Next Generation Assaulter Helmet Development

Solicitation number W6399-190451/A

Publication date

Closing date and time 2019/08/28 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Title: Next Generation Assaulter Helmet Development 
    
    Description of Work
    The purpose of the work is to support the Department of National Defence (DND)  in developing a Next Generation Assaulter Helmet (NGAH) and to manufacture the successfully developed NGAH. The services will be performed on an "as and-when-requested" basis.
    
    The work will consist of 2 parts:
    
    Part 1: Helmet development
    In part 1, the work will consist of providing engineering design, test and evaluation, and prototype production services in support of helmet Research and Development activities.  The intent of this part is to conduct iterative prototyping to conceive, design, build and test prototype and developmental helmets in small batch quantities, with the goal of arriving at an acceptable design for a next generation assaulter helmet.
    
    Part 2: Helmet manufacturing (optional)
    Part 2 is optional. Should the option be exercised the work will consist in the manufacture of up to 2500 helmet systems to a specific performance standard.
    
    
    Client Department
    The organization for which the services are to be rendered is the Department of National Defence (DND) 
    
    
    Period of the Contract
    The initial period of the contract is for 3 years from contract award date.
    
    Option to Extend the Contract:
    There is a possibility of 2 additional 1 year periods. 
    
    Important Information
    There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
    
    The Department of National Defence (DND)  has determined that any intellectual property rights arising from the performance of the Work under the resulting contract will belong to the contractor. 
    
    The entire resulting contract will be a Task Authorizations Contract. A contract with Task Authorizations (TAs) is a method of supply for services under which all of the work or a portion of the work will be performed on an "as and when requested basis". Under contracts with TAs, the work to be carried out can be defined but the exact nature and timeframes of the required services, activities and deliverables will only be known as and when the service(s) will be required during the period of the contract. A TA is a structured administrative tool enabling the Crown to authorize work by a contractor on an "as and when requested" basis in accordance with the conditions of the contract. TAs are not individual contracts.
    
    Limitation of Expenditure: 
    Canada's total liability to the Contractor under the Contract for all authorized Task Authorizations (TAs), inclusive of any revisions, must not exceed the sum of $3,000,000.00. Customs duties are included and Applicable Taxes are extra.
    
    Minimum Work Guarantee means 10% of the Maximum Contract Value 
    
    The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA).
    
    This procurement is subject to the Controlled Goods Program. The Defence production Act defines Canadian Controlled Goods as certain goods listed in Canada’s Export Control List, a regulation made pursuant to the Export and Import Permits Act (EIPA).
    
    Contracting Authority: Frédéric Hamann
    Phone Number:  418-649-2975
    Fax Number:   418-648-2209
    E-Mail:   frederic.hamann@pwgsc_tpsgc.gc.ca
    
    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

    • Canadian Free Trade Agreement (CFTA)
    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
    Hamann, Frédéric
    Phone
    (418) 649-2975 ( )
    Email
    frederic.hamann@tpsgc.gc.ca
    Fax
    (418) 648-2209
    Address
    601-1550, Avenue d'Estimauville
    Québec
    Québec, Québec, G1J 0C7

    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
    002
    English
    11
    002
    French
    4
    001
    English
    22
    001
    French
    4
    000
    English
    84
    000
    French
    15

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

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    ,
    Quebec (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.