Naval Large Tugs

Solicitation number W8472-185713/B

Publication date

Closing date and time 2018/10/31 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Naval Large Tugs
    
    W8472-185713/B
    Lamothe, Brenda
    Telephone No. - (819) 420-2916 
    
    Amendment #3 is raised to amend the bid closing date from August 30th, 2018 to October 31st, 2018,and to post the French version CFTO-D-01-400-001/SG-001 only.
    
    Amendment #2 is raised to post the following technical documents:
    C-03-001-024/MS-006 The Production of Stability Books for Canadian Forces Surface Ships;
    D-01-400-001/SG-000 Engineering Drawing Practices;
    D-01-400-002/SF-000 Levels of Engineering Drawings; and
    D-03-003-024/SG-001 Work Breakdown Structure for Canadian Forces Ships and Submarines.
    
    Amendment #1 is raised to change the title on the Request for Proposal document from "Naval Large Tugs Request for info" to "Naval Large Tugs".
    
    Nature of Requirements
    
    The Department of National Defence (DND) has a requirement to replace the Royal Canadian Navy’s (RCN’s) five Glen-class tugs and two Fire-class fireboats with four Naval Large Tugs (NLTs). The procurement strategy is to award a single contract for the design and construction of four commercial-off-the-shelf tugs through a competitive process on buyandsell.gc.ca. 
    
    Two tugs will be delivered to Canadian Forces Base (CFB) Esquimalt in British Columbia and the other two tugs will be delivered to CFB Halifax in Nova Scotia.
    
    DND is seeking to acquire four NLTs of a proven, in-service, commercial off-the-shelf design.  The primary mission of the new NLTs will be to provide a platform to conduct moves of larger RCN vessels, along with providing towing and afloat firefighting capability, in the harbors on both coasts. Each new vessel is expected to have a minimum 25-year life expectancy.  In addition, as part of this procurement, DND will also acquire the necessary technical data packages, operator and maintenance training, and two years’ worth of spare parts for each vessel.  
    
    This procurement is only subject to the Canadian Free Trade Agreement (CFTA) as it is exempt from the North American Free Trade Agreement (NAFTA) in accordance with Annex 1001.2b, Schedule of Canada, General Note 1(a) and the World Trade Organization-Agreement on Government Procurement (WTO-AGP) in accordance with Appendix 1, Annex 4, Note 4.
    
    This procurement falls under the small vessel construction component of the National Shipbuilding     Strategy (NSS), whereby the requirement will be competed to Canadian Industry.
    
    The requirement is not subject to the Comprehensive Land Claims Agreements, as none of the locations where services are to be provided are located within a Land Claims Settlement Area. 
    A portion of this procurement (1%) is set-aside under the Procurement Strategy for Aboriginal Business to include a mandatory Aboriginal Participation Component (APC). Bidders will need to agree, through a certification included in the RFP, that at least 1% of the total estimated cost of the contract will be subcontracted to Indigenous businesses.
    
    The Canadian Content Policy will not apply as Shipbuilding and Repair is exempt.
    
    The Department of Innovation, Science and Economic Development (ISED) has an economic leveraging approach that will be included as part of the contract’s Terms and Conditions to safeguard Canadian socio-economic benefits.  
    
    The sourcing strategy related to this procurement is that all interested suppliers may submit a bid. 
    
    In order to be considered compliant, bidders must meet all the Mandatory Requirements and also obtain the required minimum points for each of the point-rated technical evaluation criteria of the Request for Proposal. 
    
    
    The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract.
    
    Canada retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.
    
    
    
    
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    022 FR 7
    023 FR 19
    022 EN 22
    023 EN 66
    020 FR 6
    021 FR 6
    020 EN 14
    021 EN 24
    018 FR 4
    019 FR 6
    018 EN 12
    019 EN 31
    017 FR 6
    017 EN 30
    016 FR 5
    016 EN 31
    015 FR 4
    015 EN 28
    014 FR 4
    014 EN 32
    013 FR 4
    013 EN 29
    012 FR 5
    012 EN 27
    011 FR 5
    011 EN 24
    010 FR 3
    010 EN 27
    009 FR 5
    009 EN 34
    008 FR 7
    008 EN 44
    007 FR 3
    007 EN 35
    006 FR 8
    006 EN 38
    005 FR 7
    005 EN 43
    004 FR 9
    004 EN 45
    003 FR 7
    FR 50
    003 EN 42
    002 FR 10
    FR 82
    FR 60
    FR 74
    FR 105
    EN 75
    002 EN 63
    EN 61
    EN 83
    EN 106
    001 FR 16
    001 EN 106
    000 FR 78
    000 EN 378

    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
    British Columbia
    ,
    Nova Scotia
    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: