Polar Epsilon (PE) OceanSuite Software

Solicitation number W8474-111301/A

Publication date

Closing date and time 2012/09/07 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: 
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Polar Epsilon (PE) OceanSuite Software
    
    REQUIREMENT
    This requirement if for Work to be performed in relation to the
    provision of software support; software maintenance and software
    engineering services for the Polar Epsilon (PE) OceanSuite
    Software component of Near-Real Time Ship Detection (NRTSD)
    System. These services include: preventive and corrective
    maintenance; technical and engineering support; operator
    training; configuration management; and special investigations
    and technical studies.
    
    This procurement is subject to the Controlled Goods Program.
    
    Period of Contract
    The period of the Contract is two years from date of contract
    award.
    
    Option to Extend the Contract
    The Contractor grants to Canada the irrevocable option to extend
    the term of the Contract by up to three (3) additional one (1)
    year periods under the same conditions. The Contractor agrees
    that, during the extended period of the Contract, it will be
    paid in accordance with the applicable provisions as set out in
    the Basis of Payment
    
    Canada may exercise this option at any time by sending a written
    notice to the Contractor at least  thirty (30) calendar days
    prior to the Contract expiry date. The option may only be
    exercised by the Contracting Authority, and will be evidenced
    for administrative purposes only, through a contract amendment.
    
    There is a security requirement associated with this requirement.
    
    The requirement is subject to the provisions of the Agreement on
    Internal Trade (AIT).
    
    EVALUATION PROCEDURES
    
    Bids will be assessed in accordance with the entire requirement
    of the bid solicitation including the mandatory and point rated
    technical evaluation criteria.
    
    MANDATORY and POINT RATED TECHNICAL EVALUATION CRITERIA
    
    At bid closing time, the Bidder must comply with the mandatory
    technical criteria and provide the necessary documentation to
    support compliance. Any bid which fails to meet the mandatory
    technical criteria will be declared non-responsive. Each
    criterion should be addressed separately.
    
    Mandatory  and point rated technical evaluation criteria are
    included in ATTACHMENT 3 of the bid solicitation.
    
    SELECTION METHOD
    
    Highest Combined Rating of Technical Merit and Price
    
    1.     To be declared responsive, a bid must:
                                                                   
    (a)    comply with all the requirements of the bid solicitation; 
    (b)     meet all mandatory criteria; and
    (c)    obtain the required minimum points specified for point
    rated criterion number 1 for the technical evaluation.
    
    The rating is performed on a scale of 60 points.
    
    2.     Bids not meeting (a) or (b) or (c) will be declared
    non-responsive.  
    
    3.     The evaluation will be based on the highest responsive
    combined rating of technical merit and price.  The ratio will be
    40% for the technical meritand 60% for the price.
    
    4.     To establish the technical merit score, the overall
    technical score for each responsive bid will be determined as
    follows:  total number of points obtained / maximum number of
    points available multiplied by the ratio of 40%.
    
    5.     To establish the pricing score, each responsive bid will
    be prorated against the lowest evaluated price and the ratio of
    60%.  
           
    6.     For each responsive bid, the technical merit score and
    the pricing score will be added to determine its combined
    rating.  
    
    7.     Neither the responsive bid obtaining the highest
    technical score nor the one with the lowest evaluated price will
    necessarily be accepted. The responsive bid with the highest
    combined rating of technical merit and price will be recommended
    for award of a contract.
    
    Contracting Authority
    
    Kent Cummings	
    Supply Team Leader	
    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: 	819-956-1904
    Facsimile:	819- 997-2229
    E-mail address:           kent.cummings@tpsgc-pwgsc.gc.ca
    
    All enquiries must be submitted in writing to the Contracting
    Authority no later than ten (10) calendar days before the bid
    closing date.
    
    Documents may be submitted in either official language of Canada.
    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
    Murray, Peter
    Phone
    (819) 956-1387 ( )
    Address
    11C1, Phase III
    Place du Portage
    11 Laurier St. / 11, rue Laurier
    Gatineau, Québec, 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.

    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)
    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: