Lightweight Standalone Specific Threat Plate - Generation C3

Solicitation number W7701-217392/A

Publication date

Closing date and time 2022/09/14 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    ***AMENDMENT 003***
    This NPP amendment aims to extend the closing date of the Solicitation to September 14th, 2022, 14:00 EDT.
    
    ***AMENDMENT 002***
    This NPP amendment aims to extend the closing date of the Solicitation to August 31st, 2022, 14:00 EDT.
    
    ***AMENDMENT 001***
    This NPP amendment aims to correct the title of the NPP for:
    Lightweight Standalone Specific Threat Plate - Generation C3
    
    ***NPP***
    Title
    Lightweight Standalone Specific Threat Plate - Generation C3
    
    Description
    Public Services and Procurement Canada (PSPC) on behalf of Defense Research and Development Canada (DRDC) located in Valcartier, (Quebec), is seeking bids for the development of the Generation C3 of the Lightweight Standalone Specific Threat Plate (armour plate) to the Department of National Defence (DND).
    
    The objective is to develop a new standalone armour plates with significantly reduced mass compared to the Generation C2 armour system in order to decrease the weight burden of its soldiers, while maintaining the same ballistic performance.
    
    This requirement consists of a two-year development phase project to support the research and development of the new armour plate. Up to two (2) bids may be recommended for contract award.
    
    At the end of Phase 1 - Development phase, and if considered relevant by DND based on previous control test results, the Contractors will be asked to provide armour plates (male profile only) for a final control test to be conducted at DRDC Valcartier ballistic laboratories. A limited Request for a Standing Offer (RFSO) will be sent to Contractors whose control test results of their final concept at Phase 1 are conclusive and who agree to proceed to Phase 2 - Production phase according to the statement of work defined in Attachment 1 to Annex A will be issued. The Offerors will be evaluated based on mandatory and point rated evaluation criteria defined in Attachment 2 to Annex A and ranked on the highest combined rating of technical merit and price. Up to two (2) National Individual Standing Offers (NISO) may be recommend for issuance.
    
    Client department
    The organization for which the services are to be rendered is Defence Research and Development Canada - Valcartier Research Center
    
    Period of the Contract
    Phase 1 - Development phase
    The period of the Contracts is from date of Contract for up to twenty-four (24) months.
    Phase 2 - Production phase
    The Standing Offers will be valid from date of issuance for up to sixty (60) months.
    
    Intellectual Property
    Defence Research and Development Canada - Valcartier Research Center has determined that any intellectual property rights arising from the performance of the Work under the resulting contract will belong to the Contractor.
    
    Security Requirements
    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
    
    Trade Agreements
    The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA)
    
    Optional Virtual Bidders’ Conference
    There is an optional bidder’s conference associated with this requirement. Consult Part 2 - Bidder Instructions.
    
    Multiple Contracts and Standing Offers
    Phase 1 - Development phase
    Canada plans to award up to two (2) Contracts against this Request for Proposals.
    Phase 2 - Production phase
    Canada plans to issue up to two (2) National and Individual Standing Offers (NISO) using the proportional basis as the model of ranking methodology.
    
    Federal Contractors Program for Employment Equity
    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 attachment titled Federal Contractors Program for Employment Equity - Certification.
    
    Controlled Goods Program
    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).
    
    Submission of Bids
    Bids must be submitted by fax to the number indicated in the Request for Proposal or electronically using the Canada Post Corporation’s (CPC) Connect service for the subject Request for Proposal.
    
    This service allows Contractors to submit bids, offers and arrangements electronically to Public Works and Government Services Canada (PWGSC) Quebec Region Bid Receiving Unit. This online service enables the electronic transfer of large files up to Protected B level.
    
    Hard copy (submitted in person or via mail/courier) offers will not be accepted for the subject Request for Proposal.
    
    COVID-19 Vaccination Requirement
    This requirement is subject to the COVID-19 Vaccination Policy for Supplier Personnel. Failure to complete and provide the COVID-19 Vaccination Requirement Certification as part of the bid will render the bid non-responsive.
    
    Debriefings
    Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.
    
    Ce bureau de TPSGC fournit des services d'achat au public dans les deux langues officielles. / This PWGSC office provide procurement services in French and English.
    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
    Boisclair, Daniel
    Phone
    (418) 571-8051 ( )
    Email
    daniel.boisclair@tpsgc-pwgsc.gc.ca
    Fax
    () -
    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
    23
    005
    French
    0
    004
    French
    3
    004
    English
    16
    003
    French
    5
    003
    English
    38
    002
    French
    5
    French
    2
    French
    18
    English
    18
    English
    2
    002
    English
    32
    001
    French
    5
    001
    English
    36
    000
    English
    75
    000
    French
    12

    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 – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: