Canada - EREP: Mobile Incident Command Post - Type 3 Deployable Communications and Informatics Kit (MICP 3) (F7047-180094/A)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
15 January 2020
Opportunity publication date
26 November 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Trade Agreement: CETA / WTO-AGP / CPTPP / 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:

The MICP Type 3 Deployable Communications and Informatics Kit (hereafter referred as MICP 3) is intended to be a flexible modular deployable kit used to coordinate an incident response for marine pollution incidents using the Incident Command System (ICS) framework. MICP 3 will provide a modern network enabled communications capability that allows for command and control of a response with capability to directly communicate with both Regional and National Headquarters. MICP 3 is intended to be deployed into existing infrastructure such as government buildings, schools, mobile trailers, or community centres but may be deployed into austere conditions. The MICP 3 must be deployable by motor transit, aircraft and small vessels.
This procurement is part of the Environmental Response Equipment (ERE) Program for the Canadian Coast Guard, and forms part of the Oceans Protection Plan announced in November 2016. Under the ERE Program, Canadian Coast Guard is renewing its suite of environmental response equipment, ensuring a robust and strategic national response capability. The ERE Program will replace aging environmental response equipment and introduce some new technologies to over 80 locations across the country through approximately 50 to 100 unique procurements for different types of equipment.

The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), the Canadian Free Trade Agreement (CFTA) and the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP).

This bid solicitation may establish a contract with task authorizations for the delivery of the requirement detailed in the bid solicitation, to the Identified Users across Canada, including areas subject to Comprehensive Land Claims Agreements.

At the time when a Task Authorization is issued, the Contracting Authority and/or Project Authority will discuss with the Contractor to determine if there is an opportunity to include an Indigenous Benefits Plan which generates socio-economic benefits (employment, training and subcontracting) for Indigenous people or businesses.

The Federal Contractors Program (FCP) for employment equity applies to this procurement; see Part 5 – Certifications and Additional Information, Part 7 - Resulting Contract Clauses and the annex titled Federal Contractors Program for Employment Equity - Certification.

Bidders intending to submit bids should obtain solicitation documents directly from http://BuyAndSell.gc.ca. Solicitation amendments, if and when issued, will be available on http://BuyAndSell.gc.ca. 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. Learn how to receive notifications about solicitation amendments at
https://buyandsell.gc.ca/procurement-data/tenders/follow-opportunities

Businesses interested in learning more about selling to the Government of Canada are encouraged to review https://BuyAndSell.gc.ca/for-businesses/selling-to-the-government-of-canada.
The Office of Small and Medium Enterprises (OSME) offers free seminars to businesses interested in learning about the general procurement process and how to sell goods and services to the government. Refer to http://www.tpsgc-pwgsc.gc.ca/app-acq/pme-sme/index-eng.html for more information about OSME’s seminars and other services.

Suppliers are required to have a Procurement Business Number (PBN) before contract award. Suppliers may register for a PBN online at https://srisupplier.contractscanada.gc.ca/index-eng.cfm?af=ZnVzZWFjdGlvbj1yZWdpc3Rlci5pbnRybyZpZD0y&lang=eng. For non-Internet registration, suppliers may contact the InfoLine at 1-800-811-1148 to obtain the telephone number of the nearest Supplier Registration Agent.
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.

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.

The Phased Bid Compliance Process (PBCP) applies to this requirement.

Enquiries regarding this bid solicitation must be directed only to the Contracting Authority identified in the bid solicitation.

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.

Opportunity closing date
15 January 2020
Value of contract
to be confirmed

About the buyer

Address
Fisheries and Oceans Canada Canada

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?