SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

Request for Standing Offer for Electrical Maintenance, Repair and Installation Services at the Pacific Biological Station.

Solicitation number 30005408A

Publication date

Closing date and time 2024/07/05 14:00 EDT


    Description

    This RFSO cancels and supersedes previous RFSO number 30005408, dated April 29, 2024 with a closing of June 10, 2024 at 2:00 PM EST. SOME OFFERORS WILL BE INVITED DIRECTLY.

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    Solicitation #: 30005408A

    This requirement is for Fisheries and Oceans Canada.

    Title: Request for Standing Offer for Electrical Maintenance, Repair and Installation Services at the Pacific Biological Station.

    Objective:
    The objective of the Standing Offer is to provide Electrical maintenance, repair 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. Additionally, there is a 450Kg ammonia chiller plant located on the site for chilling process water. Requirement of service will involve the repair and installation commercial and industrial electrical 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.
    Some of the site’s electrical arrangements include but are not limited to electrical motors, indoor and outdoor commercial lighting systems, 480V & 600V high voltage equipment and distribution systems, shore power kiosks, low voltage sensing equipment, UV sanitation systems, variable speed motor control systems, commercial and industrial electrical distribution systems, human machine interface (HMI) equipment, computer network systems, commercial fire detection and life safety systems and security camera systems.

    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:

    • Read and interpret drawings, blueprints, schematics and electrical code specifications to determine layout of industrial electrical equipment installations;
    • Install, examine, replace or repair electrical wiring, receptacles, switch boxes, conduits, feeders, fiber-optic and coaxial cable assemblies, lighting fixtures and other electrical components;
    • Test electrical and electronic equipment and components for continuity, current, voltage and resistance;
    • Maintain, repair, install and test switchgear, transformers, switchboard meters, regulators and reactors;
    • Maintain, repair, test and install electrical motors, generators, alternators, industrial storage batteries and hydraulic and pneumatic electrical control systems;
    • Troubleshoot, maintain and repair industrial, electrical and electronic control systems and other related devices;
    • Conduct preventive maintenance programs and keep maintenance records;
    • Install, maintain and calibrate industrial instrumentation and related devices; and
    • Install, maintain or upgrade electrical infrastructure related to but not limited to the following equipment:

    - Hot water condensing boilers.
    - Fire-tube hot water boiler.
    - Electrical Motors.
    - Emergency Building Life Safety Systems.
    - Commercial Lighting and switch controls.
    - Variable Speed Drives.
    - Low Voltage Sensing Equipment.
    - Electrical Controls for valves and dampers.
    - HMI (Human Machine Interface) Screens.
    - Heat exchanger tubes with circulation pumps feeding both the Taylor and Clemens Building.
    - Main HVAC Fans (two) providing fresh air circulation for Taylor Building.
    - Heater salt water and fresh water tanks with circulation pumps to provide process water for labs.
    - Air Dryers.
    - Vacuum pumps.
    - Air compressors.
    - Power Distribution Center (PDC) Rooms.
    - Transformers 480V and 600V.
    - Ammonia Refrigeration Plant.
    - HVAC roof top units.
    - Ultra Violet Water Purification Systems.
    - 800KW and 200KW Emergency Diesel Generators.
    - Ductless split unit heat pumps.
    - Steam package boiler.
    - Shore Power systems to the Wharf and Floats 120V&240V.
    - Reverse osmosis water filtration unit.
    - Expansion tanks sensors.
    - Fume hood evacuation fans.

    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).

    Standing offer Authority:
    Name: Juan Villasana
    Email Address: DFO.tenders-soumissions.MPO@dfo-mpo.gc.ca

    Inquiries:
    Inquiries regarding this RFSO requirement must be submitted to the Standing offering Authority named above. OFFERORS ARE ADVISED THAT “CANADABUYS.CANADA.CA/EN” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.

    Contract duration

    The estimated contract period will be 60 month(s).

    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:

    • No response to bid solicitation

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Fisheries and Oceans Canada
    Address

    200 Kent,

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

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    14
    001
    French
    2

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: