Trade Agreement: Agreement on Internal Trade (AIT) Comprehensive Land Claim Agreement: No Notification Method: Source List Contract Award Procedure (Procurement Strategy): Best Overall Proposal GSIN Description: Naval Architecture - Design Services Quantity: 1
A. PROJECT DESCRIPTION AND LOCATION The Government of Canada, through Foreign Affairs, Trade and Development Canada, is planning to relocate the Embassy of Canada in Tel Aviv and the official residence of the Ambassador of Canada to Israel, to a new stand-alone site. The new facility will have a gross area of approximately 2450 square meters, excluding below grade parking and additional service space. B. GENERAL SERVICE REQUIREMENTS The Contractor shall provide Project Management Support Services (PMSS) for the above referenced Project as detailed herein. The Contractor shall perform the required services, in Tel Aviv, Israel, under the direction of the Departmental Representative. Team resources will be stationed in Israel. The PMSS will provide support to DFATD throughout the project phases including feasibility, design, construction and commissioning. These services will include: architectural studies and test fit diagrams for potential sites, feasibility reports and risk assessments, coordination of efforts to satisfy municipal regulatory requirements, building condition reports, advice with respect to Architecture and Engineering consultant solicitation process, design review support, advice with respect to construction contractor selection process, full time resident site liaison services during construction, and commissioning support. It should be noted that while these services include elements of architectural design, this solicitation is not for services as the Prime Architecture and Engineering Consultant. The successful proponent of this solicitation will not be eligible to bid as the Prime Architecture and Engineering Consultant. C. TEAM ORGANIZATION The Contractor team must include the capacity to provide expertise from the following local professions: architectural services, engineering services, security consulting, heritage and conservation, and building and zoning permit consultation on an “as and when required basis”. The Contractor will provide DFATD timely advice on the relative merits and potential constraints of alternative sites during feasibility and concept design, and provide expertise and local liaison during design and construction. The Contractor must have a local team that is ready to provide professional services in the following roles under the direction of the Project Manager for the duration of the project on an as and when required basis: Architect Civil Engineer Structural Engineer Mechanical Engineer Electrical Engineer Security Consultant Heritage Architect Building Permit Consultant Resident Site Liaison D. SUBMISSION REQUIREMENTS To qualify, Proponents must meet the Mandatory Requirements set out in the RFP. Proposals not meeting the Mandatory Requirements will not be given any further consideration. Submissions meeting the Mandatory Requirements shall be evaluated according to the criteria and point rating set out in the RFP. E. RFP DOCUMENTS FROM GETS Proponents shall order from GETS the Request for Proposals (RFP) documents which include the Draft Contract. Proponents may reference the Request for Proposals (RFP) for information on the evaluation and selection process.
The National Research Council Canada, 1200 Montreal Road Campus, Ottawa, ON has a requirement for a project that includes:
This is a design / build request for proposal (RFP). The following NRC requirements are to be read in conjunction with the RFP appendices. This RFP is for the design and construction of a new building as an upgrade to the Canadian Center for Housing Technology (CCHT).
Builders intending on submitting a proposal for this project are expected to submit existing or slightly modified plans for existing model homes. The experimental provisions and functionality necessary to complete this research facility are not expected to be detailed by the builder in response to this request for proposal. Experimental specifications and designs necessary to support research facility functionality will be developed during the design phase of this project.
However, evaluation of builder proposals will include an assessment of the ability to identify what aspects of the model home will require design / build modifications to accommodate the functionality necessary.
Please note that the conceptual plans presented in this RFP are for consideration only. Builders may suggest modifications to the conceptual plans so long as the intended functionality, costs, schedule and general scope of work (National Building Code of Canada, Part 9 Building) of the project is respected. If a builder feels that in order to meet the intended objectives of the project the proposal should be fundamentally different, such as building orientation, access routes, siting, and architectural design, then NRC will consider the merits of the proposal.
Builders may visit CCHT at a bidders conference at the date and time detailed in this RFP. Multiple builders wishing to collaborate will be considered.
M.1
Project Representative and key identified Design Team members located within 60 minutes travel time of NRC campus
YES or NO
M.2
Statement that personnel anticipated to be onsite during the project able to obtain Reliability Status Security Clearance
YES or NO
M.3
Proponent, through cited example, has experience building townhomes, detached, semi-detached homes, and /or light commercial construction.
YES or NO
M.4
Proponent identified members of the Design Team including at least one licensed architect and one licensed engineer in each of the four trades: structural, civil, mechanical and electrical.
YES or NO
1. GENERAL
Questions regarding any aspect of the project are to be addressed to and answered only by the Departmental Representative (or his designate) or the Contracting Authority.
Any information received other than from the Departmental Representative (or his designate) or the Contracting Authority will be disregarded when awarding the contract and during construction.
Firms intending to submit tenders on this project should obtain tender documents through the Buyandsell.gc.ca TMA services provider. Addenda, when issued, will be available from the Buyandsell.gc.ca TMA service provider. Firms that elect to base their bids on tender documents obtained from other sources do so at their own risk and will be solely responsible to inform the tender calling authority of their intention to bid. Tender packages are not available for distribution on the actual day of tender closing.
2. BIDDERS CONFERENCE / SITE VISIT
If you wish to visit the site on the dates they are scheduled, please contact Dan Booth 613 993-9696. daniel.booth@nrc-cnrc.gc.ca
The bidders conference / site visits will be held on March 3rd, 2016 at 9:30 and March 8th, 2016 at 15:00. Meet Daniel Booth at Building M-24, Main Entrance, 1200 Montreal Road Campus, Ottawa, ON. Bidders who, for any reason, cannot attend at the specified date and time will not be given an alternative appointment to view the site
3. TENDER CLOSING DATE
Tender closing date is March 23rd , 2016 at 14:00.
4. TENDER RESULTS
N/A
5. SECURITY REQUIREMENT FOR CANADIAN CONTRACTORS
5.1 MANDATORY SECURITY REQUIREMENT:
This procurement contains a mandatory security requirement as follows:
1 The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Director (CISD), Public Works Government Services Canada.
2 The Contractor personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.
3 The Contractor must comply with the provisions of the:
a. Security Requirements Checklist attached at Appendix “D”
b. Industrial Security Manual (Latest Edition) available at: http://ssi-iss.tpsgc-pwgsc.gc.ca/ssi-iss-services/eso-oss-eng.html
5.2 VERIFICATION OF SECURITY CLEARANCE AT BID CLOSING
1 The Bidder must hold a valid Designated Organization Screening (DOS) issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC), TO BE INCLUDED WITH THEIR TENDER OR PROVIDED WITHIN 48 HOURS FROM THE DATE AND TIME OF TENDER CLOSING. Verifications will be made through CISD to confirm the security clearance status of the Bidder. Failure to comply with this requirement will render the bid non-compliant and no further consideration will be given to the bid.
2 Within 72 hours of tender closing, the General Contractor must name all of his sub-contractors, each of whom must hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC, or any other Federal Department or Agency along with the names and birthdates or security clearance certificate numbers of all personnel who will be assigned to the project.
3 It is to be noted that any subcontractor required to perform any part of the work during the performance of the subsequent contract must also adhere to the mandatory security requirement of the contract. As well, no personnel without the required level of security will be allowed on site. It will be the responsibility of the successful bidder to ensure that the security requirement is met throughout the performance of the contract. The Crown will not be held liable or accountable for any delays or additional costs associated with the contractor’s non-compliance to the mandatory security requirement. Failure to comply with the mandatory security requirement will be grounds for being declared in default of contract.
4 For any enquiries concerning the project security requirement during the bidding period, the Bidder/Tenderer must contact the Security Officer @ 613-993-8956.
6.0 WSIB (Workplace Safety and Insurance Board)
7.0 Office of the Procurement Ombudsman
1 Dispute Resolution Services
The parties understand that the Procurement Ombudsman appointed pursuant to Subsection 22.1(1) of the Department of Public Works and Government Services Act will, on request or consent of the parties to participate in an alternative dispute resolution process to resolve any dispute between the parties respecting the interpretation or application of a term and condition of this contract and their consent to bear the cost of such process, provide to the parties a proposal for an alternative dispute resolution process to resolve their dispute. The Office of the Procurement Ombudsman may be contacted by telephone at 1-866-734-5169 or by e-mail at boa.opo@boa-opo.gc.ca.
2 Contract Administration
The parties understand that the Procurement Ombudsman appointed pursuant to Subsection 22.1(1) of the Department of Public Works and Government Services Act will review a complaint filed by [the supplier or the contractor or the name of the entity awarded this contract] respecting administration of this contract if the requirements of Subsection 22.2(1) of the Department of Public Works and Government Services Act and Sections 15 and 16 of the Procurement Ombudsman Regulations have been met, and the interpretation and application of the terms and conditions and the scope of the work of this contract are not in dispute. The Office of the Procurement Ombudsman may be contacted by telephone at 1-866-734-5169 or by e-mail at boa.opo@boa-opo.gc.ca.
3 The Office of the Procurement Ombudsman (OPO) was established by the Government of Canada to provide an independent avenue for suppliers to raise complaints regarding the award of contracts under $25,000 for goods and under $100,000 for services. You have the option of raising issues or concerns regarding the solicitation, or the award resulting from it, with the OPO by contacting them by telephone at 1-866-734-5169 or by e-mail at boa.opo@boa-opo.gc.ca. You can also obtain more information on the OPO services available to you at their website at www.opo-boa.gc.ca.
The Departmental Representative or his designate for this project is: Daniel Booth
Telephone: 613 993-9696
Contracting Authority for this project is: Marc Bédard marc.bedard@nrc-cnrc.gc.ca
Telephone: 613 993-2274
The National Research Council Canada, 1200 Montreal Road Campus, Ottawa, ON has a requirement for a project that includes:
This is a design / build request for proposal (RFP). The following NRC requirements are to be read in conjunction with the RFP appendices. This RFP is for the design and construction of a new building as an upgrade to the Canadian Center for Housing Technology (CCHT).
Builders intending on submitting a proposal for this project are expected to submit existing or slightly modified plans for existing model homes. The experimental provisions and functionality necessary to complete this research facility are not expected to be detailed by the builder in response to this request for proposal. Experimental specifications and designs necessary to support research facility functionality will be developed during the design phase of this project.
However, evaluation of builder proposals will include an assessment of the ability to identify what aspects of the model home will require design / build modifications to accommodate the functionality necessary.
Please note that the conceptual plans presented in this RFP are for consideration only. Builders may suggest modifications to the conceptual plans so long as the intended functionality, costs, schedule and general scope of work (National Building Code of Canada, Part 9 Building) of the project is respected. If a builder feels that in order to meet the intended objectives of the project the proposal should be fundamentally different, such as building orientation, access routes, siting, and architectural design, then NRC will consider the merits of the proposal.
Builders may visit CCHT at a bidders conference at the date and time detailed in this RFP. Multiple builders wishing to collaborate will be considered.
M.1
Project Representative and key identified Design Team members located within 60 minutes travel time of NRC campus
YES or NO
M.2
Statement that personnel anticipated to be onsite during the project able to obtain Reliability Status Security Clearance
YES or NO
M.3
Proponent, through cited example, has experience building townhomes, detached, semi-detached homes, and /or light commercial construction.
YES or NO
M.4
Proponent identified members of the Design Team including at least one licensed architect and one licensed engineer in each of the four trades: structural, civil, mechanical and electrical.
YES or NO
1. GENERAL
Questions regarding any aspect of the project are to be addressed to and answered only by the Departmental Representative (or his designate) or the Contracting Authority.
Any information received other than from the Departmental Representative (or his designate) or the Contracting Authority will be disregarded when awarding the contract and during construction.
Firms intending to submit tenders on this project should obtain tender documents through the Buyandsell.gc.ca TMA services provider. Addenda, when issued, will be available from the Buyandsell.gc.ca TMA service provider. Firms that elect to base their bids on tender documents obtained from other sources do so at their own risk and will be solely responsible to inform the tender calling authority of their intention to bid. Tender packages are not available for distribution on the actual day of tender closing.
2. BIDDERS CONFERENCE / SITE VISIT
If you wish to visit the site on the dates they are scheduled, please contact Dan Booth 613 993-9696. daniel.booth@nrc-cnrc.gc.ca
The bidders conference / site visits will be held on March 3rd, 2016 at 9:30 and March 8th, 2016 at 15:00. Meet Daniel Booth at Building M-24, Main Entrance, 1200 Montreal Road Campus, Ottawa, ON. Bidders who, for any reason, cannot attend at the specified date and time will not be given an alternative appointment to view the site
3. TENDER CLOSING DATE
Tender closing date is March 23rd , 2016 at 14:00.
4. TENDER RESULTS
N/A
5. SECURITY REQUIREMENT FOR CANADIAN CONTRACTORS
5.1 MANDATORY SECURITY REQUIREMENT:
This procurement contains a mandatory security requirement as follows:
1 The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Director (CISD), Public Works Government Services Canada.
2 The Contractor personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.
3 The Contractor must comply with the provisions of the:
a. Security Requirements Checklist attached at Appendix “D”
b. Industrial Security Manual (Latest Edition) available at: http://ssi-iss.tpsgc-pwgsc.gc.ca/ssi-iss-services/eso-oss-eng.html
5.2 VERIFICATION OF SECURITY CLEARANCE AT BID CLOSING
1 The Bidder must hold a valid Designated Organization Screening (DOS) issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC), TO BE INCLUDED WITH THEIR TENDER OR PROVIDED WITHIN 48 HOURS FROM THE DATE AND TIME OF TENDER CLOSING. Verifications will be made through CISD to confirm the security clearance status of the Bidder. Failure to comply with this requirement will render the bid non-compliant and no further consideration will be given to the bid.
2 Within 72 hours of tender closing, the General Contractor must name all of his sub-contractors, each of whom must hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC, or any other Federal Department or Agency along with the names and birthdates or security clearance certificate numbers of all personnel who will be assigned to the project.
3 It is to be noted that any subcontractor required to perform any part of the work during the performance of the subsequent contract must also adhere to the mandatory security requirement of the contract. As well, no personnel without the required level of security will be allowed on site. It will be the responsibility of the successful bidder to ensure that the security requirement is met throughout the performance of the contract. The Crown will not be held liable or accountable for any delays or additional costs associated with the contractor’s non-compliance to the mandatory security requirement. Failure to comply with the mandatory security requirement will be grounds for being declared in default of contract.
4 For any enquiries concerning the project security requirement during the bidding period, the Bidder/Tenderer must contact the Security Officer @ 613-993-8956.
6.0 WSIB (Workplace Safety and Insurance Board)
7.0 Office of the Procurement Ombudsman
1 Dispute Resolution Services
The parties understand that the Procurement Ombudsman appointed pursuant to Subsection 22.1(1) of the Department of Public Works and Government Services Act will, on request or consent of the parties to participate in an alternative dispute resolution process to resolve any dispute between the parties respecting the interpretation or application of a term and condition of this contract and their consent to bear the cost of such process, provide to the parties a proposal for an alternative dispute resolution process to resolve their dispute. The Office of the Procurement Ombudsman may be contacted by telephone at 1-866-734-5169 or by e-mail at boa.opo@boa-opo.gc.ca.
2 Contract Administration
The parties understand that the Procurement Ombudsman appointed pursuant to Subsection 22.1(1) of the Department of Public Works and Government Services Act will review a complaint filed by [the supplier or the contractor or the name of the entity awarded this contract] respecting administration of this contract if the requirements of Subsection 22.2(1) of the Department of Public Works and Government Services Act and Sections 15 and 16 of the Procurement Ombudsman Regulations have been met, and the interpretation and application of the terms and conditions and the scope of the work of this contract are not in dispute. The Office of the Procurement Ombudsman may be contacted by telephone at 1-866-734-5169 or by e-mail at boa.opo@boa-opo.gc.ca.
3 The Office of the Procurement Ombudsman (OPO) was established by the Government of Canada to provide an independent avenue for suppliers to raise complaints regarding the award of contracts under $25,000 for goods and under $100,000 for services. You have the option of raising issues or concerns regarding the solicitation, or the award resulting from it, with the OPO by contacting them by telephone at 1-866-734-5169 or by e-mail at boa.opo@boa-opo.gc.ca. You can also obtain more information on the OPO services available to you at their website at www.opo-boa.gc.ca.
The Departmental Representative or his designate for this project is: Daniel Booth
Telephone: 613 993-9696
Contracting Authority for this project is: Marc Bédard marc.bedard@nrc-cnrc.gc.ca
Telephone: 613 993-2274