Diesel Generator Engines Replacement

Solicitation number W8483-137106/A

Publication date

Closing date and time 2012/12/11 14:00 EST


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: 
    Attachment: None
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Request for Information
    
    Project for the Replacement of the Generator Sets and / 
    or the Diesel Engines including the In-Service Support of 
    the complete Generator Sets installed in the Halifax Class
    Frigates of 
    the Department of National Defence (DND)
    
    
    The main objectives of a Request for Information (RFI) are to
    allow suppliers to assess and comment on the adequacy and
    clarity of the requirements; offer suggestions regarding
    potential alternative solutions that would meet requirements,
    such as solution with a lower environmental impact; comment on
    the procurement strategy, preliminary basis of payment elements,
    and timelines for the project, and comment on the draft
    solicitation and provide ideas and suggestions on how the
    eventual solicitation might be structured.
    
    The Department of National Defence has a requirement to replace
    the engines of all generators in the Halifax Class frigates. 
    Part of the overall requirement is the inclusion of In-service
    Support for the complete generator sets for the remaining life
    of the frigates, which is currently projected to be 20 years or
    greater. 
    
    DND is seeking participation from the Industry to finalize the
    procurement strategy, develop objectives and define the
    deliverables. 
    
    This RFI is not a solicitation and cannot be considered as a
    commitment from Canada. No agreement or contract will be entered
    into, based on this Request for Information.  This Request for
    Information is not to be considered as a commitment to issue an
    Request for Proposal (RFP). No payment will be made for costs
    incurred in the preparation of a response to this RFI.
    
    Current Generator Sets description and options
    
    All twelve HALIFAX Class frigates are fitted with four diesel
    generator sets having a maximum continuous rating of 850 kW at
    1,800 rpm nominal.  The power of the current diesel engines is
    rated too high for the ship's generators rating. 
    
    Currently, DND is considering two (2) options for this
    requirement.  The first option would entail the replacement of
    the current diesel engines with a lower rated engine, this while
    retaining the existing generators.  The second option would be
    to replace all diesel generator sets with units better matched
    to ships' electrical load conditions. 
     
    Restrictions 
    
    The potential Suppliers must be Original Equipment Manufacturer
    (OEM) or its licensed representative.
    
    The potential Suppliers must be capable of providing one or more
    Generator Set models and / or diesel engines, this in order for
    the Generator Sets to produce a power range between 750 to 850kW.
    
    The potential Suppliers must also have experience in-service
    support.
    
    Deadline for Submission of responses to the RFI
    
    PWGSC invites interested parties to communicate their intention
    to participate in the process to the Contracting Authority on or
    before December 11, 2012.  
    
    The following must be provided with the response:
    
    1. Name, phone number and email address of contact(s);
    2. Name of Company and status (OEM or Licensed Representative);
    and
    3. Generator Sets model and / or Diesel engine, Specification
    (Power, rpm, size, fuel consumption, weight, maintenance
    schedule, etc).
    
    After December 11, 2012, the Contracting Authority will provide
    further information to all potential suppliers.
    
    Submission of responses to the RFI
    
    Interested parties may submit their response by email to
    chantal.pilon@pwgsc.gc.ca or by mail at: 
    
    Public Works and Government Services Canada
    Acquisitions Branch
    Marine Sector 
    11 Laurier Street
    Place du Portage, Phase III, 6C2
    Gatineau, Québec    K1A 0S5
    
    Telephone: 819-956-4308
    
    All questions and / or comments should be addressed to the
    Contracting Authority.
    
    Language
    
    Communication may be in either official language of Canada, in
    English or French.
    
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Pilon(MC DIV), Chantal
    Phone
    (819) 956-4308 ( )
    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

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    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: