SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

8.75M TO 9.25M,GRP,RHIB,W/EXT CABIN

Solicitation number F7047-130036/A

Publication date

Closing date and time 2014/03/25 14:00 EDT


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    GLASS REINFORCED PLASTIC RIGID HULL INFLATIBLE BOAT 
    
    F7047-130036
    Contracting Authority : Dan Byron
    Telephone No. - (819) 956-0691
    
    Trade Agreement: AIT, NAFT, WTO-AGP, in accordance with the
    Canadian Shipbuilding, Repair, Refit and Modernization Policy.
    
    Tendering Procedures:All interested suppliers may submit a bid 
    Competitive Procurement Strategy: Lowest Compliant Bid
    Comprehensive Land Claims Agreement: Not applicable
    Solicitation Closes: March 25, 2014, 2:00 PM EDT
    
    Nature of Requirements:
    The Canadian Coast Guard has requirement to procure One (1) 8.75
    metre to 9.25 metre Glass Reinforced Plastic (GRP) Rigid Hull
    Inflatable Boat (RHIB) with Extended Cabin and Trailer.
    Construction is based on a proven design. 
    
    Proven Design meaning "Built in accordance with design and has
    proven records of in service."
    
    The boat and trailer is to be delivered to Department of Oceans
    and Fisheries, Canadian Coast Guard ,264 Main Rd. Cartwright
    Newfoundland and Labrador, A0K 1V0 on or before 30 September
    2014. 
    
    The primary role of this boat will be Fisheries Conservation and
    Protection (C&P) for the Newfoundland Region. The secondary
    roles will be search and rescue and other fisheries enforcement
    duties such as boarding and surveillance duties within the
    reasonable capabilities for this type and size of craft.
    
    Canada shall have the irrevocable option to purchase a maximum
    of 2 Rigid Hull Inflatable Boats with Trailers under the same
    terms and conditions specified in the Contract, and at the
    prices provided for below.  The option(s) may be exercised at
    any time up to 12 months from contract award. The option(s), may
    only be exercised by the Contracting Authority.
    
    If the option is exercised at the sole discretion of Canada, the
    optional GRP Rigid Hull Inflatable Boat purchased shall be
    delivered to Department of Oceans and Fisheries, Canadian Coast
    Guard ,1 Challenger Drive, Bedford Institute of Oceanography,
    Dartmouth Nova Scotia, B2Y 4A2,
    
    The proposed vessel shall be designed and built to the latest
    Transport Canada Marine Safety Branch (TCMSB) TP 1332E
    Construction Standards for Small Vessels 
    
    The vessel and equipment must meet the following requirements:
    
    Length overall - between  8.75 metres and 9.25 metres
    Breadth overall - between 3.0 and 3.2 metres
    Maximum draft (outboard motor lowered) - between 0.80 and 0.90
    meters.
    Maximum draft (outboard motor raised) - between 0.65 and 0.75
    meters. 
    Maximum freeboard (from top of collar at amidships, in normal
    load condition) 0.82 meters. 
    Maximum height of collar above deck 0.75 meters 
    Displacement (in normal load condition) between 4300kg and
    4700kg. 
    Normal load conditions: 
    Crew of 4 = 400kg
    Fuel = 750 liters to 850 liters 
    Equipment & supplies = 500kg
    Hull material - Glass Reinforced Plastic (GRP).
    Vessel style - Rigid Hull Inflatable Boat (RHIB) with Extended
    Cabin.
    Propulsion - Twin 225 hp outboard (GFM)
    Sewage capacity - A holding tank must be incorporated into the
    Contractor supplied marine head and is to comply with the
    current TCMS pollution regulations.
    
    The bidder shall demonstrate that the company has the
    facilities, management, technical expertise (i.e. Hull,
    Machinery, Electrical, Electronic and Outfitting) and the
    resources to construct a vessel that meets the quality and
    requirements as specified. 
    
    The Bidder shall provide objective evidence that it has a proven
    capability in the construction of vessels of the size, type and
    complexity which is the subject to this RFP, by providing a
    detailed list of such boats built within the last five (5) years.
    
    The Bidder shall provide objective evidence that it has a
    Quality Assurance Program, which shall be in place during the
    performance of the Work, and which addresses defined quality
    control elements.
    
    Prior to the award of any Contract, the Bidder being recommended
    for Contract award will be required to demonstrate to Canada
    that it either has a valid labour agreement with its labour
    unions, or has other suitable documentation acceptable to the
    Canada, in effect for the duration of the Contract.
    
    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

    • Canada-Panama Free Trade Agreement
    • 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
    Byron(029mc), Dan
    Phone
    (819) 956-0691 ( )
    Fax
    (819) 956-6799
    Address
    11 Laurier St. / 11, rue Laurier
    6C2, Place du Portage
    Gatineau, Québec, 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
    000
    French
    3
    000
    English
    27

    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
    Newfoundland and Labrador
    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: