Canada - TC-IC Call for Proposal - Clean Marine - Stream 1 (T8009-190192/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
20 January 2020
Opportunity publication date
04 December 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

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:

1.1 Summary and Procurement approach
Public Works and Government Services Canada (PWGSC) is issuing this Request for Proposal (RFP) on behalf of Transport Canada Innovation Center (TC-IC) Marine RD&D, which is mandated to obtain targeted research and development, advance scientific capacity, and provide guidance to industry in 2 main initiatives; Clean Marine and Marine Mammal Protection..
This RFP invites proposals specifically for stream 1, Clean Marine. Proposals submitted under this stream should be projects which are to be implemented within the fiscal year of 2020-21 with contracting planned for start in April 2020. Multi-year proposals are acceptable up to a maximum of 4 years.
In the month of November 2019, Canada held TC-IC T Marine RD&D Request for Proposals Information Sessions in two locations in Canada; Vancouver and Halifax. These info sessions presented the initiatives, detail key elements for each proposal stream and the proposal submission process.
There are three (3) streams for bidders to submit their proposals under two (2) initiatives. This streams is specifically for stream 1 – Clean Marine. There are 2 other streams plus an overarching Call for Proposals which can be located on buyandsell.gc.ca under the following file numbers:
• Stream 2 – Marine Mammal Protection T8009-190191
• Stream 3 – Combined Proposals T8009-190185
• TC-IC Marine RD&D Call for Proposal(CFP) T8009-190223
Bidders are directed to review the Call for Proposal and all other streams to ensure that any proposal submitted is being submitted to the most applicable stream.
1.2 Clean Marine – Stream 1
The objective of the Clean Marine stream is to decrease greenhouse gas (GHG) and criteria air contaminants (CAC) emissions from Canadian vessels; this is accomplished through efficiency improvements and/or conducting fundamental clean technology research and validation of clean technologies or design changes. At this time, the Clean Marine stream will focus on two themes within the Canadian marine sector:
1. Emerging Technologies
2. Testing and Validation of Pre-Commercial and Commercial Technologies.
Examples of potential projects include, but are not limited to:

• Development of new emission treatment technologies;
• Novel vessel designs;
• Technologies to monitor vessel performance in real-time;
• Alternative fuels to maritime diesel;
• Alternative energy sources from conventional diesel engines.
• Emission testing of after-treatment technologies and fuels, i.e. scrubbers, different alternative fuel blends;
• Characterizing the performance (safety, environmental, efficiency) of alternative power sources (ie. Fuel cell, photovoltaic, etc.) for different vessel classes, use cases, etc.
1.3 Technology Readiness Level (TRL)
Canada is looking for proposals which have a specific range of TRL levels that is dependent on the key area and the initiative. The layout of the levels for each key are laid out in Annex A - Appendix 1– Marine RD&D Priority Research Streams – Clean Marine.
1.4 Trade Agreements
The Canadian Free Trade Agreement (CFTA) applies to this procurement. The CFP process is organized in a manner consistent with the principles of the CFTA in terms of equal access, fairness, and transparency.
This procurement is excluded from the North American Free Trade Agreement (NAFTA) as per Annex 1001.1b-2 Research and Development, all classes, and excluded from the application of the World Trade Organization—Agreement on Government Procurement (WTO-AGP) under Appendix 1, Annex 4, as well as excluded from the Canada-European Union Comprehensive Economic and Trade Agreement (CETA) as per Annex 19-5. a.
1.5 Canadian Content
This procurement is conditionally limited to Canadian goods and/or services. See Part 3.1 for more information.
1.6 Conflict of Interest
The Contractor, its subcontractor(s) or any of their agent(s) directly or indirectly involved in the performance of the Work and/or in the production of the deliverables under any resulting Contract will not be precluded from bidding on any potential future proposal solicitation related to the production or exploitation of any concept or prototype developed or delivered.
1.7 Potential Conditions
The following may apply to the resulting contract(s) requirements:
1.7.1 Security Requirements
There will be no security requirements associated with the resulting contract(s)
1.7.2 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.
1.7.3 Comprehensive Land Claims Agreement (CLCA)
Depending on the proposal received, the region of delivery for the goods and/or services may be in an area subject to Comprehensive Land Claims Agreements (CLCAs). If this occurs, the procurement will be subject to the applicable CLCA.
1.7.4 Controlled Goods
Any resulting contract may be subject to the Controlled Goods Program. Refer to the Controlled Goods Program website (https://www.tpsgc-pwgsc.gc.ca/pmc-cgp/index-eng.html).

1.7.5 Intellectual Property
The Bidder must certify that it owns or has the rights to all relevant background and/or foreground Intellectual Property (IP) requisite to proceed with the work as defined in the SOW.
The default position of Canada is to allow contractors to retain the IP rights with a licence granted to Canada for IP rights, which would include the right to use and have used the IP for Canada’s activities.
1.8 Maximum Funding and Performance Period
For information regarding the maximum budget, number of projects desired per year, and maximum yearly budget per contract, refer to Annex A - Appendix 1 – Marine RD&D Priority Research Streams – Clean Marine.
Proposals must clearly indicate the division of costs, and clearly indicate the percentage of cost being requested for, maximum allowable cost share for each key element is indicated in Annex A - Appendix 1 – Marine RD&D Priority Research Streams – Clean Marine.
1.9 ePost Connect
This CFP allows bidders to use the epost Connect service provided by Canada Post Corporation to transmit their proposals electronically. Bidders must refer to Part 2 entitled Bidder Instructions, and Part 3 entitled Bid Preparation Instructions, of the bid solicitation, for further information.
1.10 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.
1.11 Phased Bid Compliance
The Phased Bid Compliance Process applies to this requirement.

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
20 January 2020
Value of contract
to be confirmed

About the buyer

Address
Transport 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?