SAP Ariba system maintenance

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

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Repair & Maintenance Services

Solicitation number W8486-096412/A

Publication date

Closing date and time 2012/12/06 14:00 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: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Repair & Maintenance Services
    
    W8486-096412/A
    
    Benoît Paquin
    Telephone: (819) 956-3966
    Facsimile: (819) 956-5227
    Email: benoit.paquin@pwgsc-tpsgc.gc.ca
    
    --------------------------------------------------
    AMENDMENT 002
    
    This amendment is raised to extend the bid closing date and
    modify the RFP as follows:
    
    
    1. Page 1 Solicitation Closes
    
    Delete: 2012-12-04
    
    Insert: 2012-12-06
    
    
    2. RFP Article 29 Bailee's Customer's Goods Insurance
    
    Delete: Government Property must be insured on a Replacement
    Cost (new) basis.
    
    Insert: Government Property must be insured on a Actual Cash
    Value (depreciated cost) basis. 
    
    
    All other terms and conditions remain the same.
    
    --------------------------------------------------
    AMENDMENT 001
    
    This amendment 001 is raised to modify the Request For Proposal
    as follows:
    
    1.	Table of Contents
    
    Delete:
    Part 5 - Certifications
    1.	Code of Conduct Certifications - Certifications Required
    Precedent to Contract Award
    2.    	Certifications Precedent to Contract Award
    
    Insert:
    Part 5 - Certifications
    1.	Mandatory Certifications Required Precedent to Contract Award
    2.  	Additional Certifications Precedent to Contract Award
    
    
    2.	Part 2 - Bidder instructions
    
    Delete: 	
    1.	Standard Instructions, Clauses and Conditions, in its
    entirety.
    
    Insert:  
    1. 	Standard Instructions, Clauses and Conditions
    All instructions, clauses and conditions identified in the bid
    solicitation by number, date and title are set out in the
    Standard Acquisition Clauses and Conditions Manual issued by
    Public Works and Government Services Canada (PWGSC).  
    
    Bidders who submit a bid agree to be bound by the instructions,
    clauses and conditions of the bid solicitation and accept the
    terms and conditions of the resulting contract.
    
    The 2003 (2012-11-19) Standard Instructions - Goods or Services
    - Competitive Requirements, are incorporated by reference into
    and form part of the bid solicitation.
    
    Subsection 05.4 of 2003, Standard Instructions - Goods or
    Services - Competitive Requirements, is amended as follows:
    
    Delete:  Bids will remain open for acceptance for a period of
    not less than sixty (60) days from the closing date of the bid
    solicitation
    
    Insert:  Bids will remain open for acceptance for a period of
    not less than ninety (90) calendar days from the closing date of
    the bid solicitation
    3.	Part 3 - Bid Preparation Instructions 
    
    1.	Bid Preparation Instructions
    
    Delete: 
    In April 2006, Canada issued a policy directing federal
    departments and agencies to take the necessary steps to
    incorporate environmental considerations into the procurement
    process Policy on Green Procurement 
    (http://www.tpsgc-pwgsc.gc.ca/ecologisation-greening/achats-procu
    rement/politique-policy-eng.html). To assist Canada in reaching
    its objectives, bidders are encouraged to:
    
    1)	use 8.5 x 11 inch (216 mm x 279 mm) paper containing fibre
    certified as originating from a sustainably-managed forest
    and/or containing minimum 30% recycled content; and
    
    Insert: 
    In April 2006, Canada issued a policy directing federal
    departments and agencies to take the necessary steps to
    incorporate environmental considerations into the procurement
    process Policy on Green Procurement
    (http://www.tpsgc-pwgsc.gc.ca/ecologisation-greening/achats-procu
    rement/politique-policy-eng.html). To assist Canada in reaching
    its objectives, bidders should:
    
    1) use 8.5 x 11 inch (216 mm x 279 mm) paper containing fibre
    certified as originating from a
    sustainably-managed forest and containing minimum 30% recycled
    content; and
    
    
    4. Part 5 - Certifications
    
    Delete:	PART 5 - CERTIFICATIONS, in its entirety
    
    Insert:	PART 5 - CERTIFICATIONS
    Bidders must provide the required certifications and related
    documentation to be awarded a contract. Canada will declare a
    bid non-responsive if the required certifications and related
    documentation are not completed and submitted as requested. 
    
    Compliance with the certifications bidders provide to Canada is
    subject to verification by Canada during the bid evaluation
    period (before award of a contract) and after award of a
    contract. The Contracting Authority will have the right to ask
    for additional information to verify bidders' compliance with
    the certifications before award of a contract. The bid will be
    declared non-responsive if any certification made by the Bidder
    is untrue, whether made knowingly or unknowingly. Failure to
    comply with the certifications, to provide the related
    documentation or to comply with the request of the Contracting
    Authority for additional information will also render the bid
    non-responsive.
    
    1. 	Mandatory Certifications Required Precedent to Contract Award
    
    1.1 	Code of Conduct and Certifications - Related documentation
    
    1.1.1 	By submitting a bid, the Bidder certifies, for himself
    and his affiliates, to be in compliance with the Code of Conduct
    and Certifications clause of the Standard instructions. The
    related documentation hereinafter mentioned will help Canada in
    confirming that the certifications are true. By submitting a
    bid, the Bidder certifies that it is aware, and that its
    affiliates are aware, that Canada may request additional
    information, certifications, consent forms and other evidentiary
    elements proving identity or eligibility. Canada may also verify
    the information provided by the Bidder, including the
    information relating to the acts or convictions specified
    herein, through independent research, use of any government
    resources or by contacting third parties. Canada will declare
    non-responsive any bid in respect of which the information
    requested is missing or inaccurate, or in respect of which the
    information contained in the certifications is found to be
    untrue, in any respect, by Canada. The Bidder and any of the
    Bidder's affiliates, will also be required to remain free and
    clear of any acts or convictions specified herein during the
    period of any contract arising from this bid solicitation.
    
    Bidders who are incorporated, including those bidding as a joint
    venture, must provide with their
    bid or promptly thereafter a complete list of names of all
    individuals who are currently directors of the Bidder. Bidders
    bidding as sole proprietorship, including those bidding as a
    joint venture,
    must provide the name of the owner with their bid or promptly
    thereafter. Bidders bidding as
    societies, firms, partnerships or associations of persons do not
    need to provide lists of names. If
    the required names have not been received by the time the
    evaluation of bids is completed,
    Canada will inform the Bidder of a time frame within which to
    provide the information. Failure to comply will render the bid
    non-responsive. Providing the required names is a mandatory
    requirement for contract award.
    
    Canada may, at any time, request that a Bidder provide properly
    completed and Signed Consent
    Forms (Consent to a Criminal Record Verification form-
    PWGSC-TPSGC 229)
    (http://www.tpsgc-pwgsc.gc.ca/app-acq/forms/formulaires-forms-eng
    .html) for any or all
    individuals aforementioned within the time specified. Failure to
    provide such Consent Forms
    within the time period provided will result in the bid being
    declared non-responsive.
    
    2. 	Additional Certifications Precedent to Contract Award
    The certifications listed below should be completed and
    submitted with the bid, but may be submitted afterwards. If any
    of these required certifications is not completed and submitted
    as requested, the Contracting Authority will so inform the
    Bidder and provide the Bidder with a time frame within which to
    meet the requirement. Failure to comply with the request of the
    Contracting Authority and meet the requirement within that time
    period will render the bid non-responsive.
    
    2.1	Federal Contractors Program - $200,000 or more
    1.	The Federal Contractors Program (FCP) requires that some
    suppliers, including a supplier who is a member of a joint
    venture, bidding for federal government contracts, valued at
    $200,000 or more (including all applicable taxes), make a formal
    commitment to implement employment equity. This is a condition
    precedent to contract award. If the Bidder, or, if the Bidder is
    a joint venture and if any member of the joint venture, is
    subject to the FCP, evidence of its commitment must be provided
    before the award of the Contract.
    
    Suppliers who have been declared ineligible contractors by Human
    Resources and Skills Development Canada (HRSDC) are no longer
    eligible to receive government contracts over the threshold for
    solicitation of bids as set out in the Government Contracts
    Regulations. Suppliers may be declared ineligible contractors
    either as a result of a finding of non-compliance by HRSDC, or
    following their voluntary withdrawal from the FCP for a reason
    other than the reduction of their workforce to less than 100
    employees. Any bids from ineligible contractors, including a bid
    from a joint venture that has a member who is an ineligible
    contractor, will be declared non-responsive.
    
    2.	If the Bidder does not fall within the exceptions enumerated
    in 3.(a)or (b) below, or does not have a valid certificate
    number confirming its adherence to the FCP, the Bidder must fax
    (819-953-8768) a copy of the signed form LAB 1168, Certificate
    of Commitment to Implement Employment Equity, to the Labour
    Branch of HRSDC.
    
    3.	The Bidder, or, if the Bidder is a joint venture the member
    of the joint venture, certifies its status with the FCP, as
    follows:
    
    The Bidder or the member of the joint venture
    
    (a)	(    ) is not subject to the FCP, having a workforce of less
    than 100 full-time or part-time permanent employees, and/or
    temporary employees having worked 12 weeks or more in Canada;
    
    (b)	(    ) is not subject to the FCP, being a regulated employer
    under the Employment Equity Act, S.C. 1995, c. 44;
    
    (c)	(    ) is subject to the requirements of the FCP, having a
    workforce of 100 or more  full-time or part-time permanent
    employees, and/or temporary employees having worked 12 weeks or
    more in Canada, but has not previously obtained a certificate
    number from HRSDC (having not bid on requirements of $200,000 or
    more), in which case a duly signed certificate of commitment is
    attached;
    
    (d)	(    ) is subject to the FCP, and has a valid certificate
    number as follows: _______ (e.g. has not been declared an
    ineligible contractor by HRSDC.)
    
    Further information on the FCP is available on the HRSDC Web
    site.
    
    2.2	Former Public Servant - Competitive Requirements
    Contracts with former public servants (FPS) in receipt of a
    pension or of a lump sum payment must bear the closest public
    scrutiny, and reflect fairness in the spending of public funds.
    In order to comply with Treasury Board policies and directives
    on contracts with FPS, bidders must provide the information
    required below.
    
    Definitions
    For the purposes of this clause,"former public servant" is any
    former member of a department as defined in the Financial
    Administration Act, R.S., 1985, c. F-11, a former member of the
    Canadian Armed Forces or a former member of the Royal Canadian
    Mounted Police. A former public servant may be:
    
    	A. an individual;
    	B. an individual who has incorporated;
    	C. a partnership made of former public servants; or
    	D. a sole proprietorship or entity where the affected
    individual has a controlling or major 		interest in the entity.
    
    "lump sum payment period" means the period measured in weeks of
    salary, for which payment has been made to facilitate the
    transition to retirement or to other employment as a result of
    the implementation of various programs to reduce the size of the
    Public Service. The lump sum payment period does not include the
    period of severance pay, which is measured in a like manner.
    
    "pension" means, a pension or annual allowance paid under the
    Public Service Superannuation Act (PSSA), R.S., 1985, c.P-36,
    and any increases paid pursuant to the Supplementary Retirement
    Benefits Act, R.S., 1985, c.S-24 as it affects the PSSA. It does
    not include pensions payable pursuant to the Canadian Forces
    Superannuation Act, R.S., 1985, c.C-17, the Defence Services
    Pension Continuation Act, 1970, c.D-3, the Royal Canadian
    Mounted Police Pension Continuation Act , 1970, c.R-10, and the
    Royal Canadian Mounted Police Superannuation Act, R.S., 1985,
    c.R-11, the Members of Parliament Retiring Allowances Act ,
    R.S., 1985, c.M-5, and that portion of pension payable to the
    Canada Pension Plan Act, R.S., 1985, c.C-8.
    
    Former Public Servant in Receipt of a Pension
    As per the above definitions, is the Bidder a FPS in receipt of
    a pension? Yes ( ) No ( )
    
    If so, the Bidder must provide the following information, for
    all FPS in receipt of a pension, as applicable:
    
    	A. name of former public servant;
    	B. date of termination of employment or retirement from the
    Public Service.
    By providing this information, Bidders agree that the successful
    Bidder's status, with respect to being a former public servant
    in receipt of a pension, will be reported on departmental
    websites as part of the published proactive disclosure reports
    in accordance with Contracting Policy Notice: 2012-2 and the
    Guidelines on the Proactive Disclosure of Contracts. 
    
    Work Force Reduction Program
    Is the Bidder a FPS who received a lump sum payment pursuant to
    the terms of a work force reduction program? Yes ( ) No ( )
    
    If so, the Bidder must provide the following information:
    
    	A. name of former public servant;
    	B. conditions of the lump sum payment incentive;
    	C. date of termination of employment;
    	D. amount of lump sum payment;
    	E. rate of pay on which lump sum payment is based;
    	F. period of lump sum payment including start date, end date
    and number of weeks;
    	G. number and amount (professional fees) of other contracts
    subject to the restrictions of 		a work force reduction program.
    
    For all contracts awarded during the lump sum payment period,
    the total amount of fees that may be paid to a FPS who received
    a lump sum payment is $5,000, including the Goods and Services
    Tax or Harmonized Sales Tax.
    
    2.3	Status and Availability of Resources
    The Bidder certifies that, should it be awarded a contract as a
    result of the bid solicitation, every individual proposed in its
    bid will be available to perform the Work as required by
    Canada's representatives and at the time specified in the bid
    solicitation or agreed to with Canada's 
    representatives.  If for reasons beyond its control, the Bidder
    is unable to provide the services of an individual named in its
    bid, the Bidder may propose a substitute with similar
    qualifications and experience.  The Bidder must advise the
    Contracting Authority of the reason for the 
    substitution and provide the name, qualifications and experience
    of the proposed replacement.  For the purposes of this clause,
    only the following reasons will be considered as beyond the
    control of the Bidder: death, sickness, maternity and parental
    leave, retirement, resignation, dismissal for cause or
    termination of an agreement for default.
    
    If the Bidder has proposed any individual who is not an employee
    of the Bidder, the Bidder certifies that it has the permission
    from that individual to propose his/her services in relation to
    the Work to be performed and to submit his/her résumé to Canada.
     The Bidder must, upon 
    request from the Contracting Authority, provide a written
    confirmation, signed by the individual, of the permission given
    to the Bidder and of his/her availability.  Failure to comply
    with the request may result in the bid being declared
    non-responsive.
    
    2.4	Education and Experience
    The Bidder certifies that all the information provided in the
    résumés and supporting material submitted with its bid,
    particularly the information pertaining to education,
    achievements, experience and work history, has been verified by
    the Bidder to be true and accurate. Furthermore, the Bidder
    warrants that every individual proposed by the Bidder for the
    requirement is capable of performing the Work described in the
    resulting contracts.
    
    
    5. Part 7 - Resulting Contract Clauses
    
    Delete: 
    2.1		General Conditions
    2035 (2012-07-16) General Conditions - Higher Complexity -
    Services apply to and form part of the Contract.
    
    The text under Subsection 4 of Section 41 - Code of Conduct and
    Certifications of 2035 referenced above is replaced by:
    
    During the entire period of the Contract, the Contractor must
    diligently update, by written notice to the Contracting
    Authority, the list of names of all individuals who are
    directors of the Contractor whenever there is a change. As well,
    whenever requested by Canada, the Contractor must provide the
    corresponding Consent Forms.    
    
    Insert: 
    2.1		General Conditions
    2035 (2012-11-19) General Conditions - Higher Complexity -
    Services apply to and form part of the Contract.
    
    
    6. Part 7 - Resulting Contract Clauses
    	
    Delete: 
    7.	Certifications, in its entirety
    
    Insert: 
    7. 	Certifications
    
    7.1  	Compliance
    Compliance with the certifications and related documentation
    provided by the Contractor in its bid is a condition of the
    Contract and subject to verification by Canada during the term
    of the Contract. If the Contractor does not comply with any
    certification, provide the related documentation or if it is
    determined that any certification made by the Contractor in its
    bid is untrue, whether made knowingly or unknowingly, Canada has
    the right, pursuant to the default provision of the Contract, to
    terminate the Contract for default.
    
    
    7. Part 7 - Resulting Contract Clauses
    
    9. 	Priority of Documents
    
    Delete:		
    (b)	2035 (2012-07-16) General Conditions - Higher Complexity -
    Services;
    
    Insert:
    (b)	2035 (2012-11-19) General Conditions - Higher Complexity -
    Services;
    
    
    All other terms and conditions remain the same.
    --------------------------------------------------
    The Department of National Defence (DND) has a requirement for
    repair and maintenance services, Field Service Representatives
    and technical support in order to perform inspections, repairs
    and maintain a militarized fleet of 20, 1992 Krupp crane model
    KMK 2025 and components.  The equipment to be services will
    include, but is not limited to the militarized fleet, owned and
    operated  by DND, in accordance with Annex A - Statement of
    Work, Annex B - Pricing for Hourly Rates and Mark-up and
    Appendix 1 to Annex A - Body and Paint Application.
    
    Work will be performed throughout Canada and at Contractor's
    plant, as required.
    
    The work under this requirement will be carried out for a period
    of three (3) years from the effective date of the contract with
    an option to extend the contract for two (2) additional periods
    of one (1) year.
    
    The work under this requirement will be completed on an ''as and
    when requested basis''.
    
    A seperate Request for Proposal (W8486-096412/B) will be posted
    on Merx for the Set-aside under the Procurement Strategy for
    Aboriginal Business.
    
    This procurement is subject to the Controlled Goods Program.
    
    Debriefings
    
    After award of the contract, bidders may request a debriefing on
    the results of the bid solicitation.  Bidders should make the
    request to the Contracting Authority within fifteen (15) working
    days of receipt of notification that their bid was unsuccessful.
    The debriefing may be provided in writing, by telephone or in
    person.
    
    
    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
    Paquin, Benoit
    Phone
    (819) 956-3966 ( )
    Fax
    (819) 956-5227
    Address
    11 Laurier St./11, rue Laurier
    7B1, Place du Portage, Phase III
    Gatineau, Québec, K1A 0S5

    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
    000
    French
    0
    002
    French
    0
    001
    French
    0
    001
    English
    4
    002
    English
    3
    000
    English
    14

    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
    National Capital Region (NCR)

    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: