Technical Investigation and Engineering Services (TIES) for Damage Control & Fire Fighting Systems

Solicitation number W8482-207652/A

Publication date

Closing date and time 2021/03/16 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: The bidder must supply Canadian goods and/or services
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    To provide Technical Investigation and Engineering Services (TIES) for Damage Control & Fire Fighting Systems Support for the Department of National Defence within the National Capital Region. The period is for three (3) years with an option to extend by three (3) additional periods of one (1) year.
    
    The Contractor must perform tasks on an as-and-when requested basis to support the Technical Authority in the updating, maintaining and managing of:
    - Fitted and portable Damage Control systems and equipment used for the recoverability of damaged naval vessels, and
    - Fitted and portable Fire Fighting systems and equipment used in the prosecution of fires in naval vessels.  This includes the fire main and pre wet systems.
    
    The Contractor must provide the services of a Contractor Team of personnel, on an as and when requested basis, from the following resource categories:
    
    Team
    1. Two (2) Hull/Marine Technologists;
    2. One (1) Contract Project Manager;
    3. One (1) Desk Top Publisher;
    4. One (1) Technical Writer;
    
    Supplemental Resources
    5. One (1) Draftsperson, Optional;
    6. One (1) Spreadsheet/Database Analyst, Optional;
    7. One (1) Clerical/Data Entry, Optional; and
    8. One (1) French Translation/Editing, Optional.
    
    MANDATORY TECHNICAL (MT) CRITERIA
    
    MT1 - Each of the two (2) proposed Hull/Marine Technologist must:
    EITHER be a member of a Chartered Provincial Association of Technologists;
    OR have a Military Trade Qualification of RQ-PO2 (QL 6B) or higher in the Martech or legacy marine systems engineering department trade group.
    
    MT2 - Each of the two (2) proposed Hull/Marine Technologist must possess at least five (5) years of demonstrated experience in Life Cycle Materiel Management (LCMM) within the last ten (10) years.
    
    MT3 - Each proposed Hull / Marine Technologist must possess a minimum of three (3) years of demonstrated experience within the last ten (10) years with at least one (1) of the following topics (a), (b) or (c); AND together they must meet each of following topics (a), (b) and (c):
    (a) Fitted and portable Damage Control systems and equipment;
    (b) Fitted and portable Firefighting Control systems and equipment; and
    (c) Fitted and portable high and low pressure air systems.
    
    Valid combinations:
    Candidate 1; Candidate 2
    (a), (b);    (c)
    (a);         (b), (c)
    (a), (c);    (b)
    (b);         (a), (c)
    (b), (c);    (a)
    (c);         (a), (b)
    These 6 combinations will be considered "met" when conducting evaluation.
    
    MT4 - The proposed Contract Project Manager must possess a minimum of an undergraduate degree in business or engineering or science.
    
    MT5 - The proposed Contract Project Manager must possess a minimum of five (5) years of demonstrated experience in managing technical projects with teams of at least four persons within the last ten (10) years.
    
    MT6 - The proposed Desk Top Publisher must possess a minimum of three (3) years of experience in the last five years using commercial software in the preparation of illustrations, illustrated parts breakdown, manuals and catalogues.
    
    MT7 - The proposed Desk Top Publisher must demonstrate a minimum of twelve (12) months of demonstrated experience in the production of Government of Canada technical publications within the last five (5) years.
    
    MT8 - The proposed Technical Writer must possess a minimum of three (3) years of demonstrated experience in writing and editing Government of Canada technical publications and documents within the last five (5) years.
    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)

    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
    Guay, Yvan
    Phone
    (819) 962-4038 ( )
    Email
    yvan.guay@tpsgc-pwgsc.gc.ca
    Fax
    (819) 956-0897
    Address
    11 Laurier St. / 11, rue Laurier
    Place du Portage III, 8B3
    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
    003
    English
    14
    003
    French
    1
    002
    English
    8
    002
    French
    3
    001
    English
    13
    001
    French
    2
    000
    English
    53
    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)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Lowest Price

    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: