SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Replacement of the steering gear system for the CCGS Amundsen

Solicitation number F7049-180066/A

Publication date

Closing date and time 2018/12/14 14:00 EST


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Jastram Technologies Ltd.
    188 Bunting Rd. Unit # 7
    St. Catharines Ontario
    Canada
    L2M3Y1
    Nature of Requirements: 
    
    Replacement of the steering gear system for the CCGS  Amundsen
    
    F7049-180066/A
    Giguère, Réjean
    Telephone No. - (514) 409-7393 
    
    Trade Agreement: None
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    
    Jastram
    135 West Riverside drive north
    Vancouver, BC, Canada
    V7H 1T6 
    
    Nature of Requirements: 
    
    Delivery and installation of a new, class approved steering gear system for the Canadian Coast Guard Ship (CCGS) Amundsen.
    
    1. Advance Contract Award Notice (ACAN)
    
    An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
    
    2. Background
    
    The Canadian Coast Guard (CCG) has a requirement for replacing the existing steering gear system found on the CCGS Amundsen, a 1200 class icebreaker vessel currently based in Quebec city, Qc, Canada. The replacement of the existing system is urgently required in order to maintain critical icebreaking services in the St-Laurence Seaway and the Great Lakes region. 
    
    The existing steering gear system found on this class of vessel is over 35 years old and has become difficult to maintain during the past years due to parts obsolescence. Although some technical improvements have been made to the steering gear system in recent years, many of the components are original and are approaching the end of their useful life. This poses several problems in terms of reliability and spares procurement, in addition to causing general deterioration of all systems over the years. The mandate of this requirement is to guarantee the reliability of these systems for an additional 15 years.
    
    
    3. Definition of the Requirement
    
    The CCG has a requirement to replace the existing steering gear system currently installed on the CCGS Amundsen by a new, class approved system that will meet all of the mandatory requirements detailed in section 4 below. The requirement also includes crew familiarization and training along with all technical data (including drawings and manuals) and spare parts needed to operate and maintain the vessel under Transport Canadas Delegated Statutory Inspection Program. The CCG may also consider a similar requirement for the CCGS Radisson and DesGroseilliers in the future. 
    
    4. Mandatory Criterias for assessment of the Statement of Requirements:
    
    Any interested supplier must demonstrate by way of a statement of capabilities that it can provide a steering gear system that meet or exceed the following mandatory requirements. In their response, suppliers must demonstrate their understanding of the requirements contained in the Statement Of Requirements (SOR) and explain how they will meet these requirements. Suppliers must demonstrate their capability in a thorough, concise and clear manner for carrying out the work. Simply repeating the statement contained in the documentation will not be sufficient. In order to facilitate the evaluation of their response, Canada requests that suppliers address and present topics in the order of the criteria and under the same headings
    
    A mandatory requirement is described using the words “shall”, “must”, “will”, “is required” or “is mandatory”.
    
    
    a) The proposed steering gear system shall already be approved, by the closing date of this ACAN, by a classification society that is recognized by Transport Canada Marine Safety (TCMS) under the Delegated Statutory Inspection Program (DSIP), available at this web address:
    https://www.tc.gc.ca/eng/marinesafety/dvro-fsc-dspi-1781.htm
    Suppliers must provide the name of the classification society that has approved the design, the factory acceptance tests and installation of their steering gear system according to the laws and regulations applicable to this specific class of ship and the various requirements specified in the SOR.
    b) Suppliers must provide objective evidence of their ability to design, deliver and install the same class approved steering gear system that they intend to provide as a response to this ACAN, as a prime contractor, by giving two (2) examples of successfully completed projects within the last ten (10) years.
    A technical summary of these two (2) projects, including the vessels name and registration number, must also be provided.
    Definition of "completed project": Design, delivery and installation of a steering gear system for vessels of at least the same tonnage or greater, than the Pierre Radisson. To be valid, each of the steering gear systems provided as reference must be currently installed in a vessel of at least the same tonnage, or greater, than the Pierre Radisson and for vessels operating in ice breaking conditions,using the same equipment that they intent to provide for this project.
    
    c) The proposed system main equipment and components must be of recent design and must also be technically supported by the OEM manufacturer for the next 15 years;
    
    d) Suppliers must provide a GANTT chart that will allow a preliminary evaluation of the different periods of time required for completion of the work. This chart must include at least the following:
    
    • Contract award (Day 1);
    • Complete evaluation of the current system capabilities;
    • Production and submission of the Preliminary Design Package (PDP);
    • Review by Canada of the PDP;
    • Production and submission of all drawings and other design documents (Design Review Package);
    • Review by Canada of the Design Review Package;
    • Period of approval by Classification Society and TCMS;
    • Purchase of the components. Pre-assembly of the equipment at factory;
    • Factory Acceptance Tests (FAT);
    • Current system removal. New equipment installation and wiring;
    • Ship commissioning. Dock and sea trials. Final approval of the new system;
    • Training of the CCG personnel.
    
    
    e) The CCG may decides to proceed with the same replacement project for the other two vessels, the CCGS Radisson and Des Groseilliers, therefore if these options are elected the proposed system shall be identical for all 3 (three) vessels;
    
    f) The proposed system shall contain mass-produced equipment/components, easily available from the OEM manufacturers or distributors already established on the North American industrial market.  Custom-made or experimental products will not be accepted for this project;
    
    g) The proposed system shall be maintained by an OEM manufacturer representative based in Canada.
    
    h) The proposed system shall offer interoperability and interchangeability, common spares and facilitation of training/ familiarization of crew;
    
    J) Suppliers must demonstrate that the proposed system will meet or exceed the functionality and performance of the current system as requested in the SOR. 
    k) Suppliers must provide objective evidence that they have in place a Quality Management System registered to ISO 9001:2008 or a Quality Management System modeled on ISO 9001:2008 which will include:
    
     if registered, its valid ISO 9001:2008 certification, and;
    an example of its Quality Control Plan (QCP) as applied on previous projects of the same nature and complexity of this project, and;
    a sample of an Inspection and Test Plan (ITP) developed in accordance with the QCP above.
    
    
    5. Applicability of the trade agreement(s) to the procurement
    
    The requirement is not subject to the provisions of the Canadian Free Trade Agreement (CFTA), the North American Free Trade Agreement (NAFTA), the World Trade Organization Agreement on Government Procurement (WTO-AGP) and the Canada-Chile Free Trade Agreement (CCFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Colombia Free Trade Agreement (CColFTA), the Canada-Panama Free Trade Agreement (CPanFTA) if it is in force, the Canadian Free Trade Agreement (CFTA) and The Canada-European Union Comprehensive Economic and Trade Agreement (CETA). This is in accordance with the national security exemptions provided in CFTA, Article 801, NAFTA ¬ Article 1018 (1): Exceptions, section 1, and WTO¬AGP Article III : Security and General Exceptions, subparagraph 1.
    
    6. Economic Benefits
    
    The proposed system shall use mass-produced equipment and components easily available on the North American industrial market. The proposed system shall be maintained by an OEM representative based in Canada.
    
    
    7. Justification for the Pre-Selected Supplier
    
    Intellectual Property (IP) rights. Jastram currently owns all IP rights to the Wagner designed steering gear system that is currently installed in the vessel and will not share any technical information with another supplier. 
    
    8. Government Contracts Regulations Exception 
    
    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d): only one person is capable of performing the work. 
    
    9. Delivery date
    
    No later than May 1st, 2019
    
    10. Name and address of the pre-identified supplier
    
    Jastram
    135 West Riverside drive north
    Vancouver, BC, Canada
    V7H 1T6 
    
    
    11. Suppliers' right to submit a statement of capabilities 
    
    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    12. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is December 14, 2018 at 14:00 hr. EST.
    
    13. Inquiries and submission of statements of capabilities 
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Rejean Giguere
    Procurement Team Leader
    Telephone:  514-409-7393 
    E-mail: rejean.giguere@tpsgc-pwgsc.gc.ca
    
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.
    
    
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    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)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights

    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
    Giguère, Réjean
    Phone
    (514) 409-7393 ( )
    Email
    rejean.giguere@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    Place Bonaventure, portail Sud-Oues
    800, rue de La Gauchetière Ouest
    7e étage, suite 7300
    Montréal, Québec, H5A 1L6

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Procurement method
    Non-Competitive

    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: