Canada - TC-IC Marine RD&D - Call for Proposal (T8009-190223/B)

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 call for proposals (CFP) on behalf of Transport Canada Innovation Centre (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 the Protection of Marine Mammals.
This CFP invites proposals which are in a position 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 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.
This CFP will close on January 20, 2020.
There are three (3) streams for bidders to submit their proposals under the two (2) initiatives. These streams are in the form of individual Requests for Proposal (RFP) and are described in sections 1.2 to 1.4. Bidders are encouraged to submit proposals in accordance with the stream which best applies. Once submitted to a stream, proposals will only be evaluated on the criteria of that specific stream.
(TC-IC) Marine RD&D will provide funding to a proposal, up to the maximum funding per proposal as identified in Appendix 1 – Marine RD&D Priority Research Streams of this CFP and within each identified RFP process.
Multi-year proposals may be submitted where the average annual cost will be used for financial evaluation purposes.
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.
This stream is posted on buyandsell.gc.ca under file number T8009-190192
1.3 Marine Mammal Protection – Stream 2
The objective of the Marine Mammal Protection stream is to accelerate the deployment of technologies and/or designs that mitigate the impact of vessel-sourced underwater radiated noise (URN) on marine species and improve the detection of marine mammal presence in order to reduce the risk of acoustical and physical disturbances.
Due to the complexity and challenges associated with this initiative, Marine Mammal Protection will focus on 3 key areas
1. Safety Assessments and Technology Scans
2. Development of Models and Predictive Tools
3. Testing and Evaluation of Technologies
This stream is posted on buyandsell.gc.ca under file number T8009-190191
1.4 Combined Proposals – Stream 3
As development and research for both Stream 1 and Stream 2 may affect similar systems on vessels, TC-IC is interested in obtaining proposals which have implications for both streams, or that compare innovation affects between the streams. Stream 3 is specifically for proposals which meet requirements of both the Marine Mammal Protection initiative and the Clean Marine Initiative.
Projects that are submitted under this Stream should meet the objectives of both Streams 1 and 2. In previous research, it was identified that designing for efficiency improvements may result in additional benefits of noise reductions, or vice-versa. Transport Canada seeks to identify these technologies that result in both efficiency improvements and URN reduction, conduct testing and validation of the technologies, in order to quantify linkages between efficiency improvement and/or emission reductions (GHG and/or CAC) and URN reduction.
The key elements for this stream is a combination of both Stream 1 and Stream 2.
This stream is posted on buyandsell.gc.ca under file number T8009-190185
1.5 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 Appendix 1 – Marine RD&D Priority Research Streams.
1.6 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.
1.7 Canadian Content
This procurement is conditionally limited to Canadian goods and/or services. See Part 3.2 for more information.
1.8 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.
1.9 Potential Conditions
The following may apply to the resulting contract(s) requirements:
1.9.1 Security Requirements
There will be no security requirements associated with the resulting contract(s)
1.9.2 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 6 - Resulting Contract Clauses and the annex F titled - Federal Contractors Program for Employment Equity - Certification.
1.9.3 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.
1.9.4 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).
1.9.5 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 license granted to Canada for IP rights, which would include the right to use and have used the IP for Canada’s activities.
1.10 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.
1.11 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.
1.12 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.
1.13 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?