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) 

BUILD IN CANADA INNOVATION PROGRAM (BCIP)

Solicitation number EN578-13BCIP/A

Publication date

Closing date and time 2014/01/07 14:00 EST

Last amendment date


    Description
    Please see amendment 005 to the Solicitation document for the Webinar Questions and Answers.
    ------------------
    Public Works and Government Services Canada (PWGSC), Office of Small and Medium Enterprises (OSME) under the Build in Canada Innovation Program (BCIP) has a requirement to procure:
    
    a) 	Research and Development (R&D) innovative pre-commercial goods and services, referred to as “innovations”, that are in late stage development; and,
    
    b) 	Support services such as installation, training and testing support services for the above pre-commercialized innovations procured for the federal government.  
    
    The BCIP is an R&D developmental testing and evaluation program aimed at testing and evaluating pre-commercial goods and services in the late-stage development.  The Program has two components, Standard and Military.    
    
    Bidders should visit the Buy and Sell website at https://buyandsell.gc.ca/initiatives-and-programs/build-in-canada-innovation-program-bcip for specific information on the BCIP and its requirements, including:
    
    	PRIORITY AREAS – STANDARD COMPONENT
    o	   Enabling Technologies
    o	   Environment
    o	   Health
    o	   Safety and Security
    	PRIORITY AREA – MILITARY COMPONENT
    	   Protecting the Soldier
    	TECHNOLOGY READINESS LEVEL (TRL) 
    o	   TRL 7, 8 and 9
    	BCIP DEFINITIONS
    o	   Innovation
    o	   Pre-Commercial Innovation
    o	   Pre-Qualified Innovation
    o	   Testing Department
    o	   Commercial Sales
    	EVALUATORS
    o	   National Research Council – Industrial Research Assistance Program (NRC-IRAP)
    o	   Innovation Selection Committee (ISC)
    
    The Call for Proposals method of supply will result in two Pre-Qualified Pools of bidders that will be eligible for a contract, conditional upon the success of the contract award process defined in Part 5, Basis of Selection.  Bidders in the Pre-Qualified Pool will be required to provide additional information in support of their proposal, including:
    
    	CERTIFICATIONS 
    	FINANCIAL REQUIREMENTS
    
    Bidders are also encouraged to view the DRAFT RESULTING CONTRACT CLAUSES to view a representative contract under the BCIP.  
    
    The above information on the Buy and Sell website forms part of this Call for Proposals (CFP), Call 004 solicitation document.
    
    The approximate funding available for all Contracts resulting from the Call for Proposals Call 004 is:
    
    	Standard Component    $17,000,000.00
    	Military Component      $  5,000,000.00
    	Total                          $22,000,000.00
    
    The funding is in Canadian Dollars, applicable taxes excluded.  This disclosure is made in good faith and does not commit Canada to contract for the total approximate funding.
    
    The maximum funding available for any contract resulting from this Call for Proposals is $500,000.00 CAD for the Standard Component, and $1,000,000.00 CAD for the Military Component (Taxes, shipping and Travel and Living expenses extra, as appropriate). 
    
    Bidders may only submit an Innovation for the Standard Component or the Military Component, but not both.   
    
    Canada reserves the right to require that all Work be completed by March 31, 2015, including delivery of the Innovation.  
    
    Trade Agreements
    
    The Agreement on Internal Trade (AIT) applies to this procurement. The requirement is limited to Canadian suppliers and Canadian goods and/or services.
    
    The requirement 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.
    
    It is not known if the pre-commercial innovations delivered and/or the evaluation undertaken by testing departments will be conducted in Comprehensive Land Claims Agreement (CLCA) areas; however, to ensure Canada meets the obligations of each Agreement, all CLCA land claimant groups will be notified when the Call for Proposals is issued.
    
    Mandatory Criteria 
    
    MC-1 Canadian Bidder: The Bidder must be Canadian and must be submitting the proposal on its own behalf. A Canadian Bidder is defined as a Bidder having a place of business in Canada where the Bidder conducts activities on a permanent basis that is clearly identified by name and accessible during normal working hours.    
    
    MC-2 Canadian Content: The Bidder must certify that a minimum of 80% of the financial proposal costs are Canadian goods or Canadian services, as defined in the Canadian Content certification.
    
    MC-3 Ownership: The Bidder must be the owner of the Intellectual Property (IP) for the proposed innovation, or have a licence to the IP rights from a Canadian licensor for the proposed innovation and not be infringing on any IP rights.
    
    MC-4 Standard Priority Area: The proposed innovation must fall within one of the four (4) Priority Areas: Environment, Health, Safety and Security and Enabling Technologies.
    
    MC-4 Military Priority Area: The proposed innovation must fall within the Priority Area: Protecting the Soldier. 
    
    MC-5 Commercial Sales: The Bidder must certify that the proposed pre-commercial innovation is not openly available in the market place or has not been previously sold on a commercial basis as defined in Certifications required with the Proposal.
    
    Basis of Selection
    
    To be declared responsive, a proposal must be identified in the Pre-Qualified Pool and meet the Contract Award Process detailed at Part 5, Article 2 of the solicitation.
    
    Enquiries
    
    Enquiries regarding this Call for Proposals solicitation must be directed to:  SSGP.SCPD@pwgsc.gc.ca

    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
    Pageau, François
    Phone
    819-956-3563
    Fax
    819-997-2229
    Address
    11 Laurier Street
    Gatineau, QC, K1A 0S5
    CA

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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
    001
    English
    161
    001
    English
    641
    001
    English
    180
    001
    English
    129
    001
    English
    291
    001
    English
    170
    001
    English
    109
    001
    French
    21
    001
    French
    16
    001
    French
    40
    001
    French
    25
    001
    French
    161
    001
    French
    28
    001
    French
    21

    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
    Canada
    Region of opportunity
    Canada
    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: