CCGS Judy LaMarsh conversion - drydocking

Solicitation number F7044-221042/A

Publication date

Closing date and time 2023/10/26 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CFTA / CPTPP
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Vessel:      CCGS Judy LaMarsh Docking - Conversion & Refit
    Solicitation No.:  F7044-221042/A
    Contracting Authority (CA): Vanita Mistry
    Telephone No.:  250-858-3571
    Email:    Vanita.Mistry@pwgsc-tpsgc.gc.ca
    
    CLOSING DATE EXTENDED TO OCTOBER 26, 2023
    
    VESSEL WORK PERIOD EXTENDED to December 1, 2023 to March 31 2025
    
    
    Requirement:
    
    The Judy LaMarsh was built by Aker Arctic in Romania in 2010 where it was registered in Turkmenistan as the Mangystau-2. The vessel operated as a commercial firefighting tug on the Caspian Sea. It was procured by the Canadian Coast Guard in February 2022 and respectfully renamed in honour of Judy LaMarsh. Its primary operational area is within Lake Ontario and the Gulf of St. Lawrence. During winter months, the vessel provides icebreaking assistance to shipping traffic in the lower lakes. When the seaway is open, the vessel provides shipping assistance and maintains navigation aids from the Quebec border to Thunder Bay, ON.  
    
    The dry-docking, conversion and refit will include the conversion of accommodation, recreation, work spaces and the installation and integration of a new Buoy Handling Crane, Miranda Davit and Deck Machinery (Anchor-Mooring Winches). The refit work scope also involves the overhaul of the Propulsion (Thrusters) and Power Gen. (Emerg. Generator) Systems and additional equipment supply, installations and integration of; Shore Power/IAS/PMS upgrades, new Air Compressors, Sewage System Dosing Unit, Galley Equipment, Fall Restraint Systems, and Communication and Navigation Equipment.
    
    This conversion and refit project will also include all required performance tests (Commissioning, Dock and Sea Trials) and regulatory work that must be completed while in dry-dock (regulatory inspections, surveys and Class (Bureau Veritas) Approvals).
    
    Bidders' Conference (optional):
    
    A virtual Bidders' Conference chaired by the CA will be held on July 13th, 2023 at 9:00:00 AM EST. Bidders must communicate with the CA no later than five (5) Working Days before the scheduled conference to confirm attendance and provide the name(s) of the person(s) who will attend.
    
    Site Visit - Vessel (optional):
    
    The viewing will take place from June 28th and 29th, 2023 to be held at 401 King St West Prescott, Ontario.  Bidders must communicate with the CA no later than five (5) Working Days before the scheduled visit to confirm attendance and provide the name(s) of the person(s) who will attend. It is recommended that Bidders attend the site visit. Bidders are required to wear safety boots, safety glasses and a hardhat while onboard the vessel.  
    
    An electronic version of the Statement of Work Technical Data Package (ITT Annex A- Statement of Work) will be made available upon submission of a completed Non-Disclosure Agreement (ITT Annex M), to be e-mailed to the CA.
    Work on the vessel must commence and be completed as follows:
    
    Commencement: December 01, 2023
    Completion:   March 31 2025
    
    Sourcing Strategy:
    
    The sourcing strategy relating to this procurement will be limited to Canadian suppliers, as permitted by the Canadian Free Trade Agreement (CFTA).  
     
    In line with the Shipbuilding, Repair, Refit, and Modernization Policy (2010-08-16) and with the Buy in Canada Policy, the VLE work must be carried out at a docking facility located in Eastern Canada, that is, in Ontario, Quebec, New Brunswick, Nova Scotia Newfoundland and Labrador and Prince Edward Island. 
    
    The requirement is subject to the Canadian Free Trade Agreement (CFTA). 
    
    The requirement is exempt from the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP) (see Annex 7, General Notes, 1 (a)).
    
    The Phased Bid Compliance Process applies to this requirement.
    
    Competitive Procurement Strategy: Lowest Evaluated Price
    
    Date of delivery: see above
    
    The Crown retains the right to negotiate with suppliers on any procurement. 
    
    Bids 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)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

    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.

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    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
    Mistry, Vanita
    Phone
    (250) 858-3571 ( )
    Email
    vanita.mistry@tpsgc-pwgsc.gc.ca
    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
    027
    French
    23
    027
    English
    66
    026
    French
    11
    026
    English
    55
    025
    French
    12
    025
    English
    76
    024
    English
    52
    024
    French
    20
    023
    English
    44
    023
    French
    11
    022
    English
    38
    022
    French
    10
    021
    French
    13
    021
    English
    45
    020
    French
    15
    020
    English
    49
    019
    French
    13
    019
    English
    56
    018
    English
    54
    018
    French
    10
    017
    French
    9
    017
    English
    61
    016
    English
    58
    016
    French
    16
    015
    English
    61
    015
    French
    13
    014
    French
    12
    013
    French
    13
    014
    English
    48
    013
    English
    49
    012
    French
    15
    012
    English
    63
    011
    English
    59
    011
    French
    25
    010
    French
    18
    010
    English
    84
    009
    French
    13
    009
    English
    61
    008
    English
    61
    008
    French
    22
    005
    English
    69
    007
    English
    79
    006
    English
    80
    007
    French
    18
    006
    French
    16
    005
    French
    20
    004
    French
    21
    003
    French
    24
    002
    French
    17
    003
    English
    78
    002
    English
    66
    004
    English
    95
    001
    French
    28
    001
    English
    150
    000
    French
    51
    000
    English
    196

    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
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    ,
    Quebec (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest 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: