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)

    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
    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
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    English
    35
    000
    French
    8

    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
    National Capital Region (NCR)
    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: