Request For Information NON-COMBATANT CLASSIFICATION SOCIETY

Solicitation number W8482-167905/A

Publication date

Closing date and time 2015/09/04 14:00 EDT


    Description
    Trade Agreement: NONE
    Tendering Procedures: Suppliers on permanent list or able to
    meet qualification requirements
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Request for Information for Non-Combatant Class Society (NCCS)
    Services for the Royal Canadian Navy
    
    1.	Introduction
    
    1.1	The Department of National Defence (DND) has the requirement
    to establish and maintain standards that assure DND's
    non-combatant vessels (hereinafter referred to as vessels) are
    fit for purpose, safe to operate and compliant with standards to
    protect the environment.  To establish and maintain the safety
    of the vessels, DND is seeking to engage the services of a
    Classification Society.  The key deliverables of the contract
    will be: 
    
    a.	Identification of appropriate standards applicable to DND's
    vessels, class those vessels and then provide support to DND to
    keep the vessels in class, or to class as appropriate; and
    
    b.	 To provide subject matter expertise on standards applicable
    to the vessels in support of DND requirements. 
    
    1.2	This Request for Information (RFI) is an opportunity for
    Canada to determine supplier interest for this requirement and
    for suppliers to comment on the proposed requirement.  Suppliers
    may be invited to a one-on-one session following their review of
    draft documentation related to the requirement; the one-on-ones
    will be held after RFI closing.  The main objective is for
    Canada to seek industry input on the proposed technical,
    management and contracting approach to assist in: 
    
    a.	Determining whether to proceed with the contract requirements
    and procurement strategy as planned; 
    
    b.	Refining the procurement strategy, project structure,
    timelines, requirements definition and other aspects of the
    requirement; 
    
    c.	Becoming a more informed buyer with an enhanced understanding
    of industry service offerings; and 
    
    d.	Assessing potential alternative support solution concepts for
    NCCS that would meet its requirement. (e.g. continuous audit
    program) 
    
    
    2.	Important Note to Interested Respondents
    
    2.1	Respondents should note that this RFI is not a pre-selection
    process. There will be no short listing of firms for purposes of
    undertaking any future works, as a result of this RFI.
    Similarly, participation in this process is not a condition or
    prerequisite for participation in an eventual Request for
    Proposal (RFP).  This RFI is neither a Call for Tenders, nor an
    RFP, and no agreement or contract will be entered into with any
    contractor, based on responses to this RFI. The issuance of this
    RFI is not to be considered in any way as a commitment by
    Canada, or as authority for the respondent to undertake any work
    which could be charged to Canada, nor is this RFI to be
    considered a commitment to issue eventual RFPs or award eventual
    contracts in relation to this project. Canada shall not be bound
    by anything stated in this RFI. Canada reserves the right to
    change all or any parts of this RFI as deemed necessary. 
    
    3.	Confidentiality
    
    3.1	Potential respondents are advised that any information
    submitted to Canada in response to this RFI may be used by
    Canada in the development of a subsequent competitive RFP. As
    such, respondents responding to this RFI should identify any
    submitted information that is to be considered as either company
    confidential or proprietary. This information will then be
    treated as Protected B. 
    
    3.2	No payment will be made for costs incurred in the
    preparation and submission of any information in response to the
    RFI. Costs associated with preparing and submitting information,
    as well as any costs incurred by the supplier associated with
    the evaluation of the information, is the sole responsibility of
    the supplier.  
    
    4.	Background
    
    4.1	DND vessels are exempt from the Canada Shipping Act (CSA
    2001) however DND is mandated to self-regulate the safety of its
    vessels.  To meet this mandate, Canada has developed a Naval
    Materiel Regulatory (NMR) framework based on the Allied Naval
    Engineering Publication 77 (Naval Ship Code) (ANEP 77(NSC)).  
    The NSC was developed and is maintained by the International
    Naval Safety Association (INSA) and is the naval equivalent to
    Safety of Life at Sea (SOLAS) requirements for commercial
    fleets.  Naval Classification using the NSC goal based approach
    demonstrates due diligence and ensures that naval and DND
    personnel going to sea are afforded a similar level of safety as
    their commercial colleagues.  
    
    4.2	It is important to note that while there are similarities
    between the commercial and naval approaches, they cannot be the
    same, as warships operate differently from commercial ships. 
    Two simple examples of this are that: DND vessels can be
    required to weather storms if their assigned mission dictates,
    while commercial ships will avoid storms in order to avoid
    possible damage or lost cargo; and some DND vessels are manned
    with large military crews, which enable navies to fight fires
    and damage to the ship in order to continue operations while
    commercial practices enable the safe abandonment of the ship in
    a fire or damage scenario.  
    
    4.3	Canada's fleets of ships currently deemed to be
    non-combatants by the Naval Materiel Regulatory Authority (NMRA)
    are described in Table 1 below.
    
     
    
    
    Vessel	Comments
    Arctic Offshore Patrol Ship - AOPS	Currently under design and
    build at Irving Shipbuilding Inc. 
    Joint Support Ship	Currently under Design and Build in Vancouver
    Shipbuilding Co. Ltd.  
    Kingston Class Maritime Coastal Defence Vessels	In-Service with
    DND (12 Vessels)
    Auxiliary Training Vessels -ORCA Class	In-Service with DND (8
    Vessels)
    Auxiliary Vessels - Tugs	In-Service with DND (12 Vessels)
    Auxiliary Vessels - Tenders	In-Service with DND (9-10 Vessels)
    Auxiliary Vessels - Barges	In-Service with DND (24-29  Vessels)
    Future Non-Combatants	TBD
    Table 1 - List of NCCS Vessels
    
    4.4	Work will be categorized as follows: 
    
    a.	Services to support the NMRA.  Activities may include but not
    be limited to the development and maintenance of a flag state
    requirements (standards plan) file for each vessel class,
    competency development, advice and research, and NMR framework
    support; 
    
    b.	Services to Support the Directorate Maritime Engineering
    Programme Management - Minor War Vessels and Auxiliaries (DMEPM
    (MWVA)).  Activities may include but not be limited to
    acceptance into naval class (advice, plan appraisal and vessel
    surveys), maintenance in-class (advice and vessel surveys),
    specialist support and advice; and 
    
    c.	Work to support Major Capital Projects for future
    non-combatant fleets.  Activities may include but not be limited
    to advice and classification services in the concept, design and
    build phases, plan appraisals and type approval services. 
    
    5.	Participation Criteria
    
    5.1	To participate in this RFI process, interested respondents
    must demonstrate that they meet the following requirements.  The
    respondent must: 
    
    a.	Be a current member of the INSA; 
    
    b.	Be a Recognized Organization under Transport Canada's
    Delegated Statutory Inspection Program; and
    
    c.	Be from a NATO or allied country.
     
    
    5.2	This requirement is subject to the Controlled Goods Program,
    and may be subject to the Defence Procurement Strategy requiring
    suppliers to make Industrial and Technological Benefits and
    Value Proposition commitments. 
    
    
    6.	RFI Process
    
    6.1	Respondents must submit the following information to assess
    that they meet the above criteria: 
    
    a.	A certificate or letter from INSA demonstrating current
    member status;
    b.	Certification or copy of the delegated statutory authority
    status with Transport Canada; and
    c.	Proof of the respondent's parent organization's country of
    establishment. 
    
    
    6.2	The response must also identify/include:
    
    1.	the title and number and closing date of the RFI;
    2.	the name, title, address and telephone number of the
    respondent;
    3.	the name, title and telephone number of the respondent's
    contact; and
    4.	the date of RFI information submission.
     
    6.3	To be included in this opportunity, respondents must submit
    the information to the Contracting Authority at article 8 by the
    deadline indicated at article 7.  
    
    6.4	Thereafter, respondents meeting the criteria above may
    receive draft documentation related to this requirement and an
    invitation to an industry day where briefings and feedback
    sessions will be scheduled by the Contracting Authority. 
    
    6.5	It is anticipated that representatives from the Department
    of National Defence, Industry Canada and Public Works and
    Government Services Canada will be available during the
    one-on-ones and at Industry day to answer questions and gather
    information.  All other contact regarding this RFI, subsequent
    shared information and meetings must be directed through the
    Contracting Authority.
    
    6.6	Respondents may receive communications from the Contracting
    Authority on an on-going basis up to and until a
    pre-qualification or solicitation process is issued, as
    applicable.
    
    
    
    
    7.	Deadline for Submission of Responses to the RFI
    
    7.1	PWGSC invites interested parties to submit their responses
    to the Contracting Authority on or before 14:00 EDT 4 September
    2015.  
    
    7.2	At Canada's sole discretion, responses received after the
    deadline may or may not be considered.
    
    
    8.	Submission of Responses to the RFI
    
    8.1	Interested parties may submit their response by email to the
    Contracting Authority, Ms. Angela Cowie
    Angela.Cowie@tpsgc-pwgsc.gc.ca  or by mail at: 
    
    Public Works and Government Services Canada
    Marine Sector 
    11 Laurier Street
    Place du Portage, Phase III, 6C2-32
    Gatineau, Québec    K1A 0S5
    
    8.2	Or by fax at:
    
    819-956-0897
    
    
    9.	Language
    
    9.1	Communication may be in either official language of Canada,
    in English or French.
    
    
    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
    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
    Cowie, Angela
    Phone
    (819) 956-8259 ( )
    Fax
    (819) 956-0897
    Address
    11 Laurier St. / 11, rue Laurier
    6C2, Place du Portage
    Gatineau, Québec, 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
    000
    English
    81
    000
    French
    7

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Information
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Not applicable
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.