HALIFAX-CLASS DESIGN AGENT SERVICES
Solicitation number W8482-168075/D
Publication date
Closing date and time 2019/08/27 14:00 EDT
Description
Trade Agreement: NONE Tendering Procedures: Qualified Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: NOTICE OF PROPOSED PROCUREMENT - W8482-168075/D The Royal Canadian Navy (RCN) currently operates twelve (12) Halifax-Class ships and intends to operate them until their end of life. To support this effort, the Department of National Defence (DND) has a requirement to establish an In-Service Support Contract (ISSC) for a Halifax-Class Design Agent (HC Dag). The work of the Design Agent is an integral component of the successful operation of the Halifax Class ships and will be required throughout the expected life span. The Halifax-class Design Agent will manage the Technical Data Package (TDP) and provide project management, engineering services and drawing/drafting services to maintain the Halifax-Class Design Intent. These services include, but are not limited to: - develop engineering solutions and designs to integrate new or modified ships systems; - assess impacts to existing ships systems to integrate these solutions into the class; - develop Engineering Change (EC) packages for execution by implementation agencies; - integrate EC packages into the class; - maintain and distribute technical data; and - provide engineering services to resolve technical problems and improve equipment performance and its support. - provide Engineering Change Project management support - develop and support a collaborative environment As a result of an Invitation to Qualify (ITQ), Solicitation W8482-168075/C, that closed on Buy and Sell in September 2017, four pre-qualified suppliers have been selected to receive a Request for Proposal (RFP) W8482-168075/D? for the provision of the Design Agent In Service Support Services for Canada’s Halifax-Class fleet of ships. The RFP will be provided electronically, via email, directly to pre-qualified suppliers and only pre-qualified suppliers will be allowed to submit proposals. The pre-qualified suppliers were assessed against the following Mandatory Criteria: M1 - Management Experience The respondent must demonstrate that it has managed a Federal Government In-Service Support Contract for Canada, and such contract must have been in force within 5 years prior to the date of this ITQ posting, and the Respondent must have completed a minimum of 25,000 labour hours’ under such contract during one or more calendar years within such last 5 years of ITQ posting date. M2 - Quality Assurance The respondent must demonstrate that as of ITQ closing they are registered to a minimum of ISO:9001 (2008) and operate and maintain a Quality Management System in accordance to the ISO9001 standard. M3 - Technical Data Package Experience The respondent must demonstrate that they have managed a Canadian Forces Technical Data Package (TDP) managing at least 5000 Canadian Forces data elements, including drawings, publications, and computer-aided design modules in the last 5 years from date of ITQ posting. M4 - Engineering Change Management The respondent must demonstrate that they have delivered at least 10,000 person-hours of engineering change specification and installation design work for Canadian Forces assets, within the last 5 years of ITQ posting and completed a minimum of 5 engineering change installation packages (ECIP). At least 2 completed ECIPs must be from combat systems and two from platform system groups, per the attached list below. M5 - Design Margin Management The respondent must demonstrate their experience within the last 5 years of ITQ posting of tracking, monitoring, or advising on at least three (3) areas of design margins for Canadian Forces assets. Design margins include but are not limited to: space (compartment, rack, bunks), weight, HVAC (chilled water, sea water, ventilation), ergonomic requirements, electrical load, *HP/LP air, and cable management. *HP/LP High Pressure Air 10+ Bar (150 PSI) and Low Pressure Air <10 bar (14 to 150 PSI) M6 - Configuration Management The respondent must demonstrate their experience within the last 5 years of ITQ posting; of performing configuration management roles for Canadian Forces assets in that they have managed System Level Drawings for at least 10,000 configuration items. BIDDERS ARE ADVISED THAT "Buyandsell.gc.ca" IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. Inquiries regarding this NPP are to be submitted, in writing, to the Contracting Officer listed below: File Number: W8482-168075 Contracting Officer: Jeff Ciano Email: jeff.ciano@pwgsc.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
-
No trade agreements are applicable to this solicitation process
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
- Jeff Ciano
- Phone
- (613) 513-3957 ( )
- Email
- jeff.ciano@tpsgc-pwgsc.gc.ca
- Address
-
11 Laurier St. / 11, rue Laurier
Place du Portage, Phase III
6C2Gatineau, Quebec, K1A 0S5
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
Bidding details
Details for this tender opportunity are provided in the Description tab.
Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.
Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.
We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.