Trade Agreement: WTO-AGP/NAFTA/CFTA/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: Snow & Ice Control Operations W0135-172072/A Lamorie, Cindy Telephone No. - (613) 687-6655 ( ) Fax No. - (613) 687-6656 ( ) Email - cynthia.lamorie@pwgsc-tpsgc.gc.ca The requirement is for the provision of all labour, supervision, materials, tools, fuel, travel expenses, and equipment to conduct snow and ice control (SNIC) operations to include ploughing, sanding, salting, sweeping and snow hauling from various locations at 22 Wing North Bay and remote sites. The service contract will be for three (3) years with one (1) one year option. Mandatory Site Visit It is mandatory that the Bidder or a representative of the Bidder visit the work site. Arrangements have been made for site visit to be held on WEDNESDAY, 9 August 2017 at 10:30 a.m. at 9 Manston Cres., Hornell Height, North Bay, Ontario. Bidders must communicate with the Contracting Authority no later the three (3) days before the scheduled visit to confirm attendance and provide the names of the person (s) who will attend. Bidders will be required to sign an attendance form. Bidders should confirm their bids that they have attended the site visit. Bidders who do not attend or send a representative will not be given an alternative appointment and their bids will be rejectedas non-compliant. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation. Suppliers are asked to submit their questions, comments and inquiries regarding the Request for Proposal by fax, mail or email, if they wish. Questions should be sent by fax to 613-687-6656 or by email at cynthia.lamorie@pwgsc-tpsgc.gc.ca. Suppliers may request a debriefing on the results of the Request for Proposal process. Suppliers should make the request to the Contracting Authority within 15 working days of receipt of the results of the Request for Proposal process. The debriefing may be in writing, by telephone or in person. Delivery Date: 20/06/2017 The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Trade Agreement: Canadian Free Trade Agreement (CFTA) Tendering Procedures: If 2+ bids offer Canadian goods/services other bids will not be considered Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: Gravel Crushing Service W0107-17C691/A Lamorie, Cindy Telephone No. - (613) 687-6655 ( ) Fax No. - (613) 687-6656 ( ) To establish a Regional Individual Standing Offer (RISO) for the provision of all labour, supervision, materials, tools, fuel, travel expenses, and equipment necessary to conduct gravel crushing operations on Garrison Petawawa Lands, Ranges and Training Areas on an "as and when" requested basis. The Standing Offer will be for three (3) years from 1 November 2017 to 31 October 2020. Mandatory Site Visit It is mandatory that the Bidder or a representative of the Bidder visit the work site. Arrangements have been made for site visit to be held on THURSDAY 5 October 2017 at 10:00 a.m. at 101 Menin Rd, Bldg S-111, RM C-114 Garrison Petawawa, Ontario. Bidders must communicate with the Contracting Authority no later the three (3) days before the scheduled visit to confirm attendance and provide the names of the person (s) who will attend. Bidders will be required to sign an attendance form. Bidders should confirm their bids that they have attended the site visit. Bidders who do not attend or send a representative will not be given an alternative appointment and their bids will be rejectedas non-compliant. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation. Suppliers are asked to submit their questions, comments and inquiries regarding the Request for Standing Offer by fax, mail or email, if they wish. Questions should be sent by fax to 613-687-6656 or by email at cynthia.lamorie@pwgsc-tpsgc.gc.ca. Suppliers may request a debriefing on the results of the Request for Standing Offer process. Suppliers should make the request to the Contracting Authority within 15 working days of receipt of the results of the Request for Standing Offer process. The debriefing may be in writing, by telephone or in person. Delivery Date: 29/08/2017 The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Trade Agreement: World Trade Organization - Agreement on Government Procurement (WTO-AGP) Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Comprehensive Land Claim Agreement: No Nature of Requirements: Service Kitchen Equipment W0107-16C626/A Cook, Wayne Telephone No. - (613) 401-0623 ( ) Fax No. - (613) 687-6656 ( ) The requirement is to supply all labour, materials, supervision, transportation and equipment to carry out commercial kitchen equipment inspections, scheduled and emergency, service and repair on an as and when required basis at Garrison Petawawa. There will be a Mandatory Site Visit held on 25 January 2017 AT 1000 HRS at PWGSC Office in Building S-111, Garrison Petawawa. Bidders must communicate with the Contracting Authority no later than 8 Day(s) before the scheduled visit to confirm attendance and provide the Company name, names and Driver's license number of the person(s) who will attend. Bidders will be required to sign an attendance form. Bidders who do not attend or send a representative will not be given an alternative appointment and their bids will be rejected as non-compliant. Delivery: Various Quanity: Various Delivery Date: 17/11/2016 The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Trade Agreement: LCSA/AIT Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Comprehensive Land Claim Agreement: No Nature of Requirements: Fuel Dispensing Systems W0107-15C575/A Cook, Wayne Telephone No. - (613) 401-0623 ( ) Fax No. - (613) 687-6656 ( ) Work on this requirement comprises all supervision, labour, materials, tools, and equipment required for the inspections, calibrations, adjustments and repairs to fuel dispensing systems and associated computerized controls at Garrison Petawawa. Work on this requirement includes inspection, service and repair of bulk fuel tanks and auxiliary equipment and controls. There will be a Mandatory Site Visit held on 2016-04-28 AT 1000 HRS at PWGSC Office in Building S-111, Garrison Petawawa. Bidders must communicate with the Contracting Authority no later than 3 Day(s) before the scheduled visit to confirm attendance andprovide the names of the person(s) who will attend. Bidders will be required to sign an attendance form. Bidders who do not attendor send a representative will not be given an alternative appointment and their bids will be rejected as non-compliant. Period of the contract to be from 01 June 2016 to 31 May 2019 Delivery Date: 01/06/2016 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: All interested suppliers may submit a bid Competitive Procurement Strategy: Comprehensive Land Claim Agreement: No Nature of Requirements: Service Elevators & Dumbwaiters W0107-15C574/A Cook, Wayne Telephone No. - (613) 401-0623 ( ) Fax No. - (613) 687-6656 ( ) The requirement is to supply all labour, supervision, transportation, tools, materials and equipment to provide routine inspections, servicing and repairs to Elevating Devices at Garrison Petawawa. There will be a Mandatory Site Visit held on 05 April 2016 AT 1000 HRS at PWGSC Office in Building S-111, Garrison Petawawa. Bidders must communicate with the Contracting Authority no later than 4 Day(s) before the scheduled visit to confirm attendance and provide the names of the person(s) who will attend. Bidders will be required to sign an attendance form. Bidders who do not attend or send a representative will not be given an alternative appointment and their bids will be rejected as non-compliant. Period of the contract to be from 01 May 2016 to 30 April 2019 Delivery Date: 12/02/2016 The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Trade Agreement: 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: Inspect & Service Compressor Overhaul W0107-15C573/A Cook, Wayne Telephone No. - (613) 401-0623 ( ) Fax No. - (613) 687-6656 ( ) For the provision of all labour, equipment, tools, materials, transportation and supervision required for theinspection, servicing and repairs of Silver Dart Arena Ammonia Refrigerant Compressors and associated Ice Plant Equipment, located at Building P-117, Garrison Petawawa, Ontario. All work to be in accordance with the Specification attached as Annex A to the solicitation. There will be a Mandatory Site Visit held on 6 April 2016 AT 1000 HRS at PWGSC Office in Building S-111, Garrison Petawawa. Bidders must communicate with the Contracting Authority no later than 3 Day(s) before the scheduled visit to confirm attendance and provide the names of the person(s) who will attend. Bidders will be required to sign an attendance form. Bidders who do not attend or send a representative will not be given an alternative appointment and their bids will be rejectedas non-compliant. Period of the contract to be from 01 May 2016 to 30 April 2019 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: Canadian Free Trade Agreement (CFTA) Tendering Procedures: If 2+ bids offer Canadian goods/services other bids will not be considered Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: Diagnostic Wheel Alignment System W0135-171811/A Lamorie, Cindy Telephone No. - (613) 687-6655 Fax No. - (613) 687-6656 Diagnostic Wheel Alignment System For the Department of National Defence, supply, deliver and install one (1) Diagnostic Wheel Alignment System to 22 Wing North Bay. The Crown intends to award one (1) contract as a result of this Request for Proposal. Suppliers are asked to submit their questions, comments and inquiries regarding the request for proposal by fax, mail or email, if they wish. Questions should be sent by fax to 613-687-6656 or by email at cynthia.lamorie@pwgsc-tpsgc.gc.ca. Offerors may request a debriefing on the results of the request for proposal process. Offerors should make the request to the Contracting Authority within 15 working days of receipt of the results of the request for standing proposal process. The debriefing may be in writing, by telephone or in person. 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: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: Misc Furniture - Sleep Pods W0135-171801/A Lamorie, Cindy Telephone No. - (613) 687-6655 Fax No. - (613) 687-6656 Misc Furniture - Sleep Pod / Capsule For the Department of National Defence, supply, deliver and install three 93) portable sleep equipment units (pod/capsule/box) at 22 Wing North Bay. The Crown intends to award one (1) contract as a result of this Request for Proposal. Suppliers are asked to submit their questions, comments and inquiries regarding the request for proposal by fax, mail or email, if they wish. Questions should be sent by fax to 613-687-6656 or by email at cynthia.lamorie@pwgsc-tpsgc.gc.ca. Offerors may request a debriefing on the results of the request for prposal process. Offerors should make the request to the Contracting Authority within 15 working days of receipt ofthe results of the request for standing proposal process. The debriefing may be in writing, by telephone or in person. Delivery Date: 20/11/2017 The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: Generally only one firm has been invited to bid Non-Competitive Procurement Strategy: Interchangeable Parts Comprehensive Land Claim Agreement: No Vendor Name and Address: air dynamics CO.LTD. 19420B CLARK GRAHAM AVENUE BAIE D'URFE Quebec Canada H9X3R8 Nature of Requirements: GROUND POWER UNIT - 427 Sqn W2569-15007M/A Harrington, Mary-Lou Telephone No. - (613) 687-0789 ( ) Fax No. - (613) 687-6656 ( ) 1. Advance Contract Award Notice (ACAN) An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services 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 to the pre-identified supplier. 2. Definition of the requirement a. The Department of National Defense, Garrison Petawawa has a requirement for the supply of quantity two Ground Power Unit, Scammer 300, Powervamp. The product must: i. All-season tires, 4.00-8 10 Ply; ii. Mechanical brake, operated by tow bar; iii. 4 Lifting hooks. 1 per corner, rated for 1000lbs each; iv. 4 tie points, 1 per corner on trailer frame rated for 1000lbs each; v. Authorized repair manual with parts listing; vi. Push button emergency shut-down, located with gauges; vii. 2 Red reflectors on the front and rear of unit; viii. 2 Orange reflectors on each side of the unit; ix. Enclosed engine compartment with access panels; x. Placard showing wiring diagram, weights front/rear axles. Total weight, serial number and xi. Shutter vent on rad for cold weather ops. xii. Tan or brown to facilitate Employment xiii. Peak 1400 amps at 28.5VDC for aircraft starting xiv. Provide 300 amps continuous power; xv. Over amperage and over voltage protection; xvi. Gauges: 1 fuel gauge, 1VDC output, 1Amp meter, 1 hour meter and xvii. With 12v rear lighting for gauges xviii. 110VAC, 60Hz socket(s) for support equipment use xix. Alternator that is 3 phase, 50/60HZ, 230/110/400V, power class H (10kVA @ 3000rpm, 12kVA @ 3600rpm) and xx. Power adaptor to charge Portable battery pack when stored on unit. b. Power unit must have a battery pack which includes: i. Be 28VDC; ii. NATO standard 3 prong DC power Plug iii. Non-conductive double insulated DC output cable with heavy duty NATO standard 3 prong VDC plug; iv. Overall min length 1 meter 12 meters; v. Overall Max length 2 meters; vi. 1500 amp peak with short circuit protection; vii. 26 amp/hr battery; viii. Max. Weight of 60 lbs; ix. Able tobe recharged while stored on unit; x. Needle gauge indicating fully charged battery pack and xi. Power receptacle for charging on main unit. c. The power unit must include: i. Automatic fan belt tensioner; ii. Electronic fuel injection; iii. Cold weather package; ] iv. Cylinder, Diesel/Jet A1 engine with turbocharger; v. Side mounted exhaust flush with the frame; vi. Minimum 30Litre fuel capacity and vii. Push button/Toggle switch start for engine, located with gauges. viii. 24-36 tow bar with 3eye hook to lock in place when in the upright position; ix. Non -conductive double insulated DC output cable with heavy-duty NATO standard 3 prong VDC plug; x. Overall min length 9 meters; xi. Overall Max length 10 meters; xii. 28VDC Battery Pack certified for use to start aircraft; xiii. Storage box on top for power cable; xiv. 20lb ABC Fire Extinguisher; xv. Fire Ext. mounting bracket to be mounted on front of unit xvi. Reartow hook (500lbs capacity) and xvii. Storage for power pack when not in use. 3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) a. Any interested supplier must demonstrate by way of a statement of capabilities that its product meets the following requirements: i. All-season tires, 4.00-8 10 Ply; ii. Mechanical brake, operated by tow bar; iii. 4 Lifting hooks. 1 per corner, rated for 1000lbs each; iv. 4 tie points, 1 per corner on trailer frame rated for 1000lbs each; v. Authorized repair manual with parts listing; vi. Push button emergency shut-down, located with gauges; vii. 2 Red reflectors on the front and rear of unit; viii. 2 Orange reflectors on each side of the unit; ix. Enclosed engine compartment with access panels; x. Placard showing wiring diagram, weights front/rear axles. Total weight, serial number and xi. Shutter vent on rad for cold weather ops. xii. Tan or brown to facilitate Employment xiii. Peak 1400 amps at 28.5VDC for aircraft starting xiv. Provide 300 amps continuous power; xv. Over amperage and over voltage protection; xvi. Gauges: 1 fuel gauge, 1VDC output, 1Amp meter, 1 hour meter and xvii. With 12v rear lighting for gauges xviii. 110VAC, 60Hz socket(s) for support equipment use xix. Alternator that is 3 phase, 50/60HZ, 230/110/400V, power class H (10kVA @ 3000rpm, 12kVA @ 3600rpm) and xx. Power adaptor to charge Portable battery pack when stored on unit. b. Power unit must have a battery pack which includes: i. Be 28VDC; ii. NATO standard 3 prong DC power Plug iii. Non-conductive double insulated DC output cable with heavy duty NATO standard 3 prong VDC plug; iv. Overall min length 1 meter 12 meters; v. Overall Max length 2 meters; vi. 1500 amp peak with short circuit protection; vii. 26 amp/hr battery; viii. Max. Weight of 60 lbs; ix. Able to be recharged while stored on unit; x. Needle gauge indicating fully charged battery pack and xi. Power receptacle for charging on main unit. c. The power unit must include: i. Automatic fan belt tensioner; ii. Electronic fuel injection; iii. Cold weatherpackage; ] iv. Cylinder, Diesel/Jet A1 engine with turbocharger; v. Side mounted exhaust flush with the frame; vi. Minimum 30Litre fuel capacity and vii. Push button/Toggle switch start for engine, located with gauges. viii. 24-36 tow bar with 3eye hook to lock in place when in the upright position; ix. Non -conductive double insulated DC output cable with heavy-duty NATO standard 3 prong VDC plug; x. Overall min length 9 meters; xi. Overall Max length 10 meters; xii. 28VDC Battery Pack certified for use to start aircraft; xiii. Storage box on top for power cable; xiv. 20lb ABC Fire Extinguisher; xv. Fire Ext. mounting bracket to be mounted on front of unit xvi. Rear tow hook (500lbs capacity) and xvii. Storage for power pack when not in use. 4. Applicability of the trade agreement(s) to the procurement This procurement is subject to the following trade agreement(s): a. Agreement on Internal Trade (AIT) b. North American Free Trade Agreement (NAFTA) 5. Government Contracts Regulations Exception(s) a. The following exception(s) to the Government ContractsRegulations is (are) invoked for this procurement under subsection 6(d) only one person is capable of performing the contract. 6. Period of the proposed contract or delivery date a. The product must be delivered on or before 15 March 2016 b. Cost estimate of the proposed contract The estimated value of the contract, including option(s), is $76,800 (2 units) x (GST/HST extra). 7. Name and address of the pre-identified supplier Air Dynamics Co. Ltd. 19420B Clark Graham Avenue Baie DUrfe, Quebec H9X 3R8 Canada 8. 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 submita 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. 9. Closing date for a submission of a statement of capabilities The closing date and time for accepting statements of capabilities is 28 January 2016 at 2:00 p.m. EST. 10. Inquiries and submission of statements of capabilities are to be directed to: Mary Lou Harrington Supply Specialist PWGSC, Petawawa Acquisitions 101 Menin Rd. Garrison Petawawa Building S-111 Rm C-114 Petawawa, Ontario K8H 2X3 Telephone: 613-687-0789 Facsimile: 613-687-6656 E-mail: marylou.harrington@pwgsc-tpsgc.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: WTO-AGP/NAFTA/CFTA/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: Snow & Ice Control Operations W0135-172072/B Lamorie, Cindy Telephone No. - (613) 687-6655 ( ) Fax No. - (613) 687-6656 ( ) This Request for Proposal (RFP) cancels and supersedes previous RFP number W0135-172072/A dated 20 July 2017 with a closing of 7 September 2017 at 2:00pm EDT. The requirement is for the provision of all labour, supervision, materials, tools, fuel, travel expenses, and equipment to conduct snow and ice control (SNIC) operations to include ploughing, sanding, salting, sweeping and snow hauling from various locations at 22 Wing North Bay and remote sites. The service contract will be for three (3) years with one (1) one year option. Suppliers on a source list or able to meet qualification requirements including attendance at the mandatory site visit on 16 August 17 will be invited to bid. Suppliers are asked to submit their questions, comments and inquiries regarding the Request for Proposal by fax, mail or email, if they wish. Questions should be sent by fax to 613-687-6656 or by email at cynthia.lamorie@pwgsc-tpsgc.gc.ca. Suppliers may request a debriefing on the results of the Request for Proposal process. Suppliers should make the request to the Contracting Authority within 15 working days of receipt of the results of the Request for Proposal process. The debriefing may be in writing, by telephone or in person. Delivery Date: 13/09/2017 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: If 2+ bids offer Canadian goods/services other bids will not be considered Competitive Procurement Strategy: Comprehensive Land Claim Agreement: No Nature of Requirements: Repair Overhead Doors W0107-17C670/A Lamorie, Cindy Telephone No. - (613) 687-6655 ( ) Fax No. - (613) 687-6656 ( ) E-mail: cynthia.lamorie@pwgsc-tpsgc.gc.ca For the Department of National Defence, establish a Regional Individual Standing Offer to inspect, replace, install and repair electrical and manual overhead doors on an "as required" basis at Garrison Petawawa. This SOA will be for a period of three (3) years. The period for placing call-ups against the Standing Offer shall befor three (3) years from date of issue. The requirement is subject to a preference for Canadian goods and/or service. Mandatory Site Visit It is mandatory that the Bidder or a representative of the Bidder visit the work site. Arrangements have been made for site visit to be held on Thursday, 20 APRIL 2017 at 10:00 a.m. at BLDG. S-111 Rm C-114. Bidders must communicate with the Contracting Authority no later the three (3) days before the scheduled visit to confirm attendance and provide the names of the person (s) who will attend. Bidders will be required to sign an attendance form. Bidders should confirm their bids that they have attended the site visit. Bidders who do not attend or senda representative will not be given an alternative appointment and their bids will be rejected as non-compliant. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation. Offerors may request a debriefing on the resultsof the request for standing offers process. Offerors should make the request to the Standing Offer Authority within 15 working days of receipt of the results of the request for standing offers process. The debriefing may be in writing, by telephone or in person. Delivery Date: 02/03/2017 The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Trade Agreement: 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: Clean Kitchen Equipment Exhaust W0107-16C620/A Harrington, Mary-Lou Telephone No. - (613) 401-3643 ( ) Fax No. - (613) 687-6656 ( ) For the supply of all supervision, labour, materials, tools, transportation and equipment required for theCleaning of Kitchen Equipment Canopies and Exhaust Systems at Garrison Petawawa in accordance with the Statement of Work, Annex A, attached. Period of the Contract will be for three years from 01 January 2017 to 31 December 2019, inclusive. There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website. Mandatory Site Visit It is mandatory that the Bidder or a representative of the Bidder visit the work site. Arrangements have been made for the site visit to be held at Bldg S-111, Garrison Petawawa . The site visit will begin at 10:00 a.m. on TUESDAY, DECEMBER 6, 2016, in Room C-114. Bidders MUST communicate with the Contracting Authority no later than NOVEMBER 29, 2016 to confirm attendance and provide the name(s) of the person(s) who will attend. Bidders will be required to sign an attendance sheet. Bidders should confirm in their bid that they have attended the site visit. Bidders who do not attend the mandatory site visit or do not send a representative will not be given an alternative appointment and their bid will be declared non-responsive. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation 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: 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: Window Cleaning W0107-15C621/A Lamorie, Cindy Telephone No. - (613) 687-6655 ( ) Fax No. - (613) 687-6656 ( ) Email - cynthia.lamorie@pwgsc-tpsgc.gc.ca For the Department of National Defence, establish a Regional Individual Standing Offer for the provision of window cleaning services at Garrison Petawawa on an as-requested basis. This SOA will be for a period of three (3) years. The period for placing call-ups against the Standing Offer shall be from date of issuance to 31 May 2020. Mandatory Site Visit It is mandatory that the Bidder or a representative of the Bidder visit the work site. Arrangements have been made for site visit to be held on THURSDAY,18 MAY 2017 at 10:00 a.m. at BLDG. S-111 Rm C-114. Bidders must communicate with the Contracting Authority no later the three (3) days before the scheduled visit to confirm attendance and provide the names of the person (s) who will attend. Bidders will be required to sign an attendance form. Bidders should confirm theirbids that they have attended the site visit. Bidders who do not attend or send a representative will not be given an alternative appointment and their bids will be rejectedas non-compliant. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation. Suppliers are asked to submit their questions, comments and inquiries regarding the request for standing offer by fax, mail or email, if they wish. Questions should be sent by fax to 613-687-6656 or by email at cynthia.lamorie@pwgsc-tpsgc.gc.ca. Offerors may request a debriefing on the results of the request for standing offers process. Offerors should make the request to the Standing Offer Authority within 15 workingdays of receipt ofthe results of the request for standing offers process. The debriefing may be in writing, by telephone or in person. Delivery Date: 17/03/2017 The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.