Naval Materiel Regulation Framework

Solicitation number W8482-134150/B

Publication date

Closing date and time 2015/02/17 14:00 EST


    Description
    Trade Agreement: NONE
    Tendering Procedures: 
    Attachment: None
    Non-Competitive Procurement Strategy: National Security
    Consideration
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Lloyd's Register Canada Limited
    441 MacLaren Street
    Suite 404
    Ottawa Ontario
    Canada
    K2P2H3
    Nature of Requirements: 
    1.	Advance Contract Award Notice (ACAN)
    
    An ACAN is a public notice indicating to the supplier community
    that a department or agency intends to award a contract for
    goods, services or construction to a pre-identified supplier,
    thereby allowing other suppliers to signal their interest in
    bidding, by submitting a statement of capabilities. If no
    supplier submits a statement of capabilities that meets the
    requirements set out in the ACAN, on or before the closing date
    stated in the ACAN, the contracting officer may then proceed
    with the award to the pre-identified supplier.
    2.	Definition of the requirement
    The Department of National Defence (DND) has a requirement for
    the services of a Classification Society to support, develop,
    and implement DND`s Naval Materiel Regulation framework. This
    requirement includes the provision of classification and
    certification services to the Royal Canadian Navy's combatant
    ships.
    For this requirement, combatant Ships are defined as
    commissioned vessels characterized by a significant offensive
    capability, designed to withstand exposure to extreme threats,
    severe operating environments and manned by a military crew
    operating in accordance with naval doctrine.  Canada`s fleet of
    ships deemed to be combatants by the Naval Materiel Regulatory
    Authority includes all existing Halifax Class vessels, 
    submarines, and the planned vessels that will be procured under
    the Canadian Surface Combatant Project.
    Work to support the Naval Materiel Regulatory Authority will
    include: the development of a flag state requirements file;
    competency development; advice and research; naval materiel
    regulation framework support. Work to support in service
    combatant ships will include: specialist support, advice and
    technical services; acceptance into naval class (advice, plan
    appraisal and vessel surveys); maintenance in-class (advice and
    vessels surveys).  Work to support the Canadian Surface
    Combatant project will include: advice and technical services
    for the design and build phases; plan appraisal; naval
    classification and certification; and materiel and equipment
    certification.
    3.	Criteria for assessment of the Statement of Capabilities
    (Minimum Essential Requirements)
    Any interested supplier must demonstrate by way of a statement
    of capabilities that its services meet the following
    requirements:
    a.	That the supplier is currently a member of the International
    Naval Safety Association (INSA) and has been for at least 5
    years;
    b.	That the supplier is a Recognized Organization (RO) under
    Transport Canada's Delegated Statutory Inspection Program (DSIP)
    and has been for at least 1 year;
    c.	That the supplier must demonstrate their Naval Ship Rules
    have been validated against the Allied Naval Engineering
    Publication 77 - Naval Ship Code. This must be demonstrated in
    the statement of capabilities by the submission of a report that
    details the regulations of the Naval Ship Code (edition D or
    newer) that are met by the supplier's naval ship rules;
    d.	The supplier has 5 years of demonstrated experience
    developing and working within the United Kingdom`s Ministry of
    Defence (MoD) naval ship assurance program which provides
    materiel safety assurance for the UK MoD. This experience must
    be related to the UK MoD frigates and destroyers;
    e.	That the supplier has demonstrated experience with the design
    and build of frigates or destroyers using their naval ship
    rules. In order to demonstrate this experience, the supplier
    must have issued naval classification certificates in areas
    covered by their firm's naval rules for the design and build of
    frigates or destroyers; and  
    f.	That the supplier has demonstrated experience maintaining
    frigates or destroyers in naval class. In order to demonstrate
    this experience, the supplier must have issued naval
    classification certificates for areas covered by their firm`s
    naval ship rules as part of maintaining frigates or destroyers
    in class.   
    
    4.	Applicability of the trade agreement(s) to the procurement
    
    A National Security Exemption has been invoked for this
    procurement therefore it is not subject to the trade agreements.
    5. Non-Competitive Procurement Strategy
    Government Objectives Representing Best Interests/Value to Govt
    
    6. Set-Aside Under the Procurement Strategy for Aboriginal
    Business
    
    Not Applicable
    
    7.	Comprehensive Land Claim Agreement(s) 
    
    Not Applicable
    
    8.	Justification for the Pre-Identified Supplier
    
    The Naval Materiel Authority for the Royal Canadian Navy is
    establishing a structured Naval Materiel Regulatory (NMR)
    framework based on the MoD UK naval ship assurance program.  The
    development of a NMR framework is essential to meet DND's
    mandate to self-regulate the naval materiel safety of its ships.
     The NMR framework is required now because the traditional
    approach to naval materiel safety assurance, which involves a
    robust internal DND structure for oversight and standards
    maintenance, is no longer sustainable.
    
    By virtue of their involvement in the UK MoD's naval regulatory
    framework, Lloyd's Register developed and implemented the model
    on which DND's Naval Materiel Regulation Framework has been and
    will continue to be based.  Lloyd's retention of information
    related to that proprietary model places it in the unique
    position of having the required information, knowledge and the
    experience to develop a similar regulatory framework with DND.
    
    A key requirement of adopting the UK MoD approach for DND's
    certification processes within their new regulation framework is
    the procurement of Classification Society services based on the
    UK MoD's naval regulatory framework. This is required to provide
    to DND materiel authorities a high level of confidence in the
    framework's suitability for use in Canadian warships.
    
    As a self-regulating entity, DND and its naval materiel
    authorities must have a reasonable degree of confidence in all
    elements of its regulatory framework to have accountability for
    its certification process. Ultimately, this includes taking
    technical ownership of the standards that it prescribes,
    including classification rules, and certifying all supporting
    services.  There would be great risk in directly engaging a
    classification society without that society having access to the
    proprietary model of another navy that has naval rules that have
    been developed with a pedigree similar to Canadian naval
    practices. This situation further emphasizes the need for a
    collaborative approach with the UK MoD, another organization
    would not provide to another supplier the benefit of the unique
    arrangement that has been established between the UK MoD and
    Lloyd's Register to support the UK MoD regulatory construct.
    
    9.	Government Contracts Regulations Exception(s)
    
    The following exception to the Government Contracts Regulations
    is invoked for this procurement under subsection 6(d) - "only
    one person is capable of performing the work" 
    10.	Intellectual Property
    
    Canada has determined that any intellectual property arising
    from the performance of the Work under the resulting Contract
    will belong to Canada, on the grounds of national security.
    11.	Contract Period
    
    The proposed contract is for a period of 15 years, from 1 April
    2015, to 31 Mar 2030 including a five-year initial contract
    period and two five-year option periods.  
    12.	Contract Value
    
    The estimated value of the contract, including option(s), is
    $60M to $90M (GST/HST extra). 
    13.	Contract Information
    Name and address of the pre-identified supplier:
    Lloyd's Register Canada Limited
    441 MacLaren Street, Suite 404
    Ottawa, Ontario
    K2P 2H3
    
    14.	Supplier's Right to Submit a Statement of Capabilities
    
    Suppliers who consider themselves fully qualified and available
    to provide the services described in this ACAN may submit a
    statement of capabilities in writing to the contact person
    identified in this notice on or before the closing date of this
    notice. The statement of capabilities must clearly demonstrate
    how the supplier meets the advertised requirements.
    15.	Closing Date for a Submission of a Statement of Capabilities
    
    17 February 2015
    16.	Contact Information
    Inquiries and statements of capabilities are to be directed to:
    
    Angela Cowie
    Marine Directorate
    6C2-31, Phase III, PDP
    Gatineau, Qc K1A 0S5
    Telephone number: (819) 956-8259
    Facsimile number: (819) 956-0897
    E-mail address: Angela.Cowie@tpsgc.pwgsc.gc.ca
    
    17.	Note
    
    The PWGSC file number, W8482-134150 the contracting officer's
    name and the
    closing date of the ACAN must appear on the outside of the
    envelope in block letters or, in the case of a facsimile
    transmission, on the covering page, or in the subject line of
    the e-mail.
    
    You are hereby notified that the government intends to negotiate
    with one firm only as identified above. Should you have any
    questions concerning this requirement, contact the contracting
    officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and
    agencies to post a notice, for no less than fifteen (15)
    calendar days, indicating to the supplier community that it
    intends to award a good, service or construction contract to a
    pre-identified contractor. If no other supplier submits, on or
    before the closing date, a Statement of Capabilities that meets
    the requirements set out in the ACAN, the contracting authority
    may then proceed with the award.  However, should a Statement of
    Capabilities be found to meet the requirements set out in the
    ACAN, then the contracting authority will proceed to a full
    tendering process.
    
    Suppliers who consider themselves fully qualified and available
    to provide the services described herein, may submit a statement
    of capabilities in writing to the contact person identified in
    this Notice on or before the closing date of this Notice. The
    statement of capabilities must clearly demonstrate how the
    supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the
    closing date of the ACAN must appear on the outside of the
    envelope in block letters or, in the case of a facsimile
    transmission, on the covering page.
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.
    
    GSIN: C216A
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate
    with one firm only as identified above. Should you have any
    questions concerning this requirement, contact the contracting
    officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and
    agencies to post a notice, for no less than fifteen (15)
    calendar days, indicating to the supplier community that it
    intends to award a good, service or construction contract to a
    pre-identified contractor. If no other supplier submits, on or
    before the closing date, a Statement of Capabilities that meets
    the requirements set out in the ACAN, the contracting authority
    may then proceed with the award.  However, should a Statement of
    Capabilities be found to meet the requirements set out in the
    ACAN, then the contracting authority will proceed to a full
    tendering process.
    
    Suppliers who consider themselves fully qualified and available
    to provide the services/goods described herein, may submit a
    statement of capabilities in writing to the contact person
    identified in this Notice on or before the closing date of this
    Notice. The statement of capabilities must clearly demonstrate
    how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the
    closing date of the ACAN must appear on the outside of the
    envelope in block letters or, in the case of a facsimile
    transmission, on the covering page.
    
    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

    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

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    ,
    Nova Scotia
    ,
    National Capital Region (NCR)
    Selection criteria
    Additional Construction Services
    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: