FIXED SITE - LARGE SCALE IMAGING FACILITY

Solicitation number 47064-138783/B

Publication date

Closing date and time 2014/06/20 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: 
    Attachment: None
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    REQUEST FOR INFORMATION (RFI)
    FIXED SITE - LARGE-SCALE IMAGING (FS-LSI) FACILITY
    
    The RFI closing date is hereby extended from June 16, 2014 to
    June 20, 2014 at 02:00 PM
    EDT.
    
    This RFI is a follow-on to the previous RFI issued under
    47064-138783/A dated 2012-11-01.
    
    PREFACE
    
    Canadian Border Services Agency has a requirement for a
    Fixed-Site Large-Scale Imaging (FS-LSI) Facility to be installed
    within the CBSA commercial compound at the Pacific Highway
    Port-of-Entry (PoE). The FS-LSI Facility is to enable
    non-intrusive inspection of large target objects (marine
    containers, transport trucks, passenger vehicles, etc.) using
    high-energy X-rays. 
    
    PROPOSED PROCUREMENT STRATEGY
    
    The FS-LSI Facility will be procured as a turn-key solution, in
    which the supplier will be responsible for all: equipment;
    infrastructure (including site preparation); construction
    (including roads and access lanes and manoeuvring space);
    installation (including connection to site services such as
    power and communication and sewer) and associated costs. 
    CBSA intends to post a Request for Proposals (RFP) for the
    procurement of a FS-LSI Facility (equipment and infrastructure)
    through a competitive bidding process, as outlined in Table 1.
    Selection of the successful bidder will be based on a
    combination of Highest Combined Rating of Technical Merit
    (equipment and infrastructure) and Price (total procurement).
    The successful bidder will be required to satisfy all: mandatory
    requirements, validated performance claims and infrastructure
    codes and constraints, for the single price quoted in their bid
    submissions.
    As part of the proposed bid evaluation process (see Table 1), at
    bid closing, CBSA will require detailed information pertaining
    to the FS-LSI performance and infrastructure design team and
    experience. The information to be provided will be assessed by
    CBSA technical experts to determine the feasibility of system
    compliance with the mandatory requirements, and as a preliminary
    measure of the technical performance of the system. 
    
    The intent is to have the three (3) Bidders with the Highest
    Combined Rating of Technical Merit and Price proceed to the Data
    Validation Testing (DVT) stage. During the DVT, CBSA technical
    experts will direct on-site testing to evaluate each of the
    offered system's radiation safety and performance claims. The
    system presented for DVT does not need to be configured as an
    end-product for CBSA, but it must accurately represent the
    characteristics represented in the technical bid, particularly,
    the radiation dose levels and imaging performance.
    Table 1 - Proposed FS-LSI Facility Bid Solicitation and
    Evaluation Process
    Step	Day	Activity
    1	0	RFP posted on buy and sell (40 days)
    2	TBD	Site Visit at proposed site
    3	40	Bid closing and submittals 
    4	60	Preliminary evaluation of bids for technical compliance and
    score
    5	TBD	Data Validation Testing (DVT) to confirm claimed
    performance 
    6	90	Selection of winner and Contract Award
    
    
    DOCUMENTATION REQUIREMENTS
    
    As part of the Request for Proposals (RFP) for a Fixed-Site
    Large-Scale Imaging (FS-LSI) Facility, the CBSA will define Data
    Item Descriptions (DIDs) detailing the documentation
    deliverables to be submitted with any bid response. These
    documents will include, but not be limited to:
    
    A design proposal to show understanding of the project intent
    and requirements (e.g., design description for major systems, a
    selection of floor plans and elevations, and outline
    infrastructure specifications)
    
    A project delivery management proposal (e.g., demonstrating
    capabilities in resource planning, time and quality control)
    
    Proponent's team qualifications and past experiences (e.g.,
    those of the builder, the architect, and sub-consultants)
    
    System performance testing (e.g., ANSI 42.46 test results)
    
    Maintenance and reliability projections (e.g., prescribed
    preventative maintenance schedule, deployed system maintenance
    logs)
    
    Operating concepts and functional limitations (e.g., data flow
    charts, scanning limits)
    
    Radiological safety interlock design (e.g., E-stops, warning
    systems, and fail-safe systems)
    
    Radiological source and control information (e.g., linac
    configuration data, shielding and collimator design, beam
    alignment verification, comprehensive radiation survey) 
    	
    REQUESTED INFORMATION
    
    This Request for Information (RFI) is to assess the feasibility
    of suppliers providing a complete bid submission for the FS-LSI
    Facility inclusive of the information outlined above. To enable
    this assessment, interested suppliers of FS-LSI Facility are
    asked to provide the following: 
    1.	Comments as to whether suppliers would have sufficient time
    to provide a complete bid submission for the FS-LSI Facility
    (Equipment and Infrastructure) and Price (Total Procurement) 
    within the forty (40) calender day posting period of the RFP on
    BuyandSell.
    
    2.	Comments on the feasibility of preparing detailed technical
    information about the offered FS-LSI performance and radiation
    safety, for submission with bid proposals
    
    3.	Comments on the feasibility of a preparing information about
    the infrastructure design and project team, for submission with
    bid proposals.
    
    4. 	Comments on the feasibility of the proposed approach and any
    foreseeable challenges (ideally with lessons learned from
    relevant past experiences)
    
    5.	Estimates for how soon after bid submission suppliers could
    make a like system available for 		DVT by CBSA personnel.
    
    
    NOTE TO POTENTIAL RESPONDENTS
    
    This is not a bid solicitation. This RFI will not result in the
    award of any contract. As a result, potential suppliers of any
    goods or services described in this RFI should not reserve stock
    or facilities, nor allocate resources, as a result of any
    information contained in this RFI. Nor will this RFI result in
    the creation of any source list. Therefore, whether or not any
    potential supplier responds to this RFI will not preclude that
    supplier from participating in any future procurement. Also, the
    procurement of any of the goods and services described in this
    RFI will not necessarily follow this RFI. This RFI is simply
    intended to solicit feedback from industry.
    
    NATURE AND FORMAT OF RESPONSES REQUESTED
    
    Respondents are requested to provide their comments, concerns
    and, where applicable, alternative recommendations regarding how
    the requirements or objectives described in this RFI could be
    satisfied. Respondents should explain any assumptions they make
    in their responses.
    
    RESPONSE COSTS
    
    Canada will not reimburse any respondent for expenses incurred
    in responding to this RFI.
    
    RESPONSES AND ENQUIRIES
    
    Respondents are reminded that this is a RFI and not a Request
    for Proposal (RFP).
    
    Responses will not be formally evaluated. However, the responses
    received may be used by Canada to develop or modify procurement
    strategies or any draft documents contained in this RFI. Canada
    will review all responses received by the RFI closing date.
    Canada may, in its discretion, review responses received after
    the RFI closing date.
    
    A review team composed of representatives of the client and
    PWGSC will review the responses on behalf of Canada. Canada
    reserves the right to hire any independent consultant, or use
    any Government resources that it considers necessary to review
    any response. Not all members of the review team will
    necessarily review all responses.
    
    Confidentiality: Respondents should mark any portions of their
    response that they consider proprietary or confidential. Canada
    will handle the responses in accordance with the Access to
    Information Act. 
    
    Canada may, in its discretion, contact any respondents to follow
    up with additional questions or for clarification of any aspect
    of a response.
    
    
    ENQUIRIES
    
    Because this is not a bid solicitation, Canada will not
    necessarily respond to enquiries in writing or by circulating
    answers to all potential suppliers. However, respondents with
    questions regarding this Request for Information may direct
    their enquiries to: 
    
    Lynda Saunders
    Public Works and Government Services Canada
    Acquisitions Branch
    Commercial Consumer Products Directorate
    11 Laurier Street, 6A2, Phase III
    Place du Portage, Hull, Quebec, K1A 0S5
    
    Telephone: 	(819) 956-6851
    Facsimile: 	(819) 956-3814
    E-mail address:  lynda.c.saunders@tpsgc-pwgsc.gc.ca
    
    
    SUBMISSION OF RESPONSES
    
    Public Works and Government Services Canada requests that
    respondents submit their written responses to the issues
    referenced herein or any additional comments/concerns or
    alternate recommendations on how this requirement can be
    satisfied via electronic mail to the Contracting Authority named
    herein.
    
    CLOSING DATE
    
    Responses to this Request for Information will be accepted at
    any time until 2 pm,  June 16, 2014.
    
    
    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
    Saunders, Lynda
    Phone
    (819) 956-6851 ( )
    Fax
    (819) 956-3814
    Address
    11 Laurier St./ 11 rue, Laurier
    6B1, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Canada Border Services Agency
    Address
    333 North River Road
    Ottawa, Ontario, K1L 8B9
    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
    36
    000
    French
    10

    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
    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: