SAP Ariba system maintenance

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

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Tactical Air Coordination Suite

Solicitation number W8476-185751/B

Publication date

Closing date and time 2020/01/29 13:00 EST


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Tactical Air Coordination Suite
    
    W8476-185751/B
    Briere-Provost, Mathieu
    Telephone No. - (873) 469-4804 (    )
    Fax No. - (819) 953-4510 (    )
    
    Line 1, Tactical Air Coordination Suite (TACS)
    
    POST-RFI CLARIFICATIONS AND INFORMATION
    
    The purpose of this final amendment to the RFI is to prepare Industry for the RFP process and to inform of the changes to the ASCCM TACS project.
    
    1. In order to facilitate the RFP process, we recommend that you send us a confirmation of your Security Clearance for Canadian Confidential and NATO Confidential levels, along with your Vendor Code, to the Contracting Authority at Mathieu.briere-provost@pwgsc.gc.ca. If you do not already have one, please 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.
    
    2. Please take note that all the Priority 1 requirements delivery deadline have been moved from 3 months to 6 months after contract award. This change will be officialised at RFP release.
    
    3. TACS Demonstration requirements and evaluation:
    
    3.1. The draft RFP Annex pertaining to demonstration can be requested through the Contracting Authority at Mathieu.briere-provost@pwgsc.gc.ca. It must be noted that these documents are in early drafts and subject to changes. The early provision of these documents is intended to aid early preparations for the demo.  
    
    3.2. DND encourages bidders to utilize their own emulators and tools for the purpose of demonstration. If requirement for a particular GFS tools and/or emulators is deem unavoidable, an advance notice of requests should be forwarded to the Contracting Authority at Mathieu.briere-provost@pwgsc.gc.ca    
    
    3.3. The TACS demonstration evaluation will focused on each solution’s availability and readiness. Availability of a system/sub-systems is defined as existence of a physical and tangible solution. Readiness of a system/sub-system is defined as being fully implemented and integrated.
    
    4. Based on the discussion with Industry during the RFI meetings, Canada is going to review and amend certain technical aspects of the RFP, including but not limited to the following points:  
    
    4.1. The Integrated Broadcast Service (IBS) implementation standards, requirement 6.1.11., is going to be moved out of the current TACS scope, and will be developed and integrated under future TACS enhancement tasks. 
    
    4.2. All requirements related to VMF, Canadian VMF and SADL data processing and exchange interface are going to be prioritized as Priority-Two (P2), in accordance with the RFP TACS-A2-Appendix-POD document, and being targeted for the final release of the TACS (FOC).
    
    4.3. The Link-16 related functions implementation is required to be compliant to only MIL-STD or STANAG at the first delivery of TACS (IOC). The TACS must be compliant to both standards at the final delivery (FOC).
    
    4.4. The operational need of certain requirements will be reviewed and their category (Mandatory / Rated) will possibly be changed as per consequence.
    
    4.5. The deliverable priority of mandatory and rated requirements will be reviewed and readjusted IAW with the reviewed implementation scope.
    
    4.6. The Demonstration plan will be amended and will be focused on the essential capabilities only.
    
    4.7. The Scoring Matrix for rated requirements will be reviewed and re-adjusted in accordance with the reviewed operational needs.
    
    5. With regards to the Acquisition contract specifically, and for the purposes of formulating the bid, the RFI indicated Acquisition budget is only reflective of the initial licenses, training and documentation only.  It can be expected that costs related to DND626 tasking and Optional buys are over and above this ceiling.
    
    6. RFP Release.
    
    6.1. The anticipated release of RFP is currently for early March.
    6.2. The RFP release is dependent on Governmental review and approval and may be subject to further delays.
    
    7. As of today, all correspondence must be directed, in writing, in either official language of Canada, to the PWGSC Contract Authority identified below, via email at Mathieu.briere-provost@pwgsc.gc.
    
    
    Mathieu Brière-Provost
    Senior Supply Officer
    Public Works and Government Services Canada
    Acquisitions Branch, QD-RA
    819 420-6029
    Mathieu.briere-provost@pwgsc.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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Briere-Provost, Mathieu
    Phone
    (819) 420-6029 ( )
    Email
    mathieu.briere-provost@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    11 Laurier St./11, rue Laurier
    Place du Portage, Phase III, 8C2
    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
    111
    000
    French
    8

    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 Information
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price

    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: