CANADIAN INNOVATION COMMERCIALIZATION PROGRAM (CICP), CALL FOR
PROPOSALS NO. 003
Solicitation number EN578-12CICP/A
Publication date
Closing date and time 2012/04/11 14:00 EDT
Last amendment date
Description
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: The bidder must supply Canadian goods and/or services Attachment: None Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: Yes Nature of Requirements: TITLE: Canadian Innovation Commercialization Program (CICP) Call for Proposals - Call 003 Public Works and Government Services Canada (PWGSC), Office of Small and Medium Enterprises (OSME) has a requirement to procure: a) Research and Development innovative goods and/or services, hereinafter referred to as "innovations", that are in late stage development; and b) Support services such as installation, training and testing support services for the pre-commercialized innovations procured for the federal government. The innovations proposed may include solution exploration; design and prototyping up to the original development of a limited volume of goods and/or services in the form of a test series. Original development of an innovation may include limited production or supply in order to incorporate the results of field testing and to demonstrate that the Innovation is suitable for production or supply in quantity to acceptable quality standards. Technology Readiness Levels The stages of development are termed Technology Readiness Levels (TRL). For the purposes of this procurement they are defined and can be viewed on the Buy and Sell website, https://buyandsell.gc.ca/initiatives-and-programs/canadian-innova tion-commercialization-program-cicp-0. TRLs are a measure to evaluate the maturity of an evolving innovation. This scale, developed to assist in evaluating the maturity of goods and/or services for the CICP, evaluates all goods and/or services broadly while recognizing that not all development cycles are the same. This is not a linear process and many goods and/or services may skip or quickly address certain stages of readiness. These innovations must be at a TRL 7 (prototype demonstration in an appropriate operational environment) through TRL 9 (actual technology proven through successful deployment in an operational setting). Priority Areas and Definitions The four (4) Priority Areas for CICP are listed below. Refer to the Buy and Sell website, https://buyandsell.gc.ca/initiatives-and-programs/canadian-innova tion-commercialization-program-cicp/find-out-if-cicp-is-right-for -you/priority-areas for definitions and examples of the types of technologies categorized under each Priority Area: Environment, Safety and Security, Health; and Enabling Technologies. Financial The Bidder's Financial Proposal must not exceed $500,000.00 CAD, the Goods and Services Tax (GST) or the Harmonized Sales Tax (HST) and shipping cost from the Bidder's Canadian address to the Testing Department extra, if applicable. Canada will reimburse the Contractor, at actual costs incurred, the fair and reasonable shipping charges from the Bidder's Canadian address to the Testing Department location. The total funding available for CICP Call 003 is approximately $5,000,000.00 CAD. Trade Agreements The Agreement on Internal Trade (AIT) applies to this procurement. The requirement is limited to Canadian suppliers and Canadian goods and/or services. This procurement is excluded from the North American Free Trade Agreement (NAFTA) under Annex 1001.1b-2, Section 2, and World Trade Organization - Agreement on Government Procurement (WTO-AGP) under Appendix 1, Annex 4. The region of delivery is unknown at this stage and could be for goods/services to be delivered in an area subject to Comprehensive Land Claims Agreements (CLCAs). MANDATORY CRITERIA AND CERTIFICATIONS: MC-1 Canadian Bidder: The Bidder must be Canadian and must be submitting the proposal on its own behalf. A Canadian Bidder is defined as a Bidder having a place of business in Canada where the Bidder conducts activities on a permanent basis that is clearly identified by name and accessible during normal working hours. MC-2 Canadian Content: The Bidder must certify that a minimum of 80% of the financial proposal costs are Canadian goods and/or Canadian services, as defined in the Canadian Content certification. MC-3 Ownership: The Bidder must certify one of the following: It is the owner of the Intellectual Property (IP) for the proposed innovation and the Bidder is not infringing on any IP rights, or A Canadian licensor owning the Intellectual Property (IP) rights has granted the Bidder a license to the IP for the proposed innovation and the Bidder is not infringing on any IP rights. MC-4 Priority Area: The proposed innovation must fall within one of the four (4) Priority Areas: Environment, Safety and Security, Health, and Enabling Technologies. MC-5 Commercial Sales: The Bidder must certify that the proposed pre-commercial innovation is not openly available in the market place and/or has not been previously sold on a commercial basis. MC-6 Maximum Funding: The Bidder's financial proposal must not exceed $500,000.00 CAD, excluding the Goods and Services Tax/Harmonized Sales Tax, and Innovation shipping costs from the Bidder's Canadian address to the testing Department, if applicable. Proposals valued in excess of this amount will be considered non-responsive. In addition to the Mandatory Criteria and Certifications, proposals must pass all of the Screening Criteria identified in the electronic Proposal Submission Form. BASIS OF SELECTION - HIGHEST RATED WITHIN BUDGET To be declared responsive, a proposal must: (a) comply with all the requirements of the Call for Proposals solicitation; (b) meet all mandatory criteria and certifications; and (c) meet all of the screening criteria. Proposals not meeting (a) or (b) or (c) will be declared non-responsive. CONTRACTING AUTHORITY Natalie Cayer A/Supply Team Leader Science Procurement Directorate Public Works and Government Services Canada Telephone: 819-956-7897 E-mail address: SPD.DATS@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
- Cayer, Natalie
- Phone
- (819) 956-7897 ( )
- Fax
- (819) 956-2229
- Address
-
11 Laurier Street/11, rue Laurier
Portage III 11C1 - 31Gatineau, Québec, K1N 5Y1
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.