Canadian Forces Defensive Armament Suite (CFDAS)
Solicitation number W3474-180321/A
Publication date
Closing date and time 2017/09/29 14:00 EDT
Last amendment date
Description
Trade Agreement: Canadian Free Trade Agreement (CFTA) Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: The Royal Canadian Air Force (RCAF), Department of National Defence, has finalized its design of the Canadian Forces Defensive Armament Suite (CFDAS), the equipment that interfaces the C6 and GAU-21 (50-cal) machine guns on the CH146 Griffon Helicopter. Design of new CFDAS was performed at the Aerospace and Telecommunications Engineering Support Squadron (ATESS), an accredited design and manufacturing organization. The Contractor will manufacture the following CFDAS equipment as per the drawing package provided in Attachment 1 to Annex A. The period of the Contract is from date of Contract to 31 March 2019 inclusive. All parts must be delivered to ATESS at the following address: Attn: Engineering Production Officer (CFDAS) 35 Westwin Ave Bldg 521 Astra, ON K0K 3W0 Joint Certification Program: This contract involves unclassified military data subject to the provisions of the Technical Data Control Regulations. In order to receive all drawings referenced in Attachment 1 to Annex A, the Bidder must be certified with the U.S./Canada Joint Certification Program (JCP). Bidders can obtain information on how to become certified in the JCP by reviewing the information at: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx OR by contacting the Joint Certification Office at: Defense Logistics Agency (DLA) Joint Certification Program (JCP) JCP Team Contact Information U.S./Canada Joint Certification Office DLA Logistics Information Service Federal Center, 74 Washington Ave., North Battle Creek, Michigan USA 49037-3084 Phone: (800) 352-3572 E-mail: JCP-Admin@DLA.MIL To request all drawings, the Bidder must contact the Contracting Authority, within the timeframe indicated in Part 2, 2.3 Enquiries Bid Solicitation, and provide their JCP number as well as a mailing address. All drawings will be sent via courier. Bidders' Conference A bidders' conference will be held by teleconference on 12 September 2017 at 1030 hrs. The scope of the requirement outlined in the bid solicitation will be reviewed during the conference and questions will be answered. It is recommended that bidders who intend to submit a bid attend. Bidders are requested to communicate with the Contracting Authority before the conference to confirm attendance. Bidders should provide, in writing, to the Contracting Authority, the name(s) of the person(s) who will be attending and a list of issues they wish to table no later than 07 September 2017. 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
-
Canadian Free Trade Agreement (CFTA)
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
- Rombough, Lori
- Phone
- (613) 545-8061 ( )
- Email
- lori.rombough@pwgsc-tpsgc.gc.ca
- Fax
- (613) 545-8067
- Address
-
Kingston Procurement
Des Acquisitions Kingston
86 Clarence Street, 2nd floorKingston, Ontario, K7L 1X3
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.PW_KIN.B650.E7252.EBSU001.PDF | 001 |
English
|
16 | |
ABES.PROD.PW_KIN.B650.F7252.EBSU001.PDF | 001 |
French
|
1 | |
bilingual_annex_b-1.xlsx |
English
|
22 | ||
bilingual_annex_b-1.xlsx |
French
|
22 | ||
ABES.PROD.PW_KIN.B650.E7252.EBSU000.PDF | 000 |
English
|
118 | |
ABES.PROD.PW_KIN.B650.B7252.ATTA01.PDF |
English
|
57 | ||
ABES.PROD.PW_KIN.B650.F7252.EBSU000.PDF | 000 |
French
|
9 | |
ABES.PROD.PW_KIN.B650.B7252.ATTA01.PDF |
French
|
57 |
Access the Getting started page for details on how to bid, and more.