NAVAL LARGE TUG CONSTRUCTION PROJECT

Solicitation number W8472-13NLTE/A

Publication date

Closing date and time 2013/02/28 14:00 EST

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    PRICE AND AVAILABILITY ENQUIRY
    FOR THE  PROCUREMENT OF LARGE TUGS
    FOR  THE DEPARTMENT OF NATIONAL DEFENCE
    
    
    Amendment 2 is raised to extend the closing date from February
    15th to February 28th 2013.
    
    
    1 - Background
    
    The Department of National Defence (DND) intends to replace its
    fleet of large tugs currently deployed in both HMC Dockyards
    Halifax in Nova Scotia and Esquimalt in British Columbia. It is
    expected that the requirement will provide for the construction,
    test, trial and delivery of six large tugs. The large tugs
    intended to be replaced are the five Glen Class tugs and the two
    Fire Class tugs. The information resulting from this Price and
    Availability (P&A) Enquiry will be used for confirming cost
    estimates.
    
    2 - Who should respond to this Price and Availability Enquiry
    
    Any company that qualifies under the Canadian Shipbuilding,
    Repair, Refit and Modernization Policy may provide their input
    to this P&A Enquiry. However, the selected companies and/or
    their subsidiaries under the National Shipbuilding Procurement
    Strategy will be required to follow the provisions of Section 10
    of the Umbrella Agreement. Section 10 of the Umbrella Agreement
    is an annex to this P&A Enquiry for information purposes.
    
    3 - Requirements
    
    A General Statement of Operational Requirements (SOR) as an
    annex completes this P&A Enquiry which provides in general terms
    the expected performances the tugs will have to meet. It is
    expected that commercial tug designs actually in service will
    meet all requirements listed in the SOR with minor or no
    significant modifications. 
    
    	Design Characteristics:
    
    Daily in harbour operations consisting of hot or cold moves of
    existing and future warships up to 25,000 tons;
    Assisting in closing harbour gates, delivering supplies or fresh
    water, buoy operations and other routine harbour tasks;
    Twin engine/propulsion plant capable of delivering an
    approximate bollard pull of 40 tons or an equivalent total power
    of 4,000 BHP. Suppliers are invited to comment on proposed
    propulsion plant;
    Fire fighting capability (FiFi 1);
    Full speed of at least 12 knots;
    Preferred length overall not to exceed 33 metres;
    Draft shall not exceed 6 meters;
    Modern configuration that includes ergonomic features enabling a
    single person operation from the conning position for any
    projected evolution in any direction; 
    The vessels will be operated by a civilian crew holding
    Transport Canada certification; 
    The vessels are to be built according to Transport Canada Near
    Coastal Voyage Class I Regulations and Standards and to a
    Transport Canada recognised classification society and,
    Crew size, range and hotel capacity as detailed in attached
    general SOR.
    
    	Harbour Tug Modified Operational Requirements:
    
    Reduced range;
    Reduced crew size and hotel capacity;
    Reduced crane capacity and,
    Voyage changed to Near Coastal Voyage Class II. 
    
    Note: For ease of reference, a comparative table at the end of
    the SOR document has been included where are further detailed
    the above reduced operational requirements.
    
    Canada does not consider the above list or SOR content to be
    conclusive, nor does the Department of National Defence have any
    preference for a specific design.
    
    4 - Additional Technical Information
    
    The Technical Statement of Requirements document can be made
    available upon request. It will provide further details
    regarding general and specific requirements pertaining to the
    hull, propulsion system, electrical end electronic systems,
    auxiliary systems and outfitting. As required, any company may
    comment, raise any discrepancy or propose a change to any
    aspects of the technical document, particularly if any
    requirements in the document would require a significant change
    to an available design. 
    5 - Price and Availability Enquiry required information
    
    Short description of proposed in service design(s) and extent of
    changes if applicable required to meet the general SOR.
    Your recommendation regarding the propulsion plant.
    Your interest in participating in a solicitation for the
    acquisition of the subject tugs.
    Price per unit that will include the construction, test and
    trial for:
    A configuration meeting all requirements
    A configuration meeting modified requirements for a harbour tug
    Price per unit for delivery to both HMC Dockyards.
    Other associated indirect costs including a separate line for
    design costs.
    
    6 - Questions and Responses
    
    Any questions and responses to this Price & Availability Enquiry
    shall be forwarded by e-mail to the Contracting Authority. Note
    that the Project Team will be off during the Holiday Season
    which may delay responses to questions submitted during that
    period.
    
    7 - Requested Submission Date
    
    It is requested that the above information be submitted to the
    Contracting Authority by  18th January 2013.
    
    Any information that will be forwarded to the Supply Team Leader
    will remain business confidential and will not be disclosed.
    Only pertinent information will be forwarded to DND and will
    remain anonymous.
    
    This P&A Enquiry is not a sollicitation and there are no
    commitments with respect to a future request for proposal or a
    contract.
    
    Allen Bilodeau - Supply Team Leader 
    allen.bilodeau@tpsgc-pwgsc.gc.ca
    Or by mail to the following address:
    Marine Systems Directorate - Ship Construction Division (MC)
    Public Works and Government Services Canada
    6C2, Place du Portage,
    11 Laurier St. Gatineau, Quebec, K1A 0S5
    
    Tel: (819) 956-5950
    
    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

    • Agreement on Internal Trade (AIT)
    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
    Bilodeau, Allen
    Phone
    (819) 956-5950 ( )
    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.

    Summary information

    Notice type
    Request for Information
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.