SL - Contaminated Sites Assessment and Monitoring Services
Solicitation number OR24SL02_83176
Publication date
Closing date and time 2024/10/21 14:00 EDT
Last amendment date
Description
*** THIS AMENDS THE PREVIOUSLY POSTED NOTICE TO CHANGE THE CLOSING DATE TO OCTOBER 21, 2024. TIME AND CLOSING LOCATION REMAIN UNCHANGED
*******************************************************************************************************************
Defence Construction Canada – Contaminated Sites Assessment and Monitoring Services, Source List (SL), OR24SL02, Various Locations in Ontario
Defence Construction Canada (DCC) is calling for abbreviated proposals from consulting firms to establish a Source List (SL) to provide “as and when required” Contaminated Sites Assessment and Monitoring professional services at various locations in Ontario.
Information provided by the Proponents will be evaluated using the established criteria in the RFAP. The objective of this RFAP is to select three (3) proponents to be placed on the SL.
The SL will be for a period of three (3) years with a maximum estimated value of $5,000,000.00. If mutually agreeable between the Consultant and DCC, the SL may be extended for up to two (2) additional one (1)-year periods and increased in the order of $2,000,000.00 at any time during the duration of the SL, resulting is a total possible maximum value of $7,000,000.00. Commissions under the SL are expected to be valued between $ 40,000.00 and $ 300,000.00; the maximum value of a commission under the SL is $ 400,000.00. Refer to the RFAP document for additional information.
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).
Firms that consider themselves qualified to provide these services are invited to submit their Abbreviated Proposals through the MERX Electronic Bidding System on or before the closing date and time indicated on the Electronic Bidding System.
The industrial security requirements for this Agreement are identified in the attached Security Requirements Check List (SRCL) and associated security clauses.
Questions regarding this solicitation are to be directed ONLY to the point of contact identified in this advertisement. Proponents who address their questions to anyone other than the point of contact during the solicitation period may, for that reason alone, be disqualified.
Proponents can obtain contract award results from the DCC Website at Contract Activity - Defence Construction Canada (dcc-cdc.gc.ca)
*******************************************************************************************************************
Defence Construction Canada – Contaminated Sites Assessment and Monitoring Services, Source List (SL), OR24SL02, Various Locations in Ontario
Defence Construction Canada (DCC) is calling for abbreviated proposals from consulting firms to establish a Source List (SL) to provide “as and when required” Contaminated Sites Assessment and Monitoring professional services at various locations in Ontario.
Information provided by the Proponents will be evaluated using the established criteria in the RFAP. The objective of this RFAP is to select three (3) proponents to be placed on the SL.
The SL will be for a period of three (3) years with a maximum estimated value of $5,000,000.00. If mutually agreeable between the Consultant and DCC, the SL may be extended for up to two (2) additional one (1)-year periods and increased in the order of $2,000,000.00 at any time during the duration of the SL, resulting is a total possible maximum value of $7,000,000.00. Commissions under the SL are expected to be valued between $ 40,000.00 and $ 300,000.00; the maximum value of a commission under the SL is $ 400,000.00. Refer to the RFAP document for additional information.
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).
Firms that consider themselves qualified to provide these services are invited to submit their Abbreviated Proposals through the MERX Electronic Bidding System on or before the closing date and time indicated on the Electronic Bidding System.
The industrial security requirements for this Agreement are identified in the attached Security Requirements Check List (SRCL) and associated security clauses.
Questions regarding this solicitation are to be directed ONLY to the point of contact identified in this advertisement. Proponents who address their questions to anyone other than the point of contact during the solicitation period may, for that reason alone, be disqualified.
Proponents can obtain contract award results from the DCC Website at Contract Activity - Defence Construction Canada (dcc-cdc.gc.ca)
- description : Source List Manager
Gestionnaire du répertoire
unitOfMeasure : Hourly Rate - description : Project Manager
Gestionnaire de projet
unitOfMeasure : Hourly Rate - description : Risk Assessment Specialist
Spécialiste en évaluation des risques
unitOfMeasure : Hourly Rate - description : Senior Project Professionals (includes scientists, geoscientists and engineers)
Professionnels de projet séniors (y compris les scientifiques, les géoscientifiques et les ingénieurs)
unitOfMeasure : Hourly Rate - description : Intermediate Project Professionals (includes scientists, geoscientists and engineers)
Professionnels de projet intermédiaires (y compris les scientifiques, les géoscientifiques et les ingénieurs)
unitOfMeasure : Hourly Rate - description : Senior Technical Support Staff (including technologists and technicians)
Personnel de soutien technique sénior (y compris les technologues et les techniciens)
unitOfMeasure : Hourly Rate - description : Intermediate Technical Support Staff (technologists and technicians)
Personnel de soutien technique intermédiaire (technologues et techniciens)
unitOfMeasure : Hourly Rate - description : GIS Specialists
Spécialistes en SIG
unitOfMeasure : Hourly Rate - description : Total Classification Rate
Tarif horaire pondéré total
unitOfMeasure : Hourly Rate - description : Maximum Upset Unit Travel Rate to Location CFB Borden as per GC5.9.1.2.1
Coût unitaire de déplacement vers l'emplacement BFC Borden selon GC5.9.1.2.1
unitOfMeasure : Dollar - description : Maximum Upset Unit Travel Rate to Location CFB Trenton as per GC5.9.1.2.1
Coût unitaire de déplacement vers l'emplacement BFC Trenton selon GC5.9.1.2.1
unitOfMeasure : Dollar - description : Maximum Upset Unit Travel Rate to Location CFB Kingston as per GC5.9.1.2.1
Coût unitaire de déplacement vers l'emplacement BFC Kingston selon GC5.9.1.2.1
unitOfMeasure : Dollar - description : Maximum Upset Unit Travel Rate to Location Garrison Toronto as per GC5.9.1.2.1
Coût unitaire de déplacement vers l'emplacement Garnison Toronto selon GC5.9.1.2.1
unitOfMeasure : Dollar - description : Maximum Upset Unit Travel Rate to Location CFB North Bay as per GC5.9.1.2.1
Coût unitaire de déplacement vers l'emplacement BFC North Bay selon GC5.9.1.2.1
unitOfMeasure : Dollar - description : Maximum Upset Unit Travel Rate to Location CFB Petawawa as per GC5.9.1.2.1
Coût unitaire de déplacement vers l'emplacement BFC Petawawa selon GC5.9.1.2.1
unitOfMeasure : Dollar - description : Total Weighted Maximum Upset Unit Travel Rate
Coût unitaire de déplacement maximum pondéré total
unitOfMeasure : Dollar
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 36 month(s).
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 / Construction de Défense Canada
- Address
-
350 Albert St,, 19th floor,Ottawa, Ontario, K1A 0K3Canada
- Contracting authority
- Sarah Montesano
- Phone
- 613-294-7162
- Email
- sarah.montesano@dcc-cdc.gc.ca
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.