HF-DSC/GMDSS SYSTEM
Solicitation number F7048-130065/B
Publication date
Closing date and time 2015/04/30 14:00 EDT
Last amendment date
Description
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: All interested suppliers may submit a bid Attachment: YES (MERX) Electronic Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: Yes Nature of Requirements: High Frequency-Digital Selective Calling/Global Maritimes Distress and Safety System (HF-DSC/GMDSS SYSTEM) - F7048-130065/B The Canadian Coast Guard (CCG) has a requirement to procure a High Frequency-Digital Selective Calling/Global Maritimes Distress and Safety System (HF-DSC/GMDSS) located in the Central and Arctic Regions of Canada. A complete HF-DSC/GMDSS consists of: a) Quantity 1 - Remote Receiver Site System in Resolute Bay, NU; b) Quantity 1 - Transmitter Site System in Iqaluit, NU; c) Quantity 1 - Receiver Site System in Iqaluit, NU; d) Quantity 1 - MCTS Centre System in Iqaluit, NU. In addition to the system, the Contractor will provide spare parts, specialized test equipment, tools and software. Training courses, supply training documentation and in-service support will also be provided. BACKGROUND The CCG has provided HF-DSC/GMDSS communication services to the maritime community in Arctic waters north of 70° latitude since the late 1990s, including HF-DSC messages for Distress, Urgency and Safety, NBDP and SSB. The System is operated by the Marine Communications and Traffic Services (MCTS) Centre in Iqaluit, Nunavut, by the CCG's Central and Arctic Region. Due to reach its normal end-of-life, the System is in need of replacement. The HF-DSC/GMDSS consists of dual workstations at the Iqaluit MCTS Centre, a local transmitter and receiver site (in Iqaluit), and a remote site located at the joint NAV CANADA/Coast Guard receiver site in Resolute Bay, NU. SOURCING It is proposed to solicit a competitive bid through Buy and Sell for this requirement. There will be a mandatory and rated criteria matrix used in the evaluation process which will be published with the RFP. A contract will be awarded to the responsive bidder with the highest total score as detailed in the RFP. The period of performance will be determined based on the winning proposal. Additional details including the Statement of Work, Technical Statement of Requirements and Evaluation Plan are included in the Request for Proposal. Prices will be determined at the RFP Phase through competition. If only one compliant bid is received, price support and price certification will be requested. SECURITY There are no security requirements for this requirement. BASIS OF PAYMENT Bidders will be requested to propose firm lot pricing for the equipment acquisition. POLICY This requirement is exempt from the provisions of the North American Free Trade Agreement (NAFTA) and World Trade Organization-Agreement on Government Procurement (WTO-AGP) based on the Federal Supply Classification (FSC) code of 5895 Miscellaneous Communication Equipment. All in accordance with NAFTA chapter 10, Annex 1001.1b2, General Note 1, and WTO-AGP, Annex 4. Agreement on Internal Trade (AIT) is applicable. Canadian Content Policy does not apply as there are no known Canadian Suppliers for this requirement. Comprehensive Land Claim Agreement (CLCA) is applicable as goods will be delivered and services provided within Comprehensive Land Claim Settlement areas. As per Section 9.35.35.b.i. of the Supply Manual, a letter will be sent to the Nunavut Government on the date of posting, advising them of this procurement requirement as the Nunavut Land Claims Agreement is applicable to this procurement. If a contract is awarded as a result of this solicitation, bidders may request a debriefing on the results of the bid solicitation. Bidders should make the request to the Contracting Authority within 15 working days of receipt of notification that their bid 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. INQUIRIES Public Works and Government Services Canada Electronics, Simulators and Defence Systems Division - QF 8C2, Place du Portage, Phase III, 11 Laurier Street Gatineau, QC K1A 0S5 ATTN: Kathie Eddy TEL No.: (819) 956-0768 FAX No.: (819) 956-5650 E-MAIL: kathie.eddy@tpsgc-pwgsc.gc.ca 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
- Eddy, Kathie
- Phone
- (819) 956-0768 ( )
- Fax
- (819) 956-5650
- Address
-
11 Laurier St. / 11, rue Laurier
8C2, Place du PortageGatineau, Québec, K1A 0S5
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__QF.B103.F25028.EBSU004.PDF | 004 |
French
|
0 | |
ABES.PROD.PW__QF.B103.E25028.EBSU004.PDF | 004 |
English
|
16 | |
ABES.PROD.PW__QF.B103.F25028.EBSU003.PDF | 003 |
French
|
1 | |
ABES.PROD.PW__QF.B103.E25028.EBSU003.PDF | 003 |
English
|
18 | |
ABES.PROD.PW__QF.B103.F25028.EBSU002.PDF | 002 |
French
|
2 | |
ABES.PROD.PW__QF.B103.E25028.EBSU002.PDF | 002 |
English
|
21 | |
ABES.PROD.PW__QF.B103.F25028.EBSU001.PDF | 001 |
French
|
2 | |
ABES.PROD.PW__QF.B103.E25028.EBSU001.PDF | 001 |
English
|
22 | |
ABES.PROD.PW__QF.B103.F25028.EBSU000.PDF | 000 |
French
|
5 | |
ABES.PROD.PW__QF.B103.E25028.EBSU000.PDF | 000 |
English
|
64 |
Access the Getting started page for details on how to bid, and more.