Light Icebreaker

Solicitation number F7013-180034/C

Publication date

Closing date and time 2020/06/16 14:00 EDT

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    
    
    BACKGROUND
    
    As an interim measure, the Canadian Coast Guard (CCG) Fleet Recapitalization Plan includes additional vessel life extension (VLE) investments to bridge the gap while awaiting the delivery of dedicated new vessels.  In 2015-16 the CCG identified a requirement for interim icebreaking capabilities to fill gaps in capacity resulting from ships being temporarily withdrawn from service for VLEs, and, in the longer term, to mitigate risks of other ships being permanently withdrawn from service before replacements are delivered.
    
    Due to its economic importance, and the responsibility to work cooperatively with the United States Coast Guard in confined channels and rivers, the LIB is expected to be particularly active in the Great Lakes and the St. Lawrence seaway, breaking ice in more shallow areas, servicing aids to navigation, and acting as a search and rescue (SAR) asset.
    
    The Work specified herein is to acquire an existing light icebreaker and all its supporting records and information to facilitate its conversion and transition into service within the CCG fleet.
    
    SUMMARY OF THE REQUIREMENT
    
    Contract A is for the Light Icebreaker Vessel which includes the services of a Project Team, Spares, Tools and Test Equipment, Vessel Familiarization and Vessel Custodian Training, Drawings and access to information systems, all as described in the Statement of Work Annex A. 
    
    Contract B, is for the services of the Former Crew Support, all as described in the Statement of Work - Annex A.
    
    It is intended to result in the award of two contracts (Contract A - for the Light Icebreaker Vessel and Contract B - for the Former Crew Support) to the recommended Bidder. Contract A will commence immediately upon contract. Contract B is expected to be awarded between the award of Contract A and the acceptance of the Light Icebreaker Vessel at Canada’s discretion. Contract B will be for a period of 2 years commencing upon contract award, plus an irrevocable option, at Canada’s discretion, for an additional 1 year period.  
    
    BIDDERS' CONFERENCE
    
    Due to various complications caused by the COVID-19 pandemic, Canada has decided to cancel the Bidders’ teleconference in its entirety. Please note that in accordance with article 2.3, Canada invites Bidders to provide any enquiry it may have regarding this Request for Proposal.  
    
    FAIRNESS MONITOR
    
    Bidders are advised that Canada is utilizing the services of a Fairness Monitor throughout the procurement process.
    
    SECURITY REQUIREMENTS
    
    There are Security Requirements associated with this requirement. Refer to the Request for Proposal for additional information. 
    
    CONTRACTING AUTHORITY
    
    To ensure the integrity of the competitive bid process, enquiries and other communications regarding the Request for Proposal are to be directed ONLY to the Contracting Authority named below.
    
    Erik Martin 
    Supply Team Leader  
    Public Services and Procurement Canada (PSPC)
    Telephone: 613-296-7863  
    E-mail address: erik.martin@pwgsc-tpsgc.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

    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
    Martin, Erik
    Phone
    (613) 296-7863 ( )
    Email
    erik.martin@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
    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
    007
    French
    6
    007
    English
    52
    006
    French
    5
    006
    English
    37
    005
    French
    5
    005
    English
    48
    004
    French
    5
    004
    English
    56
    003
    French
    8
    003
    English
    58
    002
    French
    8
    002
    English
    60
    001
    French
    7
    001
    English
    70
    000
    French
    29
    000
    English
    208

    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 Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    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: