Small Vessel Navigation Equipment

Solicitation number F7048-180128/B

Publication date

Closing date and time 2021/10/07 14:00 EDT


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Public Services and Procurement Canada (PSPC) is requesting Industry feedback regarding the Small Vessel Navigation Equipment project for the Canadian Coast Guard (CCG).
    
    The purpose of this Request for Information (RFI) is to:
    
    a) present the draft Request for Standing Offer (RFSO) documents to solicit industry comments and feedback; 
    
    b) requesting the industry to consider and give feedback on all requirements and to give special consideration to some requirements;
    
    c) answer questions from industry to ensure all interested participants receive the same information; and
    
    d) to improve the final RFSO and delivery of the Small Vessel Navigation Equipment.
    
    The Canadian Coast Guard (CCG) has a requirement for a National Individual Standing Offer (NISO), to procure navigation equipment for delivery across Canada. The NISO will also include provisions to obtain Commissioning Support, Operator and Equipment Maintenance training for CCG technical staff.
    
    The Standing Offer will be valid from the date of issuance of the Standing Offer for a period of four (4) years with two (2) additional one-year option periods.
    
    CCG has a requirement for interconnected navigation equipment for small vessels to meet its operational requirements to provide identical, correct, and timely navigation data to CCG personnel at multiple locations on a vessel.
    
    The Standing Offer agreement objectives is to procure the following navigation equipment to outfit CCG’s small vessels for use in the Atlantic, Central, Arctic and Western regions:
     
    1. Echo sounder modules; 
    2. Autopilot;
    3. Instrument display;
    4. Multifunction display (MFD) workstations; 
    5. Personal Computer (PC) workstation including separate processing unit, display(s) and Human Interface Device (HID) controls; 
    6. Electronics Charting System (ECS) software; 
    7. Ethernet Switch; and
    8. Radar.
    
    The navigation equipment configuration drawing consist of 27 components which will be installed by CCG or a contractor of their choosing on both the enclosed bridge and the fly bridge of CCG vessels.
    
    
    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.

    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
    Munro, Céline
    Phone
    (819) 661-1839 ( )
    Email
    celine.munro@tpsgc-pwgsc.gc.ca
    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
    000
    English
    52
    000
    French
    5

    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
    British Columbia
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    ,
    Quebec (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.