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) 

DATA GATHERING FOR METEOROLOGICAL EFFECTS ASSESSMENT APPLICATION

Solicitation number W7714-115155/A

Publication date

Closing date and time 2012/03/29 15:00 EDT

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    This amendment is raised to provide answers to questions
    received during the solicitation period.
    
    TITLE
    	
    DATA GATHERING FOR A CANADIAN METEOROLOGICAL EFFECTS ASSESSMENT
    APPLICATION
    
    REQUIREMENT
    
    Canadian Forces (CF) personnel are required to make assessments
    of the effects of meteorological/oceanographic/ice conditions,
    hereafter referred to as "Met Effects," on the operation of CF
    equipment. Current methods of assessing Met Effects for the CF
    rely on a suite of standard NATO criteria and manual or
    semi-automated processes. More sophisticated systems exist that
    offer improved estimates through automated software applications.
    
    One such system, Navy Integrated Tactical Environmental System,
    Variant II Redesign (NITES IIR or N2R), is a sophisticated Met
    Effects assessment application with performance degradation
    predictions for known capabilities. For each specific piece of
    equipment, the N2R application forms an assessment based on
    certain aspects of the equipment's operating characteristics and
    technical specifications and how they react to varying
    meteorological, oceanographic, or ice conditions. These
    characteristics and specifications are provided to the
    application in the form of descriptive data that are formatted
    according to the equipment category. Algorithms of the type 
    used by this application  can significantly improve the
    equipment performance information available to Canadian
    commanders.
    
    One problem with using systems such as N2R is that  in order to
    assess Met Effects on CF assets, the associated databases must
    be populated with data specific to each piece of equipment to be
    assessed. The Contractor is responsible for determining the N2R
    data requirements and assessing the availability of this data
    for the CF equipment to be assessed by the application. The
    Contractor is also responsible for collecting, cataloguing, and
    manipulating this data into a format that is usable by N2R.
    
    The purpose of this  work is to determine the data requirements
    for assessing meteorological/ oceanographic/ ice effects  on
    military equipment using an automated software application. The
    Contractor will determine the requirements for the data, provide
    an evaluation of the data sources and availability, and will 
    begin  data collection and formatting activities. The data is
    intended to serve as input to an automated meteorological
    effects assessment system.
    
    The Contractor must commence the work upon contract award.  The
    Contract is expected to be completed within six (6) months after
    contract award.
    
    The requirement is limited to Canadian goods and/or services.
    
    There is a security requirement associated with this
    requirement.  
    
    The Contractor/Offeror must, at all times during the performance
    of the Contract/Standing Offer, hold a valid Facility Security
    Clearance at the level of SECRET, issued by the Canadian
    Industrial Security Directorate (CISD), Public Works and
    Government Services Canada (PWGSC).
    
    The Contractor/Offeror personnel requiring access to CLASSIFIED
    information, assets or sensitive work site(s) must be citizens
    of Canada, and must EACH hold a valid personnel security
    screening at the level of SECRET, granted or approved by
    CISD/PWGSC. Until the security screening of the
    Contractor/Offeror personnel required by this	Contract/Standing
    Offer has been completed satisfactorily by the Canadian
    Industrial Security Directorate, Public Works and Government
    Services Canada, the Contractor/Offeror personnel MAY NOT HAVE
    ACCESS to CLASSIFIED information or assets, and MAY NOT ENTER
    sites where such information or assets are kept, without an
    escort.
    
    The Contractor/Offeror MUST NOT remove any CLASSIFIED
    information from the identified work site(s), and the
    Contractor/Offeror must ensure that its personnel are made aware
    of and comply with this restriction. 
    
    Subcontracts which contain security requirements are NOT to be
    awarded without the prior written permission of CISD/PWGSC.
    
    The Contractor/Offeror must comply with the provisions of the:
    
    	(a) 	Security Requirements Check List and security guide (if
    applicable), attached at Annex C.
    	(b) 	Industrial Security Manual (Latest Edition).
    
    For additional information, consult Part 6 - Security, Financial
    and Other Requirements, and Part 7 - Resulting Contract Clauses.
     Bidders should consult the "Security Requirements for PWGSC Bid
    Solicitations - Instructions for Bidders"
    (http://www.tpsgc-pwgsc.gc.ca/app-acq/lc-pl/lc-pl-eng.html#a31)
    document on the Departmental Standard Procurement Documents Web
    site."
    
    SELECTION METHOD
    
    Lowest Evaluated Price Per Point
    
    1.	To be declared responsive, a bid must:
    
    (a)	comply with all the requirements of the bid solicitation; 
    
    (b)	meet all mandatory technical evaluation criteria; and
    
    (c)	obtain the required minimum points overall for the technical
    evaluation criteria which are subject to point rating. 
    
    Bids not meeting (a) or (b) or (c) will be declared
    non-responsive.  Neither the responsive bid that receives the
    highest number of points nor the one that proposed the lowest
    price will necessarily be accepted.  The responsive bid with the
    lowest evaluated price per point will be recommended for award
    of a contract.  The evaluated price per point will be determined
    by dividing the evaluated price of the bid by the number of
    points obtained for the point rated technical evaluation
    criteria.
    
    In the event that two or more responsive bids have the same
    lowest evaluated price per point, 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.
    
    
    MANDATORY TECHNICAL EVALUATION CRITERIA
    
    Mandatory technical evaluation criteria are included in
    ATTACHMENT 2 of the bid solicitation.
    
    POINT RATED TECHNICAL EVALUATION CRITERIA
    
    Point rated technical evaluation criteria are included in
    ATTACHMENT 3 of the bid solicitation.
    
    CONTRACTING AUTHORITY
    
    Christine Oates
    Telephone No. - (819) 956-1332 
    Fax No. - (819) 997-2229
    E-mail - Christine.Oates@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.  
    
    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
    Oates, Christine
    Phone
    (819) 956-1332 ( )
    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
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    002
    English
    1
    001
    English
    1
    000
    English
    3
    000
    French
    0
    001
    French
    0
    002
    French
    1

    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: