Regional Standing Offer for Environmental Risk Management Services

Status Awarded

Contract number F5211-180791A

Solicitation number F5211-180791

Publication date

Contract award date


    Description

    This contract was awarded to:

    Pottinger Gaherty Environmental Consultants Ltd.

    REQUEST FOR STANDING OFFER

    Soliciation # : F5211-180791

    Closing Date : August 7, 2019

    Closing Time : 2:00 PM (Atlantic Daylight Saving Time)

    This requirement is for the Department of Fisheries and Oceans (DFO).

    Title: Regional Standing Offer for Environmental Risk Management Services

    OBJECTIVES OF THE REQUIREMENT

    The Department of Fisheries and Oceans has a requirement to set up standing offer agreements for Environmental Risk Management Services in the province of British Columbia on an “as and when” requested basis. The objective is to award up to five (5) Standing Offer Agreements (SOA) to qualified suppliers who can provide Environmental Risk Management Services to meet the specific needs outlined in the Statement of Work.

    The purpose of this request is to solicit proposals for standing offers from companies with the ability to provide technical and project management services related to the overall risk management of contaminated sites and to obtain a list of qualified companies that can perform these activities to meet the specific needs of Fisheries and Oceans. The successful proponents are required to have significant regulatory experience in the federal framework as well as the BC provincial framework. Proponents will be available to help Fisheries and Oceans staff to prepare and implement risk management or parts thereof on an as needed basis.

    BACKGROUND

    This standing offer is designed to provide external resources to assist with risk management services, including but not limited to risk assessment, remedial options evaluation, remediation planning, risk communication and development of risk management plans for Fisheries and Oceans on an as needed basis. Corporations are allowed to submit bids as a team; however a proposed resource may only appear in one submission.

     The Categories of Resources Required are:

    Project Manager, Human Health Risk Assessor, Aquatic Ecological Risk Assessor, Terrestrial Ecological Risk Assessor, Senior Engineer or Scientist, Field Staff, Intermediate Risk Assessor, Intermediate Engineer, Risk Communicator, GIS Analyst.

    PERIOD OF STANDING OFFER

    The services are to be performed on an “as and when required” basis during the period from date of award to July 31, 2020 with two (2) optional periods of one (1) year.

    ESTIMATED VALUE

    The total cost to Her Majesty resulting from call-ups against all Standing Offers shall not exceed $4,000,000.00, HST included for the entire period totalling all standing offers issued including option years. 

    The number of Standing Offers issued under this RFP shall be up to 5, the value of each to be determined at award.

    SECURITY

    There is no security requirement for this contract.

    INTELLECTUAL PROPERTY 

    The Department of Fisheries and Oceans has determined that any intellectual property rights arising from the performance of the Work under the resulting contract will belong to Canada, on the following grounds: where material developed or produced consists of material subject to copyright, with the exception of computer software and all documentation pertaining to that software.

    TRADE AGREEMENTS

    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA).

    MANDATORY REQUIREMENTS

    Proposals will be evaluated in accordance with the mandatory evaluation criteria as detailed herein. Bidders’ Proposals must clearly demonstrate that they meet all Mandatory Requirements for the proposal to be considered for further evaluation. Proposals not meeting the mandatory criteria will be excluded from further consideration.

    Mandatory Criteria

    M1 The bidder must propose one (1) Contaminated Sites Approved Professional for Risk Assessment (can be terrestrial or aquatic risk assessor or Project Manager). The bidder must provide a copy of the resources’ certification through the Society of Contaminated Sites Professionals of British Columbia with their bid.

    M2 The bidder must propose one (1) Registered Professional Biologist (aquatic or terrestrial BC or AB accepted ) or one Board Certified Toxicologist (Diplomate of the American Board of Toxicology[DABT]). The bidder must provide a copy of the resources’ current membership with their bid.

    SELECTION METHOD

    The basis of selection is Highest Compliant Combined Rating of Technical Merit and Price.

    Enquiries regarding this RFP requirement are to be submitted in writing to the following:

    Cathi Harris

    A/Team Lead – Contracting Services

    Materiel and Procurement Services

    Fisheries and Oceans Canada

    301 Bishop Drive

    Fredericton (NB) E3C 2M6

    Email : DFOtenders-soumissionsMPO@dfo-mpo.gc.ca

    Business address
    dba PGL Environmental Consultants
    Vancouver, BC,
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • E199D - Environmental Services
    Contact information

    Contracting organization

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Cathi Harris
    Phone
    506-238-1317
    Address
    301 Bishop Drive
    Fredericton, NB, E3C 2M6
    CA

    Buying organization(s)

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