Construction of Trisonic Wind Tunnel Cooling Tower Replacement

Status Awarded

Contract number 1021530

Solicitation number 24-58036/A

Publication date

Contract award date

Contract value

CAD 2,341,000.00

    Description

    This contract was awarded to:

    Black & McDonald Limited

    Amendment 002

    This amendment is being raised to: 1) Provide response to technical questions, 2) Provide 2 attachments: (MCC#4 (photos and photos figures 1-5), and 3) Addendum to Specification 23 05 15 - COMMON INSTALLATION REQUIREMENTS FOR HVAC PIPEWORK mentioned in the technical answer in Amendment No. 002.

    --------------------------------------------------------

    Amendment 001

    This amendment is being raised to: 1) Provide an Extension of Time, 2) Provide response to technical questions, and 3) Provide attachment (photos figures 1-14) mentioned in the technical answer in Amendment No. 001. Please see the Attachments section.
    ----------------------------------------------------------

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    PROJECT TITLE: Construction of Trisonic Wind Tunnel Cooling Tower Replacement

    PROJECT IDENTIFICATION: 942543

    PROJECT DESCRIPTION:
    The National Research Council Canada (NRC) requires a General Contractor to carry out construction work to supply and install a new cooling tower system at NRC’s Trisonic Wind Tunnel Facility, located at Uplands Campus, Bldg. U-66, 655 Levy Private, in Ottawa, Ontario. The scope of work is to construct a new cooling tower outside of the north side of Building U66, located at 655 Levy Private, Ottawa, Ontario. The General Contractor will be required to procure equipment and material for the cooling tower on behalf of NRC and hire sub-contractors to construct and install the new equipment specified in the Issued for Tender design package.

    Provide General Contractor construction services as outlined in the construction documents, including but not limited to:
    • Erecting and maintaining a secure construction area;
    • Procurement of equipment for the cooling system;
    • Constructing the cooling tower system;
    • Installing electrical upgrades and connections;
    • Installing new cooling piping and connecting to the existing system;
    • Commissioning of the cooling tower systems;
    • Proving training to facility staff;
    • Removing the existing interim cooling system and foundation;
    • Project reporting;
    • Preparing as-built drawings;
    • Participating in bi-weekly construction meetings.

    PROJECT BACKGROUND:
    Building U-66 houses the 1.5 m Trisonic Wind Tunnel used by Aerospace Research Centre to conduct research in design, manufacturing, performance and maintenance of air and space vehicles. The 1.5 m Trisonic Wind Tunnel is a pressurized, intermittent-flow wind tunnel capable of providing subsonic, transonic and supersonic flows,

    A cooling tower, originally built in 1959, provides essential cooling water to various parts of the compressor plant. A severe storm on May 21, 2022, damaged the tower beyond repair. A temporary steel piping spray system was installed; however, it lacks sufficient capacity to accommodate the cooling loads for current and future needs.

    OPTIONAL SITE VISIT
    1. There will be a site visit on June 19, 2024 at 10:00AM EDT. Interested bidders are to meet at the National Research Council Canada, Cooling Tower on the north side of Building U66, located at 655 Levy Private, Ottawa, Ontario.
    2. Safety Attire: In order to be guaranteed access to the site visit all persons should have the proper personal protection equipment (safety glasses, footwear, vests and hard hats etc.). Contractor`s personnel/individuals who do not have the proper safety attire may be denied access to the site.

    CONSTRAINTS
    There will be client testing in the wind tunnel facility from September 01, 2024 to March 31, 2025. During this time, shutdowns to the existing cooling system will not be permitted during working hours. Short shutdowns during non-working hours may be permitted with prior approval from the research facility. A formal request must be submitted to the project manager at least two weeks in advance of any planned shutdown.

    CONSTRUCTION TIME
    The Contractor must perform and complete the Work within (42) forty-two weeks

    THIS SOLICITATION CONTAINS AN INDIGENOUS PARTICIPATION PLAN
    As part of the Reconciliation initiative Canada has included an Indigenous Participation Plan in this Tender therefore the bidders can include an (IPP) as part of their proposal. The IPP must demonstrate that, in carrying out the work outlined in the request for proposal, the bidders will use economic measures such as employing Indigenous labour, engaging Indigenous professional services or hiring Indigenous firms. Please see SI 22 for details.

    SECURITY REQURIEMENTS
    This procurement contains a mandatory security requirement. Before award of a contract, the Bidder must hold a valid Security Clearance as indicated in section SC01 of the Supplementary Conditions. Failure to comply with this requirement will render the Bid non-compliant and no further consideration will be given to the Bid.

    EVALUATION AND SELECTION:
    The Contractor Selection Methodology will be highest combined rating of technical merit and price.
    The bidder must achieve a pass mark of 24 out of 40 (60%) to obtain an overall score. The successful Bidder shall be the one who accumulates the highest Combined score of the Technical weighted score (40%) and Tendered amount score (60%)

    Bid proposals will be evaluated in accordance with a combination of mandatory and point rated criteria
    M1. Bidder Experience on Similar Project
    M2. Key Personnel – Construction Site Supervisor
    M3. Key Personnel – Construction Project Manager
    R1. Experience of Bidders on Similar Projects
    R2. Bidder’s Key Project Personnel
    R3. Management of Asbestos Abatement Projects
    R4. Project Schedule
    R5. Indigenous Participation Plan

    TENDER DOCUMENTS
    Firms intending to submit tenders on this project should obtain tender documents through the Canadabuys. Drawings and specifications are now published and available free of charge in PDF format only. Bidders should take note that attachments contain the full set of drawings and specifications, which consist of PDF files organized in an industry-standard directory structure. Addenda, when issued, will be available from Canadabuys. Firms that elect to base their bids on tender documents obtained from other sources do so at their own risk and will be solely responsible to inform the tender calling authority of their intention to bid.

    ISSUED FOR TENDER DOCUMENTS:
    1. Mechanical Drawings 6217-M01 to 6217-M07;
    2. Electrical Drawings 6217-E1 to 6217-E5;
    3. Structural Drawings 6217-S1 to 6217-S3;
    4. Specifications;
    5. Project-Specific Designated Substances and Hazardous Materials Survey.

    ENQUIRIES
    All enquiries of a technical and contractual nature are to be submitted to the Contracting Officer at E-mail: Cindy.Marshall@nrc-cnrc.gc.ca.
    Enquiries are to be made in writing and should be received no less than five (5) business days prior to the closing date to allow sufficient time to respond.

    For more information, resources, technical support, or to register for a Business Number, please visit Canadabuys Service Desk at https://canadabuys.canada.ca/en/support.

    Business address

    2460 Don Reid Drive

    Ottawa, ON, K1H 1E1
    Canada
    Notice type
    Request for Proposal
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Region(s) of delivery
    Canada
    National Capital Region (NCR)

    Contract duration

    The contract will be for a period of 5 month(s), from 2024/08/20 to 2025/01/20.

    Commodity - UNSPSC

    • 22100000 - Heavy construction machinery and equipment
    • 72100000 - Building and facility maintenance and repair services
    • 72120000 - Nonresidential building construction services
    • 72121100 - Commercial and office building construction services
    • 72130000 - General building construction
    • 72150000 - Specialized trade construction and maintenance services

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    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
    National Research Council of Canada
    Address

    2620 Speakman Dr

    Mississauga, ON, L5K 2L1
    Canada
    Contracting authority
    Cindy Marshall
    Phone
    (647) 548-8469
    Email
    cindy.marshall@nrc-cnrc.gc.ca
    Address

    2620 Speakman Dr

    Mississauga, ON, L5K 2L1
    Canada
    Date modified: