SAP Ariba system maintenance

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

  • Saturday, March 30 from 7:00 pm until 11:00 pm (Eastern Time) 

Centralized Control and Alarm Monitoring Systems (CCAMS) for Mid-Shore Patrol Vessels (MSPV) of CCG

Solicitation number F7044-200246/B

Publication date

Closing date and time 2023/06/29 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    This bid solicitation cancels and supersedes previous bid solicitation number F7044-200246/A dated 2022-07-26 with a closing of 2022-11-18 at 14:00 EST.
    
    
    1. Technical and Financial Documentation Package on a SharePoint
    
    Due to the size of the technical documentation files, the information will be available through a secure SharePoint site. Please note that an Excel format mentioned in Part 3 - Bid Preparation Instructions will be available on the SharePoint site, COB March 17, 2023.
    
    The Bidder must contact the Contracting Authority to request the creation of an account in order to access the secure SharePoint site. For each employee, the Bidder must provide the following information:
    
    1. First and Last Name of the Employee; and
    2. Email Address of the Employee.
    
    2. The Canadian Coast Guard has a requirement to replace the existing Centralized Control and Alarm Monitoring System (CCAMS) fitted onboard its nine (9) Canadian Coast Guard Ships (CCGS) Mid Shore Patrol Vessels (MSPV) identified as the Hero Class with new CCAMS approved by American Bureau of Shipping (ABS), one of the Classification Societies recognized by Canada. The MSPV are maintained in Class with ABS.
    
    3. Canada intends to enter into the resulting Contract only with a Bidder that is a CCAMS Alarm Monitoring Original System Designer (AMOSD) Contractor. The CCAMS AMOSD must:
    (a) Use an open architecture design for both SCADA or DCS software and Programmable Controllers to facilitate ease of integration of the system with third party hardware and systems,  and have the capability to do software development and related testing of the complete CCAMS or subassemblies used within the proposed CCAMS. AMOSD identity is evidenced by the name appearing on the purchased system and / or on all accompanying drawing and training documentation;
    
    (b) Design and integrate with new equipment and existing equipment the complete system and subassemblies used within the proposed CCAMS. The Contractor must retain full system responsibility for all requirements and have sufficient ownership rights in Intellectual Property in and to the CCAMS to grant to Canada and Canada’s licensees all the rights required under the resulting Contract to complete the Contract Work and any other work for which the Contract grants Canada a license in and to the purchased goods; and
    
    (c) All Bidders must submit as part of their response to the Mandatory Technical Criteria, Annex "J", Item 1, a CCAMS certification regarding the Bidder’s authority to provide Canada with the Goods and Services, which must be signed by the CCAMS AMOSD Contractor.  No Contract will be awarded to a Bidder unless the certification has been provided to Canada. It is in Canada's sole discretion to determine whether all the required information has been provided.
    
    4. The initial contract is for the procurement of one (1) new CCAMS to replace the Existing CCAMS onboard CCGS A. Leblanc.
    Canada reserves the right to swap the CCGS A. Leblanc by any of the other CCGS Hero Class vessels listed in the Options for additional quantities see section 1.2.2.1 below. There will be no pricing adjustments to the Bidders quoted prices for the selected vessel that will be transferred into the Initial Contract.
    
    5. Canada will have the right to exercise any of the following options:
    
    A - Options for additional quantities:
    
    The order in which the vessels are listed below must not be considered as the order that Canada will exercise the Options for additional quantities. The chronological numbering of the Options with the proper CCGS Hero Class vessel will be updated through a Contract Amendment to reflect the new sequence. There will be no pricing adjustments to the Bidders quoted prices for the selected vessel.
    The contract will include the following options for additional quantities:
    
    i. A first (1st) option is for the procurement of one (1) new CCAMS to replace the Existing CCAMS onboard CCGS Constable Carrière;
    ii. A second (2nd) option is for the procurement of one (1) new CCAMS to replace the Existing CCAMS onboard CCGS Caporal Kaeble V.C.;
    iii. A third (3rd) option is for the procurement of one (1) new CCAMS to replace the Existing CCAMS onboard CCGS M. Charles M.B.;
    iv. A fourth (4th) option is for the procurement of one (1) new CCAMS to replace the Existing CCAMS onboard CCGS Captain Goddard M.S.M.;
    v. A fifth (5th) option is for the procurement of one (1) new CCAMS to replace the Existing CCAMS onboard CCGS Private Robertson V.C.;
    vi. A sixth (6th) option is for the procurement of one (1) new CCAMS to replace the Existing CCAMS onboard CCGS G. Peddle S.C.;
    vii. A seventh (7th) option is for the procurement of one (1) new CCAMS to replace the Existing CCAMS onboard CCGS Corporal Teather; and
    viii. A eighth (8th) option is for the procurement of one (1) new CCAMS to replace the Existing stripped out CCAMS for the CCGS Corporal McLaren M.M.V.
    
    B - Options for additional periods
    
    The initial contract period will have a duration of one (1) year.  Each year, Canada reserves the right to extend the contract duration by one (1) additional year. All prices of non-exercised option(s) will then be subject to an Economic Price Adjustment (EPA).
    
    6. Points of Deliveries and Sites of Integrations and Installations
    
    For the initial contract and the options one (1) to seven (7), the CCAMS components and equipment point of delivery and integrations and installations of the CCAMS will be at the CCG base.
    
    For option eight (8), the CCAMS components and equipment point of delivery will be at the CCG base and integrations of the CCAMS will be at a ship refit contractor (shipyard) to be determined.
    
    7. Care and custody of each vessel
    
    The care and custody of the vessels for the initial contract and from option one (1) to seven (7) will remain with Canada.
    
    The care and custody of the vessel for the option eight (8) will be transferred from Canada to a shipyard. The Contractor must communicate and coordinate with the shipyard to ensure that they adhere to the shipyard’s rules and regulations with regards to the care and custody of the vessel.
    
    8. Remote Online and Phone Call Services
    
    The Contractor must have a remote technical support phone number and the required infrastructure in Canada, that must provide as a minimum, for the CCAMS, a 24 hours a day seven (7) days a week with minimum twelve (12) hour response time provided by CCAMS trained Technical Support technicians.  The technicians must be able to provide diagnostic troubleshooting, operation and maintenance services.
    
    9. Bidders' Conference
    
    A bidders' conference will be held at the Bedford Institute of Oceanography (BIO) Building, 1 Challenger Dr, Dartmouth, NS on April 13th, 2023, at 0900 ADT in the Louis King Boardroom.  The scope of the requirement outlined in the bid solicitation will be reviewed during the conference and questions will be taken into consideration.  It is recommended that bidders who intend to submit a bid attend or send a representative.
    
    Bidders are requested to communicate with the Contracting Authority before the conference to confirm attendance.  Bidders should provide, in writing, to the Contracting Authority, the names of the person(s) who will be attending and a list of issues they wish to table at least five (5) calendar days before the scheduled conference.
    
    10. Mandatory Site Visit
    
    It is mandatory that the Bidder visit the vessel.  Arrangements have been made for the site visit to be held on April 12th, 2023 at 0900 ADT onboard CCGS Corporal Teather C.V., tied up alongside at the Canadian Coast Guard Base, 1 Challenger Dr, Dartmouth, NS.
    
    Bidders must communicate with the Contracting Authority no later than four (4) calendar days before the scheduled visit to confirm their attendances and provide the names of the person(s) who will attend.  Bidders must also communicate the names of their subcontractors who may visit the vessel as well.  The list of the names communicated to the Contracting Authority will transmitted to the vessel’s brow and only listed attendees will be allowed to board the vessel for the mandatory site visit.  Bidders must sign the attendance form at the vessel’s brow which will confirm their attendance.
    
    The Bidders who do not attend the mandatory site visit will not be given an alternative appointment and their bids will be rejected as non-compliant.
    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-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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.

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    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
    Manzer, Carson
    Phone
    (343) 551-4953 ( )
    Email
    Carson.Manzer@tpsgc-pwgsc.gc.ca
    Address
    11 Laurier St. / 11, rue Laurier
    Place du Portage III, 8B3
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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
    014
    English
    17
    014
    French
    7
    013
    French
    3
    013
    English
    13
    012
    French
    1
    012
    English
    16
    011
    French
    3
    011
    English
    17
    009
    French
    1
    009
    English
    17
    010
    English
    20
    010
    French
    3
    007
    English
    14
    007
    French
    4
    008
    French
    3
    008
    English
    26
    006
    English
    16
    006
    French
    3
    005
    French
    2
    005
    English
    22
    004
    French
    1
    004
    English
    19
    003
    English
    37
    003
    French
    4
    002
    French
    7
    002
    English
    35
    001
    French
    8
    001
    English
    54
    000
    English
    148
    000
    French
    24

    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
    British Columbia
    ,
    Nova Scotia
    ,
    Quebec (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.

     

    Support

    Contact us directly, or find your answers using resource guides.

    Date modified: