ADVANCE CONTRACT AWARD NOTICE - Requirement for Fire Alarm Services Maintenance and Inspection for the Canadian Coast Guard College.

Status Awarded

Contract number FP802-170139

Solicitation number FP802-170139

Publication date

Contract award date

Contract value

CAD 154,752.00

    Description

    This contract was awarded to:

    Tyco Integrated Fire and Security

    ADVANCE CONTRACT AWARD NOTICE

    TITLE: Requirement for Fire Alarm Services Maintenance and Inspection for the Canadian Coast Guard College.

    INTRODUCTION:

    The Department of Fisheries and Oceans has a requirement for the provision of to providing the annual inspection of the fire alarm system. The contractor shall be available for emergency service as well as routine service 24 hours a day, seven days a week including holidays for the duration of the contract.

    The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for these services to Tyco Integrated Fire and Security. 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 other potential suppliers submit a statement of capabilities during the 15 calendar day posting period that meet the requirements set out in the ACAN, the government will proceed to a full tendering process on either the government's electronic tendering service or through traditional means, in order to award the contract.

    If no other supplier submits, on or before the closing date, a statement of capabilities meeting the requirements set out in the ACAN, a contract will be awarded to the pre-selected supplier.

    BACKGROUND:

    The Department of Fisheries and Oceans has a requirement to inspect and maintain the Fire Alarm System located at the Canadian Coast Guard College.

     The work will involve the following:

     This contract is to provide for the complete annual inspection of the following:

     Fire Alarm Test & Inspect - Panel Parts and Labor

    Only

    SIMPLEX 4100U SYSTEM

    Main Fire Alarm Panel 9 Annual

    Fire Alarm Battery (each) 18 Annual

    Digital Alarm Communicator Transmitter

    (DACT)

    1 Annual

    Annunciator 4 Annual

    Graphical Screen 2 Annual

    Smoke Sensor Addressable 345 Annual

    Heat Detector Restorable 3 Annual

    Duct Sensor Addressable 55 Annual

    Pull Station 205 Annual

    Audio-Visual Notification Conventional 184 Annual

    Monitor IAM/ZAM/Relay 65 Annual

    Door Holder 7 Annual

    Isolator/End Of Line 90 Annual

    Waterflow Electronic Test 10 Annual

    Tamper Switch(electronic test only) 65 Annual

    The proposed contract is for a period of 5 years, from 01 Dec 2017 to 01 Dec 2022.

    PURPOSE:

    To provide public notification that the Department of Fisheries and Oceans is considering awarding a contract to:

    Tyco Integrated Fire and Security

    District 624

    600 Windmill Rd.

    Dartmouth Nova Scotia

    B3B-1B5

    MINIMUM ESSENTIAL REQUIREMENTS:

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements

    Able to perform maintenance, inspection and programming on the following items:

    SIMPLEX 4100U SYSTEM

    Main Fire Alarm Panel 9 Annual

    Fire Alarm Battery (each) 18 Annual

    Digital Alarm Communicator Transmitter

    (DACT)

    1 Annual

    Annunciator 4 Annual

    Graphical Screen 2 Annual

    Smoke Sensor Addressable 345 Annual

    Heat Detector Restorable 3 Annual

    Duct Sensor Addressable 55 Annual

    Pull Station 205 Annual

    Audio-Visual Notification Conventional 184 Annual

    Monitor IAM/ZAM/Relay 65 Annual

    Door Holder 7 Annual

    Isolator/End Of Line 90 Annual

    Waterflow Electronic Test 10 Annual

    Tamper Switch (electronic test only) 65 Annual

    JUSTIFICATION:

    The fire alarm system at CCGC was installed by and continually serviced by Simplex/Simplex Grinnell/Simplex Tyco (name has changed to Tyco Integrated Fire & Security) since its installation in the early 2000’s. This is a fully addressable system with seven Panels covering eleven buildings and wings.

    Simplex Tyco has proprietary rights to the software programming of this system. The manufacturer from Tyco Integrated Fire and Security issues a programming key to individuals that have received the factory training. The network of SIMPLEX 4100U Fire Alarm Control Panels and the only factory trained technicians available are provided by Tyco Integrated Fire and Security. In additional to provide this annual inspection on the SIMPLEX 4100U Fire Alarm Control Panels, it also comes with a comprehensive maintenance plan that includes panels, labour, and coverage 24/7 for service.

    INTELLECTUAL PROPERTY:

    There is NO Intellectual Property generated for this contract.

    WORK REQUIREMENTS:

    This contract is to provide for the complete annual inspection of the following:

    Fire Alarm Test & Inspect - Panel Parts and Labor

    Only

    SIMPLEX 4100U SYSTEM

    Main Fire Alarm Panel 9 Annual

    Fire Alarm Battery (each) 18 Annual

    Digital Alarm Communicator Transmitter

    (DACT)

    1 Annual

    Annunciator 4 Annual

    Graphical Screen 2 Annual

    Smoke Sensor Addressable 345 Annual

    Heat Detector Restorable 3 Annual

    Duct Sensor Addressable 55 Annual

    Pull Station 205 Annual

    Audio-Visual Notification Conventional 184 Annual

    Monitor IAM/ZAM/Relay 65 Annual

    Door Holder 7 Annual

    Isolator/End Of Line 90 Annual

    Waterflow Electronic Test 10 Annual

    Tamper Switch (electronic test only) 65 Annual

    In addition to providing the annual inspection as detailed above the contractor shall be available for emergency service as well as routine service 24 hours a day, seven days a week including holidays for the duration of the contract.

    All planned inspection dates shall be coordinated through the Real Property office at the CCGC with a minimum of one weeks’ notice.

    TASKS

    Provide one complete system inspection annually as detailed above, coordinated through the RPSS office at the CCGC and provide a complete report within 30 days of the inspection, including all findings with recommendations regarding life cycle, repairs and maintenance.

    Respond to emergency service requests within twenty four hours and routine maintenance requests within seventy two hours.

    DELIVERABLE

    Provide a detailed inspection report within 30 days of the annual inspection completion which includes all relative findings, recommendations and estimated costs of recommended service or repair.

    Provide a report for routine and emergency service calls detailing problems found, work completed, parts and labour used, all associated expenses and recommendations for any work required to mitigate future occurrences of the issue.

    Inspection and service reports are to be provided before billing for the service will be provided.

    PERIOD:

    Services maintenances & inspection are required on an annual basis starting from December 1st, 2017 to November 30th, 2018. The maintenance service & inspection will be required after November 30th, 2018, with the schedule outlined below

    Contract Duration

    Initial Contract Period starting December 1st, 2017 to November 30, 2018

    Year 2 starting from December 1st, 2018 to November 30, 2019

    Year 3 starting from December 1st, 2019 to November 30, 2020

    Year 4 starting from December 1st, 2020 to November 30, 2021

    Year 5 starting from December 1st, 2021 to November 30, 2022

    TRAVEL - There is No travel for this requirement.

    ESTIMATED VALUE:

    The total value of this contract for the 5 years maintenance service and inspection plan shall not exceed $193,440.00 including all the associates cost such as services, miscellaneous, and excluding all applicable taxes.

    LOCATION OF WORK:

    All work will be performed at the Canadian Coast Guard College, 1190 Westmount Rd. Sydney, Nova Scotia B1R2J6

    APPLICABLE STATUATORY AND REGULATORY REQUIRMENTS:

    Applicability of the following requirements to this ACAN process is the following applicable sections:

    1. Policy INFORMATION

    Applicable Exceptions to Soliciting Bids under the Government Contracts Regulations (GCRs) (Section 6):

    Government Contracts Regulations (GCRs), 6d) only one person or firm is capable of performing the work

    10.2.5 Exception (d) sets competitive bidding aside when only one person or firm can do the job. This exception is quite definitive and should be invoked only where patent or copyright requirements, or technical compatibility factors and technological expertise suggest that only one contractor exists. This exception should not be invoked simply because a proposed contractor is the only one known to management.

    1. TRADE AGREEMENTS

    Applicability of the trade agreement(s) to procurement

    Applicable to this procurement Limited Tendering Provision Subject the following trade agreement(s):

    North American Free Trade Agreement (NAFTA)

    Agreement on Internal Trade (AIT)

    Canada-Chile Free Trade Agreement (CCFTA)

    Canada-Colombia Free Trade Agreement (CCFTA)

    Canada-Panama Free Trade Agreement (CPFTA)

    Canada-Honduras Free Trade Agreement (CHFTA)

    Canada-Korea Free Trade Agreement (CKFTA)

    Canada-Peru Free Trade Agreement (CPFTA)

    LANGUAGE OF WORK:

    The Contractors must provide services and any reports and/or documentation in English (Written, Spoken, and Comprehension) at an intermediate level.

    Response:

    Suppliers who consider themselves fully qualified and available to provide the services described herein, may submit a Statement of Capabilities in writing to the Contracting Officer identified in this Notice (See below) on or before the closing date. The Statement of Capabilities must clearly demonstrate how the supplier meets the requirement described herein.

    The closing date and time for accepting written statements of capabilities challenging this requirement, is: November 16, 2017 at 14:00p.m. (EST). As it is intended to proceed in a timely manner, responses received after the closing date will not be considered.

    Inquiries and statements of capabilities are to be directed to:

    Grace Chau

    Senior Contracting Officer

    Procurement Hub – Ottawa Office
    Telephone: (613) 993-8935
    Facsimile: (613) 991-1297
    E-mail: Grace.Chau@dfo-mpo.gc.ca

    Statement of Capabilities received on or before the closing date will be considered solely for the purpose of deciding whether or not to conduct a competitive procurement. Information provided will be used by DFO for technical evaluation purposes only, and will not to be construed as a proposal. Your written Statement of Capabilities must provide sufficient evidence that demonstrates it is capable of fulfilling the Science Branch requirement. Suppliers who submit a Statement of Capabilities prior to the closing date and time will be notified in writing as to the Department’s decision whether it will continue with the aforementioned procurement, or proceed to a full bid solicitation process.

    Should you have any questions concerning this requirement, please contact the identified Contracting Officer. The DFO 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. Documents may be submitted in either official language of Canada.

    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • K101A - Fire Protection Services - Buildings
    Contact information

    Contracting organization

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Chau, Grace
    Phone
    613-993-8935
    Address
    200 Kent Street
    Ottawa, ON, K1A 0E6
    CA

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Date modified: