SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Gros Morne National Park – Visitor Reception Centre Renovation

Status Awarded

Contract number 5P468-21-0131

Solicitation number 5P468-21-0131/A

Publication date

Contract award date

Contract value

CAD 9,481,750.00

    Description

    This contract was awarded to:

    Pomerleau Inc.

    5P468-21-0131/A Gros Morne National Park – Visitor Reception Centre Renovation

    BIDS RECEIVED BY FAX AND EMAIL WILL BE ACCEPTED AS OFFICIAL.

    BIDS RECEIVED IN-PERSON OR BY COURIER WILL NOT BE ACCEPTED.

    The only acceptable email address for responses to bid solicitations is soumissionsami-bidsrpc@pc.gc.ca. Bids submitted by email directly to the Contracting Authority or to any email address other than soumissionsami-bidsrpc@pc.gc.ca will not be accepted. The only acceptable facsimile for responses to bid solicitations is 1-877-558-2349

    The maximum email file size that Parks Canada is capable of receiving is 15 megabytes. The Bidder is responsible for any failure attributable to the transmission or receipt of the emailed bid due to file size.

    The Bidder should be cognisant of the size of the email as a whole, and not only the attachments. Please take into consideration that some attachments, when sent, may be resized during the email transfer. If the email size is too large, the Bidder should send the bid in multiple emails properly labeled with the solicitation number, project name, and indicate how many emails are included (ex. 1 of 2).

    Emails with links to bid documents will not be accepted. Bid documents must be sent as email attachments.

    REQUIREMENT

    The required work on this project is for complete construction services for significant demolition of the existing Visitor Reception Centre building (160 m2) and the re-construction, renovation, and planned expansion for a revised total 1,125 m2 building. The existing parking lot will be expanded to increase capacity and to provide for bus drop off zones, RV parking, and new EV charging stations. A concrete and stone plaza with new interpretive elements will be featured at the front of the building and new wood decks at the rear. The exterior envelope of the new VRC building will be insulated wood frame construction with an incorporated vaulted steel framed lobby and public passageway. The building envelope will include a new metal roofing system and roof-mounted solar panel array, new horizontal siding, and insulated aluminum windows and doors. The renovated interiors will include a new public foyer with reception and exhibit facilities, a new Lounge and Gift Shop, new accessible and inclusive public washroom facilities, an expanded staff office wing, new interior design finishes, and new central communications and utility spaces. High efficiency HVAC, electrical, and water systems will be installed to meet the demands of the increased building footprint. All work to be completed as per drawings and specifications. This project is designed to achieve LEED® v4 Silver certification.

    To assist with bonding and insurance requirements, this project is estimated at a value over & above $5,000,001, Taxes extra.

    Period of Contract / DELIVERY DATE

    Contractor shall perform and complete the Work no later than December 31, 2023. 

    OPTIONAL SITE VISIT

    There will be an optional site visit on October 21, 2021 at 11:00 am (NDT - HAT). Interested bidders are to meet at:

    Gros Morne National Park, Visitor Reception Centre

    Directions:

    In western Newfoundland, take route NL-430. Follow signs for Gros Morne National Park / Rocky Harbour / Norris Point. At Norris Point, follow sign to Gros Morne Visitor Centre

    1. Safety Attire - It is mandatory that all persons attending the site visit 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.
    1. Interested bidders must abide by the following PCA COVID-19 precautionary measures:
       
      1. Disinfect hands just prior to entering the facility;
      2. Maintain a minimum distance of 2 metres from other individuals;
      3. Adhere to PCA national guidance for the wearing of a non-medical mask or face covering for periods of time when it is not possible to consistently maintain a 2-metre physical distance from others;
      4. Minimize touch points;
      5. No access to assembly spaces or lunch rooms used by PCA staff;
      6. Minimize use of PCA staff washrooms;
      7. Abide by additional measures outlined in their corporate COVID-19 plan (if applicable).
    1. Bidders are requested to communicate with the Contracting Authority, at minimum 24 hours, before the site visit to confirm attendance and provide the name(s) of the person(s) who will attend. Bidders may be requested to sign an attendance sheet. Bidders who do not attend or do not send a representative will not be given an alternative appointment but they will not be precluded from submitting a bid.
    2. Please be advised that there will be a limit of two (2) representatives per bidder attending the site visit. Bidders who do not attend or do not send a representative will not be given an alternative appointment.
    3. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation.

    ENQUIRIES

    All enquiries of a technical and contractual nature are to be submitted to the Contracting Authority.

    Enquiries regarding this bid must be submitted in writing and should be received no later than five (5) business/calendar days prior to the date set for solicitation closing to allow sufficient time to provide a response. Enquiries received after that time may result in an answer NOT being provided.

    INFORMATION:

    National Parks Regulations require that all work is to be performed in accordance with the ordinances, laws, rules and regulations set out in the National Park Act.

    Bidders that consider themselves qualified to provide this Work and intend to submit bids on this project should obtain documents from the Government Electronic Tendering Service through the Government of Canada tendering service at www.buyandsell.gc.ca/tenders . Addenda, when issued, will be available from the Government of Canada tendering service. Bidders that elect to base their bids on documents obtained from other sources do so at their own risk. Late submissions will not be considered.

    The Crown retains the right to negotiate with suppliers on any procurement.
    Documents may be submitted in either official language of Canada. Parks Canada has made every effort to provide equivalent documents in both official languages, however, if you find any discrepancies between the English and French documents, please notify the contract officer listed in this opportunity as soon as possible so that we can rectify the situation.

    Business address
    99 Airport Road, Suite 200
    St. John's, NL, A1A 4Y3
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • 5112B - Demolition Work
    • 5124B - Construction of Commercial Buildings
    Contact information

    Contracting organization

    Organization
    Parks Canada
    Address
    30 Victoria Street
    Gatineau, Quebec, J8X 0B3
    Canada
    Contracting authority
    Sheldon Lalonde
    Phone
    343-585-3836
    Address
    Parks Canada Agency
    National Contracting Services
    Cornwall, Ontario, K6H 6S2

    Buying organization(s)

    Organization
    Parks Canada
    Address
    30 Victoria Street
    Gatineau, Quebec, J8X 0B3
    Canada
    Date modified: