OILY WATER SEPARATOR
Solicitation number W8482-156642/A
Publication date
Closing date and time 2020/07/07 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: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: This amendment is raised to change the Contracting Authority: Beaumier, Julie Telephone No. - (613) 851-9981 Email: Julie.Beaumier@tpsgc-pwgsc.gc.ca __________________________________ OILY WATER SEPARATOR W8482-156642/A Strangemore, Jessica Telephone No. - (873) 354-6843 ( ) The Department of National Defence (DND) requires an Oily Water Separator (OWS) System, complete with an inline effluent Oil Content Monitor (OCM) and effluent control system for use onboard Royal Canadian Navy (RCN) Halifax Class Frigates (HFX) to be delivered to Montreal, Quebec. The requirement is to award up to three (3) separate contracts, each for one (1) OWS system including engineering support services and training for maintenance personnel and operators with one (1) contract being potentially extended for to purchase an additional 12 units, services and training and up to two (2) additional units in accordance with Annex B Statement of Work and Annex C Technical Statement of Requirement. Installation of the OWS system is not included in the scope of the contract. In order to ensure the supplied equipment will meet Canadian Navy environment conditions, Canada reserves the right to conduct additional suitability testing of any or all aspects of equipment specified performance, at Canada’s discretion, in order to determine to exercise or not exercise the option period. There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website. This procurement is subject to the Controlled Goods Program. The Defence production Act defines Canadian Controlled Goods as certain goods listed in Canada’s Export Control List, a regulation made pursuant to the Export and Import Permits Act (EIPA)." There will be a bidders’ conference and vessel site visit associated with this requirement where personnel security screening is required prior to gaining access to CONTROLLED GOODS AND PROTECTED information, assets or sites or CLASSIFIED information, assets or sites. Consult Part 2 - Bidder Instructions. To assure a response before the bid closing date, all enquiries about this requirement must be submitted in writing and received by the Contracting Authority at least 7 calendar days prior to the bid closing date. Telephone (873) 354-6843 Email: Jessica.strangemore@tpsgc-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
-
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)
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
- Beaumier, Julie
- Phone
- (613) 851-9981 ( )
- Email
- julie.beaumier@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
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.
Access the Getting started page for details on how to bid, and more.