Waste Chemical Removal

Solicitation number 13-22112(A)

Publication date

Closing date and time 2014/02/10 14:00 EST


    Description
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre identified contractor.  If no other supplier submits, on or before the closing date, a statement of capabilities that meets the requirements set out in the ACAN, the competitive requirements of the government’s contracting policy have been met.  Following notification to suppliers not successful in demonstrating that their statement of capabilities meets the requirements set out in the ACAN, the contract may then be awarded using the Treasury Board’s electronic bidding authorities. If other potential suppliers submit statements of capabilities during the fifteen calendar day posting period, and meet the requirements set out in the ACAN, the department or agency must proceed to a full tendering process on either the government’s electronic tendering service or through traditional means, in order to award the contract.
    Provisions in accordance with the Government Contracts Regulations - only one person or firm are capable of performing the contract.
    The National Research Council wishes to award a contract to RPR Environmental Inc. to completely review the suite of approximately 6500 unique chemicals currently held in laboratories in Halifax and Ketch Harbour, NS.  The contractor will work with researchers to identify chemicals which, due to their age, may have questionable integrity in terms of stability/purity and packaging lifetime.  In addition, the contractor will assist NRC to become compliant with WHMIS law (requirement for employers to provide employees with an up-to-date supplier-produced MSDS which must be less than 3 years old to be valid) by identifying companies that are no longer in business.  Chemicals deemed not required will be bulk-packaged on-site in the laboratory for chemical disposal without pre-determining and compiling a list of chemicals destined for disposal. Finally the contractor will advise NRC on appropriate, safe, chemically-compatible storage for chemicals retained by implementing their unique customized ‘unified color code compliance compatibility system’. This system will provide a quick, simple visual marking system to ensure chemicals are being held in a chemically-compatible manner.  The contract includes the disposal of chemicals not retained. 
     13-22112(A)
    Proposed Vendor:
    RPR Environmental  Inc.
    164-166 South Service Road
    Stoney Creek, ON  L8E 3H6
    Tel: (905) 662-0062
    Fax: (905) 662-3828
    The value of this requirement is estimated to be $32,708.00 CAD
     Contract may be subject to negotiation with the supplier for additional services up to $100,000.00.
    IP: RPR Environmental has developed a comprehensive chemical compatibility identification system (patent pending) that will enable NRC staff to quickly identify incompatible chemical elements for safe storage and transport between & within laboratory locations. In addition, the contractor will assist NRC in auditing chemical inventories moving forward and provide advice on Occupational Health & Safety methods related to hazardous materials.
    Suppliers who consider themselves fully qualified and available to provide the services/goods described must provide evidence of the following. Failure to provide the necessary documentation will not be considered.
    The contractor must have a minimum of 5 years of service and experience in all aspects of the scope of work.  In particular, the contractor must have extensive chemical knowledge and experience in handling all types of chemicals - unknowns, research chemicals with undefined properties, explosive, toxic, reactive and pyrophoric chemicals, biohazardous and radioactive materials and high pressure gases.
    The contractor must follow all applicable municipal, provincial and federal regulations in undertaking the contract.  This includes TDGA, CEPA, Fire Code, Occupational Health and Safety Act – WHMIS and CNSC Controlled Goods Program – Public Works Canada, as well as licensing from Environment Canada for the inter-provincial transport of hazmat waste.
    The contractor must show compliance history and sustainability of their company. They must declare all violations with all regulating bodies, Canadian and US regulators. The contractor must not have declared bankruptcy or changed names in the past 10 years
    The contractor will implement a proprietary identification system of color coding to chemicals to ensure chemical storage is compatible and complies with the National Fire Code, TDGA, EPA and the Occupational Health and Safety Act. The contractor must have advanced WHMIS training and be certified in emergency spill response to be capable of dealing with any accidental chemical spill which might occur while carrying out this work. Additionally, the contractor will train NRC staff on the use and maintenance of the Unified Colour Code system.
    With respect to disposal of chemical wastes, the contractor must not employ the practice of ‘deep well injection’ (land disposal of liquid hazardous and non-hazardous wastes).  The contractor must comply with Land Disposal Restriction/Land Ban Regulations for Hazardous Solids.  No dilution of hazardous solid wastes is to be undertaken to deposit wastes in non- hazardous landfills.  The contractor must issue Certificates of Destruction following removal of materials from the contract work site.
    The contractor must be fully insured to undertake the work and include at least $2 million liability each on automobile, commercial general, contractors and professional services and fixed site pollution legal liability.   
    The work is to be completed by 31 March 2014.
    NRC CONTACT:  Christopher Fleet 
    Procurement Officer 
    National Research Council Canada  
    Telephone: 902-426-8260 
    Email: Chris.Fleet@nrc-cnrc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    Contact information

    Contracting organization

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    Canada
    Contracting authority
    Gillis, Johnathon
    Phone
    613-993-5506
    Address
    1200 Montreal Road, M22
    Ottawa, ON, K1A 0R6
    CA

    Buying organization(s)

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Nova Scotia
    Region of opportunity
    Nova Scotia