LM2500 ISS Request for Information

Solicitation number W8483-157120/A

Publication date

Closing date and time 2014/11/19 14:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Request for Information for In-Service Support of the LM2500 Gas
    Turbine Engines on Canada's Halifax Class Frigates 
    
    1.	Introduction
    
    The Department of National Defence (DND) has a requirement to
    maintain its LM2500 gas turbine engine propulsion system on
    board Canada's Halifax class frigates, inclusive of gas
    generator, power turbine, high speed coupling shaft, lube oil
    storage and conditioning assembly, and enclosure for the
    remaining life of the frigates currently estimated to be a
    minimum of 20 years.  
    
    This Request for Information (RFI) is an opportunity for Canada
    to determine supplier interest for this requirement and for
    suppliers to comment on the proposed requirement and procurement
    process.  Suppliers may be invited to an industry day following
    a review of draft documentation related to the requirement.  The
    main objective is for Canada to seek industry input into the
    proposed technical, management and contracting approach to
    assist in:
    
    a)	determining whether to proceed with requirements/strategy as
    planned;
    b)	refining the procurement strategy, project structure,
    timelines, requirements definition, and other aspects of the
    requirement;
    c)	becoming a more "informed buyer" with an enhanced
    understanding of industry goods and service offerings in the
    areas of interest; and
    d)	assessing potential alternative support solution concepts
    that would meet its requirement, such as environmentally
    friendly preferable solutions and  economical solutions.
    
    The provision of draft documents will give interested suppliers
    an opportunity to:
    
    a)	assess and comment on the adequacy and clarity of the
    requirements as currently expressed;
    b)	 offer suggestions regarding potential alternative solutions
    that would meet requirements, such as a solution with a lower
    environmental impact; and
    c)	 comment on the procurement strategy, proposed basis of
    payment elements, and timelines for the project.
    
    2.	Important Note to Interested Respondents  
    
    Respondents should note that this RFI is not a pre-selection
    process. There will be no short listing of firms for purposes of
    undertaking any future works, as a result of this RFI.
    Similarly, participation in this process is not a condition or
    prerequisite for participation in an eventual Request For
    Proposal (RFP).  This RFI is neither a Call for Tenders, nor an
    RFP, and no agreement or contract will be entered into with any
    contractor, based on responses to this RFI. The issuance of this
    RFI is not to be considered in any way as a commitment by
    Canada, or as authority for the respondent to undertake any work
    which could be charged to Canada, nor is this RFI to be
    considered a commitment to issue eventual RFPs or award eventual
    contracts in relation to this project. Canada shall not be bound
    by anything stated in this RFI. Canada reserves the right to
    change all or any parts of this RFI as deemed necessary.
     
    
    3.	Confidentiality
    
    Potential respondents are advised that any information submitted
    to Canada in response to this RFI may be used by Canada in the
    development of a subsequent competitive RFP. As such,
    respondents responding to this RFI should identify any submitted
    information that is to be considered as either company
    confidential or proprietary. This information will then be
    treated as Protected B. 
    No payment will be made for costs incurred in the preparation
    and submission of any information in response to the RFI. Costs
    associated with preparing and submitting information, as well as
    any costs incurred by the supplier associated with the
    evaluation of the information, are the sole responsibility of
    the supplier.
    
    4.	Background 
    
    Each of Canada's twelve Halifax class frigates, commissioned
    between 1992 and 1996, are fitted with two LM2500 gas turbine
    systems which have been maintained under an in-service support
    contract since 2001.
    
    It is anticipated that the work described in the new RFP will
    include the in-service support for the existing LM2500 gas
    turbines (including spares) from first level ongoing maintenance
    to complete assembly overhaul, maintenance of the spare
    inventory and the provision of Field Service Representatives
    (FSRs) to support military operations at all times. 
    
    5.	Participation Criteria 
    
    a.	Respondents must be licensed by the Original Equipment
    Manufacturer (OEM) to perform work on LM2500 gas turbine;
    b.	Respondents must have experience as a support provider
    repairing LM2500 gas turbines or related series that are
    currently in service; and
    c.	Respondents must be from a NATO or allied country.
    
    This requirement is subject to the Controlled Goods Program. 
    
    This requirement will be subject to the Defence Procurement
    Strategy requiring suppliers to commit to 100% of contract value
    in Industrial and Technological Benefits and Value Proposition.  
    
    6.	RFI Process 
    
    Respondents must submit the following information for evaluation
    of the above criteria:
    
    a.	A letter from the OEM or copy of the license agreement
    indicating the level of maintenance the supplier may provide to
    its customers;
    b.	A detailed report including at least (1) one customer name,
    description of the requirement, contract period and dollar value
    of the contract; and
    c.	Details of the company structure, including all levels up to
    the parent company.  
    
    To be included in this opportunity, respondents must submit the
    information to the Contracting Authority at article 8 by the
    deadline indicated at article 7.
    
    Thereafter, respondents meeting the criteria above may receive
    draft documentation related to this requirement and an
    invitation to an industry day where briefings and feedback
    sessions will be scheduled by the Contracting Authority. It is
    anticipated that representatives from the Department of National
    Defence, Industry Canada and Public Works and Government
    Services Canada will be available to answer questions and
    receive information.  
    
    7.	Deadline for Submission of responses to the RFI
    
    PWGSC invites interested parties to submit their responses to
    the Contracting Authority on or before 14:00 EST 12 November
    2014.  
    
    8.	Submission of responses to the RFI
    
    Interested parties may submit their response by email to the
    Contracting Authority, Ms. Angela Cowie
    Angela.Cowie@tpsgc-pwgsc.gc.ca  or by mail at: 
    
    Public Works and Government Services Canada
    Marine Sector 
    11 Laurier Street
    Place du Portage, Phase III, 6C2-31
    Gatineau, Québec    K1A 0S5
    
    At Canada's sole discretion, responses received after the
    deadline may or may not be considered.
    
    9.	Language
    
    Communication may be in either official language of Canada, in
    English or French.
    
    Amendment 001 to Request for Information for In-Service Support
    of the LM2500 Gas Turbine Engines on Canada's Halifax Class
    Frigates 
    
    1.	At 5. a. Participation Criteria DELETE the following text: 
    
    "including onboard periodic preventative maintenance to complete
    assembly removal and overhaul"
    
    
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • 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)

    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
    Cowie, Angela
    Phone
    (819) 956-8259 ( )
    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
    61
    000
    French
    5

    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 Information
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    ,
    Nova Scotia
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Not applicable

    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: