Apr 7, 2011 - unita ire. FOB. /FA. M. P ublic. W o rks and Governm ent S e rvices. C a nada. T ravaux publics et S e rvi
Public Works and Government Services Canada
Travaux publics et Services gouvernementaux Canada
Part - Partie 1 of - de 2 1See Part 2 for Clauses and Conditions Voir Partie 2 pour Clauses et Conditions
1
RETURN BIDS TO: RETOURNER LES SOUMISSIONS À:
Title - Sujet
Bid Receiving - PWGSC / Réception des soumissions - TPSGC 11 Laurier St. / 11, rue Laurier Place du Portage , Phase III Core 0A1 / Noyau 0A1 Gatineau Québec K1A 0S5 Bid Fax: (819) 997-9776
Solicitation No. - N° de l'invitation
Date
W8482-115514/B
2011-04-07
REQUEST FOR PRICE AND AVAILABILITY DEMANDE DE PRIX ET DE DISPONIBILITÉ This is not a bid solicitation but an inquiry for the purpose of obtaining price and availability information for the goods, services, and construction specified herein. The information requested herein is for budgeting and planning purposes only. Contracts will not be entered into on the basis of suppliers' responses. Il ne s'agit pas d'une invitation à soumissionner mais d'une demande de renseignements sur les prix et la disponibilité des biens, services et construction spécifiés aux présentes. Les renseignements demandés aux présentes sont nécessaires uniquement à l'établissement du budget et à la planification. Les marchés ne seront pas attribués suite aux réponses des fournisseusr/entrepreneurs.
WEAPON ALIGNMENT SYSTEM
Client Reference No. - N° de référence du client
GETS Ref. No. - N° de réf. de SEAG
W8482-115514
PW-$$QF-094-21247
File No. - N° de dossier
CCC No./N° CCC - FMS No./N° VME
094qf.W8482-115514
Solicitation Closes - L'invitation prend fin at - à 02:00 PM on - le 2011-04-29
Time Zone Fuseau horaire
Eastern Daylight Saving Time EDT
F.O.B. - F.A.B. Destination: Plant-Usine: Other-Autre: Address Enquiries to: - Adresser toutes questions à:
Buyer Id - Id de l'acheteur
094qf
Chapman, Geoff Telephone No. - N° de téléphone
FAX No. - N° de FAX
(819) 956-0552 (
(819) 956-0767
)
Destination - of Goods, Services, and Construction: Destination - des biens, services et construction:
DEPARTMENT OF NATIONAL DEFENCE CFSD MONTREAL 6363 RUE NOTRE DAME ST E. MONTREAL Quebec H1N2E9 Canada
Comments - Commentaires
Instructions: See Herein Instructions: Voir aux présentes Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur
Delivery Required - Livraison exigée
Delivery Offered - Livraison proposée
See Herein Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur
Issuing Office - Bureau de distribution
Electronics, Simulators and Defence Systems Div. /Division des systèmes électroniques et des systèmes de simulation et de défense 11 Laurier St. / 11, rue Laurier 8C2, Place du Portage Gatineau Québec K1A 0S5
Telephone No. - N° de téléphone Facsimile No. - N° de télécopieur Name and title of person authorized to sign on behalf of Vendor/Firm (type or print) Nom et titre de la personne autorisée à signer au nom du fournisseur/ de l'entrepreneur (taper ou écrire en caractères d'imprimerie)
Signature
Canada
Page 1 of - de 2
Date
1
Item Article
W1941
Inv. Code Fact. Qty Qté
3
Each
U. of I. U. de D.
Page 2 of - de 2 Line Item Detail - Détails de l'article
WB941
Dest. Code Dest.
Travaux publics et Services gouvernementaux Canada
MIDAS IV ALIGNMENT SYSTEM 10373818 9 P4931-20-A057603 NSCM/CAGE - COF/CAGE: U3610 Part No. - Nº de la partie: MIDAS IV
Description
Public Works and Government Services Canada
$
$ See Herein
Delivery Req. Del. Offered Livraison Req. Liv. offerte
1
1
1
1
1
1
Part - Partie 1 of - de 2 See Part 2 for Clauses and Conditions Voir Partie 2 pour Clauses et Conditions
Unit Price/Prix unitaire FOB/FAM Destination Plant/Usine
Document No.W8482-115514/B 12
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-115514/B
Buyer ID - Id de l'acheteur
094qf
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-115514
094qfW8482-115514
CCC No./N° CCC - FMS No/ N° VME
PRICE AND AVAILABILITY (P & A) ALIGNMENT SYSTEM PROJECT
TABLE OF CONTENTS 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13.
Purpose Background Project Scope Constraints Requirement Schedule Security Strategy Additional Information Requests / Industry Days Notes to Interested Vendors Enquiries Closing Date PWGSC Contracting Authority
Part - Partie 2 of - de 2 / Page 1 of - de 5
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-115514/B
1.
Buyer ID - Id de l'acheteur
094qf
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-115514
094qfW8482-115514
CCC No./N° CCC - FMS No/ N° VME
Purpose
The Department of National Defence (DND) has a requirement to provide an alignment capability to be used by Fleet Maintenance personnel to align all types of equipment on Canadian Forces (CF) warships and submarines. The objective of this Price and Availability (P&A) is to seek industry input and information on current Alignment Systems to enable DND to examine off-the-shelf (OTS) equipment that is in service with other navies or soon to be in service. 2.
Background
The Canadian Midas System equipment procured in 1988 consists of three complete systems but due to age, obsolescence issues, technological advances, and no longer being supported by the OEM it needs to be replaced by a system with digital capability and increased capacity for multiple tilt tests. 3.
Project Scope
The aim of the project is to find an alignment system capability which will allow the Canadian Navy to align the next generation of advanced Combat Systems using conventional surveying techniques for aligning two parts of a structure on a vessel while she is afloat. 4.
Constraints
The project will soon be conducting definition activities including requirements review, validation and comparative analysis of available technology. DND is specifically only interested in off the shelf systems that, as a whole or as components, are currently in, or are about to enter into, operational service in maritime environments. 5.
Requirement
The Requirements are for three complete systems, sufficient spares to support two years of operations and all necessary training and documentation to allow operators to carry out alignment tests in a marine environment. 6.
Schedule
In providing responses, the following schedule should be utilized as a baseline: a)
P&A - 2nd Quarter 2011
Part - Partie 2 of - de 2 / Page 2 of - de 5
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-115514/B
Buyer ID - Id de l'acheteur
094qf
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-115514
094qfW8482-115514
b)
Potential RFP - 3rd Quarter 2011
c)
Potential Contract award - 3rd Quarter 2011
d)
Potential Full Capability Delivery - 4th Quarter 2011
7.
Security
CCC No./N° CCC - FMS No/ N° VME
There is no security requirement associated with this P&A, however there would be a security requirement associated with the potential follow-on solicitation. 8.
Strategy
The Alignment Systems project is now in the Option Analysis Phase in which current state-of-the-art off-the-shelf (OTS) systems including, but not limited to alignment systems presently in use, or being considered, by other allied navies will be evaluated for suitability. DND would like to determine what possible solutions exist to meet their needs for alignment, as well as rough cost and time estimates for delivery of a solution. As such, DND requests Respondents to: a)
Provide a full description of the proposed weapons alignment system that clearly describes the operational capability, including performance specifications and other background or supporting information;
b)
Provide the estimated cost to procure and the associated delivery schedule for three (3) systems;
c)
Provide full details of the current state of test/qualification and operational evaluation timings and effort, if applicable; and
d)
Provide full details, excluding costing information, of the integrated logistics support concept to be applied to the proposed system.
9.
Additional Information Requests / Industry Days
After review of all the information provided in the P&A responses, additional information and/or demonstration of systems may be requested. Public Works and Government Services Canada (PWGSC) may contact respondents to schedule visits to their facilities to view systems/components or attend demonstrations/presentations. Vendors should plan on giving demonstrations and may provide presentations, however adequate time should be allocated for discussions as well. Alternatively, the Government may invite respondents to provide a briefing
Part - Partie 2 of - de 2 / Page 3 of - de 5
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-115514/B
Buyer ID - Id de l'acheteur
094qf
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-115514
094qfW8482-115514
CCC No./N° CCC - FMS No/ N° VME
to personnel involved in project activities in the National Capital Area of Canada (Ottawa, Ontario or Gatineau, Quebec). 10.
Notes to Interested Vendors
This is neither a call for tender nor a Request for Proposal (RFP), and no agreement or contract for the procurement of the equipment stated above will be entered into solely as a result of this P&A. This announcement does not constitute a commitment by Canada. Canada does not intend to award a contract on the basis of the notice or otherwise pay for the information solicited. Any and all expenses incurred by industry in pursuing this opportunity, including the provision of information and potential visits, are at industry's sole risk and expense. Any discussions on this subject with project staff representing DND or PWGSC, or any other Government of Canada representative, or other personnel involved in project activities, shall not be construed as an offer to purchase or as commitment by DND, PWGSC or Government of Canada as a whole. Although the documents/information/data collected may be provided as commercial-in-confidence and will not be provided to a third party outside of Canada, Canada reserves the right to use the information to assist them in drafting performance specifications and for budgetary purposes. Requirements are subject to change, which may be as a result of information provided in response to this P&A. Vendors are advised that any information submitted to Canada in response to this P&A may, or may not, be used by Canada in the development of the potential subsequent RFP. The issuance of this P&A does not create an obligation for Canada to issue a subsequent RFP, and does not bind Canada legally or otherwise, to enter into any agreement or to accept or reject any suggestions. There will be no short-listing of vendors for the purposes of undertaking any future work, as a result of this P&A. Similarly, participation in this P&A is not a condition or prerequisite for the participation to any RFP. Vendors responding to this P&A should identify any submitted information that is to be considered as either company confidential, proprietary or if the response contains controlled goods. Interested vendors may submit their package to the PWGSC Contracting Authority, identified paragraph 13 below. Four (4) hard copies are requested. Soft copies of the packages may be requested at a later date. A point of contact for the Vendor should be included in the package.
Part - Partie 2 of - de 2 / Page 4 of - de 5
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W8482-115514/B
11.
Buyer ID - Id de l'acheteur
094qf
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W8482-115514
094qfW8482-115514
CCC No./N° CCC - FMS No/ N° VME
Enquiries
All enquiries and other communications related to this P&A shall be directed exclusively to the PWGSC Contracting Authority. All enquiries must be submitted to the Contracting Authority no later than ten (10) calendar days before the closing date. Enquiries received after that time may not be answered. Care should be taken by vendors to explain each question in sufficient detail in order to enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary nature must be clearly marked "proprietary" at each relevant item. Items identified as "proprietary" will be treated as such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the questions or may request that the vendor do so, so that the proprietary nature of the question is eliminated, and the enquiry can be answered with copies to all vendors. Enquiries not submitted in a form that can be distributed to all vendors may not be answered by Canada. Changes to this P&A may occur and will be advertised on the Government Electronic Tendering System (MERX). It is each vendor's responsibility to verify changes, if any, on MERX. 12.
Closing Date
Responses to this P&A are to be submitted to the PWGSC Contracting Authority identified below, on or before the date indicated on page 1 of this document. 13.
PWGSC Contracting Authority
Geoff Chapman Supply Team Leader Electronics, Simulators and Defense Systems Division 11 Laurier Street, Place Du Portage III, 8C2 Gatineau, PQ K1A 0S5 Telephone: 819-956-0552 Facsimile: 819-956-0767 E-mail address:
[email protected]
Part - Partie 2 of - de 2 / Page 5 of - de 5