Remotely Operated Vehicle (ROV) Sys

Solicitation number W8476-185848/B

Publication date

Closing date and time 2019/02/26 13:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / 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: 
    
    
    W8476-185848/B Re-Solicitation
    
    Competitive bid process for High Risk Search Remote Operated Vehicle System (HRS-ROV)to be used by the Canadian Armed Forces (CAF).
    
    REQUIREMENT:
    
    The Department of National Defence has a requirement to procure High Risk Search, Remotely Operated Vehicle System (HRS-ROV). A combination of Remote Operated Vehicles, one small and one large, which will be used by the Canadian Armed Forces (CAF) field engineer sections in the roles of intermediate and advanced search teams.
    
    The HRS-ROV will need to be man-portable and quickly deployable. They will need to be able to climb stairs, navigate culverts, and operate in a non-line of sight manner and in close spaces.A combination of ROVs, Small ROV System and Large ROV System, will be the best approach to address the task-specific balance of weight, payload and mobility. These ROVs will need to act as mobile communication relays for each other,in a mesh-type network,to assist with communication connection in subterranean or reinforced concrete buildings.
    
    Small ROV System will be used primarily for its optics,to identify and mitigate threats, and will be capable of target identification but not necessarily manipulation.
    
    Large ROV System will be used primarily for its optics and to manipulate small objects in order to investigate and identify threats. This could apply to opening locked doors, moving obstacles, and being able to interrogate an identified threat by the Explosive Ordnance Disposal team should they take over control.
    
    SOURCING:
    It is proposed to solicit a competitive bid through Buy and Sell for this requirement; which will be published for forty calendar days.
    
    There is financial mandatory and technical mandatories in the evaluation process, which will be published with the competitive Solicitation. A Contract will be awarded to the responsive offeror who meets all of the mandatory requirements as outlined in the Basis of Payment and Annex C, with the lowest overall price for line items 1-28.
    
    Public Service and Procurement Canada (PSPC) intends to put in place, a contract valid from contract award for a period of two (2) years, with an option to extend the contract under the same terms and conditions for one additional year. This will facilitate procurement of additional systems per the Basis of Payment, if required. 
    
    There is also potential for training and other associated contract requirements after delivery of the equipment.
    
    If only one compliant offer is received, price support and price certification will be requested.
    
    SECURITY:
    There is security requirements for this requirement, and is as outlined in Part 7.3 of the Solicitation document.
    
    BASIS OF PAYMENT:
    Offerors will be requested to propose Firm item Price for all requirement and as detailed in the Basis of Payment.
     
    POLICY:
    The requirement falls under stock code N5840, Radar Equipment, Except Airborne commodities. Due to the value of the potential contract, Trade Agreements apply to this competitive requirement: The World Trade Organization - Agreement on Government Procurement (WTO-AGP);North American Free Trade Agreement (NAFTA), and the Canadian Free Trade Agreement (CFTA), CDA-Peru, Chile, Columbia and Panama.  Canadian Content Policy does not apply, if the Trade agreements apply.
    
    Provisions of the Comprehensive Land Claims Agreements (CLCAs) do not apply as no work will be performed and no goods delivered in a land claim settlement area.
    
    If a Contract is awarded as a result of this solicitation, unsuccessful offerors may request a debriefing on the results of their offers. Offerors should make the request to the Contracting Authority within fifteen (15) working days of receipt of notification that their offer was unsuccessful. The debriefing may be provided in writing, by telephone or in person.
    
    As per policy requirements all notices posted on Buy and Sell will be in both official languages. 
    
    The Phased Bid Compliance Process applies to this requirement
    
    Enquiries:
    
    Hamilton, Indra
    Telephone No. - (819) 420-1738 
    Fax No. - (819) 956-5650 
    
    Line 1, As per attached Contract End Item List
    
    Line 2, Optional Items as per CEIl
    
    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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • 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
    Hamilton, Indra
    Phone
    (819) 420-1738 ( )
    Email
    indra.hamilton@tpsgc-pwgsc.gc.ca
    Fax
    (819) 956-5650
    Address
    11 Laurier St. / 11, rue Laurier
    8C2, Place du Portage
    Gatineau, Québec, K1A 0S5

    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
    002
    French
    4
    002
    English
    15
    001
    English
    16
    000
    French
    8
    000
    English
    73

    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
    Alberta
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest 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.

     

    Date modified: