Naval Remote Weapon Station

Solicitation number W8472-125389/B

Publication date

Closing date and time 2015/07/10 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Naval Remote Weapon Station
    
    W8472-125389/B
    Michael Rancourt
    Telephone No. - (819) 956-3930 (    )
    Fax No. - (819) 956-5650
    
    
    This requirement is not subject to the international trade
    agreements and falls within the framework of the Defence
    Procurement Strategy announced on February 5, 2014, therefore,
    the Industrial and Technological Benefits (ITB) with Value
    Proposition (VP) will be applied. ITBs obligations will be
    equivalent to 100% of the eligible contract value, for both the
    Acquisition and Repair & Overhaul (R&O) Contracts, whereas VP
    requirements may be based upon, in part, Industry responses
    received.
    
    On September 27, 2011, Canada released a Letter of Interest for
    the NRWS system requirement in conjunction with an invitation to
    a non-mandatory Industry Day. The objectives of that process was
    to advise industry of the anticipated forthcoming requirement,
    receive information regarding existing NRWS technology, provide
    industry with a preliminary set of draft high level
    specifications for review and comment, and to receive detailed,
    indicative, non-binding cost information for project planning
    purposes.
    
    The project has evolved to a point where prior to releasing a
    Request for Proposal (RFP) under a formal solicitation process,
    a draft RFP package is being presented to Industry. This Request
    for Information (RFI) process will allow suppliers to submit
    comments and feedback to help Canada formalize the NRWS
    specifications, Industrial and Technological Benefits with Value
    Proposition approach, and the RFP Terms and Conditions and
    resulting contract clauses.
    
    The Draft RFP package will be released over several subsequent
    RFI amendments and suppliers are requested to review each
    release and submit their comments and feedback to Canada by the
    requested due dates. 
    
    A complete list of Draft RFP documents can be found in RFI
    Section 15.
    
    The Department of National Defence (DND) has identified a
    requirement for NRWS systems. It is intended to award both an
    Acquisition and R&O contract to a single successful contractor
    under a future solicitation process. 
    
    Acquisition Contract Scope:
    
    The NRWS Contractor would be required to provide:
    
    40 NRWS to be designed, built, delivered, installed, Set-To-Work
    (STW) and fully acceptance tested, including Factory Acceptance
    Test (FAT), Harbour Acceptance Test (HAT) and Sea Acceptance
    Test (SAT), for the HALIFAX Class ships;
    8 NRWS to be designed, built and Acceptance tested via FAT,
    stored, maintained, and delivered to Canada for the Joint
    Support Ship (JSS) Class vessels;
    
    8 optional NRWS to be designed, built, delivered, installed, STW
    and fully acceptance tested, including FAT, HAT and SAT, for the
    HALIFAX Class ships;
    
    2 trainer NRWS to be designed, built, delivered, STW, and FAT in
    two (2) training facilities;
    
    Initial Cadre Training (ICT) and Initial Provisioning (IP); and
    
    All associated Deliverables including documents, materiel, and
    services specified by the Acquisition Statement of Work.
    
    Repair and Overhaul Scope:
    	
    The NRWS Contractor would be required to provide:
    
    All levels of corrective maintenance for NRWS, sub-systems and
    components;
    
    Spare parts provision to support the NRWS equipment R&O
    throughout its service life and spares for Canadian Forces
    Supply System (CFSS) to respond to tasks; 
    
    Provide Technical Investigation and Engineering Study (TIES)
    services on NRWS, sub-systems, operations, concepts, and other
    applicable RCN equipment;
    
    Provide Field Service Representative (FSR) services to respond
    to tasks; and
    
    Provide project management services.
    
    
    
    
    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)
    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
    Michael Rancourt
    Phone
    (819) 956-3930 ( )
    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.
    Caption
    Document title Amendment no. Language Unique downloads Date added
    014 FR 15 2015/07/10
    014 EN 75 2015/07/10
    013 FR 9 2015/06/29
    013 EN 70 2015/06/29
    012 FR 8 2015/06/26
    012 EN 56 2015/06/26
    011 FR 6 2015/06/16
    011 EN 64 2015/06/16
    010 FR 7 2015/05/29
    010 EN 74 2015/05/29
    009 FR 8 2015/05/12
    009 EN 73 2015/05/12
    008 FR 11 2015/04/30
    008 EN 68 2015/04/30
    007 FR 15 2015/03/27
    007 EN 85 2015/03/27
    006 FR 6 2015/03/19
    006 EN 72 2015/03/19
    005 FR 14 2015/03/13
    005 EN 74 2015/03/13
    004 FR 10 2015/03/06
    004 EN 71 2015/03/06
    003 FR 26 2015/02/02
    003 EN 89 2015/02/02
    002 FR 11 2015/01/23
    002 EN 106 2015/01/23
    001 FR 12 2015/01/20
    001 EN 112 2015/01/20
    000 FR 50 2014/12/24
    000 EN 316 2014/12/24
    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Information
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Not applicable
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.