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: 2022-06-10 00:00:00
Canada CanadaBuys

Plaque de protection balistique (W7701-217392/A)

Process Number PW-$QCL-054-18322

Dates:


Publication date:

2022-06-10 00:00:00

Amendment date:

None

Date closing:

2022/07/14 14:00 Eastern Daylight Time (EDT)

Details:


Region of delivery:

Quebec

End user entity:

Department of National Defence

Procurement entity:

Public Works and Government Services Canada

Tendering procedure:

All interested suppliers may submit a bid

Reference number:

PW-$QCL-054-18322

Solicitation number:

W7701-217392/A

Description:


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 Lightweight Standalone Specific Threat Plate - Generation C3 Description Public Services and Procurement Canada (PSPC) on behalf of Defense Research and Development Canada (DRDC) located in Valcartier, (Quebec), is seeking bids for the development of the Generation C3 of the Lightweight Standalone Specific Threat Plate (armour plate) to the Department of National Defence (DND). The objective is to develop a new standalone armour plates with significantly reduced mass compared to the Generation C2 armour system in order to decrease the weight burden of its soldiers, while maintaining the same ballistic performance. This requirement consists of a two-year development phase project to support the research and development of the new armour plate. Up to two (2) bids may be recommended for contract award. At the end of Phase 1 - Development phase, and if considered relevant by DND based on previous control test results, the Contractors will be asked to provide armour plates (male profile only) for a final control test to be conducted at DRDC Valcartier ballistic laboratories. A limited Request for a Standing Offer (RFSO) will be sent to Contractors whose control test results of their final concept at Phase 1 are conclusive and who agree to proceed to Phase 2 - Production phase according to the statement of work defined in Attachment 1 to Annex A will be issued. The Offerors will be evaluated based on mandatory and point rated evaluation criteria defined in Attachment 2 to Annex A and ranked on the highest combined rating of technical merit and price. Up to two (2) National Individual Standing Offers (NISO) may be recommend for issuance. Client department The organization for which the services are to be rendered is Defence Research and Development Canada - Valcartier Research Center Period of the Contract Phase 1 - Development phase The period of the Contracts is from date of Contract for up to twenty-four (24) months. Phase 2 - Production phase The Standing Offers will be valid from date of issuance for up to sixty (60) months. Intellectual Property Defence Research and Development Canada - Valcartier Research Center has determined that any intellectual property rights arising from the performance of the Work under the resulting contract will belong to the Contractor. Security Requirements 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 Trade Agreements The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA) Optional Virtual Bidders’ Conference There is an optional bidder’s conference associated with this requirement. Consult Part 2 - Bidder Instructions. Multiple Contracts and Standing Offers Phase 1 - Development phase Canada plans to award up to two (2) Contracts against this Request for Proposals. Phase 2 - Production phase Canada plans to issue up to two (2) National and Individual Standing Offers (NISO) using the proportional basis as the model of ranking methodology. Federal Contractors Program for Employment Equity The Federal Contractors Program (FCP) for employment equity applies to this procurement; refer to Part 5 - Certifications and Additional Information, Part 7 - Resulting Contract Clauses and the attachment titled Federal Contractors Program for Employment Equity - Certification. Controlled Goods Program 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). Submission of Bids Bids must be submitted by fax to the number indicated in the Request for Proposal or electronically using the Canada Post Corporation’s (CPC) Connect service for the subject Request for Proposal. This service allows Contractors to submit bids, offers and arrangements electronically to Public Works and Government Services Canada (PWGSC) Quebec Region Bid Receiving Unit. This online service enables the electronic transfer of large files up to Protected B level. Hard copy (submitted in person or via mail/courier) offers will not be accepted for the subject Request for Proposal. COVID-19 Vaccination Requirement This requirement is subject to the COVID-19 Vaccination Policy for Supplier Personnel. Failure to complete and provide the COVID-19 Vaccination Requirement Certification as part of the bid will render the bid non-responsive. Debriefings Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person. Ce bureau de TPSGC fournit des services d'achat au public dans les deux langues officielles. / This PWGSC office provide procurement services in French and English. 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:

Boisclair, Daniel

Contact email:

daniel.boisclair@tpsgc-pwgsc.gc.ca

Contact phone:

(418) 571-8051 ( )

Contact address:

Contact Fax:

( ) -

Solicitation Documents:


File Amendment Number Language Date added
ABES.PROD.PW_QCL.B054.E18322.EBSU000.PDF 000 English 2022-06-10
ABES.PROD.PW_QCL.B054.F18322.EBSU000.PDF 000 French 2022-06-10