SAP Ariba system maintenance

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

  • Saturday, June 21 from 2:00 pm until 11:59 pm (EDT) 

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

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    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
    6C2
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    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.

    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
    ,
    Ontario (except NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: