Narwin.ai
### Summary of Opportunity: UPS Batteries - Millhaven Institution 1. **Purpose**: The primary purpose of this Request for Proposal (RFP) is to solicit bids for the replacement of Uninterrupted Power Supply (UPS) and Always On batteries at Millhaven Institution. This project is essential to maintain critical systems, including door and barrier control and emergency lighting during power failures. The work aims to ensure that the UPS system operates normally and complies with CSA/TSSA standards. 2. **Buyer Information**: The issuing organization is the Correctional Service of Canada (CSC). - **Contact Person**: Robin Riha - **Email**: robin.riha@csc-scc.gc.ca - **Telephone**: 613-328-9727 3. **Important Dates**: - **Posted Date**: June 19, 2023 - **Due Date for Bids**: July 12, 2023, at 10:00 AM EST - **Delivery Deadline**: All deliverables must be received on or before September 28, 2023. 4. **Key Requirements**: The contractor selected for this project must: - Supply and install: - 75 SLA12-75 or equivalent batteries. - 140 S12V285 or equivalent batteries. - Replace batteries in designated areas: A Unit, T Building, E Unit, J Unit, S Building (Hospital), U Building, and Y Unit (RTC). - Ensure all installed systems are returned to normal operating conditions and comply with CSA/TSSA standards. - Dispose of all removed batteries in an environmentally friendly manner, adhering to required regulations. The procurement is open to all interested suppliers and is based on a competitive strategy that selects the lowest priced compliant bid. There are no set-asides for Indigenous Suppliers or comprehensive land claim agreements associated with this opportunity. Suppliers can refer to attached documents for detailed specifications, and any clarifications or changes following a mandatory site visit that took place on June 28, 2023, will be communicated through amendments to the bid solicitation. This summary provides a concise overview for businesses interested in evaluating and participating in this opportunity.
### Summary of Opportunity EN578-191297 Request for Supply Arrangement 1. **Purpose**: The main purpose of this Request for Supply Arrangement (RFSO) is to establish arrangements with suppliers interested in providing a comprehensive range of promotional items. This includes items such as clothing, office products, and various branded merchandise to support the communication projects of federal departments and agencies on an "if and when requested" basis. This encompasses quality imprint methods, including silkscreen, embroidery, carving, and etching. 2. **Buyer Information**: The buyer for this opportunity is the **Department of Public Works and Government Services (PSPC)**. For inquiries and further information, the contact person is: - **Maxine Holloway** - Email: [maxine.holloway@tpsgc-pwgsc.gc.ca](mailto:maxine.holloway@tpsgc-pwgsc.gc.ca) - Preferred pronouns: elle-la / she-her. 3. **Important Dates**: - **Posted Date**: October 17, 2023 - **Due Date**: December 30, 2024, by 14:00 EDT - **Note**: All bids submitted after the due time will be declared non-responsive. 4. **Key Requirements**: Suppliers interested in this opportunity should be prepared to provide a variety of promotional items, which may include, but are not limited to: - Clothing items - Office products (e.g., pens, stickers, mouse pads) - Mugs and water bottles - Other promotional materials The supply arrangement is intended to support communication needs of federal agencies on an as-needed basis with a focus on quality and effective branding. Detailed specifications regarding the promotional items and the bidding process may be available in the full tender documents. This opportunity presents a long-term engagement with the government and is suitable for suppliers experienced in promotional products and adaptable to contract variations such as order sizes and customization methods. Interested suppliers are advised to prepare their documentation and submissions in advance of the due date.
**Summary of Truck Flat Deck 4 x 4 Knuckle Boom Crane Opportunity** 1. **Purpose**: The primary purpose of this Request for Proposal (RFP) is to solicit bids for the procurement of a truck flat deck equipped with a 4 x 4 knuckle boom crane for the Department of National Defence (DND). This equipment will enhance the operational capabilities of the DND by allowing for efficient transportation and unloading of heavy materials in diverse terrains. 2. **Buyer Information**: The issuing organization for this opportunity is the **Department of National Defence (DND)**. While specific contact details are not provided in the metadata, interested bidders should refer to the DND's official procurement website or contact their procurement office for further inquiries regarding this RFP. 3. **Important Dates**: - **Posted Date**: June 24, 2025 - **Due Date**: August 21, 2025 Key milestones might be detailed in the full RFP documents, including potential pre-bid meetings or Q&A sessions. Interested parties should monitor the procurement portal for any updates on timelines. 4. **Key Requirements**: While the summary does not provide specific documents for review, bidders should anticipate comprehensive requirements that may include: - Specifications for the truck flat deck and knuckle boom crane, including load capacities and safety features. - Compliance with DND regulations and standards. - Delivery timelines and warranty information. - Possible requirements for maintenance services or training for DND personnel on the operation of the equipment. - Financial and technical submission formats that must be adhered to in proposals. Businesses evaluating this opportunity are advised to prepare by reviewing the necessary compliance standards, ensuring they meet technical specifications, and understanding the procurement process outlined by the DND. Downloading the complete RFP when available will provide essential documentation needed for a competitive submission. For further details, it is recommended to check for any amendments or additional information released by the DND before the proposal due date.
**Summary: Psychometrics Tool EQ-i 2.0 Opportunity** 1. **Purpose**: The main purpose of this opportunity is to acquire professional psychometric tools and services to support the Defence Team Coaching Program (DTCP) within the Department of National Defence (DND). The focus is on promoting a culture of leadership, respect, and honour consistent with the Strong, Secure, Engaged defence policy. A key component of this initiative involves the use of the EQ-i 2.0 Emotional Intelligence assessment, which measures emotional and social functioning to enhance leadership development among senior leaders and executive-level clients in the Canadian Armed Forces (CAF). 2. **Buyer Information**: The buying organization for this opportunity is the Department of National Defence (DND). For inquiries, contact: - **Name**: Blaine Edwards - **Email**: blaine.edwards@forces.gc.ca 3. **Important Dates**: - **Posted Date**: August 7, 2025 - **Due Date**: August 22, 2025, at 14:00 (UTC) 4. **Key Requirements**: The primary requirement is the provision of the EQ-i 2.0 assessment and related psychometric services tailored to leadership development in military contexts. Vendors should demonstrate expertise in implementing psychometric tools that focus on emotional intelligence, self-awareness, and interpersonal communication skills, all essential for effective leadership within the CAF. Proposals should outline how they will facilitate the use of these tools to support the growth of individual leaders and teams, contributing to overall performance and cultural enhancement within the DND. Businesses interested in this opportunity should prepare to showcase their experience with similar psychometric tools and their ability to deliver tailored coaching programs that align with DND's objectives.
### Summary of Opportunity: Development of Service Area in Kegaska Harbour, Lower North Shore, Quebec 1. **Purpose**: The main purpose of this Request for Proposal (RFP) is to solicit contractors for the development of a service area at Kegaska Harbour. This project includes excavation and disposal of topsoil, leveling and backfilling of parking areas, pavement of an operational area, relocation of a crane, and electrical work including new hookups and lighting. 2. **Buyer Information**: The issuing organization for this opportunity is the **Department of Fisheries and Oceans (DFO)**, Canada. - **Contact Person**: Dina Al-Eryani - **Email**: dina.al-eryani@dfo-mpo.gc.ca 3. **Important Dates**: - **Posted Date**: July 17, 2025 - **Due Date**: August 26, 2025, by 14:00 (2 PM) - **Expected Completion**: All work should be completed by November 15, 2025. The construction season typically runs from mid-April to mid-October. 4. **Key Requirements**: The project involves several critical tasks, including but not limited to: - Excavation and disposal of topsoil. - Leveling of existing parking and backfilling of new areas. - Pavement of parts of the operational area. - Relocation of an existing crane. - Comprehensive electrical work, which entails: - New electrical hookups and service post power supply. - Installation of street lamp posts and light fixtures. - Exhibit adherence to health and safety regulations throughout the project. - Coordination with the Port Authority for site usage and access management. - The contractor is responsible for any materials shipped to the site by DFO post-delivery until final completion is certified. #### Attached Documents: 1. **Annex C - Civil Specifications**: This document outlines general requirements, detailing construction activities, safety precautions, environmental procedures, and the coordination required with existing services and infrastructure. 2. **Annex D - Electrical Drawings**: This includes technical specifications and drawings related to the electrical installations required for the project. Businesses evaluating this opportunity should ensure they can meet the outlined specifications and are prepared to operate in accordance with the DFO's guidelines, ensuring safety and quality throughout the work process.
## Summary of Opportunity: Aircraft Safety Belts ### 1. Purpose The primary objective of this Request for Proposal (RFP) is to procure 200 new seat belts for aircraft safety, with an emphasis on expedited delivery. The selection process aims to identify qualified suppliers who can meet the specified requirements and provide timely delivery of the safety belts. ### 2. Buyer Information The issuing organization is the **Department of National Defence (DND)**, Canada. **Contact Person**: Nikhita Setia **Email**: [nikhita.setia@forces.gc.ca](mailto:nikhita.setia@forces.gc.ca) **Telephone**: 819-939-6101 **Fax**: 819-939-4448 **Address for Submission**: Bid Receiving Unit 50 Victoria Street, PDP I, Mailroom C114 Gatineau, Québec, K1A 0C9 (J8X 3X1) ### 3. Important Dates - **Posted Date**: July 25, 2025 - **Due Date for Proposals**: August 26, 2025, at 14:00 Eastern Standard Time - **Delivery Required**: March 31, 2026 ### 4. Key Requirements The opportunity details specify the need for the supply of 200 aircraft safety belts. Key elements include: - Proposals must meet the standards outlined in the documentation, specifically regarding the condition and certification of deliverable items. - Bids must be submitted only to the designated Bid Receiving Unit, following the instructions provided in the documents. - Bidders will need to provide details regarding the delivery timeline, as expedited delivery is a priority. - Enquiries regarding the proposal can be directed to the contact person; however, they must be submitted in writing no later than seven days prior to the closing date. Bidders should carefully review the attached RFP documents to ensure compliance with all requirements and to prepare an appropriate submission.
**Summary of Opportunity: One (1) Life Cycle Management Specialist, Senior** 1. **Purpose**: The main purpose of this RFP is to procure the services of one (1) Senior Life Cycle Management Specialist for the Department of National Defence (DND). The specialist will assist the CH146 Weapon System Manager in integrating a configuration variant into an existing fleet and support airworthiness functions, providing advice and solutions for effective integration. 2. **Buyer Information**: - **Organization**: Department of National Defence (DND) - **Point of Contact**: Chantal Leavoy - **Email**: DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca 3. **Important Dates**: - **Posted Date**: August 1, 2025 - **Due Date for Proposals**: August 26, 2025 - **Contract Duration**: September 1, 2025, to August 30, 2028, with two optional years. 4. **Key Requirements**: - The contract is estimated at 240 days of effort per year. - Bidders must be pre-qualified suppliers under the Task and Solutions Professional Services (TSPS), specifically qualified under Tier 1 for the Life Cycle Management Specialist category. - The position is based in Calgary, AB (58 Aero Drive) with potential travel to other DND sites in Canada. - A supplier security clearance (FSC - Secret) is required, although no document safeguarding is necessary. Businesses interested in this opportunity should ensure they meet the pre-qualification requirements and submit their proposals by the due date. Further inquiries should be directed to the specified point of contact.
### Summary of Opportunity: 4 Door Secure Stackable Container 1. **Purpose**: The Royal Canadian Mounted Police (RCMP) is seeking to procure one (1) four (4) door secure stackable container. This container will serve as a transportable centralized storage unit for emergency response gear, thereby facilitating rapid deployment in the event of a Chemical, Biological, Radiological, Nuclear, and Explosives (CBRNE) incident occurring anywhere in Canada. 2. **Buyer Information**: - **Organization**: Royal Canadian Mounted Police (RCMP) - **Procuring Office**: RCMP Contracting and Procurement - **Address**: 73 Leikin Dr MS #1, Ottawa, ON K1A 0R2, Canada - **Contact**: Megan McCoy - **Email**: megan.mccoy@rcmp-grc.gc.ca 3. **Important Dates**: - **Posted Date**: August 6, 2025 - **Due Date**: August 26, 2025, at 14:00 (2:00 PM) EST - **Delivery Deadline**: All deliverables must be received 10 weeks from the contract award date. 4. **Key Requirements**: - **Bid submissions must come from Canadian suppliers only**, as the solicitation is restricted to domestic suppliers. - The basis of selection will be the **Lowest Compliant Bid**, meaning bids must meet all specifications and requirements while being the least expensive. - **Tender documents** can be accessed via the Government Electronic Tendering Service (GETS) at [CanadaBuys](https://canadabuys.canada.ca/en/tender-opportunities). - All submissions may be made in English or French. - Suppliers are encouraged to profile themselves in the **Indigenous Business Directory (IBD)** if applicable, to enhance visibility and potential participation in contracts set aside for Indigenous businesses. - An emphasis on **environmentally preferable packaging** is part of the procurement, in alignment with the RCMP's commitment to green procurement practices. For businesses looking to participate, ensure to regularly check GETS for any amendments or updates to tender documents and requirements, as notifications will not be sent directly by Canada.
### Summary of Opportunity: Senior Life Cycle Management Specialist (LCMS) 1. **Purpose**: The main purpose of this Request for Proposal (RFP) is to solicit proposals for the services of one (1) Senior Life Cycle Management Specialist (LCMS) for the Department of National Defence (DND). The contract is intended to establish a two-year engagement, with options for up to four additional one-year extensions. The specialist will assist in technical engineering and maintenance services within the specified Tier 1 budget of less than $3.75 million. 2. **Buyer Information**: The issuing organization is the **Department of National Defence (DND)**. For inquiries related to the RFP, interested bidders should contact: **Jennifer Ouellet** Email: [jennifer.ouellet2@forces.gc.ca](mailto:jennifer.ouellet2@forces.gc.ca) 3. **Important Dates**: - **Posted Date**: August 11, 2025 - **Due Date**: August 26, 2025, at 14:00 - **Time Frame of Delivery**: Services to commence on November 1, 2025. 4. **Key Requirements**: Bidders must be pre-qualified suppliers under the Task and Solutions Professional Services (TSPS) Supply Arrangement (SA) number E60ZT-18TSPS. Key requirements include: - Submission of detailed information per section 2.3 of Part 2 of the bid solicitation. - Compliance with security requirements, including a Secret Security Clearance and adherence to the Industrial Security Program guidelines. - Services to be provided on-site at designated DND facilities within the National Capital Region, including locations in Gatineau, QC, and Kanata, ON. - Bidders must adhere to specific provisions regarding contracts awarded to former public servants as mandated by Treasury Board policies. This opportunity is designed for businesses with relevant qualifications that can provide specialized support to the DND for life cycle management and technical services, while ensuring compliance with security stipulations.
### Summary of Opportunity: Communications Coordinator for the Canadian Council of Forest Ministers 1. **Purpose**: The primary aim of this Request for Proposals (RFP) is for Natural Resources Canada (NRCan) to engage a bilingual Strategic Communications Coordinator. This role is designed to enhance both internal and external communications for the Canadian Council of Forest Ministers (CCFM), improving the dissemination of information to stakeholders, media, and the public while ensuring effective coordination among various working groups and task teams within the CCFM. 2. **Buyer Information**: The buyer for this opportunity is the Department of Natural Resources (NRCan). - **Contact**: Mathew Star - **Email**: mathew.star@nrcan-rncan.gc.ca - **Telephone**: 613-222-9067 3. **Important Dates**: - **Posted Date**: July 16, 2025 - **Due Date**: August 26, 2025, at 2:00 PM EDT - **Amendment Issued**: August 8, 2025 (Amendment 001) 4. **Key Requirements**: Proposals must meet several mandatory criteria, evaluated on a pass/fail basis: - **M1**: Recent experience in developing communications strategies; proposals must detail three strategies completed within the last 36 months, including project title, summary, and client authority contact information. - **M2**: Experience in delivering communications and/or public relations activities; proposals should include three relevant projects (at least one internal and one external) completed in the last 36 months. - **M3**: A minimum of 12 months of experience in collaborative communications initiatives involving federal or provincial/territorial governments over the past five years, with necessary project details. - **M4**: Experience in updating website content, detailing at least two relevant projects completed within the last 36 months. - **M5**: Identification of a Communications Consultant with at least one year of experience in strategic communications, accompanied by a detailed CV. With this RFP, NRCan is seeking qualified bidders that can demonstrate specific expertise and past performance related to communications both within governmental contexts and publicly, ensuring effective promotion and coordination of the CCFM's work. Interested bidders should review the Q&A and amendatory documents for detailed criteria adjustments and further insights into expectations.
### Summary of Opportunity for Differential Scanning Fluorimetry 1. **Purpose**: The main purpose of this Request for Proposal (RFP) is to procure a Differential Scanning Fluorimetry (DSF) instrument for the National Research Council of Canada (NRC) to measure protein stability. This instrument will facilitate the setup of formulation and stability studies with medium throughput and low sample consumption, particularly in projects related to biologics formulation. 2. **Buyer Information**: The buyer/issuing organization is the National Research Council of Canada (NRC). For inquiries, interested parties can contact Kacendra Dion via email at [kacendra.dion@cnrc-nrc.gc.ca](mailto:kacendra.dion@cnrc-nrc.gc.ca). The bids must be submitted to the following email: [NRC.BidReceiving-ReceptiondesSoumissions.CNRC@nrc-cnrc.gc.ca](mailto:NRC.BidReceiving-ReceptiondesSoumissions.CNRC@nrc-cnrc.gc.ca). 3. **Important Dates**: - **Posted Date**: July 29, 2025 - **Due Date**: August 26, 2025, at 2:00 PM EDT 4. **Key Requirements**: - **Bid Submission**: Bidders are required to submit one electronic Technical Bid and one electronic Financial Bid as separate attachments, clearly marked. Financial information must be included solely in the Financial Bid. - **Eligibility**: Bidders must hold a valid organization security clearance to be eligible for the contract award. - **Evaluation Criteria**: Detailed evaluation procedures and selection criteria will be outlined in the RFP, specifically in Part 4 of the attached documents. - **Compliance**: Bids must remain valid for at least 120 calendar days from the closing date, and all submitted bids must adhere to the Standard Acquisition Clauses and Conditions specified. - **Debriefings**: Bidders may request a debriefing within 15 working days from the receipt of bid results. Interested vendors are encouraged to thoroughly review the attached documents to understand all specifications, criteria, and instructions before submitting their bids.
**Summary of Opportunity: Welding Services RFP** 1. **Purpose**: The main purpose of this Request for Proposals (RFP) is for Natural Resources Canada (NRCan) to solicit proposals from qualified Contractors to perform installation and modification of welded pressure piping, pressure tubing, and repair and alteration of pressure vessels, as well as general welding services. The work will occur both in the Contractor’s shop and in the field at NRCan's Bells Corners Complex in Ottawa, Ontario. 2. **Buyer Information**: - **Organization**: Natural Resources Canada (NRCan) - **Contact Person**: Vincent Gariépy - **Email**: vincent.gariepy@nrcan-rncan.gc.ca - **Address**: Natural Resources Canada, 1 Haanel Drive, Ottawa, Ontario, K1A 1M1 3. **Important Dates**: - **Posted Date**: July 25, 2025 - **Due Date**: August 26, 2025, at 2:00 PM Eastern Daylight Time (EDT) - **Contract Period**: From the date of contract to March 31, 2026, with an option to extend for up to two (2) additional twelve (12) month periods under the same terms and conditions. 4. **Key Requirements**: - **Work Scope**: The contract includes installation and modification of welded pressure piping and tubing, repairing and altering pressure vessels, and providing various general welding services. - **Work Locations**: Services will be delivered both indoors and outdoors at NRCan's facility in Ottawa as well as offsite. - **Security**: Bidders must comply with associated security requirements, detailed in Part 6 of the RFP. Specific personnel and organizational security screening processes must be met. - **Contract Clauses**: Bidders are required to accept all terms and conditions outlined in the resulting contract clauses. A detailed understanding of these clauses is essential for compliance. - **Certifications**: Bidders need to submit the required certifications and provide additional information as requested in the RFP documentation. This opportunity presents a contracting chance for qualified welders and firms experienced in handling pressure piping and vessel modifications, as NRCan looks to establish a reliable service partnership through this procurement process. Interested businesses should review the full RFP and attached documents for a comprehensive understanding of submission requirements and evaluation criteria.
### Summary of Opportunity: ACAN - Providing Development, Maintenance, and Support Services for the Non-Destructive Testing (NDT) Solution 1. **Purpose**: The main purpose of this opportunity is to solicit proposals for the maintenance, support, and management of Change Requests related to the Non-Destructive Testing (NDT) solution. This includes updating and managing the existing Intelligent Intake Portal Solution (IIPS) which is integrated with Government of Canada services and set for deployment by the end of March 2026. 2. **Buyer Information**: The issuing organization is the **Department of Natural Resources Canada (NRCan)**. - **Contact Person**: Andrea Berthelet - **Email**: andrea.berthelet@nrcan-rncan.gc.ca 3. **Important Dates**: - **Posted Date**: August 11, 2025 - **Due Date**: August 26, 2025, at 14:00 (UTC) 4. **Key Requirements**: The proposal will require vendors to demonstrate capabilities in: - Providing maintenance and support for the NDT solution. - Managing Change Requests effectively. - Ensuring the configuration and maintenance of the Intelligent Intake Portal Solution (IIPS). - Familiarity with integration processes involving GCKey and MS-Dynamics backend systems. Overall, prospective businesses should prepare to showcase their experience in technical support, system integration, and project management as they respond to this opportunity.
### Summary of RFP #25-58095: Automated Liquid Handler with Aptamer Screening Capabilities 1. **Purpose**: The main purpose of this Request for Proposal (RFP) is to solicit bids for the provision of an automated liquid handler equipped with aptamer screening capabilities. This equipment is crucial for the research needs of the National Research Council of Canada (NRC) and must be delivered to their facility in Montreal by the specified deadline. 2. **Buyer Information**: The buyer for this opportunity is the **National Research Council Canada (NRC)**. Interested bidders can reach out to the Senior Contracting Officer, **France Lemelin**, for inquiries. Contact details are as follows: - **Telephone**: (343) 550-6252 - **E-mail**: [France.Lemelin@nrc-cnrc.gc.ca](mailto:France.Lemelin@nrc-cnrc.gc.ca) 3. **Important Dates**: - **Posted Date**: July 28, 2025 - **Due Date for Proposals**: August 26, 2025, by 2:00 PM EDT - **End of Questions Period**: August 19, 2025 4. **Key Requirements**: Bidders must meet all mandatory criteria outlined within the proposal documents. Key requirements include: - Submission of fixed price bids in Canadian currency, exclusive of customs duties, with applicable taxes extra. - Proposals should include three separate attachments detailing technical specifications, financial details, and certifications. - A clear understanding of security requirements associated with this bid (as detailed in Annex "C" of the RFP documents). - Compliance with Canadian trade agreements such as the Canadian Free Trade Agreement (CFTA) and the Canada-Korea Free Trade Agreement. - Delivery of the liquid handler to the NRC's Montreal location on or before the deadline of October 31, 2025. Businesses are encouraged to prepare and submit documents promptly to ensure compliance with all submission requirements and timelines.
### Summary of Opportunity **1. Purpose:** The main purpose of this Request for Proposal (RFP) is to establish multiple Standing Offers (SO) for the provision of refrigeration and HVAC maintenance and repair services at the Pacific Biological Station (PBS) in Nanaimo, B.C. The Department of Fisheries and Oceans (DFO) seeks qualified Offerors to provide all necessary labor, materials, tools, supervision, travel, and equipment for these services. The duration of the Standing Offers is set for five years, from the date of issuance until September 30, 2030. **2. Buyer Information:** - **Organization:** Department of Fisheries and Oceans (DFO), Canada - **Contact Person:** Dina Al-Eryani - **Email:** [dina.al-eryani@dfo-mpo.gc.ca](mailto:dina.al-eryani@dfo-mpo.gc.ca) - **Bid Submission Email:** [DFO.Tenders-Soumissions.MPO@dfo-mpo.gc.ca](mailto:DFO.Tenders-Soumissions.MPO@dfo-mpo.gc.ca) - **Mailing Address:** Procurement Services Fisheries and Oceans Canada 200 Kent Street Ottawa, ON K1A 0E6 **3. Important Dates:** - **Posted Date:** August 1, 2025 - **Due Date for Proposals:** August 26, 2025, at 14:00 EDT **4. Key Requirements:** Offerors must be capable of providing the following services and aspects: - Comprehensive maintenance and repair for refrigeration and HVAC systems at the Pacific Biological Station, which includes: - An industrial 816 kW ammonia chiller plant, walk-in freezers, cold rooms, ultra-cold freezers, and commercial refrigerators. - Air conditioning systems primarily using air source heat pumps and rooftop units. - Services should encompass labor, tools, materials, supervision, travel, and equipment. - Offerors should have the necessary qualifications and licenses to perform HVAC and refrigeration services, aligning with industry standards. **Note:** Participation in this opportunity does not guarantee business, as the DFO is not obligated to procure services under the Standing Offers. Interested businesses should prepare and submit thorough proposals by the due date, ensuring they meet all specified requirements outlined in the attached documents for evaluation.
### Summary of Cumberland Sound Turbot Management Area Summer Science Survey Opportunity 1. **Purpose**: The main purpose of this opportunity is to procure a vessel and crew to conduct a scientific longline survey in the Canadian Waters of Cumberland Sound, Nunavut. The survey is facilitated by the Department of Fisheries and Oceans (DFO) as part of their efforts to study Arctic fisheries and marine mammal populations. This project involves direct participation from up to five DFO Arctic Region Science staff who will be onboard to assist with the scientific operations. 2. **Buyer Information**: The issuing organization for this opportunity is the Department of Fisheries and Oceans (DFO), Canada. Interested parties can contact Joshua Bereza for inquiries related to this opportunity. **Contact Information**: Joshua Bereza Email: joshua.bereza@dfo-mpo.gc.ca 3. **Important Dates**: - **Posted Date**: August 11, 2025 - **Due Date**: August 26, 2025, at 14:00 (2:00 PM) 4. **Key Requirements**: The main requirements include the provision of a suitable vessel and an experienced crew capable of handling scientific operations at sea, specifically for longline survey methods. Additional responsibilities include obtaining and managing any necessary permits to engage in survey activities within the specified waters. The successful bidder will need to ensure compliance with safety and environmental regulations as mandated by Fisheries and Oceans Canada. This opportunity may appeal to businesses with experience in marine operations, especially those familiar with Arctic conditions and scientific research methodologies. Interested bidders should prepare to demonstrate their capabilities in vessel provision, crew expertise, and their understanding of regulatory requirements for conducting marine surveys in Canadian waters.
### Summary of Opportunity: CABLE,SPECIAL PURPOSE,ELECTRICAL 1. **Purpose**: The main purpose of this Request for Proposal (RFP) issued by the Department of National Defence (DND) is to procure specialized electrical cables identified by specific part numbers from TE Connectivity Corporation. This procurement aligns with the operational needs at Canadian Forces Bases in Halifax and Esquimalt. 2. **Buyer Information**: **Organization**: Department of National Defence (DND) **Contact Person**: Daphne O’Connor **Email**: [daphne.oconnor@forces.gc.ca](mailto:daphne.oconnor@forces.gc.ca) **Solicitation No**: W8482-264109/A **Bid Receiving Email**: [tpsgc.dgareceptiondessoumissions-abbidreceiving.pwgsc@tpsgc-pwgsc.gc.ca](mailto:tpsgc.dgareceptiondessoumissions-abbidreceiving.pwgsc@tpsgc-pwgsc.gc.ca) **Location**: National Defence Headquarters, Ottawa, Ontario, K1A 0K2 3. **Important Dates**: - **Posted Date**: July 21, 2025 - **Due Date**: August 26, 2025, at 14:00 EDT - **Amendments**: - Amendment 003 extended the due date from August 5, 2025, to August 19, 2025. - Amendment 004 further extended the due date from August 19, 2025, to August 26, 2025. 4. **Key Requirements**: - **Items Required**: - Line Item 001: 40 units of CABLE, SPECIAL PURPOSE, ELECTRICAL (Part No: XTC38482B or XTC38482B-3) for delivery to CFB Halifax. - Line Item 002: 40 units of the same specification for delivery to CFB Esquimalt. - **Equivalent/Substitute Products**: Bidders may propose equivalent or substitute products but must provide details of the brand name, model, and part number, along with NCAGE information. - **Delivery Terms**: All prices must include Canadian customs duties, GST/HST, excise taxes, and be delivered Duty Paid, including all delivery charges to specified destinations. The GST/HST amount should be listed separately. - **Bid Submission**: Bids must be returned to the designated email or fax number as outlined in the documents. This opportunity offers suppliers a chance to engage in contracting with the Canadian government, particularly in the defense sector, with potential for long-term relationships due to the nature of defense procurement needs.
**Summary of Opportunity: Request for Expression of Interest for 25KV High Voltage Lines Replacement DCFI** 1. **Purpose**: The main purpose of this Request for Expression of Interest (RFEOI) is to invite general contractors to express their interest in providing all labor, materials, and equipment necessary to replace and construct a new 25KV underground high voltage power line for the Defence Construction Canada (DCC) as part of the Power Grid Modernization project at DND's 4 Wing Cold Lake, Alberta. This RFEOI serves as the first step in a two-step solicitation process leading to a subsequent Tender Phase, wherein only those who have responded to the RFEOI will be eligible to submit bids. 2. **Buyer Information**: The buyer/issuing organization is Defence Construction Canada (DCC), specifically the Western Region. Contact for inquiries is: - **Contact Person**: Gerry Melake - **Email**: gerry.melake@dcc-cdc.gc.ca 3. **Important Dates**: - **Posted Date**: August 12, 2025 - **Due Date**: August 26, 2025, at 16:00 - **Tentative Start of Tender Phase**: September 4, 2025 - **Substantial Completion Deadline**: October 31, 2028 - **Final Completion Deadline**: June 30, 2029 4. **Key Requirements**: - **Eligibility**: Only general contractors who respond to this RFEOI will be permitted to bid in the Tender Phase. Previously submitted expressions of interest under the earlier RFEOI, which has since been amended to remove a specific security requirement, do not need to be resubmitted. - **Indigenous Participation**: Contractors are required to include Indigenous businesses as subcontractors or suppliers, in alignment with Canada's commitment to Indigenous participation in public procurement. - **Security**: There is no longer a requirement for a Designated Organization Screening (DOS). - **Contract Documentation**: Although technical plans and specifications will not be available during this RFEOI stage, Standard Construction Contract Documents are accessible on DCC's website. - **Bid Security**: Required during the Tender Phase as outlined in the DCC's electronic bidding instructions. - **Joint Ventures**: Entities wishing to submit a joint venture must clearly indicate their collaboration and provide pertinent details through the Electronic Submission System. This opportunity presents a significant contract for those capable of undertaking high-voltage construction works and emphasizes inclusivity for Indigenous businesses, making it essential for interested contractors to prepare for both the RFEOI and subsequent Tender Phase. For full details or further clarity, refer to the DCC's official channels and adhere to the specified deadlines for submission.
**Summary of Opportunity: Retender - TSPS Customer Relationship Manager (CRM) Specialist** 1. **Purpose**: The primary objective of this Request for Proposal (RFP) is to procure the services of one intermediate specialist in Information/Records Management/Recordkeeping. The selected contractor will work in a part-time capacity to maintain the Canada Energy Regulator’s (CER) existing Customer Relationship Management (CRM) tool, create tailored views and reports of engagement data, coach users, and suggest improvements to align the system with operational needs. 2. **Buyer Information**: The opportunity is issued by the **Canada Energy Regulator (CER)**. The main point of contact is: - **Name**: Erin Ort - **Email**: erin.ort@cer-rec.gc.ca - **Phone**: 403-919-8168 3. **Important Dates**: - **Posted Date**: July 31, 2025 - **Due Date for Proposals**: August 26, 2025 - **Proposed Contract Period**: October 1, 2025, to June 30, 2027 4. **Key Requirements**: - The contractor must be an intermediate-level specialist in Information/Records Management and possess capability in CRM systems. - Responsibilities include maintaining the CRM tool, developing custom reports, coaching users, and proposing enhancements. - Candidates must hold a **Reliability Clearance** for security purposes. - The estimated effort required for this contract is **276 days**. - Only qualified **Supply Arrangement Holders under E60ZT-18TSPS** who are Tier 1, Intermediate level, and based in the Calgary Region are invited to bid. This opportunity presents a targeted request aimed at enhancing CER’s CRM capabilities, emphasizing the need for a candidate with experience in information management and user training. Interested businesses should ensure they meet security and qualification criteria to participate in the bidding process.
### Summary of Opportunity for Office Space 1. **Purpose**: The main purpose of this Expression of Interest (EOI) is to solicit information from interested parties for a potential lease of office and warehouse space for the Department of Public Works and Government Services (PSPC). The intended lease will accommodate government functions commencing approximately on May 1, 2028, with specific criteria regarding spatial and operational requirements for both office and warehouse areas. 2. **Buyer Information**: The issuing organization is: **Department of Public Works and Government Services Canada (PSPC)** Contact Person: **Leon Lam** Email: [leon.lam@pwgsc-tpsgc.gc.ca](mailto:leon.lam@pwgsc-tpsgc.gc.ca) 3. **Important Dates**: - **Posted Date**: August 6, 2025 - **Due Date**: August 26, 2025 (19:00 hours, local time) 4. **Key Requirements**: The opportunity includes several requirements for the proposed spaces: - **Lease Details**: - Approximately 15-year lease commencing on or about May 1, 2028, with a right of early termination after April 30, 2040. - Proposed space to be available approximately 31 weeks before lease commencement. - **Office Space Requirements**: - Minimum area of 106 usable square metres, located entirely on the main floor. - Daytime cleaning services must be available. - **Warehouse Space Requirements**: - Minimum area of 842 usable square metres. - Must be heated or capable of being heated. - Minimum unobstructed ceiling height of 7.6 metres. - Loading facility with overhead door (minimum size of 3.0 m high x 2.5 m wide). - Access for large trucks (up to a maximum trailer length of 16.2 m). - Minimum floor loading capacity of 7.2 kPa. - Adequate electrical power and a floor drain. - Dedicated telecommunication room (minimum 19.0 um²). - Fully accessible to persons with disabilities. - **Location Requirements**: - Within the city of Winnipeg, specifically within the Perimeter Highway boundaries. - Proximity to public transit (within 1000 metres) with accessibility features. - **Compliance**: - Proposed space must comply with PSPC’s Standards for Leased Accommodation and undergo threat and risk assessments. Interested businesses should assess their capability to meet these requirements and respond by the due date to express their interest in this opportunity.
### Summary of Opportunity: Alteryx Designer for Department of National Defence 1. **Purpose**: The main purpose of this Request for Quote (RFQ) is for the procurement of Alteryx software by the Department of National Defence, facilitated through Shared Services Canada. The initiative aims to acquire subscription licenses for the software for official use within the department. 2. **Buyer Information**: The issuing organization is **Shared Services Canada**. The primary contact for inquiries regarding this opportunity is: - **Name**: Javier Ventura - **Title**: Intermediate Procurement Officer - **Email**: Javier.ventura@ssc-spc.gc.ca - **Telephone**: (343) 576-9329 3. **Important Dates**: - **Posted Date**: August 19, 2025 - **Due Date**: September 2, 2025, at 14:00 4. **Key Requirements**: - **Product**: Alteryx Software - **License Type**: Subscription - **Quantity**: 6 licenses - **Contract Duration**: 12 months - **Planned Number of Contracts**: 1 - **Eligibility**: Only pre-qualified Supply Arrangement (SA) holders and Class-1 resellers can submit proposals. Non-SA holders need to obtain a Supply Arrangement to be eligible for consideration. Details on qualifying can be found in the Software Licensing Supply Arrangement (SLSA) documents provided on the Shared Services Canada site. Additionally, the RFQ may be amended to address vendor questions or modify the solicitation text. Suppliers are reminded that Canada reserves the right to negotiate with any supplier throughout the procurement process, and responses can be submitted in either official language. This opportunity is aimed at businesses already involved in software licensing and those who meet the eligibility criteria set forth by the Supply Arrangement guidelines. Interested parties are encouraged to reach out to the contracting authority mentioned above for further clarification and to ensure compliance with submission guidelines.
### Opportunity Summary: W0103-269968 - Naval Communicator Network Administrator Course 1. **Purpose**: The primary objective of this request for proposal (RFP) is to secure an educational institution capable of delivering and instructing the Sailor First Class (S1) Computer Network Administrator Specialist (CNA SPEC) course for the Department of National Defence (DND)—specifically the Royal Canadian Navy (RCN). This includes providing on-campus courses and labs, along with necessary pedagogical and logistical support, over a potential contract period of five years (two firm years followed by three option years). 2. **Buyer Information**: The issuing organization is the Department of Public Works and Government Services (PSPC). For inquiries or further information regarding this opportunity, interested parties may contact: Carmen Skolos (SPAC/PSPC) Email: carmen.skolos2@tpsgc-pwgsc.gc.ca Pronouns: elle-la / she-her 3. **Important Dates**: - **Posted Date**: August 12, 2025 - **Due Date**: September 2, 2025, at 14:00 (2:00 PM) 4. **Key Requirements**: - The training must be delivered in accordance with the standards of the RCN for the S1 Computer Network Administrator Specialist course. - Instruction and courses will take place at two specified locations: - **East Coast**: An educational institution within the Halifax Regional Municipality. - **West Coast**: An educational institution within the Greater Victoria Region. - The contract term includes two firm years (the initial period) with an optional extension up to three additional years, allowing for ongoing training support. - Proposers must be able to provide both pedagogical and logistical support throughout the duration of the course delivery. This opportunity is targeted towards educational institutions with capabilities in delivering technical training in computer networking, specifically tailored for military personnel. Interested organizations should assess their ability to meet the specified training quality and logistical requirements within the outlined locations and timeline.
**Summary of Opportunity: Perle Products or Equivalent** 1. **Purpose**: The main purpose of this Request for Proposals (RFP) is to procure the Perle IRG5140+ Cellular LTE Router to replace existing cellular network routers used in various extreme environmental conditions across Canada. This acquisition intends to ensure compatibility and reliability of the equipment currently utilized in remote geophysical monitoring stations, while enhancing security features to safeguard geophysical data and government IT infrastructure. 2. **Buyer Information**: The issuing organization is Shared Services Canada, specifically representing the procurement interests of Natural Resources Canada. For inquiries or further clarification regarding the opportunity, the contact person is: - **Name**: Librada Oliver - **Contact Method**: Available through Shared Services Canada’s communication channels (specific contact details not provided). 3. **Important Dates**: - **Posted Date**: August 18, 2025 - **Due Date**: September 2, 2025, at 3:00 PM (local time) - **Amendment**: This opportunity includes Amendment 001, suggesting that changes or clarifications may be present that interested bidders should review. 4. **Key Requirements**: - The primary item required is the Perle IRG5140+ Cellular LTE Router, which needs to function reliably in temperature ranges from -40°C to 70°C. - Compliance with interoperability and interchangeability standards is crucial to integrate seamlessly with existing power manager enclosures. - Essential security features must be included, such as the ability to manage a Virtual Private Network (VPN) and encryption compliant with FIPS-140 standards. - The RFP specifies the inclusion of security measures due to the devices being exposed to the public Internet, ensuring the protection of both the monitoring stations and the Government of Canada’s IT framework. Businesses evaluating this opportunity should prepare to demonstrate not just their capability to supply the specified product, but also their understanding of the critical environmental and security requirements that accompany the deployment of this equipment.
**Summary of Opportunity Information** 1. **Purpose**: The main purpose of the Request for Proposal (RFP) titled "W3330-26-175_MegaPac1 Server" is to procure goods related to the MegaPac1 Server for Shared Services Canada (SSC). The opportunity includes an amendment, which likely indicates updates or changes to the original proposal requirements. 2. **Buyer Information**: The buyer/issuing organization for this opportunity is Shared Services Canada (SSC). The primary contact for this RFP is Cesare Eleanor. While specific contact details such as phone number or email are not provided, interested vendors typically can reach out through SSC’s official website or procurement contact portals to obtain further information. 3. **Important Dates**: - **Posted Date**: August 19, 2025 - **Due Date**: September 3, 2025, at 14:00 UTC - Businesses should be aware of these dates as they need to prepare and submit their proposals within this timeframe. 4. **Key Requirements**: While specific documents with detailed requirements have not been made available in the summary, businesses should expect specifications related to the technical and functional capabilities of the MegaPac1 Server, including compatibility, warranty, support services, and delivery timelines. Vendors interested in this RFP should regularly check for updates to the documentation or clarifications related to the amendment to ensure compliance with all requirements. **Conclusion**: Businesses considering this opportunity should take note of the critical dates and prepare their proposals accordingly, ensuring they meet any outlined specifications. Engaging with the buyer and accessing relevant documents will be key to navigating this procurement successfully.
**Summary of Opportunity: Storage & Rack Components for DND** 1. **Purpose**: The main purpose of this Request for Proposals (RFP) is to procure hardware equipment for the Department of National Defence (DND) through Shared Services Canada (SSC). The selected supplier will deliver storage and rack components to a specified location in Ottawa, Ontario. The contract will be awarded to the bidder with the lowest evaluated price who meets all compliance and mandatory criteria outlined in the solicitation. 2. **Buyer Information**: The issuing organization is Shared Services Canada (SSC). For inquiries or additional details, you can contact: - **Name**: Jendoubi Yousra - **Contact Method**: Via email (specific email details not provided in the document). 3. **Important Dates**: Key dates to note for this opportunity include: - **Posted Date**: August 20, 2025 - **Due Date for Bids**: September 4, 2025, at 14:00 (2 PM) Eastern Time. 4. **Key Requirements**: - Bidders must submit their proposals electronically via the Contracting Authority’s email. Faxed and hard copy submissions will not be accepted unless under exceptional circumstances. - Compliance with all requirements of the bid solicitation is mandatory for bids to be deemed responsive. - Proposals must include pricing in accordance with Annex A, which details the list of deliverables and pricing structure. - Bidders should refer to the Request for Quotations document for comprehensive details on mandatory criteria, evaluation criteria, and basis of selection. - The Crown reserves the right to negotiate with suppliers after evaluating submissions. - Bids may be submitted in either of Canada's official languages. This opportunity presents a prime chance for businesses specializing in hardware components to engage with a governmental agency, specifically aimed at supporting national defense infrastructure. Interested bidders should prepare their submissions carefully to ensure compliance with the outlined criteria and timelines.
