Canada - Turret EO R&O (W8486-184272/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
17 January 2020
Opportunity publication date
03 December 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: Best Overall Proposal
Comprehensive Land Claim Agreement: No
Nature of Requirements:

The Department of National Defence (DND has a requirement for Repair and Overhaul (R&O) and upgrade of the Leopard 2 Main Battle Tank (MBT)Turret Electro-Optics (EO) components as per Annex A, the Technical Statement of Work and Annex B, Logistic Statement of Work.

The Contractor must provide Repair and Overhaul (R&O) including, but not limited to: inspection, disassembly, repair, reassembly, testing, use of Original Equipment Manufacturer (OEM) parts, packaging, technical data management, integrated logistics and maintenance support, labour and materials on an as when required basis for the Candidates List under Appendix 1 to Annex A.

The period of performance will be for a duration of two (2) firm years from the date of contract award with an option to extend the period of performance by two (2) additional one (1) year period for a possible total of four (4) years.

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

There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, bidders should refer to the Industrial Security Program (ISP) of Public Services and Procurement Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website)”.

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).

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

The bid evaluation process includes a formal, single phase bid compliance process that identifies where bidders are non-compliant and gives non-compliant bidders a second chance to demonstrate compliance. Bidders must refer to Part 4 of the bid solicitation entitled Evaluation Procedures and Basis of Selection.

This bid solicitation allows bidders to use the epost Connect service provided by Canada Post Corporation for bid submission. Bidders must refer to Part 2 of the bid solicitation entitled Instructions to bidders for further information."

The Crown retains the right to negotiate with suppliers on any procurement.

Documents may be submitted in either official language of Canada.

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
17 January 2020
Value of contract
to be confirmed

About the buyer

Address
Department of National Defence Canada

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

Is there anything wrong with this page?