Scientific and engineering work for the development of hyperspectral imaging platforms

Solicitation number W7701-166147/A

Publication date

Closing date and time 2016/10/11 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods and/or services
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    
    i. The organization for which the services are to be rendered is Defence Research and Development Canada - Valcartier Research Centre. 
    
    ii. The period of the Contract is from date of Contract to five years after award contract, inclusive.
    
    iii. Following this Request for Proposal, Canada intends to award two (2) Contracts :
    
    The responsive bid with the highest responsive combined rating of technical merit and price will be recommended for award of Contract /001; and
    
    The responsive bid with the second highest responsive combined rating of technical merit and price will be recommended for award of Contract /002. 
    
    If only one responsive bid is received, then a single contract will be awarded.  
    
    iv. The total estimated amount of available funding is $4,000,000.00, applicable taxes are not included. 
    
    - Firm part: $80,000.00, applicable taxes not included; and
    - Task Authorization part: $3, 920, 000.00, applicable taxes not included.
    
    If two (2) responsive bids are received, the distribution will be as follows: 
    
    • Contract /001: $80,000.00 for the firm part of the Work + a maximum of $2,352,000.00 for the Task Authorization part.
    • Contract / 002: a maximum of 1,568,000.00 for the Task Authorization part.
    
    OR
    • If only one responsive bid is received, then a single contract will be awarded at 100% of the estimated amounts of available funding.
    
    v. Canada has determined that any intellectual property rights arising from the performance of the Work under the resulting contract will belong to Canada.
    
    vi. Work Location: The tasks that will need to be carried out for this contract will be classified as follows:
    
    C1: Work that uses documents, data or equipment that are classified, protected or classified as controlled goods and that must be done on protected premises. This work can be performed on the premises of DRDC Valcartier or DRDC Ottawa or in the Contractor’s facilities if appropriate.
    
    Approximately 15% of the Work should be classified C1.
    
    C2: Work that must be performed at DRDC Valcartier since it uses equipment that cannot be moved to the Contractor’s facilities. This also include field trials.
    Approximately 25% of the Work should be classified C2.
    C3: Work that can be performed outside the facilities ofDRDC Valcartier; this Work can be performed at DRDC Valcartier, DRDC Ottawa or in the Contractor’s facilities, as decided by the Contractor. There are no requirement for the Contractor to have protected facilities that allow the processing of data, documents or equipment that are classified, protected, or classified as controlled goods.
    Approximately 60% of the Work should be classified C3. 
    To obtain further information concerning the work location, please consult Section 9, Work location of Annex A-Statement of Work.
    
    vii. All or parts of the Work will be performed on an “as and when requested basis”, using a Task Authorization (TA). 
    
    A contract with Task Authorizations (TAs) is a method of supply for services under which all of the work ora portion of the work will be performed on an "as and when requested basis". Under contracts with TAs, the work to be carried out can be defined but the exact nature and timeframes of the required services, activities and deliverables will only be knownas and when the service(s) will be required during the period of the contract. A TA is a structured administrative tool enabling the Crown to authorize work by a contractor on an "as and when requested" basis in accordance with the conditions of the contract. TAs are not individual contracts.
    
    viii. There is a security requirement associated with this requirement.  For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses.  Bidders should consult the "Security Requirements for PWGSC Bid Solicitations - Instructions for Bidders" (http://www.tpsgc-pwgsc.gc.ca/app-acq/lc-pl/lc-pl-eng.html#a31) document on the Departmental Standard Procurement Documents website.
    
    ix. Bidders must provide a list of names, or other related information as needed, pursuant to section 01 of Standard Instructions 2003.
    
    x. For services requirements, Bidders must provide the required information, as detailed in article 3 of Part 2 of the bid solicitation, to comply with Treasury Board policies and directives on contracts awarded to Former Public Servant. 
    
    xi. The requirement is subject to the provisions of the Agreement on Internal Trade (AIT).
    
    xii. The requirement is limited to Canadian goods and/or services.
    
    xiii. This procurement is subject to the Controlled Goods Program.
    
    xiv. There is a Federal Contractors Program (FCP) for employment equity requirement associated with this procurement; see Part 5 - Certifications, Part 7 - ResultingContract Clauses and the attachment named Federal Contractors Program for Employment Equity - Certification.
    
    xv. The Contractor must complete and submit a Foreign Ownership, Control and Influence (FOCI) Questionnaire and associated documentation identified in the FOCI Guidelines for Organizations prior to contract award to identify whether  a third party individual, firm or government can gain unauthorized access to CLASSIFIED FOREIGN information/assets.  
    
    For additional information : Josee.Roy@tpsgc-pwgsc.gc.ca
    
    This PWGSC office provides procurement services to the public in both official languages.
    
    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

    • Agreement on Internal Trade (AIT)

    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
    Roy, Josée
    Phone
    (418) 649-2932 ( )
    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
    003
    English
    22
    003
    French
    25
    002
    English
    18
    002
    French
    22
    001
    English
    31
    001
    French
    24
    000
    English
    118
    000
    French
    69

    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
    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: