Services
CH-149 Cormorant In Service Support Contract

In-Service Support

Objective

The objective of this In-Service Support Contract is to put in-place the First to Third Line support necessary to provide mission-ready aircraft to the Royal Canadian Air Force at 9 Wing Gander, 14 Wing Greenwood, and 19 Wing Comox. The Crown will retain specific responsibilities and authorities for oversight of operations, maintenance, engineering, logistics, and airworthiness for this contract.

Requirements

The CH149 In-Service Support contract will provide first to third-line maintenance; engineering activities necessary for life cycle management and continuing airworthiness; aircraft and component repair and overhaul; logistic support including overall management of spares and materiel; equipment and publications; and technical training for pilots and flight engineers.

Preliminary Estimate

  • More than $1.5 billion

Anticipated Timeline

  • 2019
    • Request for Proposal Release
  • 2021 to 2025
    • Contract Award

Point of Contact

Director Aerospace Equipment Programme Management, Maritime
Phone: 819-939-4095
EMail: DAG_Material-GAD_Matériel@forces.gc.ca


The information on this page is provided for advisory purposes only and is current as of the date of publication. The information is, however, subject to change without notice and no commitment regarding its future accuracy or content, or any subsequent implementation of the Project described, is made by DND or the Government of Canada. Any expense incurred by any person or entity in reliance upon the information provided is at the sole risk of that person or entity. It is important to note that these contact details are provided for use by interested industry partners only. Please direct all media enquiries to the department of National Defence's Media Relations Office at 1-866-377-0811
http://www.forces.gc.ca/en/business-defence-acquisition-guide/index.page 

Arctic/Offshore Patrol Ship and Joint Support Ship In Service Support Contract

In-Service Support

Objective

The Naval Shipbuilding Projects Office (NSPO) intends to establish an In-Service Support (ISS) Contract that combines the Arctic/Offshore Patrol Ships’ and Joint Support Ships’ ISS requirements into a single, 35-year through-life contract.

Requirements

The Project Management Offices (PMOs) for the Arctic/Offshore Patrol Ships and the Joint Support Ships will deliver two new classes to the Royal Canadian Navy starting in 2018.  It was originally intended that each PMO would compete their In-Service Support contracts as part of their acquisition solicitation in single Request for Proposals, as described in the Canadian Armed Forces In-Service Support Contracting Framework.  However, the National Shipbuilding Procurement Strategy resulted in the requirement to compete refit, repair and maintenance (In-Service Support work) separate from the respective build contracts.  Industry supports a single, combined (AOPS and JSS), through-life In-Service Support Contract approach.

Preliminary Estimate

  • More than $1.5 billion

Anticipated Timeline

  • 2015
    • Request for Proposal Release
  • 2017
    • Contract Award

Point of Contact

Naval Shipbuilding Projects Office
Phone: 819-997-7742
EMail: DAG_Material-GAD_Matériel@forces.gc.ca


The information on this page is provided for advisory purposes only and is current as of the date of publication. The information is, however, subject to change without notice and no commitment regarding its future accuracy or content, or any subsequent implementation of the Project described, is made by DND or the Government of Canada. Any expense incurred by any person or entity in reliance upon the information provided is at the sole risk of that person or entity. It is important to note that these contact details are provided for use by interested industry partners only. Please direct all media enquiries to the department of National Defence's Media Relations Office at 1-866-377-0811
http://www.forces.gc.ca/en/business-defence-acquisition-guide/index.page 

Contracted Airborne Training Services

In-Service Support

Objective

The purpose of the Contracted Airborne Training Services (CATS) program is to deliver combat support services in a live-fly environment to exercise and train a modern, operationally capable, multi-purpose combat force that will be responsive to Canada's military needs.

Requirements

The Contracted Airborne Training Services program will seek a long-term contract of ten years, with additional option periods, which will provide the Canadian Armed Forces with approved and airworthy platforms, qualified crews, material, facilities, associated maintenance and engineering support and project management to support the delivery of efficient combat support services. These training services will be delivered at multiple locations across Canada and the United States.

Preliminary Estimate

  • $500 million to $1.5 billion

Anticipated Timeline

  • 2014
    • Request for Proposal Release
  • 2015
    • Contract Award

Point of Contact

Director Major Procurements
Phone: 613-998-4350
EMail: DAG_Material-GAD_Matériel@forces.gc.ca


The information on this page is provided for advisory purposes only and is current as of the date of publication. The information is, however, subject to change without notice and no commitment regarding its future accuracy or content, or any subsequent implementation of the Project described, is made by DND or the Government of Canada. Any expense incurred by any person or entity in reliance upon the information provided is at the sole risk of that person or entity. It is important to note that these contact details are provided for use by interested industry partners only. Please direct all media enquiries to the department of National Defence's Media Relations Office at 1-866-377-0811

http://www.forces.gc.ca/en/business-defence-acquisition-guide/index.page 

CF-188 Hornet Propulsion Group Service Support Contract

In-Service Support

Objective

The objective of this Service Support Contract is to provide an airworthy, cost-effective, performance-based, long-term support contract for the CF188 Fleet PG systems until the Estimated Life Expectancy of the aircraft.  These activities provide the support necessary for CF188 Weapon System Management team to provide mission-ready aircraft to the Royal Canadian Air Force , which are operated from two main locations at 4 Wing Cold Lake, AB and 3 Wing Bagotville, QC.

Requirements

The CF188 Propulsion Group Support Service Contract will provide the 1 Canadian Air Division, and the Fighters and Trainers Weapons Systems Management Organization with the inspection, repair, overhaul and calibration of selected PG items, components, and second line module work.  The contract will also provide in-service support, engineering, electronic records management support, materiel support, and 2nd Level maintenance, including the provision of Ready For Installation (RFI) engines to 1st Line units, off-site services at the Bagotville and Cold Lake Main Operating Bases (MOB), and off-site services at the NCR location by Life Cycle Materiel Managers (LCMM).

Preliminary Estimate

  • $500 million to $1.5 billion

Anticipated Timeline

  • 2015
    • Request for Proposal Release
  • 2016
    • Contract Award

Point of Contact

Director  Aerospace Equipment Programme Management, Fighter and Trainers
Phone: 819-939-3900
EMail: DAG_Material-GAD_Matériel@forces.gc.ca


The information on this page is provided for advisory purposes only and is current as of the date of publication. The information is, however, subject to change without notice and no commitment regarding its future accuracy or content, or any subsequent implementation of the Project described, is made by DND or the Government of Canada. Any expense incurred by any person or entity in reliance upon the information provided is at the sole risk of that person or entity. It is important to note that these contact details are provided for use by interested industry partners only. Please direct all media enquiries to the department of National Defence's Media Relations Office at 1-866-377-0811
http://www.forces.gc.ca/en/business-defence-acquisition-guide/index.page 

CC-130/CP-140 T56 Optimized Weapons System Support Contract

In-Service Support

Objective

The objective of this Optimized Weapons System Support (OWSS) contract is to support the Rolls-Royce Allison T56-A15, T56-A15LFE, T56-A14LFE and 501-D22A Turboprop Aero Engines, 54H60 Propellers, CC130 Auxiliary Power Units and associated components.  These engines are installed on the CC130 Hercules Transport Aircraft and the CP140 Aurora Maritime Patrol Aircraft.  This Free Flow repair and overhaul (R&O) contract will be in place to provide the 3rd line support necessary for the Weapon System Management team for both the CC130 Hercules and CP140 Aurora to provide mission-ready aircraft to the RCAF where its squadrons operate the aircraft, including 435 Squadron Winnipeg, 8 AMS Trenton, 14 AMS Greenwood, 407 Squadron Comox, and 424 Squadron Trenton.

Requirements

The T56 CC130/CP140 OWSM contract will provide third-line maintenance for the T56-A15LFE, T56-A14LFE, 54H60 Propellers & CC130 APU (R&O), Technical Investigation and Engineering Support (TIES), Publication Management Services (PMS), Third Line Material Management, CC130 Quick Engine Change Unit (QECU) and associated components.

Preliminary Estimate

  • $500 million to $1.5 billion

Anticipated Timeline

  • 2015
    • Request for Proposal Release
  • 2016
    • Contract Award

Point of Contact

Director Aerospace Equipment Programme Management, Transport and Helicopter
Phone: 819-939-4454
EMail: DAG_Material-GAD_Matériel@forces.gc.ca


The information on this page is provided for advisory purposes only and is current as of the date of publication. The information is, however, subject to change without notice and no commitment regarding its future accuracy or content, or any subsequent implementation of the Project described, is made by DND or the Government of Canada. Any expense incurred by any person or entity in reliance upon the information provided is at the sole risk of that person or entity. It is important to note that these contact details are provided for use by interested industry partners only. Please direct all media enquiries to the department of National Defence's Media Relations Office at 1-866-377-0811
http://www.forces.gc.ca/en/business-defence-acquisition-guide/index.page 

Halifax Class Combat System Integrated Components In Service Support Contract

In-Service Support

Objective

The Halifax Class Combat System Integrated Components In-Service Support Contract (CSIC ISSC) will provide long-term, full-spectrum support to the combat systems (excluding command and control systems) installed on Halifax Class ships.

Requirements

Services that will be contracted through the CSIC ISSC include: 2nd and 3rd line corrective maintenance, 2nd and 3rd line preventative maintenance, materiel certification, engineering services, management of data, warehousing and management of Government owned spares inventory, information technology security, configuration and obsolescence management, and coordination of activities with Original Equipment Manufacturers.  This contract will employ Competitive procurement strategy that may be impacted by Intellectual Property rights.

Preliminary Estimate

  • $500 million to $1.5 billion

Anticipated Timeline

  • 2017
    • Request for Proposal Release
  • 2018
    • Contract Award

Point of Contact

Director Maritime Equipment Programme Management (Major Surface Combatant)
Phone: 819-939-3177
EMail: DAG_Material-GAD_Matériel@forces.gc.ca


The information on this page is provided for advisory purposes only and is current as of the date of publication. The information is, however, subject to change without notice and no commitment regarding its future accuracy or content, or any subsequent implementation of the Project described, is made by DND or the Government of Canada. Any expense incurred by any person or entity in reliance upon the information provided is at the sole risk of that person or entity. It is important to note that these contact details are provided for use by interested industry partners only. Please direct all media enquiries to the department of National Defence's Media Relations Office at 1-866-377-0811
http://www.forces.gc.ca/en/business-defence-acquisition-guide/index.page

 

Halifax Class Combat System Integrated In-Service Support Contract

In-Service Support

Objective

The Halifax Class Combat System Integrated In-Service Support Contract (CSI ISSC) provides long-term, full-spectrum support to the Command and Control Systems (CCS) installed on Halifax Class and Iroquois Class ships, and their associated shore facilities.

Requirements

Services that are contracted through the CSI ISSC include: 2nd and 3rd line corrective maintenance, 2nd and 3rd line preventative maintenance, materiel certification, combat systems engineering services, management of data, warehousing and management of Government owned spares inventory, information technology security, configuration and obsolescence management, and coordination of activities with Original Equipment Manufacturers.  This contract will employ Compettivie procurement strategy that may be impacted by Intellectual Property rights.

Preliminary Estimate

  • $500 million to $1.5 billion

Anticipated Timeline

  • 2015 to 2017  
    • Definition Approval
  • 2017 to 2019
    • Request for Proposal Release
  • 2018 to 2020  
    • Implementation Approva  
    • Contract Award
  • 2026 to 2035  
    • Final Delivery

Point of Contact

Director Maritime Equipment Programme Management (Major Surface Combatant)
Phone: 819-939-3177
EMail: DAG_Material-GAD_Matériel@forces.gc.ca


The information on this page is provided for advisory purposes only and is current as of the date of publication. The information is, however, subject to change without notice and no commitment regarding its future accuracy or content, or any subsequent implementation of the Project described, is made by DND or the Government of Canada. Any expense incurred by any person or entity in reliance upon the information provided is at the sole risk of that person or entity. It is important to note that these contact details are provided for use by interested industry partners only. Please direct all media enquiries to the department of National Defence's Media Relations Office at 1-866-377-0811
http://www.forces.gc.ca/en/business-defence-acquisition-guide/index.page 

Minor Warships And Auxiliary Vessel In-Service Support Contract

In-Service Support

Objective

The Minor Warship and Auxiliary Vessel (MWAV) In-Service Support Contract (ISSC)  will provide support for minor warships and auxiliary vessels including: Kingston Class, Orca Class, tugs, dive vessels, research vessels, range vessels and auxiliary support barges.

Requirements

Services that will be contracted under the MWAV ISSC include: 2nd and 3rd line corrective and preventive maintenance in home port and abroad,  documentation management including technical data packages, logistics and engineering services for all systems associated with these vessels with the exception of Government Furnished Equipment (GFE), such as crypto, weapons systems and lifesaving equipment.

Preliminary Estimate

  • $500 million to $1.5 billion

Anticipated Timeline

  • 2018
    • Request for Proposal Release
  • 2019
    • Contract Award

Point of Contact

Director Maritime Equipment Programme Management, Minor War Ships and Auxiliary Vessels
Phone: 819-939-3482
EMail: DAG_Material-GAD_Matériel@forces.gc.ca


The information on this page is provided for advisory purposes only and is current as of the date of publication. The information is, however, subject to change without notice and no commitment regarding its future accuracy or content, or any subsequent implementation of the Project described, is made by DND or the Government of Canada. Any expense incurred by any person or entity in reliance upon the information provided is at the sole risk of that person or entity. It is important to note that these contact details are provided for use by interested industry partners only. Please direct all media enquiries to the department of National Defence's Media Relations Office at 1-866-377-0811
http://www.forces.gc.ca/en/business-defence-acquisition-guide/index.page

 

North Warning System Operations and Maintenance Contract

In-Service Support

Objective

The mission of the North Warning System (NWS) is to maintain continuous radar surveillance of, and a measure of control over, the northern approaches to North America, contributing to North American defence and Canadian sovereignty. The NWS provides the capability to detect airborne threats within the NWS surveillance area, to provide threat warning and assessment data, as well as provide a command and control capability to the North American Aerospace Defence Command (NORAD) Canadian Air Defence Sector (CADS).

Requirements

The NWS in Canada is comprised of 11 Long Range Radar (LRR) sites and 36 Short Range Radar (SRR) sites spanning the Canadian Territories and the Labrador Coast.  The NWS is divided into 5 zones, each with a Logistic Support Site (LSS).  Most of the radar sites are operated remotely.  Although DND retains NWS ownership and configuration authority, the contractor possesses responsibility for the care, custody and control of the sites, along with responsibility to deliver the radar data to the operations centre in North Bay.

This contract will be an initial 5 year period with options to renew on a fiscal year basis for up to 3 additional years.

Preliminary Estimate

  • $250 million to $499 million

Anticipated Timeline

  • 2018
    • Request for Proposal Release
  • 2019
    • Contract Award

Point of Contact

Director Aerospace Equipment Programme Management, Radar and Communication Systems
Phone: 819-939-4444
EMail: DAG_Material-GAD_Matériel@forces.gc.ca


The information on this page is provided for advisory purposes only and is current as of the date of publication. The information is, however, subject to change without notice and no commitment regarding its future accuracy or content, or any subsequent implementation of the Project described, is made by DND or the Government of Canada. Any expense incurred by any person or entity in reliance upon the information provided is at the sole risk of that person or entity. It is important to note that these contact details are provided for use by interested industry partners only. Please direct all media enquiries to the department of National Defence's Media Relations Office at 1-866-377-0811
http://www.forces.gc.ca/en/business-defence-acquisition-guide/index.page 

Halifax And Iroquois Class In-Service Support Contract

In-Service Support

Objective

The Halifax and Iroquois Class In-Service Support Contract (ISSC) will provide Class Design and Technical Data Agency services for the twelve Halifax and three Iroquois Class Ships. These services may be extended to other class vessels when requested by the Canadian Armed Forces on a case by case basis. These services are to be provided as-and-when required.

Requirements

The Halifax Class ships and Iroquois Class ships have highly integrated systems incorporating multiple systems related to a number of engineering disciplines. Services that will be contracted through the Halifax Class and Iroquois Class ISSC include configuration status control, technical data management, coordination of related System Engineering activities, and all activities relating to the support and administration of the Technical Data and associated libraries/repositories (i.e. Indexing, cataloguing, controlling, storage).  This contract will employ competitive procurement strategy that may be impacted by Intellectual Property rights.

Preliminary Estimate

  • $100 million to $249 million

Anticipated Timeline

  • 2015
    • Request for Proposal Release
  • 2016
    • Contract Award

Point of Contact

Director Maritime Equipment Programme Management (Major Surface Combatant)
Phone: 819-939-3177
EMail: DAG_Material-GAD_Matériel@forces.gc.ca


The information on this page is provided for advisory purposes only and is current as of the date of publication. The information is, however, subject to change without notice and no commitment regarding its future accuracy or content, or any subsequent implementation of the Project described, is made by DND or the Government of Canada. Any expense incurred by any person or entity in reliance upon the information provided is at the sole risk of that person or entity. It is important to note that these contact details are provided for use by interested industry partners only. Please direct all media enquiries to the department of National Defence's Media Relations Office at 1-866-377-0811
http://www.forces.gc.ca/en/business-defence-acquisition-guide/index.page

 

Halifax Class LM 2500 Gas Turbine

In-Service Support

Objective

The Halifax Class LM 2500 Gas Turbine In-Service Support Contract (ISSC) will provide in-service support for the main engine of Halifax Class ships, the LM 2500 Gas Turbine, for the remaining life of the Halifax Class ships, estimated to be 20 years at the time of contract award.

Requirements

The gas turbine system is comprised of a gas generator, power turbine and enclosure assembly, high speed coupling shaft and the lube and oil conditioning and storage assembly.  Services that will be contracted through Halifax Class LM 2500 Gas Turbine ISSC include: gas turbine repair and overhaul, 2nd and 3rd line corrective maintenance, 2nd line preventative maintenance, warehousing of Government owned LM 2500 spares inventory, Field Service Representative (FSR) support, training, configuration management, and technical investigation and engineering services.  The Halifax Class LM 2500 Gas Turbine ISSC will be structured similar to the current contract with option years at regular intervals.

Preliminary Estimate

  • $100 million to $249 million

Anticipated Timeline

  • 2015
    • Request for Proposal Release
  • 2017
    • Contract Award

Point of Contact

Director Maritime Equipment Programme Management (Major Surface Combatant)
Phone: 819-939-3177
EMail: DAG_Material-GAD_Matériel@forces.gc.ca


The information on this page is provided for advisory purposes only and is current as of the date of publication. The information is, however, subject to change without notice and no commitment regarding its future accuracy or content, or any subsequent implementation of the Project described, is made by DND or the Government of Canada. Any expense incurred by any person or entity in reliance upon the information provided is at the sole risk of that person or entity. It is important to note that these contact details are provided for use by interested industry partners only. Please direct all media enquiries to the department of National Defence's Media Relations Office at 1-866-377-0811
http://www.forces.gc.ca/en/business-defence-acquisition-guide/index.page 

Contracted Ammunition, Explosives And Munitions Scrap Disposal And Demilitarization Services

New and Replace Existing Systems

Objective

Joint or Common Contract for Ammunition, Explosives and Munitions Scrap Disposal and Demilitarization services.

Requirements

The Canadian Armed Forces have a requirement for a capability to demilitarize Ammunition and Explosives and Aids to Production that have reached the end of their service life and are being declared: life expired, obsolete or surplus to requirements or have deteriorated to such a condition that they are deemed unsafe or unsuitable for further use (yet still safe for transportation and storage) in addition to a backlog of Munitions Scrap that continues to accumulate as a result of Range Clearance and Contracted Unexploded Ordnance (UXO) activities.  These items must be fully demilitarized before they may be safely released for final material scrap disposal to scrap material recyclers or proper disposal of hazardous waste.  Due to the virtually insurmountable challenges of shipping these items to the US and the prohibitive cost of shipping overseas, these services must be performed in Canada.

Preliminary Estimate

  • $50 million to $99 million

Anticipated Timeline

  • 2014
    • Request for Proposal Release
  • 2017
    • Contract Award

Point of Contact

Director of Ammunition and Explosives Management and Engineering
Phone: 819-994-7113
EMail: DAG_Material-GAD_Matériel@forces.gc.ca


The information on this page is provided for advisory purposes only and is current as of the date of publication. The information is, however, subject to change without notice and no commitment regarding its future accuracy or content, or any subsequent implementation of the Project described, is made by DND or the Government of Canada. Any expense incurred by any person or entity in reliance upon the information provided is at the sole risk of that person or entity. It is important to note that these contact details are provided for use by interested industry partners only. Please direct all media enquiries to the department of National Defence's Media Relations Office at 1-866-377-0811
http://www.forces.gc.ca/en/business-defence-acquisition-guide/index.page

 

Aircraft Maintenance Support Equipment

In-Service Support

Objective

This contract will provide repair and overhaul services in support of Aircraft Maintenance Support Equipment (AMSE), including repair, overhaul, modifications, reduction to spares or scrap, Technical Investigation and Engineering Support (TIES), and related services.

Requirements

Aircraft Maintenance Support Equipment is utilized across Canada in support of 1 Canadian Air Division operations, as well as in theatre (most recently in Afghanistan). The fleets that depend on AMSE are extensive and they include the: CC177 Globemaster, CC130 Hercules, CF18 Hornet, CH149 Cormorant, CH146 Griffon, CP140 Aurora, CC115 Buffalo, CC150 Polaris, CC144 Challenger, CH124 Sea King, CC138 Twin Otter, and CT142 Dash-8.  This contract therefore provides in service support to AMSE requirements for these fleets and their operations. Sole Source due to Intellectual Property Rights.

Preliminary Estimate

  • $20 million to $49 million

Anticipated Timeline

  • 2015
    • Request for Proposal Release
  • 2017
    • Contract Award

Point of Contact

Director  Aerospace Equipment Programme Management, Fighter and Trainers
Phone: 819-939-3900
EMail: DAG_Material-GAD_Matériel@forces.gc.ca


The information on this page is provided for advisory purposes only and is current as of the date of publication. The information is, however, subject to change without notice and no commitment regarding its future accuracy or content, or any subsequent implementation of the Project described, is made by DND or the Government of Canada. Any expense incurred by any person or entity in reliance upon the information provided is at the sole risk of that person or entity. It is important to note that these contact details are provided for use by interested industry partners only. Please direct all media enquiries to the department of National Defence's Media Relations Office at 1-866-377-0811
http://www.forces.gc.ca/en/business-defence-acquisition-guide/index.page

 

Simulators And Trainers Maintenance Support Contract

In-Service Support

Objective

This contract will provide training services and maintenance support of the CP140 Aurora, CH146 Griffon and CC130H Hercules Simulators. This support shall enable the Canadian Armed Forces to maintain aircrews training requirements.

Requirements

The contract will provide on-site courseware development, training delivery, hardware and software maintenance and support for Canadian Forces Air Simulators and Trainers at the four (4) Department of National defence Locations, CFB Trenton, CFB Greenwood, CFB Gagetown and NDHQ Ottawa/Carleton University. Sole Source due to Intellectual Property Rights.

Preliminary Estimate

  • $20 million to $49 million

Anticipated Timeline

  • 2016
    • Request for Proposal Release
  • 2017
    • Contract Award

Point of Contact 

Director Air Simulation & Training
Phone: 613-998-4357
EMail: DAG_Air3-GAD_Aero3@forces.gc.ca


The information on this page is provided for advisory purposes only and is current as of the date of publication. The information is, however, subject to change without notice and no commitment regarding its future accuracy or content, or any subsequent implementation of the Project described, is made by DND or the Government of Canada. Any expense incurred by any person or entity in reliance upon the information provided is at the sole risk of that person or entity. It is important to note that these contact details are provided for use by interested industry partners only. Please direct all media enquiries to the department of National Defence's Media Relations Office at 1-866-377-0811
http://www.forces.gc.ca/en/business-defence-acquisition-guide/index.page

Lightweight Towed Howitzer

In-Service Support

Objective

The aim of the Lightweight Towed Howitzer Project is to institutionalize an advanced M777 lightweight 155mm indirect fire capability within the Canadian Armed Forces.  To accomplish this goal the project will procure 25 M777 lightweight 155mm Towed Howitzers bringing the total inventory to 37 systems.

Requirements

The Lightweight Towed Howitzer Project will put in place with industry a support contract in order to maintain an optimal operational availability of the M777 Lightweight 155mm Towed Howitzers for  the Canadian  Armed Forces.  This contract will include, but not be limited to, support in program management, system engineering, integrated logistics support and configuration management.  There will also be planned options for the acquisition of spare parts, possible direct support on location within five military bases (Canadian Armed Forces Bases Gagetown, Valcartier, Petawawa, Shilo and Borden) and additional work request approach that could be used to deal with unpredictable issues.  Sole Source due to Intellectual Property Rights.

Preliminary Estimate

  • $20 million to $49 million

Anticipated Timeline

  • 2014
    • Request for Proposal Release
  • 2015
    • Contract Award

Point of Contact

Director Armament Sustainment Program Management
Phone: 819-997-9842
EMail: DAG_Material-GAD_Matériel@forces.gc.ca


The information on this page is provided for advisory purposes only and is current as of the date of publication. The information is, however, subject to change without notice and no commitment regarding its future accuracy or content, or any subsequent implementation of the Project described, is made by DND or the Government of Canada. Any expense incurred by any person or entity in reliance upon the information provided is at the sole risk of that person or entity. It is important to note that these contact details are provided for use by interested industry partners only. Please direct all media enquiries to the department of National Defence's Media Relations Office at 1-866-377-0811
http://www.forces.gc.ca/en/business-defence-acquisition-guide/index.page

 

Victoria Class AN/BQQ-10 Sonar Follow-On Technical Support In-Service Support Contract

In-Service Support

Objective

The AN/BQQ-10 Sonor Follow-On Technical Support In-Service Support Contract (FOTS ISSC) will provide long-term, full-spectrum support for the AN/BQQ-10(v)7 submarine sonar system installed on Victoria Class submarines.

Requirements

Services contracted under the FOTS ISSC will include engineering and maintenance support to the AN/BQQ-10 Sonar Suite; Field Service Representative (FSR) support for troubleshooting and repair worldwide; System configuration management, obsolescence tracking with industry and USN inventory; Technical Investigations and Engineering Support (TIES); 3rd line repair and overhaul; Integrated Logistics Support (ILS) to produce and maintain technical publications and configuration documentation; Provision of additional spares as may be deemed necessary; Disposal of obsolete equipment items.

In addition, the FOTS ISSC will provide hardware and software refresh for the AN/BQQ-10 sonar system every five years. This is the main obsolescence management component of the USN AN/BQQ-10 sonar program. Sole sourced through Foreign Military Sales.

Preliminary Estimate

  • $20 million to $49 million

Anticipated Timeline

  • 2014
    • Request for Proposal Release
  • 2015
    • Contract Award

Point of Contact

Director Maritime Equipment Programme Management (Submarines)
Phone: 819-939-3252
EMail: DAG_Material-GAD_Matériel@forces.gc.ca


The information on this page is provided for advisory purposes only and is current as of the date of publication. The information is, however, subject to change without notice and no commitment regarding its future accuracy or content, or any subsequent implementation of the Project described, is made by DND or the Government of Canada. Any expense incurred by any person or entity in reliance upon the information provided is at the sole risk of that person or entity. It is important to note that these contact details are provided for use by interested industry partners only. Please direct all media enquiries to the department of National Defence's Media Relations Office at 1-866-377-0811
http://www.forces.gc.ca/en/business-defence-acquisition-guide/index.page

 

Victoria Class Submarine Fire Control System In-Service Support Contract

In-Service Support

Objective

The Submarine Fire Control System In-Service Support Contract (SFCS ISSC) provides in-service support to Fire Control Systems installed on all four Victoria Class submarines.

Requirements

The Submarine Fire Control System is critical for the submarine weapon firing capability as well as the tactical picture compilation which is a safety-critical function. The response time required under this contract to complete repairs when submarines are at sea is required to be within two to four hours.  Services contracted under the SFCS ISSC also include emergent engineering tasks that are raised in the form of studies, design, prototyping and development to address obsolescence. Sole Source due to Intellectual Property Rights.

Preliminary Estimate

  • $20 million to $49 million

Anticipated Timeline

  • 2016
    • Request for Proposal Release
  • 2017
    • Contract Award

Point of Contact

Director Naval Combat Systems
Phone: 819-939-3122
EMail: DAG_Material-GAD_Matériel@forces.gc.ca


The information on this page is provided for advisory purposes only and is current as of the date of publication. The information is, however, subject to change without notice and no commitment regarding its future accuracy or content, or any subsequent implementation of the Project described, is made by DND or the Government of Canada. Any expense incurred by any person or entity in reliance upon the information provided is at the sole risk of that person or entity. It is important to note that these contact details are provided for use by interested industry partners only. Please direct all media enquiries to the department of National Defence's Media Relations Office at 1-866-377-0811
http://www.forces.gc.ca/en/business-defence-acquisition-guide/index.page

 

CG634 Gen II Helmet Contract

New and Replace Existing Systems

Objective

The Canadian Armed Forces will replenish its holding of combat helmets with a new generation of CG634 helmets that will incorporate newer material to reduce the overall weight of the helmet.

Requirements

The new helmets will be lighter while maintaining the ballistic protection afforded by the existing CG634 helmet. The new helmet must retain the same coverage and interior geometry of the in-service CG634 helmets, must remain fully interchangeable with in-service helmet components, and must be backwards compatible with currently-fielded CG634 accessory items.

Preliminary Estimate

  • $20 million to $49 million

Anticipated Timeline

  • 2014
    • Request for Proposal Release
  • 2015
    • Contract Award

Point of Contact

Director Soldier Systems Program Management
Phone: 819-997-9768
EMail: DAG_Material-GAD_Matériel@forces.gc.ca


The information on this page is provided for advisory purposes only and is current as of the date of publication. The information is, however, subject to change without notice and no commitment regarding its future accuracy or content, or any subsequent implementation of the Project described, is made by DND or the Government of Canada. Any expense incurred by any person or entity in reliance upon the information provided is at the sole risk of that person or entity. It is important to note that these contact details are provided for use by interested industry partners only. Please direct all media enquiries to the department of National Defence's Media Relations Office at 1-866-377-0811
http://www.forces.gc.ca/en/business-defence-acquisition-guide/index.page

 

Sleeping Bag System Contract

New and Replace Existing Systems

Objective

The Canadian Armed Forces (CAF) will replenish its holdings of sleeping bags with an improved modular system to address CAF requirements.

Requirements

The new sleeping bag will consist of a multi-layer sleeping system that can be configured to provide protection to the user for all expected training and operational thermal conditions, from mid-summer to high arctic.  The modular sleeping bag system will be compatible with the existing bivy bag, inflatable mattress and the new sleeping pad.

Preliminary Estimate

  • $20 million to $49 million

Anticipated Timeline

  • 2014
    • Request for Proposal Release
  • 2015
    • Contract Award

Point of Contact

Director Soldier Systems Program Management
Phone: 819-997-9768
EMail: DAG_Material-GAD_Matériel@forces.gc.ca


The information on this page is provided for advisory purposes only and is current as of the date of publication. The information is, however, subject to change without notice and no commitment regarding its future accuracy or content, or any subsequent implementation of the Project described, is made by DND or the Government of Canada. Any expense incurred by any person or entity in reliance upon the information provided is at the sole risk of that person or entity. It is important to note that these contact details are provided for use by interested industry partners only. Please direct all media enquiries to the department of National Defence's Media Relations Office at 1-866-377-0811
http://www.forces.gc.ca/en/business-defence-acquisition-guide/index.page 

Ammunition Safety And Suitability For Service Testing Capability

Replace Existing Systems

Objective

The upgrade of current infrastructure will provide a greater capacity for Munitions Experimental and Test Centre (METC) to conduct ammunition S3 testing in support of the growing Canadian Armed Forces demand for these types of tests. Additionally, acquiring new facilities will broaden the scope of S3 testing within METC and increase its capacity to conduct timely and cost effective testing.

Requirements

In order to have a fully encompassing range of ammunition S3 testing, METC will procure new facilities and equipment to meet established test requirements. This would include updates and enhancement on current METC infrastructure and trail sites. Moreover, it would upgrade current METC trial site installations which have some limitations in their capacity to meet client needs with regards to standard STANAG MOPI Tests. This will ensure proper capabilities for an appropriate response to the ongoing and future weapon and munitions replacement testing.

Preliminary Estimate

  • $20 million to $49 million

Anticipated Timeline

  • 2020
    • Request for Proposal Release
  • 2021 to 2025
    • Contract Award

Point of Contact

Quality Engineering Test Establishment
Phone: 418-844-4000 (4605)
EMail: DAG_Material-GAD_Matériel@forces.gc.ca


The information on this page is provided for advisory purposes only and is current as of the date of publication. The information is, however, subject to change without notice and no commitment regarding its future accuracy or content, or any subsequent implementation of the Project described, is made by DND or the Government of Canada. Any expense incurred by any person or entity in reliance upon the information provided is at the sole risk of that person or entity. It is important to note that these contact details are provided for use by interested industry partners only. Please direct all media enquiries to the department of National Defence's Media Relations Office at 1-866-377-0811
http://www.forces.gc.ca/en/business-defence-acquisition-guide/index.page 

Canadian Surface Combatant In-Service Support Contract

In-Service Support

Objective

The Canadian Surface Combatant (CSC) project management office intends to establish one or more In-Service Support (ISS) Contracts as part of the acquisition project, based upon the overall CSC Support Solution that will be defined.

Requirements

The Canadian Surface Combatant (CSC) Project’s objective is to recapitalize the Canadian Armed Forces surface combatant fleet by replacing the warfare capabilities currently residing with the Iroquois and Halifax Class ships, identifying and acquiring the necessary Integrated Logistics Support (ILS), and awarding In-Service Support contract(s). The CSC Support Solution comprises the sum of the services, resources and information required to properly support each CSC ship throughout its in-service life.

Preliminary Estimate

  • More than $1.5 billion

Anticipated Timeline

  • 2021 to 2025
    • Contract Award

Point of Contact

Canadian Surface Combatant Project Management Office
Phone: 819-997-1448
EMail: DAG_Material-GAD_Matériel@forces.gc.ca


The information on this page is provided for advisory purposes only and is current as of the date of publication. The information is, however, subject to change without notice and no commitment regarding its future accuracy or content, or any subsequent implementation of the Project described, is made by DND or the Government of Canada. Any expense incurred by any person or entity in reliance upon the information provided is at the sole risk of that person or entity. It is important to note that these contact details are provided for use by interested industry partners only. Please direct all media enquiries to the department of National Defence's Media Relations Office at 1-866-377-0811
http://www.forces.gc.ca/en/business-defence-acquisition-guide/index.page

Victoria Class Submarine In-Service Support Contract

In-Service Support

Objective

The Victoria Class Submarine In-Service Support Contract (VISSC) is a comprehensive, complex alternate service delivery contract to address the maintenance, repair and overhaul, documentation and management of four Ex-Royal Navy Upholder Class, 2400 ton diesel-electric submarines. These submarines, renamed respectively HMCS VICTORIA, WINDSOR, CORNER BROOK and CHICOUTIMI (the Victoria Class) were accepted into Royal Canadian Navy service between 2000 and 2004.

Requirements

Work under the VISSC is broadly defined by five areas of service delivery, including; project management; records support; engineering support; materiel and logistics support, and maintenance support to include extended docking work periods.

Preliminary Estimate

  • More than $1.5 billion

Anticipated Timeline

  • 2021 to 2025
    • Contract Award

Point of Contact

Director Maritime Equipment Programme Management (Submarines)
Phone: 819-939-3252
EMail: DAG_Material-GAD_Matériel@forces.gc.ca


The information on this page is provided for advisory purposes only and is current as of the date of publication. The information is, however, subject to change without notice and no commitment regarding its future accuracy or content, or any subsequent implementation of the Project described, is made by DND or the Government of Canada. Any expense incurred by any person or entity in reliance upon the information provided is at the sole risk of that person or entity. It is important to note that these contact details are provided for use by interested industry partners only. Please direct all media enquiries to the department of National Defence's Media Relations Office at 1-866-377-0811
http://www.forces.gc.ca/en/business-defence-acquisition-guide/index.page

Date modified: