LEAP - Lunar Rover Phase A

Solicitation number 9F052-200303/B

Publication date

Closing date and time 2021/08/09 14:00 EDT

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    TITLE: LUNAR EXPLORATION ACCELERATOR PROGARM (LEAP)
    LUNAR ROVER PHASE A
    
    1. SUMMARY
    
    Public Works and Government Services Canada (PWGSC), on behalf of the Canadian Space Agency (CSA), is releasing this Request for Proposals (RFP) to acquire services to conduct work for the Lunar Rover Mission (LRM) Phase A related to the Lunar Exploration Accelerator Program (LEAP).  
    
    The objective of the LRM Phase A will be to demonstrate and confirm the feasibility, value and benefits of the proposed rover and instruments suite for validating technology and conduct opportunistic science on the Moon, and to demonstrate the validity of the mission requirements as well as the development of the system requirements and concept designs for the rover and its instrument suite. The LRM will include at least two science instruments: one from Canada and one from the United States of America (U.S.).
    
    At the end of Phase A, the CSA expects to have all the technical and programmatic information necessary to assess the potential of the proposed rover and instruments suite to contribute to the objectives of the LEAP mission. 
    
    The period of the contract(s) for the Phase A initiative will be from date of contract award up to eight (8) months after contract award.
    
    The procurement process for the LEAP - Lunar Rover Mission initiative is planned to be conducted in two phases.  This RFP is Phase 1 in the procurement process and is for the Phase A initiative.  The participation in the subsequent Phase 2 RFP of the procurement process is for the Phases B, C and D initiative.  Only the successful Bidder(s) from the Phase A bid solicitation will be eligible to participate in the subsequent Phase 2 RFP process conducted by PWGSC as described in this bid solicitation.
      
    2. TRADE AGREEMENTS
    
    This procurement is not subject to any Comprehensive Land Claim Agreement (CLCA) nor has it been set-aside for Aboriginal Business under the federal government's Set-Aside Program for Aboriginal Business.
    
    This requirement is not subject to the trade agreements. 
    
    3. CANADIAN CONTENT
    
    The requirement, with the exception of the U.S. science instrument(s), is limited to Canadian goods and Canadian services.
    
    4. EPOST CONNECT SERVICE
    
    This bid solicitation requires bidders to use the epost Connect service provided by Canada Post Corporation to transmit their bid electronically.  Bidders must refer to Part 2 entitled Bidder Instructions, and Part 3 entitled Bid Preparation Instructions, of the bid solicitation, for further information.
    
    5. SECURITY REQUIREMENTS
    
    There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
    
    6. MAXIMUM FUNDING
    
    The intent of this RFP is to award up to two (2) Phase A contracts with a maximum funding of $1,800,000.00 (Applicable Taxes extra) for each contract. The Phase A contract is for the development of the system requirements and concept designs for the rover and its Canadian instrument suite, and includes the Work related to the integration of the U.S. scientific instrument described as optional goods and/or optional services that will be required to support the portion of the Work to be strictly completed by the proposed U.S. scientific instrument(s) provider as specified in the Bidder's bid. The portion of the Work to be strictly completed by the proposed U.S. scientific instrument(s) provider as specified in the Bidder's bid will be put under contract and funded directly by the National Aeronautics and Space Administration (NASA). As such, that cost is excluded from the maximum funding specified above. In the event that the total maximum funding available of $3,600,00.00 (Applicable Taxes extra) for two contracts is not exceeded, an additional contract(s) may be awarded as specified in Part 4 - Evaluation Procedures and Basis of Selection of this bid solicitation.  The planned budget for the NASA U.S. scientific instrument(s) is $5,000,000.00 US Dollars (USD) for Phases A, B, C and D.  This disclosure does not commit NASA to pay the maximum funding available.
    
    Bids valued in excess of $1,800,000 (Applicable Taxes extra) will be considered non-responsive.  This disclosure does not commit Canada to pay the maximum funding available.
    
    7. THE FEDERAL CONTRACTORS PROGRAM (FCP)
    
    The Federal Contractors Program (FCP) for employment equity applies to this procurement; refer to Part 5 - Certifications and Additional Information, Part 7 - Resulting Contract Clauses and the annex titled Federal Contractors Program for Employment Equity - Certification.
    
    8. EVALUATION AND SELECTION METHODOLOGY
    
    Bids will be evaluated against Mandatory and Point Rated evaluation criteria.
    
    The bids will be ranked according to the total combined number of points obtained for both the Canada and U.S. portions point rated evaluation criteria, starting from the highest total number of points to the lowest. The two (2) responsive bids with the highest total combined number of points will be recommended for award of a contract.
    
    9. PHASED BID COMPLIANCE PROCESS
    
    The Phased Bid Compliance Process (PBCP) applies to this requirement.
    
    10. CONTRACTING AUTHORITY
    
    The Contracting Authority (or delegated representative) is responsible for the management of the Request for Proposal and any resulting Contract. To ensure the integrity of the competitive bid process, enquiries and other communications regarding the Request for Proposal are to be directed ONLY to the Contracting Authority named below.
    
    Sameer Ali Abbasi
    Contracting Specialist
    Public Works and Government Services Canada
    Acquisitions Branch
    Space Programs and Procurement Directorate
    
    Telephone: 873-354-4921
    E-mail: sameerali.abbasi@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

    • No trade agreements are applicable to this solicitation process

    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
    Abbasi, Sameer Ali
    Phone
    (873) 354-4921 ( )
    Email
    sameerali.abbasi@tpsgc-pwgsc.gc.ca
    Fax
    (819) 956-2675
    Address
    Terrasses de la Chaudière, 4th Floo
    10 Wellington Street
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    Canadian Space Agency
    Address
    6767 Route de l'Aéroport
    Saint-Hubert, Quebec, J3Y 8Y9
    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
    007
    French
    7
    007
    English
    78
    006
    French
    7
    006
    English
    57
    005
    French
    6
    005
    English
    53
    004
    French
    10
    004
    English
    57
    003
    French
    11
    003
    English
    65
    002
    French
    13
    002
    English
    69
    001
    French
    17
    001
    English
    114
    000
    French
    60
    French
    52
    000
    English
    297
    English
    283

    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
    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.

    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: