9M RHIB

Solicitation number W6399-12DD09/A

Publication date

Closing date and time 2013/09/13 14:00 EDT

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: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    	9M SPECIAL OPERATIONS RIGID HULL INFLATIBLE BOATS
    
    W6399-12DD09/A
    Haydock(MDDIV), Mark
    Telephone No. - (819) 956-1397  
    E-mail: mark.haydock@pwgsc.gc.ca
    
    Trade Agreement: AIT
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy:Lowest/Lower Bid
    Comprehensive Land Claims Agreement: No
    
    					AMENDMENT 2
    
    This Amendment is being issued to extend the closing date of the
    solicitation until September 13 , 2013 14:00 Eastern Standard
    Time
    
    					AMENDMENT 1
    
    This Amendment is being issued to extend the closing date of the
    solicitation until September 6 , 2013 14:00 Eastern Standard
    Time.
    
    Nature of Requirements:
    The Department of National Defence (DND)  has a requirement for
    high performance Rigid Hull
    Inflatable Boats (RHIBs) that support the maritime interdiction
    role in Canada.  The boats will
    operate in fresh and salt water environments including Canadian
    internal waterways and coastal
    waters out to 200 nautical miles in all seasons.  The Boats will
    be transportable by road on a trailer, and
    also have the capability of being transported by ship and on DND
    air assets such as the CC130 Hercules.  The contractor shall
    build and deliver Fifteen (15) RHIBs in accordance with the
    requirements as
    described in the The Statement of Requirements (Annex A) and the
    Performance and Technical
    Specifications (Annex B) within one hundred eighty-five (185)
    weeks of Contract Award;DND also
    requires In-Service Support (ISS) as detailed in The Statement
    of Requirements (Annex A) for a period of five (5) years
    following Contract Award.
    
    The boats and trailers are to be delivered to Canadian Forces
    Base Esquimalt, British Columbia Canadian Forces Base Halifax,
    Nova Scotia and Dwyer Hill Training Centre, Ontario.
    
    Options:
    
    A)	An irrevocable option(s) to purchase up to a maximum of 5
    additional RHIB's with Trailers,
    	Under all of the same terms and conditions specified in the
    Contract, and at the firm unit
    	prices provided for in Annex "E"Basis of Payment" . The
    option(s) may be exercised at any
    	time and from time to time up to thirty-six (months) from
    Contract Award. The option, may
    	only be exercised by the 	Contracting Authority. 
    
    B)	An irrevocable option(s) to purchase Additional spares and
    Specialized tools based on the
    	initial spares and specialize tools , under all of the same
    terms
    	And Conditions specified in the Contract detailed in Section
    7.0 of Annex A and at the prices 	
    	provided at Annex E Section 2 ; The option(s) may be exercised
    at any time and from time to
    	Time up to thirty-six (months) from Contract Award. The option,
    may only be exercised by the
    	Contracting Authority; and
    
    C)	An irrevocable option to extend the term of the Work
    described as In-Service Support as
    	Detailed in The Statement of Work, Annex A at Appendix 2 by up
    to 5 additional 1 year
    	period(s) under all of the same terms and Conditions. The
    Contractor agrees that, during the
    	extended period of the 	Contract, it will be paid in accordance
    with the applicable provisions
    	as set out in the Basis of
    	Payment.
    
    . 
    The Department of National Defence  has determined that any
    intellectual property rights arising
    from the performance of the Work under the resulting contract
    will belong to Canada, on the 	following grounds: National
    Security
    
    
    The proposed vessel shall be designed and built to the latest
    Transport Canada Marine Safety Branch (TCMSB) TP 1332E
    Construction Standards for Small Vessels 
    
    Dimensions:
    
    The DND RHIB shall have the following dimensions:
    
    (a)	Length of rigid hull (bow to stern engine guard): 10.0 +/-
    0.5 m (32.8 +/- 1.6 ft);
    
    (b)	Width of rigid hull: no more than 2.6 m (8.5 ft);
    
    (c)	Overall length (tube set inflated, engines raised): no more
    than 10.5 +/- 0.5 m (34.4 +/- 1.6 ft);
    
    (d)	Overall width (Beam) of inflated tube set: no more than 3.25
    +/- 0.2 m (10.7 +/- 0.7 ft);
    
    (e)	Overall height (arch folded and stowed): no more than 2.7 m
    (8.9 ft);
    
    (f)	Deadrise at transom: minimum 21 degrees, maximum 24 degrees;
    
    (g)	Hull angle at transom: 24 +/- 4 degrees;
    
    (h)	Hull angle at mid-ships: 36 +/- 4 degrees;
    
    (i)	Draft (outdrive motors lowered): no more than 0.9 +/- 0.1 m
    (3 +/- 0.3 ft); and
    
    (j)	Draft (outdrive motors raised): no more than 0.6 +/- 0.1 m
    (2 +/- 0.3 ft).
    
    Weight:
    
    The DND RHIB shall have a weight at Normal Load Configuration of
    no more than 6590 kg (14,500 lbs).
    
    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. Bidders shall also provide documented
    evidence of the company's capability to construct a vessel of
    the size and type specified in this Statement of Requirement
    (TSOR).
    
    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 (10)
    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

    • 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
    Haydock(MDDIV), Mark
    Phone
    (819) 956-1397 ( )
    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 Proposal
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.