Janitorial Services - RCMP West Edmonton Business Park, Edmonton, Alberta To provide all labour, materials, equipment, transportation and daily site supervision necessary to provide janitorial services in accordance with the Request for Proposal and Annex “A” - Janitorial Services, for the Royal Canadian Mounted Police (RCMP), West Edmonton Business Park, Edmonton, Alberta, during the period of the contract. The period of the Contract is for twenty-four (24) months with an irrevocable option to renew for two (2) additional twelve (12) month periods. Routine daily cleaning is required two (2) times per week. Hours to work of the cleaning staff will be determined by the Contractor and Royal Canadian Mounted Police (RCMP) prior to contract being awarded. The Contractor and their staff MUST be security cleared by the Royal Canadian Mounted Police (RCMP) and MAY be required to provide Contract Financial Security, prior to the Contract being awarded. Optional Site Visit: It is highly recommended that the Bidder or a representative of the Bidder visit the work site. Arrangements have been made for a tour of the work site. The site visit will be held on Wednesday, April 08, 2015 at 2:00 p.m. Bidders must contact the Contracting Authority five (5) day(s) prior to the scheduled site visit to confirm attendance and provide the name(s) of the person(s) who will be attending. Bidders may be requested to provide Government Identification and to sign a Site Visit Attendance form. Bidders who do not attend or send a representative will not be given an alternative appointment but they will not be precluded from submitting a bid. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation. The Crown retains the right to negotiate with suppliers on any procurement. The RCMP has published its National Procurement Plan for 2014/15. For further information please see link: http://www.rcmp-grc.gc.ca/pubs/cm-gg/index-eng.htm or http://www.rcmpgrc. gc.ca/pubs/cm-gg/index-fra.htm
Trade Agreement: Set-Aside Program for Aboriginal Business (SPAB) Comprehensive Land Claim Agreement: No Notification Method: Public Advertising Contract Award Procedure (Procurement Strategy): Lowest/Lower Bid GSIN Description: Waterways, Harbours, Dams and Other Water Works Quantity: 1
Trade Agreement: Set-Aside Program for Aboriginal Business (SPAB) Tendering Procedures: Qualified Competitive Procurement Strategy: Comprehensive Land Claim Agreement: No Nature of Requirements: Marginal Wharf Construction, Conne River, NL F6142-150049/A O'Brien, Cheryl Telephone No. - (709) 772-3460 Fax No. - (709) 772-4603 Marginal Wharf Construction - Conne River, NL This procurement has been set aside under the federal government's Procurement Strategy for Aboriginal Business (PSAB). In order to be considered, a supplier must certify that it qualifies as an Aboriginal business as defined under PSAB and that it will comply with all requirements of PSAB. Public Works and Governement Services Canada (PWGSC) has a requirement on behalf of Department of Fisheries and Oceans (DFO) for Marginal Wharf Construction at Conne River, NL. The scope of work consists of the furnishing of all plant, labour, equipment, and material for the construction of a new marginal wharf consisting of a reinforced concrete deck and treated timber cribwork construction. Demolition and removal of existing wharf components is also required as well as supply and installation of coping, wheelguard, wheelguard blocking, cleats, rings, fenders, ladders, hardware, rock/gravel, rip rap, electrical and other related components. Special Instructions: It is recommended the bidders visit the site and verify the form and nature of the work prior to submitting a bid. Contractors, bidders or those they invite to site are to review specification Section 01 35 29.06 Health and Safety Requirements before visiting the site and take all appropriate safety measures. Bidders must refer to General Instructions G2710T (2015-07-03) for the Integrity Provisions (Code of Conduct and Certification) applicable to this requirement. Government of Canada Electronic Tendering service is available at Buyandsell.gc.ca/tenders. This site is the sole authoritative source for Government of Canada tenders that are subject to trade agreements or departmental policies that require public advertising of tenders. Bidders are responsible for obtaining tender forms and special instructions directly from this web site. Drawings and Specifications are available for viewing and downloading from this web site in Portable Document Format (PDF) and can be found under Attachments. Addenda are also available on this site, bidders are responsible for and must ensure that all addenda issued prior to tender closing have been obtained and addressed in the submitted tender. Standard Terms and Conditionsare incorporated by reference into, and form part of the tender and contract documents and may be viewed at: buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions-manual/all. Bids will be received in English or French at: Public Works and Government Services Canada, Bid Receiving Unit, 10 Barters Hill, P.O. Box 4600, St. Johns, NL A1C 5T2 Bid Security is a requirement for this tender. The estimated value for this opportunity is in the range of: $1,000,000.01 to $1,500,000.00 Delivery Date Required: 26 weeks. Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Comprehensive Land Claim Agreement: No Nature of Requirements: Regional Individual Standing Offer (RISOs) for Environmental Services Various Locations Nova Scotia Public Works and Government Services Canada (PWGSC) has a requirement to establish Regional Individual Standing Offers (RISOs) for a range of Environmental Services for federally owned properties in Nova Scotia, as per the attached Required Services (Statement of Work). These Environmental Services may include phased environmental site assessments, site remediation, risk assessments, compliance related work, sustainability services and environmental management systems support, and environmental impact assessments, related permitting and scientific studies (e.g. biology, oceanography, archeology). PWGSC is intending to issue Four (4) RISOs in response to this Request for Standing Offer (RFSO). This requirement will be evaluated in accordance with pre-set mandatory, technical and price criteria. Offers will be rated with regard to the: Proposed Team Approach and Management of Services, Past Experience of the Offeror, Senior Technical Specialist Expertise and Experience, Project Personnel Expertise and experience, as well as the proposed price of services. The four (4) highest ranked offers will be recommended for issuance of a RISO based on ideal business distribution percentages, which have been pre-established as follows: 30% of business volume to the top ranked consultant, 27% to the second, 24% to the third and 19% to the fourth. Should we receive less than four (4) responsive offers, the values of the business distributed will be adjusted accordingly. The period for placing call-ups and rendering services against these RISOs will be two (2) years from the date of issuance, on an as and when requested basis. The total estimated value is estimated to be $6,900,000.00 (HSTI). Individual call-up amounts will vary, up to a maximum of $250,000.00 (HSTI). A standing offer is an agreement and not a contract. Canada does not guarantee that the full amount, or that any amount, will be called-up on any resultant standing offer. IMPORTANT NOTICE TO SUPPLIERS: With the introduction of the new Government of Canada Web Site, Buyandsell.gc.ca/tenders, there are significant changes to Public Works and Government ServicesCanada (PWGSC) solicitations. Buyandsell.gc.ca/tenders is the official and first site suppliers should rely on to find Government of Canada tenders to ensure that they always get the most up-to-date and accurate information about new tender notices or amendments. Buyandsell.gc.ca cannot confirm or endorse the completeness of information that suppliers might find on third-party web sites or received through a notification service. Firms that elect to base their bids on solicitation documents obtainedfrom other sources do so at their own risk and will be solely responsible to inform the contracting authority of their intention to bid. In keeping with Canadas commitment to green procurement, only electronic distribution of tenders and associated documents and/or construction drawings is available. Bidders can download and print the documents or bring them or send them by email to a print shop or other professional printing services for printing. Addenda, when issued, will be available on the web site Buyandsell.gc.ca/tenders. It is the responsibility of the Bidder to ensure that all addenda issued prior to solicitation closing have been obtained and addressed in the submitted offer. Sealed offers will be received in English, or French at: Public Works and Government Services Canada, Bid Receiving Unit, 10 Barter's Hill, P.O. Box 4600, St. John's, Newfoundland and Labrador A1C 5T2. Bid Security is not a requirement for this tender. GSIN: E199H Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Comprehensive Land Claim Agreement: No Nature of Requirements: Regional Individual Standing Offer (RISOs) for Environmental Services Various Locations NB and PEI Public Works and Government Services Canada (PWGSC) has a requirement to establish Regional Individual Standing Offers (RISOs) for a range of Environmental Services for federally owned properties in New Brunswick and Prince Edward Island, as per the attached Required Services (Statement of Work). These Environmental Services may include phased environmental site assessments, site remediation,risk assessments, compliance related work, sustainability services and environmental management systems support, and environmental impact assessments, related permitting and scientific studies (e.g. biology, oceanography, archeology). PWGSC is intending to issue Four (4) RISOs in response to this Request for Standing Offer (RFSO). This requirement will be evaluated in accordance with pre-set mandatory, technical and price criteria. Offers will be rated with regard to the: Proposed Team Approach and Management of Services, Past Experience of the Offeror, Senior Technical Specialist Expertise and Experience, Project Personnel Expertise and experience, as well as the proposed price of services. The four (4) highest ranked offers will be recommended for issuance of a RISO based on ideal business distribution percentages, which have been pre-established as follows: 30% of business volume to the top ranked consultant, 27% to the second, 24% to the third and 19% to the fourth. Should we receive lessthan four (4) responsive offers, the values of the business distributed will be adjusted accordingly. The period for placing call-ups and rendering services against these RISOs will be two (2) years from the date of issuance, on an as and when requested basis. The total estimated value is estimated to be $6,840,000.00 (HSTI). Individual call-up amounts will vary, up to a maximum of $250,000.00 (HSTI). A standing offer is an agreement and not a contract. Canada does not guarantee that the full amount, or that any amount, will be called-up on any resultant standing offer. IMPORTANT NOTICE TO SUPPLIERS: With the introduction of the new Government of Canada Web Site, Buyandsell.gc.ca/tenders, there are significant changes to Public Works and Government Services Canada (PWGSC) solicitations. Buyandsell.gc.ca/tenders is the official and first site suppliers should rely on to find Government of Canada tenders to ensure that they always get the most up-to-date and accurate information about new tender notices or amendments. Buyandsell.gc.ca cannot confirm or endorse the completeness of information that suppliers might find on third-party web sites or received through a notification service. Firms that elect to base their bids on solicitation documents obtained from other sources do so at their own risk and will be solely responsible to inform the contracting authority of their intention to bid. In keeping with Canadas commitment to green procurement, only electronic distribution of tenders and associated documents and/or construction drawings is available. Bidders can download and print the documents or bring them or send them by email to a print shop or other professional printing services for printing. Addenda, when issued,will be available on the web site Buyandsell.gc.ca/tenders. It is the responsibility of the Bidder to ensure that all addenda issued prior to solicitation closing have been obtained and addressed in the submitted offer. Sealed offers will be received in English, or French at: Public Works and Government Services Canada, Bid Receiving Unit, 10 Barter's Hill, P.O. Box 4600, St. John's, Newfoundland and Labrador A1C 5T2. Bid Security is not a requirement for this tender. GSIN: E199H Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Comprehensive Land Claim Agreement: No Nature of Requirements: Regional Individual Standing Offer (RISOs) for Environmental Services Various Locations Newfoundland and Labrador Public Works and Government Services Canada (PWGSC) has a requirement to establish Regional Individual Standing Offers (RISOs) for a range of environmental services for federally owned properties in Newfoundland and Labrador, as per the attached Required Services (Statement of Work). These environmental services may include phased environmental site assessments, site remediation,risk assessments, compliance related work, sustainability services and environmental management systems support, and environmental impact assessments, related permitting and scientific studies (e.g. biology, oceanography, archeology). PWGSC is intending to issue Five (5) RISOs in response to this Request for Standing Offer (RFSO). This requirement will be evaluated in accordance with pre-set mandatory, technical and price criteria. Offers will be rated with regard to the: Proposed Team Approach and Management of Services, Past Experience of the Offeror, Senior Technical Specialist Expertise and Experience, Project Personnel Expertise and experience, as well as the proposed price of services. The five (5) highest ranked offers will be recommended for issuance of a RISO based on ideal business distribution percentages which have been pre-established as follows: 27% of business volume to the top ranked consultant, 23% to the second, 20% to the third, 17% to the fourth and 13% to the fifth. Should we receive less than five (5) responsive offers, the values of the business distributed will be adjusted accordingly. The period for placing call-ups and rendering services against these RISOs will be two (2) years from the date of issuance, on an ``as and when requested basis. The total estimated value is estimated to be $9,040,000.00 (HSTI). Individual call-up amounts will vary, up to a maximum of $250,000.00 (HSTI). A standing offer is an agreement and not a contract. Canada does not guarantee that the full amount, or that any amount, will be called-up on any resultant standing offer. IMPORTANT NOTICE TO SUPPLIERS: With the introduction of the new Government of Canada Web Site, Buyandsell.gc.ca/tenders, there are significant changes to Public Works and Government Services Canada (PWGSC) solicitations. Buyandsell.gc.ca/tenders is the official and first site suppliers should rely on to find Government of Canada tenders to ensure that they always get the most up-to-date and accurate information about new tender notices or amendments. Buyandsell.gc.ca cannot confirm or endorse the completeness of information that suppliers might find on third-party web sites or received through a notification service. Firms that elect to base their bids on solicitation documents obtained from other sources do so at their own risk and will be solely responsible to inform the contracting authority of their intention to bid. In keeping with Canadas commitment to green procurement, only electronic distribution of tenders and associated documents and/or construction drawings is available. Bidders can download and print the documents or bring them or send them by email to a print shop or other professional printing services for printing. Addenda, when issued, will be available on the web site Buyandsell.gc.ca/tenders. It is the responsibility of the Bidder to ensure that all addenda issued prior to solicitation closing have been obtained and addressed in the submitted offer. Sealed offers will be received in English, or French at: Public Works and Government Services Canada, Bid Receiving Unit, 10 Barter's Hill, P.O. Box 4600, St. John's, Newfoundland and Labrador A1C 5T2. Bid Security is not a requirement for this tender. GSIN: E199H Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Trade Agreement: NONE Tendering Procedures: Generally only one firm has been invited to bid Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt Comprehensive Land Claim Agreement: No Vendor Name and Address: NGC Nunatsiavut Solutions Inc. 2-6 Royal Street PO Box 1000 Stn B Happy Valley- Goose Bay Newfoundland and Labrador Canada A0P1E0 Nature of Requirements: Parks Canada - Fuel, Torngat 5P114-160218/A Connolly, Carolyn Telephone No. - (709) 772-5396 Fax No. - (709) 772-4603 ACAN Information 5P114-160218 Parks Canada Fuel for Torngat Mountains National Park Definition of requirement: Parks Canada, Torngat Mountains National Parks, NL has a requirement for the provision of helicopter (Jet A1) fuel and propane as specified under Background below. The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for these goods to NGC Nunatsiavut Solutions Inc., Happy Valley-Goose Bay, NL. Before awarding a contract, however, the government would like to provide other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in this Notice, by submitting a statement of capabilities during the 15 calendar day posting period. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before theclosing date stated in the ACAN, the contracting authority may then proceed with the award to the pre-identified supplier. Background: Public Works and Government Services Canada on behalf of Parks Canada in the Newfoundland-Labrador Region has a requirement for the delivery of helicopter (Jet A1) fuel and propane. It is proposed to award a contract to NGC Nunatsiavut Solutions Inc. for the supply of goods. Torngat Mountains National Park requires a supply of helicopter (Jet A1) fuel and propane on-site at Torngat Mountains Base Camp and Research Station to support summer operations in the park. The fuel is required on site at the Torngat Mountains Base Camp and Research Station (Latitude 58º 27 03 Longitude 62º 47 52) before July 16, 2016. The contractor will make available to Parks Canada at the base camp, one hundred and fifty (150) 205-litre drums of Jet-A1 fuel, and twenty (20) 25-lb tanks of propane. The fuel will be safely and securely delivered to Torngat Mountains Base Camp and Research Station, and stored in compliance with Nunatsiavut Government standards for fuel caches on Nunatsiavut Land (Labrador Inuit Lands). The contractor will provide a price per litre quote for the fuel FOB Torngat Mountains Base Camp and Research Station. All necessary permits for delivery and storage of fuel at the base camp must be secured by the contractor. Criteria for assessment of the Statement of Capabilities: Minimum Essential Requirements Mandatory Technical Criteria: The bidder must beable to supply the goods FOB Destination as noted in the Background. Applicability of the trade agreement(s) to the procurement: This procurement is exempt from the Agreement on Internal Trade (AIT); the North American Free Trade Agreement (NAFTA); and the World Trade Organization Agreement on Government Procurement (WTO-AGP). Comprehensive Land Claims Agreement(s): This procurement is subject to the Labrador Inuit Land Claims Agreement and the Nunavik Inuit Land Claims Agreement. Justificationfor the Pre-Identified Supplier: NGC Nunatsiavut Solutions Inc. is the only known organization capable of successfully completing this requirement to this specific area. Government Contracts Regulations Exception: The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - only one person is capable of performing the work. Exclusions and/or Limited Tendering Reasons: The following exclusion(s) and/or limited tendering reasons are invoked under the section of the trade agreement(s) specified: This procurement is set aside under the federal government Procurement Strategy for Aboriginal Business. For more information on Aboriginal business requirements of the Set-aside Program for Aboriginal Business, see Annex 9.4 of the Supply Manual. Exempt from WTO-AGP, NAFTA and AIT as per Supply Manual, 9.40.10 Procurement Strategy for Aboriginal Business (PASB) and Trade Agreements. A procurement set aside under the PSAB is not subject to the obligations of the international trade agreements. When the procurement has been set aside for Aboriginal business under PSAB, the entire procurement process is not subject to AIT. The period of the proposed contract or the delivery date(s): The proposed contract delivery is July 16, 2016. A cost estimate of the proposed contract: The estimated value of the contract is $184,190.00 HST included. Name and address of the pre-identified supplier: NGC Nunatsiavut Solutions Inc. 2-6 Royal Street P.O. Box 1000 Stn B Happy Valley-Goose Bay, NL A0P 1E0 Suppliers right to submit a statement of capabilities: Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. The closing date for a submission of a statement of capabilities: The closing date and time for accepting statements of capabilities is 12 July 2016 at 2:00 p.m. NST. Inquiries and statements of capabilities are to be directed to: Carolyn Connolly, Senior Contracting Officer Public Works and Government Services Canada The John Cabot Building 10 Barters Hill, P.O. Box 4600 St. Johns, NL A1C 5T2 Telephone: 709-772-5396 Facsimile: 709-772-4603 E-mail: carolyn.connolly@pwgsc.gc.ca Delivery Date: Above-mentioned You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above. An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award. However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process. Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page. The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Trade Agreement: NONE Tendering Procedures: Generally only one firm has been invited to bid Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt Comprehensive Land Claim Agreement: No Vendor Name and Address: Memorial University of Newfoundland INCO Innovation Centre 2nd Floor Room 11C 2015 230 Elizabeth Ave. St. John's Newfoundland and Labrador Canada A1C5S7 Nature of Requirements: Research and Analysis Functions Definition of requirement Atlantic Canada Opportunities Agency, St. John's, NL has a requirement for the provision of services as specified under "Background" below. The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for these services to Alion Science and Technology Canada, Kanata, Ontario. Before awarding a contract, however, the government would like to provide other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in this Notice, by submitting a statement of capabilities during the 15 calendar day posting period. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. Background The purpose of this Standing Offer Agreement is to perform research and analysis functions and related activities related to public policy development. ACOA, as the Government of Canadas lead agency for economic development in Newfoundland and Labrador, and through its work with other federal departments, such as through the Newfoundland and Labrador Federal Council, has a responsibility for initiating and conducting research and dialogue on broad public policy issues. The results of such research, analysis and discussion may be used to inform policy development at the local level, and to provide a local perspective on national policy issues. The work required will be on an as-and-when-requested basis. The deliverables could include ACOA- or other stakeholder-initiated external research and related activities; consultations, roundtables and think tanks focused on various policy issues and opportunity areas; and policy research workshops and conferences. The number of projects initiated and the number of individuals needed to do this work will vary, depending upon operational requirements. Project-specific information, including deliverables and resources, will be clarified and approved by both parties prior to each call-up under this Standing Offer Agreement. As the levels of education, training and experience will vary with the requirements of any particular project, these will be further specified by ACOA in each call-up. The contractor will not assign an employee or graduate student to, or leave an employee or graduate student in, a function that they cannot perform at a fully satisfactory level. ACOA recognizes that Harris Centre/University personnel may require a period of familiarization with Agency activities, program terms and conditions, contracts, policies and directives as well as financial and management information systems. ACOA will assist in and absorb the cost of this familiarization. Criteria for assessment of the Statement of Capabilities Minimum Essential Requirements Mandatory Technical Criteria Experience: The project team willhave a minimum of 5 years experience in a relevant field. Knowledge and understanding: The project team will possess significant knowledge of business, community and/or regional economic development with a particularly focus on the Newfoundland and Labrador context. Their ability to stimulate and facilitate policy dialogue, analyze policy issues, and produce clearly presented findings based on the agenda of policy research and analysis activities identified above must be demonstrated through a minimum of 3 successfully completed projects (as assessed through examples of successful projects supported by references from individuals for whom the work has been undertaken.) Academic qualifications: All members of the project team will have, at a minimum, a degree from a recognized university preferably in the disciplines of economics, political science, business, geography, sociology or related fields. However, the principle investigator will possess a Ph.D. in a relevant discipline. Professional designations: The following academic designations are the minimum deemed essential to carry out the work: Professor, Associate Professor, Assistant Professor, Research Assistant 1, Research Assistant 2, Research Assistant 3. Applicability of the tradeagreement(s) to the procurement This procurement is subject to the following trade agreement: Agreement on Internal Trade (AIT) - None Justification for the Pre-Identified Supplier Memorial University of Newfoundland, The Harris Centre ofPublic Policy is the only known organization capable of successfully completing this work as they have access to the comprehensive policy competencies and content expertise that are required to undertake the type of policy engagement and research activities identified in this standing offer. Government Contracts Regulations Exception: The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - only one person is capable of performing the work. Ownership of Intellectual Property. There is no intellectual property expected from this work. The period of the proposed contract or the delivery date(s). The proposed contract is from April 10, 2016 to March 31, 2018. A cost estimate of the proposed contract. The estimated value of the contract is $250,000.00 taxes extra. Name and address of the pre-identified supplier: Memorial University of Newfoundland INCO Innovation Centre 2nd Floor Room 11C 2015 230 Elizabeth Ave. St. John's, NL A1C 5S7 Suppliers' right to submit a statement of capabilities Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. The closing date for a submission of a statement of capabilities. The closing date and time for accepting statements of capabilities is : April 8, 2016 at 2:00 p.m. NDST. Inquiries and submission of statements of capabilities. Inquiries and statements of capabilities are to bedirected to: Janice Baird, Supply Specialist Public Works and Government Services Canada The John Cabot Building 10 Barter's Hill, Box 4600 St. John's, NL A1C 5T2 Telephone: 709-772-2999 Facsimile: 709-772-4603 E-mail: janice.baird@pwgsc.gc.ca Delivery Date: Above-mentioned You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above. An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award. However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process. Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page. The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: Generally only one firm has been invited to bid Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt Comprehensive Land Claim Agreement: No Vendor Name and Address: Chantier Davie Canada Inc. 22 rue George-D.-Davie Lévis Quebec Canada G6V0K4 Nature of Requirements: File: F6855-170001 Title: CCGS Louis St. Laurent Docking Refit An ACAN (advanced contract award notice) is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, service or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award of the pre-identified supplier. Definition of Requirement: The Canadian Coast Guard has a requirement to dry dock and refit the CCGS Louis St. Laurent from March to June 2017. Actual dates to be confirmed. A proposed list of the work involved is included in this notice. Criteria for Assessment of the Statement of Capabilities: Any interested suppliers must demonstrate that their facility has the ability to dock the vessel and perform the work outlined in this notice. Any interested supplier must demonstrate that they have at least three years experience in ship repair with similar sized vessels. The particulars on the vessel are as follows: Tonnage: 11,345 GRT 3,403 NRT 4,640 DWT Displacement: 15,324 tons (full) Length: 119.8 m (393.04 ft) Beam: 24.38 m (79.99 ft) Draught: 9.91 m (32.51 ft) Depth: 16.3 m (53.48 ft) Applicability of the Trade Agreements: This procurement is subject to the following trade agreements: Agreement on Internal Trade (AIT). Set-Aside Under the Procurement Strategy for Aboriginal Business: Not Applicable. Comprehensive Land Claims Agreement: Not Applicable. Justification for the Pre-Identified Supplier: Chantier Davie Canada Inc. located in Quebec is the only known company in Eastern Canada that can perform the work during the specified time period. Government Contracts Regulations Exception(s): The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d)- only one person is capable of performing the work. Potential bidders will be limited to suppliers in Eastern Canada in accordance with Shipbuilding, Refit, Repair and Modernization Policy (1997-04-11). Exclusions and/or Limited Tendering Reasons: The following exclusions and/or limited tendering reasons are invoked under the section of the following trade agreements: The North American Free Trade Agreement (NAFTA): NAFTA exemption reference: Chapter 10, Annex 1001.2b, General Notes, Schedule of Canada, Para 1(a). Exemptions to the World Trade Organization/Agreement on Government Procurement (WTO-AGP): WTO-AGP exemption in accordance with WTO-AGP, Annex 4, Note 4; or in accordance with General Notes Para (1a). Ownership of Intellectual Property: Not Applicable. The period of the proposed Contract: Tentative docking and refit dates are from March to June 2017. Project duration is estimated at 16 weeks. ACost Estimate of the Proposed Contract: Projected budget is estimated at $12,000,000.00. Name and Address of the Pre-Identified Supplier: Chantier Davie Canada Inc 22 rue George-D.Davie Levis, Quebec G6V 0K4 Suppliers Right to Submit a Statement of Capabilities: Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. The closing date for a submission of a statement of capabilities is August 22, 2016 at 2:00pm NDT. Inquiries and statements of capabilities are to be directed to: Colleen Dalton Supply Specialist T: 709-772-4931 F: 709-772-2932 E-Mail: colleen.dalton@pwgsc.gc.ca Attached list of potential items: PREAMBLE #1 SAFETY 1. SHIP STATUS Ship will manned for duration of contract. 2. GENERAL All standard CG general notes will apply. 3. SERVICES Supply of full range of normal services shall be required. 4. PRODUCTION CHART Contractor to provide a Production chartfor the entire refit including Subs that is to be maintained during the refit. Hull Items (H) H-01 DOCK & SEA TRIALS Dock and sea trials shall be required to prove satisfactory operation of all structure, machinery and equipment dealt with as part of the contract. H-02 FIREFIGHTING EQUIPMENT (SURVEY) All fixed and portable firefighting equipment shall be inspected and recertified. H-03 FIRE & BILGE LEVEL DETECTION SYSTEM RECERTIFICATION Test and all fire and bilge level detection devices and recertify system H-04 BILGE CLEANING All machinery space bilge areas below deck plates shall be pressure washed clean. H-05 SPRINKLER SYSTEM TEST Two zones of sprinkler system shall be inspected, flow and pressure tested with compressed air. Approximately 80 individual heads to be dealt with. H-06 BILGE PAINTING This involves painting the Fwd Motor room after the steel work is completed. H-07 VENTILATION INTAKE SPACE MAINTENANCE Ventilation intake and exhaust spaces shall be further cleaned, prepared and coated. H-08 FUNNEL TOP CLEANING Funnel top plate shall be cleaned and degreased H-09 SUPERSTRUCTURE REPAIRS This consists of steal structural work aluminium or steel in the vessel super structure H-010 GALLEY DRAINS OVERBOARD MODIFICATIONs Involves modifications to the grey water piping and installing a new over board valve. H-011 ASBESTOS SURVEY Contractor shall arrange for annual asbestos survey to be completed by Pinchin Leblanc. H-012 TANK CLEANING,INSPECTION & TESTING (SURVEY) The contractor shall clean tanks required to shall be cleaned, surveyed and tested H-013 #2 DEEP TANK & PIPE PASSAGE REPAIR The contractor shall carry out steel repairs in the #2 deep tanks and pipe passage. H-014 BALLAST TANKS Clean, blast and coat Ballast tanks H-015 FORWARD MOTOR ROOM TANK TOP REPAIR Specific areas of tank top and various pump stools to be renewed H-016 LIFTING GEAR RECERTIFICATION All engine room lifting gear to be inspected and recertified. Man baskets to be recertified. H-017 TRANSFER HOSE TESTING All fuel and lube oil transfer hoses shall be flushed, pressure tested and recertified. Approximately 25 hoses to be dealt with. DRY-Docking Items (HD) HD-01 DOCKING / UNDOCKING (Survey) Ship shall be dry docked for period required to complete specified work HD-02 HULL CLEANING Entire hull from keel to top of upper deck bulwarks shall be high pressure water washed. HD-03 HULL INSPECTION Hull inspection shall be completed by Lloyds surveyor. HD-04 ROPE GUARDS Three propeller shaft rope guards shall be removed and replaced with new. HD-05 TAILSHAFT WEAR DOWN MEASUREMENT Wear down shall be determined at three tail shafts. HD-06 SEAM WELDING (SURVEY ITEM) Hull plating welds shall be repaired as required and defined after hull inspection. HD-07 OLDIS CAMERA HOUSING & CONDUIT REMOVAL Cameral housing on port shaft strut and conduit to upper deck shall be removed HD-08 SEA BAYS & SEA CHESTS All sea bays and sea chests shall be opened, cleaned, inspected and coating repaired as required. HD-09 ANODES 250 zinc anodes shall be replaced on hull and in sea bays HD-010 MULTI-BEAM SOUNDER INSPECTION Sounder transceiver and receiver windows and closing plates shall be removed. Sounder components, surrounding structure and anodes shall be inspected. HD-011 BUBBLER PIPING INSPECTION & VALVE SERVICE (SURVEY) Bubbler piping shall be inspected, prepared and coated internally. HD-012HULL COATING Entire hull from keel to top of upper deck bulwarks shall be prepared and coated. Under water hull shall be coated with Inerta 160. Test area on bow may be coated with 'ecospeed' ice breaker coating Test area on bow of Permax 1000 HD-013 CENTER SHAFTLINE & PROPELLER (Survey Item) Center propulsion shaft line and propeller shall be surveyed by Lloyds. Propeller shall be disassembled and removed, intermediate shaft shall be disconnected and moved to port. Tail shaft shall be withdrawn from stern tube, inboard. All shall be reassembled. HD-014 PORT AND STARBOARD TAIL SHAFTS AND PROPELLERS Both wing shaft propeller are to be removed or inspection. Both shafts are to be removed. Propeller shall be disassembled and removed, HD-015 CENTER STERNTUBE BUSHING REPLACEMENT Center stern tube shall have Cutlass rubber staves replaced with Thordon bushings. Requires matching of the stern tube carriers to fit the new full form bushing HD-016 PORT AND STARBOARD STERN BUSHING REPLACEMENT Wing Shafts shall have Cutlass rubber staves replaced with Thordon bushings. Requires machining of the stern tube carriers to fit the new full form bushing HD-017 CENTER STERN SEAL INSTALLATION Mechanical seal shall be installed at center tail shaft. HD-018 STERN GLAND GREASE LINE REMOVAL & BLANKING Three grease connections to formerly packed glands shall be removed and suitably blanked HD-019 STERNTUBE & SEAL COOLING WATER SUPPLY & AIR SUPPLY Install a Water quality package for all three shafts HD-020 STERN TUBE DRAIN LINE RENEWAL Three stern tube drain lines shall be replaced. HD-021 RUDDER INSPECTION (SURVEY) Rudder shall be removed for survey. HD-022 CARRIER BEARING REFURBISHMENT AND RUDDER ALIGNMENT Rudder carrier bearing to be removed and refurbished and the alignment of the rudder to be corrected. HD-023 SEA VALVES & DE-ICING VALVES Overhaul of some sea valves and the check some discharge piep attached to the hull. HD-024 MULTIBEAM SOUNDER CONDUITREPAIRS Repairs to the welded joints in the sounder wiring conduit. Requires Removal of the cabling from the Conduit . HD-025 AMR PUMP SUCTION MODIFICATION New suction penetration shall be installed in aft sea bay. This new connection shall be piped to allow suction from either sprinkler pump or submersible pump, both pumps situated in aft motor room. HD-026 EVAPORATOR BRINE DISCHARGE PIPING MODIFICATION Nirex evaporator brine discharge shall be reworked to allow discharge on port side of ship Mechanical Items (E) E-01 LIFEBOAT & DAVIT INSPECTION Carry out annual inspection for life boats and Miranda davits E-02 REFRIGERATION SYSTEMS SERVICE Annual inspection, testing and service to all refrigeration systems and equipment shall be completed. E-03 LUBE OIL PURIFIER REPLACEMENT Not sure if we should include here E-04 AIR CONDITIONING UNIT REPLACEMENT Replacement of the accommodations A/C unit. E-05 VALVE SERVICE Misc. valve overhauls. E-06 SAFETY RELIEF VALVE SERVICE Testing and certification of relief valves E-07 BOILER SURVEY Forward boiler and fittings shall be surveyed and tested. E-08 PALFINGER CRANE SURVEY Carry out a five year survey of the Palfinger crane E-09 AFTER A- FRAME SURVEY Carry out a five year survey of the Palfinger crane E-010 STEAM HEATER CLEANING AND RENEWAL Heater to be removed for cleaning and spare heater to be fabricated E-011 SEA WATER PIPING INSPECTION Removal of the main sea water piping to carry out insection of Flange welds. E-012 PIPING RENEWALS Repair/Replacement of pipes as needed Electrical Items (L) L-01 GALLEY EQUIPMENT SERVICE Annual checking of galley equipment L-02 ELEVATOR SERVICE & INSPECTION Annual elevator recertification L-03 GAS DETECTOR RECERTIFICATION Annual recertifiction of gas detector L-04 VENTILATION SYSTEM ELECTRIC HEATER SERVICE Annual checking and testing of electric reheaters L-05 FAN & MOTOR SERVICE Twelve ventilation fans and motors shall be overhauled. Ten electric motors shall be overhauled. L-06 Electrical Machinery Survey Carry out a 5 year survey on Main Electrical Equipment as per requirements of Lloyds Register Delivery Date: Above-mentioned You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above. An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award. However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process. Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page. The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.