Environmental Consulting Services
Solicitation number A7221-13-2503
Publication date
Closing date and time 2013/06/18 15:00 EDT
Description
Department of Indian Affairs and Northern Development Environmental Consulting Services – Regional Director General NWT Region Request for Contract Solicitation # A7221-13-2503 DIAND intends to award a Contract in Northwest Territories. Environmental Consulting Services Supply Arrangement SW1.0 BACKGROUND Tundra Mine is a former underground gold mine that operated from 1962 until 1968. Ore from the Salmita Mine, located approximately six kilometers north of the Tundra Mine was processed in the mill over the period 1982 to 1987. The site is currently the responsibility of Aboriginal Affairs and Northern Development Canada (AANDC) under the Contaminants and Remediation Directorate (CARD). Phase I remedial activities were carried out in the summer of 2007 which included: • Demolition of 39 buildings and related structures • Closure of mine openings and vent raises to a standard acceptable to the NWT Mines inspector • Collection and transfer of hazardous waste off site • Design and construction of a non-hazardous landfill • Maintenance and upgrades to dams, roads and airstrip Phase II activities were initiated in 2010 and include: • Treatment and discharge of arsenic-impacted tailings water; • Excavation and disposal of tailings solids, soil contaminated by petroleum hydrocarbons, and potentially acid-generating (PAG) waste rock; and • Construction of an engineered cover for the tailings management area and a discharge channel. AANDC has developed a Phase II Remedial Action Plan (RAP) (Golder 2008; SRK 2009) to address environmental, human health and aesthetic concerns at the Tundra Mine site during Phase II of the remediation. The construction of Phase II began in June 2010 and is currently scheduled to be completed in March 2014 when contractor equipment is demobilized from the site. Some of the activities associated with remedial works have the potential to impact the aquatic environment; therefore the Tundra Construction Monitoring Program was developed to assess potential impacts downstream of construction activities (SENES 2010). The Construction Monitoring Program was divided into two categories: 1. The Baseline Construction Monitoring Program was designed to monitor overall trends in the aquatic environment that may be attributed to site remediation activities. In 2010, and again in 2012, Rescan Environmental Services Ltd completed monitoring for two components of the Baseline Construction Monitoring Program: a. assessment of aquatic resources (water quality, sediment quality, benthic invertebrates, and phytoplankton); and b. assessment of fish community and fish health (2010 only). 2. The Construction Activity Monitoring Program was designed to detect the potential impacts from the discharge of treated effluent into Hambone Lake on Arctic grayling (Thymallus arcticus) and longnose sucker (Catostomus catostomus) spawning, rearing, and feeding activity in downstream habitats. In addition, the field program was designed to monitor for potential effects from the discharge of arsenic treated effluent on aquatic and terrestrial species that utilize and feed in the drainage area. From June 2010 through 2012, Rescan Environmental Services Ltd completed the following components of the Construction Activity Monitoring Program: a. fish habitat and larval surveys; and b. waterbird and shorebird surveys (2010 and 2012 only). SW2.0 OBJECTIVE The components of the Tundra Construction Monitoring Program to be completed in 2013 will be as part of the Baseline Construction Monitoring Program and the Construction Activity Monitoring Program. The main objectives for 2013 include: • assessment of aquatic resources (water quality and phytoplankton) during discharge of arsenic treated effluent to Hambone Lake (July 2013); and • monitor potential impacts on Arctic grayling spawning, rearing and feeding activity in downstream habitats during effluent discharge to Hambone Lake (June and July 2013). 1. MANDATORY REQUIREMENTS: Mandatory Requirement Compliant (YES/NO) Page # M1 Corporate Profile The Bidder MUST provide a company profile and corporate resume demonstrating the Bidder’s knowledge and experience in the provision of services relevant and similar to those described in the Statement of Work (SOW). At a minimum, the bidder MUST include within the profile: 1.1 The full legal name of the firm submitting the Proposal (including, as applicable, all joint venture, consortia, partners or subcontractors); and 1.2 A written description of approximately 1000 words indicating the Bidder’s capabilities as a firm, including the Bidder’s proposed quality assurance methodology and any existing resource availability and access to back-up resources, and the extent of the Bidder’s experience in the provision of services similar to those described in the SOW. M2 Project Summaries 2.0 The Bidder MUST provide a minimum of three (3) written project summaries describing in detail the Bidder’s experience in successfully providing services relevant and similar to the SOW. 2.1 Within each project summary provided, the Bidder MUST indicate: a) the name of the client organization; b) a brief description of the type and scope of services provided; and c) the dates/duration of the project. 2.2. The Bidder must forward each project summary, as submitted within the Bidder’s proposal, to the project’s Client organization named under M2.1a for completion of the Reference Form identified in M2.4. The completed form, duly signed by the referee, MUST be submitted as part of the Bidder’s Proposal (in the event the Bidder cannot obtain an original signature from the referee, a faxed or scanned copy of the Reference Form duly signed by the referee and included within the Bidder’s Proposal is acceptable). The Bidder MUST NOT sign the reference form on behalf of the referee. M3 Proposed Resources 3.0 The Bidder MUST propose a resource team to perform the work described within the SOW, ensuring at a minimum the following criteria are met: a) A team member is assigned to the project with five years experience in leadership, logistical coordination and field planning environmental site assessment projects on Contaminated Sites in Northern Canada (Yukon, Northwest Territories, Nunavut). b) A team member assigned to the project with a minimum of five years experience in project management (project planning and monitoring, managing deliverables and deadlines, managing a project team, providing timely updates to the Project Authority) in complex, multi-stakeholder environmental projects. c) A team member assigned to the project has environmental field skills including technical operation of in-situ measurement probes; Sample Handling and Good Lab Practices; Environmental QA/QC including sample statistical analysis; and Electronic database products including MS Access and MS Excel. 3.1 To demonstrate the above, the Bidder MUST include detailed CVs for each proposed resource named within its Proposal. CVs MUST include (a-e): a) The name of the proposed resource and their assigned role to the Team b) A list of qualifications directly relevant and similar to the requirements for the work described in the SOW; c) Descriptions of relevant project experience within the past ten (10) years (including years/months of engagement); and d) Chronological work experience (indicated in years/months); e) A detailed listing of relevant academic and professional attainments of the proposed resource. All formal training should be listed by the title and duration (indicated in years/months) of the course and the name of the institution having provided it. M4 Schedule 4.0 The Bidder MUST propose a project schedule to perform the work described within the SOW. M5 Budget 5.0 The Bidder MUST provide a cost breakdown by line item using the SOW and deliverables as a guide. Bidders must include the total cost of the work, which includes all fees and expenses. M2.4 REFERENCE FORM Bidder Name: Project # and Name: Name of Firm that worked on and invoiced the Project Please respond Yes or No to each of the following: 1. Did the Bidder meet the following critical factors? a) Completed the project on time (__) Yes OR (__) No b) Stayed within Budget (__) Yes OR (__) No c) Met all the project objectives (__) Yes OR (__) No d) Complied with the terms of the Statement of Work (__) Yes OR (__) No 2. Was the Bidder primarily responsible for… a. …the completion of the Project? (__) Yes OR (__) No b. …directly managing the Project? (__) Yes OR (__) No 3. Did the Bidder provide… a. … personnel on time to begin the Project? (__) Yes OR (__) No B … qualified personnel? (__) Yes OR (__) No c. …continuity of assigned personnel for the duration of the Project? (__) Yes OR (__) No d. …quality and complete deliverables? (__) Yes OR (__) No e. …accurate and relevant services in respect of the scope of the Project? (__) Yes OR (__) No 4. Would you retain the services of this Bidder again? (__) Yes OR (__) No 5. As the “Referee” providing this reference, I have read the Project Summary attached to this Reference form, and agree with the description of the work conducted by the Bidder for the project. (__) Yes OR (__) No Please complete and sign the following: Client Reference Name:_______________________________________________________ Title: _______________________________________________________________________ Organization Name:___________________________________________________________ Telephone:__________________________________________________________________ Fax Number:_________________________________________________________________ Signature:___________________________________________________________________ Date:________________________________________________________________________ Contract Period Contract is upon contract award until January 14, 2014 inclusive. BASIS OF SELECTION Only compliant Proposals will be considered. Only Proposals that have met all Mandatory Requirements, and have achieved or exceeded the required minimum score for the Point-Rated Criteria will be considered. All Proposals will be rated on technical acceptability before price is considered. The contract will be awarded based on a determination of Best Value taking into account both the technical merit of the Proposals and the Financial Evaluation. To arrive at an overall score achieved by a Bidder, technical merit will be valued at 60% of the Proposal and price will be valued at 40% of the Proposal. Best value is defined as the highest combined total score This procurement is subject to the World Trade Organization – Agreement on Government Procurement the North American Free Trade Agreement (NAFTA) and the Agreement of Internal Trade (AIT).
Contract duration
Refer to the description above for full details.
Trade agreements
-
Agreement on Internal Trade (AIT)
-
Comprehensive Land Claim Agreement (CLCA)
-
North American Free Trade Agreement (NAFTA)
Contact information
- Contracting authority
- Bechamp, Melissa
- Fax
- 819-953-7721
- Address
-
10 WellingtonGatineau, QC, K1A 0H4CA
Bidding details
Details for this tender opportunity are provided in the Description tab.
Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.
Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.
We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.