Engineering, Logistics and Management Support (ELMS) Services
Solicitation number W8482-168087/C
Publication date
Closing date and time 2018/11/06 14:00 EST
Last amendment date
Description
Trade Agreement: NONE Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: To provide Engineering, Logistics and Management Support (ELMS) to the Ship Design Group of the Department of National Defence (DND) in Ottawa, Ontario for one (1) period of five (5) years with an option to extend for two (2) additional periods of five (5) years. The Department of National Defence has a requirement for ELMS services to augment the engineering resource capacity and expertise within Director General Maritime Equipment Program Management (DGMEPM) and Director General Major Project Delivery (DGMPD) (Sea) on an as-and-when requested basis. There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website. The requirement contains an Economic Leveraging Approach including a reporting requirement that will be part of the Contract’s Terms and Conditions to safeguard Canadian socio-economic benefits. This procurement is subject to the Controlled Goods Program. The Defence production Act defines Canadian Controlled Goods as certain goods listed in Canada’s Export Control List, a regulation made pursuant to the Export and Import Permits Act (EIPA). The national security exceptions provided for in the trade agreements have been invoked; therefore, this procurement is excluded from all of the obligations of all the trade agreements. The Federal Contractors Program (FCP) for employment equity applies to this procurement; see Part 5 - Certifications and Additional Information, Part 7 - Resulting Contract Clauses and the annex titled Federal Contractors Program for Employment Equity - Certification. The Phased Bid Compliance Process applies to this requirement. The Evaluation includes mandatory criteria and point rated criteria. The method of selection is based on highest responsive combined rating of technical merit and financial with 70% on technical merit and 30% on financial. RFP attachments will be available upon request to yvan.guay@tpsgc-pwgsc.gc.ca, by sending your supplier name, address and contact person person with your firm controlled goods certificate. 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
-
No trade agreements are applicable to this solicitation process
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
- Guay, Yvan
- Phone
- (819) 420-2907 ( )
- Email
- yvan.guay@tpsgc-pwgsc.gc.ca
- 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.
Access the Getting started page for details on how to bid, and more.