Request for Information - MSMM Vessels

Solicitation number F7013-190110/A

Publication date

Closing date and time 2021/11/30 14:00 EST

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    
    Notice of Proposed Procurement (NPP) - Request for Information (RFI):
    
    Canada, as represented by the Canadian Coast Guard (CCG), a Special Operating Agency of Fisheries and Oceans Canada (DFO), with the assistance of Public Services and Procurement Canada (PSPC), intends to use this Request for Information (RFI) to consult Industry with the following objectives:
    
    a) To obtain Industry input regarding the proposed procurement options for the design of the Mid-Shore Multi-Mission (MSMM) vessel class and the construction of up to six (6) MSMM vessels. To provide Industry with an early opportunity to assess and comment on the proposed ways forward in order to maximize best value to Canada during the formal design and build phases and to solicit feedback and recommendations on any issues that would impact a supplier’s ability to fulfill the requirement.
    
    b) To obtain Industry feedback with regard to other potential actions to be taken under the MSMM vessels procurement Project such as Integrated Logistics Support (ILS) and build and construction as further elaborated under this RFI.
    
    c) To assess the interest of Industry regarding its capability to deliver a design for the MSMM vessel class and further assess the interest of the Industry regarding other activities under the procurement Project. To solicit Industry knowledge and expertise regarding best practices towards a successful outcome for this procurement Project.
    
    The overall objective for the procurement Project is to achieve a design that will integrate proven green technologies and technological innovations through a formal design phase and then through the Build and/or Construction activity. Further technical detail is outlined in Annex A of the RFI.
    
    d) To gauge the feasibility of the proposed Indigenous Participation Component (IPC).
    
    Background:
    
    In order to deliver its core mandate, the Canadian Coast Guard (CCG) intends to procure up to six (6) vessels, under 1000T lightship displacement, as part of a new class of Mid-Shore Multi-Mission (MSMM) vessels. The current intention would be to build two MSSM vessels for each of the three areas of operation (Western Region, Central & Artic Region and Atlantic Region). One of the vessels is intended to be assigned part-time to the Canadian Coast Guard College as a training vessel.
    
    These vessels will be designed and built with the intention of being managed as national assets of a single, common CCG fleet of vessels. The goal of CCG class management is to achieve commonality across vessels for maintenance, training, and sparing purposes. Further benefits include operational compatibility when personnel and assets are reassigned between the regions. As such, the MSMM vessels will be designed and built to meet the needs of the various programs on a national level. 
    
    The MSMM vessels will provide a wide range of program delivery capabilities while maximizing Mission Modularity, innovation, green technologies, and an effective return on investment to Canadians. Mission Modularity capacity, refers to the method of employing various modules, containers, or portable deck mounted equipment which can be stored on board or in the regions, to support the primary and secondary missions as required. The new class of vessels is intended to function primarily as a platform for the following: Aids to Navigation, Ice Breaking in the form of shallow harbor breakouts, flood control, and commercial track maintenance, Ecosystem and marine science, Hydrographic surveys and  Search and Rescue services.
    The MSMM vessel class has many competing design drivers and will require thorough engineering evaluations and trade-off analyses throughout the development phases. These activities will focus on optimizing energy efficiency, innovation against life cycle costs and weight to deliver the most efficient and capable platform. 
    
    This consultation will be a four Stage Process as follows:
    
    Stage 1 - Industry Day via Web-Ex, MS Teams or teleconference; 
    
    Stage 2 - Answering questions received following the Industry Day;
    
    Stage 3 - One-On-One Meetings with Industry via Web-Ex, MS Teams or teleconference; and
    
    Stage 4 - Submission of responses. 
    
    See additional information on the four Stages provided in the RFI. 
    
    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
    010
    English
    108
    010
    French
    9
    009
    English
    88
    009
    French
    12
    008
    English
    124
    008
    French
    12
    007
    English
    96
    007
    French
    10
    006
    English
    102
    006
    French
    15
    005
    English
    108
    005
    French
    14
    004
    English
    97
    004
    French
    11
    003
    English
    115
    003
    French
    19
    002
    English
    139
    002
    French
    20
    001
    English
    213
    001
    French
    42
    000
    English
    513
    000
    French
    94

    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
    Selection criteria
    Not applicable
    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: