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
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
- 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 StreetGatineau, Quebec, K1A 0S5
Buying organization(s)
- Organization
-
Canadian Space Agency
- Address
-
6767 Route de l'AéroportSaint-Hubert, Quebec, J3Y 8Y9Canada
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.