Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Friday, May 24, 7:00 pm until 11:00 pm (Eastern Time) 

  • Sunday, May 26, 7:45pm until 9:45 pm (Eastern Time) 

TC-IC Call for Proposal - Clean Marine - Stream 1

Solicitation number T8009-190192/A

Publication date

Closing date and time 2020/01/20 17:00 EST

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    1.1 Summary and Procurement approach
    Public Works and Government Services Canada (PWGSC) is issuing this Request for Proposal (RFP) on behalf of Transport Canada Innovation Center (TC-IC) Marine RD&D, which is mandated to obtain targeted research and development, advance scientific capacity, and provide guidance to industry in 2 main initiatives; Clean Marine and Marine Mammal Protection..
    This RFP invites proposals specifically for stream 1, Clean Marine. Proposals submitted under this stream should be projects which are to be implemented within the fiscal year of 2020-21 with contracting planned for start in April 2020. Multi-year proposals are acceptable up to a maximum of 4 years.
    In the month of November 2019, Canada held TC-IC T Marine RD&D Request for Proposals Information Sessions in two locations in Canada; Vancouver and Halifax. These info sessions presented the initiatives, detail key elements for each proposal stream and the proposal submission process. 
    There are three (3) streams for bidders to submit their proposals under two (2) initiatives. This streams is specifically for stream 1 - Clean Marine. There are 2 other streams plus an overarching Call for Proposals which can be located on buyandsell.gc.ca under the following file numbers:
    • Stream 2 - Marine Mammal Protection T8009-190191
    • Stream 3 - Combined Proposals T8009-190185
    • TC-IC Marine RD&D Call for Proposal(CFP) T8009-190223 
    Bidders are directed to review the Call for Proposal and all other streams to ensure that any proposal submitted is being submitted to the most applicable stream. 
    1.2  Clean Marine - Stream 1
    The objective of the Clean Marine stream is to decrease greenhouse gas (GHG) and criteria air contaminants (CAC) emissions from Canadian vessels; this is accomplished through efficiency improvements and/or conducting fundamental clean technology research and validation of clean technologies or design changes.  At this time, the Clean Marine stream will focus on two themes within the Canadian marine sector:
    1. Emerging Technologies
    2. Testing and Validation of Pre-Commercial and Commercial Technologies. 
    Examples of potential projects include, but are not limited to:
    
    • Development of new emission treatment technologies;
    • Novel vessel designs;
    • Technologies to monitor vessel performance in real-time;
    • Alternative fuels to maritime diesel; 
    • Alternative energy sources from conventional diesel engines.
    • Emission testing of after-treatment technologies and fuels, i.e. scrubbers, different alternative fuel blends;
    • Characterizing the performance (safety, environmental, efficiency) of alternative power sources (ie. Fuel cell, photovoltaic, etc.) for different vessel classes, use cases, etc. 
    1.3 Technology Readiness Level (TRL)
    Canada is looking for proposals which have a specific range of TRL levels that is dependent on the key area and the initiative. The layout of the levels for each key are laid out in Annex A - Appendix 1- Marine RD&D Priority Research Streams - Clean Marine. 
    1.4 Trade Agreements
    The Canadian Free Trade Agreement (CFTA) applies to this procurement. The CFP process is organized in a manner consistent with the principles of the CFTA in terms of equal access, fairness, and transparency. 
    This procurement is excluded from the North American Free Trade Agreement (NAFTA) as per Annex 1001.1b-2 Research and Development, all classes, and excluded from the application of the World Trade Organization—Agreement on Government Procurement (WTO-AGP) under Appendix 1, Annex 4, as well as excluded from the Canada-European Union Comprehensive Economic and Trade Agreement (CETA) as per Annex 19-5. a.
    1.5 Canadian Content
    This procurement is conditionally limited to Canadian goods and/or services. See Part 3.1 for more information.
    1.6  Conflict of Interest
    The Contractor, its subcontractor(s) or any of their agent(s) directly or indirectly involved in the performance of the Work and/or in the production of the deliverables under any resulting Contract will not be precluded from bidding on any potential future proposal solicitation related to the production or exploitation of any concept or prototype developed or delivered. 
    1.7 Potential Conditions
    The following may apply to the resulting contract(s) requirements:
    1.7.1  Security Requirements
    There will be no security requirements associated with the resulting contract(s)
    1.7.2 Federal Contractors Program (FCP)
    The Federal Contractors Program (FCP) for employment equity applies to this procurement; refer to Part 5 - Certifications and Additional Information, Part 7 - Resulting Contract Clauses and the annex titled Federal Contractors Program for Employment Equity - Certification.
    1.7.3 Comprehensive Land Claims Agreement (CLCA) 
    Depending on the proposal received, the region of delivery for the goods and/or services may be in an area subject to Comprehensive Land Claims Agreements (CLCAs). If this occurs, the procurement will be subject to the applicable CLCA. 
    1.7.4 Controlled Goods 
    Any resulting contract may be subject to the Controlled Goods Program. Refer to the Controlled Goods Program website (https://www.tpsgc-pwgsc.gc.ca/pmc-cgp/index-eng.html). 
    
    
    1.7.5 Intellectual Property 
    The Bidder must certify that it owns or has the rights to all relevant background and/or foreground Intellectual Property (IP) requisite to proceed with the work as defined in the SOW. 
    The default position of Canada is to allow contractors to retain the IP rights with a licence granted to Canada for IP rights, which would include the right to use and have used the IP for Canada’s activities. 
    1.8 Maximum Funding and Performance Period
    For information regarding the maximum budget, number of projects desired per year, and maximum yearly budget per contract, refer to Annex A - Appendix 1 - Marine RD&D Priority Research Streams - Clean Marine.
    Proposals must clearly indicate the division of costs, and clearly indicate the percentage of cost being requested for, maximum allowable cost share for each key element is indicated in Annex A - Appendix 1 - Marine RD&D Priority Research Streams - Clean Marine.
    1.9 ePost Connect
    This CFP allows bidders to use the epost Connect service provided by Canada Post Corporation to transmit their proposals electronically.  Bidders must refer to Part 2 entitled Bidder Instructions, and Part 3 entitled Bid Preparation Instructions, of the bid solicitation, for further information.
    1.10 Debriefings
    Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.
    1.11 Phased Bid Compliance
    The Phased Bid Compliance Process applies to this requirement.
    
    
    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

    • Canadian Free Trade Agreement (CFTA)

    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
    Zwarich, Eric
    Phone
    (250) 661-2347 ( )
    Email
    eric.zwarich@pwgsc-tpsgc.gc.ca
    Address
    401 - 1230 Government Street
    Victoria, B. C., V8W 3X4

    Buying organization(s)

    Organization
    Transport Canada
    Address
    330 Sparks St
    Ottawa, Ontario, K1A 0N5
    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
    005
    French
    2
    005
    English
    16
    004
    French
    2
    004
    English
    10
    003
    French
    3
    003
    English
    8
    002
    French
    3
    002
    English
    17
    French
    15
    001
    French
    1
    001
    English
    18
    English
    15
    000
    French
    16
    000
    English
    136

    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)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    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: