MARINE ABOVE WATER WEAPON SYSTEMS
Solicitation number W8482-167894/A
Publication date
Closing date and time 2015/10/07 14:00 EDT
Description
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: TASK Based Professional Services (TSPS) Requirement This requirement is for: the Department of National Defence. This requirement is open only to those Supply Arrangement Holders under E60ZN-15TSPS who qualified under Tier 1 for the following category: 5 Technical Engineering and Maintenance Services (TEMS) Stream - 5.16 Life Cycle Management Specialist. The following SA Holders have been invited to submit a proposal. 1. ACF Associates Inc. 2. ADGA Group Consultants Inc. 3. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture 4. Altis Human Resources (Ottawa) Inc. 5. Amtek Engineering services Ltd. 6. BMT Fleet Technology Limited 7. CAE Inc. 8. Calian Ltd. 9. Fleetway Inc. 10. International Safety Research Inc. 11. Neosoft Technologies Inc. 12. Platinum Technologies Inc. 13. Promaxis Systems Inc 14. QinetiQ Limited 15. Stantec Consulting Ltd. 16. The AIM Group Inc. 17. Tiree Facility Solutions Inc. 18. Valcom Consulting group Inc. Description of the Requirement: This bid solicitation is being issued to satisfy the requirement of the Department of National Defence - Director Naval Combat Systems, DNCS 6-5 for a Task base Professional Services for one (1) Life Cycle Management Specialist - 5.16 Life Cycle Management Specialist - Senior. It is intended to award one contract with an initial period of one (1) year, plus four (4) one-year options allowing Canada to extend the term of the contract; The Director Naval Combat Systems, DNCS 6-5, as the technical authority for the Naval Above Water Weapon Systems, provide life cycle management services for equipment under section control. For the duration of the contract, systems/equipment may be added or deleted. The Contractor must support the Technical Authority (TA) in updating, maintaining, and managing the following systems: a. RGM-84 Harpoon Missile b. Advanced Harpoon Weapon Control System (AHWCS) c. RIM-162 Evolved Seasparrow Missile (ESSM) d. MK48 Mod 4 ESSM GMVLS e. SM-2 Missile f. MK41 Launch System. In carrying out the above work, the Contractor personnel must normally use Controlled Technology Access and Transfer, International Traffic in Arms Regulations and Secret documentation, Department of National Defence - Materiel Management Instruction, Canadian Forces Administrative Orders, handbooks, data lists, the Technical Data Management System, Computerized ESL Management Systems, and other files held by DNCS staff. There is a security requirement associated with this requirement. This procurement is limited to Canadian services. This procurement is subject to the Controlled Goods Program. The Federal Contractors Program (FCP) for employment equity applies to this procurement. Level of Security Requirement: Common PS SRCL #21 Applicable Trade Agreements: The requirement is subject to the provisions of the Agreement on Internal Trade (AIT). Proposed period of contract: The proposed period of contract shall be from date of Contract to One (1) year after date of Contract, plus four (4) one-year options allowing Canada to extend the term of the contract Estimated Level of Effort: The estimated level of effort of the contract will be for 225 Days per year. File Number: W8482-167894/A Contracting Authority: Daniel Tamaro Phone Number: 819-956-5319 E-Mail: daniel.tamaro@tpsgc-pwgsc.gc.ca NOTE: The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles. If you wish to find out how you can be a "Qualified SA Holder", please contact SPTS.TSPS@TPSGC-PWGSC.GC.CA 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 PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Tamaro, Daniel
- Phone
- (819) 956-5319 ( )
- Fax
- (819) 956-0897
- Address
-
11 Laurier St. / 11, rue Laurier
6C2, Place du PortageGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__ML.B027.E25371.EBSU000.PDF | 000 |
English
|
35 | |
ABES.PROD.PW__ML.B027.F25371.EBSU000.PDF | 000 |
French
|
8 |
Access the Getting started page for details on how to bid, and more.