Engineering and Manufacturing Services
Solicitation number W6399-12DF50/A
Publication date
Closing date and time 2012/12/12 13:00 EST
Last amendment date
Description
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: If 3+ bids offer Canadian goods/services other bids will not be considered Attachment: None Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: Title: ENGINEERING AND MANUFACTURING SERVICES. W6399-12DF50/A REQUIREMENT The Department of National Defence (DND) and the Canadian Forces (CF) conduct a variety of Research and Development (R&D) activities to develop and improve specific capabilities that are required to support its unique operational mandate. As part of the R&D activities, non-standard and specialized equipment and components that are not commercially available are often necessary. The objective of the Work is to provide DND with engineering design and manufacturing services in support of R&D activities as it relates to both simple and complex problem resolution. All services will be performed on an "as and when requested basis". The Work may include, but is not limited to, engineering support, design, manufacture, modification of a variety of prototype parts, assemblies and experimental components that directly support the R&D efforts. The Contractor can also be tasked to conceive and build prototype and developmental products in small quantities with no expectation for a mass-production of any of these items. Example of R&D activities that would require support are: small arms development, surveillance systems, breaching systems, targeting systems, mobility systems, weapons platforms, personal protection and counter-mobility systems. Examples of engineering support that would be required in support of those R&D activities are: manufacturing of mounts, manufacturing of simple components, manufacturing of prototypes, manufacture of unique components of firearms, development of test equipment, conduct of reliability tests and conduct of performance tests. Services are to be provided on an "as and when requested" basis upon receipt of a duly completed and approved DND 626 Task Authorization in accordance with the Task Authorization process detailed in Article 1.2, Part 7, of the Resulting Contract. It is Canada's intent to award one (1) contract to satisfy this requirement. The period of the Contract will be for a three (3) year period from the date of contract award, with the irrevocable option to extend the term of the contract by up to two (2) additional one (1) year period(s) under the same conditions. There is a security requirement associated with this requirement. 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" document on the Departmental Standard Procurement Documents Web site. There are controlled goods associated with this requirement. The contractor must have the ability to store and produce controlled goods in accordance with the Defence Production Act Chapeter D-1 and Controlled goods regulations SOR/2001-32. This procurement is subject to the Agreement on Internal Trade (AIT). This procurement is subject to the Controlled Goods Program. The requirement is subject to a preference for Canadian goods and/or services. The Department of National Defence 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: the main purpose of the contract, or of the deliverables contracted for, is to generate knowledge and information for public dissemination; SELECTION METHOD: LOWEST COST PER POINT To be declared responsive, a bid must: (a) comply with all the requirements of the bid solicitation; (b) meet all mandatory technical evaluation criteria; (c) obtain the required minimum points for each criterion with a pass mark; and (d) 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) 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. MANDATORY TECHNICAL EVALUATION CRITERIA At bid closing time, the Bidder must comply with following mandatory technical criteria in Attachment 2 of the solicitation 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 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 2 of the bid solicitation. CONTRACTING AUTHORITY Palmer, Heather Telephone No.: (819) 956-6176 Fax No.: (819) 997-2229 All enquiries must be submitted in writing to the Contracting Authority no later than five (5) 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)
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
- Palmer, Heather
- Phone
- (819) 956-6176 ( )
- Fax
- (819) 997-2229
- Address
-
11C1, Phase III
Place du Portage
11 Laurier St. / 11, rue LaurierGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.BK__SV.B059.E25087.EBSU002.PDF | 002 |
English
|
4 | |
ABES.PROD.BK__SV.B059.E25087.EBSU001.PDF | 001 |
English
|
4 | |
ABES.PROD.BK__SV.B059.E25087.EBSU000.PDF | 000 |
English
|
17 | |
ABES.PROD.BK__SV.B059.E25087.EBSU003.PDF | 003 |
English
|
2 | |
ABES.PROD.BK__SV.B059.E25087.EBSU004.PDF | 004 |
English
|
3 | |
ABES.PROD.BK__SV.B059.E25087.EBSU005.PDF | 005 |
English
|
2 | |
ABES.PROD.BK__SV.B059.F25087.EBSU005.PDF | 005 |
French
|
1 | |
ABES.PROD.BK__SV.B059.F25087.EBSU002.PDF | 002 |
French
|
1 | |
ABES.PROD.BK__SV.B059.F25087.EBSU001.PDF | 001 |
French
|
7 | |
ABES.PROD.BK__SV.B059.F25087.EBSU004.PDF | 004 |
French
|
0 | |
ABES.PROD.BK__SV.B059.F25087.EBSU000.PDF | 000 |
French
|
5 | |
ABES.PROD.BK__SV.B059.F25087.EBSU003.PDF | 003 |
French
|
1 |
Access the Getting started page for details on how to bid, and more.