Weapon Effects Simulation (WES) Interim In-Service Support (ISS)

Solicitation number W8486-217384/A

Publication date

Closing date and time 2023/07/07 14:00 EDT

Last amendment date


    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: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    The Department of National Defence (DND) has a requirement for the continuation of the In-Service Support (ISS) for the Weapon Effects Simulation (WES) System. The Service Support Contractor will be responsible for warehouse operations, site management, WES Equipment level 1 maintenance, kitting and de-kitting of soldiers and vehicles, soldier briefs, and exercise operations support. The proposed contract is expected to be for a period of 6 years plus 8 one year option periods.
    
    The intent of this Request for Information (RFI) is to seek industry feedback on their level of interest and capability in potentially participating into a future Request for Proposal (RFP) by sharing the draft RFP and all relevant available documentation for the WES Interim ISS Service Support Contractor requirement. 
    
    This requirement is classified as Federal Supply Classification JX6910B (Training Aids - Operation & Maintenance) which is subject to the Canadian Free Trade Agreement (CFTA), Canada - European Union Comprehensive Economic and Trade Agreement (CETA); World Trade Organization Agreement on Government Procurement (WTO-AGP); Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) and the Canada - Korea Free Trade Agreement (CKFTA).
    
    This procurement is not subject to the Comprehensive Land Claims Agreements (CLCA) as the final delivery points of the goods and services required are not within the Comprehensive Land Claims Settlement Areas.
    
    All enquiries and other communication related to this RFI shall be directed exclusively to the PWGSC Contracting Authority. All enquiries must be submitted to the Contracting Authority no later than 5 calendar days before the RFI closing date. Enquiries received after that time may not be answered. 
    
    Care should be taken by suppliers to explain each question in sufficient detail in order to enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary nature must be clearly marked "proprietary" at each relevant item. Items identified as "proprietary " will be treated as such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the questions or may request that the respondent do so, so that the proprietary nature of the question is eliminated, and the enquiry can be answered with copies to all suppliers. Enquiries not submitted in a form that can be distributed to all suppliers may not be answered by Canada. 
    
    Changes to this RFI may occur and will be advertised through an RFI amendment on the Government Electronic Tendering System (Buy and Sell).
    
    PWGSC Contracting Authority
    Kathie Eddy
    Public Works and Government Services Canada
    Defence and Major Projects Sector
    Electronics, Simulators and Defence Systems Division QT
    Phone: 873-353-9727
    kathie.eddy@tpsgc-pwgsc.gc.ca
    
    This is neither a call for tender nor an RFP, and no agreement or contract for the goods and services stated herein will be entered into solely as a result of this RFI. This announcement does not constitute a commitment by Canada. Canada does not intend to award a contract on the basis of the notice or otherwise pay for the information solicited. Any and all expenses incurred by industry in pursuing this opportunity, including the provision of information and potential visits, are at industry's sole risk and expense. 
    
    Any discussions on this subject with project staff representing DND or PWGSC, or any other Government of Canada representative, or other personnel involved in project activities, shall not be construed as an offer or commitment by DND, PWGSC or the Government of Canada as a whole. 
    
    Although the documents, information and data collected may be provided as commercial-in-confidence and will not be provided to a third party outside of Canada, Canada reserves the right to use the information to assist them in drafting technical requirements and for budgetary purposes. 
    
    Requirements are subject to change, which may be as a result of information provided in response to this RFI. 
    
    Suppliers are advised that any information submitted to Canada in response to this RFI may, or may not, be used by Canada in the development of the potential subsequent RFP. The issuance of this RFI does not create an obligation for Canada to issue a subsequent RFP, and does not bind Canada legally or otherwise, to enter into any agreement or to accept or reject any suggestions. 
    
    There will be no short-listing of Suppliers for the purposes of undertaking any future work, as a result of this RFI. Similarly, participation in this RFI is not a condition or prerequisite for the participation to any RFP. 
    
    Respondents to this RFI should identify any submitted information that is to be considered as either company confidential, proprietary or if the response contains controlled goods.
    
    There are security requirements associated with this requirement.
    
    There is a Non-Disclosure Agreement requirement associated with the RFI, potential future RFP and potential future resulting Contract. See RFP article 2.8 for further details. 
    
    
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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.

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    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 (QT Div), Kathie
    Phone
    (873) 353-9727 ( )
    Email
    kathie.eddy@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    Place du Portage III, 8C2
    11 rue Laurier Street
    Gatineau, Quebec, 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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    002
    French
    14
    002
    English
    60
    001
    French
    11
    001
    English
    58
    English
    51
    000
    English
    127
    French
    8
    000
    French
    13

    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 Information
    Language(s)
    French, English
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Not applicable

    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: