Canada - Area Detection Identificationn System (ADIS) (W8476-18ADIS/D)
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 03 March 2021
- Opportunity publication date
- 23 January 2021
- Value of contract
- to be confirmed
- Your guide to exporting
Description
This bid solicitation cancels and supersedes previous bid solicitation number W8476-18ADIS/C dated 2020/07/08
This RFP contains 3 Volumes.
Volume 1 represents the Request for Proposal instructions and requirements to be addressed by Bidders.
Volume 2 reflects the resulting contract for the ADIS Acquisition.
Volume 3 reflects the resulting contract for the ADIS In-Service Support (ISS)
Bidders should take into consideration the information provided in all three volumes in submitting their bid.
Public Services and Procurement Canada (PSPC), on behalf of the Department of National Defence (DND) is seeking to procure 32 standoff chemical detection and identification system in support of the Area Detection and Identification System (ADIS) project integration services to Government Supplied Equipment (GSM), operational and maintenance training services and in-service support services. The ADIS will provide an early warning to Canadian Armed Forces (CAF) personnel of incoming Chemical Warfare Agents and Toxic Industrial Chemicals threats.
This procurement will result in two distinct contracts:
W8476-145109/001/sl - Acquisition and professional services (referenced herein as ADIS ACQ) for a period not to exceed three years; and,
W8476-165477/001/sl - In-Service Support (referenced herein as ADIS ISS) for a period of two years with up to four optional periods of two years each. The ADIS ISS will begin upon the satisfactory delivery of the first product under the ADIS ACQ.
There are security requirements associated with this requirement.
The requirement is not subject to the provisions of the following agreements as it is excluded under FSC 6665, Hazard-Detecting Instruments and Apparatus:
Canadian Free Trade Agreement (CFTA),
World Trade Organization – Agreement on Government Procurement (WTO-AGP),
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
Industrial and Technological Benefits (ITB) including Value Proposition (VP)
The requirement is subject to the application of the Industrial and Technological Benefits (ITB) Policy including Value Proposition (VP) as detailed in Part 4. It is Canada’s intent that the successful Contractor provides Industrial and Technological Benefits, including a Value Proposition related to both the ADIS Acquisition and In-Service Support requirements, to maximize business activities for Canadian industry.
Controlled Goods
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).
Federal Contractors Program (FCP)
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 .
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.
P.S: Please contact the Contracting authority directly to obtain the Excel version of the EN ATTACH 1 to PART 3 PDF
- Opportunity closing date
- 03 March 2021
- Value of contract
- to be confirmed
About the buyer
- Address
- Public Works and Government Services Canada Canada
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.