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 PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Michael Rancourt
- Phone
- (819) 956-3930 ( )
- Fax
- (819) 956-5650
- Address
-
11 Laurier St. / 11, rue Laurier
8C2, Place du PortageGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.
Access the Getting started page for details on how to bid, and more.