SO - RADAR/ECDIS SYSTEMS

Solicitation number F7048-140120/C

Publication date

Closing date and time 2016/03/03 14:00 EST

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    National Individual Standing Offer (NISO) for Radar and Electronic Chart Display and Information Systems (ECDIS) for CCG Vessels
    F7048-140120
    
    
    The Canadian Coast Guard (CCG) has a requirement to procure Radar and Electronic Chart Display and Information Systems (ECDIS) for CCG vessels for various delivery points across Canada.
    
    For a full description of the Radar and ECDIS equipment and services to be procured see Schedule 1 - Pricing Schedule.
    
    BACKGROUND
    
    The Canadian Coast Guard (CCG) hasa requirement to procure Radar and ECDIS equipment to be installed Coast Guard vessels under the International Maritime Organization (IMO) Carriage Requirements. The equipment currently fitted on CCG vessels is no longer supported and has reached its end of life.
    
    SOURCING
    
    It is proposed to solicit a competitive bid through Buy and Sell for this requirement.
    
    There will be technical mandatory requirements used in the evaluation process which will be published with the Request for Standing Offer (RFSO).  A Standing Offer will be awarded to the responsive offeror who meets all of the mandatory requirements and who has the lowest price as detailed in the RFSO.
    
    Public Works and Government Services Canada (PWGSC) intends to put in place, a five (5) year National Individual Standing Offer (NISO), with two (2) additional one (1) year option periods, to procure the required GMDSS equipment. The NISO will also include provisions to obtain Maintenance and Operator Training for CCG personnel. Additional details including the Statement of Work, Technical Statement of Requirements and Evaluation Plan are included in the RFSO.
    
    Prices will be determined at the RFSO Phase through competition. If only one compliant offer is received, price support and price certification will be requested.
    
    SECURITY
    
    There are no security requirements for this requirement.
    
    BASIS OF PAYMENT
    
    Offerors will be requested to propose Firm Unit Pricing for the equipment acquisition. 
    
    POLICY
    
    This requirement is exempt from the provisions of the North American Free Trade Agreement (NAFTA), World Trade Organization-Agreement on Government Procurement (WTO-AGP), Canada - Chile Free Trade Agreement (CCFTA) and the Canada - Peru Free Trade Agreement (CPFTA), based on the Federal Supply Classification (FSC) code of 5840 Radar Equipment, Except Airborne. 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.
    
    This procurement is conditionally limited to Canadian Goods and Canadian Services. 
    
    Comprehensive Land Claim Agreement (CLCA) is not applicable.
     
    If a Standing Offer is awarded as a result of this solicitation, offerors may request a debriefing on the results of their offers. Offerors should make the request to the Contracting Authority within 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. 
    
    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)

    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
    Eddy, Kathie
    Phone
    (819) 956-0768 ( )
    Fax
    (819) 956-5650
    Address
    11 Laurier St. / 11, rue Laurier
    8C2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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
    005
    English
    22
    005
    French
    4
    004
    English
    18
    004
    French
    0
    003
    English
    18
    003
    French
    0
    002
    English
    23
    002
    French
    0
    001
    English
    47
    000
    English
    66
    001
    French
    2
    000
    French
    4

    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
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    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: