SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, March 30 from 7:00 pm until 11:00 pm (Eastern Time) 

C2I S&T Capability Development

Solicitation number W7701-196887/A

Publication date

Closing date and time 2019/01/23 14:00 EST

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: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Defence Research and Development Canada (DRDC) undertakes research and analysis and provides advice that assists the Department of National Defence (DND) and the Canadian Armed Forces (CAF) in making important decisions. DRDC provides integrated science and technology (S&T) advice and technical solutions, performs strategic S&T capability planning, and partners with industry, academia, other government departments (OGDs) and the public safety and national security communities. It delivers solutions for the Department of National Defence and the Canadian Armed Forces (DND/CAF), as well as the public safety and national security communities. DRDC is seeking industry support for R&D effort in the Command, Control & Intelligence domain. To demonstrate future concepts for ‘Command, Control and Intelligence Capability’, it will be necessary to exploit and develop expertise in a broad range of science and technology areas - within government, industry and academia.
    
    The core objective of this R&D is to advance the state-of-the-art of Command, Control and Information (C2I) methods and resources in order to adapt to and anticipate the new challenges of the CAF.
    
    The work to be performed is the provision of services to DRDC and DND on an as and when required basis to analyse, design, develop, exploit, support and extend the scientific background and knowledge base related to C2I.
    
    The activities set out in the Statement of Work will be authorized through a Task Authorization process and are as follows:
    
    T1 - C2I S&T Capability Integration
    
    T2 - Infrastructure Development and Maintenance
    
    T3 - Research, Technology and Analysis
    
    T4 - Development, Engineering and Evaluation
    
    Additional information:
    
    1.2.1 The organization for which the services are to be rendered is Defence research and Development Canada - Valcartier (DRDC - Valcartier).
    
    The period of the Contract is three years from the Contract Award date.
    
    The estimated maximum funding available for the Contract resulting from the bid solicitation is $9,000,000.00 (Applicable Taxes extra). 
    
    Canada has determined that any intellectual property rights arising from the performance of the Work under the resulting contract will belong to Canada
    
    There are no restrictions on the location of the work. Bidders are advised that the scientific team of the C2I S&T capability is situated primarily in Quebec City and the client community in Ottawa. The Contractor could be required to conduct work in either of these geographic locations. Although it is expected that the majority of the work will be conducted at the Contractor’s facility, some work must be performed at DND facilities - in particular, work to support existing infrastructure, experimentation and work requiring access to CLASSIFIED material.
    
    1.2.2 There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html)   website.
    
    1.2.3 The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA).
    
    1.2.4 The requirement is limited to Canadian goods and/or services.
    
    1.2.5 This procurement is subject to the Controlled Goods Program. The Defence production Act defines Canadian Controlled Goods as certain goods listed in Canada’s Export Control List, a regulation made pursuant to the Export and Import Permits Act (EIPA).
    
    1.2.6 The Federal Contractors Program (FCP) for employment equity applies to this procurement; refer to Part 5 - Certifications and Additional Information, Part 7 - Resulting Contract Clauses and the annex titled Federal Contractors Program for Employment Equity - Certification.
    
    1.2.7 This bid solicitation allows bidders to use the epost Connect service provided by Canada Post Corporation to transmit their bid electronically.  Bidders must refer to Part 2 entitled Bidder Instructions, and Part 3 entitled Bid Preparation Instructions, of the bid solicitation, for further information.
    
    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
    Lemay, Hélène
    Phone
    (418) 649-2974 ( )
    Email
    helene.lemay@tpsgc-pwgsc.gc.ca
    Fax
    (418) 648-2209
    Address
    601-1550, Avenue d'Estimauville
    Québec
    Québec, Québec, G1J 0C7

    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
    005
    English
    28
    005
    French
    16
    004
    English
    33
    004
    French
    13
    003
    English
    21
    003
    French
    10
    002
    English
    30
    002
    French
    12
    001
    English
    48
    001
    French
    16
    000
    English
    199
    000
    French
    57

    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
    Quebec (except NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    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.

     

    Support

    Contact us directly, or find your answers using resource guides.

    Date modified: