FLEX HOSE MANUFACTURING COURSEWARE
Solicitation number W3999-13M656/A
Publication date
Closing date and time 2012/10/30 14:00 EDT
Last amendment date
Description
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements Attachment: YES (MERX) Electronic Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: Flex Hose Manufacturing Courseware Solicitation: W3999-13M656 Contracting Authority: Lee Anne Forward Telephone: (902) 496-5070 E-mail: LeeAnne.Forward@pwgsc-tpsgc.gc.ca ELIGIBLE BIDDERS UNDER THIS BID SOLICITATION This Bid Solicitation is issued against the Learning Services Supply Arrangement (SA), PWGSC File No. E60ZH-110001. All terms and conditions of the Learning Services SA apply and are incorporated into any resulting contract. The requirement described herein is open only to PWGSC Learning Services SA Suppliers. _________________________________________________________________ ____________ NOTICE OF PROPOSED PROCUREMENT 1. The objective of this request for e-Learning design and development is to produce an eLearning program that will allow Aviation Systems Technicians (AVN Tech) and Aircraft Structures Technicians (ACS Tech) to manufacture low and medium pressure hose assemblies. 1.1. The eLearning program would include: 1.1.1. a self-paced pre-course package to replace the theory portion of the course, and 1.1.2. an electronic performance system support (EPSS) tool, which would serve as both a training aid (to replicate the practical training on the course) and as a job aid for use by graduate students back at their home units. The EPSS tool would replicate the procedures in the manufacture of low and medium pressure hose assemblies. 2. Success Factors. This project will be determined to be a success if: 2.1. The theory portion of the course is delivered asynchronously; 2.2. Course delivery eliminates the requirement for serial scheduling, by allowing open entry and open exit; 2.3. The product provides an easy to use performance support tool that can be employed at the job site; and 2.4. The pre-study packages enable the students to pass the practical evaluation for the qualification 3. Basis of Selection - Highest Combined Rating of Technical Merit and Price 3.1. To be declared responsive, a bid must: a. comply with all the requirements of the bid solicitation; and b. meet all mandatory criteria; and c. obtain the required minimum of 70 points overall for the technical evaluation criteria which are subject to point rating. The rating is performed on a scale of 2000 points. 3.2. Bids not meeting (a), (b) and (c) will be declared non-responsive. 3.3. The 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. 3.4. To establish the technical merit score, the overall technical score for each responsive bid will be determined as follows: total number of points obtained / maximum number of points available multiplied by the ratio of 60 %. 3.5. To establish the pricing score, each responsive bid will be prorated against the lowest evaluated price and the ratio of 40 %. 3.6. For each responsive bid, the technical merit score and the pricing score will be added to determine its combined rating. 3.7. Neither the responsive bid obtaining the highest technical score nor the one with the lowest evaluated price will necessarily be accepted. The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract. 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)
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
- Forward (HAL), LeeAnne
- Phone
- (902) 496-5070 ( )
- Fax
- (902) 496-5016
- Address
-
1713 Bedford Row
Halifax, N.S./Halifax, (N.É.), B3J 3C9
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.BK_HAL.B503.F8783.EBSU002.PDF | 002 |
French
|
0 | |
ABES.PROD.BK_HAL.B503.F8783.EBSU003.PDF | 003 |
French
|
0 | |
ABES.PROD.BK_HAL.B503.F8783.EBSU001.PDF | 001 |
French
|
0 | |
ABES.PROD.BK_HAL.B503.F8783.EBSU000.PDF | 000 |
French
|
1 | |
ABES.PROD.BK_HAL.B503.E8783.EBSU000.PDF | 000 |
English
|
3 | |
ABES.PROD.BK_HAL.B503.E8783.EBSU002.PDF | 002 |
English
|
0 | |
ABES.PROD.BK_HAL.B503.E8783.EBSU003.PDF | 003 |
English
|
1 | |
ABES.PROD.BK_HAL.B503.E8783.EBSU001.PDF | 001 |
English
|
0 |
Access the Getting started page for details on how to bid, and more.