RFI - Naval Large Tugs

Solicitation number W8472-185713/A

Publication date

Closing date and time 2018/02/28 14:00 EST

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    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: 
    
    RFI - Naval Large Tugs 
    
    W8472-185713/A
    Lamothe, Brenda
    Telephone No. - (819) 420-2916
    
    Amendment #3 is raised to extend the closing date from February 22nd to February 28th, 2018. 
    
    Amendment #2 is raised to extend the closing date from February 13th to February 22nd,2018.
    
    Amendment #1 is raised to modify the email address of Brenda Lamothe in the RFI document.
    Please use E-mail Address: Brenda.Lamothe@tpsgc-pwgsc.gc.ca
    
    
    Request for Information (RFI)
    The Department of National Defence 
    
    For Four (4) Naval Large Tugs
    
    
    Nature of Request for Information
    The Department of National Defence (DND) has a requirement for a total of four Naval Large Tugs for service in Maritime Forces Atlantic (MARLANT) and Maritime Forces Pacific (MARPAC). These Tugs are a critical support component which will be operated by the Queen’s Harbour Masters (QHM). Funding has not yet been approved for this project and the Request for Proposal and Contract Award may not be issued.
    
    This document is not a bid solicitation. This Request for Information (RFI) will not result in the award of any contract. As a result, potential suppliers of any goods or services described in this RFI should not reserve stock or facilities, nor allocate resources, as a result of any information contained in this RFI. Nor will this RFI result in the creation of any source list. Therefore, whether or not any potential supplier responds to this RFI will not preclude that supplier from participating in any future procurement. Also, the procurement of any of the goods and services described in this RFI will not necessarily follow this RFI. This RFI is simply intended to solicit feedback from industry with respect to the matters described in this RFI.
    
    
    Nature and Format of Responses Requested
    Respondents are requested to provide their comments, concerns and, where applicable, alternative recommendations regarding how the requirements or objectives described in this RFI could be satisfied. Respondents are also invited to provide comments regarding the content, format and/or organization of any draft documents included in this RFI. Respondents are requested to explain any assumptions they make in their responses.
    
    Response Costs
    Canada will not reimburse any respondent for expenses incurred in responding to this RFI.  Respondents will have no claim for damages, compensation, loss of profit, or allowance arising out of providing comments in response to the RFI.
    
    
    Treatment of Responses
    
    Use of Responses: Responses will not be formally evaluated. However, the responses received may be used by Canada to develop or inform the procurement strategies or any draft documents contained in this RFI. Canada will review all responses which are received by the RFI closing date. Canada may, in its discretion, review responses received after the RFI closing date.
    
    Review Team: A review team composed of representatives of DND and Public Services and Procurement Canada (PSPC) will review the responses. Canada reserves the right to hire any independent consultant, or use any Government resources that it considers necessary to review any response. Not all members of the review team will necessarily review all responses.
    
    Confidentiality: Respondents should mark any portions of their response that they consider proprietary or confidential. Canada will handle the responses in accordance with the Access to Information Act.
    
    Activity: Canada may, in its discretion, contact any respondents to follow up with additional questions or for clarification of any aspect of a response.  
    
    Contents of this RFI
    This RFI contains a draft bid solicitation. These draft solicitation documents remain a work in progress and respondents should not assume that new clauses or requirements will not be added to any bid solicitation that may ultimately be published by Canada. Nor should respondents assume that none of the clauses or requirements will be deleted or revised. Comments regarding any aspect of the following draft solicitation documents are appreciated: 
    
    1. Draft Request for Proposal
    2. Draft Statement of Work - Annex A
    3. Draft Systems Requirements Document - Annex A
    4. Draft Contract Data Requirements List - Appendix A to Annex A of the Statement of Work
    5. Draft Data Item Descriptions - Appendix B to Annex A of the Statement of Work
    6. Canada’s Questions to Industry - Appendix A to this RFI
    7. Innovation, Science and Economic Development Canada (ISED) information on Economic Leveraging - Appendix B to this RFI
    
      
    Industry Day
    
    Respondents are invited to join a Webinar Industry Day scheduled for 11:00am EST on January 22nd, 2018 which will be followed by individual one-on-one meetings if requested by Industry on the 23rd, 24th, 25th and 26th of January 2018 which will take place in Ottawa.
    If you are interested in joining the Webinar Industry Day please advise the Contracting Authority as Canada will then provide the handouts and any slide presentations to each company. Canada will also need a list of attendees from each company.
    The Webinar Industry Day will consist of a project overview presentation, a Canadian Content Value presentation and an open floor question period. This Industry Day will be conducted by the project team which includes the Contracting Authority (PSPC), the Technical Authority (DND), the Project Director (DND), Project Manager, Industrial and Technological Benefits Innovation, Science and Economic Development Canada (ISED) and a Fairness Monitor (Independent 3rd party) working at arms lengths from Naval Large Tug Project.
    
    All items of discussion and all questions and answers from the Industry Day will be documented as meeting minutes and posted on the Buy and Sell as an amendment to this RFI.
    
    If interested in the individual one-on-one meetings taking place in Ottawa on the 23rd, 24th, 25th, and 26th of January, please email your company name, list of attendees and position, your questions, answers to Canada’s questions at Appendix A  attached to the Contracting authority along with a preferred time and date, and preferred format, either web-based, teleconference or in person. The Contracting Authority will then coordinate a time and date. Canada will also have a conference dial-in number for those companies that cannot attend the one-on-one sessions in person.
    
    The one-on-one sessions will consist of a single two (2) hour long session per company to discuss items that each respondent would like to remain confidential or ‘Protected B’ or questions and answers that would be confidential or have proprietary rights. However, if there are questions asked by the respondent that are considered not to be confidential or have proprietary rights the Contracting Authority will then indicate to the respondent that this question with answer (originator of questions will not be identified) will be documented and posted onto the Buy and Sell as an amendment to the RFI document. These one-on-one sessions will hosted by the Contracting Authority (PSPC),  the Technical Authority (DND), the Project Director (DND), the Project Manager (ISED) and a Fairness Monitor (Independent 3rd party). 
    
    Enquiries
    This is not a bid solicitation and therefore, Canada will not necessarily respond to enquiries in writing or by circulating answers to all potential respondents. However, respondents with questions regarding this RFI may direct their enquiries to:
    
    Contracting Authority: Brenda Lamothe
    E-mail Address:             brenda.lamothe@pwgsc-tpgsc.gc.ca
    
    
    All communications regarding this Request for Information must be directed to the Contracting Authority to ensure fair and transparent treatment of all respondents.
    
    
    Submission of Responses
    
    Time and Place for Submission of Responses:   Respondents interested in providing a response should deliver it by the close of business on February 13th, 2018 to the following address:
    
    Brenda Lamothe
    Public Services and Procurement Canada
    Marine Services and Small Vessel Sector, Small Vessel Construction Division,
    Place du Portage, Phase III, 6C2,
    11 Laurier Street,
    Gatineau, Quebec K1A 0S5
    
    Responsibility for Timely Delivery: Each respondent is solely responsible for ensuring its response is delivered on time to the correct location.
    
    Identification of Response: Each respondent should ensure that its name, company representative, return address, the solicitation number and the closing date appear legibly on the outside of the response.
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    Appendix “A” Canada’s Questions to Industry
    
    1. Can you provide feedback on the Bid Evaluation Plan and Contractor Selection Methodology, the Mandatory Evaluation Requirements (technical, management, financial, certifications) and the labour category and labour rates?
    2. Are there any financial requirements or Shipyard capability requirement issues as defined in the RFI documentation?
    3. Is the Bid validity period timeframe too long? What is maximum timeframe for Bid validity that the potential bidder can accommodate?
    4. Do you see any issues or concerns with the Milestone schedule or percentages of payment (see Annex B Basis of Payment)?
    5. What is the Shipyard capacity and ability to meet the current schedule?
    6. Are there any issues with allowing Canada Intellectual Property ‘use of data rights’?
    7. Are there any specific risks/issues with having DND as a client?
    8. Are there any issues on providing a cost breakdown with the bid submission proposal?
    9. Are there any issues with accommodating an on-site representative as required by Canada, up to full time for the duration of the contract?
    10. Can the respondents review and provide comments on the Statement of Work (SOW), the Systems Requirements Document (SRD), the Contract Data Requirements List (CDRL) and the data deliverables described in the Data Item Descriptions (DID) as part of this RFI?
    11. It is the intent of Canada to procure commercial-off-the-shelf tugs. Are there any technical design requirements specified in the SRD which translate to design customization?
    12. Are there any comments on the requirements for meetings or design reviews?
    13. Are there any long lead items associated with the vessel construction? If yes, how may they affect the schedule?
    14. Are there any transportation/delivery issues and how they may affect the schedule (e.g. winter delivery from the great lakes or requested delivery method as described in the RFI documentation, specifically the draft RFP)?
    15. What is the estimated time required to complete Bid Submission?
    16. Are there any issues with Canada providing items/equipment as Government Supplied Material? Are there any resultant design impacts?
    17. Are there any issues with regards to the Welding and Certifications required at bid?
    18. Canada plans to maximize opportunities for the NLT procurement. To do this, the Contractor will use materials and equipment which contain a minimum of 30% Canadian Content for the work as outlined in the Statement of Work, for the length of the contract.   
    What are your company’s views on meeting a contractual commitment for a minimum of 30% Canadian Content for materials and equipment on the Naval Large Tugs (NLT)? 
    19. Canada sees value in weighting this requirement while evaluating the bidders’ ability to use materials and equipment containing Canadian Content.
    In your opinion, what would be the best way to ensure the highest percentage of Canadian Content for materials and equipment are used?
    
    20. The contractor will ensure that a minimum of at least 75% of the workforce carrying out the work is Canadian, for the work as outlined in the Statement of Work, for the length of the contract.
    What are your company’s views on meeting a contractual commitment that a minimum of at least 75% of the workforce carrying out the work is Canadian on the NLT?
    
    Canadian means Canadian citizens and permanent residents as defined in the Immigration and Refugee Protection Act 2001, c.27
    
    21. What are the assurances that you will meet the commitment of Canadian labour and Canadian Content for the materials and equipment?
    
    22. Canada is considering using the “Phase Bid Compliance Process”: https://buyandsell.gc.ca/attention-government-of-canada-suppliers-and-buyers-public-services-and-procurement-canada-is-introducing-a-phased-bid-compliance-process
    What are your views or comments on this process?
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    Appendix B      
    Naval Large Tugs 
    Definitions
    
    Canadian means Canadian citizens, and permanent residents as defined in the Immigration and Refugee Protection Act 2001, c.27.
    
    Canadian Content means the value of a product or service that involves Canadian costs, using the methods outlined in Annex X.  
    Obligation
    
    1. For each year during the term of the Contract, the Contractor must ensure that:
    a. at least 75% of the workforce carrying out the Work is Canadian; and
    b. at least 30% of the materials and equipment used in carrying out the Work contains  Canadian Content.  
    Reporting Requirement
    
    1. The Contractor shall provide a report [30 days] after the delivery of the first and third vessel, on the results of the obligation contained in [Article 1].
    
    2. Canada reserves the right to review compliance with this requirement. 
    
    2.1.  When the review is undertaken, an overview and status of work performed on the             
     project will be requested from the Contractor. 
    
    2.2.  To support the review, the Contractor will keep all relevant records that could be used as evidence to provide to Canada, of work performed by Canadians and Canadian Content, until the expiration of three (3) years after final payment under the Contract, or until settlement of all outstanding claims and disputes under the Contract, whichever is later.  All such records and documentation must at all times during the retention period be open to audit, inspection and examination by the representatives of Canada, who may make copies and take extracts. The Contractor must provide all facilities for such audits, inspections and examinations, and must furnish all such information as the representatives of Canada may from time to time require with respect to such records and documentation. Nothing in this clause must be interpreted as limiting the rights and remedies which Canada may otherwise have pursuant to this Contract.
    
    3. Canada reserves the right to apply holdbacks which may be linked to the overall milestone payment schedule in the main contract.  The percentage of holdback will be determined following industry engagement
    
    ANNEX X
    
    Canadian Content Calculation
    
    
    Annex X
    
    1.1.1 The method of calculating Canadian Content is as follows:
    
     Begin with the total selling price of the product or service;
    
     Minus the applicable customs duties, excise taxes, Goods and Services Taxes (GST),  Harmonized Sales Taxes (HST) and all provincial sales taxes; and,
    
     Minus any ineligible costs, as detailed in Article 1.1.2.
    
     The remaining value is the Canadian Content.
    
    
    1.1.2 Costs or business activities that are ineligible for Canadian Content:
    
    the value of materials, labour and services imported into Canada;
    
    the value of any remuneration, living costs, travel expenses and relocation costs paid to non-Canadians for work on the Project;
    
    the amount of all Excise Taxes, Import Duties, Federal and Provincial Sales Taxes, Goods and Services Taxes, Harmonized Sales Taxes and other duties; 
    
    the value of any royalties and license fees paid to a person, company or entity outside of Canada;
    
    any proposal or bid preparations costs;
    
    all travel costs; 
    
    the cost of government furnished equipment (equipment supplied by Canada to be used in the production process; for example, tooling, jigs, dies, production equipment).
     
    
    
    
    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)

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Lamothe, Brenda
    Phone
    (819) 420-2916 ( )
    Email
    brenda.lamothe@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    11 Laurier St. / 11, rue Laurier
    6C2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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.

    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
    British Columbia
    ,
    Nova Scotia
    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: