Architectural Services - RCMP Atlantic Region

Solicitation number 2013030206

Publication date

Closing date and time 2013/06/12 14:00 EDT


    Description
    Architectural Services - RCMP Atlantic Region
    
    Notice of Proposed Procurement (NPP)
    The RCMP requires the services of Architectural services to provide project planning, facility design, cost estimating, construction supervision, commissioning, technical investigations, and project management. The selected consultants shall provide the range of services identified in the Statement of Work (SOW) section for commissions in the Provinces of New Brunswick, Nova Scotia, Prince Edward Island, Newfoundland and Labrador. 
    The total dollar value of the RFSO has been estimated to $7,500,000.00 with a maximum Call-up amount limit of $3,000,000.00. Under each RFSO, five (5) SOs are to be issued for an initial period of three (3) years each from the date of issuance of the SOs. Options to add up to two (2) additional period of one (1) year each are also included. 
    For each individual Call-Up, consultants will be considered using a distribution system. This system will track all call-ups assigned to each consultant and will maintain a running total of the dollar value of business distributed. The system will contain for each consultant an ideal business distribution percentage which has been established as follows; 34% ($2,550,000.00) of the business for the top ranked consultant, 24% ($1,800,000.00) for the 2nd ranked consultant, 19% ($1,425,000.00) for the 3rd ranked consultant, 14% ($1,050,000.00) for the 4th ranked consultant, and 9% ($675,000.00) for the 5th. In the event fewer than five (5) consultants are successful, the undistributed % of business will be redistributed amongst the offerors being recommended using a formula detailed in the RFSO. The Consultant who is furthest under their respective ideal business distribution percentage in relation to the other consultants will be selected for the next call-up.
    
    The Proponent shall be an architect licensed to provide the necessary professional services to the full extent that may be required by provincial or territorial law. If the Proponent is licensed to practice in only one of the provinces then that Proponent must be eligible and willing to be licensed in the province in which they are not licensed.
    
    SECURITY REQUIREMENTS : A specific Security Requirements Check List (SRCL) will be issued for each call-up issued against a Standing Offer. A specific security clause will be inserted in section SC 2 Security Requirements to reflect the security requirements for each call-up to be issued against a Standing Offer.
    Proponents are hereby informed that call-ups against the Standing Offers will require that the consultants and their personnel providing the services must hold a valid personnel security status at the RELIABILITY level issued by the RCMP.
    Inspection of the Consultant’s and sub-Consultants’ offices may be required for physical and Information Technology security. The Consultant and sub-Consultant will follow the security guidance provided by the RCMP after the inspection.
    
    The successful proponents performing services under a call-up issued against a Standing Offer must :
    
    a)    Provide personal data including the full name, date of birth, present address and other data as requested by the RCMP representative, for each person working on this project if requested. This information will be used for security clearance purposes. Fingerprinting may be required. This information is required to be provided within 3 days of request.
    
    b)     Ensure that all persons performing the services must hold a valid RELIABILITY status issued by RCMP Departmental Security.
    
    
    INQUIRIES: All enquiries of a technical nature and all questions of a contractual nature, are to be submitted to the Contractual Authority: Jean-François Hamelin, (613) 843-6662, facsimile (613) 825-0082 or by email at jean-francois.hamelin@rcmp-grc.gc.ca.
    Inquiries are to be made in writing.
    BID RECEIVING: Sealed tenders will be received in English or French at: Royal Canadian Mounted Police (RCMP), Bid Receiving Unit, Procurement and Contracting Services, Visitors Centre, 73 Leikin, Ottawa, Ontario. Please note that the postal code K1A 0R2 can be used to send documents by mail, but not as a position mark or as guidance tool on a map. 
    
    CLOSING DATE: June 12th, 2013 at 2:00 PM EST

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • North American Free Trade Agreement (NAFTA)

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Daniel Dalimonte
    Phone
    819-956-6837
    Email
    Jean-Francois.Hamelin@rcmp-grc.gc.ca
    Address
    Jean-François Hamelin
    73 Leikin Drive, M1, 4th Floor
    Ottawa, ON, K1A 0R2
    Canada

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    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.

    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

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Prince Edward Island
    Region of opportunity
    Canada
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: