SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Conuma Hatchery Power House and Standby Power System

Solicitation number FP802-135011

Publication date

Closing date and time 2013/07/18 14:00 EDT


    Description
    NOTICE OF PROPOSED PROCUREMENT (NPP)
    
    Solicitation #: FP802-125011 Closing Date: July 3, 2013    Time: 2 pm [Ottawa Time]
    
    
    This requirement is for the Department of Fisheries and Oceans Canada.
    
    For questions, comments or to obtain copies of the specifications and drawings please contact Jianna-Lee Zomer @ (613) 993-4484 or by email at jianna-lee.zomer@dfo-mpo.gc.ca
    
    1.1	BACKGROUND
    	The existing 35 years old diesel generator set in Conuma River Hatchery is obsolete, not reliable and repair parts are not available. For cost effectiveness, The Department of Fisheries and Oceans (DFO) will be contracting to upgrade the existing standby power system for full facility power backup, in the event that normal power from BC Hydro is not available. The upgrade electrical work includes the fabrication, supply, and delivery of power house and high efficiency standby power system for the Conuma River Hatchery.  The standby power system includes a power house, two generators, transfer switch, and all fuel and mechanical systems. As-built drawings, site start up, commissioning, training, and maintenance are also included.
    
    1.2	LOCATION
    	The Conuma Hatchery is located at the head of Tlupana Inlet, off Nootka Sound on the West Coast of Vancouver Island, British Columbia.  The hatchery is located approximately 45 minutes from the Village of Gold River.  Access is via Highway 28 from Campbell River to Gold River, then 38 km along Head Bay Forestry Road towards Tahsis. 
    
    1.3	SCOPE OF WORK
    
    .1	The scope of work is as per the attached specifications and drawings. 
    
    1.4	COMMENCEMENT AND COMPLETION
    
    .1	The Contractor will commence work within 2 weeks after contract award.  The work is anticipated to be completed before October 31, 2013 after contract award.  A completion schedule is to be provided with the Schedule of Prices.
    
    1.5		DRAWINGS
    .1	Details of the work are shown on DFO Drawings.  The following is a list of the drawings, which are attached to, and form part of, these specifications:
    
    DWG FILE NO.	TITLE
    32-18-274	Location Plan, Key Map and Drawing List
    32-18-275	Electrical - General Site Plan, Major Equipment Locations
    32-18-276	Proposed Single Line Diagram For New Power House Addition and Distribution Upgrades
    32-18-277	Power House Panel Schedules And Cabling Schedules
    32-18-278	Proposed Power House Equipment Layouts, Conduits and Concrete Slab Information
    32-18-279	Proposed Power House SCADA Connection Cabinet And Communications Equipment
    
    The above drawings will be supplemented by manufacturer’s shop drawings.
    The Contractor shall examine all drawings in advance of construction and shall advise the Engineer of any apparent errors, discrepancies or inconsistencies, in order that the Engineer can provide instructions clarifying the design.
    
    The Contractor shall also advise the Engineer of any discrepancies or apparent inconsistencies between the drawings and the specifications, in order that the Engineer may clarify the intent of the Contract.
    
    1.6	SITE INSPECTION
    
    .1	There will be no formal pre-award site meeting.
    
    
    1.7	MEASUREMENT AND PAYMENT
    
    The quantities stated in the Schedule of Prices are given for the purpose of providing a basis for comparison.  Payment will be made only on authorized quantities as determined in the field by the Engineer.  No guarantee is given that actual quantities will conform in any way with the quantities shown.  Offers and payment for the work supplied by the Contractor shall be at the unit rate prices of the schedule whether the quantities are increased or decreased.  The work may be terminated or extended at the discretion of the Engineer. 
    
    .1	Payment will be based upon the prices set out in the attached Schedule of Prices. 
    	
    .2	In the case of a lump sum price, partial payment will be made based on the Fisheries and Oceans Canada representative's estimate of the work completed at time of payment.
    
    .3	In the case of a unit price, payment will be made on the basis of the item called up in the Schedule of Prices.  Invoices must be submitted which refer to the various items in the Schedule of Prices indicating a breakdown of the time and unit price.  
     
    
    Enquiries regarding this RFP requirement are to be submitted in writing to the following:
    
    Jianna-Lee Zomer
    Senior Contracting Officer
    Department of Fisheries and Oceans
    Station 9W088, 9th Floor, 200 Kent Street
    Ottawa, Ontario, 
    K1A 0E6 
    Tel:  (613) 993-4484
    Fax:  (613) 991-1297
    Email: Jianna-lee.zomer@dfo-mpo.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)

    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 St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Zomer, Jianna-Lee
    Phone
    613-993-4484
    Fax
    613-991-1297
    Address
    200 Kent Street, 9W088
    Ottawa, ON, K1A 0E6
    CA

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    25
    001
    French
    10

    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
    British Columbia
    Region of opportunity
    Canada

    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: