SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, September 28 from 8:00 pm until September 29 12:00am (EDT) 

Plumbing Maintenance & Repair Services at the Pacific Biological Station

Status Awarded

Contract number 4600000543

Solicitation number 30004465B

Publication date

Contract award date

Contract value

CAD 0.00

    Description

    This contract was awarded to:

    SMS Summit Mechanical System

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    This RFSO cancels and supersedes previous RFSO number 30004465A, dated January 29, 2024 with a closing of February 13, 2024 at 2:00 PM EST. SOME OFFERORS WILL BE INVITED DIRECTLY.

    Solicitation #: 30004465B

    This requirement is for Fisheries and Oceans Canada.

    Title: Plumbing Maintenance & Repair Services at the Pacific Biological Station.

    Objective:

    The objective of the Standing Offer is to provide plumbing and water heating maintenance and installation services for the Department of Fisheries and Oceans at the Pacific Biological Station, Nanaimo, B.C. The Work is to be furnished on “as and when requested” basis. The Pacific Biological Station is comprised of 32 individual structures with main occupancy structures housing offices, common spaces and laboratories. The site relies on both municipal potable water and salt water intake systems for use in various processes throughout the site. Support structures include various process equipment including steam and hot water boilers, pumps, air compressors and various filtration systems. Requirement of service will involve the repair and installation commercial and industrial plumbing related equipment.

    Background:

    The Pacific Biological Station is a renowned centre for scientific research encompassing several facilities including laboratories, aquaculture facilities, cold rooms, computer networks, ammonia chiller plant for chilled process services, warehouse spaces, and wharfs. The complex is situated on a 5.7 hectare site with 1,828 m2 primary offices in a four storey building and 935 m2 three storey building. The site also consists of a four storey 5,714 m2 laboratory wing and 650 m2 single storey aquaculture building. Subsidiary buildings include a salt water pump house supplying research sea water at flows up to 2.3 m3 per minute, an ammonia chiller plant building, and out buildings of approximately 13,234 m2 total area. Plumbing arrangements include acid waste systems, lab vacuum piping systems, fire sprinkler systems, distilled water systems, glycol and water chilled cooling systems, heated and chilled salt water systems, heated and chilled fresh water systems, potable domestic hot and cold water systems, lab effluent treatment systems, sewage pumping systems, sanitary waste systems, roof and perimeter drainage systems, roadway drainage oil separators, process waste systems, site fire main systems, and wharf connections for potable and fire main water. Heating arrangements consist of natural gas building furnaces and boiler heating for domestic hot water, and process water heating.

    Scope of Work:

    Requested services will be identified in each call-up. Call-ups may include, but are not limited to, any or all of the following services:
    • Assemble pipe sections, tubing and fittings, using couplings, clamps, screws, bolts, cement, plastic solvent, caulking, or soldering, brazing and welding equipment or any other method or tool approved and necessary for the performance of the Work.
    • Fill pipes or plumbing fixtures with water or air and observe pressure gauges to detect and locate leaks.
    • Repairs needed associated to glycol systems including but not limited to repairs of piping, valves, flanges and recharging of glycol.
    • Verify proper operation of boilers and conduct maintenance. Service include testing of all safety devices associated to small steam boilers (steam and condensing) and boiler associated equipment.
    • Inspection and installation of backflow preventers.
    • Study building plans and inspect structures to assess material and equipment needs, to establish the sequence of pipe installations, and to plan installation around obstructions such as electrical wiring.
    • Locate and mark the position of pipe installations, connections, passage holes, and fixtures in structures, using measuring instruments such as precision rulers and laser levels.
    • Measure, cut, thread, and bend pipe to required angle, using hand or power tools or machines such as pipe cutters, pipe-threading machines, and pipe-bending machines.
    • Install pipe assemblies, fittings, valves, appliances such as dishwashers and water heaters, and fixtures such as sinks and toilets.
    • Cut openings in structures to accommodate pipes and pipe fittings.
    • Repair and maintain plumbing, replacing defective washers, replacing or mending broken pipes, and opening clogged drains.
    • Replace underground storm, sanitary and water piping systems and extend piping to connect fixtures and plumbing to these systems.
    • Replace and service large pumps supplying salt and fresh water to lines ranging from 4” in diameter to 14” diameter. The service would include bearing repairs, shaft alignment, repair couplings and perform testing on pump motors.
    • Supply and install stainless steel, ABS or PVC piping, valves and associated fixtures.

    Comprehensive Land Claims Agreement:

    The Standing Offer (SO) is for the delivery of the requirement detailed in the SO to the Identified Users across Canada, excluding locations within Yukon, Northwest Territories, Nunavut, Quebec, and Labrador that are subject to Comprehensive Land Claims Agreements (CLCAs). Any requirement for deliveries to locations within CLCAs areas within Yukon, Northwest Territories, Nunavut, Quebec, or Labrador will have to be treated as a separate procurement, outside of the standing offer.

    Ownership of Intellectual Property: N/A

    Security Requirement: THIS SOLICITATION CONTAINS A SECURITY REQUIREMENT.

    Period of Standing offer:

    The period of standing offer shall be from date of award to 5 years (60 months) thereafter.
    Trade Agreements:
    The requirement is subject to the Canada-Chile Free Trade Agreement (CCFTA), Canada-Colombia Free Trade Agreement, Canada-Peru Free Trade Agreement (CPFTA), World Trade Organization-Agreement on Government Procurement (WTO-AGP), Canada-Panama Free Trade Agreement, Canada-Korea Free Trade Agreement (CKFTA), Canada - Ukraine Free Trade Agreement (CUFTA), Canada - European Union Comprehensive Economic and Trade Agreement (CETA), Canada-Honduras Free Trade Agreement, the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), and the Canadian Free Trade Agreement (CFTA).

    Business address

    1916 Berger Rd

    Shawnigan Lake, British Columbia, V0R 2W1
    Canada
    Notice type
    Request for Standing Offer
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Region(s) of delivery
    Canada
    British Columbia
    Nanaimo

    Contract duration

    The contract will be for a period of 60 month(s), from 2024/05/17 to 2029/05/16.

    Commodity - UNSPSC

    • 72101510 - Plumbing system maintenance or repair
    • 72102304 - Plumbing system maintenance or repair

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)

    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
    Fisheries and Oceans Canada
    Address

    200 Kent St.

    Ottawa, Ontario, K1A 0T6
    Canada
    Contracting authority
    Juan Villasana
    Phone
    (343) 597-5129
    Email
    DFO.tenders-soumissions.MPO@dfo-mpo.gc.ca
    Date modified: