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)
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
- Cowie, Angela
- Phone
- (819) 956-8259 ( )
- 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.B040.E24742.EBSU000.PDF | 000 |
English
|
61 | |
ABES.PROD.PW__ML.B040.F24742.EBSU000.PDF | 000 |
French
|
5 |
Access the Getting started page for details on how to bid, and more.