INTERIM ICEBREAKING AND TOWING

Solicitation number F7017-160056/A

Publication date

Closing date and time 2017/02/27 14:00 EST

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Notice of Proposed Procurement (NPP) - Request for Information:
    
    Request for Information (RFI) and Industry Consultation for Interim Icebreaking and Towing Capability for the Canadian Coast Guard (CCG).
    
    The Government of Canada is seeking information regarding the potential pricing and availability of interim measures to provide icebreaking and towing services.  It also seeks to understand how the proposed solutions by Industry might provide economic benefits and support to the shipbuilding and broader marine industry in Canada. Consistent with the Buy-in-Canada Shipbuilding Policy, it is the Government of Canada’s intent that the repair, maintenance and refit of vessels will be conducted in Canada.
    
    Background:
    
    Icebreaking:
    
    Due to age and reduced availability of the icebreaking fleet, the CCG anticipates that it may require additional icebreaking capacity provided by one (1) to five (5) Icebreakers (Heavy, Medium, or Light) at various times over the next number of years. Accordingly, the CCG must investigate potential bridging strategies to address potential gaps in service.
    
    Towing:
    
    The M/V John 1 (14 March 2014) and M/V Simushir (October 17, 2014) incidents illustrate several gaps in Canada’s emergency towing capacity in both the immediate and medium term, including limited industry capacity (particularly on the West Coast) and limitations to the CCG’s capability to tow large vessels. CCG has identified a potential requirement for one (1) to three (3) tow capable vessels in both the Pacific and Atlantic regions (including Juan de Fuca strait, mid to northern BC offshore coasts, Gulf of St-Lawrence, Atlantic offshore, etc…)  to respond to marine incidents over the short or medium term.  
    
    This Request for Information and Industry Consultation is an initial step in examining the provision of service options available for the CCG.  At this time, the focus of the consultations with Industry is to determine the commercial capability available, assess how quickly industry can start providing interim capability services and obtain estimates for the potential cost of delivering these services.  This RFI is neither a call for tender nor a Request for Proposal (RFP). No agreement or contract will be entered into based on this RFI. The issuance of this RFI is not to be considered in any way a commitment by the Government of Canada (GC), nor as authority to potential Respondents to undertake any work that could be charged to GC. This RFI is not to be considered as a commitment to issue a subsequent solicitation or award contract(s) for the requirements described herein.
    
    This consultation will be a 3 Stage Process:
    
    Stage 1 - Industry Day or Web-Ex teleconference. See Questions in Sections 2 and 3 of this document. 
    
    On 08 December 2016, an Industry Day will be held in Gatineau, Quebec. Potential Respondents that are interested in being present during the Industry Day are requested to send an e-mail confirmation to the Contracting Officer at marc.a.aubin@tpsgc-pwgsc.gc.ca. Additional information on the specifics of the Industry Day will be released to all interested suppliers. 
    
    Suppliers that are not able to attend the Industry Day meeting in person may request participation through a web conferencing service via WebEx. Suppliers that have shown preference in attending the Industry day via WebEx will subsequently be provided with an e-mail providing specific instructions. 
    
    • Initial response from the industry: Initial responses to the questions listed in sections 2 and 3 of this RFI document are required for respondents to participate in stage 2 of this RFI.  The initial response from the industry is to be provided on or before January 25th, 2017 by e-mail to: marc.a.aubin@tpsgc-pwgsc.gc.ca.
    
    Prior to providing an initial response, interested suppliers must notify (by e-mail) the Contracting Authority on or before January 11th, 2017 of their intention to provide an initial response in order to participate in the One-on-one stage of the RFI. Interested suppliers are also requested to indicate a preferred location across Canada for holding the one-on-one meetings. Please note that the decision will be at Canada’s absolute discretion.
    
    Please note that Respondents will be provided with the opportunity to modify their responses throughout the RFI period.
    
    Stage 2 - One-On-One Meetings with Industry (expected to be held from January 30th to February 10th, 2017).  
    
    The purpose of the one-on-one meetings between Canada and individual potential respondents is to go over the initial response of the subject respondent. 
    
    At Canada’s discretion and depending on industry requests and suppliers’ preferences, Canada may consider holding the one-on-one sessions in various locations across Canada. 
    
    Stage 3 - Final responses to the RFI. 
    
    The RFI responses must be submitted on or before February 27, 2017 14h00 EST to:
    
    Marc Aubin
    Chef d'équipe d'approvisionnement | Supply Team Leader
    Projet des Capacités de déglaçage et remorquage provisoires/Interim Icebreaking and Towing Capability
    Direction générale des approvisionnements | Acquisitions Branch
    Travaux publics et Services gouvernementaux Canada | Public Works and Government Services Canada
    105, rue Hotel de Ville, Gatineau, QC, K1A 0S5 (4-023) | 105, Hotel de Ville Street, Gatineau (QC) K1A 0S5 (4-023)
    marc.a.aubin@tpsgc-pwgsc.gc.ca
    Téléphone | Telephone 819-939-8453
    Cellulaire | Cellular 613-818-1149
    
    Respondents who did not participate in stages 1 or 2 of the RFI may still submit a response to the RFI.
    
    The content of this RFI is to provide industry with initial context and details pertaining to the CCG’s requirement. 
    
    Respondents are encouraged to respond to any or all of the requirements identified in the RFI.
    
    For the purposes of thisRFI, the target audience is potential suppliers of the solution. 
    
    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

    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
    Aubin, Marc A.
    Phone
    (873) 469-4989 ( )
    Address
    105 Hotel de Ville
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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
    004
    French
    20
    004
    English
    86
    003
    French
    13
    003
    English
    85
    002
    French
    16
    002
    English
    100
    001
    French
    23
    001
    English
    158
    000
    French
    90
    000
    English
    431

    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 Information
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: