Unexploded Ordinance (UXO) Management (RTA) , Standing Offer Agreement, GA, NB
Solicitation number GA200029_81007
Publication date
Closing date and time 2024/05/06 13:00 EDT
Description
DEFENCE CONSTRUCTION CANADA (DCC) – Project No. GA200029_81007 – Unexploded Ordinance (UXO) Management Range and Training Area (RTA) Standing Offer Agreement, 5 CDSB Gagetown, NB
The work includes, but is not necessarily limited to, the supply of labour, material, supervision, and equipment necessary for unexploded ordinance (UXO) management at the Range and Training Area (RTA) Standing Offer Agreement, 5 CDSB Gagetown, NB
NOTE: There is no site visit scheduled for this opportunity.
The estimated cost for this opportunity is in the range of $2,025,000.00
We understand that services under the Standing Offer Agreement (SOA) will be provided on an “as and when required” basis to a maximum estimated value of $525,000.00 from the contract award date to March 31, 2025. The Standing Offer Agreement (SOA) may be extended for three (3) additional one (1) year periods and be increased in the order of $500,000.00 per year, for an overall potential maximum limit of $2,025,000.00. The SOA will have a maximum call up limit of $250,000.00.
This solicitation is being conducted in accordance with the requirements set out in the Canadian Free Trade Agreement (CFTA), Chapter Nineteen of the Canada-European Union Comprehensive Economic and Trade Agreement (CETA) and the World Trade Organization Agreement on Government Procurement (WTO-GPA).
The selected contractor will be required to hold a valid Designated Organization Screening DOS, issued by the Contract Security Program (CSP) within Public Services and Procurement Canada (PSPC). Details concerning the Security Requirements for this project are identified in Amendment No.1 to the tender documents.
Questions regarding this solicitation are to be directed ONLY to the point of contact identified in this advertisement. Bidders who address their questions to anyone other than the point of contact during the solicitation period may, for that reason alone, be disqualified.
Please note that the preliminary tender results for this project will be available on MERX.
Bidders can obtain contract award results from the DCC website at https://www.dcc-cdc.gc.ca/industry/contract-activity.
DCC now publicly discloses information on payments made to prime contractors so that subcontractors know when they can expect payment. Information on payments made in the past 90 days on construction contracts over $100,000, as well as further information regarding DCC’s prompt payment commitment, can be obtained from the DCC website at https://www.dcc-cdc.gc.ca/industry/contract-activity.
The work includes, but is not necessarily limited to, the supply of labour, material, supervision, and equipment necessary for unexploded ordinance (UXO) management at the Range and Training Area (RTA) Standing Offer Agreement, 5 CDSB Gagetown, NB
NOTE: There is no site visit scheduled for this opportunity.
The estimated cost for this opportunity is in the range of $2,025,000.00
We understand that services under the Standing Offer Agreement (SOA) will be provided on an “as and when required” basis to a maximum estimated value of $525,000.00 from the contract award date to March 31, 2025. The Standing Offer Agreement (SOA) may be extended for three (3) additional one (1) year periods and be increased in the order of $500,000.00 per year, for an overall potential maximum limit of $2,025,000.00. The SOA will have a maximum call up limit of $250,000.00.
This solicitation is being conducted in accordance with the requirements set out in the Canadian Free Trade Agreement (CFTA), Chapter Nineteen of the Canada-European Union Comprehensive Economic and Trade Agreement (CETA) and the World Trade Organization Agreement on Government Procurement (WTO-GPA).
The selected contractor will be required to hold a valid Designated Organization Screening DOS, issued by the Contract Security Program (CSP) within Public Services and Procurement Canada (PSPC). Details concerning the Security Requirements for this project are identified in Amendment No.1 to the tender documents.
Questions regarding this solicitation are to be directed ONLY to the point of contact identified in this advertisement. Bidders who address their questions to anyone other than the point of contact during the solicitation period may, for that reason alone, be disqualified.
Please note that the preliminary tender results for this project will be available on MERX.
Bidders can obtain contract award results from the DCC website at https://www.dcc-cdc.gc.ca/industry/contract-activity.
DCC now publicly discloses information on payments made to prime contractors so that subcontractors know when they can expect payment. Information on payments made in the past 90 days on construction contracts over $100,000, as well as further information regarding DCC’s prompt payment commitment, can be obtained from the DCC website at https://www.dcc-cdc.gc.ca/industry/contract-activity.
- code : A
description : Project Manager
unitOfMeasure : Hourly Rate
weight : 5.00 - code : B
description : Quality Manager
unitOfMeasure : Hourly Rate
weight : 3.00 - code : C
description : Project Geophysicist
unitOfMeasure : Hourly Rate
weight : 4.00 - code : D
description : UXO Project Leader
unitOfMeasure : Hourly Rate
weight : 7.00 - code : E
description : UXO Quality Control Specialist
unitOfMeasure : Hourly Rate
weight : 7.00 - code : F
description : UXO Safety Officer
unitOfMeasure : Hourly Rate
weight : 7.00 - code : G
description : UXO Field Supervisor
unitOfMeasure : Hourly Rate
weight : 7.00 - code : H
description : UXO Technical Supervisor
unitOfMeasure : Hourly Rate
weight : 7.00 - code : I
description : UXO Technician
unitOfMeasure : Hourly Rate
weight : 7.00 - code : J
description : Senior GIS Specialist
unitOfMeasure : Hourly Rate
weight : 3.00 - code : K
description : General Labourer
unitOfMeasure : Hourly Rate
weight : 3.00 - code : L
description : Field Truck
unitOfMeasure : Day
weight : 8.00 - code : M
description : Survey Tow Vehicle with EM Array
unitOfMeasure : Day
weight : 7.00 - code : N
description : EM Cart
unitOfMeasure : Day
weight : 7.00 - code : O
description : GPS/GIS
unitOfMeasure : Day
weight : 8.00 - code : P
description : Explosives, protective/safety equipment, permits (BIP) Unit Rate per UXO
unitOfMeasure : Unit
weight : 10.00
Bidding and Documents are available on http://www.merx.com. Fees may apply; See https://www.merx.com/public/pricing for more information.
Contract duration
The estimated contract period will be 0 month(s), with a proposed start date of 2024/05/06.
Trade agreements
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
Contact information
Contracting organization
- Organization
-
Defence Construction Canada - Atlantic Region
- Address
-
175 Western Parkway, Suite 100Bedford, Nova Scotia, B4B 0V1Canada
- Contracting authority
- Yuriy Klitynskyy
- Phone
- 506-471-3972
- Email
- Yuriy.Klitynskyy@dcc-cdc.gc.ca
- Address
-
506-471-3972
Bidding details
Full details for this tender opportunity are available on a third-party site
Click on the button below to be directed to this website. Note that on the third-party site you may need an account to view and/or bid on this tender. Information on any fees or additional costs to access the full details is outlined in the Description tab of this tender opportunity.