MSVS - Standard Military Pattern
Solicitation number W8476-06MSMP/L
Publication date
Closing date and time 2014/01/08 14:00 EST
Last amendment date
Description
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: Attachment: YES (MERX) Electronic Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: 1.0 REISSUE OF BID SOLICITATION This bid solicitation cancels and supersedes previous bid solicitation number W8476-06MSMP/J dated 2011-12-16 with a closing of July 11, 2012 at 2:00 PM EDT. 2.0 BACKGROUND The Department of National Defence (DND) has a requirement to replace its current Medium Logistic Vehicle, Wheeled (MLVW) fleet and associated systems. The project to replace the MLVW fleet is identified as the Medium Support Vehicle System (MSVS) project. The MSVS project consists of four (4) separate procurement activities, as detailed below: a) 1300 Militarized Commercial-Off-The-Shelf (MilCOTS) vehicles (Contracted); b) 895 Special Equipment Vehicles (SEV) baseline shelters (Contracted); c) Modification of the SEV shelters (also referred to as "kitting") (Contracted); d) Standard Military Pattern (SMP) vehicles in five (5) variants: a Cargo variant, a Cargo with Material Handling Crane variant, a Load Handling System (LHS) variant, a Cargo Mobile Repair Truck (MRT) variant and a Gun Tractor Variant. The requirement also includes Trailers, Armour Protection Systems (APS) and various associated equipment; and long term In-Service-Support for the SMP vehicles, APS, Trailers and associated equipment. 3.0 SUMMARY This Request For Proposal relates exclusively to the SMP portion of the MSVS project and includes other DND requirements and options as outlined in the table below: Vehicles Trailers APS MSVS Up to 1500 Up to 300 Up to 150 Other DND Approved Projects Up to 37 Additional options Up to 650 Up to 240 Up to 150 Total 2,187 540 300 The requirement under this Request for Proposal includes the acquisition of the Standard Military Pattern (SMP) Vehicles, APS, Trailers with associated systems component and equipment and the procurement of long term In-Service Support (ISS) for the SMP fleet for the life expectancy of the SMP fleet, which is estimated at 20 years. To respond to this Request for Proposal, Bidders must provide one (1) Cargo Variant, one (1) LHS Variant with APS, and one (1) LHS Trailer for evaluation purposes, in addition to any other requirement identified in the Request for Proposal. Both the resulting Acquisition and ISS Contracts are inter-related and will be awarded to the same legal entity at the same time to allow for the orderly transition of activities from the Acquisition Contract to the ISS Contract. This procurement is not subject to any Comprehensive Land Claim Agreement (CLCA) nor has it been set-aside for Aboriginal Business under the federal government's Set-Aside Program for Aboriginal Business. This requirement is subject to the provisions of the Agreement on Internal Trade (AIT). This procurement is subject to the Controlled Goods Program. This procurement is subject to the Industrial Regional Benefits (IRB) Policy. The details of each of the IRB requirements are addressed in the Request for Proposal. 4.0 BIDDERS' CONFERENCE A Bidders' conference will be held in the National Capital Region on September 17, 2013. The conference will begin at 9 am, at Place Du Portage (PDP), Phase III, Gatineau, Quebec (details to be confirmed at a later date). Bidders are requested to communicate with the contracting authority before the conference to confirm attendance (details in part 2, para 11 of the RFP) . 5.0 FAIRNESS MONITOR Bidders are advised that Canada is utilizing the services of a Fairness Monitor throughout the SMP procurement process. 6.0 FINANCIAL CAP Bidders are advised that there is a maximum funding available for the Acquisition Contract. 7.0 DISCLAIMER Please be advised that funds have not been received for these procurements. The award of any resulting Contract(s) is conditional on obtaining Treasury Board approval. 8.0 SECURITY REQUIREMENTS There are Security Requirements associated with this requirement. Refer to the Request for Proposal for additional information. Security clearance processes are sometimes lengthy. It is the responsibility of the Bidder to ensure that security clearances are sought early. 9.0 CONTRACTING AUTHORITY The Contracting Authority (or delegated representative) is responsible for the management of the Request for Proposal and any resulting Contract. To ensure the integrity of the competitive bid process, enquiries and other communications regarding the Request for Proposal are to be directed ONLY to the Contracting Authority named below. Yves Lortie SMP Contracting Authority Public Works and Government Services Canada (PWGSC) Acquisitions Branch, Public Works and Government Services Canada (PWGSC) Telephone: (819) 997-7268 Fax: (819) 997-0786 E-mail address: ncr.msvs@tpsgc-pwgsc.gc.ca 10.0 STRUCTURE AND FORMAT OF THE SMP REQUEST FOR PROPOSAL This Request for Proposal is divided into eight (8) parts as detailed below and each part includes the various Attachment and/or Annexes, as applicable, which form part of the Request For Proposal and the resulting Contracts, as follows: Part 1 General Information: provides a general description of the requirement; Part 2 Bidder Instructions: provides the instructions, clauses and conditions applicable to the bid solicitation; Part 3 Bid Preparation Instructions: provides bidders with instructions on how to prepare their bid; Part 4 Evaluation Procedures and Basis of Selection: indicates how the evaluation will be conducted, the evaluation criteria that must be addressed in the bid, and the basis of selection; Part 5 Certifications: identifies the certifications to be provided; Part 6 Security, Financial and Other Requirements: identifies specific requirements that must be addressed by bidders; Part 7 Resulting Contract - Acquisition: This part identifies the clauses and conditions that will apply to any Resulting SMP Acquisition Contract. The Annexes include the Statement of Work (SOW), Price and Delivery, IRB Requirements, Security Requirements and other annexes; and Part 8 Resulting Contract - ISS: This part identifies the clauses and conditions that will apply to any Resulting SMP ISS Contract. The Annexes include the SOW, Price and Delivery, IRB Requirements, Security Requirements and other annexes. 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
- Lortie, Yves
- Phone
- (819) 997-7268 ( )
- Fax
- (819) 997-0786
- Address
-
105 Hôtel de VilleGatineau, Quebec, K1A 0A2
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.
Access the Getting started page for details on how to bid, and more.