RFI - Provision of a Flank Array System - Victoria-class Modernization (VCM)

Solicitation number W8472-195763/A

Publication date

Closing date and time 2020/06/30 16:00 EDT

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Amendment no. 002:
    
    This amendment is issued to provide responses to questions raised by Industry and to incorporate Annex C in the Request for Information (RFI) for the provision of a Flank Array System, dated 28 May 2019.
    
    ________________________________________________________
    
    Amendment no. 01:
    
    This amendment is issued to provide responses to questions raised by Industry on the Request for Information (RFI) for the provision of a Flank Array System, dated 28 May 2019.
    
    ________________________________________________________
    
    Request for Information (RFI) - Provision of a Flank Array System - Victoria-class Modernization (VCM)
    
    W8472-195763/A
    
    GSIN: N1905C - Submarines
    
    Public Services and Procurement Canada (PSPC) is releasing a Request for Information (RFI) on behalf of the Department of National Defence (DND) in order to prepare industry for potential procurement opportunities related to the Victoria-class Modernization (VCM) Flank Array capability element and to solicit industry feedback and contributions on high level requirements described herein. The responses provided will contribute to further define the Statement of Operational Requirements (SOR) in a manner that is understandable by industry and meaningful to DND operational contexts, and thus contribute to better describing the strategic fit and operational needs for DND to achieve the required capability. 
    
    As the project progresses towards a formal Request for Proposal (RFP), this RFI will provide a continuous single point of official communication with industry. The project will use this RFI process for multiple purposes such as but not limited to:
    
    a) Collaborating with industry on the draft high level SOR provided herein, including price and availability information;
    b) Ensuring all interested participants receive the same information;
    c) Collaborating with industry in the form of Post Submission Review Meetings;
    d) Presenting draft RFP documents to industry and soliciting comments and feedback on the project requirements and procurement strategies. 
    
    This initial RFI (Release #1) is to request industry feedback on the draft high level SOR provided as Annex A, gain an understanding of available submarine Flank Array systems and to receive additional product information in response to Flank Array questions provided as Annex B.
    
    Additional questions may be asked of industry through amending this RFI. Please see the following link to learn how to follow updates to this RFI:
    https://buyandsell.gc.ca/procurement-data/tenders/follow-opportunities
    
    It is Canada’s intention to keep the RFI open until such time as a final Request for Proposal is released, however responses to Release #1 of the RFI process are requested by the date below.
    
    RFI Requested Response Date:  August 6th, 2019. 
    
    Background Information:
    
    The Victoria-class Modernization (VCM) Program will provide modernized and increased capability to maintain the Victoria-class Submarines’ (VCS’) operational relevance through the mid-2030s. The VCM Program will be a collection of discrete projects (referred to as capability elements) that will be managed both individually and within a larger VCM Program portfolio to generate the necessary capability for Canada’s submarines as detailed in Strong, Secure, Engaged - Canada’s Defence Policy. Overall, the modernization outcomes will make Canada and its allies stronger and safer by: 
    
    a. positioning the VCS to contribute meaningfully to Canadian Armed Forces (CAF) Joint Operations ashore; 
    b. ensuring the survivability of the VCS against an evolving threat in an increasingly complex and changing battlespace; and
    c. improving the habitability and deployment conditions onboard the VCS in support of Royal Canadian Navy (RCN) submariners.
    
    This RFI relates to the VCM Flank Array capability element. 
    The current Flank Array is comprised of two 16-hydrophone arrays, one on each of the port and starboard sides. Analog signals from each port and starboard array element are fed, via copper cabling, to port and starboard amplifier groups. The amplifier groups transmit the amplified signals to the VCS AN/BQQ-10 Sonar System.
    
    The VCM Program wants better detection and performance from the new Flank Array.
    
    Nature of the RFI:
    
    This is not a bid solicitation and this RFI will not result in the award of any contract. 
    
    Procurement of the goods and services described in this RFI will not necessarily follow this request. Any procurements of this system/equipment/services will be in accordance with standard government procurement policies, i.e., formal RFPs. 
    
    Respondents and potential suppliers of any goods or services described in this RFI should not earmark stock or facilities, nor allocate resources, as a result of any information contained in this RFI. This RFI will not result in the creation of any source list; therefore, whether or not any supplier responds to this RFI will not preclude that supplier from participating in any future procurement.
    
    Security Requirements:
    
    There is no security requirement associated with this RFI.
    
    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

    • 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
    Swindlehurst, Thomas
    Phone
    (819) 939-3089 ( )
    Email
    thomas.swindlehurst@tpsgc-pwgsc.gc.ca
    Address
    Louis St-Laurent Building (2)
    2nd Floor - SC19
    455 De la Carrière Blvd
    Gatineau, Quebec, 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
    83
    002
    French
    14
    001
    English
    79
    001
    French
    11
    000
    English
    183
    000
    French
    20

    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 Information
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Not applicable
    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: