SAP Ariba system maintenance

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

  • Saturday, June 21 from 2:00 pm until 11:59 pm (EDT) 

Tug, Barge, and Crane Services Chatham Channel and Central Coast - Canadian Coast Guard

Solicitation number FP802-135028

Publication date

Closing date and time 2013/07/04 14:00 EDT


    Description
    Tug, Barge, and Crane Services Chatham Channel and Central Coast - Canadian Coast Guard
    
    This requirement is for the Department of Fisheries and Oceans
    
    Background:
    
    The Canadian Coast Guard (CCG), Western Region maintains Aids to Navigation on the West Coast of British Columbia.  Currently the CCG is undergoing the refurbishment of these structures to bring them up to current standards and safety regulations to provide a safe working environment for CCG maintenance crews. The CCG is scheduled to rebuild five sites off the east coast of Vancouver Island near Chatham Channel and five sites in the Central Coast near Bella Bella area and require tug, barge, and crane service to assist the CCG crews.
    
    Objective:
    
    The objective of this contract is to supply tug, barge, and crane services to assist the CCG crews with construction and refurbishment of Aids to Navigation scheduled for the summer of 2013.
    
    Scope of Work: 
    
    Tug, Barge, and Operators Provided by Contractor:
    
    The tug and barge will be used to stage all the construction equipment and materials and act as a work platform for the construction crews during construction of the navigational Aids. The barge will need to be held in place at the shoreline near the navigational aid while the CCG crews work between the barge and the navigational aid. There will be a crane aboard the barge which will assist the CCG crews moving construction materials, towers and concrete between the barge and navigational aid.  At times a CCG helicopter will be required to sling construction materials, towers, and concrete from the barge to the navigational aid. 
    
    Tug and Barge Specification:
    
    •Barge size to be approx. 200ft x 50ft with sidewalls or railing at a minimum height of 42” and maximum height 48” around the perimeter.  Barge to be clean and free of any debris at start date.
    •Barge to be large enough to accommodate a crane with 100ft. boom allowing 360 degree movement; CCG Volumetric concrete truck; Forklift; Approx. 50 yards of gravel and type 10 cement powder; 2500 gallons water in containers; Crew shack; (6) 12’ aluminum lattice towers; (2) 16’ aluminum lattice towers; (1) 12’ round FRP tower; (2) concrete hoppers; Misc construction equipment, tools, and materials.
    •Barge to be equipped with ramp to load and unload construction equipment (Volumetric Concrete Truck, Crane, and misc. construction equipment.)
     
    •Tug capable of towing barge loaded with construction equipment from Campbell River to Prince Rupert.
    •Tug capable of holding barge in place with ramp down on drying rocks while CCG construction crews work between navigational aid on the drying rock and the barge.
    •The Contractor is responsible for the supply of a certified tug operator and deckhand for entire project.
    •Tug and Barge crew are responsible for providing their own meals, transportation, and accommodations for the entire project.
    •Tug, Barge, and operators to be available 12 hour per day during construction operations.  Start and finish times may vary depending on high and low tides, CCG construction supervisor to determine schedule. 
    •Barge to be able to land a CCG Bell 212 helicopter on the deck in case of emergency and to pick-up and drop-off CCG construction crews. This only needs to be clear when requested by CCG.  Barge requirements: 
    - Clear landing area (no obstructions) at rear of barge 90’ long x 20’ wide
    - No obstructions over 4’high in a 75’ diameter around landing area.
    - Barge able to accommodate a weight of 16,800lbs (one and half times the weight of the helicopter)
    
    Crane and Operator Provided by Contractor:
    
    The crane will be used to assist the CCG construction crews moving construction materials, towers and concrete from the barge to the navigational during construction at each navigational aid.  The crane will be working from the deck of the barge. 
    
    Crane Specifications:
    •Certified Fixed Boom Crane with 100 ft reach and lifting capacity of 6000lbs fully extended and rotating 360 degrees.  
    •Contractor to supply qualified crane operator.
    •CCG will supply food and accommodation for Crane operator.
    •Crane operator’s transportation to barge at start of project and from barge at end of project to home is the responsibility of the contractor. 
    •Crane to be available 12 hour per day during construction operations.  Start and finish times may vary depending on high and low tides, CCG construction supervisor to determine schedule. 
    
    Misc Items to be supplied by contractor on barge:
    •Fork Lift that can lift 2500 lbs. to a height of 8-10 ft. and one worker that can run the forklift and assist with moving materials on the barge and the loading of gravel and cement to the volumetric concrete truck.
    •Porta-potty, clean and stocked. 
    •Construction crew shack.  Min. size 8’ x 16’ c/w table chairs.
    •Reliable 5000Watt Generator c/w 45 gallons of fuel.
    •2500 gallons non potable water stored in minimum 500 gallon containers.
    •Contractor is responsible for all fees and charges associated with using the ramp at the Mob/demob locations. 
    Location and Description of Work:
    
    Southern Sites:
    
    UL 5342 Stimpson Reef located at Latitude 50o 29’ 44.3” N and Longitude 126o 12’ 7.9” W (NAD 83): Remove existing tower; encapsulate existing upper concrete base with 4.5 yards of concrete; install new 12’ FRP tower; and base ladder
    
    LL 538 Ray Point Range Front located at 50o 34’ 49” N and Longitude 126o 12’ 0.9” W (NAD 83): Pour new 6’ square concrete base, approx. 7 yards; Install new 16’ aluminum lattice tower; remove existing mast and concrete base.
    
    LL 539 Ray Point Range Rear located at 50o 34’ 49” N and Longitude 126o 11’ 59.5” W (NAD 83): Install new 12’ aluminum lattice tower to existing concrete base; Remove existing mast.
    
    LL 540 East Cracroft Island Range Front located at 50o 34’ 47.1”N and Longitude 126o 14’ 28.1” W (NAD 83): Encapsulate existing concrete base with approx. 7.5 yards of concrete; Install new 12’ aluminum lattice tower; remove existing mast.
    
    LL 541 East Cracroft Island Range Rear located at 50o 34’ 47.1” N and Longitude 126o 14’ 29.5” W (NAD 83): pour new 6’ square concrete base, approx. 2 yards of concrete; Install new 16’ aluminum lattice tower; Remove existing mast.  (Helicopter required to sling concrete and towers for this site)
    
    Northern Sites:
    
    LL 609.8 Bark Island located at 52o 10’ 0.7” N and Longitude 128o 2’ 58.1” W (NAD 83): Remove existing tower and concrete base; Pour new 6’ square concrete base, approx. 7 yards of concrete; Install new 12’ aluminum lattice tower.
    
    LL 605 Donald Point located at 52o 17’ 36.3” N and Longitude 128o 5’ 59.0” W (NAD 83): Remove existing tower and concrete base; Pour new 6’ square concrete base, approx. 9.5 yards of concrete; Install new 12’ aluminum lattice tower.
    
    LL 615 Glaholm Islet located at 52o 15’ 48.7” N and Longitude 128o 12’ 50.2” W (NAD 83): Remove existing tower and concrete base; Pour new 6’ square concrete base, approx. 6 yards of concrete; Install new 12’ aluminum lattice tower.
    
    LL 616 Cape Mark located at 52o 8’ 59.2” N and Longitude 128o 32’ 25.5” W (NAD 83): Remove existing tower and concrete base; Install new 12’ aluminum lattice tower to existing rock.
    
    LL 589 Currie Islet located at 51o 51’ 5.5” N and Longitude 128o 27’ 24.8” W (NAD 83): Remove existing tower and ladder rungs; Fill existing voids in concrete base with concrete; Install refurbished 12’ FRP tower; Install new base ladder.
    
     
    Construction Schedule:
    
    July 22nd to CCG onsite at Chatham Channel installing formwork for concrete pour no
    July 26th	 tug and barge assistance required.
    
    July 22nd to Contractor to select date and location for loading the barge. Load barge
    July 26th	with CCG construction materials, volumetric truck, gravel, construction materials etc. Contractor supplied forklift and operator will be required for loading the barge. Barge to be loaded at one of the following locations:
    
    Option 1 Campbell River 
    Duncan Bay Barge Terminal
    5951 Island Hwy
    Campbell River, BC
    V9W 5B1  
    
    Option 2 Campbell River
    Campbell River marine Terminal
    7990 Island Highway
    Menzies Bay
    V9W 6Y2
    
    Option 3 Prince Rupert
    Wainwright Marine Services
    110 Duncan Road
    Prince Rupert, BC
    
    After barge is loaded with CCG items and contractor supplied items outlined in this contract tug and barge to mobilize to Chatham Channel.  Tug and barge to be on-site at LL 532 Ray Point Front Range by July 28th, 2013 @ 7:00am.
    
    July 28th	Mix and place concrete at LL 532 Ray Point Range Front, LL 540 Cracroft Island Range Front, and LL 541 Cracroft Island Range Rear.
    Sling new towers to LL 540 Cracroft Island Range Front and LL 539 Ray Point Range Rear.
    Transfer Barge to UL 5342 Stimpson Reef.
    
    July 29th	UL 5342 Stimpson Reef, Remove tower, start formwork.
    
    July 30th	UL 5342 Stimpson Reef, finish formwork and pour concrete.
    Transfer Barge to Chatham Channel
    
    July 31th
    Remove formwork and place towers at LL 532 Ray Point Range Front, LL 540 Cracroft Island Range Front, and LL 541 Cracroft Island Range Rear.
    Demo existing concrete base at LL 538 Ray Point Range Front.
    Transfer Barge to UL 5342 Stimpson Reef.
    
    Aug 1st	
    UL 5342 Stimpson Reef, strip formwork and install new tower and ladder.
    
    Aug 2 to 5 
    Transfer barge to LL 609.8 Bark Island
    
    Aug 6th	
    LL 609.8 Bark Island, remove existing tower and concrete base. Form new concrete base and pour concrete. 
    Transfer Barge to LL 608 Donald Point
    
    Aug 7th	
    LL 608 Donald Point, remove existing tower and concrete base. Form new concrete base and pour concrete. 
    Transfer Barge to LL 615 Glaholm Islet
    
    Aug 8th	
    LL 615 Glaholm, remove existing tower and concrete base. Form new concrete base and pour concrete. 
    Transfer Barge to LL 616 Cape Mark.
    
    Aug 9th	
    LL 616 Cape Mark, remove existing tower and concrete base. Install new tower to existing rock. (Helicopter slinging required tower removal and install and concrete base removal)
    Transfer Barge to LL 589 Currie Islet.
    Remove existing tower prep base for concrete.
    (Helicopter slinging required for tower removal)
    
    Aug 10th	
    LL 589 Currie Islet, fill voids with concrete, and install new tower and ladder. (Helicopter slinging required for concrete pour, tower and ladder install)
    Transfer Barge to LL 609.8 Bark Island
    
    Aug 11th	
    LL 609.8 Bark Island remove formwork install new tower.
    Transfer to Donald Point.
    Remove formwork and install new tower.
    Transfer Barge to LL 615 Glaholm Islet.
    
     
    Aug 12th	
    LL 615 Glaholm Islet remove formwork and install new tower.
    End of Construction.
    Transfer Barge to unload at one of the following locations:
    
    Option 1 Campbell River 
    Duncan Bay Barge Terminal
    5951 Island Hwy
    Campbell River, BC
    V9W 5B1  
    
    Option 2 Campbell River
    Campbell River marine Terminal
    7990 Island Highway
    Menzies Bay
    V9W 6Y2
    
    Option 3 Prince Rupert
    Wainwright Marine Services
    110 Duncan Road
    Prince Rupert, BC
    
    
    Aug 14 or 15th	 
    Unload Barge at selected demobilization site. Contractor supplied forklift and operator will be required for unloading the barge.
    
    Certification and Regulation:
    •	Contractor must comply with all aspects of the fisheries act.
    •	Contractor must comply will Transport Canada Marine Acts and Regulations made pursuant to the acts.
    •	Contractor must comply with all WCB and Canada Labour Code Regulations
    •	Contractor must have all applicable insurance.
    
    Client (CCG) Support:
    •	CCG will supply safety boat and operator.
    •	CCG will supply approved straps and rigging for slinging operations.
    •	CCG will supply personnel for hooking, unhooking, and marshalling during all slinging operations.
    
    Costs:
    •Contractor is responsible for all charges related to ramp/terminal fees for loading and unloading the barge.
    •Contractor’s bid to include and additional costs that will be charged to CCG if any unforeseen delays happen to occur (Weather days etc.).
    •All dates are tentative and are subject to changes due to potential mechanical or weather related delays.  Departure and arrival times are to be confirmed with the on-site CCG construction supervisor.
    
    For questions or comments, please contact Jianna-Lee Zomer @ (613) 993-4484 or by email at 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

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    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 FR 5
    002 FR 1
    002 EN 10
    001 EN 34

    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
    British Columbia

    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: