RISO - Marine Automatic Radio Direction-finder
Solicitation number F3063-190103/A
Publication date
Closing date and time 2019/11/06 14:00 EST
Last amendment date
Description
Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: TITLE: NISO - AUTOMATIC MARINE RADIO DIRECTION FINDER F3063-190103/A Simoneau, Steve Telephone - (418) 649-2816 Facsimile - (418) 648-2209 Email : steve.simoneau@tpsgc-pwgsc.gc.ca NOTICE: The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA)." PROJECT DESCRIPTION: The Department of Fisheries and Oceans Canada has a requirement for the replacement of the Automatic Radio Direction-Finder currently installed aboard all vessels of the Canadian Coast Guard (CCG) fleet. Equipment requirements are divided into three administrative regional areas of the CCG. The hardware shall include all equipment, modules and sub-assemblies required to meet the Specification, as well as all necessary data/signal and power cables. The Automatic Radio Direction-Finder must have all the necessary hardware and software included to form a fully functional unit in accordance with to the Specification. PERIODS OF THE STANDING OFFER The period for making call-ups against the Standing Offer will be from the issuance of the Standing Offer to November 30th 2021. If the Standing Offer is authorized for use beyond the initial period, the Offeror offers to extend its offer for three (3) additional periods, from December 1, 2021 to November 30, 2022, from December 1, 2022 to November 30, 2023 and from December 1, 2023 to November 30, 2024, under the same conditions and at the rates or prices specified in the Standing Offer, or at the rates or prices calculated in accordance with the formula specified in the Standing Offer. TECHNICAL EVALUATION - MANDATORY TECHNICAL CRITERIA The bid must meet the mandatory technical criteria detailed in Annex A and specified in Annex F. Bidders must provide the necessary documentation to ensure compliance with this requirement. Bidders must address each requirement in sufficient detail to allow for full analysis by the evaluation team. Submissions that do not meet the mandatory technical criteria will be declared non-responsive. Each mandatory technical criterion must be treated separately. The mandatory technical criteria are detailed in Appendices A and F. ENQUIRIES All enquiries regarding this tender, are to be submitted in writing to the Contractual Authority: Steve Simoneau, Supply Specialist at steve.simoneau@tpsgc-pwgsc.gc.ca. To obtain more information, particularly on how to be informed of any AMENDMENTS to this solicitation, visit Tenders Frequently Asked Questions on BuyandSell.gc.ca/Tenders, under the item ''Tender notifications and amendments''. BID RECEIVING Sealed tenders will be received in English or French at the following address: Travaux publics & Services gouvernementaux Canada | Public Works & Governement Services Canada 601-1550 Avenue d'Estimauville, Québec (Québec), G1J 0C7. Tenders can also be transmitted by fax to 418-648-2209. OFFICE OF SMALL AND MEDIUM ENTERPRISES Did you know that Public services and Procurement Canada helps businesses navigate through the federal procurement process? Advisors at the Office of Small and Medium Enterprises can help you. Contact them! Tel : 514-210-5770 E-mail : QueBPME.QueOSME@tpsgc-pwgsc.gc.ca LANGUAGES This Public Works and Government Services Canada office provides procurement services in both official languages of Canada 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
-
Canada-Panama Free Trade Agreement
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Simoneau, Steve
- Phone
- (418) 649-2816 ( )
- Email
- steve.simoneau@tpsgc-pwgsc.gc.ca
- Fax
- (418) 648-2209
- Address
-
1550 Avenue d’Estimauville
QuébecQuébec, Québec, G1J 0C7
Buying organization(s)
- Organization
-
Fisheries and Oceans Canada
- Address
-
200 Kent St, Station 13E228Ottawa, Ontario, K1A 0E6Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW_QCV.B007.E17768.EBSU003.PDF | 003 |
English
|
22 | |
ABES.PROD.PW_QCV.B007.F17768.EBSU003.PDF | 003 |
French
|
3 | |
ABES.PROD.PW_QCV.B007.E17768.EBSU002.PDF | 002 |
English
|
18 | |
ABES.PROD.PW_QCV.B007.F17768.EBSU002.PDF | 002 |
French
|
2 | |
ABES.PROD.PW_QCV.B007.E17768.EBSU001.PDF | 001 |
English
|
16 | |
ABES.PROD.PW_QCV.B007.F17768.EBSU001.PDF | 001 |
French
|
2 | |
ABES.PROD.PW_QCV.B007.E17768.EBSU000.PDF | 000 |
English
|
54 | |
ABES.PROD.PW_QCV.B007.F17768.EBSU000.PDF | 000 |
French
|
8 |
Access the Getting started page for details on how to bid, and more.