Spinkler Head Replacement - Matsqui Complex

Status Expired

Contract number 21807-25-0078A

Contract value :

CAD 602,140.00

Solicitation number 21807-25-0078A

Publication date

Contract award date

Last amendment date


    Description
    This contract was awarded to:
    Golden Ears Fire Ltd.

    Sprinkler Head Replacement – Matsqui Complex

    This requirement is for: The Correctional Service of Canada.

    Trade agreement: Canadian Free Trade Agreement (CFTA)

    Policy on Reciprocal Procurement:
    This solicitation is open only to Canadian suppliers.

    Competitive Procurement Strategy: Lowest priced compliant bid.

    Set-aside under the Procurement Strategy for Indigenous Business: This procurement is not subject to any set-asides for Indigenous Suppliers.

    Comprehensive Land Claim Agreement: This procurement is not subject to a Comprehensive Land Claims Agreement.

    Security Requirements: This contract does not include security requirements.

    Nature of Requirements:

    The following is a summary of the statement of work for this requirement.

    The Correctional Service of Canada has a requirement to replace sprinkler heads that have expired due to age and require lifecycle replacement for buildings in the Matsqui Complex. That complex includes the following institutions: Pacific, Matsqui and Fraser Valley. The work will involve the following:

    1.1 Background:

    The Correctional Service of Canada’s recent annual fire inspection Contractor has provided Matsqui Complex with reports indicating the sprinkler heads are due for replacement in multiple buildings.

    1.2 Objectives:

    To replace the existing deficient sprinkler heads with the same or equivalent make and model to ensure fire suppression continuity in accordance with the building’s original fire suppression design specifications and NFPA 13 standards.

    1.3 Tasks Matsqui Institution:

    1.3.1 The Contractor must isolate and drain the sprinkler systems in building M3, Living Unit 1, Living Unit 2 and Living Unit 3 and remove and replace deficient sprinkler heads of the following make and model, in the following quantities:

    Living Unit 1:
    V2707 = 90 heads K5.6 155°F
    V2709 = 108 heads K5.6 155°F

    Living Unit 2:
    V2707 = 90 heads K5.6 155°F
    V2709 = 108 heads K5.6 155°F

    Living Unit 3:
    V2707 = 90 heads K5.6 155°F
    V2709 = 108 heads K5.6 155°F

    1.4 Tasks Fraser Valley Institution:

    1.4.1 The Contractor must isolate and drain the sprinkler systems in building A, B, D, F and G and remove and replace deficient sprinkler heads of the following make and model, in the following quantities:

    Building A:
    TY3231 = 97 heads K80.6 68°C
    TY3131 = 14 heads K80.6 93°C
    TY3131 = 6 heads K80.6 68°C
    TY3335 = 3 heads K80.6 68°C

    Building B:
    TY3231 = 42 heads K80.6 68°C
    TY3131 = 25 heads K80.6 93°C
    TY3131 = 44 heads K80.6 68°C
    TY3331 = 1 head K80.6 68°C

    Building D:
    VK-302 = 40 heads K 5.6 200°F
    VK-410 = 22 heads K 5.6 165°F
    VK-442 = 4 heads K 5.6 200°F
    VK-300 = 3 heads K 5.6 200°F

    Building F:
    V2708 = 71 heads K80.75 68°C
    V2726 = 26 heads K80.75 79°C
    V2710 = 6 heads K 5.6 68°C
    V2710 = 2 heads K80.75 79°C
    V2716 = 11 heads K80.75 93°C
    C3201 = 55 heads K 5.6 155°F
    C3101 = 8 heads K 5.6 200°F
    BB-117 = 27 heads K112.4 100°C
    SD1 = 10 heads K80.75 100°C

    Building G:
    C2296 = 12 heads K 4.3 155°F
    C2296 = 1 head K 4.3 200°F

    1.5 Tasks Pacific Institution:

    1.5.1 The Contractor must isolate and drain the sprinkler systems in Building A and remove and replace deficient sprinkler heads of the following make, model and quantities:

    1.5.2 The Contractor must isolate and drain the sprinkler systems in Building B and remove and replace deficient sprinkler heads of the following make, model and quantities:

    1.5.3 The Contractor must isolate and drain the sprinkler systems in Building C and remove and replace deficient sprinkler heads of the following make, model and quantities:

    1.5.4 The Contractor must isolate and drain the sprinkler systems in Building D and remove and replace deficient sprinkler heads of the following make, model and quantities:

    1.5.5 The Contractor must isolate and drain the sprinkler systems in Building F and remove and replace deficient sprinkler heads of the following make, model and quantities:

    1.5.6 The Contractor must isolate and drain the sprinkler systems in Building F8 and remove and replace deficient sprinkler heads of the following make, model and quantities:

    TY3231 = 19 heads K5.6 68°C
    TY3131 = 5 heads K5.6 68°C
    V3301 = 6 heads K5.6 68°C
    1.5.7 The Contractor must isolate and drain the sprinkler systems in Building G and remove and replace deficient sprinkler heads of the following make, model and quantities:

    1.5.8 The Contractor must isolate and drain the sprinkler systems in Building H and remove and replace deficient sprinkler heads of the following make, model and quantities:

    1.5.9 The Contractor must isolate and drain the sprinkler systems in Building J and remove and replace deficient sprinkler heads of the following make, model and quantities:

    GL4231 = 13 heads K4.2 68°C
    GL4110 = 10 heads K4.1 68°C

    1.5.10 The Contractor must isolate and drain the sprinkler systems in Building N and remove and replace deficient sprinkler heads of the following make, model and quantities:

    V3201 = 22 heads K5.6 68°C
    VK3101 = 9 heads K5.6 121°C
    TY3131 = 3 heads K5.6 93°C

    1.5.11 The Contractor must isolate and drain the sprinkler systems in Building P and remove and replace deficient sprinkler heads of the following make, model and quantities:

    TY3131 = 30 heads K5.6 68°C
    VK3101 = 8 heads K5.6 121°C
    V3301 = 9 heads K5.6 68°C

    1.5.12 The Contractor must isolate and drain the sprinkler systems in Building Q remove and replace deficient sprinkler heads of the following make, model and quantities:

    TY3231 = 66 heads K5.6 68°C

    1.5.13 The Contractor must isolate and drain the sprinkler systems in Building S and remove and replace deficient sprinkler heads of the following make, model and quantities:

    V3201 = 44 heads K5.6 68°C
    VK3101 = 2 heads K5.6 68°C

    1.5.15 The Contractor must supply the correct quantity of spare sprinkler heads for the spare head box located at each building system’s sprinkler tree as per NFPA 13.

    1.5.16 The Contractor is responsible for the control of releasing water from the sprinkler system and the Contractor must rectify any resulting damage.

    1.5.17 The Contractor is responsible for returning damage caused by the Contractors personnel or areas the Contractor modified to obtain access to the sprinkler heads back to existing finishes.

    1.5.18 The Contractor must provide the equipment needed to access high located sprinkler heads.
    1.6 Deliverables:

    1.6.1 The Contractor must provide and install the new sprinkler heads in accordance with NFPA 13 standards.

    1.6.2 The Contractor must provide the new sprinkler head manufacturer’s shop drawings and specifications to Facilities Management for each type of sprinkler head the Contractor replaces.

    1.7 Location of work:

    1.6.1. The Contractor must perform the work at:

    a. Matsqui Complex -Central Heat Plant,
    33344 King Road,
    Abbotsford, BC
    V2S 4P3

    1.8 Travel

    1.7.1 No travel is anticipated for the performance of the work under this contract.

    1.9 Language of Work:

    1.8.1 The contractor must perform all work in English.

    Any conditions for participation of suppliers not specified in solicitation documentation: none.

    Estimated quantity of commodity: see solicitation document statement of work and basis of payment.

    Duration of Contract and Time Frame for Delivery:

    The Contractor must perform and complete the work by March 31, 2026, from the date of notification of acceptance of the offer.

    File Number: 21807-25-0078

    Contracting Authority: Katie McKeever
    Telephone number: 236-380-2294
    E-mail: Katie.McKeever@CSC-SCC.GC.CA

    NOTE TO BIDDERS:

    Bidders can obtain the complete statement of work and evaluation criteria by downloading the solicitation document and associated documents from the website.

    The Crown reserves the right to negotiate with suppliers on any procurement.

    Documents may be submitted in either official language of Canada (English or French).

    After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

    Procurement Assistance Canada (PAC) offers seminars to businesses interested in learning how to sell goods and services to the Government of Canada. The seminars are FREE.

    Topics include:
     Understand the federal procurement process;
     Learn about searching for opportunities;
     Find out how to bid on opportunities;
     Discover how to prepare to sell to the government.

    The full schedule of seminars can be found on the Procurement Assistance Canada website, under find an event (Procurement Assistance Canada: Find an event - Canada.ca).

    Business address

    2251 Cape Horn Avenue

    Coquitlam, BC, V3K 1J6
    CANADA
    Notice type
    Request for Proposal
    Procurement method
    Competitive - Traditional
    Language(s)
    English
    ,
    French
    Selection criteria
    Lowest Price
    Region(s) of delivery
    Canada
    British Columbia
    Abbotsford

    Contract duration

    The contract will be for a period of 1 month(s), from 2026/02/02 to 2026/03/31.

    Commodity - UNSPSC

    • 46190000 - Fire protection
    • 46191500 - Fire prevention
    • 46191602 - Fire sprinkler systems
    • 46191610 - Fire sprinkler heads

    Trade agreements

    • Please refer to tender description or tender documents

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada (CSC)
    Address

    33991 GLADYS AVENUE

    ABBOTSFORD, BC, V2S2E8
    CANADA
    Contracting authority
    Katie McKeever
    Phone
    (236) 380-2294
    Email
    Katie.McKeever@CSC-SCC.GC.CA
    Address

    33991 GLADYS AVENUE

    ABBOTSFORD, BC, V2S2E8
    CANADA