ELECTROMECHANICAL SERVICES

Solicitation number F3065-13N124/A

Publication date

Closing date and time 2015/03/03 14:00 EST


    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: 
    Provision for troubleshooting and repair services in relation to
    the electrical and/or electromechanical control systems
    
    The Department of Fisheries and Oceans - Canadian Coast Guard
    requires troubleshooting and repair services in relation to the
    electrical and/or electromechanical control systems of
    propulsion and ancillary systems of ships on an
    as-and-when-requested basis.
    
    The period of the Standing Offer is from date of contract to one
    (1) year with an option to extend for two (2) additional
    period(s) of one (1) year.
    
    The requirement is limited to Canadian goods and/or services.
    
    There are no security requirement associated with this
    requirement
    
    The geographic area of the potential sites for services covered
    under this Standing Offer extends from the City of Montreal to
    the eastern boundaries of the Province of Quebec. The territory
    has been subdivided into three (3) geographic areas for the
    purpose of facilitating competition.  Public Works and
    Government Services Canada will evaluate each geographic area
    separately.  The bidder may bid on one, two or all three
    geographic areas, at his discretion.
    
    a. sites for the West Geographic Area
    
    Port of Montreal
    Sorel-Tracy Coast Guard Base
    Trois-Rivières Hovercraft Base
    Port of Trois-Rivières
    Port of Quebec City
    Quebec City Coast Guard Base
    
    b. sites for the East Geographic Area-South Coast
    
    Cap-aux-Meules Search and Rescue Base
    Port of Gaspé
    Rivière-Au-Renard Search and Rescue Base
    Port of Matane
    Maurice Lamontagne Institute - Mont-Joli
    Port of Rimouski
    Port of Cacouna
    
    c. sites for the East Geographic Area-North Coast
    
    Kegaska Search and Rescue Base
    Havre-St-Pierre Search and Rescue Base
    Port of Sept-îles
    Port of Baie-Comeau
    Tadoussac Search and Rescue Base
    Port of La Baie
    
    The Canadian Coast Guard are equipped with various propulsion
    and ancillary systems. The following list is a sample of the
    systems that the Contractor may have to repair, including
    examples of manufacturers, if available:
    
    a. Fire detection system
    (1) Composed of a central panel and addressable detectors
    (Honeywell, Notifier)
    
    b. Electrical motor start-up controls
    (1) Conventional starter with switch (ABB, SquareD)
    (2) A current-limiting electronic starter (Soft Start, ABB,
    Benshaw)
    (3) Electronic speed controller (VFD, ABB, Reliance)
    
    c. Electro-hydraulic systems
    (1) Rudder control (Wagner, Jastram, Kobelt Sperry)
    (2) Deck crane control (Hawbolt)
    (3) Fishing/scientific equipment control (Hawbolt)
    
    d. Automated control systems
    (1) Tank drain system (specialized control using standard parts)
    (2) Sanitation systems (specialized control using standard parts)
    (3) Heating/air-conditioning systems (specialized control using
    standard parts)
    
    e. Propulsion control systems
    (1) Electric or wire-control clutch system (ZF, Microcommander,
    Kobelt)
    (2) Wire-control or electro-hydraulic propeller control system
    (ZF, Twindisc)
    (3) Electro-mechanical or electronic engine speed control system
    (ZF, Twindisc)
    
    During the period of the Standing Offer, systems or equipment
    may be added or removed.
    
    Mandatory Technical Criteria
    
    No.     Description of Criteria
    M.1 The Bidder must demonstrate that it employs on a permanent
    basis at least two (2) electrical mechanics with at least two
    (2) years of experience each.
    M.2  The Bidder must demonstrate that it employs on a permanent
    basis at least two (2) labourers with at least two (2) years of
    experience each.
    M.3  The Bidder must demonstrate that it has the rolling stock
    required to perform service calls with the necessary tools for
    delivering troubleshooting and repair services in relation to
    the electrical and/or electronic control systems of propulsion
    systems listed in subsection 3.1 of Annex A of the RFP.
    M.4  The Bidder must demonstrate that it has completed in the
    last seven (7) years at least one project in three (3) of the
    five (5) work categories for troubleshooting and repair services
    in relation to the electrical and/or electronic control systems
    of propulsion systems listed in subsection 3.1 of Annex A of the
    RFP. The five categories are:
    A. Alarm and monitoring system;
    B. Electrical motor start-up controls;
    C. Electro-hydraulic systems;
    D. Automated control systems; and
    E. Propulsion control systems.
    
    Financial Evaluation
    
    The financial evaluation criteria is described at paragraph 2 of
    Annex E - Evaluation Plan of the RFP.  The evaluation plan
    incorporates:  hourly rates, travel time & distance and rates
    per kilometer.  Each of the three geographic areas have their
    own evaluation plan.
    
    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)
    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
    Tamaro, Daniel
    Phone
    (819) 956-5319 ( )
    Fax
    (819) 956-0897
    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
    14
    000
    English
    24

    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
    Quebec (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price