SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, June 1 from 7:00 pm until 11:00 pm (Eastern Time) 

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)

    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
    Lortie, Yves
    Phone
    (819) 997-7268 ( )
    Fax
    (819) 997-0786
    Address
    105 Hôtel de Ville
    Gatineau, Quebec, K1A 0A2

    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
    000
    French
    203
    010
    French
    4
    009
    French
    10
    015
    French
    28
    011
    French
    3
    012
    French
    8
    014
    French
    23
    French
    160
    007
    French
    12
    006
    French
    4
    008
    French
    7
    013
    French
    6
    004
    French
    23
    001
    French
    58
    005
    French
    3
    003
    French
    15
    002
    French
    30
    001
    English
    290
    000
    English
    523
    003
    English
    126
    004
    English
    94
    006
    English
    65
    005
    English
    77
    002
    English
    156
    013
    English
    69
    English
    744
    008
    English
    63
    007
    English
    90
    012
    English
    57
    015
    English
    129
    English
    180
    011
    English
    49
    010
    English
    43
    009
    English
    52
    014
    English
    68

    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
    Alberta
    ,
    New Brunswick
    ,
    Ontario (except NCR)
    ,
    Quebec (except 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: