SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

BOARDING TECHNOLOGIES FOR PASSENGERS

Solicitation number T8125-130010/A

Publication date

Closing date and time 2014/03/20 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: No
    Nature of Requirements: 
    FILE No. T8125-130010/A
    
    TITLE :
    
    BOARDING TECHNOLOGIES FOR PASSENGERS USING MOBILITY AIDS AT
    RAILWAY STATIONS WHERE THE STATION PLATFORM IS NOT LEVEL WITH
    THE CAR FLOOR
    
    DESCRIPTION :
    
    Transport Canada's Transportation Development Centre has a
    requirement for Research and Development services to
    investigate, identify and test a potential technological
    solution that could be deployed to assist passengers using
    mobility aids to board trains where the station platform is not
    level with the car floor in accordance with Annex A "Statement
    of Work" attached to the Request for Proposal.
    
    The work to be carried out includes: 
    -	outline relevant Canadian and US standards and regulations for
    accessibility of rail cars
    -	consultations with passengers who use mobility aids to
    identify passenger travel needs;
    -	consultations with VIA Rail staff to identify operational
    needs;
    -	provision of solutions  to meet passenger travel and
    operational needs.
    -	testing of provided solution to validate that it meets the
    passenger travel and operational needs
    -	production of a report describing the work carried out, the
    findings, the conclusions and the recommendations
    
    The Contractor must commence the work upon contract award. The
    Contract will be from date of contract award to (32 weeks after
    Contract Award) inclusive.
    
    TRADE AGREEMENTS :
    
    This requirement is subject to the Agreement on Internal Trade
    (AIT). 
    
    The requirement is for Transportation R&D which is excluded from
    the application of the North American Free Trade Agreement
    (NAFTA) as per Annex 1001.1b-2, Class A (Research and
    Development). The requirement is also excluded from the
    application of the World Trade Organization - Agreement on
    Government Procurement (WTO-AGP) under Appendix I, Annex 4.
    
    The Comprehensive Land Claims Agreements (CLCAs) are not
    applicable to this procurement, as the Work will not be
    delivered to, nor conducted within CLCA areas.
    
    INTELLECTUAL PROPERTY :
    
    Transport Canada has determined that any intellectual property
    rights arising from the performance of the Work under the
    resulting contract will belong to Canada, on the following
    grounds: 
    
    (a)	the main purpose of the contract, or of the deliverables
    contracted for, is to generate knowledge and information for
    public dissemination;
    
    
    MANDATORY TECHNICAL EVALUATION CRITERIA :
    
    At bid closing time, the Bidder must comply with the following
    mandatory technical criteria and provide the necessary
    documentation to support compliance. Any bid which fails to meet
    the following mandatory technical criteria will be declared
    non-responsive.  Each criterion should be addressed separately.
    The Bidder may propose one resource as both the Project Manager
    and the Principal Researcher.
    
    M1	Project Manager must have a minimum of thirty-six (36) months
    experience completed prior to the date of bid closing in project
    management. The Bidder will be required to provide a curriculum
    vitae for the proposed Project Manager that clearly
    demonstrates; where, the month and year commenced and completed,
    and how (through what activities and responsibilities) the
    stated experience was acquired. 
    
    M2	Principal Researcher must have a minimum of sixty (60) months
    experience completed prior to the date of bid closing in the
    conduct of research related to transportation accessibility,
    which includes researching, developing or manufacturing data or
    products to adapt transportation systems for people with
    disabilities. The Bidder will be required to provide a
    curriculum vitae for the proposed Principal Researcher that
    clearly demonstrates; where, the month and year commenced and
    completed, and how (through what activities and
    responsibilities) the stated experience was acquired.
    
    M3	The Bidder must demonstrate its experience in the conduct of
    research related to transportation accessibility, which includes
    researching, developing or manufacturing data or products to
    adapt 	transportation systems for people with disabilities. To
    demonstrate compliance, the Bidder will be 	required to describe
    in sufficient detail a minimum of one transportation
    accessibility research project that includes researching,
    developing or manufacturing data or products to adapt
    transportation systems for people with disabilities, carried out
    and completed by the Bidder within the past ten (10) years, from
    the date of bid closing. The Bidder should utilize Project
    Description 	Form 1.1, "M3 - Bidder's Experience" provided in
    Attachment 2 to Part 4 of the Request for Proposal to
    demonstrate the required experience.
    
    POINT RATED TECHNICAL EVALUATION CRITERIA :
    
    Point Rated Technical Evaluation Criteria are included in
    Attachment 1 of the bid solicitation.
    
    BASIS OF SELECTION :
    
    Lowest Evaluated Price
    
    1.     To be declared responsive, a bid must:
                                                                   
    (a)    comply with all the requirements of the bid solicitation; 
    
    (b)    meet all mandatory criteria; 
    
    (c)    obtain the required minimum points specified for each
    criterion for the technical  evaluation;   and,
    
    (d)   obtain the required minimum of 50 points overall for the
    technical evaluation criteria which are subject to point rating.
    The rating is performed on a scale of 70 points.
    
    Bids not meeting (a) or (b) or (c) or (d) will be declared
    non-responsive.  The responsive bid with the lowest evaluated
    price will be recommended for award of a contract.  In the event
    that two or more responsive bids have the same lowest evaluated
    price, the responsive bid which obtained the highest number of
    points overall for the point rated technical evaluation criteria
    will be recommended for award of a contract.
    
    ENQUIRIES :
    
    The Contracting Authority for the requirement is :
    
    Heather Wilson
    Supply Specialist
    Public Works and Government Services Canada
    Acquisitions Branch 
    Science Procurement Directorate 
    Place du Portage, Phase III, 11C1
    11 Laurier Street				 
    Gatineau, Quebec  
    K1A 0S5
    Telephone:	(819) 956-1354
    Facsimile:	(819) 997-2229
    E-mail address:              Heather.Wilson@tpsgc-pwgsc.gc.ca
    
    All enquiries submitted prior to January 31, 2014 must be
    submitted in writing to the Contracting Authority (Heather
    Wilson).  
    
    ALTERNATE CONTACT:
    
    During the period of January 31, 2014 to February 21, 2014,
    Bidders are requested to direct all enquiries to:
    
    April Campbell
    Supply Specialist
    Public Works and Government Services Canada
    Acquisitions Branch 
    Science Procurement Directorate 
    Place du Portage, Phase III, 11C1
    11 Laurier Street				 
    Gatineau, Quebec  
    K1A 0S5
    Telephone:	(819) 956-1111
    Facsimile:	(819) 997-2229
    E-mail address:              april.campbell@pwgsc.gc.ca
    
    All enquiries submitted after January 30, 2014 must be submitted
    in writing to the Alternate Contact (April Campbell) no later
    than ten (10) calendar days before the bid closing date.  
    
    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
    Wilson, Heather
    Phone
    (819) 956-1354 ( )
    Fax
    (819) 997-2229
    Address
    11C1, Phase III
    Place du Portage
    11 Laurier St. / 11, rue Laurier
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Transport Canada
    Address
    330 Sparks St
    Ottawa, Ontario, K1A 0N5
    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.

    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
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    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.

    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: