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)

    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
    Palmer, Heather
    Phone
    (819) 956-6176 ( )
    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.

    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: