closing date.
    
    *************************************************
    
    EREP: Towable Tank - Floating Fabric Bladder 
    
    The Canadian Coast Guard (CCG) requires towable, marine storage capacity to temporarily contain recovered oil in calm and protected waters in the event of a marine pollution incident. Fulfillment of this requirement will help to augment or replace existing similar storage equipment, as well as support the CCG Environmental Response (ER) Concept of Operations (ConOps).
    
    This procurement is part of the Environmental Response Equipment (ERE) Program for the Canadian Coast Guard (CCG), and forms part of the Oceans Protection Plan announced in November 2016. Under the ERE Program, CCG is renewing its suite of environmental response (ER) equipment, ensuring a robust and strategic national response capability. The ERE Program will replace aging ER equipment and potentially introduce new response technologies to over 80 locations across Canada; this objective will be realized through approximately 50 to 100 unique equipment procurements.
    
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA),the Canadian Free Trade Agreement (CFTA)and the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP).
    
    This bid solicitation may establish a contract with task authorizations for the delivery of the requirement detailed in the bid solicitation, to the Identified Users across Canada, including areas subject to Comprehensive Land Claims Agreements.
    
    At the time when a Task Authorization is issued, the Contracting Authority and/or Project Authority will discuss with the Contractor to determine if there is an opportunity to include an Indigenous Benefits Plan which generates socio-economic benefits (employment, training and subcontracting) for Indigenous people or businesses.
    
    The Federal Contractors Program (FCP) for employment equity applies to this procurement; see Part 5 - Certifications and Additional Information, Part 6 - Resulting Contract Clauses and the annex titled Federal Contractors Program for Employment Equity - Certification.
    
    Bidders intending to submit bids should obtain solicitation documents directly from http://BuyAndSell.gc.ca . Solicitation amendments, if and when issued, will be available on http://BuyAndSell.gc.ca .  It is the responsibility of the Bidder to ensure that all amendments issued during the solicitation period have been obtained and addressed in the submitted bid. Bidders basing their submissions on solicitation documents obtained from other sources do so at their own risk. Learn how to receive notifications about solicitation amendments at https://buyandsell.gc.ca/procurement-data/tenders/follow-opportunities . 
    
    Businesses interested in learning more about selling to the Government of Canada are encouraged to review https://BuyAndSell.gc.ca/for-businesses/selling-to-the-government-of-canada .  
    The Office of Small and Medium Enterprises (OSME) offers free seminars to businesses interested in learning about the general procurement process and how to sell goods and services to the government. Refer to http://www.tpsgc-pwgsc.gc.ca/app-acq/pme-sme/index-eng.html  for more information about OSME’s seminars and other services.  
    
    Suppliers are required to have a Procurement Business Number (PBN) before contract award. Suppliers may register for a PBN online at https://srisupplier.contractscanada.gc.ca/index-eng.cfm?af=ZnVzZWFjdGlvbj1yZWdpc3Rlci5pbnRybyZpZD0y&lang=eng .  For non-Internet registration, suppliers may contact the InfoLine at 1-800-811-1148 to obtain the telephone number of the nearest Supplier Registration Agent.
    Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.
    
    Due to the nature of the bid solicitation, bids transmitted by facsimile, e-mail, or the ePost Connect service to PWGSC will not be accepted.
    
    The Phased Bid Compliance Process (PBCP) applies to this requirement.
    
    Enquiries regarding this bid solicitation must be directed only to the Contracting Authority identified in the bid solicitation.
    
    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)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • 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
    Cormier, Jessica
    Phone
    (343) 543-7594 ( )
    Email
    Jessica.Cormier2@tpsgc-pwgsc.gc.ca
    Address
    Centennial Towers 7th Floor - 7W119
    200 Kent Street
    Ottawa, Ontario, K1A0S5

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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
    006
    French
    6
    006
    English
    21
    005
    French
    4
    005
    English
    21
    004
    French
    6
    004
    English
    22
    003
    French
    5
    003
    English
    20
    002
    French
    4
    002
    English
    30
    001
    French
    9
    001
    English
    33
    000
    French
    24
    000
    English
    107

    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
    British Columbia
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest 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: