Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2022-07-26 00:00:00
Canada CanadaBuys

Centralized Control and Alarm Monitoring Systems (CCAMS) for Mid-Shore Patrol Vessels (MSPV) of CCG (F7044-200246/A)

Process Number PW-$$ML-065-28754

Dates:


Publication date:

2022-07-26 00:00:00

Amendment date:

None

Date closing:

2022/09/29 14:00 Eastern Daylight Time (EDT)

Details:


Region of delivery:

British Columbia

Nova Scotia

Quebec

End user entity:

Fisheries and Oceans Canada

Procurement entity:

Public Works and Government Services Canada

Tendering procedure:

All interested suppliers may submit a bid

Reference number:

PW-$$ML-065-28754

Solicitation number:

F7044-200246/A

Description:


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: 1. 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. 2. 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 and PLC software 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, 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. 3. The initial contract is for the procurement of one (1) new CCAMS to replace the Existing CCAMS onboard CCGS A. Leblanc. 4. Canada will have the right to exercise any of the following options: A - Options for additional quantities: 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). 5. 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. 6. 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. 7. 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. 8. BIDDERS' CONFERENCE A bidders' conference will be held at the Institute of Ocean Sciences (IOS) Building, 9860 W Saanich Rd, Sidney, BC on September 8th, 2022, at 0900 PDT in the IOS Drawing Office 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) working days before the scheduled conference. 9. MANDATORY SITE VISIT It is mandatory that the Bidder visit the vessel. Arrangements have been made for the site visit to be held on September 7th, 2022 at 0900 PDT onboard CCGS Captain Goddard M.S.M., tied up alongside at the Canadian Coast Guard Base, 9860 W Saanich Rd, Sidney, BC. Bidders must communicate with the Contracting Authority no later than five (5) working 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. 10. Technical Documentation Package on a SharePoint Due to the size of the technical documentation files, the information will be available through a secure SharePoint site. 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. 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.

Contact information:


Contact name:

Manzer, Carson

Contact email:

Carson.Manzer@pwgsc-tpsgc.gc.ca

Contact phone:

(343) 551-4953 ( )

Contact address:

Contact Fax:

Solicitation Documents:


File Amendment Number Language Date added
ABES.PROD.PW__ML.B065.E28754.EBSU000.PDF 000 English 2022-07-26
ABES.PROD.PW__ML.B065.F28754.EBSU000.PDF 000 French 2022-07-26