Trade Agreement: 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:
Amendment 010
This amendment is raised to publish a question and answer.
*************************************************
Amendment 009
This amendment is raised to publish a question and answer.
*************************************************
Amendment 008
This amendment is raised to extend the bid closing date.
All other terms and conditions remain unchanged
*************************************************
Amendment 007
This amendment is raised to publish questions and answers.
All other terms and conditions remain unchanged
*************************************************
Amendment 006
This amendment is raised to:
1.
Provide clarification to the Request for Proposal - Technical Bid Evaluation Plan, for criteria M4 and;
2. Modify Appendix 1 to Part 4 of the RFP - Technical Bid Evaluation Plan.
All other terms and conditions remain unchanged
*************************************************
Amendment 005
This amendment is raised to extend the bid closing date.
All other terms and conditions remain unchanged
*************************************************
Amendment 004
This amendment is raised to publish questions and answers.
All other terms and conditions remain unchanged
*************************************************
Amendment 003
This amendment is raised to publish questions and answers.
All other terms and conditions remain unchanged
*************************************************
Amendment 002
This amendment is raised to extend the bid closing date and to provide clarification regarding the submission of Compliance Assessment Reports (CARs) as part of the Phased Bid Compliance Process (PBCP).
All other terms and conditions remain unchanged
*************************************************
Amendment 001
This amendment is raised to publish questions and answers, modify the TSOR, to clarify the SOW and to modify the Table of Contents of the French RFP document (in the French amendment only).
All other terms and conditions remain unchanged
**************************************************
EREP: Self-Propelled Advancing Skimmer (SPAS)
On behalf of the Canadian Coast Guard (CCG), Public Works and Government Services (PWGSC) is procuring Self-Propelled Advancing Skimmers to be manufactured based on the CCGs requirements, following the related Request for Information (RFI) that closed March of 2017. The Self-Propelled Advancing Skimmers (SPAS) represents a vital part of CCGs new Environmental Response capability. Presently, CCG is completely reliant on small portable skimmers for on-water oil skimming, which require external pumps and storage tanks as well as a vessel to transport the complete system. A SPAS is an autonomous piece of equipment, operated by only a few personnel, which can rapidly advance and recover spilled oil from the water using a built-in oil recovery and storage capability without relying on the use of any additional equipment. This system will greatly increase the response time for spills, stemming the dispersal of the slick and resulting in greater amounts of oil recovered.
This procurement is part of the Environmental Response Equipment (ERE) Program for the CCG, and forms part of the Oceans Protection Plan announced in November 2016. Under the ERE Program, CCG is renewing its suite of environmental response (ER) equipment, ensuring a robust and strategic national response capability. The ERE Program will replace aging ER equipment and introduce some new technologies to over 80 locations across the country through approximately 50-100 unique procurements for different types of equipment.
The requirement is subject to the provisions of the North American Free Trade Agreement (NAFTA) and Canadian Free Trade Agreement (CFTA).
This procurement is subject to the Tsawwassen First Nation Final Agreement and may be Huron-Wendat Nation, Mohawks of Quebec, Regroupement Petapan Land Claim Agreements.
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 annex titled Federal Contractors Program for Employment Equity - Certification.
Due to the nature of the bid solicitation, bids transmitted by facsimile, e-mail, or the epost Connect service to PWGSC will not be accepted. Bidders must refer to Part 2 of the bid solicitation entitled Instructions to bidders for further information.
Bidders intending to submit bids should obtain solicitation documents from the Government Electronic Tendering System (GETS) at http://BuyAndSell.gc.ca. Solicitation amendments, if and when issued, will be available on GETS. It is the responsibility of the Bidder to ensure that all amendments issued during the solicitation period have been obtained and addressed in the submitted bid. Bidders basing their submissions on solicitation documents obtained from other sources do so at their own risk.
Suppliers are required to have a Procurement Business Number (PBN) before contract award. Visit https://BuyAndSell.gc.ca/for-businesses/register-as-a-supplier for PBN registration instructions and to learn more about selling to the Government of Canada.
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.
Delivery Date: 19/06/2019
The Crown retains the right to negotiate with suppliers on any procurement.
Documents may be submitted in either official language of Canada.